notice inviting tendernbppl.in/uploads/tender_file_pdf/e-0399_tender_document.pdf · the tenderer...

107
एनट�पीसी बीएचईएल पॉवर परोजस परवोट �ल�मटोड NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I ____________________________________________________________________________________ Corporate Identity Number: U40102DL2008PTC177307 Delhi Office: 4 th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894 Plant : Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel.# 91-877-2233701 Registered Office: NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003 website: www.nbppl.in NOTICE INVITING TENDER REF.: NBPPL/MM/PROD/E-0399/17 DATE: 14.06.2017 Subject: Tender for Fabrication & Assembly of Boiler Ceiling Girder Worksat Power Equipment Manufacturing Plant, YSR Puram, Mannavaram village,Srikalahasti Mandal, Distt.-Chittoor (A.P.) 1. Sealed Tenders in two part bid system are invited for the following Work from reputed Indigenous Agencies/ Contractor who meets the Qualification Requirements as per section II of clause no. 5 of this NIT. Sl.No Description Details 1 Scope of Work: Fabrication & Assembly of Boiler Ceiling Girder Works at NBPPL Mannavaram. 2 Completion Schedule 5 Months from the Date of LOI 3 Tender Enquiry No. & Date NBPPL/MM/PROD/E-0399/17 ; Date: 14.06.2017. 4 Tender cost / Processing fee Rs. 2,000/- Bidders registered as SSI/MSME/NSIC are exempted to submit Cost/Fee of Tender and EMD (EARNEST MONEY DEPOSIT).The bidder has to furnish valid documents in this regard along with techno-commercial offer. 5 EMD in Rs. Rs.2,00,000/- 6 Website & Start date of down loading www.nbppl.in/tenders ; Date: 14.06.2017 7 Due date, Time & Place of submission of tenders 23.06.2017; 14.00 Hrs. Either Through Speed/Registered Post/ in Person at: Manager (MM) NTPC BHEL POWER PROJECT PVT. LTD. (NBPPL) Power Equipments Manufacturing Plant, Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) 8 Place, Time & date of Technical bid opening NTPC BHEL POWER PROJECT PVT. LTD. (NBPPL) Power Equipments Manufacturing Plant, Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) At 15.00 Hrs on due date of Bid submission. 9 Price Bid Opening To be intimated later to all Technically Qualified Bidders. 10 Addenda/Corrigenda/Amendments All such cases shall be hosted in website & Bidder should regularly visit our website to keep themselves updated.

Upload: others

Post on 24-Sep-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

एनट�पीसी बीएचईएल पॉवर प्रोजेस प्रवोट �ल�मटोड

NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL)

SECTION-I

____________________________________________________________________________________ Corporate Identity Number: U40102DL2008PTC177307 Delhi Office: 4th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894 Plant : Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel.# 91-877-2233701 Registered Office: NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003 website: www.nbppl.in

NOTICE INVITING TENDER

REF.: NBPPL/MM/PROD/E-0399/17 DATE: 14.06.2017

Subject: Tender for “Fabrication & Assembly of Boiler Ceiling Girder Works” at Power Equipment Manufacturing Plant, YSR Puram, Mannavaram village,Srikalahasti Mandal, Distt.-Chittoor (A.P.)

1. Sealed Tenders in two part bid system are invited for the following Work from reputed Indigenous Agencies/ Contractor who meets the Qualification Requirements as per section II of clause no. 5 of this NIT.

Sl.No Description Details 1

Scope of Work:

Fabrication & Assembly of Boiler Ceiling Girder Works at NBPPL Mannavaram.

2 Completion Schedule 5 Months from the Date of LOI 3 Tender Enquiry No. & Date NBPPL/MM/PROD/E-0399/17 ; Date: 14.06.2017.

4 Tender cost / Processing fee Rs. 2,000/- Bidders registered as SSI/MSME/NSIC are exempted to submit Cost/Fee of Tender and EMD (EARNEST MONEY DEPOSIT).The bidder has to furnish valid documents in this regard along with techno-commercial offer.

5 EMD in Rs. Rs.2,00,000/-

6 Website & Start date of down loading www.nbppl.in/tenders; Date: 14.06.2017

7

Due date, Time & Place of submission of tenders

23.06.2017; 14.00 Hrs. Either Through Speed/Registered Post/ in Person at: Manager (MM) NTPC BHEL POWER PROJECT PVT. LTD. (NBPPL) Power Equipments Manufacturing Plant, Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.)

8 Place, Time & date of Technical bid opening

NTPC BHEL POWER PROJECT PVT. LTD. (NBPPL) Power Equipments Manufacturing Plant, Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) At 15.00 Hrs on due date of Bid submission.

9 Price Bid Opening To be intimated later to all Technically Qualified Bidders.

10 Addenda/Corrigenda/Amendments All such cases shall be hosted in website & Bidder should regularly visit our website to keep themselves updated.

Page 2: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

एनट�पीसी बीएचईएल पॉवर प्रोजेस प्रवोट �ल�मटोड

NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL)

SECTION-I

____________________________________________________________________________________ Corporate Identity Number: U40102DL2008PTC177307 Delhi Office: 4th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894 Plant : Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel.# 91-877-2233701 Registered Office: NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003 website: www.nbppl.in

2.0 The offer shall be submitted as per the instructions of tender document and as detailed in this NIT. Bidders to note specifically that all pages of tender document, including these NIT pages of this particular tender together with subsequent correspondences shall be submitted by them, duly signed & stamped on each page, as part of offer. Rates/Price including discounts/rebates, if any, mentioned anywhere/in any form in the techno-commercial offer other than the Price Bid shall not be entertained.

3.0 Cost/Fee of Tender: Unless specifically stated otherwise, bidder shall remit cost/fee of tender in the

form of Demand Draft drawn in favour of NTPC BHEL POWER PROJECTS PRIVATE LIMITED payable at TIRUPATI issuing the Tender, along with techno-commercial offer.

4.0 Bidder shall deposit EMD (EARNEST MONEY DEPOSIT) through Demand Draft/Pay Order in favour

of NTPC BHEL POWER PROJECTS PRIVATE LIMITED payable at TIRUPATI.

5.0 The Bid documents of this tender consisting of following: Section I : Notice Inviting Tender (NIT) Section II : Pre Qualifying Requirements (Technical & Financial) Section III : Technical Bid (Scope of Work) Section IV : Price Bid Section V : Special Conditions of Contract (SCC) Section VI : General Conditions of Contract (GCC-Works)

6.0 The Bid shall be submitted in a sealed envelope super-scribing above with NIT reference and due date of opening.

Your best quotation/offer for the above requirement, in line with the terms and conditions of bidding documents, should either be delivered in person or sent by SPEED POST/REGISTERED POST, to the place of submission of tenders latest by 14:00 Hrs. on last date of receipt of tenders. Note: If in case SPEED POST/REGISTERED POST is not available, your offer may kindly be sent to the following address by any Postal/Courier services, latest by 14:00 Hrs on at least one day before the last date of receipt of tenders to:

NTPC BHEL POWER PROJECTS PRIVATE LTD House No. 18-3-55/1, Prasanthi Nagar, Near: Jaganmatha High School Khadi colony, Tirupati-517501(A.P.)

7.0 Tenders submitted by post shall be sent by “ACKNOWLEDGEMENT DUE / BY COURIER”. For any

postal/courier delays, NBPPL takes no responsibility for delay, loss or non-receipt of tenders sent by post/courier. The tenders received after the specified time of their submission are treated as ‘Late Tenders’ and shall not be considered under any circumstances.

8.0 Tenders shall be opened by authorised officer of NBPPL at place, date and time as specified in the NIT,

in the presence of such of those tenderers or their authorised representatives who may be present. The technical Bids i.e. Part I shall be opened on the last date of receipt of tenders at 15:00 Hrs.

Page 3: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

एनट�पीसी बीएचईएल पॉवर प्रोजेस प्रवोट �ल�मटोड

NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL)

SECTION-I

____________________________________________________________________________________ Corporate Identity Number: U40102DL2008PTC177307 Delhi Office: 4th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894 Plant : Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel.# 91-877-2233701 Registered Office: NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003 website: www.nbppl.in

9.0 Bid Preparation:

The bidder has to follow the following guidelines in preparation of Bid:

Part I: This shall contain Part IA & Part IB in Envelope-I.

Part IA: This shall contain EMD & Cost/Fee of Tender super-scribed as “EMD & Cost/Fee of Tender-Part IA” in Envelope-II.

Part IB: This shall contain Techno Commercial bid in original duly signed, stamped & super-scribed as “Techno Commercial Bid-Part IB” in Envelope-III with followings.

1. Acceptance of NIT, Addenda/Corrigenda/Amendments, GCC, SCC, PQR & TECHNICAL BID (duly signed & stamped on each & every page)

2. Documentary evidence for PQR (Technical & Financial) 3. Listing of technical/ commercial deviation, if any 4. Un-priced copy marked as “Quoted” of Price Bid (Part-II) 5. Other documents required as per NIT

Note: Please submit 1 copy of part I i.e. techno commercial bid.

Part II: This shall contain duly filled original Price Bid duly sealed & super-scribed as “PRICE BID” in Envelope - IV.

Note: Tender documents are non-transferable in any case.

10.0 Submission of Bids: After preparation of bid as above in line with tender, the Bids shall be submitted in Two (2) Parts, duly

sealed & super-scribed the headings, as mentioned below:

PART-I : Techno-Commercial Bid (Envelope-I) [ Containing Envelope-II & Envelope-III]

PART-II : Price-bid (Envelope-IV)

Both Part-I and Part-II are to be submitted in an outer Envelope-V, sealed & super-scribing above NIT reference and due date of opening.

Note: The inner envelopes shall also indicate the name and address of the Bidder so that the bid can be returned unopened in case it is declared "late".

11.0 Procedure of Bid Opening:

11.1 All bids received within due date & time mentioned at Cl.No-1.0 above, shall be treated as valid offer. No late offers shall be considered. Bids shall be opened at the place mentioned at Cl. No.1 on schedule date & time of opening.

11.2 On the scheduled Bid Opening Date & time mentioned at Cl.No.1.0 above, Techno-Commercial Bid-Part IB of Part-I of Bid shall be opened in the presence of participant Bidders (who wishes to be present), who have satisfied the condition of Part IA of Part-I.

Note: Bids not accompanied by the requisite EMD or bids accompanied by EMD of inadequate value shall not be entertained and in such cases, bids shall be returned to

Page 4: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

एनट�पीसी बीएचईएल पॉवर प्रोजेस प्रवोट �ल�मटोड

NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL)

SECTION-I

____________________________________________________________________________________ Corporate Identity Number: U40102DL2008PTC177307 Delhi Office: 4th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894 Plant : Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel.# 91-877-2233701 Registered Office: NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003 website: www.nbppl.in

the bidders without being opened as per the Cl.No.15 of the GCC (Rev-01, dated 07.10.2010

11.3 The Technical Bids shall be evaluated for conformity to NBPPL requirements. All bidders are supposed to furnish required data with the Bids. Wherever clarifications are required, NBPPL at its discretion shall take the same either through exchange of correspondence or through discussion / presentation / demonstration.

11.4 The price bids - Part-II of only technically & commercially qualified bidders, who are found meeting Part-I, shall be considered for opening. The date and the time of opening of price bid shall be notified separately to such qualified bidders.

12.0 Standard pre-printed terms & conditions of the tenderers shall not be considered valid.

13.0 Validity of offer: Offer shall remain valid for 06 months from the date of technical bid opening (Part I).

14.0 Unsolicited fresh/revised Price Bids shall not be entertained.

15.0 Only Tenderers who have previous experience in the service of the nature and scope detailed in the tender terms & conditions are expected to quote for this service. Offer from Tenderer who do not have proven and established experience in the field as per Qualifying Requirement will not be considered.

16.0 The Tenderer shall quote the rates in English Language and international numerals. The “Total Price” column shall be the arithmetic multiplication of “Quantity” and the “Rate” of each row. For the purpose of tender, the metric system of units shall be used. The Rate Schedule has to be filled by the Tenderer in legible and neat handwriting or typed. In case of any discrepancy in the quoted “Grand Total” of the Price Format, the correct arithmetic total shall be considered.

17.0 Purchaser shall be under no obligation to accept the lowest or any other tender and shall be entitled to accept or reject any/all tender(s) in part or full without assigning any reason whatsoever.

18.0 Purchaser reserves the right to split up the scope of the tender enquiry and place the orders for different scope/items with different bidders and also increase or decrease the quantity. Also purchaser reserves the right to accept or reject any or all offer without assigning any reasons thereof.

19.0 Tenders and all correspondences thereof shall be addressed to official whose name, designation & address is mentioned below:

Mr. Kolati RC Murthy Manager (MM) NTPC-BHEL Power Projects Pvt. Limited (NBPPL) YSR Puram, Mannavaram Village, Sri Kalahasti Mandal, Chittoor, A.P- 517620, India Email ID: [email protected], Telephone: 08578-266633

20.0 Any Clarifications as required may be sent by email/post at least 7 days before due date of offer submission.

21.0 NBPPL reserves the right to go for Reverse Auction (RA) instead of opening the sealed envelope price bid, submitted by the bidder to decide the successful bidder. This will be decided after techno-commercial evaluation.All bidders to give their acceptance for participation in RA. Non-acceptance to participate in

Page 5: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

एनट�पीसी बीएचईएल पॉवर प्रोजेस प्रवोट �ल�मटोड

NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL)

SECTION-I

____________________________________________________________________________________ Corporate Identity Number: U40102DL2008PTC177307 Delhi Office: 4th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894 Plant : Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel.# 91-877-2233701 Registered Office: NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003 website: www.nbppl.in

RA may result in non-consideration of their bids, in case NBPPL decides to go for RA. Detailed guidelines for Reverse Auction procedure shall be intimated later in case NBPPL decides for reverse auction.

22.0 In case the tender opening date is a holiday/public holiday, then the tenders shall be opened on next working day.

23.0 Order of Precedence

In the event of any ambiguity or conflict between the Tender Documents, the order of precedence shall be in the order below: a. Amendments/Clarifications/Corrigenda/Errata etc. issued in respect of the tender

documents by NBPPL b. Notice Inviting Tender (NIT) c. Pre qualifying Requirement (Technical & Financial) d. Technical Bid (Scope of Work) e. Price Bid f. Special Conditions of Contract (SCC) g. General Conditions of Contract (GCC Works)

24.0 Bidder’s contact details for evaluation of offer (Please provide the details without fail):

Description Bidder’s Contact Personnel’s Details Name Mobile No. Landline No. Email ID

For Technical Evaluation :

For Commercial Evaluation :

Thanking you, Yours Faithfully, For and on behalf of NBPPL

(Kolati R C Murthy) Manager (MM)

Page 6: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

BIDDERS PRE-QUALIFICATION REQUIREMENT: Technical:

The following conditions have to be fulfilled by the tenderer. Documentary proofs for the same have to be submitted along with tender bid, failing which, their tender will be liable for rejection:

a) The contractor should be a registered vendor for BHEL or NTPC, who should

have successfully executed heavy duty girder fabrication works (or) built-up Weld Beam sections of x-ray quality of at least 1100 M.Tonnes in any one year or at least 300 tonnes in any one month during last 7 years. Copy of satisfactory completion certificate of such contract works shall be attached. Mere copy of PO/ acceptance letter/ agreement/ work progress certificate shall not be accepted.

b) The contractor should have qualified SAW & Radiography tested welders with valid certificates, as approved by BHEL or NTPC.

c) The contractor should deploy one responsible technically qualified supervisor in each shift with min. qualification of Diploma with 5-10 years of work experience in ceiling girder fabrication works till the completion of the work and his personal qualification & experience details shall be submitted with tender

d) Bids by defaulters of any earlier contracts with NBPPL will not be considered. e) Particulars of experience of having successfully completed/executed similar

works as mentioned at point no. (a) above, during last 7 years ending last day of month previous to the one in which tenders are invited, as following: Three similar works completed/executed of each work costing not less than the amount equal to Rs. 41 Lakhs. (or) Two similar works completed /executed of each work costing not less than the amount equal to Rs. 51 lakhs (or) One similar works completed /executed costing not less than the amount equal to Rs. 82 Lakhs.

Financial:

1) The Tenderer should submit Audited Balance sheets & Statements of Profit and Loss along with schedule & notes for the last three financial years ending with 31/03/2017 i.e. for the financial years 2014-15, 2015-16 and 2016-17. In case Audited balance sheet is not available for the year 2016-17, Audited Balance sheets & statements of Profit and Loss for the last three years ending

Nagarjuna
Typewritten Text
Nagarjuna
Typewritten Text
SECTION II
Nagarjuna
Typewritten Text
Nagarjuna
Typewritten Text
Page 7: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

with 31/03/2016 i.e. for the years 2013-14, 2014-15 and 2015-16 may be submitted.

2) Average annual financial turnover during the last 3 years, ending 31st March of the previous financial year, duly certified by chartered accountant along with IT returns document, should be at least Rs. 31 Lakhs as per S.No.1

3) Bidder should have earned profit in any one of the last three years as per Sr. No.1.

4) Bidder should have positive net worth certificate for the latest financial year as per Sr. No.1.

5) Bidder should submit valid Income Tax Permanent Account Number (PAN).

Page 8: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

2

Detailed scope of outsourcing for 1100 MT Fabrication works of Boiler Ceiling Girder/Ennore of BHEL, Trichy:

1) SCOPE OF WORK:

Fabrication and assembly works as per the given manufacturing/assembly drawings with raw materials issued by NBPPL. The work shall be carried out at NBPPL works.

CONTRACTOR:

a) Unloading of raw materials/consumables from trailers/trucks using the available cranes/trollies at NBPPL’s works to allocated areas.

b) Handling/Moving raw/partly finished/finished materials from storage/work stations to preparatory/test/paining/assembly stages & dispatch trucks. Available transfer trolleys/ EOTcranes / Slings/ Fork lifters will be provided by NBPPL free of cost. Operation of the handling equipment is at extra cost to contractor and rigging is in contractor scope.

c) Rectification of raw materials such as straightening etc., if any, as required for further fabrication works.

d) Marking, cutting and edge preparation of raw material as per approved cutting plans with necessary tooling /equipment / cutting gases in contractor scope.

e) Fit-up and fabrication as per the approved processes including MIG/Submerged Arc Welding, as per Drawings and Manufacturing Quality Plans. At least 4 nos. of qualified SAW & Radiography tested welders with valid certificates as approved by BHEL are to be deployed by the contractor. Available MIG/ SAW welding equipment will be provided by NBPPL.

f) Conductance of DPI/UT/RT tests on welded joints wherever specified in Quality plans shall be arranged by NBPPL for first take. Any reworks and 50% of expense for subsequent retests of UT/RT are in contractor scope. All preparatory work and arranging the works for above inspections are in contractor scope.

g) Drilling of holes as per drawings. Necessary drilling/ magnetic base core drilling machines/drill tools/hand grinding /Rotary burrs& deburring tools are contractor scope.

h) Consumables like Grinding / Cut off wheels, Gases for cutting & MIG welding are in contractor scope.

i) Warpage removal/ Geometrical correction of welded beams with necessary equipment is in contractor scope.

j) Trial assembly of equipment for final inspection k) Preparation of stands and supports required for fabrication, Blast cleaning & Painting

is in contractor scope. Materials required for the same shall be issued by NBPPL. l) Blast cleaning and painting as per general technical instructions issued for the Ceiling

girders by BHEL. Paints will be issued by NBPPL for free of cost. Blasting equipment & all other necessary equipments/media/tooling required for Blast cleaning and painting are in contractor scope.

Nagarjuna
Typewritten Text
SECTION III
Nagarjuna
Typewritten Text
Nagarjuna
Typewritten Text
Page 9: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

3

m) Marking / Stenciling of component for identification and other information with necessary materials as stipulated in MQP is in contractor scope.

n) Dismantling and loading onto trailer for dispatch. o) All necessary power cables of contractor equipments/tools/machines p) The contractor shall deploy required manpower and shall work on 2 or 3 shifts/day

basis as required with adequate groups in each shift with each group consisting of sufficient no. of welders, fitters, cutters, grinders/riggers and helpers for completing at least 400 MTs of fabrication per month in order to complete the order as per customer delivery schedule.

q) The contractor should deploy one responsible technically qualified supervisor in each shift with min. qualification of Diploma with 5-10 years of work experience in ceiling girder fabrication works till the completion of the work and his personal qualification & experience details shall be submitted with tender

r) The contractor should make ready the components/assemblies for Dimension checks / Radiographic Tests / Third party Inspections and all other tests and also prepare Dimension Reports before final inspection activity as per QAPs.

s) All the necessary safety equipments (PPE) like Helmets, Safety shoes, Gloves, Aprons, Safety goggles, Face guards etc. which are statutorily required for the works are in contractor scope.

NBPPL scope:

t) Issue of raw materials, consumable electrodes & MIG filler wire rolls u) Issue of materials for stands and supports required for fabrication & assembly v) Issue of the available facilities like EOT Cranes, Trolleys, Fork Lifts, available

Submerged Arc Welding machines, MIG welding machines at free of cost. Any additional /other equipments/hand tools including safety equip have to be arranged by the contractor.

w) Arranging Radiography testing and PWHT services are in NBPPL scope. x) Compressed Air & Power shall be provided to contractor free of cost.

Page 10: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 3 of 40

1.0 SCOPE

1.1 This procedure covers the requirements of Surface preparation, application of primer, intermediate and finish paints, personnel qualification, testing, inspection for manufactured and subcontracted components of boilers and Valves based on various environmental service conditions.

1.2 As these standard painting schemes have evolved well over the years, and the performance of these paint systems have been satisfactory in many sites, these schemes will be offered to the customers during the tender stage. The use of standard painting scheme has several advantages including the avoidance of certain time consuming surface preparations and also the use of the proven techno-economic options for painting of the products.

1.3 In case of special contract requirements, wherein the customer is specific about having a painting scheme different from the above, then those special contractual requirements will be addressed through a Contract Specific Document, which will be initiated by the concerned Engineering/ Commercial/ Marketing group and further details filled in by Plant Laboratory. The linkage will be provided in the CQP issued by QA.

1.4 Good preservation /transportation enhance the life of painted products. Suitable lasing method (use of rubber, nylon rope/belt) shall be used while transporting and avoid metal slings to tie up the product with load carrier.

2.0 GENERAL

2.1 This procedure specifies the painting requirements to a) provide adequate surface protection of components under prescribed storage conditions at shop / Site

b) Temporary protection for components coming inside the boiler in flue gas path till they are erected inside the boiler and c) protection for a reasonable time till completion of erection for components continuously exposed to atmospheric environment.

2.2 The scheme is based on the site practice of need-based touch-up / re-preservation program based on the duration of storage and the condition.

2.3 For bought-out items, the painting scheme shall be as specified in Engineering Drawing / Specification. Wherever it is not specified, the vendor‟s standard practice has to be followed. Manufactured items for bought-out items shall be as per the painting scheme of the applicable PGMA in this document.

2.4 All currently active PGMAs are covered. Requirements for Missing / new PGMA s can be obtained from Engineering & Plant Lab.

3.0 PAINTING SCHEME & REFERENCE ANNEXURES

3.1 The surface preparation, primer coat, intermediate coat and finish coat requirements for various painting schemes are given as part of this document.

3.2 Standard painting scheme for normal environment / coastal (or) refinery environment/ export projects can be referred in Part – I / II / III available with this document. 3.3 Annexure-I shall be referred for notes on painting scheme furnished in this document. Necessary instructions given for protective coating of various boiler components. 3.4 Total PGMA list of boiler components required to be painted is grouped under Annexure II. 3.5 Inspection and testing plan on surface preparation and painting is given under Annexure III. Description given for various grade of surface cleanliness and inspection techniques.

Page 11: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 4 of 40

3.6 Procedure for painter qualification given under Annexure IV. Painter qualification certificate for BHEL painters and BHEL vendor painters provided separately under annexure – IVA & IVB. 3.7 The Paints envisaged as per this document are indicated in this document under the annexure V-“Painting Scheme-Details for procurement & application purposes‟.

3.8 Good Painting Practices, which will be of assistance to task performers, have been detailed in Annexure-VI. All the annexures as stated above are indexed with page number for ready reference.

INDEX

IDENTITY No. DESCRIPTION PAGE

NO

PART I

STANDARD PAINTING SCHEME FOR NORMAL ENVIRONMENT

5

PART II

STANDARD PAINTING SCHEME FOR COASTAL/REFINERY ENVIRONMENT

9

PART III

STANDARD PAINTING SCHEME FOR EXPORT CONTRACTS

13

ANNEXURE I

PAINTING SCHEME - NOTES 17

ANNEXURE II

PGMA GROUPING 19

ANNEXURE III

INSPECTION & TESTING PLAN FOR SURFACE PREPARATION, PAINTING

22

ANNEXURE IV

PROCEDURE FOR PAINTER QUALIFICATION 32

ANNEXURE IVA

PAINTER QUALIFICATION CERTIFICATE FOR BHEL

VENDORS PAINTERS

34

ANNEXURE IVB

PAINTER QUALIFICATION CERTIFICATE FOR BHEL VENDORS PAINTERS

35

ANNEXURE V

PAINTING SCHEME – DETAILS FOR PROCUREMENT &

APPLICATION PURPOSES

36

ANNEXURE VI

GOOD PAINTING PRACTICES 38

Page 12: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 5 of 40

PART-I

Standard Painting Scheme for Normal Environment Sl. No.

Scheme No.

PGMA** / Description

Surface Preparati

on & Surface Profile

Primer coat

Intermediate Coat

Finish coat Total DFT

µ (min) Paint No. of

Coats / DFT

Paint No. of coats

Paint No. of coats

Shade

1.1 1AC Drum/ Collecting and separator vessels (Except Internals) Drum/ Collecting & separator vessels suspension

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc phosphate Primer (Alkyd Base) to IS 12744

1 / DFT= 30µ per coat

-- -- Synthetic Enamel paint (Long Oil Alkyd) to IS 2932

2 / DFT= 20µ per coat

Inter- national Orange Shade No: 592 of IS 5

70

1.2 5 (Drum/ collecting & separator vessels) Internals &Other Machined Components, DD items (threaded/ machined surfaces)

SSPC-SP1 or SP3 Solvent / Power Tool Cleaning

Rust Preventive Fluid to PR: CHEM: 09 – 04

1 / DFT=25µ per coat

-- -- -- -- -- 25

1.3 1AE Drum - Transport Structures Temporary structures to be removed after erection at site

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc phosphate Primer (Alkyd Base) to IS 12744

1/ DFT= 30µ per coat

-- -- Synthetic Enamel paint (Long Oil Alkyd) to IS 2932

2 / DFT= 20µ per coat

Yellow Shade No: 356 of IS 5

70

2.1 5B Foundation Materials and Pin:, & Columns below “ 0 ” level of PG 35,36, 38 & 39

- - - - - - - - Rust Preventive Fluid to PR: CHEM: 09 – 04

2 / DFT= 20µ per coat

-- 40

**- For PGMA details, refer corresponding Sl.No. in Annexure-II- ‘ PG-MA Grouping’

Page 13: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 6 of 40

PART-I contd…..

Sl. No.

Scheme No.

PGMA** / Description

Surface Preparati

on & Surface Profile

Primer coat Intermediate Coat Finish coat Total DFT µ (min)

Paint No. of Coats / DFT

Paint No. of coats / DFT

Paint No. of coats/ DFT

Shade

2.2 31D Buck Stays and Structural Items: Buck stays, Boiler Supporting Structures, Duct supports, bunker structures (exposed to atmosphere) etc.

Blast cleaning to Sa 2 ½ 35- 50 microns

Epoxy based Zinc phosphate Primer to IS 13238 (latest)

1 / DFT= 30µ per coat

Epoxy Based MIO pigmented intermediate coat (latest)

1 / DFT= 75µ per coat

Epoxy based Polyamide cured finish paint to IS14209 (latest) + Aliphatic acrylic Polyurethane paint to IS 13213 (latest)

1 / DFT= 30µ per coat 1 / DFT= 30µ per coat

Smoke Grey Shade No: 692 of IS 5

165

2.3 1A Hangers

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc phosphate Primer (Alkyd Base) to IS 12744

1 / DFT= 30µ per coat

-- -- Synthetic Enamel paint (Long Oil Alkyd) to IS 2932

2 DFT= 20µ per coat

Smoke Grey Shade No: 692 of IS 5

70

2.4 6 Floor grills, Guard plate** Step treads

Floor Grills: Hot dip Galvanizing to a coating weight of 610 gm per sq.m (minimum) and to a coating thickness of 85.0 microns (minimum). ** Guard plates will be painted as given in Sl. No. 2.2.

2.5 1AB Hand Rails & Posts Ladders & Stairs

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc phosphate Primer (Alkyd Base) to IS 12744

1/ DFT= 30µ per coat

-- -- Synthetic Enamel paint (Long Oil Alkyd) to IS 2932

2/ DFT= 20µ per coat

Black 70

3.1 9 Components >95 deg.C but <400deg.C Un-insulated components other than coming in Gas Path,

SSPC-SP3/ Power Tool Cleaning

Heat Resistant Aluminium Paint to IS 13183 Grade-II

1 (DFT =20 microns)

- - - - Heat Resistant Aluminium Paint to IS 13183 Grade-II

1 (DFT =20 µ per coat )

Aluminium

40

10 Components >400 deg.C & <600deg.C Un-insulated components other than coming in Gas Path

SSPC-SP3/ Power Tool Cleaning

Heat Resistant Aluminium Paint to IS 13183 Grade-I

1 (DFT =20 microns)

- - - - Heat Resistant Aluminium Paint to IS 13183 Grade-I

1 (DFT =20 µ per coat )

Aluminium

40

**- For PGMA details, refer corresponding Sl.No. in Annexure-II- ‘ PG-MA Grouping’

Page 14: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 7 of 40

PART-I contd…..

Sl. No.

Scheme No.

PGMA** / Description

Surface Preparati

on & Surface Profile

Primer coat Intermediate Coat Finish coat Total DFT

µ (min)

Paint No. of Coats / DFT

Paint No. of coats / DFT

Paint No. of coats/ DFT

Shade

3.2 3 Components > 95o C Insulated

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc phosphate Primer (Alkyd Base) to IS 12744

2 / DFT= 30µ per coat

- - - - - - - Red Oxide

60

3.3 2 Heat Exchanger Coils: (SH, RH & Economizer Coils)

SSPC – SP2 or SSPC – SP3 Hand tool / Power tool cleaning

Red Oxide Zinc Phosphate Dip coat primer to PR: CHEM: 09 – 03

1/ DFT= 35µ per coat

-- -- -- -- Red Oxide 35

3.4 3 Components coming in Gas Path other than coils

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc phosphate Primer (Alkyd Base) to IS 12744

2 / DFT= 30µ per coat

- -

- - - - - - Red Oxide

60

3.5 8A Uninsulated Fuel pipes, Duct for Tube Mill

SSPC-SP3/ Power Tool Cleaning

General purpose Aluminium paint to IS 2339

2 / DFT= 20µ per coat

-- -- -- -- Aluminum

40

4 15 Constant Load and Variable Load Hangers (CLH / VLH) (See NOTE 14 of ANNEXURE V)

Abrasive blast cleaning to Sa 2 ½ 35- 50 microns

Epoxy zinc rich primer to IS 14589 Gr. II %VS=35 (min)

1 DFT= 40µ / coat

-- -- Aliphatic acrylic Poly-urethane paint %VS=40 (min) t

1 / DFT= 30µ per coat

Phirozi Blue Shade No. 176 of IS5

70

5.1 1A Miscellaneous and Casing Sheets, Steam Blowing Piping, Duct Plates and Expansion Joints, Coal Handling, (Temp: <95 deg.C)

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc phosphate Primer (Alkyd Base) to IS 12744

1/ DFT= 30µm per coat

-- -- Synthetic Enamel paint (Long Oil Alkyd) to IS 2932

2/ DFT= 20µm per coat

Smoke Grey Shade No: 692 of IS 5

70

**- For PGMA details, refer corresponding Sl.No. in Annexure-II- ‘ PG-MA Grouping’

Page 15: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 8 of 40

PART-I contd…..

Sl. No.

Scheme No.

PGMA** / Description

Surface Preparati

on & Surface Profile

Primer coat Intermediate coat

Finish coat Total DFT µ (min)

Paint No. of Coats / DFT

Paint

No. of coats

Paint No. of coats

Shade

5.2 3 Erection Materials and Commissioning Components:

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc phosphate Primer (Alkyd Base) to IS 12744

2 DFT= 30µ / coat

- - - - - - - - Red Oxide

60

6.1 10 / 9 Cast carbon steel valves (Conventional) Cast alloy steel valves (Conventional) All API valves, QCNRV, SV & SRV Silencers, Water Level gauge HP / LP system 22-101,889, Control valves (spring loaded bypass, economizer CV etc)

SSPC-SP3/ Power Tool Cleaning

Heat Resistant Aluminium Paint to IS 13183 Gr.I / II

2 / DFT= 20µ per coat

-- -- -- -- -- 40

6.2 -- Forged valves Phosphating

Coating weight of 1500 mg per sq.ft.

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

6.3 1AS Soot Blower components

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc phosphate Primer (Alkyd Base) to IS 12744

2 / DFT= 30µ per coat

-- -- Synthetic Enamel paint (Long Oil Alkyd) to IS 2932

2 / DFT= 20µ per coat.

Verdigris Green Shade No. 280 of IS5

100

6.4 36 On Shore OFE Components

SSPC-SP3/ Power Tool Cleaning

HB Chlorinated Rubber based Zinc Phosphate Primer

2 / DFT= 50µ per coat

-- -- Chlorinated Rubber Based Finish Paint

2 / DFT= 30µ per coat

French Blue Shade No: 166 of IS 5

160

6.5 35B Off Shore Components

SSPC-SP3/ Power Tool Cleaning

Epoxy based Free Mastic G-316 Primer

1 / DFT= 100µ per coat

-- -- Aliphatic acrylic Poly-urethane paint To IS13213 %VS=40 (min)

1 DFT=30µ per coat

French Blue Shade No: 166 of IS 5

130

6.6 8A Hand Wheels SSPC-SP3/ Power Tool Cleaning

General Purpose Aluminium Paint to IS 2339

2 / DFT= 20µ per coat

-- -- -- -- -- 40

**- For PGMA details, refer corresponding Sl.No. in Annexure-II- ‘ PG-MA Grouping’

Painting Scheme for Arrows shall be as per valves and the final shade will be ‘Post Office Red-Shade No. 538 of IS 5

Page 16: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 9 of 40

PART II

Standard Painting Scheme for Costal/Refinery Environment

Sl. No.

Scheme

No. PGMA** /

Description

Surface Preparation & Surface

Profile

Primer coat Intermediate Coat Finish coat Total DFT

m (min)

Paint No. of Coats / DFT

Paint No. of coats

Paint No. of coats

Shade

1.1 1AC Drum/ Collecting and separator vessels (Except Internals) Drum/ Collecting & separator vessels suspension

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc

phosphate Primer (Alkyd Base)

to IS 12744

1 / DFT=

30 per coat

-- -- Synthetic Enamel paint

(Long Oil Alkyd) to IS 2932

2

DFT= 20 per coat

Inter- national Orange

Shade No: 592

of IS 5

70

1.2 5 (Drum/ collecting & separator vessels) Internals & Other Machined Components, DD items (threaded/ machined surfaces)

SSPC-SP1 or SP3 Solvent / Power Tool Cleaning

Rust Preventive

Fluid to PR: CHEM:

09 – 04

1 / DFT=25

per coat

-- -- -- -- -- 25

1..3 1AE Drum - Transport Structures Temporary structures to be removed after erection at site

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc

phosphate Primer (Alkyd Base)

to IS 12744

1 DFT=

30 per coat

-- -- Synthetic Enamel paint

(Long Oil Alkyd) to IS 2932

2

DFT= 20 per coat

Yellow Shade No:

356 of IS 5

70

2.1 5B Foundation Materials and Pin:, & Columns below “ 0 ” level of PG 35,36, 38 & 39

- - - - - - - - - - Rust preventive 2 DFT =20 microns

- - 40

2.2 31D Buck Stays and Structural Items: Buck stays, Boiler Supporting Structures, Duct supports, bunker structures (exposed to atmosphere) etc.

Blast cleaning to Sa 2 ½

35- 50 microns

Epoxy based Zinc phosphate Primer to IS 13238 (latest)

1 / DFT= 30µ per coat

Epoxy Based MIO/ TiO2 pigmented intermediate coat (latest)

1 / DFT= 75µ per coat

Epoxy based Polyamide cured finish paint to IS14209 (latest) +

Aliphatic acrylic Polyurethane paint to IS 13213 (latest)

1 / DFT= 30µ per coat

1 / DFT= 30µ per coat

Smoke Grey Shade No: 692 of IS 5

165

**- For PGMA details, refer corresponding Sl.No. in Annexure-II- ‘ PG-MA Grouping’

Page 17: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 10 of 40

PART-II contd…..

Sl. No.

Scheme

No. PGMA** /

Description

Surface Preparation & Surface

Profile

Primer coat Intermediate Coat Finish coat Total DFT

m (min)

Paint No. of Coats / DFT

Paint No. of coats

Paint No. of Coats/ DFT

Shade

2.3 1BA Hangers:

SSPC-SP3/ Power Tool Cleaning

HB Chlorinated

Rubber based Zinc Phosphate

Primer

DFT= 50 per coat

1 -- -- Synthetic Enamel paint

(Long Oil Alkyd)

to IS 2932

DFT= 20 per coat

2

Smoke Grey

Shade No: 692

of IS 5

90

2.4 6 Floor grills, Guard plate** Step treads

Floor Grills: Hot dip Galvanizing to a coating weight of 610 g per sq.m (minimum) and to a coating thickness of 85.0 microns (minimum). ** Guard plates will be painted as given in Sl. No. 2.2.

2.5 1BB Hand Rails & Posts Ladders & Stairs

SSPC-SP3/ Power Tool Cleaning

HB Chlorinated

Rubber based Zinc Phosphate

Primer DFT= 50µ per coat

1 -- -- Synthetic Enamel paint

(Long Oil Alkyd)

to IS 2932

DFT= 20 per coat

2

Black 90

3.1

9 Components >95 deg.C but <400deg.C Un-insulated components other than coming in Gas Path,

SSPC-SP3/ Power Tool Cleaning

Heat Resistant Aluminium Paint to IS 13183 Grade-II

1 (DFT =20 microns)

- - - - Heat Resistant Aluminium Paint to IS 13183 Grade-II

1 (DFT =20 µ per coat )

Aluminium 40

10 Components >400 deg.C & <600deg.C Un-insulated components other than coming in Gas Path

SSPC-SP3/ Power Tool Cleaning

Heat Resistant Aluminium Paint to IS 13183 Grade-I

1 (DFT =20 microns)

- - - - Heat Resistant Aluminium Paint to IS 13183 Grade-I

1 (DFT =20 µ per coat )

Aluminium

40

3.2 3 Components >95 C

Insulated

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc

phosphate Primer (Alkyd Base)

to IS 12744

2

DFT= 30 per coat

---

- - - - - - Red Oxide 60

3.3 2 Heat Exchanger Coils: (SH, RH & Economiser Coils)

SSPC – SP2 or SSPC – SP3 Hand tool / Power tool cleaning

Red Oxide Zinc

Phosphate Dip coat primer to

PR: CHEM: 09 – 03

1

DFT= 35 per coat

--

-- -- -- Red Oxide 35

3.4 3 Components coming in Gas Path other than Coils

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc

phosphate Primer (Alkyd Base)

to IS 12744

2 DFT=

30 per coat

- -

- - - - - - Red Oxide 60

**- For PGMA details, refer corresponding Sl.No. in Annexure-II- ‘ PG-MA Grouping’

Page 18: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 11 of 40

PART-II contd…..

Sl. No.

Scheme

No. PGMA** /

Description

Surface Preparation & Surface

Profile

Primer coat Intermediate Coat Finish coat Total DFT

m (min)

Paint No. of Coats / DFT

Paint No. of Coats

Paint No. of Coats/ DFT

Shade

3.5 8A Uninsulated Fuel Pipes Duct for Tube Mill:

SSPC-SP3/ Power Tool Cleaning

General purpose

Aluminium paint to IS

2339

2 DFT= 20 per coat

-- -- -- -- Aluminum 40

4 15 Constant Load and Variable Load Hangers (CLH / VLH)

(See NOTE 14 of ANNEXURE V)

Abrasive blast cleaning to Sa 2 ½ 35- 50 microns

Epoxy zinc rich primer to IS 14589 Gr. II

%VS=35 (min)

1 DFT=40

m / coat

-- -- Aliphatic acrylic Poly-

urethane paint %VS=40 (min)

1

DFT=30 per coat

Phirozi Blue

Shade No. 176 of IS5

70

5.1 1A Miscellaneous and Casing Sheets: Steam Blowing Piping: Duct Plates and Expansion Joints: Coal Handling (Temp: <95 deg.C)

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc

phosphate Primer

(Alkyd Base) to IS 12744

1 DFT=

30m per coat

-- -- Synthetic Enamel

paint (Long Oil

Alkyd) to IS 2932

2 DFT= 20

Smoke Grey Shade No:

692 of IS 5

70

5.2 3 Erection Materials and Commissioning Components:

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc

phosphate Primer (Alkyd Base) to IS

12744

2 DFT=

30m / coat

- - - - - - - - Red Oxide 60

6.1 10/ 9 Cast carbon steel valves (Conventional) Cast alloy steel valves (Conventional) All API valves, QCNRV, SV & SRV Silencers, Water Level gauge HP / LP system 22-101,889. Control valves (spring loaded bypass, economizer CV etc)

SSPC-SP3/ Power Tool Cleaning

Heat Resistant Aluminium

Paint to IS 13183

Gr.I/II

2

-- -- -- -- Aluminum 40

6.2 -- Forged valves Phosphating Coating weight of

1500 mg per sq. ft

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

6.3 1AS1 Soot Blower components

SSPC-SP3/ Power Tool Cleaning

HB Chlorinated

Rubber based Zinc Phosphate

Primer

1 DFT=

50 per coat

-- -- Synthetic Enamel

paint (Long Oil

Alkyd) to IS 2932

2

DFT= 20 per coat

Verdigris Green

Shade No. 280 of IS5

90

**- For PGMA details, refer corresponding Sl.No. in Annexure-II- ‘ PG-MA Grouping’

Page 19: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 12 of 40

PART-II contd…..

Sl. No.

Scheme

No. PGMA** /

Description

Surface Preparation &

Surface Profile

Primer coat Intermediate Coat Finish coat Total DFT

m (min)

Paint No. of Coats / DFT

Paint No. of Coats

Paint No. of Coats/ DFT

Shade

6.4 36 On Shore OFE Components

SSPC-SP3/ Power Tool Cleaning

HB Chlorinated

Rubber based Zinc Phosphate

Primer

DFT= 50 per coat

2 -- -- Chlorinated Rubber Based

Finish Paint

DFT= 30 per coat

2

French Blue Shade No:

166 of IS 5

160

6.5 35B Off Shore Components

SSPC-SP3/ Power Tool Cleaning

Epoxy based Free Mastic G-316 Primer

1 / DFT= 100µ per coat

-- -- Aliphatic acrylic Poly-urethane paint To IS13213 %VS=40 (min)

1 DFT=30µ per coat

French Blue Shade No: 166 of IS 5

130

6.6 8A Hand Wheels

SSPC-SP3/ Power Tool Cleaning

General Purpose

Aluminium Paint to IS

2339

2 DFT=

20m per coat

-- -- -- -- -- 40

**- For PGMA details, refer corresponding Sl.No. in Annexure-II- ‘ PG-MA Grouping’

Painting Scheme for Arrows shall be as per valves and the final shade will be ‘Post Office Red-Shade No. 538 of IS 5

Page 20: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 13 of 40

PART III

Standard Painting Scheme for EXPORT CONTRACTS

Sl. No.

Scheme

No. PGMA** / Description

Surface

Preparation & Surface Profile

Primer coat Intermediate Coat Finish coat

Paint No. of coats

Paint No. of coats

Paint No. of coats

Shade Total DFT

m (min)

1.1 18 Drum/ Collecting and separator vessels (Except Internals) Drum/ Collecting & separator vessels suspension

Blast cleaning to

Sa 2 ½ (Near white metal) with surface

profile 35- 50 microns

Inorganic Ethyl Zinc

Silicate Primer to IS

14946

1/

DFT= 70 per coat

-- -- Epoxy Polyamide

cured Finish Paint to IS 14209

1/

DFT= 35 per coat

Smoke Grey Shade No:

692 of IS 5

105

1.2 4S (Drum/ collecting & separator vessels) Internals RETAINERS Other Machined Components: DD items (threaded/ machined surfaces)

Blast cleaning to

Sa 2 ½ (Near white metal) with surface

profile 35- 50 microns

Sea worthy Rust

Preventive Fluid to

PR: CHEM: 09 – 06

2/

DFT=25 per coat

-- -- -- -- -- 50

1.3 1AE Drum - Transport Structures Temporary structures to be removed after erection at site

SSPC-SP3/ Power Tool Cleaning

Red Oxide Zinc

phosphate Primer

(Alkyd Base) to IS 12744

1/

DFT= 30 per coat

-- -- Synthetic Enamel

paint (Long Oil

Alkyd) to IS 2932

DFT= 20 per coat

2

Yellow Shade No:

356 of IS 5

70

2.1 4S Foundation Materials and Pin:, & Columns below “ 0 ” level of PG 35,36, 38 & 39

Blast cleaning to

Sa 2 ½ (Near white metal) with surface

profile 35- 50 microns

Sea worthy Rust

Preventive Fluid to

PR: CHEM: 09 – 06

2/

DFT=25 per coat

-- -- -- -- -- 50

**- For PGMA details, refer corresponding Sl.No. in Annexure-II- ‘ PG-MA Grouping’

Page 21: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 14 of 40

PART-III contd…..

2.4 6 Floor grills, Guard plate

Floor Grills: Hot dip Galvanizing to a coating weight of 610 g per m2 (minimum) and to a coating thickness of 85.0 microns (minimum).

** Guard plates & Stringer channels will be painted as given in Sl. No. 2.2.

2.5 6 Hand Rails & Posts Ladders and Stairs

Hot dip Galvanizing to a coating weight of 610 g per m2 (minimum) and to a coating thickness of 85.0 microns (minimum).

Hood ladders will be painted as given in Sl. No. 2.2

3.1

10A

Un-insulated Components >95 C

but <400 C (Other than components coming in Gas Path)

Control valves (spring loaded bypass, economizer CV etc)

Blast cleaning to

SSPC-SP10 with surface

profile 35- 50

microns

Inorganic Ethyl Zinc

Silicate Primer to IS 14946

1/ DFT=

65 per coat

- - - - Heat Resistant Aluminium Paint to IS

13183 Grade-2

2/ DFT= 20 per coat

Aluminium

105

10C Un-insulated Components >400

C but <600 C (Other than components coming in Gas Path)

Blast cleaning to

SSPC-SP10 with surface

profile 35- 50

microns

Heat Resistant Aluminium Paint to IS

13183 Grade-I

2/ DFT=

20 per coat

- - - - Heat Resistant Aluminium Paint to IS

13183 Grade-I

2/ DFT= 20 per coat

Aluminium

80

3.2 1JS Components >95 C Insulated

Blast cleaning to

SSPC-SP10/ Sa2 ½ (near white metal) with surface

profile 35- 50 microns

Red Oxide Zinc

phosphate Primer

(Alkyd Base) to IS 12744

DFT= 30 per coat

2 Shall be done at

shop

- - - - Synthetic Enamel paint

(Long Oil Alkyd)

to IS 2932

DFT= 20 per coat

2 Shall be done at

shop

Smoke Grey

Shade No: 692 of IS 5

100

**- For PGMA details, refer corresponding Sl.No. in Annexure-II- ‘ PG-MA Grouping’

Sl. No.

Scheme

No. PGMA** / Description

Surface

Preparation & Surface Profile

Primer coat Intermediate Coat Finish coat Total DFT

m (min)

Paint No. of coats

Paint No. of coats

Paint No. of coats

Shade

2.2

19C/ 19RC

Buck Stays and Structural Items: Buck stays, Boiler Supporting Structures, Duct supports, bunker structures (exposed to atmosphere) etc.

Blast cleaning to

Sa 2 ½ (Near white metal) with

surface profile 35- 50

microns

Inorganic Ethyl Zinc

Silicate Primer to IS 14946

1/ DFT= 75 per coat

Epoxy Based MIO pigmented intermediate coat

1 / DFT= 75µ per coat

#Epoxy based finish paint

+

Aliphatic acrylic Polyurethane paint to IS 13213 (latest)

2 / DFT= 35µ per coat

1 / DFT= 30µ per coat

Smoke Grey Shade No: 692 of IS 5 or Grey White RAL 9002

250

Page 22: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 15 of 40

PART-III contd…..

Sl. No.

Scheme

No. PGMA** / Description

Surface

Preparation & Surface Profile

Primer coat Intermediate Coat Finish coat Total

DFT

m (min)

Paint No. of coats

Paint No. of coats

Paint No. of coats

Shade

3.3 2A Heat Exchanger Coils: (SH, RH & Economiser Coils)

SSPC – SP6## or SSPC – SP3 Commercial Blast cleaning/ Power tool cleaning

Red Oxide Zinc

Phosphate Dip coat primer to

PR: CHEM: 09 – 03

2/ DFT=35µ per coat

-- -- -- -- -- 70

## - Commercial blast cleaning is to be adopted for components which cannot be containerized during voyage

3.4 1GS Components coming in Gas Path other than Coils

Blast cleaning to

SSPC-SP10/ Sa2 ½ (near white metal) with surface

profile 35- 50 microns

Red Oxide Zinc

phosphate Primer

(Alkyd Base) to IS 12744

2/ DFT=30µ per coat

- - - - Synthetic Enamel paint

(Long Oil Alkyd)

to IS 2932

DFT= 20m per coat

1 Shall be done at

shop

Smoke Grey

Shade No: 692

of IS 5

80

3.5 10A Uninsulated Fuel Pipes

Blast cleaning to

SSPC-SP10/ Sa2 ½ (near white metal) with surface

profile 35- 50 microns

Inorganic Ethyl Zinc

Silicate Primer to IS 14946

1/ DFT=

65 per coat

- - - - Heat Resistant Aluminium Paint to IS

13183 Grade-2

2/ DFT= 20 per coat

Aluminium

105

4.0 15 Constant Load and Variable Load Hangers (CLH / VLH)

(See NOTE 14 of ANNEXURE V)

Abrasive blast cleaning to Sa 2 ½ 35- 50 microns

Epoxy zinc rich primer to

IS 14589 Gr. II %VS=35 (min)

1/ DFT=40 microns per coat

-- -- Aliphatic acrylic Poly-

urethane paint %VS=40 (min)

1/ DFT=30.0 microns per coat

Phirozi Blue

Shade No. 176 of IS5

70

5.1 1JS

Miscellaneous and Casing Sheets Fuel Firing: Steam Blowing Piping: Duct Plates and Expansion Joints: Coal Handling:

Blast cleaning to

SSPC-SP10/ Sa2 ½ (near white metal) with surface

profile 35- 50 microns

Red Oxide Zinc

phosphate Primer

(Alkyd Base) to IS 12744

DFT= 30m per coat

2 Shall be done at

shop

-- -- Synthetic Enamel paint

(Long Oil Alkyd)

to IS 2932

DFT= 20m per coat

2 Shall be done at

shop

Smoke Grey

Shade No: 692

of IS 5

100

**- For PGMA details, refer corresponding Sl.No. in Annexure-II- ‘ PG-MA Grouping’

Page 23: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 16 of 40

PART-III contd…..

Sl. No.

Scheme

No. PGMA** / Description

Surface

Preparation & Surface Profile

Primer coat Intermediate Coat Finish coat Total

DFT

m (min)

5.2 1GS Erection Materials and Commissioning Components:

Blast cleaning to

SSPC-SP10/ Sa2

½ (near white

metal) with surface profile

35- 50 microns

Red Oxide Zinc

phosphate Primer

(Alkyd Base) to IS 12744

DFT= 30µm per

coat

2/ Shall be done at

shop

- - - - Synthetic Enamel paint

(Long Oil Alkyd)

to IS 2932

DFT= 20 per coat

1 Shall be done at

shop

Smoke Grey

Shade No: 692

of IS 5

80

6.1 10C Cast carbon steel valves (Conventional) Cast alloy steel valves (Conventional) All API valves, QCNRV, SV & SRV Silencers, Water Level gauge HP / LP system 22-101,889.

Blast cleaning to

SSPC-SP10 with

surface profile 35- 50

microns

Heat Resistant Aluminium Paint to IS

13183 Grade-I

2/ DFT= 20m

per coat

- - - - Heat Resistant Aluminium Paint to IS

13183 Grade-I

2/ DFT= 20m per coat

Aluminium

80

6.2

-- Forged valves Phosphating Coating weight of 1500 mg per sq. ft

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

6.3 15 Soot blower components Blast cleaning to Sa 2 ½ 35- 50 microns

Epoxy zinc rich primer to IS 14589

Gr. II %VS=35

(min)

1/ DFT=40 microns per coat

-- -- Aliphatic acrylic Poly-

urethane paint

%VS=40 (min)

1/ DFT=30.microns per coat

Phirozi Blue

Shade No.

176 of IS5

70

6.4 36 On Shore OFE Components SSPC-SP10/ Blast

cleaning to Sa 2 ½ with

surface profile

35 microns

HB Chlorinated

Rubber based Zinc Phosphate

Primer

DFT= 50µ per coat

2 -- -- Chlorinated Rubber

Based Finish Paint

DFT= 30µ per coat

2

French Blue Shade No:

166 of IS 5

160

6.5 35B Off Shore Components SSPC-SP10/ Blast

cleaning to Sa 2 ½ with

surface profile

35 microns

Epoxy based Free

Mastic G-316

Primer

1 / DFT= 100µ per coat

-- -- Aliphatic acrylic Poly-urethane paint To IS13213 %VS=40 (min)

1 DFT=30µ per coat

French Blue Shade No: 166 of IS 5

130

6.6 8A Hand Wheels

SSPC-SP3/ Power Tool Cleaning

General Purpose

Aluminium Paint to IS

2339

2/ DFT=

20m per coat

-- -- -- -- -- 40

**- For PGMA details, refer corresponding Sl.No. in Annexure-II- ‘ PG-MA Grouping’ Painting Scheme for Arrows shall be as per valves and the final shade will be ‘Post Office Red-Shade No. 538 of IS 5

Page 24: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 17 of 40

ANNEXURE I

NOTES FOR PAINTING SCHEME PART I, II & III: 1. This painting scheme covers a comprehensive list of PGMAs being used in 125 to 800 MW and Industrial Boilers under Fossil Boilers working in normal environment, in an effort to standardize the painting scheme. Therefore, the entire list of PGMAs will not be applicable for any specific project and only those PGMAs applicable for the project may be used, while choosing the painting scheme applicable. 2. Rust Preventive coating should be given on HSFG Bolt and Nut threads and inside surfaces of fabricated structure shall be painted with red oxide primer paint during fit up stage. 3. All threaded & machined surfaces and retainers are to be applied with a coating of Temporary Rust Preventive oil. 4. All surfaces of foundation materials, insulation pins, Anchor channels, Sleeves Splice/cover plate/gusset plate, and metal contact area usually bolted at site to enhance the load transfer by friction grip shall be coated with Temporary Rust Preventive Fluid and during execution of civil works; the dried film of coating shall be removed using organic solvents. 5. PGMAs under Sub-Vendor items are not indicated. Please refer respective Engineering Document for all sub-vendor items. Wherever it is not specified, it shall be as per the painting scheme of the applicable PGMA. 6. No painting is required for Aluminium, Stainless Steel components and galvanized items. Abrasive blast cleaning to SSPC-SP6 (Sa 2) grade shall be done on any damaged painting area. This repair is not applicable to inorganic ethyl zinc silicate painted component. 7. Wherever inside surfaces of components under PGMA 48 – XXX, need protection till erection, and all running meter items for spares and main item two coats of Red-oxide zinc phosphate primer paint to IS12744 to a DFT of 60 microns shall be applied, after power tool cleaning. For items meant for Spares and subcontracting where no further processing is involved, the painting scheme selected shall be the same as that of similar product configuration/ description. Inside surface of fabricated items such as box type columns need to be painted with 2 coat of red oxide primer before fabrication of the component. 8. The Temporary Rust Preventive coating that has already been applied on any component, tubes, pipes etc., shall be visually inspected for good adherence. If the coating is intact, direct coating of alkyd based red oxide paints over the coating is permitted. In case, the coating has peeled off over a large area, then the coating is to be removed by suitable solvents / heating to 350 –400 C for an hour before primer paint application –but, in this case, it should be ensured that the minimum surface cleanliness required for primer paint application shall be SSPC – SP2 (equivalent – Hand Tool cleaning). 9. All currently active PGMAs are covered. Requirements for Missing / new PGMA s will be included under the relevant section, following the appropriate paint logic. 10. Ground shade/color finish paints & identification tag/ band for equipments, piping, pipe service, boiler supporting structures and other boiler components shall be followed as per tender. 11. In components, wherever plates/sheets of thickness less than or equal to 5 mm, tubes/ rods/drain pipe dia <25mm are used, power tool /hand tool cleaning to SSPC-SP3/ SSPC-SP-2 shall be followed and the painting shall be done as described in Sl no: 5.1 of SIP:PP:22-A/B/C. For all commissioning components-erection materials (xx-993) two coats of Red oxide Zinc Phosphate Primer shall be applied to meet the temporary protection till erection, after power tool cleaning. 12. Touch-up painting of damaged areas shall be carried out as per clause applicable painting scheme. 13. Structural members having welded connections at site, relevant area can be painted with primer paint. Instead of Weldable primer.

Page 25: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 18 of 40

14. DUs coming under Constant Load Hangers (CLH)/ Variable Load Hangers (VLH) shall be painted as per the system - PS 15 indicated in Sl. No. 4 of the table. However, for DUs other than CLH/VLH, the painting shall be as per Painting Scheme PS 1A indicated in Sl. No. 5.1 of the table. (i.e., one coat of Red Oxide Zinc Phosphate Primer followed by two coats of Synthetic Enamel Paint –shade smoke grey, total DFT – 70 microns) 15. For internal protection of Pipes, tubes, headers and other pressure parts, Volatile Corrosion Inhibitor (VCI) pellets shall be put ( after sponge testing/ draining/ or drying ) and subsequently end capped. The dosage of VCI pellets shall be approximately 100 gm/m3. For tubes typically 4 – 5 tablets per end are to be put. For C & I items the dosage of self-indicating Silica Gel (colorless) shall be 250 gm/ m3. (About 2 to 3 bags weighing approximately 100 grams each). VCI pellets shall not be used for stainless steel components and its composite associates. 16. For chequered plates having thickness <=5mm, surface preparation can be power tool cleaning to St3 and painting shall be in line with Sl. No. 5.1 of corresponding category. 17. Structures: Metal to metal contact area usually bolted connections (namely, Splice/cover plate, rest plate etc.,) designed to enhance the load transfer by friction grip bolt shall be applied with rust preventive fluid after blasting. 18. Handrails covered under Sl. No. 2.2 of annexures-II/III/IV need to be painted in line with painting scheme for handrails (i.e. Sl .No. 2.5). Similarly step treads of structurals (sl.no.2.2) shall be galvanized in line with PS6. 19. This painting scheme is the final document and it overwrites any other document indicating painting/ coating schemes. The component not covered in approved painting scheme, this is the governing document to decide the type of paint application. 20. All threaded components of spring assemblies and turnbuckles shall be galvanized and achromatized to 15 microns minimum thickness.

Page 26: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 19 of 40

ANNEXURE- II

PG-MA Grouping

Sl. No.

PGMA / Description

1.1 Collector and separator vessels/ Drum & Drum suspension (Except Internals), supports 04 – 114, 116, 118, 124, 126, 128, 142, 144,146,147, 148, 210 212, 214, 270 , 321,323,547

1.2 (Collector and separator vessel/ Drum) Internals: 04 – 114, 134, 136, 138, 210, 347; Retainers: 30-310,410,510,520; 32-010,310,410,510,520,610,710; 33-310; 37-010; Other Machined Components: 43 – 101, 102, 103, 104, 105, 106, 107; Dd items: 07-302, 309,331,361,362,393; 12-314,317,324,327,328,344,348,354,393;17-304,306,319; 19-306,307; 21-602,605; 24-352,803,813,818,827,842; 41-710; 42-710; 43-710; 45-710; 47-710; 65-710; 67-710

1.3 Drum Transport Structures 04 - 194, 196, 35 - 391, 810 & Temporary structures to be removed after erection at site

2.1 Foundation Materials and Pin: 28-700; 35 - 010, 011, 012, 013, 020, 030, 190, 700, 701; 36-700,701; 38 – 010; 39 - 010, 011, 012, 020, 030, 040, 700; 48 – 019,913 & Columns below “ 0 ” level of PG 35,36, 38 & 39

2.2 Buck Stays and Structural Items: Buck stays: 08 – 001, 003, 006, 007, 101, 104, 107, 111, 380, 382, 400, 500, 501, 503, 700, 900, 901, 904, 907, 910 Boiler Supporting Structures: 35 – 100, 110, 111, 112, 120, 121, 122, 130, 131, 132, 133, 134, 135, 136, 140, 141, 142, 143, 144, 145,146,150, 151, 152, 153,154,155,156, 160, 161, 162, 171, 172, 173, 174, 181, 182, 183, 184, 185, 186, 191, 192, 193, 194, 195, 196, 210, 211, 212, 213, 214, 220, 221, 222, 230, 231, 232, 240, 250, 310, 311, 312, 320, 321, 322, 330, 331, 332, 340, 341, 342, 350, 351, 352, 360, 361, 362, 371, 372, 380, 381, 382, 383,384,385,386,387, 390,392, 410, 420, 430, 440, 441, 442, 443,444 to 447, 451, 452, 453,454 to 457, 461, 462, 463, 471, 472, 473, 481, 482, 483, 500, 510, 511, 512, 513, 514,515 to 558 520, 521,522, 523, 524,525 to 528, 530, 531, 532, 533, 534 to 538, 540, 541, 542, 550, 551, 552, 561, 562, 563, 571, 572, 573, 581, 582, 583, 591, 592, 593, 594, 595, 596, 597, 598, 599, 610, 612, 613, 710, 711, 712, 713, 715; 36 – 110,120, 130, 150, 200, 210, 211, 212, 220, 221, 222, 230, 231, 232, 240, 241, 242, 250, 251, 252, 260, 261, 262, 270, 271, 272, 280, 281, 282, 290, 291, 292, 300, 301, 302, 310, 311, 312, 313, 314, 315, 316, 320, 321, 322, 323, 324, 325, 326, 327, 330, 331, 332, 333, 334, 335, 336 to 338, 340, 341, 342, 343, 344, 345, 346, 347, 348, 350, 351, 352, 353, 354, 355, 356, 360, 361, 362, 363, 364, 365, 366, 370, 371, 372, 380, 381, 382, 383, 390, 391, 392, 393, 394, 395, 396, 397, 410, 420, 430, 490, 491, 492, 510, 520, 610, 612, 620, 621, 630, 631, 632; 38 – 110, 120, 130, 210, 211, 299, 310, 311, 380, 381, 390, 410, 510, 511, 512, 513, 521, 522, 610, 611, 612, 620, 710, 712, 720, 730: 39 - 100, 101, 102, 110, 120, 121, 130, 140, 141, 142, 143, 150, 160, 200, 210, 299, 300, 301, 303, 304, 305, 306, 311, 312, 323, 390, 391, 392, 393, 901; Duct Supports 48 – 005, 015, 025, 045, 055, 065, 085, 105, 115, 125, 145, 155, 185, 195, 200,205, 215, 225, 235, 245, 255, 265, 275, 295, 305, 315, 325, 335, 345, 355, 365, 375, 385, 395, 415, 425, 435, 445, 455, 465, 475, 485, 495, 665, 805, 815, 825, 845, 855, 865, 875, 885, 995 Piping Centre: 80-800 to 882, 920 to 933, 940. Bunker structures: 34- 100 to 104,111,112,151,152,200,201,205,206,251,255,256,301 to 303,351 to 353,390, 401 to 403,406 to 408, 451 to 453, 456 to 458, 501 to 503, 506 to 508, 551 to 553, 556 to 558, 610, 650, 911, 951. Columns, bracing, bunker shell & hopper, platforms, monorails etc. 68- 101,102 to 104, 111 to 114,150,160, 180, 190, 201 to 203, 206 to 208, 211 to 213, 216 to 218,251,253,256, 261,263, 266,281,286,287,291, 296, 297, 301,306,311,316,351,356,361,366, 381.383,386,391,396,401,411,610, 620,630,640; 66 - 101,102, 151,152;

2.3 Hangers: 36 - 740, 741, 742, 743, 744. 2.4 Floor grills, Guard plate** 35 – 811,812; 36 - 010, 810, 811, 812, 813, 814, 815, 816, 840; 38 - 810, 811; 39 – 810, 811, 840,

841 2.5 Hand Rails & Posts 34-810,820,850; 35 - 850, 851; 36 – 820,850, 851, 852, 853; 38 – 820,850, 851; 39 – 820,850, 851;

Ladders & Stairs 35 – 820, 821, 822, 823; 36 – 820, 821, 822, 823; 38 – 820, 821; 39 – 820, 830, 831; 48 – 466 3.1 Components >95 C Un-insulated other than components coming in Gas Path 09 - 001, 002, 003; 21 - 800, 850, 875, 997; 24

– 120, 160, 173, 180, 185, 190, 195, 220, 260, 273, 280, 285, 290, 320, 345, 360, 373, 380, 385, 390, 395, 420, 460, 480, 485, 490, 495, 520, 560, 573, 580, 585, 590, 642,660, 665, 680, 685, 690, 807, 820, 860, 865, 867, 880, 885; 28 – 200, 220; 42 – 200, 318, 328, 348, 358; 48 – 380, 915. Valves/ Temp up to 400 deg.C: 42 - 300; 24 - 883; Seal boxes (temp >400 & <600 deg.C): 09-004, 005; For export projects: (>950C but <4000C) 24-120,185,190,195,220,373,395,420,490,495,520,590,820,860,885; 42-300,318,328,348,358; (>4000C but <6000C) 09-001,002,003; 21-800,850,875,997; 24-160;

3.2 Components >95 C Insulated 05 - 137, 139, 147, 153, 154, 155, 158, 159, 175, 188, 195, 220, 227, 229, 231, 236, 241, 246, 251, 265, 281, 283, 296, 327, 330, 340, 341, 350, 493, 879, 900; 07 - 101, 102, 104, 106, 107, 108, 109, 110, 125, 200, 201, 202, 203, 204, 211,

Page 27: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 20 of 40

212, 214, 215, 216, 217, 218, 221, 222, 223, 225, 226, 229, 231, 232; 10 – 100, 120, 122, 135, 136, 140, 141, 151, 170, 174, 178, 179, 180, 191, 195, 218, 220, 222, 235, 236, 240, 241, 251, 270, 274, 278, 279, 280, 283, 284, 285, 291, 295, 315, 687; 12-178,179, 181,850,852,900; 15 – 136, 138, 147, 174, 177, 178, 192, 193, 236, 238, 274, 278, 279, 292, 293, 999; 17 – 138, 177, 407, 776, 807, 900, 903; 18 – 001, 002, 003, 010, 020; 19 – 701, 702, 753, 903; 21 – 600,602,603,604; 24

– 100, 115, 175, 200, 215, 275, 295, 300, 315, 375, 475, 500, 568, 600, 603, 620, 624,627,628, 675,811,824,828,836,837,855,860,865,867; 42 - 020, 021, 025, 030, 031, 032, 033, 036, 037, 038, 128, 150, 153, 158, 159,200; 48 –018,035,135,202, 204, 207, 208, 212, 214, 217, 221, 222, 224, 227, 228, 229, 232, 234, 242, 244, 252, 254, 261, 262, 264, 267, 272, 274, 276, 282, 284, 292, 294, 302, 304, 307,308, 309, 311, 312, 314, 318, 319, 322, 324, 332, 334, 342, 352, 362, 364, 372, 374, 381, 382, 384, 386, 388, 389, 392, 412, 414, 422, 424, 426, 432, 434, 438, 439, 442, 444, 452, 454, 462, 464, 467, 468, 469, 472, 474, 482, 484, 486, 487, 488, 489, 491, 492, 494, 496, 497, 498, 499, 602, 612, 622, 632, 646, 652, 654, 656, 662, 664, 666, 667, 668, 669, 676, 686, 696.

3.3 Heat exchanger coils: (SH, RH & Economizer coils): 11– 036,037,038,074,077,078,095,135,136,138,170,174,175,178,179,235,236,237,238,248, 250,251,271,272,274,275,277,278, 279,280,336,337,338, 340,342,356,358,370, 374,377,378,395,406, 416,467,469,474, 487,491,494,585,587,591, 606,608,616,618,682,683,684,685,686,687, 688,694,716, 717,718,767, 768,769,787,791,882,883,884,885,887,916,917,918,967,968, 969,986,987,988,991,994,999; 12-135,136,170,174,178,184,187,335, 368,395, 403,405, 495,506,514,515, 517, 524,528,535,544,548, 551,554,568,619,800,803,805,850,851,852,900,901,903,906,914,917,924,927, 928,944,948,954,968, 988,999; 16-077,079,132,201,202, 203,235,236,237,238,256,270,275,277,278,279,281,377,379; 19- 001,104,105,114,124,184,802,803,804,814,824,884,886,887,914,924,984, 987;

3.4 Components coming in Gas Path other than Coils 06 - 033, 036, 037, 041, 043, 046, 047, 052, 054, 089, 090, 091, 092, 093, 094, 130, 133, 136, 137, 141, 143, 146, 147, 152, 154, 189, 190, 191, 192, 193, 194, 231, 331, 350, 400, 401,430, 431,437,447,451,455,466, 467, 500, 501,530, 609, 611, 613, 614, 616, 620, 621, 623, 624, 630, 631, 633, 634, 636, 637, 639, 640, 641, 643, 644, 646, 647, 649, 650, 651, 652, 653, 654, 655, 657, 658, 659, 670, 689, 690, 691, 692, 693, 694, 695, 709, 713, 714, 715, 716, 720, 723, 730, 731, 733, 734,735, 737, 740, 741, 743, 744, 745,747, 749, 750, 751, 752,753, 755, 759,789, 790, 830, 840, 850, 851, 857, 895, 896, 897; 07-315,316,318,883,993; 10 – 182, 183, 184, 185,687; 12-883; 16 – 988, 999; 17-174,175,474,476,504,506,519,910,903; 18-002; 19 – 091,092,703, 704, 708, 753,763,783,793, 802,850, 851, 852,853,900, 988, 999; 20-988,998; 21-987,988; 24-822,823,987,988,989,993; 30 – 010, 103, 104, 105, 211, 212, 215, 216, 217, 218, 219, 220, 223, 227, 228, 233, 235, 993; 31 – 010, 101, 102, 103, 104, 105, 108, 301, 993; 32 – 001, 002, 005, 006, 007, 008, 009, 010, 011, 012, 021, 022, 023, 024, 025, 026, 027, 031, 033, 041, 042, 043, 044, 050, 055, 061, 073, 110, 120, 210, 310,410,510,520,610, 620,710, 720, 810, 910, 993; 35-993; 37-010,810; 38-993; 39-993; 41-988; 42 – 129,858,988; 48-664,993; 67-200; 95-988; 96-193; 97-282,590; 99-099,501,502;

3.5 Uninsulated Fuel Pipes 47 – 229, 265, 266. 267, 268, 269, 306, 307, 308, 309; Duct for Tube Mill: 48 – 802, 804, 812, 814, 817, 822, 824, 832, 834, 842, 844, 852, 854, 857, 862, 864, 867, 872, 874, 882, 884;

4 Constant Load and Variable Load Hangers (CLH / VLH) (See NOTE 14) 07 - 400, 401, 402, 403, 404, 405, 410, 420, 431; 10 – 200; 17 – 904, 906, 919, 929; 19 – 506,507,901, 904, 905, 906, 907; 24

- 346, 351,353,817,819; 48-206;

5.1 Miscellaneous and Casing Sheets: 07-409,431,460,461,462,500, 501, 502, 503, 531, 560, 561, 600, 601, 997, 999; 12-906,907; 19 – 101, 102; 21 - 601, 604,606,987; 24 - 101, 125, 130, 135, 140, 201, 225, 230, 235, 240, 301, 325, 335, 340, 350, 351,352,354,370, 374, 400, 401, 425, 430, 435, 440, 470, 471, 473, 501, 525, 535, 540, 570, 601, 604,625, 626,635, 640, 641,800, 801, 804,805,806,808,809,810,815, 821,825,826,835,840,841,950,987 989, 996, 998;30-233,234, 35 - 994, 995; 36 – 396,611,613, 903, 999; 37 - 010, 110, 210, 310, 410, 510, 610; 39 - 302, 924; Fuel Firing: 41 – 100, 110, 200, 310, 320, 330, 340, 350, 390, 410, 420, 430, 450, 460, 470, 500, 997; Steam Blowing Piping: 42 – 001,002, 003, 005, 010; 42 – 040, 045, 046, 050, 055, 060, 065, 070, 111, 112, 113, 114, 118, 119, 120, 121, 122, 123, 124, 130, 131, 132, 151, 152, 154, 155, 156, 157, 160, 165, 170, 176, 180, 195, 196, 989, 997, 998; 43 –000, 001, 002, 003, 004, 005, 006, 007, 008, 104,105,200,997, 999; 45 – 050, 120, 160, 161, 180, 181, 200, 220, 221, 260, 261, 321, 325, 326, 401, 801, 803, 804, 805, 858; 47 – 121, 122, 123, 124, 125, 129, 140, 141, 142, 143, 144, 145, 146, 149, 161, 162, 163, 164, 165, 169, 180, 181, 182, 183, 184, 185, 189, 200, 201, 202, 203, 204, 205, 209, 221, 222, 223224, 225, 241, 242, 243, 244, 245, 246, 247, 248, 249, 261, 262, 263, 264, 301, 303, 647, 648, 649, 650, 746, 858, 953, 959, 963; Duct Plates and Expansion Joints: 48 – 002, 004, 007, 011, 012, 014, 017, 018, 022, 024, 028, 032, 034, 040, 042, 044, 052, 054, 062, 064, 066,072, 074, 082, 084, 092, 094, 102, 104, 107, 112, 114, 116, 122, 124, 132, 141, 142, 144, 152, 154, 162, 172, 182, 184, 192, 194, 911; Coal Handling: 65 – 051, 060, 070, 260, 402, 403, 460, 724, 736, 738, 786; 67 – 204, 251, 256, 261, 266, 271, 272, 276, 277, 283, 286, 400, 801, 802, 803, 804, 999; 99 – 201, 299 Others: 95-088,089,091,092,485,495: 96-186,187,189; 97-099,585,591,592; 99-100,300,600;

Page 28: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 21 of 40

5.2 Erection Materials and Commissioning Components: 04 - 988, 05-993, 06-993, 07 – 988, 993, 12-993, 24 – 993, 28 – 993, 35

– 993, 36 – 993, 37 – 993, 38 – 993, 39 – 993, 48 – 988, 993, 65 – 988, 97-585,99 – 045, 099, 501, 502; 6.1 Cast carbon steel valves (Conventional) Cast alloy steel valves (Conventional) All API valves, QCNRV, SV &

SRV Silencers, Water Level gauge HP / LP system 22-101,889 6.2 Forged valves 6.3 Soot Blower components 20-001,003,004,021,051,054,201,204,301,304,331,511,794,801,821,831,962,972 6.4 On Shore OFE Components 6.5 Off Shore Components 6.6 Hand Wheels

*Consolidated list of above PGMAs are categorized tentatively. Modification/ inclusion can be made periodically with approval.

Page 29: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 22 of 40

ANNEXURE III

INSPECTION & TESTING PLAN FOR SURFACE PREPARATION, PAINTING SL

NO COMPON

ENT/

OPERATI

ON

CHARAC

TERISTIC

S

Cl TYPE OF

CHECK QUANTUM

OF CHECK REFERENCE

DOC/

ACCEPTANCE

NORM

TYPE

OF

RECORD

AGENCY REMARKS

M C

1.0 Surface preparation for Plates /Rolled sections /Components

1.1 Raw

material

Rust,

pitting

B Visual 100% Note 1 R P V -

1.2 Blasting

media

Type &

quality of

abrasives

B Random

sample

test

Abrasive

quality

for each

lot

Note 1a

R P V

1.2.1 Blasting

/Power

tool

cleaning

Surface

roughnes

s

/cleanline

ss

A Visual

Measurem

ent

100%

10 spots/

Sq.meter

Surface profile

as per approved

painting scheme,

Note 2

R P W -

Profile

defects

B Visual

100% Note 3 R P W

1.2.2 Substrate

Dust

contamin

ation

(for

blasting)

Adhesive

tape test

B Measurem

ent

Two

spots/

compone

nt

Note 4 R P W - Randomly

selected

10 X

magnifier,

Transparent

adhesive

tape 25mm

width

1.2.3 Substrate

Chemical

contamin

ation (for

blasting)

Surface

Contamin

ation test

B Measurem

ent

One

Test/

abrasive

lot used

SSPC-SP12

Chloride < 15

µg/cm² (PPM),

Sulphate < 20

PPM

R P W - Any

suitable

method to

identify salt

contaminati

on 1.2.4 Substrate-

Coating

conditions

Flash

rusting

Steel

temp.

Environm

ental

Condition

A Visual

Measureme

nt

100%

One spot

/Lot

Note 5 R P V -

Page 30: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 23 of 40

SL

NO COMPON

ENT/

OPERATI

ON

CHARAC

TERISTIC

S

Cl TYPE OF

CHECK QUANTU

M OF

CHECK

REFERENCE DOC/

ACCEPTANCE

NORM

TYPE OF

RECORD

AGENCY REMARKS M C

2.0 In process PAINTING

2.1 Paint Physical

&

Chemical

A Review of

documents

100% In voice/data

sheet

TC P V - Physical

verification

of Shade,

batch no,

date of

manufacture

. Supplier

Approval

status

2.2 Mixing

(Two

pack

system)

Mixing

ratio &

durations

B Document

s

100% Painting data

sheet

Note 6

R P V Electrical/p

neumatic

Agitator

2.2.1 Filtering Free from

foreign

particle

B Document

s

100% use sieves 80-

100 microns

R P V Nylon mesh

or muslin

cloth.

2.2.2

Paint

testing

Physical

&

Chemical

propertie

s

C Lab test Random

$

Supplier TC/data

sheet/ IS

specifications

R P W $ - sample

collected at

each vendor

at regular

intervals as

advised by

BHEL shall

be sent to

BHEL/NAB

L accredited

lab. 2.2.3 Painting Personnel

qualificati

on-

i. Painter

ii.Inspecti

on

personal

C

C

Review of

documents

Review of

documents

100%

100%

In line with this

SIP- Annexure-III

Certification by

reputed Institution

or by an Expert.

(NACE/SSPC

LEVEL II)

R

R

V

V

V

V

2.3

Airless

/air spray

Spray

process

Pot life

B Document

s

100% Supplier manual

Tip selections ,

Note 7

R

R

V

P

V

V

Page 31: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 24 of 40

SL

NO COMPON

ENT/

OPERATI

ON

CHARAC

TERISTIC

S

Cl TYPE OF

CHECK QUANTU

M OF

CHECK

REFERENCE DOC/

ACCEPTANCE

NORM

TYPE OF

RECORD

AGENCY REMARKS M C

2.4 Coating

thickness

& coating

intervals

Wet film

, Dry film

thickness

B Measurem

ent

100% SSPC-PA 2

Note 8

R P V

Intervals B Document

s

100% Painting data

sheet/

specification

R P V Min:24 Hrs

or as per

paint

specificatio

n/data sheet

3.0 FINAL TESTING

3.1 Peel off

test

Cross cut

/X-cut

Adhesive

strength

between

substrate

& primer

and

subseque

nt over

coats

A Test on

each coat :

Primer,

intermedia

te and

final coat

3 spots ASTM D3359-7

Note 9

R P W 4X

magnifier

lens,

25 mm

width

pressure

sensitive

tape

(P99),Cuttin

g edges

with

template

3.2 Final

inspectio

n

Dry film

thickness

Finish,

shade and

Paint

defect

A

A

Document

Visual

15 spots

/ Sq. M

100%

Approved

Painting scheme,

SSPC-PA 2

Note 8

R

R

P

P

W

W

Use of

shade card

Page 32: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 25 of 40

NOTE-1: Rust grade

As per ISO 8501-1, rust and pitting are graded into four categories as A, B, C & D. Rust and pitting

shall be removed by competent process prior to application of primer. Pitted area shall be cleaned by

blasting /power tool cleaning/grinding provided thickness shall be met to the design requirement.

Plates/Components identified under heavy pitted category C or D, acceptance/rejection reserved to

QC/ BHEL.

NOTE - 1a: Blasting media

Blasting media shall be copper slag, iron slag, steel shots/grits &aluminum oxide. The abrasive used

for blasting process shall be within chemical contaminations chloride < 15 ppm and sulphate < 20 ppm.

Mixing ratio of shots/grits (generally 3:1) shall meet the surface roughness 35-50 microns after

blasting. Blasting media shall be suitably sieved to get the required particle size 0.5 to1.0 mm. (Steel

shots ASTM G40/G80)

NOTE 2: Blast cleaning

a) Air quality must be checked before start of blasting process by blotter test.

b) Surface finish: The blasted surface shall meet the SSPC-SP10 (SA 2.5) finish near white metal.

Surface roughness shall be checked in 10 spots/ Sq.m. Digital/ Analog instrument duly

calibrated shall be used to measure the surface roughness. Power tool cleaned surface shall be

met to SSPC -SP3. Blasting/ power tool cleaned surface shall be met as per ISO 8501-1

requirement.

c) Surface roughness: Average value shall be 35-50 microns for blast cleaned surface.

d) Blasting: Shall not be done during rainy / mist seasons where Relative Humidity is more than

80%.

e) Optimum blasting pressure and nozzle size (straight bore or venture type) to get required

surface roughness (90-100 psi for mineral abrasives and 120-125 psi for metallic abrasives,

standing distance 12-18 inches and standing angle 80-90 deg. for full blasting, Sweep blast 45-

60 deg. with respect to the substrate).

NOTE 3: Profile defects

a) Surface shall be visually checked and free from defects such as rust, dust, grease , oil, sharp

corner/edges, rolling imperfection / overlap, vein, undulations, mill scales, improper weld

beads/shapes/undercuts, weld slag, spatters etc.

b) Sharp corner/edges shall be ground off to radius 1.5 to 2 mm and blunted. Other profile defects

if any shall be ground/chipped out / repaired by suitable means

Page 33: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 26 of 40

NOTE 4: Dust

A transparent adhesive tape test shall be conducted on substrate to ensure cleanliness of the substrate

and the same shall meet class 1 requirement

NOTE 5: Coating Conditions

a. Abrasive media used for blasting shall be free from moisture and other contaminations.

b. Flash rusting if any, shall be removed by sweep blasting

c. Primer paint shall be applied immediately or within 4 hours in the case of blast cleaning and

within 8 hours in the case of power tool cleaning.

d. Painting shall not be done during rainy / mist seasons when Relative Humidity is > 80%.

e. Painting shall be commenced, when the metal surface temperature is > 3 ºC above the dew point

temperature.

f. Painting shall not be done, when the steel surface temperature is > 45 ºC

g. A suitable instrument duly calibrated is required to check the dew point temperature and steel

surface temperature.

NOTE 6: Mixing

a) Paint mixing ratio for two packs painting system shall be done as per painting data sheet

provided by the paint manufacturer. Individual component shall be mixed thoroughly and then

mix the both component as per data sheet ratio (by volume or by weight).Blend by boxing is

prohibited for inorganic zinc rich primer (ie react with moisture). Off ratio (partial ratio) blends

won’t cure properly.

b) Mixing of thinner is not required for airless spray, however mixing of thinner < 5% is permitted.

If required add thinner after mixing of paints and mix it with homogenously.

c) Paint mixing shall be done at least for not less than 20 minutes or as per Paint Data Sheet with

electrical/pneumatic operated tool to achieve mixing chemically matured.

d) Mixed paint particles shall be filtered with sieves of 80-100 microns to avoid clogging of nozzle

tip. Once components are blended, pot life begins and use the mixed paint immediately as

Class 1

Class 2

Class 3

Class 4

Class 5

Page 34: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 27 of 40

specified pot life period indicated in the data sheet.

e) Zinc rich powers dispersed slowly in to binder and agitate slowly while mixing process.

f) Primer, intermediate and final coat, shall be the same supplier, if any change, compatibility

certificate shall be obtained from the paint supplier.

NOTE 7: Spray Process

a) Painting shall be done at controlled environment only and free from dust & paint soot.

b) When volume solids of paint is more than 50%, airless spray shall be selected for painting

application.

c) Select proper nozzle tip size and pressure to achieve uniform DFT and less wastage.

d) Painting shall be done within pot life period specified in the paint product data sheet, to avoid

premature paint failure.

e) Avoid arcing, tilting, maintain constant distance (12-18 inch), tip selection and tip pressure

according to paint, triggering at appropriate locations and banding while painting.

f) While painting of inorganic zinc silicate, RH shall be above 65%, if painted below RH 65%

water curing is required.

g) Top coat over and above epoxy intermediate coat shall be done within a month and proper

roughness shall be created before top coat.

NOTE 8 : Coating Thickness

a) Wet film thickness (WFT) shall be measured immediately after paint applications using Comb

gauge / eccentric wheel.

b) WFT can be calculated as: WFT= (100 x DFT)/ VS where, DFT is the dry film thickness and

VS = % of volume solid of supplied paint from data sheet.

c) Dry film thickness shall be measured after hard dry condition of each coat.

d) Dry spray /dust particles embedded after previous coat shall be cleaned / removed with fine

emery paper prior to application of subsequent

Coat. Coating thickness shall not be less than the requirement as specified in the painting scheme

at any case tolerance on total DFT as specified in the applicable painting scheme shall be within

– 0 / +20 microns or + 10% of total DFT, whichever is higher.

e) Coating thickness shall not be less than the requirement as specified in the painting scheme at

any case. Tolerance shall be within - 0/ +20 microns as specified in the applicable painting

scheme.

f) Painted surface shall be free from paint defects namely crack, sagging, dry spray, orange peel,

etc.,.

g) Finish and shade as per paint data sheet. A painted panel shall be made available at works to

check/compare the painted surface.

NOTE 9: Peel off Test

a) Paint peel off test shall be done after 48 hours of painting operation, on single/ multi coated

painted surface of the component for each coat.

b) When total DFT is less than 125 microns- Cross cut method shall be followed.

c) DFT up to 50 microns 1 mm spacing with 6 cuts minimum to the length of 20 mm .

d) DFT more than 50 microns and less than 125 microns 2 mm spacing with 6 cuts minimum to

the length of 20 mm

e) When total DFT is more than 125 microns- X cut method shall be followed .The smaller angle

Page 35: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 28 of 40

of cut shall be between 30 to 45 degrees cut to length of 40 mm.

f) For all tests, ensure that coating film has been penetrated and minimum three locations shall be

tested.

The adhesion test shall be conducted when the substrate temperature is below 35 °C for alkyd base

paints.

Acceptable norm for Cross cut method:

Acceptable norms for X cut method:

5A -No peeling - Acceptable.

4A- Trace peeling along incisions or at their intersection –Acceptable.

3A- Jagged removal along incision up to 1.6 mm on either side- Not acceptable.

< 5% Peel- Acceptable-(5A)

>10% Peel - Not Acceptable (3A)

5-10% % Peel – Acceptable (4A)

Page 36: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 29 of 40

PAINTING INSPECTION FORMATS

Page 37: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 30 of 40

Page 38: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 31 of 40

Page 39: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 32 of 40

Annexure IV

PROCEDURE FOR QUALIFICATION OF PAINTERS

1.0 SCOPE: This standard describes, in general, the procedure and criteria to be followed for qualifying an operator

/ painter for carrying painting work at BHEL shop or at vendor works.

.

2.0 OBJECTIVE:

To evolve criteria and procedure for qualification of operators / painters.

3.0 PROCEDURE:

Following procedure shall be adopted for certification of operator/painter qualification for carrying out

painting process.

3.1 Shop shall initiate the format ‘Record of personnel deployed for painting work’ as shown 3.1in

ANNEXURE III A & III B. This annexure is subsequently forwarded to concern certifying department

of the unit. For out sourced product, the vendor shall initiate /arrange for painter certification program.

3.2 Concern certifying department/ reputed agency/expert having NACE/SSPC (Level II) shall assess

and certify the suitability of an operator/painter to conduct a painting process. In case, a new

operator/painter is inducted shall have experience in the painting field minimum 2 years and

qualification not less than VII std, then he shall be assessed by certifying department/reputed

agency/expert. In case, an operator/painter does not carry out painting work for more than two years,

then he shall be re-qualified and issued a certificate in line with Annexure.

3.3 An operator/painter engaged in carrying special process like painting, shall be re-qualified once in

3 years.

3.4 Following criteria have been identified and evaluated for each operator/painter. Each criterion has

been allocated 10 marks.

3.4.1 Mainly, there are three type of painting processes which are being followed for carrying out

painting. These are,

- Brush application,

- Air spray painting,

- Airless spray painting / air assisted airless spray

The operator/painter is expected to know the basics of the above painting processes, technical details

of process equipment and their salient features, awareness about Do’s and Don’ts in painting work.

3.4.2Understanding of the documents/specification

The operator/painter should have the knowledge about surface cleaning and acceptance norms, paint

systems, mixing ratio and pot life of two pack systems, drying and curing behavior, use of proper

thinner, control of viscosity and its importance, overcoating interval, precautions to be observed during

their use, etc.

Page 40: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 33 of 40

3.4.3 Awareness about handling of materials/jobs The operator/painter is expected to have knowledge about handling of paint components like base,

hardener and thinner, handling and upkeep of painting equipment, cleaning of brush, gun and other

parts of equipment. He is also expected to know how to handle the cleaned and painted jobs.

3.4.4 Performance evaluation based on job/samples

The operator/painter shall be asked to prepare the test panel/job which shall be evaluated for following

parameters:

- Uniformity of coating + 10% DFT required.

- Visual defects like, brush marks, wrinkles, pinholes, etc.

- Surface finish, gloss,

- Presence of dry spots, overflow marks

The operator/painter shall first clean the test panels thoroughly followed by a coat of primer/finishing

paint etc., using the requisite painting process, i.e., brush / air spray/airless spray etc. After evaluation

of test panels and based on result, the marks shall be allotted. After evaluation of test panels and based

on result, the marks shall be allotted.

3.4.5Knowledge about safety and hygiene Each operator/painter is expected to know about the safety of self and surroundings, use of safety

appliances, effect of solvent vapors on health etc. He is supposed to know personal hygiene as well as

upkeep of painting equipment and painting area.

3.4.6Class room training

A class room training by the supplier/expert (manufacturer like Nerolac, Berger etc.) of the paint which

the respective units are procuring, must be arranged for the painters to have knowledge about the

paints, enamels, coatings etc. and their applications. The class room training must be arranged in local

languages for understanding of the painters

4.0 CERTIFICATION FOR QUALIFICATION Each operator/painter is evaluated for above criteria and marks are being allotted for each criterion.

The operator/painter must obtain a minimum marks 5 for each criteria and qualifying marks shall be

25 out of 50. The painter should pass in the field/practical test, even performed well in the written

examination. The certification shall be specified in the area of type of application process as a painter

is qualified (example: airless / pressure pot/air spray etc.)

5.0 ISSUE OF CERTIFICATE The operator/painter who qualifies the test shall be issued a certificate in standard format shown below,

which shall be kept in the concerned and certifying department/vendor works for record. The format

can be modified to suit the requirement at vendor works but prior approval of plant lab. This certificate

shall be signed by initiating section in charge and certifying department /reputed agency/expert

6.0 VALIDITY

The validity of the certification is for 3 years from the date of issue. The operator/painter is required

to appear for re-test to extend the validity.

Page 41: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 34 of 40

Annexure IV-A

Page 42: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 35 of 40

Annexure IV-B

Page 43: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 36 of 40

Annexure V Painting Scheme – Details for procurement & application purposes

Sl.

No.

Material Code of

Paint

Generic nature of paint Theoretical

Covering

Capacity

Sq. m per

Litre

No. of

pack

Volume

solids,

%

(min) **

DFT in

microns

(min)

per coat

Shade Shade

No. to

IS5

Mode of

appln.

Over

coating

interval,

Hrs.

1 120016131800 Heat Resistant

Aluminium paint to IS

13183 Grade I

10 1 - - Aluminium -- Brush /

Spray

24

2 120011111900 Red oxide Zinc

Phosphate primer paint

to IS 12744

10 1 -- -- Red Oxide -- Brush /

Spray

12

3 120011121900 Red oxide Zinc

Phosphate Dip coat

primer paint to PR:

CHEM: 09-03

10 1 -- -- Red Oxide --- Dip 12

4 120011311200 Long oil alkyd synthetic

enamel finish paint to

IS2932

10 1 -- -- Reqd. shade Corrpd

g.

Shade

no.

Brush /

Spray

12

5 120011140000 Temporary Rust

preventive fluid to PR:

CHE: 09 – 04

10 1 -- -- Amber -- Brush /

Spray

12

6 120012141700 Epoxy Zinc rich primer

to IS14589 Gr. II

8 2 35 40 Grey -- Spray 24

7 120013310200 Aliphatic acrylic

polyurethane paint to

IS13213

10 2 40 30 Phirozi –

Blue./Frenc

h Blue

176/16

6

Spray

24

8 120017101800 De Oxy Aluminate

Weldable Primer- Colour

Aluminium

10 1 -- -- Aluminium -- Brush /

Spray

24

9 120014111700 HB CR Based Zinc

Phosphate Primer

10 1 40 50 Grey -- Brush /

Spray

12

10 120014300100 CR Based Finish Paint 10 1 30 30 French Blue

Smoke Grey

166

692

Brush /

Spray

12

11 -- Epoxy based Free mastic

G-316 Primer-

10 2 100 100 Grey/ blue --- Airless

Spray

24

12 120011130000 General Purpose

Aluminium Paint to IS

2339

10 Dual 20 20 Aluminium --- Brush /

Spray

24

The covering capacity of paints specified is only approximate.

The paints and Rust Preventive fluid shall be procured from BHEL’s approved suppliers. ** Values are indicative.

Page 44: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 37 of 40

Sl.

No.

Material Code of

Paint

Generic nature of paint Theoretical

Covering

Capacity

Sq. m per

Litre

No. of

pack

Volume

solids,

%

(min)

**

DFT in

microns

(min)

per coat

Shade Shade

No. to

IS5

Mode of

appln.

Over

coating

interval

, Hrs.

13 120016121800 Heat Resistant Aluminium

paint to IS 13183 Grade II

10 1 - - Aluminium -- Brush /

Spray

24

14 130070840000 Sea worthy Rust preventive

fluid to PR: CHE: 09 – 06

10 1 -- -- Amber -- Brush /

Spray

12

15 120012311700

/

120012311800

Epoxy based polyamide

cured finish paint to

IS14209

10 2 40 35 Smoke grey/

Grey white

692/

RAL

9002

Spray 24

16 120015111700 Inorganic ethyl zinc silicate

to IS 14946

8 2 60 65

Grey

-- Airless

Spray

only

16

17 120012211700 Poly amide cured Epoxy

based Tio2/MIO pigmented

intermediate coat

8 2 50 75 Grey/

Brown

-- Spray 24

18 120012111700 Epoxy based zinc phosphate

primer to IS13238

10 2 40 35 Grey -- Spray 24

The covering capacity of paints specified is only approximate.

The paints and Rust Preventive fluid shall be procured from BHEL‟s approved suppliers. ** Values are indicative.

Page 45: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 38 of 40

ANNEXURE-VI

GOOD PAINTING PRACTICES (DOs and DON’Ts IN PAINTING)

1.0 DO’S:

01 Remember, painting is an important value adding activity. Give it all your care.

02 Store paints in covered places. Avoid direct exposure to sunlight on paints.

03 Ensure the validity of the shelf life of the paint before use.

04 Roll the paint drum several times to ensure through mixing of the paint before use.

05 Use proper tools to open lid of the drum.

06 Mix the paints thoroughly to ensure homogeneity.

07 Apply strip coat on edges, corners and weld beads.

08 Follow instructions on the paint can or literature whenever a new scheme / source of paint is used.

09 Draw only the required quantity of the paint for the job and immediately recap the can.

10 Ensure proper ratio of mixing in case of two-pack system, as per norms.

11 Use only the specified thinner prescribed by the supplier or standard.

12 Ensure good quality of compressed air (free from moisture and oil) prior to spray painting.

13 Use only clean/new brushes of definite size for painting.

14 Clean the bristles well in the thinner before they are used for painting.

15 Painting shall be done in a well-ventilated area/identified area.

16 Ensure proper surface preparation as per the painting scheme.

17 Ensure that the blasted surface be painted within 4 hours after blasting.

18 Ensure that the surface to be painted is free from oil, grease, stray arcs, dents etc.

19 Adhere to the number of coats shade, dry film thickness and inter-coat curing time interval as

specified. Clarify with lab, if needed.

20 Use lint free cloth/clean wiping rags for cleaning the surfaces prior to painting.

21 Maintain the right distance between the surface and spray gun (6 inches to 8 inches).

22 Ensure that mixed paints will be used before the expiry of its pot life in case of two-pack systems.

23 Ensure that the items to be painted/painted are inspected and cleared by the inspection personnel

concerned.

24 Preserve the balance thinned paints in a separate closed container for future use, if they don’t have

any restricted pot life.

25 Clean the brush before and immediately after painting. Keep them clean during interruptions too.

1.10 DON’TS:

01 Do not use the paint, which has crossed its expiry date.

02 Do not draw more paint than necessary from the stores.

03 Do not make holes in the drum to draw the paint.

04 Do not keep the paint drum open for a long time.

05 Do not inter-change the thinners for the same generic paint between suppliers.

06 Do not use kerosene as thinner.

07 Do not smoke while painting.

08 Do not leave the brush without cleaning after painting.

09 Do not paint close to a welding area.

10 Do not paint when there is rain or sandstorm or when the relative humidity is about 90%.

11 Do not paint when the metal is chill (temp < (dew point+3deg.C)) or very hot (>48 deg.C).

12 Do not paint when the surface is not cleaned/prepared for painting requirements.

13 Do not paint the finish coat if the primer coat is not satisfactory.

14 Do not leave the balance paint open after painting.

15. Do not use VCI pellets for stainless steel components and its composite assemblies.

Page 46: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 39 of 40

2.0 CLEANING OF PAINTED & RUST PREVENTIVE COATED SURFACES

Wherever required, paints and rust preventive protection can be removed either by using the following

commercial solvents or by flame cleaning/ blasting.

For Rust preventive Acetone, Methyl Ethyl Ketone or Tri-Chloro Ethylene

For all paints Alkaline paint strippers or Solvent based paint strippers

3.0 SURFACE PREPARATION

Surfaces of components shall be thoroughly cleaned before the application of primer paint and shall be free

from grease, oil, dust, rust, weld slag, spatters etc.

Abrasive blast cleaning to SSPC-SP6 (Sa2) grade shall be done to prepare the surfaces of hot worked pipes

prior to application of primer.

A comparative chart indicating the surface preparation standard equivalents is given below for ready

reference.

DESCRIPTION SSPC Scheme Swedish

Standard

SIS - 05 - 5900

Solvent cleaning SSPC-SP1 -

Hand tool cleaning SSPC-SP2 St2

Power tool cleaning SSPC-SP3 St3

Flame cleaning SSPC-SP4 Fl

Blast cleaning to white metal SSPC-SP5 Sa3

Commercial blast cleaning SSPC-SP6 Sa2

Brush off blast cleaning SSPC-SP7 Sa1

Pickling SSPC-SP8 -

Blast Cleaning to near white metal SSPC-SP10 Sa2½

4.0 APPLICATION OF PAINT

1. Primer paint shall be applied immediately or within 4 hours in the case of shot blast cleaning and within 8

hours for mechanical cleaning.

2. Wherever tubes / pipes are not either shot blasted or heat treated during manufacture, the rust preventive

coating provided by the tube / pipe mill shall be treated as base for primer coating for subsequent painting

of alkyd base paints like one coat of red-oxide zinc Phosphate (when called for). When special paint is

specified in the painting scheme, the existing Rust preventive fluid is to be removed by blast cleaning.

However, the rusted areas are to be cleaned free of oil, grease, rust etc. thoroughly using emery paper/ wire

brush and making the rust preventive coated surfaces coarse.

3. Ready mixed paints shall be used as supplied by the supplier without any addition of thinner unless

otherwise specified. Two pack systems are to be used as per supplier’s instructions.

4. Wherever Second coat or Finish coat is to be applied in succession, 24 hours minimum drying time shall be

provided between each coat for single pack paints. For two-pack system refer paint supplier’s catalogue.

5. No painting is required in case of Stainless Steel, Aluminum and Galvanized components, unless otherwise

specified in contracts.

6. For all machined components, rust preventive fluids shall be applied.

Page 47: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

STANDARD PAINTING SCHEMES FOR

BOILERS, VALVES & OIL FIELD EQUIPMENT COMPONENTS

DOC.No: SIP: PP: 22

Rev. No: 06

Date: 03.03.2016

BHEL Standard painting scheme SIP:PP:22, Rev.06 P a g e | 40 of 40

7. All weld edge preparations for site welding shall be applied with one coat of Weldable primer. For small

components having weld ends on both sides, full surface can be painted with Weldable primer.

8. Part processed items meant for shop assembly shall be painted at sub-contractors works with primer / special

paints (when called for in the painting scheme) based on the scope of the indent/Purchase Order. Further

paint touchup / Coating shall be given appropriately during assembly.

9. For items meant for Spares and subcontracting where no further processing is involved, the painting scheme

selected shall be the same as that of similar product configuration / description and not with respect to

PGMA. All running meter items for spares one coat of Red Oxide primer and two coats of Synthetic Enamel

Paint to IS 2932 (Latest) shall be applied.

10. Assemblies consisting of machined components and special equipments shall not be shot blasted wherever

it may affect the system. In such cases power tool cleaning may be adopted for the localized areas only.

******************* End of Document*******************

Page 48: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

In Figures In Words

1

Fabrication & Assembly of Boiler Ceiling Girder Works of BHEL, Trichy order for Ennore Super Thermal Power Station (ESTPS) as per given manufacturing drawings & scope of works at NBPPL/MANNAVARAM. (The approximate total weight of the finished goods is 1100MT)

2 Service Tax @_________

* Kindly quote in Rs./ MT

Note: I).L1 Bidder will be evaluated based on Total Cost To NBPPL

II). Bidder shall furnish the prices in scheduled of price bid format only.

III). Prices shall remain firm till the completion of execution of the order.

Seal & Signature of Bidder

PRICE in Rs./MT of the finish goods

SECTION-IV

Tender Enquiry Number : NBPPL/MM/PROD/E-0399/17,DT: 14.06.2017. All values in Indian Rupees

Contractor Name:

DESCRIPTIONSL.NO.

PRICE BID FORMAT - Work Contract for Fabrication & assembly of Boiler Ceiling Girder

Total Cost To NBPPL (1+2) in Rs.

IV). Quoted price shall include all the expenditure that will be incurred by the contractor as per the scope of contract & also to meet applicable Statutory requirements to the contract.

Page 49: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

15 | P a g e

SPECIAL CONDITIONS OF CONTRACT

PAGE 1 OF 2

1. INTRODUCTION

1.1. The terms and conditions mentioned in this section are in addition to what are

stated in General Conditions of Contract of the tender document. In case of any contradiction between the terms and conditions given in General Conditions of Contract and those specified in these Special Conditions of Contract, the terms and conditions of these Special Conditions of Contract shall prevail.

2. SCOPE OF SERVICES

2.1. The scope of services consists Fabrication & assembly as per given manufacturing/ Assembly drawings at works of NBPPL as per detailed scope of work.

2.2. The prices shall be quoted on FIRM price basis

3. TOTAL ORDER QUANTIY

3.1. The total order quantity is subjected to the variation of +/- 20%.

4. DISTRIBUTION OF WORKS PART-A & PART-B:

4.1. Total tonnage of the order is equally divided in to two parts Part-A: BHEL POs. 8200462173 – 76 - 1100 MT Part-B: BHEL POs. 8200462177 – 80 - 1100 MT Scope of both the parts A & B are identical.

4.2 Two separate contractors shall be engaged for two parts. 4.3 Bidders shall be asked to quote for a unit load of 1100 MT only. 4.4 After finalizing the ‘L1’ party through Reverse Auction/PBO, remaining bidders

of L2 and above in ascending order will be given counter offer by NBPPL, matching the ‘L1’ price, for executing the other Part of 1100 MT.

4.5 If any contractors lagging behind the delivery schedule, NBPPL reserves the right to redistribute the quantity among the contractors to meet delivery requirements of the customer.

5. DELIVERY

5.1 100% completion of the total awarded works within 5 months from the date of issuing the LOI (Letter of intent)/ Work order.

5.2 Detailed delivery schedule & quantity distribution will be indicated at the time of awarding the contract.

6. QUALITY ASSURANCE The Contractor shall strive to achieve the highest quality standards in his work to ensure the guaranteed performance levels and has trouble free operation during commercial operation.

Nagarjuna
Typewritten Text
SECTION V
Nagarjuna
Typewritten Text
Page 50: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

16 | P a g e

SPECIAL CONDITIONS OF CONTRACT

PAGE 2 OF 2

7. TERMS OF PAYMENT

7.1 Minimum Tonnage completion of 200 M.T for raising Running bill up on clearance by QC.

7.2 90% payment (along with taxes and duties) against actual completion of the work as certified by NBPPL. Payment shall be released within 30 days from the date of verification of Invoice by Production In-charge. Remaining 10% of the payment will be released after the completion of assembly and final dispatch.

7.3 All payments are subject to statutory compliance as per prevailing taxes & duties in force of state/central government.

8. PENALTY

The work shall be completed within the period stipulated in the Order/Contract. Failure to complete the work as per the time specified above, would make the Vendor liable to an un-conditional penalty at the rate of 0.5% of the Basic Order value for delay of each week (or part thereof) subject to a maximum of ten percent (10%) of the Basic Order Value.

9. NEW TAXES/ LEVIES

9.1. In case the Indian Government (Central/ State) imposes any new tax/ levy on

the output services/ goods / work after the award of work, the same shall be reimbursed by NBPPL at actual. Similarly, any statutory variation on such score shall be to the account of NBPPL. All necessary documents as required by NBPPL shall have to be provided by the Contractor. However, in the event of delay in work execution attributable to the Contractor, the new taxes/ levies imposed during the delay period shall not be reimbursed to the Contractor.

9.2. In case any tax/levy/duty etc becomes applicable after the date of Bidder's offer, the Bidder/ Contractor must convey its impact on his price duly substantiated by documentary evidence in support of the same before opening of the Price Bid. Claim for any such impact after opening the price bid will not be considered by NBPPL for reimbursement of tax or reassessment of offer.

Page 51: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 1 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

SECTION- I

GENERAL INSTRUCTIONS TO TENDERERS 1 This tender specification as a whole, furnishing all the details and other documents as required

in the following pages, shall be duly signed and sent in a sealed cover (IN DUPLICATE) super-scribing the name of work as given in the tender notice.

2 The tender shall be addressed to: OFFICER INVITING TENDER AS INDICATED IN THE

TENDER NOTICE. 3 Tenders submitted by post shall be sent as "REGISTERED/ SPEED/ COURIER POST” and shall

be posted with due allowance for any postal delay. The tenders received after the due date and time of opening are liable to be rejected. Offers received by Telegram/telex/ Fax/ E-mail/ Internet shall not be considered unless otherwise specified in NIT.

4 PROCEDURE FOR SUBMISSION & OPENING OF TENDERS 4.1 Tenders shall be submitted in two parts as described below on or before the due date by 2 p.m. PART - I: TECHNO-COMMERCIAL BID :Containing BID SECURITY of specified amount and mode in a separate envelope, Technical offer, Annexure-I & II, Commercial Terms & Conditions and Unpriced Copy of Price Bid, in five (5) sets. PART-II: PRICE BID: Containing Prices, to be submitted in Two sets strictly as per enclosed Price Schedule Format (One original + one copy of the original), for complete scope of the Tender Enquiry.

NOTE: Any changes in the specified price format, if made, other than those specified and accepted in the

unpriced format, the offer is liable to be rejected. 4.1.1 PART-I (techno-commercial bid) may be opened on the due date and time as specified in the

Enquiry Letter, in the presence of tenderers who may like to attend.

Incomplete offers are liable to be rejected. Purchaser reserves the right to open both the parts i.e. Part-I and Part-II together.

4.1.2 PART-II containing prices shall be submitted along with Part-I, but in a separate sealed cover.

Any corrections/amendments shall be properly and fully authenticated. If not done so, the offer is

liable to be rejected.

Page 52: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 2 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

4.1.3 In case it becomes necessary for the tenderer to make any changes in his original price bid (Part-

II) on account of technical/commercial confirmations/clarifications, against the changes raised by the purchaser, to bring the offer in line with the requirement of the specifications, the impact of such changes on price shall be submitted. Revised price bid only if requested by the purchaser shall be submitted, in a separate sealed cover duly superscribed as:

“DISCOUNT/ IMPACT/ REVISED PRICE BID (PART-II) (DELETE WHICHEVER IS NOT

APPLICABLE), REVISION NO ____ AGAINST TENDER ENQ. NO. _____________________________ DATED ________”.

4.1.4 However if any bidder on his own offers price discount or reduce prices, the same would be

acceptable. Other bidders in such a case would also be informed and can submit reduced prices, if so desired by them. No price increase is acceptable till the validity of offer.

4.2 After the tenders have been technically & commercially examined and the necessary clarifications

etc. obtained, Part-II containing FINAL REVISED PRICE BID, if submitted, otherwise, the original Price Bid shall be opened, for which the date and time shall be intimated to the technically and commercially acceptable tenderers only, in case of public opening.

NOTE: NBPPL also reserves the right to open the earlier price bids, if any, submitted by the bidders, if required.

4.3 No correspondence shall be entertained from the tenderers after the opening of Part-II (Price

bid) of the tender. 4.4 Not more than two representatives will be permitted to be present for the tender opening. 4.5 Purchaser may negotiate the tender, if the quoted rates/terms are found to be unreasonable or in

the unacceptable range. 4.6 MARKING ON ENVELOPES 4.6.1 The followings shall be super scribed on the envelopes

PART-I: 1. TENDER ENQUIRY NO. AND ITEM DESCRIPTION 2. DUE DATE FOR OPENING 3. "TECHNO-COMMERCIAL BID”. PART II: 1. TENDER ENQUIRY NO AND ITEM DESCRIPTION 2. DUE DATE FOR OPENING 3. "PRICE BID". 4.6.2 Impact/Discount through e-mail or letter without proper superscription on the envelope is not

acceptable.

Page 53: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 3 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

4.6.3 Both Parts - I & II shall be submitted in separate sealed covers duly super scribed as indicated above and shall be enclosed further in a main cover duly sealed and super scribed as :

"TENDER FOR _________________ AGAINST TENDER ENQ. NO. ______________________________________ DUE ON____________ CONTAINING PART-I & PART-II BIDS".

4.6.4 Envelope not marked with tender enquiry number is liable to be ignored and may not be opened. 4.7 BID SUBMISSION 4.7.1 The tenders shall be addressed to the official inviting Tenders by name and designation and sent at

the address mentioned in the NIT

4.7.2 Tenders can either be delivered in person or sent at the above mentioned address by COURIER/REGISTERED POST. It shall be the responsibility of the bidder to ensure that the tender is delivered in time as tenders received after the Due Date and Time of opening are liable to be rejected.

4.8 Unsolicited tenders shall not be entertained. 4.9 Order/Contract when finalized will be issued in the name of the bidder only and change of name

during tender evaluation and after submission of the tender is liable to make this offer ineligible for participation.

5 PART-I (TECHNO-COMMERCIAL BID) - CONTENTS & CHECKLIST 5.1 The tender shall be submitted in specified number of copies in separate sections for main

equipment, recommended spares, etc., as per scope defined. Bid Security of specified amount and mode shall be submitted in separate envelope clearly indicating on the envelope Bid Security, amount, mode and put in main envelope of Part-I.

5.2 Technical offer for main equipment shall contain:

a) Technical specifications/write-ups. b) Scope of supply & bill of material. c) Catalogues, literature & drawings/data sheets and P&ID with terminals marked up. d) Schedule of commissioning spares and mandatory spares (to be given separately) giving only

description of each item and quantity, as per given format if any.

e) Optional items as per NBPPL price schedule format.

Page 54: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 4 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

f) Recommended list of spare parts for three years of operation as applicable. g) Schedule of supervision for erection & commissioning services,

h) Schedule of maintenance/erection tools and tackles covered in the scope of supply as per NBPPL

price format. i) PERT Network/Bar Chart for engineering, manufacturing, testing & dispatch of the offered

equipments. j) Guarantee offered for the capacity of the system/equipment, auxiliary power consumption &

consumables like chemicals etc. as applicable. k) Listing of technical deviations l) Listing of exceptions & assumptions m) Services and materials to be provided by the purchaser. n) Names of main sub-contractors/vendors and their scope and subcontractor's ordering schedule

o) Quality plans and Field Quality Plans. p) All other details/documents as listed in tender documents.

5.3 Commercial offer shall contain:

a) Agreed terms & conditions (Annexure-II).

b) Listing of Commercial Deviations, if any w.r.t. GCC & SCC.

c) Unpriced copy of the Price Bid (Part-II), indicating the BOQ as per the Technical Specifications. d) Delivery schedules. e) Validity of offer.

6 PART II (PRICE BID) - CONTENTS AND CHECK LIST 6.1 The BEST offer with FIRM prices( or with PVC as specified in NIT) as per the PRICE SCHEDULE

/PRICE FORMAT given along with NIT shall be submitted in specified number of copies in separate sections for main equipment, O&M spares and supervision offer/erection and commissioning offer, as per scope defined.

Page 55: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 5 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

6.2 In case any bidder insists for price variation clause (PVC), where NIT specifies FIRM price, the offer should contain :-

a) PVC Formula b) Ceiling for PVC c) Base date and applicable indices for base date

Open ended PVC formula is not acceptable. Indices shall be based on Government of India/ RBI publications/ IEEMA/ LME etc... However, NBPPL reserves the right to accept / reject the offer with PVC.

6.3 Price Bid for MAIN EQUIPMENT shall cover basic equipment price with excise duty, sales tax,

freight, octroi, or any other charges as applicable under any Law, as per format enclosed.

6.4 Price Bid for recommended spares shall cover Item-wise rate and total value, packing and forwarding charges, excise duty, sales tax, freight, insurance, octroi or any other charges as applicable under any Law , as per format enclosed

6.5 Supervision Offer for erection & commissioning/offer for E&C shall cover the following (if applicable)

a. Scope of work.

b. Schedule of tools & plants, civil work, consumables, control & instrumentation, manpower

requirement (to be provided by the purchaser in case of supervision offer).

c. Supervision charges on man-day basis and total period in man-months of supervision required, indicating services and facilities to be provided by the tenderer.

OR Erection and commissioning lump sum charges/unit-wise charges for elements of Main

equipment as applicable.

Note –The total Erection and commissioning charges should be minimum 10% of the total quoted price of the package failing which break up of prices shall be adjusted accordingly for evaluation & ordering

6.6 Authority of person signing the tender on behalf of the tenderer :

A person signing the tender or any other document in respect of the Order/Contract on behalf of the tenderer, without disclosing his authority to do so shall be deemed to warrant that he has authority to bind the tenderer. If it is discovered at any time that the person so signing had no authority to do so, the purchaser may, without prejudice to any other right or remedy, cancel the Order/Contract and make or authorise the purchase of the stores at the risk and cost of such person and hold such person liable to the purchaser for all costs and damages arising from the cancellation of the Order/Contract including any loss which the purchaser may sustain on account of such purchase.

Page 56: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 6 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

7 Tenders shall be opened at the time and date as specified in the tender notice in the presence of

such of those tenderers or their authorized representatives who may be present.

8 The tenderers shall closely peruse all the clauses, specifications and drawings indicated in the Tender Documents before quoting. Should the tenderer have any doubt about the meaning of any portion of the Tender Specifications or find discrepancies / omission in the Drawings or the tender documents issued are incomplete or shall require clarification on any of the technical aspect, scope of work etc., he shall at once contact the authority inviting the tender for clarification before the submission of the tender.

9 Before tendering, the tenderers are advised to inspect the site of work and the environments and be

acquainted with the actual working and other prevalent conditions, facilities available, position of material and labour. No claim will be entertained later on grounds of lack of knowledge and hindrances

10 Tenderer must fill up all the schedules and furnish all the required information as per the instructions

given in various sections of the tender specification. Each and every page of the Tender Specification must be SIGNED, STAMPED AND SUBMITTED ALONG WITH THE OFFER by the Tenderer in token of complete and unconditional acceptance thereof. The information furnished shall be complete by itself.

11 The tenderer shall quote the rates in English Language and international numerals. These rates

shall be entered in figures as well as in words. In case of difference in rates between words and figures THE LESSER OF THE TWO will be treated as valid rate. For the purpose of tender, the metric system of units shall be used.

12 All entries in the tender shall either be typed or be written in ink. Erasure and over writings are not

permitted and may render such tenders liable to summary rejection. All cancellations and insertions shall be duly attested by the tenderer.

13 QUALIFICATIONS OF TENDERERS: Only tenderers who have previous experience in the work of

this nature and description detailed in this tender specification are expected to quote for this work. Offers from tenderers who do not have proven and established experience in the field are not likely to be considered. Decision of the NBPPL in this regard would be final.

14 DATA TO BE ENCLOSED: Full information shall be given by the tenderer in respect of the

following. Non-submission of this information may lead to rejection of the offer. 14.1 FINANCIAL STATUS: Financial viability as per Proforma enclosed at ANNEXURE-`A' 14.2 INCOME TAX CERTIFICATES: A Certificate of Income tax clearance from the appropriate authority

in the forms prescribed there for duly indicating annual turnover. These certificates shall be valid for one year from the date of issue or for the period prescribed therein for all tenders submitted during the period.

Page 57: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 7 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

14.3 PREVIOUS EXPERIENCE : A statement giving particulars (duly supported by documentary evidence) of the various service rendered in progress for each similar works by the tenderer indicating the particulars and value of each work, the site location, the duration, date of completion etc., strictly as per Proforma enclosed at ANNEXURE-B.

14.4 ORGANISATION CHART : The organization pattern that are totally available with him and that will

be employed by the tenderer for this work in the form of month wise and category wise deployment plan duly indicating the number of Engineers, Supervisors, skilled and unskilled workers etc., as per Proforma enclosed at ANNEXURE-`C'.

14.5 An attested copy of the Power of Attorney, in case the tender is signed by an individual other than

the sole Proprietor, shall also be attached. 14.6 IN CASE OF AN INDIVIDUAL: His full name, experience, address and nature of business. OR IN CASE OF PARTNERSHIP FIRMS: The names of all the partners with addresses and their

experience. A copy of the partnership deed/ instrument of Partnership duly certified by a Notary Public shall be enclosed.

OR IN CASE OF COMPANIES : Date and place of registration including date of commencement

certificate in case of public companies and the nature of business carried or by the Company. Certified copies of memorandum and Articles of Association are also to be furnished. Also indicate names, addresses and experience of the Directors.

14.7 A list of tools and tackles (including cranes, tractor-trailers, winches, Derricks, welding sets

etc., wherever applicable) that the tenderer is having and those that will be deployed on this job as per Proforma enclosed at ANNEXURE-`D'.

14.8 Analysis of unit rate quoted as per Proforma enclosed at ANNEXURE-`E'. 14.9 Declaration sheet as per Proforma enclosed at ANNEXURE-`F'. 14.10 In additions to the above, the particulars required elsewhere in tender documents. 14.11 Checklist and schedule of general particulars duly filled in, signed and stamped as per

ANNEXURE-`G'. NOTE : In terms of clauses 14.1 to 14.11 above, all the data required to be enclosed with the tender need

to be furnished neatly typed, signed and stamped in the given formats only (in the form of separate sheets ) failing which the tender may be considered as incomplete and is liable for rejection. Documentary proofs wherever necessary also need to be enclosed.

15 EARNEST MONEY DEPOSIT (EMD): Every tender must be accompanied by the prescribed

amount of EMD. EMD shall be in the form of Pay Order or Demand Draft in favour of NBPPL. Bids not accompanied by the requisite EMD in a separate sealed envelope or bids accompanied by EMD

Page 58: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 8 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

of inadequate value shall not be entertained and in such cases, bids shall be returned to the bidders without being opened.

15.1 The EMD shall be returned to the unsuccessful bidders after placement of LOA .

15.2 The EMD of the successful bidder will be returned when the bidder has furnished the required

Security Deposit.

15.3 The EMD may be forfeited : - If the bidder withdraws the bid during the period of bid validity specified by the bidder in their

bid - If the bidder does not accept the correction of its Bids Price (resulting from the arithmetical

errors) as per provision in the Price Bid / Schedule of Prices. - If the bidder does not withdraw any deviation at the cost of withdrawal indicated by him. - In the case of a successful Bidder, if the bidder fails within the specified time limit to furnish the

Security Deposit . 16 AUTHORISATION AND ATTESTATION: Tenders shall be signed by persons duly authorized /

empowered to do so. Certified copies of such authority and relevant documents shall be submitted along with the tenders.

17 VALIDITY OF OFFER: THE OFFER SHALL BE KEPT OPEN FOR ACCEPTANCE FOR A

MINIMUM PERIOD OF SIX MONTHS FROM THE DATE OF OPENING OF TENDERS. In case NTPC BHEL Power Projects Private Limited calls for negotiations, such negotiations shall not amount to cancellation or withdrawal of the original offer which shall be binding on the tenderers.

18 EXECUTION OF CONTRACT: The successful tenderer's responsibility under this contract

commences from the date of issue of the Letter of Intent by NTPC BHEL Power Projects Private Limited. The successful tenderer shall be required to execute an agreement in the prescribed form as per ANNEXURE-`I' with the NBPPL within 30 days from date of LOA after the acceptance of his tender and in any case before submitting the first bill for payment.

19 SECURITY DEPOSIT: Upon acceptance of tender, the successful tenderer must deposit the

required amount of security deposit before start of work. , The rate of security deposit will be as below of the Contract value:

- Up to Rs. 10 Lakh : 10% - Above Rs.10 Lakh and up to Rs. 50 Lakh: Rs.1 Lakh + 7.5% of the amount exceeding Rs.10

Lakh - Above Rs. 50 Lakh: Rs.4 Lakh +5% of the amount exceeding Rs.50 Lakh.

19.1 The Security Deposit may be furnished in any one of the following forms :-

(a) Cash (As permissible under Income Tax Act). (b) Pay Order, Demand Draft in favour of NBPPL. (c) Local cheques of scheduled banks, subject to realization.

Page 59: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 9 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

(d) Securities available from Post Offices such as National Savings Certificates, Kisan Vikas

Patras etc. (Certificates should be held in the name of Contractor furnishing the security and duly pledged in favour of NBPPL and discharged on the back).

(e) Bank Guarantee from Scheduled Banks/Public Financial Institutions as defined in Companies

Act. All the BGs are to be submitted as per NBPPL BG format as per Annexure-I (f) Fixed Deposit Receipt issued by Scheduled Banks/ Public Financial Institutions as defined in

Companies Act. The FDR should be in the name of the contractor, A/C NBPPL, duly discharged on the back.

(g) Security deposit can also be recovered at the rate of 10% from the running bills. However in

such cases at least 50% of the Security Deposit should be collected before start of the work and the balance 50% may be recovered from the running bills.

(Note: In case of small value contract not exceeding Rs.10 Lakh and all SAS jobs, work can be started before Security Deposit is collected. However, payment can be released only after collection/recovery of initial 50% Security Deposit). (h) EMD of the successful tenderer can be converted and adjusted against the security deposit. NOTE: Acceptance of Security Deposit against Sl. No. (d) and (f) above will be subject to hypothecation or endorsement on the documents in favour of NBPPL. However, NBPPL will not be liable or responsible in any manner for the collection of interest or renewal of the documents or in any other matter connected therewith.

19.2 Security deposit shall not be refunded to the contractor except in accordance with the terms of the

contract. 19.3 The validity of the Bank Guarantee furnished towards Security Deposit under (e) above shall be

up to the period of completion of work as stipulated in the Letter of Intent + 1 month and the same will be kept valid by proper renewal till the satisfactory completion of the Guarantee Period.

19.4 If the value of the work done at any time exceeds the accepted agreement value, the Security

Deposit shall be correspondingly enhanced and the extra Security Deposit shall be immediately deposited by the Contractor or recovered from payments due to him.

19.5 Failure to deposit the Security Deposit within the stipulated time, may lead to forfeiture of Earnest

Money Deposit and Cancellation of the award of work. 19.6 If any part of Security Deposit of the Contractor is held in the form of approved securities, it shall be

kept transferred in the name of NTPC BHEL Power Projects Private Limited, in such a manner that the same can be realized fully without referring to the Contractor. NBPPL shall not be

Page 60: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 10 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

responsible for any depreciation in the value of the Security while in NBPPL’s custody or for any loss of interest thereon.

19.7 NBPPL reserves the right of forfeiture of Security Deposit in addition to other claims and

penalties in the event of the contractor's failure to fulfill any of the contractual obligations or in the event of termination of contract as per terms and conditions of contract. NBPPL reserves the right to set off the Security Deposit, against any claims of any other contracts with NBPPL.

19.8 RETURN OF SECURITY DEPOSIT : If the contractor fully performs and completes the work in

all respects to the entire satisfaction of NBPPL and presents an absolute "No Demand Certificate" in the prescribed form and returns properties belonging to NBPPL taken, borrowed or hired by him for carrying out the said works, half the amount of Security Deposit will be released to the contractor after deducting all costs, expenses and other amounts that are to be paid to NBPPL under this or other contracts entered into with the Contractor. It may be noted that in no case the Security Deposit shall be refunded / released prior to passing of final bill. Balance half of the amount of Security Deposit will be released only after the Guarantee Period is over.

20 No interest shall be payable by NBPPL on Earnest Money Deposit, Security Deposit or on

any moneys due to the contractor. 21 REJECTION OF TENDER AND OTHER CONDITIONS : 21.1 The acceptance of Tender will rest with NBPPL which does not bind itself to accept the lowest

tender or any tender and reserves to itself full rights for the following without assigning any reasons whatsoever.

a) To reject any or all of the tenders.

b) To split up the work amongst two or more Tenderers.

c) To increase or decrease the quantities.

d) To award the work in part.

e) To reject any commercial or technical deviation given in the offer.

f) To pre-pone/post-pone the date of opening for the tender with due communication to the

tenderers well within time.

g) In either of the contingencies stated in (b) and (c) above to modify the time for completion suitably.

21.2 Standard pre-printed conditions of tenderer attached to the offer willl not be accepted and only

those in the body of the offer will be considered.

Page 61: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 11 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

21.3 Conditional and un-witnessed tenders, tenders containing absurd or unworkable rates and amounts, tenders which are incomplete or otherwise considered defective and tenders not in accordance with the tender conditions, specifications, etc., are liable to be rejected.

21.4 If a tenderer expires after the submission of his tender or after the acceptance of his tender, NBPPL

may at its discretion, cancel such tender. If a partner of a firm expires after the submission of the tender or after the acceptance of the tender, NBPPL may cancel such tender at its discretion unless the firm retains its character.

21.5 NBPPL will not be bound by any Power of Attorney granted by the tenderer or by changes in the

composition of the firm made subsequent to the execution of the contract. NBPPL may, however, recognize such Power of Attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor concerned.

21.6 If the tenderer gives wrong information in his tender, NBPPL reserves the right to reject such tender

at any stage or to cancel the contract, if awarded and forfeit the Earnest Money/ Security Deposit/ any other moneys due.

21.7 Canvassing in any form in connection with the tender is strictly prohibited and the tenders

submitted by the contractor who resorts to canvassing are liable to be rejected. 21.8 Should a tenderer or contractor or in the case of a firm or Company of contractors/ one or more of

its Partners/ share holders / Directors have a relation or relations employed in NBPPL, the authority inviting tender shall be informed to the fact along with the offer, failing this NBPPL may, at its sole discretion reject the tender or cancel the contract and forfeit the Earnest Money/ Security Deposit

21.9 The successful tender shall not sub-contract the part or complete work detailed in the tender

specification without written permission of NBPPL. The tenderer is solely responsible to NBPPL for the work awarded to him.

21.10 NO DEVIATIONS to the tender conditions will normally be accepted. however, if the tenderer

insists for certain deviations to the conditions, financial implication thereof shall be loaded to the quoted price for evaluating the tenderer's offer.

Page 62: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 12 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

SECTION - II

GENERAL TERMS AND CONDITIONS

22 The following terms and expressions shall have the meaning hereby assigned to them except where the context otherwise requires.

22.1 NBPPL shall mean NTPC NBPPL POWER PROJECTS PRIVATE LIMITED, a Company registered

under the Indian Companies Act, 1956, with its Registered Office at NTPC BHAWAN, CORE-7, SCOPE COMPLEX, LODHI ROAD, NEW DELHI-110003, and with its Corporate Office at The Corenthum, 6th Floor, Lobe-4, Tower-B, and Plot No. A-41, Sector-62, Noida-201309 (UP) or its authorized officers or its Engineer or other employees authorized to deal with any matters with which these persons are concerned, on its behalf.

22.2 ‘GENERAL MANAGER' shall mean the Officer in Administrative charge of the contracting Unit of

NBPPL. 22.3 `ENGINEER' or ENGINEER-IN-CHARGE' shall mean Engineer deputed by NBPPL. The term

includes Deputy General Manager, Construction Manager, Resident Manager, Site Engineer, Resident Engineer and Assistant Site Engineer of NBPPL at the site as well as the officers in charge at Head Office.

22.4 `SITE' shall mean the place or places at which the plants/ equipment are to be erected and services

are to be performed as per the specifications of this Tender. 22.5 `CLIENTS OF NBPPL' or `CUSTOMER' shall mean the project authorities to whom NBPPL is

supplying the equipment. 22.6 `CONTRACTOR' shall mean the individual, firm or company who enters into contract with NBPPL

and shall include their executors, administrators, successors and permitted assigns. 22.7 `CONTRACT' or `CONTRACT DOCUMENT' shall mean and include the agreement, the work order,

the accepted appendices of rates, Schedules of Quantities, if any, General Conditions of Contract, Special Conditions of Contract, Instructions to Tenderers, the drawings, the technical specifications, the special specifications, deviation/modification orders, if any, the tender documents and the Letter of Intent/ Acceptance letter issued by NBPPL. Any conditions or terms stipulated by the tenderer in the tender documents or subsequent letters shall not form part of the Contract unless specifically accepted in writing by NBPPL in the Letter of Intent and incorporated in the Agreement.

22.8 `GENERAL CONDITIONS OF CONTRACT' shall mean the `Instructions to Tenderers' and `General

Conditions of Contract' pertaining to the work detailed. 22.9 `TENDER SPECIFICATIONS' shall mean the Special Conditions, Technical Specifications,

appendices, Site information and drawings pertaining to the work for which the tenderers are

Page 63: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 13 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

required to submit their offer. Individual Specifications Number will be assigned to each tender specification.

22.10 ̀ TENDER DOCUMENTS’ shall mean the General Conditions of Contract (19.8) and Tender

Specifications (19.9). 22.11 ̀ LETTER OF INTENT' shall mean the intimation by a letter / telegram / telex / fax to the tenderer that

the tender has been accepted in accordance with provisions contained in the letter. The responsibility of the contractor commences from the date of issue of this letter and all the terms and conditions of contract are applicable from this date.

22.12 ̀ COMPLETION TIME' shall mean the period by date specified in the Letter of Intent or date mutually

agreed upon for handing over the erected equipment/ plant which are found acceptable by the Engineer being of required standard and conforming to the specifications of the Contract.

22.13 ̀ PLANT’ shall mean and connote the entire assembly of the plant and equipment covered by the

Contract. 22.14 ̀ EQUIPMENT' shall mean all equipment, machineries, materials, structurals, electricals and other

components of the plant covered by the Contract. 22.15 ‘TESTS' shall mean and include such test or tests to be carried out by the contractor as are

prescribed in the Contract or considered necessary by NBPPL in order to ascertain the quality, workmanship, performance and efficiency of the contracted work or part thereof.

22.16 ‘APPROVED', `DIRECTED' or `INSTRUCTED’ shall mean approved, directed or instructed by

NBPPL. 22.17 ‘WORK' or `CONTRACT WORK' shall mean and include supply of all categories of labour,

specified consumables, tools and tackles required for complete and satisfactory site transportation, handling, stacking, storing, erecting, testing and commissioning of the equipment to the entire satisfaction of NBPPL.

22.18 ‘SINGULAR’ and ‘PLURAL’ etc. Words carrying singular number shall also include plural and vice

versa where the context so requires. Words importing masculine gender shall be taken to include the feminine gender and words importing persons shall include any Company or Association or Body of Individuals, whether incorporated or not.

22.19 ‘HEADINGS’ The headings in these General Conditions are solely for the purpose of facilitating

reference and shall not be deemed to be part thereof or be taken into consideration in the interpretation or construction thereof or the contract.

22.20 ‘MONTH’ shall mean calendar month. 22.21 ‘WRITING’ shall include any manuscript, type written or printed statement under the signature or seal

as the case may be.

Page 64: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 14 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

23 LAW GOVERNING THE CONTRACT AND COURT JURISDICTION: The Contract shall be

governed by the Law for the time being in force in the Republic of India. The Civil Court at Delhi/ New Delhi, having ordinary Original Civil Jurisdiction shall alone have sole and exclusive jurisdiction in regard to all claims in respect of this Contract.

24 ISSUE OF NOTICE The Contractor shall furnish to the Engineer, the name, designation and

address of his authorized agent and all complaints, notices, communications and references shall be deemed to have been duly given to the Contractor, if delivered to the Contractor or his authorized agent or left at or posted to the address either of the contractor or his authorized agent and shall be deemed to have been so given in the case of posting on the day on which they would have reached such address in the ordinary course of post or at which they were so delivered or left.

25 USE OF LAND No land belonging to NBPPL or its customer under temporary possession of

NBPPL shall be occupied by the Contractor without the written permission of NBPPL. 26 COMMENCEMENT AND COMPLETION OF WORK 26.1 The contractor shall commence the work within the time indicated in the Letter of Intent and shall

proceed with the same with due expedition without delay. 26.2 If the successful tenderer fails to commence the work within the stipulated time, NBPPL, at its

sole discretion, will have the right to cancel the contract. His Earnest Money and/ or Security Deposit will stand forfeited without any further reference to him without prejudice to any and all of NBPPL’s other rights and remedies in this regard.

26.3 All the works shall be carried out under the direction and to the satisfaction of NBPPL. 26.4 The transported equipment erected /constructed plant or work performed under the Contract, as

the case may be, shall be taken over when it has been completed in all respects and/or satisfactorily put into operation at site.

27 MEASUREMENT OF WORK AND MODE OF PAYMENT 27.1 All payments due to the contractor shall be made by `Account Payee’ Cheques. 27.2 For progress/ running bill payments, the contractor shall present detailed measurement sheets

in triplicate duly indicating all relevant details based on technical documents and connected drawings for the work done during the month/ period under different categories in line with terms of payment as per Letter of Intent. The basis of arriving at the quantities/ weights shall be the relevant documents and drawings released by NBPPL. These measurement sheets shall be prepared jointly with Engineer and signed by both the parties.

27.3 These measurement sheets will be checked by the Engineer and quantities and percentages

eligible for payment under different groups shall be decided by him. The abstract of quantities

Page 65: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 15 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

and percentages so arrived at based on the terms of payment shall be entered in the Measurement Book and signed by both the parties.

27.4 Based on the above quantities, contractor shall prepare the bills in the prescribed Proforma and

work out the financial value. These will be entered in the Measurement Book and signed by both the parties. Payment shall be made by NBPPL after effecting the recoveries due from the contractor.

27.5 All recoveries due from the contractor for the month / period shall be effected in full from

corresponding running bills unless specific approval from competent authority is obtained to the contrary.

27.6 Measurement shall be restricted to that quantity for which it is required to ascertain the financial liability of NBPPL under this contract.

27.7 Measurement shall be taken jointly by persons duly authorized by NBPPL and the Contractor. 27.8 The Contractor shall bear the expenditure involved, if any, in making the measurements and testing

of materials to be used/ used in the work. The Contractor shall, without extra cost to NBPPL, provide all the assistance with appliances and other things necessary for measurement.

27.9 If, at any time due to any reason whatsoever, it becomes necessary to re-measure the work

done, in full or in part, the expenses towards such re-measurement shall be borne by the Contractor.

27.10 Passing of bills covered by such measurements does not amount to acceptance by NBPPL

of the completion of the work measured. Any left out work has to be completed by the Contractor, as directed.

27.11 Final measurement bill shall be prepared in the Proforma prescribed for the purpose, based on

the certificate issued by the Engineer that the entire work as stipulated in the tender specifications has been completed in all respects to the entire satisfaction of NBPPL. The Contractor shall give unqualified `No Claim’ and `No Demand' certificates. All the tools and tackles loaned to him should be returned in condition satisfactory to NBPPL. The abstract of final quantities and financial values shall also be entered in the Measurement Book and signed by both the parties. The final bill shall be paid within eight weeks after completion of the work. After the payment of final bill, only the guarantee obligation percentage value shall remain unpaid which shall be released in accordance with clause 32.

28 RIGHTS OF NBPPL :NBPPL reserves to itself the following rights in respect of this contract

without entitling the contractor to any compensation. 28.1 To get the work done through another agency at the risk and cost of the contractor, in the event of

poor progress or the contractor's inability to progress the work for completion as stipulated in the contract, poor quality of work, persistent disregard of instructions of NBPPL, assignment, transfer, subletting of the contracted work without written permission of NBPPL, non-fulfillment of any

Page 66: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 16 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

contractual obligations etc. and to claim / recover compensation for such losses from the contractor including NBPPL's supervision charges and overheads from Security Deposit/ other dues.

28.2 To withdraw any portion of work and / or to restrict / alter quantum of work as indicated in the

contract during the progress of work and get it done through another agency and/ or by the departmental labour to suit NBPPL's commitments to its customer or in case NBPPL decides to advance the completion due to other emergent reasons/ NBPPL's obligation to its customer.

28.3 To terminate the contract after due notice and forfeit the Security Deposit and recover the loss

sustained in getting the balance work done through other agencies in addition to liquidated damages in the event of :

(a) Contractor's continued poor progress. (b) Withdrawal from or abandonment of the work before completion of the work. (c) Corrupt act of the contractor. (d) Insolvency of the contractor. (e) Persistent disregard of the instructions of NBPPL. (f) Assignment, transfer, subletting of the contract work without NBPPL’s written permission. (g) Non-fulfillment of any contractual obligations.

28.4 To recover any moneys due from the Contractor from out of any moneys due to the Contractor

under this or any other Contract or from the Security Deposit. 28.5 To claim compensation for losses sustained including NBPPL's supervision charges and

overheads in case of termination of contract and to levy liquidated damages for delay in completion of work, at the rate of 1/2% of the contract value per week of delay or part thereof subject to a ceiling of 10% of the contract value.

28.6 To determine the Contract or to restrict the quantum of work and pay for the portion of work done

in case NBPPL's contract with its customer is terminated for any reason. 28.7 To effect recoveries from any amounts due to the contractor under this or any other contract or in

any other form the moneys which NBPPL is forced to pay to anybody due to contractor's failure to fulfill any of his obligations.

28.8 To restrict or increase the quantity and nature of work to suit site requirements, since the tender

specification is based on preliminary documents and quantities furnished therein are indicative and approximate and the rates quoted shall not be subject to revision.

Page 67: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 17 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

28.9 To deploy NBPPL's skilled and semiskilled workmen in case of emergency / poor progress/ deficiency in skill on the part of the employees of the contractor and to recover the expenditure on account of the same from the moneys due to the contractor.

28.10 While every endeavor will be made by NBPPL to this end, NBPPL cannot guarantee uninterrupted

work due to conditions beyond its control. The Contractor will not be entitled to any compensation/ extra payment on this account.

28.11 In the event of any dispute of technical nature, the decision of NBPPL shall be final and binding on

the Contractor. 29 RESPONSIBILITIES OF CONTRACTOR IN RESPECT OF LOCAL LAWS, EMPLOYMENT OF

WORKERS, ETC.

The following are the responsibilities of the Contractor in respect of observance of local laws, employment of personnel, payment of taxes etc.:

29.1 As far as possible, unskilled workers shall be engaged from the local areas in which the work is

being executed. 29.2 The contractor at all times during the continuance of this contract, shall in all his dealings with the

local labour for the time being employed on or in connection with the work, have due regard to all local festivals, religious and other customs.

29.3 The Contractor shall comply with all State and Central Laws, Statutory Rules, Regulations,

etc., such as The payment of wages Act, The Minimum Wages Act, The workmen's Compensation Act, The Employer's Liability Act, The industrial Disputes Act, The Employees' Provident Fund Act, Employees' State Insurance Scheme, the Contract Labour (Regulations and Abolition Act, 1970)and other Acts, Rules and Regulations for labour as may be enacted by the Government during the tenure of the Contract and having force or jurisdiction at site. The contractor shall give to the local Governing Body, Police and other concerned Authorities all such notice as may be required under law.

29.4 The Contractor, in the event of his engaging 20 or more workmen, will obtain independent

license under the Contract Labour (Regulations and Abolition Act, 1970) from the concerned authorities based on the certificate (Form-V) issued by the principal employer/ customer.

29.5 The contractor shall pay all taxes, fees, license charges, deposits, duties, tolls, royalty,

commissions or other charges which may be leviable on account of any of his operations connected with this contract. In case NBPPL is forced to make any such payment, NBPPL shall recover the same from the contractor either from moneys due to him or otherwise as deemed fit.

29.6 While NBPPL will pay the inspection fees of the Boiler/ Electrical Inspectorate, all other

arrangements for the periodical visits of Boiler/ Electrical Inspector to site, inspection

Page 68: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 18 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

certificates etc. will have to be made by the contractor at his cost. The contractor will also meet all expenses in connection with his welder's qualification/ requalification tests etc.

29.7 The contractor shall be responsible for the provision of health and sanitary arrangements more

particularly described in the Contract Labour (Regulations and Abolition Act, 1970) and safety precautions as may be required for safe and satisfactory execution of the contract.

29.8 The contractor shall be responsible for proper accommodation including adequate medical facilities

for the personnel employed by him. 29.9 The contractor shall be responsible for the proper behavior and observance of all regulations by the

staff employed by him. 29.10 The contractor shall ensure that no damage is caused to any person / property of other parties

working at site. If any such damage is caused, it shall be the responsibility of the contractor to make good the losses and compensate them.

29.11 All the properties/ equipment/ components of NBPPL/ its customer loaned with or without

deposit, to the contractor shall remain the properties of NBPPL/ its customer. The contractor shall use such properties for the purpose of execution of this contract. All such properties/ equipment/ components shall be taken to be in good condition unless notified to the contrary by the contractor within 48 hours. The contractor shall return them in good condition as and when required by NBPPL/ its customer. In case of non-return, loss, damage, repairs etc., the cost thereof, as may be fixed by the Engineer, will be recovered from the contractor.

29.12 It shall not be obligatory on the part of NBPPL to supply any tools and tackles or materials other

than those specifically agreed to be given by NBPPL. However, depending upon availability / possibility, NBPPL/ its customer's equipment and other materials may be made available to the contractor on payment of hire charges as fixed by them, subject to the conditions laid down by NBPPL/ its customer from time to time. Unless paid in advance, such hire and other charges shall be recovered from out of dues to the contractor or security deposit in one installment.

29.13 The contractor shall fully indemnify and keep indemnified NBPPL/ its customer against all

claims of whatever nature arising during the course of execution of this contract. 29.14 In case the contractor is required to undertake any work outside the scope of this contract, the

amount payable shall be as may be mutually agreed upon. 29.15 Any delay in completion of works or non-achievement of periodical targets, due to reasons

attributable to the contractor, will have to be compensated by the contractor either by increased manpower and resources or by working extra hours or more than one shift at no extra cost to NBPPL.

29.16 The contractor shall execute the work under the conditions usual to such power

plant/manufacturing plant construction and in conjunction with numerous other operations at site.

Page 69: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 19 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

The contractor and his personnel shall cooperate and coordinate with other agencies at project site and proceed in a manner that shall help in the progress of work at site as a whole.

29.17 The contractor will be directly responsible for payment of wages to his workmen. A pay-roll sheet

giving details of all payments made to the workmen duly signed by the contractor's representative should be furnished to NBPPL, if called for.

29.18 In case of any class of work for which there is no specification laid down in the contract,

such work shall be carried out in accordance with the instructions and requirements of the Engineer.

29.19 No levy, payment or charges made or imposed shall be impeached by reason of any clerical

error or by reason of any mistake in the amount levied, demanded or charged. 29.20 No idle labour charges will be admissible in the event of any stoppage of work resulting in

the contractor's workmen being rendered idle due to any reason at any time. 29.21 The contractor shall take all reasonable care to protect the materials and the work till such time the

plant / equipment has been taken over by NBPPL / its customer. 29.22 Contractor shall not stop work or abandon the site for whatsoever reason or dispute, excepting for

force majeure conditions. All problems / disputes shall be separately discussed and settled without affecting the progress of work. Stoppage or abandonment of work, other than under force majeure conditions, shall be treated as breach of work of contract and dealt with accordingly.

29.23 The contractor shall keep the area of work clean and shall remove the debris etc. While

executing day-to-day work. Upon completion of work, the contractor shall remove from the vicinity of work, all scrap, packing materials, rubbish, unused and other materials and deposit them in places specified by the Engineer. The contractor will also demolish all the hutments, sheds, offices, etc. constructed and used by him and shall clean the debris. In the event of his failure to do so, the same will be arranged to be done by the Engineer and the expenses recovered from the contractor.

29.24 The contractor shall execute the work in the most substantial and workman like manner in the

stipulated time. Accuracy of work and timely execution shall be the essence of this contract. The contractor shall be responsible to ensure that the quality, assembly and workmanship conform to the dimensions and clearance given in the drawings and/ or as per the instructions of the Engineer.

29.25 The contractor shall furnish fortnightly labour deployment report indicating the classification and

number of workmen engaged, date wise and category wise. Besides, the contractor shall also furnish progress reports on work at regular intervals as required by the Engineer.

30 RESPONSIBILITIES OF CONTRACTOR IN RESPECT OF SAFETY OF MEN, EQUIPMENT,

MATERIAL AND ENVIRONMENT.

Page 70: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 20 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

30.1 All safety rules and codes applied by NBPPL and its customer at site shall be observed by the contractor and his workmen without exception. The contractor shall be responsible for the safety of the equipment / material and work to be performed by him and shall maintain all lights, fencing guards, signs etc. or other protections necessary for the purpose. Contractor shall also take such additional precautions as may be indicated from time to time by the Engineer, with a view to prevent pilferage, accidents, fire hazards etc. Suitable number of clerical staff, watch and ward, store keepers to take care of equipment, materials, construction tools and tackles shall be posted at site by the contractor till the completion of the work under this contract. The contractor shall arrange for such safety devices as are necessary for this type of work and carry out the requisite site tests of handling equipment, lifting tools, tackles etc. as per usual standards and practices.

30.2 The contractor shall provide to its work force and ensure the use of the following personal

protective equipment as found necessary and as directed by the authorized NBPPL officials. (a) Safety Helmets conforming to IS-2925 (b) Safety Belts conforming to IS-3521 (c) Safety shoes conforming to IS-1989 (d) Eye & Face Protection devices conforming to IS-8520 and IS-8940 (e) Hand & body protection devices conforming to IS-2573,IS-6994, IS-8807 & IS-8519.

30.3 All tools, tackles, lifting appliances, material handling equipment, scaffolds, cradles, safety nets,

ladders, equipment etc. used by the contractor shall be of safe design and construction. These shall be tested and certificate of fitness obtained before putting them to use and from time to time as instructed by authorized NBPPL official who shall have the right to ban the use of any item.

30.4 All electrical equipment, connections and wiring for construction power, it's distribution and

use shall conform to the requirements of Indian Electricity Act and Rules. Only electricians licensed by the appropriate statutory authority shall be employed by the contractor to carry out all types of electrical works. All electrical appliances including portable electric tools used by contractor shall have safe plugging system to source of power and be appropriately earthed.

30.5 The contractor shall not use any hand lamp energized by electric power with supply voltage of more

than 24 volts. For work in confined spaces, lighting shall be arranged with power source of not more than 24 volts.

30.6 Where it becomes necessary to provide and / or store petroleum products, explosives,

chemicals and liquid or gaseous fuel or any other substance that may cause fire or explosion, the contractor shall be responsible for carrying out such provision and/or storage in accordance with the rules and regulations laid down in the relevant Government Acts, such as Petroleum Act, Explosives Act, petroleum and Carbides of Calcium Manual of the Chief Controller of Explosives, Government of India etc. Prior approval of the authorized NBPPL official at the site shall also be taken by the contractor in all such matters.

Page 71: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 21 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

30.7 The contractor shall arrange at his cost (wherever not specified) appropriate illumination at all work spots for safe working, when natural daylight may not be adequate for clear visibility.

30.8 In case of a fatal or disabling injury / accident to any person at construction sites due to lapses by

the contractor, the victim and / or his / her dependents shall be compensated by the contractor as per statutory requirements. However, if considered necessary, NBPPL shall have the right to impose appropriate financial penalty on the contractor and recover the same from payments due to the contractor for suitably compensating the victim and / or his / her dependents. Before imposing any such penalty, appropriate enquiry shall be held by NBPPL giving opportunity to the contractor to present his case.

30.9 In case of any damage to property due to lapses by the contractor, NBPPL shall have the right

to recover the cost of such damages from the payments due to the contractor after holding an appropriate enquiry.

30.10 In case of any delay in the completion of a job due to mishaps attributable to lapses by the

contractor, NBPPL shall have the right to recover cost of such delay from the payments due to the contractor, after notifying the contractor suitably and giving him opportunity to present his case.

30.11 If the contractor fails to improve the standards of safety in its operation to the satisfaction of

NBPPL after being given reasonable opportunity to do so and / or if the contractor fails to take appropriate safety precautions or to provide necessary safety devices and equipment or to carry out instructions regarding safety issued by the authorized NBPPL official, NBPPL shall have the right to take the corrective steps at the risk and cost of the contractor after giving a notice of not less than seven days indicating the steps that would be taken by NBPPL.

30.12 The contractor shall submit report of all accidents, fires, property damage and dangerous

occurrences to the authorized NBPPL official immediately after such occurrence, but in any case not later than 12 hours of the occurrence. Such reports shall be furnished in the manner prescribed by NBPPL. In addition, periodic reports on safety shall also be submitted by contractor to the authorized NBPPL official from time to time as prescribed.

30.13 During the course of construction, alteration or repairs scrap lumbers with protruding nails, sharp

edges etc., and all other debris including combustible scrap shall be kept cleared from working areas, passage ways and stairs in and around site.

30.14 Cylinders shall be moved by tilting and rolling them on their bottom edges. They shall not be intentionally dropped, struck or permitted to strike each other violently. When cylinders are transported by powered vehicles, they shall be secured in a vertical position.

30.15 The contractor shall be responsible for the safe storage of his radioactive sources.

30.16 All the contractor's supervisory personnel and sufficient number of workers shall be trained for fire

fighting and shall be assigned specific fire protection duties. Enough number of such trained personnel must be available during the tenure of the contract.

Page 72: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 22 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

30.17 Contractor shall provide enough fire protecting equipment of the types and numbers at his office, stores, erection site, other temporary structures, labour colony area etc. Access to such fire protection equipment shall be easy and kept open at all times. Compliance of the above requirement under fire protection shall in no way relieve the contractor of any of his responsibility and liabilities to fire accident occurring. In the event fire safety measures are not to NBPPL's satisfaction, NBPPL shall have option to provide the same and recover the cost plus incidentals from contractor's bills and / or impose penalty as deemed fit by the Engineer.

30.18 Before commencing the work, the contractor shall appoint /nominate a responsible officer to

supervise implementation of all safety measures and liaison with his counterpart of NBPPL. 30.19 If safety record of the contractor in execution of the awarded job is to the satisfaction of Safety

Department of NBPPL, issue of an appropriate certificate to recognize the safety performance of the contractor may be considered by NBPPL after completion of the job.

31 CONSEQUENCES OF CANCELLATION 31.1 Whenever NBPPL exercises its authority to terminate the contract / withdraw a portion of work

under clause 25, the work may be got completed by any other means at the contractor's risk and cost provided that in the event of the cost of completion (as certified by the Engineer which shall be final and binding on the contractor) being less than the contract value, the advantage shall accrue to NBPPL. If the cost of completion exceeds the moneys due to the contractor under the contract, the contractor shall either pay the excess amount demanded by NBPPL or the same shall be recovered from the contractor. This will be in addition to the forfeiture of Security Deposit and recovery of liquidated damages as per relevant clauses.

31.2 In case NBPPL completes the work under the provisions of this clause, the cost of such

completion to be taken into account for determining the excess cost to be charged to the contractor shall consist of cost of materials purchased and / or labour provided by NBPPL with an addition of such percentage to cover supervision and establishment charges as may be decided by NBPPL.

32 INSURANCE

32.1 NBPPL / its customer shall arrange for insuring the materials / property of NBPPL / its customer

covering the risks during transit, storage, erection and commissioning. 32.2 It shall be the sole responsibility of the contractor to insure his workmen against risks of

accidents and injury while at work as required by the relevant Rules and to pay compensation, if any, to them as per Workmen's Compensation Act. The contractor shall also insure his staff against accidents. The work will be carried out in a protected area and all the Rules and Regulations of NBPPL / its client in the Project Area which is in force from time to time will be followed by the contractor.

Page 73: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 23 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

32.3 If due to negligence and/or non-observance of safety and other precautions, any accident / injury occurs to any other persons/ public, the contractor shall pay necessary compensation and other expenses, if so decided by the appropriate authority.

32.4 The contractor will take necessary precautions and due care to protect the material, while in his

custody from any damage/ loss till the same is taken over by NBPPL or customer. For lodging / processing of insurance claim the tractor will submit necessary documents. NBPPL will reserve the right to recover the loss from the contractor, in case the damage / loss is due to carelessness / negligence on the part of the contractor. In case of any theft of material under contractor's custody, matter shall be reported to police by the contractor immediately and copy of FIR and subsequently police investigation report shall be submitted to NBPPL for taking up with insurance.

32.5 If due to negligence/ carelessness on the part of the contractor, any material/ equipment get

damaged, the contractor shall submit necessary documents for lodging insurance claims as required by NBPPL Engineer. NBPPL shall however reserves the right to recover deductible franchise and also unsettled portion of insurance claim amount from the contractor.

32.6 If due to negligence/ carelessness on the part of the contractor, any surrounding properties also get

damaged, the contractor shall submit necessary documents for lodging insurance claims as required by NBPPL Engineer. NBPPL shall however reserves the right to recover deductible franchise and to unsettled portion of insurance claim amount from the contractor.

32.7 The contractor may note that NBPPL T&Ps / IMTEs are not insured. The Contractor will take

necessary precautions and due care to protect the same while in his custody from any damage/ loss till the same is handed over back to NBPPL. In case the damage / loss is due to carelessness/ negligence on the part of the contractor, the Contractor is liable to get them repair/ replaced immediately and in case of his failure to do so within a reasonable time , NBPPL will reserve the right to recover the loss from the contractor.

33 STRIKES AND LOCKOUTS 33.1 The contractor will be solely responsible for all disputes and other issues connected with his

workmen. In the event of contractor's workmen resorting to strike or the contractor resorting to lockout and if the strike or lockout so declared is not settled within a period of one month, NBPPL shall have the right to get the erection work executed by employing its own men or through other agencies or both. The cost incurred by NBPPL in this regard shall be recovered from the contractor.

33.2 For any purpose whatsoever, the employees of the contractor shall not be deemed to be in the

employment of NBPPL 34 FORCE MAJEURE 34.1 The following shall amount to force majeure conditions. Acts of God, Act of any Government, War,

Sabotage, Riots, Civil Commotion, Police Action, Revolution, Flood, Fire, Cyclone, Earthquake and Epidemic and other similar causes over which the contractor has no control.

Page 74: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 24 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

34.2 If the contractor suffers delay in the due execution of the contract, due to delays caused by force majeure conditions, as defined above, the agreed time for completion of the work covered by this contract shall be extended by a period of time equal to the period of delay, provided that on the occurrence of any such contingency, the contractor immediately reports to NBPPL in writing the causes for the delay but the Contractor shall not be eligible for any compensation on this account.

35 GUARANTEE Even though the work will be carried out under the supervision of the

Engineer, the contractor will be responsible for the quality of the workmanship and shall guarantee the work done for a period of twelve months from the date of completion of all work as per LOA and certified by the Engineer, and shall rectify, free of cost to NBPPL, all defects arising out of faulty erection during the guarantee period starting from the date of completion of rectification. In the event of the contractor failing to repair the defective works within the time specified by the Engineer, NBPPL may proceed to undertake the repairs of such defective works at the contractor's risk and cost, without prejudice to any other rights and recover the same from out of any moneys payable to the contractor or by other legal means.

36 ARBITRATION : All disputes between the parties to the contract arising out of or in relation to the

contract, other than those for which the decision of the Engineer or any other person is by the contract expressed to be final and conclusive, shall after 30 days advance written notice by either party to the contract to the other party, be referred to sole arbitration of the General Manager or his nominee. The arbitration shall be conducted in accordance with the provisions of the Arbitration and Conciliation Act, 1996. The parties to the contract understand and agree that it will be no objection that the General Manager or the person nominated as Arbitrator had earlier in his official capacity to deal directly or indirectly with the matters to which the contract relates or that in the course of his official duties had expressed views on all or any of the matters in dispute or difference. The award of the Arbitrator shall be final and binding on the parties to this contract. In the event of the Arbitrator dying, neglecting or refusing to act or resigning or being unable to act for any reason General Manager or his nominee shall appoint another person to act as an arbitrator in accordance with the terms of agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessor. Work under the contract shall be continued during the arbitration proceedings. The venue of the arbitration proceedings shall be the office of the General Manager or his nominee, New Delhi, or such other places as the arbitrator may decide.

---x---x---

Page 75: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 25 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

ANNEXURE-A

FINANCIAL VIABILITY 1. Owner's capital in the business (incase of Partnership, please

mention percentage shares and amounts). 2. Quantum of business done during last three financial years.

i) Rs. ii) Rs. iii) Rs.

3. Value of fixed Assets of the business in last three years.

i) Rs.

ii) Rs. iii) Rs.

4. Guarantee limits (if any) enjoyed by the firm. 5. Over draft limits (if any) enjoyed by the firm. 6. Please enclose audited profit and loss account and balance

sheet for last 3 years (indicate no. of sheets). 7. Certificate from Scheduled Bank to prove Contractor's

financial capacity to undertake the work duly indicating the financial limits the tenderer enjoys.

(Signature of tenderer)

With Stamp NOTE: All the above documents should be duly certified by auditors/ Bank as may be applicable.

Page 76: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 26 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

ANNEXURE – B

(SIGNATURE OF TENDERER) WITH STAMP

Analysis of Similar Jobs Executed /In Progress Sl Agency by

whom awarded

Location of the Project

Capacity & Unit Nos.

Scope of work & Tonnage

Date of Awad Contract Value

1 2 3 4 5 6 7

% of work Completed & due date for completion

Date of completion,if job is already over

No. of Skilled/Unskilled workers deployed at peak

No. of Engrs. & Supervisors deployed at peak

Details of major T&P like cranes,tractors,trailers,welding M/c., winches etc.

Consumables by whom supplied whom

8 9 10 11 12 13

Page 77: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 27 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

ANNEXURE – C MONTHWISE MANPOWER DEPLOYMENT PLAN

SL No Category No. of persons

available on roll of the organization

( Indicate No. of Persons to be deployed in each month) 1st 2nd 3rd 4th 5th 6th And so

on 1. 2. 3. Total (SIGNATURE OF TENDERER) WITH STAMP

Page 78: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 28 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

ANNEXURE – D

(A) STATUS OF TOOLS & PLANTS Sl Name of the

Equipment Quantity Owned

Registration No. wherever applicable

Documents enclosed for Proof of Ownership

Present Location

Quantity Proposed to be deployed

----------------------------------------------------------------------------------------------------------------------------------------------------- (B) MONTHWISE T&P DEPLOYMENT PLAN

------------------------------------------------------------------------------------------------------------------------------------- S.No. Description of Month T & P (Indicate No. to be deployed in each month) ------------------------------------------------------------------------------------ Ist 2nd 3rd 4th 5th 6th 7th 8th and so on (SIGNATURE OF TENDERER) WITH STAMP

Page 79: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 29 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

ANNEXURE - E

ANALYSIS OF UNIT RATE QUOTED __________________________________________________________________ S.NO. DESCRIPTION PERCENTAGE OF REMARKS

THE UNIT RATE QUOTED

--------------------------------------------------------------------------------------------------- 1. Salary & wages for staff & workers 2. Consumables (a) Gases (b) Welding Electrodes (c) P.O.L. (d) Others 3. Depreciation & maintenance for T&P 4. Depreciation & Maintenance for other items 5. Establishment and Administration expenses of site 6. Overheads 7. Profit

(SIGNATURE OF TENDERER) WITH STAMP

Page 80: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 30 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

ANNEXURE - F

DECLARATION SHEET I, ---------------------------------------------------------------hereby certify that, all the information and data

furnished by me with regard to this Tender Specification No.------------------------------------ are true and complete to the best of my knowledge. I have gone through the specification, conditions and stipulations in detail and agree to comply with the requirements and intent of specification.

I, further certify that I am the duly authorized representative of the under mentioned tenderer and a

valid power of attorney to this effect is also enclosed. Tenderer's Name & Address Authorized representative's signature with name and address.

Page 81: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 31 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

ANNEXURE - `G' CHECKLIST AND SCHEDULE OF GENERAL PARTICULARS NOTE: Tenderers are requested to fill in the following details and no column should be left blank 1. Name and address of the tenderer 2. Telegraphic/ telex address 3. Phone No. (Office)/ Fax No. 4. Name & designation of the official of the tenderer to whom all

references shall be made. 5. Tenderer's proposal No. & date 6. Whether EMD submitted (By cash/Pay order / bank draft) by.......... 7. Validity of offer/ rates quoted for six months from the date of opening of tender Yes/No 8. Financial Status as per Clause 11.1 (in the format as per Annexure-A) Yes/No 9. Income tax Clearance certificate as per Clause 11.2 Yes/No 10. Details of experience as per clause 11.3 (in the format as per Annexure-B) Yes/No 11. Month wise & Category wise manpower deployment plan as per Clause 11.4 (in the format as per Annexure-C) Yes/No 12. Attested copy of power of attorney as per clause 11.5 Yes/No 13. Details about type of the firm as per clause 11.6 Yes/No 14. Status of T&P and month wise deployment plan as per clause11.7 (in the format as per Annexure-D) Yes/No 15. Analysis of unit rate quoted as per Clause 11.8 (in the format as per Annexure-E) Yes/No 16. Declaration sheet as per clause 11. 09 (in the format as per Annexure-F) Yes/No Date ___________ (SIGNATURE OF TENDERER)

WITH STAMP WITNESS (SIGNATURES WITH FULL PARTICULARS) 1. 2.

Page 82: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 32 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

ANNEXURE - H AGREEMENT

Agreement No. and Date ____________________________________ Name of the Work

________________________________________________________________________ Name of the Contractor with full address ____________________________________

____________________________________ Value of work awarded ____________________________________ Letter of Intent No. and Date ____________________________________ Scheduled Commencement Date ____________________________________ Scheduled Completion Date ____________________________________ THIS AGREEMENT MADE THIS _______DAY OF____________2000 between NTPC BHEL POWER

PROJECTS PRIVATE LIMITED (Joint Venture Company of NTPC Ltd. & BHEL) a Company incorporated under the Companies Act, 1956, having its Registered Office at NTPC BHAWAN, CORE-7, SCOPE COMPLEX, LODHI ROAD, NEW DELHI-110003 of the ONE PART.

AND M/S _____________________________________________________________ __________________________________ (hereinafter called the `Contractor') of the SECOND PART. WHEREAS M/s ------------------------------------------------------------------------------state that they have acquired and

possess extensive experience in the field of ---------------------------------------------------------------------------------------------------------

And Whereas in response to an Invitation to Tender No. ------------------------ issued by NBPPL for execution of ---------------------------------------------------------- the contractor submitted their offer No.----------------------------------dated ----------------------------And whereas NBPPL has accepted the offer of the Contractor on terms and conditions specified in the Letter of Intent No.------------------------------dated ------------read with the references cited therein.

THIS AGREEMENT WITNESSES AND it is hereby agreed by and between the parties as follows: 1. That the contractor shall execute the work of -------------------------------------and more particularly

described in Tender Specification No --------------------including Drawings and Specifications (hereinafter called the said works) in accordance with and subject to terms and conditions contained in these presents, instructions to Tenderers, General Conditions of Contract, Special Conditions, Annexures, Letter of Intent dated -------------and such other instructions, Drawings, Specifications given to him from time to time by NBPPL.

2. The Contractor is required to furnish to NBPPL Security deposit in the form of cash/ approved

securities/ Bank Guarantee valid up to ------------- for a sum of Rs. ------------- towards satisfactory performance and completion of the Contract.

Page 83: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 33 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

3. The Contractor has furnished a Bank Guarantee bearing no. ------------------dated -----------------for a sum of Rs. ------------------executed by -------------------------------------------------- in favour of NBPPL towards Security Deposit valid up to ---------

OR

The Contractor has furnished to NBPPL an initial Security Deposit of Rs. ----------------in the form of cash / approved Securities/ B.G No. ------------------ dated ------------ for Rs.------------executed by ----------------------------------- in favour of NBPPL valid up to -------------- and has agreed for recovery of the balance security deposit by NBPPL @ 10% of the value of work done from each running bill till the entire Security Deposit is recovered.

OR

The contractor has furnished to NBPPL an initial Security Deposit of Rs.-----(Rs.----------- vide Bank draft No.----------------dated ---------------and by adjusting EMD of Rs.----------submitted vide Bank draft No.------------------- dt.---------) and has agreed for recovery of balance Security Deposit by NBPPL @ 10% of the value of work done from each running bill till the entire security deposit is recovered.

4. The Contractor hereby agrees to extend the validity of the Bank Guarantee for such further period or

periods as may be required by NBPPL and if the Contractor fails to obtain such extension(s) from the Bank, the Contractor, shall pay forthwith or accept recovery of Rs.------------ from the bills in one installment and the contractor further agrees that failure to extend the validity of the Bank Guarantee or failure to pay the aforesaid amount in the manner specified above shall constitute breach of contract. In addition to above, NBPPL shall be entitled to take such action as deemed fit and proper for recovering the said sum of Rs. ------------.

OR

In case the contractor furnishes the bank guarantee at a later date the contractor hereby agrees to extend the validity of bank guarantee for such further period or periods as may be required by NBPPL and if the contractor fails to obtain such extension(s) from the bank, the contractor shall pay forthwith or accept recovery of the amount of bank guarantee given in lieu of security deposit from the bills in one installment and the contractor further agrees that failure to extend the validity of bank guarantee or failure to pay the aforesaid amount in the manner specified above shall constitute breach of contract. In addition to above, NBPPL shall be entitled to take such action as deemed fit and proper for recovering the said sum.

5. That in consideration of the payments to be made to the Contractor by NBPPL in accordance with this

Agreement the Contractor hereby covenants and undertakes with NBPPL that they shall execute, construct, and complete the works in conformity, in all respects, with the terms and conditions specified in this Agreement and the documents governing the same.

6. That the Contractor shall be deemed to have carefully examined this Agreement and the documents

governing the same and also to have satisfied himself as to the nature and character of the Works to be executed by him.

Page 84: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 34 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

7. That the Contractor shall carry out and complete the execution of the said works to the entire satisfaction of the Engineer or such other officer authorized by NBPPL, within the agreed time schedule, the time of completion being the essence of the Contract.

8. That NBPPL shall, after proper scrutiny of the bills submitted by the Contractor; pay to him during the

progress of the said works such sum as determined by NBPPL in accordance with this Agreement. 9. That this Agreement shall be deemed to have come into force from -------- the date on which the letter

of intent has been issued to the Contractor. 10. That whenever under this contract or otherwise, any sum of money shall be recoverable from or

payable by the Contractor, the same may be deducted in the manner as set out in the General Conditions of Contract or other conditions governing this Agreement.

11. That all charges on account of Octroi, Terminal and other taxes including sales tax or other duties on

material obtained for execution of the said works shall be borne and paid by the Contractor. 12. That NBPPL shall be entitled to deduct from the Contractor's running bills or otherwise Income Tax

under Section 194 (C) of the Income Tax Act, 1961. 13. That NBPPL shall be further entitled to recover from the running bills of the Contractor or otherwise

such sum as may be determined by NBPPL from time to time in respect of consumables supplied by NBPPL, hire charges for tools and plants issued (Where applicable) and any other dues owed by the Contractor.

14. That it is hereby agreed by and between the parties that non- exercise, forbearance or omission of any

of the powers conferred on NBPPL and /or any of its authorities will not in any manner constitute waiver of the conditions hereto contained in these presents and the liability of the Contractor with respect to compensation payable to NBPPL or Contractor's obligations shall remain unaffected.

15. It is clearly understood by and between the parties that in the event of any conflict between the Letter

of Intent and other documents governing this Agreement, the provisions in the Letter of Intent shall prevail.

16. The following documents 1. Invitation to Tender No---------------------------------------------------------------- and the documents specified therein. 2. Contractor's Offer No------------------------------------------------------------------ dated-----------------. 3. _________________________________________________________ 4. _________________________________________________________ 5. _________________________________________________________

Page 85: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 35 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

6. Letter of Intent No___________________________________ dated____________. 7. _________________________________________________________ shall also form part of and govern this Agreement. IN WITNESS HEREOF, the parties hereto have respectively set their signatures in the presence of WITNESS (CONTRACTOR) (To be signed by a person holding a valid Power of Attorney) 1. 2. WITNESS (For and on behalf of NBPPL) 1. 2.

Page 86: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 36 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

ANNEXURE – I

BANK GUARANTEE FOR SECURITY DEPOSIT

B.G. NO. Date This deed of Guarantee made this ------------------- day of -------------two thousand by --------------------

---------- (Bank) hereinafter called the "The Guarantor" (which expression shall unless repugnant to the context or meaning thereof be deemed to include its successors and assigns) in favour of M/s NTPC BHEL Power Projects Private Limited ( A Joint Venture Company of NTPC Ltd. & BHEL) a company incorporated under the Companies Act, 1956, having its Registered Office at NTPC BHAWAN, CORE-7, SCOPE COMPLEX, LODHI ROAD, NEW DELHI-110003 through its corporate office at The Corenthum, 6th Floor, Lobe-4, Tower-B, Plot No. A-41, Sector-62, Noida-201309 (UP) hereinafter called "The Company" (which expression shall unless repugnant to the context or meaning thereof by deemed to include its successors and assigns)

WHEREAS --------------------------------------------------(hereinafter referred to as the Contractor) have

entered into a contract arising out of Letter of Intent no.--------------- dt.-----------------(hereinafter

referred to as "the contract") for the construction of ------------------- with the company.

AND WHEREAS the contract inter-alia provides that the contractor shall furnish to the company a

sum of Rs.---------------------- (Rupees----------------------------------------) towards security deposit for

due and faithful performance of the contract in the form and manner specified therein.

AND WHEREAS the contractor has approached the Guarantor and in consideration of the

arrangement arrived at between the contractor and the Guarantor, the Guarantor has agreed to

give the Guarantee as hereinafter mentioned in favour of the company.

The Guarantor do hereby guarantee to the company the due and faithful performance, observance

or discharge of the Contract by the contractor and further unconditionally and irrevocably

undertake to pay to the Company without demur and merely on a demand, to the extent of Rs.------

-------------(Rupees-----------------------------) against any claim by the company on them for any loss,

damage, costs, charges and expenses caused to or suffered by the company by reasons of the

Page 87: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 37 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

contractor making any default in the performance, observance or discharge of the terms,

conditions, stipulations or undertakings or any of them as contained in the contract.

The decision of the company whether any default has occurred or has been committed by the

contractor in the performance, observance or discharge of any of the terms, conditions,

stipulations or undertakings or any one of them as contained in the contract and / or as to the

extent of loss, damage, costs, charges and expenses caused to or suffered by the company by

reason of the contractor making any default in the performance, observance or discharge of any of

the terms, conditions, stipulations or undertakings or any one of them shall be conclusive and

binding on the Guarantor irrespective of the fact whether the contractor admits or denies the

default or questions the correctness of any demand made by the company in any Court, Tribunal

or Arbitration proceedings or before any other Authority.

The company shall have the fullest liberty without affecting in any way the liability of the Guarantor

under this Guarantee, from time to time to vary any of the terms and conditions of the contract or

extend time of performance by the contractor or to postpone for any time and from time to time any

of the powers exercisable by it against the contractor and either enforce or forebear from enforcing

any of the terms and conditions governing the contract or securities available to the company and

the Guarantor shall not be released from its liability under these presents by any exercise by the

company of the liberty with reference to the matters aforesaid or by reasons of time being given to

the contractor or any other forbearance, act or commission on the part of the company or any

indulgence by the company to the contractor or any other matter or thing whatsoever which under

the law relating to sureties would, but for this provision have the effect of so releasing the

Guarantor from its liability under this guarantee.

Page 88: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 38 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

The Guarantor further agrees that the Guarantee herein contained shall remain in full force and

effect during the period that would be taken for the performance of the contract and its claim

satisfied or discharged and till the company certifies that the terms and conditions of the contract

have been fully and properly carried out by the contractor and accordingly discharges this

Guarantee, subject however, that the company shall have no claim under this Guarantee after -----

--------- i.e. (the present date of validity of Bank Guarantee unless the date of validity of this Bank

Guarantee is further extended from time to time, as the case may be) unless a notice of the claim

under this Guarantee has been served on the Guarantor before the expiry of the said period in

which case the same shall be enforceable against the Guarantor notwithstanding the fact that the

same is enforced after the expiry of the said period.

The Guarantor undertakes not to revoke this Guarantee during the period it is in force except with

the previous consent of the Company in writing and agrees that any liquidation or winding up or

insolvency or dissolution or any change in the constitution of the contractor or the Guarantor shall

not discharge the Guarantor's liability hereunder.

It shall not be necessary for the company to proceed against the contractor before proceeding

against the Guarantor and the Guarantee herein contained shall be enforceable against them

notwithstanding any security which the Company may have obtained or obtain from the Contractor

shall at the time when proceedings are taken against the Guarantor hereunder be outstanding or

unrealized.

Notwithstanding anything contained herein before, our liability under the Guarantee is restricted to

Rs. ------------------ (Rupees------------------------------------------). Our guarantee shall remain enforce

until -------------------, i.e. (the present date of validity of Bank Guarantee unless the date of validity

Page 89: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 39 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

of this Bank Guarantee is further extended from time to time) unless a claim or demand under this

guarantee is made against us on or before____@_______ we shall be discharged from our

liabilities under this Guarantee thereafter.

Any claim or dispute arising under the terms of this document shall only be enforced or settled in

the courts of at New Delhi / Delhi only.

The Guarantor hereby declares that it has power to execute this guarantee and the executant has

full powers to do so on behalf of the Guarantor.

IN WITNESS whereof the ------------------------------------- (Bank) has hereunto set and subscribed its

hand the day, month and year first, above written.

Signed for and on behalf of the Bank

(Signatory No. -----------------------)

WITNESSES

1. Name & Address 2. Name & Address

Notes:

1. @: The date to be indicated should not be earlier than 60 days after the date contemplated in the contract.

2. The above BG shall be executed on the non-judicial stamp papers of adequate value procured in the name of the bank in the state where the bank is located.

3. The above BG is required to be sent by the executing bank directly to NBPPL at the address where tender is submitted / accepted under seal cover.

Page 90: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 40 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

SECTION – I(a)

SPECIFICATION

FOR

HEALTH, SAFETY AND ENVIRONMENT (HSE)

Page 91: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 41 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

1.0 SCOPE

This specification establishes the Health, Safety and Environment (HSE) management requirement

to be complied with by the Contractors during construction.

Requirements stipulated in this specification shall supplement the requirements of HSE

Management given in relevant Act (s) /legislations, General Condition Contract (GCC). Special

Conditions of Contract (SCC) and job specification where different documents stipulates different

requirements, the most stringent be adopted.

2.0 REFERENCES

This document should be read in conjunction with following:

- General Conditions of Contract (GCC) - Special Conditions of Contract (SCC) - Scope of work - Relevant IS Codes (refer Annexure-I) - Reporting Formats (refer Annexure-II)

a. REQUIREMENTS OF HEALTH, SAFETY & ENVIRONMENT (HSE) MANAGEMENT SYSTEM TO BE COMPLIED BY CONTRACTORS.

b. MANAGEMENT RESPONSIBILITY

3.1.1 The Contractor to comply with HSE requirement at Construction sites as enclosed to cover

commitment of their organization to ensure health, safety and environment aspects in their line of

operations.

3.1.2 The HSE management system shall cover the HSE requirements including but not limited to what is specified under Para 1.0 and Para 2.0 above.

Page 92: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 42 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

3.1.3 Contractor shall be fully responsible for planning and implementing HSE requirements. Contractor as a minimum requirement shall designate/deploy the following to co-ordinate the above :

No. of workers deployed up to 250 - Designate one safety Supervisor

Above 250 & up to 500 - Deploy one qualified and experienced safety engineer/ officer

Above 500 - One additional safety engineer/

(for every 500 or less) officer, as above.

Contractor shall indemnify & hold harmless Owner/NBPPL & their representatives free from any

and all liabilities arising out of non-fulfillment of HSE requirement.

3.1.4 The Contractor shall ensure that the Health, Safety and Environment (HSE) requirements are clearly understood & faithfully implemented at all levels at site.

3.1.5 NBPPL shall promote and develop consciousness for Health, Safety and Environment among all personnel working for the Contractor. Regular awareness programmes and work site meetings shall be arranged on HSE activities to cover hazards involved in various operations during construction.

3.1.6 The Contractor shall arrange suitable first aid measures such as First Aid Box, trained personnel to give First Aid and install fire protection measures such as adequate number of steel buckets with sand and water to the satisfaction of NBPPL/Owner.

Page 93: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 43 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

3.1.7 Non-Conformance on HSE by Contractor (including his Sub-contractors) as brought out during review / audit by NBPPL/Owner representative shall be resolved forthwith by Contractor. Compliance report shall be provided to NBPPL.

3.1.8 The Contractor shall ensure participation of his Resident Engineer / Site-In-Charge in the Safety Committee / HSE Committees meetings arranged by NBPPL / Owner. The compliance of any observations shall be arranged urgently. He shall assist NBPPL / Owner to achieve the targets set by them on HSE during the project implementation.

3.1.9 The Contractor shall adhere consistently to all provisions of HSE requirements. In case of non-compliance or continuous failure in implementation of any of HSE provisions, NBPPL / Owner may impose stoppage of work without any Cost & Time implication to NBPPL / Owner and / or impose a suitable penalty for non-compliance with a notice of suitable period, up to a cumulative limit of 1.0% (one percent) of Contract value. This penalty shall be in addition to all other penalties specified elsewhere in the contract. The decision of imposing stoppage of work, its extent & minority penalty shall rest with NBPPL / Owner & binding on the Contractor.

3.1.10 All fatal accidents and other personnel accidents shall be investigated by a team of Contractor's senior personnel for root cause & recommended corrective and preventive actions. Findings shall be documented and suitable actions taken to avoid recurrences shall be communicated to NBPPL / Owner. NBPPL / Owner shall have the liberty to independently investigate such occurrences and Contractor shall extend all necessary help and co-operation in this regard.

3.2 HOUSE KEEPING

3.2.1 Contractor shall ensure that a high degree of housekeeping is maintained and shall ensure interalia; the following :

a) All surplus earth and debris are removed / disposed off from the working areas to identified locations (s).

b) Unused/Surplus Cables, Steel items and steel scrap lying scattered at different places within the working areas are removed to identify locations (s).

c) All wooden scrap, empty Roads shall be kept clear and wooden cable drums and other combustible packing materials, shall be removed from work place to identified location(s).

Page 94: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 44 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

d) Materials like: pipes, steel, sand boulders, concrete, chips and brick etc., shall not be allowed on the roads to obstruct free movement of men & machineries.

e) Fabricated steel structurals, pipes & piping materials shall be stacked properly for erection.

f) Water logging on roads shall not be allowed.

g) No parking of trucks/trolleys, cranes and trailers etc., shall be allowed on roads which may obstruct the traffic movement.

h) Utmost care shall be taken to ensure over all cleanliness and proper upkeep of the working areas.

i) Trucks carrying sand, earth and pulverized materials etc., shall be covered while moving within the plant area.

In case of non-compliance of any of above, NBPPL shall have the liberty to get it done from

some other agency at this risk and cost.

3.3 HEALTH, SAFETY AND ENVIRONMENT

3.3.1 The Contractor shall provide safe means of access to any working place including provisions of suitable and sufficient scaffolding at various stages during all operations of the work for the safety of his workmen, and NBPPL / Owner. Contractor shall ensure deployment of appropriate equipment and appliances for adequate safety and health of the workmen and protection of surrounding areas.

3.3.2 The contractor shall ensure that all their staff and workers wear Safety Helmet and Safety shoes. Contractor shall also ensure use of safety belt, protective goggles, gloves etc., by the personnel as per job requirements. All these gadgets shall conform to relevant IS specifications or equivalent.

Page 95: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 45 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

3.3.3 The Contractor shall assign to his workmen, tasks commensurate with their qualification, experience and state of health for driving of vehicles, handling and erection of material and equipments. All lifting equipments shall be tested certified for its capacity before use. Adequate and suitable lighting at every work place and approach there to, shall be provided by the Contractor before starting the actual operations at night. It is mandatory for contractor to get his workmen medically examined / checked for fitness of work assigned once a year and furnish the certificate to that effect from RMP / Govt. Hospital.

3.3.4 Hazardous and / or toxic materials such as solvent, coating or thinners shall be stored in appropriate containers.

3.3.5 All hazardous materials shall be labeled with the name of the materials, the hazards associated with its use and necessary precautions to be taken.

3.3.6 Contractor shall ensure that during the performance of the work, all hazards of the health of personnel have been identified, assessed and eliminated.

3.3.7 Chemical spills shall be contained and cleaned up immediately to prevent further contamination.

3.3.8 All personnel exposed to physical agents such as ionizing or non-ionizing radiation, ultraviolet rays or similar other physical agents shall be provided with adequate shielding or protection commensurate with the type of exposure involved.

3.3.9 Where contact or exposure of hazardous materials could exceed limits or could otherwise have harmful effects, appropriate personnel protective equipment such as gloves, goggles, aprons, chemicals resistant clothing and respirator shall be used.

3.3.10 All persons deployed at site shall be knowledgeable of and comply with the environmental laws, rules & regulations relating to the hazardous materials substances and wastes. Contractor shall not dump, release or otherwise discharge or dispose of any such materials without the express authorization of NBPPL / Owner.

4.0 DURING JOB EXECUTION

Page 96: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 46 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

4.1 Implement Health, Safety and Environment requirements including but not limited to as brought out under Para 3.0. Contractor shall ensure to :

• Arrange workmen compensation insurance, registration under ESI Act, third party liability insurance etc., as applicable.

• arrange all HSE permits before start of activities (as applicable) like hot work, confined space, work at heights, storage of chemical / explosive materials and its use and implement all precautions mentioned therein.

• Submit timely the completed checklist on HSE activities, Monthly HSE report, accident reports, investigation reports etc., as per NBPPL / Owner requirements. Compliance of instructions on HSE shall be done by Contractor and informed urgently to NBPPL / Owner.

• Ensure the Resident Engineer / Site-In charge of the Contractor shall attend all the Safety Committee / HSE meetings arranged by NBPPL/Owner. In case of his absence from site that a second senior most person shall be nominated by him in advance and communicated to NBPPL/Owner.

• Display at site office and work locations caution boards, list of hospitals, emergency services available.

• Display posters, banners made available by NBPPL for safe working to promote safety consciousness.

• Assist in HSE audits by NBPPL / Owner and submit compliance report.

• Generate and submit HSE records / report as per HSE plan.

• Appraise NBPPL / Owner on HSE activities at site.

Page 97: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 47 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

ANNEXURE - I

RELEVENT IS – CODES FOR PERSONAL PROTECTION

IS: 2925-1984 Industrial Safety Helmets

IS: 4770-1968 Rubber gloves for electrical purposes

IS: 6994, 1973 (Part-I) Industrial Safety Gloves (Leather & Cotton Gloves)

IS: 1989-1986 (Part I & III) Leather safety boots and shoes

IS: 3738-1975 Rubber knee boots

IS: 5557-1969 Industrial and Safety rubber knee boots

IS: 6519-1971 Code of practice for selections, care and repair

of Safety footwear

IS: 11226-1985 Leather Safety footwear having direct moulding sole

IS: 5983-1978 Eye protectors

IS: 9167-1979 Ear protectors

IS: 3521-1983 Industrial Safety belts and harness

Page 98: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 48 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

ANNEXURE – II

1.0 HEALTH, SAFETY & ENVIRONMENT (HSE) PLAN

PROJECT: ---------------------------------- CONTRACTOR :---------------------------

DATE :-------------------------------- OWNER :-------------------------------------

(To be prepared by each construction Agency)

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

Activity/ Description

Procedure/W.I. /Guidelines

Codes of Conformance

Performance Functions Audit Function / Customer Review/ Audit Requirement

Performer Checker Approver

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

PREPARED BY REVIEWED BY APPROVED BY

(RESIDENT ENGINEER)

Page 99: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 49 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

2.0 MONTHLY HSE CHECKLIST CUM COMPLIANCE REPORT (1/6) PROJECT:------------------------------ CONTRACTOR:----------------------------------- DATE :---------------------------------- OWNER:-------------------------------------------- INSPECTION BY:-------------------------------------------------- Note: Write 'NA' wherever the item is not applicable.

ITEM YES NO REMARKS ACTION

HOUSING KEETING

Waste containers provided and used

Sanitary facilities adequate and clean

Passageways and Walkways Clear

General neatness of working areas

Others

PERSONNEL PROTECTIVE EQUIPMENT Goggles: Shields Face protection Hearing protection Safety Shoes provided Hand protection Safety Belts Others EXCAVATIONS / OPENINGS Openings properly covered or barricaded Excavations shored Excavations barricaded Overnight lighting provided Other

Page 100: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 50 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

MONTHLY HSE CHECKLIST CUM COMPLIANCE REPORT (Contd.. 2/6)

ITEM YES NO REMARKS ACTION

WELDING, CUTTING

Gas cylinders chained upright

Cables and hoses not obstructing

Screens or shields used

Flammable materials protected

Fire extinguisher (s) accessible

Other

SCAFFOLDING

Fully decked platforms

Guard and intermediate rails in place

Toe boards in place

Adequate shoring

Adequate access

Other

LADDERS

Extension side rails 1 m above

Top of landing

Properly secured

Angle + 70 from horizontal

Other

Page 101: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 51 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

MONTHLY HSE CHECKLIST CUM COMPLANCE REPORT (Contd.3/6) ITEM YES NO REMARKS ACTION

HOIST, CRANES AND DERRICKS Condition of cables and sheaves OK Condition of slings, chains, hooks & eyes O.K. Inspection and maintenance logs maintained Outriggers used Signs/barricades provided Signals observed and understood Qualified operators Other

MACHINERY, TOOLS AND EQUIPMENT

Proper instruction Safety devices Proper cords Inspection and maintenance Other

VECHICLE AND TRAFFIC Rules and regulations observed Inspection and maintenance Licensed drivers Other

Page 102: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 52 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

MONTHLY HSE CHECKLIST CUM COMPLANCE REPORT (Contd.4/6) ITEM YES NO REMARKS ACTION TEMPORARY FACILITIES Emergency instructions posted Fire extinguishers provided Fire-aid equipment available Secured against storm damage General neatness In accordance with electrical requirements Other FIRE PREVENTION Personnel instructed Fire extinguishers checked No smoking in Prohibited areas Hydrants Clear Other ELECTRICAL Proper wiring ELCB’s provided Ground fault circuit interrupters Protection against damage Prevention of tripping hazards Other

Page 103: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 53 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

MONTHLY HSE CHECKLIST CUM COMPLANCE REPORT (Contd.5/6) ITEM YES NO REMARKS ACTION HANDLING AND STORAGE OF MATERIALS Properly stored or stacked Passageways clear Other FLAMMABLE GASES AND LIQUIDS Containers clearly identified Proper storage Fire extinguishers nearby Other WORKING AT HEIGHT Erection plan Safety belts and lanyards; chute lines Other ENVIRONMENT Chemical and other Effluents properly disposed Cleaning liquid of pipes disposed of properly Water used for hydro testing disposed off as Per agreed procedure Lubricant Waste/Engine Oil properly disposed Waste from Canteen, offices, sanitation etc,. Disposed properly Disposal of surplus earth, stripping materials, Oily rags and combustible materials done Properly

Page 104: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 54 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

MONTHLY HSE CHECKLIST CUM COMPLIANCE REPORT (Contd.6/6) ITEM YES NO REMARKS ACTION

Green belt protection

Hygienic conditions at labour camps O.K?

Availability of First Aid facilities

Proper sanitation at site, office and

Labour camps

Arrangement of medical facilities

Measures for dealing with illness

Availability of Potable drinking water

For workmen & staff

Signature of Resident

Engineer with Seal

Page 105: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 55 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

3.0 ACCIDENT CUM FIRE REPORT

(To be submitted by contractor after every accident within 24 hours of accident)

Report :________________

Name of Site:___________________ Date:__________________

CONTRACTOR________________

NAME OF THE INJURED________________________________________________

FATHER’S NAME_______________________________________________________

SUB-CONTRACTOR M/S________________________________________________

DATE & TIME OF ACCIDENT___________________________________________

LOCATION____________________________________________________________

BRIEF DESCRIPTION OF ACCIDENT

CAUSE OF ACCIDENT

NATURE OF INJURY/DAMAGE

____________________________________________________________________________________

MEDICAL AID PROVIDED/ACTIONS TAKEN

INTIMATION TO LOCAL AUTHORITIES

DATE: SIGNATURE OF CONTRACTOR

WITH SEAL

TO: SITE-IN-CHARGE/NBPPL 1 COPY

Page 106: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 56 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

4.0 SUPPLEMENTARY ACCIDENT & INVESTIGATION REPORT

Project:________________________Supplementary to Report No.________________

(Copy enclosed)

Site:__________________________ Date:______________________

CONTRACTOR________________

NAME OF THE INJURED________________________________________________

FATHER’S NAME_______________________________________________________

SUB-CONTRACTOR M/S________________________________________________

DATE & TIME OF ACCIDENT___________________________________________

LOCATION____________________________________________________________

BRIEF DESCRIPTION & CAUSE OF ACCIDENT

NATURE OF INJURY/DAMAGE

COMMENTS FROM MEDICAL PRCTICETIONER, WHO ATTENDED THE VICTIM / INJURED

SUGGESTED IMPROVEMENT IN THE WORKING CONDITION, IF ANY

LOSS OF MANHOURS AND IMPACT ON SITE WORKS

ANY OTHER COMMENT BY SAFETY OFFICER DATE: SIGNATURE OF CONTRACTOR

WITH SEAL

TO: SITE-IN-CHARGE/NBPPL 1 COPY

Page 107: NOTICE INVITING TENDERnbppl.in/uploads/tender_file_pdf/E-0399_Tender_Document.pdf · The Tenderer shall quote the rates in English Language and international numerals. The “Total

VOLUME I, Section-I &II Rev: 01 Date : 07/10/2010 PAGE NO.: 57 of 57

NTPC BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL)

GENERAL CONDITIONS OF CONTRACT (Works)

5.0 MONTHLY HEALTH, SAFETY & ENVIRONMENT (HSE) REPORT

(To be submitted by each Contractor)

Actual work start Date:____________________For the month of ___________________ Project:________________________________Report No.________________________ Name of the Contractor:___________________Status as on:_______________________ Name of Work:__________________________Name of safety officer_______________

ITEM THIS MONTH CUMMULATIVE

Total Strength (Staff + Workmen) Number of HSE meetings organized at site Number of HSE awareness programmes Attended at site Whether workmen compensation policy taken Y/N Whether workmen compensation policy is valid Y/N Whether workmen registered under ESI Act Y/N Number of Fatal Accidents Number of Loss Time Accidents (Other than Fatal Other accidents (Non Loss Time) Total No. of Accidents Total man-hours worked Man-hour loss due to fire and accidents Compensation cases raised with Insurance Compensation cases resolved and paid to workmen Remarks ______________________________________________________________________ Date Safety Officer/Resident Engineer

(Signature & Name)

To: SITE-IN-CHARGE, NBPPL 1 COPY