Tender Notification for 33kV OH line & Bay 20.05

35
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: 19.05.2021REQUEST FOR QUOTATION PROCUREMENT DEPTT INDIA POWER CORPORATION LIMITED Plot no- x-1,2 &3, block-EP, Salt lake,sector-V,Kolkata,700091 MAY 20, 2021

Transcript of Tender Notification for 33kV OH line & Bay 20.05

Page 1: 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 2: Tender Notification for 33kV OH line & Bay 20.05

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 3: Tender Notification for 33kV OH line & Bay 20.05

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 4: Tender Notification for 33kV OH line & Bay 20.05

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 5: Tender Notification for 33kV OH line & Bay 20.05

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 6: Tender Notification for 33kV OH line & Bay 20.05

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 7: Tender Notification for 33kV OH line & Bay 20.05

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 8: Tender Notification for 33kV OH line & Bay 20.05

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 9: Tender Notification for 33kV OH line & Bay 20.05

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 10: Tender Notification for 33kV OH line & Bay 20.05

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 11: Tender Notification for 33kV OH line & Bay 20.05

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 12: Tender Notification for 33kV OH line & Bay 20.05

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 13: Tender Notification for 33kV OH line & Bay 20.05

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 14: Tender Notification for 33kV OH line & Bay 20.05

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 15: Tender Notification for 33kV OH line & Bay 20.05

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 16: Tender Notification for 33kV OH line & Bay 20.05

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 17: Tender Notification for 33kV OH line & Bay 20.05

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 18: Tender Notification for 33kV OH line & Bay 20.05

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 19: Tender Notification for 33kV OH line & Bay 20.05

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 20: Tender Notification for 33kV OH line & Bay 20.05

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 21: Tender Notification for 33kV OH line & Bay 20.05

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 22: Tender Notification for 33kV OH line & Bay 20.05

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 23: Tender Notification for 33kV OH line & Bay 20.05

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 24: Tender Notification for 33kV OH line & Bay 20.05

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 25: Tender Notification for 33kV OH line & Bay 20.05

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 26: Tender Notification for 33kV OH line & Bay 20.05

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 27: Tender Notification for 33kV OH line & Bay 20.05

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 28: Tender Notification for 33kV OH line & Bay 20.05

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 29: Tender Notification for 33kV OH line & Bay 20.05

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 30: Tender Notification for 33kV OH line & Bay 20.05

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 31: Tender Notification for 33kV OH line & Bay 20.05

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 32: Tender Notification for 33kV OH line & Bay 20.05

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 33: Tender Notification for 33kV OH line & Bay 20.05

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 34: Tender Notification for 33kV OH line & Bay 20.05

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 35: Tender Notification for 33kV OH line & Bay 20.05

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]