THE FOLLOWING DETAILS TO BE DULY FILLED AND SIGNED BY THE SELLER
BEFORE SUBMITTING THEIR OFFER AND ALL THE REQUIRED DOCUMENTS
SHALL BE UPLOADED ALONG WITH THE OFFER WITHOUT FAIL.
1.0 MATERIAL CODE AND DESCRIPTION ALONG WITH QUANTITY
Material Details
Sl Material Code & Description Quantity Required Type of
No. Vendor
Vendor
Response
Response
Agreed/
1 CO160460009:BLENDED ORGANO
PHOSPHONATEHEDP BASED
9490.0000
KGM Deviation
FORMULATIONWITH A LOW MOLECULAR
WEIGHTDISPERSANT
1 a)Original Test Certificate shall be furnished at Agreed/
free of cost with consignment either from the Deviation
Laboratories approved by BIS (or) from the
Laboratories accredited by NABL b) The firm should
furnish a copy of current valid
Test Certificate approval/accreditation for the laboratories, from
where the test certificate is produced. c) However ,
NLCIL reserves the right to test test the material
supplied randomly, if required in any other
approved/accredited lab and the result will be
binding on the supplier.
Technical Factor(s) Delivery Schedule Agreed/
Factor Factor Description Type of Vendor Delivery Type Period (Days) Quantity
Deviation
No. Response
10 Should confirm to all Agreed/Deviation From To
the
technicalspecification SUPPLY 1 0 30 5000.0000
indicated in the
Annexure I and II . SUPPLY 2 150 180 4490.0000
As a token of Total Quantity 9490.0000
acceptance, a duly
signed and sealed
copy of all the
Annexures (i.e., with
bidders seal and
signature ) shall be
attached along with
the offer submitted.
20 MSDS of the Agreed/Deviation
material should be
attached.
Delivery Schedule Agreed/
Delivery Type Period (Days) Quantity
Deviation
From To
SUPPLY 1 0 30 5000.0000
SUPPLY 2 150 180 4490.0000
Total Quantity 9490.0000
Signature of the Seller:
Company’s Seal:
Date:
Place:
2.0 LOCAL CONTENT CERTIFICATE:
Sr. Description Sellers Response
No.
1 Whether any part/raw material is imported for manufacturing of Tendered Item No
Percentage
(i)Imported…..…….%
(ii)Made in India………………%
Signature of the Seller:
Company’s Seal:
Page 1 of 3
Date:
Place:
(3.0) FAITHFUL PERFORMANCE OF BANK GUARANTEE (FPBG):
Sr. Description Sellers Response
No.
1 FAITHFUL PERFORMANCE OF CONTRACT (COVERING DELIVERY
OBLIGATIONS + 3 months claim period) from the date of receipt
Agreed/ Deviation
of final consignment of materials at NLCIL Stores. FPBG SHALL
BE FURNISHED IN RS.100/- STAMP PAPER FOR 10% OF ORDER (Agreed-√, Disagree-X)
VALUE.
Signature of the Seller:
Company’s Seal:
Date:
Place:
(4.0) COMBINED BANK GUARANTEE (CBG):
Sr. Description Sellers Response
No.
1 COMBINED BANK GUARANTEE FOR CONTRACT PERFORMANCE
(COVERING DELIVERY OBLIGATIONS AND WARRANTY OF THE Agreed/ Deviation
EQUIPMENT + 3 Months Claim Period) from the date of receipt
of final consignment of materials at NLCIL Stores. CBG SHALL BE (Agreed-√, Disagree-X)
FURNISHED IN RS.100/- STAMP PAPER FOR 10% OF ORDER
VALUE.
Signature of the Seller:
Company’s Seal:
Date:
Place:
(5.0) THIRD PARTY INSPECTION APPLICABLE (QAP ENCLOSED)
Description Sellers Response
THIRD PARTY INSPECTION APPLICABLE (QAP ENCLOSED)
NOTE: INSPECTION FOR ALL ITEMS WILL BE CARRIED OUT BY THE NOMINATED AGENCY AS PER THE ATTACHED
QAP
THE MATERIAL WILL BE SUBJECTED TO 3RD PARTY INSPECTION.
THIRD PARTY INSPECTION AS PER THE MATERIAL DESCRIPTION & TECHNICAL FACTORS.
INSPECTION CLAUSE DETAILS ATTACHED:
Agreed/
1. THE MATERIAL WILL BE SUBJECTED TO 3RD PARTY INSPECTION. THIRD PARTY INSPECTION WILL BE Deviation
ARRANGED BY NLC AT NLC'S COST.
(Agreed-√,
2. NAME OF THE THIRDPARTY INSPECTION AGENCY: M/S BUREAU VERITAS (INDIA) PVT. LTD., New No.-37, Disagree-X)
Chamiers Towers, 7th Floor, East Wing, Chamiers Road, Teynampet, Chennai 600018 TAMILNADU. Desk Phone:
044 -42264500, 42264572, Hand Phone: +91 9944213454, 09566108411; E-mail:
[email protected]3. THE DELIVERY SCHEDULE MENTIONED IN THIS ORDER IS INCLUSIVE OF INSPECTION PERIOD BY 3RD PARTY.
THE INSPECTION WILL BE CARRIED OUT AT THE MANUFACTURER'S / SUPPLIER'S PLACE.
THE MANUFACTURER/ SUPPLIER ON READINESS OF THE MATERIAL SHALL INTIMATE DIRECTLY TO THE THIRD
PARTY INSPECTION AGENCY FIXED BY NLC BY GIVING 15 DAYS IN-ADVANCE INTIMATION NOTICE WITH A COPY
MARKED TO DY. GENERAL MANAGER /BM, BTPP, NLC LIMITED, BARSINGSAR. THE MANUFACTURER/SUPPLIER
Page 2 of 3
AND THE THIRD PARTY INSPECTION AGENCY SHALL WORK IN COORDINATION IN CARRYING OUT THE
INSPECTION WORKS WITHIN THE DELIVERY SCHEDULE STIPULATED BY NLC. THE MATERIAL SHOULD BE
DISPATCHED FROM MANUFACTURER'S /SUPPLIERS SITE ONLY AFTER DISPATCH CLEARANCE GIVEN BY THE
THIRD PARTY INSPECTION AGENCY.
4. PAYMENT WILL BE MADE BY NLC TO THE 3RD PARTY INSPECTION AGENCY. IF THE MATERIALS ARE REJECTED
BY THE THIRD PARTY AGENCY, THEN THE MANUFACTURER/SUPPLIER SHALL REPRODUCE THE CORRECTED OR
NEW MATERIAL AGAIN FOR THIRD PARTY INSPECTION FOR WHICH THE INSPECTION CHARGES SHALL BE
RECOVERED BY NLC FROM THE MANUFACTURER/SUPPLIER FROM THEIR BILLS OR ETC. NO FURTHER
INSPECTIONS SHALL BE DONE ON THE SAME IF THEY ARE REJECTED AGAIN, AND THE P.O. WILL BE CANCELLED
AT THE RISK & COST OF THE SUPPLIER.
Signature of the Seller:
Company’s Seal:
Date:
Place:
(6.0) DECLARATION BY THE BIDDER REGARDING BANNING/DEBARRING/BLACKLISTING
OF THE FIRM
I/We, hereby declare that our Firm/Entity/Company is not banned/debarred/blacklisted by any other
Central Public Sector Enterprises (CPSEs)/Government Entities as on the date of original scheduled date of
tender opening.
I/We, hereby agree that in case while processing the tender or during post award of tender, any such
banned/debarred/blacklisted instances by other Central Public Sector Enterprises (CPSEs) / Government
Entities, is known to NLCIL, the same will amount to the suppression of the material information, and our offer
/ bid will be disqualified by NLCIL, if the tender is under process. If already awarded, then the Purchase
Order/Contract will be terminated by NLCIL.
In the above circumstances, I/We, will not have any claim on NLCIL towards such disqualification or
termination of Contract/Purchase Order.
Signature of the Seller:
Company’s Seal:
Date:
Place:
(7.0) Certificate of Declaration By Bidder
ENQUIRY NO: - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - Dt:- - - - - - - -.
“I have read the clause regarding restrictions on procurement from a bidder of a country which shares a land
border with India; I hereby certify that this bidder is not from such a country and is eligible to be considered”.
Station : Signature of the Bidder
Date : Name of the Bidder with Seal
NOTE: 1.The items are Critical in nature and offers from NLCIL vendors approved for this tender
alone will be considered for evaluation.
2. 2. Bidders shall submit the requisite documents viz., GGW, BG (if applicable) as per the Contract
well in advance of the dispatch of the first consignment.
Page 3 of 3
35
502317/2024/10000445 Annexure – I
Specification for the Organophosphonate chemical to be used for scale inhibition in Barsingsar
Thermal Power Station (BTPS), NLCIL, Rajasthan
A – General :
1. The formulation shall be absolutely free from all inorganic phosphate (like Sodium hexameta
phosphate).
2. It shall contain a low molecular weight dispersant, which shall be completely miscible with water.
3. Hydroxy Ethylidene Diphosphonic Acid (HEDP) content in the formulation shall be a minimum of
20 %( w/w) and the estimation shall be based on Thorium Nitrate test.
4. It shall be biodegradable and non-foaming.
5. It shall not corrode the M.S. water mains at the working temperature.
6. It shall be compatible with S.S. (SA 249 TP 304) metallurgy of condenser tubes in the system.
7. It shall be compatible with Chlorine and other oxidizing biocides used in the system. The
Maximum free residual chlorine allowed in the cooling water system is 1ppm.
B-Scope of work:
1. Treatment of cooling water to control scale (supply of chemical, unloading at site, handling of chemical,
carrying out the dosing operation etc.) and providing service for carrying out of treatment, data collection,
monitoring and shall recommend suitable formulation of the chemical for circulating water treatment
required by NLC as per the terms & conditions and as per specification detailed thereof.
2. The bidder should provide sufficient man power during the entire treatment period of one year from the
date of starting of Field Performance Guarantee Test to carry out the above activities. Accommodation
and transportation of personnel engaged at site shall be in the scope of bidder. Dosing, testing and
monitoring of chemical have to be carried out continuously on all days including the shut down period of
the plant.
3.The proposed period of cooling water treatment under this tender is one year from the date of starting of
Field Performance Guarantee Test at site.
C - System conditions:
1. Chlorine gas is used as a biocide in the Circulating Water system. The vendor shall take into
account the consumption of the scale inhibitor by the chlorine gas while recommending the daily
dosage for the system. The usual dosage of the chlorine is in the range of 100 - 150 Kg daily. The
formulation shall be compatible with other non- oxidizing biocides as well.
2. The formulation shall be effective at the following operating parameters of the system:
a) pH of 9.1(Maximum)
b) Water temperature of 55 degree C(Maximum).
3. Despite chlorination, the system is heavily bio-fouled. The vendor shall give allowance for the
consumption of the inhibitor by the microorganisms. The daily dosage recommendation of the scale
inhibitor shall include microbial consumption. The vendor is at a liberty to collect water sample from the
system for such bacterial studies before hand and may arrive at consumption figures for sunny days as
well.
36
D - Shelf Life :
502317/2024/10000445
1. The formulation shall have a minimum shelf life of 12 months in the sealed condition and shall remain
homogeneous without solid separation.
2. The shelf life of the container (HDPE carboys) shall also be a minimum of one year.
E - Dosing quantity of Chemical:
1. Taking into account the system details and makeup water characteristics (Annexure - II) and also the
extra consumption by chlorine gas, micro organisms the quantity of formulation to be dosed daily into
the system to compensate the blow down losses of two units for a calcium load of 300 ppm as CaCO3 in
the system water and for maintaining 100% calcium scale inhibition is being fixed as 26 kgs per day.
2. The calcium load of the cooling water system may be limited to 300 ppm (as CaCO3) and the cycle of
concentration should be between 4 to 5.
3. Any extra dosage required for maintaining 300 ppm Calcium as CaCO3 in solution with 100% scaling
efficiency over and above the 26 Kg per day shall be exclusively to the vendor’s accounts and no
payment shall be made for this quantity. Extra chemical required beyond the prescribed limit by the
bidder, if any, to achieve the desired results shall be fully borne by the supplier.
The Extra quantity will be shown in the IRR as rejected quantity. It is not actual rejection but it is the
quantity of chemical over and above the recommended daily dosage by the firm in their bid and the
same shall be supplied at free of cost.
4. The product’s scale inhibition efficiency in the system will be evaluated by comparing the cycle of
concentration (COC) ratio based on calcium and cycle of concentration ratio based on chloride (i.e.
COC of Calcium/COC of Chloride). There shall be 100% match of Calcium and chloride ratio. No
other parameter will be accepted for evaluating the scale inhibition efficiency of the system. While
calculating the Calcium inhibition efficiency, to take care of the chlorination done in the system, a
chloride correction will be allowed in the chloride of the circulating water. The product residual
measured at 100% efficiency at the system with Calcium load of 300 ppm (as CaCO3) shall be
maintained for the rest of the period of contract.
5. Any initial shock dosing required by the system may also be indicated beforehand.
F - Field Performance Guarantee Test [FPGT] :
1. There shall be a Field Performance Guarantee Test for 90 days and payment to the firm for the
chemical supplied shall be deferred until completion of FPGT and receipt of FPGT Completion
Report of the same by NLC.
2. The daily dosing quantity, including the extra dosage if any required shall be fixed during the
Three months test.
3. Dozing and Monitoring during the FPGT period shall be done by the vendor and supervised
by NLC.
4. FPGT should be started by the supplier within 30 days from the main PO date or within 7 days from the
date of delivery of first consignment at BTPS, whichever is earlier.
37
502317/2024/10000445
5. The maximum HEDP content of the formulation used during the trial period to achieve 100% calcium
inhibition efficiency will be ‘bench marked’ as the minimum HEDP content in the bulk supply after the
performance period. However the ‘bench marked’ % of HEDP content should not be less than
20%(w/w).If the HEDP content in the bulk consignment after the performance trial period is found less
than ‘bench marked’ %, then the entire quantity will be rejected. The vendor should take back and
replace the material at his own risk and cost.
6. Each lot of bulk supply will be tested for 100% inhibition efficiency at Barsingsar Thermal Power
station laboratory.
G - Packing:
1. The chemical should be supplied in returnable HDPE carboys of capacity not less than 30Kg and not
more than 50 kgs. Empty carboys shall be cleared from site without much accumulation at vendor's risk
and cost.
H - Bank Guarantee:.
1. The vendor shall rectify any defects to the system at his own cost due to deficiency of treatment. A
separate bank guarantee for 10% of the order value shall be executed by a bidder to cover this aspect.
I. Input from bidder:
Apart from providing the correct chemical for treatment programme and technical assistance in carrying
out the operation, the bidder shall provide the following assistance.
1. All required monitoring devices , analytical reagents, glassware etc. required for smooth operation of the
system shall be provided and maintained by the bidder.
2. Monthly report on the performance of the treatment along with the analytical report, chemical
consumption pattern and observation/ recommendation if any , shall be submitted to WCTP/ BTPS for
review.
3. Bidder shall provide all methods and chemicals to analyze the residual level of the treatment chemical or
its active ingredients in the system and the control measures for the correct dosage of chemical etc.
4. Material Safety Data Sheet (MSDS) of the chemical shall be furnished by the bidder. The safety
precautions as per MSDS should be followed at site during the entire period of operation of one year.
J - Other conditions:
1. The purchase order shall be cancelled if the performance of the chemical is unsatisfactory as proven by
results during performance guarantee period. The rejected material shall be lifted from the site at
vendor's risk and cost.
2. The bidder shall arrange necessary man power, accommodation and transportation for the personnel
which shall be under the scope of bidder. Supply of all the testing chemical and glasswares shall be done
by the bidder at free of cost during the period of one year including the three months period of FPGT.
38
502317/2024/10000445
3. Taking all the aspects into account price shall be quoted inclusive of dosing and monitoring of the
chemical etc. and the following break up details shall also be indicated in the Offer.
a. Basic price per Kg.
b. Statutory Taxes (GST)
c. Freight
d. Insurance
e. Other Charges, if any
f. Net price per Kg.
7. The price evaluation of the tender will be done on annual expense basis towards Organo phosphonate
treatment
8. The offer should contain the following details
1 Product Name
Recommended Dosage per day for
2
both the units in Kg.
Dosage for testing the sample in the
3
laboratory in parts per million(PPM)
Initial shock dosage/ slug dosage
4
required, if any, in Kg.
The bidders shall submit their offers after the plant survey, present operating condition, ascertaining the
water quality, observing the systems configuration and discussing other problems, if any, with the plant
and laboratory personnel. The bidder must ascertain each parameter after careful analysis of the present
system and arrive at corrective choice of chemical, its dosage level and upset conditions / trouble shooting
based on their experience. After issuing of purchase order, no complaints about the previous treatment
programmes or the operational short comings will be entertained.
K. Delivery Schedule:
The Delivery Schedule is 5000 kgs in 0 to 30 days and 4490 kgs in 150-180 days from the date of PO
placement.
**********
39
502323/2024/10000445
Page 1 of 2
Annexure - II
Barsingsar Thermal Power Station
Make up water and Circulating water characteristics
S.No. Item Units Make Up Circulating
(ppm) water water Values
Values
1 Turbidity & Suspended NTU <5 <25
solids
2 pH - 7.2 – 8.5 Up to 9.1
3 Calcium hardness As CaCO3 70 – 120 < 300
4 Total hardness As CaCO3 80 - 150 < 500
5 P- Alkanity As CaCO3 Nil To be guided
by pH
6 Total Alkalinity As CaCO3 80 - 120 To be guided
by pH
7 Chloride As Cl 20 – 40 < 150
8 Total Dissolved Solids As such 150 - 250 < 1000
Pretreatment plant capacity 1128 M3/hr
Stilling Chamber
By adding Chlorinated water algae & bacterial growth are controlled
Chemical Used : Chlorinated water
Hydraulic Retention Time : 5 min
Actual Effective Volume : 95.07 M3
Clariflocculator
It consist of clarifier (2874 M3), flocculater zone (564 M3)
Chemical used : Alum
Design Flow Rate : 1300 M3 / Hr
PH : 7.5 - 7.9
HRT in Flocculation zone : 30 Min
HRT in clarifier zone : 2.30 Hrs
40
502323/2024/10000445
CIRCULATING WATER SYSTEM DETAILS
1. No. of units = 2 x 125MW
2. No. of towers & type = 8 Induced Draft (7 W + 1 S)
3. Fore bay volume = 7045.669 M3 (at + 0.0 level)
4. Circulation rate = 20, 500 M3 /Hr/Unit
5. ^ T across condenser at full load = 9 0C
6. Cooling Tower Range = 9.0 0C (at 34 to 43)
7. CT approach = 4.2 0C (29 to 33)
8. ^ P of condenser = 0.5445 Ksc
9. CT Basin volume = 4860 M3 x 2
10. TG tubes metallurgy = SA 249 TP 304
11. Blow down = M3/Hr
12. Evaporation loss = M3/Hr
13. COC = 4 to 5(Restricted to 300 ppm calcium in circulating water)
14. Cooling tower packing material = PVC
Scope of Third party inspection:
(i) Each delivery schedule quantity to be treated as Lot/Batch
(ii) Test certificate from the NABL or BIS approved lab to be reviewed
(iii) Lab report shall be verified for fulfilment of PO before dispatch.