Tenderdocument 142
Tenderdocument 142
TENDER DOCUMENT
NAME OF WORK:Overhauling, rewinding and repairing of 415V motors of various sizes installed
at Heavy Water Plant, Tuticorin.
.
Page 1 of 38
GOVERNMENT OF INDIA
DEPARTMENT OF ATOMIC ENERGY
HEAVY WATR PLANT, TUTICORIN – 628 007
For further information, please contact Maintenance Manager, Phone no. (0461-2244503),
Fax: (0461-2355389) e-mail ID: [email protected] between 11:00 hrs. and 16:00 hrs. on all
working days.
Page 2 of 38
Eligibility Criteria, conditions and Instructions.
i. Three similar works each of the value not less than 40% of the estimated cost i.e.,
Rs. 18,00,000/-
ii. Two similar works each of value not less than 60% of the estimated cost i.e., Rs.
27,00,000/-
iii. One similar work of value not less than 80% of the estimated cost i.e., Rs.
36,00,000/-
d. Bidder should furnish average annual turnover for last three consecutive financial years
and shall not be less than50% of estimated cost i.e., Rs.22,50,000/-.
e. Shall have Latest Bank Solvency certificate from any scheduled bank of Minimum Value
of 40% of estimated cost i.e., Rs. 18,00,000/- and should not be older than 12 months as
on tender opening date.
f. Bidder shall have GST, ESI & EPF registration certificate.
g. PAN allotted by the Income Tax Department to the bidder.
2. Similar works means “Overhauling and re-winding of 415V or 3.3KV or higher voltage
rating induction/synchronous motors or generators”.
3. Bidder shall have “own work shop for rewinding and repair of motors and they shall
submit documentary evidence for own work shop along with list of all machineries
required for rewinding and repairing of motors”.
4. The intending bidder must read and understand technical specification and General conditions
of contract of the tender document. Party should only submit bid if it/ they consider eligible
and it is/ they are in the possession of all the documents required. Department reserves the
right of Non-consideration of Tender documents of the agencies that are not fulfilling the NIT
stipulations and/ or having adverse report on the performance in the past.
5. Information & instructions for bidders posted on website shall form part & parcel of the tender
documents.
6. The tender documents which consist of technical specifications, general conditions and other
terms & conditions to be compiled by the bidder can be seen and downloaded from the website
www.eprocure.gov.in.
7. List of documents to be scanned & uploaded during submission of bids
a. Registration certificate if any,
b. ESI and EPF, GST registration certificate.
c. Previous work order copies & work completion certificates of similar works as
described above.
d. PAN (Permanent Account Number)
e. Document in support of EMD submission (EMD copy).
Page 3 of 38
f. Copy of Solvency certificate from any scheduled bank of Minimum Value of40% of
estimated cost and should not be older than 12 months as on tender opening date.
g. Audited Balance Sheet for last 3 Financial years and certificate of Financial Turnover
Form CA.
21. The Tenderer, whose tender is accepted, will be required to furnish performance guarantee of
5% of the tendered amount within 07 days from the receipt of LOA. This guarantee shall be in
the form of Government Securities / Fixed Deposit Receipt (FDR) or Guarantee Bonds of any
Scheduled Bank or the State Bank of India in accordance with the prescribed form. This period
Page 4 of 38
can be further extended for maximum 07 days at the written request of the contractor with late
fee @ 0.1% per day of the Performance Guarantee amount. Performance Guarantee shall
remain valid for a minimum period of Sixty days beyond the date of completion of all
contractual obligations as per GCC.
22. The time allowed for carrying out the work shall be as indicated above. It shall be reckoned
from the date of issue of Work Order. Special conditions brought out in the tender document
would supersede the GCC in case of contradiction.
23. Tenderers are advised to inspect and examine the site and its surroundings before
submitting their tenders. They shall assess the means of access to the site, the
accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influenced or affect
their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects
it or not and no extra charges consequent on any misunderstanding or otherwise shall be
allowed.
24. Special conditions brought out in the tender document would supersede the General Conditions
of Contract in case of contradiction.
25. The working schedule shall be on all general working days and during general working hours.
However contractor shall work on extended hours / Sundays or public holidays at the
discretion of the EIC of the work.
26. The competent authority, on behalf of President of India, does not bind himself to accept the
lowest or any other tender, and reserves to himself the authority to reject any or all the tenders
received, without assigning any reason. All tenders, in which any of the prescribed condition is
not fulfilled or any condition, including that of conditional rebates is put forth by the tenderer,
shall be summarily rejected.
27. The Competent Authority, on behalf of President of India, reserves to himself the right of
accepting the whole or any part of the tender and the tenderer shall be bound to perform the
same at the rates quoted.
28. The Notice Inviting Tender shall form a part of the contract document. The successful tenderer
/ contractor, on acceptance of his tender by the Accepting Authority shall, within 15 days from
the stipulated date of start of the work, sign the contract consisting of, The Notice Inviting
Tender, all the documents including all conditions, specifications and drawings, if any, forms
issued at the time of invitation of tender and acceptance thereof together with any
correspondence leading thereto.
sd
(G.Venkatesu)
General Manager,
Heavy Water Plant, Tuticorin
For & On behalf of The President of India
Page 5 of 38
GOVERNMENT OF INDIA
DEPARTMENT OF ATOMIC ENERGY
HEAVY WATR PLANT, TUTICORIN – 628 007
MEMORANDUM
Tender document available for download :From 07.02.2024 (11:00 Hrs.) To 20.02.2024 (15:00 Hrs.)
Should this tender be accepted in whole or part, I/We hereby agree (i) to abide by and fulfill all the
conditions annexed here to an all the term and provisions contained in notice inviting tenders so far as
applicable and /or in default thereof to forfeit and pay to The President of India or his successors in office the
sum of money mentioned in the said condition. A sum of₹ 90,000/- is hereby forwarded in Fixed Deposit
Receipt or in the form of Demand Draft / Bankers Cheque/ Pay Order of a Scheduled Bank, issued in
favor of Pay & Account Officer, HWP - Tuticorinas Earnest Money Deposit.
(i) If I/We fail to commence the work specified in the above memorandum I/We agree that the said
“The President of India or his successor in Office” shall without prejudice to any other right or remedy, be the
said Earnest Money Deposit shall be retained by him towards security deposit mentioned above. (ii) to execute
all the works referred to in the tender documents upon the terms and deviations as may be ordered up to a
maximum of ± 25% of individual item at that rates quoted in the tender document and those in excess of that
limit at the rates to be determined in accordance with the provisions contained in the tender form.
PostalAddress:
………………………………………………….
.……...……………………………………………..…………
…………………………………………..……………………
Witness :
Signature :
Address :
Page 6 of 38
PART-I
TECHNICAL SPECIFICATIONS
I. Introduction:
415V motors of various power ratings installed at Heavy Water Plant, Tuticorin for driving
pumps, compressors, EOT crane etc. were got submerged in gypsum contaminated water due to
recent flash flood in the December-2023. These motor stator and rotor are to be cleaned
thoroughly with water jet, overhauling, repairingand rewinding of the motors to be done as per
the scope of work given below and motors which are beyond the overhauling are to be re-
wounded based on the condition assessment, rewinding of motors quantity is mentioned
separately in item No.9 of SOQ. Motors to be overhauled/repaired/rewounded are located at various
locations within the premises of Heavy Water Plant (Tuticorin). These motors are to be shifted to a
convenient location for overhauling/repairing as decided by the Engineer-In-Charge. Generally
shifting of the motors can be done with the help of Cranes/Fork Lifts or manual trolley but in some
locations crane, Fork Lift and Truck are not allowed due to safety reasons where only manual tools
and tackles, chain pulley blocks are to be used. Contractor has to plan well in advance and keep
enough man power so as to tackle the contingency requirements associated with the job to complete
the same in time. No idle charge will be paid for any delay occurring due to non-availability of motor
for any reason. However, every effort will be made by the Department to release the motors in time as
mutually agreed. All tools & tackles required for completion of work are in the scope of contractor.
Bidders are advised to visit the site before quoting for getting familiar with the site conditions.
II. Scope of work:
A. Scope of contractor:
Contractor shall bring manual trolley required for movement of tools & tackles and small
motors within the plant premises. All tools & tackles required for successful completion of all
works listed below and in SOQ are in the scope of contractor. All material required for
fabrication, supply and replacement are in the scope of contractor. Detailed specifications for
each work are given below. Any other works or material which are not mentioned below and
are essential to complete the works successfully are deemed to be in the scope of work. Crane
or fork lift required for shifting of motors within the plant & switchyard premises are in the
scope of department and will be provided at free of cost and contractor shall give intimation
for requirement one day in advance for arranging crane or fork lift.
Contractor shall give the requirement of total electrical power supply required for completion
of work for arranging electrical power supply by the department. However, electrical
switchboard required for connecting cutting, welding machine, buffing machine etc. shall be
brought by the contractor. Switchboard shall be made of metal and shall be provided with
ELCB and industrial type plug & socket.
Page 7 of 38
Vehicle required for shifting of motors, end covers, pulleys etc. from HWP-Tuticorin to
contractor’s work shop and vice versa are in the scope of contractor and its cost shall be
included in the quoted cost.
Note: During recent flood gypsum water ingresses in motor. Hence, contractor has to
clean the motor stator with fresh water and contract has to ensure no gypsum deposit left
in the stator and in rotor
1. Scope of work for overhauling of motors (item Nos. 1,2,3):
i. Disconnection and connection of Power, Space Heater, Control and Earth
connections, removal and fixing of motor foundation bolts & nuts in presence
of departmental supervisor. Covering motor’s power & control cable, terminal
box etc. with polythene to prevent water entry. Foundation bolts & nuts
removed by the contractor shall be in the safe custody of contractor, if any bolts
& nuts are missing, same shall be supplied by the contractor at free of cost.
ii. Noting down all deficiencies noticed during cable disconnections and during
shifting of motor.
iii. Checking IR value, winding resistance and inductance. Checking IR value and
resistance of space heater if provided in motor.
iv. Shifting of the motor from motor installed/storage location to electrical work
shop/maintenance bay for maintenance and shifting back motor from
maintenance area to motor installed/storage location after completion of
maintenance and testing. Departmental crane/fork lift will be provided by
HWP-T at free of cost.
v. Contractor shall note all parameters as per checklist provided by HWP-T in
presence of departmental representative.
vi. Checking condition of terminal box, motor terminals and terminal block.
Replacement of defective parts, charges for replaced parts will be paid as per
item rate given in SOQ.
vii. Complete dismantling of motor as per standard practice, cleaning of all the parts
of motor with suitable cleaning agents like petrol etc., checking and repairing of
damaged slot wedges if any.
viii. Thorough inspection of motor winding for any damages like tear off of
insulation, slot damages etc.
ix. Inspection of motor winding incoming terminal leads, providing cotton/suitable
sleeves over damages part.
x. During recent flood gypsum water ingresses in motor. Hence, contractor has to
clean the motor stator with fresh water and contractor has to ensure no gypsum
deposit left in the stator and in rotor. Hence bidder has to keep the stator and
Page 8 of 38
rotor of motors in oven for 10 hrs at suitable temperature such that no
deposition of moisture in motor winding and rotor.
xi. Preheating / Drying out of winding using suitable heater or oven at suitable
temperature to remove the moisture and applying “ELANTAS” make
“ELMOLUFT-1A FD” type, Class-F insulation varnish after cooling and
allowing the winding for baking of varnish. Application of final coat of
“Becktol red” finishing varnish. IR value of motor shall be checked at reduced
voltage level during drying process and shall IR value trend shall be noted. IR
value of the motor measured at end of drying and achieving the winding
temperature of 60 deg.C shall not be less than 15 M.ohm for LT motors & 50
M.ohm for 3.3KV motors and PI value shall be 2 or more. Contractor shall
use suitable hot air oven for drying.
xii. The rotor shall be cleaned thoroughly with suitable cleaning agent and joint
inspection of the rotor shall be done for any cracks / rubbing and same shall be
recorded. After confirming the healthiness of rotor related to its trueness,
correct measurement of bearing sitting areas etc., the rotor shall be sprayed with
a coat of becktol red.
xiii. Bearings shall be replaced with new bearings (SKF make only) of same type
and same size. The bearings shall be replaced by using proper oil bath /
Induction heater. The grease pipes shall also be cleaned with suitable cleaning
agent and where ever found the grease pipes are defective same shall be
replaced. While fixing / cleaning packing with grease care shall be exercised to
maintain cleanliness. Supply new bearings (SKF make only) of same type and
same size is also in the scope of contractor. However, bidder has to submit
genuineness certificate before replacement of bearings.
Note: Bidder shall include the bearing cost in the quoted cost for overhauling
xiv. Contractor shall bring all required consumables like insulation varnishes,
thinner suitable for insulating varnish, grease of required grade, cleaning agents
like petrol, CRC etc. and their cost shall be included in the quoted cost.
xv. Checking of rotor shaft for its trueness and bearings sitting areas for any wear
out. If required minor repairs of shaft shall be done by the contractor and its
cost shall be included in the quoted cost.
xvi. Cleaning and checking of motor end shields for any wear out of bearing
housings. Repair / Replacement if required and charges towards repair or
replacement will be paid by the department as per item cost given in SOQ.
xvii. The terminal board, winding take off leads, winding lead lugs and terminal
studs of motor Terminal box shall be jointly inspected and where ever found
defective same shall be repaired /replaced. Terminal leads insulation shall be
Page 9 of 38
replaced with new sleeves and other cotton insulation shall also be replaced for
all size of motors. Necessary brazing / soldering material shall be arranged by
the contractor for repairing the winding leads. In the case of replacement of
motor winding leads, the job shall be done by a skilled winder.
xviii. Complete cleaning and repair of fan, fan cover and it’s mesh if any.
xix. Checking, Repair of space heaters if provided. If space heaters are beyond
repair, same shall be replaced by the contractor and charges will be paid by the
department as per item cost given in SOQ.
xx. Checking, cleaning of greasing ports and greasing nipple. If greasing nipple is
found damaged/missing, same shall be replaced by the contractor at free of cost.
xxi. Complete assembly of motor as per standard practice by applying necessary
joint sealing compound etc.
xxii. End cover, bearing and pulley shall not be hammered while removal or fixing.
Contractor shall remove/fix end cover, bearing and pulley by heating as per
standard procedure.
xxiii. If any parts of motor like bearing/end cover/pulley etc. are damaged by the
contractor while removal or fixing or shifting of motor, same shall be replaced
at free of cost.
xxiv. if any dummy holes are found without any bolt in end cover or in any other
part, same shall be closed with suitable bolts.
xxv. Contractor shall provide suitable gasket in terminal box to close all gaps to
prevent water entry into the terminal box.
xxvi. If weights are added over cooling fan of motor, contractor shall check the
condition of metal pieces and shall replace at free of cost, if found damaged.
xxvii. Contractor shall check condition of motor earthing terminal, if found damaged
contractor shall rectify the same.
xxviii. Cleaning of motor outer body thoroughly, removal of old paint and surface
preparation for painting of motor body.
xxix. Contractor shall apply one coat of ASIAN make yellow primer and two coats of
ASIAN make epoxy paint. Contractor shall write motor tag name in BLACK
colour with YELLOW background in BOLD letters at suitable location as per
instruction of EIC.
xxx. Checking of IR Value, Resistance and Inductance. Running of motor on no load
for checking its performance and recording the values like no-load current,
bearing temperature, body temperature etc. as per check list.
xxxi. No load trial run of the motor at field for confirming the correct direction of
rotation.
Page 10 of 38
xxxii. Complete recording and filling up of check list given by the Engineer-In-
Charge.
xxxiii. Contractor shall bring tarpaulin; polythene covers etc. for covering the motor
during overhauling to prevent water entry.
xxxiv. Contractor shall bring necessary heating equipment like heating over for drying
of motor.
xxxv. Contractor shall complete overhauling work within 4 to 5 days from the date of
shifting of motor from its bed.
xxxvi. Contractor shall keep all consumables and other materials ready for completing
overhauling in time.
xxxvii. Contractor shall bring all tools & tackles, gas torch and gas cylinders required
for heating of pulley etc.
xxxviii. After varnishing, the motor shall be allowed to bake for a sufficient time
and then finished coat of becktol red shall be applied.
xxxix. Contractor must have skilled Fitters, Skilled Riggers, Skilled Electricians and
skilled winders for performing the respective jobs.
xl. The entire work area shall be kept clean during period of work and no scrap
shall be left in the area after completing the job.
xli. All the jobs shall be done as per the instructions and satisfaction of the
Engineer-In-Charge.
xlii. All the Values and data collected and recorded during the entire process of
overhauling of motor shall be recorded and also filled in the appropriate Check
list shall be submitted to the Engineer-In-Charge.
xliii. In addition to above mentioned scope of work, for slip ring induction motors
contractor shall also carryout drying, varnishing, repair/replacement of slip
rings and maintenance of slip ring. Contractor shall check condition of slip ring,
if any minor pitting is observed same shall be rectified. If slip ring damage is
beyond repair, same shall be supplied and replaced with new one similar to
existing one after getting concurrence from EIC. In case slip ring is replaced by
the contractor, charges will be paid extra as per respective item cost mentioned
in SOQ.
xliv. For slip ring induction motors, contractor shall clean slip ring & brush
assembly, check brush tension, condition of carbon/copper brush and its
mounting assembly in presence of EIC. If brush tension is less, same shall be
rectified by the contractor by replacing the springs. If brush worn out is more,
same shall be replaced by the contractor. New springs/brushes required for
replacement of defective ones shall be in the scope of contractor, no separate
Page 11 of 38
charges will be paid by the department. Contractor shall include cost of new
brushes, springs in their quoted cost.
xlv. Heavy Water plant, Tuticorin is equipped with 100MT EOT crane at around 60-
meter elevation, in case of overhauling/repair of slip ring/squirrel cage
induction motors, contractor shall do overhauling/repair at motors installed
location and all material required for successful completion of work shall be
shifted to motors installed location.
xlvi. All types of defective bolts and nuts shall be replaced with new GI bolts & nuts
as instructed by departmental representative. Cost of bolts & nuts shall be
included in the quoted cost; no separate charges will be paid.
xlvii. Any other works which are not mentioned above and are essential to complete
the overhauling successfully are deemed to be included in the quoted cost.
Accordingly, contractor shall quote.
xlviii. Insurance: The contractor shall submit an insurance for motors (Non-flame
proof motors of 15kw to 187kw and flame proof motors of 9.3KW to 45KW)
having coverage of Rupees not less thanthe cost mentioned in Annexure-B
based on the motor type and power rating before shifting the motor from
HWP-T site. Insurance shall be valid from the day of shifting of motor from
HWP-T site to till returning of motor to HWP-T site. Contractor’s having
insurance for their work shop shall submit transit insurance for motors while
shifting of motor from HWP- site and while returning of motor from their work
shop to HWP-T site. Contractor who ever having insurance for their work shop
shall submit valid insurance copy to HWP-Tuticorin for verification. Contractor
who ever is not having insurance for their work shop, shall submit insurance
valid from the day of shifting of motor from HWP-T site to till returning of
motor to HWP-T site. Insurance cost shall be included in the quoted cost of the
item and no extra charges will be paid towards insurance.
Insurance shall be obtained in the name of “The General Manager, Heavy
Water Plant-Tuticorin”.
xlix. Inspection: Inspection of overhauling work of motors having power rating of
20KW to 187KWwill be carried out by HWP-T representatives at contractor’s
work shop at following stages:
Stage-I: Contractor shall intimate EIC after cleaning and drying of motor and
shall keep all material like, new SKF make bearings, insulating varnish etc.
ready along with material test certificates for inspection and verification.
Page 12 of 38
Clearance for commencement of further work will be given after material
inspection.
Stage-II:Contractor shall intimate EIC after completion of overhauling work
prior to assembling of motor for inspection and clearance for assembling of
motor will be given if work found satisfactory.
Page 13 of 38
b. Contractor shall make new winding coils similar to existing winding i.e., no.
of turns, pole pitch, no. of coils per pole etc. Fibrous wedges shall be
inserted into the slots after putting new coils in the stator slots.
c. Contractor shall provide new Class-F insulation in slots before putting new
coils inside the stator slots as per the standard practice for re-winding of
motors.
d. Stator and winding assembly shall be dried in heating oven before applying
varnish for removal of moisture from stator & winding, after removal of
moisture insulating varnish of “ELANTAS” make shall be applied over
winding and varnish shall be of Class-F. Finishing varnish Becktol Red
shall be applied as per standard procedure.
e. After varnishing the motor shall be allowed to bake for a sufficient time and
then finished coat of becktol red shall be applied.
f. Winding shall be inserted firmly and it shall be rigid to withstand the forces
that arises during normal and abnormal operation of motor.
g. Winding end leads shall be brought up to the terminal block, brazing
required for winding end leads shall be done by the contractor and all
consumables required for brazing are deemed to be in the scope of
contractor.
h. Defective terminal studs shall be replaced by new one with same size, same
material and same type and its cost shall be included in the quoted cost.
i. Old copper winding shall be retained by the contractor and the contractor
shall consider the same while quoting the rewinding cost.
j. After completion of re-winding and final assembling work, the following
tests shall be conducted for ensuring healthiness:
1. Insulation resistance (>100 M.ohm).
2. Polarization index test and it shall be >2.
3. Winding resistance and inductance test. Variation of resistance &
inductance among all phases shall not be more than 3%.
viii. For slip ring induction motors both stator winding and rotor winding shall be re-
wounded.
ix. Insurance: The contractor shall submit an insurance for motors (Non-flame
proof motors of 15kw to 187kw and flame proof motors of 9.3KW to 45KW)
having coverage of Rupees not less thanthe cost mentioned in Annexure-B
based on the motor type and power rating before shifting the motor from
HWP-T site. Insurance shall be valid from the day of shifting of motor from
HWP-T site to till returning of motor to HWP-T site. Contractor’s having
insurance for their work shop shall submit transit insurance for motors while
Page 14 of 38
shifting of motor from HWP- site and while returning of motor from their work
shop to HWP-T site. Contractor who ever having insurance for their work shop
shall submit valid insurance copy to HWP-Tuticorin for verification. Contractor
who ever is not having insurance for their work shop, shall submit insurance
valid from the day of shifting of motor from HWP-T site to till returning of
motor to HWP-T site. Insurance cost shall be included in the quoted cost of the
item and no extra charges will be paid towards insurance.
Insurance shall be obtained in the name of “The General Manager, Heavy
Water Plant-Tuticorin”.
x. Inspection: Inspection of re-winding work of motors having power rating of
20KW to 187KW will be carried out by HWP-T representatives at contractor’s
work shop at following stages:
Stage-I: Contractor shall intimate EIC after dismantling of motor and shall
keep all re-winding material like enamelled copper wire, Class-F insulation,
bearings, insulating varnish etc. ready along with material test certificates for
inspection and verification. Clearance for commencement of re-winding work
will be given after material inspection.
Stage-II: contractor shall intimate EIC after completion of re-winding work
prior to assembling of motor for inspection of re-wounded motor and clearance
for assembling of motor will be given if work found satisfactory.
xi. The rotor shall be cleaned thoroughly with suitable cleaning agent and joint
inspection of the rotor shall be done for any cracks / rubbing and same shall be
recorded. After confirming the healthiness of rotor related to its trueness,
correct measurement of bearing sitting areas etc., the rotor shall be sprayed with
a coat of becktol red.
xii. The motor space heaters shall be checked thoroughly for its continuity, IR value
and Resistance. If the space heaters are defective same shall be replaced with
new space heaters.
xiii. Bearings shall be cleaned without removing from the shaft, with a suitable
cleaning agent. Condition of bearings shall be checked, if found defective, same
shall be replaced with new one. Bearings are in the scope of contractor; their
cost shall be included in the quoted cost. The grease pipes shall also be cleaned
with suitable cleaning agent and where ever found the grease pipes are defective
same shall be replaced. While fixing / cleaning packing with grease care shall
be exercised to maintain cleanliness. Contractor shall replace the old grease
with new one, grease required for filling in new bearing/replacing in old
bearings is in the scope of contractor and its cost shall be included in the quoted
cost.
Page 15 of 38
xiv. Contractor shall supply SKF make brand new bearings only, and Servogem-2 or
servogem-3 grade IOCL make grease.
xv. All the parts of the motor shall be cleaned thoroughly and if any part shows
defective / wear out same shall be repaired / replaced. At the time of motor
assembly all the necessary sealing / gasket compounds shall be used. All the
spare parts of the motor wherever necessary will be issued as free issue material
by the Dept.
xvi. The terminal box, terminal block and terminal leads shall be checked
thoroughly for any defect and shall be replaced with new one of similar type if
found defective. Necessary brazing / soldering material shall be arranged by the
contractor for repairing the winding leads. In the case of replacement of motor
winding leads, the job shall be done by a skilled winder.
xvii. Motor end covers, bearing cup and collar shall be checked thoroughly and
repaired if any minor defects like cracks, punching are noticed. If the defect is
beyond repair and needs replacement, same shall be replaced by the contractor
after getting concurrence from Engineer-In-Charge of the work. charges for
replaced items will be paid separately as per respective items given in SOQ.
xviii. Checking, cleaning of greasing ports and greasing nipple. If greasing nipple is
found damaged/missing, same shall be replaced by the contractor at free of cost.
xix. Complete assembly of motor as per standard practice by applying necessary
joint sealing compound etc.
xx. For submersible pump motors (Jalrani motors) contractor shall also replace all
O-rings, mechanical seals etc.
xxi. End cover, bearing and pulley shall not be hammered while removal or fixing.
Contractor shall remove/fix end cover, bearing and pulley by heating as per
standard procedure.
xxii. If any parts of motor like bearing/end cover/pulley etc. are damaged by the
contractor while removal or fixing or shifting of motor, same shall be replaced
at free of cost.
xxiii. if any dummy holes are found without any bolt in end cover or in any other
part, same shall be closed with suitable bolts.
xxiv. Contractor shall provide suitable gasket in terminal box to close all gaps to
prevent water entry into the terminal box.
xxv. If weights are added over cooling fan of motor, contractor shall check the
condition of metal pieces and shall replace at free of cost, if found damaged.
xxvi. Contractor shall check condition of motor earthing terminal, if found damaged
contractor shall rectify the same.
Page 16 of 38
xxvii. Cleaning of motor outer body thoroughly, removal of old paint and surface
preparation for painting of motor body.
xxviii. Contractor shall apply one coat of ASIAN make yellow primer and two coats of
ASIAN make epoxy paint. Contractor shall write motor tag name in BLACK
colour with YELLOW background in BOLD letters at suitable location as per
instruction of EIC.
xxix. Contractor shall complete re-winding work within 15 days from the date of
shifting of motor from HWP-T site.
xxx. Contractor shall shift the motor from contractor’s work shop to HWP-Tuticorin
after completion of re-winding, assembling and testing work in all respects.
xxxi. After shifting the motor to departmental work shop, joint inspection of motor
shall be carried out for any defects/abnormalities and same shall be rectified by
the contractor.
xxxii. Motor’s IR value, resistance and inductance, space heater IR value, continuity
shall be checked in presence of departmental representative prior to no-load
test.
xxxiii. No-load test of motor shall be conducted for four hours at either departmental
work shop or motor installed location in presence of departmental
representative for checking performance of motor. After no-load test run again
IR value shall be checked, temperature rise of motor shall not exceed 60 deg.C
during no-load test. If no-load test performance is not satisfactory, contractor
shall rectify the same and no-load test shall be conducted once again till test is
found satisfactory.
xxxiv. For submersible pump motors, pump will be immersed in water and kept inside
the water for one day and IR value, resistance and inductance will be measured
after one day. If all values are found satisfactory, motor testing will be done.
xxxv. Acceptance:
1. Acceptance will be given, if the performance of the motor is found
satisfactory.
xxxvi. Once the motor is accepted, same shall be shifted to installed location and no-
load test shall be conducted once again for checking direction of rotation.
xxxvii. Contractor must have skilled Fitters, Skilled Riggers, Skilled Electricians and
skilled winders for performing the respective jobs.
xxxviii. The entire work area shall be kept clean during period of work at HWP-
T premises and no scrap shall be left in the area after completing the job.
xxxix. Quantities mentioned in the schedule are only estimates and actual quantities
may vary.
Page 17 of 38
xl. All the jobs shall be done as per the instructions and satisfaction of the
Engineer-In-Charge.
xli. All the Values and data collected and recorded during testing of motor shall be
recorded and also filled in the appropriate Check list & shall be submitted to the
Engineer-In-Charge.
3. Scope of work for rectification of motor base frame leg (Item No. 5,6):
i. Shifting of motor from HWP-Tuticorin to contractor’s work shop and vice
versa. Vehicle required for to and fro of motor shall be arranged by the
contractor and its cost shall be included in the quoted cost.
ii. One of the base frame leg is in broken condition and the broken piece is
missing, contractor shall fabricate the suitable metal piece and shall weld with
the motor base frame.
iii. Suitable type of welding shall be carried out and its effectiveness shall be
checked. Welded portion should not cause any detrimental effect to the
remaining part of base frame.
iv. Levelling of welded piece shall be checked in line with the remaining base
frame legs. Welded leg shall have hole in the center for fixing over mounting
bolt. Center to center distance between foundation hole of welded portion shall
be same as existing other legs. There shall not be any mismatch.
v. Motor shall be fixed over motor bed; foundation bolt nuts shall be fixed by the
contractor in presence of departmental representative for checking trueness.
vi. No-load test run of motor shall be conducted after fixing over motor bed and
there shall not any vibration due to newly fabricated motor leg.
4. Scope of work for supply and replacement of slip rings along with carbon/copper
brush and holder (item Nos. 7,8):
i. Contractor shall supply copper slip ring similar to existing one as per motor
power rating given in respective item given in SOQ.
ii. Disconnection of terminal leads from slip ring, removal of brush assembly.
iii. Dismantling of motor end cover, bearing, cooling fan, pulley (if available) etc.
to facilitate removal of defective slip ring assembly as per standard practice.
iv. Removal of defective slip ring assembly from motor shaft as per standard
procedure. Contractor shall not cause any damage to the shaft, if any damage
found same shall be rectified by the contractor at free of cost.
v. Checking condition of rotor winding take off leads from slip ring to motor
terminal box and replacement with same size and type if any damage is noticed.
vi. Cleaning of slip ring seating area, inspection for any defects like pitting etc.
Page 18 of 38
vii. Fixing of new slip ring assembly, making connections, checking resistance and
inductance of rotor winding before and after fixing of new slip ring assembly.
viii. Assembling of motor, cleaning of motor body. Contractor shall not hammer end
covers/bearings while assembling/dismantling of motor. If any damages are
caused by the contractor, same shall be rectified/replaced by the contractor at
free of cost.
ix. Conducting no-load test for checking performance of motor. If performance of
slip ring is not found satisfactory, same shall be replaced/rectified by the
contractor.
x. Name plate details of slip ring motors for which slip rings are to supplied are
given in Annexure-A for reference.
5. Scope of work for removal, repairing and fixing of end cover of 415V, 3-phase
induction motors of various power ratings (item Nos. 12.1 to 12.6):
i. Disconnection and connection of Power, Space Heater, Control and Earth
connections, removal and fixing of motor foundation bolts & nuts in presence
of departmental supervisor. Covering motor’s power & control cable, terminal
box etc. with polythene to prevent water entry. Foundation bolts & nuts
removed by the contractor shall be in the safe custody of contractor, if any bolts
& nuts are missing, same shall be supplied by the contractor at free of cost.
ii. Shifting of motor from its installed location to electrical work shop/maintenance
area.
iii. Removal of pulley, end cover(s) etc. as per standard procedure. Checking
condition of end cover, noting down all defects in presence of departmental
representative. Contractor shall cover the motor with either tarpaulin or
polythene cover to prevent entry of dust, water, vermin etc.
iv. Bearing seating area over the shaft shall also be checked, if seating area is worn
out, same shall be rectified by the contractor.
v. Transportation of end cover/motor from maintenance area to contractor’s work
shop and vice versa. Vehicle required for transportation shall be arranged by the
contractor and its cost shall be included in the quoted cost.
vi. Worn out portion of end cover shall be rectified by putting metallic sleeve
(ring). Machining, turning etc. required for successful completion of work are in
the scope of contractor. Repairing of defects like cracks at contractor’s work
shop by welding or metal filling etc.
vii. All material required for repairing of end cover are in the scope of contractor
and its cost shall be included in the quoted cost.
Page 19 of 38
viii. Checking condition of bearing, replacement if found not good. Decision for
bearing replacement will be taken by EIC, contractor shall not take decision on
their own. Charges towards newly supplied bearing will be paid as per cost
mentioned against respective item mentioned in SOQ.
ix. Checking condition of repaired end cover/shaft, assembling of motor as per
standard procedure and conducting no-load test run for four hours or till
temperature saturates at either maintenance area/motor’s installed location.
x. During no-load test bearing temperature, no-load current will be noted for every
half an hour and bearing temperature at repaired side shall not exceed 60 deg.C
and there shall not be any abnormal noise from the bearing.
xi. Shifting of motor after completion of repairing & no-load test run from
maintenance area to motor’s installed location.
6. Scope of work for fabrication, supply and replacement of end cover of 415V, 3-phase
induction motors of various power ratings (item Nos. 13.1 to 13.6):
i. Disconnection and connection of Power, Space Heater, Control and Earth
connections, removal and fixing of motor foundation bolts & nuts in presence
of departmental supervisor. Covering motor’s power & control cable, terminal
box etc. with polythene to prevent water entry. Foundation bolts & nuts
removed by the contractor shall be in the safe custody of contractor, if any bolts
& nuts are missing, same shall be supplied by the contractor at free of cost.
ii. Shifting of motor from its installed location to electrical work shop/maintenance
area.
iii. Removal of pulley, end cover(s) etc. as per standard procedure. Checking
condition of end cover, noting down all defects in presence of departmental
representative. Contractor shall cover the motor with either tarpaulin or
polythene cover to prevent entry of dust, water, vermin etc.
iv. Bearing seating area over the shaft shall also be checked, if seating area is worn
out, same shall be rectified by the contractor.
v. Transportation of end cover/motor from maintenance area to contractor’s work
shop and vice versa. Vehicle required for transportation shall be arranged by the
contractor and its cost shall be included in the quoted cost. Contractor shall
submit insurance before shifting of motor to their work shop and it shall be
valid till returning of motor to HWP-T site.
vi. Fabrication of new cast iron end cover, bearing cup similar to existing one. All
dimensions like outer diameter, inner diameter, thickness, mounting holes etc.
shall be similar to existing one. Sample of end cover, bearing cup will be given
to the contractor for fabrication. All material required for fabricating the end
Page 20 of 38
cover, bearing cup are in the scope of contractor and their cost shall be included
in the quoted cost.
vii. End cover mounting holes, bearing mounting portion etc. shall be similar to
existing one and suitable for fixing in motor. Any machining, turning etc.
required for proper mounting of end cover shall be done by the contractor.
viii. Checking condition of bearing, replacement if found not good. Decision for
bearing replacement will be taken by EIC, contractor shall not take decision on
their own. Charges towards newly supplied bearing will be paid as per cost
mentioned against respective item mentioned in SOQ.
ix. Checking condition of repaired end cover/shaft, assembling of motor as per
standard procedure and conducting no-load test run for four hours or till
temperature saturates at either maintenance area/motor’s installed location.
x. During no-load test bearing temperature, no-load current will be noted for every
half an hour and bearing temperature at repaired side shall not exceed 60 deg.C
and there shall not be any abnormal noise from the bearing.
xi. Shifting of motor after completion of repairing & no-load test run from
maintenance area to motor’s installed location.
xii. Insurance: if contractor is taking the motor to their work shop, they shall
submit insurance for motors(Non-flame proof motors of 15kw to 187kw and
flame proof motors of 9.3KW to 45KW) having coverage of Rupees not less
thanthe cost mentioned in Annexure-B based on the motor type and power
rating before shifting the motor from HWP-T site. Insurance shall be valid from
the day of shifting of motor from HWP-T site to till returning of motor to HWP-
T site. Contractor’s having insurance for their work shop shall submit transit
insurance for motors while shifting of motor from HWP- site and while
returning of motor from their work shop to HWP-T site. Contractor who ever
having insurance for their work shop shall submit valid insurance copy to
HWP-Tuticorin for verification. Contractor who ever is not having insurance
for their work shop, shall submit insurance valid from the day of shifting of
motor from HWP-T site to till returning of motor to HWP-T site. Insurance cost
shall be included in the quoted cost of the item and no extra charges will be paid
towards insurance.
7. Scope of work for fabrication, supply and replacement of fan and fan cover of 415V,
3-phase induction motors of various power ratings (Item No. 14.1 to 14.6):
i. Removal of old fan cover, fan from the motor at motor’s installed location using
proper tools and tackles.
ii. Fabrication of cast iron fan, mild steel fan covers similar to existing.
Page 21 of 38
iii. All dimensions of fan and fan cover shall be similar to existing one and suitable
for fixing to the motor.
iv. All material required for fabricating the fan and fan cover are in the scope of
contractor and their cost shall be included in the quoted cost.
v. Any machining, turning etc. required for proper mounting of shall be done by
the contractor.
vi. Fixing of new fan and fan cover to the motor, checking for any rubbing and
conducting no-load test to check the performance of motor.
vii. Fan supplied shall be balanced dynamically, there shall not be any wobbling,
loose fixing of fan.
viii. No abnormal sound&vibrationshall be noticed from fan and fan cover while
conducting no-load test.
8. Scope of work for fabrication, supply and replacement of terminal blocks for 415V, 3-
phase induction motors of various power ratings (0.37KW to 50KW) (Item No. 15.1 to
15.3):
i. Disconnection and connection of power and control cables. Covering power and
control cables with polythene cover.
ii. Removal of old terminal block and covering motor with polythene cover to
prevent dust, vermin and water entry.
iii. Supply of terminal block similar to existing one without adaptor box for motors
having power rating up to 50KW. Sample of terminal block will be given to the
contractor.
iv. If any screws got broken in the terminal block or terminal box mounting holes,
same shall be removed by suitable means and re-threading shall be done based
on the requirement.
v. Inspection of winding take off leads, providing cotton sleeves or heat shrinkable
sleeves
vi. Motor IR value, resistance and inductance shall be checked in presence of
departmental representative and no-load test shall be conducted to check the
temperature raise over terminals of newly supplied terminal blocks.
vii. Terminal block supplied shall be suitable for carrying the motor full load
current and there shall not be any abnormal temperature raise during no load
test run and motor in full load condition.
viii. Silicon sealing compound shall be applied over terminal box to prevent water
entry. Silicon sealing compound shall be in the scope of contractor.
ix. All materials are in the scope of contractor. Hence, contractor shall include
them in the quoted cost.
Page 22 of 38
9. Scope of work for fabrication, supply and replacement of terminal studs along with
terminal mounting insulator for 415V, 3-phase induction motors of various power
ratings (16.1 to 16.2):
i. Disconnection and connection of power and control cables. Covering power and
control cables with polythene cover.
ii. Removal of old terminal box along with terminal block and covering motor
with polythene cover to prevent dust, vermin and water entry.
iii. Motor IR value, resistance and inductance shall be checked in presence of
departmental representative and no-load test shall be conducted to check the
temperature raise over terminals of newly supplied terminal blocks.
iv. Terminal studs made with copper or brass along with mounting insulators shall
be supplied by the contractor and their dimensions shall be similar to existing
one and shall be capable of carrying motor rated current. there shall not be any
abnormal temperature raise during no load test run and motor in full load
condition. ( 1 set means -3 nos)
v. Removal of old terminal studs, fixing of new terminal studs is in the scope of
contractor. All works like brazing, providing cotton/heat shrinkable sleeves are
in the scope of contractor and all required material are also in the scope of
contractor.
vi. Contractor shall do polarity test of motor in presence of departmental
representative.
vii. Circlips for locking the mounting insulators shall also be supplied.
10. Scope of work for repair/replacement of ball/roller bearings of 415V, 3-phase
induction motors of different power ratings (Item No. 11.1 to 11.6):
i. Disconnection and connection of Power, Space Heater, Control and Earth
connections, removal and fixing of motor foundation bolts & nuts in presence
of departmental supervisor. Covering motor’s power & control cable, terminal
box etc. with polythene to prevent water entry. Foundation bolts & nuts
removed by the contractor shall be in the safe custody of contractor, if any bolts
& nuts are missing, same shall be supplied by the contractor at free of cost.
ii. Contractor shall note down all deficiencies in presence of departmental
representative before shifting the motor.
iii. Shifting of motor from its installed location to electrical work shop/maintenance
area and vice versa.
iv. Removal of pulley, end cover(s) etc. as per standard procedure. Checking
condition of end cover, noting down all defects in presence of departmental
representative. Contractor shall cover the motor with either tarpaulin or
polythene cover to prevent entry of dust, water, vermin etc.
Page 23 of 38
v. Bearing seating area over the shaft shall also be checked, if seating area is worn
out, same shall be rectified by the contractor.
vi. Replacement of ball or roller bearing(s) and assembling of motor as per
standard procedure.
vii. Contractor shall clean the internals & externals of motors up to the satisfaction
of EIC. New grease shall be applied in bearings and grease required is in the
scope of contractor.
viii. Conducting no-load test run of motor, noting down all the parameters like no-
load current, bearing temperature etc. as per check list.
ix. Bearing temperature shall not exceed 60 deg. C, if temperature is exceeding
same shall be rectified by the contractor.
11. Supply of new oil (Item No. 17,18&19):
Contractor shall supply oil as per the quantity given in SOQ in non-returnable cans.
12. Scope of work for supply and replacement of space heater suitable for 415V 3-phase
induction motor (Item No. 26):
i. Details of existing space heater for item No. 26 are given below:
Voltage rating 240V, 1-phase 50HZ
Power rating As per existing one.
ii. Supply of new space heater along with takeoff leads similar to existing one.
iii. Removal of end cover and other accessories required for fixing of new space
heater. Disconnection of space heater control cable and connecting leads.
iv. Removal of defective space heater, fixing of new space heater and checking
condition of space heater terminal box and replacement of defective terminals.
v. Assembling of motor, connection of space heater terminal leads and control
cables.
vi. Testing of space heater by giving supply and measuring space heater current
and motor body temperature.
vii. If space heater is not working, same shall be rectified/replaced at free of cost.
viii. Removal and fixing of pulley as per requirement for replacement of space
heater.
13. Supply of ELANTAS make insulating varnishes (Item No. 20&22):
Contractor shall supply ELANTAS make ELMOLUFT-1A FD and Dr. beck red
insulating varnish in PET bottles having weight of 0.9KG.
Supplied insulating varnish shall be brand new and not more than three months old
from the date of supply. Containers supplied in unpacked condition are not accepted.
14. Supply of Thinner 234 (Item No. 21):
Page 24 of 38
Contractor shall supply thinner 234 suitable for ELANTAS make ELMOLUFT-1A FD
insulating varnish in metal containers having weight of 0.8KG.
Supplied thinner shall be brand new and not more than three months old from the date
of supply. Containers supplied in unpacked condition are not accepted.
15. Supply and replacement of Greasing nipple (Item no. 27 & 28):
i. Greasing nipple of various sizes shall be supplied similar to existing one.
ii. Cleaning of greasing ports and fixing of newly supplied greasing nipples.
16. If any work is not mentioned under scope of work of each item, but need to done for
completion of work is deemed to be included in the scope of contractor.
B. Department scope:
i. Crane or fork lift required for shifting/loading/unloading of motor from installed
location to maintenance area and vice versa shall be in the scope of department and
shall be provided at free of cost.
ii. Instrument air required for cleaning of motor body and painting shall be provided by
the department at one location to the contractor at free of cost.
iii. If overhauling of motors which are to be done at HWPT site , electrical power supply
required for overhauling, testing, cutting and welding etc. will be provided at one
location at free of cost.
Page 25 of 38
Annexure-A
Make NGEF
Type AMKW 160M6R
KW 5.5
Speed 970 rpm
Voltage 415V AC, 50HZ
Current 16A
Insulation class B
Connection Delta
CDF 25%
Rotor voltage 170V
Rotor current 22A
Bearing details DE: 6310, NDE: 6310
2. 30KW
Make NGEF
Type AMKW 225M6R
KW 30
Speed 980 rpm
Voltage 415V AC, 50HZ
Current 58A
Insulation class B
Connection Delta
CDF 40%
Rotor voltage 300V
Rotor current 60A
Bearing details DE: 6413 C3,NDE: 6313
3. 16 KW
Make NGEF
Type AMKW 180L6R
KW 16
Speed 955 rpm
Voltage 415V AC, 50HZ
Page 26 of 38
Current 32.5A
Insulation class B
Connection Delta
CDF 25%
Rotor voltage 245V
Rotor current 43A
Bearing details DE: 6311, NDE: 6311
4. 36KW
Make CG
Type DW225M
KW 36
Speed 970 rpm
Voltage 415V AC, 50HZ
Current 67A
Insulation class B
Connection Delta
CDF 40%
Rotor voltage 245V
Rotor current 43A
Bearing details DE: 6313,NDE: 6313
5. 37 KW
Make NGEF
Type AMKW225M4R
KW 37
Speed 1470 rpm
Voltage 415V AC, 50HZ
Current 64A
Insulation class B
Connection Delta
Rotor voltage 310V
Rotor current 74A
Page 27 of 38
Annexure-B
Insurance
S.No Motor power rating in KW coverage
in Rs.
Page 28 of 38
PART – II
GENERAL TENDERING CONDITIONS
1. Deviations from the scope of work of the tender will not be accepted.
3. The Completion period shall be 120 days from the date of work order.
4. Since time is essence of the contract, successful bidder must ensure timely completion of job.
Completion of jobs shall mean total completion of all jobs listed in schedule of quantity of tender
document including testing, cleaning of area and final acceptance of the work by HWPT engineer.
5. GUARANTEE PERIOD:The guarantee period shall be Six months from the date of final
completion of work.
6. All bidders shall quote their rate as per the details given in the schedule of quantity of commercial
bid. Successful bidder shall follow all the terms & contract conditions given in the tender
document.
7. Any and all the exceptions that the bidder wishes to make to the clauses in this tender document
shall be clearly out lined as deviations in his tender, otherwise it shall be construed that the bid is
in total conformity with this tender document. Only such deviations as are approved by the
government shall form part of this agreement.
8. Power, water and air will be supplied by HWPT to the successful bidder at the site of work at one
location free of charges to the extent available. However, bidders shall indicate clearly the
requirement of these facilities in quantum as well as quality. The successful bidder has to make
arrangement for all additional points, cables, switches, LCV/MCV etc. and tapings shall be in
accordance with Electrical/Safety regulations.
9. No lodging and/or boarding facilities will be provided either free or on chargeable basis by HWPT
and the successful bidder shall have to arrange the same for all his personnel/work force.
10. SUB CONTRACTORS: The contractor shall not sub contract whole or part of the work
without the written consent of the Government. When permitted by the Government, the
contractor shall be responsible for all the work of sub-contractor/s.
11. SITE VISIT: The contractor shall visit the site & examine the working conditions. The
acceptance of the order of making of a contract shall be construed as evidence that such an
examination was made, and later claims for labour equipment or materials required or for
difficulties encountered which could have been foreseen, will not be allowed.
12. COORDINATION OF WORK: The contractor shall schedule his work so as to avoid
interference with the works of the Government.
13. HOUSE KEEPING: The contractor shall at all times keep the site free of rubbish, debris and
surplus materials so as to render the place of work clean and safe for all personnel working in the
area. After completion of the work he shall remove all rubbish and waste material resulting from
his work and leave the site in a clean and finished condition. All scaffolding and temporary
structures shall be removed as soon as the jobs for which they are intended are complete. Welding
and other electrical cables shall be routed to allow safe traffic by all concerned. The erected
equipment shall be kept clean by regular cleaning or protective methods. The contractor shall
employ adequate housekeeping staff for this purpose. The government has the right to stop work if
Page 29 of 38
the contractor fails to improve upon the house keeping after having been notified. If so required,
such work will be performed by the Government at contractor’s expenses.
14. SAFETY PRECAUTIONS: The contractor shall be responsible for the taking of all safety
precautions during construction and on completion of the work and for leaving the site safe at all
times and at the end of each working day. Also at all times when the work is temporarily
suspended, the contractor shall protect all construction materials, equipment and facilities from
causing damage or interfering with the properties and work of others.
15. The contractor shall comply with all applicable provisions of the safety regulations, clean-up
program and other precautionary measures, which the Engineer has in force at site. The contractor
shall ensure that his personnel wear safety shoes, helmets, gloves and safety belts etc. as per the
requirement of the work or as advised by the Engineer in charge. while executing the work. The
safety instructions issued to the contractor from time to time by safety Officer / Engineer In-
Charge of HWP (T) are to be scrupulously followed. All the contractor’s manpower shall be
subjected to safety training at the time of their first entry in to the Plant premises for the work.
16. Contractor has to follow safety code and model rules for protection for Health which are enclosed
with this tender.
17. Technical specifications applicable for the work as well as scope of work covered under this tender
shall be as given in Part I. The bidder shall visit site if he deems it necessary before submission of
the quotation, to ascertain themselves about quantum/magnitude of jobs, material requirement etc.
and hold discussions with site engineers for clarifications. No drawings will be handed over to the
bidder.
18. The quoted rate shall be valid for 75 daysfrom the date of last receipt of Technical Bid.
19. Department shall reserve the right to enhance or decrease the quantity of work by 25% and the
above quoted rates by the contractor shall remain same for the variation in the quantities indicated
as per schedule depending upon the site condition.
20. The safety of the workmen engaged in the execution of the work is the sole responsibility of the
contractor and the department shall not take any responsibility for any such accident / death caused
to the contractor’s workmen during the execution of the contract. The contractor is advised to take
necessary insurance coverage to their working personnel at their own cost.
21. The Contractor while executing the above contract shall take precautions not to cause any damage
or loss to the departmental property and any such loss / damage noticed shall be recovered from
the contractor’s bill. The contractor manpower shall have to work in co-ordination with the
departmental and other agencies who may be working in the Plant premises.
22. All the relevant labour acts, provident fund provisions, for the workmen employed by the
contractor and other statutory measures are to be strictly observed by the contractor.
23. Acceptance of the tender or it’s rejection is totally at the discretion of the Competent authority,
HWP (Tuticorin) and no reason is required to be given by the competent authority for taking such
decision.
Page 30 of 38
24. Successful bidder, who will be awarded the work, shall have to sign a formal agreement form as a
token of acceptance of the work.
25. Successful bidder shall have to communicate the name of the authorized representative at site to
whom official communication can be sent at site. Successful bidder will also have to depute
authorized representative holding valid power of Attorney for formal execution of agreement.
26. If a tenderer withdraws his tender within the validity period or makes any modifications in the
terms and conditions of the tender which are not acceptable to the department, then the
government shall without prejudice to other rights or remedy, be at liberty to forfeit the earnest
money deposit absolutely.
27. All the bidders are supposed to quote with full details of manpower i.e. Engineer/Supervisor, high
skilled persons, helpers etc. they intend to deploy. They shall bring all the tools, tackles and other
material indicated in the contractor’s scope of supply and others they consider necessary for taking
up the job.
28. Contractor’s personnel should concentrate on the job specifically allotted under this contract.
Tampering of any other equipment and materials of HWPT or other contractors shall be avoided.
29. Contractor’s engineer/supervisor shall entirely co-ordinate this work with HWPT authorities
through out the currency of the contract. The work shall be executed under Contractor’s
engineer/supervisor’s constant supervision.
30. The contractor shall bring in all their material, required for this work, after obtaining HWPT
security personal signature as a proof of “brought in”. Similarly, the material shall be taken out on
“material gate pass” by getting it authorized by HWPT authorities.
31. The contractor shall submit 2 copies of daily progress report to Engineer-in-Charge for monitoring
the progress of the work. The inspection and testing reports shall be jointly signed by the
contractor’s and HWPT engineer.
32. First aid facility at the HWPT site for the contractor’s staff will be available. However, the
contractors at their own cost shall arrange further medical treatment.
33. Decision of HWPT authorities will be final and binding with regard to inspections, security, safety
etc and job is to be carried out by the successful bidder strictly as per the instructions /guidelines /
specifications given by HWPT authorities.
34. HWPT reserves the right to terminate / suspend the contract at its' discretion and the contractor has
to comply with the same as per the instructions of the engineer.
35. The contractor shall maintain a Muster as well as Payment Registers and payment to the labourers
made only in the presence of the Engineer and it is the responsibility of the contractor to get his
endorsement on the payment on the register.
36. After completion of the work by the successful contractor, they shall clear the site to the
satisfaction of HWPT authorities.
37. The contractor shall get the Assistant Labour Commissioner’s approval for manpower deployment
of the job.
Page 31 of 38
38. Contractor shall submit Contract Workers Muster roll and register of wages in form No. XVI and
XVII to Labour Enforcement Officer, Tuticorin.
39. Copies of form No. XVI, XVII and receipt/ challan for the payment of ESI contributions shall be
submitted along with their bill. Without these documents bill will not be processed.
40. Idle charges to labour or overtime charges shall not be payable by HWPT.
41. GST, Building and other construction workers welfare cess or any other tax, levy or cess in respect
of input for or output by this contract shall be payable by the contractor and Government shall not
entertain any claim whatsoever in this respect.
42. All tendered rates shall be inclusive of any tax, levy or cess applicable on last stipulated date of
receipt of tender including extension if any. No adjustment i.e. increase or decrease shall be made
for any variation in the rate of GST, building and other construction workers welfare cessor any
tax, levy or cess applicable on inputs. However, effect of variation in rates of GST or building and
other construction workers welfare cess or imposition or repeal of any other tax, levy or cess
applicable on output of the works contract shall be adjusted on either side, increase or
decrease.Provided for building and other construction workers welfare cess or any tax (other than
GST), levy or cess varied or imposed after the last date of receipt of tender including extension if
any, any increase shall be reimbursed to the contractor necessarily and properly pays such
increased amount of taxes/ levies/ cess. Provided further that such adjustment including GST shall
not be made in the extended period of contract for which the contractor alone is responsible.
43. General Conditions of the Contract and AERB safety guidelines, which are enclosed with the
tender document, shall also to be followed strictly.
45. INSURANCE: Insurance against theft, fire and arsenal shall be arranged by the contractor for all
the materials, tools & tackles, etc. belonging to the contractor (required for execution of the work)
and also for the materials supplied under the present contract. The contractor shall also arrange
insurance of their personnel also.
46. PROOF OF ABILITY: Bidders should list out the detail of jobs of similar nature so far handled
and completed by him. Preference will be given to bidders who have previously carried out the
work on similar nature.
47. SECURITY DEPOSIT: 2.5% of the tendered value shall be deducted @ 2.5% of each bill as
security Deposit which will be retained for the guarantee period of 6 months towards defect
liability. This amount will be refunded after the completion of guarantee period. In case of any
defects noticed during the guarantee period, the contractor will be asked to rectify the defects
Page 32 of 38
within fifteen days, failing which the same will be rectified departmentally or otherwise at the risk
& cost of the contractor.
48. Earnest Money Deposit submitted along with the bid shall be returned after receiving
performance guarantee by submitting duly filled TR-61 form.
49. INCOME TAX at prevailing rates on the gross amount of bills shall be deducted from the
Contractor’s bills as per Section 194 of the Income Tax Act or any amendments thereto.
II. The statutory deduction like, Income Tax, TDS on GST, etc. will be deducted from the
payments made to the contractor.
Page 33 of 38
PART-III
SCHEDULE OF QUANTITY
Item
Item Description Unit Quantity
No.
Page 34 of 38
Overhauling of 415V, 3-phase slip ring
induction motors having power rating 5.5KW
to 16KW which includes supply and
replacementof existing bearing of same type
2 Nos 3
and size with new skf bearings (Note: bidder
has to submit bearing Authentaic certificate
before replacemnent) as per technical
specifications given in Annexure-II
Overhauling of 415V, 3-phase slip ring
induction motors having power rating 30KW to
37KW which includes supply and
replacementof existing bearing of same type
3 Nos 3
and size with new skf bearings (Note: bidder
has to submit bearing Authentic certificate
before replacement)as per technical
specifications given in Annexure-II
Rewinding, Servicing andtransportation of 3
Phase, 440 V, 2.2KW Jalrani pump includes
insulation varnishing , replacement of 2 Nos
bearings (make: SKF), O-rings, Mechanical
4 Nos 1
seals, Gaskets, Terminal block, Drying out,
final assembling of the motor and conducting
test run at HWP-T as per technical
specifications given in Annexure-II.
Rectification of defective base frame leg of
415V, 3-Phase induction motor having power
5 Nos 2
rating up to 2.2KW as per technical
specifications given in Annexure-II.
Rectification of defective base frame leg of
415V, 3-Phase induction motor having power
6 Nos 2
rating from 3KW to 15KW as per technical
specifications given in Annexure-II.
Supply and replacement of slip ring along with
carbon/copper brush and holder for slip ring
7 induction motor having power rating of 5.5KW Nos 1
to 16KW as per technical specifications given
in annexure-II.
Supply and replacement of slip ring along with
carbon/copper brush and holder for slip ring
8 induction motor having power rating of 30KW Nos 3
to 37KW as per technical specifications given
in annexure-II.
Rewinding of 3-phase, 415V squirrel cage
induction motor of various power rating which
includes supply and replacement of existing
9 bearing of same type and size with new skf
bearings (Note: bidder has to submit bearing
Authentic certificate before replacement) as per
technical specifications given in annexure-II.
9.01 Motors having power rating 0.37KW Nos. 1
9.02 Motors having power rating 0.55 KW Nos. 1
9.03 Motors having power rating 0.75 KW Nos. 2
9.04 Motors having power rating 1.1 KW Nos. 1
9.05 Motors having power rating 1.5 KW Nos. 1
Page 35 of 38
9.06 Motors having power rating 2.2 KW Nos. 3
9.07 Motors having power rating 3.7 KW Nos. 5
9.08 Motors having power rating 3.8 KW Nos. 1
9.09 Motors having power rating 5.5 KW Nos. 5
9.10 Motors having power rating 7.5 KW Nos. 4
9.11 Motors having power rating 9.3 KW Nos. 3
9.12 Motors having power rating 11 KW Nos. 3
9.13 Motors having power rating 13 KW Nos. 1
9.14 Motors having power rating 15 KW Nos. 6
9.15 Motors having power rating 18.5 KW Nos. 1
9.16 Motors having power rating 30 KW Nos. 1
9.17 Motors having power rating 45 KW Nos. 2
9.18 Motors having power rating 51kw to 93kw Nos. 1
9.19 Motors having power rating 132 KW Nos. 1
9.20 Motors having power rating 190 KW Nos. 1
Rewinding of 3-phase, 415V slip ring induction
motors of various power rating which includes
supply and replacement of existing bearing of
10 same type and size with new skf bearings (note:
bidder has to submit bearing Authentaic
certificate before replacement) as per technical
specifications given in annexure-II.
Motors having power rating 5.5KW to 16KW
10.1 as per technical specifications given in Nos 1
Annexure-II
Motors having power rating 30KW to 37KW as
10.2 per technical specifications given in Annexure- Nos 1
II
Repair/Replacement of DE and NDE ball/roller
bearings of 415V, 3-phase induction motors of
11 different power ratings as per technical
specifications given in annexure-II. (Excluding
supply of bearings)
11.1 Motors having power rating 0.37kw to 3.7 kw Nos 1
11.2 Motors having power rating 3.8 kw to 9.3kw Nos 1
11.3 Motors having power rating 10kw to 19 kw. Nos 1
11.4 Motors having power rating 20kw to 50 kw Nos 2
11.5 Motors having power rating 51kw to 93kw Nos 2
11.6 Motors having power rating 95 kw to 190 kw Nos 2
Removal, repairing and fixing of end cover (set
means both NDE/DE ) of 415V, 3-phase
12 induction motors of various power ratings as
per technical specifications given in Annexure-
II.
12.1 Motors having power rating 0.37kw to 3.7 kw set 4
Page 36 of 38
12.2 Motors having power rating 3.8 kw to 9.3kw set 4
12.3 Motors having power rating 10kw to 19 kw. set 5
12.4 Motors having power rating 20kw to 50 kw set 2
12.5 Motors having power rating 51kw to 93kw set 3
12.6 Motors having power rating 95 kw to 190 kw set 5
Fabrication, supply and replacement of end
cover (set means both NDE/DE ) of 415V, 3-
13 phase induction motors of various power
ratings as per technical specifications given in
Annexure-II.
13.1 Motors having power rating 0.37kw to 3.7 kw set 1
13.2 Motors having power rating 3.8 kw to 9.3kw set 1
13.3 Motors having power rating 10kw to 19 kw. set 1
13.4 Motors having power rating 20kw to 50 kw set 1
13.5 Motors having power rating 51kw to 93kw set 1
13.6 Motors having power rating 95 kw to 190 kw set 1
Fabrication, supply and replacement of metallic
fan and fan cover of 415V, 3-phase induction
14
motors of various power ratings as per technical
specifications given in Annexure-II.
14.1 Motors having power rating 0.37kw to 3.7 kw Nos 2
14.2 Motors having power rating 3.8 kw to 9.3kw Nos 2
14.3 Motors having power rating 10kw to 19 kw. Nos 1
14.4 Motors having power rating 20kw to 50 kw Nos 1
14.5 Motors having power rating 51kw to 93kw Nos 1
14.6 Motors having power rating 95 kw to 190 kw Nos 1
Fabrication, supply and replacement of terminal
blocks for 415V, 3-phase non-flame proof
15 induction motors of various power ratings as
per technical specifications given in Annexure-
II.
15.1 Motor of power rating 0.37KW to 3.7KW Nos 4
15.2 Motor of power rating 4KW to 19KW. Nos 4
15.3 Motors having power rating 20KW to 50KW. Nos 2
Fabrication, supply and replacement of terminal
studs alongwith terminal mounting insulator for
16 415V, 3-phase non-flame proof induction
motors of various power ratings as per technical
specifications given in Annexure-II.
16.1 Motors having power rating 55KW to 93KW. Nos 2
Motors having power rating 110KW to
16.2 Nos 3
187KW.
Supply of IOCL make SERVOSYSTEM-32 oil
17 Ltrs 40
in non-returnable tin/cans.
18 Supply of IOCL make SERVOSYSTEM-46 oil Ltrs 40
Page 37 of 38
in non-returnable tin/cans.
Page 38 of 38