kodayar rla-he2302-bqr - 3.imimg.com3.imimg.com/data3/qy/dc/htt-1324/1324_2013-11-16-14-22-18... ·...
TRANSCRIPT
SP
EC
IFIC
AT
ION
No
.HE
-23
02
TAMIL NADU GENERATION AND DISTRIBUTION CORPORATION LTD.
SPECIFICATION No. HE- 2302
TENDER SPECIFICATION FOR ENGAGING CONSULTANT FOR CONDUCTING RESIDUAL LIFE ASSESSMENT (RLA) STUDY AND
UPRATING STUDY ON TURBINE, GENERATOR AND OTHER AUXILIARIES OF KODAYAR POWER HOUSE-I IN TIRUNELVELI
GENERATION CIRCLE
November/2013
OFFICE OF THE SUPERINTENDING ENGINEER
HYDRO (ELECTRICAL) VTH FLOOR, EASTERN WING
NPKRR MAALIGAI 144, ANNA SALAI, CHENNAI - 600 002.
2
I N D E X
----------------------------------------------------------------------------------------------------------- SL.NO. ITEM DESCRIPTION PAGE NO. ----------------------------------------------------------------------------------------------------------- 1. SECTION-I : Earnest Money Deposit 1 2. SECTION-II : Bid Qualifying Requirements. 4 3. SECTION-III : Rejection of Tender. 5 6. SECTION-IV : Instructions to Contractors 6
7. SECTION-V : Commercial 13 8. SECTION-VI : Technical 24 9. SECTION-VII : Formats SCHEDULE-A : Price Schedule 31 SCHEDULE-B : Statement of bid qualification requirement 33 SCHEDULE-C : STATEMENT OF WORK ORDERS EXECUTED. 34 SCHEDULE-D : Deviation from Technical Specification. 35 SCHEDULE-E : Deviation from Commercial Specification. 36
SCHEDULE-F : Declaration Form. 37 SCHEDULE-G : Undertaking in Lieu of EMD. 38 SCHEDULE-H : Undertaking towards Jurisdiction 40
of legal Proceedings SCHEDULE-I : Undertaking towards Security Deposit 41 ANNEXURE-I: Salient Features of Kodayar Power House-I 43 ---------------------------------------------------------------------------------------------------
3
TANGEDCO SPECIFICATION NO. HE - 2302
* * * * * F O R E W O R D
1 Name of the work : Engaging consultant for Conducting Residual Life Assessment (RLA) study and Uprating study on turbine, generator and other auxiliaries of Kodayar Power House-I in Tirunelveli Generation Circle
2 Date of Commencement of sale of
specification. : 11.11.2013
3 Last date for sale of Specification : 11.12.2013 at 14.00 hrs.
4 Due Date and time for receipt of Tender
: 12.12.2013 at 14.00 hrs.
5 Due date and time for opening of Tender
: 12.12.2013 at 14.30 hrs.
6. (a) Earnest Money Deposit (EMD) or : Rs.75,000/-(Rupees seventy five Thousand only)
(b) Permanent E.M.D. : Rs.10,00,000/- and above in ‘’TANGEDCO Ltd’’.
7. Tenders form should be addressed to : The Chief Engineer/ Hydro, TAMIL NADU GENERATION AND DISTRIBUTION CORPORATION LIMITED, 5th Floor, Eastern wing, NPKRR Maaligai, 144, Anna Salai, Chennai-600 002.
8. Address to which sealed envelope should be forwarded.
: Superintending Engineer/ Hydro (Electrical) 5th Floor, Eastern Wing, 144, Anna Salai, Chennai-600 002.
9. Required number of Tender Copies. : Duplicate. 10. Place at which tender will be opened. : O/o. Superintending Engineer/Hydro (Electrical)
5th Floor, Eastern Wing, 144, Anna Salai, Chennai-600 002.
11. Cost of Specification : Both inside & out side Tamil Nadu : Rs.5,000/- Rs.100/- extra if required by post.
NOTE: The tender documents are available in the TANGEDCO web site (www.tangedco.gov.in) and in Tamil Nadu Government website (www.tenders.tn.gov.in) and the prospective bidders may get the Specification by down loading from the web site free of cost. The tenderers who have downloaded the specification from TANGEDCO/Government website shall ensure whether any clarification / amendment is issued to the specification before submission of their tender, by visiting the TANGEDCO website.
1
SECTION – I
EARNEST MONEY DEPOSIT
1) Tenderer should pay the specified amount towards Earnest Money Deposit, as follows.
Earnest Money Deposit : Rs.75,000/- (Rupees seventy five thousand only)
2) The Earnest Money Deposit specified above should be in the form of DEMAND DRAFT/BANKER’S CHEQUE/PAY ORDER for the above amount drawn on any Nationalised/ Scheduled/Foreign Banks with Branches in India in favour of the, TANGEDCO Collection Account, Chennai-2, payable at Chennai.
3) (i) The EMD will not carry any interest. (ii) Firms having valid Permanent EMD (but not forfeited or request had been made to TANGEDCO to refund the P.E.M.D. as on date of Tender Opening) with TAMIL NADU GENERATION AND DISTRIBUTION CORPORATION LIMITED at Headquarters for an amount equal to Rs.10,00,000/- and above are exempted from payment of Earnest Money Deposit. Such tenderers should enclose the copy of the PEMD certificate issued by the Corporation. The original PEMD certificate should be produced for verification on demand by the purchaser if warranted.
4) The Earnest Money Deposit will be refunded to the unsuccessful tenderer on application to the Superintending Engineer/Hydro (Electrical) after intimation of the rejection/non-acceptance of their tender is sent to them.
5) CHEQUE/ BANK GUARANTEE will not be accepted towards E.M.D. and the tenders shall be rejected if EMD is not paid in the prescribed manner.
6) The following categories of industries are exempted from payment of Earnest Money Deposit.
(a) The Small Scale Industrial units located within the State and Registered with the Tamil Nadu Small Industries Development Corporation.
(b) The Small Scale Industrial units located within the State and Registered with National Small Industries Corporation.
(c) The SSI units holding Permanent Registration certificate from the District Industries Centres of Directorate of Industries and Commerce in respect of those items for which the Registration Certificate has been obtained.
(d) Departments of the Government of Tamil Nadu.
(e) Undertakings and Corporations owned by Government of Tamil Nadu.
(f) Labour Contract Co-operative Societies registered within Tamil Nadu.
(g) Tiny Industries classified under SSI, registered with the State of Tamil Nadu, and Registration Certificate issued by Department of Industries and Commerce/Government of Tamil Nadu.
(h) Small Scale Industrial Units located outside the Tamil Nadu State but registered with National Small Industries Corporation in respect of the items manufactured by them.
2
(i) Tenderers who have furnished Entrepreneurs Memorandum Part-II and acknowledgement issued by District Industries Centres concerned for the Enterprenur Memorandum Part-II for the materials tendered/ services to be provided as furnished in the Format-II.
NOTE: SSI units having provisional registration certificate are not eligible for EMD Exemption.
7) Those Tenderers who are exempted from payment of EMD shall furnish, in lieu of EMD, an undertaking on a non-judicial Stamp paper of value not less than Rs.80/- (Rupees Eighty Only) to the effect to pay as penalty an amount equivalent to EMD or an amount equal to the actual loss incurred whichever is less in the event of non-fulfillment or non-observance of any of the conditions stipulated in the contract consequent to such breach of contract. The State Government, Public Sector undertakings who are exempted from payment of EMD should also pay as penalty an amount equivalent to the amount fixed as EMD in the event of non-fulfillment or non-observance of any of the conditions stipulated in the contract. TENDERS RECEIVED WITHOUT THIS UNDERTAKING WILL NOT BE OPENED.
8) Small Scale Industries registered within the State of Tamil Nadu shall enclose Photostat copy of their Registration Certificate showing the subject materials specifying capacity which they are permitted to manufacture and the period of validity of the certificate as proof of eligibility for exemption from payment of EMD in a sealed outer envelope as specified in Clause - 2.
9) Others viz. Central and Other State Government Departments, Undertakings and Corporations other than Tamil Nadu shall have to pay Earnest Money Deposit.
10) If on opening either inside the outer cover or “A” cover, it is found that the Demand Draft/Banker’s Cheque/Pay order Undertaking and proof of exemption of EMD/Proof for PEMD has not been enclosed with the tender, then their offer will be SUMMARILY REJECTED without opening envelope(B).
11) The Earnest Money Deposit made by the Contractor will be forfeited if :-
(a) He withdraws his tender or backs out after acceptance.
(b) He withdraws his tender before the expiry of validity period stipulated in the specification or fails to remit the security deposit.
(c) The Tenderer violates any of the provisions of these regulations contained
herein. (d) The Tenderer revises any of the terms quoted during the validity period. (e) In the event of the documents furnished with the offer being found to be
bogus or the documents contain false particulars, the EMD paid by the Tenderers will be forfeited in addition to blacklisting them for future tenders/contracts in TAMIL NADU GENERATION DISTRIBUTION CORPORATION LTD.
3
12. In case of tenderers participating on the strength of PEMD, an amount
equivalent to the EMD for this specification will stand forfeited in the event of such tenderer committing any of the acts listed above.
4
SECTION – II
BID QUALIFICATION REQUIREMENTS (BQR)
The BIDDER shall become eligible to bid on satisfying the following “BID QUALIFICATION REQUIREMENT”.
1. The tenderers who have carried out RLA Studies including Uprating Study on
Hydro machineries in any of the Hydro Generating stations in any State
Electricity Board/ Power Utilities of Central/State sectors must quote.
2. Copy of Purchase Orders/Work awards obtained may be furnished as proof
for item no.1. End user certificate for satisfactory completion of RLA studies
including uprating study specified in BQR-1 has to be submitted.
3. The annual turnover of the bidder shall be more than Rs 25 lakhs (Rupees
twenty five lakhs only) in any one of the three preceding financial years(i.e)
2010-11 ,2011-12 and 2012-13. The bidders shall furnish either annual turn
over certificate certified by the Auditor or the Audited Annual Statement of
Accounts duly certified by the Auditors for the preceding three years (2010-
11, 2011-12 and 2012-13) or the attested copy of income tax return filed by
the bidders or the attested copy of sales tax clearance certificate or the
attested copy of enlistment certificate issued by NSIC containing turnover
details of the bidder for the above period.
THE OFFERS OF BIDDERS NOT SATISFYING ABOVE “BID QUALIFICATION REQUIREMENTS” WILL BE SUMMARILY REJECTED.
5
SECTION – III
REJECTION OF TENDERS
I. Tender will be SUMMARILY rejected if
(a) The EMD requirements are not complied with.
(b) Bid Qualification Requirements are not fully satisfied.
(c) If the documents furnished with the offer is found to be bogus or the documents contains any false particulars.
II. Tender is LIABLE to be rejected, if it is:
(a) not covering the entire scope of works.
(b) With validity period less than that stipulated in this specification
(c) not in conformity with TANGEDCO’s Commercial terms and Technical Specifications (Section - V & VI ).
(d) Not properly signed by the contractor.
(e) Received from a contractor who is directly or indirectly connected with Government Service or Corporation Service or Service of local authority.
(f) From any black listed Firm or Contractor.
(h) Received by Telex /Telegram / E-Mail /Fax
(i) From a contractor whose past performance/Vendor rating is not satisfactory.
(J) Not containing all required particulars as per Schedule - A to G.
(k) Received after the expiry of the due date and time.
(l) Not complying with Double cover system with sealed covers in an overall sealed cover.
(m) Not supported by documentary evidence to comply with BQR.
III. Tenderers shall ensure the following before submitting the tender to avoid
rejection.
(a) Guaranteed commercial particulars.
(b) Guaranteed technical particulars
6
SECTION – IV
INSTRUCTIONS TO CONTRACTORS
1.0. Sealed tenders in Two Part System (a) Technical Bid with Commercial terms but without Price Bid and (b) Price Bid (both bids in duplicate) will be received for and on behalf of TAMIL NADU GENERATION AND DISTRIBUTION CORPORATION LTD, herein after referred as Corporation, so as to reach on or before the due date prescribed. All the tenders shall be prepared and submitted strictly in accordance with the Instructions set forth herein. THE TENDERERS WHO DO NOT FULFILL THE “BID QUALIFICATION REQUIREMENTS“ AS PER SECTION – II NEED NOT PARTICIPATE IN THE TENDER. OFFERS NOT SATISFYING THIS "BID QUALIFICATION REQUIREMENTS” WILL NOT BE CONSIDERED AND WILL BE SUMMARILY REJECTED.
1.1. The Tamil Nadu Transparency in Tenders Act 1998 and Tamil Nadu Transparency in Tender Rules 2000 are applicable to this Tender.
1.2. The tender documents are available in TANGEDCO web site (www.tangedco.gov.in) and in TamilNadu Government website (www.tenders.tn.gov.in). The prospective bidders may get the Specification by down loading from the web site free of cost.
The tenderers who have downloaded the specification from TANGEDCO/ Government website shall ensure whether any clarification/ amendment is issued to the specification, before submission of their tender, by visiting the respective website.
1.3. Tender document can also be purchased by the tenderer from the office of Superintending Engineer/Hydro(Electrical)/V Floor/ Eastern Wing/ TANGEDCO/ Chennai by paying the cost of tender document of Rs.5,000/- for bidders both within Tamil Nadu and outside Tamil Nadu. If the tender document is requested by post Rs. 100/- extra shall be paid towards postal charges”.The cost of tender document shall be paid either by cash at the Cash Section/VII Floor/ TANGEDCO or in the form of Demand Draft in favour of “TANGEDCO Collection Account”
2.0. SCOPE OF WORK: The scope involves Conducting Residual Life Assessment (RLA) study and Uprating study on turbine, generator and other auxiliaries of Kodayar Power House –I in Tirunelveli Generation Circle and to prepare tender specification as indicated in clause 6.0 of section V.
7
3.0. SUBMISSION OF TENDER OFFER : 3.01. The Tenderer is expected to examine all instructions terms and Schedules
detailed in the Specification and submit the Schedule of prices and other required particulars in the schedules and drawings called for in this specification, only as per the formats prescribed, herein.
3.02. All Tender offer shall be prepared by typing or printing will in indelible black ink. All information in the Tender offer shall be in ENGLISH only.
4.0. TWO PART TENDER: 4.01. The Tenders shall be in Two Parts as detailed below, each in a separate
sealed envelope marked,
" ENVELOPE - A " AND " ENVELOPE - B "
1. The first envelope, called “Envelope - A” shall contain:
(a) Un-priced bid as per Schedule B, C, D, E, F & G (i.e. Technical Bid with commercial terms except price.)
(b) Any other information called for in the specification other than price. THIS ENVELOPE - “A” SHOULD NOT CONTAIN ANY PRICE BID.
(c) EMD IN APPROVED FORM /Permanent EMD PROOF (OR) PROOF FOR EXEMPTION FROM PAYMENT OF E.M.D. ALONG WITH UNDERTAKING IN LIEU OF EMD AS PER FORMAT IN SCHEDULE-G SHALL BE ENCLOSED INSIDE THE OUTER COVER (OR) COVER ‘A’.
4.02 The second envelope, called Envelope-B, shall contain the PRICE BID only as per Schedule – A .
4.03. The Tender in two parts shall be prepared in duplicate and put in a separate, sealed, superscribed envelopes (Envelope-A and Envelope-B) as instructed above.
4.04. Envelope- A and Envelope-B and the Earnest Money Deposit in approved form or proof of exemption from payment of EMD along with undertaking in lieu of EMD as per format in Schedule-G shall be enclosed in an overall envelope i.e.,
OUTER COVER SHALL CONSIST OF,
1) EMD IN APPROVED FORM/ PERMANENT EMD PROOF (OR) PROOF FOR EXEMPTION FROM PAYMENT OF E.M.D. ALONG WITH UNDERTAKING IN LIEU OF EMD AS PER FORMAT IN SCHEDULE-G shall be enclosed inside the outer cover or cover ‘A’.
2) ENVELOPE - A and
3) ENVELOPE - B
4.05. Envelope-A and Envelope-B and the overall envelope should be individually sealed, superscribed with the Specification number, materials offered and due date of submission and addressed to the Chief Engineer/Hydro, 5th Floor, Eastern wing, NPKRR Maaligai, 144, Anna Salai, Chennai – 2.
8
4.06. The Tender offers in complete shape in one envelope containing Envelope – A and Envelope-B, as required in Clause 4.3 shall be sent so as to reach the Superintending Engineer/Hydro(Electrical), V Floor, Eastern Wing, NPKRR Maaligai, 144, Anna Salai, Chennai 600 002 on or before 14.00 hrs on the due date for submission of offers.
4.07. The Tender documents shall be addressed to the Chief Engineer/ Hydro, 5th Floor, Eastern Wing, NPKRR Maaligai, 144, Anna Salai, Chennai – 600 002.
4.08. Envelope “A” of those bidders who satisfy the requirement of Earnest Money Deposit will only be opened on the due date and time already mentioned. If any of the Bidders indicate price in Envelope – A, the Bid will not be read out and will be rejected.
4.09 Envelope “B” will not be opened at the time of opening Envelope “A” but will be authenticated in the covers by officers authorized to open the bids. Envelope “B” so authenticated will be kept under the safe custody of the empowered officer to open the tender. Envelope “B” Price Bid will be opened later, the date of which will be intimated to the Contractor at a later date, after technical evaluation of the tender is completed.
4.10. If the Tenderer finds discrepancies/ omissions or any ambiguity in any of the terms and conditions stipulated in this specification, he shall get it clarified, in writing at least 72 Hours before opening of the tender, from the Chief Engineer/ Hydro, 5th Floor, NPKRR Maaligai, Electricity Avenue, 144, Anna Salai, Chennai – 600 002. All such clarifications/interpretations shall form a part of specification. Verbal clarifications and information obtained by the Tenderer shall not in any way be binding on the Corporation. If this is not done and subsequent to the opening of the tenders, it is found that the doubt about the meaning or ambiguity in the interpretation of any of the terms and conditions stipulated in the specification are raised by the Tenderer, either in this tender or by a separate letter, the interpretation or clarification issued by the Chief Engineer / Hydro, TAMIL NADU GENERATION DISTRIBUTION CORPORATION LTD, Chennai – 2 on such of those terms and conditions of the Tender Document as may be raised by the Tenderer shall be final and binding on the Tenderer.
4.11. All offers shall be prepared by typing or printing in indelible black ink in the formats enclosed with the specifications. One original and one duplicate of the original proposal, which are identical, shall be submitted by each Tenderer.
4.12. All information in the offer shall be in ENGLISH only. It shall not contain interlineations, erasures or over writings except as necessary to correct errors made by the Tenderer. Such erasures or other changes in the tender document shall be attested by the person signing the tender offer.
4.13. The offer shall contain full information asked for in the accompanying schedules and elsewhere in the specification.
4.14. The Tenderer has the option of sending the offer by Registered Post or submitting the same in person so as to reach by the date and time indicated.
9
4.15. In case of postal delivery, Tenderers are advised to send them well in advance so that they are delivered before the prescribed date and time.
4.16. The tenders delivered in person/courier shall be handed over to the Executive Assistant to The Superintending Engineer/Hydro (Electrical)/, Chennai – 600 002 before 14.00 hrs on the due date.
4.17. The Corporation will not be responsible for any postal or other transit loss or delay in receipt of the tender offer.
4.18. Telex/Fax/E-Mail or telegraphic offers will not be entertained and will be rejected.
4.19 Any offer received by TANGEDCO after the due date and time specified for submission of tender will be declared late, rejected and returned unopened to the Tenderer.
4.20. No tender offer shall be allowed to be modified subsequent to the deadline for submission of tender offers.
4.21. Tenderer shall bear all costs associated with the preparation and delivery of the offers, and TANGEDCO will in no case be responsible or liable for these costs.
4.22. No offer shall be withdrawn by the Tenderer in the interval between the deadline for submission and the expiry of the period of validity specified/extended validity of the tender offer.
4.23. The Tenderers are requested to furnish the exact location of their factories with detailed postal address, Pin Code, Telephone and Fax Nos. etc., in their tender so as to arrange inspection by the Corporation if considered necessary.
4.24. It will be the responsibility of such Tenderer to fully be informed himself of all local conditions and factors which may have any effect on the execution of works covered under these specification and documents.
4.25. It must be understood and agreed that such factors are properly investigated and considered while submitting the proposals. No claim for financial adjustment to any tender awarded under this specification and document will be permitted by the Corporation. Neither any change in the time schedule of the tender nor any financial adjustment arising thereof shall be permitted by the Corporation, which are based on the lack of such clear information or its effect on the cost of the "supply" to the Tenderer.
5.0. TENDER OPENING:
5.01. The Tender offers except price Bid will be opened at 14.30 Hrs. on the date notified, at the Office of the Superintending Engineer/Hydro (Electrical), 5th Floor, 144, Anna Salai, Chennai – 600002 in the presence of Tenderer’s authorised representative who may wish to be present on the date of opening.
5.02. If the last date set for submission of tender offers and opening date happens to be a holiday, the tenders will be received and opened on the succeeding working day, without any change in the timings indicated.
10
5.03. The duly authorized representatives of the Tenderer who are present shall sign the tender opening register.
5.04. The Tenderer’s Name, prices, all discounts offered, and such other details as the Corporation, at its discretion, may consider appropriate will be announced and recorded at the time of tender opening.
6.0. INFORMATION REQUIRED AND CLARIFICATIONS:
6.01. To assist in the examination, evaluation and comparison of tender offers, the Corporation may, at its discretion, ask the Tenderer for a clarification of his offers. All responses to requests for clarification shall be in writing and to the point only. No change in the price or substance of the offer shall be permitted.
6.02. The Corporation will examine the tender offers to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the offers are generally in order.
6.03. The Tender offers shall be deemed to be under consideration immediately after they are opened and until such time official intimation of award/rejection is made by the Tender Accepting Authority to the Tenderers. The Tenderers shall not make attempts to establish unsolicited and unauthorised contact with the Tender Inviting Authority, Tender Accepting Authority or Tender Scrutiny Committee after the opening of the tender and prior to the notification of the award and any attempt by any Tenderer to bring to bear extraneous pressures on the Tender Accepting Authority shall be sufficient reason to disqualify the tender.
6.04. Mere submission of any offer connected with these documents and Specification shall not constitute any agreement. The Tenderer shall have no cause of action or claim against the Corporation for rejection of his offer. The Corporation shall always be at liberty to reject or accept any offer or offers at its sole discretion and any such action will not be called into question and the Tenderer shall have no claim in that regard against the Corporation.
6.05. Prior to the detailed evaluation, the Corporation will determine the substantial responsiveness of each offer to the bidding documents. A substantially responsive offer is one which conforms to all the terms and conditions of the specification without any deviation.
6.06. The Tamil Nadu Transparency in Tenders Act 1998 and Tamil Nadu Transparency in Tender Rules 2000 are applicable to this Tender.
7.0. EVALUATION AND COMPARISON OF TENDER OFFERS :
7.01. The tender offers received for consideration will be examined to determine whether they are in complete shape, all data required have been furnished, the tender offer is properly signed and are generally in order and whether the tender offer conforms to all the terms and conditions of the Tender document without any deviation.
7.02. For the purpose of evaluation of the tender offers, the following
11
factors will be taken into account for arriving at the evaluated price.
a) The quoted price will be corrected for Arithmetical errors. b) In case of discrepancy between the prices quoted in words and in
figures, Lower of the two will be considered. c) The amount and percentage of all statutory levies such as service tax,
cess, surcharges shall be explicitly indicated in the offer.
7.03 Offers will be evaluated as a whole and not item wise.
7.04 Tenderers shall quote for all the tendered items to have a composite offer for evaluation.
8.0. VALIDITY :
8.01. The Tender offer shall be kept valid for acceptance for a period of 180 days from the date of opening of offers. The offers with lower validity period are liable for rejection.
8.02. Further, the Tenderer shall agree to extend the validity of the Bids without altering the substance and prices of the Bid for further periods, if any required by the Corporation.
9. 0. RIGHTS OF THE CORPORATION:
Not withstanding anything contained in this specification, the Corporation reserves the right to: (a) Accept the lowest tender. (b) Revise the quantities at the time of placing orders. (c) Reject any or all the tenders or cancel without assigning any reasons there
for. (d) Recover losses if any sustained by Corporation, from the successful
Tenderer who pleads inability to complete the work and backs out of his obligation after award of contract. The Security Deposit paid also shall be forfeited.
(e) To cancel the orders for not keeping up the completion schedule.
9.01. After negotiation with the tenderer and before passing the order accepting a tender, if the Tender Accepting Authority decides that the rate quoted by such tenderer is high, the tender is liable for rejection.
10.0 DEVIATIONS:
10.01. The Tenderer shall furnish, if there are any deviations in the commercial and technical terms in the Schedules D & E Annexed. Deviations mentioned elsewhere will not be considered. If no deviations are furnished, it will be construed that the Tenderer is accepting all terms specified in the specification. Similarly, if any deviations are furnished in the said schedules, it will be construed that these are the only deviations and the Tenderer is accepting all other terms of the specification and the offer will be taken for evaluation accordingly.
10.02 THE OFFERS OF THE TENDERERS WITH DEVIATIONS IN COMMERCIAL TERMS AND TECHNICAL TERMS OF THE TENDER DOCUMENT ARE LIABLE FOR REJECTION.
12
10.03 NO ALTERNATE OFFER WILL BE ACCEPTED 10.04 Any attempt by any Tenderer to bring/ to bear extraneous pressure on
Tender Accepting Authority shall be sufficient reasons to disqualify the Tender.
11.0. BAR OF JURISDICTION:
Save as otherwise provided in Tamil Nadu Transparency in Tender Act 1998 no order passed or proceeding taken by any officer or authority under this Act shall be called in question in any Court, and no injunction shall be granted by any court in respect of any action taken or to be taken by such officer or authority in pursuance of any power conferred by or under the above Act.
12.0. APPEAL:
Any Tenderer aggrieved by the order passed by the Tender accepting Authority under Section-10 of the Tamil Nadu Transparency in Tenders Act 1998 may appeal to the Government within 10 (Ten) days from the date of receipt of order.
13 PERMANENT ACCOUNT NUMBER (PAN):
The tenderers are requested to furnish the permanent Account Number in their offer.
14.0 The Tenderer who is an industrial company shall state clearly whether the company is a potentially sick Industrial Company in terms of Section 23 or 25 of the sick Industrial Companies act 1985.
15.0 The bidders are requested to inspect the Kodayar PH-I before submitting their offer so as to make sure of the requirements, by obtaining proper permission from the Superintending Engineer/Generation Circle/ Tirunelveli. The Tenderer will alone be responsible for arranging the visit to the site before tendering and the corporation will in no way be liable for this lapse on the part of the bidder.
13
SECTION : V
COMMERCIAL
1.0. PRICE :
1.1. The Tenderers are requested to quote only FIRM Price valid for the entire duration of contract.
The offer shall be for Conducting Residual Life Assessment (RLA) study and Uprating study on turbine, generator and other auxiliaries on one unit of Kodayar Power House-I in Tirunelveli Generation Circle.
The prices quoted should be per Unit all inclusive price including insurance charges, service tax and cess on service tax at the rate of 12.36% of labour portion and VAT @ 5% of the value of the material portion of contract.
1.2. If any other taxes are levied by Govt. at a later date, the same will be paid at actual provided the works are completed within the delivery period and the applicability of taxes come into force within the delivery period. Any statutory increase in service tax within the scheduled period will be admitted and any statutory increase beyond the scheduled period shall be to the account of contractor.
1.3. A format for price is given in Schedule `A’
2.0 SERVICE TAX The bidder shall have to quote service tax separately in the price bid. But service tax shall be reimbursed only upon production of documentary evidence for having paid the same.
3.0 PAYMENT: 3.1 Payment will be made based on actual work done/material supplied.
Payments for the works will be made by Cheque on any one of the Nationalised Banks/Scheduled Banks approved by Reserve Bank of India, in Tamil Nadu. The bank charges involved in making the payment will be to the account of the successful Tenderer.
3.2 (a) For the works completed within the contractual delivery period. 95% of the all inclusive price of the contract will be paid within reasonable time from the date of completion of respective work and receipt of bill in duplicate by the Superintending Engineer/Generation/Tirunelveli and the balance 5% will be made within reasonable time after completion of entire work after deducting recoveries if any.
(b) For the works completed beyond the contractual delivery period. 95% of the all inclusive price of the contract after deducting the appropriate amount of L.D. of each consignment will be paid within reasonable time from the date of completion of respective work and receipt of bill in duplicate by the Superintending Engineer/Generation/Tirunelveli and the balance 5% will be made within reasonable time after completion of the execution of contract and after closure of P.O.
(c) Submission of hard and soft copies only shall be considered as item wise completion of work.
14
(d ) For delayed payment if any, Corporation will not pay interest on any account.
3.3 The bills for payment will be passed only after the approval/ acceptance of the following: (a) Security Deposit
3.4 The works contract order will be closed on completion of works.
4.0 SECURITY DEPOSIT :
4.1 The successful tenderer will have to furnish 5% value of total contract value as Security Deposit in the form indicated below:
(i) For value of works contract order upto Rs. 10/- Lakhs, Banker’s Cheque or D.D. only.
(ii) For value of works contract order exceeding Rs.10 Lakhs, Banker’s Cheque D.D./Irrevocable Bank Guarantee.
4.2 The Security Deposit will be refunded to the successful tenderer only if the contract is completed to the satisfaction of TANGEDCO. If TANGEDCO incurs any loss or damage on account of breach of any of the clauses or any other amount arising out of the contract becomes payable by the successful tenderer to TANGEDCO, then TANGEDCO will in addition to such other dues that he shall have under the law, appropriate the whole or part of the security deposit and such amount that is appropriated will not be refunded to the successful Contractor.
4.3 The successful Tenderer will have to furnish the Security Deposit as per clause 4.1 within 15 days from the date of receipt of works contract order. The Security Deposit will not carry any interest. The Corporation also reserves the right to accept the belated payment of Security Deposit by levying penal interest at the rate of 22% p.a from the date of expiry of 15 days time limit till the date of actual payment of Security Deposit. The same will be recovered from successful Tenderer first bill. The present rate of penal interest is 22% per annum.
4.4 Belated execution of bank guarantee towards Security Deposit will also attract penal interest.
4.5 Failure to comply with the terms regarding Security Deposit set out in the works contract order within the stipulated time by the successful Tenderer will entail cancellation of the works contract without any further reference to the successful Tenderer .
4.6 No Tenderer is exempted from payment of Security Deposit.
5.0 COMPLETION PERIOD:
5.1 The successful Tenderer has to complete the entire work within 6 months from the date of handing over of site. Copies of study report (20 copies), Detailed Project Report(20 copies) and Tender Specification(20 copies) shall be furnished within that period. The tentative time schedule for various works are as follows.
15
I Carrying out on the spot Residual Life assessment tests and uprating study and to prepare and submit the basic study report on the unit (Preliminary report- 20 hard copies + 1 soft copy in CD)
1 month
II To prepare and submit draft Detailed Project report (DDPR) ( 1 hard copy + 1 soft copy in CD)
1 month from the date of completion of item no.1
III Discussion with TANGEDCO and finalization of DPR
15 days
IV Submission of final DPR (Hard copies -20 nos. & soft copy in CD- 1no.)
15 days from the date of finalization of DPR
V To prepare and submit the draft specification for R&M or R,M &U( 1 hard copy + 1 soft copy in CD)with drawing /PERT Chart
1 month from the date of finalization of DPR
VI Discussion with TANGEDCO and finalization of draft Tender specification
1 month
VII To prepare and submit the detailed final specification (20 hard copies +1 soft copy in CD)
1 month from the date of finalization of Draft Tender Specification
The completion period so specified should be guaranteed by the tenderer
under the liquidated damages clause specified in the specification.
Delay in each stage of work will attract liquidated damages on the entire
value of work awarded.
6.0 LIQUIDATED DAMAGES AND PENALTY :
6.1 The completion period as specified should be guaranteed by the successful
Tenderer under the liquidated damages clause given below:
a) If the successful Tenderer fails to complete the work within the time specified
in the contract or any extension thereof, TANGEDCO shall recover from the
successful Tenderer as liquidated damages, a sum of HALF PERCENT
(0.5%) of the total contract price for each completed week of delay.
b) The total Liquidated Damages shall not exceed ten per cent (10%) of the
contract price.
16
It should be noted that if a contract is placed on the higher Contractor
in preference to the lowest acceptable tender in consideration of the offer of
earlier delivery, the said contractor will be liable to pay the Corporation the
difference between the contract rate and that of the lowest acceptable tender
in case of failure to complete the works in terms of such contract within the
delivery period specified in the tender and incorporated in the contract. This
is without prejudice to other rights under the terms of contract.
6.2 If works are completed by the successful Tenderer beyond the period of completion and they are accepted by the Corporation, such acceptance is without prejudice to Corporation’s right to levy liquidated damages for the delay in completion of works.
6.3 If the work is not carried out at all within the completion period, TANGEDCO shall recover from the successful Tenderer , as liquidated damages a sum equal to TEN PERCENT (10%) of the contract price of the works contract besides forfeiture of Security Deposit.
6.4 The successful Tenderer are liable to pay the amount of loss sustained by the Corporation in the event of non-execution of orders, if any placed on them either in full or part, to the satisfaction of the Corporation under the terms and conditions of contract and in the event of placing orders for such quantities on some others at a higher price.
6.5 Tenderers not giving clear and specific acceptance to the above clauses are liable for rejection.
6.6 If there is any downward trend in prices on account of belated completion of works, the Tenderers have to accept the same with the levy of liquidated damages, for belated completion of works.
6.7 Liquidated damages as per the terms of contract will be recovered from the respective bills itself for the delayed completion of work.
6.8 In case the works executed by contractor could not be beneficially utilized, LD Shall be charged at 10 % on entire contract value. 7.0. FORCE MAJEURE:
7.1. If at any time, during the continuance of the contract, the performance in whole or in part, in any obligation under this contract, shall be prevented or delayed by reasons of any war, hostility, acts of public enemy, acts of civil commotion, strikes, lockouts, sabotages, fires, floods, explosions, epidemics, quarantine restrictions or other acts of God (herein after referred to as eventualities) then, provided notice of the happening of any such eventuality is given by the Contractor to the Corporation within 15 days from the date of occurrence thereof, neither party shall, by reasons of such eventuality, be entitled to terminate this contract nor shall have any claim for damages against the other in respect of such non-performance or delay in
17
performance and deliveries under this contract, shall be resumed as soon as practicable after such eventuality has come to an end or ceased to exist.
7.2. Provided that if the performance in whole or part by the successful Contractor on any obligation under this contract is prevented or delayed by reasons of any eventuality for a period exceeding 60 days, the Corporation may at its option terminate the contract by a notice in writing.
8.0. FAILURE TO EXECUTE THE CONTRACT:
Successful Tenderer failing to execute the order placed on them to the satisfaction of the Corporation under terms and conditions set forth therein, will be liable to make good the loss sustained by the Corporation, consequent to the placing of fresh orders elsewhere at higher rate, i.e. the difference between the price accepted in the contract already entered into and the price at which fresh orders have been placed. This is without prejudice to the imposition of Liquidated Damages and forfeiture of Security Deposit.
9.0. NON-ASSIGNMENT:
The successful Tenderer shall not assign or transfer the contract or any part thereof without the prior approval of the purchaser.
10.0. EFFECTING RECOVERIES:
Any loss, arising due to non-fulfillment of this contract or any other contract, will be recovered from the Security Deposit held and or any other amount due to the successful Tenderer from the Corporation from this Contract as well as from other contracts.
11.0. PATENT RIGHTS ETC :
The successful Tenderer shall indemnify the purchaser against all claims, actions, suits and proceedings for the infringement or alleged infringement of any patent, design or copy right protected either in the country of origin or in India by the use of any equipment supplied by the successful Contractor other than for the purpose indicated by or reasonably to be inferred from the specification.
12.0. JURISDICTION FOR LEGAL PROCEEDINGS :
No suit or any proceedings in regard to any matter arising in any respect under this contract shall be instituted in any court, save in the appropriate Civil Court of Chennai or the Court of Small Causes at Chennai. It is agreed that no other court shall have jurisdiction to entertain any suit or proceedings, even though, part of the cause of action might arise within their jurisdiction. In case, any part of cause of action might arise within the jurisdiction of any of the courts in Tamil Nadu but not in courts at Chennai and rest within the jurisdiction of courts outside Tamil Nadu, then it is agreed to between parties that such suits or proceedings shall be instituted in court within Tamil Nadu and no other court outside Tamil Nadu shall have jurisdiction, even though any part of the cause of action might arise within the jurisdiction of such courts. An UNDERTAKING in this regard should be furnished on receipt of
18
Purchase Order in a non judicial stamp paper value of Rs. 80/- agreeing to be above conditions.
13.0. ARBITRATION:
The Corporation will not accept any arbitration in case of disputes arising in any respect under this contract. Any dispute arising out of this contract shall not be subject to arbitration under the provisions of Arbitration and Conciliation Act 1996 in the event of any dispute between the parties.
14.0. DEVIATIONS FROM SPECIFICATION:
If the Tenderer wish to deviate from any of the clauses of this specification, he shall list out such deviations only in the schedule D &E enclosed and submit full particulars and reasons thereof. Any deviation specified else shall not be considered and shall not be taken as deviation on any account.
15.0. RESPONSIBILITY:
The Tenderer is responsible for carrying out all the works entrusted to him in a safe and secure manner for both the materials supplied by TANGEDCO and supplied by the Tenderer.
16.0 COMPLETENESS OF TENDER:
The tender should be complete with all details of illustrative and descriptive literature and drawings.
17.0. ELECTRICITY RULES :
All works shall be carried out in accordance with the latest provisions of the Indian Electricity Act/Electricity Supply Act and the Indian Electricity Rules there-under unless modified by this specification.
18.0. RECOVERIES OF DUES :
The Corporation is empowered:
a) To recover any dues against this contract in any bills/Security Deposit/Earnest Money Deposit due to the successful Tenderer either in this contract or any other contracts with Corporation.
b) To recover any dues against any other contract of the successful Tenderer with Corporation, with the available amount due to the successful Contractors against this contract.
19.0. PAST PERFORMANCE:
19.1. The intending Tenderer shall furnish the documentary evidence with details of various Orders placed on them during the last three years as on the date of Tendering in the proforma enclosed to the Tender Specification and also proof for having executed the works and for their satisfactory performance from State Electricity Board.
19.2. The Bidders shall furnish copies of Balance Sheet, Profit and Loss Account for the years 2010-11, 2011-12, 2012-13, certified by the Auditor.
19.3 The Bidders shall furnish documentary evidence for the constitution of the firm
19
such as Memorandum and Articles of Association, Attested copy of Registered Partnership Deed with details of Name, Address, Telephone of the manufacturing plants.
19.4 The details furnished by the Tenderers shall be in complete shape and if it is found that any information is found omitted, suppressed, incomplete or incorrect, the same will be taken note of while dealing with the Tenderers in future and will entail forfeiture of EMD.
20.0 SPECIAL CONDITIONS.
20.1 POWER FACILITY: 415 V , 3 phase AC supply if required for works at site will be provided at free of cost. Necessary cables, switchboard etc. shall be arranged by the contractor. Non availability oh Power supply shall not be indicated as a reason for delay in execution of work and consequent extension of delivery period. In case of extraordinary circumstances of non availability of power the contractor shall arrange alternate power supply by Diesel Generator etc.
20.2 TOOLS & PLANTS AND INSTRUMENTS: All instruments and tools and plants required for the work shall be arranged by the contractor.
20.3 Subject to availability, unfurnished accommodation will be provided at applicable rental charges. The energy consumed in such accommodation shall be billed at appropriate tariff rate. Food shall be the responsibility of the successful Contractor.
20.4 Subject to availability, EOT crane will be spared for erection works at free of cost.
20.5 Compressed air and other consumables shall be responsibility of the successful Contractor.
20.6 MAN POWER REQUIREMENT: Required number of skilled and unskilled man power to be arranged by the contractor.
21.0. SAFETY OF PERSONNEL:
The Tenderer is solely responsible for arranging the following for his workmen.
a) Safety during the erection, testing and commissioning of work at spot. The Contractor’s workers should wear necessary safety appliances during the work.
b) Insurance of workman and other personnel working under him. The Contractor should cover his employees under accident Insurance Plans of General Insurance Company of India to cater for the workmen’s Compensation Act, 1923, with all later amendments.
c) Compensation to workmen as per workman compensation act in case of accidents or injuries.
20
22.0. LIABILITY FOR ACCIDENTS TO PERSON:
22.1 The Contractor shall indemnify and save harm to the Corporation against all actions, suits, claims, demands, costs or exposes arising in connection with injuries suffered prior to the date when the works or plant shall have been taken over by the date when the works or plant shall have been taken over by the persons employed by the Contractor or his sub-contractor, the works whether under the Central Law or under the workmen’s compensation Act 1923 or any other statutory law in force at the date of the contract dealing with the question of the liability of employees for injuries suffered by employees and to have taken steps properly to insure against any claims there under.
22.2 On the occurrences of an accident which results in the death of the workmen employed by the Contractor or which is due to the tender work and or so serious as to be likely to result in the death of any such workmen, the Contractor shall within 24 hours of happening of such accident intimate in writing to the concerned Engineer and such officers required by the provision of the workmen’s Compensation Act, the fact of such accident. The Contractor shall indemnify Corporation against all loss or damage sustained by Corporation resulting directly or indirectly from his failure to give intimation in the manner aforesaid, including the penalties or fines, if any payable by Corporation as a consequence of Corporation’s failure to give notice under the Workmen’s Compensation Act or otherwise to confirm to the provisions of the said Act in regard to such accident.
22.3 In the event of any claim being made, or action brought against the Corporation involving the Contractor and arising out of the matters referred to and in respect of which the Contractor is liable under the clause, the Contractor shall be immediately notified thereof and he shall with the assistance, if he so requires, of the Corporation but at the sole expense of the Contractor, conduct all negotiations for the settlement of the same or of any litigation that may arise there from. In such cases, the Corporation shall at the expenses of the Contractor, afford all available assistance for any such purpose.
22.4 In the event of an accident is respect of which compensation may become payable under workmen’s Compensation Act VIII of 1923 and any subsequent amendment thereof whether by the Contractor or by the Government as principle, it shall be lawful for the Engineer to retain out money due and payable to the Contractor such sum or sums of money as may in the opinion of the said Engineer be insufficient to meet such liability. The opinion of the Engineer shall be final in this regard to all matters arising under this clause and will not be subjected to any Arbitration.
22.5 Liability for damages or loss to third party including inspecting officers due to acts of the Contractor or his plant, or such Contractor connected with the execution of this tender shall be fully borne by the Contractor. The Contractor shall maintain such detailed records to furnish information regarding entitlement and discharge of all workmen employed under this tender as to be adequate for the timely and full settlement of claims under
21
the Workmen Compensation Act. All cases of accident or injuries shall be reported to the Engineer with all the details required for the settlement under the Workmen Compensation Act.
22.6 The Contractor should report about all accidents within 24 hours to the Assistant Executive Engineer of the Corporation in the preliminary accidents form. He should furnish other particulars such as Medical Certificates, Wages particulars, fitness certificate, proof for having paid the compensation fixed by the Corporation, etc. in due course without delay.
23.0 LIABILITY FOR DAMAGE TO WORK OR PLANTS:
23.1 The Contractor shall during the progress of the work properly cover up and protect the work and plant from injury by exposure to the weather and shall take every reasonable proper, timely and usual precaution against accident or injury to the persons from any cause and shall be and remain answerable and liable for all accidents or injuries there to which until the same, be or deemed to be, taken over may arise or be occasioned by the Acts or omissions of the Contractor or his workmen or his sub-Contractors and all losses and damages to the works or plant arising from such injuries as aforesaid shall be made good in the most complete and substantial manner by and at the sole cost of the Contractor and to the reasonable satisfaction of the Engineer, should such loss or damage happen to units of works, plant or materials falling outside the scope of this contract and the Contractor due to these shall be placed or compensated for by the Contractor to the satisfaction of the Engineer.
23.2 In the case of losses or damage to any portion of the work occasioned by other causes, the same shall, if required by the Corporation be made good by the Contractor in like manner but at the cost of the Corporation, at a price to be agreed between the Contractor and the Corporation or in default of agreement settled by Arbitration and the Corporation shall pay to the Contractor the tender value of the portion of the work so lost or damages or any balance of such tender value remaining unpaid as the case may be.
23.3 Until the work shall be or deemed to be taken over as aforesaid the Contractor shall also be liable for and shall indemnify the Corporation in respect of all damage or injury to any person or to any property of the Corporation or of others occasioned by the act of Contractor, his workmen or his sub-Contractors or by the defective design, or materials and not due to cause beyond his control. If due to Contractor’s carelessness, negligence or non-observance of safety precautions, damage to generating machineries of Corporation should occur, the full cost will be recovered from the Contractor.
24.0 PROTECTION OF EQUIPMENT AND SAFETY:
24.1 The sucessful Tenderer shall take all reasonable care to protect the materials handed over to him. Wherever necessary, suitable temporary fencing and listing shall have to be provided by the tenderer as a safety measure against accident and damage of property of TANGEDCO. Suitable caution notices
22
shall be displayed where access to any part may be deemed to be unsafe and hazardous.
25.0. SECURITY ARRANGEMENTS:
25.1 The successful Contractor shall provide sufficient number of Security Personnel/Watchmen to ensure that the equipments, tools and consumables under his charge are not lost due to theft.
In adequate provision in this regard will result in Corporation’s Engineer making similar arrangements at Contractor’s cost.
26.0 CONTRACTOR’S REPRESENTATIVE AND WORKMEN:
26.1 The Contractor shall employ at least one competent representative whose name or names shall be communicated in writing to the Corporation’s Engineer and is to be given full responsibility as representative of the Contractor to enter into negotiations in regard to execution of tender. The said representative or if more than one shall be always present during working hours and any written orders or instruction which the Corporation’s Engineer may give to the said representative of the Contractor shall be deemed to have been given to the Contractor. The name, address, qualification of Engineer and other technical staff shall be given.
26.2 The Contractor shall provide, skilled, semi-skilled and unskilled workers for the execution of the work. The Corporation’s Engineer shall be at liberty to object to any representative or person employed by the Contractor in the execution or otherwise about the works who in the Engineer’s opinion shall misconduct himself or by incompetent objected to forthwith, upon receipt of notice from the Engineer requiring him to do so.
27.0 DEATH, BANKRUPTCY ETC.:
27.1 If the Contractor shall die or commit any act of Bankruptcy or being a corporation commence to be wound up except for reconstruction purposes or carry on its Business under a receiver, the executers, successors or other representative in law of the estate of the Contractor or any such receiver, liquidator or any person in whom the tender may become vested, shall forthwith given notice thereof in writing to the Corporation and shall given for one month, during which, he shall take all reasonable steps to prevent stoppage of the works, have the option of carrying out this tender subject to his/or their providing such guarantees as may be required by the Corporation but not exceeding the value of the work for the time being remaining unexecuted. In the event of stoppage of the works the period of option under the clause be fourteen days only. Provided that, should the above option be not exercised, the tender may be terminated by the Corporation by notice in writing to the Contractor. And the same power and provisions reserved to the Corporation on the taking of the work out of the Contractor’s hands shall immediately become operative.
23
28.0. SUBLETTING:
No part of the contract shall be sublet without prior written permission of the Chief Engineer nor shall transfer to made by power of attorney authorising others, to receive payment on contractors behalf.
In case of the contractor engaging contract labourers with the prior approval mentioned above in writing, the following should be strictly adhered to.
a) The contractor should fulfill strictly all the conditions as stipulated in the contract labour (Regulation and abolition) Act, 1970 and the rules made thereunder.
b) The contractor should take out a license at his cost, under section 12 of the above said act within the specified period as mentioned by the management/Principal employees at the time of awarding the contract.
c) The contract labourer engaged by the contractor have no right to claim employment or any other benefit from T.A.N.G.E.D.C.O.
29.0 SIGNATURE OF TENDERERS:
The Tender must contain the name, residence and place of business of the person or persons making the tender and must be signed and sealed by Tenderer with his usual signature.
A tender by a partnership concern must furnish the full names of all partners. It should be signed by one of members of the partnership or by an authorised representative followed by the name and designation of the person or persons signing.
Tenders by corporations/companies must be signed with the legal names of the corporations/companies by the President, Secretary or any other person or persons authorized to bind the corporation/company in the matter.
30.0. GENERAL:
Not withstanding any thing contained in any of the above terms and conditions, the Corporation shall have the right to relax waive any of the conditions of the contract wherever deemed necessary in the interest of the Corporation .
All required materials, even though not mentioned specifically, shall be provided by the contractor without any extra cost and is within the scope of the contractor.
**********
24
SECTION – VI
TECHNICAL 1.0 Scope of Tender: 1.1 The specification is to conduct residual Life Assessment study and Uprating
study on Turbines, Generators and power house auxiliaries and to conduct scientific study at site, to examine the feasibility to go in for Renovation and Modernisation or Renovation, Modernisation and uprating of 1 no 60 MW machine at Kodayar PH-I and to prepare tender specification for R&M or RMU as indicated in clause 6.0 of section V. Based on the spot residual Life Assessment tests and uprating study of all units and associated auxiliaries, collected data, a basic preliminary report is to be prepared and submitted with 20 hard copies and 1 soft copy in CD. The outcome of the Basic Study Report is to be used as basis for preparation of DPR which would eventually from the basis for preparation of the tender specification for implementation of R&M/ R,M &U schemes. A draft detailed project report (DDPR) for (a) R& M and (b) R,M &U is to be prepared and submitted to TANGEDCO ( 1 hard copy and 1 soft copy in CD). After duly considering the views of TANGEDCO on draft DPR, final Detailed project Report should be submitted. 20 (Twenty) hard copies and 1 soft copy in CD of final DPR is to be submitted. Taking into consideration of the possibility to uprate the units and extend the Residual Life of the Equipments etc., and to execute the scheme under TURNKEY basis, the draft technical specifications for R &M or R M &U based on the decision taken on, DPR has to be prepared. One hard copy and 1 soft copy in CD of draft specification for R &M or R M &U has to be submitted. TANGEDCO’s comments on draft technical specification should be considered for preparation of final specification for R &M or R M &U . 20 (Twenty ) hard copies of final technical specification for R &M or R M &U with 1 soft copy in CD are to be submitted to TANGEDCO. The present offer should cover the following in the Part-I technical Bid: a. Probable time of commencement of RLA. b. Duration of RLA study of Kodayar Power house-I. c. Period of shutdown required for conducting RLA study. d. Details of tests to be conducted and the time required. The scope of tests should include the following categories of tests besides other tests to be specified by you:
25
i) Dynamic and hydraulic behavior studies on the hydro turbine and generator
ii) Metallurgical studies iii) Study on ventilation and cooling system of generator iv) Generator insulation studies v) Hydraulic design of runner with respect to its limiting discharge. vi) Tests to study the suitability of rotating parts with respect to
their mechanical design, such as turbine and generator shafts, coupling bolts, etc for transmitting additional torque,
vii) Tests to study the suitability of the generator stator and rotor windings for additional output,
viii) To analyse the condition of stator core, ix) Analysis of hydraulic design of runner with respect to its limiting
discharge, x) Adequacy of the excitation system for giving additional
excitation required for increased load, xi) Stability of foundation and embedded parts.
1.2 Details of water conducting system, details of all the equipments in service
in this Power House, date of commissioning of the equipments etc., Hydraulic data such as rainfall pattern, Inflow pattern, fore bay details are enclosed as Annexure to this specification. Location of the Power House, the nearest town etc, are also enclosed as Annexure to the specification.
1.3 The intending contractor shall visit the power house to have a first hand
information about the machines and to have any other technical particulars to conduct the study. All expenditures related to their visit will be to their account only.
1.4 These works shall be done in the best manner using the modern technology and scientific methods so that maximum benefits are derived at minimum cost / carrying out barest minimum and necessary works.
2.0 Details of scope of work:
a) RLA study shall be undertaken on the Hydro Turbine, generator,
Valves, Governor, Excitation system Equipments and its auxiliaries, inlet valves, Butterfly valves ,Station auxiliaries etc. of Kodayar Power house-I.
b) Main Power Transformer and Switchyard equipments. c) Hydro mechanical equipments ,Gate, rack back, Shaft and Gate
operating mechanisms. d) Study of water conducting system and specific problems that may be
required to be set right and to suggest replacement/ refurbishment of necessary items with appropriate latest technology to get all the units up rated as well as renovated.
e) On the spot scientific study to be conducted to confirm the economic viability of R&M/ R,M &U of all the units of Kodayar Power house-I.
26
f) Conducting Non-Destructive Test like On-line diagnostics of overall equipments and machines.
g) Review of Operational history of machineries. h) Identification of Critical Components. i) It is preferred to execute these schemes without carrying out any
major modification to the civil structure/ water conducting system. j) Adequacy of bearings and lubrication system to take on additional
stresses for up rated capacity. k) Adequacy of runner and generator rotor and shafts for uprated
capacity with calculations. l) Adequacy of HP/LP penstocks to discharge additional quantity of water
for up rated capacity with supporting calculations including surge shaft. m) Stability of spiral casing/ manifold to withstand up rated capacity. n) Adequacy of the coupling bolts to withstand the up rated capacity. o Healthiness of stator frame and stator core. p) Upgrading of protection and metering systems and control and
instrumentation. q) Computerised operation and Data Acquisition system and Man-
machine interface. r) Adequacy of the existing main field winding to meet up rated
requirement. s) Adequacy of the existing foundations to withstand up rated stress. t) Structural integrity of existing components. u) Structural suitability for further continued operation and uprated
capacity. v) Residual stress of rotating parts, spiral and penstock. w) Bearing and shaft vibrations. Pressure variation/ difference at different
parts/ components of the turbine from inlet valve to draft tube discharge.
x) Adequacy of E.O.T crane facility to handle up rated equipment, whether overhaul necessary.
y) Adequacy of the excitation system for giving additional excitation required for increased load and Stability of foundation and embedded parts .
z) Preparation of (i) Preliminary Report (ii) Detailed Project Report (iii)Tender Specification based on the RLA studies as discussed in detail in subsequent clauses.
Substation equipments are excluded from the study. Necessary L.C and dismantling works for study and reassembling works after completion of study will be arranged by TANGEDCO.
You are requested to quote the duration of study to enable TANGEDCO to arrange for L.C. as this is to be arranged without affecting the Grid operation, prior intimation regarding the programme of study and mobilization of men and materials is to be given well in advance to the SE/Generation/ Tirunelveli.
27
Tests proposed to be conducted and methodology of evaluation of test results may be detailed.
3.0 Preliminary Report:
Based on the study/testing, collection of data covered and discussion with TANGEDCO officials, a preliminary report is to be prepared and submitted to TANGEDCO to be followed by draft DPR. 20 (Twenty) hard copies and 1 soft copy in CD of preliminary report is to be submitted to TANGEDCO. The study report shall include the following besides the other data. Date and time of test, Ambient Temperature, frequency, active and reactive components of generator output, temperature of different parts, data observed, inferences arrived at and list of test equipments used, measured water head discharge, vibration at different levels and stress of different components. All tests to be conducted in presence of TANGEDCO authorities and to be duly certified by concerned official not below the rank of Executive Engineer.
4.0 Detailed Project Report(DPR):
After detailed study, a draft DPR is to be submitted to TANGEDCO for approval/comments. Based on the approval of TANGECO on draft DPR , finalization of Detailed Project Report should be done duly considering the views of TANGEDCO.DPR should cover justification for the schemes and also every item of work apart from cost benefits with reference to investment. 20 (Twenty) hard copies and 1 soft copy in CD of final DPR is to be submitted to TANGEDCO.
DPR should cover the following:
i. Ultimate capacity to which the units can be uprated with the existing water conducting system and hydrology.
ii. The best period to go in for R&M/, R,M&U, the tentative period of completion, estimated cost for both the options(R&M and R,M &U) may also be included in the report.
iii. List of modifications suggested.
iv. Scheme justification report duly considering the space availability and stability of civil and mechanical structures.
v. Brief description and salient features of the proposed modifications and new equipments.
vi Additional generation that could be achieved with the proposed modifications(without up rating and with up rating).
vii Pay back period, cost benefit analysis, NPV,IRR work sheet.
28
viii Cost estimates specifying the assumptions made.
ix Time schedule for scheme implementation after considering the local
conditions and also to minimize loss of generation by properly choosing the time of shutdown of units/plants. This should be supported by pert/bar charts.
Among the other things the Detailed Project Report should cover the following salient features:
a. Brief History of the existing project.
b. Salient features of the existing project and performance review.
c. Need for the project and justification.
d. Hydrology.
e. Renovation and Modernisation/ Renovation , Modernisation and Uprating studies with descriptive narration of tests on different components, discussions and interpretations of test observations.
f. Renovation and Modernisation / Renovation ,Modernisation and Uprating possibility and proposals.
g. Project implementation Schedule.
h. Environmental aspects.
i. Manpower and training.
j. Capital cost and Financial Analysis.
k. Conclusion and Recommendation.
5.0 Tender Specification:
5.1 Taking into consideration of the possibility to uprate the units and Residual life of the equipments etc, and to execute the scheme under TURNKEY basis, the Technical specifications for R&M or R,M&U schemes has to be prepared duly incorporating the following aspects based on the study results.
i. Design, manufacture, Testing at vendor’s works, supply, erection, testing and commissioning of items/ equipments separately for each scheme.
ii. These specifications should include fire fighting system, cooling water system, protection and control system, Generator, Power Transformer, MIV, brake jet, bearings, pressurized air system, all LT/HT and control cables, L.T power supply system, H.P/L.P valves Governors, AVRs, Excitation system, metering etc., apart from Turbine and Generator, whichever is applicable/necessary so that the life of the machines gets extended and capacity uprated to the maximum extent possible.
iii. Any other item that may be required to achieve the targeted Generation capacity as per the report of the consultants subject to TANGEDCO’s approval.
29
iv. While evolving specification for the equipments, all minor items required to commission the equipments, related cables, piping, power supply, minor civil works etc., should be included so that the package is complete in all respect. Design details for such works are to be furnished.
The specification on R&M/R,M & U schemes should include the following.
a. Generator, Turbine , Mechanical equipment such as MIV, Brake Jet and Governor
b. Protection and control & Metering Equipment
c. LT switch gear /MCC
d. Electric Motors, cooling water system, pressurized air system
e. Cables- LT,HT, Power and control cables
f. Generator Power Transformer
g. Miscellaneous
h. Erection Supervision
i. Fire fighting system including Mulsifyre for transformer yard
j. Notice inviting tender, BQR, Formats, Price Schedule
k. Bid evaluation Procedure
l. Draft contract
m. Overhaul of E.O.T crane
n. Air conditioning of control room.
5.2 TANGEDCO’s comments on the draft technical specifications should be considered for preparation of final specification. 20 (Twenty) copies of final technical specifications along with one soft copy in CD for each scheme have to be submitted to TANGEDCO.
6.0 Details to be furnished by TANGEDCO:
6.1 As the power house is more than 42 years old, only limited detailed drawings that are in routine use are available at power house and HQs. Hence it may not be possible to provide copy of all drawings to the consultant. Only limited number of drawings that are available will be spared. Wherever tracings are available, prints will be taken and copies will be furnished. Hence all the Bidders may inspect the power house/HQs of TNEB before giving their offer to know about the availability of crucial drawings. If necessary, assistance will be provided for preparing the drawings required to finalise the specification to a limited extent and this service will be only for preparing drawings based on consultant’s technical details.
The Superintending Engineer/Generation/Tirunelveli and Executive Engineer/Kodayar PH are in charge of Kodayar power house-I.
30
6.2 Accommodations at site will be provided to the consultants on TO PAY basis, subject to availability. All other requirements are to be arranged by the consultants. Regarding scientific instruments, Tools and plants required to carry out testing etc. at site, the consultants are requested to make their own arrangements to meet their requirements and TANGEDCO will not provide them.
6.3 After finalization of the order and on receipt of your readiness to carry out study/test/analysis, a programme is to be charted and approval of TANGEDCO obtained in advance so that Line clear is arranged with the concurrence of Load Despatch centre to the maximum extent possible on the dates proposed. The period required for the study for each machine may be clearly given in your offer so as to programme the above works. On the part of TANGEDCO , every effort will be made to carry out such study etc., as per the programme as well without any problem/minimum inconvenience in managing the Grid demand, loss of generation, irrigation demand etc.
The machines will be dismantled and will be handed over to you. After completion of study on the unit, the unit will be re erected and commissioned by TANGEDCO.
7.0 Special Conditions:
i. Power Facility: 415 V, 3 phase, AC supply if required will be provided at free of cost. Necessary cables, switchboard etc. shall be arranged by the contractor.
ii. Tools & Plants and instruments: All instruments and tools and plants required for the study shall be arranged by the contractor at his own cost. Special tools and tackles if any required for the works will be spared, if available at free of cost on returnable basis at the discretion of Superintending Engineer/Generation/Tirunelveli. E.O.T Crane facility will be made available at free of cost.
iii. Contractor shall have to make his own arrangements for accommodation and food of his personnel. Subject to availability, office and residential accommodation will be provided on chargeable basis. LT supply for these purposes will be charged on appropriate LT Tariff for Temporary supply, commercial /residential as applicable.
iv. Man Power Requirement: Required number of skilled and unskilled man power has to be arranged by the contractor.
The offer should cover the following:
a. Probable time of commencement of RLA.
b. Duration of RLA study of a plant as a whole.
c. Details of tests to be conducted and the time required for each test.
d. Period of shutdown required for conducting RLA and Uprating Study.
31
SECTION – VII – FORMATS
SPECIFICATION NO. HE -2302
SCHEDULE – A PRICE
NAME OF WORK: Conducting Residual Life Assessment (RLA) study and Uprating study on turbine, generator and other auxiliaries of Kodayar Power House-I in Tirunelveli Generation Circle.
I. SCHEDULE OF WORKS AND PRICES (PRICES IN RUPEES)
SL. No.
Description of works Qty Basic-works price in Rs.
Service tax in % and Amount in Rs.
Cess on service Tax in % and Amount in Rs.
Total value in Rs.
Item no.1
Carrying out on the spot Residual Life assessment tests and uprating study and to prepare and submit the basic study report on the unit (Preliminary report- 20 hard copies + 1 soft copy in CD)
1 unit
Item no.2
To prepare and submit draft Detailed Project report (DDPR) ( 1 hard copy + 1 soft copy in CD)
1 unit
Item no.3
To prepare and submit the final DPR (20 hard copies + 1 soft copy in CD) after finalization of draft DPR
1 unit
Item no.4
To prepare and submit the draft specification for R&M or R,M &U( 1 hard copy + 1 soft copy in CD)
1 unit
Item no.5
To prepare and submit the detailed final specification for R&M or R,M &U after finalization of draft specification (20 hard copies +1 soft copy in CD)
1 unit
Note 1: The prices quoted shall be FIRM valid for entire duration of contract
Note 2: All the rows and columns in the above schedule should be duly filled in without any omission.
COMPANY SEAL SIGNATURE
DATE DESIGNATION
COMPANY NAME
32
II.SPLIT UP OF PRICES FOR RLA & UPRATING TESTS (Item no.1) (PRICES IN RUPEES)
SL. No.
Description of tests Qty Ex-works price in Rs.
Service tax in % and Amount in Rs.
Cess on service Tax in % and Amount in Rs.
Total value in Rs.
III.SCHEDULE OF TESTS FOR RLA & UPRATING (Item no.1)
SL. No.
Description of tests Duration of tests
Instrument to be used
Parameters to be studied
IV.MAN POWER AVAILABILITY FOR STUDY
SL. No.
Name Designation Qualification Experience
COMPANY SEAL SIGNATURE
DATE
DESIGNATION
COMPANY NAME
33
SCHEDULE – B
STATEMENT OF BID QUALIFICATION REQUIREMENT
The statement of Bid qualification Requirement shall be filled in by the Contractor, clause by clause, in the Schedule.
Sl.
No.
As per specification Details to be furnished by tenderer to satisfy the conditions of BQR
COMPANY SEAL SIGNATURE
DATE
DESIGNATION
COMPANY NAME
34
SCHEDULE -C
STATEMENT OF WORK ORDERS EXECUTED/ UNDER EXECUTION
Sl
No.
Name and address of the Organisation
Description of work
Work Order No. &
Date
Value of order in Rs. Lakhs
Schedule date of completion of Order
Actual date of Completion of Order
(1) (2) (3) (4) (6) (7) (8)
COMPANY SEAL
DATE
SIGNATURE
DESIGNATION
COMPANY NAME
35
SCHEDULE – D
DEVIATION FROM TECHNICAL SPECIFICATION
All technical deviations from the specification shall be filled in by the Contractor , clause by clause, in the Schedule.
SECTION NO
CLAUSE NO DEVIATION
The Contractor herby confirms that the above mentioned are the only deviations from the Technical Specification and the tender conforms to the specification in all other respects.
COMPANY SEAL
DATE SIGNATURE
DESIGNATION
COMPANY NAME
36
SCHEDULE – E
DEVIATION FROM COMMERCIAL SPECIFICATION
All Commercial deviations from the specification shall be filled in by the Contractor, clause by clause, in the Schedule.
SECTION NO
CLAUSE NO DEVIATION
The Contractor herby confirms that the above mentioned are the only deviations from the Commercial Specification and the tender conforms to the specification in all other respects.
COMPANY SEAL
DATE
SIGNATURE
DESIGNATION
COMPANY NAME
37
: TAMIL NADU GENERATION AND DISTRIBUTION CORPORATION LTD :
DECLARATION FORM
SPECIFICATION NO.HE -2302
SCHEDULE –F
To The Chief Engineer/Hydro, TAMIL NADU GENERATION DISTRIBUTION CORPORATION LTD, 5th floor, Eastern Wing, NPKRR Maaligai, Electricity Avenue, 144, Anna Salai, Chennai – 600 002.
Dear Sir,
Having examined the above specification together with the accompanying schedules etc.,
1. We hereby offer to execute the works covered in this specification at the rates entered in the attached schedule of prices.
2. We hereby guarantee the particulars entered in the schedules attached to the specification.
3. In accordance with security deposit clause, Section-V of the specification we agree to furnish security to the extent of 5% of the total value of the contract.
4. Our company is not a potentially Sick Industrial Company or a Sick Industrial Company in terms of Section-23 or Section-15 of the Sick Industrial Companies (Special Provisions) Act, 1985.
Yours faithfully,
PLACE : SIGNATURE :
DATE : DESIGNATION :
COMPANY SEAL : COMPANY :
38
SCHEDULE – G
DRAFT UNDERTAKING IN LIEU OF PAYMENT OF EMD
(To be furnished in non-judicial stamp paper of value not less than Rs.80/-)
THIS UNDERTAKING executed at . . . . . . . . . . . . . . . . on this the . . . . . .. . . . . . . . . . . . . . . .day of . . . Two thousand and .......... by M/S. ................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . a company registered under companies Act 1956, having its registered office at . . . . . . . . . . . . herein-under, called the "Contractor" to AND IN FAVOUR OF THE TANGEDCO, a body corporate incorporated under Companies Act 1956, an authority constituted as per the provisions of Electricity Act, 2003 having its office at N.P.K.R.R., Maaligai, Electricity Avenue, 144, Anna Salai, Madras-600 002, represented by . . . . . . . . hereinafter called the 'Corporation'. WHEREAS the contract is for the supply/erection/construction etc. in terms of the Tender Specification NO.............dated AND WHEREAS in accordance with clause . . . . . . . . . . .of the above said tender specification, the tenderer has to furnish E.M.D. of Rs. (Rupees . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . only) AND WHEREAS the tenderer has requested the Corporation to accept an undertaking in lieu of payment in cash of the E.M.D. AND WHEREAS the CORPORATION has accepted the request of the tenderer subject to executing an undertaking to pay to the Corporation not exceeding Rs...... (Rupees . . . . . . . . . . . . . . . . . . . . . . only) representing the Earnest Money Deposit together with costs in case of non fulfillment of the conditions stipulated in the Tender Specification/or the conditions stipulated in the contract by the tenderer. IN CONSIDERATION OF THE CORPORATION having agreed to accept an undertaking from the tenderer in lieu of payment of Earnest Money Deposit in cash, the tenderer undertakes to pay the sum of Rs. (Rupees . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .only) immediately when a demand is raised by the Corporation against the tenderer without any demur in the event of the following :
i. If he withdraws his tender or backs out after acceptance of the tender or fails to remit the Security Deposit.
ii. If he revises any of terms quoted during the validity period, without specific request by the Corporation.
iii. If he violates any of the conditions of Tender Specification No. NOW THE CONDITION OF THE ABOVE WRITTEN UNDERTAKING is such that if the tenderer shall duly and faithfully observe and perform the terms and conditions specified in terms of above, then the above written undertaking shall be void, otherwise the same shall remain in full force. The tenderer undertakes
39
not to revoke this guarantee till the contract is completed under the terms of contract. The expressions, 'tenderer' and 'the Corporation ' before used hereafter shall include their respective successors and assign in office. IN WITNESS WHEREOF Thiru for and on behalf of the tenderer has signed this undertaking on the day, the month and year first above written. In the presence of Witnesses: 1. Signature 2. NAME IN BLOCK LETTERS Signature with names and addresses. SEAL OF THE COMPANY
40
SCHEDULE – H UNDERTAKING TOWARDS JURISDICTION OF LEGAL PROCEEDINGS
( To be furnished in non-judicial stamp paper value of not less than Rs. 80/-)
This Undertaking executed at ……………………………………………….….. on this …………….. (date ) ………………………………… …………………. Month Two Thousand …………by M/s ………………………………………………, a company registered under Companies Act , 1956 having its registered office at ……………………………………………………………………………………….hereinafter called the Contractor ( which expression shall where the context so admits mean and include its successors in office and assigns ) with the TANGEDCO, a body corporate incorporated under Companies Act 1956 ,an authority constituted as per the provisions of Electricity Act, 2003, having its registered office at 144, Anna Salai, NPKRR Maaligai, Chennai – 600 002, hereinafter called the TANGEDCO (which expression shall where the context admits mean and include its successors in office and assigns ).
WHEREAS the contract is for the supply of………………………………..
in terms of the Purchase Order No…………….dated……………………………
AND WHEREAS in accordance with Clause ……….. of the above said P.O Certain terms were stipulated for the above supply.
AND WHEREAS in accordance with clause …… ……………………… of the above mentioned Purchase Order the contractor has to furnish an Undertaking that no suit or any proceedings in regard to any matter arising in any respect under this contract shall be instituted in any court other than in the City Civil Court of Chennai or other Court of small causes, at Chennai.
In consideration of the TANGEDCO having agreed to accept the Undertaking from the contractor, undertakes that no suit or proceedings in regard to any matter arising in any respect under this contract shall be instituted in any court other than in the City Civil Court of Chennai or other Court of small causes, at Chennai.
It is also agreed that no other court shall have jurisdiction to any suit or proceedings even though part of the cause of action might arise within their jurisdiction. In case any part of the action arises within the jurisdiction of any of the courts in Chennai City, then it is agreed to between the parties that such suits or proceedings shall be instituted in court within Tamil Nadu and no other court outside Tamil Nadu shall have jurisdiction even though any part of the cause might arise within the jurisdiction of such courts.
IN WITNESS WHEREOF THIRU……………………………………………….. of
the contractor hereby puts his hand and seal for due observance of the Undertaking in the presence of the following witnesses.
SIGNATURE WITH SEAL
WITNESSES: ( TWO WITNESSES)
(Signature with Name and Address)
41
SCHEDULE –I DRAFT BANK GUARANTEE IN RESPECT OF SECURITY DEPOSIT
PAYABLE BY THE CONTRACTOR. STAMP PAPER VALUE RS.80/-
THIS DEED OF GUARANTEE MADE on this the . . . . . . . . . day of . . . . . . . . . . . Two thousand and between the . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (hereinafter called “The Bank”) of the one part and the TANGEDCO a body corporate incorporated under Companies Act 1956 and constituted under Electricity Act 2003 {Tamil Nadu Electricity Board, a body corporate under the Electricity (Supply) Act, 1948, (C.A.54 of 1948)} and having its office at NPKRR Maaligai, 144, Anna Salai, Chennai-2 represented by the Chief Engineer/Hydro, TANGEDCO , 5th Floor, Eastern Wing, 144, Anna Salai, Chennai – 600 002 (hereinafter called the TANGEDCO) of the other part: WHEREAS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .(hereinafter called “the Contractor ”) have by virtue of the contract entered into with the TANGEDCO as per P.O. No. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . agreed with the TANGEDCO to supply . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . in accordance with the terms and conditions contained therein: AND WHEREAS the TANGEDCO in his P.O. No. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . has directed the contractor to pay a sum of Rs. . . . . . . . . . /- (Rupees . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . only) as Security Deposit. AND WHEREAS the contractor has requested the TANGEDCO to accept the Bank guarantee in lieu of Security Deposit in cash: AND WHEREAS the TANGEDCO has agreed to accept the Bank Guarantee from a Scheduled Bank towards Security Deposit for a sum equivalent to 5% (Five percent) of the value of the Purchase Order for the satisfactory performance of the contract: AND WHEREAS the Bank has, at the request of the Supplier, agreed to Guarantee the payment of the said sum in case the contract is not performed in accordance with the specifications indicated in the terms and conditions contained in P.O. No. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . NOW THE DEED WITNESSESS AS FOLLOWS:- 1) In consideration of the Purchaser having agreed to accept a Bank Guarantee from a scheduled Bank towards Security Deposit for a sum equivalent to Rs. . . . . . . . . . . ./- (Rupees . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . only), the Bank do hereby guarantees that if the Supplier fails to perform the contract in accordance with the specification and conditions of the contract as subsequently amended, the Bank shall pay forthwith to the TANGEDCO such amount or amounts as per Bank may be called upon to pay by the TANGEDCO : PROVIDED that the liability of the Bank under this Deed shall not at any time exceed the said Guaranteed amount of Rs. . . . . . . /- (Rupees . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . only).
42
PROVIDED further that the Guarantee hereunder furnished shall be released as soon as the Supplier has performed his part of the contract in accordance with the terms of the contract and a certificate to that effect is issued by the TANGEDCO; 2) The Bank further undertakes to indemnify the TANGEDCO against any loss or damage that may be caused or suffered by the Purchaser by reason of any breach of the terms and conditions in the said P.O. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3) The Guarantee herein contained shall remain in force till the terms and conditions of the P.O. No. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . have been fully and properly carried out by the said Contractor and in any case, the Guarantee shall not hold good after the . . . . . . . . . 4) The Bank further agrees with the TANGEDCO that the TANGEDCO shall have the fullest liberty (without the consent of the Bank and without affecting in any manner the obligations of the Bank hereunder) to vary any of the terms and conditions of the contract or to extend the time of performance of the contract by the said contractor from time to time or to postpone from time to time any of the powers exercisable by the purchaser against the said contractor and to forbear or to enforce any of the terms and condition relating to the said contract and the bank shall not be relieved of its liability by reason of any such variations or extensions being granted to the said contractor or by reason of any forbearance, act or omission on the part of the TANGEDCO or any indulgence by the TANGEDCO to the said contractor by any such matter or thing whatsoever which under the law relating to sureties would but for these provisions have the effect of so relieving the Bank. 5) Any account settled between the TANGEDCO and the contractor shall be the conclusive evidence against the Bank for the amount due and shall not be questioned by the Bank. 6) The Expressions “Bank”, “TANGEDCO” and “contractor” herein before used shall include their respective successors and assigns: Not withstanding anything contained herein: Our liability under this Bank Guarantee shall not exceed Rs. . . . . . . ./- (Rupees . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . only) This Bank Guarantee shall be valid upto . . . . . . . . . . . We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or before . . . . . . . . . . . . IN WITNESS WHERE OF Thiru. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . and on behalf of the bank has signed this Deed on the day, month and year first above written. SIGNATURE SEAL OF THE BANK (NAME IN BLOCK LETTERS) IN THE PRESENCE OF WITNESSES. 1. 2.
43
SALIENT DETAILS OF KODAYAR DAM-I & POWER HOUSE-I The Kodayar Hydel electric scheme is the 9th Hydro electric project of TNEB. The water of Kodayar river is stored in Kodayar Dam I and utilized for generation of electricity to the tune of 100MW at two stages the first being 60MW and the second 40MW. The storage reservoir (ie) the main Dam is situated at an altitude of 4358 ft. (1308 M) above M.S.L with a capacity of 2590 mcft. Water from the reservoir is brought to Power House I situated at 3190 ft ( 957.0m) down below the reservoir through lined horse shoe type tunnel of diameter 7’0” for a length of about 10,400 ft. (3120.0m) and through steel penstock of 7000 ft. (2100.0m) with its diameter varying from 6’0” to 4’0” at lowest reach. This Dam has one spill way gate which can be operated electrically and manually. It can also be operated by diesel generator supply available as an alternative. There are two tunnel intake gates ( regular & emergency). These can be operated electrically and manually also. There are two scourvent gates. They can be operated electrically & manually.
KODAYAR DAM I 1. Catchment area : 11.25 sq.Miles (29.12 km2) 2. Reservoir area : 3.29 sq.Miles (8.3 km2) 3. Type of Dam : Gravity masonry. 4. Type of Intake : Pipe tunnel 5. Max. flood discharge : 8600 cusecs 6. Length of Dam at top : 595’0” 7. Width of Dam at top : 21’0” 8. Height of Dam above Bed level : 217’0” 9. Max Height : 292’6” (87.78m) 10. Deepest foundation level : + 4083’ 11. Bed level : + 4130’ 12. Sill level of scourvent : + 4180’ 13. Sill level of intake : + 4235’ 14. MDDL : + 4250’ 15. Crest level of spill way : + 4330’ 16. Maximum water level & FRL : + 4350’ 17. Top of Dam : + 4358’ 18. Maximum storage : 2589.8mcft 19. Effective storage : 2586.8mcft 20. Dead storage : 3 mcft 21. No of spill way gates : one (30”x20”) 22. Length of spill way : 30’ 0” 23. Size of intake : 10’0” x 7’0” 24. Size of scourvent : 9’0” x 5’0” 25. Year of construction : 1963 – 1970 26. Total cost : Rs. 235 Lakhs 27. Annual average rain fall : 380 mm
44
DAM I INTAKE GATE
Regular Gate Emergency
Gate
1. Size : 7’0” x 7’0” 7’0” x 10’0”
2. Weight : 8.5 Tons 11 Tons
3. Supplier : M/s. Chithram & Co, M/s. Chithram &
Madras Co, Madras
4. Rope Diameter : 3/8 “ 7/8”
5. Rope Length : 500mts 500mts
6. Motor make : AEI AEI
7. Motor Capacity : 9 HP 14 HP
8. Motor Speed : 945 RPM 950 RPM
9. Motor Supply : 3phase,400V 3phase,400V
10. No of falls of the rope : 8 nos 8 nos
11. Tensile load : 100/110 T 100/110T
12. Breaking Load : 19.4 T 26.1 T
DAM I SPILLWAY GATE
1. Size : 30’0” x 20’0”
2. Weight of Gate : 14.0 Tons
3. Weight of counter weight : ------
4. Supplier : M/s. Jessp & Co Ltd., Calcutta.
5. Rope Diameter : 1 ½”
6. Rope Length : 40 mts
7. Motor make : AEI
45
8. Motor capacity : 3.0 HP
9. Motor speed : 950 rpm
10. Motor supply : 3 phase, 400V
11. Number of slings : 2
12. Tensile load : 100/110 tons
13. Breaking load : 85.8 Tons
DAM I SCOURVENT GATE
Regular Gate Emergency
Gate
1. Size : 5’0” x 7’0” 5’0” x 9’3”
2. Weight : 9.0 Tons 10.5 Tons
3. Supplier : M/s. Chithram & Co, M/s. Chithram &
Madras Co, Madras
4. Rope Diameter : 3/4 “ 7/8”
5. Rope Length : 650 mts 650 mts
6. Motor make : AEI AEI
7. Motor Capacity : 9 HP 14 HP
8. Motor Speed : 945 RPM 950 RPM
9. Motor Supply : 3phase,400V 3phase,400V
10. No of falls of the rope : 8 nos 8 nos
11. Tensile load : 100/110 T 100/110T
12. Breaking Load : 19.4 T 26.1 T
TUNNEL - I
1. Type of Tunnel : Horse Shoe
2. Dia : 7’
3. Length of RCC & PCC lined tunnel : RCC - 2040 ft
PCC - 8360 ft
46
4. Total length of tunnel : 10400 ft
5. Velocity of flow in tunnel for peak
Discharge : 6.4 ft/sec
6. Length of audit I : 305 ft
7. Dia of audit I : 7 ‘
8. Length of audit II : 433 ft
9. Dia of audit II : 7’
10. Construction shaft I depth : 143’
11. Construction shaft I dia : 20’
12. Construction shaft II depth : 209’
13. Construction shaft II dia : 20’
14. Surge shaft depth : 434 ‘
15. Surge shaft Dia : 20’
16. Top level of surge shaft : + 4384’
17. Bottom level of surge shaft : + 3950’
PENSTOCK
1. Penstock pipe : 6’ to 4’ 6” dia
14/16” thick
2. Length : 7000’
3. Valve House Level : + 3786’
4. PH - I Nozzle center level : + 1158’
5. No of anchors : 18
----------------------------------------------------------------------------------------------------------------
Location Length Dia Velocity of Water
Between Anchors
----------------------------------------------------------------------------------------------------------------
17 to 11 2501.54 ft 5’-6” 12.21 ft/sec
11 to 5 2504.15 ft 5’-0” 14.7 ft/sec
47
5 to PH 1974.09 ft 4’-6” 19.1 ft/sec
----------------------------------------------------------------------------------------------------------------
BUTTERFLY VALVE
1. Make : LITOSTROJ
2.Dia : 1700 mm
3. Max working pressure : 224ft of water column
4. Test pressure : 324ft of water column
5. Eccentricity of valve body : 40 mm
6. Opening by : Servomotor fed by Tunnel pressure water
7. Closing by : Counter weight of Hydraulic thrust
SERVOMOTOR
1. Inside Dia : 500mm
2. Piston stroke : 1280.5 mm
3. Working Area : 250 sqmm
4. Test Pressure : 40 kg/cm2
SOLENOID OF THE RELEASE DEVICE
1. Make : Stemmann
2. Type : 6K 09.E.03
3. Protection : P 33
4. Power at 20oC : 31 watts
5. Voltage : 110V DC
6. Working capacity : 10kg/cm2
7. Intermittancy : 110%
48
SPHERICAL VALVE
1. Make : Vevey, Switzerland.
2. Type : Spherical type
3. Diameter : 1000mm with single seating
4. Max. working pressure : 90 kg
5. Test pressure :
6. Opening by : Water
7. Closing by : Water
8. Opening time : 60 secs
9. Diaphragm : 05.2 mm
10. Closing time : 80 secs
11. Diaphragm : 05.2 mm
12. Weight of spherical valve :
13. Pressure balancing :
BY PASS VALVE
1. Opening time : 9 secs
2. Closing time : 6.5 secs
3. Diaphragm : P.V.03.2 mm
4. Diaphragm leakage : 02.1 mm
BREAKING VALVE
1. Closing time : 5 secs
2. Diaphragm : P.V.03.2 mm
3. Diaphragm leakage : 02.1 mm
TURBINE
1. Make : Vevey, Switzerland
49
2. Type : Pelton wheel,
Vertical shaft turbine.
3. Head : Gross - 3192 ‘
Nett - 3109 ‘
4. Discharge : 275 cusecs
5. Serial No. : 2023
6. Rated speed : 500 rpm
7. Over speed : 600 rpm
8. Run away speed : 915 rpm
9. Specific speed : 452 rpm
10. No of jet : 2
11. Output of turbine : 87130 H.P
12. Momentary rise of speed on load throw off :
i, 45,000 KW : 8.2 %
ii, 60,000 KW : 12.5 %
iii, 66,667 KW : 15.0 %
13. Guaranteed min factor of safety in
any part of runner when running at
run away speed based on yield point : TWO
14. Max water hammer pressure on
sudden load throw off under max
gross head of 3192 ft
i, 60,000 KW : 15%
ii, 66,667 KW : 15%
15. Needle valve 1 & 2 , by DP1 & DP 2
I, No load opening from 0 to 4% : 15 secs
Ii, Slide valve diaphragms : 03.8 mm
Iii, Needle valve diaphragms : 03.5 mm
Iv, Load closing time from
100% to 0% : 65 secs
V, Diaphragm : 02.7 mm
16. Oil servo motors of the deflectors
50
i, Opening time : 47 secs
ii, Diaphragm : 1 x 02.8 mm dia
iii, Closing time : 1.5 sec
iv, Diaphragm : 4 x 08 mm dia
17. Needle valve 1 & 2 by SCP1 & SCP2
No load closing time from
58% to 18% : 40 secs
18. Fly wheel effect of runner (WR 2) : 92,000 Lbft
2
19. Min fly wheel effect of Generator
required for regulation : 2,50,000 Lbft2
20. Dia of runner : 97” (3100 mm)
21. Weight of runner : 9.5 Tons
No of Buckets : 22
22. Dia of shaft : 579.5 mm
23. Dia of jet at full nozzle opening : 7.6” (193 mm)
24. Max Hydraulic thrust due to
unbalanced jets : Vertical - Nil
Horizontal - 82 tonnes
25. Material composition of runner : Chromiun Steel with cromium
Nickal 13.4 %
GENERATOR
Make :Alstom
1. Serial No : 2023
2. Type : RYV 422 – 147
3. Nominal apparent Rating : 66667 KVA
4. Power Factor : 0.9
5. Nominal Voltage : 11,000 V
6. Maximum Voltage : 12,000 V
7. Nominal Current ; 3500 A
8. Nominal Speed : 500 RPM
51
9. Max over speed : 915 RPM
10. Excitation Current (under nominal
load and voltage condition) : 1250 Amps at 120V with power factor 0.9
11. Negative Sequence Reactance : 0.19
12. Zero Sequence Reactance : 0.06
13. Short circuit Rate : 1.2
14. Direct Axis transient Open Circuit
time constant : 8.4 sec
15. Direct Axis transient Short circuit
time constant : 1.9 sec
Load 4/4 3/4 2/4
% Efficiency at 1100V P F 1 98.24 97.19 97.42
P F 0 9 97.98 97.77 97.2
GENERATOR STATOR 1. Insulation : ISOTENAX insulation
2. Winding : Wave type with 2 conductor per slot. Roebel Transposition
3. No. of slots : 198
4. Stator core bore dia : 3400 mm
5. Stator frame outer dia : 4200 mm
6. Stator frame height : 1470 mm
7. Weight of wound stator: 71000 Kg
8. Stator Air gap : 29 mm
10. Stator core : Cold Rolled steel plates
11. Insulation B. Class : Insulated ISOTENAX Process Tape is coated with
SAMICA impregnated & with ETHOXYLINE RESIN
12. Winding : Wave type with 2 conductor per slot. Robel Transposition
13. Copper : 2 x 20
15. Resistance : 0.00365 ohm per slot at 200C. (ie) 0.073 ohm phase to phase. 2
Parallel circuit; 3 Phase star. 0.0045 ohm at 700C. The temperature rise of air will not exceed
450C when the temperature of cooling water is below 30
0C.
STATOR AIR COOLER
1. No of coolers : 6
2. Weight of each coolers : 615 Kg
3. No. of tubes in each cooler : 71
4. Water required / cooler : 230m 3/H
5. Air quantity : 48 m3/sec
6. Water inlet temp (max) : 300C
7. Water outlet temp (max) : 34.50C
8. Cool air temp : 440C
52
9. Air inlet : 670C
10. Air outlet : 440C
POWER CABLE
No of cable per phase : 10
Specific voltage : 11.6 KV
Cross section : 625 sq.mm
Qualtity of cable : Alum
Composition : 91 Wires of 3mm
Max. Phase current : 350A
Ex. Dia : 60 mm
GENERATOR ROTOR
1. Weight : 89,800 Kg
2. Rotor Dia : 3342 mm
3. Air gap : 29 mm
4. Number of poles : 12
5. Number of turns per pole : 37.5
6. Copper cross section : Strip of 5.65 mm x 86 mm
7. Damper winding : 20 mm dia
8. Resistance of one field coil : 0.0059 ohm at 200C. (0.71 ohm for complete winding)
9. Shaft : Forged steel
SLIP RING
2 Nos forged steel rings
1. No of Brush holders : 16
2. Brush : 40 x 32 x 65
3. Pigtail : 120 mm
4. Brush Grade : EG 34 D
5. Total Weight : 450 Kg
BRAKE JACK
1. Make : MORANE; SOMWA
25 RV RUNNER, PARIS
2. Thickness of Ferrodo liner : 9.00 mm
3. Gap between Rilng and Ferrodo : 21 mm
4. No. of Brake jacks : 6
PERMANENT MAGNET PILOT ALTERNATOR
1. Make : L.E. Material Electique
2. Phase : 3/1
3. Sl.No. : 20461
4. KVA : 1
0.11
5. Voltage : 220
30
6. Amps : 2.63
3.67
7. Cos : 0.3
0.5
PILOT EXCITER
53
1. Make : Alsthom
2. Sl.No : 409105
3. Capacity :2.3 KW
4. Volts : 115V
5. Current : 20
6. No. of Main poles : 6
7. No. of Inter poles : 6
8. No of Brushes : 6
9. Size of Brush : 6 x 32 mm x 32 mm
10. Weight of stator : 430 Kg
11. Weight of wound rotor : 230 Kg
12. Air gap at main poles : 2 mm
13. Air gap at interpoles : 3 mm
14. Wt Interpole winding :
15. Max temp rise in
Armature winding : 550C
16. Max permissible dia of
commutator : 350 mm
17. No. of brush holders : 6
AMPLIDYNE (I & II)
1. Serial No of I : 242157672
2. Serial No of II : 242157671
3. Capacity : 3.5 K W
5. Year : 1967
6. Type : DF 160 S.
A. Drive motor :
i) Stater
1. Yoke Bore : 275 mm
2. No of poles : 4
3. Weigh t : 3.85 KG
ii) Rotor
1. OD : 175mm
2. Air gap : 1.6 mm
3. No. of slot : 33
4. No of sections / slot : 3
5. No. of turns / section : 2
6. Communtator Dia : 130 mm
7. No of bars : 99
8. No of Brush Holders : 8
9. Brush size : 12 x 20 x 20
B) Amplidyne : 2 Nos
1. Serial No : i) 272063671
ii) 272063672
2. Volt : 100
3. Amp : 24
4. Type : MAD 160
5. RPM : 1500
6. Make : UNILEC
I) Stator
1. OD : 250 mm
54
2. Bore Dia : 150.3 mm
3. Lamination : 1.7 w/Kg
4. No. of Poles : 2
5. Winding wt : 6.72 Kg
6. Resistance at 200C : 0.25 Ohm
II) Rotor
1. OD : 149.7 mm
2. Air gap ; 0.3 mm
3. No of slots : 32
4. No of sections / slots : 3
5. No. of Turns / section : 3
6. Commutator Dia : 110 mm
7. No of Brush Holder : 3 x 4
8. Size of Brush : 8 x 20 mm x 20 mm
10. Grade : EG 5309 DT
AMPLIDYNE WINDINGS
C1 – C2 Manual – Demagnetizing Coil 400 Turns – 21.6 ohm.
C3 – C4 Magenetising Coil 200 Turns – 6.00 Ohm
C5 – C6 Demagnetizing Coil Auto 160 Turns – 8.75 Ohm
C7 – C8 Fast Excitation Coil 100 Turns – 5.45 Ohm
C9 – C10 Control Coil 100 Turns – 5.45 Ohm
XC1 – XC2 Control Coil / Pole 100 Turns – 14.2 Ohm
MAIN EXCITER
1. Make : Alsthom
2. Type : EY 37.5/25
3. Capacity : 210 K W
4. Volts : 120 / 192
5. Current : 1245 / 2030
6. No. of main poles : 8
7. No. of brushes : 24
8. Size of brush : 32 x 32 MM
9. Weight of Stator : 2600 Kg
10. Air gap at main pole : 2.5 mm
11. Air gap at inter pole : 3 mm
12. No of brush holder : 24
14. Sl. No. : 409104
15. Min Permissible dia of
commutator : 630 mm
16. No. of commutating poles : 8
17. Wt of Rotor : 1460 Kg
18. Outer dia : 750 mm
19. Number of slots : 92
20. Main pole winding
Shunt Coil : 130 Turns
Series Coil : 1 Turn
Wt of interpole winding
O D of Stator : 1500 mm
Bore Dia : 1050 mm
POWER TRANSFORMER
55
1. Capacity : 22500 KVA x 3
2. Make : ASGEN, ITALY
3. Rating : continuous
4. Voltage HV : 110, 000/ 3
LV : 11,000
5. Amp HV : 354.5
LV : 3542/ 3
6. Vector : YDI
7. Oil (Imp Gel) : 1560
8. Cooling water : 430 Lt /m.
9. Total wt : 6630 lbs
10. Year : 1967
11. Type of cooling : OFW
12. Impedence : 9.66%
14. Sl.No 1) 14397
2) 14398
3) 14400
4) 14394 (Spare)
UNIT TRANSFORMER
1. Make : Atehers De Construction, FRANCE
2. Capacity : 300 KVA
3. Volt : 11,000/400 V
4. Amp HV : 16.4
LV : 433
5. Vector : DY 11
6. Impedence Volt : 4.9%
7. Oil : Pyralene 1467
8. Wt of oil : 610 Kg
9. Wt of core & winding : 745 Kg
10. SL. No : 75630
11. Year : 1966
STATION TRANSFORMER
1. MAKE : M/S Mellin & Ger in France (Manufactured in INDIA)
2. CAPACITY : 250 KVA
3. VOLT : 11000/416
4. AMP : 13/347
5. OIL : 765 LIT
6. WT OF OIL : 681 KG
7. WT of CORE & WINDING : 2248 KG
8. YEAR : 1955
9. SERIAL NO : 15141
110 KV LIGHTING ARRESTER
I FEEDER :
Thyrise Magne valve Intermediate close Lighting arrester.
1. Model : GLA2H AV 036
2. Make : General Elec. Co.
3. Rating : Max rating 33 KV RMS
II GENERATION :
1. Make : SOULE
56
2. Type : NF 12-5S
3. Sl. No. : (1) 191406
(2) 191407
(3) 191408
4. Rated voltage : 12.5 KV
5. Discharged Current : 10 KA
110 KV POTENTIAL TRANSFORMER
1. FOR LINE :
1. Type : UEV 110
2. Make : BALTEAU, BELGIUM
3. Ratio : 110 KV / 3 /100/ 3
4. VA : 250
5. Connected in star : i) 110 V/ 3 VA 250
ii) 110 V VA 100
6. Phase : One
7. Sl.No. : i) 3580455 – 03
ii) 3580465 – 02
iii) 3580445 - 01
11 KV POTENTIAL TRANSFORMERS
I. FOR PROTECTION :
1. Make : Standard
2. Type : FTIE 30
3. Phase : 3, 50 CS
4. Voltage : 11000 V
5. Ratio : 11/ 3 KV / 110 / 3 V
6. Burden : 2 % VA
7. Oil : 4.2 Lit
8. Weight : 238 lbs
9. Insulation : Class – A
10. Rating : 50 VA
II. FOR METERING
1. Phase : 1
2. Voltage Ratio: 11 KV / 110V
3. Type : UH 6S – 24
4. Rating : VA – 150
5. Max. Rating: VA - 500
11 KV. LIGHTNING ARRESTER
1. Serial Nos : i) 191406
ii) 191407
iii) 191408
2. Make : EPS SOULE
3. Rated Voltage RMS : 12.5 KV
4. Striking voltage : Min RMS Value 23.5 KV; 100% wave 1/50 peak value
38 KV
5. Max Residual Peak Voltage :
Wave For 1000 A 32 KV
1500 A 34 KV
2500 A 36 KV
5000 A 39 KV
57
10,000 A43 KV
11 KV CAPACITOR
3 Nos single Phase capacitors
1. Make : ALSTHOM
2. Capacity : 0.25 mf
3. Voltage : 11,000 V.
GENERATOR NEUTRAL EARTHING
1. Total No : One Single Phase Transformer
2. Make : Unlike
3. Sl.No. : 335029
4. Ratio : 11000/230
5. Max primary fault current for 30 sec : 8 Amps
6. Resistance : 285 Ohms
7. Capacity : 17 KVA
8. Percentage Impedence: 4.11%
9. Resistance connected on
Secondary side : 0.33 Ohm
GOVERNOR
1. Make : Vevey, Switzerland
2. Type : Accelero – Tachymetric
3. Rating : 1700 FT Lbs
4. Oil Pressure : 415 Lbs / sq inch (30kg / cm2)
5. Qty of oil (Needle & Servomotor) : 440 gallons (2000 1ts)
6. Dia of Needle servomotr Piston : 12 inches
7. Stroke of Needle Servomotor Piston : 4.4 inches
8. Dia of deflector Servomotor Piston : 16 inches
9. Stroke of deflector servomotor piston : 6.3 inches
10. Type and make of Tachometer : Electrical, Switzerland
11. Type and make of pressure gauge : Dial, Switzerland
12. Method of drawing centrifugal gear : Electrical, 3, syn motor
13. Monostat 63’ : 20 Kg / cm2
14. Safety valve : 30 Kg / cm2
15. Thermostat 38’0 : 45c
16. Sensitivity : -0.5%
17. Speed drop : 3.0%
18. Limitation ; 0 to 100%
19. Capacity : 2.6 Ton mt
20. Oil used : survoprime 57
GOVERNOR OIL PUMP
A.C. Motor :
1. Make : SCHINDLER
2. Type : KD WF 1020 AC
3. Speed : 2870. RPM
4. Capacity : 18. HP
5. Phase : 3
6. Volt : 400
7. Amp : 25
8. Serial No: 142239 SG
PUMP :
1. Type : SNG 80
58
2. Sl. No : 86597
3. Q : 160 lit / m
30 kg / m2
4. Make : AIL WEILER AG
D.C. MOTOR
1. Make : SCHINDLER
2. Type : GWF 1048
3. Volt : 110 DC
4. Amps : 100
5. Capacity : 15. KW/120 HP
6. Speed : 3000. RPM
7. Field current : 1.75
COLLING WATER PUMP – I & II
Motor :
1. Make : ALSTHOM, UNELEC BELFORT 1966, Franch
2. S.L.No. : 1-> 206202663 2, 206202664
3. Type : NY WHE, 280 S, squirrel Cage, Vertical Shaft
4. Voltage : 3 phase, 400 V, 50 HZ
5. Current : 136 Amps
6. Speed : 1480 rpm
7. Capacity : 100 HP
8. Date of commissioning : 27.11.1970
Pump :
1. Make : M/s. GEBR STORK COY, Holland.
2. S.L. No: 665071
3. Type : NUVV 37 – 25 Vertical Shaft
4. Head : 39.0 Mts
5. Capacity: 350 cum / hour
6. Diameter of Impeller: 250 mm
7. Material : A 5/6 Bronze
COLLING WATER FILTERS
Filter I :
1. Make : ADAMS Coy. Ltd. New York
2. Sl.No. : 90233
3. Type : AWS
4. Size : 120
5. Filter : PHILIPPE
6. Type : A. 51814
7. Patent : 3176845
Filter II :
1. Make : ADAMS Coy. Ltd. New York
2. Sl.No. : 90232
3. Type : AWS
4. Size : 120
5. Filter : PHILIPPE
6. Type : A. 51813
7. Patent : 3176845
AIR COMPRESSOR – I
Motor :
1. Make : Bharat Bijilee Ltd.
59
2. Capacity : 5.0 HP
3. Voltage : Induction Motor 3 phase, 415 V, 50 HZ
4. Current : 7.9 AMPS
5. Speed : 1430 rpm
Compressor :
1. Make : K.G. Khosla & Co
2. Type : B.D. 12
3. Capacity : 340 lit / Minute
4. Opening Pressure : 30 kg / cm2
5. Speed : 650 rpm
AIR COMPRESSOR – II
Motor :
1. Make : Kirloskar
2. Capacity : 3.0 HP
3. Voltage : 3 phase, 415 V, 50 HZ
4. Current : 4.5 AMPS
5. Speed : 1420 rpm
Compressor :
1. Make : K.G. Khosla & Co
2. Type : B.D. 7.2
3. Capacity : 7.2 cfm
4. Opening Pressure : 30 kg / cm2
5. Speed : 400 rpm
AIR RECEIGVER TANK
1. Capacity : 400 Lit
2. Maximum Pressure : 35 kg/cm2
3. Working pressure of Air Brake : 7 kg / cm2
4. Working pressure of General purposes : 4 kg / cm2
5. Diameter : 600 mm
6. Height : 1500 mm
UPPER GUIDE BEARING
1. Total weight : 12130 Kg
2. Oil Capacity : 3000 lit
3. Bearing Surface (UGP):6530 cm2
4. Thrust : 141 Tons (m)
5. Cooling water flow :21 cubic meter / hour
6. Type of oil : Servo Prime 57
7. Viscosity : 20 – 30 Angler at 200C
4.5-6 Angler at 500C
8. Maximum temperature of shoe : 800C
Tripping
9. No. of Pads : Eight
10. Size of Pad :
LOWER GUIDE BEARING
1. Total weight : 2060 Kg
2. Bore diameter : 800 mm
3. Clearance between bearning
And journel O.D. : 0.5 mm
4. Oil Tank capacity : 765 litre
5. Viscosity : 4.1 Angler at 500C
60
6. Type of Oil : Survo Prime 57
7. Cooling water : 13 cubic meter / hour
8. Maximum temp. Permissible : 800C
TURBINE GUIDE BEARING
1. Make : VEVEY, SWITZERLAND
2. Type : Cylindrical
3. Thermometers : 1. Tripping : 520C
2. Tripping : 520C
Oil alaram : 500C
4. Level indicator : 99’ 06
Alaram when the oil level reaches 5mm above the Normal level
5. Oil flow failure : Alaram and tripping
6. Tripping by over speed : 600 rpm
7. Oil used : Survo Prime 76
8. Quantity : 250 Lt.
110 V. BATTERY CHARGER
1. Type : Design and Prototype, Madras
2. Serial No : 95.12.0683
3. Input : 415VAC, 3P, 25A
4. Out Put : 110VDL BAT – 30A
LOAD – 30A
Total - 60A
STATION BATTERY
1. Make : SARANA
2. Type : C 400 SN Lead Acid
3. Capacity : 400 Ah at 10 Hr. rating
4. No of cells : 55
5. Voltage : 110V
6. No. of Plates (+) : 9 per cell (Tabular)
7. No. of Plates (-) : 10 per cell (Pasted)
8. Size of (+) Plate : 145 x 263 x 9 mm
9. Size of (-) plate : 143 x 258 x 38 mm
10. Size of Cell : 316 x 485 x 186
11. Weight of Cell with
Electrolyte : 46.7 kg
12. Weight of cell alone : 34.5 kg
STATION CRANE
1. Capacity : 135/20 Tonne
2. Type : E.O.T.
3. Manufacture : M/s. Hindustan Motor Ltd., Calcutta
4. Specification : P.O. SETC/E5/A2/288/150 A11/66 Dt. 15.04.1966
5. Crane Number :
6. M.H. rope drum ; 3’ 3” dia x 9’ 5” length
7. A.H. rope drum : 2 Ft dia x 6’ 0” length
8. M.H. rope diameter : 1 3/8”
9. M.H. rope length : 260 Mts
10. A.H. rope Dia : 15/16” – (Fiber Core)
10. A.H. Rope length : 120 Mts
11. Value : Rs. 4,43,240/-
12. Commissioned on : 1968
61
13. Motor Details :
14. Purchase Order Details : SETC/ES/A2/288/1504. IV/66 dated 15.04.1996
Cost : Rs. 4,43,240/-
1. EOT Crane
a) Long travel Motor
Make : Associated Ele. Industries (AEI)
Type : MZ 6335
S.L. No.: M6708551
HP : 35
Rating : ½ Hour
RPM : 965
Voltage : 400 / 440
Amp : 49
Rotor Voltage : 385 V Amp 49
Brush : SK 82/326
BSS : 2613
Travel speed :
Brake : Solenoid type 1No. Hydraulic Type 1 No. (Brake Fluid)
(ELDRO)
b) Cross Travel Motor
1. Motor I & II
Make : AEI
Type : MZ 4120
S.L. No.: 1 -> M6709679 : 2-> M6708784
HP : 7
Rating : ½ Hour
RPM : 910
Voltage: 400 / 440
Amp : 22
Brush : SK 78/326
Brake : Solenoid type
c) Main Hoist Motor
Make : AEI
Type : MZ 6335
S.L. No. : M6704013
HP : 40
Rating : ½ Hour
Voltage: 400 / 440
Amp : 56
Rotor Voltage : 385
Brush : SK 82/326
BSS : 2613
Brake : Solenoid 1No. Hydraulic (ELDRO) 1 No. Mechanical Hand
Brake 1 No
d) Auxiliary Hoist Motor
Make : AEI
Type : MZ 6322
S.L. No. : M6707368
Power : 24.5 Hp
RPM (1/p) : 965
62
Voltage : 400 / 440
Amp : 35
Rotor : Voltage 241
Amps 46
Brake : Solenoid type 1No
Gantry Crane For Spherical valve
Make : M/s. Manning Maxwell and Moore Michg
S.L. No : REV 321419
Type : WMLE
RPM : 1500
Code : F
HP : 20
Voltage : 400
Amp : 30
63
MAJOR FORCED&PLANNED OUTAGES OF KODAYAR POWER HOUSE I
FROM 1991 TO 2005
YEAR DATE&MONTH REASONS FOR OUTAGES REMARKS
FROM TO
1991 15th Dec 22nd Dec Spherical valve leakage Forced
1992 19th Jan 19th Jan Icw valve water leakage Planned
21st Feb 21st Feb Icw valve water leakage Forced
22nd April 22nd April Rotor earth fault Forced
3rd Oct 4th Oct Icw valve water leakage Planned
1993 26th Jan 28th Aug Runner crack Forced
1st Sep 1st Sep Governor fault Forced
13th Sep 14th Sep Abnormol sound in machine Forced
17th Oct 12th Dec Runner crack Forced
1994 1st Jan 7th Mar Crack in between runner buckets Forced
26th May 26th May Thrust bearing(pivot) temperature too high Forced
10th June 10th June Water leakage from generator air cooler Planned
1st Aug 25th Aug Rotor earth fault Planned
7th Sep 7th Sep Icw valve water leakage Planned
28th Oct 28th Oct Water leakage from Spherical valve servomotor mechanism
Planned
8th Nov 10th Nov Defect in amplidyne II Planned
1995 3rd Sep 25th Sep Stator earth fault(2no. Coils failed) Forced
8th Nov 8th Nov Water leakage from generator air cooler Planned
24th Nov 24th Nov Water leakage from generator air cooler Planned
1996 2nd Jan 2nd Jan Stator earth fault Forced
25th Jan 25th Jan Water leakage from Spherical valve sevomotor mechanism
Forced
30th Jan 30th Jan Water leakage from Spherical valve sevomotor mechanism
Forced
23-Apr 24-Apr Icw valve water leakage Planned
64
5th June 6th June Icw valve control mechanism problem Planned
24th June 24th June Icw valve control mechanism problem Planned
31st July 2nd Aug Icw valve water leakage Planned
13th Aug 4th Sep Governor failure Forced
5th Oct 6th Oct Governor failure Forced
23rd Nov 7th Dec Rotor earth fault Planned
21-Dec 22-Dec
1997 3rd JAN 3rd JAN Over speed tripping Forced
10th March 13th March Runner replacement work Planned
16th March 16th March ICW Valve replacement Planned
2nd June 3rd June Rotor earth fault Planned
10th Dec 19th Dec Spherical valve seal O ring rectification Planned
28th Dec 29th Dec Trace of oil mixing in cooling water Forced
1998 17-Jan 17-Jan AVR switch failure Forced
27th March 29th March New runner commissioning work Planned
1st July 4th July Oil leak from upper guide bearing tank Planned
18th Nov 19th Nov Heavy spark from fan side above main exciter Forced
22nd Dec 22nd Dec Thrust bearing temperature too high Forced
1999 21st Jan 21st Jan Rubbing of shaft cover plate with PMG universal joint
Forced
25thJan 26th Jan Heavy spark from fan side above main exciter Forced
27th Feb 27th Feb Stator earth fault Forced
24th June 10th Sep Stator earth fault(50% of the stator coils failed)
Forced
14th Nov 14th Nov Over speed tripping Forced
24th Nov 24th Nov Glow at 110KV AB Switch Planned
65
2000 22nd Jan 22nd Jan Lower guide temperature too high Forced
2nd Feb 2nd Feb Glow at link wave trap Planned
4th April 4th April Pivot oil level too low Forced
21th June 22nd August Rotor earth fault Planned
31st August 31st August Water leakage from generator air cooler Planned
3rd Sep 3rd Sep Water leakage from generator air cooler Planned
19th Sep 19th Sep Water leakage from generator air cooler Planned
24th Sep 24th Sep "Y" Phase Tr. Oil pump motor failure Planned
4th Nov 4th Nov Water leakage from generator air cooler Planned
23rd Nov 23rd Nov Replacement of broken coupling bolt(shaft) Planned
26th Nov 26th Nov Governor oil cooler leakage Planned
2001 26th Jan 26th Jan Water leakage from generator air cooler Planned
31st Jan 31st Jan Glow at "y" phase power cable clamp Planned
2nd Feb 2nd Feb Glow at "y" phase power cable clamp Planned
15th Feb 24th Feb Injector (needle valve) broken Forced
17th March 17th March IcW Valve leakage Planned
18th March 18th March 152 NS Breaker(UAT) failure Forced
26th March 26th March Thrust bearing temperature too high Forced
10th April 18th April Stator earth fault(2no. Coils failed) Forced
20th April 20th April Icw valve water leakage Planned
15th May 15th May Water leakage from generator cooler pipe line Planned
26th May 26th May Ice valve water leakage Planned
7th June 12th August Rotor Pole Coils reinsulation AOH
66
13th August 13th August Glow at110KV bus Planned
14th August 19th August Heavy oil leak from UGB tank into generator Planned
19th August 19th August Icw valve water leakage Planned
2nd Nov 2nd Nov Icw valve water leakage Planned
3rd Nov 3rd Nov Upper guide Bearing temperature too high Forced
2002 21st April 21st April Water leakage from generator cooler pipe line Planned
15th July 5th Sep Turbine guide bearing failure AOH
2003 28th Jan 29th Jan Water leakage from generator cooler pipe line Planned
6th Feb 6th Feb Mechanism problem in 110KV AB switch Planned
18thFeb 18thFeb Replacement of broken coupling bolt(shaft) Planned
12th March 12th March Butterfly valve pressure line failure Planned
7th April 8th April Icw valve water leakage Planned
5th May 6th June Stator earth fault(2no. Coils failed) AOH
28th June 28th June Glow at110KV bus Planned
1st August 1st August Break jet mechanism repair Planned
23rd Aug 23rd Aug Governor servomotor leakage Forced
7th Oct 8th Oct Turbine guide bearing oil leakage Planned
9th Oct 10th Oct Over speed mechanism failure Forced
24th Dec 26th Dec Replacement of broken coupling bolt(shaft) Forced
2004 7th Jan 7th Jan Water leakage from generator cooler pipe line Forced
10th Feb 10th Feb Replacement of broken coupling bolt(shaft) Forced
15th Feb 15th Feb Icw valve water leakage Forced
16th Feb 16th Feb Replacement of broken coupling bolt(shaft) Forced
24th March 24th March Icw valve water leakage Planned
67
30th March 30th March IJW valve water leakage Planned
22 thMay 11th Aug Crack in runner shaft flange(turbine side) AOH
28th Sep 28th Sep IJW valve water leakage Planned
25th Nov 26th Nov Renrwal of broken runner bolt and bush Planned
22nd Dec 22nd Dec Renrwal of broken runner bolt and bush Planned
28th Dec 28th Dec Renrwal of broken runner bolt and bush Planned
68
2003
MONTH & YEAR
GENERATION
IN MU
PLF IN %
FORCED
OUTAGE IN %
PLANNED
OUTAGEIN %
AVAILABILITY
FACTOR IN %
AUXILIARY
CONSUMPTION
IN %
RUNNING HRS
GROSS INFLOW
FREE FLOW
RAIN FALL IN MM
MAXIMUM
OUTPUT IN MW
AUXILIARY
CONSUMPTION
IN UNITS
Jan-03 5.636 12.63 NIL 3.34 9.66 0.33 133.66 101.6740 75.9890 57.60 60 18569
Feb-03 6.220 15.42 NIL 9.99 90.01 0.28 142.49 52.7200 34.0780 46.00 60 17659
Mar-03 8.546 19.15 NIL 1.53 98.47 0.30 207.95 31.4910 31.4910 16.00 60 25562
Apr-03 9.882 22.88 NIL 4.31 95.69 0.36 245.88 18.5200 18.5200 50.30 60 35886
May-03 1.045 23.40 NIL 85.89 14.11 1.26 28.56 8.7625 8.7625 38.90 60 13178
Jun-03 7.082 16.39 NIL 20.39 79.61 0.61 171.35 98.6978 89.2398 243.90 60 42852
Jul-03 4.407 9.87 NIL 1.37 98.63 0.61 119.06 96.4455 72.5465 195.40 60 27062
Aug-03 10.832 24.26 0.02 1.61 98.37 0.43 255.18 90.5880 71.3165 138.40 60 46390
Sep-03 12.420 28.75 0.67 1.69 97.64 0.42 301.78 45.5340 45.5340 106.60 60 52654
Oct-03 4.149 9.29 3.61 1.46 98.26 0.60 103.19 449.8945 404.1055 855.50 60 24766
Nov-03 3.755 8.69 NIL 1.96 98.03 0.59 89.18 500.1475 447.3885 534.40 60 22028
Dec-03 8.639 19.35 5.24 0.97 94.32 0.43 197.76 134.9860 104.5440 23.04 60 37128
82.613 210.08 9.54 134.51 972.8 6.22 1996.04 1629.461 1403.5153 2306.04 720 363734
2004
Jan-04
9.308 NIL 22.39 77.61 0.44 212.26 84.2245 77.2415 73.3 60 41326
Feb-04
22.233 53.23 6.50 1.41 93.02 0.32 456.81 47.8175 42.9085 7.0 60 72162
Mar-
04 11.958 26.83 NIL 2.51 97.49 0.45 311.77 66.3845 28.5095 57.0 60 54112
Apr-
04 8.127 18.82 NIL 3.08 96.92 0.50 224.94 37.2610 34.8800 48.2 60 40906
May-
04 1.672 3.75 NIL 49.67 50.33 0.99 43.93 220.8208
196.2820
667.0 60 16526
Jun-04
0 AOH NIL 100.00 AOH AOH AOH 435.7500 410.636
0 639.6 AOH 10920
Jul-04
0 AOH NIL 100.00 AOH AOH AOH 158.0900 118.866
5 225.5 AOH 11860
Aug-
04 9.738 33.42 0.14 35.98 63.89 0.47 254.96 285.9155
249.1505
281.0 60 45408
Sep-
04 11.178
25.875
NIL 4.91 95.09 0.44 276.09 148.2010 113.673
5 320.0 60 49070
Oct-04
11.714 26.24 0.20 1.08 98.72 0.23 283.85 482.2105 442.845
5 706.0 60 26939
Nov-04
11.195 25.914
NIL 5.73 94.27 0.22 233.30 453.5195 416.018
5 468.4 60 24345
Dec-
04 19.502 43.68 0.01 4.60 95.39 0.18 415.94 345.3050
309.4305
213.0 60 36007
116.625 257.75
9 6.85 331.36 862.73 4.25 2713.85 2765.5
2440.442
5 3706.0 600 429581
69
2005
MONTH
& YEAR
GENERAT
ION IN
MU
PLF IN
%
FORCED
OUTAGE
IN %
PLANNED
OUTAGE
IN %
AVAILABI
LITY
FACTOR
IN %
AUXILIA
RY
CONSUM
PTION
IN %
RUNNING
HRS
GROSS
INFLOW
FREE
FLOW
RAIN
FALL IN
MM
MAXIMU
M
OUTPUT
IN MW
A
UXILIARY
CONSUMP
TION IN
UNITS
Jan-
05 18.569 41.980 0.1 16.62 83.280 0.21 482.66 153.03 114.85 86 60 39271
Feb-
05 16.309 60.080 NIL 8.87 91.130 0.22 453.32 109.42 83.57 71 40 36064
Mar-05
28.364 90.380 NIL 4.48 95.520 0.18 703.53 60.22 49.19 45 40 51260
Apr-05
19.561 79.000 NIL 9.94 90.060 0.23 595.05 229.97 208.88 324 40 45434
May
-05 26.168 87.000 NIL 10.29 89.710 0.18 627.83 123.63 111.15 97 40 48197
Jun-
05 22.406 77.790 NIL 12.11 87.890 0.19 540.97 324.13 303.37 610 40 43250
Jul-
05 19.489 66.327 NIL 2.99 97.000 0.20 475.59 974.61 917.70 1472 40 38393
Aug-05
NIL NIL NIL 98.86 NIL NIL NIL 301.41 227.15 156 NIL 21351
Sep-05
NIL NIL NIL 100.00 NIL NIL NIL 359.95 321.41 513 NIL 17213
Oct-
05 NIL NIL NIL 99.31 NIL NIL NIL 306.76 278.09 343 NIL 19077
Nov-
05 NIL NIL NIL 100.00 NIL NIL NIL 204.10 204.10 373 NIL 12353
Dec-05
0.788 46.120 0.1 94.01 5.987 1.69 12.15 200.62 200.62 252 60 13300
151.654 548.677 0.2 557.48 640.577 3.11 3891.1 3347.85 3020.08 4342 360 385163
2006
MO
NTH &
YEAR
GENERATION
IN MU
PLF IN
%
FO
RCED
OU
TAGE
IN %
PLAN
NED OUTA
GE IN %
AVAILA
BILITY
FACTOR IN %
AUXILIARY
CONS
UMPTION
IN %
RUNNING
HRS
GROSS INFLO
W
FREE
FLOW
RAIN
FALL
IN MM
MAXI
MUM OUTP
UT IN MW
AUXILIARY
CONSUM
PTION IN
UNITS
Jan-06
23.850 53.43 NIL 2.46 97.54 0.21 630.97 272.433
0 215.999 270 60 49111
Feb-
06 19.723 49.92
12.79
NIL 87.21 0.15 487.46 101.574
0 53.476 4 60 30086
Mar-
06 21.690 48.58
19.87
5.29 74.85 0.15 552.95 61.7855 50.819 53 60 33490
Apr-
06 21.782 50.42 2.96 NIL 97.04 0.18 696.64 57.7390 57.739 97 30 38908
May-06
22.081 49.47 0.05 4.97 94.98 0.18 703.11 166.221
0 150.543 380 30 39993
Jun-06
19.196 44.43 NIL 10.21 89.79 0.19 607.14 237.129
0 205.532 254 30 36997
Jul-
06 18.233 40.85 0.12 NIL 99.88 0.20 584.76
330.3120
296.403 391 30 36942
Aug-
06 8.297 1.87 0.14 27.59 72.27 0.27 266.84
204.9035
179.512 240 30 22429
Sep-06
14.442 33.43 0.06 0.97 98.97 0.21 463.99 616.397
5 578.858 1052 30 30985
Oct-06
17.933 40.17 0.23 9.44 90.33 0.20 575.39 628.553
0 572.759 1062 30 36517
Nov-
06 23.601 54.63 0.07 5.09 94.84 0.16 605.40
629.3533
586.444 490 48 36719
Dec-
06 30.719 68.82 NIL NIL 100.00 0.14 739.63
182.1820
156.380 76 46 41659
241.54
7 536.02
36.
29 66.02 1097.70 2.25
6914.
28
3488.5
828
3104.46
3 4369 484 433836
70
2007
MONTH &
YEAR
GENERATIO
N IN MU
PLF IN
%
FORCED
OUTAGE
IN %
PLANNED
OUTAGE
IN %
AVAILABILI
TY
FACTOR
IN %
AUXILIARY
CONSUM
PTION IN
+%
RUNNING
HRS
GROSS
INFLOW FREE FLOW
RAIN
FALL IN
MM
MA
XIM
UM
OUT
PUT
IN
MW
AUXILIARY
CONSUMPTIO
N IN UNITS
Jan-07 17.420 39.02 0.21 12.25 87.54 0.21 638.55 128.4735 89.0035 77 44 37059
Feb-07 15.084 37.42 0.08 0.07 99.85 0.25 653.24 83.2691 44.1900 41 24 37974
Mar-07 16.393 36.72 NIL 2.12 97.88 0.24 710.75 36.2955 36.2955 NIL 24 40160
Apr-07 15.305 35.43 3.45 1.65 94.94 0.28 648.30 60.8255 60.8255 117 26 43317
May-07 17.140 38.40 3.95 0.83 95.22 0.30 663.63 96.4340 96.4340 180 31 51024
Jun-07 9.538 22.10 20.87 NIL 79.13 0.39 423.88 373.6790 359.3450 835 24 36754
Jul-07 14.048 31.48 0.82 4.24 94.93 0.27 596.22 669.6895 620.5394 538 28 38419
Aug-07 18.770 42.05 NIL 5.70 94.30 0.50 701.45 330.3390 256.7430 417 30 93772
Sep-07 17.594 40.73 0.07 3.15 96.79 0.23 651.28 545.0270 487.4280 590 32 40045
Oct-07 13.716 30.73 0.07 5.29 94.65 0.23 463.33 322.0685 251.2875 408 33 30914
Nov-07 19.855 45.97 0.28 1.07 98.66 0.20 704.06 327.5580 289.2790 224 31 40586
Dec-07 20.384 45.67 0.18 1.03 98.78 0.20 716.69 386.1440 346.6485 331 30 40780
195.247 445.72 29.98 37.40 1132.67 3.31 7571.38 3359.8026 2938.0189 3758 357
530804
2008
MONTH &
YEAR
GENERATI
ON IN MU
PLF IN
%
FORCED
OUTAGE
IN %
PLANNE
D
OUTAGE
IN %
AVAILABILI
TY
FACTOR
IN %
AUXILIAR
Y
CONSUM
PTION IN
%
RUNNING
HRS
GROSS
INFLOW FREE FLOW
RAIN
FALL IN
MM
MA
XIM
UM
OUT
PUT
IN
MW
AUXILIARY
CONSUMPTI
ON IN UNITS
Jan-08 20.183 45.22 NIL 1.85 98.15 0.22 420.26 122.6880 89.1080 8 52 44826
Feb-08 20.527 49.15 0.81 0.57 98.62 0.22 647.27 87.2325 62.7095 NIL 52 44765
Mar-08 14.191 31.78 0.13 14.35 85.52 0.24 714.45 45.7425 45.7425 23 46 33372
Apr-08 19.178 44.40 0.09 0.35 99.56 0.21 667.96 46.3690 46.3690 13 44 39329
May-08 0.252 0.57 NIL 98.72 1.25 4.56 414.30 45.1995 45.1955 104 27 11499
Jun-08 NIL NIL NIL 100.0
0 NIL NIL NIL 125.8600 114.7040 333 NIL 12362
Jul-08 10.385 23.27 0.08 60.03 39.88 0.30 259.38 504.1030 440.4440 472 50 30661
Aug-08 19.172 42.95 NIL 3.09 96.91 0.30 350.39 130.2172 80.2720 138 30 56714
Sep-08 20.891 48.37 NIL 0.69 99.31 0.25 545.35 342.8140 289.0520 377 35 52262
Oct-08 23.061 51.67 NIL NIL 100.00 0.26 588.04 353.8320 308.4090 308 35 59231
Nov-08 25.140 46.62 NIL 7.65 92.35 0.21 489.88 643.6305 581.9815 660 36 53337
Dec-08 13.727 30.75 NIL 14.15 85.85 0.31 448.37 336.1420 279.1140 327 36 42128
186.707 414.75 1.11 301.4
5 897.40 7.06 5545.65 2783.83 2383.1010 2763 443 480486
71
2009
MONTH
& YEAR
GENERATION
IN MU PLF IN %
FORCED
OUTAGE
IN %
PLANNED
OUTAGE
IN %
AVAILABILITY
FACTOR IN %
AUXILIARY
CONSUMPT
ION IN %
RUNNING
HRS
GROSS
INFLOW FREE FLOW
RAIN
FALL IN
MM
MAXIMUM
OUTPUT IN
MW
Jan-09 12.247 27.43 NIL 35.140 64.86 0.33 420.26 122.6880 89.1080 8 52
Feb-09 22.226 55.12 0.320 0.760 98.92 0.25 647.27 87.2325 62.7095 NIL 52
Mar-09 30.267 67.8 0.065 1.790 98.14 0.20 714.45 45.7425 45.7425 23 46
Apr-09 25.705 59.5 3.050 2.840 94.11 0.22 667.96 46.3690 46.3690 13 44
May-09 9.942 22.27 0.370 43.790 55.83 0.41 414.3 45.1995 45.1955 104 27
Jun-09 NIL NIL NIL 100.000 NIL NIL NIL 125.8600 114.7040 333 NIL
Jul-09 60582.000 14.75 29.460 33.520 37.01 0.00 259.38 504.1030 440.4440 472 50
Aug-09 10.383 23.27 0.062 52.310 47.63 0.34 350.39 130.2172 80.0272 138 30
Sep-09 17.049 39.47 0.058 12.090 87.85 0.28 545.35 342.8140 289.0520 377 35
Oct-09 20.883 46.78 NIL NIL 100 0.25 588.04 353.8320 308.4090 308 35
Nov-09 16.940 39.22 2.140 0.480 97.38 0.27 489.88 643.6305 581.9815 660 36
Dec-09 14.584 32.67 0.720 0.212 99.06 0.29 448.37 336.1420 279.1140 327 36
60762.226 428.28 36.245 282.932 880.79 2.84 5545.65 2783.83 2382.8562 2763 443
2010
MONTH
& YEAR
GENERATION
IN MU PLF IN %
FORCED
OUTAGE
IN %
PLANNED
OUTAGE
IN %
AVAILABILITY
FACTOR IN %
AUXILIARY
CONSUMPT
ION IN %
RUNNING
HRS
GROSS
INFLOW FREE FLOW
RAIN FALL
IN MM
MAXIMUM
OUTPUT IN
MW
Jan-10 23.793 53.30 0.065 0.39 99.54 0.26 698.47 350.4775 309.7615 210 36
Feb-10 24.344 60.38 NIL NIL 100.00 0.23 672.00 73.5165 73.5165 NIL 36
Mar-10 26.217 58.71 NIL 0.85 99.15 0.24 733.04 71.0325 71.0325 2 36
Apr-10 21.730 50.30 NIL NIL 99.54 0.28 715.99 37.3685 37.3685 70 30
May-10 4.569 10.23 1.810 1.81 21.33 0.43 152.22 41.9890 41.9890 205 30
Jun-10 NIL NIL NIL 100 NIL NIL NIL 240.8700 240.8700 451 NIL
Jul-10 NIL NIL NIL 100 NIL NIL NIL 391.9000 391.9000 362 NIL
Aug-10 NIL NIL NIL 100 NIL NIL NIL 218.6700 218.6700 273 NIL
Sep-10 NIL NIL NIL 100 NIL NIL NIL 124.1100 124.1100 208 NIL
Oct-10 NIL NIL NIL 100 NIL NIL NIL 500.2900 500.2900 523 NIL
Nov-10 0.119 NIL NIL 100 NIL 10.16 4.03 279.4993 279.4993 456 40
Dec-10 9.352 20.67 0.077 46.77 53.15 0.39 372.23 176.4700 176.4700 559 26
110.124 253.590 1.952 649.820 472.710 11.980 3347.98 2506.193 2465.477 3319.0
00 234.000
72
2011
MONTH &
YEAR
GENERATION
IN MU
PLF IN
%
FORCED
OUTAGE
IN %
PLANNED
OUTAGE IN
%
AVAILAB
ILITY
FACTOR
IN %
AUXILIARY
CONSUM
PTION
IN %
RUNNIN
G HRS
GROSS
INFLOW FREE FLOW
RAIN
FALL
IN
MM
MAXI
MUM
OUTPU
T IN
MW
AUXILIARY
CONSUMPTIO
N IN UNITS
Jan-11 15.271 34.22 NIL NIL 100.00 0.40 744.00 66.4485 58.7040 41 20 60512
Feb-11 13.886 34.45 NIL 0.980 99.02 0.42 664.47 100.9070 66.9770 19 22 57818
Mar-11 16.416 36.80 NIL NIL 100.00 0.38 744.00 49.7140 16.9030 14 22 63037
Apr-11 15.234 35.27 NIL 2.120 97.88 0.39 700.42 71.5210 65.4610 71 23 58896
May-11 16.503 36.97 NIL 1.760 98.24 0.38 730.30 56.5730 54.7640 48 23 61954
Jun-11 12.114 28.05 NIL 22.850 77.15 0.39 539.92 170.4305 165.3405 499 22 46901
Jul-11 1.842 4.13 NIL 100.000 NIL 0.80 57.16 152.8722 142.4532 248 36 14644
Aug-11 26.005 58.25 NIL 0.210 97.90 0.22 709.35 208.7625 193.9620 303 39 58335
Sep-11 24.879 57.58 NIL 1.480 98.52 0.23 695.47 172.1385 154.4769 90 40 56463
Oct-11 25.337 56.77 NIL 7.430 92.57 0.22 660.25 287.7780 274.0430 356 40 54777
Nov-11 23.002 53.29 0.104 0.199 99.70 0.22 632.72 608.6170 594.5550 628 40 51318
Dec-11 22.239 49.82 1.750 6.280 93.49 0.24 655.89 268.8190 257.8429 215 40 53257
212.728 485.60 1.854 143.309 1054.
47 4.27
7533.9
5 2214.581
2045.482
5
253
2 367 637912
2012
MONTH &
YEAR
GENERATION
IN MU
PLF IN
%
FORCED
OUTAGE
IN %
PLANNED
OUTAGE IN
%
AVAILAB
ILITY
FACTOR
IN %
AUXILIAR
Y
CONSUM
PTION
IN %
RUNNIN
G HRS
GROSS
INFLOW FREE FLOW
RAIN
FALL
IN
MM
MAXI
MUM
OUTPU
T IN
MW
AUXILIARY
CONSUMPTIO
N IN UNITS
Jan-12 1.728 38.72 NIL NIL 100.0
0 2.30 443.44 141.5365 124.9855 40 40 39682
Feb-12 8.189 19.62 0.57 62.60 99.43 0.25 256.33 58.3600 44.2432 44 40 20666
Mar-12 2.242 50.23 0.69 1.62 97.68 2.71 726.77 58.7575 49.8635 15 30 60815
Apr-12 2.107 48.77 NIL 3.78 97.64 2.67 689.21 114.4075 82.7915 139 30 56340
May-12 9.888 22.15 NIL 7.92 92.58 0.30 323.48 45.5120 45.5120 6 40 29896
Jun-12 NIL NIL NIL NIL NIL NIL NIL 36.6300 36.6300 115 NIL 7440
Jul-12 NIL NIL NIL NIL NIL NIL NIL 59.0100 59.0100 118 NIL 7952
Aug-12 2.736 6.13 NIL 92.43 92.43 0.49 78.93 90.5240 87.1900 190 40 13330
Sep-12 3.759 8.7 NIL 100.00 100.0
0 0.52 144.22 75.7735 55.8190 32 40 19516
Oct-12 2.760 6.18 NIL 99.60 99.60 0.56 99.07 201.3100 201.3100 554 40 15575
Nov-12 1.004 23.25 NIL 100.00 100.0
0 2.74 261.90 126.7080 123.2680 107 40 27514
Dec-12 2.907 6.52 NIL 99.56 99.56 0.53 100.72 124.2355 99.6425 204 40 15275
37.320 230.27 1.26 567.51 978.92 13.07 3124.07 1132.7645 1010.2652 1564 380 314001
73
2013
MONTH &
YEAR
GENERATION
IN MU
PLF IN
%
FORCED
OUTAGE
IN %
PLANNED
OUTAGE IN
%
AVAIL
ABILIT
Y
FACTO
R IN
%
AUXILIAR
Y
CONSUM
PTION IN
%
RUNNING
HRS
GROSS
INFLOW FREE FLOW
RAIN
FALL
IN MM
MAXIMU
M
OUTPUT
IN MW
AUXILIARY
CONSUMP
TION IN
UNITS
Jan-13 0.280 0.63 NIL 86.50 88.37 3.13 8.65 99.5400 71.9500 6 40 8765
Feb-13 NIL NIL NIL 672.00 NIL NIL NIL 88.1400 88.1400 181 NIL 8202
Mar-13 21.785 48.27 NIL 165.84 77.71 0.20 486.96 78.1365 77.0195 155 60 43920
Apr-13 24.118 56.38 NIL 107.33 85.09 0.22 608.02 74.3170 47.8020 35 40 51981
May-13 8.092 18.13 1.37 103.00 85.97 0.27 212.46 133.5155 94.1865 146 40 21827
54.275 123.41 1.37 1134.67 337.1
4 3.82 1316.09 473.6490 379.0980 523 180 134695
74