Tender Notification for 33kV OH line & Bay 20.05
Transcript of Tender Notification for 33kV OH line & Bay 20.05
Tender Notification for
Turn-key Project Contract for Supply, Erection,
and Testing & Commissioning of 33kV
Overhead line and 33kV bays at Ikrah S/stn &
Gajanan Consumer premise of IPCL Due date for submission of tender: 24.05.2021
Date & Time of opening: 25.05.2021
“NIT No- IPCL/Turn-Key-33kV S/Stn Bay & OH line/HO/21-22/10 Dated: 19.05.2021”
REQUEST FOR QUOTATION
PROCUREMENT DEPTTINDIA POWER CORPORATION LIMITED
Plot no- x-1,2 &3, block-EP, Salt lake,sector-V,Kolkata,700091
MAY 20, 2021
Page 1 of 34
INDIA POWER CORPORATION LIMITED PLOT-X 1,2&3, BLOCK-EP, SECTOR-V, SALT LAKE, KOLKATA 700 091
CONDITIONS OF TENDERING WITH GENERAL CONDITIONS & IMPORTANT
INSTRUCTIONS TO BIDDERS
1 Eligible Bidders and Qualifying Requirement
This Invitation for Bids, issued by IPCL is open to all Companies/ Firms, Government owned
Enterprises except those Firms, who have been debarred for business with IPCL. Bids are
invited from reputed parties only having adequate tools & plants, financial and technical
resources and infrastructure to execute EPC contact as per scope of work. Evidence shall
consist of written details of capacities and present commitments (excluding work under this
specification) of Bidder. Bidder shall furnish full details of his head-office and field
service organization for EPC and management services required to successfully execute
work as envisaged in this NIT.
2.01 Qualifying Criteria:
2.01.01 The following basic qualifying conditions may be noted carefully by the Bidders for
compliance. These criteria shall be evaluated on a pass-fail system with minimum
acceptable level for each criteria enumerated –
(i) Bidder will have to meet minimum criteria regarding financial criteria and technical &
experience criteria
(ii) Bidder’s technical experience and financial resources as Sub-Contractor shall not be
taken into account in determining Bidder’s compliance with qualifying criteria.
(iii) IPCL reserves the right to assess capacity and capability of the Bidder/s to ascertain that
the Bidder/s can successfully execute the project on the basis of their past
performance, feedback from customers, IPCL's own experience, verification of
manufacturing facility and document verification etc.
(iv) It may be noted that IPCL reserves the right to waive minor deviations if they do not
materially affect the capability of the Bidder to perform the contract.
(v) Offers/Tenders can be submitted by individual firm.
2.02 Technical and experience criteria:-
2.02.01 TECHNICAL QUALIFICATION:
Technical Qualification for Contractor as Bidder:
The Bidder must have executed independently on turn-key basis at least one contract for
of 33 kV bays along with 33kV Overhead line or higher class during last five years with
complete survey, engineering, design and construction of foundation, supply of materials
(with or without conductor and insulator), EPC, and commissioning of the substation or
bay. The Bidder shall furnish certificate stating timely completion and satisfactory
performance certificate for similar executed contracts (supported by Taking over
Certificate). Or Decided by IPCL.
OR
Page 2 of 34
The Bidder shall furnish certificate stating timely completion and satisfactory performance certificate
for similar executed contracts (supported by Taking over Certificate). Or decided by IPCL.
2.03 Financial Criteria:-
IPCL will take into account the following criteria to verify the financial qualification of
the Bidder. The audited financial statements for the last three (3) years submitted by
Bidder shall be evaluated:
(a) The audited financial “standalone” statements (Balance Sheet, Profit & Loss
A/c and Fund Flow statement) (audited by Chartered Accountant)
for the last 3 (Three) years (2018-19, 2019-20 and 2020-21) have to be
submitted by bidder, which shall be evaluated. The Bidder’s financial
statements for the last year of the
audited accounts should show that it has positive “NET WORTH “of 1 crore .
This criterion, however, can be relaxed as per IPCL discretion.
(b) The bidder’s Income & expenditure / profit and loss account should show
minimum average annual turnover during the best 3 (three) financial years
out of last 3 (Three) years.
(c) Bidder must demonstrate access to, or availability of, financial resources such
as liquid assets, unencumbered real assets, lines of credit, and other financial
means, other than any contractual advance payments to meet the minimum
cash-flow requirement.
(d) The documents submitted by the bidder including the audited financial accounts,
must demonstrate that the bidder has adequate working capital (cash flow)
as indicated in the above table, available to undertake this contract.
IPCL reserves the right to relax the bid qualification criterion based on merit.
3 Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of its bid
including post-bid discussions, technical and other presentations etc., and IPCL will in
no case be responsible or liable for these costs, regardless of the conduct or outcome
of the bidding process.
Page 3 of 34
4 Clarification of Bidding Documents
4.01 A prospective Bidder requiring any clarification of the Bidding Documents may notify IPCL
in writing at the mailing address indicated hereunder;
Head (Procurement)
Block No. EP, Plot No-X-1,2 & 3
Salt lake, Sector-V,
India Power Corporation Ltd, Kolkata (West
Bengal) - 700091
Telephone Nos.:-
Email- [email protected],
4.02 The Bidder is advised to visit and examine the site where the facilities are to be installed
and its surroundings and obtain for itself on its own responsibility and cost all information
that may be necessary for preparing the bid and entering into a contract for supply and
installation of the facilities. The costs of visiting the site shall be at the Bidder’s own
expense.
5 Amendment of Tender Documents
5.01 At any time prior to the deadline for submission of bids, IPCL may, for any reason, whether
at its own initiative, or in response to a clarification requested by a prospective Bidder,
amend the Bidding Documents.
5.02 The amendment will be notified in writing or by cable to all prospective bidders who have
purchased the Bidding Documents and will be binding on them. Bidders are required to
immediately acknowledge receipt of any such amendment, and it will be assumed that
the information contained therein will have been taken into account by the Bidder in its
bid.
5.03 In order to afford reasonable time to the prospective Bidders to take the amendment
into account in preparing their bid, IPCL may, at its discretion, extend the deadline for
the submission of bids, in such cases; IPCL will notify all bidders in writing of the extended
deadline.
6 Conflicting Provisions
Although details presented in this Bid Document have been compiled with all
reasonable care, it is the responsibility of the Bidder to satisfy himself that the
information given in each section is adequate and that there is no conflict between
various clauses/sections/ Specifications. In case of any variation, the same may be
referred to Head (Procurement) IPCL, Kolkata. For clarification/ decision before at least
5 days prior to due date of submission of tender. The clarification/ decision of Head
(Procurement) shall be final and conclusive.
7 Confidentiality
The Bidder shall treat the Bid Specification and the contents therein as private and
confidential and in any case shall not use for other purpose.
Page 4 of 34
8 Scope of Work:
i) Scope of work for Supply of S/stn equipment as mentioned below -
A- Supply BOQ - 33KV Overhead & Underground line for power supply to Gajanan Iron
at Ikhra SL
N
O
MATERIAL NAME UO
M QTY
Rat
e
Amoun
t
Lead
Time
(Days)
Make
1 MS Rail Pole of 13MTR Nos 1
2 CI Spacer Block for Rail Pole Nos 6
3 BIM Pole Nos 46
4
G.I. FLAT SIZE: (1 1/2" X 1 /4") MINIMUM ZINC
DEPOSITION FOR GALVANIZATION
630GMS/SQ.MTR.
Kg 30
5 MS CHANNEL SIZE 100MM X 50MM X 6 MM (4"
X 2" X 1/4") Kg 3600
6 MS FLAT SIZE 50 MM x 10 MM (2" X 3/8") Kg 1400
7 MS CHANNEL SIZE 125MM X 50MM X 10 MM
(5" X 2" X 3/8") Kg 40
8 Fish Plate Nos 2
9 MS Black pipe 2" Mtr 220
10 33KV Polymaric Pin Insulator Nos 144
11 A.C.S.R DOG CONDUCTOR Mtr 1000
12 33KV polymaric Disc insulator Nos 60
13 Strain clamp for DOG Conductor Nos 12
14 A.C.S.R WOLF CONDUCTOR Mtr 8500
15 Strain clamp for WOLF Conductor Nos 60
16 Cross-arm Strap Nos 60
17 ALUMINIUM BINDING WIRE 9 SWG. Kg 25
18 P.G. Clamp for DOG conductor Nos 12
19 P.G. Clamp for Wolf conductor Nos 120
20 G.I. Burbed Wire Kg 220
21 Danger Board Nos 24
22 G.I. Wire 7/8 S.W.G Kg 1400
23 Guy Set 7/8" x 6' Nos 100
24 A.C.S.R 0.03 CONDUCTOR Mtrs 850
25 Strain clamp for 0.03 Conductor Nos 24
26 5/8" x 3" Eye Bolt Nos 12
27 1/9" x 9" Eye Bolt 24
28 33 KV Grade, 3core, 400sq mm,XLPE (E) CABLE Mtr 1100
29 Out door End Termination suitable for 33 KV
Grade, 3core, 400sq mm,XLPE (E) CABLE Nos 12
30 HDPE pipe Mtr 78
31 RCC CABLE PROTECTION COVER H.T. 1.5 FEET (R
ED) Nos 1000
32 36 KV 10 KA POLYMERIC METAL OXIDE SURGE Nos 24
33 11 KV Polymaric pin Insulator Nos 15
34 11KV Polymaric Disc insulator Nos 12
Page 5 of 34
B-Supply BOQ for materials for arrangement of Bays at Ikra S/s (1no) for Gajanan Iron
Sl.
No. Description UOM Qty
Rate
(Rs.)
Amount
(Rs.)
Lead
Time
(Days)
Make
1 M.S. Channel ( 4" x 2" x 1/4" ) Kgs. 50.00
2 M.S. Flat ( 2" x 3/8" ) Kgs. 20.00
3 DISC INSULATOR PORCELAIN 11 KV, 120
KN, Nos. 18.00
4 Al. Strain Clamp 0.2 sq.inch Nos. 6.00
5 BALL CLEVIS, 120KN DISC INSULATOR Nos. 6.00
6 SOCKET EYE, FOR 120KN DISC
INSULATOR Nos. 6.00
7 GI EYE BOLT 5/8" X 9" (16X230 MM)
MADE Nos. 6.00
8 P.G. CLAMP 0.2 Nos. 6.00
9 A.C.S.R CONDUCTOR 0.2 SQ. INCH Mtrs. 60.00
10 ACSR 0.15 SQ. INCH CONDUCTOR (CODE
NAM Mtrs. 90.00
11 33 KV POLYMERIC COMPOSITE PIN
INSULATOR Nos. 12.00
12 Aluminium Binding wire 9 SWG Kg 5.00
13 33 kV CT of Ratio 1000-500/5/5,A,
Outdoor type Nos. 3.00
14 36 kV, 1600 Amps, 1500 MVA Outdoor
type VCB Nos. 1.00
15 33 kV, 1250 A, double break rotating type
GOAB Isolator Nos. 3.00
16 Feeder Control and relay Panel Nos. 1.00
17 36 KV 10 KA POLYMERIC METAL OXIDE
SURGE Nos. 3.00
18 33KV OUT DOOR TYPE POST MOUNTED
PT (LINE PT) Nos. 3.00
19 33 kV grade 3 core 400 sq.mm XLPE(E.)
Cable Mtrs. 70.00
20 Outdoor Jointing kit for 33 KV,4Cx400
sqmm XLPE (E) cable Nos. 2.00
21 HDPE PIPE 6" (150MM) Mtr 24.00
22 1.1 V control cable 4 core x2.5 sq.mm Mtrs. 340.00
23 1.1 V control cable 7 core x2.5 sq.mm Mtrs. 30.00
24 1.1 V Cu control cable 12 core x 2.5
sq.mm Mtrs. 780.00
25 1.1 V Cu control cable 4 core x 4 sq.mm Mtrs. 70.00
Page 6 of 34
C- Supply BOQ for materials for arrangement of Bays at Gajanan Iron
Sl.
No. Description UOM Qty
Rate
(Rs.)
Amount
(Rs.)
Lead
Time
(Days)
Vendor
1 M.S. Channel ( 4" x 2" x 1/4" ) Kgs. 25.00
2 M.S. Flat ( 2" x 3/8" ) Kgs. 10.00
3 DISC INSULATOR PORCELAIN 11 KV, 120
KN, Nos. 18.00
4 Al. Strain Clamp 0.2 sq.inch Nos. 6.00
5 BALL CLEVIS, 120KN DISC INSULATOR Nos. 6.00
6 SOCKET EYE, FOR 120KN DISC
INSULATOR Nos. 6.00
7 GI EYE BOLT 5/8" X 9" (16X230 MM)
MADE Nos. 6.00
8 P.G. CLAMP 0.2 Nos. 6.00
9 A.C.S.R CONDUCTOR 0.2 SQ. INCH Mtrs. 60.00
10 ACSR 0.15 SQ. INCH CONDUCTOR Mtrs. 45.00
12 Aluminium Binding wire 9 SWG Kg 2.00
13 33 kV CT of Ratio 1000-500/5/5,A,
Outdoor type Nos. 3.00
22 1.1 V control cable 4 core x2.5 sq.mm Mtrs. 70.00
23 1.1 V control cable 7 core x2.5 sq.mm Mtrs. 30.00
24 1.1 V Cu control cable 12 core x 2.5
sq.mm Mtrs. 80.00
25 1.1 V Cu control cable 4 core x 4 sq.mm Mtrs. 30.00
Page 7 of 34
A- Service BOQ - For Construction of 33KV Overhead cum Underground line for power
supply to Gajanan Iron at Ikhra
Sl.
No.
Service
Code Job Description UOM Quantity
Rate
(Rs.)
Cost
(in Rs.)
1 3002555
Erection of 'H' RSJ/H-BEAM POLE(13 Mtr) at
any kind of soil upto a depth of 1/6 th of pole
height, including pit marking, excavation of
earth, fabrication and fixing of all clamps and
brackets, cross-bracings etc., providing
concrete (1:2:4) padding of 150mm thick,
filling the pit with concrete (1:3:6) upto
ground level, concreting 375mm x 375mm
above ground level upto a height of 450mm,
top slanting, curing, plastering and making
complete in all respect. (All materials, other
than Nuts <(>&<)> Bolts, Sand, Cement and
Stone-chips will be supplied by the company.)
EA 22
2 3002558
PAINTING of H-RSJ/H BEAM pole and its
structure complete with one coat of red oxide
primer followed by two coats of approved
quality of Aluminium paint ( 4.2Kg paste in 20
Ltrs solvent), cleaning of surface with wire
brush, including supply of paints, consumables
<(>&<)> all other materials to complete the
job
EA 22
3 11315030
Fixing of POLE ACCESSORIES, such as,
Danger board, Number plate, Phase
plate, Marking of pole numbers,
Coiling of barbed wire around the
pole, etc. for a extended H-RSJ Pole
structure. (All materials, other than
NUTS <(>&<)> BOLTS, will be supplied
by the company.)
EA 22
4 New code
Erection of STAY-STRUT SETS with supporting
POLE-PIECE (Using extended Rail pole) of
required length including pit marking,
excavation of any kind of soil upto required
depth and dimension, concreting with 1:3:6
concrete mixture, fabrication and fixing of
clamps and supporting stay-stut pole piece at
a distance not more than 10 feet and making
complete with all respect. (All materials, other
than Nuts & Bolts, Sand, Cement and Stone-
chips will be supplied by the company.)
EA 1
5 New code
PAINTING of STAY-STRUT pole (Extnd.Rail
pole) and its structure complete with one coat
of red oxide primer followed by two coats of
approved quality of Aluminium paint ( 4.2Kg
paint in 20 Ltrs solvent), cleaning of surface
with wire brush, including supply of paints,
consumables and all other materials to
complete the job.
EA 1
Page 8 of 34
6 New code
Erection of STAY-STRUT SETS with supporting
POLE-PIECE (Using RSJ Pole) of required length
including pit marking, excavation of any kind
of soil upto required depth and dimension,
concreting with 1:3:6 concrete mixture,
fabrication and fixing of clamps and
supporting stay-stut pole piece at a distance
not more than 10 feet and making complete
with all respect. (All materials, other than Nuts
& Bolts, Sand, Cement and Stone-chips will be
supplied by the company.)
EA 2
7 61607083
PAINTING of STAY-STRUT pole (RSJ pole) and
its structure complete with one coat of red
oxide primer followed by two coats of
approved quality of Aluminium paint ( 4.2Kg
paint in 20 Ltrs solvent), cleaning of surface
with wire brush, including supply of paints,
consumables and all other materials to
complete the job.
EA 2
8 41301018
Erection of GUY-SETS 22mm diax1800mm long
( 7/8"x6' ) including pit marking, excavation of
any kind of soil upto required depth and
dimension, concreting with 1:3:6 concrete
mixture, fabrication and fixing of clamps and
7/8 SWG GI stay-wires and making complete
with all respect. (All materials, other than Nuts
& Bolts, Sand, Cement and Stone-chips will be
supplied by the company.)
EA 100
9 11301182
Providing, fitting <(>&<)> installation of G.I.
earth spike (Size:- 25mm dia. X 1800mm long)
cost including digging of earth (2100mm /
2400mm depth depending upon soil
condition) at a distance 1800mm from the
pole base at a suitable location, connecting
the spike with the existing pole by welding
(minimum 75mm wide both side) by 25mm X
6mm thick G.I. flat, cutting the existing pole
base as required size for laying of G.I. flat and
repairing the pole base all complete. Includes
supply of G.I Earth spike, G.I Flat, Nuts. Bolts,
Washer and all other necesery fitting items.
The scope includes arranging of Welding
machine at site.
EA 22
10 11301183
Providing, fitting <(>&<)> installation of G.I.
earth spike rod (Size:- 22mm dia. X 1200mm
long) at the top of the existing poles and
connecting the spike rod with the existing pole
by necessary fittings, nut-bolts, washer etc. all
complete. . Includes supply of G.I Earth spike
rod, 2" x 3/8" G.I Flat, Clamps, Nuts. Bolts,
Washer and all other necesery fitting items.
EA 22
Page 9 of 34
11 New code
LAYING of 33 kV, 3 core, XLPE / PILC cable
above 400 sq. mm. cable size of required
length in trench or in ground after excavation
of cable trench 1.5 Mtr. depth and 600 mm
wide in any kind of soil, laying of CI pipes (to
be supplied by the company) on road crossing
and where necessary, providing brick edge
along side of trench walls, sand filling,
providing flat brick protective covering, earth
filling, ramming and making the excavated soil
good, Cable end to be hoisted through cable
protection pipe and to be clamped with the
terminal pole including supply of good quality
bricks and sand.
Mtrs 600
12 New code
LAYING of 33 kV, 3 core, XLPE / PILC cable
upto 400 sq.mm. of required length in Cable
Duct / Cable Tray / Cable Hanger, Dressing and
Clamping (including Trefoil clamping) the
cable at regular intervals including supply of
the required materials of approved quality.
Mtrs 100
13 3002530
Supplying and laying of upto 200 mm dia HDPE
Pipe for cabling work under the concrete/
bitumen road(3 meter in depth) by JACK PUSH
METHOD including Excavation of earth for
construction of inspection pit in any kind of soil
at the either end as per instruction of the site-
in-charge for Boring under the Road. The
excavated soil/floor shall be made good after
the completion of the job as directed by the
Site-in-charge.
Mtrs 400
14 41301056
Installation of one set (consisting of Three
numbers) of Station type 33/11 kV LIGHTNING
ARRESTOR at the terminal pole/ Sub-station,
clamping, making earth connections and other
work to complete the instllation. (All
materials, other than Nuts & Bolts will be
supplied by the company)
EA 8
15 41301019
Installation of 450mmx450mm and 10mm
thick GI EARTH PLATE burying the same into a
depth of 5 feet to 6 feet depending on soil
condition at a distance of not more than 10
feet from the pole base, connecting the earth
wire properly by using numbers 7/12 SWG GI
earth wire and making the installation
compete. (All materials, other than Nuts &
Bolts, Sand, Cement and Stone-chips will be
supplied by the company.)
EA 8
16 41308002
Laying, stringing and sagging of ACSR LINE
CONDUCTOR above 0.1 sq inch and upto 0.2
sq inch size, including fitting and fixing of Disc
insulators with Tension or Suspension type
line hardwares , Pin insulators with
reinforcement binding, Jumper connections
with PG clamps, Jointing of conductors where
necessary and making the installation of the
conductor complete in all respect.
Mtrs 8500
Page 10 of 34
17 41308001
Laying, stringing and sagging of ACSR LINE
CONDUCTOR upto 0.1 sq inch size, including
fitting and fixing of Disc insulators with
Tension or Suspension type line hardwares ,
Pin insulators with reinforcement binding,
Jumper connections with PG clamps, Jointing
of conductors where necessary and making
the installation of the conductor complete in
all respect.
Mtrs 1000
18 41301059
Fabrication & fixing of cross bracing by 2" dia
M.S. black pipe filled with cement concrete
with both side pressed each side by 4 nos
steel wire of size 3.29 mm of length 2' each
and fixed by welding with two horizontal
brackets of same materials on top and bottom
of the cross bracing. All the materials except
2" dia MS Balck pipes will be supplied by the
contractor.
EA 22
19 41301048
Fixing of new single bracket of 4"x2"x2"x1/4"
upto 10'-0" long in place of old brackets
inclusive of installing all accessories such as
pin insulators (both 11 kV and 33 kV) pin
insulator binding, earth clit refixing etc. in 'H'
rail pole. (All materials, other than Nuts &
Bolts will be supplied by the company)
EA 40
20 41301049
Fixing of new double bracket of 4"x2"x2"x1/4"
upto 10'-0" long with 7 nos. Tie Bolts in place
of old brackets inclusive of installing all
accessories such as pin insulators (both 11 kV
and 33 kV) pin insulator binding, earth clit
refixing etc. in 'H' rail pole. (All materials,
other than Nuts & Bolts will be supplied by the
company)
EA 30
21 41306027
Dismantaling of existing ACSR line conductor
,insulator ,hardware etc. laying /Re-laying ,Re-
stringing ,Sagging of ACSR Line Conductor
upto 0.1 sq. inch size including fitting and
fixing of Disc insulator (incresing number of
disc insulators for incresing voltage level upto
33kv if required) with tension & suspension
type hardwares,Pin insulators with
reinforcement binding ,Jumpers connection
with PG clamps,jointing of conductor where
necessary ,making the installation of the
conductor complete in all respect.
Mtrs 1200
22 41306028
Dismantaling of existing ACSR line conductor
,insulator ,hardware etc. laying /Re-laying ,Re-
stringing ,Sagging of ACSR Line Conductor
above 0.1 sq. inch upto 0.2 sq. inch size
including fitting and fixing of Disc insulator
(incresing number of disc insulators for
incresing voltage level upto 33kv if required)
with tension & suspension type hardwares,Pin
insulators with reinforcement binding
,Jumpers connection with PG clamps,jointing
of conductor where necessary ,making the
installation of the conductor complete in all
respect.
Mtrs 1000
Page 11 of 34
23 New code
Fixing and installation of BOX TYPE OR
ORDINARY FLAT TYPE CRADLE GUARD with
0.03 sq inch ACSR conductor as running and 6
SWG GI wire as lacing at an interval of 600
mm( 2 feet ), inclusive of fixing cradle bracket,
eye bolt etc. for a span of not more than 100
Mtr. (All materials, other than Nuts <(>&<)>
Bolts will be supplied by the company.)
Mtrs 750
24 41306001
DISMANTLING AND RECOVERY of
Single Tubular pole and all of its
accessories and transporting the same
to the nearby stores of DPSC Limited.
EA 7
25 41306002
DISMANTLING AND RECOVERY of H-
Tubular pole and all of its accessories
and transporting the same to the
nearby stores of DPSC Limited.
EA 3
26 41306013
DISMANTLING AND RECOVERY of LINE
CONDUCTOR upto 0.1 sq inch size,
including all fittings and fixtures and
transporting the same to the nearby
stores of DPSC Limited.
Mtrs 1100
27 41306016
DISMANTLING AND RECOVERY of STAY-STRUT
POLE, including all fittings and fixtures and
transporting the same to the nearby stores of
DPSC Limited.
EA 3
28 41306003
DISMANTLING AND RECOVERY of 3-Tubular
pole and all of its accessories and transporting
the same to the nearby stores of DPSC
Limited.
EA 1
Page 12 of 34
B- Service BOQ - for arrangement of Bays at Ikra S/s (2 nos) for Gajanan Iron
Sl.
No.
SAP Code Description of job Units Qty. Rate
Total
Amount
1 11103001
EXCAVATION BELOW EXISTING
GROUND/GRADE LEVEL FOR FOUNDATIONS,
TRENCHES, DRAINS ETC IN ALL TYPES OF
ORDINARY AND HARD SOILS (INCLUDING SOILS
INTERMIXED WITH BOULDERS AND SLUSHY
SOILS)/ OR IN HARD ROCK BY CHISELING,
INCLUDING SHORING/STRUTTING AS
REQUIRED, DEWATERING WHEREVER
NECESSARY, DEPOSITING, STACKING OF USEFUL
MATERIALS AS REQUIRED, BACKFILLING WITH
SELECTED EXCAVATED MATERIALS,
COMPACTING THE BACKFILL, LOADING,
TRANSPORTING AND UNLOADING SURPLUS
SPOIL, AFTER BACKFILLING, TO STACK OR FILL
WITHIN A LEAD OF 100 MTRS INCLUDING ALL
LIFTS ETC COMPLETE AND AS DIRECTED BY THE
ENGINEER. DEPTH OF EXCAVATION MEASURED
FROM GRADE/EXISTING GROUND LEVEL.
M3 527.186
3 11102001
PROVIDING AND LAYING PLAIN CEMENT
CONCRETE (1:3:6) IN LEVELING COARSE/FILL
UNDER OR AROUND FOUNDATIONS, PITS,
SLABS ON GRADE ETC WITH 40 MM DOWN
GRADED COARSE AGGREGATES INCLUDING
CURING, VIBRATING, FORMWORK AS
REQUIRED, DEWATERING WHEREVER
NECESSARY ETC COMPLETE AND AS DIRECTED.
M3 6.743
4 11102014
PROVIDING AND PLACING IN POSITION
REINFORCED CEMENT CONCRETE FOR
CONCRETE GRADE M20 (1:1.5:3) WITH 20MM
DOWNGRADED COARSE AGGREGATES FOR
BEAMS/LINTEL, ROOF SLABS, SHELVES, STAIR
LANDINGS, CHAJJAS, STAIRS, FINS, PARAPETS
AND OTHER MISC ITEMS NOT SPECIFICALLY
MENTIONED ABOVE, INCLUDING VIBRATING,
CURING, DEWATERING, WHEREVER NECESSARY
PROVIDING CONSTRUCTION JOINTS, LEAVING
CUT-OUTS/ POCKETS, PLACING OF INSERTS/
EMBEDMENTS ETC, BUT EXCLUDING COST OF
PROVIDING FORMWORK AND
REINFORCEMENT, ALL AS PER SPECIFICATION
AND AS DIRECTED BY THE ENGINEER.
M3 49.170
5 11112003
PROVIDING, ERECTING AND REMOVING
FORMWORK TO GIVE FAIR AND SMOOTH
FINISH FOR EXPOSED CONCRETE SURFACES
USING SHEETING FORMED FROM TONGUED
AND GROOVED BOARDS/ PLYWOOD/ STEEL
SHEETS FOR COLUMNS, WALLS ETC CONCRETE
WORKS AT ALL ELEVATIONS BELOW OR ABOVE
GRADE LEVEL AND FOR ALL SHAPES INCLUDING
SCAFFOLDING, CENTERING, BRACING,
PROVIDING OPENINGS/ CUT-OUT/ POCKETS
ETC COMPLETE AS PER SPECIFICATION AND AS
DIRECTED BY ENGINEER.
M2 190.500
Page 13 of 34
6 11108001
SUPPLYING, CLEANING, CUTTING, LAPPING,
BENDING, PLACING AND FIXING IN POSITION,
OF HIGH YIELD STRENGTH DEFORMED BARS
CONFORMING TO IS. 1139 OR IS. 1786 AT ALL
LEVELS AND LOCATIONS FOR ALL STRUCTURES
INCLUDING BINDING WITH 16 GAUGE SOFT
ANNEALED BLACK WIRE ETC COMPLETE AND AS
DIRECTED. (NO PAYMENT WILL BE MADE FOR
BINDING WIRES, SPACERS, CHAIRS, SUPPORTS
ETC.)
TO 1.720
PROVIDING AND LAYING NOMINAL MIX
CONCRETE 1:1.5:3 PRECAST CONCRETE SLAB
INCLUDING SHUTTERING AT ANY LEVEL, AT ANY
SIZE, FIXING OF HOOKS FOR EASY HANDLING
INCLUDING COST OF CEMENT , ALL MATERIAL
AND LABOUR AS REQUIRED ETC.PRECAST BED
PREPARATION, CURING ARRANGEMENT IS IN
SCOPE OF THE CONTRACTOR.
Sqm 253.880
3001104
ERECTION OF PRECAST CONCRETE SLAB/BEAMS
INCLUDING COST OF SHIFTING, HYDRA,
LABOURS, T & P INCLUDING SEALING OF ALL
INTERMEDIATE GAPS OF PRECAST PANELS
WITH MORTER/CONCRETE AND ENSURING
PROPER FIXIDITY AS PER DRAWING AND
INSTRUCTION OF IPCL/E/I.
Sqm 182.650
7 3002679 Supply & Fixing of MS Foundation Bolt KG 280.000
8 11108027
PROCUREMENT OF MATERIALS, DESIGN OF
STRUCTURES, PREPARATION OF FABRICATION
DRAWINGS, FABRICATION, GALVANIZING,
PROTO ASSEMBLY, TESTING AND FOR
DESTINATION, DELIVERY AND COMPLETE
ERECTION IN POSITION LATTICE TYPE
STRUCTURES FOR 33/ 11 KV SWITCH YARD I.E.
TOWERS, BEAMS, LIGHTNING TOWERS,
EQUIPMENT SUPPORT STRUCTURE ETC
(FABRICATED FROM STRUCTURAL STEEL
CONFIRMING TO IS.2062) INCLUDING, NUTS,
BOLTS, FOUNDATION BOLTS, WASHERS AND
OTHER ACCESSORIES COMPLETE. THIS ALSO
INCLUDES SUPPLY, DETAILING, FABRICATING,
TRANSPORTING TO SITE, ERECTING IN
POSITION OF STRUCTURAL MEMBERS
FABRICATED FROM ROLLED SECTION AND
ROLLED SECTION WITH COVER/ WEB PLATED
SUCH COLUMNS (INCLUDING THESE WITH
BATTENS/ LACINGS), BEAMS, GIRDERS ETC,
PROVISION OF ERECTION BOLTS, PERMANENT
BOLTS, NUTS AND WASHERS, WELDING CLEATS,
STIFFENERS, GUSSET BASE PLATES AND ALL
OTHER FIXTURES ETC COMPLETE INCLUDING
PREPARATION OF SURFACE, AS PER
SPECIFICATION AND APPROVED DRAWINGS ETC
COMPLETE AND AS DIRECTED BY THE
ENGINEER.
TO 4.020
Page 14 of 34
9 41304012
Laying, stringing and sagging of ACSR LINE
CONDUCTOR above 0.1 sq inch and upto 0.2 sq
inch size, including fitting and fixing of Disc
insulators with Tension or Suspension type line
hardwares , Pin insulators with reinforcement
binding, Jumper connections with PG clamps,
Jointing of conductors where necessary and
making the installation of the conductor
complete in all respect. - 33KV
M 150.000
10 11301113
Providing, supplying <(>&<)> installation of
earth pit at substation having normative
resistance value of earth electrodes below 1
ohm after installation as per IEE rules using 1
number 3 inch .dia GI pipe of length 20 feet,
earth plate of size (2 feet x 2 feet x 1/2 inch)
<(>&<)> 2 inch x 3/8 inch G.I. flat ,excavation in
any kind of soil to maintaining the depth of 20
feet after connection the pipe with earth plate
removing soil,placing perfected pipe,making
perfoartion of 5/8 inch dia through out length
of pipe as per IEE rules ,back filling by
charcoll,salt,sand upto a height of 3 meter and
soil in layers connection with GI flat on the top
of the pipes with 8 Nos. GI, bolts necessary
brick work as per site, G.I. funnel, flange, wire
mesh, C.I. cover at the top of the earth pit, inter
connection between the earth pit and
connection the instrument mentioned or not
mentioned (Breaker 33 / 11 kV, CT, PT, Isolator
etc) with G.I. flat of stated size in all respect
complete as per site engineer. G.I. Nuts-Bolts
with washer should be used in the connection
of reqd. size where ever required.
EA 2.000
11 11301181
Providing and fixing of Galvanized flat (2" x
1/4") aftger excavation of trenches minium 900
mm depth below ground level, welding with
existing earth pipe / earth Mat and filling the
trenches by selected soil allcomplete as er
drawingor as directed.
KG 320.000
12 11315013
PROVIDING AND LAYING OF EARTHMAT IN THE
SWITCHYARD AREA INCLUDING PROVIDING ALL
MATERIALS (LIKE 32 MM DIA MS ROD),
FABRICATION, WELDING / JOINTING,
EXCAVATION, EARTH FILLING ETC. COMPLETE
AS PER THE APPROVED DESIGN / DRAWING
AND TECHNICAL SPECIFICATION FOR THE SUB-
STATION.
TO 0.505
13 11301046
INSTALLATION AND COMMISSIONING OF 33 KV,
1250 A, 50 HZ TRIPLE POLE DOUBLE BREAK
ROTATING TYPE ISOLATOR WITH EARTH
SWITCH AND OPERATING BOX, HANDEL ETC.
OVER STRUCTURE AS PER DRAWING OR AS
DIRECTED INCLUDING LOADING, UNLODING
AND TRANSPORTING ALL MATERIALS FROM
OUR GO-DOWN.
EA 3.000
Page 15 of 34
14 11301059
INSTALLATION AND COMMISSIONING OF
POTENTIAL TRANSFORMER, OUTDOOR OIL
COOLED, 33KV (CONSISTING OF THREE
NUMBER) OVER STRUCTURE AND FIXING THE
CABLE BOX AS PER DRAWING OR AS DIRECTED
INCLUDING LOADING, UNLODING AND
TRANSPORTING ALL MATERIALS FROM OUR
GO-DOWN.
SET 1.000
15 11301049
INSTALLATION AND COMMISSIONING OF
LIGHTING ARRESTOR 36 KV, SUITABLE FOR
33KV UNEARTHED SYSTEM (CONSISTING OF
THREE NUMBER) OVER STRUCTURE AS PER
DRAWING OR AS DIRECTED INCLUDING
LOADING, UNLODING AND TRANSPORTING ALL
MATERIALS FROM OUR GO-DOWN.
EA 1.000
16 11301048
INSTALLATION AND COMMISSIONING OF
CURRENT TRANSFORMER, OUTDOOR OIL
COOLED, 33KV (CONSISTING OF THREE
NUMBER) OVER STRUCTURE AND FIXING THE
CABLE BOX AS PER DRAWING OR AS DIRECTED
INCLUDING LOADING, UNLODING AND
TRANSPORTING ALL MATERIALS FROM OUR
GO-DOWN.
SET 1.000
17 11301047
ERECTION AND COMMISSIONING OF BREAKER
STRUCTURE AND INSTALATION OF CIRCUIT
BREAKER OVER STRUCTURE AS PER DRAWING
OR AS DIRECTED INCLUDING LOADING,
UNLODING AND TRANSPORTING ALL
MATERIALS FROM OUR GO-DOWN.
EA 1.000
18 11301051
PROVIDING AND FIXING OF ALUMINIUM TEE
CONNECTOR INCLUDING NECESSARY NUTS,
BOLTS, WASHER ETC. COMPLETE.
EA 6.000
19 11301052
PROVIDING AND FIXING OF ALUMINIUM PAD
CONNECTOR FOR ISOLATOR INCLUDING
NECESSARY NUTS, BOLTS, WASHER ETC.
COMPLETE.
EA 36.000
20 3004216
PROVIDING AND FIXING OF ALUMINIUM PAD
CONNECTOR FOR VCB INCLUDING NECESSARY
NUTS, BOLTS, WASHER ETC. COMPLETE.
EA 12.000
21 11301053
PROVIDING AND FIXING OF CONNECTOR FOR
CURRENT TRANSFORMER INCLUDING
NECESSARY NUTS, BOLTS, WASHER ETC.
COMPLETE.
EA 12.000
22 11301085 Supply and fixing of connector for PT EA 3.000
23 11301086 Supply and fixing of connector for LA EA 6.000
24 11301107
PROVIDING SUPPLYING <(>&<)> FIXING OF ZINC
COATED CTPT MARSHALLING BOX SIZE 575 x
375 x 210 MM OF 18 SWG WITH SELF LOCKING
ARRANGEMENT SHOULD BE WEATHER <(>&<)>
FIRE PROOF AS PER APPROVAL OF SITE
ENGINEER. TUFNOL SHEET OF 3/8" THICK
SHOULD BE FITTED INSIDE THE BOX SO THAT
THE TERMINAL OF CT <(>&<)> PT NOT
TOUCHED WITH THE BOX. CABLE ENTRY GLAND
ALSO TO BE PROVIDED IN THE BOX AT THE
BOTTOM END. NUMBER OF CABLE GLAND AND
THE TERMINAL WILL BE PROVIDED AS PER
REQUIRE MENT OF THE SITE ENGINEER.
EA 3.000
Page 16 of 34
25 3000152
ERECTION AND COMMISSIONING OF 33 KV
CONTROL PANEL FOR OUTGOING FEEDER /
TRANSFORMER INCLUDING SUPPLYING AND
FIXING OF GROUTING BOLTS AND NECESSARY
STRUCTURAL BASE OVER THE EXISTING CABLE
TRENCHES AS PER DRAWING OR AS DIRECTED
BY THE SITE ENGINEER INCLUDING LOADING,
UNLODING AND TRANSPORTING THE CONTROL
PANEL FROM OUR GO-DOWN. (ALL THE
MATERIALS EXCEPT THE CONTROL PANEL WILL
BE SUPPLY THE CONTRACTOR)...
EA 2.000
26 New
Code
LAYING of 33 kV, 3 core, XLPE / PILC cable
above 300 sq. mm. cable size of required length
in trench or in ground after excavation of cable
trench 1.5 Mtr. depth and 600 mm wide in any
kind of soil, laying of CI pipes (to be supplied by
the company) on road crossing and where
necessary, providing brick edge along side of
trench walls, sand filling, providing flat brick
protective covering, earth filling, ramming and
making the excavated soil good, Cable end to
be hoisted through cable protection pipe and to
be clamped with the terminal pole including
supply of good quality bricks and sand.
M 70.000
27 41304006
LAYING of LT cable / 7 or 14 Core Control cable
of required length Cable Duct / Cable Tray /
Cable Hanger / Cable Trench, Dressing and
Clamping the cable at regular intervals including
supply of the required materials of approved
quality.
M 780.000
Sub Total
GST @ 18%
Page 17 of 34
C- Service BOQ for arrangement of Bays at Gajanan Iron consumer
Sl.
No.
SAP Code Description of job Units Qty. Rate
Total
Amount
9 41304012
Laying, stringing and sagging of ACSR LINE CONDUCTOR
above 0.1 sq inch and upto 0.2 sq inch size, including
fitting and fixing of Disc insulators with Tension or
Suspension type line hardwares , Pin insulators with
reinforcement binding, Jumper connections with PG
clamps, Jointing of conductors where necessary and
making the installation of the conductor complete in all
respect. - 33KV
M 105.000
16 11301048
INSTALLATION AND COMMISSIONING OF CURRENT
TRANSFORMER, OUTDOOR OIL COOLED, 33KV
(CONSISTING OF THREE NUMBER) OVER STRUCTURE AND
FIXING THE CABLE BOX AS PER DRAWING OR AS DIRECTED
INCLUDING LOADING, UNLODING AND TRANSPORTING
ALL MATERIALS FROM OUR GO-DOWN.
SET 1.000
18 11301051
PROVIDING AND FIXING OF ALUMINIUM TEE CONNECTOR
INCLUDING NECESSARY NUTS, BOLTS, WASHER ETC.
COMPLETE. EA 6.000
19 11301052
PROVIDING AND FIXING OF ALUMINIUM PAD
CONNECTOR FOR ISOLATOR INCLUDING NECESSARY
NUTS, BOLTS, WASHER ETC. COMPLETE. EA 12.000
20 3004216
PROVIDING AND FIXING OF ALUMINIUM PAD
CONNECTOR FOR VCB INCLUDING NECESSARY NUTS,
BOLTS, WASHER ETC. COMPLETE. EA 6.000
21 11301053
PROVIDING AND FIXING OF CONNECTOR FOR CURRENT
TRANSFORMER INCLUDING NECESSARY NUTS, BOLTS,
WASHER ETC. COMPLETE. EA 6.000
26 41304006
LAYING of LT cable / 7 or 14 Core Control cable of
required length Cable Duct / Cable Tray / Cable Hanger /
Cable Trench, Dressing and Clamping the cable at regular
intervals including supply of the required materials of
approved quality.
M 210.000
Sub Total
GST @ 18%
Grand Total (Rs.)
Page 18 of 34
ii) Scope of Supply for 33 kV Over head line and Bay materials:
The scope shall include but not be limited to detailed Design, Engineering and
Fabrication, Manufacture, Procurement of bought out items, Assembly, Inspection, Shop
testing, painting, testing at site, performance guarantee test at manufacturer’s / sub-
vendor’s work, Supply, packing and forwarding, port clearance, Insurance,
transportation, obtaining statutory approvals and carrying out performance tests at shop
and PG test for system at shop / site and other related items of work. The workwise
breakup of quantities for supply of equipment and materials and construction activities
are indicated in BOQ which may be referred while submitting the price schedules.
Further, in case actual requirement of quantities for successful completion of scope of
work is less than the quantities identified in the approved BOQ/ billing breakup, the lump
sum contract price shall change and deduction shall be made from the lump sum contract
price due to such reduction of quantities. In case additional items, not specified in BOQ/
billing breakup and which are required for successful completion of the scope of work
as per Specification, the Bidder shall execute quantities of these items for which no
additional payment shall be made over and above the lumpsum bid price.
Note-1: Drawings & detail BOQ will be provided during manufacturing clearance.
The bidder has to submit manufacturing and delivery schedule as per format below
along with the offer.
Manufacturing & Delivery Schedule:
Bay Materials Manufacturing, Approval & Delivery Schedule
Step
No.
Material
Time required in
days from the
date of drawing
submission by
IPCL 1 36 kV, 1600 Amps, 1500 MVA Outdoor type VCB
2 33 kV CT of Ratio 1000-500/5/5,A, Outdoor type
3 A.C.S.R DOG CONDUCTOR /ACSR WOLF Conductor
4 RSJ pole
5 All types hardwares
6
Total days
required
Page 19 of 34
9
Note A:
1 All design, engineering, drawing will be approved by IPCL or IPCL’s authorised Agency
2 Overall scheme for 33kV OH line
3 Basic SLD
13.0 Delivery Period:
Time is the ESSENCE of this Contract
i) The supply of material shall be planned and executed in such a manner that the
Completion is acheived as per the following schedule and which shall be strictly
adhered to, by the EPC Contractor. For this purpose the EPC Contractor shall
coordinate with EPC Contractor as well as the Purchaser to ensure compliance to the
below mentioned schedule.
ii) The EPC of material shall be planned and executed in such a manner that the
Completion is acheived as per the following schedule and which shall be strictly
adhered to, by the EPC Contractor. For this purpose the EPC Contractor shall
coordinate with EPC Contractor as well as the Purchaser to ensure compliance to
the below mentioned schedule.
iii)
Sl. No. Job Delivery Period (Expected)
1 Detail Survey, Design-Engineering and Approval 20 days from Date of Order Placement
2 Supply 60 days from Date of Order Placement
3 Execution 180 days from Date of Order Placement
The EPC contractor has to submit detail L1, L2 & L3 (PERT Chart) Schedule for timely completion
of the project.
Note:-
a. Material shall be supplied accordingly and overall completion period of the
package is 6 (Six) months from the date of order placement.
b. Storage of material in Purchaser store/godown (only the space will be provided,
other arrangements in the EPC Contrator scope) by the EPC Contractor in
appropirate manner as per prudent pratice so that to ensure that performance
of the equipment should not affect from the specification but risk and insurance
of the supplied material shall be in the EPC Contractor scope till handing over of
the work.
13.1 Based on the approved level one schedule (Broad Schedule) i.e.,L-1 Network, EPC
Contractor shall submit the level two schedule (Detailed Schedule) i.e.,L-2 Network within
07 (Seven) days thereafter giving details of the schedule of activities with various
milestones to achieve the above schedule (mentioned at clause-8.0), which shall be
mutually discussed and finalized between Purchaser and the EPC Contractor during pre-
award stage .
Page 20 of 34
13.2 The above mentioned schedule is to be reckoned from the Effective Date
i.e date from order placement.
EPC Contractor shall submit the level one schedule (Broad Schedule) i.e, L-1Networkin MS
Project, along with schedule of inputs required from the Purchaser within 07 (seven) days of
the date of order placement . Purchaser shall approve the same during the kick-off meeting
which shall be held within 7 (Seven) days from the date of this Order placement.
13.4 Based on the approved level one schedule (Broad Schedule) i.e., L-1 Network, EPC Contractor
shall submit the level two schedule (Detailed Schedule) i.e.,L-2 Network within 07 (seven) days
thereafter giving details of the schedule of activities such as manufacturing, dispatch and various
milestones to achieve the above schedule (mentioned at clause 6.1), which shall be mutually
discussed and finalized between Purchaser and the Contractor within 15(Fifteen) days from the
date of this Order placement and before release of first initial advance payment.
13.5 Contractor shall also submit Master list of Drawings (MDL) and list of MQP (Manufacturing
Quality Plan) and FQP (Field Quality Plan) with schedule of submission during the kick-off meeting.
13.6 Commissioning Spares: EPC Contractor is specifically instructed to maintain stock of adequate
quantity of commissioning spares at site to avoid any delays during pre-commissioning /
commissioning activities.
13.7 The Contractor shall, within two weeks of receipt of the Letter of Award submit to the Owner
for his approval, a detailed work schedule showing how he proposes to carry out the work. It shall
specifically mention time period as well as dates of commencement and completion of each
activity. Contractor must strictly adhere to the approved schedule. The Owner reserves the right
to revise the schedule at his discretion in order to keep up to the completion date and to suit the
project requirement and such alterations shall not entitle the Contractor to any extra payment.
13.8 The whole works must be proceeded with, within such sections and at such times and in such
order and manner as described in these specifications and as directed by the Engineer. No extra
payment or relaxation in the rates will be permitted on account of this.
13.9 Contractor shall make all necessary arrangement at site to mobilize and maintain machinery,
equipment, labour, material and operators to guarantee such minimum/ peak rate of progress of
the work as is required by the agreed schedule for the timely completion of the work. The
contractor shall furnish along with the bid a list of machinery and other equipments he proposes
to employ in the work. The Contractor shall make his own arrangements for providing
accommodation for all their staff and storage space for equipment and consumables such as but
not limited to petrol, diesel, lubricants, oxygen, acetylene, welding rods, etc., together with
sufficient quantity of spare parts for efficient and uninterrupted execution of the work.
13.10 The Contractor shall furnish the engineer monthly report describing the summary of the
progress/ milestones achieved on each of the major fronts during the month accompanied with
Photographs. Apart from it weekly work charts shall be submitted.
Page 21 of 34
13.11 Extension of contract period will not be granted by the owner except only under force
majeure conditions equal to the time, force majeure conditions were in existence. Monsoon or
inclement weather shall not be considered as a reason for extension of time. Idle time charges
for any reason whatsoever shall not be entertained by the owner.
14.0 NIGHT WORK
The time of completion as defined in clause herein above, shall be deemed to exclude working
during night shifts. However, Engineer may consider granting permission for working during
night shifts, if he considers it is essential in order to complete the work in the stipulated time,
on specific request by the Contractor. Where night work is in progress, the Contractor, at his
cost, to safeguard the workmen and the public shall provide sufficient lights, shall take suitable
precautions to prevent accidents. Accident-prone areas shall be barricaded and provided with
red lights as caution to prevent accidental falls. Contractor shall take all necessary precaution
to ensure the quality of work.
15.0 EQUIPMENT
Contractor shall provide and maintain at the site necessary number and type of machinery
and equipment including survey instruments in good working condition for proper setting out
and timely completion of the various works covered under this specification. All arrangements
for transporting the equipment, men and machinery, to and from the site shall be done by the
Contractor at his own expense. No claim shall be entertained for mobilizing additional
equipment and/ or personnel to complete the work within the stipulated time.
15.1 The Contractor shall ensure a continuous supply of coarse and fine
aggregates and other materials conforming to the specification for the duration of
the contract period.
15.2 Contractor shall provide all fuels and lubricants required for the operation
and maintenance of construction machinery and equipment as well as his transport
vehicles.
15.3 Contractor shall ensure that work shall proceed uninterrupted even in the
event of power failures. As such, adequate number of diesel operated machinery
(such as concrete mixers, vibrators, welding sets etc) shall be provided by the
Contractor as an alternative arrangement in case electrically operated machineries
are proposed to be brought to site.
16.0 WORK EXECUTION AND SUPERVISION
Contractor shall have at the site adequate number of qualified engineers and supervisors with
experience in execution of similar type of works and also sufficient number of foremen and
operators for machineries and equipments, for satisfactory progress and timely completion of
the works. In the event of occurrence of any accident at/ near the site of work or in connection
with execution of the work, a report shall be made immediately to the Engineer, giving full
details of the accident. He shall also report such accidents to all the competent authorities.
16.1 The Engineer reserves the right to order in writing from time to time during
progress of the work, removal and re-execution of any work which is not, in the
opinion of the Engineer, in accordance with the specification.
Page 22 of 34
16.2 During inclement weather, rains, Contractor shall suspend grouting/
concreting for such time as the Engineer may direct and shall protect from damage
all works already in progress or completed just then. All such temporary protective
measures shall be at Contractor's cost and any damage to works shall be made good
by the Contractor at his own expense.
16.3 Should the works be suspended by reason of strike/ riots by Contractor's own
employees or any other cause whatsoever, save and except the force majeure
condition, Contractor shall take all precautions necessary for the protection of work
and make good, at his expense, any damage arising from any of these causes. Owner
reserves the right to split up the work mentioned in the scope of enquiry among more
than one Contractor at the stage of initial award of contract or during progress of
work due to unsatisfactory progress of work at site by the Contractor. Bidder’s
quoted rates shall remain unaltered even if the work is split up. Owner will not
entertain any claim from the Contractor as a result of such splitting up. Contractor
shall obtain all necessary permits and licenses before commencement of work at no
extra cost to Owner.
16.4 Contractor shall take all necessary insurance coverage as per the statutory
requirement at no extra cost to Owner.
17.0 DEMOBILISATION
On completion of work, the Contractor shall promptly demobilize from the site and leave the
place in a manner as directed by the Owner/ Engineer, including cleaning of the area.
Contractor shall start demobilization only after the successful completion of the contract with
the permission of Owner.
18.0 OTHER WORKS
During the course of contractor’s works, other works either by the Owner or by other
Contractors or by both simultaneously will be in progress within the project area. Contractor
shall make his best effort to work in harmony with others in the best overall interest of the
project and towards its speedy completion. Contractor shall take all necessary precautions to
ensure no hindrance to any or part of other works or operations going on around the plant.
Contractor shall ensure and plan the works in such a way to cause less noise pollution and
least disturbance to existing units.
19.0 SECURITY & SAFETY RULES OF OWNER
All persons employed or allowed at the site shall at all times conform to all regulations laid
down by the Owner. Contractor shall strictly abide by the rules and regulations of security and
safety enforced by the Owner. Contractor shall provide proper identity cards, badges, etc., to
his employees whenever directed by the Owner. Contractor shall be solely responsible for the
security of his personnel and equipment.
Contractor, his employees and agents shall not disclose any information or drawing furnished
to them by the Owner/ Engineer. All drawings, reports or any other information prepared by
the Owner/ Engineer/ Contractor, either individually or jointly for the execution of the
contract shall not be disclosed without prior written approval of the Owner. No photographs
of the work or plant within the project site shall be taken without prior written approval of
the Owner.
Page 23 of 34
20.0 CONTRACTOR'S RESPONSIBILITIES
The Contractor will be required to provide at his own cost all facilities for his office,
warehouse, tool room, change room or any other building/ structure required to execute his
work. Each Contractor shall establish his own office/ shed at specified place inside the plant.
The office/ shed shall have proper ventilation, lighting and sanitary facilities. The Contractor
shall obtain clearance from the Owner before construction of the office/shed. All royalties
shall be paid by the Contractor as also all tolls, local and other taxes, etc., at no extra cost to
Owner.
All materials & raw materials supplied by the Contractor shall be virgin & fresh; no re-rolled
or re-used material should be used and shall conform to IS standards & relevant specification.
Approval in writing shall be obtained from Owner before any alternative or equivalent
material is proposed to be used by the Contractor. Contractor shall furnish manufacturer's
test certificates for the materials supplied by him. Where such certificates are not available,
the specimen of the material shall be got tested at a recognized testing laboratory (approved
by Owner) at Contractor's cost.
21.0 Performance Security
21.1 Within five (5) days after receipt of the notification of award, the successful Bidder shall
furnish the performance security for 10% (Ten percent) of the contract price plus
additional performance securities, if any, in line with the requirement of Qualification
Requirements.
21.2 The Contractor shall, within five (5) days of the Notification of Award, provide a
performance security for the due performance of the Contract in the amount
equivalent to Ten percent (10%) of the Contract Price, with a validity upto ninety
(90) days beyond the Defect Liability Period. The same shall be extended by the
Contractor time to time till ninety (90) days beyond the actual Defect Liability
Period, as may be required under the Contract.
22.0 Fraud and Corruption
It is IPCL’s policy that requires the Bidders, EPC Contractors and contractors and their
subcontractors under the contracts to observe the highest standard of ethics during the
procurement and execution of such contracts. In pursuance of this policy, IPCL:
(a) defines, for the purpose of this provision, the terms set forth below as follows:
(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of
anything of value to influence improperly the actions of another party;
(ii) “fraudulent practice” is any act or omission, including a misrepresentation,
that knowingly or recklessly misleads or attempts to mislead, a party to obtain a financial
or other benefit or to avoid an obligation;
(iii) “collusive practice” is an arrangement between two or more parties designed to
achieve an improper purpose, including influencing improperly the actions of another
party;
Page 24 of 34
(iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or
indirectly, any party or the property of the party to influence improperly the actions of
a party;
(v) “obstructive practice” is
(a) deliberately destroying, falsifying, altering or concealing of evidence material to the
investigation or making false statements to investigators in order to materially impede
a Employer’s investigation into allegations of a corrupt, fraudulent, coercive or collusive
practice; and/or threatening, harassing or intimidating any party to prevent it from
disclosing its knowledge of matters relevant to the investigation or from pursuing the
investigation;
Or
(b) acts intended to materially impede the exercise of IPCL’s inspection and audit
rights.
(b) will reject a proposal for award if it determines that the bidder recommended for award
has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices in competing for the contract in question;
(c) will sanction a firm or individual, including declaring ineligible, either indefinitely or for
a stated period of time, to be awarded a contract if it at any time determines that the
firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive
or obstructive practices in competing for, or in executing, a contract; and
(d) will have the right to require that the provision be included in Bidding Documents and
in contracts, requiring Bidders, EPC Contractors, and contractors and their sub-
contractors to permit IPCL to inspect their accounts and records and other documents
relating to bid submission and contract performance and to have them audited by
auditors appointed by IPCL.
23.0 Contractor’s Responsibilities
23.1 The Contractor shall design, manufacture (including associated purchases and/or
subcontracting), install and complete the Facilities with due care and diligence in
accordance with the Contract.
23.2 The Contractor shall acquire in its name all permits, approvals and/or licenses from
all local, state or national government authorities or public service undertakings in the
country where the Site is located that are necessary for the performance of the Contract,
including, without limitation, visas for the Contractor’s and Subcontractor’s personnel
and entry permits for all imported Contractor’s Equipment. The Contractor shall acquire
all other permits, approvals and/or licenses that are not the responsibility of the IPCL.
23.3 The Contractor shall comply with all laws in force in India. The laws will include all local,
state, national or other laws that affect the performance of the Contract and bind upon
the Contractor. The Contractor shall indemnify and hold harmless IPCL from and against
any and all liabilities, damages, claims, fines, penalties and expenses of whatever nature
arising or resulting from the violation of such laws by the Contractor or its personnel,
including the Subcontractors and their personnel.
Page 25 of 34
The Contractor shall permit IPCL to inspect the Contractor’s accounts and records relating to the
performance of the Contractor. The Contractor will be required to provide at his own cost all facilities
for his office, warehouse, tool room, change room or any other building/ structure required to execute
his work. Each Contractor shall establish his own office/ shed at specified place inside the plant. The
office/ shed shall have proper ventilation, lighting and sanitary facilities. The Contractor shall obtain
clearance from the Owner before construction of the office/shed.
All royalties shall be paid by the Contractor as also all tolls, local and other taxes, etc., at no
extra cost to Owner. All materials supplied by the Contractor shall be of the best quality and
shall conform to this specification. Approval in writing shall be obtained from Owner before
any alternative or equivalent material is proposed to be used by the Contractor. Contractor
shall furnish manufacturer's test certificates for the materials supplied by him. Where such
certificates are not available, the specimen of the material shall be got tested at a recognized
testing laboratory (approved by Owner) at Contractor's cost.
24.0 SUBJECT MATTER OF CONTRACT
24.1 T he Contractor's obligation shall include the provision of all transmission line
Equipments and the performance of all Installation Services required for the design, the
manufacture (including procurement, quality assurance, construction, installation/ EPC,
associated civil works, Pre-commissioning and delivery) of the Plant and Equipment and
the installation, completion, testing, commissioning and performance testing of the
facilities in accordance with the plans, procedures, specifications, drawings, and any
other documents as specified.
24.2 The Contractor shall, unless specifically excluded in the Contract, perform all such work
and/or supply all such items and materials not specifically mentioned in the Contract but
that can be reasonably inferred from the Contract as being required for attaining
Completion of the Facilities as if such work and/or items and materials were expressly
mentioned in the Contract. It is obligatory on the part of Contractor to provide free
services of their team of EPC & commissioning engineer to supervise EPC, testing &
commissioning of 33kV OH line & Substation bay, if they themselves are the manufacturer,
in case of bought out equipments, services of manufacturers for these equipments
shall be on free of cost basis.
24.3 The supply of Mandatory Spare Parts, if any, shall be included in the Contract.
Beside the aforesaid Mandatory Spares parts, the Contractor shall ensure the availability
of spare parts required for the operation and maintenance of the Facilities to IPCL for a
minimum period of 10 years from Completion of the Facilities. The Contractor shall
carry sufficient inventories to ensure an ex-stock supply of consumable spares for the
plant and equipment.
24.4 The Contractor shall guarantee that in the event of termination of production of spare
parts by the Contractor or his Sub-Contractor:
(i) Following such termination, the Contractor shall furnish at no cost to the
IPCL the blueprints, drawings and specification of the spare parts.
Page 26 of 34
24.5 In case the Contractor fails to supply the spares parts in accordance with the terms
stipulated above, IPCL shall sanction the Contractor declaring them ineligible for a stated
period of time for future projects.
25.0 Liquidated Damages:
i) Works will be deemed to have been completed only when the entire scope of work is
completed. If any of the works mentioned in scope of work are not delivered in full
and in time, the works will be considered as delayed and LD shall become applicable.
Works / facilities will be deemed to have been completed as per the detailed
specifications and schedule and would be taken over only when all components,
and parts required for completion of the 33kV Substation bay package as a whole
are complete, along with Mandatory Spare Parts, Tools & Tackles, respective O&M
Manuals, complete “As-built” drawings and Test Certificates are also delivered to
the satsification of the Purchaser. If any of the above works/ facilities are not
completed and/ or delivered in full and in time, the works/ facilities will be
considered as delayed and LD shall become applicable.
Service Provider’s shall pay LD as per details mentioned below:
Delay in completion period:
ii) Liquidated damages shall be levied @ 0.5% of the Contract Price per week of delay or
part thereof as per the delivery schedule mentioned in clause no. 13.0 of this tender,
subject to a maximum of 15% of the Total Contract price.
iii) Liquidated damages shall be levied @ 0.5% of the Total Contract Price of the 33kV
EPC Package which is delayed per week or part thereof, subject to a maximum of
15% of the Total Contract price, in case the EPC Contractor fails to perform / meet
the technical parameters mentioned in the tender documents.
AGGREGATE LIABILITY FOR LIQUIDATED DAMAGES:
Aggregate liability for liquidated damages for Delay in completion and Failure to meet
performance guarantees (Sum of items 25 (ii) and 25(iii) shall be limited to maximum of
15% of the Total Contract price.
Note:
a). For the purpose of levy of LD, total Contract Price shall be sum of the Contract Prices
of two contracts namely,Supply and EPC inclusive of all taxes and duties.
Page 27 of 34
26.0 Terms of Payment
Terms of Payment shall be as follows:
26.1 Terms of Payment for Supply of 33kV Substation Bay & OH line materials :
i) 70% (seventy percent) against dispatch documents on pro rata basis as per the price
breakdown on despatch of equipment from works on production and acceptance of GR/
Rail/Road Receipt and Material Despatch Clearance Certificate (MDCC) issued by Purchaser along
with documents if any required. The pro rata payment shall be made as per billing break up
agreed by Purchaser. Advance at (i) shall be adjusted on pro rata basis from these invoices.
iii) 20% (twenty percent) of contract price for supplies on receipt of equipment at site on pro
rata basis as per milestone schedule and physical verification and certification by the Purchaser
for equipment received and stored at site.
v) 10% (ten percent) of the contract price on completion of commisssioning and issue of Final
Acceptance certificate (FAC) by the Owner / Purchaser as well as on submission of equivalent
amount of PBG which will cover defect liability period.
16.3 Terms of Payment for Erection, testing, trial operation & commissioning of 33kV
Substation Bay and associated civil work
i) 70% (seventy percent) against RA bills-duely certified by Owner’s engineer in monthly
installment basis as per based on the actual progress of EPC works arrived from the
network schedule. Advance at shall be adjusted on pro rata basis from these invoices.
ii) 20% (Twenty percent) of contract price on successful erection of the equipments.
iii) 10% (ten percent) of the contract price on successful commissioning of 33kV substation bay
package including all associated auxiliaries and ancillary work and issue of Final Acceptance
Certificate (FAC) by the Owner / Purchaser and on submission of PBG of equivalent amount
which will be valid till completion of defect liability period for 12 months and grace period of
extra 90 days.
17.0 Mode of payment
All payments shall be made by the Purchaser to the EPC Contractor within Thirty (30)
days from the date of receipt of EPC Contractor’s invoice provided that the documents
submitted are complete in all respects and duly certified by Purchaser.
All payment, shall be made in Indian Rupees only.There shall be no impact on contract
price due to foreign exchange fluctuation of what so ever nature.
18. Taxes and Duties admissible for payment / reimbursement by Purchaser.
I. The Contract price is exclusive of all Taxes, Duties, Levies and Cess. All Taxes, Duties, Levies
and Cesses shall be paid / reimbursed at actuals against production of required documents
at the rates applicable as on date on the originally agreed schedule, subject to ceiling as
above, on the date of dispatch/ service/ billing within the agreed schedule, as the case may
be. Statutory Variations in taxes and duties shall be as per General Conditions of Contract of
Supply.
Page 28 of 34
19. Retention Money
10% of the gross value of each RA bill shall be retained as retention money. The
retention money will be released only after satisfactory completion of all the works and
against a bank guarantee (from a Nationalized bank) of equivalent amount. This bank
guarantee towards retention money shall be valid till completion of defects liability
period.
20.0 Completeness of the Contract:
The complete 33kV OH line & Substation bay EPC package shall be completed in every
respects with all mountings, fittings, fixtures & standard accessories normally erected
with such equipment, even though not specifically detailed in the specification unless
included in the list of excluded items of the tender specification read in conjunction with
EPC Contractor’s Techno-Commercial Offer, the Post-Bid MOMs as refferred above for
resolution of technical and commercial deviations, Price Implication Bid and subsequent
correspondence between Purchaser and EPC Contractor.
The EPC Contractor shall not be eligible for any extra payment in respect of EPC of such
mountings, fittings, fixtures and standard accessories which needed for the safe
operation of the equipment required by applicable codes only as per contract, though
they may not have been included specifically in the tender.
21.0 Sub-contractor / Sub-vendor List:
The EPC Contractor shall furnish its sub-contractor / sub - vendor list to Purchaser for
approval before the release of First 5 (five) percent advance as per clause 16.0.
EPC Contractor confirms that no services shall be sourced from China either directly or
indirectly, for the EPC & commissioning of the 33kV OH line & Substation bay package.
22.0 Insurance: -
Contractor/EPC Contractor shall arrange for insurance covering all the risks in phases of
Marine / transit all Risk Policy for Complete equipment for 33kV substation bay EPC
Package by way of marine, storage and EPC policy.
The Contractor/EPC Contractor would insure all the storage of owner’s issued material or
those wherein property has been passed to the owner and EPC activities carried out by
the contractors / EPC Contractors by way of own marine, storage and EPC policy till the
satisfactory completion of scope of the contract including performance warranty period
of the respective contractor/EPC Contractor.
Contractor / EPC Contractors would be responsible for intimation, lodgments, correspond,
deal and settle directly deal with the insurance company under intimation to the owner
for settlement for their all respective claims arising during the project tenure. Contractor
would have to inform to the Owner details of all claims settled by its Insurance company.
Any claims arising during the project period and which are not payable as per the marine,
storage and EPC policy conditions would have to borne by EPC Contractors/ contractors
respectively. Further, any sum for insurance claim short received due to any reason
including normal excess / deductibles would also have to be borne by respective EPC
Contractors / contractors. The EPC Contractor will be responsible to ensure timely
replacement of above, any damaged material to meet the original schedule.
Notwithstanding anything the EPC contractor/ contractors shall ensure that all the claims
are timely lodged and the work does not suffer due to delay in lodgment/ receipt of claim.
Page 29 of 34
Statutory liabilities
All statutory liabilities under the law in force relating to Labour laws including but not
limited to Workmen Compensation, Contract Labour, Building and Other Construction
Workers Cess etc., Royalty under Mines and Minerals act including state legislation, rules
and regulations made therein and any other statute applicable to the EPC Contractor in
relation to the project would be paid / borne by the EPC Contractor and in case above
coverage is found inadequate and if owner has to meet the statutory liability in this
regard, the same shall be solely at the costs of the EPC Contractor along with any penalty,
damages, costs etc., EPC Contractor would also ensure to obtain contractor Plant &
machinery Policy covering all the equipment, Machinery, Tools & tackles etc., of the
contractor and/or its sub-contractors use for this project.
EPC Contractor would obtain a Workman compensation policy from Insurance Company
shall cover all the employees, workers, contractual workers, labour’s or any kind of
manpower engaged for any work even for a single day by the said contractor or its sub-
contractor.
Notwithstanding above, any insurance not referred above but needs to be taken or
available is in contractor scope and any insurable loss in absence of same would have to
borne by EPC Contractor.
Irrespective of anything else, EPC contractor is liable to complete the project as per the
agreed schedule.
23.0 Fortnightly Progress Report:
EPC Contractor shall submit fortnightly progress report along with Project Milestone
Schedule and planning for the ensuing fortnight to Purchaser in the agreed format at the
start and middle of every month indicating the progress made by EPC Contractor on major
activities of the Complete 33kV OH line & bays line EPC package during the previous
fortnight. EPC Contractor shall attend Contract Review Meetings, Technical Review
Meetings and Project Review Meetings as and when called by Purchaser / Owner.
The Project Milestone Schedule shall be a PERT Network Schedule containing the Project
milestones for activities pertaining to conceptual design, detailed design, procurement
packages, construction packages including EPC, testing and commissioning and Take-over.
The Project Milestone Schedule read in conjunction with L1 and L2 network indicating
current status shall be submitted with the EPC Contractor’s fortnightly progress reports.
24.0 Effective Date (Zero Date) of Contract:
Effective Date (Zero Date) shall be considered from date of LOA placement . This will also
be treated as Notice to Procced.
25.0 Inspection and Testing:
EPC Contractor shall submit Quality Assurance Plans Kick off Meeting (KOM) or within 7
days from the date of order placement for approval by Purchaser, whichever is earlier.
Moreover, during the contract execution stage the Purchaser shall be at liberty to add /
delete any inspection stage / hold point / witness test as may be deemed fit.
Inspection shall be carried out as per field quality assurance plan mutually discussed and
agreed between Purchaser and EPC Contractor.
Page 30 of 34
26.0 Force Majeure:
“Force Majeure” means an event beyond the control of the Purchaser and the EPC
contractor, which makes it impossible or illegal for either party to perform whole or in
part its obligations, including but not limited to:
a. Act of God;
b. Act of any Govt. including but not limited to an act of war, (whether declared or
undeclared), invasion, armed conflict or an act of foreign enemies, blockage, embargo,
revolution, terrorist or military action, civil commotion.
c. Contamination by radio-activity from any nuclear fuel, or form any nuclear waste from
the combustion of nuclear fuel, radioactive toxic explosive, or other hazardous
properties.
27.0 Termination:
Purchaser/ Owner shall be entitled to terminate the Contract / LOA, consequent to the
following events/ conditions:
1. In the event, the EPC Contractor fails to start the work and/ or fails to follow/ adhere
the project schedule at any time during continuance or pendency of works, provided
by the Purchaser and continues to do so after one (1) month notice to this effect the
Purchaser/ Owner shall be entitled to terminate the contract without assigning any
reason to the EPC Contractor.
2. In case the EPC Contractor fails to perform the contract work and/ or complete the
contract work at any time during its continuance or pendency to the entire satisfaction
of the Purchaser, the Purchaser shall be entitled to terminate the contract after giving
one (1) month notice to the EPC Contractor to this effect, the Purchaser shall be
entitled to recover the damages/ claims from the EPC Contractor.
3. Without prejudice to any other term and conditions contained in this document the
Purchaser in event of any of the aforesaid conditions, shall be entitled to get the
balance work completed by another party and recover the cost thereof from the EPC
4. Contractor. However, in such a case the terms related to warranty/ guarantee, LD
with respect to the work completed by the EPC Contractor shall subsist/ survive this
tender document.
In all the above events/ conditions the decision of the Purchaser shall be final and binding
on the EPC Contractor and the EPC Contractor shall not be entitled for any claim against
the Purchaser/ Owner.
Page 31 of 34
28.0 Site Conditions:
The submission of the Bid by the EPC Contractor has been construed as evidence that EPC
Contractor has examined the site conditions in detail, and the EPC Contractor shall not
raise later any claims/disputes for any additional cost or extension of contractual time for
completion against the Purchaser. The Purchaser shall not be liable for the same in any
manner whatsoever, if the site conditions undergo any substantial change such as Seismic
data etc., after the submission of the bid and/ or in case of variation in the information
provided herewith with actual site data.
29.0 Governing Laws:
This tender document shall be governed by the laws of India and shall be subject to the
exclusive jurisdiction of the competent Courts in New Delhi only.
30.0 Finalization of Contract Document:
EPC Contractor shall depute their authorized representative within 60 (Sixty) days or upon
mutually extended time of the Effective Date to Purchaser’s office for finalization of the
Contract Agreement.
31.0 Contractor’s Representations and Warranties:
The contract will have such representations and warranties of EPC Contractor as are
customary in transactions of this type, and as may be reasonably requested by Purchaser
which shall include but not be limited to the technical and financial criteria as may have
been specified in the Tender specifications.
32.0 Settlement of Disputes:
32.1 In case of any dispute or inconsistency arising between the parties hereto during
the subsistence of this NIT, in connection with the validity, interpretation,
implementation or performance or non performance or alleged breach of any
provision of this NIT, the parties shall endeavorcr to settle the dispute/
inconsistency through mutual discussions and negotiations within 30 days from
notice of such dispute.
If any dispute/ inconsistency is not resolved by mutual discussions within 30
(thirty) days the dispute shall be resolved by binding arbitration. The arbitration proceeding
shall be governed by the Arbitration and Conciliation Act, 1996. Each Party shall appoint one
arbitrator who shall select the third arbitrator within thirty (30) days of the selection of the
second arbitrator. The arbitration proceedings shall be in the English language and the venue of
the arbitration proceedings shall be New Delhi.
32.2 The EPC Contractor agrees and understands that this project is of National
importance and he specifically waives all rights pertaining to Injunctions and stay
orders under Contract Act, Specific Performance Act or under any other Act or
Law whether enforceable in India or outside, which hinders/ delays the
continuance or progress of the project whether before, during or after the
commencement of this contract and/ or the entire project, irrespective of any
dispute has arises or not.
Page 32 of 34
33.0 Any pending dispute referred to Arbitration shall not in any way hinder the progress of
the Contract work and both parties shall endeavor to follow the completion dates for the
remaining works. The EPC Contractor hereby specifically waives his right to seek remedies
of injunction on the execution of entire or any part of the project for any reason
whatsoever. In case of any repugnancy, inconsistency etc between this NIT and the
Contract to be signed ( to be mutually agreed), the Contract shall prevail and decision of
the Owner/Purchaser including any interpretation thereof shall be final and binding on
the EPC Contractor. The Purchaser reserves the right to cancel the bidder, in case of any
default by the EPC Contractor on the terms as laid down by the Purchaser. All documents
pertaining to the engagement including correspondence, reports and other submittal by
either party to the other shall be in English language
34.0 Indemnification: Service Provider / Contractor shall fully indemnify, save harmless and
defend OWNER, OWNER’s shareholders, the OWNER’s Representative, and the directors,
agents and employees of the OWNER (the “OWNER Indemnified Parties”) from and against
any and all claims, including reasonable legal costs, (collectively the “Damages”) by third
parties in respect of death or bodily injury or in respect to loss or damage to any property
(other than the Plant or part thereof not yet taken over) which arises out of or in consequence
of the Services whilst the Service Provider has responsibility for the care of the works to the
extent resulting from Service Provider’s or any sub - service provider’s or their agents or
employees intentional act, negligence, or strict liability or omission in the performance of the
Services hereunder; provided that the foregoing obligation shall not apply to the extent the
OWNER Indemnified Parties are contributory negligent or strictly liable or to the extent such
damages are caused by the intentional acts or omissions of the OWNER Indemnified Parties.
35.0 Severability: If any of the terms, covenants or conditions hereof or the application of any such
term, covenant or condition shall be held invalid or unenforceable as to either Party or as to
any circumstance by any court or arbitrator having jurisdiction, the remainder of such terms,
covenants or conditions shall not be affected thereby, shall remain in full force and effect and
shall continue to be valid and enforceable in any other jurisdiction. In such event, the Parties
shall negotiate in good faith to substitute a term, covenant or condition in this Contract to
replace the one held invalid or unenforceable by a mutually agreed amendment to this
Contract with a view toward achieving a valid and enforceable legal and economic effect as
similar as is then reasonably possible to that originally provided for in this Contract.
36.0 VALIDITY OF BID: The Bid shall remain valid for acceptance for three (3) months from the due
date of receipt of the Bids and during this period no bidder shall be allowed to withdraw the
bid.
Page 33 of 34
37.0 DEFECT LIABILITY: The Contractor warrants that the Facilities or any part thereof shall be free
from defects in the design, engineering, materials and workmanship of the Plant and
Equipment supplied and of the work executed. The Defect Liability Period shall be twelve (12)
months from the date of Taking Over /Completion of Facilities (or any part thereof). If during
the Defect Liability Period any defect should be found in the design, engineering, materials and
workmanship of the Plant and Equipment supplied or of the work executed by the
Contractor, the Contractor shall promptly, in consultation and agreement with IPCL regarding
appropriate remedying of the defects, and at its cost, repair, replace or otherwise make good
(as the Contractor shall, at its discretion, determine) such defect as well as any damage to the
Facilities caused by such defect. If the Contractor fails to commence the work necessary to
remedy such defect or any damage to the Facilities caused by such defect within a reasonable
time (which shall in no event be considered to be less than fifteen (15) days), IPCL may,
following notice to the Contractor, proceed to do such work, and the reasonable costs
incurred by IPCL in connection therewith shall be paid to IPCL by the Contractor or may be
deducted by IPCL from any monies due the Contractor or claimed under the Performance
Security.
38.0 Arbitration All disputes or differences in respect of which the decision, if any, of the Engineer
and/or the Head of the Implementing Authority has not become final or binding as aforesaid
shall be settled by arbitration in the manner provided herein below:
39.0 The arbitration shall be conducted by three arbitrators, one each to be nominated by the
Contractor and IPCL and the third to be appointed by both the arbitrators in accordance with
the Indian Arbitration Act-latest version. If either of the parties fails to appoint its arbitrator
within sixty (60) days after receipt of a notice from the other party invoking the Arbitration
clause, the arbitrator appointed by the party invoking the arbitration clause shall become the
sole arbitrator to conduct the arbitration.
39.1 The language of the arbitration proceedings and that of the documents and
communications between the parties shall be English. The arbitration shall be conducted
in accordance with the provisions of the Indian Arbitration and Conciliation Act, 1996 or
any statutory modification thereof. The venue of arbitration shall be kolkata.
39.2 The decision of the majority of the arbitrators shall be final and binding upon the parties.
In the event of any of the aforesaid arbitrators dying, neglecting, resigning or being
unable to act for any reason, it will be lawful for the party concerned to nominate
another arbitrator in place of the outgoing arbitrator.
39.3 During settlement of disputes and arbitration proceedings, both parties shall be obliged
to carry out their respective obligations under the Contract.
Page 34 of 34
Note –
i) In case of any ambiguity or discrepancy found the owner’s clarification shall be full & final and
shall be binding on bidders. No representations in this regard shall be entertained.
ii) In case of any ambiguity or discrepancy found in case of terms of payment/technical
specification/procedures then more stringent action will be followed.
iii) Milestones shall be freezed at pre award stage with mutual agreement with prospective
bidder.
iv) All engineering design & drawing approval to be done within 8 days.
The bidder to submit detailed execution plan along with credentials. Sub-vendors credentials,
manpower machinery deputation schedule so as to complete the project in stipulated time in
power point presentation, this is mandatory.
1.0 Address for submission of offer :
The,
Head -Purchase
India Power Corporation Limited
Plot No X – 1, 2 & 3, Block – EP, Sector – V
Salt Lake, Kolkata 700 091
FAX – 033 6609 4305
Telephone – 033 6609 4300/08/09/10/11/12
E-mail : [email protected]
2.0 Address for any Technical Clarifications :
1. Jyotirmay Harh – AGM, Engineering & projects
E-mail ID: [email protected]
2. Sanjoy Bhattacharya – CM, T&D
E-mail ID: [email protected]
3 . Jayanta Bose – Depty Manager – Civil
E-mail ID: [email protected]
4 . Subir Das – Head –T&D
E-mail ID: [email protected]