HARYANA VIDYUT PRASARAN NIGAM LIMITED (INDIA) INVITATION FOR BIDS (IFB)

HARYANA VIDYUT PRASARAN NIGAM LIMITED (INDIA)
INVITATION FOR BIDS (IFB)
INTERNATIONAL COMPETTIVE BIDDING
Loan No. ID-P190
Tender Enquiry No. JICA-011
IFB No. 610
Dated: 10.02.2012
1.
The Rural Electrification Corporation Limited through the Government of India
has received/ applied for a loan from the Japan Bank for International Cooperation for construction and development in various currencies and it is
intended that part of the proceeds of this loan will be applied to eligible
payments under the contract for the turnkey construction of the works
mentioned in Para 2 below.
2.
The Haryana Vidyut Prasaran Nigam Limited the executive agency for the
construction and development project now invites sealed bids in two part in
quadruplicate from eligible bidders for construction of following 220 kV
Gas Insulated sub-stations (GIS) on Turn Key basis in the State of Haryana
(India): Sr.
No.
1.
Name of work
Scope of work
220
kV
Gas
Insulated
Substation
(GIS)
Sector-20, Gurgaon
220 kV sub-station with 6 Nos. bays of 220 kV voltage
level & 12 Nos. bays of 66 kV voltage level and 3x100
MVA T/F , 220/66 kV + 2X25 / 31.5 MVA, 66/11 kV
transformers.
3.
Bidding will be conducted through International Competitive bidding
procedures specified in the bidding documents.
4.
The detailed scope of works is given in the bidding documents. Complete
bidding document can be viewed on HVPNL’s website www.hvpn.gov.in
5.
The details of cost of bid documents, date of sale of bid documents, date of
submission and date of opening of bids, amount of bid security to be
submitted along with the bid are as under:Bid
Document
No.
JICA-011
6.
7.
8.
Cost of
Bidding
Document
Rs. 12000/
US $240
Date of sale of
Bidding Documents
starts w.e.f.
Opening date
of Bids at
11.00 Hrs.
Amount of Bid
Security
15.02.2012
16.04.2012
Rs. 104 Lacs /
US $ 208,000
The bids will be received upto 10.30 hrs and will be opened at 11.00 hrs on the
dates mentioned above in the office of CE (MM) HVPNL, Panchkula.
Interested eligible bidders may obtain further information from Chief Engineer
(MM), HVPNL, Panchkula and inspect the bidding documents from 0900 to
1700 hrs on all working days.
A complete set of Bidding Document can be purchased by any interested
bidder on submission of written application to the above and upon payment of
Rs. 12,000/ US $ 240 in the shape of demand draft payable to Accounts
Officer/cash, Haryana Vidyut Prasaran Nigam Limited, Panchkula on all
working days from 0900 hrs. to 1700 hrs. The document will be sent by airmail
for overseas delivery and surface mail or courier for local delivery.
9.
The Bids must be accompanied by the above amount of Bid Security in the
shape of Bank Guarantee and delivered in the above office on or before the
date and time given above.
10.
HVPNL reserves the right to cancel/withdraw the invitation for Bids without
assigning any reason and shall bear no liability whatsoever consequent upon
such a decision.
11.
Any bidder whose technical bid is not found as per the NIT requirements
would be liable for rejection and in that case the price bid would not be
opened.
12.
The telegraphic tenders are not acceptable.
13.
The qualification requirements for the Bidders and procedure of submission of
tenders are given in Instruction to Bidders in the Bidding Documents.
14.
The tenders shall be valid for 75 days from the opening date of the main
technical and commercial bid and 45 days after the date of opening of Price
bid whichever is later.
15.
Bids will be opened in the presence of bidder’s representatives who choose to
attend at the office of Chief Engineer (MM), HVPNL, Panchkula on the dates
and time indicated above.
Superintending Engineer/MM-I,
for CE (MM), HVPNL, Panchkula.
SECTION-II
INSTRUCTION TO BIDDERS
‘A’.
INTRODUCTION:
1.0
GENERAL INSTRUCTIONS:
Haryana Vidyut Prasaran Nigam Limited herein after called `HVPNL`/ `Owner`
has decided to receive the bids for the following works on turnkey basis:Sr.
No.
2.
2.0
2.1
Name of work
Scope of work
220
kV
Gas 220 kV sub-station with 6 Nos. bays of 220 kV
Insulated
Sub- voltage level & 12 Nos. bays of 66 kV voltage level
station
(GIS) and
3x100
MVA,
220/66
kV
+
Sector-20, Gurgaon 2X25/ 31.5 MVA, 66/11 kV transformers.
Detailed Scope of works has been given in Section-I (General), Technical
Specification, Vol-II of Bidding documents.
QUALIFYING REQUIREMENTS FOR BIDDER’S
Eligible source countries are all countries and area
General Requirements
a) The bidder shall be financially sound and must not be anticipating any
ownership change during the period from Bid submission to Two years
after commercial operation defined as successful completion of
commissioning of the sub-stations and acceptance by the employer.
b) The bidder shall have adequate design, infrastructure and erection
facilities and capacities and procedures including quality control.
c) The bidder shall have adequate field service origination, plant and tools for
erection, testing and commissioning of sub-station.
d) A Bidder shall not be one of the following;
(i) A firm or an organization which has been engaged by the Employer to
provide consulting services for the preparation related to procurement
for or implementation of this Project,
(ii) Any association/affiliates (inclusive of parent firm) of a firm or an
organization mentioned in subparagraph (i) above, or
(iii) A firm or an organization who lends, or temporarily seconds its
personnel to firms or organizations which are engaged in consulting
services for the preparation related to procurement for or
implementation of the project, if the personnel would be involved in any
capacity on the same project.
2.2
Qualifying Requirements
a) Technical qualification:(i)
for 220 kV sub-station:
The bidder shall be a substation or switchyard erection contractor who as
prime contractor must have successfully erected, tested and commissioned
on supply cum erection basis at least one GIS substation of 220 kV class and
above rating having atleast four (4) circuit breaker terminal Bays (out of which
at least one must be a transformer bay) during last 7 years from the date of
Bid opening. The bidder should have erected, tested & commissioned power
transformers of 66 kV or higher voltage rating of minimum 200 MVA during
last 7 years, out of which one transformer should be of minimum 100 MVA.
Atleast, one GIS sub-station of 66 KV or higher voltage rating and power
transformers of minimum 100 MVA rating erected by the bidder should be in
successful operation atleast for a period of two years as on the date of bid
opening.
OR
A manufacturer of GIS of 220 KV class and above. He must have designed,
manufactured, type tested and supplied 220 KV GIS equipments which must
be in satisfactory operation atleast for a period of two years as on the date of
bid opening. In addition to above he must have carried out the erection of
atleast one GIS sub-station of 220 kV class and above with atleast 4 No. of
circuit breaker terminal bays (out of which atleast one must be a transformer
bay). The bidder should have erected power transformers of 66 kV and higher
voltage rating of minimum 200 MVA during last 7 years, out of which one
transformer should be of minimum 100 MVA. Atleast, one GIS sub-station of
66 kV or higher voltage rating and power transformers of minimum 100 MVA
rating erected by the bidder should be in successful operation atleast for a
period of two years as on the date of bid opening.
b)
i)
ii)
Equipment Qualification:
The bidder should own or should have assured access to the
manufacturing facilities for supplying the major equipment required for
this package and the manufacturer from whom equipments are to be
purchased should fulfill the following requirements: “Atleast 50% of the major equipment of each type/rating offered should
have been designed, manufactured, tested and supplied in any one
year during the last 5 years and atleast 20% of it should be in
successful operation during the last 2 years.”
OR
Manufacturers who are subsidiaries and have recently established
production line in India for the products can also be considered as
meeting with the criteria, provided the parent company (Principals) who
posses or as mentioned above agrees to furnish either jointly with the
bidder (subsidiary) or separately a legally enforceable undertaking to
guarantee quality, timely supply, performance and warranty obligations
as specified for the contract and also furnish performance certificate for
the satisfactory operation of individual operations for a minimum
period of 2 years along with the bid. Such guarantee (warranty) for the
equipment to be supplied shall be for a period of 24 months from the
date of commissioning or 36 months from the date of supply of
equipment in complete conditions, whichever is earlier.
The bidder should submit list of past supplies, client’s certificates
regarding satisfactory operation of all the main equipment supplied &
commissioned for each of the equipment and make offered.
iii)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
The equipment’s offered should be type tested. The copies of type test
reports of each equipment and each make offered as per details given
in technical specification should be attached with the bid. The tests
must have been conducted from a Govt. Laboratory or a Govt.
recognised laboratory and the test certificates should not be more than
7 years old as on the date of Bid opening.
iv)
The GIS equipment (245 KV and 72.5 KV rating) offered for supply
should be type tested as per details given in technical specification.
The tests must have been conducted from a Govt. Laboratory or a
Govt. recognised laboratory and the test certificates should not be
more than 7 years old as on the date of Bid opening and following type
tests shall be supplied alongwith the bid:To verify the insulation level of equipment and dielectric tests on auxiliary circuits.
To prove the radio interference voltage (RIV) level ( if Applicable)
Temperature rise of any part of the equipment and measurement of the resistance
of the main circuit
To prove the ability of the main and earthing circuits to carry the rated peak and
short time withstand current.
To verify the making and breaking capacity of the included switching devices.
To prove the satisfactory operation of the included switching devices
To prove the strength of enclosures.
Degree of protection of the enclosure.
Gas tightness tests.
Electromagnetic compatibility test (EMC)
Additional test on auxiliary and control circuits.
Test on partitions.
To prove the satisfactory operation at limit temperatures.
Tests to prove performance under thermal cycling and gas tightness tests on
insulators.
Corrosion test on earthing connections (if applicable)
Tests to assess the effects of arcing due to an internal fault
Note-1
For the purpose of qualifying requirement, one No. of circuit breaker
bay shall be considered as a bay used for controlling a line or a
transformer/reactor or a bus section or a bus coupler and comprising of
atleast one circuit breaker, 2 dis-connectors and 3 Nos. single phase
CTs.
Note-2 :
Major equipment include transformers, circuit breakers, surge
Arrestors, CTs PTs, CVTs, C&R Panels, Isolators and L&E Switches,
PLCC Terminals, Wave traps and 33 kV & 11 kV Switchgear Panels.
(c)
Civil Sub-contractor:
The sub-contractor must be approved A- class Govt. contractors registered
with PWD, CPWD, MES & Govt. or public undertaking (valid as on date of bid
opening) under specific category of work i.e. building, Road and RCC works
and must have executed gross civil works in any Govt. department or semi
government department or public undertaking subject to satisfactory execution
certificate from concerned department. The civil contractor should have
sufficient experience in dewatering, earth movers, pile foundation etc. and shall
have sufficient quantity of equipment (T&P).
OR
The subcontractor must have executed gross civil works in building, Roads
and RCC works in any Govt. department or semi government department or
public undertaking subject to satisfactory execution certificate from concerned
department. The civil contractor should have sufficient experience in
dewatering, earth movers, pile foundation etc. and shall have sufficient
quantity of equipment (T&P).
OR
The subcontractor must have executed exclusive or with any Turnkey
contractor gross civil works including switch house building , ODSG, ODCT,
Boundary wall & approached road etc. of 220/132KV level or above level substations subject to satisfactory execution certificate from concerned
department. The civil contractor should have sufficient experience in
dewatering, earth movers, pile foundation etc. and shall have sufficient
quantity of equipment (T&P).
2.3
Financial Criteria
For the purpose of this particular bid, bidder shall make the following minimum
criteria.
i.
The bidder should have average annual turn over for the best three
years out of last 5 years of the company as annualized in Supply-CumErection contracts and supply of material and equipments of atleast Rs.
78 Crores. However, the minimum turnover in each year during last five
years should be Rs. 18.5 Crores.
ii.
The Bidder should have liquid assets and/or evidence of access to or
credit facilities of not less than Rs. 10.5 Crores.
iii.
The bidder should submit the banker’s certificate stating that
Rs.7.75 Crores as working capital will be kept reserve by the bank to
be solely utilized for this project.
2.4
a)
Personnel Capability:
The Bidder should have a project manager (Engineering Graduate) with
15 years experience in execution of such contracts of comparable nature
including not less than 5 years in project supervisory capacity.
The Bidder should have one manager for each sub-station to be constructed
with 10 years experience in execution of such contracts of comparable nature
including not less than 5 years in project supervisory capacity.
The Bidder should have one supervisor for each sub-station to be constructed
with 5 years experience in execution of such contracts of comparable nature.
b)
c)
2.5
JOINT VENTURE :
Bids may be submitted by individual firms or joint ventures, which must
comply with the following requirements:
a)
2.6
A single firm that meets all the qualification requirements set forth in
para 2.1 to 2.4 above.
b)
A joint venture of firms having one partner as lead partner who shall
meet all the qualification requirements set forth in para 2.2 & 2.4
above. Regarding financial criteria, leader of the joint venture shall
meet not less than 40% of the criteria for the average annual turnover
and availability of financial means and each of the partners shall meet
not less than 25% of the said criteria.
Qualifying Makes:
As per the details available with this office, the following makes of equipment
meet with the above qualifying criteria and in case, the bidder wants to supply
the equipment out of these makes, the qualifying documents of the makes are
not required to be submitted: Sr.
No.
1.
2.
3.
Description
Name of Supplier’s
100 MVA, 220/132 kV
transformers
132
kV
power
transformers
ABB/BHEL/CGL/EMCO/TELK/Bharat Bijli/
Transformer & Rectifier/Siemens/Areva
ABB/ Areva /Andrew Yule/BHEL/Bharat
Bijlee/ CGL/EMCO/Technical Associate /
TELK/Volt Amp/ Transformer & Rectifier/
Kanohar/ Siemens
Areva /CGL/Elpro/Birla NGK/ Lamco/
Oblum
Areva /ABB/Easun Reyrolle/ Siemens
LAs
4.
C&R Panels
5.
NCTs
6.
245 kV & 72.5 kV CVTs
7.
11 kV VCBs
8.
9.
Wave traps
PLCC Terminals
ABB/ Areva /BHEL/CGL/Hivolt Trans./
Lamco/ SCT/Mehru/Victrans / Kapco/
Vishal/ Universal Magnoflux/Gyro
ABB/ Areva /BHEL/CGL
Siemens/CGL/ABB/Jyoti/
MEI/ Megawin
BPL/ Areva
ABB/ BPL/ Puncom
Areva
/BHEL/
If the bidder wants to supply the equipment of any other make of his choice,
then the qualifying documents along with drawings and type test certificates
will have to be submitted with the bid. In case, the bidder wants to supply
equipment from any of the manufacturer’s indicated above, then no qualifying
documents are required to be submitted with the bid and the successful
bidder will have to submit complete type test certificates along with a
certificate that the equipment to be offered will be as per given type test after
award of contract.
For GIS, the bidder should confirm the technical specification and
authorization letter from manufacturer of GIS be attached along with all
the credentials as specified in clause 2.2 (b) above.
2.7
Public Sector undertakings :a)
Publicly owned enterprises may be eligible to qualify. If, in addition to
meeting all the above requirements, they also
b)
c)
2.8
Are commercially oriented legal entities distinct from the purchaser and
are not a Govt. Dept.
Are financially autonomous, as demonstrated by requirements in their
constitutions to provide separate audited accounts and return on
capital powers to raise loans and obtain revenues though the sales of
goods or services and are managerially autonomous.
To be qualified for award, bidders shall provide evidence satisfactory to the
employer of their capability and adequacy of resources to carry out the
contract effectively. Bids shall include the following information: a)
Copies of original documents defining the constitution or legal status,
place of registration and principal place of business; written power of
attorney of the signatory of the bid to commit the bidder.
b)
Proof of total annual turnover of turnkey contracts and supply of
material & equipment of similar nature over the last 5 years.
c)
List of turnkey contracts executed as prime contractor of similar nature
over the last 5 years along with details of other works in hand and
contractual pending commitments. The performance certificates issued
by the utilities may also be attached.
d)
e)
f)
g)
Description of the plant and Machinery, Vehicles, testing equipments
available for executing the contract.
The qualification and experience of key personnel proposed to be
employed for executing the contract.
Reports on the financial standing of the bidder including profit and loss
statements, balance sheets and auditor’s reports of the past 5 years
and estimated financial projection for the next two years.
Evidence of access to lines of credit and availability of other financial
resources.
h)
i)
2.9
Authority to seek reference from the Bidder’s banks.
Information regarding any current litigation and past litigations from five
years, in which the bidder is involved, the parties concerned and the
disputed amount.
Bids submitted by a joint venture of firms, as partners shall comply with
following requirements:
a)
The bid shall include all the information listed in sub clause 2.8 (a) to (i)
above for each joint venture partner.
b)
The bid and the form of agreement in case of successful bid, shall be
signed so as to legally binding on all partners.
c)
One of the partners shall be nominated as lead partner, and this
authorisation shall be evidenced by submitting a power of attorney
signed by legally authorised signatories of all the partners.
The lead partner shall be authorised to incur liabilities and receive
instructions for and on behalf of any and all partners of the joint venture
and the entire execution of the contract including payment shall be
done exclusively with the lead partner as per Performa enclosed in
section – VI. The payment under the contract can also be received by
other partner (s) based on authorisation of Lead Partner.
d)
e)
2.10
All partners of the joint venture shall be liable jointly and severally for
the execution of the contract in accordance with the contract terms and
a statement to this effect shall be included in the authorisation.
Mentioned under (c) above as well as in the Bid Form and in the
contract Form (in case of successful bid).
f)
A copy of the agreement entered in to by the joint venture partners
shall be submitted with the bid. Failure to comply with this requirement
will result in rejection of the joint venture’s bid.
Sub contractor’s experiences and resources shall not be taken into
account in determining the bidder’s compliance with qualifying criteria.
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 is found not qualified to
satisfactorily perform the Contract.
2.11
Also, if the bidder or joint venture partners have inconsistent history of
litigation awards against them, then the same may result in rejection of their
bids.
3.0
3.1
COST OF BIDDING:
The Bidder shall bear all costs and expenses associated with preparation and
submission of its bid including post bid discussions, technical and other
presentation etc. and the Owner will in no case be responsible or liable for
those costs, regardless of the conduct or outcome of the bidding process.
4.0
ONE BID PER BIDDER
A firm shall submit only one bid either individually or as a partner in a joint
venture. No firm can be a subcontractor while submitting a bid individually or
as a partner of a joint venture in the same bidding process. A firm, if acting in
the capacity of subcontractor in any bid, may participate in more than one bid,
but only in that capacity. A bidder who submits or participates in more than
one bid will cause all of the proposals in which the bidder has participated to
be disqualified.
5.0
5.1
CONTENTS OF BIDDING DOCUMENT
The goods and service required, bidding procedures and contract terms are
prescribed in the Bidding Document.
In addition to the Invitation for Bids, the Bidding Document is a compilation of
the following sections:
a)
Instruction to Bidders (ITB) section-II Vol.-I
b)
General Conditions of Contract (GCC) Section-III Vol.-I
c)
Erection Conditions of Contract (ECC) Section-IV Vol.-I
d)
Special conditions of Contract (SCC) Section-V Vol.-I
e)
Bid Forms and Bid Proposal sheets Vol.-IB
f)
Technical specifications (Vol.-II ‘A’ & Vol-II ‘B’)
g)
Technical Data Sheets (Vol.-III ‘A’ & Vol-III ‘B’).
h)
Drawings (Vol –IV ‘A’ & Vol –IV ’B’)
6.0
6.1
7.0
7.1
UNDERSTANDING OF BID DOCUMENTS
A prospective Bidder is expected to examine all instructions, forms, terms and
specifications in the Bid Documents and fully inform himself to all conditions
and matters, which may in any way, affect the scope of work or the cost
thereof. Failure to furnish all information required by the Bid Document or
submission of a Bid not substantially responsive to the Bid Document in every
respect will be at the Bidder’s risk and may result in the rejection of its bid.
CLARIFICATIONS ON BID DOCUMENTS
If the prospective Bidder finds discrepancies or omissions, in the
specifications and document or is in doubt as to the true meaning of any part,
he shall at once make a request, in writing, for interpretation/ clarifications, to
the Owner. The Owner then will issue interpretations and clarifications as he
may think fit in writing.After receipt of such interpretations and clarifications,
the Bidder may submit his bid but within the time and date as specified in the
Invitation to Bid. All such interpretations and clarifications shall form a part of
the Bidding Document and shall accompany the Bidder’s proposal. A
prospective Bidder requiring any clarification on Bidding Document may notify
the Owner in writing. The Owner will respond in writing to any request for
such clarification of the Bidding Document, which it receives not later than
fifteen (15) days prior to the deadline for submission of bids prescribed by the
Owner.
7.2 Verbal clarifications and information given by the Owner or his employee(s) or
his representative(s) shall not in any way be binding on the Owner.
8.0
AMENDMENT TO BIDDING DOCUMENT:
8.1
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, modify the Bidding Document by
amendment(s).
8.2
The amendment will be notified in writing or by telex or cable to all prospective
Bidders which have received the Bidding Document at the address contained
in the letter of request for issue of Bidding document from the Bidders. Owner
will bear no responsibility or liability arising out of non-receipt of the same in
time or otherwise.
8.3
In order to afford prospective Bidders reasonable time in which to take the
amendment into account in preparing their bids, the Owner may, at its
discretion, extend the deadline for the submission of bids.
8.4
Such amendments, clarifications, etc. shall be binding on bidders and will be
given due consideration by the Bidders while they submit their bids and
invariably enclose such documents as a part of the bid.
9.0
LANGUAGE OF BID
9.1
The Bid prepared by the Bidder and all correspondence and documents
relating to the bid, exchanged by the Bidder and the Owner, shall be written in
the English language.
10.0 LOCAL CONDITIONS
10.1 It will be imperative on each Bidder to fully inform himself of all local
conditions and factors which may have any effect on the execution of the
Contract covered under these documents and specifications. The Owner
shall not entertain any request for clarifications from the bidders, regarding
such local conditions.
10.2 It must be understood and agreed that such factors have properly been
investigated and considered while submitting the proposals. No claim for
financial adjustment to the Contract awarded under these specifications and
documents will be entertained by the Owner. Neither any change in the time
schedule of the Contract nor any financial adjustments arising thereof shall be
permitted by the Owner, which are based on the lack of such clear information
or its effect on the cost of the Works to the Bidder.
11.0 DOCUMENTS COMPRISING THE BID
11.1 The bid shall be prepared in two parts. 1st part shall comprise the technical &
commercial bid. The 2nd part shall comprise the bid proposals & price
schedules.
11.2 The technical and commercial bid would be opened on the due date of
opening and the price bid would be opened after scrutiny of the technical &
commercial bid of those tenderers whose technical and commercial bids are
found in order.
11.3 The bidder would submit the technical & commercial bid and price bid in
separate envelopes. In addition the bidders would submit the requisite bid
security in a separate (3rd) envelope.
11.4 The Bidder shall complete the Bid Proposal inclusive of Price Schedules
(1 to 7) on the performas furnished in the Bidding Documents (Vol-IB),
indicating the goods to be supplied and services to be rendered and a brief
description of goods & services, their quantity and prices. The same shall be
placed in a separate envelope. The envelope shall be sealed and it will be
clearly indicated on the envelope that this envelope contains Bid Proposal and
Price Schedules only. No other document will be placed inside this envelope.
11.5 All other documents including Technical Data requirements will be placed in a
separate envelope called “Technical and Commercial Bid”.
11.6 The Bidder shall also submit documentary evidence to establish that the
Bidder meets the Qualifications Requirements as detailed in clause 2.0
above.
11.7 The Bid security shall be furnished in a separate envelope in accordance with
clause 27.
11.8 As such, total 3 separate envelopes containing Main Technical & Commercial
Bid, Bid Proposal & Price Schedules, Bid security will be prepared and placed
in a separate outer sealed envelope and handed over at the time of
submission of bid.
12.0 SCOPE OF THE PROPOSAL
12.1 The scope of the proposal shall be on the basis of single Bidder’s responsibility
completely covering all the equipment to be supplied and services to be rendered
as defined under the accompanying technical specifications.
12.2 No deviation whatsoever to certain conditions of the Bidding Documents as
specified in the clause 18 of Special Conditions of Contract is permitted by the
Owner and, therefore, the Bidders are advised that while making Bid Proposals
and quoting prices these conditions may appropriately be taken into
consideration. Bidders are required to furnish a certificate in this regard as per
the format provided in Annexure ‘A’ Special Conditions of Contract.
12.3
12.4
13.0
14.0
14.1
a)
b)
14.2
(A)
(i)
(a)
(b)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(B)
(i)
The defect liability period would be 12 months from the date of commissioning
Bids not covering the entire scope of Works will be treated as incomplete
and hence rejected.
CONTRACT QUALITY ASSURANCE
The bidder shall include in his proposal the Quality Assurance Programme
containing the overall quality management and procedures, which he
proposes to follow in the performance of the contract during various phases
as detailed in relevant clauses of the technical specification.
BID PRICE
The Bidder shall indicate on the appropriate Price Schedules attached to
these documents, the unit prices and total Bid Prices of the goods proposed
to be provided under the Contract.
No lump sum discount shall be indicated separately in the price bid and the
same shall not be considered for evaluation purposes. However, if such
bidder remains L-1 without allowing the discounts then purchase order will be
issued on discounted price.
Prices indicated on the Price Schedules shall be entered separately in the
following manner.
For goods offered from within India:
The price of the Goods, quoted ex-factory, ex-showroom, ex-warehouse or
off-the-shelf, as applicable, including all customs duties and sales and
other taxes already paid or payable:
on the components and raw material used in the manufacture or assembly
of goods quoted ex-factory, or
on the previously imported goods of foreign origin, quoted ex-showroom,
ex-warehouse or off-the-shelf.
Indian excise duty, sales tax and other duties/levies such as Octroi duty /
entry tax which will be payable on the goods, if this Contract is awarded.
Charges for inland transportation, insurance and other local cost incidental
to delivery of the goods to their final destination.
The charges for unloading, storage, handling at site, insurance, installation
Including associated civil works, testing & commissioning of equipment /
materials to be supplied by the Bidder.
Applicable Service Tax, which will be payable on services, if the contract
is awarded.
Type test Charges
Training charges
For goods offered from abroad:
The prices of the goods quoted CIF port-of-entry in India.
(a) CIF port of entry in case goods are dispatched by Airway.
(b) FOB port of embarkation price and ocean freight and marine insurance
charges separately in case goods are dispatched by ship.
(ii)
Charges for port handling, port clearance, inland transportation, insurance
and other local costs incidental to delivery of the goods from the port of entry
to their final destination.
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
14.3
14.4
14.5
14.6
Indian Customs duty
The title of goods, offered from abroad, shall pass on to the Purchaser upon
loading on to the mode of transport to be used to convey the equipment
including mandatory spares from the country of origin to that country (i.e.,
before entering the CIF port of disembarkation) and no Indian taxes and
duties other than custom duties/levies and octroi duty / entry tax which is
incidental to the delivery of goods at the final destination site shall be payable
by the Purchaser..
Applicable Service Tax, which will be payable on services, if the contract is
awarded.
Indian Agent’s Commission (IAC) involved, if any, should be indicated
separately as % of the CIF port of entry price quoted and the same will be
payable in India in equivalent Indian Rupees using SBI TT Buying Rate
(Market Rate of Exchange) ruling on the date of Notification of Award / Letter
of Award. The name and detailed address with other details of the said
firm/agency should be furnished along with the Bid thereby also indicating in
detail of the services to be rendered by the said firm/Agency in consideration
for the IAC payable to them.
The charges for unloading, storage, handling at site, insurance, materials to
be supplied by the Bidder.
Type test Charges
Training charges
The Bidder (both Indian Bidder & Foreign Bidder) shall include the sales tax
on works contract, turnover tax or any other similar taxes under the sales tax
Act, as applicable in their quoted bid price and HVPNL would not bear any
liability on this account. HVPNL shall, however, deduct such taxes at source
as per the rules and issue TDS (Tax Deduction at Source) certificate to the
Contractor.
The Bidder’s separation of price components in accordance with para 14.2
above will be solely for the purpose of facilitating the comparison of Bids by
the Purchaser and will not in any way limit the Purchaser’s right to contract on
any of the terms offered.
It is obligatory that the Bidders shall avail centralized shipping arrangements
through the ‘Chartering Wing viz.,’ TRANSCHART of Ministry of Surface
Transport, Govt. of India or otherwise the Bidders shall obtain on their own
‘No objection certificate’ from Ministry of Surface Transport, Govt. of India well
in advance. However, HVPNL shall not be responsible for any delay
whatsoever on this account.
In case during detailed engineering there is change in quantity of some items
and services for which unit rates have been asked in Bid Proposal sheets, the
actual quantity supplied and installed shall be payable. However, there shall
be no variation in price for the items/services for which Lump Sum price is
payable. However, no additional price shall be paid for the items for which unit
rates are not given in bid proposal sheets, but are required for completion of
job and it will be the responsibility of the bidder to assess all such items and to
clearly bring out the same in Bid Proposal Sheets alongwith their prices.
After detailed engineering, the bill of quantities for which unit rates have been
given in the bid proposal sheets in the contract, the revised bill of quantities
shall be prepared and got approved immediately from the empowered officer
of the employer/owner by the contractor. The payment shall be made for the
revised quantities only.
15.0
15.1
16.0
16.1
17.0
Bid Currencies
For Indian Bidders
The Indian Bidders have to import the GIS module for construction of above
sub-stations from their respective principals as no manufacturer of GIS
module is in India.
The unit rates and prices shall be quoted by the Indian bidders separately as
under:
a) In US dollar / Euro/ Japanese/ Yan / Indian Rupees for those goods/
services which the bidder is expected to supply form outside the
purchaser’s country and
b) In currency of purchaser’s country for their goods/ services which the
bidder expects to supply from within the purchaser country.
For this purpose schedule for pricing will be provided separately for imported
items in the bidding document.
For foreign bidders:
Foreign Bidders shall quote all prices in Indian Rupees/US $/ Japanese yen
only except the cost of services to be performed in India such as clearance
and handling at port, inland transportation, insurance, unloading, storage,
handling at site, insurance, installation, testing & commissioning of equipment
and materials, which shall be quoted in Indian Rupees.
However, foreign Bidders, in addition to the Rupee component, may also
quote a portion of the cost of services in US $/ yen to cover expenditure
towards expatriate personnel and imported equipment for the services to be
performed in India.
ALTERNATE PROPOSALS
Based on their experience, capabilities, patented research, and development
work etc., the Bidder may, in addition to a base proposal, offer alternate
proposal(s), for reasons of economy or better performance. But in all such
cases, the base proposal shall be strictly in line with the requirements as
stipulated in the Bidding Documents and only base proposal shall be
considered for the purposes of evaluation of the bids. Should the bid by the
successful Bidder contain such alternate proposal then the Owner, at his
discretion, may accept the same at the time of award of Contract.
PRICE BASIS
Prices quoted shall be on Firm Price basis in Indian Rupees/ US $/ Yen. No
Price escalation shall be applicable during execution of the contract except for
prices of supply of power transformers which shall be variable as per IEEMA
formula with the base date 30 days prior to date of opening of tender.
The applicable IEEMA formula for price variation of transformers is as under:P=
Whereas
P=
P0=
C=
ES=
IS=
P0 /100 (13+23(C/C0)+28(ES/ES0)+7(IS/IS0)+7(IM/IM0)+7(TB/TB0)+15(W/W0)
Updated price
Base Price
Price of copper wire bars
Price of CRGO
Price index number of Iron & Steel
IM=
TB=
W=
Price of Insulating Material
Price of Transformer oil
Average consumer price index
18.0
18.1
TAXES AND DUTIES:
All Excise Duties, Sales Taxes and other taxes and duties, levies payable by
the bidders in respect of the transaction between the bidders and their
vendors/sub-suppliers while procuring any components, sub assemblies, rawmaterials and equipment shall be included in the Ex-works bid price and no
claim on this behalf will be entertained by the owner. For bought out items the
excise duty and sales tax will be included in the quoted price and no sales tax
in any form shall be payable to the supplier in respect of the bought out items
directly dispatched from the works of sub-supplier and the sale to HVPNL
shall be made on "Sale in Transit basis" where ever possible.
18.2
Sales Tax, Excise Duty, local taxes and other levies for self manufactured
items in respect of the transactions between the Owner and the Contractor
under the Contract, for all the goods dispatched from manufacturing works of
the contractor directly to site should be indicated separately, wherever,
applicable in the relevant price schedules.
Wherever Excise duty is applicable, the due credit under the MODVAT
(Modified value Added Tax) scheme as per the relevant Government policies
wherever applicable, shall be taken into account by the Bidder while quoting
bid price.
As regards the Income Tax, surcharge on Income Tax and other taxes
including tax deduction at source the Bidder shall be responsible for such
payment to the concerned authorities with in the prescribed period.
PRICES
Bidders shall quote their prices on FOR site basis.The ex-factory price
component, transportation and insurance, unloading, storage and handling of
equipment at site, erection and commissioning charges shall be indicated
separately in the manner stipulated in the Bid Proposal Sheets, Vol.-IB.
18.3
19.0
20.0
20.1
20.2
20.3
20.4
20.5
21.0
21.1
TIME SCHEDULE:
The basic consideration and the essence of the Contract, shall be strict
adherence to the time schedule for performing the specified works.
The owner’s requirements of completion schedule for the works are
mentioned in the accompanying special conditions of contract.
The completion schedule as stated in the clause 11.1 of special conditions of
contract shall be one of the major factors in consideration of the bids.
The owner reserves the right to request for a change in the work schedule
during pre-award discussions with successful bidder.
The successful bidder immediately after signing of the contract is required to
start the detailed engineering and commence works at sites.
SPARE PARTS:
Mandatory Maintenance Equipment
The Bidder shall include in his scope mandatory maintenance equipment as
specified. The prices of these shall be indicated in respective schedules.
These would be considered in bid evaluation.
A list of mandatory & optional maintenance equipment is indicated in
Schedule3A-1.The Owner reserves the right to buy any or all of Mandatory
21.2
21.3
21.4
Maintenance Equipment. The Bidder shall furnish the item wise and total
prices for this equipment in the offer.
In Compliance with the requirements of tender documents, the prices for
mandatory maintenance equipment must be given separately, and shall be
used for bid evaluation purposes. All mandatory maintenance equipment shall
be delivered at site.
Commissioning spares
The contractor shall supply spares, which he expects to consume during
installation, testing and commissioning of system. The quantity of these
spares shall be decided based on his previous experience, such that site
works shall not be hampered due to non-availability of these spares.
Contractor shall submit a complete list of such spares along with the bid, the
cost of which shall be deemed to have been included in the lumpsum
proposal price of the package. The unused commissioning spares may be left
at the site for use by the purchaser, if so agreed at a cost to be negotiated.
No mandatory or recommended spares will be used during the commissioning
of the equipment/plant before take over by the purchaser.
Recommended spares
In addition to the mandatory maintenance equipment, the contractor shall also
provide a list of recommended spares giving unit prices and total prices for 5
years of normal operation of equipment in the relevant schedule of the BPS.
The Purchaser reserves the right to buy any or all the recommended spares.
The recommended spares parts shall be delivered at the site(s). The list of
recommended spares to be furnished by the bidder should also contain the
following:
a)
Population of each item installed along with reference drawing number.
b)
Service life expectancy of each item.
c)
Offer validity period.
Price of recommended spares will not be used for evaluation of bids. The
price of these spares will remain valid for a period of not less than 120 days
after the date on which the validity of main bid expires. The prices of any
recommended spares shall be subject to review by the purchaser and shall be
finalized after mutual discussions.
Tools & Tackles
The Contractor shall also supply at each substation site one set of all special
tool and tackles, etc. which are required by the purchaser’s maintenance staff
to maintain the works successfully at no extra cost. The list of such tools and
tackles shall be enclosed with the offer.
22.0MISPROCUREMENT
Bidders and Contractors, as well as borrowers, under contracts funded with
JBIC ODA Loans and other Japanese ODA, observe the highest standard of
ethics during the procurement and execution of such contracts. In pursuance
of this policy, the Bank (JBIC) & HVPNL:(a) will reject a Bid 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;
(b) will recognize a Bidder or a Contractor as ineligible, for a period
determined by the Bank and/or HVPNL, to be awarded a contract funded
with JBIC ODA Loans if it at any time determines that the Bidder or the
23.0
Contractor has engaged in corrupt or fraudulent practices in competing for,
or in executing, another contract funded with JBIC ODA Loans or other
Japanese ODA or any other projects of HVPNL.
INSURANCE:
The Bidder’s insurance liabilities pertaining to the scope of Works are detailed
out in Clauses titled "Insurance" in General Conditions of Contract and in
Erection Conditions of contract. Bidder’s attention is specifically invited to
these clauses; Bid price shall include all the cost in pursuance of fulfilling all
the insurance liabilities under the Contract.
24.0
MAINTENANCE TOOLS AND TACKLES:
The proposal shall include all special tools and tackles required for the
operation and maintenance of the equipment. The Bidder shall indicate all the
above items in the Bid proposal sheets in the form of a schedule given there
in along with the description and the quantity of each item. The lump-sum
price to be quoted by the Bidder shall include prices of these tools and
tackles.
25.0
ERECTION TOOLS & TACKLES:
The Bidder under a separate schedule, in his proposal shall include a list of all
special equipment, tools & tackles etc., which he proposes to bring to site for
the purpose of erection, handling, testing and commissioning including
performance & guarantee tests of the equipment. If any such equipment is
listed anywhere else in the Bid and not specially mentioned in the above,
schedule, it shall be deemed to have been included in the Bidder’s proposed
scope of supply.
26.0
26.1
BRAND NAMES:
The specific reference in these specifications and bid documents to any
material/equipment by brand name, make or catalogue number shall be
construed as establishing standards of quality and performance and not as
limiting Competition. However, Bidders may offer other similar material/
equipment provided they meet the specified standard, design and
performance requirements. The bidder shall furnish adequate technical
information about such alternative material/equipment to enable the Owner to
determine its acceptability. The Owner shall be the sole judge on the
acceptability or otherwise of such alternative material/equipment.
The Bidder shall note that standards for workmanship, material and
equipment, and reference to brand name or catalogue numbers designated by
the Owner in its Technical Specifications are intended to be descriptive only
and not restrictive. The Bidder may substitute alternative standard, brand
name and/or catalogue numbers in its bid, provided that it demonstrates to the
Owner’s satisfaction that the substitutions are substantially equivalent or
superior to those designated in the Technical Specification.
BID SECURITY:
The Bidder shall furnish, as part of its Bid, Bid security for an amount as
specified in the accompanying Special Conditions of Contract. The bid
guarantee shall be valid for a period of 148 days from the date of opening of
bids.
The bid security is required to protect the Owner against the risk of Bidder’s
conduct, which would warrant the guarantee forfeiture, pursuant to para 27.7.
26.2
27.0
27.1
27.2
27.3
27.4
27.5
27.6
27.7
27.8
27.9
28.0
28.1
28.2
29.0
29.1
29.2
The bid security shall be made payable to the Owner without any condition
whatsoever.
The bid security shall be denominated in Indian Rupees only and shall be in
one of the following forms.
A)
A Bank guarantee or an irrevocable letter of credit issued by a
scheduled bank, in the form provided in bidding documents.
B)
Crossed Bank Draft, a cheque certified by a Banker.
Any bid not secured in accordance with para 27.1 and 27.3 above will be
rejected by the Owner as non-responsive.
Unsuccessful Bidder’s bid guarantee will be discharged/returned as promptly
as possible but not latter than 28 days after the expiration of the period of bid
validity prescribed by the Owner.
The successful Bidder’s bid security will be discharged upon the Bidders
executing the Contract, and furnishing the performance Guarantee, pursuant
to Clause: 47.0 of ITB.
The Bid security may be forfeited:
a) If a Bidder withdraws its bid during the period of bid validity specified by
the Bidder in the Bid Form; or
b) In the case of a successful Bidder, if the Bidder fails:
i. To sign the Contract; or
ii. To furnish the performance Guarantee within the prescribed period.
iii. In case the bidder submits the fraudulent documents.
The bid security shall be submitted along with the bid in a separate sealed
envelope in one original and two copies. Any bid not accompanied by the
required bid security in accordance with provisions of this clause will be
rejected by the Owner.
No interest shall be payable by the Owner on the above bid security.
PERIOD OF VALIDITY OF BIDS:
Bids shall remain valid for 75 days from the date of opening of the main
technical & commercial bid and 45 days after the date of opening of price bid
whichever is later. A Bid valid for a shorter period will be rejected by the
Owner as non-responsive.
In exceptional circumstances the Owner may solicit the Bidder’s consent to an
extension of the period of Bid validity. The request and the response thereto
shall be made in writing (including cable or telex). The bid security provided
under clause 27.0 shall also be extended by the same period as the extension
in the validity of the Bid. A Bidder may refuse the request without forfeiting his
bid security. A Bidder accepting the request will not be required or permitted
to modify its bid.
FORMAT OF BID:
The Bidder shall prepare one original and four copies of the bid, clearly
marking each “Original Bid” and “Copy of Bid”, as appropriate. In the event of
any discrepancy between them, the original shall govern.
The original and all copies of the bid shall be typed or written in indelible ink
and shall be signed by the Bidder or a person or persons duly authorised to
bind the Bidder to the Contract. The letter of authorisation shall be indicated
by written power-of-attorney accompanying the bid. All pages of the bid,
29.3
30.0
30.1
30.2
30.3
30.4
30.5
30.6
30.7
31.0
31.1
except for un-amended printed literature, shall be initialed by the person or
persons signing the bid.
The bid shall contain no inter-line actions, erasures or overwriting except as
necessary to correct errors made by the Bidder, in which case such
corrections shall be initialed by the person or persons signing the bid.
SIGNATURE OF BIDS:
The bid must contain the name, residence and place of business of the
person or persons making the bid and must be signed and sealed by the
Bidder with his usual signature. The names of all persons signing should also
be typed or printed below the signature.
Bid by a partnership must be furnished with full names of all partners and be
signed with the partnership name, followed by the signature(s) and
designation(s) of the authorised partner(s) or other authorised
representative(s).
Bids by Corporation/Company must be signed with the legal name of the
Corporation/Company by the President, Managing Director or by the
Secretary, other person or persons authorised to bid on behalf of such
Corporation/Company in the matter.
A Bid by a person who affixes to his signature the word `President`,
`Managing Director` `Secretary`, `Agent` or other designation without
disclosing his principal will be rejected.
Satisfactory evidence of authority of the person signing on behalf of the
Bidder shall be furnished with the bid.
The Bidder’s name stated on the proposal shall be the exact legal name of the
firm.
Bids not conforming to the above requirements of signing may be disqualified.
SEALING AND MARKING OF BIDS:
The Bidders shall seal the original and each copy of the bid in three separate
envelopes, duly marking the envelopes as “original” and “copy” as under:i
Technical & Commercial Bid (Part-I).
ii
Bid Proposal along with Price Bid (Part-II).
Iii
Bid Guarantee (Earnest Money).
These three envelopes will be sealed and placed in an outer envelope. The
outer envelope shall be addressed to the Owner at the following address:
Chief Engineer (Material Management)
Haryana Vidyut Prasaran Nigam Limited,
Shakti Bhawan (Basement), Sector-6,
Panchkula-134 109 (Haryana)
Ph. 0172-2572844, Tele Fax: 0172-2583724
31.2
31.3
31.4
The outer envelope will bear the name of package, the NIT & Enquiry number
and the words "DO NOT OPEN BEFORE ____________ ".
Each inner envelope shall indicate the name and address of the Bidder to
enable the bid to be returned unopened in case it is declared “late” or
“rejected”.
If the outer envelope is not sealed and marked as required by para 31.2, the
Owner will assume no responsibility for the Bid’s misplacement or premature
opening.
31.5
31.6
32.0
32.1
32.2
32.3
33.0
34.0
34.1
34.2
34.3
The Bid security and Bid Proposal along with Price Schedules must be
submitted in two separate sealed envelopes as detailed above and should be
placed in the outer envelope along with envelope containing main technical
and commercial bid.
In case the bidder put the price proposal and technical proposal in one
envelope in contravention of bidding documents and the same is
opened then the bid of the bidder will be out rightly rejected.
DEADLINE FOR SUBMISSION OF BIDS:
The Bidders have the option of sending the bid by registered post or
submitting the bid in person. Bids submitted by telex/telegram will not be
accepted. No request from any Bidder to the Owner to collect the proposals
from airlines, cargo agents etc. shall be entertained by the Owner.
Bids must be received by the Owner at the address specified under para 31.1,
not later than the time & date mentioned in the Global Invitation to Bid.
The Owner may, at its discretion, extend this deadline for the submission of
bids by amending the Bidding Document, in which case all rights and
obligations of the Owner and Bidders previously subject to the deadline will
thereafter be subject to the deadline as extended.
LATE BIDS:
Any bid received by the Owner after the time & date fixed or extended for
submission of bids prescribed by the Owner, will be rejected and/or returned
unopened to the Bidder.
MODIFICATION AND WITHDRAWAL OF BIDS:
The Bidder may modify or withdraw its bid after the Bid’s submission provided
that written notice of the modification or withdrawal is received by the Owner
prior to the deadline prescribed for submission of bids.
The Bidder’s modification or withdrawal notice shall be prepared, sealed,
marked and dispatched in accordance with the provisions of clause 31.0.
No bid may be modified subsequent to the deadline for submission of bids.
34.4
No bid may be withdrawn in the interval between the deadline for submission
of bids and the expiration of the period of bid validity specified by the Bidder
on the Bid Form. Withdrawal/modification of a bid during this interval may
result in the Bidder’s forfeiture of its bid security.
35.0
35.1
INFORMATION REQUIRED WITH THE PROPOSAL:
The bids must clearly indicate the name of the manufacturer, the type of
model of each principal item of equipment proposed to be furnished and
erected. The bid should also contain drawings and descriptive materials
indicating general dimensions, materials from which the parts are
manufactured, principles of operation, the extent of pre-assembly involved,
major construction equipment proposed to be deployed, method of erection
and the proposed erection organizational structure.
The above information shall be provided by the Bidder in the form of separate
sheet drawings, catalogues, etc. in four copies.
Any bid not containing sufficient descriptive materials to describe accurately
the equipment proposed may be treated as incomplete and hence rejected.
Such descriptive materials and drawings submitted by the Bidder will be
retained by the Owner. Any major departure from these drawings and
descriptive material submitted will not be permitted during the execution of the
35.2
35.3
35.4
35.5
35.6
35.7
36.0
36.1
36.2
Contract without specific written permission of the Owner.
Oral statements made by the Bidder at any time regarding quality, quantity or
arrangement of the equipment or any other matter will not be considered.
Standard catalogue pages and other documents of the Bidder may be used in
the bid to provide additional information and data as deemed necessary by
the Bidder.
The Bidder, along with his proposal, shall submit a list of recommended
erection equipment and materials which will be required for the purpose of
erection of equipment and materials supplied under the contract.
In case the “Bid Proposal” information contradicts specification requirements,
the specification requirements will govern, unless otherwise brought out
clearly in the technical & commercial deviation schedules.
OPENING OF BIDS BY OWNER:
The Owner will open bids in the presence of Bidders representatives (upto 2
persons) who choose to attend at the date and time for opening of bids in the
global Invitation to Bid or in case any extension has been given thereto, on
the extended bid opening date and time notified to all the Bidders who have
purchased the bidding documents. The Bidders` representatives who are
present shall sign a register evidencing their attendance.
‘The Bidders’ names, terms & conditions, modifications, bid withdrawals and
the presence or absence of the requisite bid guarantee and such other details
as the Owner, at its discretion, may consider appropriate will be announced at
the opening.
Bid Prices will be opened after scrutiny of technical & commercial bids for
those tenderers whose technical & commercial bids are found in order. The
date & time of opening of price bid will be intimated to the bidders whose
technical & commercial bids are found in order in advance by HVPNL. The
price bid shall also be opened in the presence of bidder’s representatives who
choose to attend at the date & time of opening of price bid.
36.3
No electronic recording devices will be permitted during the opening of bid as
well as price bid.
36.4
The HVPNL shall record the items which are read out as per first paragraph of
ITB 36.2. To require that the bidder’s representatives sign this record; and the
HVPNL shall prepare minutes of the bid opening.
36.5
Except as may be required by law, no information relating to the examination,
clarification and evaluation of bids and recommendation concerning awards
shall be communicated after the public opening of bids to any persons not
officially concerned with the process until a contract has been awarded to a
bidder.”
37.0
CLARIFICATION OF BIDS:
To assist in the examination, evaluation and comparison of bids 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.
38.0 TECHNICAL AND COMMERCIAL DEVIATIONS
a) Prior to the detailed evaluation, the Employer will determine whether each bid
is of acceptable quality, is complete and is substantially responsive to the
bidding documents. For purposes of this determination, a substantially
responsive bid is one that conforms to all the terms, conditions and
specifications of the bidding documents without material deviations, objections,
conditional -ties or reservations. A material deviation, objection, conditionality
or reservation is one (i) that affects in any substantial way the scope, quality or
performance of the contract; (ii) that limits in any substantial way, inconsistent
with the bidding documents, the Employer’s rights or the successful Bidder’s
obligations under the contract; or (iii) whose rectification would unfairly affect
the competitive position of other bidders who are presenting substantially
responsive bids.
b) If a bid is not substantially responsive, it will be rejected by the Employer, and
may not subsequently be made responsive by the Bidder by correction of the
nonconformity. The Employer’s determination of a bid’s responsiveness is to
be based on the contents of the bid itself without recourse to extrinsic
evidence.
c)
Unacceptable technical and commercial deviation taken in schedule 8 & 9 will
not be evaluated and bid will be rejected. However, the deviation which will be
treated as minor and their loading criteria will be as under:Minor deviation
Loading criteria
Bids sometime omit a particular component or Highest cost of the corresponding
option or accessories or a minor attachment (viz. items by any of the bidder will be
some spare parts). If the item offered for supply is loaded to the bid cost.
otherwise functional and if the omissions are
minor and these parts can be procured
separately, the bid may be loaded for parts not
included in the scope of supply and evaluated. In
other cases, the bid should be treated as nonresponsive.
Payment terms:BP X IR% X AD
LA =
365
If a bidder asks for early payment then specified in WHERE:
the bidding documents the same will be LA= loading amount
acceptable as minor deviation, if the early BP=Bid price (including taxes)
payment is not more than 50% in advance to the IR% = SBI PLR on the date of
time for payment specified in the bid
opening of bid
AD= advance days of payment
requested.
39.0
Conversion to Single Currency.
To facilitate evaluation and comparison, the Purchaser will convert all Bid
prices, to Indian Rupees at Bills Clearing (B.C.). Selling Rate of Exchange
established by State Bank of India (SBI), India for similar transactions on the
date of Bid Opening (1st Part).
40.0
40.1
Examination and evaluation of Bids.
The owner will first examine the bids to determine whether the bidder fulfill
technical & financial qualifying criteria as per bidding documents.
40.2 Thereafter, in the second stage, the Owner will examine and evaluate the bids
of only those bidders who qualify above and determine whether they are
complete, whether required sureties have been furnished, whether the
documents have been properly signed, and whether the bids are generally in
order.
40.3 In the third phase, the price bid of only those bidders will be opened whose
bids are found technically & commercially acceptable under item 40.2 above.
The price proposals of the bidders whose technical proposal have been
determined not to conform to technical specification shall promptly be returned
unopened to the bidder concerned.
40.4
a) The price furnished in various price schedules should be consistent with
each other. In the case of any inconsistency in the price furnished in the
specified price schedules, the owner shall be entitled to consider the lowest
prices for the purpose of evaluation and award of contract. All arithmetical
errors will be rectified on the basis of the unit price or total price (in figures or
in words) whichever is more beneficial to the owner.
b)
Arithmetical errors will be rectified on the following basis. If there is a
discrepancy between the unit price and the total price, which is obtained by
multiplying the unit price and quantity, or between subtotals and the total
price, the unit or subtotal price shall prevail, and the total price shall be
corrected. If there is a discrepancy between words and figures, the amount in
words will prevail unless the amount expressed in words is related to an
arithmetical error, in which case the amount in figures shall prevail subject to
the above procedure. If the Bidder does not accept the correction of errors,
its bid will be rejected.
40.5 If a bid contains a seriously unbalanced unit price for certain goods of
services to be provided the owner is expected to ask the bidder for
clarification of such an offer and should receive answers from the bidder to
ensure appropriate execution during the contract stage, before concluding the
evaluation. A reasonable increase in performance security may be requested
from the successful bidder if the owner feels appropriate.
40.6 In case the owner feels appropriate to inspect the executed works and
performance of any bidder the same shall be carried out at the cost of the
owner.
40.7 BASIS OF EVALUATION
a) Bids for individual equipment or incomplete services shall be treated as
incomplete and are liable to be rejected.
b) The evaluation of a bid shall be undertaken as follows:
(i)
The CIF port of entry price for importing goods including spares, tools
& tackles or the ex- factory price of other goods offered in the bid shall
be taken into account in evaluation of that bid.
(ii)
Custom duties and other import taxes levied in connection with the
importation or sales and similar taxes levied in connection with the
Deleted: 4
sale or delivery of goods shall not be taken into account in the
evaluation;
(iii) The cost of inland freight, insurance and other expenditure incidental
to the transportation and delivery of goods to the place of their use or
installation for the purposes of the project shall be included.
(iv) Type test charges.
(v) Training charges for sub-stations.
(vi) Any other charges as per the requirement of Special Conditions of
Contract/ Technical specifications.
(vii) Capatilisation of losses of transformers & capacitor bank as per 40.8.
c) In evaluating the bids, the employer will determine for each bid the evaluated
bid price by adjusting the bid price as follows;
a) Making any correction for errors pursuant to sub-clause 40.4 (b)
b) Deducting taxes and duties pursuant to sub-clause 40.7 (b)
c) Converting all bid prices to single currency pursuant to sub-clause 39.0
The evaluation of a bid shall be undertaken as follows;
40.8 CAPATILISATION OF LOSSES AND LIQUIDATED DAMAGES FOR
PERFORMANCE FOR SUB-STATIONS ONLY
40.8.1 The losses of Power Transformers will be capitalised during evaluation of the
Bid as per the following Formula:Capitalisation Formula:
Ic +386700 (Wi+ 0.45 Wc+0.45 Wp)
Where Ic
=
Initial cost
Wi
=
Iron (No load loss)
WC
=
Copper Losses
Wp
=
Auxiliary Losses.
40.8.2 The losses of shunt capacitors shall be capitalised at the rate of
Rs. 66,676/- per K.W.
The losses shall be guaranteed maximum figures. The test figure will be
compared with corresponding guarantee figures and the liquidated damages
will be calculated at the above rate for the excess of difference between the
test figures over the corresponding guaranteed figures. No tolerances shall be
permitted over the test figures of losses. For fraction of a K.W. penalty shall
be applied pro-rata.
Note: Bids offering equipment (Power Transformer) with losses higher
then the max. permissible losses and max. weighted average losses as
defined in technical specification shall be rejected.
41.0
DEFINITIONS AND MEANINGS:
For the purpose of the evaluation and comparison of bids, the following
meanings and definition will apply.
`Bid Price` shall mean the base price quoted by each Bidder in Bid Proposal
Sheets for the complete equipment and services including Excise duty, Sales
Tax, payable to the bidder including Freight, Insurance, Erection, training,
testing & commissioning charges.
42.0
43.0
43.1
43.2
43.3
43.4
44.0
44.1
45.0
45.1
45.2
45.3
CONTACTING THE OWNER:
Bids shall be deemed to be under consideration immediately after they are
opened and until such time official intimation of award/rejection is made by the
Owner to the Bidders. While the bids are under consideration, Bidders and/or
their representatives or the interested parties are advised to refrain from
contacting by any means, the Owner and /or his employees / representative
on matters related to the bids under consideration. The Owner, if necessary,
will obtain clarifications on the bids by requesting for such information from
any or all the Bidders, in writing. Bidders will not be permitted to change the
substance of the bids after the bids have been opened. Any effort by a bidder
to influence the purchaser in any way may result in rejection of the bidder's
bid.
AWARD CRITERIA:
The contract is to be awarded to the bidder whose bid has been determined to
be the lowest evaluated bid and who meets the appropriate standards of
capability and financial resources. A bidder shall not be required as a
condition of award to undertake responsibilities or work not stipulated in the
specifications or to modify the bid. Where exceptional circumstances justify,
the owner may, as an alternative to re-bidding, negotiate with the lowest
evaluated bidder (or failing a satisfactory result of such negotiation, with the
next –lowest evaluated bidder) to try to obtain a satisfactory contract.
The Owner shall identify the lowest evaluated bidder after evaluating the
supply & erection bids together. However, the owner may award two separate
contracts to the successful bidder comprising one for supply and second for
erection, in line with the terms and conditions specified in the accompanying
technical specifications.
The award for supply of equipment shall be on the basis of Freight on
destination site basis prices inclusive of excise duty, sales tax, freight &
insurance.
Both supply and erection contracts will constitute a divisible supply cum
erection contract. The breach in one contract by the successful bidder will
automatically be classified as breach of the other contract for all intents and
purposes.
OWNER`S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL
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
obligation to inform the affected Bidder or Bidders of the grounds for the
Owner’s action.
NOTIFICATION OF AWARD:
Prior to the expiration of the period of bid validity and extended validity period,
if any, the Owner will notify the successful Bidder in writing by registered letter
or by cable or telex or FAX, 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 performance guarantee pursuant to
Clause 47.0 the Owner will promptly notify each unsuccessful Bidder and will
46.0
47.0
47.1
47.2
47.3
47.4
48.0
49.0
49.1
49.2
discharge its bid security, pursuant to clause 27.0.
SIGNING OF CONTRACT:
Within thirty (30) days of the Notification of award the successful bidder shall
sign the contract agreement and shall submit required performance
guarantee.
CONTRACT PERFORMANCE GUARANTEE:
Within 30 days of receipt of notification of award from the owner, the
successful Bidder, to whom the work is awarded, shall be required to furnish a
Performance Guarantee from a Scheduled bank, in the form attached as
Annexure-II, Section-V to this Vol-I in favour of the Owner. The guarantee
amount shall be equal to ten percent (10%) of the Contract price and it shall
guarantee the faithful performance of the Contract in accordance with the
terms and conditions specified in these documents and specifications. The
guarantee shall be valid upto 28 days after the end of Warrantee Period.
The Performance Guarantee shall cover additionally the following guarantees
to the Owner.
A. The successful Bidder guarantees the successful and satisfactory
operation of the equipment furnished and erected under the Contract, as
per the specifications and documents.
B. The successful Bidder further guarantees that the equipment provided
and installed by him shall be free from all defects in design, material and
workmanship and shall upon written notice from the Owner fully remedy
free of expenses to the Owner such defects as developed under the
normal use of the said equipment within the period of guarantee specified
in the relevant clause of the General Conditions of contract and special
Conditions of Contract.
The Contract Performance Guarantee is intended to secure the performance
of the entire contract However, the value of the performance security shall be
reduced to 5% of the total contract price as soon as the employer has issued
a commissioning certificate and shall become null and void after the defect
liability period, unless the same is extended in pursuant to GCC sub-clause 15.3..
The Performance Guarantee will be returned to the Contractor without any
Interest at the end of guarantee period.
QUANTITY VARIATION:
NOT APPLICABLE
SITE VISIT:
The bidder is advised to visit and examine the site of works and its
surroundings and obtain for itself on its own responsibility all information that
may be necessary for preparing the bid and entering into a contract for
construction of the works. The costs of visiting the site shall be at the bidder's
own expense.
The bidder and any of its personnel or agents will be granted permission by
the Employer to enter upon its premises and lands for the purpose of such
visit.
50.0
ELECTRICAL CONTRACTOR’S LICENCE:
The successful bidder will obtain the Electrical Contractor’s License from
Chief Electrical Inspector to Govt. of Haryana. The contractor will apply for the
same within 15 days of issue of letter of award and will obtain the license
within 3 months of filing the application for license.
51.0 SOURCE OF FUNDING:
51.1 The Rural Electrification Corporation Limited, Govt. of India has applied for an
ODA loan from Japan Bank for International Cooperation Bank in the amount of
JPY 20.902 billion towards the cost of Haryana Transmission System Project, and
intends to apply the proceeds of the loan to payments under this contract.
Disbursement of an ODA loan by JBIC will be subject, in all respects to the terms
and conditions of the loan agreement, including the disbursement procedures and
the guidelines for procurement under ODA loans of JBIC. No party other than
HVPNL shall derive any rights from the loan agreement or have any claim to loan
proceeds. The above loan agreement will cover only a part of project cost.
51.2
Bidding will be conducted through International Competitive bidding procedures
specified in the bidding documents.
52 Deemed Export Benefit:
As per conditions laid down by Govt. of India for projects funded by any
International Organisation as per notification No. 108/95 CE dated 28.08.1995,
amended from time to time, the domestically manufactured goods supplied for
this package are eligible for deemed export benefits as per extant Export Import
Policy, Govt. of India. The good imported under this package are eligible for
exemption from custom duty as per the extant policy of Govt. of India and the
relevant notifications of Govt. of India.
Bidder may like to ascertain availability of deemed export benefits as per the
extant export – import policy of Govt. of India. The bidder must give confirmation
and all information necessary for issuance of relevant certificate by owner in
terms of extant export –import policy of Govt. of India along with the his bid as
per format of Schedule-16 (Price bid).
The bidder shall be solely responsible for obtaining deemed export benefits from
the Govt. of India. In case of failure of the bidder to receive deemed export
benefits partly or fully from Govt. of India or if there is a delay in receipt of such
benefits, the owner shall neither be responsible nor be liable in this regard, in
any manner whatsoever. Bidder shall further note that contract price and/ or
payment /reimbursement towards taxes, duties, duties, levies etc shall not be
adjusted on account of variation in or withdrawal of deemed export benefits. The
bidder shall furnish along with his bid, a declaration to above effect, in schedule 16 (Price bid) of his bid as per the format enclosed in the bidding documents.
Bids which do not conform to this provision shall run the risk, of being treated as
non- responsive and rejected. Custom duty if not exempted under the
notifications of Govt. of India, the same shall be payable by Nigam.
SECTION-GCC
GENERAL CONDITIONS OF CONTRACT
A. INTRODUCTION
[
1.0
1.1
DEFINITION OF TERMS
‘The Contract’ means the agreement entered into between Owner and
Contractor as per the Contract Agreement signed by the parties, including all
attachments and appendices thereto and all documents incorporated by
reference therein.
1.2
‘Owner’ shall mean the HARYANA VIDYUT PRASARAN NIGAM LIMITED,
PANCHKULA and shall include their legal representatives, successors and
assigns.
1.3
‘Contractor’ shall mean the bidder whose bid will be accepted by the Owner
for the award of the Works and shall include such successful Bidder’s legal
representatives, successors and permitted assign.
1.4
‘Sub-contractor’ shall mean the person named in the Contract for any part of
the Work or any person to whom any part of the Contract has been sublet by
the Contractor with the consent in writing of the owner and will include the
legal representatives, successors and permitted assigns of such person.
1.5
‘Engineer’ shall mean the Chief Engineer/ MM HVPNL, Panchkula, to act as
Empowered Officer from time to time for the purposes of the Contract.
1.6
a) ‘Consulting engineer’/consultant’ shall mean any firm or person duly
appointed as such from time to time by the Owner.
b) “Adjudicator” means the person or persons named as such in the SCC
appointed by agreement between the Employer and the Contractor to make
a decision on or to settle any dispute or difference between the Employer
and the Contractor referred to him or her by the parties pursuant to GCC
Sub-Clause 48.1 (Adjudicator) hereof.
1.7
The terms ‘Equipment’, ‘stores’ and ‘Materials’ shall mean and include
equipment, stores and materials to be provided by the Contractor under the
Contract.
1.8
‘Works’ shall mean and include the furnishing of equipment, labour and
services, as per the Specifications and complete erection, testing and putting
into satisfactory operation including all transportation, handling, unloading and
storage at the Site as defined in the Contract.
1.9
‘Specifications’ shall mean the Specifications and Bidding Document forming
a part of the Contract and such other Schedules and drawings as may be
mutually agreed upon.
1.10
‘Site’ shall mean and include the land and other places on, into or through
which the works and the related facilities are to be erected or installed and
any adjacent land, paths, street or reservoir which may be allocated or used
by the Owner or contractor in the performance of the Contract.
1.11
The term ‘Contract Price’ shall mean the lump sum price quoted by the
Contractor in his bid with additions and/or deletions as may be agreed and
incorporated in the Letter of Award, for the entire scope of the works.
1.12
The term ‘Equipment Portion’ of the Contract price shall mean the ex-works
value of the equipment including excise duty/custom duty, sales tax, freight &
transit insurance.
1.13
The term ‘Erection Portion’ of the Contract price shall mean the value of field
activities of the Works including erection, testing and putting into satisfactory
operation including successful completion of performance and guarantee tests
to be performed at Site by the Contractor including type testing of equipment
and training of the employees of the owner.
1.14
‘Manufacturer’s Works’ or ‘Contractor’s Works’, shall mean the place of work
used by the manufacturer, the contractor, their collaborators/associate or subcontractors for the performance of the Contract.
1.15
‘Inspector’ shall mean the Owner or any person nominated by the Owner from
time to time, to inspect the equipment, stores or Works under the Contract
and/or the duly authorised representative of the Owner.
1.16
‘Notice of Award of Contract’/’Letter of Award’ shall mean the official notice
issued by the Owner notifying the Contractor that his bid has been accepted.
1.17
‘Date of Contract’ shall mean the date on which Notice of Award of
Contract/Letter of Award has been issued.
1.18
‘Month’ shall mean the calendar month. ‘Day’ or Days’ unless herein
otherwise expressly defined shall mean calendar day or days of 24 hours
each.
A ‘Week’ shall mean continuous period of seven (7) days.
1.19
‘Writing’ shall include any manuscript, type written or printed statement, under
or over signature and/or seal as the case may be.
1.20
When the words ‘Approved’, ‘Subject to Approval’, ‘Satisfactory’, ‘Equal to’,
‘Proper’, Requested’, ‘As Directed’, ‘Where Directed’, ‘When Directed’,
‘Determined by’, ‘Accepted’, Permitted’, or words and phrases of like
importance are used the approval, judgment, direction etc. is understood to be
a function of the owner.
1.21 Test on completion shall mean such tests as prescribed in the Contract to be
performed by the Contractor before the work is taken over by the Owner.
1.22 ‘Start up’ shall mean the time period required to bring the equipment covered
under the Contract from an inactive condition, when construction is essentially
complete, to the state ready for trial operation. The start up period shall
include preliminary inspection and checkout of equipment and supporting subsystem, initial operation of the complete equipment covered under the
Contract to obtain necessary pre-trial operation data, perform calibration and
corrective action, shut down, inspection and adjustment prior to the trial
operation period.
1.23 ‘Initial operation’ shall mean the first integral operation of the complete
equipment covered under the Contract with the sub-system and supporting
equipment in service or available for service.
1.24 ‘Trial operation’, Reliability Test’, ‘Trial Run’, ‘Completion Test’, shall mean the
extended period of time after the start up period. During this trial operation
period the unit shall be operated over the full load range. The length of Trial
operation shall be as determined by the owner, unless otherwise specified
elsewhere in the Contract.
1.25 ‘Performance and Guarantee Test’ shall mean all operational checks and
tests required to determine and demonstrate capacity, efficiency, and
operating characteristics as specified in the Contract Documents.
1.26 The term ‘final Acceptance/Taking Over’ shall mean the Owner’s written
acceptance of the Works performed under the Contract, after successful
commissioning/completion of Performance and Guarantee Tests, as specified
in the accompanying Technical specification or otherwise agreed in the
Contract.
1.27 “Commercial Operation” shall mean the Conditions of Operation in which the
complete equipment covered under the Contract is officially declared by the
Owner to be available for continuous operation at different load upto and
including rated capacity. Such declaration by the Owner, however, shall not
relieve or prejudice the Contractor of any of his obligations under the
Contract.
1.28 ‘Guarantee Period’ shall mean the period during which the Contractor shall
remain liable for repair or replacement of any defective part of the Works
performed under the Contract.
1.29 ‘Latent Defects’ shall mean such defects caused by faulty design, material or
workmanship which cannot be detected during inspection, testing etc. based
on the technology available for carrying out such tests.
1.30 ‘Drawings’, ‘Plans’ shall mean all:
a)
b)
c)
Drawings furnished by the Owner as a basis for bid/proposals.
Supplementary drawings furnished by the Owner to clarify and to
define in greater detail the intent of the Contract.
Drawings submitted by the Contractor with his bid provided such
drawings are acceptable to the Owner.
d)
Drawings furnished by the owner to the Contractor during the progress
of the work; and
e)
Engineering date and drawings submitted by the Contractor during the
progress of the work provided such drawings are acceptable to the
Owner.
1.31 ‘Codes’ shall mean the following, including the latest amendments, and/or
replacements, if any:
a)
b)
c)
d)
e)
f)
g)
h)
i)
Indian Electricity Act, 1905, and Rules and Regulations made
thereunder.
Indian Factory Act, 1948, and Rules and Regulations made thereunder.
Indian Explosive Act, 1884, and Rules and Regulations made
thereunder.
Indian Petroleum Act, 1934, and Rules and Regulations made
thereunder.
A.S.M.E. Test Codes.
A.I.E.E. Test. Codes.
American Society of Materials Testing Codes.
Standards of the Indian Standards Institution.
Other Internationally approved standards and/or Rules and Regulations
touching the subject matter of the Contract.
1.32 Words imparting the singular only shall also include the plural and vice-versa
where the context so requires.
1.33 Words imparting ‘Person’ shall include firms, companies, corporation and
associations or bodies of individuals, whether incorporated or not.
1.34 Terms and expression not herein defined shall have the same meanings as
are assigned to them in the Indian Sale of Goods Act (1930), failing that in the
Indian Contract Act (1872) and failing that in the General Clauses Act (1897)
including amendments thereof if any.
1.35 In addition to the above the following definitions shall also apply,
a)
‘All equipment and materials’ to be supplied shall also mean ‘Goods”
b)
‘Constructed’ shall also mean ‘erected and installed’
c)
‘Contract Performance Guarantee’ shall also mean ‘Contract
Performance Security’
1.36
COSTS, OVERHEAD CHARGES AND PROFIT
Whenever by these conditions, the contractor is entitled to be paid cost, such
cost shall be properly incurred and shall include any overhead charges,
properly allocable thereto, but not profit unless so stated. Any profit
entitlement shall be added to cost at the percentage of 10%.
2.0
APPLICATION
These General Conditions shall apply to the extent that they are not
superseded by provisions in Special Conditions of contract and Technical
specification of these bidding documents.
3.0
STANDARDS
The goods supplied under this Contract shall conform to the standards mentioned
in the Technical Specification, and, when no applicable standard is mentioned, to
the authoritative standard appropriate to the good and such standards shall be
the latest issued by the concerned institution.
4.0
LANGUAGE AND MEASURES
All documents pertaining to the Contract including specification, schedules,
notices, correspondence, operating and maintenance instructions, drawings or
any other writing shall be written in English language. The Metric system of
measurement shall be used exclusively in the Contract.
5.0
5.1
CONTRACT DOCUMENTS
The term Contract Documents shall mean and include the following which
shall be deemed to form an integral part of the Contract;
a)
Invitation of Bid including letter forwarding the Bidding documents,
Instructions to bidders, General Conditions of contract, Erection
condition of contract and Special Conditions of Contract.
5.3
b)
Specification of the equipment to be furnished and erected under the
Contract as brought out in the accompanying Technical specifications.
c)
Contractor’s bid proposal and the documents attached there to
including the letters of clarifications thereto between the Contractor and
the owner prior to the award of Contract except to the extent of
repugnancy.
d)
All the material, literature, data and information of any sort given by the
Contractor along with his bid, subject to the approval of the Owner.
e)
Letter of Award and any agreed variations of the conditions of the
documents and Special terms and conditions of Contract, if any.
PRIORITY OF CONTRACT DOCUMENTS
Subject to clause 5.1 of GCC of the Contract Agreement, all documents forming
part of the Contract (and all parts thereof) are intended to be correlative,
complementary and mutually explanatory. The Contract shall be read as a whole.
Unless otherwise provided in the contract the priority of the contract documents
shall be as follows:
1.
2.
3.
4.
5.
6.
7.
8.
The letter of award
The technical specifications
Special condition of contract
General condition of contract
Erection condition of contract
Bidder’s priced offer
Any other documents forming part of the contract.
Approved PERT chart
6
USE OF CONTRACT DOCUMENTS AND INFORMATION
6.1
The Contractor shall not, without the Owner’s prior written consent, disclose,
the contract, or any provision thereof, or any specification, plan, drawing,
pattern, sample or information furnished by or on behalf of the Owner in
connection therewith, to any person other than a person employed by the
Contractor in the performance of the Contract. Disclosure to any such
employed person shall be made in confidence and shall extend only so far,
as may be necessary for purposes of such performance.
6.2
The Contractor shall not, without the owner’s prior written consent, make use
of any document or information enumerated in various contracts documents
except for purpose of performing the Contract.
6.3
The Contractor shall not communicate or use in advertising, publicity, sales
releases or in any other medium, photographs or other reproduction of the
Works under this Contract, or descriptions of the Site, dimensions, quantity,
quality or other information, concerning the Works unless prior written
permission has been obtained from the Owner.
6.4
Any document, other than the contract itself, enumerated in various contract
documents shall remain the property of the Owner and shall be returned (in all
copies) to the Owner on completion of the Contractor’s performance under the
Contract if so required by the Owner.
7
CONSTRUCTION OF THE CONTRACT
7.1
Notwithstanding anything stated elsewhere in the bid documents, the
Contract to be entered into will be treated as a divisible supply and erection
Contract.
The supply portion of the contract will relate to supply of equipment and materials
and the erection portion will relate to the handling at the site, storage, erection,
construction, testing and commissioning etc. as defined in the Bid Documents.
7.2
In case of divisible supply and erection contract, or where the Owner hands
over his equipment to the contractor for executing the contract, then the
contractor shall at the time of taking delivery of the equipment/ despatch
documents be required to execute an Indemnity Bond in favour of the Owner
in the form acceptable to HVPNL for keeping the equipment in safe custody
and to utilise the same exclusively for the purposes of the said contract.
Samples of proforma for the Indemnity Bond are enclosed as Annexure – V &
VI to this Volume –I.
7.3
The Contract shall in all respects be construed and governed according to
Indian laws.
8
JURISDICTION OF CONTRACT
8.1
The laws applicable to the Contract shall be the laws in force in India. The
Courts of PANCHKULA shall have exclusive jurisdiction in all matters arising
under this Contract.
9
9.1
MANNER OF EXECUTION OF CONTRACT
The Contract Agreement, unless otherwise agreed to, shall be signed within
30 days of the Notification of Award, at the office of the Owner at
PANCHKULA on a date and time to be mutually agreed. The Contractor shall
provide for signing of the Contract, Performance Guarantee, appropriate
power of attorney and other requisite materials. In case the Contract is to be
signed beyond the stipulated time, the Bid Guarantee submitted with the
proposal will have to be extended accordingly. The contractual completion
period will be counted from the 30th day of the notification of award,
irrespective of the reason of delay in signing of the contract.
9.2
The Agreement will be signed in two originals and the Contractor shall be
provided with one signed original and the rest will be retained by the Owner.
9.3
The Contractor shall provide free of cost to the Owner all the engineering data,
drawings and descriptive materials submitted with the bid, in at least two copies
to form a part of the Contract immediately after issue of Letter of Award.
9.4
Subsequent to signing of the Contract, the Contractor at his own cost shall
provide the Owner with at least fifteen (15) true copies of Agreement alongwith all
annexures within thirty (30) days after the signing of the Contract.
10
ENFORCEMENT OF TERMS
10.1
The failure of either party to enforce at any time any of the provisions of this
Contract or any rights in respect thereto or to exercise any option therein
provided, shall in no way be construed to be a waiver of such provisions,
rights or options or in any way to affect the validity of the Contract.The
exercise by either party of any of its rights herein shall not preclude or
prejudice either party from exercising the same or any other right it may have
under the Contract.
11
COMPLETION OF CONTRACT
11.1
Unless otherwise terminated under the provisions of any other relevant
clause, this Contract shall be deemed to have been completed on the expiry
of the Guarantee Period as provided for under the clause-15 entitled
‘Guarantee’ in this section of the Volume-I
B. GUARANTEES & LIABILITIES
12
TIME – THE ESSENCE OF CONTRACT
12.1
The Contractor immediately on signing of contract is required to engage the
Manpower and machinery at sites to carry out the detailed survey, land
contouring and other preliminary activities required to start the works at site.
All approvals required from the owner for this purpose will be sought
immediately after signing of contract. The vendors for equipment will be
finalised, equipment drawings will be submitted for approval without delay. It
is expected that the contractor will commence the construction activity at sites
within 2 months and the equipment will start arriving at sites within
3 months after signing of contract.
12.2
The time and the date of completion of the Contract as stipulated in
Contract by the Owner without or with modifications, if any, and
incorporated in the Letter of Award, shall be deemed to be the essence of
Contract. The Contractor shall so organise his resources and perform
work as to complete it not later than the date agreed to.
the
so
the
his
12.3
The indicative PERT Chart for the sub-stations and transmission lines to be
adopted by the bidders have been prepared and placed as Annexure –XI.
The bidders have to adopt these PERT Charts. In case, the bidder wants to
submit their own PERT Chart, the same may be submitted with the bid. The
PERT Charts to be submitted with the bid can be considered and finalised
after discussions with the bidders. However, no deviation in the completion
targets will be accepted. The payment of any equipment / material supplied
earlier than the period stipulated in PERT Chart will be released only as per
schedule of delivery of material in the approved PERT Chart.
12.4 Based on the above-agreed Bar/PERT charts fortnightly reports shall be
submitted by the Contractor as directed by HVPNL.
12.5 Subsequent to the finalisation of the Bar/PERT charts, the Contractor shall
make available to HVPNL a detailed manufacturing programme, in line with
the agreed Contract Network. Such manufacturing programme shall be
reviewed, updated and submitted to HVPNL once every two months
thereafter.
12.6 The above bar charts/manufacturing programme shall be compatible with the
Owner’s computer environment and furnished to the Owner on such media as
may be desired by the Owner.
13
EFFECTIVENESS OF CONTRACT
The contract shall be considered as having come into force from the date of the
Notification of Award.
14
LIQUIDATED DAMAGES
14.1 For Equipment Portion including spares.
14.1.1 If the Contractor fails to successfully complete the commissioning of the works
within the time fixed under the Contract, the Contractor shall pay to the Owner
as liquidated damages, as sum specified for each specified period of delay. The
Details of such liquidated damages are brought out in the accompanying Special
Conditions of Contract (SCC)
14.1.2 Equipment and materials will be deemed to have been delivered only when all
its components, parts are also delivered. If certain components are not
delivered in time, the equipment and materials will be considered as delayed
until such time the missing parts are also delivered.
14.1.3 The total amount of liquidated damages for delay under the contract will be
subject to a maximum 10% of the Contract price of the works not commissioned
in time.
14.2
Liquidated damages on power transformers and shunt capacitor’s in substations for not meeting performance guarantees during the performance and
guarantee tests shall be assessed and recovered from the contractor as detailed
in Technical Specification/ special Conditions of Contract. Such liquidated
damages shall be without any limitation whatsoever and shall be in addition to
damages, if any payable under any other clause of Conditions of Contract.
14.3
Incentive for early completion of works
If the work is completed before the scheduled completion date than the
contractor will be allowed bonus @ 0.25% of contract price per fortnight. No
bonus will be paid, if the period is less than 15 days.
15
15.1
GUARANTEE
The Contractor shall warrant that the equipment will be new, unused and in
accordance with the Contract Documents and free from defects in material and
workmanship for a period of 12 months from the date of commissioning of the
works with a provision that the critical component covered under the extended
defect liability is SF-6 Gas Insulated Switchgear (GIS) and the period shall be
12 months. The GIS manufacturer will give an undertaking with the Bid that his
engineer will reach the substation to attend the fault within 5 working days of
receipt of intimation of defect and will rectify the defect with in shortest possible
time. The Contractor’s liability shall be limited to the replacement of any
defective part in the equipment of his own manufacture or those of his SubContractors, under normal use and arising solely from faulty design, materials
and/or workmanship provided always that such defective parts are repairable at
the Site and are not in meantime essential in the Commercial use of the
equipment. Such replaced/defective parts shall be returned to the Contractor
unless otherwise arranged. No repairs or replacement shall normally be carried
out by the owner when the equipment is under the supervision of the
Contractor’s supervisory Engineer. The GIS manufacturer will give an
undertaking with the Bid that his engineer will reach the Substation to attend
the fault within 5 working days of receipt of intimation of defect and will rectify
the defect with in shortest possible time.
15.2
In the event of any emergency where in the judgement of the Engineer, delay
would cause serious loss or damages, repairs or adjustment may be made by
the owner or a third party chosen by the owner without advance notice to the
Contractor and the cost of such work shall be paid by the Contractor. In the
event such action is taken by the owner, the Contractor will be notified promptly
and he shall assist wherever possible in making necessary correction. This
shall not relieve the Contractor of his liabilities under the terms and conditions
of the Contract.
15.3
If it becomes necessary for the Contractor to replace or renew any defective
portions of the works, the provision of this clause shall apply to portion of the
works so replaced or renewed until the expiry of 12 months from the date
replacement/renewal of the defective part/portion of work. If any defects are not
remedied within a reasonable time, the owner may proceed to do the work at
the Contractor’s risk and cost, but without prejudice to any other rights, which
the Owner may have against the Contractor in respect of such defects.
15.4
The repaired or new parts will be furnished and erected free of cost by the
Contractor. If any repair is carried out on his behalf at the Site, the Contractor
shall bear the cost of such repairs.
15.5
The cost of any special or general overhaul rendered necessary during the
maintenance period due to defects in the equipment or defective work carried
out by the Contractor, the same shall be borne by the Contractor.
15.6
The acceptance of the equipment by the owner shall in no way relieve the
Contractor of his obligations under this clause.
15.7
In the case of those defective parts, which are not repairable at Site but are
essential for the commercial operation of the equipment, the Contractor and the
owner shall mutually agree to a programme of replacement or renewal which
will minimise interruption to the maximum extent, in the operation of the
equipment.
15.8
At the end of the Guarantee Period, the Contractor’s liability ceases except for
latent defects. For latent defects, the Contractor’s liability as mentioned in
clause nos. 15.1 through 15.7 above shall remain till the end of 2 years from
the date of completion of Guarantee Period.
15.9
The provisions contained in this clause will not be applicable:
16
a)
if the Owner has not used the equipment according to generally
approved industrial practice and in accordance with the conditions of
operation specified and in accordance with operating manuals, if any.
b)
In cases of normal wear and tear of the parts to be specifically
mentioned by the Contractor in the offer.
TAXES, PERMITS & LICENCES
The Contractor shall be liable and pay all taxes, duties, levies, lawfully assessed
against the Owner or the Contractor in pursuance of the Contract. In addition the
Contractor shall be responsible for payment of all taxes assessed against the
Contractor for his personal income & property only. Works Contract tax as
applicable/ payable shall be paid by the contractor and is not reimbursable by the
employer/ owner.
17
17.1
REPLACEMENT OF DEFECTIVE PARTS AND MATERIALS
If during the performance of the Contract, the owner shall decide and inform in
writing to the Contractor that the Contractor has manufactured any equipment,
material or part of equipment unsound and imperfect or has furnished any
equipment inferior to the quality specified, the Contractor on receiving details
of such defects or deficiencies shall at his own expense within seven (7) days
of his receiving the notice, or otherwise, within such time as may be
reasonably necessary for making it good, proceed to alter, reconstruct or
remove such works and furnish fresh equipment/materials upto the standards
of the specifications. In case the Contractor fails to do so, the owner may on
giving the Contractor seven (7) days notice in writing of his intentions to do so,
proceed to remove the portion of the Works so complained of and at the cost
of the Contractor perform all such work or furnish all such equipment/ material
provided that nothing in this clause shall be deemed to deprive the Owner of
or affect any rights under the Contract which the Owner may otherwise have
in respect of such defects and deficiencies.
17.2
The Contractor’s full and extreme liability under this clause shall be satisfied
by the payment to the Owner of the extra cost, of such replacement
procured including erection as provided for in the Contract, such extra cost
being the ascertained difference between the price paid by the Owner for
such replacements and the Contract Price by portion for such defective
equipment/materials/works and repayments of any sum paid by the Owner to
the Contractor in respect of such defective equipment material. (Should the
Owner) not so replace the defective equipment/materials the Contractor’s
extreme liability under this clause shall be limited to repayment of all sums
paid by the Owner under the Contract for such defective equipment/materials.
18
PATENT RIGHTS AND ROYALTIES
Royalties and fees for patents covering materials, articles, apparatus, devices,
equipment or processes used in the works shall be deemed to have been
included in the Contract Price. The Contractor shall satisfy all demands that
may be made at any time for such royalties or fees and he alone shall be
liable for any damages or clams for patent infringements and shall keep the
Owner indemnified in that regard. The Contractor shall, at his own cost and
expense, defend all suits of proceedings that may be instituted for alleged
infringement of any patents involved in the Works, and, in case of an award of
damages, the Contractor shall pay for such award. In the event of any suit or
other proceedings instituted against the Owner, the same shall be defended
at the cost and expense of the Contractor who shall also satisfy/comply with
any decree, order or award made against the Owner. But it shall be
understood that no such machine, plant, work, material or thing has been
used by the Owner for any purpose or any manner other than that for which
they have been furnished and installed by the Contractor and specified under
these specifications. Final payment to the contractor by the Owner will not be
made while any such suit or claim remains unsettled. In the event any
apparatus or equipment, or any part thereof furnished by the Contractor, is in
such suit or proceedings held to constitute infringement, and its use is
enjoined, the Contractor shall at his option and at his own expense, either
procure for the Owner, the right to continue the use of said apparatus,
equipment or part thereof, replace it with non-infringing apparatus or
equipment or modify it, so it becomes non-infringing.
19
DEFENCE OF SUITS
If any action in Court is brought against the Owner or an officer or agent of the
Owner, for the failure, omission or neglect on the part of the Contractor to
perform any acts, matters, covenants or things under the Contract, or for
damage injury caused by the alleged omission or negligence on the part of
the Contractor, his agents, representatives or his Sub-contractors, or in
connection with any claim based on lawful demands of Sub-contractors,
workmen, suppliers or employees, the Contractor shall in all such cases
indemnify and keep the Owner, and his representative, harmless from all
losses, damages, expenses or decrees arising of such action.
20
LIMITATION OF LIABILITIES
THE FINAL PAYMENT BY THE Owner in pursuance of the Contract shall
mean the release of the Contractor from all his liabilities under the Contract.
Such final payment shall be made only at the end of the Guarantee/Warranty
Period, and till such time as the contractual liabilities and responsibilities of
the Contractor, shall prevail. All other payments made under the Contract
shall be treated as on-account payments.
21
21.1
OWNER’S DECISION
In respect of all matters which are left to the decision of the owner, the owner
shall, if required to do so by the Contractor, give in writing a decision thereon.
21.2
If, in the opinion of the Contractor, a decision made by the owner is not in
accordance with the meaning and intent of the Contract the Contractor may
file with the owner, within fifteen (15) days after receipt of the decision, a
written objection to the decision. Failure to file an objection within the allotted
time will be considered as an acceptance of the owner’s decision and the
decision shall become final and binding.
21.3
The owner’s decision and the filing of the written objection thereto shall be a
condition precedent to the right to request arbitration. It is the intent of the
Agreement that there shall be no delay in the execution of the works and the
decision of the owner as rendered shall be promptly observed.
22
POWER TO VARY OR OMIT WORK
22.1 No alterations, amendments, omissions, suspensions or variations of the
Works (hereinafter referred to as ‘variation’) under the Contract as detailed in
the Contract Documents, shall be made by the Contractor except as directed
in writing by the owner, but the owner shall have full powers subject to the
provisions hereinafter Contained, from time to time during the execution of the
Contract, by notice in writing to instruct the Contractor to make such variation
without prejudice to the Contract. The Contractor shall carry out such
variation and be bound by the same conditions as far as applicable as though
the said variations occurred in the Contract Documents. If any suggested
variations would, in the opinion of the Contractor, if carried out, prevent him
from fulfilling any of his obligations or guarantees under the Contract, he shall
notify the owner thereof in writing and the owner shall decide forthwith
whether or not, the same shall be carried out and if the owner confirms his
instructions, the Contractor’s obligations and guarantees shall be modified to
such an extent as may be mutually agreed. Any agreed difference in cost
occasioned by any such variation shall be added to or deducted from the
Contract Price as the case may be.
22.2 In the event of owner requiring any variation, a reasonable and proper notice
shall be given to the Contractor to enable him to work his arrangement
accordingly, and in cases where goods or materials are already prepared or
any design, drawings or pattern made or work done requires to be altered, a
reasonable and agreed sum in respect thereof shall be paid to the Contractor.
22.3
In any case in which the Contractor has received instructions from the owner
as to the requirement of carrying out the alterations or additional or
substituted work which either then or later on, will in the opinion of the
Contractor, involve a claim for additional payment, the Contractor shall
immediately and in no case later than thirty (30) days, after receipt of the
instructions aforesaid and before carrying out the instructions, advise the
owner to that effect. But the owner shall not become liable for the payment of
any charges in respect of any such variations, unless the instructions for the
performance of the same shall be confirmed in writing by the owner.
22.4
If any variation in the Works results in reduction of Contract Price, the parties
shall agree, in writing, so to the extent of any change in the price, before the
contractor proceeds with the change.
22.5
In all the above cases, in the event of a disagreement as to the
reasonableness of the said sum, the decision of the owner shall prevail.
22.6
Notwithstanding anything stated above in this clause, the owner shall have
the full power to instruct the Contractor, in writing, during the execution of the
Contract to vary the quantities of the items or groups of items in accordance
with the provisions of clause entitled ‘Change of Quantity’ in section GCC of
this Volume-I. The contractor shall carry out such variations and be bound by
the same conditions as though the said variations occurred in the Contract
Documents. However, the contract Price shall be adjusted at the rates and
the prices provided for the original quantities in the Contract.
23
ASSIGNEMENT AND SUB-LETTING OF CONTRACT
23.1
The Contractor may, after informing the owner and getting his written
approval assign or sub-let the Contract or any part thereof other than for raw
materials, for minor details or for any part of the plant for which makes are
identified in the Contract. Suppliers of the equipment not identified in the
Contract or any change in the identified suppliers shall be subjected to
approval by the owner. The experience list of equipment vendors under
consideration by the Contractor for this Contract shall be furnished to the
owner for approval prior to procurement of all such items/equipment. Such
assignment/sub-letting shall not relieve the Contractor of any obligation, duty
or responsibility under the Contract. Any assignment as above, without prior
written approval of owner, shall be void.
24
24.1
CHANGE OF QUANTITY
During the execution of the Contract, the Empowered Officer of the Employer
reserves the right to increase or decrease the quantities of items under the
Contract but without any change in unit price or other terms and conditions.
Such variations unless otherwise specified in the accompanying Special
Conditions of Contract and/or Technical Specifications, shall not be subjected
to any limitations for the individual items but the total variation in all such
items under the Contract shall be limited to (±) 15 percent.
24.2
The Contract Price shall accordingly be adjusted based on the unit rates
available in the Contract for the change in quantities as above. The base unit
rates, as identified in the Contract shall however remain constant during the
currency of the Contract. In case the unit rates are not available for the
change in quantity, the same shall be subject to mutual agreement.
25
25.1
PACKING, FORWARDING AND SHIPMENT
The Contractor, wherever applicable, shall after proper painting, pack and
crate all equipment in such a manner as to protect them from deterioration
and damage during rail and road transportation to the Site and storage at the
Site till the time of erection. The Contractor shall be held responsible for all
damages due to improper packing.
25.2
The Contractor shall notify the Owner of the date of each shipment from his
works, and the expected date of arrival at the Site for the information of the
Owner.
25.3
The Contractor shall also give all shipping information concerning height weight,
size and content of each packing including any other information the Owner
may require.
25.4
The following documents shall be sent by registered post to the Owner within 3
days from the date of shipment to enable the Owner to make progressive
payments to the Contractor :Application for payment in the standard format of the
Owner (3 copies)
Invoice (6 copies)
Packing list (6 copies)
Despatch authorization issued by owner (3 copies)
Test certificate, wherever applicable (3 copies)
Insurance Certificate (3 copies)
25.5
26
The Contractor shall prepare detailed packing list of all packages and
containers, bundles and loose material forming each and every consignment
despatched to Site. The Contractor shall further be responsible for making all
necessary arrangements for loading, unloading and other handling right from
his works upto the Site and also till the equipment is erected, tested and
commissioned. He shall be solely responsible for proper storage and safe
custody of all equipment.
COOPERATION
ENGINEERS
WITH
OTHER
CONTRACTORS
AND
CONSULTING
The Contractor shall agree to cooperate with the owner’s other Contractor and
Consulting Engineers and freely exchange with them such technical information
as is necessary to obtain the most efficient and economical design and to avoid
unnecessary duplication of efforts. The owner shall be provided with copies of
all correspondence addressed by the Contractor to other Contractors and
Consulting Engineers of the Owner in respect of such exchange of technical
information.
27
NO WAIVER OF RIGHTS
Neither the inspection by the Owner or any of their officials, employees, or
agents nor any order by the Owner for payment of money or any payment for or
acceptance of, the whole or any part of the Works by the Owner, nor any
extension of time, nor any possession taken by the owner shall operate as a
waiver of any provision of the Contract, or of any power herein reserved to the
Owner or any right to damages herein provided nor shall any waiver of any
breach in the Contract be held to be a waiver of any other or subsequent
breach.
28
CERTIFICATE NOT TO AFFECT RIGHT OF OWNER AND LIABILITY OF
CONTRACTOR
No interim payment certificate of the owner, nor any sum paid on account by
the Owner, nor any extension of time for execution of the Works granted by the
owner shall affect or prejudice the rights of the Owner against the Contractor or
relieve the Contractor of his obligation for the due performance of the Contract,
or be interpreted as approval of the works done or of the equipment furnished
and no certificate shall create liability for the Owner to any for alterations,
amendments, variations or additional works not ordered, in writing, by the
Engineer or discharge the liability of the Contractor for the payment of damages
whether due, ascertained, or certified or not or any sum against the payment of
which he is bound to indemnify the Owner, nor shall any such certificate nor the
acceptance by him of any sum paid on account or otherwise affect or prejudice
the rights of Owner against the Contractor.
29
TRAINING OF OWNER’S PERSONNEL FOR SUB-STATIONS
29.1 The Contractor shall undertake to train engineering personnel selected and sent
by the Owner at the works of the Contractor unless otherwise specified in the
Technical specifications. The period and the nature of training for the individual
personnel shall be agreed upon mutually between the Contractor and the
Owner. These engineering personnel shall be given special training in the
shops, where the equipment will be manufactured and/or in their Collaborator’s
works and where possible, in any other plant where equipment manufactured
by the contractor or his collaborator is under installation, operation, or testing to
enable those personnel to become familiar with the equipment being furnished
by the /contractor. The details of the number. of persons to be trained, period
of training, nature of training etc. shall be as outlined in accompanying
Technical Specification/special Conditions of Contract.
29.2 All travelling and living expenses for the engineering personnel to be trained
during the total period of training will be borne by the Owner. These engineering
personnel, while undergoing training, shall be responsible to the Contractor for
discipline.
29.3 The Owner shall not be entitled for any rebate whatsoever on any account in
the event of his failing to avail of the training facilities, for any reason.
30
PROGRESS REPORTS AND PHOTOGRAPHS
During the various stages of the Contract, the Contractor shall at his own cost
submit periodic progress reports as may be reasonably required by the owner
with such materials as charts net works, photographs, test certificates, etc.
Such progress reports shall be in the form and size as may be required by the
owner and shall be submitted in at least three (3) copies.
31
TAKING OVER
Upon successful completion of all the tests to be performed at Site on
equipments furnished and erected by the Contractor, the owner shall issue to
the contractor a Taking over Certificate as a proof of the final acceptance of the
equipment. Such certificate shall not unreasonably be withheld nor will the
owner delay the issuance thereof on account of minor omissions or defects,
which do not affect the commercial operation and/or cause any serious risk to
the equipment. Such certificate shall not relieve the Contractor of any of his
obligations which otherwise survive, by the terms and conditions of the Contract
after issue of such certificate.
C. CONTRACT SECURITY AND PAYMENTS
32
CONTRACT PERFORMANCE GUARANTEE
The contractor shall furnish contract performance guarantee (s) for the proper
fulfillment of the contract in the prescribed form within 30 days of “Notice of
award of contract. The performance guarantee (s) shall be as per terms
prescribed in section –II, Conditions of Contract, Vol-I & Special Condition of
Contract.”
The form of the performance security shall be as provided in section V of this
bidding document. In the event of any change in the contract price, the
performance security shall be adjusted provided that such adjustment shall be
subject to the approval of the Employer. The performance security shall be
paid to the Employer on first demand without conditions or proof.
33.0
CONTRACT PRICE ADJUSTMENT
Price payable to the contractor shall be fixed and there shall be no price
adjustment except for prices of supply of power transformers, which shall be
variable as per IEEMA formula with base date 30 days prior to opening of
tender.
34.0
34.1
34.2
PAYMENT
The payment to the Contractor for the performance of the works under the
Contract will be made by the Owner as per the guidelines and conditions
specified herein. All payment made during the Contract shall be on account
payments only. The final payment will be made on completion of all Works and
on fulfillment by the Contractor of all his liabilities under the Contract.
CURRENCY OF PAYMENT
All payments under the Contract shall be in Indian Rupees /US $/Yen only
34.3 MODE OF PAYMENT
34.3.1 Payment shall be made by the Owner directly or through the loaning agency as
per payment Clause-9 of SCC.
34.3.2 The payment of the test charges, if any, any other supply payment, taxes and
duties (whenever admissible) inland transportation (including port handling),
insurance and the erection portion of the Works shall be made direct to the
Contractor by the Owner.
34.4
35.0
TERMS OF PAYMENT
The terms of payment for various activities under the contract are given in
special condition of Contract (SCC clause 9.0).
DEDUCTION FROM CONTRACT PRICE
All costs, damages or expenses which the Owner may have paid, for which
under the Contract the Contractor is liable, will be claimed by the Owner. All
such claims shall be billed by the Owner to the contractor regularly as and when
they fall due. Such bills shall be supported by appropriate and certified
vouchers or explanations, to enable the Contractor within Forty Five (45) days
of the receipt of the corresponding bills and if not paid by the Contractor within
the said period, the owner may then deduct the amount, from any monies due
or becoming due by him to the contractor under the Contract or may be
recovered by actions of Law or otherwise.
D. SPARES FOR SUB-STATIONS
36.0
36.1
SPARES FOR SUB-STATIONS
All the spares for the equipment under the Contract will, strictly; conform to
the specification and documents and will be identical to the corresponding
main equipment/ components supplied under the Contract, and shall be fully
interchangeable.
36.2
All the mandatory spares covered under the Contract shall be produced
alongwith the main equipment as a continuous operation and the delivery of
the spares will be affected alongwith the main equipment in a phased manner
and the delivery would be completed by the respective dates for the various
categories of equipment as per the agreed network. In case of recommended
spares the above will be applicable provided the order for the recommended
spares has been placed with the Contractor prior to commencement of
manufacture of the main equipment.
The quality plan and the inspection requirement finalized for the main
equipment will also be applicable for the corresponding spares.
The Contractor will provide the Owner with the manufacturing drawings,
catalogues, assembly drawings and any other document required by the
Owner so as to enable the Owner to identify the recommended spares. Such
details will be furnished to the Owner as soon as they are prepared but in any
case not later than six months prior to commencement of manufacture of the
corresponding main equipment.
The Contractor will provide the Owner with all the addresses and particulars
of his sub-suppliers while-placing the order on vendors for items/ components/
equipments covered under the Contract and will further ensure with his
vendors that the Owner, if so, desires, will have the right to place order (s) for
spares directly on them on mutually agreed terms based on offers of such
vendors.
36.3
36.4
36.5
36.6
Warrantee for spares
The Contractor shall warrant that all spares supplied will be new and in
accordance with contract documents and will be free from defects in design,
materials and workmanship and shall further guarantee the spare parts for the
period for which the main equipment is guaranteed.
36.6.1 For items of spares that may be ordered by the Owner to cover requirements
beyond 12 months of initial operation of the plant, the warranty will be for
period of 24 months from the date of commissioning of substation.
36.7
To enable the Owner to finalize the requirement of recommended spares
which are ordered subsequent to placement of order for main equipment in
addition to necessary technical details catalogue and such other information
brought-out here-in-above, the Contractor will also provide a justification in
support of reasonableness of the quoted prices of spares which will, inter-alia,
include documentary evidence that the prices quoted by the Contractor to the
Owner are not higher that those charged by them from other customers in the
same period.
36.8
In addition to the spares recommended by the Contractor, if the Owner further
identified certain particular items of spares, the Contractor will submit the
prices and delivery quotations for such spares within 30 days of receipt of
such request with validity period for 6 months for consideration by the Owner
and placement of order for additional spares if Owner so desires.
36.9
The Contractor shall guarantee the long term availability of spares to the
Owner for the full life of the equipment covered under the Contract. The
Contractor give guarantee that before going out of production of spare parts of
the equipment, he shall give the Owner at least twelve (12) months advance
notice so that the latter may order his bulk requirement of spares, if he so
desires. The same provision will also be applicable to Sub-Contractor of any
spares by the Contractor or his Sub-contractors. Further, in case of
discontinuance of manufacture of any spares by the Contractor or Further in
case of discontinuance of supply of spares by the Contractor or his
Subcontractors, the Contractor will provide the Owner with full information for
replacement of such spares with other equivalent makes, if so required by the
Owner.
36.10 Further in case of discontinuance of supply of spares by the contractor or his
Subcontractors, the contractor will provide the Owner with full information for
replacement of such spares with other equipment makes, if so required by the
owner.
36.11 The prices of all future requirements of items of spares beyond 2 years
operational requirement will be derived from the corresponding ex-works price
at which the order for such spares have been placed by Owner as part of
mandatory spares or recommended spares.
36.12 The Contractor will indicate in advance the delivery period of the items of
spares, which the Owner may procure in accordance with above sub-clause.
In case of emergency requirements of spares, the Contractor would make
every effort to expedite the manufacture and delivery of such spares on the
basis of mutually agreed time schedule.
36.13 In case the Contractor fails to supply the mandatory, recommended or long
term spares in accordance with the terms stipulated above, the Owner shall
be entitled to purchase the same from alternate sources at the risk and the
cost of the Contractor and recover from the contractor, the excess amount
paid by the Owner over the rates worked on the above basis. In the event of
such risk purchase by the Owner, the purchases will be as per the works and
procurement policy of the Owner prevalent at the time of such purchases and
the owner at his option may include a representative of the Contractor in
finalizing the purchases.
36.14 It is expressly understood that the final settlement between the parties in
terms of relevant clause of the bidding documents shall not relieve the
Contractor of any of his obligations under the provision of long term
availability of spares unless otherwise discharged in writing by the Owner.
E. RISK DISTRIBUTION
37.0
37.1
RISK DISTRIBUTION
Transfer of the title in respect of equipment and materials supplied by the
Contractor to HVPNL pursuant to the terms of the Contract shall pass on to
HVPNL on its actual delivery to the HVPNL at site store.
37.2
This transfer of Title shall not mean the acceptance and the consequent
‘Taking Over’ of equipment and materials. The Contractor shall continue to be
responsible for the quality and performance of such equipment and materials
and for their compliance with the specification until ‘Taking Over’ and the
fulfillment of guarantee provision of this contract.
37.3
This transfer of Title shall not relieve the contractor from the responsibility for
all risks of loss or damage to the equipment and materials as specified under
the clause entitled ‘Insurance’ of this section.
38.0
38.1
INSURANCE
The Contractor at his cost shall arrange, secure and maintain all insurance as
may be pertinent to the Works and obligatory in terms of law to protect his
interest and interests of the Owner against all perils detailed herein. The form
and limit of such insurance as defined herein together with the under-writer in
each case shall be acceptable to the Owner. However, irrespective of such
acceptance, the responsibility to maintain adequate insurance coverage at all
time during the period of Contract shall be of Contractor alone. The
Contractor’s failure in this regard shall not relieve him of any of his contractual
responsibilities and obligations. The insurance covers to be taken by the
Contractor shall be in a joint name of the Owner and the Contractor. The
contractor shall however be authorised to deal directly with insurance
company or companies and shall be responsible in regard to maintenance of
all Insurance covers. The amount of the risk cover shall be 110% of the total
contract value.
Any loss or damage to the equipment during handling, transportation/Transit,
storage, erection, putting into satisfactory operation and all activities to be
38.2
38.3
38.4
performed till the successful completion of commissioning of the equipment
shall be to the account of the Contractor. The Contractor shall be responsible
for preference of all claims and make good the damages or loss by way of
repairs and/ or replacement of the equipment, damaged or lost. The transfer
to title shall not in any way relieve the Contractor of the above responsibilities
during the period of Contract. The Contractor shall provide the Owner with
copy of all insurance policies and documents taken out by him in pursuance of
the Contract. Such copies of documents shall be submitted to the Owner
immediately after such insurance coverage. The Contractor shall also inform
the Owner in writing at least sixty (60) days in advance regarding the expiry/
cancellation and/ or change in any of such documents and ensure
revalidation, renewal etc. as may be necessary well in time.
The perils required to be covered under the insurance shall include, but not be
limited to fire and allied risks, all erection risks, workman compensation risks,
loss or damage in transit, theft, pilerage riot and strikes and malicious
damages, civil commotion, weather conditions, accidents of all kinds, etc. The
scope of such insurance shall be adequate to cover the replacement/
reinforcement cost of the equipment is delivered at Site. The insurance
policies to be taken should be on replacement value basis and/ or
incorporating escalation clause. Notwithstanding the extent of insurance cover
and the amount of claim available from the underwriters, the Contractor shall
be liable to make good the full replacement/ rectification value of all
equipment/ materials and to ensure their availability as per project
requirements.
All costs on account of insurance liabilities covered under the Contract will be
on Contractor’s account and will be included in Contract Price. However, the
Owner may from time to time, during the pendency of the Contract, ask the
Contractor in writing to limit the insurance coverage, risks and in such a case,
the underwriters, the Contractor shall be liable to make good the full
replacement/ rectification value of all equipment/ materials and to ensure their
availability as per project requirement.
38.5
The clause entitled ‘Insurance’ under the section ECC of this Volume-I, covers
the additional insurance requirements for the portion of the works to be
performed and the site.
39.0
LIABILITY FOR ACCIDENTS AND DAMAGES
Under the Contract, the Contractor shall be responsible for loss or damage to
the plant until the successful completion of commissioning as defined else
where in the Bid Document.
40.0
40.1
DELAYS BY OWNER OR HIS AUTHORISED AGENTS
In case the Contractor’s performance is delayed due to any act of omission or
the part of the Owner or his authorised agents, then the Contractor shall be
given due extension of time for the completion of the Works, to the extent
such omission on the part of the owner has caused delay in the Contractor’s
performance of the Contract.
Regarding reasonableness or otherwise of the extension of time, the decision
of the owner shall be final.
40.2
In addition, the Contractor shall be entitled to claim demonstrable and
reasonable compensation if such delays have resulted in any increase in cost.
The Owner shall examine the justification for such a request for claim and if
satisfied, the extent of compensation shall be mutually agreed depending
upon the circumstances at the time of such an occurrence.
41.0 DEMURRAGE, WHARFAGE, ETC.
All demurrage, wharfage and other expenses incurred due to delayed clearance
of the material or any other reason shall be to the account of the Contractor.
42.0
42.1
42.2
FORCE MAJEURE
“Force Majeure” shall mean any event beyond the reasonable control of the
Employer or of the Contractor, as the case may be, and which is unavoidable
notwithstanding the reasonable care of the party affected, and shall include,
without limitation, the following:
(a) war, hostilities or warlike operations (whether a state of war be declared or
not), invasion, act of foreign enemy and civil war,
(b) rebellion, revolution, insurrection, mutiny, usurpation of civil or military
government, conspiracy, riot, civil commotion and terrorist acts,
(c) confiscation, nationalization, mobilization, commandeering or requisition
by or under the order of any government or de jure or de facto authority or
ruler or any other act or failure to act of any local state or national
government authority,
(d) strike, sabotage, lockout, embargo, import restriction, port congestion, lack
of usual means of public transportation and communication, industrial
dispute, shipwreck, shortage or restriction of power supply, epidemics,
quarantine and plague,
(e) earthquake, landslide, volcanic activity, fire, flood or inundation, tidal wave,
typhoon or cyclone, hurricane, storm, lightning, or other inclement weather
condition, nuclear and pressure waves or other natural or physical
disaster,
(f) shortage of labor, materials or utilities where caused by circumstances
that are themselves Force Majeure
If during the performance of the Contract any force majeure shall occur that
financially or otherwise materially affect the execution of the Contract by the
Contractor, the Contractor shall use its reasonable efforts to execute the
Contract with due and proper consideration given to the safety of its and its
Subcontractors’ personnel engaged in the work on the Facilities, provided,
however, that if the execution of the work on the Facilities becomes
impossible or is substantially prevented for a single period of more than sixty
(60) days or an aggregate period of more than one hundred and twenty (120)
days on account of any War Risks, the parties will attempt to develop a
mutually satisfactory solution, failing which either party may terminate the
Contract by giving a notice to the other.
42.3 Termination for Employer’s Convenience
42.3.1 The Employer may at any time terminate the Contract for any reason by
giving the Contractor a notice of termination.
42.3.2 Upon receipt of the notice of termination under GCC Sub-Clause 42.3.1, the
Contractor shall either immediately or upon the date specified in the notice of
termination
a)
cease all further work, except for such work as the Employer may
specify in the notice of termination for the sole purpose of protecting that
part of the Facilities already executed, or any work required to leave the
Site in a clean and safe condition.
b)
terminate all subcontracts, except those to be assigned to the Employer
pursuant to paragraph (d) (ii) below
c)
remove all Contractor’s Equipment from the Site, repatriate the
Contractor’s and its Subcontractors’ personnel from the Site, remove
from the Site any wreckage, rubbish and debris of any kind, and leave
the whole of the Site in a clean and safe condition
d)
In addition, the Contractor, subject to the payment specified in GCC
Sub-Clause 42.3.3, shall
(i)
deliver to the Employer the parts of the Facilities executed by the
Contractor up to the date of termination
(ii)
to the extent legally possible, assign to the Employer all right, title and
benefit of the Contractor to the Facilities and to the Plant and Equipment
as of the date of termination, and, as may be required by the Employer,
in any subcontracts concluded between the Contractor and its
Subcontractors
(iii)
deliver to the Employer all non-proprietary drawings, specifications and
other documents prepared by the Contractor or its Subcontractors as at
the date of termination in connection with the Facilities.
42.3.3
a)
b)
c)
d)
e)
43.0
43.1
43.2
In the event of termination of the Contract under GCC Sub-Clause 42.3.1,
the Employer shall pay to the Contractor the following amounts:
the Contract Price, properly attributable to the parts of the Facilities
executed by the Contractor as of the date of termination.
the costs reasonably incurred by the Contractor in the removal of the
Contractor’s Equipment from the Site and in the repatriation of the
Contractor’s and its Subcontractors’ personnel.
Any amounts to be paid by the Contractor to its Subcontractors in
connection with the termination of any subcontracts, including any
cancellation charges.
Costs incurred by the Contractor in protecting the Facilities and leaving the
Site in a clean and safe condition.
The cost of satisfying all other obligations, commitments and claims that
the Contractor may in good faith have undertaken with third parties in
connection with the Contract and that are not covered by paragraphs (a) to
(d) above.
SUSPENSION OF WORK
The Owner reserves the right to suspend and reinstate execution of the whole
or any part of the Works without invalidating the provisions of the Contract.
Orders for suspension or reinforcement of the Works will be issued by the
owner to the Contractor in writing. The time for completion of the works will be
extended for a period equal to duration of the suspension.
Any necessary and demonstrable cost incurred by the Contractor as a result
of such suspension of the works will be paid by the Owner, provided such
costs are substantiated to the satisfaction of the owner. The owner shall not
be responsible for any liabilities if suspension or delay is due to some default
on the part of the Contractor or his Sub-contractor.
44.0
44.1
44.2
44.3
45.0
CONTRACTOR’S DEFAULT
If the Contractor shall neglect to execute the works with due diligence or shall
refuse or neglect to comply with any reasonable order given to him, in by the
owner in connection with the works or shall contravene the provision of the
Contract, the Owner may give notice in writing to the Contractor to make good
the failure neglect or contravention complained of. Should the Contractor fail
to comply with the notice within thirty (30) days from the date of serving the
notice, then and in such case the Owner shall be at liberty to employ other
workmen and forthwith execute such part of the works as the Contractor may
have neglected to do or if the Owner shall think fit, without prejudice to any
other right he may have under the Contract to take the work wholly or in part
out of the Contractor’s hands and re-contract with any other person or
persons to complete the works or any part thereof and in that event the Owner
shall have free use of all Contractor’s equipment that may have been at the
time on the Site in connection with the works or any part thereof without being
responsible to the contractor for fair wear and tear thereof and to the
exclusion of any right of the Contractor over the same, and the Owner shall be
entitled to retain and apply any balance which may otherwise be due on the
Contract by him to the Contractor, or such part thereof as may be necessary,
to the payment of the cost of executing the said part of the Works or of
completing the works as the case may be if the cost of completing the works
or executing a part thereof as aforesaid shall exceed the balance due to the
Contractor, the contractor shall pay such excess. Such payment of excess
amount shall be independent of the liquidated damages for delay which the
Contractor shall have to pay of the completion of works is delayed.
In addition, such action by the Owner as aforesaid shall not relieve the
Contractor of his liability to pay liquidated damages for delay in completion of
works alongwith stage penalty and commitment charges paid by HVPNL if
any to the loaning agency for non-drawl of loan in time as defined in clause
14.0 of this section and in special conditions of contract.
Such action by the owner as aforesaid the termination of the contract under
this clause shall not entitle the Contractor to reduce the value of the Contract
Performance Guarantee nor the time thereof. The Contract Performance
Guarantee shall be valid for the full value and for the full period of the
Contract including guarantee period.
TERMINATION OF CONTRACT ON OWNER’S INITIATIVE
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. The Owner shall in such an event give fifteen (15) 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 extent they are related to
the work terminated and terms satisfactory to the owner, stop all further Sub-
contracting or purchasing activity related to the work terminated, and assist
the Owner in maintenance, protection, and disposition of the Works acquired
under the contract by the Owner.
In the event of such a termination the Contractor shall be paid compensation,
equitable and reasonable, dictated by the circumstances prevalent at the time
of termination.
If the Contractor is an individual or a proprietary concern and the individual or
the proprietor dies and if the Contractor is a partnership concern and one of
the partners dies then unless the Owner is satisfied that the legal
representatives of the individual Contractor or of the proprietor of the propriety
concern and in the case of partnership, the surviving partners, are incapable
of carrying out and completing the contract the Owner shall be entitled to
cancel the contract as to its in-completed part without being in any way liable
to payment of any compensation to the estate of deceased Contractor and /
or to the surviving partners of the Contractor’s firm on account of the
cancellation of the Contract. The decision of the Owner that the legal
representatives of the deceased Contractor or surviving partners of the
Contractor’s firm cannot carry out and complete the Contract shall be final;
and binding on the parties. In the event of such cancellation the Owner shall
not hold the estate of the deceased Contractor and/ or the surviving partners
of the estate of the deceased Contractor and /or the surviving partners of the
Contractor’s firm liable to damages for not completing the Contract.
46
46.1
FRUSTRATION OF CONTRACT
In the event of frustration of the Contract because of supervening impossibility
in items of Section-56 of the Indian Contract Act, the parties shall be absolved
of their responsibility to perform the balance portion of the Contract, subject to
provisions contained in Sub-clause 46.3 below.
46.2
In the event of non-availability of funds for any reasons whatsoever (except
for reason of willful or flagrant breach by the Owner) and/ or Contractor then
the works under the Contract shall be suspended.
Furthermore, if the Owner is unable to make satisfactory alternative
arrangements for financing to the Contractor in accordance with the terms of
the Contract within three months of the event, the parties hereto shall be
relieved from carrying out further obligations under the Contract treating it as
frustration of the Contract.
46.3
In the event referred to in Sub-clause 46.1 and 46.2 above the parties shall
mutually discuss to arrive at reasonable settlement on all issues including
amounts due to either party for the work already done on “quantum merit”
basis which shall be determined by mutual agreement between the parties.
47.0
GRAFTS AND COMMISSIONS ETC.
Any graft, commission, gift or advantage given, promised or offered by or on
behalf of the Contractor or his partner, agent, officers, director, employee or
servant or any one on his or their behalf in relation to the obtaining or to the
execution of this or any other Contract with the Owner, shall in addition to any
criminal liability with it may incur subject the Contractor to the cancellation of
this and all other Contracts and also to payment of any loss or damage to the
Owner resulting from any cancellation. The owner shall then be entitled to
deduct the amount so payable from any monies otherwise due to Contractor
under the Contract.
F. RESOLUTION OF DISPUTES
48.0 SETTLEMENT OF DISPUTES
48.1 Adjudicator
48.1.1 If any dispute of any kind whatsoever shall arise between the Employer and
the Contractor in connection with or arising out of the Contract, including
without prejudice to the generality of the foregoing, any question regarding its
existence, validity or termination, or the execution of the Facilities—whether
during the progress of the Facilities or after their completion and whether
before or after the termination, abandonment or breach of the Contract—the
parties shall seek to resolve any such dispute or difference by mutual
consultation. If the parties fail to resolve such a dispute or difference by
mutual consultation, then the dispute shall be referred in writing by either
party to the Adjudicator, with a copy to the other party.
48.1.2 The Adjudicator shall give its decision in writing to both parties within twentyeight (28) days of a dispute being referred to it. If the Adjudicator has done so,
and no notice of intention to commence arbitration has been given by either
the Employer or the Contractor within fifty-six (56) days of such reference, the
decision shall become final and binding upon the Employer and the
Contractor. Any decision that has become final and binding shall be
implemented by the parties forthwith.
48.1.3 The Adjudicator shall be paid an hourly fee at the rate specified in the SCC
plus reasonable expenditures incurred in the execution of its duties as
Adjudicator, and these costs shall be divided equally between the Employer
and the Contractor.
48.1.4 Should the Adjudicator resign or die, or should the Employer and the
Contractor agree that the Adjudicator is not fulfilling its functions in
accordance with the provisions of the Contract, a new Adjudicator shall be
jointly appointed by the Employer and the Contractor. Failing agreement
between the two within twenty-eight (28) days, the new Adjudicator shall be
appointed at the request of either party.
49.0
ARBITRATION
49.1
All disputes or differences in respect of which the decision, if any, of the
Adjudicator has not become final or binding as aforesaid shall be settled by
arbitration in the manner hereinafter provided.
49.2
a) Domestic Bidders:
The arbitration shall be conducted by three arbitrators, one each to be
nominated by the Contractor and the Owner and the third to be appointed by
both the arbitrators, who shall act as presiding arbitrators. Arbitration
proceeding shall be conducted as provided in the Arbitration & Conciliation act
1996, or any statutory modification thereof.
b) International Bidders:
The arbitration shall be conducted by three arbitrators, one each to be
nominated by the Contractor and the Owner and the third to be appointed by
both the arbitrators, who shall act as presiding arbitrators. Arbitration
proceeding shall be conducted as per provision of “Rules of conciliation and
Arbitration “prepared by the International chamber of Commerce” or any
statutory modification thereof..
49.3
No decision given by the Adjudicator in accordance with the foregoing
provisions shall disqualify him as being called a witness or giving evidence
before the arbitrators on any matter whatsoever relevant to the dispute of
difference referred to the arbitrators as aforesaid.
49.4
During settlement of disputes and arbitration proceedings, both parties shall
be obliged to carry out their respective obligations under the contract.
50
RECONCILATION OF ACCOUNTS
The Contractor shall prepare and submit every two months, a statement
covering payments claimed and the payments received vis-à-vis the works
executed, for reconciliation of accounts with the owner. The contractor shall
also prepare and submit a detailed account of owner issue materials received
and utilized by him for reconciliation purpose in a format to be discussed and
finalized with the owner.
SECTION – ECC
ERECTION CONDITION
OF CONTRACT
1.0
1.1
GENERAL
The following shall supplement the conditions already contained in the
other parts of these specifications and document and shall govern the
portion of the work of this Contract to be performed at site.
1.2
The Contractor upon signing of the Contract shall, in addition to a
Project co-ordinator, nominate another responsible officer as his
representative at Site suitably designated for the purpose of overall
responsibility and co-ordination of the works to be performed at Site.
Such person shall function from the Site office of the Contractor during
the pendency of Contract.
2.0
2.1
REGULATION OF LOCAL AUTHORITIES AND STATUTES
The Contractor shall comply with all the rules and regulations of local
authorities during the performance of his field activities. He shall also
comply with the Minimum Wages Act, 1948 and the Payment of Wages
Act (both of the Government of India) and the rules made thereunder in
respect of any employee of workman employed or engaged by him or
his Sub-Contractor.
2.2
All registration and statutory inspection fees, if any, in respect of his
work pursuant to this Contract shall be to the account of the Contractor.
However, any registration, statutory inspection fees lawfully payable
under any statutory laws and its amendments from time to time during
erection in respect of the equipment ultimately to be re-arranged due to
the fault of the fault of the Contractor or his Sub-contractor, the
additional fees to such inspection and/ or registration shall be borne by
the Contractor.
3.0
OWNER’S LIEN OF EQUIPMENT
The owner shall have lien on all equipment including those of the
contractor brought to the site for the purpose of erection, testing and
commissioning of the equipment throughout the period of Contract. No
material brought to the Site shall be removed from the Site by the
Contractor and/or his Subcontractors without the prior written approval
of the owner.
4.0
INSPECTION, TESTING AND INSPECTION CERTIFICATE
The provisions of the clause entitled Inspection, Testing and Inspection
Certificates under Technical specification, shall also be applicable to
the erection portion of the works. The owner shall have the right to reinspect any equipment and after the same are erected at site. If by the
above inspection, the owner rejects any equipment, the contractor shall
make good for such rejection either by replacement or
modification/repairs as may be necessary to the satisfaction of the
owner. Such replacement will also include the replacements or reexecution of such of these works of other contractors and/or agencies,
which might have got damage or affected by the replacements or reworks done to the contractors work.
5.0
5.1
ACCESS TO SITE AND WORKS ON SITE
Suitable access to and possession of the Site shall be afforded to the
Contractor by the owner in reasonable time.
5.2
The owner shall have the necessary foundations to be provided by him
ready, as per the agreed schedule for the execution of the individual
phases of woks.
5.3
The works so far as it is carried out on the owner’s premises, shall be
carried out at such time as the owner may approve and the owner shall
give the contractor reasonable facilities for carrying-out the works.
5.4
In the execution of the works, no person other than the Contractor or
his duly appointed representative, Sub-contractor and workmen shall
be allowed to do work on the site, except by the special permission, in
writing of the owner or his representative.
6.0
CONTRCTOR’S SITE OFFICE ESTABLISHMENT
The Contractor shall establish a Site Office at the Site and keep posted
an authorised representative for the purpose of the Contract. Any
written order or instruction of the owner or his duly authorised
representative, shall be communicated to the said authorised resident
representative of the Contractor and the same shall be deemed to have
been communicated to the contractor at his legal address.
7.0
7.1
CO-OPERATION WITH OTHER CONTRACTORS
The Contractor shall co-operate with all other contractors or tradesmen
of the owner, who may be performing other works on behalf of the
owner and the workmen who may be employed by the owner and
doing work in the vicinity of the works under the contract. The
contractor shall also so arrange to perform his work as to minimise, to
the maximum extent possible, interference with the work of other
contractors and their workmen. Any injury or damage that may be
sustained by the employees of the other contractors and the owner,
due to the contractor’s work shall promptly be made good at the
contractor’s own expense. The owner shall determine the resolution of
any difference or conflict that may arise between the Contractor and
other Contractors or between the Contractor and the workmen of the
owner in regard to their work. If the work of the Contractor is delayed
because of any acts of omission of another Contractor, the Contractor
shall have no claim against the Owner on that account other that an
extension of time for completing his works.
7.2
The owner shall be notified promptly by the Contractor of any defects in
the other Contractor’s work that could affect the Contractor’s works.
The owner shall determine the corrective measures if any, required to
rectify this situation after inspection of the works and such decisions by
the owner shall be binding on the Contractor.
8.0
DISCIPLINE OF WORKMEN
The Contractor shall adhere to the disciplinary procedure set by the
owner in respect of his employees and workmen at Site. The owner
shall be at liberty to object to the presence of any representative or
employee of the Contractor at the Site, if in the opinion of the owner
such employee has mis-conducted himself or is incompetent or
negligent or otherwise undesirable and then the Contractor shall
remove such a person objected to and provide in his place a
competent replacement.
9.0
9.1
CONTRACTOR’S FIELD OPERATION
The Contractor shall keep the owner informed in advance regarding his
field activity plans and schedules for carrying-out each part of the
works. Any review of such plan or schedule or method of work by the
owner shall not relieve the Contractor of any of his responsibilities
towards the field activities. Such reviews shall also not be considered
as an assumption of any risk or liability by the owner or any of his
representatives and no claim of the Contractor will be entertained
because of the failure or inefficiency of any such plan or schedule or
method or work reviewed. The Contractor shall be solely responsible
for the safety, adequacy and efficiency of plant and equipment and his
erection methods.
9.2
The Contractor shall have the complete responsibility for the conditions
of the Work-Site including the safety of all persons employed by him or
his Sub-Contractor and all the properties under his custody during the
performance of the work. This requirement shall apply continuously till
the completion of the Contract and shall not be limited to normal
working hours. The construction review by the owner is not intended to
include review of Contractor’s safety measures in, on or near the worksite, and their adequacy or otherwise.
10.0
10.1
PHOTOGRAPHS AND PROGRESS REPORT
The Contractor shall furnish three (3) prints each to the owner of
progress photographs of the work done at Site. Photographs shall be
taken as and when indicated by the owner or his representative,
photographs shall be adequate in size and number to indicate various
stages of erection. Each photograph shall contain the date, the name
of the contractor and the title of the photograph.
10.2
The above photographs shall accompany the monthly progress report
detailing-out the progress achieved on all erection activities as
compared to the scheduled and active progress and the action
proposed for corrective measures, wherever necessary.
11.0
11.1
MAN-POWER REPORT
The Contractor shall submit to the owner, on the first day of every
month, a man hour schedule for the month, detailing the man hours
scheduled for the month, skill wise and area-wise.
11.2
12.0
The Contractor shall also submit to the owner, on the first day of every
month, a man power report of the previous month detailing the number
of persons scheduled to have been employed and actually employed,
skill-wise and the areas of employment of such labour.
PROTECTION OF WORK
The Contractor shall have total responsibility for protecting his works till
it is finally taken over by the owner. No claim will be entertained by the
owner for any damage or loss to the Contractor’s works and the
Contractor shall be responsible for complete restoration of the
damaged works to original conditions to comply with the specification
and drawings, should any such damage to the Contractor’s works
occur because of any other party not being under his supervision or
control. The Contractor shall make his claim directly with the party
concerned. If disagreement or conflict or dispute develops between the
Contractor and the other party or parties concerned regarding the
responsibility for damage to the Contractor’s works, the same shall be
resolved as per the provisions of the clause 7.0 above entitled
“Cooperation with other Contractors”. The Contractor shall not cause
any delay in the repair of such damaged works because of any delay in
the resolution of such dispute. The Contractor shall proceed to repair
the work immediately and no cause thereof will be assigned pending
resolutions of such disputes.
13.0
13.1
EMPLOYMENT OF LABOUR
The Contractor will be expected to employ on the work only his regular
skilled employees with experience of his particular work. No female
labour shall be employed after darkness. No person below the age of
eighteen years shall be employed.
13.2
All travelling expenses including provisions of all necessary transport to
and from Site, lodging allowances and other payments to the
Contractor’s employees shall be the sole responsibility of the
Contractor.
13.3
The hours of work on the Site shall be decided by the Owner and the
Contractor shall adhere to it. Working hours will normally be eight (8)
hours per day- Monday through Saturday.
13.4
The Contractor’s employees shall wear identification badges while on
work at Site.
13.5
In case the owner becomes liable to pay any wages or dues to the
labour or any Government agency under any of the provisions of the
Minimum Wages Act, Workmen Compensation Act, Contract Labour
Regulation Abolition Act or any other law due to act of omission of the
Contractor, the owner may make such payments and shall recover the
same from the Contractor’s bills.
14.0
FACILITIES TO BE PROVIDED BY THE OWNER
14.1
SCOPE
Land for Contractor’s Office, Store, Workshop etc.
14.2
a.
The owner shall at his discretion and for the duration of execution
of the Contract make available at site, land for construction of
Contractor’s field office, workshop, stores, assembling yard, etc
required for execution of the contract. Any construction of
temporary roads, office, workshop, etc. as per plan approved by
the owner shall be done by the Contractor at his cost.
b.
On completion of work the Contractor shall hand over the land duly
cleaned to the owner. Until and unless the Contractor has handed
over the vacant possession of land allotted to him for the above
purpose, the payment of his final bill shall not be made. The
Contractor shall be made liable to pay for the use and occupation
at the rates to be determined by the owner if the Contractor over
stays in the land after the Contract is completed.
ELECTRICITY
Purchaser shall make available the auxiliary power supplies at a single
point in the sub-station. All charges of energy consumed shall be to the
contractor’s account. The prevailing energy rates of the state shall be
applicable. All further distribution from the same shall be made by the
contractor. However, in case of failure of power due to any unavoidable
circumstances, the contractor has to make necessary arrangements
like diesel sets etc., so that the progress of work is not affected. The
purchaser shall in no case be responsible for any delay in works
because of non availability of power.
For Transmission lines, the contractor shall have to arrange diesel
generating set etc for power required for construction purposes and
tack welding. The purchaser shall not arrange any power supply for this
purpose.
14.3
WATER
Free supply of water will be made available at the site of the substation for the construction purposes wherever water is available and
the same shall be given at an agreed single point at the Site. Any
further distribution will be the responsibility of the Contractor. Free
drinking water if available at the site of the sub-station will also be
provided at one agreed point in the Site. Further distribution either to
his labour colony or his work Site or to his office shall be the
responsibility of the Contractor. If water is not available at site, the
contractor shall arrange the water at his own cost.
For transmission lines, the contractor will have to make own
arrangements of water for construction as well as drinking purposes.
15.0
FACILITIES TO BE PROVIDED BY THE CONTRACTOR
15.1
TOOLS, TACKLES AND SCAFFOLDING
The Contractor shall provide all the construction equipment, tools,
tackles and scaffoldings required for pre-assembly, erection, testing
and commissioning of the equipment covered under the Contract. He
shall submit a list of all such material to the owner before the
commencement of pre-assembly at Site. These tools and tackles shall
not be removed from the Site without the written permission of the
owner.
15.2
COMMUNICATION
The owner will extend the telephone and telex facilities, if available at
Site, for purposes of Contract. The contractor shall be charged at
actuals for such facilities.
15.3
15.3.1
FIRST-AID
The Contractor shall provide necessary first-aid facilities for all his
employees, representatives and workmen working at the Site. Enough
number of Contractor’s personnel shall be trained in administering first
aid.
15.4
15.4.1
CLEANLINESS
The Contractor shall be responsible for keeping the entire area allotted
to him clean and free from rubbish, debris etc. during the period of
Contract. The Contractor shall employ enough number of special
personnel to thoroughly clean his work-area atleast once in a day. All
such rubbish and scrap material shall be stacked or disposed in a
place to be identified by the owner. Material and stores shall be so
arranged to permit easy cleaning of the area. In areas where
equipment might drip oil and cause damage to the floor surface, a
suitable protective cover of a flame resistant, oil proof sheet shall be
provided to protect the floor from such damage.
15.4.2
Similarly the labour colony, the offices and the residential areas of the
Contractor’s employees and workmen shall be kept clean and neat to
the entire satisfaction of the owner. Proper sanitary arrangements shall
be provided by the Contractor, in the work-areas, office and residential
areas of the Contractor.
16.0
LINES AND GRADES
All the works shall be performed to the lines, grades and elevations
indicted on the drawings. The Contractor shall be responsible to locate
and layout the works. Basic horizontal and vertical control points will be
established and marked by the owner at Site at suitable points. These
points shall be used as datum for the works under the places at which
he wishes to do work in the area allotted to him so that suitable datum
points may be established and checked by the owner to enable the
Contractor to proceed with his works. Any work done without being
properly located may be removed and/ or dismantled by the owner at
Contractor’s expense.
17.0
17.1
FIRE PROTECTION
The work procedures that are to be used during the erection shall be
those, which minimise fire hazards to the extent practicable.
Combustible material, combustible waste and rubbish shall be
collected and removed from the Site at least once each day. Fuels, oils
and volatile or inflammable material shall be stored away from the
construction and equipment and material storage areas in safe
containers. Un-treated material shall not at all be used at Site for any
other purpose unless otherwise specified. If any such material are
received with the equipment at the Site, the same shall be removed
and replaced with acceptable material before moving into the
construction or storage area.
17.2
Similarly corrugated paper fabricated cartons etc. will not be permitted
in the construction area either for storage or for handling of material. All
such material used shall be of waterproof and flame resistant type. All
the other material such as working drawings, plans etc. which are
combustible but are essential for the works to be executed shall be
protected against combustion resulting from welding sparks, cuttings
flames and other similar fire sources.
17.3
All the Contractor’s supervisory personnel and sufficient number of
workers shall be trained for fire fighting and shall be assigned specific
fire protection duties. Enough of such trained personnel must be
available at the Site during the entire period of the Contract
17.4
The Contractor shall provide enough fire protection equipment of the
types and number for the ware-house, office, temporary structures,
labour colony area etc. Access to such fire protection equipment shall
be easy and kept open all time.
18.0
SECURITY
The Contractor shall have total responsibility for all equipment and
material in his custody/ store, loose, semi-assembled and/ or erected
by him at Site. The contractor shall make suitable security
arrangements including employment of security personnel to ensure
the protection of all material equipment and works from theft, fire,
pilferage and any other damages and loss. All material of the
Contractor shall enter and leave the project Site only with the written
permission of the owner in the prescribed manner.
19.0
CONTRACTOR’S AREA LIMITS
The owner will mark-out the boundary limits of access roads, parking
spaces, storage and construction areas for the Contractor and the
Contractor shall not trespass the areas not so marked out for him. The
contractor shall be responsible to ensure that none of his personnel
move out of the areas marked out for his operations. In case of such a
need for the Contractor’s personnel to work out of the areas marked
out for him, the same shall be done only with the written permission of
the owner.
20.0
CONTRACTOR’S CO-OPERATION WITH THE OWNER
In case where the performance of the erection work by the Contractor
affects the operation of the system facilities of the owner, such erection
work of the contractor shall be scheduled to be performed only in the
manner stipulated by the owner and the same shall be acceptable at all
times to the Contractor. The owner may impose such restrictions on
the facilities provided to the Contractor such as electricity, water etc. as
he may think fit in the interest of the owner and the Contractor shall
strictly adhere to such restrictions and co-operate with the owner. It will
be the responsibility of the Contractor to provide all necessary
temporary instrumentation and other measuring devices required
during start-up and operation of the equipment systems, which are
erected by him. The Contractor shall also be responsible for flushing
and initial filling of all the oil and lubricants required for the equipment
furnished and erected by him, so as to make such equipment ready for
operation. The Contractor shall be responsible for supplying such
flushing oil and other lubricants.
21.0
PRE-COMMISSIONING TRIALS AND INITIAL OPERATION
The pre-commissioning trials and initial operations of the equipment
furnished and erected by the Contractor shall be the responsibility of
the Contractor as detailed in relevant clause in Technical Specification.
The Contractor shall provide, in addition, test instruments, calibrating
devices, etc. and labour required for successful performance of these
trials. If it is anticipated that the above test may prolong for a long time,
the Contractor’s workmen required for the above test shall always be
present at Site during such trails.
22.0
22.1
MATERIAL HANDLING AND STORAGE
All the equipment furnished under the Contract and arriving at Site
shall be promptly received, unloaded, transported and stored in the
storage space by the Contractor.
22.2
Contractor shall be responsible for examining all the shipment and
notify the owner immediately of any damage, shortage, discrepancy
etc. for the purpose of owner’s information only. The Contractor shall
submit to the owner every week a report detailing all the receipts during
the week. However, the Contractor shall be solely responsible for any
shortages or damage in transit, handling and/ or in storage and
erection of the equipment at Site. Any demurrage, wharfage and other
such charges claimed by the transporters, railways etc. shall be to the
account of the Contractor.
22.3
The Contractor shall maintain an accurate and exhaustive record
detailing out the list of all equipment received by him for the purpose of
erection and keep such record open for the inspection of the Engineerin-Charge of the owner.
22.4
All equipment shall be handled very carefully to prevent any damage or
loss. No bare wire ropes, slings etc shall be used for unloading and/ or
handling of the equipment without the specific written permission of the
owner. The equipment stored shall be properly protected to prevent
damage either to the equipment or the floor where they are stored. The
equipment from the store shall be moved to the actual location at the
appropriate time so as to avoid damage of such equipment at Site.
22.5
All electrical panels, control gears, motors and such other devices shall
be properly dried by heating before they are installed and energised.
Motor bearings, slip ring, commutators and other exposed parts shall
be protected against moisture ingress and corrosion during storage
and periodically inspected.
22.6
All the electrical equipment such as motors, generators, etc. shall be
tested for insulation resistance at least once in three months from the
date of receipt till the date of commissioning and a record of such
measured insulation values maintained by the Contractor. Such
records shall be open for inspection by the owner.
22.7
The Contractor shall ensure that all the packing material and protection
devices used for the various equipment during transit and storage are
removed before the equipment are installed.
22.8
The consumable and other supplies likely to deteriorate due to storage
must be thoroughly protected and stored in a suitable manner to
prevent damage or deterioration in quality by storage.
All the material stored in the open or dusty location must be covered
with suitable weather-proof and flame proof covering material wherever
applicable.
22.9
22.10
If the material belonging to the Contractor are stored in areas other
than those earmarked for him, the owner will have the right to get it
moved to the area earmarked for the Contractor at the Contractor’s
cost.
22.11
The Contractor shall be responsible for making suitable indoor storage
facilities to store equipment, which require indoor storage. Normally, all
the electrical equipment such as motors, control gear, generators,
exciters and consumables like electrodes, lubricants etc. shall be
stored in the closed storage space. The owner, in addition, may direct
the Contractor to move certain other material, which in his opinion will
require indoor storage areas, to indoor storage areas which Contractor
shall strictly comply with.
23.0
23.1
CONSTRUCTION MANAGEMENT
The field activities of the Contractors working at Site, will be
coordinated by the owner and the owner’s decision shall be final in
resolving any disputes or conflicts between the Contractor and other
Contractors and tradesmen of the Owner regarding scheduling and coordination of work. Such decision by the owner shall not be a cause for
extra compensation or extension of time for the Contractor.
23.2
The owner shall hold monthly meeting of all the Contractors working at
Site, at a time and place to be designated by the Engineer. The
Contractor shall attend such meeting and take notes of discussions
during the meeting and the decision of the owner and shall strictly
adhere to those decisions in performing his works. In addition to the
above monthly meeting, the owner may call for other meeting either
with individual contractors or with selected number of Contractors and
in such a case the Contractor if called, will also attend such meetings.
23.3
Time is the essence of the Contract and the Contractor shall be
responsible for performance of his works in accordance with the
specified construction schedule. If at any time, the Contractor is falling
behind the schedule, he shall take necessary action to make good for
such delays by increasing his work force or by working overtime or
otherwise accelerate the progress of the work to comply with the
schedule and shall communicate such actions in writing to the owner,
satisfying that his action will compensate for the delay. The Contractor
shall not be allowed any extra compensation for such action. In case
the contractor fails to execute the works as per schedule, the Stage
Penalty as well as Commitment Charges levied by the loaning agency
upon HVPN, if any for delay in drawl of loan will be recovered from the
contractor as per provisions in Special Conditions of Contract.
23.4
The owner shall, however, not be responsible for provision of additional
labour and/ or supply or any other services to the Contractor except for
the coordination work between various Contractors as set out earlier.
24.0
FIELD OFFICE RECORDS
The Contractor shall maintain at his Site office up-to-date copies of all
drawings, specifications and other Contract Documents and any other
supplementary data complete with all the latest revisions thereto. The
Contractor shall also maintain in addition the continuous record of all
changes to the above Contract Documents, drawings, specifications,
supplementary data etc. effected at the field and on completion of his
total assignment under the Contract shall incorporate all such changes
on the drawings and other engineering data to indicate as installed
conditions of the equipment furnished and erected under the Contract.
Such drawings and engineering data shall be submitted to the owner in
required number of copies.
25.0
25.1
CONTRACTOR’S MATERIAL BROUGHT ON TO SITE
The Contractor shall bring to Site all equipment, components, parts,
material, including construction equipment, tools and tackles for the
purpose of the works under intimation to the owner. All such goods
shall, from the time of their being shall brought vest in the owner, but
may be used for the purpose of the works only and shall not on any
account be removed or taken away by the Contractor without the
written permission of the owner. The Contractor shall nevertheless be
solely liable and responsible for any loss or destruction thereof and
damage thereto.
25.2
The owner shall have a lien on such goods for any sum or sums, which
may at any time be due or owing to him by the Contractor, under, in
respect of or by reasons of the contract. After giving a fifteen (15) days
notice in writing of his intention to do so, the owner shall be at liberty to
sell and dispose off any such goods, in such manner as he shall think
fit including public auction or private treaty and to apply the proceeds in
or towards the satisfaction of such sum or sum due as aforesaid
25.3
After the completion of the works, the Contractor shall remove from the
Site under the direction of the owner the material such as construction
equipment, erection tools and tackles, scaffolding etc. with the written
permission of the owner. If the Contractor fails to remove such
material, within fifteen (15) days of issue of a notice by the owner to do
so then the owner shall have the liberty to dispose off such material as
detailed under clause 25.2 above and credit the proceeds thereto to
the account of the Contractor.
26.0
26.1
PROTECTION OF PROPERTY AND CONTRACTOR’S LIABILITY
The Contractor shall be responsible for any damage resulting from his
operations. He shall also be responsible for protection of all persons
including members of public and employees of the Owner and the
employees of other contractors and Sub-contractors and all public and
private property including structures, building, other plants and
equipment and utilities either above or below the ground.
26.2
The Contractor will ensure provision of necessary safety equipment
such as barriers, sign-boards, warning lights and alarms, etc. to
provide adequate protection to persons and property. The Contractor
shall be responsible to give reasonable notice to the Owner of public or
private property and utilities when such property and utilities are likely
to get damaged or injured during the performance of his works and
shall make all necessary arrangements with such owner, related to
removal and/ or replacement or protection of such property and utilities.
27.0
PAINTING
All exposed metal parts of the equipment including piping, structures
railing etc. wherever applicable, after installation unless otherwise
surface protected, shall be first painted with at least one coat of primer
which matches the shop primer paint used, after thoroughly cleaning all
such parts of all dirt, rust, scales, grease, oil and other foreign material
by wire brushing, scraping or sand blasting and the same being
inspected and approved by the owner for painting. Afterwards, the
above parts shall be finished painted with two coats of allowed resin
machinery enamel paints. The quality of the finish paint shall be as per
the standards of ISI or equivalent and shall be of the colour as
approved by the owner.
28.0
28.1
INSURANCE
In addition to the conditions covered under the clause entitled
“Insurance” in general terms and conditions of Contract of this VolumeI, the following provisions will also apply to the portion of works to be
done beyond the Contractor’s own or his Sub-contractor’s
manufacturing works.
28.2
Workmen’s Compensation Insurance
This insurance shall protect the Contractor against all claims applicable
under the workmen’s compensation against claims for injury, disability,
disease or death of his or his Sub-contractor’s employee, which for any
reason are not covered under the Workmen’s Compensation Act, 1948.
The liabilities shall not be less than:
Workmen’s compensation
Employee’s liability
As per statutory provision
As per statutory provision
The liabilities shall not be less than Rs 2 Lacs for each person.
28.3
Comprehensive Automobile Insurance
This insurance shall be in such a form to protect the Contractor against
all claims for injuries, disability, disease and death to members of
public including the Owner’s men and damage to the property of other
arising from the use of motor vehicles during on or off the Site
operations, irrespective of the ownership of such vehicles. The risk
cover for each person shall not be less than Rs. 2 lacs
28.4
Comprehensive General Liability Insurance
The insurance shall protect the Contractor against all claims arising
from injuries, disabilities, disease or death of members of public or
damage to property of others, due to any act or omission on the part of
the Contractor, his agents, his employees, his representatives and
Sub-contractors or from riots, strikes and civil commotion. This
insurance shall also cover all the liabilities of the contractor rising our of
the clause entitled defense of suits under general terms and the
conditions of contract of this volume-IA.
28.5
The hazards to be covered will pertain to all the works and areas where
the Contractor, his Sub-contractors, his agents and his employees
have to perform work pursuant to the Contract.
The above are only illustrative list of insurance covers normally
required and it will be the responsibility of the Contractors to maintain
all necessary insurance coverage not less than Rs. 2 lacs for each
person and to the extent both In time and amount to take care of all his
liabilities either direct or indirect, in pursuance of the Contract
28.6
29.0
UNFAVOUABLE WORKING CONDITIONS
The Contractor shall confine all his field operations to those works
which can be performed without subjecting the equipment and material
to adverse effects during inclement weather conditions, like monsoon,
storms etc. and during other unfavorable construction conditions. No
field activities shall be performed by the Contractor under conditions,
which might adversely affect the quality and efficiency thereof, unless
special precautions or measures are taken by the Contractor in a
proper and satisfactory manner in the performance of such works and
with the concurrence of the owner. Such unfavorable construction
conditions will in no way relieve the Contractor of his responsibility to
perform the Works as per the Schedule.
30.0
PROTECTION OF MONUMENTS AND REFERENCE POINTS
The Contractor shall ensure that any finds such as relic, antiquity,
coins, fossils, etc. which he may come across during the course of
performance of his Works either during excavation or elsewhere, are
properly protected and handed over to the owner. Similarly the
Contractor shall ensure that the bench marks, reference points, etc.,
which are marked either with the help of owner or by the owner shall
not be disturbed in any way during the performance of his works. If,
any work is to be performed which disturb such reference the same
shall be done only after these are transferred to other suitable locations
under the direction of the owner. The Contractor shall provide all
necessary material and assistance for such relocation of reference
points etc.
31.0
31.1
WORK & SAFETY REGULATIONS
The Contractor shall ensure proper safety of all the workmen, material
plant and equipments belonging to him or to owner or to others,
working at the site. The Contractor shall also be responsible for
provision of all safety notice and safety equipment required both by the
relevant legislation and the owner as may deem necessary.
31.2
The Contractor will notify well in advance to the owner of his intention
to bring to the Site any container filled with liquid or gaseous fuel or
explosive or petroleum substance or such chemicals which may involve
hazards. The owner shall have the right to prescribe the conditions,
under which such container is to be stored, handled and used during
the performance of the works and the Contractor shall strictly adhere to
and comply with such instructions. The owner shall have the right at
his sole discretion to inspect any such container or such construction
plant/equipment for which material in the container is required to be
used and if in his opinion, its use is not safe, he may forbid its use. No
claim due to such prohibition shall be entertained by the Owner and the
owner shall not entertain any claim of the Contractor towards additional
safety provisions/conditions to be provided for/constructed as per the
owner’s instructions.
Further, any such decision of the owner shall not, in any way, absolve
the Contractor of his responsibilities and in case, use of such a
container or entry thereof into the Site area is forbidden by the owner,
the Contractor shall use alternative methods with the approval of the
owner without any cost implication to owner or extension of work
schedule.
31.3
Where it is necessary to provide and/or store petroleum products or
petroleum mixtures and explosives, the Contractor shall be responsible
for carrying-out such provision and/or storage in accordance with the
rules and regulations laid down in Petroleum Act 1934, Explosives Act,
1948, and Petroleum and Carbids Manual published by the Chief
Inspector of Explosives of India. All such storage shall have prior
approval of the owner. In case, any approvals are necessary from the
Chief Inspector (Explosives) or any statutory authorities, the Contractor
shall be responsible for obtaining the same.
31.4
31.5
31.6
31.7
31.8
All equipment used in construction and erection by Contractor shall
meet Indian/International Standards and where such standards do not
exist, the Contractor shall ensure these to be absolutely safe. All
equipments shall be strictly operated and maintained by the Contractor
in accordance with manufacturer’s operation Manual and safety
instructions and as per Guidelines/Rules of owner in this regard.
Periodical Examinations and all tests for all lifting/hoisting equipment &
tackles shall be carried-out in accordance with the relevant provisions
of Factories Act 1948, Indian Electricity Act 1910 and associated
laws/Rules in force from time to time. A register of such examinations
and tests shall be properly maintained by the Contractor and will be
promptly produced as and when desired by owner.
The Contractor shall be fully responsible for the safe storage of his and
his sub contractor’s radio-active sources in accordance with
BARC/DAE Rules and other applicable provisions. All precautionary
measures stipulated by BARC/DAE in connection with use, storage
and handling of such material will be taken by Contractor.
The Contractor shall provide suitable safety equipment of prescribed
standard to all employees and workmen according to the need, as may
be directed by owner who will also have right to examine these safety
equipment to determine their suitability, reliability, acceptability and
adaptability.
Where explosives are to be used, the same shall be used under the
direct control and supervision of an expert, experienced qualified and
competent person strictly in accordance with the Code of
Practices/Rules framed under Indian Explosives Act pertaining to
handling storage and use of explosives.
31.9
The Contractor shall provide safe working conditions to all workmen
and employees at the Site including safe means of access, railings,
stair, ladders, scaffoldings etc. The scaffoldings shall be erected under
the control and supervision of an experienced and competent person.
For erection, good and standard quality of material only shall be used
by the Contractor.
31.10
The Contractor shall not interfere or disturb electric fuses, wiring and
other electrical equipment belonging to the Owner or other contractors
under any circumstances, whatsoever, unless expressly permitted in
writing by owner to handle such fuses, wiring or electrical equipment.
31.11
Before the Contractor connects any electrical appliances to any plug or
socket belonging to the other Contractor or Owner, he shall:
31.12
a.
Satisfy the owner that the appliance is in good working
condition.
b.
Inform the owner of the maximum current rating, voltage and
phases of the appliances.
c.
Obtain permission of the owner detailing the sockets to which
the appliances may be connected.
The owner will not grant permission to connect until he is satisfied that :
a.
The appliance is in good condition and is fitted with suitable plug
;
b.
The appliance is fitted with a suitable cable having two earth
conductors, one of which shall be an earthed metal sheath
surrounding the cores.
31.13
No. electric cable in use by the Contractor/Owner will be disturbed
without prior permission. No weight of any description will be imposed
on any cable and no ladder or similar equipment will rest against or
attached to it.
31.14
No repair work shall be carried out on any live equipment. The
equipment must be declared safe by the owner and a permit to work
shall be issued by the owner before any repair work is carried out by
the Contractor. While working on electric lines/equipment whether live
or dead, suitable type and sufficient quantity of tools will have to be
provided by Contractor to electricians/ workmen/ officers.
The Contractor shall employ necessary number of qualified, full time
electricians/Electrical Supervisors to maintain his temporary electrical
installations.
31.15
31.16
The Contractor employing more than 250 workmen whether temporary,
casual, probationer, regular or permanent or on contract, shall employ
at least one full time officer exclusively as safety officer to supervise
safety aspects of the equipment and workmen, who will coordinate with
the Project Safety Officer. In case of work being carried out through
sub-contractors, the sub-contractor’s workmen/employees will also be
considered as the Contractor's employee’s/workmen for the above
purpose.
The name and address of such Safety Officer of Contractor will be
promptly informed in writing to owner with a copy of Safety OfficerIncharge before he starts work or immediately after any change of the
incumbent is made during currency of the Contract.
31.17
In case any accident occurs during the construction/erection or other
associated activities undertaken by the Contractor there by causing
any minor or major or fatal injury to his employees due to any reason,
whatsoever, it shall be the responsibility of the Contractor to promptly
inform the same to the owner in prescribed form and also to all the
authorities envisaged under the applicable laws.
31.18
The owner shall have the right at his discretion to stop the work, if in
his opinion the work is being carried out in such a way that it may
cause accidents and endanger the safety of the persons and/or
property, and/or equipment’s. In such cases, the Contractor shall be
informed in writing about the nature of hazards and possible
injury/accident and he shall comply to remove shortcomings promptly.
The Contractor after stopping the specific work can, if felt necessary,
appeal against the order of stoppage of work to the owner within 3
days of such stoppage of work and decision of the owner in this
respect shall be conclusive and binding on the Contractor.
31.19
The Contractor shall not be entitled for any damages/compensation for
stoppage of work due to safety reasons as provided in para 31.18
above and the period of such stoppage of work will not be taken as an
extension of time for completion of work and will not be the ground for
waiver of levy of liquidated damages.
31.20
It is mandatory for the Contractor to observe during the execution of
the works, requirements of Safety rules which would generally include
but not limited to following :
Safety Rules
a)
b)
c)
d)
e)
f)
g)
h)
Each employee shall be provided with introduction regarding
safety by the Contractor, so as to enable him to work in a safe
manner.
No employee shall be given a new assignment of work
unfamiliar to him without proper introductions as to the hazards
incident thereto, both to himself and his fellow employees.
Under no circumstances shall an employee hurry or take
unnecessary chance when working under hazardous conditions.
Employees must not leave naked fires unattended. Smoking
shall not be permitted around fireproof areas, adequate fire
fighting equipment shall be provided at crucial locations.
Employees under the influence of any intoxicating beverage,
even to the slightest degree shall not be permitted to remain at
work.
There shall be a suitable arrangement at every work site for
rendering prompt and sufficient first aid to the injured.
The staircases and passageways shall be adequately lighted.
The employees with working around moving machinery, must
not be permitted to wear loose garments. Safety shoes are
recommended when working in shops or places where material
or tools are likely to fall. Only experienced workers shall be
permitted to go behind guardrails or to clean around energized
or moving equipment.
i)
j)
k)
The employees must use the standard protection equipment
intended for each job. Each piece of equipment shall be
inspected before and after it is used.
Requirements of ventilation in underwater working to licensed
and experienced divers, use of gum boots for working in slushy
or in inundated conditions are essential requirement to be
fulfilled.
In case of rock excavation blasting shall invariably be done
through licensed blasters and other precautions during blasting
and storage/transport of such material shall be observed strictly.
31.21
If the Contractor does not take all safety precautions and/or fails to
comply with the Safety Rules as prescribed by owner or under the
applicable law for the safety of the equipment and plant as for the
safety of personnel and the Contractor does not prevent hazardous
conditions which cause injury to his employees or employees of other
contractors, or owner‘s employees or any other person who are at Site
or adjacent thereto, the Contractor shall be responsible for payment of
all compensations and for all other statutory obligations.
32.0
CODE REQUIREMENTS
The erection requirement and procedures to be followed during the
installation of the equipment shall be in accordance with the relevant
Codes and accepted good Engineering practice, the Owner’s Drawings
and other applicable Indian recognized codes and laws and regulations
of the Government of India.
33.0
33.1
FOUNDATION DRESSING & GROUTING
The surfaces of foundations shall be dressed to bring top surface of the
foundations to the required level, prior to placement of equipment
bases on the foundations.
33.2
All the equipment bases and structural steel base plates, shall be
grouted and finished as per the specifications unless otherwise
recommended by the equipment manufacturer.
33.3
The concrete foundation surface shall be properly prepared by
chipping, grinding as required to bring the type of such foundation to
the required level, to provide the necessary roughness for bondage
and to assure enough bearing strength. All laitance and surface film
shall be removed and cleaned.
33.4
GROUTING MIX
The Grouting mixture shall be composed of portland cement, sand and
water. The portland cement to be used shall conform to IS:269 or
equivalent. Sand shall conform to IS:383/2386 or equivalent. The grout
proportions for flat bases where the grouting space does not exceed
35 mm shall be 50 kg bag of cement to 75 kg of sand only. The
required quantity of water shall be added so as to make the mix quaky
and floatable and the mix shall not show excess water on top when it is
being puddled in space. For thicker grout beds upto 65 mm the amount
of sand shall be increased to 105 kg per bag of cement. Bases which
are hollow and are to be filled full of grouting shall be filled to a level of
25 mm above the outside rim with a mortar mix in the volumetric
proportions of one part of cement and 1.5 part sand and 1.5 part 6 mm
granite gravel. All such grouts shall be thoroughly, mixed for not less
than five minutes in an approved mechanical mixer and shall be used
immediately after mixing.
33.5
33.5.1
PLACING OF GROUT:
After the base has been prepared, its alignment and level has been
checked and approved and before actually placing the grout a low dam
shall be set around the base at a distance that will permit pouring and
manipulation of the grout. The height of such dam shall be at least 25
mm above the bottom of the base. Suitable size and number of chains
shall be introduced under the base before placing the grout, so that
such chains can be moved back and forth to push the grout into every
part of the space under the base.
33.5.2
The grout shall be poured either through grout holes provided or shall
be poured at one side or at two adjacent side giving it a pressure head
to make the grout move in a solid mass under the base and out in the
opposite side. Pouring shall be continued until the entire space below
the base is thoroughly filled and the grout stands at least 25 mm higher
all around than the bottom of the base. Enough care should be taken
to avoid any air or water pockets beneath the bases.
33.6
FINISHING OF THE EDGES OF THE GROUT
The poured grout should be allowed to stand undisturbed until it is well
set immediately thereafter, the dam shall be removed and grout, which
extends beyond the edges of the structural or equipment base, plates,
shall be cut off, flushed and removed. The edges of the grout shall then
be pointed and finished with 1:2 cement mortar pressed firmly to bond
with the body of the grout and smoothened with a tool to present a
smooth vertical surface. The work shall be done in a clean and
scientific manner and the adjacent floor spaces, exposed edges of the
foundation, and structural steel and equipment base plates shall be
thoroughly cleaned of any spillage of the grout.
33.7
CHECKING OF EQUIPMENT AFTER GROUTING
After the grout is set and cured, the contractor shall check and verify
the alignment of equipment’s, alignment of shafts of rotating
machinery, the slopes of all bearing pedestals. Centering of rotors with
respect to their sealing bores, couplings etc. as applicable and the like
items to ensure that no displacement has taken place during grouting.
The values recorded prior to grouting shall be used during such post
grouting checkup and verifications. Such pre and post grout records of
alignment details shall be maintained by the contractor in a manner
acceptable to the owner.
34.0
SHAFT ALIGNMENTS
All the shafts of rotating equipment shall be properly aligned to those of
the matching equipment’s to as perfect accuracy as practicable. The
equipment shall be free from excessive vibration so as to avoid
overheating of bearings or other conditions which may tend to shorten
the life of the equipment. All bearings, shafts and other rotating parts
shall be thoroughly cleaned and suitably lubricated before starting.
35.0
DOWELLING
All the motors and other equipment shall be suitably doweled after
alignment of shafts with tapered-machined dowels as per the direction
of the owner.
36.0
CHECK OUT OF CONTROL SYSTEMS
After completion of wiring cabling furnished under specification and laid
and terminated by the owner, the contractor shall check out the
operation of all control system for the equipment furnished and
installed under these specifications and documents.
37.0
37.1.1
COMMISSIONING SPARES
It will be the responsibility of the contractor to provide all
commissioning spares required for initial operation till the equipment is
declared by the owner as ready for commissioning. The contractor
shall furnish a list of all commissioning spares timely and such list shall
be reviewed by the owner and mutually agreed to. However such
review and agreement will not absolve the contractor of his
responsibilities to supply all commissioning spares so that initial
operation shall be deemed to be included in the scope of the contractor
at no extra cost to the owner.
37.2
These spares shall be received and stored by the contractor atleast 3
months prior to the schedule date of commissioning of the respective
equipment and utilized as and when required. The unutilized spares
and replaced parts, if any, at the end of successful completion of
performance and guarantee test shall be the property of the contractor
and he will be allowed to take these parts back at his own cost with the
permission of owner.
38.0
38.1
CABLING
All cables shall be supported by conduits or cable trays run in air or in
cable channels. These shall be installed in exposed runs parallel or
perpendicular to dominant surface with right angle turn made of
symmetrical bends for fittings. When cables are run on cable trays,
they shall be clamped at a minimum intervals of 2000 mm or otherwise
as directed by the owner.
38.2
Each cable, whether power or control, shall be provided with a metallic
or plastic tag of an approved type, bearing a cable reference number
indicated in the cable and conduit list (prepared by the contractor), at
every 5 meter run or part thereof and at both ends of the cable
adjacent to the terminations. Cable routing is to be done in such a way
that cable are accessible for any maintenance and easy identification.
38.3
Sharp bending and kicking of cables shall be avoided. The minimum
radius for PVC insulated cables 1100 V grade shall be 15 D where D is
the overall diameter of the cable. Installation of other cable like high
voltage, coaxial, screened, compensating, mineral insulated shall be in
accordance with the cable manufacture’s recommendations. Wherever
cables cross roads and water, oil, sewage or gas lines, special care
should be taken for the protection of the cables in designing the cable
channels.
38.4
In each cable run some extra length shall be kept at a suitable point to
enable one or two straight through joints to be made, should the cable
develop fault at a later date.
38.5
Control cable terminations shall be made in accordance with wiring
diagrams, using identifying codes subject to owner’s approval. Multicore control cable jackets shall be removed as required to train and
terminate the conductors. The cable jacket shall be left on the cable, as
far as possible, to the point of the first conductor branch. The insulated
conductors from which the jacket is removed shall be neatly twined in
bundles and terminated. The bundles shall be firmly but not tightly tied
utilizing plastic or nylon ties or specifically treated fungus protected
cord made for this purpose. Control cable conductor insulation shall be
secure and even.
38.6
The connectors for control cables shall be covered with transparent
insulation sleeve so as to prevent accidental contact with ground or
adjacent terminals and shall preferably be terminated in elmex
terminals and washers. The insulating sleeve shall be fire resistant and
shall be long enough to over pass the conductor insulation. All control
cables shall be fanned out and connection made to terminal blocks and
test equipment for proper operation before cables are corded together
SPECIAL CONDITIONS OF CONTRACT
1.0
GENERAL INFORMATION
1.1
1.2
1.3
1.4
2.0
Haryana Vidyut Prasaran Nigam Limited, Panchkula, (hereinafter
referred to as “The Employer/ Owner”) is undertaking the work,
mentioned herein and in Technical Specifications (Vol.-II) for the
construction of 220/132/66 kV sub-station on turnkey basis.
The requirements, conditions, appendices etc., stated in General
Conditions of Contract (Volume-I), Bid Proposal Sheets (Volume-IB).
Technical Specifications (Volume-IIA & IIB), Data Requirement Sheets
(Volume-IIIA & IIIB) and Drawings (Volume-IVA & IVB) shall apply to
and shall be considered as part of this Bidding Document.
Unless brought out clearly, the Bidder shall be deemed to conform
strictly to bid documents. All deviations from the specification shall be
clearly brought out in the respective schedule of deviations. Any
discrepancy between the specification and the catalogue of the bid, if
not clearly brought out in the schedule, will not be considered a valid
deviation.
The word “Owner” wherever appears in the Bidding Documents shall
be termed as “Employer”.
SCOPE OF WORK AND SERVICES
2.1
2.2
Scope of the work shall include the supply of all the equipment and
material and providing services specified in Chapter GEN of Technical
Specification, Vol. –IIA for sub-station and Section V Part-I Vol-IIB for
transmission lines or otherwise, which are required to complete the
work on Turnkey basis.
Scope of Services
In addition to the scope of work specified in Chapter -GEN of
accompanying Technical Specification, Vol.-IIA for sub-stations and
Section V Part-I Vol-IIB for transmission lines, the following shall also
be covered under Bidder’s scope.
-
Design, manufacture and shop testing, packing & despatch.
-
Transportation to site and insurance.
-
Receiving, unloading, handling, opening, inspection, reporting
and submitting claims in case of damages and short supply
items.
Arranging to repair and/or replace all damaged and short supply
items.
Storing at site with suitable weather protection.
Complete assembly & erection at site.
Adjustments to rectify misalignment and defects, if any.
Final check-up, testing & commissioning.
Obtaining Employer’s written acceptance or satisfactory
performance.
[
[
[
-
2.3
Co-ordination through the engineer/engineer-in-charge and
other contractors of HVPN.
Bidders are required to quote for the entire scope of work as defined in Bid
Proposal Sheets. Offer for incomplete or part scope of work is not acceptable
and shall be summarily rejected.
3.0
QUALIFYING REQUIREMENTS FOR BIDDERS
3.1
The qualifying and eligibility requirements are stated under section II, Clause
2.0 of ‘ITB’, Volume-I.
3.2
The Bidder shall submit documentary evidence to establish the above facts to
the satisfaction of Employer.
4.0
PRICES
4.1
Bidders shall quote their prices on freight on site basis. The ex-factory price
component, transportation and insurance, unloading, storage and handling of
equipment at site, erection and commissioning charges shall be indicated
separately in the manner stipulated in the Bid Proposal Sheets, Vol.-IB.
5.0
PRICE BASIS
Prices quoted shall be on Firm Price basis in Indian Rupees. No Price
escalation shall be applicable during contractual completion period except
for prices of supply of power transformers which shall be variable as per
IEEMA formula with base date 30 days prior to date of opening of tender.
The applicable IEEMA formula for price variation of transformers is as under:P=
P0 /100
(13+23(C/C0)+28(ES/ES0)+7(IS/IS0)+7(IM/IM0)+7(TB/TB0)+15(W/W0)
Whereas
P=
Updated price
P0=
Base Price
C=
Price of copper wire bars
ES=
Price of CRGO
IS=
Price index number of Iron & Steel
IM=
Price of Insulating Material
TB=
Price of Transformer oil
W=
Average consumer price index
6.0
TAXES & DUTIES
6.1
Taxes and duties shall be payable as per Clause No. 18.0 ITB, Section II,
Volume-I and as per following:
All customs Duties, Excise Duties, Sales Tax, Octroi and other levies payable
by the Bidders in respect of the transaction between the Bidders and their
vendors/sub-vendors, either while procuring any components, sub-assemblies,
raw materials and equipment for their own consumption or despatched directly
from their vendors/sub-vendor’s works or Godown to the site, shall be included
in the Ex-works bid price and no claim on this behalf will be entertained by the
Employer.
6.2
Sales tax (but not surcharge in lieu of sales tax), excise duty, local taxes and
other levies in respect of the transaction between the Employer and the
Contractor under the contract, for the items manufactured by them and
despatched from their manufacturing works to site directly shall be indicated
separately wherever applicable in the relevant price schedules.
6.3
Notwithstanding the provisions stated above and Clause No. 16.0, ‘General
Conditions of Contract’, Vol.-I, all applicable taxes, duties and other levies
such as excise duty, sales tax, octroi etc. shall be included in the ex-works
price of Bus materials/Bay work, civil and erection works, and no claim in this
behalf will be entertained by the Employer.
6.4
Necessary sales tax declaration forms for all items shall be issued by the
Employer at the request of the Contractor to avail concessional sales tax.
7.0
BASIS OF EVALUATION
The basis of evaluation under the contract will be
of bidding documents
as per
Clause 40 of ITB
8.0
MANDATORY SPARES FOR SUB-STATIONS
8.1
The list of mandatory spares under this package is given in Bid Proposal
Sheets. The price of the mandatory spares shall be indicated in the
respective Price schedules and these will be considered for the purpose of bid
evaluation. The price of these mandatory spares shall be FIRM and these
shall be supplied alongwith the main equipment’s.
8.2
Recommended/Optional Spares for sub-stations
In addition, the Bidder shall also recommend optional equipment spares. The
Bidder shall indicate his recommendations and prices of the various optional
spares in corresponding schedules in Bid Proposal sheets and they shall not
be included in total bid price. The prices of these optional spares shall be
FIRM.
8.3
Special Tools and Tackles
The Bidder shall include in his bid any special tools and tackles for erection
and maintenance of the system equipment. The list of such special tools and
tackles shall be given in the Bid Proposal Sheets and prices of these shall be
deemed to be included in the bid price.
9.0
9.1
TERMS OF PAYMENT
The payment to Contractor under the contract will be made by the Employer
as per Clause 34.0 Section GCC, Vol.-I and as per the guide lines and
conditions specified hereunder. All payments made during the contract will be
on account payment only.
9.1.1 Supply of equipment including mandatory spares.
Interest bearing mobilization advance equal to 10 % of the contract value shall
be made to the turnkey contractor as under: (i) 1st installment of advance payment to the extent of 2% at the time of
signing of contract.
(ii) 2nd installment of advance payment to the extent of 2% at the time of
opening of site office.
(iii) 3rd installment of advance payment to the extent 6% on submission of
invoice and proof by the contractor that civil subcontractor is appointed.
Subject to the fulfillment of following condition:i. Submission of an unconditional and irrevocable Bank Guarantee for the
equivalent amount of initial advance valid upto contractual completion
period.
ii. Submission of an unconditional and irrevocable Performance Bank
Guarantee equivalent to 10% of the contract value. Firm can submit 5
Nos. BG’s of equal amount for the total amount of advance to be taken
from the Nigam, the five BGs received against mobilization advance will
be released one by one upon recovery of equal amount of advance
along with interest.
iii. Submission of an undertaking that they will mobilize construction gangs
as per PERT Chart which will include deployment of labour and
construction T&P, commencement of route survey work of the lines,
opening of site office, placement of orders of major equipment etc.
iv. The advance shall bear an interest rate equal to PLR of SBI for quarterly
compounded scheme, prevailing at the time of payment of mobilization
advance. The interest on outstanding amount will be calculated at the
end of each quarter and will be recovered from the invoices to be
submitted for payment in the next calendar month by the contractor.
v.
b)
The amount of advance will be recovered @ 20 % of the value of each
invoice submitted by the contractor for payment. The Bank Guarantee
submitted by the contractor for mobilization advance will be will be
released one by one upon recovery of equal amount of advance along
with interest.
vi. The payment of mobilization advance is optional. The contractor has the
option of taking the interest-bearing interim advance or otherwise which
he should indicate at the time of bid finalisation.
Payment for supply of equipment including mandatory spares from
abroad:
1.
50% payment of the contract price of goods shipped shall be paid
through irrevocable letter of credit opened in favour of supplier of bank
in his country upon submission of following documents:i)
ii)
iii.
6 copies of supplier invoice showing contract no. goods description,
quantity, unit price and total amount.
Original and 6 copies of negotiable, clean, on-board bill of lading
marked, freight prepaid and 6 copies of non-negotiable bill of landing.
6 copies of Detailed Packing list identify contents of each package.
iv)
Insurance Policy/Certificate.
v)
vi)
Manufacturer’s / supplier’s warranty certificate.
Despatch authorisation issued by the employer with the factory
inspection report.
vii) Certificate of origin.
viii) Certificate from the Xen/TS / Project incharge on the specified format
(Annexure- XII) indicating that the material is required sequential to
related erection and civil activities.
2.
40% payment of the ex-works price along with Excise Duty and Sales
Tax after deducting mobilisation advance @ 20% of the bill amount and
upto date accrued interest thereon shall be paid within 45 days after
receipt of material in site stores, but after verification by the concerned
XEN. The payment shall be made on submission of following
documents by the supplier to FA & CAO (MM), HVPNL, Panchkula: i)
Documentary evidence of handing over of material at the contractor's
site store, to HVPN and its reissue to the contractor against indemnity
bond for execution of work.
ii)
Contractor’s detailed invoice
iii)
Detailed Packing list.
iv)
Insurance Policy/Certificate.
v)
vi)
vii)
viii)
Despatch authorisation issued by the employer.
Proof of Excise Duty Paid along with excise duty certificate.
Sales Tax Certificate
Proof of deposit of tax other than CST & ED if any under clause 18.3 of
ITB.
3.
Balance ten percent (10%) of the Ex-works price alongwith taxes and
duties shall be paid within 45 days on.
i)
c)
Successful completion of erection, testing, commissioning and taking
over the works by HVPN.
ii)
Proof of submission of required number of O&M Manuals,
Reproducible’s and sets of approved drawings of the sub-stations etc.
Payment for supply of equipment including mandatory spares from
India:
1.
50% payment of the contract price of goods shipped shall be paid
through irrevocable letter of credit opened in favour of supplier of bank
in his country upon submission of following documents:i)
ii)
6 copies of supplier invoice showing contract no. goods description,
quantity, unit price and total amount.
6 copies of Detailed Packing list identify contents of each package.
iii)
Insurance Policy/Certificate.
iv)
v)
Manufacturer’s / supplier’s warranty certificate.
Despatch authorisation issued by the employer with the factory
inspection report.
Certificate of origin.
vi)
vii) Certificate from the Xen/TS / Project incharge on the specified format
(Annexure- XII) indicating that the material is required sequential to
related erection and civil activities.
2.
ii)
iii)
40% payment of the ex-works price along with Excise Duty and Sales
Tax after deducting mobilisation advance @ 20% of the bill amount and
upto date accrued interest thereon shall be paid within 45 days after
receipt of material in site stores, but after verification by the concerned
XEN. The payment shall be made on submission of following
documents by the supplier to FA & CAO (MM), HVPNL, Panchkula: Documentary evidence of handing over of material at the contractor's
site store, to HVPN and its reissue to the contractor against indemnity
bond for execution of work.
Contractor’s detailed invoice
Detailed Packing list.
iv)
Insurance Policy/Certificate.
i)
3.
v)
Despatch authorisation issued by the employer.
vi)
Proof of Excise Duty Paid along with excise duty certificate.
ix)
Sales Tax Certificate
x)
Proof of deposit of tax other than CST & ED if any under clause 18.3.
Balance ten percent (10%) of the Ex-works price alongwith taxes and duties
shall be paid within 45 days on.
i)
Successful completion of erection, testing, commissioning and taking
over the works by HVPN.
ii)
Proof of submission of required number of O&M Manuals,
Reproducible’s and sets of approved drawings of the sub-stations etc.
d)
Inland transportation and insurance charges: 100% of the transportation
and transit insurance charges after deducting mobilisation advance @ 20% of
the bill amount and upto date accrued interest thereon shall be paid with in 45
days after receipt of material at site store.
9.1.2 Payment for erection charges: 90% of the erection price component after
deducting mobilisation advance @ 20% of the bill amount and upto date
accrued interest thereon shall be paid within 45 days of submission of
erection bill by the contractor to concerned SDO. The payment shall be made
by FA&CAO (MM) after certification by the concerned Xen. Balance 10% shall
be paid with in 45 days after commissioning of the substation/ transmission
lines.
‘Commissioning” shall mean satisfactory completion of all supplies, erection,
inspection, commissioning checks and successful continuous energisation of
the equipment’s at rated voltage at site to the satisfaction/approval of the
employer.
9.1.3 Type test charges: 100% payment for tests conducted would be made with
in 45 days after deducting mobilisation advance @ 20% of the bill amount and
upto date accrued interest thereon, on successful completion of tests,
approval of test reports by the employer and receipt of copies of approved
type test reports as per contract.
9.1.4 Payment of Lot items for sub-stations:
The payment of lot items shall be made as under:a) Payment of control room building
The payment of control room building shall be divided into three stages as
under: i.
On completion upto plinth
15% price of control room
level
ii.
On casting of roof
Next 20% price of control room.
iii.
On completion
Balance 65% price of control room
b) Payment of Cable Trenches:
The payment of cable trenches shall be divided as under:i. On completion of 50 % of total
1/3rd of total cost of trenches
length of trenches without
trench covers
ii. On completion of 100 % length
Next 1/3rd of total cost of trenches
of trenches without trench
covers
iii. On completion
Balance 1/3rd of total cost of
trenches
c) Payment of other lot items:
Payment of other lot items will be paid on completion of the lot activity
9.1.5 DELAYED PAYMENT:
In the event the owner fails to make any payments on its respective due date
the owner shall pay to the contractor interest on amount of such delayed
payment at the rate equal to PLR of SBI prevailing at the time of due date for
payment per month for a period of delay until the payment has been made in
full.
9.1.6 i) Where payments are to be effected through letter of credit (LC). The same
shall be subject to the latest uniform customs and practice of documentary
credit of the International Chamber of commerce.
ii) The LC will be confirmed at supplier’s cost if requested specifically by the
supplier.
iii) If LC is required to be extended / reinstated for reasons not attributable to the
purchaser, the charges thereof shall be of supplier’s account.
10.0 TAKING OVER
Upon successful completion of all the tests to be performed at site on
equipment to be furnished and erected by the contractor, the owner shall
issue to the Contractor a taking over certificate as a proof of the final
acceptance of the equipment. Such certificate shall not unreasonably be
withheld nor will the owner delay the issuance thereof on account of minor
omission or defects, which do not effect the commercial operation and/or
cause any serious risk to the equipment. Such certificates shall not relieve
the Contractor of any of his obligation which otherwise survive by the terms
and conditions of the contract after issuance of such certificate.
11.0 WORK SCHEDULE
11.1
The Bidder shall include in his proposal his programme for furnishing and
erecting the equipment covered under the contract. The programme shall be
in the form of master network identifying key phases in various areas of the
total work like design, procurement, manufacture and field activities such that
all the sub-stations and transmission lines as covered under scope shall be
erected, tested and commissioned with in 18 months from the date of signing
of contract. The contract agreement will be signed within 30 days of issue of
Letter of Acceptance (LOA). In case there is delay in signing of contract, the
contractual completion period will be counted from the 30th day of issue of
LOA, irrespective of the reason of delay in signing of the contract. Offers,
which do not conform, to the requirements of the above time schedule are
liable to be rejected.
11.2
The indicative PERT Chart for each sub-station and transmission line to be
adopted by the bidders have been prepared and placed as Annexure –XI.
The bidders have to adopt these PERT Charts. In case, the bidder wants to
submit their own PERT Charts, the same may be submitted with the bid. The
PERT Charts to be submitted with the bid can be considered and finalised
after discussions with the bidders. However, no deviation in the completion
targets will be accepted. The payment of any equipment / material supplied
earlier than the period stipulated in PERT Charts will be released only as per
schedule of delivery of material in the approved PERT Charts.
11.3
Stage Penalty: To ensure that the contractor starts the work immediately
after signing of contract, the following minimum progress of work both in
respect of supply of equipment against supply contract and physical progress
of civil & erection activities at site against erection contract separately will
have to be achieved by the contractor in terms of financial values.
Period starting from
signing the contract
Financial Achievement
including supply of equipment
Within 6 months
Within 9 months
Within 12 months
15% of contract value
30% of contract value
60% of contract value
The contractor shall ensure the completion of supply and erection activities
separately for the above values, failing which the stage penalty @½% per
week or part thereof for the amount equal to short fall in progress achieved will be
levied for the period starting from the due date of achievement of above targets.
The stage penalty shall be calculated separately for supply contract and the
contract for erection and civil works. The stage penalty shall be calculated in
number of days of shortfall. The achievement of target will be the date on which
the material receipt or erection activity is completed by the contractor at site as
indicated on the bill/invoice by Xen/TS. However, the total amount of stage
penalty plus liquidated damages leviable for non-completion of sub-station/
transmission lines in time will not exceed 10% of the contract value of the substation (s) not commissioned in time in any case.
The stage penalty levied shall be reviewed on completion of the work to the
extent that, where the work as a whole is completed within the prescribed
completion period or the total delay in commissioning of the works is less than
2 weeks, no stage penalty shall be chargeable and the stage penalty (ies)
already charged for the delay in completion of individual stage (s), if any shall be
refundable to the contractor through the bill payable on completion of the work.
The stages of work will be identified and defined as per the approved PERT
chart.
The phasing of execution of turnkey project will be formulated in a way that
appropriate linkage of expenditure would be made not only with supply, but also
with the physical activities at site.
The construction of Major Civil works including control room building, outdoor
switchgear foundations, cable trenches etc for sub-stations will be taken in hand
within 3 months of the award of the contract and shall be completed atleast
3 months before the scheduled completion date. At least 75% of the tower
erection work and stringing/sagging of conductor should be completed at least
3 months prior to scheduled date of completion of transmission lines.
The contractor shall provide for proper checks and balances to ensure timely
completion of the turn-key contract.
The disbursement schedule of loan shall be prepared and submitted to the
loaning agency by HVPN on the basis of above targeted progress of work. The
loaning agencies generally charge commitment charges @ 1% per annum for the
delay in drawl of loan on late drawn portion only. The commitment charges
levied, if any by the loaning agency due to slow progress of work by the
contractor will also be payable by the contractor.
11.4
The network shall be updated and issued by Contractor at a frequency mutually
agreed upon.
11.5
The project execution shall be carried out by the contractor in a logical
‘Stage-by-Stage’ sequence in line with the stages prescribed under
para 11.3 SCC, so as to complete the work in accordance to the provision under
para 11.1 SCC.
However, changes can be made in the otherwise logical sequence of the
construction activities, if necessary and required by the circumstances
e.g. non-availability of clear site etc.
12.0
12.1
PROGRESS REPORTS
During execution of the Contract/Manufacture/Erection/Commissioning, the
Contractor shall furnish monthly progress reports to the employer in a format
as specified by the Employer indicating the progress achieved during the
month, and total progress upto the month against scheduled and anticipated
completion dates in respect of activities covered in programmes/ scheduled to
above. If called for by the Employer, Contractor shall also furnish to the
Employer resources data in a specified format and time schedule. The
Contractor shall also furnish any other information that is necessary to
ascertain progress, if called for by the Employer.
13.0
CHANGE OF QUANTITY
In case during detailed engineering there is change in quantity of some items
and services required for which unit rates have been asked in Bid Proposal
sheets, the actual quantity supplied and installed shall be payable. However,
there shall be no variation in price for the items/services for which Lump Sum
price is payable. However, no additional price shall be paid for the items for
which unit rates are not given in bid proposal sheets, but are required for
completion of job and it will be the responsibility of the bidder to access all
such items and clearly bring out the same in Bid Proposal Sheets alongwith
their prices.
After detailed engineering, the bill of quantities for which unit rates have been
given in the bid proposal sheets in the contract, the revised bill of quantities
shall be prepared and got approved immediately from the Empowered Officer
of the employer/owner by the contractor. The payment shall be made for the
revised quantities only.
14.0
LIQUIDATED DAMAGES FOR DELAY IN COMPLETION
In addition to provisions of the stage penalty as detailed in clause 11.3 SCC
above, If the Contractor fails to perform the work within the specified period
given in the Award Letter or any extension thereof, with respect to successful
completion of testing & commissioning of works, the Contractor shall pay to
the Employer as liquidated damages, a sum of half percent (0.5%) of the
Contract Price of the works not commissioned in time for the delayed portion
for each week of delay or part thereof in completion of works and handing
over to the employer. However, the amount of liquidated damages for the
contract including stage penalty shall be limited to a maximum of Ten percent
(10%) of the total contract price of the works not commissioned in time.
15.0
CAPATILISATION OF LOSSES AND LIQUIDATED DAMAGES FOR
PERFORMANCE FOR SUB-STATIONS ONLY
The basis of evaluation under the contract will be as per Clause 40 of ITB
of bidding documents.
16.0
16.1
GUARANTEE
The period for latent defect warranty in terms of clause 15.8 section GCC,
volume - I shall be limited to 2 years from the date of expiry of guarantee
period.
17.0
17.1
BID GUARANTEE TO BE SUBMITTED BY THE BIDDER IN A SEPARATE
SEALED COVER
A Bid Guarantee shall accompany each bid in the original and two copies of
the original the amount as specified in Clause 17.2 below and in the manner
as set forth in Clause 27 ITB Section II, volume-I.
17.2
The value of Bid Guarantee shall be Rs. 104 Lacs /US $ 208,000.
17.3
Any bid not accompanied by a Bid Guarantee as set forth in Clause 27.0
Section-II Instructions to Bidders. Volume-I & herein above will be rejected by
the Employer as non-responsive.
18.0
CERTIFICATE
CONDITIONS
18.1
(A)
Term of payment
Clause 34 Section GCC Vol.-I and Clause 9 Special Conditions of
Contract.
(B)
Bid Guarantee
Clause 27 Section ITB Vol.-I and Clause 17 Special Condition of
Contract.
(C)
Contract Performance Guarantee
Clause 47 Section ITB Vol.-I and Clause 32 Section GCC, Vol. - IA.
(D)
Liquidated Damages
Clause 14 Section GCC Vol.-I and Clause 14 & 15 of Special
Conditions of Contract.
(E)
Price Basis and Payment
Clause 17 & 19, Section ITB Vol.-I and 4 & 5 of Special Conditions of
Contract.
(F)
Guarantee
Clause 15 Section GCC Vol.-I.
18.1
REGARDING
ACCEPTANCE
OF
IMPORTANT
Bidders shall be required to furnish a certificate in format enclosed at
Annexure - A (SCC) for acceptance of Conditions mentioned above in a
separate sealed envelope containing bid guarantee.
ANNEXURE - A (SCC)
PAGE 1 OF 1
CERTIFICATE REGARDING ACCEPTANCE OF
IMPORTANT CONDITIONS
IMPORTANT: TO BE SUBMITTED IN SEPARATE SEALED COVER
Bidder’s name & Address:
To
Chief Engineer (MM),
Haryana Vidyut Prasaran Nigam Ltd.,
Panchkula – 134 109.
With reference to our Bid Proposal No. ___________________________
dated ____________ for 220/132/66 kV Sub-Stations, we hereby confirm that
we have read the provisions of following clauses and further confirm that not
withstanding anything stated elsewhere to the contrary, the stipulations of
these clauses are acceptable to us, and we have not taken any deviation to
these clauses: (a)
Terms of Payment
Clause No. 34.0, Sec. GCC, Vol.I
and Cl. No. 9 SCC Vol –I.
(b)
Bid Guarantee
Clause No. 28 Sec. ITB, Vol.-I, and
Clause No. 17 of SCC Vol.-I.
(c)
Contract Performance
Guarantee
Clause No. 47, Sec. ITB, Vol.-I and
clause 32-Sec. GCC, Vol.-I.
(d)
Liquidated Damages
Clause No. 14-Sec. GCC. Vol.-I and
Cl. No. 14 & 15 of SCC
(e)
Price basis and payment
Clause No. 18.0 & 20.0 Sec. ITB and
Clause No. 4 & 5 of SCC.
(f)
Guarantee
Clause No. 15, Sec. GCC. Vol-1.
We further confirm that any deviation to the above clauses at Sl. No. (a)
through (f) found anywhere in our ‘Bid Proposal’, implicit or explicit, shall
stand unconditionally withdrawn, without any cost imposition whatsoever to
HVPN.
(Signature)
_________________________
(Printed Name) _________________________
(Designation) _________________________
(Common Seal) _________________________
ANNEXURES
CONTENTS
Sr. No.
Description
Page No.
I.
Performa of Bank Guarantee for Bid Guarantee
1-2
II.
Proforma of Bank Guarantee for Contract Performance
3-5
III.
Proforma of Extension of Bank Guarantee
IV.
Proforma of Letter of Undertakings
V.
Proforma of Indemnity
Consignment in one lot)
Equipment
9-11
VI.
Proforma of Indemnity Bond (Equipment handed over in
installments)
12-14
VII.
Proforma of ‘Agreement’
15-18
Bond
6
7-8
(Entire
VIII. Form of Joint Venture Agreement
19-21
IX.
Power of Attorney for Joint Venture
22-23
X.
Performa of Bank Guarantee for Advance Payment
24-25
XI.
PERT Charts
26-30
XII.
Sequential Certificate for related civil and erection activities
31
Annexure –1
Page 1 of 2
PERFORMA OF BANK GUARANTEE
FOR BID GUARANTEE
(To be stamped in accordance with stamp Act)
The non-Judicial stamp paper should be in the name of issuing bank
Ref:
……………………..
Bank Guarantee No………………
Date: ………………………………
To
Chief Engineer (MM),
HARYANA VIDYUT PRASARAN NIGAM LIMITED
Panchkula –134109.
Dear Sirs,
In accordance with your tender enquiry No. …………………..…M/s
……………………… having its Registered/Head Office at ………………………………
(hereinafter called the ‘Bidder’) wish to participate in the said tender enquiry and you,
as a special favour have agreed to accept an irrevocable and unconditional Bank
Guarantee
for
an
amount
of
Rs. ………………………………. Valid upto …………………………on behalf of Bidder
in lieu of the Bid deposit required to be made by the bidder, as a condition precedent
for participation in the said tender enquiry.
We, the …………………………….. Bank at ………………………….. having our Head
Office at ………………………….. (local address) guarantee and undertake to pay
immediately on demand by HARYANA VIDYUT PRASARAN NIGAM LIMITED the
amount of……………………………………………………………………………… (in
words & figure) without any reservation, protest, demur and recourse any such
demand made by said ‘Owner’ shall be conclusive and binding on us irrespective of
any dispute or difference raised by the Bidder.
This guarantee shall be irrevocable and shall remain valid upto an including
………………………………………….. if and further extension of this guarantee is
required, the same shall be extended to such required period (not exceeding one
year) on receiving instruction from M/s ………………………………………………… on
whose behalf this guarantee is issued.
Annexure –1
Page 2 of 2
In witness whereof the Bank, through its authorised officer, has set its hand and
stamp on this …………………… day of …………………….. at …………………………
Witness
…………………………………
(Signature)
………………………………
(Signature)
…………………………………
(Name)
………………………………
(Name)
…………………………………
………………………………
(Official Address)
(Designation with Bank Stamp)
Annexure –II
Page 1 of 3
PERFORMA OF BANK GUARANTEE FOR
CONTRACT PERFORMANCE
(To be stamped in accordance with stamp Act)
Ref:
……………………..
Bank Guarantee No………………
Date: ………………………………
To
Chief Engineer (MM),
HARYANA VIDYUT PRASARAN NIGAM LIMITED,
Panchkula –134109.
Dear Sirs,
In consideration of HARYANA VIDYUT PRASARAN NIGAM LIMITED, (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…………………………………………….. 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
letter of Award No. ……………………………………….dated …………………….and
the same having been unequivocally accepted by the contractor, resulting into a
contract bearing No. ………………dated ………… valued at ………………….. for
…………………….. (scope of contract) and the Contractor having agreed to provide
a Contract Performance Guarantee for the faithful performance of the entire Contract
equivalent to …………………………… * ……………….(%) …………per cent) of the
said value of the Contract to the Owner.
We, …………………………………………………………………………………………….
(Name and 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, contest, recourse or protest and/or without any reference to the
Contractor.
Annexure –II
Page 2 of 3
Any such demand may 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 for bear 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 of omission or commission on the part of Owner of any other
indulgences 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 the Owner may have in relation to the Contractor’s liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is
restricted to ……………………….. and it shall remain in force upto and including
……………………………. and shall be extended from time to time for such period, as
may be desired by M/s ………………………………………….. on whose behalf this
guarantee has been given.
Dated this ………….…day of……………….20………………at………………………
WITNESS
. ……………………………
♦ (Signature)
……………………………
(Signature)
. ……………………………
♦ (Name)
……………………………
(Name)
. ……………………………
♦ (Official Address)
……………………………
(Designation with Bank Stamp)
Annexure –II
Page 3 of 3
Attorney as per Power
of Attorney No…………………
Date : …………………….
NOTE :
™ This sum shall be ten per cent (10%) of the Contract price.
™ The date will be ninety (90) days after the end of Warranty Period as specified in
the Contract.
1.
The stamp papers of appropriate value shall be purchased in the name of
issuing bank.
Annexure –III
Page 1 of 1
PERFORMA OF EXTENSION OF BANK GUARANTEE
Ref………………………………
………………………………
Date:
To
Chief Engineer (MM),
HARYANA VIDYUT PRASARAN NIGAM LIMITED
Panchkula –134109.
Dear Sirs,
Sub : Extension of Bank Guarantee No……………………… for Rs.
…………………… favouring yourselves, expiring on ….……………………….. on
account
of
M/s…………………………….in
respect
of
Contract
No.…………………………………… dated ………………… (hereinafter called
original Bank Guarantee).
At
the
request
of
M/s
……………………………………
,
We
……………………………… Bank, branch office at ……………………… and having
its Head Office at …………………………do hereby extend our liability under the
above mentioned Guarantee No. …………………. dated ……………… for a further
period of …………. Years/Months from . ………………….to expire on
…………………. except as provided above, all other terms and conditions of the
original Bank Guarantee No. …………………. dated …………………. shall remain
unaltered and binding.
Please treat this as an integral part of the original Bank Guarantee to which it would
be attached.
Yours faithfully,
For ………………….………………….
Manager/Agent/Accountant
Power of Attorney No. ………………….
Dated ………………….
SEAL OF BANK
•
NOTE : The non-judicial stamp paper of appropriate value shall be
purchased in the name of the bank who has issued the Bank Guarantee.
Annexure –IV
Page 1 of 2
PERFORMA OF LETTER OF UNDERTAKINGS
(To be submitted by the bidder alongwith his Bid)
(To be executed on non-judicial paper of requisite value)
Ref: ……………………..
………………………………
Date:
To
Chief Engineer (MM),
HARYANA VIDYUT PRASARAN NIGAM LIMITED,
Panchkula – 134109.
Dear Sirs,
1.
I*/We* have read and examined the following bid documents relating to the
………………………………(full scope of work)
a)
b)
c)
d)
e)
2.
Notice Inviting Tender.
“Invitation for bid, Instructions to bidders, General Conditions of
Contract and Erection Conditions of Contract”.
Special Conditions of Contract alongwith Annexures.
Drawings attached with Bidding Documents.
Technical Specifications.
I*/We* hereby submit our Bid and undertake to keep out Bid Valid for a period
of
3 months from the date of opening of Price Bid and 4 months from the date of
opening of bid, whichever is later. I*/We* hereby further undertake that during
said period I/We shall not vary/alter or revoke my/our bid.
This undertaking is in consideration of HVPN agreeing to open my Bid and
consider and evaluate the same for the purpose of award of contract in terms
of provision of clause entitled “Award of Contract” section instruction to
Bidders in the bid documents.
Annexure –IV
Page 2 of 2
Should this Bid be accepted, I/We also agree to abide by and fulfill all the
terms, conditions of provision of the above mentioned bid documents.
Signature alongwith Seal of Co.
………………………………………
(Duly authorised to sign the tender
on behalf of the Contractor)
Name ……………………………….
Designation…………………………
Name of Co. …………………….
(in Block Letters)
WITNESS
Signature
……………………………………. Date & Postal Address
Date
…………………………… ………
……………………………………….
Name & Address ………………………………
……………………………………….
……………………………………………………
Telegraphic Address
……………………………………………………
……………………………………….
……………………………………………………
……………………………………….
Telephone No. ………………………
Telex No…………………………….
*Strike out whichever is not applicable
Annexure –V
Page 1 of 3
PERFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR
FOR THE EQUIPMENT HANDED OVER BY HVPN FOR
PERFORMANCE OF ITS CONTRACT
(Entire Equipment consignment in one lot)
(On non-Judicial stamp paper of appropriate Value)
INDEMNITY BOND
THIS INDEMNITY BOND is made this ………………………………day of ……………
20………….. by …………………………… a Company registered under the
Companies Act, 1956/Partnership firm/proprietary concern having its Registered
Office at ………………………………(hereinafter called as ‘Contractor’ or ‘Obligor’
which expression shall include its successors and permitted assigns) in favour of
Haryana
Vidyut
Prasaran
Nigam
Limited,
Panchkula
……………………………………... (hereinafter called HVPN which expression shall
include its successors and assigns).
WHEREAS HVPN has awarded to the Contractor a Contract for ………………………
vide its Letter of Award/Contract No. ……………………………… dated ………………
and its Amendment No. ……………………………… ……..and Amendment No.
………………………………(applicable when amendments have been issued,
hereinafter called the ‘Contract’) in terms of which HVPN is required to hand over
various Equipment to the Contractor for execution of the Contract.
And WHEREAS by virtue of clause No. ……………………… of the said Contract, the
Contractor is required to execute an Indemnity Bond in favour of HVPN for the
Equipment handed over to it by HVPN for the purpose of performance of the
Contract/ Erection portion of the Contract (hereinafter called the “Equipment”).
NOW THEREFORE, This Indemnity Bond witnesseth as follows:
1.
That in consideration of various Equipment as mentioned in the Contract,
valued at Rs. ……………….. (Rupees………………..………………..) handed
over to the Contractor for the purpose of performance of the Contract, the
Contractor hereby undertakes to indemnify and shall keep HVPN indemnified,
for the full value of the Equipment. The Contractor hereby acknowledges
receipt of the Equipment as per despatch titled documents handed over to the
Contractor duly endorsed in their favour and detailed in the Schedule
appended hereto. It is expressly understood by the Contractor that handing
over of the despatch title documents in respect of the said Equipments duly
endorsed by HVPN in favour of the Contractor shall be construed as handing
over of the Equipment purported to be covered by such title documents and
the Contractor shall hold such Equipment in trust as Trustee for and on behalf
of HVPN.
Annexure –V
Page 2 of 3
2.
That the contractor is obliged and shall remain absolutely responsible for the
safe transit/protection and custody of the Equipment at HVPN project site
against all risks whatsoever till the Equipment are duly used/erected in
accordance with the terms of the Contract and the plant/Package duly erected
and commissioned in accordance with the terms of the Contract, is taken over
by HVPN. The Contractor undertakes to keep HVPN harmless against any
loss or damage that may be caused to the Equipment.
3.
The Contractor undertakes that the Equipment shall be used exclusively for
the performance/execution of the Contract strictly in accordance with its terms
and conditions and no part of the equipment shall be utilized for any other
works or purpose whatsoever. It is clearly understood by the Contractor that
non-observance of the obligations under this Indemnity Bond by the
Contractor shall inter- alia constitute a criminal breach of trust on the part of
Contractor for all intents and purposes including legal/penal consequences.
4.
That HVPN is and shall remain the exclusive Owner of the Equipment free
from all encumbrances, charges or liens of any kind, whatsoever. The
equipment shall at all times be open to inspection and checking by Engineerin-Charge/Engineer or other employees/agents authorised by him in this
regard. Further, HVPN shall always be free at all times to take possession of
the Equipments in whatever form the Equipments may be, if in its opinion, the
Equipment are likely to be endangered, misutilised or converted to uses other
that those specified in the Contract, by any acts of omission or commission on
the part of the contractor or any other person or on account of any reason
whatsoever and the Contractor binds himself and undertakes to comply with
the directions of demand of HVPN to return the equipment without any demur
or reservation.
5.
That this Indemnity Bond is irrevocable. If at any time any loss or damage
occurs to the Equipment or the same or any part thereof is mis-utilised in any
manner whatsoever, then the Contractor hereby agrees that the decision of
Engineer-in-Charge/Engineer of HVPN at to assessment of loss or damage to
the Equipment shall be final and binding on the Contractor. The Contractor
binds itself and undertakes to replace the lost and/or damaged Equipment at
its own cost and/or shall pay the amount of loss of HVPN without any demur,
reservation or protest. This is without prejudice to any other right or remedy
that may be available to HVPN against the Contractor under the contract and
under this Indemnity Bond.
6.
NOW THE CONDITION of this Bond is that if the Contractor shall duly and
punctually comply with the terms and conditions of this Bond to the
satisfaction of HVPN THEN, the Bond shall be void, but otherwise, it shall
remain in full force and virtue.
Annexure –V
Page 3 of 3
IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its
authorised representative under the common seal of the Company, the day, month
and year first above mentioned.
SCHEDULE
Particulars of the
Equipment
handed over
Quantity
Particulars of
Despatch title
Documents
RR/GR No.
date Bill
Carrier of
lading
Value of the
Equipment
Signature of
Attorney in
token of
receipt
Fore and on behalf of
M/s
……………………………………………….
WITNESS
1.
1.
2.
3.
Signature ……………………….
Name …………………………..
Address ………………………..
…………………………………..
1.
1.
2.
3.
Signature ……………………….
Name …………………………..
Address ………………………..
…………………………………..
Signature ………………………….
Name ……………………………..
Designation ……………….………
Authorised representative
(Common Seal)
(In case of Company)
* Indemnity Bonds are to be executed by the authorised person and (I) in case of
contracting Company under common seal of the Company or (ii) having the Power of
Attorney issue under common seal of the company with authority to execute
Indemnity Bonds, (iii) In case of (ii), the original Power of Attorney if it is specifically
for this contract or a Photostat copy of the Power of Attorney if it is General Power of
Attorney and such documents should be attached to Indemnity Bond.
Annexure –VI
Page 1 of 3
PERFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR
FOR THE EQUIPMENT HANDED OVER IN INSTALLMENTS BY HVPN FOR
PERFORMANCE OF ITS CONTRACT
(On non-Judicial stamp paper of appropriate Value)
INDEMNITY BOND
THIS INDEMNITY BOND is made this ………………………………day of ……………
20………….. by …………………………… a Company registered under the
Companies Act, 1956/Partnership firm/proprietary concern having its Registered
Office at ………………………………(hereinafter called as ‘Contractor’ or ‘Obligor’
which expression shall include its successors and permitted assigns) in favour of
Haryana
Vidyut
Prasaran
Nigam
Limited,
Panchkula
……………………………………... (hereinafter called HVPN which expression shall
include its successors and assigns).
WHEREAS HVPN has awarded to the Contractor a Contract for ………………………
vide its Letter of Award/Contract No. ……………………………… dated ………………
(hereinafter called the “Contract”) in terms of which HVPN is required to hand over
various Equipment to the Contractor for execution of the contract.
And WHEREAS by virtue of clause No. ……………………… of the said Contract, the
Contractor is required to execute an Indemnity Bond in favour of HVPN for the
Equipment handed over to it by HVPN for the purpose of performance of the
Contract/ Erection portion of the Contract (hereinafter called the “Equipment”).
NOW THEREFORE, This Indemnity Bond witnesseth as follows:
1.
That in consideration of various Equipment as mentioned in the Contract,
valued at Rs. ……………….. (Rupees………………..………………..) handed
over to the Contractor in installments from time to time for the purpose of
performance of the Contract, the Contractor hereby undertakes to indemnify
and shall keep HVPN indemnified, for the full value of the Equipment. The
Contractor hereby acknowledges receipt of the initial installments of the
Equipment as per details in the schedule appended hereto. Further, the
Contractor aggress to acknowledge receipt of subsequent installments of the
Equipments as required by HVPN in the form of Schedules consecutively
numbered which shall be attached to this Indemnity Bond so as to form
integral parts of this Bond. It is expressly understood by the Contractor that
handing over of the despatch title documents in respect of the said
Equipments duly endorsed by HVPN in favour of the Contractor shall be
construed as handing over of the Equipment purported to be covered by such
title documents and the Contractor shall hold such Equipment in trust as
Trustee for and on behalf of HVPN.
Annexure –VI
Page 2 of 3
2.
That the Contractor is obliged and shall remain absolutely responsible for the
safe transit/protection and custody of the Equipment at HVPN Project Site
against all risks whatsoever till the Equipment are duly used/erected in
accordance with the terms of the Contract and the Plant/Package duly erected
and commissioned in accordance with the terms of the Contract, is taken over
by HVPN. The Contractor undertakes to keep HVPN harmless against any
loss or damage that may be caused to the Equipment.
3.
The Contractor undertakes that the Equipment shall be used exclusively for
the performance/execution of the Contract strictly in accordance with its terms
and conditions and no part of the equipment shall be utilized for any other
works or purpose whatsoever. It is clearly understood by the Contractor that
non-observance of the obligations under this Indemnity Bond by the
Contractor shall inter- alia constitute a criminal breach of trust on the part of
Contractor for all intents and purposes including legal/penal consequences.
4.
That HVPN is and shall remain the exclusive Owner of the Equipment free
from all encumbrances, charges or liens of any kind, whatsoever. The
equipment shall at all times be open to inspection and checking by Engineerin-Charge/Engineer or other employees/agents authorised by him in this
regard. Further, HVPN shall always be free at all times to take possession of
the Equipments in whatever form the Equipments may be, if in its opinion, the
Equipment are likely to be endangered, misutilised or converted to uses other
that those specified in the Contract, by any acts of omission or commission on
the part of the Contractor or any other person or on account of any reason
whatsoever and the Contractor binds himself and undertakes to comply with
the directions of demand of HVPN to return the equipment without any demur
or reservation.
5.
That this Indemnity Bond is irrevocable. If at any time any loss or damage
occurs to the Equipment or the same or any part thereof is mis-utilised in any
manner whatsoever, then the Contractor hereby agrees that the decision of
Engineer-in-Charge/Engineer of HVPN at to assessment of loss or damage to
the Equipment shall be final and binding on the Contractor. The Contractor
binds itself and undertakes to replace the lost and/or damaged Equipment at
its own cost and/or shall pay the amount of loss of HVPN without any demur,
reservation or protest. This is without prejudice to any other right or remedy
that may be available to HVPN against the Contractor under the contract and
under this Indemnity Bond.
6.
NOW THE CONDITION of this Bond is that if the Contractor shall duly and
punctually comply with the terms and conditions of this Bond to the
satisfaction of HVPN THEN, the Bond shall be void, but otherwise, it shall
remain in full force and virtue.
Annexure –VI
Page 3 of 3
IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its
authorised representative under the common seal of the Company, the day, month
and year first above mentioned.
SCHEDULE
Particulars of the
Equipment
handed over
Quantity
Particulars of
Despatch title
Documents
RR/GR No.
date Bill
Carrier of
lading
Value of the
Equipment
Signature of
Attorney in
token of
receipt
Fore and on behalf of
M/s …………………………………………….
WITNESS
1.
1.
2.
3.
Signature ……………………….
Name …………………………..
Address ………………………..
…………………………………..
1.
1.
2.
3.
Signature ……………………….
Name …………………………..
Address ………………………..
…………………………………..
Signature ………………………….
Name ……………………………..
Designation ……………….………
Authorised representative
(Common Seal)
(In case of Company)
* Indemnity Bonds are to be executed by the authorised person and (I) in case of
contracting Company under common seal of the Company or (ii) having the Power of
Attorney issue under common seal of the company with authority to execute
Indemnity Bonds, (iii) In case of (ii), the original Power of Attorney if it is specifically
for this contract or a Photostat copy of the Power of Attorney if it is General Power of
Attorney and such documents should be attached to Indemnity Bond.
ANNEXURE-VII
Page 1 of 4
PROFORMA OF “AGREEMENT”
(To be executed on non-Judicial stamp paper)
This agreement made this …………………….. day of ………………………. Two
thousand ……………………….. between Haryana Vidyut Prasaran Nigam Limited
(hereinafter referred to as “Owner” or HVPN which expression shall include its
administrators, Company incorporated under the Companies Act, 1956) on the one
part
and
……………………………..
having
its
registered
office
at
……………………… (here in after referred to as the “Contractor” or
………………….”X”…………… name of the Contracting Company which expression
shall include its administrators, successors, executors and permitted assigns) of the
other part.
WHEREAS HVPN desirous of construction of 220/132/66 kV sub-station ______
invited bids for design, manufacturing, transportation to site, Supply, Erection &
Commissioning of 220/132/66 kV sub-station _______ as per specification No.
_________ and whereas ………………………. ‘X’ ……………… had participated in
the above referred bidding vide their proposal No. ………………….
Dated…………….
and
awarded
the
contract
to
…………………….”X”…………………. on terms and conditions, documents referred
to
therein,
which
have
been
accepted
by
…………………..”X”
………………………resulting into a “contract”.
NOW THEREFORE THIS DEED WITNESSETH AS UNDER.
1.0
Article ………………………………
1.1
Award of Contract ………………………………
HVPN has awarded the contract to ……………….”X”……………for the work
of ………… on terms and conditions contained in its letter of award No.
……….. dated …………. and the documents referred to there in. The award
has taken effect from aforesaid letter of award. The terms and expressions
used in this agreement shall have the same meaning as are assigned to them
in the “Contract Documents” referred to in the succeeding article.
2.0
CONTRACT DOCUMENTS
The contract shall be performed strictly as per the terms and conditions
stipulated herein and in the following documents attached herewith (herein
after referred to as “Contract Documents”)
i)
HVPN bidding documents in respect of specification No
_________ consisting of Invitation to Bid, Instructions to Bidders,
Conditions of Contract and all other sections including all amendments
vide its letter(s) No(s) ………………… dated…………………….. .
ii)
ANNEXURE-VII
Page 2 of 3
HVPN Technical Specification including amendments issued vide its
letter No. ………….. dated …………………
iii)
“X”s proposal No…………… dated………… along with price schedules,
data requirements, payment terms and work schedules submitted by
“X” titled as “…………………………………..”
iv)
Agreed Minutes of the Meeting held on ……………………….. between
HVPN and “X”.
v)
HVPN’S
letter
of
award
No………………………
………………..duly accepted by “X” and detailed
No……………………..dated………
dated
award
All the aforesaid contract documents shall form an integral part of this
agreement, in so as the same or any part conform to the bidding
documents (Vol-I & II) and what has been specifically agreed to by the
owner in its letter of award. Any matter inconsistent therewith, contrary
or repugnant there to or any deviations taken by the contractor in its
“Bid Proposal”, but not agreed to specifically by the owner shall not
form part of this agreement. For the sake of brevity this agreement
alongwith its aforesaid contract documents shall be referred to as the
“Agreement”.
3.0
3.1
CONDITIONS AND COVENANTS
The scope of the contract, consideration, terms of payment, taxes, wherever
applicable, insurance, liquidated damages, performance guarantee and all
other terms and conditions are contained in HVPN’s letter of award
No…………… dated…………….. read in conjunction with other aforesaid
contract documents. The contract shall be duly performed by the contractor
strictly and faithfully in accordance with the terms of the agreement.
3.2
The scope of work shall also include supply & installation of all such items
which are not specifically mentioned in the contract documents, but which are
needed for successful, efficient, safe and reliable operation of the equipment
unless otherwise specifically excluded in the specifications under “exclusions”
or Letter of Award.
3.3
TIME SCHEDULE
3.3.1 Time is the essence of the contract and schedules shall be strictly adhered to
and “X” shall perform the work in accordance with the agreed schedule.
3.4
QUALITY PLANS
3.4.1 The contractor is responsible for the proper execution of the quality plans. The
work beyond the customer’s hold points will progress only with the owner’s
consent. The owner will also undertake quality surveillance and quality audit
of the
ANNEXURE-VII
Page 3 of 3
Contractor’s/Sub-Contractor’s works, systems and procedures and quality
control activities. The contractor further agrees that any change in the quality
plan will be made only with the owner’s approval. The contractor shall also
perform all quality control activities, inspection and tests agreed with the
owner to demonstrate full compliance with the contract requirements.
3.4.2 The contractor also agrees to provide the owner with the necessary facilities
for carrying out inspection, quality audit and quality surveillance of
Contractor’s and its Sub-Contractor’s quality assurance systems and
manufacturing activities.
3.5
Another contract for erection of sub-station , transmission lines and civil works
has been placed upon you simultaneously. Any breach in the contract for
erection portion will automatically mean breach of this contract also.
3.6
The contractor guarantees that all the equipment under the contract shall
meet the ratings and performance parameters as stipulated in the technical
specifications (Volume II) and in the event of any deficiencies found in the
requisite performance figures, the owner may at its option reject the
equipment or alternatively accept it on the terms and conditions and subject to
levy of the liquidated damages in terms of contract documents. The amount of
liquidated damages so leviable shall be in accordance with the contract
documents and without any limitation.
3.7
It is further agreed by the Contractor that the Contract performance guarantee
shall in no way be construed to limit or restrict the owner’s right to recover the
damages/compensation due to short-fall in the equipment performance
figures as stated above or under any other clause of the Agreement. The
amount of damages/compensation shall be recoverable either by way of
deduction from the contract price, contract performance guarantee and/or
otherwise.
The contract performance guarantee furnished by the contractor is irrevocable
and unconditional and the owner shall have the powers to invoke it
notwithstanding any dispute or difference between the owner and the
contractor pending before any court, tribunal, arbitrator or any other authority.
3.8
This agreement constitutes full and complete understanding between the
parties and terms of the presents. It shall supersede any prior
correspondence, terms and conditions contained in the agreement. Any
modification of the agreement shall be effected only by a written instrument
signed by the authorised representative of both the parties.
4.0
SETTLEMENT OF DISPUTES
It is specifically agreed by and between the parties that all the differences or
disputes arising out of the Agreement or touching the subject matter of the
Agreement shall be decided by the process of settlement & arbitration as
specified in clause 48 and 49 of the Conditions of Contract & of the provisions
of
ANNEXURE-VII
Page 4 of 4
the Indian Arbitration and Conciliation Act 1996 (for domestic bidders)/Provisions
of “Rules of conciliation and Arbitration” prepared by the International Chamber of
commerce or any statutory modification thereof (for International bidders) shall
apply and PANCHKULA Courts alone shall have exclusive jurisdiction over the
same.
4.1.1
NOTICE OF DEFAULT
Notice of default given by either party to the other party under Agreement shall be
in writing and shall be deemed to have been duly and properly served upon the
parties hereto if delivered against acknowledgement or by telex or by registered
mail with acknowledgement duly addressed to the signatories at the addresses
mentioned herein above.
IN WITNESS WHEREOF, the parties through their duly authorised
representatives have executed these presents (execution where of has been
approved by the competent authorities of both the parties) on the day, month and
year first above mentioned at Panchkula.
Signed, sealed and Delivered by the
FOR AND ON BEHALF OF HARYANA VIDYUT PRASARAN NIGAM LTD.
NAME
:
TITLE
:
CHIEF ENGINEER(MM),
HVPNL, PANCHKULA
IN THE PRESENCE OF
FOR AND ON BEHALF OF THE CONTRACTOR (NAME & ADDRESS OF THE
FIRM)
NAME
TITLE
:
:
IN THE PRESENCE OF
Note :Clause 3.5 shall be suitably amended in case of contract for Erection Portion.
Clause 3.6 is applicable in case of Supply Contract only.
ANNEXURE – VIII
Page 1 of 3
FORM OF JOINT VENTURE AGREEMENT
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE
PURCHASED IN THE NAME OF JOINT VENTURE)
PROFORMA
OF
JOINT
VENTURE
AGREEMENT
BETWEEN………………………AND ……..………………………………………… FOR
TENDER ENQUIRY No. ___________ OF HARYANA VIDYUT PRASARAN
NIGAM LIMITED.
THIS joint venture agreement executed on this ………………………………day of
…….……………………………..Two
thousand
…………….
between
M/s
……………………………...…………………………………….. a Company incorporated
under the laws of ……………………………………… …………….. and having its
registered
office
at
……………………………………………
(herein after called the “Lead Partner” which expression shall include its successors,
executors and permitted assigns), M/s …………….………………… a Company
incorporated
under
the
laws
of
………………………………………
and having its registered office at …………………………………………………
(herein after called the “Partner” which expression shall include its successors,
executors and permitted assigns) and M/s …………………………………………
a Company incorporated under the laws of ……………………………………and
having its registered office at…………………………………………(herein after called
the “Partner” which expression shall include its successors, executors and permitted
assigns) for the purpose of making a bid and entering into a contract (in case of
award) against the Tender Enquiry No. __________ for supply & erection of
220/132/66 kV sub-station _________ of Haryana Vidyut Prasaran Nigam Limited
having its office at Panchkula, Haryana, (hereinafter called the “Employer”).
WHEREAS the Employer invited bids _________ AND WHEREAS clause 2.7 ITB of
Bidding Documents stipulates that a Joint Venture of two or more firms as partners,
meeting the qualification requirements may submit their bid and in such a case, the
tender documents shall be signed by all the partners so as to legally bind all the
Partners of the Joint Venture, who will be jointly and severally liable to perform the
Contract and all obligations hereunder.
The above clause further states that the Joint Venture agreement shall be attached
to the bid and the contract performance guarantee will be as per the format enclosed
with the bidding document without any restrictions or liability for either party.
AND
WHERAS
the
bid
has
been
submitted
to
the
Employer
……………………………………………..by Lead partner based on the Joint Venture
Agreement between all the partners under these presents and the bid has been
signed by all the partners.
ANNEXURE – VIII
Page 2 of 3
NOW THIS INDENTURE WITNESSETH AS UNDER:
In consideration of the above premises and agreements all the partners to this Joint
Venture do here by now agree as follows:
1.
In consideration of the award of the Contract by the Employer to the Joint
Venture partners, we, the Partners to the Joint Venture agreement do hereby
agree that M/s …………………………………………………………. shall act as
lead Partner and further declare and confirm that we shall jointly and severally
be bound unto the Employer for the successful performance of the Contract
and shall be fully, responsible for the successful execution of the contract.
2.
In case of any breach of the said contract by the Lead Partner or other
partner(s) of the Joint Venture Agreement, the partner(s) do hereby agree to
be fully responsible for the successful performance of the contract and to
carry out all the obligations and responsibilities under the Contract in
accordance with the requirements of the Contract.
3.
Further, if the Employer suffers any loss or damage on account of any breach
in the contract, the partner(s) of these presents undertake to promptly make
good such loss or damages caused to the Employer, on its demand without
any demur. It shall not be necessary or obligatory for the Employer to
proceed against lead Partner to these presents before proceeding against or
dealing with the other Partner(s).
4.
The financial liability of the Partners of this Joint Venture Agreement to the
Employer, with respect to any of the claims arising out of the non-performance
of the obligations set forth in the said Joint Venture Agreement, however, not
be limited in any way so as to restrict or limit the liabilities of any of the
Partners of the Joint Venture Agreement.
5.
It is expressly understood and agreed between the Partners to this Joint
Venture Agreement that the responsibilities and obligations of each of the
partners shall be as delineated in Appendix-1 (‘To be incorporated suitably by
the Partners’) to this agreement. It is further agreed by the Partners that the
above sharing of responsibilities and obligations shall not in anyway be a
limitation of joint and severe responsibilities of the Partners under this
Contract.
6.
This Joint Venture Agreement shall be construed and interpreted in
accordance with the laws of India and the courts of Panchkula shall have the
exclusive jurisdiction in all matters arising thereunder.
7.
In case of an award of a Contract, We the Partners to the Joint Venture
Agreement do hereby agree that we shall be jointly and severally responsible
for furnishing a contract performance security from a bank in favour of the
Employer in the forms acceptable to the Employer for value of 10% of the
Contract price.
ANNEXURE – VIII
Page 3 of 3
8.
It is further agreed that the Joint Venture Agreement shall be irrevocable and
shall form an integral part of the Contract and shall continue to be enforceable
till the Employer discharges the same. It shall be effective from the date first
mentioned above for all purposes and intents.
In WITNESS WHEREOF, the Partners to the Joint Venture agreement have
through their authorised representatives executed these presents and affixed
common seal of their companies, on the day, month and year first mentioned
above.
1.
2.
Common Seal of ………………….
has been affixed in my/our presence
pursuant to the Board of Director’s
resolution dated…………………………
(Signature of authorised
representative)
Designation…………………………….
Name…………………..
Name
Designation……………
……………………………
For lead partner
Designation…………………………….
Common Seal of the Company
Common Seal of ………………….
has been affixed in my/our presence
pursuant to the Board of Director’s
resolution dated…………………………
For lead partner
(Signature of authorised
representative)
Name…………………..
Designation……………
Designation……………………
Common Seal of the Company
Name…………………………..
Designation…………………..
………………………….
WITNESSES:
…………………………
(Signature)
………………………….
(Signature)
Name …………………………
Name…………………..
………………………………..
(Official Address)
………………………….
(Official Address)
ANNEXURE – IX
Page 1 of 2
FORM OF POWER OF ATTORNEY FOR JOINT VENTURE
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE
PURCHASED IN THE NAME OF JOINT VENTURE)
KNOW ALL MEN BY THESE PRESENTS THAT WE, the partners whose details are
given hereunder…..……………….. have formed a Joint Venture under the laws of
…………..……………….. and having our Registered office(s)/head office(s) at
…………………………….. (herein after called the Joint Venture which expression
shall unless repugnant to the context or meaning thereof, include its successors,
administrators and assigns) acting through M/s ………………………………………..
being the Lead partner do hereby constitute, nominate and appoint
M/s………………………………..
a Company incorporated under the laws of
…………………………………….. and having its Registered/Head Office at
…………………….. as our duly constituted lawful Attorney (hereinafter called
“Attorney” or “Authorized Representative” or “Lead partner”) to exercise all or any of
the powers for and on behalf of the Joint Venture in regard to Tender Enquiry
No……………………… the bids for which have been invited by Haryana Vidyut
Prasaran Nigam Limited having its office at Panchkula, Haryana (hereinafter called
the “Employer”) to undertake the following acts:
i.
To submit proposal and participate in the aforesaid Tender Enquiry of the
Employer on behalf of the Joint Venture.
ii.
To negotiate with the Employer the terms and conditions for award of the
contract pursuant to the aforesaid Tender Enquiry and to sign the Contract
with the Employer for and on behalf of the “Joint Venture”.
iii.
To do any other act or submit any document related to the above.
iv.
To receive, accept and execute the Contract for and on behalf of the
“Joint Venture”.
It is clearly understood that the lead Partner shall ensure performance of the
Contract(s) and if one or more partners fail to perform their respective portions
of the Contract(s), the same shall be deemed to be ‘a default by all the
Partners.
It is expressly understood that this Power of Attorney shall remain valid
binding and irrevocable till completion of the Defects Liability Period in terms
of the Contract.
ANNEXURE – IX
Page 2 of 2
The Joint Venture hereby agrees and undertakes to ratify and confirm all
whatsoever the said Attorney/Authorised Representative/Lead partner quotes
in the bid, negotiates and signs the Contract with the Employer and/or
proposes to act on behalf of the Joint Venture by virtue of this Power of
Attorney and the same shall bind the Joint Venture as if done by itself.
IN WITNESS THEREOF the Partners constituting the Joint Venture as
aforesaid have executed these presents ………………. on this …………. Day
of …….. under the Common Seals(s) their Companies.
for and on behalf of the
Partners of Joint Ventures
……………………………..
……………………………
…………………………….
Common Seal of the above Partner(s) of the Joint Venture, the Common Seal
has been affixed there unto in the presence of:
WITNESS
1.
Signature ………………
Name ……………………………
Designation …………………….
Occupation ………………………
2.
Signature …………………………
Name …………………………….
Designation ……………………..
Occupation ……………………….
ANNEXURE – X
Page 1 of 2
PERFORMA OF BANK GUARANTEE FOR ADVANCE PAYMENT
(To be stamped in accordance with stamp Act)
Ref:
……………………..
Bank Guarantee No………………
Date: ………………………………
Chief Engineer(MM),
HARYANA VIDYUT PRASARAN NIGAM LIMITED
Panchkula –134109.
Dear Sir,
In consideration of Haryana Vidyut Prasaran Nigam Limited, (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………………………………(with
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
letter of Award No.……….…………….dated ……………….and the same having
been unequivocally accepted by the contractor, resulting into a contract bearing No.
………………dated
…………
valued
at
…………………..
for
…………………contract. (Scope of work)
(hereinafter called the ‘Contract’) and the Owner having agreed to make an advance
payment to the contractor for performance of the above contract amounting
………………..…(in words and figures) as an advance against Bank Guarantee to be
furnished by the contractor.
We,
…………………………………………………(Name
of
the
Bank)
……………………. Address ……………………………… .…………Tel No. ………...
Fax No. ……….………
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, immediately on demand any or, all monies payable
by the Contractor to the extent of……………………………………………as aforesaid
at any time upto……………………………………. without any demur, reservation,
contest, recourse or protest and/or without any reference to the Contractor.
Any such demand may 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. We agree that
the guarantee herein contained shall be irrevocable and shall expire at the latest
upon the receipt of documentation indicating full repayment by the contractor of the
amount of advance payment.
Page 2 of 2
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 vary the advance or 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 for bear 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 or
omission or commission on the part of Owner or any other indulgences 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 the Owner may have in relation to the Contractor’s liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is
limited to ……………………….. and it shall remain in force upto and including
……………………………. and shall be extended from time to time for such period
(not exceeding one year), as may be desired by M/s …………………………………..
on whose guarantee has been given.
Dated this ………….…day of……………….20………………at………………………
WITNESS
. ……………………………
♦ (Signature)
……………………………
(Signature)
. ……………………………
♦ (Name)
……………………………
(Name)
. ……………………………
♦ (Official Address)
Stamp)
……………………………
(Designation
with
Bank
Attorney as per Power
of Attorney No…………………
Date : ……………………
NOTE :
The non judicial stamp papers of appropriate values shall be purchased in the
name of bank who issues the ‘Bank Guarantee’.
ANNEXURE-XI
Tender Enquiry No. JICA-011
Bar Chart - 220 kV GIS sub-station Sector-20 Gurgaon
Supply Schedule
Sr
No
Activity
1.
Foundation Bolts, Towers & Beams
2.
Equipment structures
3.
Disc insulators,
connectors
4.
ACSR Conductor & Earthwire
5.
Earthing mat material
6.
GIS equipment
7.
Control & Relay Panels
8.
11 kV VCBs
9.
Battery & Battery charger
10.
Power & control cables, ACDB, DCDB, MKs
M1
hardware,
clamps
&
M2
M-3
Contractual completion period 18 Months
M4
M5
M6
M7
M8
M9
M10
M11
M-12
M13
M14
M15
M16
M17
M18
Sr
No
Activity
11.
Station Transformers
12.
Capacitor Banks
13.
Power Transformers
14.
Lighting Equipment
15.
Fire Fighting equipment
M-1
M-2
M-3
M-4
M-5
M-6
M-7
M-8
M-9
M10
M11
M12
M13
M14
M15
M-16
M17
M-18
Tender Enquiry No. JICA-011
Bar Chart - 220 kV GIS sub-station Sector-20 Gurgaon
Schedule of Civil Works
Sr
MMNo Activity
2
1
1.
Handing over clear site by HVPNL
2.
Opening of site office & site store and
shifting of T&P etc at sites
3.
Disposal of rain water , loose earth etc.
and land contouring, fixation of formation
levels from civil design
4.
Marking of layout of the sub-station
including layout of trenches
5.
U/C fencing of switchyard/ construction of
boundary wall
6.
Tower foundations
7.
Approval of design of transformer
foundations
8.
Construction of transformer foundations
Contractual completion period 18 Months
M3
M4
M
-5
M
-6
M7
M8
M9
M10
M11
M12
M13
M14
M15
M16
M17
M18
Sr
No
Activity
9.
Construction of GIS block building
Excavation
Upto DPC level
Upto roof level
Casting of roof, Plastering, Indoor trenches,
Flooring and Final finishes
10.
Outdoor cable trenches
11.
Construction of roads
12.
Station transformer and capacitor foundations
13.
Earth filling and site surfacing
M1
M2
M3
M4
M5
M -6
M-7
M
-8
M9
M10
M11
M-12
M-13
M14
M-15
M16
M17
M18
Tender Enquiry No. JICA-011
Bar Chart - 220 kV GIS sub-station Sector-20, Gurgaon
Equipment Erection Schedule
Sr
MMMNo Activity
1
2
3
1.
Earthmat laying
Soil resistivity measurement
Earthing calculations & approval
Laying of earthmat
2.
Erection of towers & beam
3.
Stringing of Bus bar
4.
Erection of equipment structures
5.
Erection of power transformers
6.
Erection of GIS and indoor
equipments
Cabling
7.
8.
9.
10.
11.
Pre-commissioning tests by
contractor
Yard lighting
Tests check by M&P and
Chief Electrical Inspector
Commissioning of sub-station
Contractual completion period 18 Months
M4
M5
M6
M- 7 M8
M9
M10
M11
M12
M- 13
M14
M15
M16
M-17
M18
ANNEXURE – XII
Sequential Certificate for related civil and erection activities
Ref. No:
Date:
To
M/s....................................................
..........................................................
..........................................................
REF.: Contract
No.
……………………..
dated
...................
for
........……......................... awarded by ....(insert name of the Employer).........
Dear Sir,
Kindly refer to Dispatch Authorization Document No. ………............ dated .................
It
is
certified
that
the
civil/erection
activities
related
to
the
following
Equipment/material have been completed/likely to be completed shortly:
Sr.No. Description
Quantity
This certificate is issued for the sole purpose of claiming the payment for the above
mentioned items against the subject cited contract and for no other purpose,
whatsoever.
(Signature of Xen/TS / Project In-charge)
Designation…........................
Date.........……..
HARYANA VIDYUT PRASARAN NIGAM LIMITED
BIDDING DOCUMENT No. JICA-011
FOR
SUPPLY, ERECTION & COMMISSIONING
OF
220 kV SUB-STATIONS
BID PROPOSAL SHEETS
(VOLUME-IB)
Chief Engineer (MM),
Haryana Vidyut Prasaran Nigam Ltd.,
Shakti Bhawan, (Basement)
Sector-6,
Panchkula –134109
TELEFAX: 0172-2583724/2583727
JANUARY, 2012
HARYANA VIDYUT PRASARAN NIGAM LIMITED
BID PROPOSAL SHEETS FOR
CONSTRUCTION OF 220 kV SUB-STATION
VOLUME - IB
SPECIFICATION NO.
CONTENTS
1.
Bid Form
Proposal
2.
Summary Price Proposal
Schedule –1
3.
Summary Price Components
Schedule –2
4.
Relevant Individual Equipment Price Components
Schedule –3 to 6
5.
Special Tools and Tackles
Schedule –7
6.
Commercial Deviations
Schedule –8
7.
Technical Deviations
Schedule –9
8.
Additional Information
Schedule –10
9.
Bought out items
Schedule –11
10.
Qualifying Requirement Data
Schedule –12
11.
Work Completion Schedule
Schedule –13
12.
Guaranteed declaration Schedule
Schedule –14
13.
Check List
Schedule –15
14
Deemed Export Declaration
Schedule –16
Specification No.
Page 1 of 5
PROPOSAL
Bidder’s Name and Address:
Bid Proposal Reference:
Person to be contacted:
Designation:
Telephone No.:
Telex/Cable:
Fax:
To
The Chief Engineer (MM),
HVPNL, Panchkula – 134109.
Subject: Proposal for Construction of 220 kV sub-stations (GIS) Sector-20
Gurgaon on turnkey basis against Bid Document No. JICA-011.
Dear Sirs,
1.0
We, the undersigned Bidder, have read and examined in detail the
specifications and documents and hereby propose Construction of 220 kV
sub-stations (GIS) Sector-20 Gurgaon on turn key basis as per details given
in Bidding documents.
2.0
2.1
PRICE AND VALIDITY
All the price and price components stated in our proposal shall be FIRM and
shall not be subject to price adjustment except for prices of supply of power
transformers which shall be variable as per IEEMA formula with base date
30 days prior to opening of tender. Further, all the prices and other terms and
conditions of our proposal are valid for 45 days after the date of opening of
price bid and 75 days from the date of opening of the 1st part whichever is
later.
2.2
We do hereby confirm that our Ex-works bid price as quoted in relevant
schedules include all custom duties, excise duties, sales tax, octroi and other
levies payable by us in respect of transaction between us and our subvendors either while procuring any components, sub-assemblies, rawmaterials and the equipment’s for our own use or despatched directly from our
sub-vendors works (Bought out equipment) to site and we shall have no claim
on this behalf.
2.3
All taxes such as sales tax (but not surcharge in lieu of sales tax) excise duty,
local taxes, octroi and other levies in respect of transaction between you and
us for all goods despatched from our manufacturing works. If any, shall be to
the Employer’s account and have been included in our bid price and are
separately indicated in the relevant schedules of taxes, duties and other
levies.
2.4
We further confirm that the ex-works price of Bus materials/ Bay-works and
civil works includes all applicable taxes, duties and other levies and we shall
have no claim in this regard.
2.5
We understood that the necessary sales tax declaration forms for all items
shall be issued by you on our request to avail concessional sales tax.
2.6
The bid price, the price components of the various items and price
components of Mandatory spares are enclosed in Schedule 1 to 7 of this
proposal.
3.0
BID PRICING
We further, declare that the prices stated in our proposal are in accordance
with your ‘Instruction to bidders and Conditions of Contract (Vol.-I)
4.0
4.1
CONSTRUCTION OF THE CONTRACT
We, declare that we are making the offer on the basis of a divisible supply
cum erection contract on single source responsibility basis. The supply portion
of the contract relate to supply of equipment and materials, transportation,
insurance and the erection portion will relate to storage, erection, testing and
commissioning etc. of equipment and materials as defined in bid documents.
We declare that the award of two contracts will not in any way dilute our
responsibility for successful operation of equipments as per Bid specifications
and that both the contracts will have a cross fall breach clause viz. that a
breach on one contract will automatically be classified as breach for the other
contract which will confer on the Employer the right to terminate the other
contract at our risk and cost.
5.0
We have studied clause 15.0 of Section II, Vol.-I and clause 6.0 of Special
Conditions of Contract, Vol.-I relating to Taxes & duties and we hereby,
declare that if any income-tax, surcharge on income-tax or any other
corporate tax is attracted under the law, we agree to pay the same.
6.0
RECOMMENDED/ OPTIONAL SPARES
We have given a list of recommended/ optional spares required for substation in Schedule-7-I and prices are indicated therein. Further, the prices of
above items are not included in the bid price.
7.0
SPECIAL TOOLS AND TACKLES
We have given a list of Special Tools and Tackles in Schedule-7 and price
thereof are included in our lumpsum proposal price. We further, agree that
any items of special tools and tackles, though not included in the aforesaid
list, but required for effective erection, testing, commissioning and operation of
sub-station shall also be furnished by us, at no extra cost to you.
8.0
8.1
DEVIATION
Specification and documents except for the variations and deviations, all of
which have been detailed out exhaustively in the following schedules,
irrespective of whatever has been stated to the contrary anywhere else in our
proposal shall be applicable.
a.
b.
Commercial Deviation Schedules
Technical Deviations Schedules
Schedule-8
Schedule-9
We confirm that specified stipulation of following clause are acceptable to us
and no deviation/ exceptions are taken on any account whatsoever in the
following clauses.
a.
Terms of payment
Clause No. 34.0 of GCC, Vol-I and
Clause No. 9 of SCC, Vol-I.
b.
Bid Guarantee
Clause No. 28.0 of GCC and
Clause No. 17.0 of SCC Vol-I
c.
Contract performance
Clause No. 17.0, of ITB
Guarantee
and 32.0, of GCC Vol-I.
d.
Liquidated Damages for
Clause No.14.0, of GCC of Vol-I and
delay
Clause No. 14.0 of SCC Vol-I
e.
Price basis, currencies
Clause No. 14.0, and 20.0 of ITB
and payment
Vol-I and 4.0 & 5.0 of SCC Vol-I
f.
Guarantees
Clause No. 15.0, of GCC Vol-I
Further, we agree that additional conditions, if any, found in the proposal,
documents other than those stated in Deviation Schedules, save that
pertaining to any rebates offered, shall not be given effect to.
9.0
PERFORMANCE GUARANTEES
We declare that the ratings and performance figures of the equipment to be
furnished and erected by us are guaranteed. The Guaranteed particulars of
different equipments are enclosed in Vol-III. Data Requirement Sheets. We
understand and agree that certain parameters and characteristics attract levy
of liquidated damages for non-performance. The ‘Guarantee Declaration’ of
such characteristics is enclosed in relevant Schedule – 14.
10.0
BID GUARANTEE
10.1 We have enclosed a Bid Guarantee, in the form of
___________________________________________________________________
(Please fill in alternative chosen)
for a sum of
___________________________________________________________________
(Amount in words and figures)
___________________________________________________________________
in original valid for a period of 148 days from the date of opening of bid in
accordance with bid documents.
11.0
ADDITIONAL INFORMATION
11.1
In addition to the information called for in these proposal sheets, we have
included with this proposal information as listed in Schedule 10. We further
confirm that such additional information does not imply additional deviation
beyond those covered in Schedule 8 & 9 and in case of any contradiction
between these additional information and other provisions of Bid, the latter will
prevail.
12.0
BOUGHT OUT ITEMS
We have enclosed a list of bought out items in Schedule-11.
13.0
13.1
QUALIFICATION DATA
We confirm having submitted the Qualification Data, as required by you in
your ‘Instruction to Bidders’ included in Vol-IB along with this proposal.
Further we have filled in the information for qualification requirements in
Schedule-12. In case you require any further information in this regard, we
agree to furnish the same in time.
14.0
WORK SCHEDULE
If this proposal is accepted by you, we agree to submit engineering data,
provide services and complete the entire work from time to time, in
accordance with Schedule indicated in the proposal. We fully understand that
the time schedule stipulated in this proposal is the essence of the Contract, if
awarded. The completion schedule of the various major key phases of the
work is indicated in Schedule-13.
15.0
CONTRACT PERFORMANCE GUARANTEE
We further agree that if our proposal is accepted we shall provide an
irrevocable Contract Performance Guarantee, of value equivalent to ten
percent (10%) of the Contract Price valid upto the end of ninety (90) days
after the end of the contract warranty period in the form of
______________________________________________________________
(Please specify the form of Guarantee)
in your favour and enter into a formal agreement with you within thirty (30)
days from the date of letter of Award of Contract.
16.0
BID PRICE
We declare that our total prices for the entire scope of works as defined in Bid
Proposal Sheets shall be as indicated in Schedule – I.
17.0
CHECKLIST
We have included a check list duly filled in Schedule – 15.
18.0
We, hereby declare that only the persons of firms interested in this proposal
as principles are named herein and that no other persons or firms other than
those mentioned herein have any interest in this proposal or in the Contract to
be entered into, if we are awarded the Contract, and that this proposal is
made without any connection with any other person, firm or party likewise
submitting a proposal and that this proposal is in all respect for and in good
faith, without collusion of fraud.
Date this _________________________ day of ___________________ 2012
Thanking you, we remain.
Yours faithfully
Signature
(Printed Name)
(Designation)
(Common Seal)
_________________
_________________
_________________
_________________
Specification No. JICA-011
Schedule-IA
Page 1 of 2
220 kV sub-station
(Summary of Price Proposal)
Bidder’s Name & Address.
To
The Chief Engineer / MM,
HVPNL, Panchkula,
Dear Sir,
We declare that the following are lump sum price (including type test)
in Rupees for the entire scope of work as specified in the specification and
documents.
Lump sum price of equipment’s including Custom Duty, Sales Tax and other
levies: Sr.
No.
1.
Description
220 kV sub-station (GIS) Sector-20 Gurgaon
Amount
Schedule-3A-I
Total Rs. In Figure:Total Rs. In Words:Lump sum price of freight & insurance: [
Sr. No.
Description
1.
220 kV sub-station (GIS) Sector-20 Gurgaon Schedule-3A-I
Amount
Total Rs. In Figure:Total Rs. In Words:(C)
Lump sum price of detailed survey, civil and Erection charges:-
Sr.
Description
No
.
1. 220 kV sub-station (GIS) Sector-20 Gurgaon
Schedule-3A-II & 4A
Total Rs. In Figure:Total Rs. In Words:-
Amount
Specification No. JICA-011
Schedule-IA
Page 2 of 2
(D)
Total Type test charges for 220 kV sub-station
(Schedule-5A)
(Rs. In Figure)__________________________________________________
(Rs. In Words)__________________________________________________
(E)
Total training Charges for 220 kV sub-station
(Schedule-6A)
(Rs. In Figure)__________________________________________________
(Rs. In Words)__________________________________________________
(F)
Any other charges as per the requirement of Special Conditions of
Contract/ Technical specifications._______________________________
(G)
Total Bid price (Sum of 'A' to 'F' above):-
Total Rs. In Figure:Total Rs. In Words:-
Date:
Signature:_________________
Place:
Printed Name:_______________
Designation: ______________
Common Seal:______________
Specification No. JICA-011
Schedule-2 A
Page 1 of 2
220 kV sub-station
(Summary of Price Components)
Bidder's Name & Address.
To
The Chief Engineer (MM),
HVPN, Panchkula,
Summary of price components as per the scope identified in accompanying
specifications: (i) Ex-works price of materials/equipment (including Custom Duty & CST of
bought out material / equipment):-
Sr. No.
Description
1.
220 kV sub-station (GIS) Sector-20 Gurgaon
Amount
Schedule-3A-I
Total Rs. In Figure:Total Rs. In Words:(ii)
Custom Duty, CST & Other levies payable on self manufactured
equipment:Sr. No.
Description
Amount
1.
220 kV sub-station (GIS) Sector-20 Gurgaon Schedule-3A-I
Total Rs. In Figure:Total Rs. In Words:(iii) Lump Sum price of Freight & Insurance:Sr. No.
Description
1.
220 kV sub-station (GIS) Sector-20 Gurgaon
Amount
Schedule-3A-I
Total Rs. In Figure:Total Rs. In Words:(A)
Total FOR destination cost of material/equipment including mandatory spares
including Custom duty, CST & other levies payable for all the sub-stations.
Sr. No.
Description
1.
220 kV sub-station (GIS) Sector-20 Gurgaon
Total Rs. In Figure:Total Rs. In Words:-
Amount
Schedule-3A-I
Specification No. JICA-011
(B)
Schedule-2 A
Page 2 of 2
Lump sum price of detailed Survey, Civil and Erection charges:-
Sr.
No.
1.
Description
Amount
220 kV sub-station (GIS) Sector-20 Gurgaon
Schedule-3A-II & 4A
Total Rs. In Figure:Total Rs. In Words:(C)
Total Type test charges for 220 kV sub-station (Schedule-5A)
(Rs. In Figure)__________________________________________________
(Rs. In Words)__________________________________________________
(D)
Total Training charges for 220 kV sub-station (Schedule-6A)
(Rs. In Figure)__________________________________________________
(Rs. In Words)__________________________________________________
(E)
Any other charges as per the requirement of Special Conditions of
Contract/ Technical specifications._______________________________
(F)
Total Bid price (Sum of 'A' to 'E' above):Total Bid price in Figure:Total Bid price in words:-
Date:
Signature:_________________
Place:
Printed Name:_______________
Designation: ______________
Common Seal:______________
SPECIFICATION NO. JICA-011
SCHEDULE-3A-I
220 kV SUB-STATION (GIS) SECTOR-20 GURGAON
(Price component schedule for supply of Equipment including Mandatory spares Charges)
Bidder’s Name & Address
To
Chief Engineer/MM,
HVPNL, Panchkula –134109.
Price Break up for supply of individual items including mandatory spares charges:Sr.
No
1.
A
Unit
Qty
to be
supplied
Description
2.
Main equipment
I.
220 kV GIS
The 245kV SF6 gas insulated switch gear for
three phase system shall have double bus bar
arrangement with 6 bays (3 nos. 100MVA
transformer bays, 1 no. bus-coupler and 2 nos.
feeder bays). Space for 6 Nos future bays and
jointing plugs shall be kept in GIS hall for adding
future bays and jointing plugs required for
connecting GIS of different makes and
associated local control panels, control cables
all consumables and hardware etc. as per
enclosed SLD Drawing and as per the technical
specification. The SF6 gas insulated switch gear
rated for 220kV, 3-phase, 50 HZ shall be of the
indoor metal-enclosed type, comprising of
following items.
1.
245kV, 3150A, single 3 – φ or three 1 –
φ, SF6 gas insulated, metal enclosed
bus bar arrangement, consisting of
3150A single 3 – φ or three 1 –φ SF6
gas insulated switchgears, each Bus
Bar comprising of :i.
Bus bar enclosures running the length of
the switchgear to interconnect each of
the circuit breaker bay modules in main
bus system.
ii.
Three, 2-core, single phase voltage
transformers/ PTs.
iii.
One, single pole, group operated
isolator/disconnector with one, single
pole, group operated earthing switch with
manual and motor driven operating
mechanisms.
iv.
One high speed fault make, single pole,
group operated earthing switches,
complete with manual and motor driven
operating mechanisms.
v.
GIS Bus Duct with gas monitoring
device, pressure switch etc. as required.
3.
4.
Sets
2
Unit
ExWorks
5.
Total
ExWorks
6.
Unit
F&I
7.
Total
F&I
8.
Total
Price
Taxes and duties and other
levies payable by HVPN.
Sales
tax
9.
10.
Custom
duties &
Import
taxes
11.
Other
levies
12.
Sr.
No
1.
vi
vii
viii
2.
i.
ii.
iii.
iv.
v.
vi
vii
3.
i.
ii.
iii.
iv.
v.
vi
Unit
2.
Terminal boxes/ Local Control Cubicle.
Interconnecting wiring/ piping.
Grounding, support structures and
platforms.
245kV, 3150A, single 3 – φ or three 1 –
φ, Bus coupler bay module, consisting
of 3150A single 3 – φ or three 1 –φ SF6
gas
insulated
switchgears,
comprising of:
One SF6 gas insulated circuit breaker,
complete with operating mechanism.
Three, 5-core, single phase current
transformers (1200-800-400/1-1-1-1-1A).
Two
sets
of
isolator/disconnector
switches each comprising of One single
pole,
group
operated
isolator/disconnector switches each with,
single pole, group operated earthing
switch and complete with manual and
motor driven operating mechanisms.
GIS Bus Duct with gas monitoring
device, pressure switch etc. as required.
Local Control Cubicle.
Interconnecting wiring/ piping.
Grounding, support structures and
platforms.
245kV, 3150A, single 3 – φ or three 1 –
φ, Transformer feeder circuit breaker
bay module,
consisting of 3150A
single 3 – φ or three 1 – φ SF6 gas
insulated
switchgears,
for
transformer, each comprising of:One SF6 gas insulated circuit breaker,
complete with operating Mechanism.
Three, 5-core, single phase current
transformers (500-300/1-1-1-1-1A).
One, single pole, group operated
isolator/disconnector without earthing
switch, complete with manual and motor
driven operating mechanisms.
One single pole, group operated
isolator/disconnector with one single
pole, group operated earthing switch,
complete with manual and motor driven
operating mechanisms.
One single pole, group operated
isolator/disconnector with two single
pole, group operated earthing switches,
complete with manual and motor driven
operating mechanisms.
Local Control Cubicle.
Qty
to be
supplied
Description
3.
4.
Sets
1
Sets
3
Unit
ExWorks
5.
Total
ExWorks
6.
Unit
F&I
7.
Total
F&I
8.
Total
Price
Taxes and duties and other
levies payable by HVPN.
Sales
tax
9.
10.
Custom
duties &
Import
taxes
11.
Other
levies
12.
Sr.
No
1.
vii
viii
4.
i.
ii.
iii.
iv.
v.
vi
vii
viii
5
6
7
8
Unit
Description
2.
Interconnecting wiring/ piping.
GIS Bus Duct with gas monitoring
device, pressure switch etc. as required.
245kV, 3150A, single 3 – φ or three 1 –
φ, Transmission line feeder circuit
breaker bay modules, consisting of
3150A single 3 – φ or three 1 –φ SF6
gas insulated switchgears, each
comprising of:One SF6 insulated circuit breaker,
complete with operating mechanism.
Three, 5- core, single phase current
transformers (1200-800-400/1-1-1-1-1A).
One single pole, group operated isolator/
disconnector without earthing switch,
complete with manual and motor driven
operating mechanisms.
One single pole, group operated
isolator/disconnector with one single
pole, group operated earthing switch,
complete with manual and motor driven
operating mechanisms.
One single pole, group operated
isolator/disconnector with one normal
and one high speed fault make single
pole, group operated earthing switches,
complete with manual and motor driven
operating mechanisms.
Local Control Cubicle.
Interconnecting wiring/ piping.
GIS Bus Duct with gas monitoring
device, pressure switch etc. as required.
245kV, 3 – φ or 1 – φ, 600A, SF6 ducts
to
connect
220/66kV,
100MVA
transformer
245kV, 3 – φ or 1 – φ, 1200A, SF6 ducts
to connect 220kV line feeders
245kV, 600A, 1 - φ SF – 6 Duct to Air
interface Bushings.
245kV, 1200A, 1 - φ SF – 6 Duct to Air
interface Bushings.
Qty
Unit
Exto be
supplied Works
3.
4.
Sets
2
Ckt
Mtrs
75
Ckt
Mtrs
No
60
9
No
6
5.
Total Unit
ExF&I
Work
s
6.
7.
Total
F&I
Total
Price
Taxes and duties and
other levies payable by
HVPN.
Sales
tax
8.
9.
10.
Custom
duties &
Import
taxes
11.
Other
levies
12.
Sr.
No
1.
II.
9
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
Qty
Unit
to be
supplied
Description
2.
66 kV GIS
The 72.5kV SF6 Gas Insulated
Switchgear for three phase system
shall
have
double
bus
bar
arrangement with 12 bays (3 nos.
Transformer I/C bays from 100MVA
Transformer, 1 no. bus-coupler, 2
nos.
Transformer
bays
for
25/31.5MVA Transformers, 6 nos.
feeder bays. Space for 6 Nos future
bays shall be kept in GIS hall for
adding future bays and jointing plugs
required for connecting GIS of
different makes and associated local
control panels, control cables all
consumables and hardware etc. as
per enclosed SLD Drawing and as per
the technical specification. The SF6
Gas Insulated Switchgear rated for
66kV, 3-phase, 50Hz, 31.5kA fault
level shall be of the indoor metalenclosed type, comprising of following
items.
72.5kV, 3150A, single 3 – φ or three
1 –φ, SF6 gas insulated, metal
enclosed bus bars arrangement,
consisting of 2000A single 3 – φ or
three 1 –φ SF6 gas insulated
switchgears,
each
Bus
Bar
comprising of :Bus bar enclosures running through
the length of the switchgear to
interconnect each of the circuit
breaker bay modules in main bus
system.
Three, 2-core, single phase voltage
transformers/ PTs.
One, single pole, group operated
isolator/disconnector with one, single
pole, group operated earthing switch
with manual and motor driven
operating mechanisms.
One high speed fault make, single
pole,
group
operated
earthing
switches, complete with manual and
motor driven operating mechanisms.
Gas monitoring equipment.
Terminal boxes.
Interconnecting wiring/ piping.
Grounding, support structures and
platforms.
Local Control Cubicle.
3.
Sets
4.
2
Unit
ExWorks
5.
Total
ExWorks
6.
Unit
F&I
7.
Total
F&I
8.
Total
Price
Taxes and duties and other
levies payable by HVPN.
Sales
tax
9.
10.
Custom
duties &
Import
taxes
11.
Other
levies
12.
Unit
Sr.
No
Description
Qty
Unit Ex-
to be
supplied
Works
Total
ExWorks
Unit
F&I
Total
F&I
Total
Price
Taxes and duties and other
levies payable by HVPN.
Sales tax
Custom
duties &
Import
taxes
1.
10
i.
ii.
iii.
iv.
v.
vi.
vii.
11
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
2.
72.5kV, 2000A, single 3 – φ or three
1 –φ, Bus coupler bay module,
consisting of 2000A single 3 – φ or
three 1 –φ SF6 gas insulated
switchgears, comprising of:
One SF6 gas insulated circuit breaker,
complete with operating mechanism.
Three, 2-core, single phase current
transformers (1667-1000/1-1A).
Two sets of isolator/disconnector
switches each comprising of One
single
pole,
group
operated
isolator/disconnector switches each
with, single pole, group operated
earthing switch and complete with
manual and motor driven operating
mechanisms.
Gas monitoring equipment.
Local Control Cubicle.
Interconnecting wiring/ piping.
Grounding, support structures and
platforms.
72.5kV, 2000A, single 3 – φ or three
1 –φ, Incomer transformer bay
modules, consisting of 2000A
single 3 – φ or three 1 –φ SF6 gas
insulated switchgears, for 220/66kV
transformers, each comprising of: One SF6 gas insulated circuit breaker,
complete with operating mechanism.
Three, 4-core, single phase current
transformers (1667-1000/1-1-1-1A).
One, single pole, group operated
isolator/disconnector without earthing
switch, complete with manual and
motor driven operating mechanisms
One single pole, group operated
isolator/disconnector with one single
pole, group operated earthing switch,
complete with manual and motor
driven operating mechanisms.
One single pole, group operated
isolator/disconnector with two, single
pole,
group
operated
earthing
switches, complete with manual and
motor driven operating mechanisms.
Gas monitoring equipment.
Local Control Cubicle.
Interconnecting wiring/ piping.
Grounding, support structures and
platforms.
3.
sets
4.
1
sets
3
5.
6.
7.
8.
9.
10.
11.
Other
levies
12.
Unit
Sr.
No
Description
Qty
Unit Ex-
to be
supplied
Works
Total
ExWorks
Unit
F&I
Total
F&I
Total
Price
Taxes and duties and other
levies payable by HVPN.
Sales tax
Custom
duties &
Import
taxes
1.
12
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
13
i.
ii.
iii.
iv.
v.
2.
72.5kV, 2000A, single 3 – φ or three 1 –φ,
Transmission line feeder circuit breaker
bay modules, consisting of 2000A single
3 – φ or three 1 –φ SF6 gas insulated
switchgears, each comprising of:One SF6 gas insulated circuit breaker,
complete with operating mechanism.
Three, 3-core, single phase current
transformers (600-300-150/1-1-1A).
One,
single
pole,
group
operated
isolator/disconnector
without
earthing
switch, complete with manual and motor
driven operating mechanisms
One
single
pole,
group
operated
isolator/disconnector with one single pole,
group operated earthing switch, complete
with manual and motor driven operating
mechanisms.
One
single
pole,
group
operated
isolator/disconnector with one normal and
one high speed fault make single pole,
group operated earthing switches, complete
with manual and motor driven operating
mechanisms.
Gas monitoring equipment.
Local Control Cubicle.
Interconnecting wiring/ piping.
Grounding,
support
structures
and
platforms.
72.5kV, 2000A, single 3 – φ or three 1 –φ,
Transformer feeder circuit breaker bay
modules, consisting of 2000A single 3 –
φ or three 1 –φ SF6 gas insulated
switchgears, for 66/11kV transformer,
each comprising of: One SF6 gas insulated circuit breaker,
complete with operating mechanism.
Three, 3-core, single phase current
transformers (300-150/1-1-1A).
One,
single
pole,
group
operated
isolator/disconnector
without
earthing
switch, complete with manual and motor
driven operating mechanisms
One
single
pole,
group
operated
isolator/disconnector with one single pole,
group operated earthing switch, complete
with manual and motor driven operating
mechanisms.
One
single
pole,
group
operated
isolator/disconnector with two, single pole,
group operated earthing switches, complete
with manual and motor driven operating
mechanisms.
3.
Sets
4.
6
Sets
2
5.
6.
7.
8.
9.
10.
11.
Other
levies
12.
Sr.
No.
1.
vi.
vii.
viii.
ix.
14
15
16
17
18
19
20
21
22
23
24
25
a)
b)
c)
26
27
28
29
30
31
a)
b)
c)
Unit
2.
Local Control Cubicle.
Interconnecting wiring/ piping.
Grounding,
support
structures
and
platforms.
GIS Bus Duct with gas monitoring device,
pressure switch etc. as required.
72.5kV, 3 – φ or 1 –φ, 1600A, SF6 ducts to
connect
66kV
side
of
220/66kV
transformer.
72.5kV, 3 – φ or 1 –φ, 1000A, SF6 ducts to
connect 66kV line feeders.
72.5kV, 3 – φ or 1 –φ, 500A, SF6 ducts to
connect
66/11kV,
25/31.5MVA
transformer.
72.5kV, 1600A single phase SF6 / Air
interface bushings.
72.5kV, 1000A single phase SF6 / Air
interface bushings.
72.5kV, 500A single phase SF6 / Air
interface bushings.
100 MVA 220/66 kV Power T/F
25/31.5MVA, 66/11 kV Power T/F
220 kV Surge Arrestor
220V 200 AH Battery
220 kV CVT
220kV C&R Panels
Ckt breaker control Panel with auto reclose
& line Protection Panel
Ckt breaker control Panel without auto
reclose and Transformer protection panel
(for both HV & LV side)
Ckt breaker control Panel without auto
reclose and Bus Coupler cum Bus Bar
Protection panel (Double Bus bar )
220 kV NCT (500-300/1A)
66 kV Surge Arrestor
66 kV NCT For T/F I/C(1667-1000/1A)
66 kV NCT For T/F (300-150/1A)
66 kV CVT For Line
66kV C&R Panels
Ckt breaker control panel without auto
reclose & line protection Panel
Ckt breaker control panel without auto
reclose for Transformer I/C
Ckt breaker control panel without auto
reclose and Transformer protection Panel
(for both HV & LV)
Qty
to be
supplied
Description
3.
4.
Ckt
Mtrs
65
Ckt
Mtrs
Ckt
Mtrs
150
No.
9
No.
18
No.
6
No.
No.
No.
No.
No.
3
2
15
2
2
Sets
2
Sets
3
Sets
1
No.
No.
No.
No.
No.
3
33
3
2
6
Sets
6
Sets
3
Sets
2
40
Unit
ExWorks
5.
Total
ExWorks
6.
Unit
F&I
7.
Total
F&I
8.
Total
Price
Taxes and duties and other
levies payable by HVPN.
Sales
tax
9.
10.
Custom
duties &
Import
taxes
11.
Other
levies
12.
Sr.
No
1.
d)
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
Unit
2.
Ckt breaker control panel without auto
reclose & Bus coupler protection panel
Time synchronization equipment
11 kV NCT (1800-900/5A)
11 kV LA
11 kV 15 Panel Board (2000A) with one
SEM on each T/F I/C Panel
1x6.804MVAR ,11 kV Capacitor Bank with
RVT & L&E Switch along with structure
(controlled by one VCB)
220 V 200 AH Battery charger & D.C.D.B.
415 V LT AC Distribution Board 500 A
11/0.4 kV Station T/F 200 KVA
100 KVA DG Set along with associated
accessories
1.1 kV Copper Control Cable Armoured for
2
2
220 kV bays of sizes 7CX4mm , 2CX4mm ,
2
2
2
4CX4mm , 2CX6mm , 16CX2.5mm , 10C X
2
2
2
2.5 mm , 7CX2.5mm , 3CX 2.5 mm etc.
(as per Section-6 of copper control cable
specification and Section-7 of Switchyard
Erection).
1.1 kV Copper Control Cable unarmoured
for 66 kV and 11kV bays of sizes
2CX4mm2,
4CX4mm2,
7CX4mm2,
2
2
2
2CX6mm , 16CX2.5mm , 10CX2.5mm ,
2
2
7CX2.5mm , 3C X2.5 mm etc. (as per
Section-6
of
copper
control
cable
specification and Section-7 of Switchyard
Erection).
11 kV Power Cable XLPE 1C x630mm2
11 kV Power Cable XLPE 3C x 400sq mm
11 kV Power Cable XLPE 3C x 50 sq mm
650/1100 Volts 3.5 core 240 mm2
aluminium power cable from Aux. T/F to
ACDB
650/1100 Volt 3.5 core 70 mm2 aluminium
cable for oil filtration set.
650/1100 Volt 4 core 16 mm2 armoured
copper power cable for MLDB etc and other
cable required as per contract for 220kV
bays.
Qty
to be
supplied
Description
3.
Sets
4.
1
No.
No.
No.
Set
1
2
6
2
Sets
4
Sets
No.
No.
No.
2
1
2
1
Lot
Lot
Lot
Lot
Meter
Meter
Meter
Lot
1100
150
60
Lot
Lot
Lot
Lot
Lot
Unit
ExWorks
5.
Total
ExWorks
6.
Unit
F&I
7.
Total
F&I
8.
Total
Price
Taxes and duties and other
levies payable by HVPN.
Sales
tax
9.
10.
Custom
duties &
Import
taxes
11.
Other
levies
12.
Unit
Sr.
No
Description
Qty
Unit Ex-
to be
supplied
Works
Total
ExWorks
Unit
F&I
Total
F&I
Total
Price
Taxes and duties and other
levies payable by HVPN.
Sales tax
Custom
duties &
Import
taxes
1.
49
50
51
a)
b)
c)
d)
e)
f)
g)
h)
52
53
54
55
2.
650/1100 Volt 4 core 16 mm2 unarmoured
copper power cable for MLDB etc and
other cable required as per contract for
66kV bays.
Grounding system of the substation.
Earthing Mat Material. The earth mat will
be designed / quoted for soil resistivity of
50Ωm. In case soil resistivity is more than
50Ωm then the earth mat will be designed
for actual soil resistivity. The payment of
extra material to be used for earth mat
shall be made on pro rata basis. The
approximate area of earth mat to be laid is
given in the corresponding columns of the
substations. However, item will remain a
Lot item.
Fire Fighting equipments as per section-6
22.5 Kg Capacity FE CO2 type, Trolley
Mounted
25 Kg Capacity FE DCP type, Trolley
Mounted
DCP 10 Kg Capacity, Wall mounted
FE CO2 6.5 Kg Capacity, Wall mounted
DCP 5 Kg Capacity, Wall mounted
Foam Type 9 Litre Capacity, Wall mounted
Water CO2 9 Litre, Wall mounted
Fire Buckets(12 No.s with stand in one set)
Supply and installation of 2x400 watt
HPSV lamps with all accessories for
Complete lighting of outdoor Switch yard
area as per clause 16.0 of section 7 of the
specifications.
Complete lighting of road and street by
providing 1x150W HPSV lamps on tubular
steel poles at a distance of 15meter along
the roads and streets as per as per clause
16.0 of section 7 of the specification.
Supply and installation of fluorescent tube
fitting (2 x 4 feet) on tubular steel poles
along with the fencing at a distance of 30
meter as per as per clause 16.0 of section
7 of the specification.
High wall type split AC unit of 2 Ton
capacity (as per technical specification)
3.
Lot
4.
Lot
Lot
8000sq
meter
(approx
)
No
10
No
10
No
No
No
No
No
Sets
No
30
30
2
1
1
8
50
No
25
No
15
Nos.
2
5.
6.
7.
8.
9.
10.
11.
Other
levies
12.
Sr.
No
1.
56
Unit
Qty
to be
supplied
Description
3.
4.
a)
2.
Complete
Substation
automation
system for 220/66 kV substations
including hardware (for present bays)
and software (for present & future bays)
along with associated equipments for
the following bays (bay as defined in the
technical specification, sec-sub-station
automation system) as per technical
specification
220kV (presently A bays & B for future)
Nos.
b)
66 kV (presently A bays & B for future)
Nos.
57
Testing of IUM System at site by NABL
accredited lab
Bolted type 220 kV single suspension string
assembly with Silicone Rubber Polymer
Composite Insulators (E&M strength 9000
kg) per string with all hardware accessories
including ball & socket connection and
suspension clamp set suitable for single
Tarantula (string).
Bolted type 66 kV single tension string
assembly with Silicone Rubber Polymer
Composite Insulators (E&M strength 9000
kg) per string with hardware accessories
including ball & socket connection and
tension clamp set suitable for single
Tarantula (string).
Bolted type 66 kV single suspension string
assembly with Silicone Rubber Polymer
Composite Insulators (E&M strength 9000
kg) per string with all hardware accessories
including ball & socket connection and
suspension clamp set suitable for single
Tarantula (string).
11 kV bolted type Single tension string
assembly with Silicone Rubber Polymer
Composite Insulators (E&M strength 9000
kg) per string with all hardware accessories
including ball & socket connections and
tension clamp sets suitable for Twin
Tarantula conductor.
C-Wedge connectors matching with
conductor size.
Copper lugs glands, PVC ferrules &
Junction Box for control cabling.
Lot
A=6,
B=6
A=12,
B=6
Lot
No.
13
No.
18
No.
15
No.
12
Lot
Lot
L/S
L/S
58
59
60
61
62
63
Unit
ExWorks
5.
Total
ExWorks
6.
Unit
F&I
7.
Total
F&I
8.
Total
Price
Taxes and duties and other
levies payable by HVPN.
Sales
tax
9.
10.
Custom
duties &
Import
taxes
11.
Other
levies
12.
Sr.
No
1.
64
65
66
67
i)
ii)
B
68
a)
b)
c)
d)
e)
f)
g)
69
a)
b)
c)
d)
e)
f)
g)
Unit
Description
2.
Wooden cleats, Aluminium clamps, bolts,
nuts, washers etc for fixing control cables in
trenches
Galvanised iron perforated tray with side
coupler plate bolts, nuts, washers and
clamps etc. of size 75x25x2 mm,
150X25X2mm, 100X25X2mm etc. & G.I.
Conduits of 50mm/100mm dia from
equipment to main trench as per Section-7,
Switchyard erection.
AAC Tarantula Conductor(approx)
Spacers for Twin Tarantula conductor
7/3.15 Earthwire
U-bolt 20mm dia
Item for associated structure work
‘Lattice type steel structure for 220kV
GISS/Stn.Sector-20, Gurgaon. Supply of
material, preparation of fabrication drawing,
galvanizing and delivery of lattice type steel
structure for tower and beams for 220/66
KAVA switchyard fabricated from steel
conforming to IS:2062 including nuts-bolts
gusset plates foundation bolts and other
accessories as per drawings supplied by
the owner.
Main S/Stn. Tower and beam
Tower type AT-1
Tower type AT-3
Tower type AB-1
Tower type CT-4
Tower type CT-5
Beam type CB-6
Beam type DD-6*
Equipment Supporting Structure
220 kV NCT drg. No. HTD/ST-150
220 kV CVT drg. No. HTD/ST-147
220 kV surge arrestor drg. No.HTD/ST-93R
66 kV NCT Drg. No.HTD/ST-145
Qty
Unit
Exto be
supplied Works
3.
L/S
4.
L/S
L/S
L/S
Mt
No.
Lot
Lot
750
18
Lot
Lot
No.
No.
No.
No.
No.
No.
No
3
4
5
9
10
11
2
No.
No.
No.
No.
3
2
15
5
66 kV CVT Drg. No. HTD/ST-66
No.
6
66 kV Surge Arrestor Drg. No. HTD/ST-89R
11 kV NCT Drg. HTD/ST-149
No.
No.
33
2
5.
Total Unit
ExF&I
Work
s
6.
7.
Total
F&I
Total
Price
Taxes and duties and
other levies payable by
HVPN.
Sales
tax
8.
9.
10.
Custom
duties &
Import
taxes
11.
Other
levies
12.
Sr.
No
1.
C
Unit
2.
MANDATORY SPARES
Qty
to be
supplied
3.
4.
Description
70
Equipments for maintenance
i)
Portable circuit breaker operation analyzer.
Sets
1
ii)
Digital Micro-Ohm meter for
resistance measurement Ranges
(0-100 ohm)
(0-1 milliohm)
(0-10 milliohm).
Dew Point meter
Sets
1
Sets
1
Sets
1
No.
1
iii)
iv)
contact
v)
Portable partial discharge
system for GIS.
Digital Earth resistance meter.
vi)
5 kV Automated insulation resistance tester.
No.
1
vii)
SF-6 Gas filling and evacuating plant
Sets
1
viii)
SF-6 Gas leak detector (Portable)
Sets
1
ix)
Tools for gas handling
Sets
1
x)
LT DC Leakage detector from control
cabinets and LT cables
Common Spares, Maintenance and
Testing Tools (220 KV)
SF6 Gas pressure relief devices
No.
1
No.
3
Set s
1
71
i)
ii)
monitoring
iv)
Pressure gauges (of each type) along with
coupling device
Rubber Gaskets, “ o” Rings and seals for
SF6 Gas
Molecular filter for SF6 Gas with filter bags
v)
Density Monitors for SF6 Gas
vi)
All types of Control Valves for SF6 Gas
vii)
SF6 Gas of total gas requirement.
viii)
Enclosures, Insulators & main circuit to
replace on each phase, any compartment of
Busbar , bay & duct.
Covers with all accessories necessary to
close a compartment in case of dismantling
of any part of the enclosure to ensure the
sealing of this compartment (as applicable)
a) For 3 Phase Enclosure
No
2
b) For Single phase enclosure
No
3
Locking device to keep the Disconnectors
(Isolators) and Earthing switches in close or
open position in case of removal of the
driving Mechanism
set
1
iii)
ix)
x)
1 Set each
type
1 Set 20%of
total weight
1 No. each
type
1 Set each
type
20%
1 Set each
type
Unit
Ex-
Unit
F&I
Works
Total
ExWorks
5.
6.
7.
Total
F&I
8.
Total
Price
Taxes and duties and other
levies payable by HVPN.
Sales
tax
9.
10.
Custom
duties &
Import
taxes
11.
Other
levies
12.
Sr.
No
1.
xi)
xii)
xiii)
72
i)
ii)
Unit
Description
2.
Bus Support insulator of each type for 3
phase/single phase enclosure
Pipe length (Copper or Steel as applicable)
for SF6 Circuit of
each type
SF6 to air bushing (220 KV of each type &
rating)
Common Spares, Maintenance and
Testing Tools (66 KV)
SF6 Gas pressure relief devices
Qty
Unit
Exto be
supplied Works
3.
4.
5% of total
population
Set
1
1 No each
No.
3
Set
1
iv)
Pressure gauges (of each type) along with
coupling device
Rubber Gaskets, “ o” Rings and seals for
SF6 Gas
Molecular filter for SF6 Gas with filter bags
v)
Density Monitors for SF6 Gas
vi)
All types of Control Valves for SF6 Gas
vii)
SF6 Gas of total gas requirement
viii)
Enclosures, Insulators & main circuit to
replace on each phase, any compartment of
Busbar or bay
Covers with all accessories necessary to
close a compartment in case of dismantling
of any part of the enclosure to ensure the
sealing of this compartment (as applicable)
a) For 3 Phase Enclosure
No
2
b)
No
3
set
1
iii)
ix)
x)
xi)
xii)
xiii)
73
i)
ii)
For Single phase enclosure
Locking device to keep the Disconnectors
(Isolators) and Earthing switches in close or
open position in case of removal of the
driving Mechanism
Bus Support insulator of each type for 3
phase/single phase enclosure
Pipe length (Copper or Steel as applicable)
for SF6 Circuit of
each type
SF6 to air bushing (66 KV of each type &
rating)
CIRCUIT BREAKERS (220 KV)
Complete Circuit Breaker pole of each type
& rating complete with interrupter, main
circuit, enclosure and Marshalling Box with
operating mechanism
Fixed, moving and arcing contacts including
insulating nozzles, (3 Nos. of each type)
1 Set each
type
1 Set 20%of
total weight
1 No. each
type
1 Set each
type
20%
1 Set each
type
5% of total
population
Sets
1
1 No each
No
3
Set
1
5.
Total Unit
ExF&I
Work
s
6.
7.
Total
F&I
Total
Price
Taxes and duties and
other levies payable by
HVPN.
Sales
tax
8.
9.
10.
Custom Other
duties & levies
Import
taxes
11.
12.
Sr.
No
1.
iii)
iv)
v)
vi)
Unit
2.
Rubber gaskets, `O' rings and seals for SF6
gas of each type
Trip coil assembly with resistor as
applicable, 3 Nos. of each type
Closing coil assembly with resistor as
applicable, 3 Nos. of each type
Molecular filter for SF6 gas with filter bags
vii)
SF6 Pressure gauge cum switch OR
Density monitors and pressure switch as
applicable, 3 Nos. of each type
viii) Coupling device for pressure gauge cum
switch/ for connecting Gas handling plant, 3
Nos. of each type
ix) Corona rings if applicable
x)
xi)
xii)
Relays, Power contactors, push buttons,
timers & MCBs etc of each type & rating
Closing assembly/ valve, 3 Nos. of each
type Set
Trip assembly/ valve, 3 Nos. of each type
Qty
to be
supplied
Description
3.
Set
4.
1
Set
2
Set
2
10 % of total
quantity used
Set
1
Set
1
Set
1
Set
1
Sets
2
Sets
2
xiii) Auxiliary switch assembly, 3 Nos. of each
type
xiv) Operation Counter, 3 Nos. of each type
Set
1
Set
1
xv)
Set
1
Set
1
Set
1
Set
1
No
3
Rupture disc, 3 Nos. of each type
xvi) Windoscope / Observing window, 3 Nos. of
each type, if applicable
xvii) Spring operated closing mechanism, 1 No.
of each type, if applicable
xviii) Terminal Pad & connectors
74
i)
ii)
iii)
iv)
v)
vi)
CIRCUIT BREAKERS (66 KV)
Complete Circuit Breaker pole of each type
& rating complete with interrupter, main
circuit, enclosure and Marshalling Box with
operating mechanism
Fixed, moving and arcing contacts including
insulating nozzles, (3 Nos. of each type)
Rubber gaskets, `O' rings and seals for SF6
gas of each type
Trip coil assembly with resistor as
applicable, 3 Nos. of each type
Closing coil assembly with resistor as
applicable, 3 Nos. of each type
Molecular filter for SF6 gas with filter bags
Set
1
Set
1
Set
2
Set
2
10 % of total
quantity used
Unit
Ex-
Unit
F&I
Works
Total
ExWorks
5.
6.
7.
Total
F&I
8.
Total
Price
Taxes and duties and other
levies payable by HVPN.
Sales
tax
9.
10.
Custom
Other
duties &
levies
Import taxes
11.
12.
Sr.
No
1.
vii)
viii)
ix)
x)
xi)
xii)
xiii)
xiv)
xv)
Unit
2.
SF6 Pressure gauge cum switch OR
Density monitors and pressure switch
as applicable, 3 Nos. of each type
Coupling device for pressure gauge
cum switch/ for connecting Gas
handling plant, 3 Nos. of each type
Corona rings if applicable
Relays, Power contactors, push
buttons, timers & MCBs etc of each
type & rating
Closing assembly/ valve, 3 Nos. of
each type Set
Trip assembly/ valve, 3 Nos. of each
type
Auxiliary switch assembly, 3 Nos. of
each type
Operation Counter, 3 Nos. of each
type
Rupture disc, 3 Nos. of each type
xvi)
Windoscope / Observing window, 3
Nos. of each type, if applicable
xvii) Spring operated closing mechanism,
1 No. of each type, if applicable
xviii) Terminal Pad & connectors
75
i)
ii)
iii)
iv)
v)
vi)
Isolators , E/Switch & High Speed
E/Switch(220 KV)
Complete set of 3 nos. of single
phase / one no. of 3-phase disconnector including main circuit,
enclosure, driving mechanism.
3 nos. of single phase / one no. of 3phase Earthing switch including main
circuit, enclosure, driving mechanism.
Copper contact fingers for disconnector male & female contact – for
one complete (3 phase) dis-connector
of each type and rating.
Copper contact fingers for earthing
switch male & female contacts, for
one complete (3 phase) earthing
switch of each type and rating
Open / Close contactor assembly,
timers, key interlock for one complete
(3 phase) dis-connector and (3
phase) earthing switch of each type
and rating
Push button switch.-each type, as
applicable
Qty
to be
supplied
Description
3.
Set
4.
1
Set
1
Set
1
Set
1
Sets
2
Sets
2
Set
1
Set
1
Set
1
Set
1
Set
1
Set
1
Set
1
Set
1
Set
1
Set
1
Set
1
Set
1
Unit
Ex-
Unit
F&I
Works
Total
ExWorks
5.
6.
7.
Total
F&I
8.
Total
Price
Taxes and duties and other
levies payable by HVPN.
Sales
tax
9.
10.
Custom
duties &
Import
taxes
11.
Other
levies
12.
Unit
Sr.
No
Description
Qty
Unit Ex-
to be
supplied
Works
Total
ExWorks
Unit
F&I
Total
F&I
Total
Price
Taxes and duties and other
levies payable by HVPN.
Sales tax
Custom
duties &
Import
taxes
1.
2.
3.
4.
vii)
Limit switch and Aux. Switches for
complete 3 phase equipment
a) For isolator
Sets
3
b) For earth switch
Set
1
Rotor housing bearing assembly for
complete 3 phase equipment
a) For isolator
Sets
2
b) For earth switch
Set
1
Sets
3
Set
1
viii)
ix)
Motor with gear assembly
complete 3 phase equipment
a) For isolator
for
b) For earth switch
x)
Corona shield rings as applicable
xi)
Hinge pins for complete 3 phase
equipment
a) For isolator
Set
1
Sets
3
b) For earth switch
Set
1
Sets
5
b) For earth switch
Set
1
Interlocking coil with resistors, timers,
key interlock for complete 3 phase
Relays, Power contactors, resistors,
fuses, push buttons & MCBs
a) For isolator
Set
1
Sets
3
b) For earth switch
Set
1
Terminal
pad and connectors
(complete for one 3 phase equipment)
a) For isolator
Sets
2
b) For earth switch
Set
1
Aux. switch assembly (complete) with
10 NO & 10 NC OR more contacts
245 kV, 3150 A, 3 – φ or 1 –φ high
speed fault making grounding switch,
Internal parts complete with all
necessary
gaskets
mounting
hardware etc.
245 kV, 3150 A, 3 – φ or 1 –φ high
speed fault making grounding switch
operating mechanism complete with
all necessary gaskets connecting
apparatus.
Set
1
Set
1
Set
1
xii)
xiii)
xiv)
xv)
xvi)
xvii)
xviii)
Bearings for complete
equipment
a) For isolator
3
phase
5.
6.
7.
8.
9.
10.
11.
Other
levies
12.
Sr.
No
1.
76
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
Unit
Description
2.
Isolators , E/Switch & High Speed
E/Switch (66 KV)
Complete set of 3 nos. of single phase /
one no. of 3-phase dis-connector
including main circuit, enclosure, driving
mechanism.
3 nos. of single phase / one no. of 3phase Earthing switch including main
circuit, enclosure, driving mechanism.
Copper contact fingers for dis-connector
male & female contact – for one
complete (3 phase) dis-connector of
each type and rating.
Copper contact fingers for earthing
switch male & female contacts, for one
complete (3 phase) earthing switch of
each type and rating
Open / Close contactor assembly,
timers, key interlock for one complete (3
phase) dis-connector and (3 phase)
earthing switch of each type and rating
Push button switch.-each type, as
applicable
Limit switch and Aux. Switches for
complete 3 phase equipment
a) For isolator
Qty
Unit
Exto be
supplied Works
3.
4.
Set
1
Set
1
Set
1
Set
1
Set
1
Set
1
Sets
3
b) For earth switch
Set
1
Rotor housing bearing assembly for
complete 3 phase equipment
a) For isolator
Sets
2
b) For earth switch
Set
1
Motor with gear assembly for complete
3 phase equipment
a) For isolator
Sets
3
b) For earth switch
Set
1
x)
Corona shield rings as applicable
xi)
Hinge pins for complete 3 phase
equipment
a) For isolator
Set
1
Sets
3
b) For earth switch
Set
1
Sets
5
b) For earth switch
Set
1
Interlocking coil with resistors, timers,
key interlock for complete 3 phase
Set
1
xii)
xiii)
Bearings for
equipment
a) For isolator
complete
3
phase
5.
Total Unit
ExF&I
Work
s
6.
7.
Total
F&I
Total
Price
Taxes and duties and
other levies payable by
HVPN.
Sales
tax
8.
9.
10.
Custom Other
duties & levies
Import
taxes
11.
12.
Sr.
No
1.
xiv)
xv)
Unit
Description
2.
Relays, Power contactors, resistors,
fuses, push buttons & MCBs
a) For isolator
3.
4.
Sets
3
b) For earth switch
Set
1
Terminal
pad and connectors
(complete for one 3 phase equipment)
a) For isolator
Sets
2
b) For earth switch
Set
1
Set
1
Set
1
Set
1
220kV 1 ph CT ratio 1200-800-400/1-11-1-1A complete with all gaskets and
mounting hardware
220kV 1 ph CT ratio 500-300/1-1-1-11A complete with all gaskets and
mounting hardware
66kV 1 ph CT ratio 1667-1000-/1-1-11A complete with all gaskets and
mounting hardware
66kV 1 ph CT ratio 600-300-150/1-1-1A
complete with all gaskets and mounting
hardware
Secondary Bushing of each type ( for
220 KV CT)
Secondary Bushing of each type ( for
66kV CT )
Voltage Transformer/PT(220 KV)
Nos.
3
Nos.
3
Nos.
3
Nos.
6
Sets
2
Sets
2
220kV, 1-phase VT as per technical
specifications complete with all gaskets
and mounting hardware.
66kV, 1-phase VT as per technical
specifications complete with all gaskets
and mounting hardware.
Nos.
1
Nos.
1
xvi)
Aux. switch assembly (complete) with
10 NO & 10 NC OR more contacts
xvii) 72.5 kV, 2000 A, 3 – φ or 1 –φ high
speed fault making grounding switch,
Internal parts complete with all
necessary gaskets mounting hardware
etc.
xviii) 72.5 kV, 2000 A, 3 – φ or 1 –φ high
speed fault making grounding switch
operating mechanism complete with all
necessary
gaskets
connecting
apparatus.
77
Current Transformer
i)
ii)
iii)
iv)
v)
vi)
78
i)
ii)
Qty
Unit
Exto be
supplied Works
5.
Total Unit
ExF&I
Work
s
6.
7.
Total
F&I
Total
Price
Taxes and duties and
other levies payable by
HVPN.
Sales
tax
8.
9.
10.
Custom Other
duties & levies
Import
taxes
11.
DATE :
(NAME OF BIDDER)
…………………………….
PLACE :
(SIGNATURE OF BIDDER) ……………………
12.
NOTE : 1
2
3
4
5
6
7
8
9
10
The quantities mentioned above are approximate. In case of variation at time of detailed
engineering actual quantities shall be payable as per quoted prices.
The quantities of items like Power, control Cables, other installation items have not been
furnished. The bidder is required to assess the quantities of these items based on scope of the
technical specifications. The lump sum prices shall be payable of these items irrespective of
quantities required at the time of erection.
The quantities of the major items are indicated in the above schedule. Wherever, the name of any
equipment required to complete the job has not been indicated, the same should be indicated by
the bidder along with the requirement of its quantity and the unit rates. No price will be paid for the
items for which units rates will not be indicated in the above schedule, but will have to be supplied
by the successful bidder without any extra cost to complete the scope of work as given in technical
specification.
The associated civil works for items under installation should be included in the erection price itself
wherever not asked separately in Schedule 4A-I.
The final bill of material shall be prepared and submitted by the contractor during detailed
engineering stage for approval of HVPNL and will be approved by Chief Engineer (MM) for the
items for which the unit rates have been indicated in the above schedule. No quantity variation will
be paid for the items for which unit rates have not been indicated in the above schedule.
For additional items, if any as per the design of the bidder, the bidder shall use additional sheets of
like size and format as per the requirement.
For spares and maintenance equipment, bidder is not required to quote the erection charges.
The bidder is advised to separately provide the amounts of custom duties and other import taxes
levied in connection with the importation or sales and similar taxes levied in connection with the
sale or delivery of goods.
a)
The bidders shall have to specify the type of enclosures & ducts (3 – φ or 1 –φ,) to be
provided and quote the unit rates for circuit length accordingly.
b)
Ckt meter means one meter duct/ducts for all the three phases of 3 – φ system.
c)
All items/equipments mentioned above are complete for commissioning of GIS switchgear for
defined scope including connection from Air insulated system to SF-6 enclosures/ducts and
vice versa, however if any other equipment/item is required to complete the defined present
scope, same shall be brought out in the bid separately. If no such equipment/item is specified
then it will be presumed that equipment / items mentioned above are complete in all respect
for the defined present scope and shall have no time/ financial implications on HVPN at later
stage.
d)
All the rubber spare parts shall be vacuum impregnated.
The DD-6 Beam shall be redesigned from CB6 Beam with a reduced length as required for 11kV
gantry. The successful bidder will submit the detailed drawing for approval of DD-6.
SPECIFICATION NO. JICA-011
SCHEDULE-3A-II
220 kV SUB-STATION (GIS) SECTOR-20 GURGAON
Price component schedule for Erection Charges
To
Bidder’s name & Address
Chief Engineer/MM,
HVPNL, Panchkula –134109.
Price Break up for erection charges of individual items:
Sr.
No
Description
A
Main equipment
I.
220 kV GIS
The 245kV SF6 gas insulated switch gear for three phase system shall have
double bus bar arrangement with 6 bays (3 nos. 100MVA transformer bays, 1
no. bus-coupler and 2 nos. feeder bays). Space for 6 Nos future bays and
jointing plugs shall be kept in GIS hall for adding future bays and jointing plugs
required for connecting GIS of different makes and associated local control
panels, control cables all consumables and hardware etc. as per enclosed
SLD Drawing and as per the technical specification. The SF6 gas insulated
switch gear rated for 220kV, 3-phase, 50 HZ shall be of the indoor metalenclosed type, comprising of following items.
1.
245kV, 3150A, single 3 – φ or three 1 –φ, SF6 gas insulated, metal
enclosed bus bar arrangement, consisting of 3150A single 3 – φ or
three 1 –φ SF6 gas insulated switchgears, each Bus Bar comprising
of :i.
Bus bar enclosures running the length of the switchgear to interconnect
each of the circuit breaker bay modules in main bus system.
ii.
Three, 2-core, single phase voltage transformers/ PTs.
iii.
One, single pole, group operated isolator/disconnector with one, single
pole, group operated earthing switch with manual and motor driven
operating mechanisms.
iv.
One high speed fault make, single pole, group operated earthing
switches, complete with manual and motor driven operating
mechanisms.
v.
GIS Bus Duct with gas monitoring device, pressure switch etc. as
required.
vi
Terminal boxes/ Local Control Cubicle.
vii
Interconnecting wiring/ piping.
viii
Grounding, support structures and platforms.
2.
245kV, 3150A, single 3 – φ or three 1 –φ, Bus coupler bay module,
consisting of 3150A single 3 – φ or three 1 –φ SF6 gas insulated
switchgears, comprising of:
i.
ii.
iii.
iv.
v.
vi
vii
One SF6 gas insulated circuit breaker, complete with operating
mechanism.
Three, 5-core, single phase current transformers (1200-800-400/1-1-1-11A).
Two sets of isolator/disconnector switches each comprising of One
single pole, group operated isolator/disconnector switches each with,
single pole, group operated earthing switch and complete with manual
and motor driven operating mechanisms.
GIS Bus Duct with gas monitoring device, pressure switch etc. as
required.
Local Control Cubicle.
Interconnecting wiring/ piping.
Grounding, support structures and platforms.
Unit
Qty
to be
supplied
Sets
2
Sets
1
Unit
Erection
Price
(in Rs.)
Total
Erection
Price
(in Rs.)
Sr.
No
3.
i.
ii.
iii.
iv.
v.
vi
vii
viii
4.
i.
ii.
iii.
iv.
v.
vi
vii
viii
5
6
7
8
Unit
Description
245kV, 3150A, single 3 – φ or three 1 –φ, Transformer feeder circuit
breaker bay module, consisting of 3150A single 3 – φ or three 1 – φ
SF6 gas insulated switchgears, for transformer, each comprising
of:One SF6 gas insulated circuit breaker, complete with operating
Mechanism.
Three, 5-core, single phase current transformers (500-300/1-1-1-1-1A).
One, single pole, group operated isolator/disconnector without earthing
switch, complete with manual and motor driven operating mechanisms.
One single pole, group operated isolator/disconnector with one single
pole, group operated earthing switch, complete with manual and motor
driven operating mechanisms.
One single pole, group operated isolator/disconnector with two single
pole, group operated earthing switches, complete with manual and
motor driven operating mechanisms.
Local Control Cubicle.
Interconnecting wiring/ piping.
GIS Bus Duct with gas monitoring device, pressure switch etc. as
required.
245kV, 3150A, single 3 – φ or three 1 –φ, Transmission line feeder
circuit breaker bay modules, consisting of 3150A single 3 – φ or
three 1 –φ SF6 gas insulated switchgears, each comprising of:One SF6 insulated circuit breaker, complete with operating mechanism.
Three, 5- core, single phase current transformers (1200-800-400/1-1-11-1A).
One single pole, group operated isolator/ disconnector without earthing
switch, complete with manual and motor driven operating mechanisms.
One single pole, group operated isolator/disconnector with one single
pole, group operated earthing switch, complete with manual and motor
driven operating mechanisms.
One single pole, group operated isolator/disconnector with one normal
and one high speed fault make single pole, group operated earthing
switches, complete with manual and motor driven operating
mechanisms.
Local Control Cubicle.
Interconnecting wiring/ piping.
GIS Bus Duct with gas monitoring device, pressure switch etc. as
required.
245kV, 3 – φ or 1 – φ, 600A, SF6 ducts to connect 220/66kV, 100MVA
transformer
245kV, 3 – φ or 1 – φ, 1200A, SF6 ducts to connect 220kV line
feeders
245kV, 600A, 1 - φ SF – 6 Duct to Air interface Bushings.
245kV, 1200A, 1 - φ SF – 6 Duct to Air interface Bushings.
Sets
Qty
Unit
Erection
to be
Price
supplied
(in Rs.)
3
Sets
Ckt
Mtrs
Ckt
Mtrs
No
No
2
75
60
9
6
Total
Erection
Price
(in Rs.)
Sr.
No
II.
9
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
10
i.
ii.
iii.
iv.
v.
vi.
vii.
11
i.
ii.
Unit
Description
66 kV GIS
The 72.5kV SF6 Gas Insulated Switchgear for three phase system shall
have double bus bar arrangement with 12 bays (3 nos. Transformer I/C
bays from 100MVA Transformer, 1 no. bus-coupler, 2 nos. Transformer
bays for 25/31.5MVA Transformers, 6 nos. feeder bays. Space for 6 Nos
future bays shall be kept in GIS hall for adding future bays and jointing
plugs required for connecting GIS of different makes and associated
local control panels, control cables all consumables and hardware etc.
as per enclosed SLD Drawing and as per the technical specification. The
SF6 Gas Insulated Switchgear rated for 66kV, 3-phase, 50Hz, 31.5kA
fault level shall be of the indoor metal-enclosed type, comprising of
following items.
72.5kV, 3150A, single 3 – φ or three 1 –φ, SF6 gas insulated, metal
enclosed bus bars arrangement, consisting of 2000A single 3 – φ
or three 1 –φ SF6 gas insulated switchgears, each Bus Bar
comprising of :Bus bar enclosures running through the length of the switchgear to
interconnect each of the circuit breaker bay modules in main bus
system.
Three, 2-core, single phase voltage transformers/ PTs.
One, single pole, group operated isolator/disconnector with one, single
pole, group operated earthing switch with manual and motor driven
operating mechanisms.
One high speed fault make, single pole, group operated earthing
switches, complete with manual and motor driven operating
mechanisms.
Gas monitoring equipment.
Terminal boxes.
Interconnecting wiring/ piping.
Grounding, support structures and platforms.
Local Control Cubicle.
72.5kV, 2000A, single 3 – φ or three 1 –φ, Bus coupler bay module,
consisting of 2000A single 3 – φ or three 1 –φ SF6 gas insulated
switchgears, comprising of:
One SF6 gas insulated circuit breaker, complete with operating
mechanism.
Three, 2-core, single phase current transformers (1667-1000/1-1A).
Two sets of isolator/disconnector switches each comprising of One
single pole, group operated isolator/disconnector switches each with,
single pole, group operated earthing switch and complete with manual
and motor driven operating mechanisms.
Gas monitoring equipment.
Local Control Cubicle.
Interconnecting wiring/ piping.
Grounding, support structures and platforms.
72.5kV, 2000A, single 3 – φ or three 1 –φ, Incomer transformer bay
modules, consisting of 2000A single 3 – φ or three 1 –φ SF6 gas
insulated switchgears, for 220/66kV transformers, each comprising of: One SF6 gas insulated circuit breaker, complete with operating
mechanism.
Three, 4-core, single phase current transformers (1667-1000/1-1-1-1A).
Sets
Total
Unit
Qty
Erection Erection
to be
Price
Price
supplied
(in Rs.) (in Rs.)
2
sets
1
sets
3
Sr.
No
iii.
iv.
v.
vi.
vii.
viii.
ix.
12
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
13
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
Unit
Description
One, single pole, group operated isolator/disconnector without earthing
switch, complete with manual and motor driven operating mechanisms
One single pole, group operated isolator/disconnector with one single
pole, group operated earthing switch, complete with manual and motor
driven operating mechanisms.
One single pole, group operated isolator/disconnector with two, single
pole, group operated earthing switches, complete with manual and
motor driven operating mechanisms.
Gas monitoring equipment.
Local Control Cubicle.
Interconnecting wiring/ piping.
Grounding, support structures and platforms.
72.5kV, 2000A, single 3 – φ or three 1 –φ, Transmission line feeder
circuit breaker bay modules, consisting of 2000A single 3 – φ or three 1
–φ SF6 gas insulated switchgears, each comprising of:One SF6 gas insulated circuit breaker, complete with operating
mechanism.
Three, 3-core, single phase current transformers (600-300-150/1-1-1A).
One, single pole, group operated isolator/disconnector without earthing
switch, complete with manual and motor driven operating mechanisms
One single pole, group operated isolator/disconnector with one single
pole, group operated earthing switch, complete with manual and motor
driven operating mechanisms.
One single pole, group operated isolator/disconnector with one normal
and one high speed fault make single pole, group operated earthing
switches, complete with manual and motor driven operating
mechanisms.
Gas monitoring equipment.
Local Control Cubicle.
Interconnecting wiring/ piping.
Grounding, support structures and platforms.
72.5kV, 2000A, single 3 – φ or three 1 –φ, Transformer feeder circuit
breaker bay modules, consisting of 2000A single 3 – φ or three 1 –φ
SF6 gas insulated switchgears, for 66/11kV transformer, each
comprising of: One SF6 gas insulated circuit breaker, complete with operating
mechanism.
Three, 3-core, single phase current transformers (300-150/1-1-1A).
One, single pole, group operated isolator/disconnector without earthing
switch, complete with manual and motor driven operating mechanisms
One single pole, group operated isolator/disconnector with one single
pole, group operated earthing switch, complete with manual and motor
driven operating mechanisms.
One single pole, group operated isolator/disconnector with two, single
pole, group operated earthing switches, complete with manual and
motor driven operating mechanisms.
Local Control Cubicle.
Interconnecting wiring/ piping.
Grounding, support structures and platforms.
GIS Bus Duct with gas monitoring device, pressure switch etc. as
required.
Unit
Total
Qty
Erection Erection
to be
Price
Price
supplied
(in Rs.) (in Rs.)
Sets
6
Sets
2
Sr.
No
14
15
16
17
18
19
20
21
22
23
24
25
d)
e)
f)
26
27
28
29
30
31
e)
f)
g)
h)
32
33
34
35
36
37
38
39
40
41
Unit
Description
72.5kV, 3 – φ or 1 –φ, 1600A, SF6 ducts to connect 66kV side of
220/66kV transformer.
72.5kV, 3 – φ or 1 –φ, 1000A, SF6 ducts to connect 66kV line feeders.
72.5kV, 3 – φ or 1 –φ, 500A, SF6 ducts to connect 66/11kV, 25/31.5MVA
transformer.
72.5kV, 1600A single phase SF6 / Air interface bushings.
72.5kV, 1000A single phase SF6 / Air interface bushings.
72.5kV, 500A single phase SF6 / Air interface bushings.
100 MVA 220/66 kV Power T/F
25/31.5MVA, 66/11 kV Power T/F
220 kV Surge Arrestor
220V 200 AH Battery
220 kV CVT
220kV C&R Panels
Ckt breaker control Panel with auto reclose & line Protection Panel
Ckt breaker control Panel without auto reclose and Transformer
protection panel (for both HV & LV side)
Ckt breaker control Panel without auto reclose and Bus Coupler cum
Bus Bar Protection panel (Double Bus bar )
220 kV NCT (500-300/1A)
66 kV Surge Arrestor
66 kV NCT For T/F I/C(1667-1000/1A)
66 kV NCT For T/F (300-150/1A)
66 kV CVT For Line
66kV C&R Panels
Ckt breaker control panel without auto reclose & line protection Panel
Ckt breaker control panel without auto reclose for Transformer I/C
Ckt breaker control panel without auto reclose and Transformer
protection Panel (for both HV & LV)
Ckt breaker control panel without auto reclose & Bus coupler protection
panel
Time synchronization equipment
11 kV NCT (1800-900/5A)
11 kV LA
11 kV 15 Panel Board (2000A) with one SEM on each T/F I/C Panel
1x6.804MVAR ,11 kV Capacitor Bank with RVT & L&E Switch along with
structure (controlled by one VCB)
220 V 200 AH Battery charger & D.C.D.B.
415 V LT AC Distribution Board 500 A
11/0.4 kV Station T/F 200 KVA
100 KVA DG Set along with associated accessories
1.1 kV Copper Control Cable Armoured for 220 kV bays of sizes
7CX4mm2, 2CX4mm2, 4CX4mm2, 2CX6mm2, 16CX2.5mm2, 10C X
2.5 mm2, 7CX2.5mm2, 3CX 2.5 mm2 etc. (as per Section-6 of copper
control cable specification and Section-7 of Switchyard Erection).
Ckt
Mtrs
Ckt
Mtrs
Ckt
Mtrs
No.
No.
No.
No.
No.
No.
No.
No.
Unit
Total
Qty
Erection Erection
to be
Price
Price
supplied
(in Rs.) (in Rs.)
65
150
40
9
18
6
3
2
15
2
2
Sets
Sets
2
3
Sets
1
No.
No.
No.
No.
No.
3
33
3
2
6
Sets
Sets
Sets
6
3
2
Sets
1
No.
No.
No.
Set
Sets
1
2
6
2
4
Sets
No.
No.
No.
Lot
2
1
2
1
Lot
Sr.
No
42
Unit
Description
a)
1.1 kV Copper Control Cable unarmoured for 66 kV and 11kV bays of
sizes 7CX4mm2, 2CX4mm2, 4CX4mm2, 2CX6mm2, 16CX2.5mm2,
10CX2.5mm2, 7CX2.5mm2, 3C X2.5 mm2 etc. (as per Section-6 of
copper control cable specification and Section-7 of Switchyard
Erection).
11 kV Power Cable XLPE 1C x630mm2
11 kV Power Cable XLPE 3C x 400sq mm
11 kV Power Cable XLPE 3C x 50 sq mm
650/1100 Volts 3.5 core 240 mm2 aluminium power cable from Aux.
T/F to ACDB
650/1100 Volt 3.5 core 70 mm2 aluminium cable for oil filtration set.
650/1100 Volt 4 core 16 mm2 armoured copper power cable for MLDB
etc and other cable required as per contract for 220kV bays.
650/1100 Volt 4 core 16 mm2 unarmoured copper power cable for
MLDB etc and other cable required as per contract for 66kV bays.
Grounding system of the substation. Earthing Mat Material. The earth
mat will be designed / quoted for soil resistivity of 50Ωm. In case soil
resistivity is more than 50Ωm then the earth mat will be designed for
actual soil resistivity. The payment of extra material to be used for
earth mat shall be made on pro rata basis. The approximate area of
earth mat to be laid is given in the corresponding columns of the
substations. However, item will remain a Lot item.
Fire Fighting equipments as per section-6
22.5 Kg Capacity FE CO2 type, Trolley Mounted
25 Kg Capacity FE DCP type, Trolley Mounted
DCP 10 Kg Capacity, Wall mounted
FE CO2 6.5 Kg Capacity, Wall mounted
DCP 5 Kg Capacity, Wall mounted
Foam Type 9 Litre Capacity, Wall mounted
Water CO2 9 Litre, Wall mounted
Fire Buckets(12 No.s with stand in one set)
Supply and installation of 2x400 watt HPSV lamps with all accessories
for Complete lighting of outdoor Switch yard area as per clause 16.0 of
section 7 of the specifications.
Complete lighting of road and street by providing 1x150W HPSV
lamps on tubular steel poles at a distance of 15meter along the roads
and streets as per as per clause 16.0 of section 7 of the specification.
Supply and installation of fluorescent tube fitting (2 x 4 feet) on tubular
steel poles along with the fencing at a distance of 30 meter as per as
per clause 16.0 of section 7 of the specification.
High wall type split AC unit of 2 Ton capacity (as per technical
specification)
Complete Substation automation system for 220/66 kV substations
including hardware (for present bays) and software (for present &
future bays) along with associated equipments for the following bays
(bay as defined in the technical specification, sec-sub-station
automation system) as per technical specification
220kV (presently A bays & B for future)
b)
66 kV (presently A bays & B for future)
43
44
45
46
47
48
49
50
51
i)
j)
k)
l)
m)
n)
o)
p)
52
53
54
55
56
Lot
Qty
Unit
Total
to be Erection Erectio
supplied Price n Price
(in Rs.) (in Rs.)
Lot
Meter
Meter
Meter
Lot
1100
150
60
Lot
Lot
Lot
Lot
Lot
Lot
Lot
Lot
8000s
q
meter
(appro
x)
No
No
No
No
No
No
No
Sets
No
10
10
30
30
2
1
1
8
50
No
25
No
15
Nos.
2
Nos.
A=6,B
=6
A=12,
B=6
Nos.
Sr.
No
57
58
59
60
61
62
63
64
65
66
67
iii)
iv)
B
68
h)
i)
j)
k)
l)
m)
n)
69
h)
i)
Unit
Description
Testing of IUM System at site by NABL accredited lab
Bolted type 220 kV single suspension string assembly with Silicone
Rubber Polymer Composite Insulators (E&M strength 9000 kg) per
string with all hardware accessories including ball & socket connection
and suspension clamp set suitable for single Tarantula (string).
Bolted type 66 kV single tension string assembly with Silicone Rubber
Polymer Composite Insulators (E&M strength 9000 kg) per string with
hardware accessories including ball & socket connection and tension
clamp set suitable for single Tarantula (string).
Bolted type 66 kV single suspension string assembly with Silicone
Rubber Polymer Composite Insulators (E&M strength 9000 kg) per
string with all hardware accessories including ball & socket connection
and suspension clamp set suitable for single Tarantula (string).
11 kV bolted type Single tension string assembly with Silicone Rubber
Polymer Composite Insulators (E&M strength 9000 kg) per string with
all hardware accessories including ball & socket connections and
tension clamp sets suitable for Twin Tarantula conductor.
C-Wedge connectors matching with conductor size.
Copper lugs glands, PVC ferrules & Junction Box for control cabling.
Wooden cleats, Aluminium clamps, bolts, nuts, washers etc for fixing
control cables in trenches
Galvanised iron perforated tray with side coupler plate bolts, nuts,
washers and clamps etc. of size 75x25x2 mm, 150X25X2mm,
100X25X2mm etc. & G.I. Conduits of 50mm/100mm dia from
equipment to main trench as per Section-7, Switchyard erection.
AAC Tarantula Conductor(approx)
Spacers for Twin Tarantula conductor
7/3.15 Earthwire
U-bolt 20mm dia
Item for associated structure work
‘Lattice type steel structure for 220kV GISS/Stn.Sector-20, Gurgaon.
Supply of material, preparation of fabrication drawing, galvanizing and
delivery of lattice type steel structure for tower and beams for 220/66
KAVA switchyard fabricated from steel conforming to IS:2062 including
nuts-bolts gusset plates foundation bolts and other accessories as per
drawings supplied by the owner.
Main S/Stn. Tower and beam
Tower type AT-1
Tower type AT-3
Tower type AB-1
Tower type CT-4
Tower type CT-5
Beam type CB-6
Beam type DD-6*
Equipment Supporting Structure
220 kV NCT drg. No. HTD/ST-150
220 kV CVT drg. No. HTD/ST-147
Qty
Unit
Total
Erection Erection
to be
Price
Price
supplied
(in Rs.) (in Rs.)
Lot
No.
Lot
13
No.
18
No.
15
No.
12
Lot
L/S
L/S
Lot
L/S
L/S
L/S
L/S
Mt
No.
Lot
Lot
750
18
Lot
Lot
No.
No.
No.
No.
No.
No.
No
3
4
5
9
10
11
2
No.
No.
3
2
Unit
Sr.
No
Description
j)
k)
l)
m)
n)
220 kV surge arrestor drg. No.HTD/ST-93R
66 kV NCT Drg. No.HTD/ST-145
66 kV CVT Drg. No. HTD/ST-66
66 kV Surge Arrestor Drg. No. HTD/ST-89R
11 kV NCT Drg. HTD/ST-149
DATE :
PLACE :
No.
No.
No.
No.
No.
Total
Qty
Unit
Erection Erection
to be
Price
Price
supplied
(in Rs.) (in Rs.)
15
5
6
33
2
(NAME OF BIDDER)
…………………………….
(SIGNATURE OF BIDDER) ……………………
NOTE : 1
2
3
4
5
6
7
8
9
The quantities mentioned above are approximate. In case of variation at time of detailed
engineering actual quantities shall be payable as per quoted prices.
The quantities of items like Power, control Cables, other installation items have not been
furnished. The bidder is required to assess the quantities of these items based on scope of the
technical specifications. The lump sum prices shall be payable of these items irrespective of
quantities required at the time of erection.
The quantities of the major items are indicated in the above schedule. Wherever, the name of any
equipment required to complete the job has not been indicated, the same should be indicated by
the bidder along with the requirement of its quantity and the unit rates. No price will be paid for the
items for which units rates will not be indicated in the above schedule, but will have to be supplied
by the successful bidder without any extra cost to complete the scope of work as given in technical
specification.
The associated civil works for items under installation should be included in the erection price itself
wherever not asked separately in Schedule 4A-I.
The final bill of material shall be prepared and submitted by the contractor during detailed
engineering stage for approval of HVPNL and will be approved by Chief Engineer (MM) for the
items for which the unit rates have been indicated in the above schedule. No quantity variation will
be paid for the items for which unit rates have not been indicated in the above schedule.
For additional items, if any as per the design of the bidder, the bidder shall use additional sheets of
like size and format as per the requirement.
For spares and maintenance equipment, bidder is not required to quote the erection charges.
The bidder is advised to separately provide the amounts of custom duties and other import taxes
levied in connection with the importation or sales and similar taxes levied in connection with the
sale or delivery of goods.
a)
The bidders shall have to specify the type of enclosures & ducts (3 – φ or 1 –φ,) to be
provided and quote the unit rates for circuit length accordingly.
b)
Ckt meter means one meter duct/ducts for all the three phases of 3 – φ system.
c)
d)
10
All items/equipments mentioned above are complete for commissioning of GIS switchgear
for defined scope including connection from Air insulated system to SF-6 enclosures/ducts
and vice versa, however if any other equipment/item is required to complete the defined
present scope, same shall be brought out in the bid separately. If no such equipment/item is
specified then it will be presumed that equipment / items mentioned above are complete in
all respect for the defined present scope and shall have no time/ financial implications on
HVPN at later stage.
All the rubber spare parts shall be vacuum impregnated.
The DD-6 Beam shall be redesigned from CB6 Beam with a reduced length as required for 11kV
gantry. The successful bidder will submit the detailed drawing for approval of DD-6.
Specification No. JICA-011
Schedule-4A-I
220 kV SUB-STATION (GIS) SECTOR-20 GURGAON
(Schedule of rates and prices for civil works)
Bidders Name and Address
Sr.
No
1.0
2.0
3.0
4.0
4.1
i)
ii)
iii)
iv)
To
Chief Engineer/MM,
HVPNL, Panchkula.
Unit
Total
Qty.
Lot
L/S
Cum
1,11,000
Cum
2,75,000
No.
No.
No.
No.
03
04
10
09
Items for associated civil works
DISPOSAL OF SEWERAGE/INDUSTRIAL WASTE
Disposal of sewerage/industrial waste/rain water
from proposed site by installing suitable capacity
pumps complete in all respects.
DISPOSAL
OF
LOOSE
EARTH/BUILDING
MATERIAL
Removal/disposal of all loose earth/building waste
material etc. including removal/disposal of upper
crust of soil (about 1m deep or as per soil
investigation report) irrespective of lead including
loading, unloading etc. complete in all respects.
EARTH WORK IN FILLING
Earth filling with good earth as per satisfaction of
Executive Engineer/Civil Works(T) Division & laying
in layers (as per spec.), including carriage,
irrespective of lead, loading and unloading, dressing,
watering and compaction in layers with roller
including under roads etc. and compensation of earth
complete in all respect. The earth filling shall extend
by 1.5m at top beyond sub-station boundary towards
Haryana Tourism site. This extra earth filling shall be
done in slope of 2:1 (2 horizontal and 1 vertical) in
steps (drawing to be issued at the time of
construction). Turfing shall be done on the slopes
and the horizontal surface with suitable trees/plants,
grass etc. as per directions of Executive
Engineer/Civil Works(T) Division, HVPNL, Gurgaon.
FOUNDATIONS
Design, Engineering, Supply of labour, material and
construction of RCC footings & pedestals etc.
complete, including the cost of excavation,
concreting, cement, reinforcement steel, form work,
grouting, underpinning, backfilling etc. for steel
gantry structures (tower and equipment) as per
approved technical specifications.
AT-1
AT-3
CT-4
CT-5
Unit
price
Total
price
Sr.
No
4.2
i)
ii)
iii)
i)
ii)
iii)
i)
5.0
Items for associated civil works
FOUNDATION
STRUCTURES
220 kV Side
FOR
EQUIPMENT
Unit
Total
Qty.
No.
No.
No.
15
02
03
No.
No.
No.
33
06
05
No.
02
Lot
L /S
Set
04
No.
03
No.
02
No.
02
No.
01
SUPPORT
LA
CVT
NCT
66kV Side
LA
CVT
NCT
11kV Side
NCT
CABLE TRENCHES
Design, Engineering including supply of labour,
material, cement, reinforcement steel, angles, flats,
steel form etc. for construction of cable trenches and
trench culverts for crossing road to required depth
including pre-cast RCC covers, trays PCC below
trenches & trench culverts, drainage pipes for
draining rain water etc and all associated works as
per approved trench layout and technical
specifications for the yard complete in all respects.
6.0
7.0
i)
ii).
iii)
iv)
CAPACITOR BANK FOUNDATIONS
Design, Engg., supply of labour, material and
construction of 11kV (6.804 MVAR) alongwith allied
equipments complete foundations for capacitor bank
complete in all respect including other associated
works and items not mentioned herein but required
for completion of work as per technical specifications
as per approved equipment drawing.
TRANSFORMER FOUNDATION
Design, Engineering, supply of labour, material &
construction of Auto-transformer foundation including
all associated works, RCC, PCC, Reinforcement
steel, structural steel and other items not mentioned
herein but required for the completion of work as per
technical specification & approved equipment
drawing.
100 MVA, 220/66kV T/F foundation including
associated foundations, fire fighting system etc.
complete in all respect.
25/31.5MVA, 66/11kV T/F including associated
foundations etc complete in all respects.
11kV/0.433kV, 200kVA Transformer complete in all
respects.
100kVA DG set foundation complete in all respects.
Unit
price
Total
price
Sr.
No
8.0
Unit
Items for associated civil works
RCC ANTI FIRE WALL
Design, Engineering, supply of labour, material &
construction of RCC anti fire wall including RCC,
PCC, Reinforcement steel and other items not
mentioned herein but required for the completion of
work as per technical specifications between
following types of transformers:
100 MVA, 220/66kV T/F
Total
Qty.
No.
02
ii).
25/31.5MVA, 66/11kV T/F
No.
01
9.0
SITE SURFACING
Sqm.
100
Sqm.
3300
Mtr.
25
i)
Construction of bitumen roads from main entrance
gate to switch-yard/switch-house building/GIS Halls
as shown in the GELO/CLO and as per drawing no.
HVPN C-001R and technical specifications.
6.0M wide
Mtr.
55
ii)
5.0M wide
Mtr.
175
iii)
3.66M wide
Mtr.
90
Sqm
300
i).
9.1
Providing, supplying & laying two layers of
uncrushed/crushed/broken stone pebbles gravel fill.
The first layer after compaction shall make minimum
50mm thick course/layer of 40mm nominal size,
including dressing, rolling & compacting complete as
per specifications GELO & instructions of XEN/CWD.
9.2 Providing, supplying & laying 100mm thick PCC
(1:4:8) using 20mm nominal coarse aggregates and
spreading 100mm thick layer of 40mm single size
uncrushed/crushed/ broken stone pebbles over the
PCC including construction of toe wall (exposed wall
plastered with cement mortar 1:5) to hold 40mm
single size uncrushed/crushed/broken stone pebbles
wherever required in the bays covered under the
present scope as detailed in the GELO & instructions
of XEN/CWD.
10.0 ROADS
10.1 CEMENT CONCRETE ROAD
Construction of 6.0m wide cement concrete road
from SH/HUDA road etc. to main entrance gate as
per drawing no. HCD/SK-181.
10.2 BITUMENOUS ROADS
11.0 PCC PAVEMENT
Supply of labour, material and providing PCC
flooring/pavement in front of switch house building as
per technical specification and Drg. No. HCD/SK172.
Unit
price
Total
price
Sr.
Items for associated civil works
No
12.0 ROAD CULVERTS
Unit
Total
Qty.
No.
01
Mtr.
365
14.1 Supply of labour and material for construction of front
boundary wall including main gate foundations
(brickwork below RCC band) as per CLO, technical
specifications and HVPNL drawing including
excavation backfilling, lean and RCC band complete
in all respect.
14.2 Supply of labour and material for construction of front,
boundary wall including main gate (brickwork above
RCC Band) grill etc. at top of B/wall as depicted in
CLO, HVPNL drawing and technical specification
complete in all respect.
15.0 RCC POSTS WITH BARBED WIRE FENCING
Cum
550
Mtr.
355
Supply of labour, material for providing RCC posts with
barbed wire fencing all along the sub-station (except
front side) as per technical specification and drawings
attached.
16.0 SWITCH HOUSE BUILDING
Mtr.
540
Design, Engineering, Supply of labour, material and
construction of switch house building complete as per
technical specification and approved drawings
attached including interior & exterior acrylic emulsion,
paint, all internal services like water supply including
supply and providing of 5000ltr. capacity double layer
Sintex/Diplast
PVC
tank,
Sewerage
system,
Electrification including wiring, modular switches, 4’
long CFL tubes, ceiling/exhaust fans and one high wall
mounted split AC unit 2T capacity, Finishing, Plinth
protection, Indoor trenches, Soakage pit near the bldg.
connection of sewerage system to Soakage
pit/Sewerage system of local authorities, connection to
main w/s system of local authority etc. and any other
item not mentioned herein but required for completion
of works. The architectural and the structural design
above plinth level shall, however, be kept same as per
approved HVPNL drawings.
Sqft.
4,917
Design, Engineering and construction of one/two no.
pipe culverts at suitable locations under the approach
road (from main PWD road to the sub-station entry
point) including, cost of labour, material complete in all
respects as per I.R.C. Standards.
13.0
CHAIN LINK FENCING AND FENCING GATE
Supply of labour, material, providing and fixing chain
link fencing including toe wall and gates etc. complete
as per technical specification and drawing attached.
The layout shall be as per GELO/CLO.
14.0 BOUNDARY WALL & MAIN ENTRANCE GATE
Unit
price
Total
price
Sr.
Items for associated civil works
No
17.0 GIS BLOCK
Unit
Total
Qty.
Design, Engineering including architectural, supply of
labour & material etc. for construction of GIS block
building including crane hoisting system (EOT),
equipment foundations as detailed in the bill of
quantities under Annexure-1 of Section-I bid/contract
documents,
electrification
including
wiring,
receptacle, modular switches, 4’ long CFL tubes,
bulkhead lights including fixtures, ceiling/exhaust fans
etc. interior & exterior acrylic emulsion, paint, RCC
paving starting from the building up to 2m clear
distance for the full length width of the building etc.
complete in all respect for below mentioned GIS
blocks.
17.1 220kV GIS BLOCK BUILDING
Sqft.
3,551
17.2 66kV GIS BLOCK BUILDING
Sqft.
3,196
Design, Engineering including architectural, supply of
labour & material etc. for construction of a Security hut.
19.0 DRAINAGE–CUM-RAIN HARVESTING SYSTEM
Sqft.
170
19.1 Supply of labour & material etc. for construction of 2
nos. recharge structures with bore wells as per HVPNL
drawings & specifications complete in all respect. The
location of recharge structures shall preferably be
located on corner(s) of the substation and shall be got
decided from the concerned Executive Engineer/CWD.
In case ground water table is within 8m from FGL, rain
harvesting system shall not be constructed.
19.2 The successful bidder shall evolve design & prepare
drainage layout drawing for disposal of rain water from
building’s roof top & switch yard (substation) area into
respective bore wells in such a way that there shall be
no pounding of water on the roof and switch yard (substation). The layout so developed shall be got
approved from the employer. The location of sump-pitcum-pump chamber shall preferably be located on
corner(s) of the substation and shall be got decided
from the concerned Executive Engineer/CWD. The
successful bidder shall also supply labour, material
and construct sump-pit-cum-pump chamber(s) as per
HVPNL drawings and also provide two no. clog
pump(s) of suitable capacity (for each sump pit) for
disposal of excess water to outfall points. Any other
item not mentioned herein but is/are required for
completion of works shall be done by the successful
bidder without any extra cost to the employer.
Lot
L/S
Lot
L/S
18.0 SECURITY HUT
Unit
price
Total
price
Sr.
Items for associated civil works
No
20.0 SUMP PIT-CUM-PUMP CHAMBER
Unit
Total
Qty.
Design, Engineering, Supply of labour & material for
construction of sump-pit-cum pump chamber along
with provision of suitable pump and associated works.
The sump-pit-cum-pump chamber shall preferably be
located at one of the corner of the sub-station as per
decision of Executive Engineer/Civil Works (T)
Division, HVPNL, Gurgaon.
21.0 RCC M-25
Lot
L/S
Cum
05
Unit
price
Total
price
* IMPORTANT NOTES: 1. The quantities mentioned above are approximate. In case of variations actual quantities shall be
payable.
2. For earth filling, site surfacing, fencing and road, the payment will be made as per actual
measurement at site.
3. The successful bidder has to arrange potable water from outside sub-station area at his own
cost. Before use, the water test results shall be submitted through the Engineer-in-Charge for
approval.
4. For 220kV GIS S/Stn. proposed at Sector-20, Gurgaon the successful bidder shall prepare
foundation design/drawing of all the towers, equipments including transformers and control room
building. The architectural and structural design/drawings of 220kV & 66kV GIS blocks shall be
evolved by the successful bidder including equipment foundations and crane hoisting system
etc. The design and drawings of the items not mentioned herein but are required for completion
of the sub-station shall also be got evolved/prepared by the successful bidder. All such
designs/drawings evolved by the successful bidder shall be got counter checked from any
professional reputed institution like IIT, NIT, PEC Chandigarh etc.
5. Concrete of grade M-25 shall be used at Sector-20 in all foundations/structures except Cement
Concrete roads where M-30 grade will be used.
Specification No.: JICA-011
SCHEDULE-5A
Page 1 of 1
220 kV SUB-STATION
(Type test Charges)
Bidder’s Name & Address
To
Chief Engineer (MM),
HVPN, Panchkula,
Haryana – 134109
Sr.
No.
Equipment
1
1.1
Power Transformer
100 MVA, 220/66 kV Power
T/F
25/31.5 MVA, 66/11 kV power
T/F
1.2
Description of type test
Type test
charges
(in Rs.)
Temp rise test, tank vacuum
test, tank pressure test,
measurement
of
Zero
sequence current, impulse
lightning withstand test as
per clause 12 & 13 of ISS
2026/ Part-III.
Grand Total
Test laboratory where the test are proposed to be conducted ____________
Date:
Place:
(Signature ) _________________________
(Printed Name) ______________________
(Designation) _______________________
(Common Seal) _____________________
Note:
Bidder should indicate the test laboratory where the type tests are
proposed to be conducted.
Specification No.: JICA-011
SCHEDULE-6A
Page 1 of 1
220 kV SUB-STATION
(Training Charges)
Bidder’s Name & Address
To
Chief Engineer (MM),
HVPN, Panchkula,
Haryana – 134109
Price component of training to be imparted to employer’s personnel by bidder’s
instructor at 220 KV sub-station for operation & maintenance of equipment.
Sr.
No.
Date:
Place:
Details of Equipment
No. of men days
of instructor
proposed for
training
Training
charges per
man-day
(in Rs.)
Total
charges
(in Rs.)
(Signature ) _________________________
(Printed Name) ______________________
(Designation) _______________________
(Common Seal) _____________________
Specification No.: JICA-011
SCHEDULE- 7A-I
Page 1 of 1
220 KV SUB-STATION
(Price Break up of Recommended Spares/Optional Spares)
Bidder’s name & Address
To
Chief Engineer (MM),
HVPN, Panchkula,
Recommended/Optional spares for 220 kV sub-station
Sr.
Item
Unit Rate
No.
Description
1.
2.
Exworks
3.
Freight &
insurance
4.
FOR site
price
5.
Recommend
ed quantity
6.
Total Price
FOR (Site)
7.
Delivery
period FOR
(Site)
8.
Taxes and duties and
other levies
Excise
Duty
9.
Sales
Tax
10.
Others
11.
Date:
(Signature) ______________________
(Printed Name): __________________
Place:
(Designation): ____________________
(Common Seal)
Note: -
For Bought out items Excise duty & sales Tax is to be included in Ex-works price. The sales tax declaration form will
be supplied by HVPN to the contractor
Specification No.: JICA-011
SCHEDULE-7A-II
Page – 1 of 1
220 kV SUB-STATION
(List of special tools & tackles)
Bidder’s Name & Address
To
Chief Engineer (MM),
HVPN, Panchkula,
Haryana – 134109
Dear Sirs,
We are furnishing below the list of special maintenance tools & tackles for various
equipment for 220 KV sub-stations. The price for these tools & tackles are already
included in the lump sum bid price.
Notwithstanding what is stated above we confirm that any additional special
maintenance tools and tackles, required for the equipment under this package shall
be furnished by us at no extra cost to the employer.
Sr. No.
Date :
Place :
For equipment
Item description
Unit Qty.
(Signature) __________________________
(Printed Name) _______________________
(Designation) ________________________
(Common Seal) ______________________
Specification No. : JICA-011
SCHEDULE-8A
Page 1 of 1
220 KV SUB-STATION
(Commercial Deviation Schedule)
Bidder’s Name & Address
To
Chief Engineer (MM),
HVPN, Panchkula,
Dear Sirs,
SUB : COMMERCIAL DEVIATIONS FOR 220 KV SUB-STATION.
The following are the Commercial Deviations and variations from and exceptions to
the specifications and documents for the subject package. These deviations and
variations are exhaustive. Except these deviations, the entire work shall be performed
as per your specifications and documents.
Vol./Clause
Ref./Page No.
Date:
Place:
As specified in the
specification
Commercial
Deviation and
variations to the
specifications
(Signature) ________________________
(Printed Name) ______________________
(Designation) _______________________
(Common Seal) _____________________
Note:
Continuation sheets of like size and format may be used as per Bidder’s
requirements and annexed to this schedule.
Specification No.: JICA-011
SCHEDULE-9A
Page – 1 OF 1
220 KV SUB-STATION
(Technical Deviation Schedule)
Bidder’s Name & Address
To
Chief Engineer (MM),
HVPN, Panchkula,
Dear Sirs,
SUB :-
TECHNICAL DEVIATIONS FOR 220 KV SUB-STATION
The following are the Technical Deviations and variations from and exceptions to the
specifications and document for the subject package. These deviations and
variations are exhaustive. Except there deviations, the entire work shall be
performed as per your specifications and documents.
Vol./Clause
Date :
Place :
Ref./Page No.
As specified in Deviation
and
the specification variations to the
specifications
(Signature) __________________________
(Printed Name) _______________________
(Designation) ________________________
(Common Seal) ______________________
Note : Continuation sheets of like size and format may be used as per Bidder’s
requirement and annexed to this schedule.
Specification No.: JICA-011
SCHEDULE-10A
Page 1of 1
220 KV SUB-STATION
(Schedule of additional information)
Bidder’s Name & Address
To
Chief
Engineer
HVPN, Panchkula,
Haryana – 134109
(MM),
We have enclosed with our proposal the following additional information for 220
kV sub-stations.
Sl. No.
Date:
Place:
Brief Description of Information
Ref. & Page No.
(Signature) _________________________
(Printed Name) ______________________
(Designation) _______________________
(Common Seal) _____________________
Note:
Continuation sheets of like size and format may be used as per Bidder’s
requirements and annexed to this schedule.
Specification No.: JICA-011
SCHEDULE-11A
Page 1of 1
220 kV SUB-STATION
(Bought out & Sub-contracted items)
Bidder’s Name & Address
To
Chief Engineer (MM),
HVPN, Panchkula,
Haryana – 134109
We hereby furnish the details of the items of services / supply, we propose to
sublet for the Turnkey construction of 220 KV sub-stations.
Sr.
No.
Description of
services /
supplies
Qty. proposed to
be bought/ subcontracted
Name of source of
services/ supply
Nationality of
source
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Date:
Place:
(Signature) _________________________
(Printed Name) ______________________
(Designation) _______________________
(Common Seal) _____________________
Specification No. JICA-011
Bidder's Name & Address:
Schedule-12A
220 KV SUB-STATIONS
(Qualification Data)
To
The Chief Engineer (MM),
HVPNL, Panchkula.
In accordance with the clause 2.0 of Section ITB, we are furnishing the following
details/documents support of Qualifying Requirement for Turnkey Package for substation.
1.0
Attached copies of original documents defining.
a)
b)
c)
The constitution or legal status.
The place of registration and principal place of business.
Written power of attorney of the signatory of the bid to commit the
bidder.
Bid guarantee.
d)
2.0
Attached copies of original agreements. (In case of joint venture only)
a)
b)
Signatured power of attorney for joint venture.
Submitted with a joint venture agreement providing the joint and severe
liability of all partners in the event the contract is awarded to us.
3.0
Attached copies of original letter of authority of seek reference from our banks.
4.0
General Information
All individual firms and each partner of a joint venture bidding for the package are
requested to complete the information in this form.
5.0
1.
Name of firm
2.
Head Office address
3.
Telephone
Contact
4.
Fax
Telex
5.
Place of incorporation/registration
Year of incorporation/registration
General Experience Record
Name of Bidder or Partner of a Joint Venture
All individual firms and all partners of a joint venture are requested to complete the
information in this form.
The information supplied should be the annual turnover of the Bidder (or each
member of a joint venture), expressed as total volume of supply of material &
equipment of similar nature in progress or completed.
Use a separate sheet for each partner of joint venture.
Annual Turnover Data
Year
Turnover (Rs.in Crores)
6.0
1.
2006-2007
2.
2007-2008
3.
2008-2009
4.
2009-2010
5.
2010-2011
Joint Venture Summary
Names of all partners of Joint Venture
1.
Lead Partner
2.
Partner
3.
Partner
The lead partner should not have less than 40% share and each of the other
partners should not have less than 25% share in the project/contract.
Annual turnover data (In Rs.)
Partner's
Name
2006-2007
2007-2008
2008-2009
2009-2010
1.Lead Partner
1. Partner
2. Partner
7.0
Current Contract Commitments/Works in progress
Name of contract
Value of outstanding Work (Rs in Crores)
1.
2.
3.
4.
8.0
Details of Contracts of Similar Nature and Complexity executed:
As sole contractor or Partner of a Joint Venture
Use a separate sheet for each contract.
1.
Contract Number & Date
Name of Work
Country
2.
Name of employer
2010-2011
3.
Employer's Address
4.
Nature of works and special features relevant to the contract.
5.
State Whether Contract executed as Sole contractor/ Subcontractor/
Partner in a Joint Venture
6.
Value of the total contract
7.
Date of Award
8.
Date of completion
9.
Attach Copy of Taking over certificate/Performance Certificate issued by
the employer
9.0
Equipment Capabilities
(a)
Detail of Plant & Tools available with the Bidder and proposed to be employed
for erection, testing & commissioning of proposed sub-stations and
transmission lines.
Sr. No.
Description of Tool and plant
Quantity
1.
2.
3.
(b)
Detail of field service organization available.
Sr. No. Name
Qualification
Experience
1.
2.
3.
(c)
Details of equipment to be supplied.
The following information is to be supplied for the equipments to be supplied other
than list of qualified made as per clause 2.6 of ITB.
Use separate sheet for each make of equipment.
10
1.
Description of the equipment
2.
Name of manufacture
3.
Manufacturers Address
4.
Place of registration of manufacturer
5.
Profile of the manufacturer
6.
Attach list of past supplies for similar equipments
7.
Performance certificates of the supplies made
8.
Type test certificates (Attach copy of latest type test certificates)
9.
Technical data sheets & drawings of equipments
Financial Capabilities
(a)
Name of Banker:
Address of Banker:
Telephone
Contact Name & Title
Fax
Telex
(b) Specify proposed sources of financing to meet the cash flow demands of the
project (net of current commitments):Source of Financing
Amount
(c) Attach a latest certificate from the banker indicating financial limits available with
the firm or each of the joint venture partner.
(d) Attach audited financial statements for the last five years of the firm (for the
individual bidder) or each partner of the joint venture.
11 Litigation History : The following details of the litigation with the firm or by the firm (the information of
each of the joint venture partner may be supplied in case of joint venture:Year
Award
FOR
or Name of client, clause of litigation Disputed
Against Application
and matter in dispute
amount
Separate sheet for each partner of joint venture should be used
Date
(Signature)…………………………………
Place
Name)……………………………..
(Printed
(Designation)………………………………
(Common seal)……………………………
SPECIFICATION NO.: JICA-011
Schedule 13A
Page 1 of 1
220 kV SUB-STATION
(Work Completion Schedule)
Bidder’s Name & Address
To
Chief Engineer (MM),
HVPNL, Panchkula.
We hereby declare that the following work completion schedule shall be followed by
us in furnishing and erection, testing and commissioning of 220 kV sub-station, the
period commencing from the date of Award of the contract to us :-
Sr. No.
Description
Period in months starting
form date of award of
contract
From
1.
2.
3.
4.
5.
6.
7.
8.
9.
To
Completion of detailed engineering
Procurement of raw material
Manufacturing
a.
Commencement
b.
Completion
Type of test
a.
Commencement
b.
Completion
Shipments
a.
Commencement
b.
Completion
Establishment of site office
Erection
a.
Commencement
b.
Completion
Testing and pre-commissioning
a.
Commencement
b.
Completion
Commissioning
Date:
Signature: _____________________________
Place:
Printed Name __________________________
Designation __________________________
Common seal _________________________
Specification No. JICA-011
SCHEDULE 14A
Page 1 of 1
220 kV SUB-STATIONS
(Guaranteed Declaration)
Bidder’s Name & Address
To
Chief Engineer (MM),
HVPN, Panchkula.
Dear Sir,
We declare that the rating and performance figure of the Power Transformers and
capacitor banks furnished by us for Turnkey construction of 220 kV
sub-stations are guaranteed. We further declare that in the event of any deficiencies in
meeting the guarantees in respect of the characteristics mentioned below as
established after conducting the factory test, you may be at your discretion, reject or
accept the equipment after assessing the liquidated damages as specified in relevant
clause of bid document.
For Power transformers:
Equipment
Guaranteed losses at rated output (kW)
Iron loss at rated
Copper loss
Auxiliary loss at
voltage and
at 750C
rated voltage &
frequency
frequency
100 MVA, 220/66 kV
Power T/F
25/31.5 MVA, 66/11 kV
power T/F
200 KVA, 11 /0.433 kV
Station T/F
For capacitor banks:
Guaranteed maximum losses for capacitor units
including loss in fuses and discharge resistors at the
rated voltage and frequency
For 11 kV
Date:
Place:
Losses
(Watts/KVAR)
Signature: _____________________________
Printed Name __________________________
Designation __________________________
Common seal _________________________
Specification No.: JICA-011
SCHEDULE-15A
Page – 1 of 2
220 KV SUB-STATION
(Check List)
Bidder’s Name & Address
To
Chief Engineer (MM),
HVPN, Panchkula,
Haryana – 134109
Sl.
No.
1.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Item Description
3.
data CI 2.0 of ITB Sec. II
and Cl. 3.0 of SCC
Vol. 1
Bid Guarantee & certificate Cl. 28.0 of ITB Sec. II
regarding
acceptance
of & Cl. 17.0 & 18.0, of
important conditions
SCC Vol. 1
Summary
price
proposal Schedule 1,
schedule filled in
BPS, Vol. IB
Summary Price component Schedule 2,
schedules filled in
BPS, Vol. IB
Relevant individual equipment Schedule 3 to 6
price component schedule filled BPS, Vol. IB
in
Special tools and tackles Schedule 7-I
schedule filled in
BPS, Vol. IB
Commercial
Deviations Schedule 8
schedule filled in
BPS, Vol. IB
Technical Deviations schedule Schedule 9
filled in
BPS, Vol. IB
Additional information schedule Schedule 10,
filled in
BPS, Vol. IB
List of Bought out items
Schedule 11,
BPS, Vol. IB
Qualifying requirement data Schedule 12,
schedule filled in
BPS, Vol. IB
Bidder’s
enclosed
2.
Qualifying
Reference
Declaration
(Strike out
whichever is not
applicable
4.
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Specification No.: JICA-011
SCHEDULE –15A
Page – 2 of 2
Sl.
No.
1.
12.
13
Item Description
Reference
2.
3.
Work completion Schedule filled in Schedule 13
BPS, Vol. IB
Guaranteed
loss
declaration Schedule 14
Schedule filled in
BPS, Vol. IB
14.
Relevant Technical details detail Data
for equipment package filled in
Sheet
15.
Contract
Quality
programme enclosed
Date:
Declaration
(Strike out
whichever is not
applicable
4.
Yes/No
Yes/No
Requirement
Yes/No
assurance Cl. 13.0 of ITB Sec. II
Vol. 1
Yes/No
(Signature) _________________________
(Printed Name) ______________________
Place:
(Designation) _______________________
(Common Seal) _____________________
Specification No. : JICA-011
SCHEDULE-16A
Page 1 of 1
DECLARATION REGARDING DEEMED EXPORT BENEFIT
Bidder’s Name & Address
To
Chief Engineer (MM),
HVPNL, Panchkula,
Haryana – 134109
Dear Sir,
1.
We confirm that we are solely responsible for obtaining the deemed export
benefits which we have considered in our bid and in case of failure to
receive such benefits, owner will not compensate us in any manner
whatsoever.
2.
We further confirm that we will not claim for adjustment in contract price
and / or extra reimbursement /payment towards taxes, duties and levies on
account of variation in or withdrawal of deemed export benefits.
3.
We are furnishing below the information required by the owner for issue of
relevant certificates in terms of the Export Import of the Govt. of India.
4.
(*) CIF value of import content of supplies to be made by the bidder
including its sub-contractors/sub-vendor(s) in bid currency.
__________________________________________________________________
(*) Please state the currency and fill in the amount in figures and words.
Date:
Place:
(Signature) _________________________
(Printed Name) ______________________
(Designation) _______________________
(Common Seal) _____________________
Note:
Continuation sheets of like size and format may be used as per Bidder’s
requirements and annexed to this schedule.