NIT and tenderdocuments

advertisement
SJVN LTD.
(A Joint Venture of Govt. of India and Govt. of Himachal Pradesh)
(A Mini Ratna and Schedule A Company)
(6X250MW Nathpa Jhakri Hydro Power Station)
Procurement & Contract Department Jhakri. Dist. Shimla. H.P. 172201
Phone. 01782-275236,275459,275106, Fax No. 01782275106,234049, http://www.sjvn.nic.in
TIN No. 02011000291
CIN No. L40101HP1988GOI008409
NOTICE INVITING TENDER
(Domestic Competitive Bidding)
Open press tender enquiries under two part system through e-tendering are hereby invited
from the bidders on behalf of SJVN Limited for Package-NJHPS-123(O&M) /2014- “Repair
of 01 Nos. Runner dismantled during annual maintenance of 2013-14” for the Nathpa
Jhakri Hydro Power Station.
Please visit websites www.sjvn.nic.in or www.tenders.gov.in or www.eprocure.gov.in to know
further details & bid submission procedure w.e.f. 21/05/2014. Bid closing date (Last date and
time for uploading of filled in bids) is 11/06/2014 12:30 HRS (IST).The bid is to be
submitted through e-tendering as https://sjvn.abcprocure.com.
Dy. General Manager,
Procurement & Contract Deptt.
NJHPS, SJVN LTD., Jhakri-172201.
For wider publicity and awareness among the bidders, it is intimated that all open tenders having
estimated cost more than 20.0 lacs only are published in the print media. For regular updates on all
other open tenders having estimated cost below 20.0 lacs, please visit websites www.sjvn.nic.in or
www.tenders.gov.in & www.eprocure.gov.in.
SAVE ENERGY FOR BENEFIT OF SELF & NATION
SJVN/DGM/P&C/Package (W)-NJHPS-123 (O&M) / 2014:976-83
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
DATED:21/05/2014
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
Qualifying requirement for “Repair of 01 No. Un-Coated Runners
dismantled during annual maintenance of 2013-14 of 6 x 250MW
NJHPS, Jhakri.
This PQR is not applicable for those vendors who are enlisted/ registered for
“Repair of Runner” under Package-043 (O&M)/2009 and stand automatically
qualified for this tender and these bidders will have to upload the copy of the
registration letter issued by NJHPS, SJVN, Jhakri against the documents as
asked below.
This PQR is applicable only for those vendors who are not enlisted/ registered for
“Repair of Runner” under Package-043 (O&M)/2009 and these bidders have to
submit all the documents as required below.
(A)
Qualifying Requirements
1.0
Proven Experience: The bidder should have experience of having successfully
carried out repair of at least one no. of Runner of Francis Turbine of capacity of
100 MW or above units or Runners having dimensions close to 2/3 Runner of
NJHPS in the past ending last day of month previous to one in which applications
are invited .The bidder should have proven independent capability to complete
the job as per scope of work. The bidder must submit the certificates for the
experience from their clients.
2.0
Financial Requirement: The Bidder must have an average annual turnover of
₹ 8, 14,058/- (Rupees Eight Lacs Fourteen Thousand Fifty Eight only) during
last three years ending 31st March of previous financial year.
3.0
The Bidder should have successfully carried out “Repair of Runner/similar work
(similar work i.e. Successful repair of any other underwater components of
Francis turbine)” as per any of the following criteria, during last 7 years ending
last day of month previous to one in which applications are invited:
(a)
The Bidder should have carried out the 3 similar works valuing not less
than ₹ 10, 85,410/- (Rupees Ten Lacs Eighty Five Thousand Four
Hundred Ten Only) each.
Or
(b)
2 similar completed works, valuing not less than ₹ 13, 56,763/- (Rupees
Thirteen Lacs Fifty Six Thousand Seven Hundred Sixty Three Only)
each.
Or
(c)
1 similar completed work, valuing not less than ₹ 21, 70,821/- (Rupees
Twenty One Lacs Seventy Thousand Eight Hundred Twenty One
Only).
PQR-PKG (W)-NJHPS-123-Repair of 01 No. of Runners Page 1 of 3
1
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
(B)
General Conditions of qualifications:
1.
Any kind of subcontracting including joint ventures, consortium formation,
associates or group formation to fulfill the qualifying requirements of this
tender will disqualify the Bidder i.e. the qualifying requirement at (A) 1.0 to
3.0 must be met by the bidder independently.
2.
Bidder possesses independent PAN Code number and must submit/
upload the copy of the same.
3.
Bidder must be registered with service tax department (If applicable) and
must submit/ upload the copy of the same.
4.
Detailed scope of work has been described in other sections of bidding
documents.
5.
SJVN Ltd. reserves the right to cancel / withdraw the invitation for bid
without assigning any reason and shall bear no liability whatsoever
consequent upon such a decision.
6.
Notwithstanding anything stated above, SJVN Ltd. reserves the right to
assess the Bidder’s capability and capacity to perform the contract
satisfactorily, should the circumstances warrant such assessment in the
overall interest of SJVN.
7.
The above stated requirements are minimum and the owner reserves the
right to request for any additional information and also reserves the right to
reject the proposal of any bidder, if in the opinion of the owner, the
qualification data is incomplete or the bidder if found not qualified to
satisfactorily perform the works.
8.
Price bid of only those bidders shall be opened who qualify based on the
specified qualifying requirements after Scrutiny of details / documents
furnished by them and found to be techno- commercial responsive.
9.
The Bidders shall submit/upload an undertaking in the format enclosed at
Annexure-I.
Registered &
Corporate
Office
PQR-PKG (W)-NJHPS-123-Repair of 01 No. of Runners Page 2 of 3
Himfed Building, New Shimla, Shimla (HP)
Liaison/CoSJVN, IRCON Building, Ground Floor, Saket New
PIN-171009, Tel: 0177-2670064,490,521,741
ordination Office
Delhi. PIN-110017, TELE: 011- 41659210/17
Fax: 0177-2670542
FAX: 011- 41659204/14
2
SJVN Ltd.
Annexure-1
Under Taking From Bidder
1.1 We are qualified under clause Proven Experience (1.0 to 3.0) of the qualifying
requirements.
1.2 We have carried out the repair of at least one runner as per sr.no. 1.0 of the PQR.
1.3 We confirm having carried out the followings contracts for Repair of “Runner/ repair
of other underwater components”:
Name and
Address of
Client
Details of
work
executed
Order No.
& Date
Date of
Completion
Order
Value
Copy of order
along with
completion
certificate &
TDS certificate
Enclosed
These details are to be furnished in Schedule-4 of Techno commercial part
of the bid.
Remarks:The bidder must submit the copies of LOAs / work orders / agreements along
with the satisfactory completion certificate from the end users and in the case
the LOAs / work orders / agreements are from the private company(ies) /
firm(s), then copy(ies) of TDS for the same are also to be submitted along with
the satisfactory completion certificate.
Registered &
Corporate
Office
PQR-PKG (W)-NJHPS-123-Repair of 01 No. of Runners Page 3 of 3
Himfed Building, New Shimla, Shimla (HP)
Liaison/CoSJVN, IRCON Building, Ground Floor, Saket New
PIN-171009, Tel: 0177-2670064,490,521,741
ordination Office
Delhi. PIN-110017, TELE: 011- 41659210/17
Fax: 0177-2670542
FAX: 011- 41659204/14
3
GENERAL CONDITIONS OF CONTRACT (GCC)
1.0
DEFINITIONS
1.1
In this Contract, the following terms shall be interpreted as indicated:
(a)
"The Contract" means the Contract Agreement entered between the
Owner and the Contractor, as recorded in the Contract Form signed by
the parties, including all attachments and appendices thereto and all
documents incorporated by reference therein.
(b)
"The Contract Price" means the price payable to the Contractor under the
Contract for the full and proper performance of its contractual obligations.
(c)
"The Services" means all those services necessary for the completion of
the work , including testing and any other incidental services etc. and
other such obligations of the Contractor covered under the Contract.
(d)
"The Owner" means the SJVN Limited.
(e)
"The Contractor" means the individual or firm carrying out the complete
scope of work under this Contract.
2.0
CONTRACT PERFORMANCE SECURITY/ GUARANTEE:
2.1
Within five (05) days of receipt of the notification of Contract award, the
successful Bidder shall furnish to the Owner, an unconditional performance
security for ten percent (10%) of the Contract Price with validity up to sixty (60)
days after the expiry of guarantee period/ defect liability period as contract
security.
2.2
The proceeds of the performance security shall be payable to the Owner as
compensation for any loss resulting from the Contractor's failure to complete its
obligations under the Contract.
2.3
The performance security shall be denominated in the currency of the Contract
and shall be in the form of Bank Guarantee issued preferably by a nationalized
or By any reputed Bank (As per list enclosed) , acceptable to the Owner or in the
form of FDR/TDR (pledged in the favour of the owner) etc.
2.4
The performance security will be discharged by the Owner and returned to the
Contractor not later than sixty (60) days after expiry of guarantee period of all the
equipment supplied under the contract.
2.5
The interest @ 15.50 % shall be charged on delay period for breach in timely
submission of CPG/ initial security deposit without prejudice to right of SJVN to
other remedies available under the contract.
GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair
Registered &
Himfed Building, New Shimla, Shimla (HP)
Corporate
PIN-171009, Tel: 0177-2670064,490,521,741
Office
Fax: 0177-2670542
of 01 No. Runner dismantled during APM 2013-14
Liaison/Coordination Office
Page 1 of 8
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
2.6
The NSIC/MSE units are not exempted from submission of the Contract
Performance Security/ Guarantee.
3.0
GUARANTEE :
3.1
The reclaimed one no. of runner will be guaranteed in the normal working
condition with allowable wear and tear for 12 months of satisfactory performance
from the date of installation or 18 months from the date of work completion
whichever comes first. In case of any problem within the guarantee period due to
poor workmanship and the consumable used, the same will be rectified free of
cost at SJVN project site as necessary.
4.0
PAYMENT TERMS:
4.1
100% payment along with 100% taxes & duties on successfully completion of
repair of the Runner shall be made on submission of followings documents to
EIC for verification:
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
4.2
Invoices in triplicate.
Bill duly verified by the concerned EIC or his authorized representative.
Photocopy of unconditional acceptance of Letter of Award.
Photocopy of Contract Performance Guarantee equivalent to 10% of total
contract value valid up to 60 days after expiry of Guarantee period.
Photocopy of PAN Card.
Photocopy of TIN No.
Photocopy of Service Tax Registration No.
Copy of satisfactory work completion Certificate issued by EIC or his
authorized representative on completion of identified repair work activity
for which payment is claimed.
The service tax shall be paid by SJVN to the bidder as per service tax
notification no. 30/2012-service tax dated 20.06.2012 & notification no.
24/2012 dated 06/06/2012.The Service tax shall be reimbursed on
submission of following information/documents along with bids:a) Name, Address Contact Details (Tel.No. etc.) of service provider.
b) Service Tax No. of service provider.
c) PAN No. of Service Provider.
d) Service Tax Invoice Number.
e) Gross Amount of the Services.
f) Service tax amount
4.3
The payment shall be released through electronic fund transfer and hence you
are requested to give your bank account detail along with IFSC/RTGS code of
your bank branch. The required detail is to be filled in “Schedule-3- General
Information and Bank Account Detail”. Bank charges if any, shall be borne by
you. The details to be submitted in the schedule as enclosed.
4.4
This however, shall not be linked with liability of the contractor to pay wages to
his worker as per provisions of wages act. The contractor shall make payment to
the workmen hired by him for this job by 7 th of each month. In case of his failure
GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair
Registered &
Himfed Building, New Shimla, Shimla (HP)
Corporate
PIN-171009, Tel: 0177-2670064,490,521,741
Office
Fax: 0177-2670542
of 01 No. Runner dismantled during APM 2013-14
Liaison/Coordination Office
Page 2 of 8
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
to do so, EIC shall make direct payment to the workmen hired by him and shall
recover the payments so made by SJVN from the pending dues of the contractor
alongwith 25% cost as SJVN, over head.
5.0
Penalty
*Penalty equivalent to 0.5% per day subject to a maximum of 10% of the
contract value for delay in completion of work from the work schedule of
Runner.
6.0
TAX DEDUCTION AT SOURCE & WCT:
SJVN Ltd. shall be entitled to make all deduction towards taxes from the
payments to be made to the contractor as may be mandatory as per
Income Tax Act,1961 & HP VAT Act,2005 respectively. However SJVN shall
give a statement in respect of such deductions to the contractor.
Remarks: - “Successful bidder in his own interest shall have to register
himself/firm/company under the HP VAT Act-2005 with the Excise and
Taxation Deptt. H.P.”
7.0
FORCE MAJEURE:
7.1
The firm shall not be liable for loss or damage to SJVN resulting from any delays
or failure to complete the work within time specified for all or any part of the
equipment due to the act of God, war declared or undeclared, acts of public
enemy, riots, civil commotion, invasion, insurrection, sabotage, acts of restraint
of Government, federal, state or municipal action or regulation, fire, flood,
hurricanes, accidents, epidemic, quarantine, restrictions, or any failure on the
part of the Owner or his representative to approve or comments on drawings or
other causes, contingencies or circumstances not subject to their control,
whether of a similar or dissimilar nature which prevents the Contractor from
completion of work. Any such cause or delays even though not existing on the
date of the contract on or the date of start of work shall extend the time of
performance automatically by length of delays occasioned thereby, including
delay reasonably incidental to the resumption of normal work even though such
case may occur after performance of firm’s obligation has been delayed for the
other causes.
If a Force Majeure situation arises, the Contractor shall promptly notify the
Owner in writing of such condition and the cause thereof. Unless otherwise
directed by the Owner in writing, the Contractor shall continue to perform its
obligations under the Contract as far as is reasonably practical, and shall seek
all reasonable alternative means for performance not prevented by the Force
Majeure event.
7.2
8.0
TAXES AND DUTIES:
GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair
Registered &
Himfed Building, New Shimla, Shimla (HP)
Corporate
PIN-171009, Tel: 0177-2670064,490,521,741
Office
Fax: 0177-2670542
of 01 No. Runner dismantled during APM 2013-14
Liaison/Coordination Office
Page 3 of 8
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
i)
The contractor shall bear and pay all taxes, duties, fees and other impositions
as may be levied under applicable law, the amount of which is deemed to
have been included in the contract price.
As regards the Income Tax, Surcharge on Income tax any other Tax such as
Corporate Tax etc., SJVN shall not bear any Tax liability whatsoever. The
contractor shall be liable and responsible for payment of such Tax if attracted
under the provisions of law present or future and SJVN will make deductions
at source as applicable.
ii)
9.0
INSURANCE:
9.1
Any loss or damage to the plant and equipment or person during handling
transportation, storage, repairing, and all activities, and any accident or death of
persons due to negligence on the part of the contractor shall be to the bidder’s
account for all risks. The successful Bidder shall be responsible for preferring of
all claims and make good the damages or loss by way of repairs and/ or
replacement of plant and equipment damaged or lost. Notwithstanding the extent
of insurance cover and the amount of claim available from the underwriter, the
successful bidder shall be liable to make good the full replacement/rectification
of all the equipment and material and to ensure their availability as per the
project requirement/ without additional financial liability to SJVN.
10.0
TERMINATION OF CONTRACT ON CONTRACTOR'S DEFAULT:
10.1
The Owner, without prejudice to any other remedy for breach of Contract, by
written notice of default sent to the Contractor, may terminate this Contract in
whole or in part:
(a)
(b)
(c)
if the Contractor fails to complete any part of all the work or all of the
Goods within the period(s) specified in the Contract, or within any
extension thereof granted by the Owner.
if the Contractor fails to perform any other obligation(s) under the
Contract.
If the Contractor, in the judgment of the Owner has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract.
For the purpose of this Clause:
"corrupt practice" means the offering, giving, receiving or soliciting of any
thing of value to influence the action of a public official in the procurement
process or in contract execution.
"fraudulent practice" means a misrepresentation of facts in order to
influence a procurement process or the execution of a contract to the
detriment of the Owner and includes collusive practice among Bidders
(prior to or after Bid submission) designed to establish bid prices at
artificial non-competitive levels and to deprive the Owner of the benefits of
free and open competition".
GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair
Registered &
Himfed Building, New Shimla, Shimla (HP)
Corporate
PIN-171009, Tel: 0177-2670064,490,521,741
Office
Fax: 0177-2670542
of 01 No. Runner dismantled during APM 2013-14
Liaison/Coordination Office
Page 4 of 8
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
10.2
In the event the Owner terminates the Contract in whole or in part, the Owner
may procure / get repaired, upon such terms and in such manner as it deems
appropriate, Goods or Services similar to those undelivered / un-repaired, and
the Contractor shall be liable to the Owner for any excess costs for such similar
Goods or Services. However, the Contractor shall continue performance of the
Contract to the extent not terminated.
11.0
TERMINATION FOR INSOLVENCY:
The Owner may at any time terminate the Contract by giving written notice to the
Contractor if the Contractor becomes bankrupt or otherwise insolvent. In this
event, termination will be without compensation to the Contractor, provided that
such termination will not prejudice or affect any right of action or remedy which
has accrued or will accrue thereafter to the Owner.
12.0
TERMINATION OF CONTRACT ON OWNER'S INITIATIVE:
12.1
The Owner reserves the right to terminate the Contract either in part or in full due
to reasons other than those mentioned under clause entitled "Contractor's
Default" and "Outbreak of War". The Owner shall in such an event give thirty
(30) days notice in writing to the Contractor of his decision to do so.
The Contractor upon receipt of such notice shall discontinue the work on the
date and to the extent specified in the notice, make all reasonable efforts to
obtain cancellation of all orders and contracts to the Owner, stop all further subcontracting or purchasing activity related to the work terminated, and assist the
Owner in storage, maintenance, protection, and disposition of the works
acquired under the contract by the Owner.
12.2
12.3
In the event of such a termination, the Contractor shall be paid equitable and
reasonable compensation, as dictated by the circumstances prevalent at the
time of termination.
13.0
SETTLEMENT OF DISPUTES:
13.1
Any dispute(s) or difference(s) arising out of or in connection with the Contract
shall, to the extent possible in the first instance be resolved amicably between
the Contractor and the Owner’s engineer.
13.2
If any dispute or difference of any kind whatsoever shall arise between the
Owner and the Contractor, arising out of the Contract for the performance of the
Works whether during the progress of the Works or after its completion or
whether before or after the termination, abandonment or breach of the Contract,
it shall, in the first place, be referred to and settled by the Engineer, who within a
period of ten (10 ) days after being requested by either party to do so, shall give
written notice of his decision to the Owner and the Contractor.
13.3
Save as hereinafter provided, such decision in respect of every matter so
referred shall be final and binding upon the parties until the completion of the
entire work under the Contract and shall forthwith be given effect to by the
GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair
Registered &
Himfed Building, New Shimla, Shimla (HP)
Corporate
PIN-171009, Tel: 0177-2670064,490,521,741
Office
Fax: 0177-2670542
of 01 No. Runner dismantled during APM 2013-14
Liaison/Coordination Office
Page 5 of 8
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
Contractor who shall comply with all such decisions, with all due diligence,
whether he or the Owner requires arbitration as hereinafter provided or not.
13.4
If after the Engineer has given written notice of his decision to the parties, no
claim to arbitration has been communicated to him by either party within ten (10)
days from the receipt of such notice, the said decision shall become final and
binding on the parties.
13.5
In the event of the Engineer failing to notify his decision within ten (10) days after
being requested as aforesaid or in the event of either the Owner or the
Contractor being dissatisfied with any such decision, or within ten (10) days after
the expiry of the first mentioned period of ten (10) days, as the case may be,
either party may require, by written notice to the other party, that the matters in
dispute be referred to arbitration as hereinafter provided.
14.0
ARBITRATION:
14.1
All disputes or differences in respect of which the decision, if any, of the
Engineer has not become final or binding as aforesaid shall be settled by
arbitration in the manner hereinafter provided.
14.2
In the event of the Contractor, that is to say a citizen and/or a permanent
resident of India, a firm or a company duly registered or incorporated in India, the
arbitration shall be conducted by three arbitrators, one each to be nominated by
the contractor and the Owner and the third to be named by the President of
Institution of Engineers, India. If either of the parties fails to appoint its arbitrator
within thirty (30) days after receipt of a notice from the other party invoking the
arbitration clause, the President of the Institution of Engineers, India shall have
the power at the request of either of the parties, to appoint the arbitrators. A
certified copy of the said President making such an appointment shall be
furnished to both the parties.
14.3
The arbitration shall be conducted in accordance with the provisions of the
Arbitration & Conciliation Act, 1996 or any statutory modification thereof.
14.4
Arbitration(s) shall give reasoned award.
14.5
The decision of the majority of the arbitrators shall be final and binding upon the
parties. The expenses of the arbitration shall be paid as may be determined by
the arbitrators. The arbitrators may, from time to time with the consent of all the
parties enlarge the time for making the award. In the event of any of the
aforesaid arbitrators dying, neglecting, resigning of being unable to act for any
reason, it will be lawful for the party concerned to nominate another arbitrator in
place of the outgoing arbitrator.
14.6
The arbitrator shall have full powers to review and/or revise any decision,
opinion, directions certification or valuation of the Engineer in consonance with
the contract.
15.0
APPLICABLE LAW:
GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair
Registered &
Himfed Building, New Shimla, Shimla (HP)
Corporate
PIN-171009, Tel: 0177-2670064,490,521,741
Office
Fax: 0177-2670542
of 01 No. Runner dismantled during APM 2013-14
Liaison/Coordination Office
Page 6 of 8
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
15.1
The Contract shall be governed by and interpreted in accordance with the laws
in force in India. The courts of Rampur shall have exclusive jurisdiction in
all matters arising under the Contract.
16.0
NOTICES:
16.1
Any notice given by one party to the other pursuant to this Contract shall be sent
to the other party in writing or by cable telex, or facsimile and confirmed in writing
to the other party's address specified in NIT/NIQ.
16.2
A notice shall be effective when delivered or on the notice's effective date,
whichever is later.
17.0
DEPLOYMENT OF MANPOWER:-
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)
xi)
xii)
xiii)
The contractor shall not deploy any person below the age of 18 years.
The workmen/Supervisors shall be qualified and well versed in similar nature of
work.
The Workmen/Supervisors are to be engaged shall be exclusively on contract
basis and they shall have no right in any way for direct or indirect employment
in SJVN. During the currency of contract and after its expiry or termination no
employee of the contractor who has ever worked on contract against this work
will be offered direct or indirect employment of SJVN Ltd.
The contractor will have to obtain necessary “Gate Pass” from CISF
authority to enter into the project area for his workman / supervisor as-wellas vehicles deployed against this contract at his own cost.
The contractor will comply with all acts/laws and other statutory provisions,
rules, regulations and byelaws as are applicable or which might become
applicable with regard to the performance of the work and engagement of the
workers.
The Contractor is required to Pay minimum wages as circulated by central
Govt./ by H.P. Govt. (whichever is higher) to all workmen hired by him for this
job.
The Payment in respect of EPF and ESI contribution as applicable shall be
made by the contractor and no additional liability on this account shall be borne
by SJVN.
The contractor shall be responsible to ensure all safety measures during the
work. In case any mishap, the contractor shall have to bear all financial liability.
SJVN shall not bear any compensation or responsibility.
The contractor will have to make his own arrangement to reach Jhakri and for
local conveyance during his stay at Jhakri or elsewhere during the execution of
the contract.
The contractor shall follow all labour law reticulation as applicable in H.P.
The contractor shall follow basic requirements as per attached Annexure.
The contractor or his authorized representative shall make himself available in
the following designated areas/ offices, so that he can be given instructions
about the job.
The contractor shall apply for the photo gate pass to all labourers who are
engaging for the work in the undertaking with their full residential address as
GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair
Registered &
Himfed Building, New Shimla, Shimla (HP)
Corporate
PIN-171009, Tel: 0177-2670064,490,521,741
Office
Fax: 0177-2670542
of 01 No. Runner dismantled during APM 2013-14
Liaison/Coordination Office
Page 7 of 8
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
xiv)
xv)
xvi)
per form “B”. The form “B” shall be issued by P&A Deptt., NJHPS, SJVN Ltd.
Jhakri.
The character and antecedents of all the labourers are required to be verified
through local police before engaging.
The labourers of Nepal, Bangladesh, J&K and Tibet are required to be
registered in the local police station before engaging by the contractor for work
and their finger impression and photographs are required to be recorded in the
local police station.
The labour will not use a dangry, Army/police force colour while doing work.
18.0
CORRESPONDENCE:
(i)
All correspondence related to this work before award of the contract shall be
addressed to DGM, Procurement & Contract Deptt, NJHPS, SJVN, Jhakri, Distt
Shimla (H.P.), PIN- 172201. PH No. 0091-1782-275236 Fax: No. 0091-1782234049
(ii)
All the correspondences after award of the contract shall be addressed to
EIC of the work.
19.0
Engineer in Charge (EIC):
The E.I.C of this contract shall be DGM (P/H Mech. Mtc.), NJHPS, SJVN, Jhakri,
Distt Shimla (H.P.), PIN- 172001. Phone No.01782-275237, Fax No. 01782275834. Mobile No. 0948162544.
GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair
Registered &
Himfed Building, New Shimla, Shimla (HP)
Corporate
PIN-171009, Tel: 0177-2670064,490,521,741
Office
Fax: 0177-2670542
of 01 No. Runner dismantled during APM 2013-14
Liaison/Coordination Office
Page 8 of 8
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
INSTRUCTIONS TO BIDDERS (ITB)
The bids are invited using e-procurement mode, so please read the
instructions carefully and upload the filled in bids as per
requirement of bid documents.
1.0
General Instructions
1.1
The SJVN Limited, hereinafter called "SJVN Ltd." / "Owner" is a Joint Venture
of Govt. of India and Govt. of Himachal Pradesh having its registered office at
Himfed Building, New Shimla - 171 009, have their Nathpa Jhakri
Hydroelectric Power Plant with a capacity of 6x250 MW at Nathpa (Distt.
Kinnaur) and Jhakri (Distt. Shimla) in the State of Himachal Pradesh, India.
1.2
SJVN Ltd. has issued an invitation to bid as enclosed and will receive bids as
set forth in the accompanying Bid documents.
1.3
Bids cannot be uploaded after the time & date fixed for receipt of bids as set
out in the Invitation of Bid.
1.4
SJVN Ltd. reserves the right to accept or reject any or all Bids without
assigning any reason for such a decision.
1.5
All the cost and expenses incidental to preparation of the proposals,
discussions and conferences, if any, including pre-award discussions with the
Bidder, technical and other presentation including any demonstrations etc.
shall be to the account of the Bidder and Owner shall bear no liability
whatsoever on such costs and expenses.
1.6
The complete filled in bids and necessary scanned documents shall be
uploaded at the mentioned address up to 11.06.2014 at 1230 hrs. The
commercial bid shall be opened on 11.06.2014 at 1530 hrs. The bids cannot
be uploaded / submitted later than 11.06.2014 at 1230 hrs. However, Price
bid part of qualified & commercial responsive bidders shall be opened on
subsequent date, for which the qualified bidders shall be informed separately.
1.7
Please note that bids in physical form shall not be entertained under any
circumstances and are only to be submitted through e-tendering at
https://sjvn.abcprocure.com.
1.8
DIGITAL SIGNATURES: The bidder should also have the Digital Signatures
(Class IIA or higher) which are mandatory for security purpose. The digital
signatures can be obtained from any of the authorized agencies in India.
1.9
The contract & procurement process through e-tendering/e-procurement
system is in process at NJHPS, SJVN Jhakri and hence this tender is to be
processed through e-tendering/e-procurement system. The bids are to be
filled and submitted online. To participate in e-tendering/e-procurement, it is
requested to register with our website https//:sjvn.abcprocure.com. The one
year cost of registration on web site is Rs 2921/- (Rs 2600/- plus service tax
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 1 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
@ 12.36 %) is payable directly to M/s e-Procurement Technologies Ltd. The
bidder should also have the Digital Signatures for security purpose. The
detailed procedure for the registration is as under:a. Go to the url: - https://sjvn.abcprocure.com In the home page click
on vender Registration.
b. Click on “New Bidder’s Registration” link available on home page.
c. You need to furnish individual details as well as of company details in
registration form.
d. After filling all mandatory fields, you need to click on “submit” button
to complete the registration process.
e. After submission of the form, the user id and password are generated
in the form of Acknowledgement.
f. The payment of annual registration fee amounting to Rs.2921/- is to be
made through DD.
g. The User ID will be activated after DD is received. Send the
Acknowledgement copy and uploaded document below mentioned eMail ID.
For Registration enquiry and to activate User ID please call abcprocure
Help Desk Centre +91-79-40016865 / 37 / 02 / 85 / 79 / 91 / 23 / 52 eMail ID support@abcprocure.com and info@abcprocure.com.
1.10
All the bidders are requested to get themselves registered well in advance to
facilitate timely submission of the bid. In case bidders wait till last moment for
uploading the bids and if any technical problem is encountered at that time,
the bid closing date & time may elapse.
1.11
DIGITAL SIGNATURES: The bidder should also have the Digital Signatures
which are mandatory for security purpose. The digital signatures can be
obtained from any of the authorized agencies in India.
1.12
The vendors/Contractor already registered with the old system will not be
charged for one year. The vendor who have registered with the eprocurement portal of M/s ITI Ltd. up to 20/11/2013 need not to pay again to
register on the new e-procurement portal for their current subscription year
respectively. However, the vendors who have registered with the eprocurement portal of M/s ITI Ltd. on or after 21/11/2013 shall have to pay to
register on new e-procurement portal as per the contract conditions. The
vendors/contractor call to abcprocure helpdesk (Help Desk Centre +91-7940016865 / 37 / 02 / 85 / 79 / 91 / 23 / 52) and provide their old User
ID/Company Name/mail id for activation.
1.13
Down loading Bid Documents: Bidder to access e-Tender portal of SJVN
(http://sjvn.abcprocure.com) to access NIT document, after completing
registration formality and successful login vendor need to process for Tender
Fee / Document Fee (if any) and after that bidder can download detailed
tender document.
“Download Document” link is available at the end of every tender notice
along with access to “Corrigendum”.
1.14
Bid Submission:
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 2 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
(i)
Bidder needs to login first on the tendering portal of SJVN (i.e.
https://sjvn.abcprocure.com).
(ii)
Search tender by filling necessary searching criteria after Login.
(iii)
After finding the tender on the screen, click on the “Dashboard”.
(iv)
Click on “Declaration” and then click on “I Agree”.
(v)
Upload the scanned copy of “Tender Fee (if any)”.
(vi)
Upload the scanned copy of “EMD”.
(vii) Click on “Prepare Bid” and fill necessary Forms (Schedules).
(viii) After filling Price Bid Form click on “Final Encrypt”.
(ix)
After filling all Forms & final Encryption of Price Bid click on “Final
Submission”.
(x)
After Final Submission bidder will get receipt of Final Submission of
their Bid.
1.15 The link “help manual” and “vendor help” for submission of bids is also
available on the website. For any assistance/ clarification for e–tendering
registration, submission of bid through e-tendering/ procurement ,
bidder may contact the following persons/ representatives of M/s
abcProcure:i.Mr. Rakesh Panwar -M- 80913-81583, e-Mail:
rakesh.panwar@abcprocure.com
ii.
Mr. Vismay Jagad -Ph- 07940016867, e-Mail: vismay@abcprocure.com
iii.
Ms. Vaishali Soni-Ph- 079-4001 6837, e-Mail: vaishali@abcprocure.com
iv.
Mr. Pradip Parmar-Ph-079-4001 6865 e-Mail: pradip@abcprocure.com
v.Link ”Contact us” available on the home page of https//:sjvn.abcprocure.com
The above persons are to be contacted for help/ assistance related to e–
tendering registration, submission of bid through e-tendering only.
For any other clarifications regarding the tender bidder may contact the
following persons/ representatives of M/s SJVN:(i) Sh. Rajeev Kapoor: Telephone No. 01782-275459 (E-mail ID :
rajeevnjhps@gmail.com)
(ii) Sh.
Ajay
Kumar:
Mobile
No.
09418014928
(E-mail
ID:
aj.kumar@sjvn.nic.in/ ajay.rey@gmail.com)
(iii) Sh.
Rajesh
Negi:
Mobile
No.
09418475411
(E-mail
ID:
rajeshsjvn@gmail.com)
2.0
Plant Information
3.0
The 1500 MW Nathpa Jhakri Hydroelectric Power Plant is located between
Nathpa
(Distt. Kinnaur) and Jhakri (Distt. Shimla) in the State of Himachal
Pradesh.
Communication and Transport Limitation
The Plant Site is located in the interior of Himachal Pradesh. The dam is
located on the Sutlej River near village Nathpa in District Kinnaur. The
underground power house is located near village Jhakri in District Shimla.
Shimla, the capital of the State of Himachal Pradesh is enroute about 150Km
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 3 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
South-West from Jhakri. The distance by road from Jhakri to Nathpa
upstream is about 45 Km (Approx.).
The rail head (broad gauge) is at Kalka (NR).
(Approx.) from Jhakri.
Approximate
Distance from
Kalka
(i) By Rail
(ii) By Road
To
Mumbai
1906
1753
Kalka is about 235 Km
To
Kolkata
1809
1791
To
Chennai
2558
2482
The distance from Kalka to Delhi by road is 285 Km (approx.). From the Kalka
rail head, the Project is approachable by the following roads/routes:(i)
(ii)
(iii)
Kalka - Dharampur - Solan - Shimla
Narkanda - Rampur - Jhakri (NH- 22).
Kalka - Dharampur - Solan - Shimla - Dhalli
Basantpur - Rampur – Jhakri.
Kalka - Dharampur - Sabathu - Arki
Shalaghat - Dhami - Basantpur - Rampur
Jhakri.
-
:
-
:
-
:
235 Km
(Approx.)
252 Km
(Approx.)
337 Km
(Approx.)
Transport Limitation
The transport limitation by road from Kalka to the Plant Site at Jhakri would be
the governing factor in respect of the permissible package size and weight.
Bidder should consider all factors as can be envisaged for transportation of
equipment to avoid and overcome the hindrances/ limitations on existing
road on account of weather conditions and any other reasons without
affecting the schedule .
The project area is situated in earthquake zone IV as per BIS 1893(1984).
Hence, the equipment shall have to be suitable to withstand safely and not to
maloperate under earthquake forces corresponding to zone IV.
4.0
Minimum Qualifying Requirement
4.1
As per the Pre-Qualifying Requirements for the vendors who are not enlisted/
registered for “Repair of Runners” under Package-043 (O&M)/2009. These
vendors will have to submit and upload all the documents as required in the
PQR.
4.2
NIL for the vendors who are enlisted/ registered for “Repair of Runners” under
Package-043 (O&M)/2009. These vendors will have to upload the copy of the
registration letter issued by NJHPS, SJVN, Jhakri against the documents as
asked in the PQR.
5 Scope of Proposal
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 4 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
5.1
Scope of work covers Repair of 01 (One) No. of Francis runner dismantled
during annual maintenance 2013-14 at 6 x 250 MW NJHPS, Jhakri .The
reference of the Runner to be repaired is as under:Sr.
No.
1.
Unit No. from which the Runner was Runner Remarks
Dismantled during APM 2013-14
No.
Unit#2
201
Un Coated 30x
Runners
5.2
The details of the work is elaborated in the Technical specifications and scope
of work. The repair procedure for the runners is also enclosed. Bidder should
note that one number of runner is available for their inspection to assess the
extent of repair at Jhakri.
5.3
For co-ordination regarding inspection of the runner the bidder(s) are
requested to contact DGM (P/H Mech. Mtc.), NJHPS, SJVN, Jhakri, Distt
Shimla (H.P.), PIN- 172001. Phone No.01782-275237, Fax No. 01782275834. Mobile No. 0948162544.
5.4
The total price of the repair work should be quoted considering repair work as
job work under works service contract and splitting of the prices between
material & services is not allowed as no “C” form shall be issued by SJVN
against this job.
5.5
The service tax should be quoted as per the service tax notification 24/2012
dated 6/6/12 & notification no.30/2012 dated 20/6/2012 i.e. the service tax
shall be quoted on 70% of the total amount quoted for carrying out repair of
each Runner. Total cost means repair cost excluding static balancing and
transportation charges. Service tax on static balancing and transportation
charges is to be quoted as per applicable rate.
5.6
No sub-contracting for complete work shall be permitted.
5.7
The bidder is advised to visit and examine the site of the work and its
surroundings and obtain for himself, on his own responsibility all information
that may be necessary for preparing the bid and entering in to contract. The
cost of visiting the site shall be at bidder’s own expenses.
6 Quality Assurance Programme
6.1
The Quality Assurance Program is provided in the Technical Specification
clause no. 6.0. The detailed QAP is attached.
6.2
Any other activities, not mentioned above, but necessary for rebuilding /
reclaiming the runners shall be carried out as per the directions of SJVN.
7 Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission
of its bid, and the Owner will in no case be responsible or liable for these costs,
regardless of the conduct or outcome of the bidding process.
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 5 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
8 The Bidder is expected to examine all instruction, forms, terms, specifications,
and other information in the bidding documents. Failure to furnish all information
required by the bidding documents or submission of a bid not substantially
responsive to the bidding documents in every respect will be at the Bidder's risk
and may result in rejection of its bid.
9 Amendment of Bidding Documents
9.1
At any time prior to the deadline for submission of bids, the Owner may, for
any reason, whether at its own initiative, or in response to a clarification
requested by a prospective Bidder, amend the bidding documents.
9.2
The amendment will be notified in writing or by cable or through website (on
www.sjvn.nic.in, www.tender.gov.in , www.eprocure.gov.in and
https:sjvn.abcprocure.com) to all prospective Bidders that have received
the bidding documents and will be binding on them. Bidders are required to
immediately acknowledge receipt of any such amendment, and it will be
assumed that the information contained therein has been taken into account
by the Bidder in its bid.
9.3
In order to afford prospective Bidders reasonable time in which to take the
amendment into account in preparing their bid, the Owner may, at its
discretion, extend the deadline for the submission of bids.
9.4
After publishing of NIT in Newspaper, any amendment/ corrigendum shall not
be published in any Newspaper. The amendment(s) of the NIT shall be put on
our web-sites directly. The bidders who have not informed us about the
download would be required to regularly visit our website for updating
themselves about any amendments which may arise from time to time. It will
be assumed that all the information contained/updated in the website has
been taken into account by the Bidder in its bid.
10 Language of Bid
The bid prepared by the Bidder and all correspondence and documents
related to the bid exchanged by the Bidder and the Owner shall be written in
English language. Any printed literature furnished by the bidder may also be
written in English language.
11 Bid Security / Earnest Money deposit (EMD)
11.1
The bidder shall furnish, as part of its bid, a bid security in a sealed envelope
amounting to ₹ 54,500/- (Rupees Fifty Four Thousand Five Hundred Only).
11.2
The bid security shall, at the Bidder's option, be in the form of a crossed
demand draft/pay order drawn in favour of the Owner (drawn in favour of
NJHPS, SJVN Ltd.)/FDR/TDR (Pledged in the name of “NJHPS, SJVN
Ltd.” under the seal & by the authorized signatory of issuing bank).
The DD should be payable at following branches:
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 6 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
(i)
(ii)
(iii)
(iv)
(v)
State Bank of India Jhakri Branch Code - 6988
State Bank of India Rampur Bushahar Branch code - 0703
Punjab National Bank Rampur Bushahar Branch code - 94300
UCO Bank Rampur Bushahar Branch code - 1543
HDFC Bank Rampur Bushahar Branch code – 805
 The EMD in the form of Local/ outstation Cheque, outstation Demand
Drafts, BG is not acceptable.
11.3
The bid security shall be prepared and scanned copy of the same shall be
uploaded at the designated place in web site. The EMD in physical form
should reach preferably before the last date and time of submission of bid. If
EMD does not reach in physical form within the period of techno commercial
evaluation, the bid shall be considered as non responsive and price bid of
such firms shall not be opened.
11.4
Micro or Small Enterprises (MSE) and NSIC registered firms are exempted
from the submission of the EMD and must enclose (Upload scanned copy of
the MSE / NSIC certificate) for the same products as in NIQ above. If the
MSE/ NISC certificate does not contain the item/work as listed in our NIQ and
no EMD is found enclosed, then SJVN may ask the bidder to submit the EMD
as above with in the 10 days from such notifications, otherwise offer shall be
rejected. The bidder is to be send the copy of the complete NSIC/MSE
certificate by Fax/e-mail/post with reference to the present tender.
11.5
The bid securities of unsuccessful bidders will be returned as promptly as
possible, but not later than twenty-eight (28) days after the expiration of the
bid validity period.
11.6
The bid security of the successful bidder will be returned when the bidder has
furnished the required performance security.
11.7
No interest shall be payable by the Owner on the above Bid security.
11.8
The bid security may be forfeited
(a)
(b)
(c)
if the Bidder withdraws its bid during the period of bid validity specified
by the Bidder in the Bid Form;
if the Bidder does not accept the correction of its Bid Price;
if the Bidder does not withdraw any deviations listed in Deviation
Schedule at the cost of withdrawal indicated by him;
(d)
if the Bidder refuses to withdraw, without any cost to the Owner, any
deviation not listed in Deviation Schedule but found elsewhere in the
bid; or
(e)
in the case of a successful Bidder, if the Bidder fails within the specified
time limit;
(i)
To accept the Letter of Award or
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 7 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
(ii)
To furnish the required performance security.
(iii)
To start activities according to Work Completion Schedule.
12 Deviations
Deviations, if any, from the terms and conditions of Bidding Documents or
Technical Specifications including drawings shall be listed only in Deviation
Schedule of the bid. The Bidder shall also provide the additional price, if any,
for withdrawal of the deviations.
Bidder may further note that except for deviations listed in Deviation
Schedule, the bid shall be deemed to comply with all the requirement in the
bidding documents and the bidders shall be required to comply with all such
requirements of bidding documents and technical specifications and drawings
without any extra cost to the Owner irrespective of any mention to the
contrary, anywhere else in the bid, failing which the bid security of the Bidder
may be forfeited.
13 Work Completion Schedule
The time is the essence of the contract. The completion period for the entire
scope of work from the date of placement of the order till handing over of the
refurbished runner back at Power house to SJVN is as under:For Uncoated 01 no. Runner
Sr. No. Description
1
2.




Completion period in
No. of days
Complete Mobilization to site from the 05 days
date of placement of LOA
Completion of runner refurbishment work
45 days for each
runner.
Remarks: -.
The runner shall be handed over to the contractor as per direction
of EIC on the zero date or date of start. The decision of EIC shall be
final in this regard.
Bidder should Programme the work round the clock, seven (7) days
a week including holidays to complete the work in stipulated time
period.
Bidders offering Work Completion Schedule of more than above
mentioned table shall not be considered and their price bid will not
be opened. However bidders may offer completion schedule less
than as shown above.
14 Price Adjustment Data
Not applicable being "FIRM" Price Contract.
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 8 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
15 Bid Prices
► Unless otherwise specified in the Technical Specifications, Bidders shall
quote for the entire work on a "single responsibility" basis such that the total
bid price covers all the Contractor's obligations mentioned in or to be
reasonably inferred from the bidding documents.
► Bidders are required to quote the price for the commercial, contractual and
technical obligations outlined in the bidding documents.
► Bidders shall give the required details and breakup of their prices as per
Schedules specified.
► The Prices quoted by the Bidder shall be FIRM during the performance of the
contract and not subject to variation on any account. A bid submitted with an
adjustable price quotation will be treated as non-responsive and rejected.
16 Bid Currencies
Bidders shall quote all prices in Indian Rupees only.
17 Period of Validity of Bid
► Bids shall remain valid for a period of 120 (One Hundred Twenty Days) days
after the closing date prescribed by the Owner for the receipt of bids. A bid
valid for a shorter period shall be rejected by the Owner as being nonresponsive.
► In exceptional circumstances, the Owner may solicit the Bidder's consent to an
extension of the bid validity period. The request and responses thereto shall be
made in writing or by cable/fax. If a Bidder accepts to prolong the period of
validity, the bid security shall also be suitably extended. A Bidder may refuse
the request without forfeiting its bid security. A Bidder granting the request will
not be required nor permitted to modify its bid.
18 BID PROPOSAL SHEETS (BPS)
The Bidder shall furnish / complete all the appropriate Schedules / data required
as per the bidding documents available at http://sjvn.abcprocure.com.
19 FORMAT AND SIGNING OF BID
► The Bid must contain the name, residence and place of business of the
person or persons making the Bid and must be digitally signed. The name
of all persons signing should also be mentioned at appropriate place.
► Bid by Corporation / Company must be digitally signed with the legal name
of the Corporation / Company by the President, Managing Director, or by
the Secretary or other person or persons authorized to bid on behalf of
such Corporation / Company in the matter.
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 9 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
► Bidder's name stated on the proposal shall be the exact legal name of the
firm.
► All the requisite documents shall be scanned & uploaded along with bid.
The hard copy of the documents shall also be posted as per details given
in clause 32.0 so as to reach on or before the last date and time of
submission of bid.
► If situation so warrants, SJVN Ltd./NJHPS may ask the bidders to produce
original documents which were submitted as scanned copies along with
bid for verification.
20 Submission of Bids
► The bids will be submitted electronically at designated places in various
schedules. The complete bid document along with the schedules can be
downloaded by the bidder through http://sjvn.abcprocure.com only after
registration as explained above in clause 1.9. The bid is to be filled only in
the in the schedules available on the web. The price schedules cannot be
downloaded as they are to be filled online; however techno-commercial
schedules & Bid Proposal sheet etc. are to be downloaded first and are to
be uploaded again after filling the same. The bid is called under 02 parts
as under:A. Price Bid Part which consists of the followings schedules:
(i)
(i)
Schedule-1 (Page 1 of 1) - “Schedule of Prices”
Schedule-1(Page 2 of 2) - “Schedule of Taxes and Duties”
B. Techno-commercial Bid Part which consists of the followings:►
Bid Proposal Sheet
►
Bid Security / Earnest Money deposit (EMD)/Copy of NSIC/MSE
certificate as per sr. no. 11.0 above.
Cost of Tender Document/copy of NSIC/MSE certificate as per sr.
no. 21.0 above.
Undertaking as per sr. no. 33.0 below.
►
►
►
The techno-commercial schedules to be filled are as under
(i)
Schedule-2 Page 1 of 1 “Schedule of Deviations”
(ii)
Schedule-3 Page 1 of 1 “General Information and Bank
Account Detail”.
(iii)
Schedule-4 Page 1 of 1 “Undertaking”
Remarks:-All above schedule are available in single excel sheet
“Techno commercial Schedules”. The bidders have to fill the required
information in the colored boxes only.
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 10 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
► The Techno-Commercial Bid part will be opened electronically as per
schedule time and date as indicated in the bid documents in the O/o Dy.
General Manager (P&C), SJVN Ltd., Jhakri, Distt. Shimla (H.P.) – 172201.
► The Price Part will be opened electronically at same place only for those
bidders whose techno-commercial part is found to be techno-commercially
acceptable and only such bidders will be intimated subsequently either
telephonically or through Fax / through e-mail about the time and date of
price bid opening.
► The Owner further, reserves the right to reject any Bid which is not
submitted according to the instructions stipulated above.
► After submission of the bid through e-tendering an acknowledgment
slip is automatically generated and same is to be send by fax/ post/email as a proof for bid submission through e-tendering.
21 The cost of tender document is ₹ 1000/- (Rupees One Thousand Only) in the
shape of Demand Draft in favour of owner (SJVN LTD.) payable at banks as per
sr. no.11.2 and the bidder must submit the same in envelope which should be
reached preferably before last date and time of submission of bid i.e. 12:30 Hrs.
of 11.06.2014. The scanned copy of the cost of bid documents (DD) shall be
uploaded in the designated place. The NSIC/MSE units are exempted from the
submission of the Cost of Tender Document.
22 Late Bids
No bid shall be received after last date and time of bid submission.
23 Withdrawal of Bids
No bid may be withdrawn in the interval between the bid submission deadline and
the expiration of the bid validity period specified in Bid documents. Withdrawal of
a bid during this interval may result in the Bidder's forfeiture of its bid security /
EMD.
24 Bid Opening and Evaluation
► The Owner will open all bids electronically in the presence of bidder's
representatives who choose to attend the opening at the time, on the date and
at the place specified in the NIT / NIQ. Bidder's representatives shall sign a
register as proof of their attendance. In the event of the specified date for the
opening of bids being declared a holiday for the Owner OR network problem,
the bids will be opened at the appointed time on the next working day.
► No Mobile Phone will be permitted inside the bid opening room. Therefore,
bidders should deposit Mobile Phones with Security gate at Reception.
► Bids will be evaluated for the complete scope of the work for the Repair of
01 No. of the Runner on single responsibility basis and FOR Jhakri basis
including all taxes & duties. During the bid evaluation the SJVN liability
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 11 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
towards service tax shall also be loaded / considered as per service tax
notification no.30/2012 dated 20/06/2012. No price preference shall be
given to any bidder during bid evaluation.
► No cost loading will be carried out on account of lower completion period.
However, the bidder can offer lower completion period than the scheduled
completion period.
► Cost loading will be carried out for the deviations taken by the bidder to
determine the lowest evaluated Bid which will be considered for
acceptance.
► The items for which bidder does not quote his price i.e. leaves the rate / amount
column blank or simply puts a (-) mark or (*) mark or indicates ‘NIL’ / ‘NA’ no
cost shall be considered for bid evaluation for these items, and for the purpose
of award the value of such item shall be deemed to have been included in other
quoted items. If the bidder does not agree to this consideration, his bid will be
rejected and the bid guarantee may be forfeited.
► No price preference will be given to any bidder in the bid evaluation.
25 Clarification of Bids
During bid evaluation, the Owner may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be
in writing, and no change in the price or substance of the bid shall be sought,
offered or permitted.
26 Correction of Errors (Applicable to extent possible)
A.
The errors /discrepancies in respect of the specified amount in Bid Proposal
Sheets for an individual item and/or sub-item and/or in the sub-total of a
schedule and/or in the Grand total of a schedule and/or in the lump sum price
of the package either due to discrepancy between figures and words and/or
simple arithmetical error while adding and/or multiplying and /or due to wrong
extension of unit rates etc. the error will be rectified and computed by SJVN
as per the following method:
(i)
In case of discrepancy between figure and words the value specified in the
words will be considered for computation.
(ii)
Firstly the unit rates in words will be considered for computation.
(iii)
In case unit rates are not indicated in words then unit rates indicated in figure
will be considered and will be used for deriving the amount from the quantities
specified in the bid documents.
(iv)
In case error is due to wrong extension of quantities, the quantities as
specified in the bid documents will be considered and multiplied by the quoted
unit rates to obtain the amount. The amounts will be computed as per the
extension of amount on the basis of unit rates of individual item, sub-item,
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 12 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
sub-total of a schedule, grand total of a schedule and lump sum price of the
package based on the above consideration.
B.
After computation of the amounts as above, the values as computed shall be
considered for evaluation as well as for award. If the bidder does not accept
the above consideration, his bid will be rejected and the Bid Security / EMD
may be forfeited.
C.
The Owner's determination of a bid's responsiveness is to be based on the
contents of the bid itself without recourse to extrinsic evidence. If a bid is not
substantially responsive, it will be rejected by the Owner, and may not
subsequently be made responsive by the Bidder by correction of the nonconformity.
27 Influencing the Owner
► No Bidder shall contact the Owner on any matter relating to its bid, from the
time of the opening of bids to the time the contract is awarded.
► Any effort by a Bidder to influence the Owner in the Owner’s bid
evaluation, bid comparison or contract award decisions may result in
rejection of the Bidder’s bid.
28 Award of Contract
► The Owner will award the contract to the successful Bidder whose bid has been
determined to be substantially responsive and to be the lowest evaluated bid,
further provided that the bidder is determined to be qualified to perform the
contract satisfactorily.
► The owner may request the Bidder to withdraw any of the deviations listed in
Deviation Schedule of the winning bid, at the price shown for the deviation in
Deviation schedule. In case the Bidder does not withdraw the deviations
proposed by him, if any, at the cost of withdrawal stated in the bid, his bid will
be rejected and bid security forfeited.
► Bidders would be required to comply with all other requirement of the Bidding
Documents except for those deviations in Deviation Schedule, which are
accepted by the Owner, failing which the bid security of the Bidder may be
forfeited.
► Award will be placed on L1 basis for substantially responsive bid on
single responsibility basis for entire scope of work for the Repair of 01
(one) no. of the Runner.
29 Owner's Right to Accept Any Bid and to Reject Any Bids
The Owner reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids at any time prior to award of contract,
without thereby incurring any liability to the affected Bidder or bidders or any
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 13 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
obligation to inform the affected Bidder or bidders of the grounds for the
Owner's action.
30 Notification of Award
► Prior to the expiration of the period of bid validity, the Owner will notify the
successful Bidder in writing by registered letter or by cable, to be confirmed in
writing by registered letter, that its bid has been accepted. The notification of
award will constitute the formation of the contract.
► Upon the successful Bidder's furnishing of the performance security, the Owner
will promptly notify each unsuccessful Bidder and will discharge its bid security.
31 Corrupt or Fraudulent Practices
A. The Owner requires that Bidders to observe the highest standard of ethics
during the procurement and execution of the Contract. In pursuance of this
policy, the Owner:
(a)
defines, for the purposes of this provision, the terms set forth below as
follows:
(i)
"corrupt practice" means the offering, giving, receiving or
soliciting of any thing of value to influence the action of a public
official in the procurement process or in contract execution; and
(ii)
"fraudulent practice" means a misrepresentation of facts in order
to influence a procurement process or the execution of a
contract to the detriment of the Owner, and includes collusive
practice among Bidders (prior to or after bid submission)
designed to establish bid prices at artificial non-competitive
levels and to deprive the Owner of the benefits of free and open
competition;
(b)
will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices
in competing for the contract in question;
(c)
will declare a firm ineligible, either indefinitely or for a stated period of
time, to be awarded a contract if it at any time determines that the firm
has engaged in corrupt or fraudulent practices in competing for, or in
executing, a contract of the Owner.
B
Furthermore, Bidders shall be aware of the provision stated in the
"General Conditions of Contract".
32 Submission of documents by post:
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 14 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
► The following documents in hard copy/original form sealed in envelop
super scribed as “Repair of Runner {Package(W)-NJHPS-123
(O&M)/2014}”are to be sent through post :(i)
Documents required as per Qualifying Requirements.
(ii)
Earnest Money Deposit (In original) /Copy of NSIC/MSE certificate
as per clause no. 11.
(iii)
Cost of tender document (In Original) /Copy of NSIC/MSE
certificate as per clause no. 21.0
(iv)
Undertaking form, duly signed by the bidder shall be uploaded
along with the bid, the details of which are as per clause 33.0.
► The scanned copies of above documents are to be uploaded on web must
reach preferably before closing date and time as per the bidding document
i.e. on or before 11.06.2014 12:30 HRS.
► Any documents as asked or required are to be sent to the following
address:Dy. General Manager (DGM),
Procurement and Contract Department,
NJHPS, SJVN Ltd., Jhakri,
Distt. Shimla (H.P.)-172201.
Phone No. 01782-275236.
Fax No. 01782-234049/ 275106.
► Any documents as asked or required like scanned copies of EMD & Cost
of tender document (if any), copy of previous orders, dealership certificate
etc.
are
to
be
uploaded
at
designated
place
at
https//:sjvn.abcprocure.com.
33 Undertaking:
33.1
We have read carefully all the bidding documents and agreed to the
conditions except for deviation taken clause wise in deviation schedule.
33.2
We have not changed the contents of the bidding documents.
33.3
We have quoted the prices after inspection of Runner No. 201 and
undertaking (As per Annexure –A below) for the same is submitted along with
the bid
33.4
Scanned copy of documents uploaded along with the bid is true to the best of
my knowledge.
33.5
We have quoted the prices & service tax considering the repair work as job
work under work service contract and splitting of the prices between material
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 15 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
& services is not allowed as no “C” form shall be issued by SJVN against this
job.
33.6
We have quoted the service tax as per service tax notification no.30/2012
dated 20/6/2012. Further we have quoted the service tax vide notification no.
24/2012 dated 6/6/2012 i.e. in the present repair case the service tax is
payable only on 70% of the total amount charged for the work contract i.e. on
total cost quoted for carrying out the repair of one Runner. Total cost means
repair cost excluding static balancing and transportation charges.
33.7
We have quoted service tax on static balancing and transportation charges as
per applicable rate.
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 16 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
ANNEXURE-A
UNDERTAKING TO BE SUBMITTED BY THE BIDDER BEFORE SUBMISSION OF BID
TENDER/NIT NO.:
NAME OF BIDDER:
Address of the bidder:
DATE OF VISIT TO POWER HOUSE NJHPS:
I hereby certify that I have inspected the Runner No.____________ thoroughly
and have understood the job requirement. We are capable of repairing this
runner to the requirement of technical specification
Signature
Name:
Date:
ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM 2013-14 Page 17 of 17
Registered &
Corporate
Office
Himfed Building, New Shimla, Shimla (HP)
PIN-171009, Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
ANNEXURE
BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE
(To be stamped in accordance with Stamp Act)
Bank Guarantee No. ………..
Date ………………………...
To
[Owner's Name & Address]
Dear Sirs,
In consideration of the SJVN LTD. (hereinafter referred to as the 'Owner,' which expression
shall unless repugnant to the context or meaning thereof, include its successors,
administrators and assigns) having awarded to
M/s. ……….. [Contractor's Name]
……….. with its Registered/Head Office at ……… …………………..……………………
(hereinafter referred to as the 'Contractor', which expression shall unless repugnant to the
context or meaning thereof, include its successors administrators, executors and assigns), a
Contract by issue of Owner's Notification of Award No. …………….. dated ………….. and
the same having been unequivocally accepted by the Contractor, resulting in to a contract
bearing No…………. dated …………. Valued at ……………….. for ……………… and the
Contractor having agreed to provide a Contract Performance Guarantee for the faithful
performance of the entire Contract equivalent to ….. (*) ….. % (………………. percent) of
the said value of the Contract to the Owner.
We ……………….. [Name & Address of the Bank] …..………. Having its Head Office at
………………………….. (hereinafter referred to as the 'Bank', which expression shall,
unless repugnant to the context or meaning thereof, include its successors, administrators,
executors and assigns) do hereby guarantee and undertake to pay the Owner, on demand any
and all monies payable by the contractor to the extent of ………... (*) ………. as aforesaid at
any time upto ……………. (@) ………… [days/month/year] without any demur,
reservation, context, recourse or protest and/or without any reference to the Contractor. Any
such demand made by the Owner on the Bank shall be conclusive and binding
notwithstanding any difference between the Owner and the Contractor or any dispute
pending before any Court, Tribunal, Arbitrator or any other authority. The Bank undertakes
not to revoke this guarantee during its currency without previous consent of the Owner and
further agrees that the guarantee herein contained shall continue to be enforceable till the
Owner discharges this guarantee.
The Owner shall have the fullest liberty, without affecting in any way the liability of the
Bank under this guarantee, from time to time to extend the time for performance of the
Contract by the Contractor. The Owner shall have the fullest liberty, without affecting this
guarantee, to postpone from time to time the exercise of any powers vested in them or of any
right which they might have against the Contractor, and to exercise the same at any time in
any manner, and either to enforce or to forbear to enforce any covenants, contained or
implied, in the Contract between the Owner and the Contractor or any other course or remedy
or security available to the Owner. The Bank shall not be released of its obligations under
these presents by any exercise by the Owner of its liberty with reference to the matters
aforesaid or any of them or by reason of any other act or forbearance or other acts of
omission of commission on the part of the Owner or any other indulgence shown by the
Owner or by any other matter or thing whatsoever which under law would, but for this
provision, have the effect of relieving the Bank.
The Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance without proceeding against the
Contractor and notwithstanding any security or other guarantee that the Owner may have in
relation to the Contractor's liabilities.
Not withstanding anything contained hereinabove our liability under this guarantee is
restricted to …………. (*) ……….. and it shall remain in force up to and including
…………. (@) ……… and shall be extended from time to time for such period (not
exceeding one year), as may be desired by M/s………….. [Contractor's Name] ………... on
whose behalf this guarantee has been given.
Dated this ………………. day of ………….. 2014 ………. at …………………………...
WITNESS
…………………………..…
(Signature)
……………………………..
(Name)
(Signature) ……….…………
(Name) ………………….….
……………………………..
(Official Address)
Notes: 1.
(*)
(@)
2.
………………………………
(Designation with Bank
Stamp)
Attorney as per Power of
Attorney No………………
Dated …………………….
this sum shall be ten percent (10%) of the Contract Price.
This date will be sixty (60) days beyond the guarantee period as
specified in the Contract.
The stamp papers of appropriate value shall be purchased in the name of
Guarantee issuing Bank.
THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT, 1934
[Sections 2(e) and 42]
SCHEDULED BANKS
STATE CO-OPERATIVE BANKS
Andhra Pradesh State Co-operative Bank Ltd. Hyderabad
Bihar State Co-operative Bank Ltd., Bihar
Goa State Co-operative Bank Ltd. , Panaji
Gujarat State Co-operative Bank Ltd., Ahmedabad
Haryana State Co-operative Apex Bank Ltd., Chandigarh
Karnataka State Co-operative Apex Bank Ltd., Bangalore
Kerala State Co-operative Bank Ltd., Thiruvananthapuram
Madhya Pradesh Rajya Sahakari Bank Maryadit, Bhopal
Maharashtra State Co-operative Bank Ltd., Mumbai
Orissa State Co-operative Bank Ltd., Bhubaneswar
Pondicherry State Co-operative Bank Ltd. Pondicherry
Punjab State Co-operative Bank Ltd., Chandigarh
Rajasthan State Co-operative Bank Ltd., Jaipur
Tamil Nadu State Apex Co-operative Bank Ltd., Chennai
Uttar Pradesh Co-operative Bank Ltd., Lucknow
West Bengal State Co-operative Bank Ltd., Kolkata
Urban Co-operative Banks
A P Mahesh Co-operative Urban Bank Ltd., Hyderabad
Abhyudaya Co-operative Bank Ltd., Mumbai
Ahmedabad Mercantile Co-operative Bank Ltd., Ahmedabad
Akola Janata Commercial Co-operative Bank Ltd., Akola
Amanath Co-operative Bank Ltd., Bangalore
Bassein Catholic Co-operative Bank Limited, Vasai
Bharat Co-operative Bank (Mumbai) Ltd., Mumbai
Bharati Sahakari Bank Ltd., Pune
Bombay Mercantile Co-operative Bank Limited, Mumbai
Charminar Co-operative Urban Bank Ltd., Hyderabad
Citizen Credit Co-operative Bank Ltd., Mumbai
Dombivli Nagari Sahakari Bank Ltd., Dombivli
Greater Bombay Co-operative Bank Limited, Mumbai
Indian Mercantile Co-operative Bank Ltd., Lucknow
Jalgaon Janata Sahakari Bank Ltd., Jalgaon
Janakalyan Sahakari Bank Ltd., Mumbai
Janalaxmi Cooperative Bank Ltd., Nashik
Janata Sahakari Bank Ltd., Pune
Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd., Ichalkaranji
Kalupur Commercial Co-operative Bank Ltd., Ahmedabad.
Kalyan Janata Sahakari Bank Ltd., Kalyan
Kapol Cooperative Bank Ltd., Mumbai
Karad Urban Co-operative Bank Ltd., Karad
Madhavapura Mercantile Co-operative Bank Ltd., Ahmedabad
Mahanagar Co-operative Bank Ltd., Mumbai
Mapusa Urban Co-operative Bank of Goa Ltd., Mapusa
Mehsana Urban Co-operative Bank Ltd., Mehsana
N K G S B Co-operative Bank Ltd., Mumbai
Nagar Urban Co-operative Bank Ltd., Ahmednagar
Nagpur Nagrik Sahakari Bank Ltd., Nagpur
New India Co-operative Bank Ltd., Mumbai
Nutan Nagrik Sahakari Bank Ltd., Ahmedabad
Parsik Janata Sahakari Bank Ltd., Thane
Pravara Sahakari Bank Ltd., Loni
Punjab & Maharashtra Co-operative Bank Ltd., Mumbai
Rajkot Nagrik Sahakari Bank Ltd., Rajkot
Rupee Co-operative Bank Ltd., Pune
Sangli Urban Co-operative Bank Ltd., Sangli
Saraswat Co-operative Bank Ltd., Mumbai
Sardar Bhiladwala Pardi People's Co-operative Bank Ltd., Killa Pardi
Shikshak Sahakari Bank Ltd., Nagpur
Solapur Janata Sahakari Bank Ltd., Solapur
Surat People's Co-operative Bank Ltd., Surat
Thane Bharat Sahakari Bank Ltd., Thane
Thane Janata Sahakari Bank Ltd., Thane
The Akola Urban Co-operative Bank Ltd., Akola
The Cosmos Co-operative Bank Ltd., Pune
The Goa Urban Co-operative Bank Ltd., Panaji
The Khamgaon Urban Co-operative Bank Ltd., Khamgaon
The Nasik Merchant's Co-operative Bank Ltd., Nasik
The Shamrao Vithal Co-operative Bank Ltd., Mumbai
The Zoroastrian Co-operative Bank Ltd., Mumbai
Vasavi Co-operative Urban Bank Limited, Hyderabad
SBI AND ASSOCIATES
State Bank of India
State Bank of Bikaner & Jaipur
State Bank of Hyderabad
State Bank of Indore
State Bank of Mysore
State Bank of Patiala
State Bank of Saurashtra
State Bank of Travancore
NATIONALISED BANKS
Allahabad Bank
Andhra Bank
Bank of Baroda
Bank of India
Bank of Maharashtra
Canara Bank
Central Bank of India
Corporation Bank
Dena Bank
Indian Bank
Indian Overseas Bank
Oriental Bank of Commerce
Punjab National Bank
Punjab and Sind Bank
Syndicate Bank
UCO Bank
Union Bank of India
United Bank of India
Vijaya Bank
OTHER PUBLIC SECTOR BANKS
Industrial Development Bank of India Ltd.
PRIVATE SECTOR BANKS
Bank of Rajasthan Ltd.
Catholic Syrian Bank Ltd.
City Union Bank Ltd.
Development Credit Bank Ltd.
Dhanalakshmi Bank Ltd.
Federal Bank Ltd.
HDFC Bank Ltd.
ICICI Bank Ltd.
IndusInd Bank Ltd.
ING Vysya Bank Ltd.
Jammu and Kashmir Bank Ltd.
Karnataka Bank Ltd.
Karur Vysya Bank Ltd.
Kotak Mahindra Bank Ltd.
Lakshmi Vilas Bank Ltd.
Nainital Bank Ltd.
Ratnakar Bank Ltd.
SBI Commercial International Bank Ltd.
South Indian Bank Ltd.
Tamilnad Mercantile Bank Ltd.
Axis Bank Ltd.
Yes Bank Ltd.
FOREIGN BANKS
ABN Amro Bank N.V.
Abu Dhabi Commercial Bank Ltd.
American Express Banking Corporation
Antwerp Diamond Bank N.V.
Arab Bangladesh Bank
Bank International Indonesia
Bank of America
Bank of Bahrain and Kuwait B.S.C.
Bank of Ceylon
Bank of Nova Scotia
Bank of Tokyo – Mitsubishi Ltd.
Barclays Bank Plc.
BNP Paribas
China Trust Commercial Bank
Shinhan Bank
Citi Bank N.A.
Calyon Bank
Deutsche Bank
DBS Bank Ltd.
The Hongkong and Shanghai Banking Corporation Ltd.
J.P. Morgan Chase Bank N.A.
Krung Thai Bank Public Company Ltd.
Mashreq Bank p.s.c.
Mizuho Corporate Bank Ltd.
Oman International Bank S.A.O.G.
Societe Generale
Sonali Bank
Standard Chartered Bank
State Bank of Mauritius Ltd.
GRAMIN BANKS
Andhra Pradesh Grameen Vikas Bank, Warangal (Andhra Pradesh)
Andhra Pragathi Grameena Bank, Kadapa (Andhra Pradesh)
Aryavart Gramin Bank, Lucknow (Uttar Pradesh)
Arunachal Pradesh Rural Bank, Naharlagun (Arunachal Pradesh)
Assam Gramin Vikas Bank, Guwahati (Assam)
Baitarani Gramya Bank, Baripada (Orissa)
Ballia Kshetriya Gramin Bank, Ballia (Uttar Pradesh)
Bangiya Gramin Vikash Bank, Berhampore (West Bengal)
Baroda Gujarat Gramin Bank, Bharuch (Gujarat)
Baroda Rajasthan Gramin Bank, Ajmer (Rajasthan)
Baroda Uttar Pradesh Gramin Bank, Rae Bareli (Uttar Pradesh)
Bihar Kshetriya Gramin Bank, Monghyr (Bihar)
Cauvery Kalpatharu Grameena Bank, Mysore (Karnataka)
Chaitanya Godavari Grameena Bank (Andhra Pradesh)
Chhattisgarh Gramin Bank, Raipur (Chhattisgarh)
Chikmagalur-Kodaga Grameena Bank, Chikmagalur (Karnataka)
Deccan Grameena Bank, Dilsukhnagar (Hyderabad)
Dena Gujarat Gramin Bank, Gandhinagar (Gujarat)
Durg-Rajnandgaon Gramin Bank, Rajnandgaon (Chhattisgarh)
Ellaquai Dehati Bank, Srinagar (Jammu and Kashmir)
Etawah Kshetriya Gramin Bank, Etawah (Uttar Pradesh)
Faridkot Bhatinda Kshetriya Gramin Bank, Bhatinda (Punjab)
Gurgaon Gramin Bank, Gurgaon (Haryana)
Hadoti Kshetriya Gramin Bank, Kota (Rajasthan)
Haryana Gramin Bank, Rohtak (Haryana)
Himachal Gramin Bank, Mandi (Himachal Pradesh)
Jaipur Thar Gramin Bank, Jaipur (Rajasthan)
Jammu Rural Bank, Jammu
Jhabua-Dhar Kshetriya Gramin Bank, Jhabua (Madhya Pradesh)
Jharkhand Gramin Bank, Ranchi (Jharkhand)
Kalinga Gramya Bank, Cuttack (Orissa)
Kamraz Rural Bank, Sopore (Jammu and Kashmir)
Karnatka Vikas Gramin Bank, Dharwad (Karnataka)
Kashi Gomti Samyut Gramin Bank, Varanasi (Uttar Pradesh)
Khasi J Bank, Shillong (Meghalaya)
Krishna Grameena Bank, Gulbarga (Karnataka)
Kshetriya Kisan Gramin Bank, Mainpuri (Uttar Pradesh)
Langpi Dehangi Rural Bank, Dhiphu (Assam)
Lucknow Kshetriya Gramin Bank, Sitapur (Uttar Pradesh)
Madhya Bharath Gramin Bank, Sagar (Madhya Pradesh)
Madhya Bihar Gramin Bank, Patna (Bihar)
Mahakaushal Kshetriya Gramin Bank, Jabalpur (Madhya Pradesh)
Maharashtra Godavari Gramin Bank (Maharashtra)
Malwa Gramin Bank, Sangrur (Punjab)
Marwar Ganganagar Bikaner Gramin Bank, Pali (Rajasthan)
Manipur Rural Bank, Imphal (Manipur)
Marathwada Gramin Bank, Nanded (Maharashtra)
Mewar Aanchalik Gramin Bank, Udaipur (Rajasthan)
Mizoram Rural Bank, Aizawl (Mizoram)
Nagaland Rural Bank, Kohima (Nagaland)
Nainital Almora Kshetriya Gramin Bank, Nainital (Uttaranchal)
Narmada Malwa Gramin Bank, Indore (Madhya Pradesh)
Neelachal Gramya Bank (Orissa)
North Malabar Gramin Bank, Kannur (Kerala)
Pallavan Grama Bank, Salem (Tamil Nadu)
Pandyan Grama Bank, Virudhunagar (Tamil Nadu)
Paschim Banga Gramin Bank, Howrah (West Bengal)
Parvatiya Gramin Bank, Chamba (Himachal Pradesh)
Pragathi Gramin Bank, Bellary (Karnataka)
Prathama Bank, Moradabad (Uttar Pradesh)
Puduvai Bharthiar Grama Bank (Pondicherry)
Punjab Gramin Bank, Kapurthala (Punjab)
Purvanchal Gramin Bank, Gorakhpur (Uttar Pradesh)
Rajasthan Gramin Bank, Alwar (Rajasthan)
Ratnagiri Sindhudurg Gramin Bank, Ratnagiri (Maharashtra)
Rewa-Sidhi Gramin Bank, Rewa (Madhya Pradesh)
Rushikulya Gramya Bank, Berhampur (Orissa)
Samastipur Kshetriya Gramin Bank, Samastipur (Bihar)
Saptagiri Grameena Bank, Chitoor (Andhra Pradesh)
Sarva UP Gramin Bank (Uttar Pradesh)
Satpura Narmada Kshetriya Gramin Bank, Chhindwara (Madhya Pradesh)
Saurashtra Gramin Bank, Rajkot (Gujarat)
Sharda Gramin Bank, Satna (M.P.)
Shreyas Gramin Bank, Aligarh (Uttar Pradesh)
Solapur Gramin Bank, Solapur (Maharashtra)
South Malabar Gramin Bank (Kerala)
Surguja Kshetriya Gramin Bank, Ambikapur (Chhattisgarh)
Tripura Gramin Bank, Agartala (Tripura)
Triveni Kshetriya Gramin Bank, Orai (Uttar Pradesh)
Utkal Gramya Bank, Bolangir (Orissa)
Uttaranchal Gramin Bank, Dehradun (Uttaranchal)
Uttar Banga Kshetriya Gramin Bank, Cooch-Behar (West Bengal)
Uttar Bihar Kshetriya Gramin Bank, Muzaffarpur (Bihar)
Vananchal Gramin Bank, Dhumka (Jharkhand)
Vidharbha Kshetriya Gramin Bank, Akola (Maharashtra)
Vidisha-Bhopal Kshetriya Gramin Bank, Vidisha (Masdhya Pradesh)
Visveshwaraya Grameen Bank, Mandya (Karnataka)
Wainganga Kshetriya Gramin Bank, Chandrapur (Maharashtra)
Special Condition of Contract
1. The work shall be carried as per procedure mentioned in the technical
specification (Code M-001-S-001), repair procedure by GE Hydro, 14110-0
(Runner repair procedure), QAP, drawings D1-1 & D 1-2 and WPS (WPS
309Mo15, No: 399414) for 30 blade eroded runner to achieve nearly original
profile/ contour as per drawings. The sketch of eroded runner showing area to
be repaired is attached for reference.
2. For repair of broken blade of runner, the contractor shall supply blade
segments made from martensite stainless steel (Cr16 5 Ni) and shall meet the
material properties as per DIN Standard No. W 1.4405 (G-X5 Cr Ni Mo 165). The
material will be heat treated to obtain a homogeneous and fine grained micro
structure.
The profile of runner blade segment shall be achieved through die forging or
Plano milling machining and ground to correct shape as per existing runner
profile. Material certificate /Test Certificate of the blade segment to be
submitted for review.
3. Before & After reclamation of runner the contractor shall take weight of the
runner at site in presence of authorised representative of SJVN. The necessary
arrangements for weighing shall be made by the contractor.
4. Experienced manpower shall be deployed for completion of work with in
completion schedule given in the contract.
5. For repair of inaccessible areas the special equipment, Tools & Plant as
required shall be arranged by the contractor.
6. Fabrication/ Manufacturing of all required templates (for weld deposits &
finished contours) to ensure the required profile of runner & runner blades.
Material for template fabrication or fixtures shall also be brought by the
contractor. Also contractor needs to submit these templates for SJVN approval
before start of repair work.
7. Before start of work the welding electrode sample shall be got tested from
NABL /Govt. approved lab. And test certificate shall be submitted for review.
8. Balancing procedure to be submitted by contractor along with details of
balancing equipments.
9. Hardness analysis to be carried out after repair. Hardness tester shall be made
available by the contractor throughout the repair progress.
10. Pre-heat temperature and inter-pass temperature are to be maintained.
Sufficient arrangement for measurement is to be made available by the
contractor throughout the repair progress.
11. Post heat treatment to be carried out (if required) in consultation with SJVN.
12. The bidder before submitting the bid is advised to inspect the eroded runners
to understand and acquaint himself for the extent of repair work and
equipment requirement for the same. Undertaking in this regards shall be
submitted with the bid in the enclosed format.
Code M-001-S-001
Sr.
No.
Documents
Pages
1
2
3
Technical Specification
Procedure
Drawings
4
WPS
5
QAP
2-8 (TS)
14110-0
D 1-1 & D 1-2
WPS 309Mo15
Page#1 &2/399414
QA/NJ/R/1
Runner Reclamation at Site
NJHPS, SJVN Ltd. Jhakri
Prepared by
Reviewed by
Approved by
Code M-001-S-001
Technical Specifications
Code M-001-S-001
1.0
Scope of Work
1.1 Complete reclamation (Repair & Refurbishment) of Francis Turbine Runner
each weighing approx 37 Tons of 250 MW of Nathpa Jhakri Hydroelectric
Power Station including determination of the erosion/damage, NDT of the
Runner including Die Penetration (DPT) testing to ascertain the extent of
cracks / undercuts / pitting defects, welding and pre-heating as required,
grinding of vital surface of the runner and runner full & half blades to achieve
nearly original profile/contour, NDT (such as RT, UT and DPT as and where
required as per the requirement of QAP), machining, testing & static
balancing.
1.2 Transportation to designated place of repair and back to service bay. In case,
no transportation of the runner is involved nothing shall be payable on
account of the charges as mentioned for transportation in BOQ / in the break
up of the contract price.
1.3 Static balancing of the runner at site including providing of additional
weights of the identical material as required.
1.4 Sufficient manpower for reclamation of the runner shall be deployed for
completing the work within the completion schedule.
1.5 Having all required tools, tackles, equipment etc. for repair, refurbishment
and to carry out all required tests at site.
1.6 Fabrication/Manufacturing of all required templates to ensure the required
profile of runner & runner blades. Sheets for template fabrication shall also be
brought by the contractor.
1.7 If any problem is faced by SJVN during erection of runners or its trial run due
to repair, the contractor shall rectify the defects noticed at his own cost at site.
1.8 Any other activities, not mentioned above, but necessary for rebuilding /
reclaiming the runners shall be carried out as per the directions of EIC.
1.9 Dismantling of upper and lower rotating labyrinths and transportation of the
same to O&M store in the facilities provided by SJVN.
Code M-001-S-001
2.0
Relevant Documents:
The following technical documents shall be the part of the contract and
need to be followed:
Detail of material and drawing:
2.1
2.2
S.
No.
Component
Material
Description
1.
Runner
Cr Ni 16.5
*Stahl
Eisen
Werkstroffblatt
International
Standard
Drawing No.
SEW* 410 W 1.4405
SEW* 400 W 1.4418
D 1-1 & D 12
Documents:
S. No.
1
2
3
Document
Procedure for Runner Repair
WPS
QAP
Reference No.
14110-0
WPS 309Mo15 Page#1 &2/399414
QA/NJ/R/1
3.0
Time Schedule:
3.1
The time is the essence of the contract. The completion period of the work
shall reckon from the date of placement of order till handing over of the
refurbished runner back at Power house:
Sr. no.
1
2
3
4.0
Description
Completion period in No. of
days
Complete Mobilization to site Within 5 days
from the date of placement of
LOA
Completion
of
runner 45 days for each runner
refurbishment work
Total no. of days for completion 5 days+ 45 days = 50 days
of work
Indemnity Bond and Insurance:
Code M-001-S-001
4.1
The repair of the Runner (s) is to be undertaken within the project area
and project premises. Indemnity bond and insurance for the runner shall
not be required.
5.0
Technical Requirements:
5.1
For eroded Runner Repair, the procedure by GE Hydro, 14110-0(runner
repair procedure) shall be followed and WPS for 309 Mo-15 as a part of
this specification shall be followed for the weld repair.
5.2
For repair of runners, welding electrodes shall be of grade 309 Mo15,
vacuum packed of any of the following brands:
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
5.3
The use of Electrodes to be used in the work as mentioned as Clause No.
5.2 above are permitted if each dispatch lot is supported with satisfactory
test / inspection report from any of the following independent test
agencies in addition to manufacturer’s own test reports :(i)
(ii)
(iii)
(iv)
(v)
(vi)
5.4
D&H Scheron Electrodes Ltd.
ESAB India
Larsen & Toubro Ltd. (EUTECTIC)
Advani Oerlikon Ltd.(ADOR)
Philips India Ltd.
Weld Alloy Products
Ador Fontech
Bohler
Bureau Veritas
Det Norske Veritas
Indian Registrar of Shipping
American Bureau of Shipping
National Test House
Llyods Register Asia
The following is also inclusive in the scope of work which is required to
be carried out for complete reclamation
a. Building up of outlet edge by preheating, welding and finally grinding to
required profile/contour. If the blades are excessively thinned out /worn
out/missing piece, in these areas, the contractor has to make replacement
of the blade segments of the same profile & material of construction.
Contractor shall achieve desired thickness in repaired blades. It must be
ensured that after final grinding and finishing after weld repair there shall
not be any unevenness in the contour and also surface transition shall be
Code M-001-S-001
smooth of same profile as in drawings. The finished repaired runner needs
to be finally polished by the contractor.
b. Rectification of cracks by gouging / grinding /welding/ NDT / Pre
heating / post weld heat treatment (if required).
c. Repair of internal surface of the skirt by weld deposits, grinding and
polishing to achieve near design dimensions.
d. Repair of water path surface of crown, skirt & of blades by welding and
grinding or by grinding as required.
e. Repair of eroded top surface of crown to achieve near design dimensions.
f. Build up of skirt and crown to achieve fitting dimensions of the labyrinths.
g. Build up of eroded / damaged blades near skirt.
h. Grinding and polishing of water path surfaces.
i. Machining of runner crown & skirt diameter by grinding to drawing
dimensions.
j. After repair, NDT and removable of defects to the satisfaction of
representative of the EIC or to third party deputed by SJVN.
k. Static balancing of runner, all necessary equipment, weights & welding etc.
shall be provided/arranged by the contractor. The contractor shall also
submit balancing procedure and details of the balancing equipment he
intends to use.
l. Metal chips generated during the machining of shall be the property of the
contractor.
6.0
Quality Assurance Programme
6.1
The work shall be carried as per procedure mentioned in the technical
specification.
6.2
The equipment, specified materials and works are subject to inspection by the
representative of EIC or/and third party inspection agency deputed by EIC on the
expenses of SJVN.
6.3
The in process works shall be carried in the surveillance of the representative of
EIC. He will assess the quality of repair work being carried out and review the test
reports as well as witnessing of tests.
6.4
The tests/inspections shall be conducted as per the relevant standards and approved
QAP.
Code M-001-S-001
6.5
The contractor needs to maintain relevant documents/standards and he should
make them available to the representative of EIC or their third party inspection
agency for inspection/ review etc.
6.6
Two copies of completed test reports / records/ documents as per the requirement
of TS and QAP shall be furnished by the contractor in the bound folders. They
should be duly marked with contract order number and contractor identification
no.
Sampling & Testing of Electrodes
6.7
i.
At least 8 Nos. of Electrodes will be sampled from 5 Nos. of vacuum packed boxes
at random out of each batch of electrodes as received at work place jointly by
representative of EIC and contractor’s representative.
ii.
From the above sampled 8 Nos. Electrode, 4 Nos. of Electrodes will be selected by
the Contractor and get tested in Govt approved/NABL lab and submit his report
within a week and remaining 4 Nos. will be kept by representative of EIC for
future testing if required.
iii.
In case, any discrepancy is observed in the above reports, the use of these electrodes
will be immediately stopped and matter will be referred to QA&I Department,
Shimla for further instructions in this matter.
7.0
Basic Requirements:
7.1
The contractor has to observe all site norms applicable for the contractor and his
deployed personnel’s at worksite. (Employees; regular/ daily wages/ contract basis
etc.).
7.2
NJHPS is ISO 9001:2000 Quality Management Systems, ISO 14000 Environment
Management Systems and ISO 18000 - Occupational Health and Safety
Management System certified project. In line with the requirements of same, the
Contractor needs to follow health, safety and environmental norms strictly while
working within the premises of the company during the whole currency of the
contract.
7.3
The contractor and/ or supervisor engaged by the contractor for the
supervision of the work should be well aware of the safety & health
practices and effective implementation.
7.4
The contractor should have sufficient variety and stock of suitable safety
gears and its use by workmen should be ensured on all occasion.
Code M-001-S-001
7.5
All the equipment deployed for the job should have proper safety guards.
7.6
Contractor needs to maintain an accident insurance policy for his
workmen. In case of any accident, fatal or non fatal, he shall only be sole
responsible. Any incident of accident in the workplace need to be
intimated to EIC and project safety officer immediately.
7.7
The contractor and his employees shall follow Industrial/Project Security
Norm strictly. The contractor or his authorized representative shall
arrange all requisite documents for himself and for his employees or the
machinery deployed by him from the Project Security Wing (P&A deptt.
/CISF). Such documents are liable for scrutiny at any time.
7.8
All workmen deployed by contractor should be identifiable. Contractor
workmen are required to bear identical dress / overall (except green) with
the company name and logo on it.
7.9
All the requisite registers/ documents required under the labour /
workmen law shall be maintained by the contractor and need to be
produced if required. The list of such documents, provided along with the
bid, needs to be maintained by the contractor. Failure to maintain such
records and documentation, the contractor shall only be sole responsible.
When desired by the EIC or his representative, contractor shall produce
the same.
7.10
No drunken personnel shall be allowed to perform duties or approach the
worksite. Such defaulters shall be taken seriously and dealt severely.
7.11
Cleanliness at and around the workplace need to be maintained through
a good housekeeping. The contractor is required to use the bins for
collection & disposable of the waste and sacks for storing metal chips
outside work place. No littering at and around the worksite shall be
permitted. If the contractor fails to do so he is liable to be penalized. The
token penalty of Rs. 1000.00 can be imposed by the EIC on such defaults.
The representative of the EIC may record such default in the progress
register. The EIC have sole discretion for imposing and recovery of token
penalty.
7.12
Maintaining clean environment:
i.
The Contractor shall use exhaust blowers/ fans of suitable
capacity for effective ventilation of the workplace.
Code M-001-S-001
ii.
8.0
The environmental pollution due to welding fumes needs to be
minimized by using Fume extractors of suitable capacity.
Facilities to be provided by SJVN Ltd. free of charges:
8.1 Electricity. Electricity at work site at single point for the reclamation (Repair
& Refurbishment) of runner under the scope of works shall be made
available.
8.2 EOT Crane facility within power house as well as transformer hall cavern
shall be provided. If repair to be taken at workshop outside MAT the
overhead gantry of 40 T can be used by the contractor.
8.3 Working space and space for storage of tools & tackles and other material etc.
shall be made available. However, sheds may be required to be built up by
contractor at his cost.
8.4 Shared accommodation for working personnel of the contractor (20 Nos.) will
be provided by SJVN on chargeable basis subject to its availability as per
terms & conditions of SJVN otherwise contractor has to arrange his own
accommodation. For allotment of such accommodation from SJVN, contractor
has to furnish written request to AGM (P&A), NJHPS through concerned EIC.
Charges towards electricity consumed in the allotted accommodation are to
be borne by the contractor. The damaged items by the contractor default shall
be made good by the contractor.
8.5 Any damages to appliances /switch board/ sockets, machine & equipment
including working space etc. or any item handed over to contractor in the
working condition shall be repaired /replaced by the contractor at his cost.
8.6 Contractor has to remove his all machineries, tools etc. from the premises of
the SJVN after completion of the work. Contractor has to furnish the
certificate to EIC along with the final bill that damaged items on his faults
have been made good and machineries and tools etc. has been removed from
the SJVN premises.
g
Dokumenttype / Document
GE Hydro
Procedure
NATHPA JHAKRI
Procedure for Runner Repair due to Silt Erosion
Dok. nr. / Doc. No.
Rev.
14110
0
Side / Page
av / of
1
4
Sign. dato / Date
2004-11-17
Retten til utnyttelse av denne beskrivelse tilhører GE Energy (Norway) AS og må ikke kopieres, utleveres eller forelegges uvedkommende uten tillatelse fra GE Energy.
This document and the design is the property of GE Energy (Norway) AS and must not be used nor disclosed to any part without GE Energy's permission.
Ordre nr. / Order No.
Kunde / Customer
260281
SJVNL
Indeks / Index
Anlegg / Site
Filnavn / File Name
A150
Nathpa Jhakri
14110-0(runner repair
procedure).doc
1
Prosj. dok. nr. / Proj. Doc. No.
OBJECTIVE
The objective of this procedure is to give guidelines for repair of the silt eroded runners for
the Nathpa Jhakri turbines.
This procedure applies to repair of non-coated runners with partly extensive silt erosion. The
procedure can also be used for coated runners provided the remaining coating is stripped off
before start of repair work.
2
2.1
REPAIR PROCEDURE
General requirements
Welders and welding operators shall be qualified according to NS-EN 287-1 or other
equivalent standards.
Qualified welders shall carry out all welding on the guide vanes according to an approved
WPS. WPS shall be qualified according to NS-EN 288-3 or ASME IX. Recording of welders
and welding operators shall be carried out.
NDT-operators shall generally be qualified according to EN 473/NORDTEST - Level 2 or
other equivalent standards (EN 473 /NORDTEST is equivalent to ASNT SNT-TC-1A).
NDT shall be carried out according to a written procedure compatible with an internationally
recognized standard such as ASME V, and the acceptance criteria specified.
Full traceability for NDT records is required.
GEH Rev. 036 03.99 Microsoft Word
Handling of welding consumables shall be according to procedure no. 871349, see Enclosure
C.
0
2004-11-17
Issued for use
H.Aun
364
Rev.
Dato / Date
Beskrivelse / Description
Sign.
Avd. / Dept.
Godkj. / Appr.
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\14110-0(runner repair procedure).doc
g
GE Hydro
NATHPA JHAKRI
Procedure for Runner Repair due to Silt Erosion
Dokumenttype / Document
Procedure
Dok. nr. / Doc. No.
Rev.
14110
0
Side / Page
av / of
2
4
Sign. dato / Date
2004-11-17
Retten til utnyttelse av denne beskrivelse tilhører GE Energy (Norway) AS og må ikke kopieres, utleveres eller forelegges uvedkommende uten tillatelse fra GE Energy.
This document and the design is the property of GE Energy (Norway) AS and must not be used nor disclosed to any part without GE Energy's permission.
2.2
Silt eroded areas
The areas with major silt erosion are shown in Figure 1 below.
Inlet cut back
Eroded areas
Figure 1:
2.3
Areas with major silt erosion.
Procedure
Repair at inlet section
GEH Rev. 036 03.99 Microsoft Word
The repair work shall be carried out according to the following procedure:
1. Map the extent of repair required (i.e. areas to be repair welded) for the crown, band
and blade inlet edge. The inlet of blade against the crown does not require any repair
welding as the intended cut back will remove the eroded areas.
2. Remove extrusions and other irregularities on the silt eroded areas to make the surface
suitable for welding. Clean all surfaces to remove dust, grease etc.
3. Welding shall be carried out according to WPS 399414, see Enclosure A. All eroded
surfaces shall be rebuilt by welding to exceed the original surface. Welding sequence
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\14110-0(runner repair procedure).doc
g
GE Hydro
NATHPA JHAKRI
Procedure for Runner Repair due to Silt Erosion
Dokumenttype / Document
Procedure
Dok. nr. / Doc. No.
Rev.
14110
0
Side / Page
av / of
3
4
Sign. dato / Date
2004-11-17
Retten til utnyttelse av denne beskrivelse tilhører GE Energy (Norway) AS og må ikke kopieres, utleveres eller forelegges uvedkommende uten tillatelse fra GE Energy.
This document and the design is the property of GE Energy (Norway) AS and must not be used nor disclosed to any part without GE Energy's permission.
and –method shall be selected to limit distortions. In general low heat input will limit
distortions.
4. After welding all surfaces shall be checked if they have sufficient working allowance
for the following finish grinding/machining. This shall be carried out by special
templates. Moreover, all “as welded” surfaces shall be checked by PT and according
to standard 871205. Acceptance criteria shall be according to standard 871205, Class
III..
5. Finishing of the weld-repaired areas shall be carried out by grinding using special
templates. For the outer diameter of the crown and band a special measurement tool
shall be used for dimensional checking. Dimensions shall be according to drwg. no.
314491.
6. All finished surfaces shall be checked by PT and according to standard 871205.
Acceptance criteria shall be according to standard 871205, Class III.
Repair at outlet section
The repair work shall be carried out according to the following procedure:
GEH Rev. 036 03.99 Microsoft Word
1. If the runner has suffered from blade cracking, the missing blade part shall be welded
first, see procedure no. 13807.
2. Map the extent of repair required (i.e. areas to be repair welded) for the blade and
outlet area on the band, see Figure 1 above. For the blades special templates or
alternatively thickness measurements shall be used.
3. Remove extrusions and other irregularities on the silt eroded areas to make the surface
suitable for welding. Clean all surfaces to remove dust, grease etc.
4. Welding shall be carried out according to WPS 399414, see Enclosure A. All eroded
surfaces shall be rebuilt by welding to exceed the original surface. Welding sequence
and –method shall be selected to limit distortions. In general low heat input will limit
distortions. This is especially important for repair of the blades due to their relatively
low stiffness. For the blade repair welding the welding shall hence be carried out
alternately on the pressure and suction side. Moreover, peening of each layer shall be
done. Start/stop pieces shall preferably be used at the blade outlet against the band to
limit risk for weld defects at the outlet edge.
5. All “as welded” surfaces shall be checked by PT and according to standard 871205.
Acceptance criteria shall be according to standard 871205, Class III.
6. Finishing of the repaired areas shall be done by grinding and using special templates
to check the geometry.
7. All finished surfaces shall be checked by NDT as specified below:
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\14110-0(runner repair procedure).doc
g
GE Hydro
NATHPA JHAKRI
Procedure for Runner Repair due to Silt Erosion
Dokumenttype / Document
Procedure
Dok. nr. / Doc. No.
Rev.
14110
0
Side / Page
av / of
4
4
Sign. dato / Date
2004-11-17
Retten til utnyttelse av denne beskrivelse tilhører GE Energy (Norway) AS og må ikke kopieres, utleveres eller forelegges uvedkommende uten tillatelse fra GE Energy.
This document and the design is the property of GE Energy (Norway) AS and must not be used nor disclosed to any part without GE Energy's permission.
A. Blade area from outlet edge against the band and 125 mm inwards along the blade.
The area is limited from the band surface to a distance 80 mm from the band surface.
See blue area marked in Figure 1.
Scope:
100% visual inspection (VI), dye penetrant inspection (PT) and radiographic testing
(RT).
Procedure:
See standard 871205, chapter 5.2.
Acceptance criteria:
VI: According to standard 871205, Class I
PT: According to standard 871205, Class I for pressure side and Class II for suction
side
RT: According to standard 871205, Class I
B. Remaining part of the weld repaired areas
Scope:
100% visual inspection (VI) and dye penetrant inspection (PT).
Procedure:
See standard 871205, chapter 5.2.
Acceptance criteria:
VI: According to standard 871205, Class III
PT: According to standard 871205, Class III
ENCLOSURES
GEH Rev. 036 03.99 Microsoft Word
Enclosure A: WPS 399414
Enclosure B: Standard 871205, rev. B
Enclosure C: Procedure no. 871349
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\14110-0(runner repair procedure).doc
Doc. no. 14110 Enclosure A
WELDING PROCEDURE
WPS no: 399414
SPECIFICATION (WPS)
Date: 2004−11−12 Rev.: 0
Prod.by:
GE Hydro
Client:
Project:
Nathpa Jhakri
Ref. spec.:
Location:
India
Ref.WPAR: 510110/1−A
Welding processes
1
Shielding gas types
Weaving
Purging gas type
Welding positions
Joint type
Joint preparation
Cleaning method
Backing
Single/double
Back gouging
Flux designation
Flux handling
Tungsten electrode
Torch angle
Stand off distance
Nozzle diameter(s)
ASME IX
Exam.body:
Molab as
FCAW(136)
3 Secure18(18%C02/82%A
max.:
NO
mm
TYPICAL REPAIR
−−−
max.:
mm
3G/PF
Min. 50
o
mm
mm
Rev.
Identification of parent metal
I
C max:
Name/Grade
CE max:
Standard
CrNi 16−5
I
NO
mm
Ref.stand.:
V11350/012A
2 ARGON
max.:
Tack welding proc.
Part
7121/0−5
GTAW(141)
SMAW(111)
NO
−−−
1G/PA 2G/PC
See sketch
Grinding
Degreasing
Base Metal
−−−
−−−
−−−
−−−
2.4
70−90 o
−−−
−−−
(yes/no)
Ref.:
Group
K1−EN−10088−2
8
II
PCM max:
C max:
CE max:
PCM max:
Thickness range
[mm]
Delivery cond.
Diameter range
[mm]
5,0 − 20,0
QT
−
−
−
II
Identification of filler metal
Index
Trade name
Classification
Group
1
309L AC/DC
AWS A5.4 E 309L−17
9
2
309LSi
AWS A5.9−93 ER 309LSi
9
3
309L
AWS A.5.22 E309LT−1
9
Welding parameters
Pass
no.
Index
1−n
1−n
1−n
−−−
1−n
1−n
−−−
1−n
Dia.
[mm]
2,50 SMAW
3,20 SMAW
4,00 SMAW
B
B
2,00 GTAW
2,40 GTAW
C
1,20 FCAW
−
−
−
−
−
−
−
−
−
Current
[A]
Voltage
[V]
50 − 80 22 −23 DC+
80 − 120 22 −23 DC+
100 − 150 23 −24 DC+
−
Welding
speed
[mm/min]
Current /
Polarity
−
Preheat min:
PWHT min:
20
N/A
C
oC
Heat Input
[kJ/mm]
0,8 − 2,2
0,9 − 2,1
0,8 − 1,8
−
40 − 60
60 − 100
−
8−12
8−12
0,7 − 2,0
0,7 − 2,0
18−20
0,7 − 1,3
−
160 − 180 24 −30 DC+
−
250 − 350
−
−
Gas
[l/min]
−
60 − 100 11 −13 DC−
100 − 150 11 −13 DC−
−
Run−out
length
[mm]
50 − 80 50−80
80 − 120 70−100
120 − 170 120−180
−
Heat treatment
o
Ref.Procedure 871349
Equipment:
Wire feed
speed
[m/min]
Welding
process
A
A
A
Filler handling
−
Method:
Interpass temp. max.: 150
max.:
N/A
oC
o
C
Heat treatment proc.:
Soaking:
N/A
min/mm
Heating rate:
Remarks:
Temp. control:
o
C/h
o
Cooling rate:
C/h
Additional info enclosed (Yes/No):
One of the welding process or combination may be used.
Date/signature:
2004−11−12 OB
ODD BUSCHMANN
Approved
Index no:
4302452
Page
1
of
1
Produced by WeldEye
g
Doc. no. 14110 Enclosure B
GE Hydro
Dokumenttype/Document
Procedure
Nr./No.
SVEISTE LØPEHJUL/
FABRICATED RUNNERS
871205
SVEISING OG NDT/
WELDING AND NDT
Side/Page
av/of
1
14
Sign. dato/Date
2003-03-08
Utført av/Written by
Godkjent av/Approved by
Rev.
Bent Aspeli
Hans Aunemo
B
INNHOLDSFORTEGNELSE
TABLE OF CONTENTS
1.0 GENERELT
1.1 Omfang
1.2 Formål
1.3 Referanser
1.4 Forkortelser og definisjoner
1.5 Ansvar
1.0 GENERAL
1.1 Scope
1.2 Purpose
1.3 References
1.4 Abbreviations and definitions
1.5 Responsibility
2.0 PERSONELL
2.1 Sveisere og sveiseoperatører
2.2 NDT - operatører
2.0 PERSONNEL
2.1 Welders and welding operators
2.2 NDT - operators
3.0 WELDING GROOVES
3.0 SVEISEFUGER
4.0 SVEISING
4.1 Generelt
4.2 Sveisemetoder og tilsettmaterialer
4.3 Heftsveiser
4.4 Midlertidig påsveiste detaljer og løfteører
4.5 Forvarming og mellomstrengstemperatur
4.6 Produksjonssveising og rengjøring
4.7 Sveisereparasjoner
5.0 NDT
5.1 Kontrollomfang
5.2 Prosedyrer
5.3 Akseptkriterier
5.3.1
Sveisens geometri
5.3.2
Akseptklasser
5.3.3
Retningslinjer
5.4 Rapportering og kontrollklasser
4.0 WELDING
4.1 General
4.2 Welding methods and consumables
4.3 Tack welds
4.4 Temporary attachments and lifting lugs
4.5 Preheating and interpass temperature
4.6 Fabrication welding and cleaning
4.7 Weld repairs
5.0 NDT
5.1 Extent of inspection
5.2 Procedures
5.3 Acceptance criteria
5.3.1
Weld geometry
5.3.2
Acceptance classes
5.3.3
Guide-lines
5.4 Reporting and inspection classes
6
ENDRINGER
6
CHANGES
7
VEDLEGG
7
ENCLOSURE
__________________________________________________________________________________________________________
871205.doc
g
GE Hydro
Dokumenttype/Document
Procedure
Nr./No.
SVEISTE LØPEHJUL/
FABRICATED RUNNERS
871205
SVEISING OG NDT/
WELDING AND NDT
av/of
2
14
Sign. dato/Date
2003-03-08
1.0 GENERELT
1.0 GENERAL
1.1
1.1
Omfang
Side/Page
Scope
Denne spesifikasjonen definerer krav til sveising
og NDT av sveiste Francis- og pumpeturbin
løpehjul i martensittisk rustfritt stål av type
CrNiMo 16-5-1 eller CrNi 13-4,og austenittisk
rustfritt stål av type CrNi 18-8. Løpehjulene er
oppsveist av støpt boss og ring (alternativt
oppsveist av plater/støpegods) og skovler av
varmformede plater eller alternativt støpte
skovler. Spesifikasjonen gjelder for boss og ring
med og uten maskinerte stubber.
This specification defines requirements for
welding and NDT of fabricated Francis- and
pump turbine runners in martensitic stainless steel
type CrNiMo 16-5-1 or CrNi 13-4, and austenitic
stainless steel type CrNi 18-8. The runners are
fabricated from cast crown and band
(alternatively fabricated from plates/castings) and
blades made from hot formed plates or
alternatively cast blades. This specification
applies to runner crown and -band with and
without machined "stubs".
1.2
1.2
Formål
Purpose
Spesifikasjonen skal benyttes ved produksjon av
løpehjul og som informasjon for kunde.
The specification is to be used for fabrication of
runners and as information for customer.
1.3
1.3
Referanser
References
Dokumentet oppfyller, for alle relevante detaljer,
følgende standarder:
The document complies for all relevant details,
with the following standards:
ASME V
ASME V
ASME IX
NS-EN 287-1
NS-EN 288-3
ASME Boiler and Pressure
Vessel Code, Section V:
"Non Destructive Examination".
ASME Boiler and Pressure
Vessel Code, Section IX:
"Qualification Standard for
Welding and Brazing
Procedures, Welders, Brazers,
and Welding and Brazing
Operators".
Godkjenning av Sveisere.
Smeltesveising, Del 1: ”Stål”
Spesifisering og Godkjenning av
Sveiseprosedyrer for Metalliske
Materialer, Del 3:
”Sveiseprosedyreprøving for
Buesveising av Stål.”
ASME IX
NS-EN 287-1
NS-EN 288-3
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\871205.doc
ASME Boiler and Pressure
Vessel Code, Section V:
"Non Destructive Examination".
ASME Boiler and Pressure
Vessel Code, Section IX:
"Qualification Standard for
Welding and Brazing
Procedures, Welders, Brazers,
and Welding and Brazing
Operators".
Approved Testing of Welders.
Fusion Welding, Part 1: "Steels".
Specification and Approval of
Welding Procedures for Metallic
Materials, Part 3:
"Welding Procedure Tests for
the Arc Welding of Steels."
g
GE Hydro
Dokumenttype/Document
Procedure
Nr./No.
SVEISTE LØPEHJUL/
FABRICATED RUNNERS
871205
SVEISING OG NDT/
WELDING AND NDT
NS-EN 473
EN473/
NORDTEST
CCH 70-3.
STANDARD
31101
1.4
Francis- and Pump Turbine
Fabricated Runner Requirements
Forkortelser og definisjoner
CCH 70-3.
1.4
Qualification and Certification of
NDT Personnel,
General Principles.
Nordtest Doc Gen 010, Fourth
Edition, Approved 2001-06:
"Scheme for Examination and
Certification of Non Destructive
Testing Personnel".
Cahier Des Charges,
Specification for Inspection of
Steel Castings for Hydraulic
Machines, edition 3, June 1997.
STANDARD
31101
Francis- and Pump Turbine
Fabricated Runner Requirements
Abbreviations and definitions
Sveiseprosedyrespesifikasjon
Ikke - destruktiv kontroll
Visuell kontroll
Penetrantprøving
Radiografisk prøving
Ultralydprøving
Pulverbuesveising
Sveising med dekkede elektroder
Rørtrådsveising
TIG – sveising
MIG - sveising
Maksimal skovltykkelse.
Skovltykkelse i tynnet del av skovl,
(variabel parameter), se Fig.A
- WPS :
- NDT :
- VI :
- PT :
- RT :
- UT :
- SAW:
- SMAW :
- FCAW :
- GTAW :
- GMAW :
-T:
-t:
- t2 :
Skovltykkelse ved avløp, se
Fig. A.
Innløpsdiameter for løpehjul, ved
krysningspunktet mellom skovl og
ring, se fig. A.
Avløpsdiameter for løpehjul, ved
krysningspunktet mellom skovl og
ring, se fig. A.
- t2 :
- D22 :
14
2003-03-08
- WPS :
- NDT :
- VI :
- PT :
- RT :
- UT :
- SAW:
- SMAW :
- FCAW :
- GTAW :
- GMAW :
-T:
-t:
- D12 :
av/of
3
Sign. dato/Date
Qualification and Certification of NS-EN 473
NDT Personnel,
General Principles.
EN473/
NORDTEST
Nordtest Doc Gen 010, Fourth
Edition, Approved 2001-06:
"Scheme for Examination and
Certification of Non Destructive
Testing Personnel".
Cahier Des Charges,
Specification for Inspection of
Steel Castings for Hydraulic
Machines, edition 3, June 1997.
Side/Page
- D12 :
- D22 :
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\871205.doc
Welding Procedure Specification
Non - Destructive Testing
Visual Inspection
Dye Penetrant Testing
Radiographic Examination
Ultrasonic Examination
Submerged Arc Welding
Shielded Metal Arc Welding
Fluxed Cored Arc Welding
Gas Tungsten Arc Welding
Gas Metal Arc Welding
Max. runner blade thickness
Runner blade thickness in thinned
part of blade (variable parameter),
see Fig.A
Runner blade thickness at outlet, see
Fig. A
Runner inlet diameter at blade-toband intersection, see Fig. A
Runner outlet diameter at blade-toband intersection, see Fig. A
g
GE Hydro
Dokumenttype/Document
Procedure
Nr./No.
SVEISTE LØPEHJUL/
FABRICATED RUNNERS
871205
SVEISING OG NDT/
WELDING AND NDT
Side/Page
av/of
4
14
Sign. dato/Date
2003-03-08
Profilsnitt av
skovl/ Profile
section of
blade
Boss/
Crown
Ring/
Band
Avløpskant, skovl/
Outlet edge, blade
Fig. A :
1.5
Sveist løpehjul (skissen viser et mellomtrykks løpehjul)/
Fabricated runner (the sketch shows a medium head runner)
Ansvar
- Det er konstruktørens ansvar at spesifikasjonen
gjenspeiles i aktuelle tegninger og tabeller.
- NDT-personell og sveise/slipe- operatører er
ansvarlige for å utføre arbeidet i henhold til
denne spesifikasjonen.
- CoE er ansvarlige for å revidere dette
dokumentet.
1.5
Responsibility
- It is the responsibility of the engineer to make
sure that all relevant drawings and tables are
corresponding to this specification.
- NDT-, welding- and grinding personnel are
responisble for perfoming the work according
to this specification.
- CoE is responsible for revision of this
document.
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\871205.doc
g
GE Hydro
Dokumenttype/Document
Procedure
Nr./No.
SVEISTE LØPEHJUL/
FABRICATED RUNNERS
871205
SVEISING OG NDT/
WELDING AND NDT
Side/Page
av/of
5
14
Sign. dato/Date
2003-03-08
2.0 PERSONELL
2.0 PERSONNEL
2.1 Sveisere og sveiseoperatører
2.1 Welders and welding operators
Sveisere og sveiseoperatører skal være godkjent i
henhold til NS-EN 287 eller andre ekvivalente
standarder.
Welders and welding operators shall be qualified
according to NS-EN 287 or other equivalent
standards.
2.2 NDT - operatører
2.2 NDT - operators
NDT - operatører skal generelt være godkjent i
henhold til EN 473/NORDTEST - Level 2 eller
andre ekvivalente standarder (EN 473
/NORDTEST er ekvivalent til ASNT -TC-1A).
For radiografisk prøving gjelder dette for
personell som tolker filmer.
NDT - operators shall generally be qualified
according to EN 473/NORDTEST - Level 2 or
other equivalent standards (EN 473 /NORDTEST
is equivalent to ASNT -TC-1A). For radiographic
testing this applies to personnel responsible for
film interpretation.
Ansvarlig person for all NDT skal være godkjent
i henhold til EN 473/NORDTEST - Level 3 eller
andre ekvivalente standarder.
Responsible person for all NDT shall be qualified
according to EN 473/NORDTEST - Level 3 or
other equivalent standards.
3.0 SVEISEFUGER
3.0 WELDING GROOVES
Skovlene skal ha maskinerte eller slipte fuger.
Fugenesen bør utformes slik at senter av ferdig
sveis blir liggende i skovlens senter.
The blades shall have machined or ground
grooves. The groove landing should be shaped so
that the centre of the finished weld is positioned
in the centre of the blade.
Fugevinkelen skal tilpasses skovlens vinkel mot
boss/ring.
The groove angle shall be adjusted to the angle
between the blade and crown/band.
4.0 SVEISING
4.0 WELDING
4.1 Generelt
4.1 General
Sveising skal utføres av kvalifiserte sveisere og i
henhold til godkjent WPS. Dette gjelder også
heftsveiser, midlertidig påsveiste detaljer og
løfteører. WPS skal kvalifiseres i henhold til NSEN 288 eller ASME IX.
Welding shall be carried out by qualified welders
according to approved WPS. This apply to tack
welds, temporary attachments and lifting lugs as
well. WPS shall be qualified according to NS-EN
288 or ASME IX.
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\871205.doc
g
GE Hydro
Dokumenttype/Document
Procedure
Nr./No.
SVEISTE LØPEHJUL/
FABRICATED RUNNERS
871205
SVEISING OG NDT/
WELDING AND NDT
Side/Page
av/of
6
14
Sign. dato/Date
2003-03-08
Registrering av sveisere og sveiseoperatører skal
utføres.
Recording of welders and welding operators shall
be carried out.
4.2 Sveisemetoder og tilsettmaterialer
4.2 Welding methods and consumables
SMAW, FCAW, GMAW, GTAW og SAW er
betraktet som likeverdige metoder og kan brukes
om hverandre avhengig av tilkomst etc. GTAW
skal fortrinnsvis benyttes til små
sveisereparasjoner.
SMAW, FCAW, GMAW, GTAW and SAW are
regarded as equal methods and can be used
alternatively dependent on access etc. GTAW
shall preferably be used for small weld repairs.
Følgende typer tilsettmaterialer kan benyttes :
The following types of consumables can be
used :
-
Artslike tilsettmaterialer (Dvs.
tilsettmaterialer som gir et avsett med
tilsvarende mikrostruktur og mekaniske
egenskaper som grunnmaterialet)
-
Matching consumables (I.e. consumables
giving a deposit with comparable
microstructure and mechanical properties
as the base material)
-
Austenittiske tilsettmaterialer
-
Austenitic consumables
Hvilke type tilsettmateriale som skal benyttes
avhenger av type løpehjul og skal være iht.
interne retningslinjer (se Standard 31101) eller
iht. krav i kontrakt.
Which type of consumable to be used depend on
the type of runner and shall be according to
internal guide - lines (see Standard 31101) or
according to contractual requirements.
4.3 Heftsveiser
4.3 Tack welds
Heftsveiser (tosidige sveiser) kan inngå i den
ferdige sveisen forutsatt at de er av samme
størrelse som rotstrengen, sveist iht. WPS for
produksjonsveis og at endene slipes jevne.
Tack welds (double sided welds) can be included
in the production weld provided they are of the
same size as the root pass, welded according to
WPS for production weld and their ends are
ground and feathered.
Heftsveiser skal kontrolleres med 100 % PT og
akseptkriteriet skal være i henhold til CCH 70-3,
klasse 3.
Tack welds shall be inspected by 100 % PT and
the acceptance criteria shall be according to CCH
70-3, class 3.
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\871205.doc
g
GE Hydro
Dokumenttype/Document
Procedure
Nr./No.
SVEISTE LØPEHJUL/
FABRICATED RUNNERS
871205
SVEISING OG NDT/
WELDING AND NDT
Side/Page
av/of
7
14
Sign. dato/Date
2003-03-08
4.4 Midlertidig påsveiste detaljer og løfteører
4.4 Temporary attachments and lifting lugs
Midlertidige påsveiste detaljer og løfteører skal
være av samme type materiale som det de sveises
til. Dog tillates austenittiske rustfritt stål hvis
belastningen tillater det.
Temporary attachments and lifting lugs shall be
of the same type of material as that to which they
are attached. However, austenitic stainless steel
can be used if the loading is acceptable.
Både austenittiske- og artslike tilsettmaterialer
tillates brukt. For sveiser som skal belastes før
spenningsgløding, f.eks. løfteører, tillates derimot
bare austenittiske tilsettmaterialer.
Both austenitic- and matching consumables are
allowed. However, for welds to be loaded prior to
stress relieving, e.g. lifting lugs, only austenitic
consumables are allowed.
Midlertidige påsveiste detaljer skal fjernes helt og
sveiseområdet skal slipes rent og kontrolleres
med 100 % PT. Akseptkriteriet skal være i
henhold til CCH 70-3, klasse 3.
Temporary attachment shall be completely
removed by grinding and the rectified area shall
be inspected by 100 % PT. The acceptance
criteria shall be according to CCH 70-3, class 3.
4.5 Forvarming og mellomstrengstemperatur
4.5 Preheating and interpass temperature
Forvarming og mellomstrengstemperatur skal
være som spesifisert i WPS
Preheating and interpass temperature shall be as
specified in WPS.
4.6 Produksjonssveising og rengjøring
4.6 Fabrication welding and cleaning
Rotåpningen skal være 0 - 3 mm. Fugeflater
rengjøres godt før sveising.
The root gap shall be 0 - 3 mm. Weld bevels shall
be properly cleaned prior to welding.
Bunnstrengen skal legges fra den siden med
vanskeligst tilkomst.
The root pass shall be welded from the side with
most difficult access.
For sveiser med full gjennomsveis (klasse I, II og
III) skal rotfuring av bunnstreng med påfølgende
sliping utføres. Sliping kan erstattes med
blåserensing (ikke-metallisk type) ved vanskelig
tilkomst. Området kontrolleres med 100 % PT før
sveising fra motsatt side.
For full penetration welds (class I, II and III),
back gouging of root pass with subsequent
grinding is required. Grinding can be substituted
with blast cleaning (non-metallic abrasive) if
difficult access. The area to be inspected by 100
% PT prior to welding from the opposite side
For sveiser med delvis gjennomsveis (klasse IV
og V) skal rotområdet sjekkes og rengjøres før
sveising fra motsatt side.
For partial penetration welds (class IV and V) the
root area shall be checked and cleaned prior to
welding from opposite side.
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\871205.doc
g
GE Hydro
Dokumenttype/Document
Procedure
Nr./No.
SVEISTE LØPEHJUL/
FABRICATED RUNNERS
871205
SVEISING OG NDT/
WELDING AND NDT
Side/Page
av/of
8
14
Sign. dato/Date
2003-03-08
Sveisingen skal organiseres slik at det blir minst
mulig deformasjoner. Dersom det er praktisk skal
det sveises vekselvis :
The welding shall be organised in a way to
minimise deformations. If possible, the welding
shall be carried out alternately :
-
-
-
på skovler diametralt ovenfor
hverandre
mot boss og ring
på skovlenes trykk- og sugeside
-
on blades diametrically opposite each
other
against crown and band
on the blades pressure- and suction
side
Tennsår utenfor fugen er ikke tillatt og skal
fjernes og kontrolleres som for midlertidige
påsveiste detaljer.
Arc strikes outside the welding groove are not
allowed and they shall be removed and inspected
as for temporary attachments.
Etter sveising skal sveisen og området rundt
rengjøres for all sprut, slagg, fluks og andre
urenheter.
After welding, the weld and the adjacent area
shall be cleaned free from all spatters, slag, flux
and other impurities.
4.7 Sveisereparasjoner
4.7 Weld repairs
Før spenningsgløding skal det benyttes
tilsettmateriale som angitt i WPS for
produksjonssveising. Sår i skovlenes overflate
oppstått før speningsgløding skal imidlertid alltid
sveises med artslikt tilsettmateriale
Consumables as specified in WPS for fabrication
welding shall be used prior to stress relieving.
Any damages on blade surfaces occurred prior to
stress relieving, shall in any case be welded with
matching consumables
Sveisereparasjoner etter spenningsgløding skal
forelegges prosjektet for godkjenning. Dog ved
mindre overflate reparasjoner i sveiseavsettet der
det opprinnelige tilsettsmaterialet er av
austenittisk art, behøver man ikke godkjenning av
prosjektet.
Weld repairs after stress relieving shall be
submitted to the project for approval. However if
minor surface defects are detected in the weld
area and the ordinary weld material is austenitic,
is there no need for project approval.
Normalt kan mindre reparasjoner utføres med
austenittiske tilsettmaterialer. Denne type
reparasjoner skal fortrinnsvis utføres med GTAW
for å redusere nødvendig opptak og sveisevolum.
Normally, minor repairs can be carried out by
austenitic consumables. GTAW shall preferably
be used for this type of repairs in order to
minimise the required excavation and volume of
weld.
Ved større reparasjoner etter spenningsgløding
skal ny spenningsgløding vurderes.
For major repairs after stress relieving a new
stress relieving shall be considered
5.0 NDT
5.0 NDT
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\871205.doc
g
GE Hydro
Dokumenttype/Document
Procedure
Nr./No.
SVEISTE LØPEHJUL/
FABRICATED RUNNERS
871205
SVEISING OG NDT/
WELDING AND NDT
Side/Page
av/of
9
14
Sign. dato/Date
2003-03-08
5.1 Kontrollomfang
5.1 Extent of inspection
VI : 100 %
VI : 100 %
PT : 100 %
PT : 100 %
PT skal utføres som følger :
etter behov under oppsveising (intern
kontroll).
alle sveiser før spenningsgløding(intern
kontroll).
alle sveiser etter spenningsgløding.
PT shall be carried out as follows :
as required during welding (internal
control).
all welds prior to stress relieving (internal
control).
all welds after stress relieving.
UT : 100 % (Bortsett fra når klasse V er
spesifisert)
UT : 100 % (Except when class V is specified)
Følgende regler skal gjelde :
The following rules shall apply :
-
-
-
kontrollen skal uføres både før (intern
kontroll) og etter spenningsgløding
kontrollomfanget kan reduseres pga.
tilkomst og/eller materialtykkelse. Dette
vurderes i hvert enkelt tilfelle.
-
the inspection shall be carried out both prior
(internal control) and after stress relieving.
the extent of inspection can be reduced due
to access and/or material thickness. This
will be assessed in each case.
RT : 100% (kun av buttskjøt B1/B2 og hvis
klasse I er spesifisert).
RT utføres som følger:
kontrollen skal uføres både før og etter
spenningsgløding
RT : 100 % (for buttweld B1/B2 if acceptance
class I is specified only)
RT shall be carried out as follows:
the inspection shall be carried out both prior
(internal control) and after stress relieving.
5.2 Prosedyrer
5.2 Procedures
VI : Prosedyre 870320 "Visuell kontroll av
sveiste konstruksjoner"
VI : Procedure 870320 "Visual inspection of
welded structures"
PT : Prosedyre 870354
“Penetrantprøving”
PT : Procedure 870354 “Penetrant testing”
UT : Prosedyre 870348 “Ultralydprøving av
Sveiste Francis løpehjul”
UT : Procedure 870348 “Ultrasonic testing of
Welded Francis Runners”
RT : Prosedyre 870300 “Radiografiskprøving,
generelt”
RT : Procedure 870300 ”Radiographic testing,
general”
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\871205.doc
g
GE Hydro
Dokumenttype/Document
Procedure
Nr./No.
SVEISTE LØPEHJUL/
FABRICATED RUNNERS
871205
SVEISING OG NDT/
WELDING AND NDT
Side/Page
av/of
10
14
Sign. dato/Date
2003-03-08
Rapportering:
Prosedyre 871417 “Sveising og NDT,
Rapportering”
Reporting:
Procedure 871417 “Welding and NDT,
Reporting”
5.3 Akseptkriterier
5.3 Acceptance criteria
5.3.1 Geometri av sveis
5.3.1 Weld geometry
Hulkilradius
Fillet radius
Hulkilradius er gitt på tegning. Toleransen skal
være + 15/- 15 %.
Fillet radius is specified on the drawing. The
tolerance shall be + 15/- 15 %.
Der skovlen på den tynnede delen har en vinkel
mindre enn 90 ° mot boss/ring kan hulkilradiusen
reduseres.
Where the angle between the blade on the thinned
part and crown/band is less than 90 °, the fillet
radius can be decreased.
Hulkilradiusen reduseres jevnt mot avløp til
minste tillatte hulkilradius som er R ≅ 0,6 * t,
min. 5 mm.
The fillet radius shall be gradually decreased
towards the outlet to the minimum allowable
radius which is R ≅ 0,6 * t, min. 5 mm
Undersliping
Grinding below nominal surface
Følgende krav til undersliping av skovler skal
gjelde :
Innløp : Maks. 2,5 % av T.
Avløp : Maks. 5 % av t respektive t2
The following requirements for grinding below
the nominal surface of blades shall apply :
Inlet : Max. 2,5 % of T
Outlet : Max. 5 % of t respectively t2
For boss og ring skal følgende gjelde:
Maks. 2,5 % av T
For crown and band the following shall apply:
Max. 2,5 % of T
Undersliping av skovler bør unngås. Det må også
ved eventuell undersliping tas hensyn til
bølgethet langs sveisen.
Grinding below the nominal surface for blades
should be avoided. For a possible grinding below
the nominal surface, the waviness along the weld
shall be taken into account.
5.3.2 Akseptklasser
5.3.2 Acceptance classes
Følgende fem akseptklasser er definert, i henhold
til Standard 31101:
The following five acceptance classes are
defined, according to Standard 31101:
Acceptance
class
I
VI
Standard 30103
UT 4)
PT
CCH 70-3,
Se beskrivelse
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\871205.doc
RT
Se beskrivelse
g
GE Hydro
Dokumenttype/Document
Procedure
Nr./No.
SVEISTE LØPEHJUL/
FABRICATED RUNNERS
871205
SVEISING OG NDT/
WELDING AND NDT
II
av/of
11
14
Sign. dato/Date
2003-03-08
Klasse A
Klasse 1
nedenfor
nedenfor
Standard 30103
Class A
Standard 30103
Klasse A. Dog
tillates lineære,
enkeltstående feil 1),
med maks.
dimensjon 1,0 * 2,0
mm 2)
CCH 70-3, Class 1
See definition below
See definition below
CCH 70-3,
Klasse 2
ASME VIII, Div. 1,
App. 12
ASME VIII, Div. 1,
Para. UW-51 (hvis
krav om RT)
CCH 70-3, Class 2
ASME VIII, Div. 1,
App. 12
ASME VIII, Div. 1,
Para. UW-51 (if
required)
CCH 70-3, Klasse 2
Pros. 870361,
Klasse 1
Pros. 870361, Klasse
1 (Hvis krav om RT)
CCH 70-3, Class 2
Proc. 870361,
Class 1
Pros. 870361,
Klasse 1. Dog tillates
feil med plassering
og størrelse som
beskrevet nedenfor
Proc. 870361,
Class 1 (if required)
Ikke aktuelt
Standard 30103,
Class A. However,
single, linear defects
1)
of max. size 1,0 x
2,0 mm 2) are
acceptable
III
------- " -------
IV
Side/Page
Standard 30103,
Klasse A. Dog
tillates lineære,
enkeltstående feil 1),
med maks.
dimensjon 1,5 * 3,0
mm 2)
CCH 70-3, Klasse 3
Standard 30103,
Class A. However,
single, linear defects
1)
of max. size 1,5 x
3,0 mm 2) are
acceptable
CCH 70-3, Class 3
Proc. 870361, Class
1. However, defects
with location and
size as defined below
are acceptable
Not applicable
CCH 70-3, Klasse 3
Ikke aktuelt 3)
Ikke aktuelt
CCH 70-3, Class 3
Not applicable 3)
Not applicable
V
------- " -------
Fig. D :
Tabell for NDT- akseptklasser /
Table for NDT acceptance classes
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\871205.doc
g
GE Hydro
Dokumenttype/Document
Procedure
Nr./No.
SVEISTE LØPEHJUL/
FABRICATED RUNNERS
871205
SVEISING OG NDT/
WELDING AND NDT
Side/Page
av/of
12
14
Sign. dato/Date
2003-03-08
4) UT kan sløyfes eller begrenses på grunnlag av
tilkomst og/eller tykkelse.
Notes for Table D:
1) Undercuts are not acceptable.
2) Depth x length.
3) Welding requirements as for acceptance class
IV.
4) UT may be omitted or limited based on access
and/or section thickness.
Definisjoner og kommentarer til Tabell D:
Definitions and comments to Table D:
Akseptklasse I for UT
Indikasjoner som overskrider 20 % av
referansekurven skal undersøkes mht. form,
indentitet og beliggenhet og evalueres iht.
følgende akseptkriterier :
• Indikasjoner karakterisert som sprekker,
bindefeil eller rotfeil er uakseptable uansett
lengde.
• Andre indikasjoner som overskrider 60 % av
referansekurven er uakseptable uansett
lengde. Indikasjoner i denne gruppen med
ekkohøyde som overskrider 40 % av
referansekurven kan aksepteres hvis lengden
er maks. 5 mm.
• Ved tvilstilfeller ved bedømmelse av UT skal
akseptkriteriene for RT gjelde.
Acceptance class I for UT
Indications exceeding 20 % of the reference curve
shall be investigated with respect to shape,
identity and location and evaluated according to
the following acceptance criteria :
• Indications characterized as cracks, lack of
fusion or incomplete penetration are
unacceptable regardless of length.
• Other indications exceeding 60 % of the
reference curve are unacceptable regardless of
length. Indications within this group which
produce a response exceeding 40 % of the
reference curve can be accepted if the length
is max. 5 mm.
• If any doubt in the interpretation of the UT
response, the acceptance criteria for RT shall
apply.
Akseptklasse I for RT
Akseptkriteriene skal være som følger :
• Lineære feil (lengde/bredde forhold større
eller lik 3) er ikke akseptable.
• Runde feil (lengde/bredde forhold mindre enn
3) med hoveddimensjon større enn 1,0 mm er
ikke akseptable.
• Konsentrasjoner av runde feil eller runde feil
på linje med maks. størrelse mindere enn
akseptkriteriet ovenfor er generelt ikke
akseptable. Aksept kan gis etter egen
vurdering.
Acceptance class I for RT
The acceptance criteria shall be as follows:
• Linear defects (length/width - ratio greater or
equal than 3) are not acceptable.
• Rounded defects (length/width - ratio less
than 3) with a main dimension greater than
1,0 mm are not acceptable.
• Concentration of rounded defects or aligned
rounded defects with a max. dimension less
than the acceptance criteria above are
generally not acceptable. Acceptance can be
given after a separate assessment.
Anmerkninger til Tabell D:
1) Kantsår er ikke tillatt.
2) Dybde x lengde.
3) Krav til sveis som for klasse IV.
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\871205.doc
g
GE Hydro
Dokumenttype/Document
Procedure
Nr./No.
SVEISTE LØPEHJUL/
FABRICATED RUNNERS
871205
SVEISING OG NDT/
WELDING AND NDT
Side/Page
av/of
13
14
Sign. dato/Date
2003-03-08
Akseptklasse II og III for UT
Akseptkriterier for UT er sammenlignbare for
klasse II og klasse III. Klasse III er strengere i
området nær overflaten (T/3, t/3 fra hver
overflate)og litt mer liberal i midten av sveisen
sammenlignet med klasse II.
Acceptance class II and III for UT
The acceptance criteria for class II and class III
are comparable. Class III is more stringent in the
area adjacent to the surface (T/3, t/3 from each
surface) and slightly more liberal in the midsection of the weld compared to class II.
Akseptklasse IV for UT
Iht. prosedyre 870361, klasse 1. Dog tillates feil
med ubegrenset lengde i miderste tredjedel (T/3,
t/3) av sveisen med maks. bredde på 7,0 mm eller
T/3, t/3 avhengig hva som er minst.
Acceptance class IV for UT
According to procedure 870361, Class 1, except
that defects located in the mid third (T/3, t/3) of
the weld with max. depth of 7,0 mm or T/3, t/3,
whichever is lesser, are acceptable regardless of
length.
5.3.3 Retningslinjer
5.3.3 Guide - lines
Hvis ikke annet er spesifisert i kontrakt, skal
akseptklassene for NDT velges i.h.h.t kravene i
Standard 31101. Disse er basert på
bruddmekaniske vurderinger og erfaringer.
Klassene skal angis på sveisetegning av ingeniør.
If not otherwise specified in contract, the
acceptance classes for NDT shall be chosen
according to the requirements in Standard 31101.
These are based on fracture mechanics
assessments and experiences. The classes are to
be stated on the welding drawing by the engineer.
5.4 Rapportering og kontrollklasser
5.4 Reporting and inspection classes
Prosedyre 871417 “Sveis og NDT, Rapportering”
dekker følgende:
• Rekvirering og rapportering av NDT
• Registrering av sveisere og WPS på ordre
• Kontrollklasser som som skal angis på
tegning for hver enkelt sveis
Procedure 871417 “Welding and NDT,
Reporting” covers the following:
• Requisition and reporting of NDT
• Registration of welders and WPS on order
• Inspection classes to be specified on the
drawing for each weld.
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\871205.doc
g
GE Hydro
Dokumenttype/Document
Procedure
Nr./No.
SVEISTE LØPEHJUL/
FABRICATED RUNNERS
871205
SVEISING OG NDT/
WELDING AND NDT
Side/Page
av/of
14
14
Sign. dato/Date
2003-03-08
6 ENDRINGER
Prosedyren endret nummer fra A015-1 rev. B til
871205 rev. 0.
Fjernet kapittel 1.6 i rev A
Flyttet alle referanser til 1.3 i rev. A
Rev.B:
Lagt til materiale CrNi 18-8 i kap. 1.1
Endret fra” Third to Fourht edition” i kap 1.3
Lagt til tekst:Buttskjøt B1/B2 i kap. 5.1
Rettet opp 870353 til 870354 i kap.5.2
Endret fra 870362 til 30103 i kap. 5.3.2
Endret tekst etter gløding i kap. 4.7
6 CHANGES
Procedure number changed from A015-1 rev. B
to 871205 rev. 0
Deleted section 1.6 in rev. A
Moved all references to 1.3 in rev. A
Rev.B
Added to material CrNi 18-8 in sec.1.1
Changed from Third to Fourth edition in sec.1.3
Added to text:Buttweld B1/B2 in sec.5.1
Changed from 870353 to 870354 in sec.5.2
Changed from 870362 to 30103 in sec. 5.3.2
Changed text after stress relieving sect. 4.7
7
7
VEDLEGG
Ingen
ENCLOSURE
Non
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\871205.doc
Doc. no. 14110 Enclosure C
Dokumenttype/Document
PROSEDYRE/PROCEDURE
Nr./No.
BEHANDLING AV TILSETTMATERIALER
871 349
(Erstatter 01.10.I.004 og 006)
HANDLING OF WELDING CONSUMABLES
Side/Page
av/of
1
8
Sign. dato/Date
04.10.96
aUtført av/Written by
Godkjent av/Approved by
Rev.
Tom Fjeld / Hans Julsgaard
Knut Bratsberg
0
INNHOLD
CONTENT
1.
2.
3.
4.
1.
2.
3.
4.
HENSIKT
DEFINISJONER
ANSVAR
BESKRIVELSE
PURPOSE
DEFINITIONS
RESPONSIBILITY
DESCRIPTION
4.1 Behandling
4.1 Handling
4.1.1 Elektroder
4.1.2 Rørtråd
4.1.3 Massiv tråd, MIG
4.1.4 Massiv tråd, SAW
4.1.5 Pulver
4.1.1 Electrodes
4.1.2 Flux cored wire
4.1.3 Solid wire, MIG
4.1.4 Solid wire, SAW
4.1.5 Flux
4.2
4.2
Identifikasjon
Identification
4.2.1 Generelt
4.2.2 Elektroder
4.2.3 Rørtråd
4.2.4 Massiv tråd, MIG
4.2.5 Massiv tråd, SAW
4.2.1 General
4.2.2 Electrodes
4.2.3 Flux cored wire
4.2.4 Solid wire, MIG
4.2.5 Solid wire, SAW
5.
REFERANSER
5.
REFERENCES
6.
VEDLEGG
6.
ENCLOSURES
1.
HENSIKT
1.
PURPOSE
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\871349 welding consumables.doc
Dokumenttype/Document
PROSEDYRE/PROCEDURE
Nr./No.
BEHANDLING AV TILSETTMATERIALER
871 349
(Erstatter 01.10.I.004 og 006)
HANDLING OF WELDING CONSUMABLES
Side/Page
av/of
2
8
Sign. dato/Date
04.10.96
Hensikten med denne prosedyren er
å sikre at tilsettmaterialer og pulver
blir behandlet og lagret på forskriftsmessig måte for å sikre god kvalitet
på sveisearbeidet.
The purpose of this prosedure is to ensure
that welding consumables and flux are handled
and stored correctly to ensure good welding
quality.
Denne prosedyren omfatter alle
elektroder, tråd og fluxpulver som
blir benyttet under Kværner Energy,
Sørumsand`s produksjonsområde.
This procedure covers all electrodes,
wire and flux for use in Kværner Energy,
Sørumsand`s production area.
2.
DEFINISJONER
2.
DEFINITIONS
3.
ANSVAR
3.
RESPONSIBILITY
Arbeidsleder har ansvar for å
informere sveiseren/operatøren
om de til enhver tid gjeldende
prosedyrer/rutiner.
Arbeidsleder er også ansvarlig for
at elektroder blir tørket/varmebehandlet
før bruk i.h.t. denne prosedyren.
Hver enkelt sveiser/operatør er
ansvarlig for å gjøre seg kjent med
rutinene og å følge disse.
Personalet i verktøybur i plateverksted
er ansvarlig for at kun merket tilsettmateriale blir lagret og utlevert for
sveising. Arb.leder i plateverkstedet og
den enkelte sveiser er ansvarlig for at
riktig tilsettmateriale benyttes.
The foreman in the fabrication workshop
is responsible for informing the welders/
welding operators about this procedure.
The forman is also responsible for heat treating
the electrodes before use according to
this procedure.
Each welder/welding operator is responsible
for knowing the actual routines and to follow them.
The tool store staff in the fabrication workshop
is responsible for that only clearly marked
consumables are stored and delivered for
welding.
The forman and each individual welder are
responsible for using the right cunsumables.
4.
4.
BESKRIVELSE
DESCRIPTION
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\871349 welding consumables.doc
Dokumenttype/Document
PROSEDYRE/PROCEDURE
BEHANDLING AV TILSETTMATERIALER
HANDLING OF WELDING CONSUMABLES
Nr./No.
871 349
(Erstatter 01.10.I.004 og 006)
Side/Page
av/of
3
8
Sign. dato/Date
04.10.96
Alle tilsettmaterialer, inkl. pulver
incl. flux, shall be
skal behandles forsvarlig og beskyttes
mot fuktighet, fett, olje og andre
urenheter.
Tilsettmaterialene lagres i eget rom i
plateverkstedet ved min. 20°C og
relativ fuktighet max. 40%.
Tilsettmaterialer og pulver som ikke
kan identifiseres, eller som er
beskadiget ved fuktighet, fett, olje
eller andre skadelige urenheter,
skal ikke brukes.
NB! Fuktige elektroder må ikke blandes
sammen med tørkede elektroder i skap
eller bokser.
4.1
Behandling
All welding consumables,
handled carefully and protected against dampness,
grease, oil and other impurities.
The welding consumables are stored in a separate
room in the plateshop, where the temperature is
min. 20°C, and the relativ humidity is max. 40%.
Welding consumables and flux which are
unidentificable or damaged by humidity, grease,
oil or other detrimental impurities, shall not be
used.
NOTE! Damp electrodes must not be mixed
with dried ones i cabinet or boxes.
4.1 Handling
4.1.1 Elektroder
4.1.1 Electrodes
Ulegerte og lavlegerte elektroder
med basiskt dekke.
Unalloyed and low alloyed electrodes,
basic coated.
Elektrodene tørkes før bruk ved
300-350°C i 2-4 timer.
Overføres deretter til oppbevaringsskap
med temperatur 100-150°C. På
arbeidsplassen skal elektrodene oppbevares i elektrodebokser ved min 70°C.
Ved arbeidstidens slutt skal gjenværende
elektroder overføres fra elektrodeboks
til oppbevaringsskap.
Avvik fra dette medfører at elektrodene
må omtørkes ved 300-350°C før bruk.
Denne rutine er vist i vedlegg nr.1.
Before use the elektrodes must be dried
at 300-350°C for 2-4 hours.
After drying, the electrodes shall be
transferred to holding ovens at 100-150°C.
On site, the electrodes shall be kept in
electrode ovens at a temperature of min. 70°C.
At the end of working hours, remaining
electrodes shall be transferred from the
electrodeboxes into holding ovens.
Deviation from this routine involves a
redrying at a temperature of 300-350°C
before use. This procedure is shown in encl. no. 1.
Elektroder i vakuumforpakning.
Electrodes in vacuum package.
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\871349 welding consumables.doc
Dokumenttype/Document
PROSEDYRE/PROCEDURE
BEHANDLING AV TILSETTMATERIALER
HANDLING OF WELDING CONSUMABLES
Nr./No.
871 349
(Erstatter 01.10.I.004 og 006)
Side/Page
av/of
4
8
Sign. dato/Date
04.10.96
Elektrodene kan benyttes direkte fra
directly from the
pakningen, forutsatt at de er beskyttet
mot fuktighet som regn, e.l.
Når pakningen åpnes skal den merkes
med dato, klokkeslett og sveiserens
identifikasjon. Etter åpning av forpakning
kan elektrodene oppbevares max.
8-9 timer uten noen form for varmebeh.
Ubrukte elektroder skal tørkes ved
325-375°C i 2 timer.
Electrodes may be used
package, providing they are protected
against humidity as rain or similar.
The package shall be marked with the
date, opening time and the actual welders
identification.
The electrodes can be out of the packag
for max. 8-9 hours after opening of the
package. Unused electrodes shall be redried
at 325-375°C for 2 hours.
Ulegerte elektroder med surt
eller rutilt dekke.
Unalloyed electrodes with acidic
or rutile coating.
Elektrodene oppbevares i emballasjen
på arb.plassen ved utførelse av jobb.
The electrodes are stored in the packing
on site while performing the spesific job.
Rustbestandige elektroder.
Stainless steel electrodes.
Høy nikkel-legerte elektroder
og sveising av herdbare stål.
High nickel-alloyed electrodes
and welding of hardenable steel.
Ved sveising av herdbare stål (f.eks.:
13Cr-stål, 16Cr/5Ni-stål, 5-9% Ni-stål)
og ved bruk av høy-nikkel elektr. skal
elektr. tørkes før bruk ved 200-250°C
i 2 timer. Deretter skal de overføres til
oppbev.skap med temp. 100-120°C.
På arb.plassen skal elektrodene oppbevares i elektr. ved ca. 70°C.
Ved arb.tidens slutt kan gjenværende
elektroder overføres fra elektrodeboks
til oppbev.skap. Avvik fra denne rutine
krever omtørking ved 200-250°C.
Rutinen er vist i vedlegg nr. 2.
By welding of hardenable steel (e.g. 13Cr-steel
16Cr/5Ni-steel, 5-9% Ni-steel) the electrode
shall be dried at 200-250°C for 2 hours.
Then they are transferred to holding ovens
at 100-120°C. On site the electrodes shall be
stored in electrodeboxes keeping appr. 70°C.
at the end of working hours, the remaining
electrodes shall be transferred from the
electrodeboxes into holding ovens.
Deviations from this routine involves a redrying
at a temperature of 200-250°C before use.
This routine is shown in enclosure no.2.
Ikke herdbare stål.
Non hardenable steel.
Ved sveising av ikke herdbare stål,
By welding of non hardenable steel
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\871349 welding consumables.doc
Dokumenttype/Document
PROSEDYRE/PROCEDURE
BEHANDLING AV TILSETTMATERIALER
HANDLING OF WELDING CONSUMABLES
Nr./No.
871 349
(Erstatter 01.10.I.004 og 006)
Side/Page
av/of
5
8
Sign. dato/Date
(f.eks.: Austenittiske 18Cr8Ni-stål
or
eller ulegerte stål til austenittiske stål)
forlanges normalt ikke tørking av
elektrodene.
Elektrodene skal oppbevares i original
forpakning på arbeidsplassen.
04.10.96
(e.g. Austenitic 18Cr8Ni-steel
unalloyed steel to austenitic-stainless steel)
no drying of electrodes is normally required.
On site the electrodes shall be kept in
their original packing.
Elektrodene kan også lagres i
oppbevaringsskap ved 70-100°C før
bruk. Fuktige elektroder kan gi porer
i sveisen.
The electrodes can also be stored in
holding ovens at 70-100°C. Damp electrodes
can cause welding pores.
Avvik fra denne rutinen skal medføre
retørking ved 200-250°C før bruk.
Deviations from this routine involves a redrying
at a temperature of 200-250°C before use.
Andre elektroder.
Other types of electrodes.
Behandling etter spesielle anvisninger.
Handling according to special instructions.
4.1.2 Rørtråd
4.1.2 Flux cored wire
Tråden lagres på hovedlager ved
temperatur 20-35°C og max. 40%
relativ fuktighet. Det taes ut mindre
kvanta fra hovedlager.
Emballasjen åpnes umiddelbart før
bruk og settes på maskinen.
The wire is to be stored in the main store
with temperature between 20-35°C, and
max. 40% relative humidity.
Small quantities are taken from the store to
the workshop. The wire is unpacked directly
before use.
Generelt gjelder at trådspolen ved
lengre pauser enn 8 timer skal beskyttes
mot fuktighet, skitt o.l. ved tildekking.
Generally at stops (pauses) exeeding 8 hours,
the reel shall be protected against humidity,
dirt e.t.c. by cover.
NB! Tørking har ingen effekt på
beskadiget rørtråd.
NOTE! Drying will have no effect on
damaged flux cored wires.
4.1.3 Massiv tråd, MIG
4.1.3 Solid wire, MIG
Taes ut ifra lager i mindre kvanta.
The wire is taken from store in smaller
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\871349 welding consumables.doc
Dokumenttype/Document
PROSEDYRE/PROCEDURE
Nr./No.
BEHANDLING AV TILSETTMATERIALER
871 349
(Erstatter 01.10.I.004 og 006)
HANDLING OF WELDING CONSUMABLES
Side/Page
av/of
6
8
Sign. dato/Date
04.10.96
Emballasjen åpnes umiddelbart før
opened
bruk. Spolen kan sitte på maskinen
til den er oppsveist.
quantities. The packing is
immidiately before use.
4.1.4 Massiv tråd, SAW
4.1.4 Solid wire, SAW
Tråd lagres i hovedlager. Emballasjen
åpnes umiddelbart før bruk, og tråden
monteres straks på trådtrommel.
Wire is stored in the main store. The packing
is opened immidiately before use, and the
wire is mounted on the wiredrum.
For hver trådtype benyttes spesielle
trådtrommler merket med trådtype
og fargekode.
Alle trådtrommler som ikke benyttes
skal oppbevares i hovedlager.
For every wiretype special wiredrums marked
with type and colour code shall be used.
All unused wiredrums are to be stored in
the main store.
4.1.5 Pulver
4.1.5 Flux
Pulver lagres på hovedlager, etter
åpning av emballasjen skal pulver
oppbevares i pulverbeholdere ved
75-130°C inntil bruk.
Pulveret hentes til sveiseautomaten
i åpne beholdere ved max. 15 liters
innhold. Pulveret skal ikke oppbevares
i åpne beholdere eller i maskinens
pulverboks etter arbeidstid.
Unntatt er pulver i tette trykkbeholdere
på maskinen
Flux is stored in the main store. After opening
of the packing the flux shall temprarely be
stored in flux containers keeping a temperature
of 75-130°C.
The flux is transferred to the welding machines
in open containers, containing max. 15 litres.
Flux shall not be kept in open containers or
in the fluxhoppers on the machin after working
hours.
Excepted is flux in sealed pressurised containers
on the machine.
NB! Ved bruk av trykkluft til
resirkulasjon skal kun tørr luft benyttes.
Note! Compressed air in this process, only
dried air is usable.
4.2
4.2
Identifikasjon
Identification
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\871349 welding consumables.doc
Dokumenttype/Document
PROSEDYRE/PROCEDURE
Nr./No.
BEHANDLING AV TILSETTMATERIALER
871 349
(Erstatter 01.10.I.004 og 006)
HANDLING OF WELDING CONSUMABLES
Side/Page
av/of
7
8
Sign. dato/Date
04.10.96
4.2.1 Generelt
4.2.1 General
Tilsettmaterialet er merket fra
leverandør.
Alle tilsettmaterialer som ikke kan
identifiseres skal kastes.
Consumables are marked by the
supplier.
All welding consumables which can not
be identified shall not be kept.
4.2.2 Elektroder
4.2.2 Electrodes
Elektrodetypen er stemplet på
dekket, i tillegg kan enden være
merket med fargekode.
The electrodes are stamped on the
coat, in addition one end may be
marked with a colour code.
4.2.3 Rørtråd
4.2.3 Flux cored wire
Trådtype fremgår av merking på
trådspole.
Wiretype is marked on each wirecoil.
4.2.4 Massiv tråd, MIG
4.2.4 Solid wire, MIG
Trådtype fremgår av merking på
trådspole.
Wiretype is marked on each wirecoil.
4.2.5 Massiv tråd, SAW
4.2.5 Solid wire, SAW
Lagres ved min. 15°C i hovedlager.
Type er merket på emballasjen.
Når emballasjen fjernes er tråden
identifisert ved at det benyttes spesielt
merkede trådtrommler med følgende
farge/tråd kombinasjoner for
standardtråder.
Solid wire is stored at min. 15°C in main
store. Type is marked on the packing.
After removing the packing, the wire is
identified by using wiredrums specially
marked with the wire/colour combination.
TRÅDKVALITET
FARGE
WIRE QUALITY
COLOUR
OK 16.30
OK 16.53
Grønn
Rød
OK 16.30
OK 16.53
Greeen
Red
(316L)
(309L)
(316L)
(309L)
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\871349 welding consumables.doc
Dokumenttype/Document
PROSEDYRE/PROCEDURE
Nr./No.
BEHANDLING AV TILSETTMATERIALER
871 349
(Erstatter 01.10.I.004 og 006)
HANDLING OF WELDING CONSUMABLES
Side/Page
av/of
8
8
Sign. dato/Date
04.10.96
OK 12.10
248SV
OK 11.82
OK 12.60
5.
(Uleg.)
Black
(16/5)
(17%)
(Uleg.)
Svart
OK 12.10
(Unall.)
Gul
Blå
Svart
248SV
OK 11.82
OK 12.60
(16/5)
(17%)
(Unall.)
REFERANSER
5.
Yellow
Blue
Black
REFERENCES
Prosedyren er i vesentlig grad
i samsvar med KENO prosedyre
nr.: 870 051, bortsett fra elektrodemerke og fargekoder.
This procedure is in general according to
KENO procedure no.: 870 051,
exept electrode supplier and colour codes.
6.
6.
VEDLEGG
ENCLOSURES
1. Behandling av ulegerte og lavlegerte
elektroder med basiskt dekke.
1. Handling of nonalloyed and lowalloyed
electrodes, basic coated.
2. Behandling av rustbestandige og
høy-nikkel-legerte elektroder.
2. Handling of stainless steel and high-Ni-alloyed
electrodes.
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\871349 welding consumables.doc
VEDLEGG 1
ENCLOSURE 1
Angår/Subject
Dato/Date
Nr./No.
BEHANDLING AV TILSETTMATERIALER /
HANDLING OF WELDING CONSUMABLES
04.10.96
871349/0
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\871349 welding consumables.doc
VEDLEGG 2
ENCLOSURE 2
Angår/Subject
Dato/Date
Nr./No.
BEHANDLING AV TILSETTMATERIALER /
HANDLING OF WELDING CONSUMABLES
04.10.96
871349/0
R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\871349 welding consumables.doc
ANNEXURE
Basic Requirements:
1.
The contractor has to observe all site norms applicable for the
contractor and his deployed personnel’s at worksite.
(Employees; regular/ daily wages/ contract basis etc.)
2.
NJHPS is ISO 9001:2000 Quality Management Systems, ISO 14001
Environment Management Systems and IS 18001 - Occupational
Health and Safety Management System certified project. In line with
the requirements of same, the Contractor needs to follow health,
safety and environmental norms strictly while working within the
premises of the company during the whole currency of the contract.
a) The contractor and/ or supervisor engaged by the contractor for the
supervision of the work should be well aware of the safety & health
practices and effective implementation.
b) The contractor should have sufficient variety and stock of suitable
safety gears and its use by workmen should be ensured on all
occasion.
c) All the equipment deployed for the job should have proper safety
guards.
d) Contractor needs to maintain an accident insurance policy for his
workmen. In case of any accident, fatal or non fatal, he shall only be
sole responsible. Any incident of accident in the workplace need to
be intimated to EIC and project safety officer immediately.
e) The contractor and his employees shall follow Industrial/Project
Security Norm strictly. The contractor or his authorized
representative shall arrange all requisite documents for himself and
for his employees or the machinery deployed by him from the Project
Security Wing (P&A deptt. /CISF). Such documents are liable for
scrutiny at any time.
f) All workmen deployed by contractor should be identifiable.
Contractor workmen are required to bear identical dress / overall
(except green) with the company name and logo on it.
g) All the requisite registers/ documents required under the labour /
workmen law shall be maintained by the contractor and need to be
produced if required. The list of such documents, provided along with
the bid, needs to be maintained by the contractor. Failure to maintain
such records and documentation, the contractor shall only be sole
responsible. When desired by the EIC or his representative,
contractor shall produce the same.
Page 1 of 2
h) No drunken personnel shall be allowed to perform duties or
approach the worksite. Such defaulters shall be taken seriously and
dealt severely.
i)
Cleanliness at and around the workplace need to be maintained
through a good housekeeping. The contractor is required to use the
bins for collection & disposable of the waste and sacks for storing
metal chips outside work place. No littering at and around the
worksite shall be permitted. If the contractor fails to do so he is liable
to be penalized. The token penalty of Rs. 1000.00 can be imposed
by the EIC on such defaults. The representative of the EIC may
record such default in the progress register. The EIC have sole
discretion for imposing and recovery of token penalty.
j) Maintaining clean environment:
i.
The Contractor shall use exhaust blowers/ fans of suitable
capacity for effective ventilation of the workplace.
ii.
The environmental pollution due to welding fumes needs to be
minimized by using Fume extractors of suitable capacity.
Note: - Non-adherence of the above shall attract suitable penalties on
first & subsequent observation.
Page 2 of 2
Download