jodhpur vidyut vitran nigam ltd. corporate identity …€¦ · moomal and dhanana for deposit work...
Post on 21-Aug-2020
6 Views
Preview:
TRANSCRIPT
JdVVNL/TNTW- /P-1
TENDER SPECIFICATION
“Supply, Erection, Testing and Commissioning of 11 KV XLPE cable 26.8 KM in order to
bypass existing line which has undergone to sand dunes area under Sub-Division Moomal
and Dhanana for deposit work for F.Y. 2019-20 under SE( BFL) ,Jaisalmer as per
governing specification on Turn-Key Basis”.(TNTW-473)
TENDER No. JU/SE/TN/TW- 473
NAME OF CIRCLE:- SE(BFL),Jaisalmer,
JODHPUR VIDYUT VITRAN NIGAM LTD. Corporate Identity Number (CIN) –U40109RJ2000SGC016483
Regd. Office: New Power House, Jodhpur- 342003
OFFICE OF THE SUPERINTENDING ENGINEER (TW)
Phone No: 0291-2742336, Fax No: 0291-2745259
E-mail: seclrcjdvvnl@gmail.com, Web site: www.jdvvnl.com
PART - I
Cost of tender specification: Rs. 2950/-
Contact Details
Contact Person Superintending Engineer (TW)
Telephone: (0291) 2742336
:Fax (0291) 2745259
:Email seclrcjdvvnl@gmail.com
JdVVNL/TNTW- /P-2
Office of the Superintending Engineer (TW)
New Power Industrial Area, Jodhpur -342003 (Rajasthan)
INDEX
S. No Particulars Pages No.
(A) Part-I
1 E-tender notice Web Page (Annexure-I) 3
2 Important Dates & Notes (Annexure-II) 4-7
3 Qualification requirement (Annexure-III) 8-12
4 Bid proposal form and schedules (Schedule-1 to 8) 13-22
(B) Part-II
5 Broad Scope of Work 24
6 Requirement of System 25-27
7 Technical Requirement of System 28
8 General Information 29-33
(C) Part-III
(Section-I)
9 Instructions to bidders (ITB) 34-53
(Section-II)
10 General Conditions of Contract (GCC) 54-117
(Section-III)
11 Erection Conditions of Contract (ECC) 118-185
JdVVNL/TNTW- /P-3
ANNEXURE-I
JODHPUR VIDYUT VITRAN NIGAM LTD. Corporate Identity Number (CIN) –U40109RJ2000SGC016483
Regd. Office: New Power House, Jodhpur- 342003
OFFICE OF THE SUPERINTENDING ENGINEER (TW)
Phone No: 0291-2742336, Fax No: 0291-2745259
E-mail: seclrcjdvvnl@gmail.com, Web site: www.jdvvnl.com
No. Jd.VVNL/SE (TW)/XEN (TW)/JU/ /D- Dated
E-PROCUREMENT SHORT TERM TENDER NOTICE Techno-commercial and Price short term e-Bids are invited from eligible bidders
for following works:
Sr.
No.
Tender
No.
Name of work Estimated cost
in Lakh Rs.
1 TNTW-
473 “Supply, Erection, Testing and Commissioning of 11 KV
XLPE cable 26.8 KM in order to bypass existing line which
has undergone to sand dunes area under Sub-Division
Moomal and Dhanana for deposit work for F.Y. 2019-20
under SE( BFL) ,Jaisalmer as per governing specification on
Turn-Key Basis.”
534.01/-
1. EMD could be furnished in Bankers cheque / D.D. or 20% in Bankers cheque / D.D. in the
name of Sr. Accounts Officer ( CPC), JdVVNL, Jodhpur and balance 80% in the form of
bank guarantee in the name of Superintending Engineer (TW), JdVVNL, Jodhpur.
2. The copy of the tender documents / specifications are available on Jodhpur Discom website
http://energy.rajasthan.gov.in /jdvvnl and the same can be downloaded and uploaded on the
website www.eproc.rajasthan.gov.in by the bidder. The bidders, in their own interest are
requested to read very carefully the tender documents before submitting the bid only through
on line on website www.eproc.rajasthan.gov.in
3. The cost of tender specification (non-refundable) Rs. 2950/- and EMD as above shall be
payable in demand draft/Bankers cheque in favour of the Sr. Accounts Officer ( CPC),
JdVVNL, Jodhpur and tender processing fees of Rs. 1180.00/- (non-refundable) shall be
payable in favour of the Managing Director, RISL payable at Jaipur. The bidders are
required to furnish the proof of depositing all these payment in the office of the undersigned
up to 01:00 P.M. of last date of bid submission for respective tender otherwise the bids are
liable to be rejected.
4. Eligible bidders should submit their bid well in advance instead of waiting till last date
JdVVNL will not be responsible for non-submission of Bid due to any website related
problems.
Note: - All eligible interested bidders are required to get enrolled on e-tendering portal
www.eproc.rajasthan.gov.in
-Sd-
SUPERINTENDING ENGINEER (TW)
JODHPUR DISCOM, JODHPUR
Part-I 1. E-PROCUMENT TENDER NOTICE
JdVVNL/TNTW- /P-4
Annexure-II
Office of the Superintending Engineer (TW)
New Power Industrial Area, Jodhpur -342003 (Rajasthan)
Tel. No.: 0291-2742336, 2742260 Fax No. 0291-2745259 E Mail: seclrcjdvvnl@gmail.com
Specification No. JdVVNL/SE(TW)/TNTW-473
“Supply, Erection, Testing and Commissioning of Laying of 11 KV XLPE cable &
Maintenance works in shifting sand dunes area under Sub-Division Moomal and
Dhanana for deposit work for F.Y. 2019-20 (TNTW-473) under ,SE( BFL) ,Jaisalmer,
as per governing specification on Turn-Key Basis”.
TENDER PROCESSING FEES (NON-REFUNDABLE): Rs. 1180.00
COST OF SPECIFICATION (NON-REFUNDABLE) : Rs. 2950.00
Sr.
No. Name of Works
Estimated
cost of the
work (Rs.
In Lacs)
Tender
processi
ng fees
in Rs.
Cost of
tender
(In Rs.)
Earnest
Money
02%
(Rs. In
Lacs)
Last date of
bid
submission
Date of
opening
Tender
Completi
on Period
1
Supply, Erection, Testing and
Commissioning of Laying of 11
KV XLPE cable & Maintenance
works in shifting sand dunes area
under Sub-Division Moomal and
Dhanana for deposit work for F.Y.
2019-20 (TNTW-473) under ,SE(
BFL) ,Jaisalmer, as per governing
specification on Turn-Key Basis
534.01 1180/-
2950/-
10.68
04000004000
0404.12.2019
00004
05.12.2019 3 months
Note:- Work completion period and contract period shall govern as per clause No. 26. of
“GCC”
SPPP Portal PUBLISHING DATE
/UBN No.
EPROC Portal PUBLISHING DATE
DOCUMENT DOWNLOAD / SALE
START DATE
From -------- onwards
at http://eproc.rajasthan.gov.in
Part-I 2.IMPORTANT DATES AND TIME FOR BID INVITATION
JdVVNL/TNTW- /P-5
PLACE OF SUBMISSION OF BIDS at http://eproc.rajasthan.gov.in
SUBMISSION OF BANKERS
CHEQUE
DEMAND Draft and Bank Guarantee
3:00 P.M. on the scheduled date 04.12.2019 for submission
of respective bid at office of Sr. A.O (CPC) New Power
House, Industrial Area, Basni, Jodhpur
OPENING OF TECHNICAL BIDS http://eproc.rajasthan.gov.in
in office of S.E. (TW), Jodhpur
DATE & TIME OF OPENING OF
FINANCIAL BIDS
Will be intimated later to the Technically qualified bidder
WEBSITE FOR DOWNLOADING
TENDER DOCUMENT,
CORRIGENDUMS, ADDENDUMS
ETC DRAFT FOR TENDER FEE,
EMD AND PROCESSING FEE
http://energy.rajasthan.gov.in /jdvvnl ,
www.eproc.rajasthan.gov.in, http://sppp.raj.nic.in
VALIDITY OF TENDERS
REQUIRED UPTO
120 days from the date of opening of techno-commercial bids.
TENTATIVE QUANTUM OF
WORK
As per G-Schedule & Annexure -‘S’
CONTACT PERSON
(AUTHORIZED BID SIGNATORY)
Superintending Engineer (TW) JdVVNL, Jodhpur
CORRESPONDENCE ADDRESS Superintending Engineer (TW) JdVVNL, Jodhpur, New
Power House, Jodhpur
MOBILE NO. 9413359104
TELEPHONE NO. 0291-2742336
FAX NO. 0291-2745259
WEBSITE 1. http://energy.rajasthan.gov.in /jdvvnl
2. http://risl.rajasthan.gov.in
3. http://sppp.raj.nic.in
E-MAIL Info.risl@rajasthan.gov.in se_tw@yahoo.com
Address of RISL Rajcomp Info Services Limited (RISL) 1st floor, Yojna
Bhawan, Tilak Marg, C-Scheme, Jaipur (Raj.)
Phone: 0141-5103902, 4031900, Fax: 0141-2228701
Web:http://risl.rajasthan.gov.in,Email:Info.risl@rajasthan.gov
.in
JdVVNL/TNTW- /P-6
1.IMPORTANT NOTES
Note:
1.EMD could be furnished in Bankers cheque/D.D. or 20% in Bankers cheque/D.D. and
balance 80% in the form of bank guarantee
2. The tender/bid shall only be submitted through online tendering system of
www.eproc.rajasthan.gov.in.
3. Bidders who wish to participate in this tender will have to register on
http://eproc.rajasthan.gov.in (bidders registered on eproc.rajasthan.gov.in before
30.09.2011 needs to register again). To participate in online tenders, Bidders will have to
procure Digital Signature Certificate (Type – II or Type – III) as per Information Technology
Act-2000 using which they can sign their electronic bids. Bidders can procure the same from
any CCA approved certifying agency i.e TCS, Safecrypt, Ncode etc. or they may contact e-
Procurement Cell, Department of IT & C, Government of Rajasthan for future assistance.
Bidders who already have a valid Digital Certificate need not to procure a new Digital
Certificate.
Contact No. 0141 – 4022868 (Help desk of RISL - 10.00 AM to 6.00 PM on all working
days)
E-mail: eproc@rajasthan.gov.in
Address: e-Procurement Cell, RISL, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur.
4. Bidders should go through the website http://eproc.rajasthan.gov.in, should refer to the
website and go through the link “Help For Contractors”, “Information About DSC”, “FAQ”
and “Bidders Manual Kit” and clause no. 5 of Section-I to know the process for submitting
the electronic bids at the website.
5. The ‘Instructions to bidders’ and other terms and conditions of this tender pertaining to the
bidding process generally follow the guidelines of e-tendering system of the government of
Rajasthan, available at URL http://eproc.rajasthan.gov.in. However, wherever there is any
anomaly between the conditions referred to in this document and the GoR e-tendering
system, the later shall be final.
6. The complete bid document has been published on the websites, www.jodhpurdiscom.in
and http://www.eproc.rajasthan.gov.in for the purpose of downloading.
7. The downloaded bid document shall be considered valid for participation in the bid process
subject to submission of required Bid document fee of Rs. 2950/- only (Rupees Two
thousand five Hundred only) and e-Tender Processing Fee: Rs. 1180/- (Rupees One thousand
only) in Cash/ Demand Draft in favour of M.D, RISL payable at Jaipur.. A copy of the bid
document fees receipt must be enclosed along with the Technical bid/proposal failing which
the bid will be summarily rejected.
8. All the communication/ correspondence including the bid document (Technical and
Financial Bid) should be signed digitally and stamped on each page by the designated
authorized representative of the bidder.
JdVVNL/TNTW- /P-7
9. No contractual obligation whatsoever shall arise from the RFP/ bidding process unless and
until a formal contract is signed and executed between the tendering authority and the
successful bidder(s).
10. JdVVNL disclaims any factual/ or any other errors in this document (the onus is purely
on the individual bidders to verify such information) and the information provided herein are
intended only to help the bidders to prepare a logical bid-proposal.
11. Bids will be considered only in the prescribed form/ document. Bids not submitted in the
prescribed format will be summarily rejected and EMD submitted along with the bids shall be
forfeited. Also, bidders should refrain from providing the information which is not relevant.
12. Copies of various documents to be enclosed along with the bid-proposals must be legible
and be self-attested by the authorized signatory with official seal. Claims made by bidder
related to the project experience and other requirements shall be considered only when
appropriate supporting documents are provided.
13. All the communication/correspondence including the bid document (Technical and
Financial Bid) must be signed and stamped on each page by the designated authorized
representative of the bidder failing which the bid will be summarily rejected.
14. The Bids can be submitted up to date and time given as specified in the NIT.
15. The complete bidding process is defined in Vol.-II Part-I of this RFP document.
16. In case, a bidder imposes conditions which are in addition or at variance or in conflict
with the terms and conditions as specified in this RFP document, all such bid-proposals will
be summarily rejected and EMD submitted along with the bids will be forfeited.
17. Tendering Authority reserves the complete right to accept or reject in part or full any or
all the offers without assigning any reasons whatsoever. No further discussion/ interaction
will be held with the bidders whose bids have been disqualified/ rejected by the purchaser/
tendering authority.
18. In case, a dispute arises with regard to interpretation/ omission/ error in the RFP
document, bid submitted, other documents; the decision SE (TW), JdVVNL, Jodhpur will be
final and binding upon the bidders.
19. Interested bidders may obtain further information from the office of the Superintending
Engineer (TW), JdVVNL, New Power House, Industrial Area, Jodhpur on any working day
from 10 am to 6pm.
20. Other terms and conditions which are not mentioned here shall be applicable as per
provisions and Rules mentioned in RTPP Act 2012 and RTPP Rules 2013 and amended from
time to time.
Superintending Engineer (TW)
Jodhpur Vidyut Vitran Nigam Limited
JdVVNL/TNTW- /P-8
JODHPUR VIDYUT VITRAN NIGAM LIMITED
1.0 GENERAL: The Bidders shall become eligible to Bid, on satisfying the following
‘Bid Qualification Requirements’ and on production of the required documentary evidences
along with the Tender. The tender may be filed by a single bidder or by making a
consortium. The bidder should possess class “A / B” Electrical License issued by Electrical
Inspectorate of any state Govt. or Central Govt. of India or undertaking shall be given on NJS
Rs.100/- that after awarding the contract the successful bidder should possess Electrical
license of above category issued by Govt. of Rajasthan within one month from the date of
issue of order.
2.0 ELIGIBILTY: The Bidder should be a reputed Infrastructure contractor who
regularly undertakes electrical turnkey projects and has adequate technical knowledge and
practical experience. The bidder should be in the business of heavy electrical goods for
Supply, Erection / Construction, Commissioning, Testing and Operation of various mega
projects.
3.0 EXPERIENCE: Bidders having good experience of successfully completing various
EPC Electrical Infra projects in India since last 5 years(i.e. F.Y. 2014-15 to F.Y.2018-19).
4.0 WORK EXPERIENCE:
4.1 For single bidder:-
The bidder should have experience of having executed the similar nature of the
turnkey projects (as specified below) during last five financial years (i.e. F.Y. 2014-15 to
F.Y.2018-19)and the total value of such executed works should at least be 25% of the
estimated project value.
4.2 For Joint venture:-
The Lead Partner should be an Electrical Contractor possessing class “A / B”
Electrical License issued by Electrical Inspectorate of any state Govt. or Central Govt. of
India. The lead partner should have executed one or more type of works/projects as specified
below. The other partner(s) should either be electrical contractor(s) for the above specified
works / projects or any financial enterprise. The value of such executed works by the lead
partner and the value against the such works by the other partner (s) added together should at
least be 25% of the estimated project value during last five financial years (i.e. F.Y. 2014-15
to F.Y.2018-19)
The value of such type of works / projects executed by the lead partner should at
least be 40% of the qualifying criteria.
For participating in project/ all lots of project, if any or some of the lots of
the project the total amount of work executed during last five financial years should be 25%
the total estimated cost of project/ LOT(s) be added together.
If bidder have any past work experience in JV then sharing ratio of work experience
shall be given in form of undertaking if sharing ratio is not mentioned anywhere in work
experience document.
Part-I 3. PRE QUALIFICATION REQUIREMENT (Annexure-III)
JdVVNL/TNTW- /P-9
The type of electrical projects executed should be as under for Power
Utilities / State Electricity Boards / Other Govt. agencies like Housing Board, Development
Authorities, RIICO etc. :-
(i) Supply & Erection / Construction of EHV / MV 33 KV, 11 KV and LT over head lines.
(ii) Supply & Erection / Construction of EHV / MV 33 KV, 11 KV and LT underground
cables.
(iii) Supply & Erection / Construction of EHV / MV 33 / 11 KV, 11 / 0.433 KV sub-
stations complete with all equipments.
(iv) Supply & Erection / Construction of 11 / 0.433 KV Packaged sub- stations.
(v) Supply & Erection / Construction of 11KV Ring Man Units in underground cable
network.
(vi) Supply & Erection works for Electric Traction for Indian Railways.
NOTE:- Please note that out of these above projects, the orders executed of only
SUPPLY of material shall not be considered. Only execution of Turn-key
works shall be considered.
In support of the works executed as stated above, the bidder is required to
furnish a list of work orders executed during last five financial years in the prescribed format
given at Schedule –3(B) duly supported by the following documents attested in respect of
each work executed:-
(i) Detailed work order(s) i.e W.O. No., W.O. date, Dispatch No., ( F.Y. 2014-15 to
F.Y.2018-19).
(ii) Satisfactorily work completion certificate issued by concerned officer not below the
rank of Executive Engineer in case of orders of Power Utilities / State Electricity Boards
/ Other Govt. agencies like Housing Board, Development Authorities, and RIICO etc.
(iii) The Bidder should also furnish documentary evidences about their professional
competence with details of various orders contracts placed and executed by them with
testimonials on the satisfactory performance of the contracts.
5.0 REQUIREMENTS FOR JOINT VENTURE/ CONSORTIUM: In case of Joint Venture / Consortium the requirement of experience as per 4.0 should
be meeting out in totality by both the members. The Consortium can be made with the
following:-
(A) Electrical Contractors who have executed projects as under for Power Utilities /
State Electricity Boards / Other Govt. agencies like Housing Board, Development
Authorities, RIICO etc. :-
(i) Supply & Erection / Construction of EHV / MV 33 KV, 11 KV and LT over head
lines.
(ii) Supply & Erection/ Construction of EHV / MV 33 KV, 11 KV and LT underground
cables.
(iii) Supply & Erection/ Construction of EHV / MV 33/11 KV, 11/0.433 KV sub- stations
complete with all equipments.
(iv) Supply & Erection/ Construction of 11/0.433 KV Packaged sub- stations.
(v) Supply & Erection/ Construction of 11KV Ring Man Units in underground cable
network.
(vi) Supply & Erection works for Electric Traction for Indian Railways.
JdVVNL/TNTW- /P-10
Financial Enterprises.
6.0 TURN OVER:
(i) For single bidder:-
The turnover for last five financial years ( F.Y. 2014-15 to F.Y.2018-19)should be at least
25% of the estimated project value.
(ii) For Joint Venture /Consortium:-
In case of joint venture, the figures for each of the partners of the Joint Venture
shall be added together to determine the bidder’s compliance with the minimum qualifying
criteria set out as above (turnover of last five financial years should be at least 25% of the
estimated project value, subject to the condition that turnover of lead partner of joint venture
should not be less than 40% of the minimum qualifying criteria.
7.0 BID CAPACITY:-
The bidders who meet the minimum qualification requirements / criteria specified
above are to be evaluated further for their bid capacity as under:-
A- Maximum annual turnover out of immediate preceding five financial years (ie.
F.Y. 2014-15 to F.Y.2018-19)
B- Value of existing commitments against various contracts awarded upto the tender
publication of this bid.
Hence bid capacity = 2XA –B, which should be in excess of the estimated value
of this project.
Bidders are required to furnish the year wise turnover in the prescribed format for
immediate preceding five financial years duly certified by a Chartered Accountant along with
his/her membership and UDIN i.e. Unique Document Identification Number with the
Institute of Chartered Accountants of India (ICAI)
Note: - In case of Joint Venture the maximum turnover is to be worked out by summation of
the annual turnover of last five financial years of each bidder.
For example: -
PARTICIPANT YEAR-1 YEAR-2 YEAR-3 YEAR-4 YEAR-5
LEAD
PARTNER
5 3 2 4 1
OTHER
PARTNER
3 5 7 4 5
TOTAL 8 8 9 8 6
Maximum Annual Turnover of the Joint Venture would be taken as (2+7) = 9 (for the year 3
in above example )
JdVVNL/TNTW- /P-11
8.0 OTHER CONDITIONS:
8.1 In case of non-furnishing of requisite undertaking along with the bid, the bid will be
considered as non responsive proposal.
8.2 Jd.VVNL reserve the right to waive deviations, if they do not materially affect the
capability of an applicant.
8.3 If the bidder forms a Joint Venture / Consortium, the qualification requirement
mentioned above should be met in totality.
8.4 Original consortium agreement on Non – Judicial stamp paper of Rs. 500/- stamp value
must be submitted along with the proposal.
The JV agreement / consortium agreement must have the following:
(a) Names of all partners
(b) Name of the lead member
(c) Authorization in favour of the lead member from all the members. (A separate power
of attorney signed by legally authorized signatories of all the partners is required)
(d) The lead member is authorized to incur liabilities and receive instructions for and on
behalf of any and all partner of the Joint Venture / Consortium and the entire
execution of the contract including payment shall be done exclusively with the lead
member
(e) All partners of the Joint Venture / Consortium shall be liable jointly and severally for
the execution of the contract in accordance with the contract terms
(f) In the event of any default by any partner / partners of Joint Venture / Consortium, the
other partner / partners shall accept the liability and execute the contract in full.
(g) The agreement must provide details of roles and responsibilities of each member of
the consortium. Overall responsibility in respect of execution of tendered work is
with the lead member.
(h) The Joint Venture / Consortium agreement shall not be cancelled or amended
unilaterally without consent of the purchaser after opening of the bid and a
statement to this effect should appear in the JV agreement.
(i) A firm can submit only one bid in the same bidding process, either individually
as a bidder or as a partner of a Joint Venture / Consortium. A bidder who
submits or participates in more than one bid will cause all the bids in which the
bidder has participated to be disqualified.
(j) Bids from agents are not acceptable in the case of Joint Venture / Consortium, and
such bids will be treated as non-responsive.
(k) The change in consortium /JV after opening / submission of tender shall not be
entertained, in the event the consortium / JV is altered then such proposals shall be
treated as rejected.
(l) The above stated requirements are a minimum and the owner reserves the right to
request for any additional requirement and also reserve the right to reject the
JdVVNL/TNTW- /P-12
proposal of any bidder, if in the opinion of the owner, the qualification data is
incomplete or the bidder is found not qualified to satisfactorily perform the works.
NOTE:
I. In case of non-furnishing of original Consortium / JV agreement along with the
bid the bid will be considered as bid without consortium and evaluation shall be
made on the basis of credentials of lead member only.
II. The JV / Consortium agreement should be tender specific i.e. signed specifically for
this tender.
III. The JV and Consortium shall be considered at par.
IV. THE OFFERS OF BIDDERS NOT SATISFYING THE ABOVE “BID
QUALIFICATION REQUIREMENTS” SHALL BE REJECTED.
JdVVNL/TNTW- /P-13
SCHEDULE-1
BID PROPOSAL FORM
Specification No. JdVVNL/SE(TW)/TNTW-__________
“Supply, Erection, Testing and Commissioning of Laying of 11 KV XLPE cable &
Maintenance works in shifting sand dunes area under Sub-Division Moomal and
Dhanana for deposit work for F.Y. 2019-20 (TNTW-473 ) under ,SE( BFL)
,Jaisalmer, as per governing specification on Turn-Key Basis”.
The Superintending Engineer (TW),
Jodhpur VidyutVitran Nigam Limited,
Jodhpur.
Dear Sir,
With reference to your invitation for bids against specification No.JU/SE/TW/TNTW-______ we
agree for execution of tendered work including survey, supply of material, erection & commissioning on
turnkey basis as per bidding documents downloaded by us on prices, terms & conditions mentioned hereunder:
1. The prices as mentioned in Schedule-2 (G-schedule of prices/Rates) being furnished in accordance with
clause 4.0 of Volume-II, Part-I[Instructions to Bidders(INB)], are on FIRM price basis in all respect.
2. The prices quoted are valid for a period of 120 days from the date of opening of techno-
commercial bids.
3. The quoted /agreed prices are inclusive of all the statutory DUTY/CESS/TAXES & GST etc. as
applicable at the time of opening of the bid, such as following charges:
4. We here by certify that the quoted / agreed prices are inclusive of all taxes, duties and cess on the date of
opening of bids and shall not be charged extra.
5. Any statutory variation in existing rates of taxes/duties/levies/charges during the contracted completion
period shall be to Nigam’s account. However, for claiming any such statutory variation, the contractor is
required to furnish the documentary evidence/proof in support of the same for scrutiny and approval.
Any downward variation in above rates of taxes/duties/levies shall have to be passed on to the Nigam.
6. It is noted that the quantum of work as mentioned in the specification are tentative and we agree to
execute any quantum of work as per your requirement.
7. We have noted the standard terms of payment and undertake to abide by the same.
8. We also note that conditional offers are likely to be rejected.
9. The supply of material / equipments shall be strictly as per latest ISS / BS and technical specification of
JU/SE/TN/TW-_____ and as per GTP provided by bidder and accepted by the Nigam.
10. The erection work shall strictly be in accordance with work completion schedule as given in the
schedule-5. In case we fail to complete the work as indicated in therein we shall pay penalty as per
“Delay in completion” clause of the specification.
11. The supply of material/ equipments shall be strictly as per latest ISS/ BS & technical specification No
JU/SE/TN/TW-_______and as per GTP provided by bidder and accepted by Nigam.
Part-I Bid Proposal form & Schedules
JdVVNL/TNTW- /P-14
12. We confirm that we agree to adhere to all the commercial terms & conditions as well as the technical
stipulation of your specification No.JU/SE/TN/TW-_______ and there is no deviation. Such
acceptance has also been confirmed in prescribed schedule 3 & 4 enclosed herewith.
13. We confirm that we are qualified for bidding in terms of Qualification Requirements specified in the
bidding documents and have submitted the requisite qualification Certificate & data/ documents with the
bid.
14. Until a formal contract is prepared and executed, this document together with your written acceptance
thereof in your notification of award shall constitute a binding contract between us.
15. We understand that price quoted by us are firm and no price variation will be allowed.
16. We understand that you are not bound to accept the lowest or any bid you may receive.
17. The checklist have been completely filled and signed.
18. We have mentioned respective tender No. wherever required in schedules and documents, in which we
are participated.
Encl: -Schedule-3 to 8 along with supporting documents.
Yours faithfully,
(Signature)
Name &Designation
(with seal of the firm) Place:
Date:
JdVVNL/TNTW- /P-15
SCHEDULE-2
Duly Prepared BOQ (Price Bid) in
XLS Format uploaded separately on
www.eproc.rajasthan.gov.in Bidders
are requested to fill the rates
separately in each BOQ i.e. for
supply and erection.
JdVVNL/TNTW- /P-16
SCHEDULE-3
Commercial Terms & Conditions
Bidder's Name & Address:
To
The Superintending Engineer (TW),
Jodhpur VidyutVitran Nigam Limited,
New Power House, Industrial Area,
Jodhpur – 342003.
Sub: Confirmation for “NIL Deviation” in Commercial terms & conditions for tender No. JU/SE/TN/TW-
_____
Dear Sirs,
We hereby confirm that there is NIL deviation in commercial terms & conditions stipulated in the bidding
documents and we are agreed to adhere the same strictly.
(Signature)...............................
(Name)...............................
(Designation)…………………….
(Common Seal)..............................
Place:
Date:
JdVVNL/TNTW- /P-17
SCHEDULE-4
Technical Terms & Conditions
Bidder's Name & Address:
To
The Superintending Engineer (TW),
Jodhpur VidyutVitran Nigam Limited,
New Power House, Industrial Area, Jodhpur – 342003.
Sub:Confirmation for “NIL Deviation” in Technical terms & conditions for tender No. JU/SE/TN/TW
______
Dear Sirs,
We hereby confirm that there is NIL deviation in technical terms & conditions stipulated in the bidding
documents and we are agreed to adhere the same strictly.
We also confirm that tendered material shall be procured in line with clause no. 8.0 of General Conditions of
Contract.
(Signature)...............................
(Name)...............................
(Designation)…………………….
(Common Seal)..............................
Place:
Date:
JdVVNL/TNTW- /P-18
SCHEDULE-5
Work Completion Schedule
Bidder's Name & Address:
To
The Superintending Engineer (TW),
Jodhpur VidyutVitran Nigam Limited,
New Power House, Industrial Area,
Jodhpur – 342003
Dear Sirs,
We hereby declare that the following Work Completion Schedule, including submission of Joint Survey Report
& Work Plan shall be followed by us in supply, erection, testing and commissioning of the equipments and
completion of works as detailed in the G-schedule of tender No. JU/SE/TN/TW-________ shall be as per
clause No. 26 of general Condition of Contract (GCC).
(Signature)...............................
(Name)...............................
(Designation)…………………..
Place:
Date: (Common Seal)..............................
JdVVNL/TNTW- /P-19
SCHEDULE-6(A)
Qualification Requirements Details
(Tender No. JU/SE/TN/TW-________)
Bidder's Name & Address:
To
The Superintending Engineer (TW),
Jodhpur VidyutVitran Nigam Limited,
New Power House, Industrial Area,
Jodhpur – 342003
Dear Sirs,
We hereby declare that we are qualified for bidding in reference to “Qualification Requirements” indicated in
“Annexure – III, Part-I, Vol-I” of the bidding documents as per details given here under:
S.No
.
PARTICULARS DETAILS
1 Turn Over (As
defined in cl. No.
2(i) of annexure-‘III’
of Volume-I)
( In Crores of Rs. only)
2014-15
2015-16
2016-17
2017-18
2018-19
2 Net Profit After Int.
& Dep.
( In Crores of Rs. only)
2014-15
2015-16
2016-17
2017-18
2018-19
3 Net Worth ( In Lacs of Rs. only)
2014-15
2015-16
2016-17
2017-18
2018-19
and submit the following certificate(s) /documents in support of the above: -
1. Copy of Valid Contractor License.
2. Copy of registration with Jodhpur-Discom, if registered.
3. Copies of Audited Balance Sheet pertaining to last five years ( i.e. F.Y. 2014-15 to F.Y. 2018-19)
4. Furnishing of a certificate issued by a registered Chartered Accountant certifying of specified
qualification requirements is essential. The name, stamp and the registration no. of the Chartered
Accountant are necessary of the certificate with UDIN.
Date: Name & Designation
Place: (with seal of the firm)
JdVVNL/TNTW- /P-20
Schedule-6(B)
Qualification Requirements
(Tender No. JU/SE/TN/TW-______)
Details of Works Executed during last three financial years (, 2014-15, 2015-16, 2016-17 , 2017-18 & 2018-
19)
Ord
er
Aw
ard
ing
Au
tho
rity
Des
crip
tio
n
of
Work
Work
order S
tip
ula
ted
com
ple
tio
n
Per
iod
Da
te o
f co
mm
ence
men
t
Da
te o
f a
ctu
al
com
ple
tio
n Value of work actually
executed (as per
completion certificate)
during five years
(Amt. in Rs. Lacs) Remarks
No
.&
Da
te
Am
ou
nt
(Rs.
in l
acs
)
20
14-1
5
20
15-1
6
20
16-1
7
20
17-1
8
20
18-1
9
To
tal
TOTAL:
Note:
(1) Copy of each work order, G-schedule & completion report be enclosed.
(2) Completion report must be certified by a technical officer only, as per cl. No. 1 (c) (iii) of
Qualification Requirement and should also be duly attested by Notary Public.
(3) Furnishing of the completion report of each of work executed specially indicating the amount
thereof, is essential as the qualification of the bidder shall be determined on this basis. The
Work experience shall not be counted on account of non-furnishing of such documents.
(4) Work Experience certificate should also be duly attested by Notary public.
(Signature)...............................
Date:
(Name)...............................
Place:
(Designation)..............................
(Common Seal)..............................
JdVVNL/TNTW- /P-21
SCHEDULE-7
List of Previous Experience of Work Executed
(Tender No. JU/SE/TN/TW-________)
Bidder's Name & Address:
To
The Superintending Engineer (TW),
Jodhpur VidyutVitran Nigam Limited,
New Power House, Industrial Area,
Jodhpur – 342003
Dear Sirs,
We have completed /executed the orders of Turn-key package successfully as per details given hereunder:-
S.No. Details of
ordered work
Order No. & Date Name & details of
ordering utility Date of
commencement 1 2 3 4 5
Date of
completion
Contract value of
ordered/executed work
Whether order executed as per
stipulated work completion
schedule or not
Remarks
6 7 8 9
(Signature)...............................
Date:
(Name)...............................
Place:
(Designation)..............................
(Common Seal)..............................
JdVVNL/TNTW- /P-22
SCHEDULE-8
List of Equipments and Technical Hands
(Tender No. JU/SE/TN/TW-_____________)
Bidder's Name & Address:
To
The Superintending Engineer (TW),
Jodhpur VidyutVitran Nigam Limited,
New Power House, Industrial Area,
Jodhpur – 342003
Dear Sirs,
We hereby declare that we have sufficient men & machinery for successful execution of work against this tender
enquiry, the details of which are given as under:-
---------------------------------------------------------------------------------------------- -----------------------------
(Signature)...............................
Date:
(Name)...............................
Place:
(Designation)..............................
(Common Seal)..............................
JdVVNL/TNTW- /P-23
Office of the Superintending Engineer (TW)
New Power Industrial Area, Jodhpur -342003 (Rajasthan)
TENDER SPECIFICATION FOR
“Supply, Erection, Testing and Commissioning of 11 KV XLPE cable 26.8 KM in order to
bypass existing line which has undergone to sand dunes area under Sub-Division Moomal
and Dhanana for deposit work for F.Y. 2019-20 under SE( BFL) ,Jaisalmer as per
governing specification on Turn-Key Basis”.(TNTW-473)
TENDER No. JU/SE/TN/TW- 473
NAME OF CIRCLE:- SE(BFL),JAISALMER
VOLUME - I
Part : II
JdVVNL/TNTW- /P-24
Jodhpur Vidyut Vitran Nigam Limited is one of the Electricity Distribution Companies in
Rajasthan State.
This specification covers the execution of work “Supply, Erection, Testing and
Commissioning of 11 KV XLPE cable 26.8 KM in order to bypass existing line which has
undergone to sand dunes area under Sub-Division Moomal and Dhanana for deposit work
for F.Y. 2019-20 under SE( BFL) ,Jaisalmer as per governing specification on Turn-Key
Basis”.(TNTW-473)
Following main works are to be carried out:
i. Joint Survey of site with GPS coordinate and SLD.
ii. Transportation/ freight and Insurance of material
iii. Supply and Erection/Installation of various material/equipments
iv. Testing & Commissioning of various material/ equipments
---XXX---
Part-II BROAD SCOPE OF WORK
JdVVNL/TNTW- /P-25
TECHNICAL SPECIFICATIONS
1. Introduction
Jodhpur Vidyut Vitran NIGAM Ltd herein after to be referred to as JdVVNL is a
distribution Utility entrusted with the distribution of power. It caters power to more than
22 Lacs consumers.
2. Objectives of this bid
Jodhpur Vidhyut Vitran Nigam Ltd. is one of the electricity distributing company in
Rajasthan State intents to install appropriate system and provide contract on Turnkey basis
for carry out the works covered in the scope of work and shall be increased or decreased as
per requirement of field condition/ Nigam.
3. Detailed scope of work
The following main works are to be carried out for erection/ installation & commissioning
of various material along with its associated equipments:
Joint Survey of site with GPS coordinate and SLD.
Transportation/ freight and Insurance of material
Supply and Erection/Installation of various material/equipments
Testing & Commissioning of various material/ equipments
3.1 WORKMANSHIP/TECHNICAL RESOURCES:
i. The contractor should be a Class A/B Electrical Contractor who possess valid license
and experience of such type of erection and commissioning work for 33/11KV and above
works on turnkey or contract basis. The contractor shall give a list of such turnkey projects
or contract executed by them in past including civil foundation work.
ii. The contractor shall furnish full details, of Engineers, skilled, semi-skilled persons
and unskilled labour along-with supervisory staff with their experience who would be
employed by him to carry out the proposed erection work. The qualification and
experience of such manpower shall be furnished in relevant schedule. The contractor shall
assign only qualified and senior supervisor Engineers and provide adequate number of
competent labour for the work.
iii. Payment in part or whole may be withheld against contract work claimed by contractor
which in opinion of the Nigam, is necessary to protect himself from loss on the
account of :-
a. Defective work not remedied or guarantees not met.
b. Claims filed against contractor.
c. Failure by contractor to make due payment for materials supplied or labour employed
by him.
d. Damage to Nigam’s or other’s property.
e. Failure to meet the mutually agreed schedules to works.
Part-II REQUIREMENT OF SYSTEM
JdVVNL/TNTW- /P-26
iv. Whenever any information or clarifications in respect of construction of work have to
be obtained from various authorities the contractor shall be responsible for taking
action well in time, so that there are no delays on this account. The completion period
offered in the tender shall be deemed to include the time taken for such incidental
works.
3.2 MANUFACTURER’S DRAWINGS & INSTRUCTION MANUALS:
Manufacturer’s drawings, instructions and recommendations shall be correctly
followed in handling and setting of equipment and extreme came shall be exercised in
handling equipment to avoid distortion to stationary structures, the marking of surface finish,
damage to delicate instruments and electrical parts.
In accordance with the specific installation instructions as indicated on manufacturer’s
drawings or catalogues, or as directed by the Nigam, the contractor shall handle, assemble,
install, wire, test and put into commercial use all equipment and works included in this
contracts. The equipment shall be installed in a neat manner, so that it is level plums, square
and properly aligned and oriented. Tolerance shall be as establishes in manufacturer’s
drawing or a stipulated by the Nigam. No equipment shall be grouted or permanently bolted
down to the foundation or structure until the alignment has been checked and found
acceptable to the Nigam.
In case of any doubt/mis-understanding as to the correct. Interpretation of
manufacturer’s drawings or instructions, necessary clarifications shall be obtained from the
manufacturer. The contractor shall be held responsible for any damage to the equipment
consequent to the non-following of manufacturer’s instructions correctly.
4 PRICE/CHARGES:
(i) The contract price shall remain FIRM throughout the period of contract and no
increase in these rates shall be allowed under any circumstances.
(ii) The following charges, if any, shall be borne by the tenderer:-
(a) All traveling expenses to and fro the site, allowances, living expenses,
wages, salaries, overtime benefits and all compensations for skilled and
unskilled workmen, supervisors, engineers, clerical staff, watch and ward staff,
storekeepers etc. engaged for the work.
(b) Insurance for workers engaged for installation work, workmen’s
compensation, third party liability and any other insurance required as per the
specification, cost of all licenses and permits, loading, transport and unloading
of all his material, tools and tackles instruments and construction sides to and
from the site, cost of providing office, tool rooms, quarters, required under the
contract and for satisfactorily executing the complete work under the contract.
(iii) No idle charges shall be payable for any reason whatsoever to the contractor for
stoppage of works.
(iv) Contract price included all taxes, duties and cess as applicable time being in force.
JdVVNL/TNTW- /P-27
5 INSPECTION FEES:
Any fee to be paid to statutory authorities including electrical inspector for testing and
inspection shall be borne by the Nigam.
6 COMPLETENESS OF TENDER:
Each section of the tender should be complete and include all associated works not
specifically mentioned in the Schedule/Specification etc., but essential for the completeness
of the work. The contractor shall not be eligible for any extra charges in respect of such
minor works though not specifically included in the tender or contract.
7 DEPARTURE FROM SPECIFICAITON:
Should the tender wish to depart from the specification in any respect, he should
clearly state such departures indicating the reasons there of, unless this is done, the
departmental specification will hold good and shall be binding on the supplier unless the
departures have been approved in writing by the purchaser.
Tender not supported by the information desired in the specification or not complying
with the specification is liable for rejection.
8 COMPLIANCE WITH REGULATIONS:
Unless otherwise specified, all works shall be carried out in accordance with the
Indian Electricity Act 1910, Indian Electricity Rules, 1956 with any amendments or revision
thereof which may be issued during the currency of the contract and the requirement of any
other regulations and Acts in India which the Nigam may be subjected to.
9 LAY-OUT OF SUB-STATION/DRAWINGS:
The contractor will be supplied two copies of all relevant necessary layout drawings
required for installation commissioning of 33KV lines.
The Nigam reserves the right to make minor additions/deletions or modifications to
the particulars and details given on the drawing depending on actual site requirement as and
when necessary. Contractor shall carry-out the installation work in accordance with such
requirement.
All specialized equipments/services necessary for proper installation of all equipment
covered in this contract shall be provided by the contractor.
JdVVNL/TNTW- /P-28
SUPPLY OF TOOLS, TACKELS AND OTHER MATERIALS:
For completion of the work, contractor shall, at his own expense ensure availability of
all necessary erection tools, machine tools, power tools, Tackles, hoists, Cranes, Derricks,
Cables, Slings, Skids, Scaffolding, work benches, tools for rigging, cribbing & blocking,
welding machine and all associated protective equipment, instruments, appliances, materials
and supplies required for unloading, transporting, storing, erection testing and
commissioning that may be required to accomplish the work under contract unless
otherwise provided for. Adequacy of such tools will be subject to final determination of the
Nigam.
The Nigam may furnish to contractor for use on the project, such equipment, tools and
Tackles that could be spared by him at the time of request for the same by contractor, at
standard rental charges. Such rental charges shall be deducted by the Nigam from
contractor’s bill and net payment shall be made.
Contractor shall also furnish al necessary expendable devices like Anchors, Grinding, and
abrasive wheels, raw Plugs, Hacksaw, Blades, Tags Dies, Drills, Reamers, Chisels, Files,
capbroundum, Wire, Brushes, necessary Bamboo scalffolding, Ladders, wooden blanks,
timbers, Sleepers and consumable material like oxygen, actilylene, Argon, lubricating, oils,
greases, cleaning Plugs, cylinder oil, graphite power and flakes, fasteners, baskets,
temporary supports, stainless Steels Shims of various thickness as required, Cotton wastes,
cheese cloth and all other miscellaneous supplies of every kind required for carrying out the
work under the contract.
Contractor shall be responsible to provide all reasonable facilities including tools,
personnel etc. and ensure co-ordination with the Nigam and equipment supplier’s erection
supervisors to enable them to carry-out all supervision, measurements, checks etc., in a
satisfactory manner, entirely at contractor’s cost.
Contractor shall not dispose off, transport or withdraw any tools, tackles, equipment and
material provided by him for the contract without taking prior written approval from Nigam
and Nigam at all times shall have right to refuse permission for disposal, transport or
withdrawal of tools/tackles, equipments and material if in his opinion, the same will
adversely affect the efficient and expeditious of the project.
Note:- All the material supplied by the contractor shall comply the relevant ISS and
shall be in accordance with the requirement mentioned in clause No.-8 of GCC.
Part-II TECHNICAL REQUIREMENT OF SYSTEM
JdVVNL/TNTW- /P-29
1.0 WAY LEAVE, TREE CUTTING AND OTHER OBSTRUCTIONS:
The Nigam will arrange for way leave and for tree clearance, proposals in this
connection will have to be prepared and submitted by the contractor well in time. It will also
be necessary on the part of contractor to instruct his labour and staff to use minimum area
while doing the work where there are standing crops. No person of the Contractor should pick
any items from standing crops of fruits. The Contractor should take all possible steps to avoid
or minimize damage to standing crops, etc. Tree cutting required, shall be arranged by the
contractor.
The contractor should immediately notify any obstructions or hindrance from local
villagers or the local authorities in the execution of the work, to the concerned Engineer/In-
charge but should not deal directly in the matter. The Engineer/in-charge will arrange to
remove the obstacles as soon as possible.
For the clearance, permissions, removal of obstructions in way leave, etc. the
contractor shall not remain contended by simply informing the Nigam but shall invariably
assist and arrange for personal follow up to overcome the difficulties in the interest of
progress of the work.
2.0 ACCESS TO LOCATION:
It will be the contractor’s sole responsibility to take the material up to the location and
shall have to arrange transportation at his cost.
The contractor will be deemed to be very well familiar with the work to be executed
before giving the offer. Notwithstanding, the difficulties of terrain, location
approaches, way leave and other obstructions the price quoted for all the items of
erection in the ‘G’ schedule shall not undergo any change at any stage of work
including the time limit extension.
Only Indian Original persons having valid police clearance will be allowed to
work as per time specified by BFL authorities.
3.0 SHUT DOWN OF EXISTING LINES:
The contractor or his authorized representative shall intimate in advance along-with
complete programme of erection where ever shunt down of existing line is required to the
Engineer In charge of the site for arranging shut downs. The contractor shall have to plan the
work in such a way that in minimum duration of shut down maximum work is carried out to
avoid repeated and/or longer duration shut downs.
4.0 GENERAL TECHNICAL CONDITIONS
The following provisions shall supplement all the detailed technical Specification and
requirements. The Bidder’s proposal shall be based on the use of equipment and materials
complying fully with the requirements, specified herein.
Part-II GENERAL INFORMATION
JdVVNL/TNTW- /P-30
The Bidder shall furnish clause – by – clause commentary (with detailed technical data
as required) on the Technical Specification demonstrating the goods substantial
responsiveness to the Specification or deviation and exceptions to the provisions of the
Technical Specification unless and until advised contrary to this in the bidding document.
4.1 Reference Standards & Improvements
The Codes and/or Standards referred to in Specification shall govern, in all cases
wherever such references are made. In case of a conflict between such Codes and / or
Standards and the specification, latter shall govern. Such Codes and / or Standards,
referred to shall mean the latest revisions, amendments / changes adopted and published
by the relevant agencies.
Other internationally acceptable Standards that ensure equivalent or better performance
than those specified shall also be accepted.
The Owner or the Contractor may propose changes in the Specification of the
equipment or quality thereof and if the parties agree upon any such changes, the
Specification shall be modified accordingly.
If any such agreed upon change is such that it affects the price and schedule of
completion, the parties shall agree in writing as to the extent of any change in the price
and / or schedule of completion before the Contractor proceeds with the change.
Following such agreement, the provision thereof shall be deemed to have been amended
accordingly.
4.2 Quality Assurance
A Quality Assurance Programme of the Contractor shall generally cover but not
limited to the following:
(a) His organization structure for the management and implementation of the proposed
Quality Assurance Programme.
(b) Documentation control system.
(c) Qualification data for key personnel.
(d) The procedure for purchases of materials. Parts/ components and selection of sub-
Contractor’s services including vendor analysis, source inspection, incoming raw
material inspection, verification of material purchases etc.
(e) System for shop manufacturing including process controls.
(f) Control of non-conforming items and system for corrective action.
(g) Control of calibration and testing of measuring and testing equipments.
(h) Inspection and test procedure for manufacture.
(i) System for indication and appraisal of inspection status.
(j) System for quality audits.
(k) System for authorizing release of manufactured product to the Purchaser.
JdVVNL/TNTW- /P-31
(l) System for maintenance of records.
(m) System for handling storage and delivery and
A Quality Plan detailing out the specific quality control procedure adopted for
controlling the quality characteristics of the product. The Quality Plan shall be mutually
discussed and approved by the Owner after incorporating necessary corrections by the
Contractor as may be required.
4.3 Quality Assurance Documents
The Contractor shall be required to submit all the Quality Assurance Documents as
stipulated in the Quality Plan at the time of Owner’s inspection of equipment / material.
The owner or his duly authorized representatives reserves the right to carry out Quality
Audit and Quality surveillance of the systems and procedures of the Contractor’s / his
vendor’s Quality Management and Control Activities.
4.4 Owner’s Supervision
To eliminate delays and avoid disputes and litigation it is agreed between the parties
to the Contract that all matters and questions shall be resolved in accordance with the
provisions of this document.
The manufacturing of the product shall be carried out in accordance with the
specification. The scope of the duties of the Owner’s pursuant to the contract will include but
not be limited to the following:
(a) Interpretation of all the terms and conditions of these Documents and Specification.
(b) Review and interpretation of all the Contractor’s drawings, engineering data etc.
(c) Witness or authorize his representative to witness tests at the manufacturer’s works or
at site, or at any place where work is performed under the Contract.
(d) Inspect, accept or reject any equipment, material and work under the Contract, in
accordance with the Specification.
(e) Issue certificate of acceptance and / or progressive payment and final payment
certificate.
(f) Review and suggest modification and improvement in completion schedules from
time to time; and
Supervise the Quality Assurance Programme implementation at all stages of the Works.
4.5 MANDATORY TEST CHECKING OF MATERIAL ON RECEIPT IN
THE STORES:
(i) NO Material shall be allowed to use against the awarded works without successful
testing as per provisions of Technical Specifications for which testing facility is available at
JdVVNL’s CTL Lab, Jodhpur. The due payment against supplies & erection, whenever it
falls due, shall be released only after receipt of successful test reports for the samples
selected at stores by the NODAL or the nominated officers of the JDVVNL.
JdVVNL/TNTW- /P-32
(ii) In case material/equipments do not pass the test and contractor request for re-testing
of second sample and if it is accepted by the Discom, the testing fees will be charged as per
item wise prevailing rates of CTL testing charges of material and the amount will be payable
by the contractor on this account to the Sr. Accounts Officer ( CPC), JdVVNL, Jodhpur.
4.0 SERVICE CONDITIONS
All out door Equipment / material to be supplied/erected against this specification
shall be suitable for satisfactory continuous operation under tropical conditions as specified
below:
1. Maximum ambient air temperature in shade 500C
2. Minimum ambient temperature in shade -2.50C
3. Maximum Relative humidity 90%
4. Minimum Relative humidity 10%
5. Average Annual rainfall 10-100 Cm.
6. Maximum wind pressure (Kg. Per sq. m.) 45
7. Height above mean sea level Less Than 1000 meter
8. Dust storms are liable to occur during the period March to July
9. Average number of rainy days per annum 100
10. Isoceraunic level (days / year) 40
11. Moderately hot and humid tropical Yes
12. Seismic level (horizontal acceleration) 0.08 g
6.0 STATUTORY REGULATIONS & STANDARDS: -
6.1 Statutory Regulations: -
The contractor is required to follow Indian Electricity Act 2003, Indian Electricity
Rules, 1956, as amended and other local rules and regulation referred in this specification.
6.2 Reference Standards: -
The codes and/ or standards referred to in the specification shall govern, in all cases
wherever such references are made. In case of a conflict between such codes and/or standards
and the specification, latter shall prevail. Such codes and/or standards referred to shall mean
the latest revisions, amendments/changes adopted and published by the relevant agencies
unless otherwise indicated.
7.0 EARTHING
JdVVNL/TNTW- /P-33
Earthing shall generally be carried out in accordance with the requirements of Indian Electricity Rules, 1956 and the relevant regulations of the Electricity Supply Authority concerned and as indicated below
1. All metallic supports shall be properly connected to the earth wire.
2. For lattice structure the metal cross-arms and insulator pins shall be bonded and properly connected to the earth wire. Ground earthing is to be provided at every 4/5 structure support.
3. The supports on either side of the road, railway or river crossing should be
earthed.
4. All supports passing through inhabited areas, road crossings and along such other places, where earthing of all structure(s) is considered desirable from safety considerations should be earthed.
In special locations, railway and telegraph line crossings, special structures, etc., rod earthing should be done.
8 .0 TESTING AND COMMISSIONING
When the line/SS is ready for energisation, it should be thoroughly inspected in
respect of the following:-
1. Earthing System: To check whether the earthing connections of supports and fitting are intact. Measure earth resistance with earth tester.
2. After the visual inspection is over and satisfied, the conductor is tested for continuity/ground, by means of magger. At the time of testing through magger, person should not climb on the structure or touch the guarding, conductor, guy wire etc.
3. Before charging any new line, cable, substation it should be ensured that the required inspection fee for the new line, cable, and substation is paid to the Electrical Inspector and approval obtained from him for charging the line.
4. The line, cable, substation should be energized before the officer who has been authorized by the Nigam in this regard.
5. Before energizing any new line, cable, substation the officer-in-charge of the line, cable, and substation shall notify to the workmen that the line is being energized and that it will no longer be safe to work on line. Acknowledgement of all the workmen in writing should be taken in token of having intimated them.
6. Wide publicity by Tom-toming should be arranged in all the localities through which the line, that is to be energized passes, intimating the time and date of energizing and warning public against the risk in meddling with the line.
7. The Officer-in-charge of the line, cable, substation shall personally satisfy himself that the same is in a fit state to be energized.
9. WASTAGES:
This being a total turnkey contract, no wastage shall be allowed in any material except
3% of length in case of conductor and 1% of length in earth wire towards sag &
jumpering etc. Wastage if any shall be born by the Contractor.
JdVVNL/TNTW- /P-34
1 GENERAL INSTRUCTIONS
1.1 The JODHPUR Vidyut Vitran Nigam Ltd, or any authority designated herein after
called 'OWNER' will receive bids in respect of services as set forth in the
accompanying specification. All bids shall be prepared and submitted in accordance
with these instructions. The Bidder, in his own interest is requested to read very
carefully these instructions and the terms and conditions as incorporated in General
Conditions of Contract and Technical specification before filling the Bid proposal
form. If he has any doubt as to the meaning of this specification or any portion
thereof, he shall before submitting the Bid, refer the same to the Superintending
Engineer (TW), Jodhpur in writing well in time before the specified date of opening
of Bids so that such doubts may be clarified. Submission of the Bid shall be deemed
to be the conclusive proof of the fact that the Bidder has acquainted himself and is in
agreement with all the instructions, terms and conditions governing the specification,
unless otherwise specifically indicated / commented by him in his Bid.
1.2 Bids submitted after the time and date fixed for receipt of bids as set out in the
invitation to Bid may be rejected.
1.3 The works referred herein shall cover the entire scope of the proposal which include
commissioning and erection & commissioning of equipment including the successful
completion of performance and guarantee tests which the owner desires to get
executed.
2 INTRODUCTION OF WORK:
JODHPUR Vidyut Vitran Nigam Limited intends for Route Survey, Design,
Supply of Material, Erection, Testing and Commissioning, of proposed work on
Turnkey basis against TN-TN-.
2.1 The job involves as detailed in Part-II “Scope of Work”, however any work if
specifically not mentioned but reasonably implied for the successful implementation
and good performance of the proposed work are deemed to be included and are to be
executed.
2.2 The Agency is advised in its own interest to examine the bid documents, instructions,
forms, terms and general information. Failure to provide information, which is
essential to evaluate the bid or to provide timely clarification or substantiation of the
information supplied or submission of bid not substantially responsive to the bid
document may result in disqualification.
2.3 FIELD CONDITIONS: The bidder may in its own interest, before submitting the bid,
inspect and examine the area involved and satisfy him regarding the field conditions
and present supply system of "Area covered in scope of work". For ascertaining the
field condition the Agency may contact the concerned XEN (O&M) / Concerned
Assistant Engineer. No claim for change in the bid or terms & conditions of the
contract shall be entertained on the ground that the conditions are different than what
were contemplated.
Part : III Section-I INSTRUCTION TO BIDDERS (ITB)
JdVVNL/TNTW- /P-35
2.4 The scope of the proposal shall be on the basis of a single bidder's responsibility,
completely covering all the material supply and erection activities specified under the
accompanying technical specification. It will include the following:
2.5 Detailed of the equipment
2.5.1 (a) Complete manufacture including shop testing prior to dispatch at
manufacturer’s premises as per contract specifications by the representative of
owner.
2.6 Providing Engineering drawings, data, operation manual, etc. for the owner's
approval.
2.7 Packing and transportation from the manufacturer’s works to the site, receipt,
storage, preservation and conservation of equipment at the site, pre-
assembly, if any, erection, testing and commissioning of all the equipments,
Reliability tests and performance and guarantee tests on completion of
Commissioning.
2.8 Bids not covering the above entire scope of works shall be treated as
incomplete and shall be rejected.
3 QUALIFICATION REQUIREMENTS
The qualification requirements of the bidders are mentioned in Section-III Part-II
of the bidding documents. The bids of bidders fulfilling these requirements only
would be considered for evaluation & award of contract.
4.0 SUBMISSION OF BIDS:
The bidders, in their own interest, are requested to read very carefully Section-I
(Instruction to bidders), Section-II (General Condition of Contract), Section-III Part-
IA & IB (Erection Condition of Contract) & Section-III part-III (Technical
Specification) before filling the bid. The Bid documents be downloaded from
J d V V N L website http://energy.rajasthan.gov.in /jdvvnl , or
http://eproc.rajasthan.gov.in and upload the tender on website of RISL
www.http://eproc.rajasthan.gov.in. No hard copy of the bidding documents will
be provided to the bidders through this office. In case of any discrepancy found in
bidding documents downloaded from the website and appended with the bid (as a
bid document) and original copy of such document available in the office of
Superintending Engineer (TW), JdVVNL, Jodhpur will be considered as final
document for all purpose. The cost of Bid document as published in NIT shall be
furnished along with EMD before opening of bid and scan copy be upload on
website of RISL. The document shall be downloaded/ uploaded in the manner
prescribed in bid document.
• Tenders shall be submitted online in the electronic format attached here to and all
blanks in the tender and the schedule to the specification shall be duly filled in. The
completed forms, schedule(s) shall be considered as part of the contract documents
in the case of successful bidder (s).
JdVVNL/TNTW- /P-36
• No alteration should be made to the format of the tender specification and
schedules. The bidder must comply entirely with specification.
• The tender and all accompanying documents shall be in Hindi/English Language
and shall be signed digitally by a responsible and authorized person. The name,
designation and authority of the signatory shall be stated in the tender.
• Tender should be filled in only with ink or typed and must be submitted online after
signing digitally.
• All additions, alterations and over-writing in the bid must be clearly signed by the
signatory of the bidder otherwise bid will be summarily rejected.
• The bidder must quote the prices strictly in the manner as indicated herein, failing
which bid is liable for rejection. The rate/prices shall be entered in words as well as in
figures. These must not contain any additions, alterations, over-writing, cuttings or
corrections and any other marking which leave any room for doubt.
• The Purchase Authority will not be responsible to accept any cost involved in the
preparation or submission of bids.
• Any printed conditions of sale on the bid shall not be accepted by the purchase
Authority.
• The tender offer shall be submitted in time specified on http://eproc.rajasthan.gov.in
in electronic format in the following manner:
• COVER – I for details of EMD, Tender processing fee and Cost of Tender
document (to be filed in pdf format).
• COVER – II for Techno- Commercial Bid (to be filed in pdf format):
In this part of bid, bidder will have to furnish Guaranteed Technical Particulars in
regard to all requirement details of Technical Specification (Section-III part-III) and
confirmation of commercial terms and conditions of GCC (General Conditions of
Contract) and its addendum/corrigendum, if any, along with details required in
various/schedules “EXCEPT THE PRICE SCHEDULE” so that the purchaser may be
able to examine whether the offer submitted is technically acceptable and also confirm
to our commercial terms and conditions or not.
• COVER – III for Financial/Price Bid/BOQ (to be filed in xls format).
This price bid shall include submission of details of prices as per Schedule of the
specification. The price bid will be opened only after being satisfied with Technical
and Commercial Bid as per qualifying requirement stipulated in the Specification
and bid of such qualified bidders will only be opened. The date of opening of such
price Bids will be intimated in due course of time.
JdVVNL/TNTW- /P-37
• Bidders shall indicate in their bid the name and complete address of Excise
authorities under whose jurisdiction is their works / offices falls.
• All bids and accompanying documents shall be addressed to the S.E. (TW)
JODHPUR Vidyut Vitran Nigam Limited, JODHPUR.
• The bidder should sign the tender documents digitally and stamped on each page.
• The tenders given in the form other than prescribed form will not be considered.
• Only one representative, on submission of valid authorization of the signatory of
the bid, will be allowed to be present during the opening of the bid.
• The conditional bids shall not be accepted.
• The bidder must clearly fill up each and every particular of Guaranteed
Technical Particulars annexed with Technical specification otherwise he will be
responsible for Technical non-responsiveness.
5. DOCUMENTS TO BE UPLOADED WITH THE TENDER:
The tender shall be accompanied with the following schedules, documents. The tender
who is not accompanied by any or all the following mentioned schedules, documents or
is accompanied by incomplete annexure/ schedules is liable for rejection.
• Cover I for details of EMD / Tender processing fee and Cost of Tender document as detailed
below:
• Proof of depositing EMD (DD/Banker’s Cheque)/ Scan copy of BG for EMD
• Proof of depositing DD/Banker’s Cheque towards e- tender processing fee.
• Proof of depositing cost of tender documents (DD/Banker’s Cheque).
• Cover II for Techno- Commercial Bid as detailed below duly signed and stamped:
• Schedule-1 Bid Proposal Form.
• Schedule-2 Price Bid
• Schedule-3 for confirmation with regard to “ NIL DEVIATION” in respect of
commercial terms & conditions of the specifications.
• Schedule-4 for confirmation with regard to “NIL DEVIATION” in respect
of Technical terms & conditions of the specifications. Confirmation of
required guarantee technical particulars of material to be supplied / used
and purchase of same from Approved vendors by MM wing of Jd.VVNL or
TW wing of respective Nigam.
• Schedule-5 Work Completion schedule .
• Schedule-6 (A) Check List for Qualification Requirements
• Schedule-6(B) Check List for Qualification Requirements
• Schedule-7 List of Previous Experience of Work Executed
• Schedule-8 List of Equipments and Technical Hands
• Copy of class “A/B” Electrical contractor license.
• Copy of registration with labour department, insurance certificate,
undertaking in respect of registration of building and construction, Act-1996
and other supporting documents required as per specifications.(as applicable)
• Other details/information in the schedule(s) or Annexure(s), wherever
specified in Section I & II.
JdVVNL/TNTW- /P-38
• Power of Attorney on NJS Rs. 500/- for authorized signatory to sign the
tender document digitally.
• Name & Complete address of excise authority under whose jurisdiction their
works/office falls.
• Copy of latest Audited Account for last 5 years.( F.Y. 2014-15 to 2018-19)
• Name & correspondence address of the bidder along with phone /Fax No. &
email address.
• Confirmation of firm Not-blacklisted and no pending litigation.
• PF/ESI Registration.
• GSTIN, PAN, Bank A/C No. with IFSC code and Branch Address
• Cover-III For financial / price bid / BOQ (to be filled in Excel format) in
prescribed schedule.
6. INFORMATION REQUIRED WITH THE PROPOSAL
• The bids must clearly indicate the name of the manufacturer, the type of model of
each principal item of equipment proposed to be furnished and erected. The bid
should also contain drawings and descriptive materials indicating general
dimensions, material from which the parts are manufactured, principles of operation,
the extent of pre-assembly involved, major construction equipment proposed to be
deployed, method of erection and the proposed erection Organizational structure.
• The Bidder in the form of separate sheets, drawings, catalogues, etc. in two copies
shall provide the above information.
• Any bid not containing sufficient descriptive material to describe accurately the
equipment proposed may be treated as incomplete and shall be rejected. The Owner
will retain such descriptive materials and drawings submitted by the Bidder. Any
major departure from these drawings and descriptive material submitted will not be
permitted during the execution of the Contract without specific written permission/
approval of the owner.
• Oral statements made by the Bidder at any time regarding quality, quantity or
arrangement of the equipment or any other matter will not be considered.
• The bidder may use in the bid Standard catalogue pages and other documents to
provide additional information and data as deemed necessary.
• The Bidder, along with its proposal, shall submit a list of recommended erection
equipments and materials, which may be required for the purpose of erection of
equipment and materials supplied under the contract.
• In case the 'Proposal' information contradicts the specification requirements, the
specification requirements will govern, unless otherwise brought out clearly in the
technical/ commercial deviation schedule.
• The bidder shall furnish the guaranteed technical particulars in the schedule(s)
provided in this document for various materials.
7.0 RECEIPT AND OPENING OF BIDS.
• Bidder shall submit their bid in electronic format, digitally signed and
stamped on each page. Bidder shall procure Digital Signature Certificate
(DSC) as per IT act - 2000.
JdVVNL/TNTW- /P-39
• The electronically received bids will be opened in the office of the
Superintending Engineer (TW), JODHPUR on stipulated date & time in the
presence of such bidders or their authorized representative, who choose to be
present. The system does not permit electronic submission of late tenders after the
due date & time.
• In case, the date fixed for opening of the tenders be declared as a public holiday, the
bid shall be opened on the next date on which office re-opens after such holiday(s).
8. FORMAT AND SIGNING OF BID:
• The tender must contain the name, designation and place of business of the person
or persons making the tender and must submit online & signing digitally with
his DSC (Digital Signature). Tender by a partnership firm must be furnished with
full names of all the partners and should be signed digitally by one of the
member of partnership firm or by a authorized representative indicating the
designation of the person or persons, with authority letter signed by the
Chairman/ Secretary other person authorized to bind the Corporation / Company in
the matter.
• Bid by a partnership must be furnished with full names of all partners and be
signed with the partnership firm name, followed by the signature (s) and
designation (s) of the authorized partner (s) or other authorized representative (s).
• Bids by corporation/ company must be signed with the legal name of the
corporation/ company by the President, Managing Director or by the Secretary or
other person or persons authorized to bid on behalf of such corporation/ company in
the matter.
• A bid by a person who affixes to his signature the word 'President',
'Managing Director' 'Secretary', 'Agent' or other designation without disclosing his
principal will be liable to be summarily rejected.
• Satisfactory evidence of authority of the person signing on behalf of the Bidder
shall be furnished with the bid.
• The Bidder's name stated on the proposal shall be exact legal name of the firm.
• Erasures or other changes in the bid documents shall bear the initials of the person
signing the bid.
• Bids not conforming to the above requirements of signing shall be disqualified.
9. EFFECT AND VALIDITY OF BID :
• The submission of any bid connected with these documents and specification shall
constitute an agreement that the bidder shall have no cause of action or claim, against
the owner for rejection of his bid. The owner shall always be at liberty to reject or
JdVVNL/TNTW- /P-40
accept any bid or bids at his sole discretion and any such action will not be called
into question and the bidder shall have no claim in that regard against the owner.
• The bids shall be valid for a minimum period of 120 days (One hundred twenty)
days from the date of opening of t e c h o - c o m m e r c i a l bids. Bids mentioning a
shorter validity period than specified are likely to be summarily rejected /ignored.
• Owner may ask for extension in validity period. The bidder will be at liberty to
accept it or not. In case bidder agrees to extend the validity period without changing
his original offer, he will be required to extend validity period of the Bank Guarantee
(Submitted against the EMD) suitably.
10.0 EARNEST MONEY:
• The bidder shall furnish bid guarantee (Earnest Money Deposit) as mentioned in
“Invitation for bids”/Tender Notice by crossed bank draft payable in the name of
Senior Accounts Officer ( CPC ), Jd.VVNL, Jodhpur. The Demand draft shall be
accompanied with the bid in an envelope as per instructions given in these bidding
documents. No other mode of deposit shall be accepted.
Or
The bidder shall furnish 20% amount of earnest money deposit by crossed bank draft
payable in the name of Senior Accounts Officer ( CPC ), Jd.VVNL, Jodhpur along
with irrevocable bid bank guarantee of balance 80% amount on non-judicial stamp
papers of Rajasthan state worth 0.25 % of BG value & max. upto Rs. 25,000/-
whichever is less duly authenticated either by a first class Magistrate or Notary Public
or directly confirmed by the issuing Bankers furnished valid initially upto the bid
validity period plus 30 day grace period and further extendable till finalization of bid.
(Bid bank guarantee format is enclosed at Annexure-A). The demand draft of 20%
amount of EMD and bank guarantee for balance 80 % amount shall accompany with
the bid in an envelope as per instructions given in these bidding documents. “In case
of invocation of Bank guarantee issuing Bank must authorize for entertaining the case
at the sister branch located in Rajasthan”. The Bank guarantee must be from any
Nationalized / Scheduled Bank. (Bid-bank guarantee form for EMD is enclosed with
this doc.) • Any other mode except as specified under clause (i) above such as Postal orders/
cheques/ other forms of instruments are not acceptable. Any tender not accompanied
with Crossed Bank Demand Draft against 20% amount of EMD along with proper
BG against balance 80% amount of EMD or crossed Bank Draft against full
amount of Earnest Money shall be rejected and the tender will not be accepted.
• In case of unsuccessful bidder, the Earnest money will be refundable on
production of the original receipt within a fortnight after finalization of the tender. In
case of successful bidder(s) the Earnest Money will be taken into account in arriving
at the amount of the security cum performance guarantee if vendor(s) desires to
furnish cash security deposit. However if the security cum performance guarantee is
JdVVNL/TNTW- /P-41
furnished through bank guarantee (BG) the EMD will be released consequent to
acceptance of such BG.
• Request for adjustments/proposals for acceptance of Earnest Money deposits, if
any, already lying with the Discom’s in connection with some other tenders/orders
shall not be entertained.
• No interest shall be payable on such Deposits.
• The Nigam reserves the right to forfeit Earnest Money Deposit or a part thereof in
circumstances, which according to it indicate that the bidder is not earnest in
accepting/executing order placed under the specification.
11.0 COST OF SPECIFICATION:
The cost of Bid document as published in NIT shall be furnished along with
EMD prior to opening of bid and scan copy be upload on website of RISL. The
document shall be downloaded / uploaded in the manner prescribed in bid
document. The cost of bid and EMD shall be furnished through Bank Draft
payable to Senior Accounts Officer ( CPC), Jd.VVNL, Jodhpur.
12.0 LATE BIDS:
The system does not permit electronic submission of late tenders after the due
date & time.
13 CLARIFICATION OR MODIFICATION OF BIDS:
To assist in the examination, evaluation and comparison of bids, Nigam may ask
Bidders individually for clarification, in writing. No change in the substance of
the bid shall be permitted except as required to confirm the correction of any
typographical error. Jd.VVNL may modify ‘Financial bid’ based on discussions
with individual Bidders short-listed even after opening of ‘Technical bid’.
14 REJECTION OF BIDS
14.1 Any action on the part of the Bidder to revise the rates / prices and modification in the
substance of original tender. Submission of any supplementary information unless &
otherwise asked for at his own instance after the opening of the Bid may result in
rejection of the Bid and also debar him from submission of Bid to the NIGAM at
least for one year.
14.2 The owner reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to award of contract, without thereby
incurring any liability to the affected bidder or bidders or any obligation to inform the
affected bidder or bidders of the grounds for the owner's action.
JdVVNL/TNTW- /P-42
15.0 OPENING OF FINANCIAL BID:
The date and time for opening “Financial bid” will be intimated to the short-listed
Bidders by Nigam in due course through ‘e’-procurement web portal. ‘Financial
Bid’ of the Bidders, not short-listed shall not be opened.
16. SIGNING OF AGREEMENT:
The successful bidder shall, on receipt of Letter of Award from SE(TW),
JdVVNL, Jodhpur enter into a contract with SE(TW), JdVVNL, Jodhpur by
jointly signing an agreement. The draft of the agreement based on the terms
sheet, detailed in Section-II shall be forwarded to the successful bidder for
execution. The agreement shall be executed within fifteen days thereafter. The
person to sign the agreement shall be duly authorized by the Bidder. Amount of
stamp duty for execution of Contract Agreement shall be borne by Contractor.
17.0 UNDERSTANDING & CLARIFICATIONS ON DOCUMENTS &
SPECIFICATIONS.
17.1. The Bidder is required to carefully examine the specifications and documents and
fully inform himself as to all the conditions and terms matters which may in any way
affect the Work or the cost thereof. If any Bidder finds discrepancies or omissions in
the specifications and documents or is in doubt as to the true meaning of any part, he
shall at once request in writing for an interpretation / clarification by the owner. The
Owner, then, will issue interpretation and clarifications as he may think fit in writing.
After receipt of such interpretations and clarifications, the Bidder may submit his bid
but within the time and date as specified in the Invitation to Bid. All such
interpretations and clarifications shall form a part of the specifications and
documents, and accompany the bidder's proposal.
17.2. Verbal clarifications and information given by the owner or his employee(s) or his
representative(s) shall not in any way be binding on the owner.
18.0 DUTIES AND TAXES
18.1 GST as applicable and other taxes /duties/cess as applicable / leviable shall be
included in the bid price. Price break up shall be submitted by the bidder after award
of work order.
18.2 Any income tax, surcharge on income tax and other corporate taxes as attracted under
the law, shall be deducted at source, as per the prevailing Govt. rules by payment
making authority from each bill. Necessary TDS certificate shall be issued by
payment making authority.
18.2Nigam is registered dealer under Rajasthan Sales tax (VAT) and Central Sales tax Act
and is entitled to concessional rate of Central / State sales tax as per rules in force. In
accordance to above, the present applicable concessional rate of CST is @ 2 % and
VAT is @ 5 % to Nigam, and therefore for supply of material, the CST / VAT shall
be payable at actual subject to maximum of concessional rate of 2% / 5 % (as the case
may be). Necessary declaration Form ‘C’ or prescribed certificate for availing
JdVVNL/TNTW- /P-43
supply of material on concessional sales tax shall be issued by the Nigam on
completion of ordered work.
18.3 Deduction of labour cess at source @ 1% from the each running bills of all
running projects of the suppliers/contractors on account of the building and other
construction workers (regulation of employment and conditions of service) act, 1996 &
the building and other construction workers welfare cess act 1996 and deposit the same
under the following budget head through challan under intimation to the cess collector
and assessing officer of the respective jurisdiction within 30 days from the deduction of
cess:-
The Cess will be deducted as applicable on the contract. Any statutory variation /
upward variation in existing rates of taxes / duties / levies / charges during contracted
completion period shall be to Nigam’s account. However, for claiming any such
statutory variation, the contractor is required to furnish the documentary evidence /
proof in support of the same for scrutiny and approval. Any downward variation in the
GST rate if occurred in future then the effect of same will be taken into account in the
contract amount and the benefit of same will be taken by Nigam.
POLICY FOR BIDS UNDER CONSIDERATION
19.1 Bids shall be deemed to be under consideration immediately after they are opened
and until such time official intimation of award / rejection is made by the owner to
the bidders. While the bids are under consideration, bidders and / or their
representatives or other interested parties are advised to refrain from contacting by
any means, the owner and / or his employees / representatives on matters related to
the bids under consideration. The owner, if necessary, will obtain clarifications on the
bids by requesting for such information from any or all the bidders, either in writing
or through personal contact, as may be necessary. Bidder will not be permitted to
change the substance of the bid after the bid has been opened.
20.0 SCOPE OF WORK / QUANTITIES
20.1 The scope of work and quantities indicated for each item in the G-Schedule are
tentative, Nigam reserves right to delete or add any scope of work.
(a) The quantities indicated in the accompanied schedule are only provisional
and owner reserves the right of revising the same at the time of placing the
order.
(b) However the actual quantity of material and quantum of work involved
shall be based on the final survey report duly authenticated by the
concerned Superintending Engineer (O&M). The revised survey report
along with BOQ shall be approved as per Clause No. 6.0 of Section-II
(GCC).
(c) The owner reserves the right to split the quantities and to entrust the order
for the line to one or more bidders. The bidder shall agree to execute
part quantities order on him at the rates/ prices mentioned in his bid and/or
accepted by the owner.
(d) The owner may provide part or full quantity of some items to the
contractor as per his discretion depending upon the prevailing
JdVVNL/TNTW- /P-44
circumstances ,required in erection/execution of related work activity. No payment
towards the cost of such material as indicated in ‘G’ Schedule of prices shall be
payable to the contractor.
20.2 The variation in awarded quantity/ value shall be allowed subject to
provisions mentioned under RTPP Act -2012 and rule -2013 mentioned thereof
and amended from time to time which shall be based on the joint survey with
Nigam Officers during commencement period and submitted with inception
report.
LOCAL CONDITIONS
21.1 It will be imperative on each bidder to fully inform himself of all local conditions and
factors which may have any effect on the execution of the works covered under these
documents a n d s p e c i f i c a t i o n s . The owner shall not entertain any request for
clarifications from the bidders, regarding such local conditions.
21.2 It must be understood and agreed that such factors have properly been investigated
and considered while submitting the proposals. No claim for financial adjustment to
the contract awarded under these specifications and documents will be entertained by
the owner. Neither any change in the time schedule of the contract nor any financial
adjustments arising thereof shall be permitted by the owner, which are based on the
lack of such clear information or its effect on the cost of the works to the bidder.
21.0 BRAND NAMES:
The specific reference in this specification and documents to any material by trade
name, make or catalogue number shall be construed as establishing standard of
quality and performance and not as limiting competition. However bidders may offer
other similar equipment provided it meets the specified standard, and performance
requirements. The bidder shall furnish technical information about the alternative
equipment to enable the owner to determine the acceptability of equipment. The
owner shall be the sole judge of the acceptability of the alternative equipment.
22.0 PRELIMINARY EXAMINATION AND EVALUATION:
23.1 The Owner will examine the bids to determine whether they are complete, whether
any computational errors have been made, whether required sureties have been
furnished, whether the documents have been properly signed, and whether the bids
are generally in order.
23.2 Prior to the detailed evaluation, the owner will determine the substantial
responsiveness of each bid to the bidding document. For purpose of these clauses, a
substantially responsive bid is one which conforms to all the terms and conditions of
the bidding document without material deviations. A material deviation is one which
affects in any way the prices, quality, quantity or delivery period of the equipment or
which limits in any way to the responsibilities or liabilities of the bidder of any right
of the owner as required in these specifications and documents. The Owner's
determination of a bid's responsiveness shall be based on the contents of the bid itself
without recourse to extrinsic evidence.
23.3 A bid determined as not substantially responsive will be rejected by the owner and
shall not subsequently be treated responsive by the bidder by correction of the non
conformity by the bidder.
JdVVNL/TNTW- /P-45
23.4 The “Price bids” of the bidders whose “Techno- commercial bid” found in order &
responsive and meets, the qualification requirements as specified in the bidding
documents, only shall be opened.
23.5 Bid price shall mean the price evaluated on the basis of premium quoted on basic
price by each bidder in his proposal for the complete scope of works.
23.6 The owner may waive any minor infirmity or non-conformity or irregularity in a bid
which does not constitute a material deviation, provided such waiver does not
prejudice or affect the relative ranking of any bidder.
23.7 The owner will evaluate and compare the bids previously determined to be
substantially responsive, pursuant to manner specified above, for each package
separately. No bid will be considered if the complete requirements covered in the
package is not included in the bid.
23.0 AWARD OF CONTRACT
24.1 Notification of award of contract will be made in writing to the successful bidder(s)
by the owner.
24.2 The contract will be awarded to the best qualified and the substantially responsive
bidder offering the lowest evaluated bid in conformity with requirements of these
specifications and documents and the owner shall be the sole judge in this regard and
subject to the provisions of these instructions to bidders and other terms and
conditions detailed out in these documents and specifications. A responsive bid is one
which accepts all terms and conditions of these specifications and documents without
any major modifications. A major modification is one which affects in any way the
prices, quality, quantity or delivery period of the equipment or which limits in any
way the responsibilities or liabilities of the bidder or any rights of the owner as
required in these specifications and documents. However, the owner may waive any
minor formalities or irregularities in the bid.
24.3 The contract will be awarded to first lowest responsive bidder after having
discussions & negotiations with him, for ascertaining the reasonable price for
tendered work. However where the prices quoted / agreed by such first lowest bidder,
even after negotiation is considered higher, the competent purchase committee /
authority may offer a still lower price, considered reasonable to all qualified
participating bidders including first lowest one. On acceptance of such price by one
or more bidders, the contract would be awarded to bidder standing lowest among
those counter offer prices) as per original comparative statement.
24.4 Orders for supply of material and erection work contracts shall be placed separately
on the successful bidders .The contractor shall be fully responsible for the works to be
executed under both the contracts and it should be expressly understood by him that
any breach under any one of contract shall automatically be deemed as a breach of
another contract and any such breach or occurrence giving the owner a right to
terminate a contract and or recover the damages under that contract shall give owner
a right to terminate the another contract and or recover the damages under such
contract as well. However such breach or occurrence in any contract shall not
automatically relieve the contractor of any of his obligations under another contract.
25.0 CONTRACT QUALITY ASSURANCE
25.1. The bidder shall include in his proposal the quality assurance program containing the
Overall quality management and procedure which he proposes to follow in the
JdVVNL/TNTW- /P-46
performance of the works during various phases as detailed in relevant clause of the
General Technical Conditions and Specification.
25.2. At the time of award of contract, the detailed quality assurance program to
be followed for the execution of the contract will be mutually discussed and
agreed to and such agreed program shall form a part of the contract.
26.0 INSURANCE
The bidder's insurance liabilities pertaining to the scope of works are detailed out
in clause titled “Insurance” in clause No. 13.0 of “General Conditions of Contract
and clause No. 25.0 of Erection Conditions of contract. Bidder's attention is
specifically invited to these clauses. Bid price shall include all the cost in pursuance
of fulfilling all the insurance liabilities under the contract.
27.0 MAINTENANCE TOOLS AND TACKLES
The proposal shall include all special tools and tackles required for the operation
and maintenance of the equipment in each equipment package. The bidder shall
indicate all the above items in the proposal sheets in the form of a schedule giving
therein the description and the quantity of each item. The price to be quoted in “G”
schedule by the bidder shall include prices of these tools and tackles. These tools and
tackles shall be delivered at site along with the last consignment of equipment
and in no case earlier than this unless otherwise specified in the Technical
Specification.
28.0 DRAWINGS, TEST CERTIFICATES & GUARANTEED
TECHNICAL PARTICULARS (TO BE FURNISHED BY SUCCESSFUL
BIDDER IN CASE OF WORK ORDER)
28.1 Dimensional drawings indicating the general and/or detailed constructional
features/cross sectional views/ assembling, Schematic arrangement and lay out for
the material/ equipment and its erection and commissioning and use wherever
specially required under Section –III Part -I of this specification.
28.2 Notwithstanding anything contained in sub para (26.1) above, the Bidder may also
furnish such drawings which according to him are desirable for the material /
equipment offered.
28.3 The purchaser may require the drawings as furnished by the Bidder to be modified
to suit the requirements of the specification. The approval of final drawings shall be
necessary and binding and the supplies shall conform to the same.
28.4 In case of any specific alternative requirement of type tests the same shall
be furnished as per Volume-I of this specification.
28.5 The Bidder/supplier shall be required to furnish the routine/manufacturer(s)
factory test certificate(s) for the tests carried out during manufacture in accordance
with the latest standard specifications.
JdVVNL/TNTW- /P-47
29.0 GENERAL
• Specification/ Tender document may be downloaded by any of the interested bidder
from http://eproc.rajasthan.gov.in for the consideration of his tender up to
stipulated date & time. However, online tenders will only be considered if the
bidder have deposited requisite fee.
• The supplier shall treat the details of the specification and other bid documents
as private and confidential and they shall not be reproduced without the written
authorization of the purchaser.
• The purchaser does not bind him to accept the lowest or any bid or any part of the
bid and shall not assign any reason(s) for the rejection of any bid or a part thereof.
• The fact of submission of bid to the purchaser shall be deemed to constitute a
contract between the bidder and purchaser whereby such bid shall remain open for
acceptance by the purchaser within the validity period and bidder shall not have any
option to withdraw their offer or impair/ derogate the same. Where the bidder is
notified about acceptance of their bid by the purchaser during the validity period,
they shall be bound by the terms and conditions of various contract documents as
per specifications of the bid documents in question until formal contract in this
regard, has been executed between them and the purchaser.
• The Successful bidder shall have to execute contract documents for the
proper fulfillment of the same.
• Any action on the part of the bidder to revise the rates/prices on their own after
the opening of the bid may result in rejection of the bid and also debar them
from submission of bids to the Nigam upto three years or next bid whichever is later
and action shall be taken as per provisions mentioned in RTPP Act 2012 and Rules
2013 and amended from time to time.
30.0 SPECIAL CONDITIONS OF CONTRACT
Following points are to be given personal attention by the bidder as these play vital
role in the contract: -
• The contractor shall quote only percentage above or below of prices given in ‘G’
schedules for material and erection component separately. The quantities indicated
in ‘G’ schedule are only provisional. The actual quantity of material and quantum of
work involved shall be based on detailed survey to be conducted by the contractor
with Nigam’s authorized representative before commencement of the ordered work.
• “Time is the essence of agreement”. To honour this no time extension will be given
in normal condition as the work is to be finished within scheduled time. However
extension in work completion time will be considered /granted under force majeure
conditions and on account of unforeseen or unavoidable circumstances beyond the
control of owner/contractor as specified in this specification. Progress of the work
will be examined on pro-rata basis. Priority/ Procedure of the work will be decided
by Engineer in-charge.
• It is assumed that item and work of minor nature are included in the price quoted.
However major item and work if not included in the bid, and if is the demand of
work, then contractor will have to provide it. The payment for supply erection of
such items/works shall be made in accordance with the prevailing market rates/
Standard issue rate list of the Nigam and erection charges shall be paid on CLRC
basis with quoted premium by the bidder.
JdVVNL/TNTW- /P-48
• Since this is a work on “Turnkey basis”, so price should include supply, installation,
testing, commissioning and proper maintenance and replacement of item till Security
cum Performance guarantee period is over. No matter if all above is not narrated with
the item, it is presumed that price given by bidder includes all of above work.
• Guaranteed technical particulars of each item have been indicated in the technical
specification which are to accepted /confirmed and are to be submitted after award of
contract. No deviation will be accepted in this respect. Any other document, which
may deem fit will also be included in the document of agreement even if it is not
included in the bidding document.
31.0 NOTE: 31.1 The bidders are requested to submit their bids prior to last date of submission to avoid
Non- submission of their bids up to prescribed date & time due to non-availability /
hanging of website at last moments or any reason whatsoever. The last date of
submission of bids will not be extended on such accounts.
31.2. Furnishing of Earnest Money/Exemption certificate & proof for deposit of Earnest
Money, e-tender processing fees & cost of tender documents before techno-
commercial bid opening is essential otherwise the techno-commercial bid in
electronic form (cover II and III) will not be opened.
31.3 (i) The bidder will have to deposit prescribed cost of tender specification by
DD/Banker’s Cheque payable in favour of Senior Accounts Officer ( CPC)),
Jd.VVNL , Jodhpur up to stipulated date & time in the office of the SE(TW),
Jd.VVNL, Jodhpur.
(ii) The bidder will have to deposit prescribed EMD by DD/Banker’s Cheque
payable in favour of Senior Accounts Officer ( CPC), Jd.VVNL, Jodhpur up to
stipulated date & time in the office of the SE(TW), Jd.VVNL, Jodhpur.
• The bidder will have to deposit prescribed Processing Fee by
DD/Banker’s Cheque in favour of Managing Director, RISL, payable at
Jaipur with the SE (TW), JdVVNL, Jodhpur up to stipulated date & time in
in the office of the SE(TW), JdVVNL, Jodhpur.
• The bidder will furnish bank guarantee in favour of SE (TW), JdVVNL,
Jodhpur if required as per qualifying requirement in the office of the SE
(TW), JdVVNL, Jodhpur .
31.4. Deviations, from technical and commercial terms & conditions, if any, shall
invariably be stated in schedule 1 & 2. Mentioning of such deviations elsewhere will
not be considered. The standard printed conditions of sales and other if any attached
with the tender will not be considered.
31.5. Discom’s reserve the right to accept minor deviation(s) in qualifying
requirement and techno - commercial conditions on its merits.
31.6. The purchaser will respond in writing to any request for clarification on tender
documents which it receives not later than 15 days prior to deadline for submission
of tender, after which no correspondence shall be entertained.
JdVVNL/TNTW- /P-49
31.7. The bidders should provide complete information at the time of submission of bid.
However, if the bidders are asked to furnish some
clarification/confirmation/documents, the bidders are required to furnish the same
within specified time failing which; the case shall be finalized /decided on the basis
of available information. The responsibility of their bid being ignored on account of
delay in furnishing of desired information/documents shall be of the bidder.
31.8 All tender documents shall essentially be signed digitally and submitted on
http://eproc.rajasthan.gov.in in time as per checklist provided with the tender
document. The checklist along with relevant page nos. shall also be submitted with
the tender.
31.9 The tender documents can be downloaded from web site
http://eproc.rajasthan.gov.in. Details of this tender notification can also be seen
in NIT exhibited on web site , www.jodhpurdiscom.in, and are to be submitted
online in electronic format only on website http://eproc.rajasthan.gov.in.
31.10 The bidders who are interested in bidding can download tender documents
from http://eproc.rajasthan.gov.in up to the stipulated date & time.
31.11 Bidders who wish to participate in this tender enquiry will have to register
on http://eproc.rajasthan.gov.in (bidders registered on eproc.rajasthan.gov.in
before 30.09.2011 needs to be registered again). To participate in online tenders,
Bidders will have to procure Digital Signature Certificate (Type – II or Type –
III) as per Information Technology Act-2000 using which they can sign their
electronic bids. Bidders can procure the same from any CCA approved certifying
agency or they may contact e-Procurement Cell, Department of IT & C,
Government of Rajasthan for further assistance. Bidders who already have a valid
Digital Certificate need not procure a new Digital Certificate. Contact No. 0141 –
4022868 (Help desk 10.00 AM to 6.00 PM on all working days) E-mail
eproc@rajasthan.gov.in Address: e-Procurement Cell, RISL, Yojana Bhawan, Tilak
Marg, C-Scheme, Jaipur.
31.12 Bidder shall submit their offer online in electronic formats both for technical
and financial proposals. However, cost of specification and EMD in favour of
Senior Accounts Officer ( CPC), Jd.VVNL, Jodhpur up to stipulated date & time in
the office of the SE (TW), JdVVNL, Jodhpur and processing fees in the office
of SE (TW), JdVVNL, Jodhpur, up to stipulated date & time. The bidder shall
upload scanned copies of DDs / acknowledgement of above fee documents along
with their online bid.
31.13 Bidders are also advised to refer “Bidders Manual” available under
“Downloads”section for further details about the e-tendering process.
31.14 All the required information shall be furnished strictly in prescribed
Schedules/Formats only. Any information indicated other than the prescribed
schedules/formats shall not be entertained. The bid shall be evaluated on the basis of
information furnished in the prescribed Schedules/Formats.
32.0 GENERAL:
JdVVNL/TNTW- /P-50
32.1 Purchase of a copy of this specification by the bidder is essential for the consideration
of his Bid. Only one Bid will be accepted against each copy of the specification
purchased. This specification is not transferable. The cost of specification will not be
refunded under any circumstances.
32.2 The bidder shall treat the details of the specification and other Bid documents as
private and confidential and shall not reproduce without the written authorization of
the NIGAM.
32.3 The NIGAM does not bind itself to accept the lowest or any Bid or any part of the
Bid and shall not assign any reason(s) for the rejection of any Bid or a part thereof.
32.4 The fact of submission of Bid to the NIGAM shall be deemed to constitute an
agreement between the Bidder and NIGAM whereby such Bid shall remain open for
acceptance by the NIGAM and Bidder shall not have option to withdraw his offer,
impair or derogate the same. If the Bidder is notified during the period of validity of
Bid that his Bid is accepted by the NIGAM, he shall be bound by the terms of
agreement constituted by his Bid and such acceptance thereof by the NIGAM, until
formal contract of the same Bid has been executed between him and the NIGAM in
replacement of such agreement.
32.5 The successful Bidder shall have to execute the contract agreement for the proper
fulfillment of the contract. In case of ambiguous or contradictory terms and
conditions mentioned in the bid, interpretations as may be advantageous to NIGAM
may be taken, if satisfactory clarification is not furnished within the prescribed
period. NIGAM will not be responsible for any cost or expenses incurred by the
bidder in connection with preparation or submission of bids. Telex, Telegraphic, or
mailed, Fax, bids shall not be acceptable.
32.6 SE(TW), JdVVNL, Jodhpur shall be the authority for closure of the tender.
33.0 Nigam reserves the right to:
• Amend the scope of the proposed contract.
• Reject or accept any bid.
• Cancel the bid process and reject all applications.
• Vary the area.
• Nigam shall neither be liable for any action nor be under any obligation
to inform the bidders of the grounds for any of the above actions.
JdVVNL/TNTW- /P-51
ANNEXURE–A (ITB-Section-I)
Bid Bank Guarantee (FOR EARNEST MONEY)
(Bank Guarantee in lieu of 80% of earnest money on non-judicial stamp papers of Rajasthan State
worth 0.25 % of BG value & max. upto Rs. 25,000/- whichever is less.
Ref : Bank Guarantee No. .................... Dated: ........
Superintending Engineer (TW)
Jodhpur Vidyut Vitran Nigam Limited,
Jodhpur
1. Whereas .............................[name of the Bidder] (hereinafter called “the Bidder”) has submitted
its bid dated .............................[date of submission of bid] for the construction of.........................
[name of contract] (hereinafter called “the Bid”).
2. KNOW ALL PEOPLE by these presents that we.......................... [name of bank] of
.....................[name of country], having our registered office at................................ [Address of
bank] (hereinafter called “the Bank”), are bound unto.................................... [name of Purchaser]
(hereinafter called “the Purchaser”) in the sum of Rs.*________________ for which payment
well and truly to be made to the said Purchaser, the Bank binds itself, its successors, and assigns
by these presents. Sealed with the Common Seal of the said Bank this ___ day of ________
200___.
3. THE CONDITIONS of this obligation are:
i. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder in the
Bid Form; or
ii. If the bidder refuses to accept the correction of error in his Bid ; or
iii. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during the
period of bid validity:
(a) fails or refuses to execute the Contract agreement, if required; or
(b) fails or refuses to furnish the performance security, in accordance with the General Conditions of
Contract;
4. we undertake and authorize our branch situated at Ajmer (Rajasthan) address:
_____________________________________to pay to the Purchaser up to the above amount
upon receipt of its first written demand, without the Purchaser having to substantiate its demand,
provided that in its demand the Purchaser will note that the amount claimed by it is due to it
owing to the occurrence of one or all of the three conditions, specifying the occurred condition or
conditions.
5. The decision of the SUPERINTENDING ENGINEER (TW), JODHPUR VIDYUT VITRAN
NIGAM LIMITED, JODHPUR shall be final whether breach has been committed on the right to
demand the amount of guarantee from us which has accrued to the purchaser.
6. This guarantee shall not cease or determine, if the purchaser grants time or indulgence or vary the
terms of the contract with the contractor or without our consent or knowledge.
7. The guarantee herein contained shall not be affected by any change in the constitution of the
contractor.
8. We, _____________________ further undertake not to evoke this guarantee during its currency
except with the previous consent of the SUPERINTENDING ENGINEER (TW), JODHPUR
VIDYUT VITRAN NIGAM LIMITED, JODHPUR.
9. All disputes arising under the said guarantee between the Bank and the Nigam or between the
Contractor and the Nigam pertaining to the guarantee, shall be subject to the jurisdiction of
Courts in Jodhpur, Rajasthan alone.
JdVVNL/TNTW- /P-52
10. This guarantee will remain in force up to the bid validity period initially plus 30 day
grace period and further extendable till finalization of bid.
Yours faithfully,
Bankers (EXECUTANT)
Witness:-1.
2.
• The Bidder should insert the amount of the guarantee in words and figures denominated
in the currency of bid.
JdVVNL/TNTW- /P-53
Annexure – B (ITB-Section-I)
Bank Guarantee verification checklist
CHECK – LIST Yes No
1. Does the bank guarantee compare verbatim with standard
Performa for BG
2.(a) Has the executing Officer of BG indicated his name designation
& power of Attorney No. / Signing power Number etc. on BG.
(b) Is each page of BG duly Signed/ initialed by the executants and
last page is signed with full particulars as required in the standard
Performa of BG and under the seal of the bank.
© Does the last page of the BG carry the signatures of two witnesses
alongside the signature of the executing Bank Manager
3. (a) Is the BG on non-judicial stamp paper of appropriate value
(b) Is the date of sale of non-judicial stamp paper shown on the BG
and the stamp paper is issued not more than Six months prior to
the date of execution of BG.
4.(a) Are the factual details such as Bid specification No., LOA NO.
Contract price, etc, correct.
(b) Whether Overwriting /cutting, if any on the BG, authenticated
under signature & seal of executants
5. Is the amount and validity of BG is inline with contract
provisions
6. Whether the BG has been issued by a Nationalized bank / Non-
Nationalized Bank acceptable to Buyer /Scheduled Bank in India
(the applicability of the bank should be in line with the provisions
of bidding documents)
7. In case of Joint Venture bid, whether the B.G. is in the name of
Joint Venture as per provisions of bidding documents.
Yours faithfully,
(Signature)……...........................
(Name)........................................
Date :
(Designation)..............................
Place : (Common Seal)..........................
JdVVNL/TNTW- /P-54
GENERAL CONDITIONS OF CONTRACT & COMMERCIAL
TERMS & CONDITIONS
The Terms and Conditions of the contract shall prevail and shall be binding on the Agency
and any change or variation expressed or impressed howsoever made shall be in operative
unless expressly sanction by the Nigam. The Agency shall be deemed to have fully informed
himself and to have specific knowledge of the provisions under terms and Conditions of this
specification mentioned hereunder:
1.0 DEFINITION OF TERMS:
1.1 In constructing these general conditions and the annexed specification, the
following words shall have the meaning herein assigned to them unless there is
anything in the subject or context inconsistent with such construction.
1.2 The “Purchaser” shall mean t h e JODHPUR VIDYUT VITRAN
NIGAM LTD represented by Managing Director and shall include their legal
personnel, representative, successors and assignees. The “Nigam” or “Customer” or
“Owner” shall mean the “Purchaser”.
1.3 The "Bidder" shall mean and include one or more persons or any firm
or any Company or Body incorporate who has submitted the Bid in response to
"Invitation To Bid" / ”Tender Notice”.
1.4 The "Contractor" or “Supplier” shall mean the Bidder / Tenderer whose Bid /
Tender has been accepted by the NIGAM and shall include the Bidder's heirs, legal
representative, successors and assignees approved by the NIGAM.
1.5 The "Sub-contractor" shall mean the firm or the persons named in the contract
for any part of the work or any person to whom any part of the contract has been
sublet with the consent in writing of the NIGAM and shall include his heirs,
legal representative, successors and assignees approved by the NIGAM.
1.6 The "Chairman" shall mean the Chairman, DISCOM`s and “MD” shall
mean Managing Director, JODHPUR VIDYUT VITRAN NIGAM LTD, Jodhpur.
1.7 The "Engineer" shall mean the Chief Engineer or other Engineer or officer for
the time being or from time to time duly authorized and appointed in writing by the
NIGAM to act as Engineer or Inspector for the purpose of the contract. In case where
no such Engineer has been so appointed, the word "Engineer" shall mean the NIGAM
Part : III Section-II GENERAL CONDITIONS OF CONTRACT (GCC)
JdVVNL/TNTW- /P-55
or his duly authorized representative.
1.8 "Plant ", "Equipment", "Materials, "Stores", "Works", shall mean and include
the plant and materials to be provided and work or works to be done by the Contractor
under the Contract.
1.9 The contract shall mean and include the following:
1. Invitation of Bid.
2. Instructions to Bidders. 3. Bid Form including schedule of prices. 4. Cost of Tender Specification and Earnest money receipt/security guarantee.
5. Letter of Intent and its acknowledgement.
6. Composite Bank Guarantee for security and performance /obligations.
7. Formal work order. 8. Guaranteed test performance and Warranty. 9. General Conditions of Contract.
10. Erection Conditions of Contract.
11. Special instructions.
12. General Technical Conditions and specification.
13. Site conditions. 14. Specification, specific conditions, schedules and drawings. 15. Addenda which may hereafter be issued by the NIGAM, to the
Contractor in the form of letter and covering letters and schedule of
prices as agreed between the Contractor and the NIGAM.
16. The Agreement to be entered into under Clause 5 of this section.
1.10 The "Specification' shall mean the specification, specific conditions annexed to
the General Conditions of Contract and the schedules thereto, if any.
1.11 The month shall mean, English calendar month i.e. period of 30 days and week shall
mean a period of 7 days.
1.12 The "Site" shall mean the place or places named in the Contract and include, where
applicable, the lands and buildings upon or in which the works are to be executed.
1.13 The "Place of delivery" shall mean the place of delivery at which the Contractor/
Supplier is responsible to deliver the materials at the contract price.
1.14 The "Test of completion" shall mean such tests as are prescribed in the contract to be
made by the Contractor before the Plant is taken over by the NIGAM as per the General
Conditions.
1.15 "Commissioning" shall mean the satisfactory operation of the plant or equipment
specified herein, after all necessary initials checks, adjustments, trials, cleaning and re-
assembly required at site, if any, have been completed and the plant has been in continuous
and unrestricted commercial use specified for at least thirty (30) days or as otherwise.
1.16 "Letter of Intent" shall mean the NIGAM's letter conveying his acceptance of the
JdVVNL/TNTW- /P-56
Bid subject to such reservations as may have been stated therein.
1.17 The "Contract price" shall mean the sum named in or calculated in accordance with
the provisions of the Contract/purchase or any amendments thereto.
1.18 "Formal work order' shall mean the Owner's letter which may be issued in the way of
letter of intent containing detailed terms and conditions of the work/supply and such
other particulars which the owner may like to convey the Contractor/supplier pending
execution of a formal written agreement in accordance with clause 5.0 of this section.
1.19 The Consignee shall mean and include the Assistant Controller of Stores /
Store Superintendents and or any other officer / official of the JODHPUR VIDYUT
VITRAN NIGAM LTD all over jurisdiction of Jd.VVNL, performing the duties of the
consignee.
1.20 “Commercial Use” shall mean that use of the work which contract contemplates or
which it is to be commercially capable.
1.21 "Writing” Shall include any manuscript, type written or printed statement under or
over signature or seal as the case may be.
1.22 The Word "Codes" shall mean the Indian Boiler Regulation and rules made there
under with such special modifications which may be agreed upon by the Chief
Inspector of Boilers, Rajasthan from time to time which shall also include the Indian
Electricity Rules, IS Code of practice and Factory Rules and Regulations applicable in
the State of Rajasthan on the date of issue of the letter of intent or such modifications
thereof as may be specially stipulated by competent State authorities i.e. Electrical
Inspector and Chief Inspector of Factories, Rajasthan.
1.23 Words importing "PERSON" shall include firms, companies, corporation and other
bodies whether incorporated or not.
1.24 Words importing the singular only shall also include the plural and vice versa where
the context requires.
1.25 Terms and expressions not herein defined shall have the same meaning as one
assigned to them in the Indian Sale of Goods Act (No.III of 1930), fulfilling that in the
Indian Contract Act (Act IX of 1872) and falling that in the General clauses Act
1897 including amendments thereto.
1.26 When the words “approved”, “subject to approval”, “satisfactory”, “Equal to”,
“proper”, “Requested”, “as directed”, “where directed”, “when directed”, “determined
by”, “accepted”, “permitted” or words and phrases of like importance are used, the
approval, judgment, direction etc. is understood to be a function of the owner/engineer.
1.27 ' Works', shall mean and include the supplying of equipment, labour and services, as
per the technical specifications and complete erection, testing and commissioning of the
JdVVNL/TNTW- /P-57
equipment including all transportation, handling, unloading and storage at the site as
defined in the contract, intended to be executed on a supply and erection basis.
1.28 The term 'Equipment Portion' of the contract price shall mean the all adjusted F.O.R.
destination value of the equipment.
1.29 The term 'Erection Portion' of the Contract Price shall mean the value of field
activities of the Contract including erection, testing and commissioning to be performed
at site by the Contractor
1.30 ‘Inspector' shall mean the Owner or any person nominated by the Owner from time to
time, to inspect the equipment, stores or works under the Contract, and/or the duly
authorized representative of the Owner.
1.31 'Date of Contract' shall mean the date on which both the parties have signed the
Contract Agreement.
1.32 ' Start-Up' shall mean the time period required to bring the equipment covered under the
Contract from an inactive condition, when construction is essentially complete, to the state
ready for trial operation. The start-up period shall include preliminary inspection and
checkout of equipment and supporting sub-systems; initial operation of the
complete equipment covered under the Contract to obtain necessary pre trial operation
data, perform calibration and corrective action; shut down, inspection and adjustment prior
to the trial operation period.
1.33 'Initial Operation' shall mean the first integral operation of the complete equipment
covered under the Contract with sub systems and supporting equipment in service
or available for service.
1.34 'Trial Operation' "Reliability Test', "Trial run', “Completion Test”, shall mean the
extended period of time after the start-up period. During this trial operation period
the equipment shall be operated over the full load range. The length of trial operation
shall be as determined by the engineer, unless otherwise specified elsewhere in the
contract.
1.35 Performance and Guarantee Test', shall mean all operational checks and tests
required to determine and demonstrate capacity, efficiency, and operating
characteristic as specified in the contract documents.
1.36 The term 'Final acceptance' shall mean the owner’s written acceptance of the works
performed under the contract, after successful completion of performance and
guarantee Tests.
1.37 'Guarantee Period/ Maintenance period' shall mean the period during which the
contractor shall remain liable for repair or replacement of any defective part of the works
performed under the contract.
1.38 ‘Drawings'/ 'Plans’ shall mean all:
Drawing furnished by the owner/ consultant as a basis for proposals. Supplementary
drawings furnished by the owner/consultant to clarify and to define in greater detail
intent of the contract.
JdVVNL/TNTW- /P-58
Drawing submitted by the contractor with his proposal provided such drawings are
acceptable to the owner/consultant. Drawings furnished by the Owner/Consultant to
the Contractor during the progress of the work ; and Engineering data and drawings
submitted by the contractor during the progress of the work provided such drawings
are acceptable to the engineer.
2.0 CONTRACT: The Contractor and the Nigam shall as soon as possible, unless
otherwise agreed upon enter into a signed agreement for the proper fulfillment of the
contract. The expenses of completing and stamping the agreement shall be paid by the
contractor and the Nigam shall be furnished free of charge with an executed stamped
counterpart of the agreement with three copies after the tender / bid has been accepted by
the purchaser / owner. All orders/instructions to the contractor shall except as herein
otherwise provided, be given by the engineer on behalf of the purchaser/owner.
2.1 VENDOR REGISTRATION SCHEME:-
A. Registration (Enlistment) Fee and required Security Deposits:-
S.NO
CLASS OF CONTRACTOR
AMOUNT OF REGISTRATION FEES IN CASH/THROUGH BANKER’S CHEQUE/DEMAND DRAFT(NON-REFUNDABLE)
AMOUNT OF SECURITY DEPOSIT (NON INTREST BEARING)
BANK GUARANTEE REQURIED
PAST EXPERIENCE REQURIED
1 2 3 4 5 6
1 E-I RS. 10,000/- RS. 5.00 LACS
RS. 10.00 LACS
Satisfactorily completed electrical / erection work on labour contract valuing atleast Rs. 100 Lacs & minimum period of 3 months is satisfactorily over from the last completed work of similar nature.
2 E-II RS. 5,000/- RS. 1.25 LACS
RS. 2.50 LACS
Satisfactorily completed electrical / erection work on labour contract valuing atleast Rs. 50 Lacs & minimum period of 3 months is satisfactorily over from the last completed work of similar nature.
3 E-III RS. 2,500/- RS. 0.50 LACS
RS. 1.00 LACS
Satisfactorily completed electrical / erection work on labour contract valuing atleast Rs. 25 Lacs &
JdVVNL/TNTW- /P-59
S.NO
CLASS OF CONTRACTOR
AMOUNT OF REGISTRATION FEES IN CASH/THROUGH BANKER’S CHEQUE/DEMAND DRAFT(NON-REFUNDABLE)
AMOUNT OF SECURITY DEPOSIT (NON INTREST BEARING)
BANK GUARANTEE REQURIED
PAST EXPERIENCE REQURIED
1 2 3 4 5 6
minimum period of 3 months is satisfactorily over from the last completed work of similar nature.
4 E-IV RS. 1,000/- RS. 0.20 LACS
RS. 0.40 LACS
Any individual person, firm or entity having ITI/Diploma/Degree in Electrical or Mechanical branch/retired technical personnel or state power utilities/any other person having Electrical license Govt. of Raj.
B. Class of Registration, Competent Authority & Extent of Participation:-
CLASS COMPETENT
AUTHORITY TO REGISTER
LIMIT OF SINGLE CONTRACT ( In Rs.)
LIMIT OF ALL IN HAND CONTRACT OF A GIVEN POINT OF TIME (In Rs.)
E-I CE(O&M) 100 Lacs 500 Lacs
E-II CE(O&M) 25 Lacs 125 Lacs
E-III Circle SE’s 10 Lacs 50 Lacs
E-IV Circle SE’s 5 Lacs 20 Lacs
Note :- Class E-I to E-III registration procedure shall be complied as per provisions of the
office of the SE (MM&C), JdVVNL, Jodhpur
2.2 PERFORMANCE PERIOD:
2.2.1 The performance period of the contract shall be 12 months from the date of
Commission of the project in totality. The guarantee period of material used & the
JdVVNL/TNTW- /P-60
performance of workmanship of work done shall be safeguard through BG’s detailed
in clause 3.0 hereunder.
2.2.2 The contract for awarded work may be rescinded at any time if the
performance regarding achievement of the objective and scope of works as illustrated
under Part-III of this specification is not found satisfactory [no compensation will be
paid] or the agency breach any of the terms and conditions, or the agency will be advised
for improvement.
2.3 SCOPE OF CONTRACT:
2.3.1 The scope of the contract including the design manufacture, supply and
erection inter-alia including testing & commissioning of the work / equipment in
accordance with the specification and documents at the proposed site of the work.
2.3.2 The General terms and conditions mentioned herein shall form a part of the
specification and documents.
2.3.3 All the works covered by the contract shall be in accordance with the Indian
Electricity Act 2003 with the latest amendments and the Indian Electricity rules 1956
made there under.
3.0 SECURITY AND PERFORMANCE BANK GUARANTEE /DEPOSIT:
3.1 SECURITY BANK GUARANTEE / DEPOSIT:
3.1.1 In order to secure / assure due fulfillment of the contract, the successful
Bidder(s) upon receipt of preliminary acceptance letter / detailed work order as the case
may be shall furnish within a period of 15 days a security deposit equivalent to 2%
(two percent) of the contract value (material cost and erection cost including associated
civil works) in cash or by crossed Bank Draft or by way of Bank Guarantee from any
scheduled Bank in the prescribed Performa (Annexure-B of GCC) acceptable to
the owner on non-judicial stamp papers of Rajasthan State worth 0.25 % of BG value &
max. upto Rs. 25,000/- whichever is less duly authenticated by a Ist Class
Magistrate or notary public or directly confirmed by the issuing Banker. Such Bank
Guarantee is to remain valid for a period of Work Completion period including
commencement period + 3 Months initially in the first instance and may have to be
extended if desired. The B.G. is to be furnished in whole Rupees with validity up to
JdVVNL/TNTW- /P-61
last day of required calendar month. Bank commission charges or any other charges,
if any, shall be to the Contractor's account. “In case of invocation of Bank guarantee
issuing Bank must authorize for entertaining the case at the sister Branch located in
Rajasthan”. The Bank guarantee must be from any Nationalized / Scheduled Bank.
3.1.2 Unless otherwise specifically required to be retained/forfeited by the
NIGAM, the Security deposit shall be refundable on request of the contractor after
three months on completion of the entire work to the satisfaction of the NIGAM.
3.1.3 If the contractor fails or neglect to observe or perform any of his obligations
under the contract, it will be lawful for the NIGAM to forfeit either in whole or in part
at his absolute discretion, the Security deposit furnished by the contractor.
3.1.4 No interest shall be payable on such deposits.
3.1.5 If the contractor fails to provide the Security within the period specified, such
failure shall constitute a breach of the Contract and the NIGAM shall be entitled to
make other arrangements at the risk and expenses of the contractor and the Earnest
money deposited by the Contractor shall stand forfeited by the NIGAM.
This bank guarantee shall be released after 3 months of successful installation and
handing over of entire system to nodal officers assigned by Jd.VVNL.
3.2 SECURITY CUM PERFORMANCE BANK GUARANTEE :
A. Security cum Performance Bank Guarantee of Work Order:
A performance deposit / Guarantee equivalent to 10 % of contract value shall be
deposited by the successful bidder either in the form of Bank Guarantee from scheduled
Bank on non-judicial stamp papers of Rajasthan State worth 0.25 % of BG value & max.
upto Rs. 25,000/- whichever is less in the prescribed format addressed to the
Superintending Engineer [TW], Jd.VVNL, Jodhpur for satisfactory work performance
within 15 days of receipt of the Detailed Purchase Order. The Bank Guarantee is to be
remained valid for a period of commencement & completion period + 12 Months
(Performance Period) + 6 months (grace period for lodging any claims as
admissible) from the date of commencement of contract in the first instant and may have
to be extended if desired. It will be the sole duty of vendor to get the BG extended
JdVVNL/TNTW- /P-62
well in time to maintain its validity as desired. Nigam may invoke the BG without
giving any information if validity of BG expires.
(b) The Security cum Performance guarantee shall cover additionally the
following guarantee to the owner:
(i) The successful bidder guarantees the successful and satisfactory operation of the
equipment supplied and erected under the contract, as per the specifications and
documents.
(ii) The successful bidder further guarantees that the equipment provided and
installed by him shall be free from all defects in design, material and workmanship and
shall upon written notice from the owner fully remedy, free of expenses to the owner,
such defects as developed under the normal use of the said equipment within the period
of guarantee specified in the relevant clause of the General Conditions of Contract.
(c) The Security cum Performance guarantee is intended to secure the performance
of the entire contract. However, it is not to be constructed as limiting the damages under
clause entitled " Security cum Performance " in section General Technical Conditions
and damages stipulated in other clauses in the bid documents.
(d) The above BGs are to be furnished in whole Rupees with validity up-to last day
of required calendar month. Bank commission charges or any other charges, if any, shall
be to the Contractor's account.
(e) The Bank guarantee must be from any Nationalized / Scheduled Bank having a
branch at Jodhpur. The vendor may furnish Bank Guarantee on stamp paper of native
state provided the vendor shall furnish a certificate of Banker that the stamp duty has
been paid as per prevailing rules of that state.
(f) Unless otherwise specifically required to be retained/forfeited by the NIGAM,
the Security deposit shall be refundable on request of the contractor after three months on
completion of the entire work to the satisfaction of the NIGAM.
(g) If the contractor fails or neglect to observe or perform any of his obligation under
the contract, it will be lawful for the NIGAM to forfeit either in whole or in part at his
absolute discretion, the Security deposit furnished by the contractor.
(h) If the contractor fails to provide the Security within the period specified, such
failure shall constitute a breach of the Contract and the NIGAM shall be entitled to make
JdVVNL/TNTW- /P-63
other arrangements at the risk and expenses of the contractor and the Earnest money
deposited by the Contractor shall stand forfeited by the NIGAM.
B. GUARANTEE OF MAJOR EQUIPMENTS:
(a) The contractor shall guarantee amongst other things, the following:
(i) Quality and strength of the material(s) used together with the workmanship and finish
corresponding to the most modern practice(s).
(ii) Safe electrical and mechanical stresses on all parts of the equipment under all
specified conditions of operation.
(iii) Performance figures in respect of the guaranteed technical particulars as finally
agreed upon.
(iv) Satisfactory performance of materials/Equipment during the Guarantee period.
(b) Performance guarantee of major items such as Power Transformers / Distribution
Transformers / 11 KV RMU`s / 33 KV & 11 KV VCB / Kiosk for 33 KV & 11 KV
feeders / sub-stations shall be given / furnished by Manufacturers & shall be arranged by
the contractor directly in favour of the Nigam for the period equivalent to the period for
which the guarantees are given to MM wing of Discom (s) against the P.O. placed
directly by Nigam. For this purpose Tripartite agreement shall be executed between
contractor, firm & Nigam (If supply of these items is in the scope of Contractor).
Should the factory test(s) carried out at site or test(s) arranged by the owner in
exercising his option under the clause No.33.0 on the material / Equipment / Plant or part
thereof or its / their operation under service conditions for a period for which the
guarantees are given to MM wing of Discom(s) against the P.O. placed directly by
Nigam for all material /equipment. From the date of taking over work(s) that the material
/plant/ equipment does not meet the guarantee(s) as aforesaid, it shall be optional for the
owner to reject material(s), Plant(s), Equipment(s), or a part thereof and direct the
contractor to rectify/ replace the material/Plant/Equipment so rejected within a
reasonable period so as to make it meet the guarantees and requirements to the
satisfaction of the owner. All expenses whatsoever in this connection shall be borne by
the supplier/contractor.
JdVVNL/TNTW- /P-64
( c ) A manufacturer's Warrantee on the Rajasthan State Non judicial stamp paper of Rs.
100.00 in the Performa prescribed Annexure-C (GCC). Such warrantee shall be attested
either by a first class Magistrate or by Notary Public.
B. (d) All cable joints are guaranteed for min. 2 years period and should be
repaired/replaced within 7 days of failure of cable joints free of cost. Penalty on
non-performance shall be recovered at Rs. 5000/- per day after seven days upto Rs.
25000/- from the Contractor.
4.0 CONTRACTOR TO INFORM HIMSELF FULLY
The Contract shall be considered to have come into force from the date of the issue of
Letter of Intent / Letter of Award. The contractor shall be deemed to have carefully
examined the General Conditions, specifications, schedules and drawings also to have
satisfied himself as the nature and character of the work to be executed and where
necessary, of the site conditions and other relevant matters and details. Any
information thus had or otherwise obtained from the owner or the Engineer shall not
be in any way relieve the contractor from his responsibility for the supplying of the
plant and equipment and executing the work in terms of the contract including all
details and incidental works and supply all accessories or apparatus which may not
have been specifically mentioned in the contract but necessary for ensuring complete
erection & commissioning and safe and efficient working of the plant and equipment
if he has any doubt as to the meaning of any portion of the general and any special
conditions of contract and specifications, he shall before offering his bid proposal, set-
forth the particulars thereof and submit them to the Engineer in writing in order that
such doubt, misunderstanding, misconceptions, whatsoever could be allied.
5.0 CONTRACT DOCUMENTS AND AGREEMENTS
5.1 The order placed under this specification shall be governed by the terms and conditions
as incorporated in this Specification and as given in the detailed work order and its
annexure(s). The terms and conditions as specified in this section if differ from the
terms indicated in the detailed work order and its annexure(s) the latter shall prevail.
The contract shall for all purposes be construed according to the Laws of India and
subject to jurisdiction of Rajasthan Courts only. For the due fulfillment of the
contract, the contractor shall execute an agreement in the prescribed form Annexure-
“B of GCC” on Rajasthan State Non- judicial stamp paper worth 0.25% of the
contract value as per latest notification issued by GOR. The expenses of completing
and stamping the contract agreement shall be borne by the Contractor. Such
agreement shall be executed and signed by the authorized representative of the
JdVVNL/TNTW- /P-65
contractor on each page thereof. The original copy is only to be executed on the stamp
paper. The remaining two copies may be executed on simple paper. Such complete
agreement form along-with the contract documents together with a 'Power of
Attorney" in favour of the Executants shall be required to be returned to the owner
within a period of 15 days from the receipt date of work order duly signed on each
page. One copy of the executed agreement duly signed by the purchaser/owner shall
be sent to the contractor for his reference. The contract documents shall mean and
include the following:
1. Contract agreement along with letter of Intent.
2. Work order and its Annexure.
3. Instructions to bidders (SECTION-I)
4. General Conditions of Contract & other Terms & conditions (Section-II)
5. Erection Conditions of Contract -SECTION-III (PART-IA&IB)
6. Pre-Qualification Requirement- SECTION-III (PART-II)
7. Technical Specification- SECTION-III (PART-III)
8. Bid proposal form and its schedules including price schedule and completion
schedules.
9. Power of Attorney in favour of the signatory.
5.2 ACCEPTANCE OF CONTRACT:
The successful bidder will be forwarded three sets of letter of award, two of which
will be signed (each page) by him/his authorized representative in token of his
accepting the contract and returned to the authority placing the order within 15 days
of its issue, failing which, his EMD is liable to be forfeited.
5.3 FAILURE TO EXECUTE THE CONTRACT:
Contractor failing to execute the order placed on them to the satisfaction of the
NIGAM under terms and conditions set forth therein, will be liable to make good the
loss sustained by the NIGAM. This is without prejudice to the imposition of penalty
and forfeiture of any available financial holds.Other terms and conditions regarding
this shall applicable as per provisions and rules mentioned in RTPP Act 2012 and
Rules 2013.
5.4 EFFECTING RECOVERIES:
Any loss, arising due to non-fulfilment of this contract or any other contract, will be
recovered from the Security Deposit held and or any other amount due to the agency
from this Contract as well as from other contracts.
JdVVNL/TNTW- /P-66
6.0 CHANGE OF QUANTITY:
a. The SE (O&M) will approve the bill of quantity in case the variation between the
ordered value and finally surveyed amount for the ordered work is 10% after recording
reasons thereof.
b. In case where the variation between the ordered value and finally surveyed amount
or the ordered work is beyond 10% but up to 40%, the committee comprising the following
members will approve the same after recording reasons thereof. –
(i) The CE (O&M) / ZCE,
(ii)The CE (MM / TW),
(iii) The SE (TW),
(iv)The SE (O&M),
(v)The Sr.AO (TW),JdVVNL.
c. If the variation between ordered value and finally surveyed amount for the ordered
work exceeds 40% such cases should be re-studied & be referred to CLPC for approval.
7.0 GRAFTS AND COMMISSIONS ETC:
Any graft, commission, gift or advantage given, promised or offered by or on behalf
of the contractor or his partner, agent, officers, director, employee or servant or any
one on his or their behalf in relation to the obtaining or to the execution of this or any
other contract with the owner, shall be, in addition to any criminal liability which it
may incur, subject of any loss or damage to the owner resulting from any cancellation.
The owner shall then be entitled to deduct the amount so payable from any moneys
otherwise due to the contractor under the contract.
8.0 PROCUREMENT FROM MANUFACTURERS / VENDORS:
The Contractor shall be permitted to procure materials from the manufactures /
vendors who have following qualified requirements:
(i) The vendor should be a established / reputed manufacture / supplier who
should have supplied the material to erstwhile RSEB or any present
distribution company, RVVPNL or any other power utility and the contractor /
bidder are required to indicate the names & address of the manufactures of
various items from which he proposes to buy the same.
(ii) The manufacturing units shall have all facilities for conducting acceptance &
routine tests of equipment / materials.
(iii) The vendor must have supplied materials as per specifications laid down in the
bid- documents of erstwhile RSEB / NIGAMS and have arranged their type
testing not before last Five Years,
JdVVNL/TNTW- /P-67
(iv) The vendors approvals shall be obtained for supply of the equipment /
materials from the Engineer well in advance.
9.0 RULES & REGULATIONS:
9.1 The job shall be carried out as per the rules, regulations and other details as prevailed
in Nigam. These rules and regulations may be modified by Nigam from time to time
and would be intimated to the Agency.
9.2 The Agency will also follow the labour regulations and the directions of Government
and other authorities enforcing the regulations and comply with any other relevant
legislation in force from time to time.
10.0 COMPLIANCE OF LABOUR LAGISLATION:
The bidder shall discharge its liability of employer/ contractor in respect of personnel
to be engaged for service, as said out in EPF and MP Act, 1952 ESI Act, 1948 (in ESI
implemented area), workmen’s compensation act, 1923 (in non ESI implemented
area) contract labour (R&A) Act, 1970, Payment of Wages Act, 1936, Minimum
Wags Act, 1948 etc. The bidder is required to get separate code under the provision of
EPF and ESI Acts, if not already taken and deposit the employer’s contribution along
with employee subscription, as per rule and submit copy of challans at the time of
claiming payment, as per clause 28, failing which an amount equivalent to employer’s
contribution and employees subscription shall be deducted from his each bill and
deposited with the concerned authorities. The bidder shall be solely responsible for
any consequences arising out of breach of any legislation.
11.0 ELECTRICITY RULES AND REGISTRATION:
11.1 All works shall be carried out in accordance with the latest provisions of the Indian
Electricity Act/Electricity Supply act and Indian Electricity Rules and the rules made
there under applicable in the State of Rajasthan on the date of letter of intent with
such special modification thereof as may be specially stipulated by competent State
Authorities i.e. The Chief Electrical Inspector of Rajasthan.
JdVVNL/TNTW- /P-68
11.2 Bidder (in case of consortium, the lead partner) should be registered as class-A
electrical contractor in any state and/or in union territory of India. Adequate
documentary evidence of the same shall have to be furnished.
However, for successful Bidder (in case of consortium, the lead partner), it shall be
mandatory to get registered as class-A electrical contractor in State of Rajasthan
before commencing the work. The registration should be valid from the date of start
of work and shall remain valid up to 30 days from the date of handing over of the
work to Engineer In charge. Agency shall also furnish the adequate documentary
evidence of the same before commencing the work.
12.0 SAFETY OF SYSTEM:
The Agency shall be fully responsible for upkeep and safety of existing electric
system. Agency shall make well aware to NIGAM any loss suffered due to default of
the agency in this respect.
13.0 INSURANCE:
(i) The agency at his cost shall arrange, secure and maintain all insurance as may be
pertinent to the works and obligatory in terms of law to protect its interest and interest
of the NIGAM against all perils detailed herein. The form and the limit of such
insurance as defined herein together with the under-writer in each case shall be
acceptable to the NIGAM. However, irrespective of such acceptance, the
responsibility to maintain adequate insurance coverage at all time during the period of
contract shall be of agency alone. The agency’s failure in this regard shall not relieve
him of any of his contractual responsibilities and obligations. The insurance covers to
be taken by the agency shall be in a joint name of the NIGAM and the agency. The
agency shall, however, be authorized to deal directly with Insurance Company or
companies and shall be responsible in regard to maintain of all insurance covers.
Further the insurance should be in freely convertible currency.
(ii) The agency shall obtain accident liability insurance for its employees for payment of
compensation on account of injury, fatal or otherwise due to accident during course of
operation carried out by him for the purpose of complying with his contractual
obligations thereof. It shall indemnify NIGAM against any claim from such
JdVVNL/TNTW- /P-69
employees or damage to property what- so- ever while these arise out of or in
consequences of the execution of works, operation and all activities to be performed
till the successful completion of contract shall be to the account of the agency. The
agency shall be responsible for preference of all claims and make good the damages
or loss by way of repairs and/or replacement of the equipment, damaged or lost. The
transfer to title shall not in any way relieve the agency of the above responsibilities
during the period of contract. The agency shall provide the NIGAM with copy of all
insurance policies and documents taken out by him in pursuance of the contract. Such
copies of documents shall be submitted to the NIGAM immediately after such
insurance coverage. The agency shall also inform the NIGAM in writing at least sixty
(60) days in advance regarding the expiry/cancellation and/or change in any of such
documents and ensure revalidation, renewal etc., as may be necessary well in time.
(iii) All costs on account of insurance liabilities covered under the contract will be on
agency’s account and will be included in contract price. However, the NIGAM may
from time to time during the pending of the contract, ask the agency in writing to limit
the insurance coverage, risks and in such cases, the parties to the contract will agree
for a mutual settlement, for reduction in contract price to the extent of reduced
premium amount. The agency, while arranging the insurance, shall ensure to obtain
all discounts on premium, which may be available for higher volume or for reasons of
financing arrangement of the project.
(iv) The Clause entitled ‘Insurance’ under this section covers the additional insurance
requirements for the portion of the works to be performed at the site.
(v) The agency shall take necessary insurance against loss, damage, fire, accidents and
damages occasioned by the agency in the course of operation carried out by him for
the purpose of complying with his contractual obligations thereof.
(vi) The insurance as per clause 13.1 & 13.2 shall be in the joint names of the NIGAM
and the agency so that the NIGAM and the agency are covered for the entire period of
contract from the commencement of the contract and shall remain valid up to 30 days
from the date of handing over all the works completed in all respects to the
Superintending Engineer (TW).
JdVVNL/TNTW- /P-70
(vii) It will be the responsibility of the agency to lodge, pursue and settle all claims (for all
the equipment and materials including items provided by NIGAM) with the insurance
company in case of any damage, loss, or fire and the JDVVNL shall be kept informed
about it. The losses, if any, will have to be borne by the agency if the claims are not
lodged and pursued properly in time or if the insurance company does not settle the
same.
(viii) The agency shall replace the lost/-damaged materials promptly irrespective of
settlement of the claims by the underwriters and ensure the work progresses as per the
agreed schedule(s).
(ix) The agency shall also ensure the following: -
The insurance premium should be one time paid basis.
Deductible franchise should be minimum as per insurance rules. In case of any
loss to the extent of deductible franchise, the same shall be borne by the agency.
The insurance should be valid from the date of start of work and shall remain
valid up to 30 days from the date of handing over of the work to the Engineer in
charge.
Insurance policy shall be in joint name of NIGAM and agency.
The agency shall furnish computerized and stamped insurance policy. Insurance
cover shall not be acceptable.
A copy of insurance policy shall invariably be furnished to the Superintending
Engineer (TW), Jd.VVNL Jodhpur.
(x) THIRD PARTY INSURANCE:
The agency shall if and so far as the contract provides indemnify the Nigam against
all losses and claims in respect of injury or damage to property what- so- ever while
these arise out of or in consequences of the execution of works and against all claims
proceedings, damages, costs, charges, expenses what- so- ever in respect of or in
relation thereto. Accordingly the agency shall before commencement of execution of
the works insure against his liability for material or physical damage, loss or injury
which may occur to property including that of the Nigam, or to any person including
any employee of the Nigam, by or arising.
(xi) REMEDY ON AGENCIES FAILURE TO INSURANCE:
JdVVNL/TNTW- /P-71
If the Agency shall fail to effect and keep in force insurance referred to in clause 13
(i) to 13 (ii) hereof or any other insurance which he may be required to effect under
the terms of contract then the Nigam may effect and keep in force any such insurance
and pay such premium(s) as may be necessary for that purpose and from time to time
deduct the amount so paid by the Nigam as aforesaid from any money due or which
may become due to the Agency or recover the same as debt from the Agency.
14. 0 LIABILITY FOR ACCIDENTS AND DAMAGES:
(i) The Agency shall be liable for and shall indemnify the NIGAM in respect of all injury
to person or damage to property resulting from the negligence of the Agency or his
workman or from defective work but not from any other cause.
(ii) Provided that the Agency shall not be liable for any loss or profit or loss of Contract
or any other claim made against the NIGAM not already provided for in the contract,
not for any injury or damage caused by or arising from the acts of the NIGAM or of
any other person or due to circumstances over which the agency has no control, not
shall his total liability for loss, damage or injury under this clause exceed the total
value of the Contract.
(iii) The Agency will indemnify and save harmless the NIGAM against all actions, suits,
claims, demands, costs, or expenses arising in connection with injuries (other than
such as may be attributable to the NIGAM or his employees) suffered prior to the date
when the work shall have been taken over hereof by persons employed by the agency
on the work, whether at common law or under the workman's compensation Act-1923
or any other statute in force at the date of contract relating to the question of the
liability of employees for injuries suffered by employees and will if called upon to do
so take out the necessary policy or policies of insurances to over such indemnity.
(v) The agency shall insure against such liabilities with an insurer approved by the
Engineer and shall continue such insurance, during the whole of the time that any
person(s) are employed by him on the works and shall when required produce to
the Superintending Engineer (TW), Jd.VVNLJodhpur. Such policy of insurance
and the receipt for payment of the current premium.
15.0 MAINTENANCE OF FACILITIES AND PERSONNEL:
15.1 FACILITY:
JdVVNL/TNTW- /P-72
15.1.0 The Agency shall maintain all requisite facilities, T&P etc. of its own as required to
carry out the work as per the specification.
15.1.1 The Agency shall provide and maintain a controlling office in the town for which
work has been awarded for early execution of work.
15.1.2 The agency shall also maintain communication equipments like telephone with fax,
mobile phone, Internet etc. for interaction with NIGAM and others.
15.2 PERSONNEL:
15.2.0 The Agency shall maintain supervisory and other personnel for efficient management
of the work under contract.
Officer-In-
Charge
To have adequate experience and vision to take charge of the entire
project and resolve problems so as to evolve an ideal system.
Skilled & un-
skilled workers
Sufficient manpower to achieve the targeted work in the time frame
allowed with proper safety.
Office Staff Sufficient manpower to achieve minimum guaranteed performance.
15.2.1 Person in-charge or an alternate shall be available for communication during all
business hours.
15.2.2 Agency shall not change the office in charge / nodal officer, frequently.
15.2.3 The Agency shall furnish documents regarding the experience of the key personnel
proposed to be employed by him. NIGAM has right to verify the above at any time.
15.3 NODAL OFFICER: To interact between the field offices and agency, the concerned Superintending
Engineer (O&M), Jd.VVNL will be the Nodal Officer of the project work.
16 ENGINEER INCHARGE & SUPERVISORY OFFICERS:
16.1 The Executive Engineer / Assistant Engineer as appointed by concerned Circle
Superintending Engineer will be the Engineer In charge / Supervisory officer for
execution of the contract and the officers under their Division / Sub-division shall
be authorised to inspect the work carried out by the agency.
16.2 ENGINEER'S SUPERVISION AND DECISION:
JdVVNL/TNTW- /P-73
16.2.1 All the work shall be carried out under the direction and to the reasonable
satisfaction of the Engineer. The contractor shall be responsible for the
correctness of the positions, levels and dimensions of the works according to the
drawings not withstanding that he may have assisted by the Engineer in setting
out the same.
16.2.2 In respect of all matters which are left to the decision of the Engineer
including the granting or with-holding of the certificate, the engineer shall, if
required to do so by the contractor, give in writing a decision thereon.
16.2.3 If in the opinion of the contractor, a decision made by the engineer
is not in accordance with the meaning and intent of the contract, the contractor
may file with the engineer within fifteen (15) days after receipt of the decision, a
written objection to the decision. Failure to file an objection within the aforesaid
allotted time will be considered as acceptance of the engineer's decision and the
decision shall be final and binding.
16.2.4 The engineer's decision and the filling of the written objection thereto shall
be t h e right to request arbitration. It is the intent of the agreement that there
shall be no delay in the execution of the works and the decision of the engineer as
passed shall be promptly adhered to.
17.0 GUARANTEE OF MATERIAL USED: In case of any defects is observed in the material used by the contractor during the
guarantee period, then he has to replace the defective material free of cost within a
period of 72 hrs., in case if contractor fails to replace the defective material then the
work shall be got done by the NIGAM & the available financial holds shall be
withhold / fore-fitted without any further notice / correspondences.
18.0 AGENCIES RIGHTS:
The agency will be given rights to work in the area during the agreement period for
carrying out the project work.
19.0 FALL BACK ARRANGMENT:
Provision shall be made in the agreement that in the event of failure of the Agency to
fulfil its obligations, duties and responsibilities as per the agreement terms, NIGAM
shall inter-alia have the right, at any time to resort to fall back arrangement. Under
JdVVNL/TNTW- /P-74
this plan, NIGAM shall take charge of all facilities and systems whether in operation
or under execution after giving suitable notice as provided in the agreement and can
recover from the security deposit the losses suffered due to such failure. If the security
deposit is insufficient, the Agency shall pay the difference to NIGAM failing which
NIGAM shall have right to recover the sum through legal or other means.
The NIGAM shall have the right in such circumstances to manage the system itself
after taking charge of the facilities as above or through any other agency as it may
deem fit and no claim of Agency for compensation in this respect shall be entered.
20.0 WCT is applicable only on erection part.
21.0 GOVERNING LAWS AND JURISDICTION:
The Indian Law shall govern the agreement. Only appropriate courts in Jodhpur shall
have exclusive Court Jurisdiction to deal with any matter arising out of or relating to
the agreement or otherwise.
22.0 JURISDICTION FOR LEGAL PROCEEDINGS:
The contract shall be governed by the laws of India for the time being in force and be
subject to the court of competent jurisdiction at JODHPUR (RAJASTHAN). All
disputes, differences questions whatsoever arising between the NIGAM and the
agency upon or in relation to or in connection with the contracts shall be deemed to
have arisen at JODHPUR only and no court other than the court of Jodhpur
(Rajasthan) shall have jurisdiction to entertain or try the same.
23.0 SETTLEMENT OF DISPUTES:
All dispute / difference / question what so ever which may arise between the NIGAM
and the agency, the same shall be decided by the Chairman Discom`s / Managing
Director, Jd.VVNL Jodhpur or by the settlement committee constituted by him and
shall be final and binding on both the parties.
The NIGAM has constituted settlement committee to settle the disputed cases. For the
disputed amount up to Rs. 2.5 Lac the case may be referred to the CE level settlement
JdVVNL/TNTW- /P-75
committee and if the disputed amount is more than Rs. 2.5 Lac the case shall be
referred to the corporate level settlement committee. The non refundable fees for
referring the case to the settlement committee are as given below:
i) Reference fee for CE level settlement committee - Rs.1000/-*
ii) Reference fee for Nigam level settlement committee -Rs.3000/-*
and Appeal against CE level committee
iii) Fee for review of Decision of Nigam level settlement committee - Rs.5000/-*
by BOD
*GST shall be extra charged as applicable.
The settlement committee fees as shown above or prevailing at that time shall be
deposited in cash with the respective circle Accounts Officer (O&M), Jd.VVNL and
shall furnish receipt thereof with a request for referring their disputes to the settlement
committee for decision.
24. CONDUCT OF AGENCIES STAFF:
If any of the Agency’s employees shall in the opinion of NIGAM is guilty of any
misconduct or incompetence or negligence, and then if so directed by NIGAM, the
Agency shall at once remove such employee and replace him by a qualified and
competent substitute.
25. LIEN:
In case of any lien or claim pertaining to the work and responsibility of the agency for
which NIGAM might become liable, it shall have right to recover such claim amount
from the agency.
26. COMPLETION OF WORK:
The material / equipments for construction of such ordered work shall be supplied in
such a manner so that the entire work of construction, commissioning and its handing
over to Nigam is completed within Three months (TNTW- 473) from the date of
issue of the work order. Accordingly, the ordered work shall be commenced within 15
days period from the date of issue of the work order and supply, erection, testing and
commissioning of total ordered work is to be completed within Two and half months
period thereafter at the rate specified in work completion Schedule-5 of the bidding
documents and as mentioned hereunder:-
JdVVNL/TNTW- /P-76
S. No. Stage Period in months
1 Commencement The execution of line work shall commence within 15 days
from the date of issue of work order.
2 Completion of
supply, erection,
testing and
commissioning of
ordered work
Within Two and half months (TNTW- 473 ) thereafter at
the following rate
Time Progressive quantum of
work exceed in terms of
awarded work
In 50 % of completion time
period
40% of total work awarded.
In 75 % of completion time
period
70% of total work awarded.
In 100 % of completion time
period
100 % of the ordered work.
27.0 DELAY IN EXECUTION / COMPLETION OF WORK AFTER THE
SCHEDULE DATE:
27.1 The time and the date of delivery / completion period specified in the work order
shall be deemed to be the essence of the contract and the works shall have to be
completed not later than the period specified therein. Should the contractor fail to
complete the work on order or any part thereof within the specified completion period,
the owner shall be entitled at his option.
27.1.2 To affect recovery for delay in execution of works in the prescribed time limits as
above, a penalty shall be imposed 0.25% for 1st 4 weeks & 0.5% thereof. Max. 10%
of Balance Contract Value (Supply + Erection). The Balance Contract Value shall be
determined by the following formula:-
Total Contract Value – Value of Total Bills submitted to Sr. A.O ( CPC)
JdVVNL on the date of contractual stipulated completion Period.
27.1.3 To cancel the contract or part thereof and if so desired, to get the work
completed/ executed at the risk and cost of contractor.
27.2 Any financial liability arising from and consequent upon the failure of the contractor
to adhere to the stipulated completion schedule shall be to the contractor's account.
27.3 Adjustment in regard to the amount recoverable if any shall be made from the cash
deposits or from the firms dues of by operating the bank guarantee(s) as may be
JdVVNL/TNTW- /P-77
available with Nigam and/or in any other manner as may be deemed appropriate by the
purchaser.
28. FORCE MAJURE:
28.1 If at any time during the continuance of the contract the progress in whole or in
part is prevented or delayed by reason of any war, hostility, acts of public enemy, civil
commotion, sabotage, fire, floods, explosion, epidemics, quarantine restrictions, strikes,
lockouts or any acts of Gods (herein after referred to as events), then provided, a notice
and adequate proof of production/ dispatch/ execution having suffered on account of
these events, is given within 21 days from the day of occurrence thereof, the provisions
of sub-para of this clause shall not be invoked by the owner, provided further that the
execution under the contract shall be resumed, as soon as practicable after such
event(s) has/ have ceased to exist and the decision of the owner as to whether execution
so resumed or not, shall be final and conclusive, provided further that in case the
strike/lockout prolongs beyond a period of 30 days the contractor shall immediately
inform about it to the owner, in which case the owner reserves the right to procure the
material /equipment/ get the work on order or part thereof executed from any other
source at the risk and cost of the contractor.
28.2 Non availability/ scarcity/ non-allocation of raw material shall not constitute as a
force majeure condition ' in any case and it will be sole responsibility of the
contractor to arrange the raw material for timely execution of the order.
28.3 The delay in execution due to unforeseen and unavoidable reasons and the
circumstances beyond the control of contractor/owner leading to delay in execution
may also form force majeure conditions.
29.0 INSPECTIONS AND TESTING:
29.1 Inspection & testing of material:
29.1.1 The material as per final BOQ approved after joint survey with inception report
shall be offered for inspection. The inspection offer is to be given to SE (TW). The
inspection shall be carried by officer nominated by Nigam at the manufacturing Firm’s
work / Nigam’s store as per details at clause No.5 of Sec. III Part III. The firms work
shall be intimated by the contractor in the final BOQ to be submitted with the inception
report after joint survey conducted within commencement period after awarding the
contract.
JdVVNL/TNTW- /P-78
(a) It is clarified that the Samples from the material received in stores shall be selected
by the Nodal/Nominated officer within a period of 3 days and the same shall be tested
within a weeks’ time in the CTL thereafter.
(b)The Bidder shall state in his Bid the places of manufacture, testing and inspection of
various equipments offered by him. Unless specifically provided otherwise all tests shall
be carried out at the Contractor's works before shipment.
(c) The contractor shall intimate at-least 15 days in advance through notice(s) about the
readiness of material for dispatch commensurate with specific delivery schedule, so as to
enable the owner to depute his representative for Inspection, Testing & Checking of the
material / equipment. For this purpose the date of receipt of the letter in the office of the
work order placing authority shall be deemed as the date of call for inspection and not
the date mentioned in the letter or the date of dispatch. In case material / equipment is
not found ready by the representative of the owner deputed for inspection to the extent of
the quantity indicated in the inspection call with tolerance of (-) 10% or if the inspection
is not got carried out by any reason(s ) attributed to the contractor an amount of
Rs.7500/- plus applicable GST only for the contractor's work located in the State of
Rajasthan and an amount of Rs.15,000/- plus applicable GST for the contractor's works
located outside the State of Rajasthan will become payable by the contractor on this
account to the Accounts Officer (CPC), Jd.VVNL , Jodhpur. Further, in cases where
traveling by air is involved the inspection charges will be recovered on actual basis. The
contractor will deposit the amount with the Sr.Accounts Officer ( CPC ), Jd.VVNL
Jodhpur immediately under intimation to the work order placing authority, failing which
the subsequent call for inspection shall not be entertained.
(d) Packing:- The material/equipment shall be offered duly packed so as to enable the
inspecting Officer to seal the inspected / cleared material for identification. The
supplier / contractor shall provide such packing of the goods as is required to
prevent their damages or deterioration during transit to their final destination as
indicated in the contract. The packing shall be sufficient to withstand without
limitation rough handling during transit to their final destination as indicated in
the contract. The packing shall be sufficient to withstand without limitation rough
handling during transit and exposure to extreme temperature, salt and
precipitation during transport and open storage. Packing
JdVVNL/TNTW- /P-79
case size and weights shall be taken into consideration where appropriate
keeping in view, remoteness of the good’s final destination and absence of heavy
mechanized handling facilities at all points in transit as well as at the destination.
The packing, marking and documentation within and outside the packages shall
comply strictly with such special requirements as shall be expressly provided for
in the contract or in any subsequent instructions imparted by the owner.
(e) The Owner reserves to himself the right of having any inspection or special
test of a reasonable nature at contractor's premises or at sites, in addition to those
prescribed in applicable standards and the enclosed technical specification.
(f) When the tests have been satisfactorily completed at the Contractor's or sub-
contractors works the Engineer shall issue a certificate to that effect but if the tests were
not witnessed by the Engineer or his representative, the certificate would be issued after
the receipt of test certificate by the Engineer, No equipment shall be shipped / dispatched
before such a certificate has been issued.
(g) The authorized representative of the owner shall have at all reasonable times
access to the works and premises of the contractor and / or his associates, if any, and
shall be free to inspect the works, examine & test the product(s) including raw materials
used and the workmanship employed during / after manufacture.
(h) The contractor shall also furnish the latest calibration certificate(s) of the
testing instruments / equipments used for the testing of the materials / equipments as
covered in the owner order, to the inspecting Officer. The testing instruments / machines
should be got calibrated by the contractor from time to time from the Manufacturer of the
testing instruments or any Govt. recognized testing laboratory. The calibration
certificate(s) should not, in any case, be older than one year at the time of presenting the
same to the inspecting Officer. In case the contractor fails to comply with the conditions
as aforesaid, a certificate in writing of the inspector / representative of the Owner that the
contractor has failed to provide the facilities shall be conclusive.
(i) Unless the inspection is specifically waived, no material shall be dispatched
without inspection and clearance for dispatch by the owner's representative.
(j) The owner reserves the right to reject all or any part of the material being
manufactured or awaiting dispatch, due to any defect or deviations from the standard
specifications prescribed, as observed during the inspection. In case of any dispute /
difference in this regard the decision of the Superintending Engineer (TW) shall be final
and binding.
JdVVNL/TNTW- /P-80
(k) The owner also reserves the right to get the material / equipment tested in any
recognized Government Laboratory & claiming any compensation or rejecting the
material/ equipment, if not found in accordance with the specification. All charges
whatsoever consequent to such rejection and replacement / rectification shall be borne by
the contractor.
29.1.2 TYPE TEST CERTIFICATES:-
(a) Original / attested photocopies of the latest Type test certificate(s) not older
than Five Years from any recognized Government Laboratory / NABL Accredited
Laboratory, for all type tests wherever prescribed in the relevant latest edition of ISS (as
applicable) as mentioned in technical specification shall be furnished after award of
Work order. However, the owner reserves the right to get type tests conducted afresh by
the contractor.
(b) In case of any specific alternative requirement of type tests, the same shall be
furnished as per Technical specification.
(c) The Bid not accompanied with the type test certificates in terms of para(a)
above, are liable to be ignored.
(d) The contractor shall be required to furnish the routine/manufacturer(s) factory
test certificate(s) for the tests carried out during manufacture in accordance with the
relevant standard specifications.
29.2 Random checking of material at site:
In addition of material testing in CTL and after issuing the material from ACOS for
further use at site. The owner or his representative may take random sample of material
from site in presence of contractor representative available at site and to get it tested in
CTL, failure of material in testing shall lead to rejection of balance material with
contractor and same should not be allowed for further used and have to be replaced by
fresh material after successful testing in CTL.
29.2.1 Random checking of workmanship of work going on:-
The owner or his representative shall on giving seven days notice in writing to the
agency setting out any grounds of objections which he may have in respect of the work,
be at liberty to reject all or any part of the remaining work and all or any workmanship
connected with such work which in his opinion are not in accordance with the contract or
are in his opinion defective with reasons. In case of any dispute / difference in this regard
JdVVNL/TNTW- /P-81
the decision of the concerned Engineer In Charge i.e. Circle Superintending Engineer &
Superintending Engineer (TW), Jd.VVNL shall be final and binding.
30.0 CONTRACTOR'S DEFAULT:-
30.1 If the contractor shall neglect to execute the works with the diligence and
expedition or shall refuse or neglect to comply with any reasonable orders given to him,
in writing by the engineer in connection with the works or shall contravenes the
provisions of the contract, the owner may give notice in writing to the contractor make
good the failure, neglect or contravention complained of. Should the contractor fail to
comply with the notice within thirty (30) days from the date of service thereof, then and
in such case the owner shall be at liberty to employ other workmen and forthwith execute
such part of the works as the contractor may have neglected to do or if the owner shall
think fit, it shall be lawful for him without prejudice to any other right he may have
under the contract, to take the works wholly or in part out of the contractor's hands and
re-contract with any other person or persons complete the works or any part thereof and
in that event the owner shall have free use of all contractor's equipment that may have
been at the time on the site in connection with the works without being responsible to the
contractor over the same, and the owner shall be entitled to retain and apply any balance
which may be necessary, the payment of the cost of executing the said part of the works
or of completing the works as the case may be. If the cost of completing the works or
executing a part thereof as aforesaid shall exceed the balance due to the contractor, the
contractor shall pay such excess. Such payment of excess amount shall be independent of
the liquidated damages for delay, which the contractor shall have to pay if the
completion of works is delayed.
30.2 In addition, such action by the owner as aforesaid shall not relieve the
contractor of his liability to pay liquidated damages for delay in completion of works as
defined in clause 27.2 (a) of this section.
30.3 The termination of the contract under this clause shall not entitle the contractor
to reduce the value of the Security cum performance bank guarantee nor the time thereof.
The Security cum performance guarantee shall be valid for the full value and for the full
period of the contract including guarantee period.
30.4 HANDING OVER ON TERMINATION:
JdVVNL/TNTW- /P-82
30.4.1 The contract agreement shall require the parties to cooperate in handing back
the system in good working order to NIGAM after termination of agreement. Upon
termination of the agreement, the agency’s authority to act in the area shall immediately
cease.
30.4.2 The taking over certificate on the renovated system shall be issued by
concerned Assistant Engineer and certificate issued should be counter signed by
Executive Engineer as appointed by the Circle Superintending Engineer after due
checking & finally by Nodal officer i.e. SE (O&M),JdVVNL
30.4.3 The contractor shall hand over the complete layout drawing of renovated
distribution system in three (3) sets at the time of handing over the work to the Engineer
for reference and records.
31.0 DELAYS BY OWNER OR HIS AUTHORISED AGENT:-
In case the contractor's performance is delayed due to any act of omission on
the part of the owner or his authorized agents, then the contractor shall be given due
extension of time for the completion of the works, to the extent such omission on the part
of the owner has caused delay in the contractor's performance of his work. Regarding
reasonableness or otherwise of the extension of time, the decision of the
SUPERINTENDING ENGINEER (TW), Jd.VVNL Jodhpur shall be final.
32.0 TERMINATION OF CONTRACT ON OWNER'S INITIATIVE:-
32.1 The owner reserves the right to terminate the contract either in part or in full
due to reasons other than those mentioned under clause entitled contractor's default. The
owner shall in such an event give fifteen days (15 days) notice in writing to the
contractor of his decision to do so.
32.2 The contractor upon receipt of such notice shall discontinue the work on the
date and to the extent specified in the notice, make all reasonable efforts to obtain
cancellation of all orders and contracts to the extent they are related to the work
terminated and terms satisfactory to the owner, stop all further sub-contracting or
purchasing activity related to the work terminated, and assist the owner on maintenance
protection and disposition of the work acquired under the contract by the owner.
32.3 In the event of such a termination the contract shall be cancelled without any
liability on either side.
JdVVNL/TNTW- /P-83
32.4 If the contractor is an individual or a proprietary concern and the individual or
the proprietor dies and if the contractor is a partnership concern and one of the
partners dies, then unless the owner is satisfied that the legal representatives of the
individual contractor or of the proprietor of the proprietary concern and in the case of
partnership, the surviving partners, are capable of carrying out and completing the
contract the owner shall be entitled to cancel the contract as to its incomplete part
without being in any way liable to payment of any compensation to the estate of
deceased contractor of the contract, The decision of the owner that the legal
representatives of the deceased contractor or surviving partners of the contractor's firm
cannot carry out and complete, the owner shall not hold the estate of the deceased
contractor and / or the surviving partners of the estate of the deceased contractor and /or
the surviving partners of the contractor's firm liable to damages for not completing the
contract.
33.0 CHANGE OF NAME OF THE BIDDER / CONTRACTOR:-
33.1 At any stage after Biding, the Owner shall deal with the Contractor only in the
name and at the address under which he has submitted Bid. All the liabilities /
responsibilities for due execution of the Contract shall be that of the Contractor and in no
circumstance, he shall be relieved of any obligations under the Contract. The Owner
may, however, at his discretion deal with the, Agents / Representatives / Distributors /
Manufacturers / Associates / Principals / Sister concerns and such dealings shall not
absolve the Contractor(s) from his responsibilities / obligations / liabilities to the Owner
under the contract.
33.2 Any change / Alteration of name / Constitution / Organization of the
Contractor shall be duly notified to the Owner and the Owner reserves the right to
determine the Contract, in case of any such Notification. In the event of such
determination, the Owner may affect the purchase of material not supplied from
elsewhere at the risk and cost of the Bidder / Contractor.
34.0 CERTIFICATE NOT TO AFFECT RIGHT OF OWNER AND
LIABILITY OF CONTRACTOR:-
No interim payment certificate of the engineer nor any sum paid on account by the
owner nor any extension of time for execution of the works granted by the engineer shall
affect or prejudice the rights of the owner against the contractor or relieve the contractor of
JdVVNL/TNTW- /P-84
his obligations for the due performance of the contract, or be interpreted as approval of the
works done or of the equipment furnished and no certificate shall create liability for the
owner to pay for alterations, amendments, variations or additional works not ordered, in
writing by the engineer or discharge the liability of the contractor for the payment of
which he is bound to indemnify the owner nor shall any such certificate nor the acceptance
by him of any sum paid on account or otherwise affect or prejudice the rights of the
contractor against the owner.
35.0 CONTRACT PRICE:
The lump sum price with details of price of each item for equipment & erection portion as
mentioned in ‘G’ schedule of the bid with additions & deletions as may be agreed before
signing of the contract for the entire scope of the work shall be treated as the contract
price. Prices agreed by the bidder and subsequently termed as contract price shall remain
firm and no price variation shall be allowed.
(i) The bidder(s) are requested to quote FIRM Price in Indian Rupees only.
(ii) The prices quoted should be Unit all inclusive price including all local taxes, cess,
GST, other taxes and freight & insurance etc.
(iii) It is the responsibility of the bidder to make sure about the correct rates of duty / tax
if any levyable on the work / service at the time of tendering. If the rates assumed by the
Bidder(s) are less than the current rates prevailing at the time of tendering, the Nigam
will not be responsible for the mistake.
(iv)The Total cost of tender as received (material cost / erection & commissioning cost /
dismantling charges of retrieved material) shall be considered for deciding lowest (L-1)
rates. The unit cost quoted shall be the indicative for calculating actual charges for
making payments.
36.0 DEDUCTION FROM CONTRACT PRICE:-
All costs, damages or expenses which the owner may have paid, for which under the
contract the contractor is liable, will be claimed by the owner. All such claims shall be
billed by the owner to the contractor regularly as and when they fall due. Such bills shall
be supported by appropriate and certified vouchers or explanations, to enable the
contractor to properly identify such claims. Such claims shall be paid by the contractor
within fifteen (15) days of the receipt of the corresponding bills and if not paid by the
JdVVNL/TNTW- /P-85
contractor within the said period, the owner may then deduct the amount, from any
payment due or becoming due by him to the contractor under the contract or may be
recovered by actions of law or otherwise, if the contractor fails to satisfy the owner of
such claims.
37.0 REPLACEMENT OF DEFECTIVE PARTS AND MATERIALS:-
37.1 If during the progress of the works the engineers finds/ decides and inform in
writing to the contractor, that the contractor has procured any equipment or part of the
equipment unsound or imperfect or has used any equipment and or carried out the work
inferior than the quality specified, the contractor on receiving details of such defects or
deficiencies shall at his own expense within seven(7) days of his receiving the notice,
otherwise, within such time as may be reasonably necessary for making it good, proceed
to alter, re-construct or remove such work and furnish fresh, equipment and or re-do the
work meeting with the standards of the specifications. In case the contractor fails to do
so, the engineer may on giving the contractor seven (7) days notice in writing of his
intentions to do so, proceed to remove the portion of the works so complained of and, at
the cost of the contractor, perform all such work or furnish all such equipment provided
that nothing in this clause shall be deemed to deprive the owner of invoking any rights
under the contract which the owner may otherwise have in respect of such defects and
deficiencies.
37.2 The contractor's full and extreme liability under this clause shall be satisfied
by the payments to the owner of the extra cost, of such replacement procured, including
erection, as provided for in the contract, such extra cost being the ascertained difference
between the price paid by the owner for such replacement and the contract-price portion
for such defective Equipment and repayments of any sum paid by the owner to the
contractor in respect of such defective Equipment. The contractor's extreme liability
under this clause shall be limited to repayment of all sums paid by the owner under the
contract for such defective Equipment.
38.0 CONSIGNEE:
The material after clearance of Inspection shall be consigned to Contractor Store and the
Inventory of Material should route through the Nodal Officer / Engineer Incharge
nominated by Nigam for carrying out the work.
JdVVNL/TNTW- /P-86
39.0 TERMS OF PAYMENT:
39.1 The terms of payment for the equipment / material and its erection /
dismantling charges are as detailed herein. The payment to the contractor for the material
/ equipment, erection & dismantling charges shall be made by the Sr. Accounts Officer (
CPC) of the Nigam after fulfillment of the following contractual formalities:
(a) Acceptance of letter of award and signing of Contract Agreement.
(b) Submission of an unconditional bank guarantee from a scheduled bank towards
contract Security cum Performance Guarantee valid for a period of commencement &
completion period + 12 Months (Performance Period) + 6 months (grace period for lodging any
claims as admissible) from date of issue of award of contract in accordance with clause
No.3.2 of this SECTION-II and in the format given at Annexure ‘E’-GCC.
(c) Submission of Security Deposit bank guarantee as per clause No. 3.1 above of this
section and in the format given at Annexure ‘D’ GCC.
(d) Submission of a detailed PERT Network based on the Work-Schedule stipulated
in the letter of award and the approval by owner.
(e) Submission of copy of GST registration certificate.
(f) Submission of copy of PAN.
(g) Submission of copy of CPF / PF / ESI registration certificate.
(h) Payment shall be arranged on receipt of verified bills containing the details of the
length of line work to be carried out as per the “GPRS” coordinates already got approved
from the concerned project in-charge.
(i) Contractor will submit the MAS A/c with every running/final bill duly verified by
the Junior Engineer, Assistant Engineer, Executive Engineer concerned.
39.2 The payment shall be made as under:-
A. No Payment shall be made against supply of material / equipment’s.
B. Up to 70% Cost of Awarded Contract (Supply + Erection).
i) The bills against supplied material and its erection / dismantling having 10% value
or more / having a value of 25.0 Lacs or more, whichever is less of the ordered cost of
the project shall be entertained on regular basis as running bills.
ii) 95% payment of the above bills be released.
JdVVNL/TNTW- /P-87
C. Balance 30% Cost of Awarded Contract (Supply + Erection).
i) The payment of balance 30% cost of material along with erection /dismantling
shall be made only after 100% successful erection of material / equipment and its
commissioning and after handing over the project.
ii) 95% payment of the above bills is released.
D. Balance 5% (RMD) payment of supplied material along with erection and
dismantling Charges shall be made after 12 months of handing over the system after
successful Completion, commissioning and charging in all respect.
E. All the above payments shall be released by the Sr. Accounts Officer (
CPC),through RTGS on or after 45 days of the receipt / submission of bills and
completion of other contractual formalities.
Following formalities / documents are also to be completed while delivery of the
material in the store.
a) After delivering of material in store & after passing of material in CTL testing the
contractor shall furnish receipted challans of material duly verified by the officer
designated to accept the material in triplicate as per approved BOQ of the ordered work
to the Nodal Officer / Engineer In-charge of the project. In this regard a certificate that
the material has passed in CTL testing along with CTL report for such verification shall
also be submitted for further issue of material to contractor as per requirement of on-
going work.
39.3 CURRENCY OF PAYMENTS:
All payments under the contract shall be made in Indian Rupees only.
39.4 MODE OF PAYMENT:-
i. The payment shall be made by Sr. Accounts Officer (CPC), JdVVNL, Jodhpur at the
certificate of the Engineer-in charge in accordance with the conditions set out herein, for
supply of material and erection work so measured.
ii. The contractor shall submit running bills of material supplied for the completed work
along with erection & dismantling charges as per provisions of above clause, for interim
payment in 2 (two) copies to the concerned Executive Engineer for checking and
verification by him. Thereafter, it should be submitted to Nigam Sr. A.O. (CPC) for
arranging due payment.
JdVVNL/TNTW- /P-88
39.5 APPLICATION FOR PAYMENTS: -
(i) The contractor shall submit application for the payment in the prescribed
proforma enclosed as Annexure -A (GCC) of this Sections.
(ii) Each such application shall state the amount claimed and shall set forth in
detail, in the order of the payment schedule, particulars of the works including the works
executed at site and of the equipment shipped/ brought on to the site pursuant to the
contract up to the date mentioned in the application and for the period covered since the
last preceding certificate, if any.
(iii) Every interim payment certificate shall certify the contract value of the works
executed/completed up to the date mentioned in the application for the payment
certificate, provided that no sum shall be included in any interim payment certificate in
respect of the works that, according to the decision of the engineer, does not comply with
the contract, or has been performed, at the date of certificate prematurely.
39.6 CORRECTIONS:-
The Engineer may by any Interim payment certificate make any corrections or
modifications in any previous certificate (other than the one purporting to be a final
payment certificate) which shall have been issued by him and shall have power to modify
or withhold any interim payment certificate if the works or any part thereof are not being
carried out to his satisfaction.
39.7 For the delayed payments, if any, the Nigam will not pay any interest.
39.8 FOR CLAIMING BALANCE 5% PAYMENT OF MATERIAL &
ERECTION COST AFTER HANDING OVER .
Balance 5% (RMD) payment of material cost , erection & dismantling charges shall be
made after 12 months of handing over the system after successful completion,
commissioning & charging of the system in all respect. The RMD of 5% may be released
before 12 month of entire completion of project as mentioned above subject to furnished
equivalent amount of Bank Guarantee with remaining period with additional 30 days
grace period for lodging the claim.
NOTE: -The commencement of payment shall be effective only after completion of
all contractual formalities and acceptance of BGs.
39.9 RETRIEVAL OF MATERIAL:-
JdVVNL/TNTW- /P-89
(i) The old/damaged PCC poles retrieved from site shall be deposited as per
direction of the Engineer-in-charge.
(ii) The concreted M.S. Rails / R.S. Joists to be removed from site which are not
possible to be retrieved as it is shall be cut after digging the same up to one feet in
ground.
(iii). It is also clarified that during execution of work the retrieved material have
to be deposited in Nigam store i.e. concerned ACOS. The contractor firm have to obtain
clear and readable copy of the MCNs (Material credit note) indicating quantities of the
material/equipment deposited in the stores with rating/sizes, if any, clearly legible and
duly signed & stamped by the ACOS concerned. No invoices / bills regarding material
supplied and work carried out shall be entertained by Nigam Sr.AO(CPC) for
payment without such clear and readable MCNs.
(iv). The existing service lines, if required to be replaced then such removed service
lines are to be deposited in Nigam stores as retrieved material thus the contractor firm are
advised to remain careful and conscious for removal of old service lines from the
consumer premises while execution of the work and ensure to deposit the same with the
circle stores without any failure. It may also be noted that recovery shall be effected as
per provisions of Nigam in respect of non-deposition / short deposition of such service
lines required to be retrieved as applicable in case of other retrievable material /
equipment.
40.0 FREE ISSUE ITEMS:-
(i) The NIGAM shall provide Power Transformer, Distribution Transformer, RMU,
33KV / 12 KV Breakers, & Energy meters etc.
(ii) The departmental material / item ( to be provided by the Nigam) up to the quantity
likely to be utilized during next two months shall be provided by the purchaser to the
contractor within a period of one month from the date of requisition made with the
Engineer In-charge subject to the condition that erection of all other allied material ( to
be supplied by the contractor) is ready or likely to be ready for utilization of the “Free
issue items”.
(iii) Further above mentioned item Nigam may provide any item as free issue for smooth
and accelerated execution of the work with due approval of competent authority.
41.0 BALANCE MATERIAL:-
JdVVNL/TNTW- /P-90
It is clarified that the payment shall be made based on unit prices of work order for the
executed work at site and the balance material in excess of executed work shall be
returned to the contractor through the same channel through which it was issued for site
work. However, Nigam may accept certain items which are required on such prices as
may be mutually agreed based on the comparative unit prices of the items as per work
order / Latest MM Wing price for same specifications/latest stores Issue rate etc.
whichever is lower subject to clearance of CTL testing.
42.0 EXTRA ITEMS:-
(i) In case if successful bidder at the time of joint survey feels that some additional items
are required and which are essential for completion of project work and has not been
covered in the list of items may be included in the revised BOQ with detailed
justification of such items with due approval of Nodal officer.
(ii) Use of G.I pipe / conduit pipe / DWC pipe for cable laying of U/G 2 core & 4
core XLPE cable for consumer service line where it is open near consumer premises or
for crossing of “Nalis / Drainage” shall be exercised & cost of this extra item shall also
be paid by NIGAM, if not covered in G-Schedule.
(iii) Provision for route marking for cable work may also be included at the time of joint
survey.
The prices shall be allowed as per prevailing SIR/ CLRC rates ( with applicable
premium of the work order) for extra items required in survey report at the time of
submission for approval of revised BOQ with due recommendations of Nodal
officer.
Maximum quantity of extra items as well as value of extra items shall be allowed as
per RTPP Act- 2012 & Rules- 2013 made there under.
43.0 FINAL ACCOUNT:-
(a) Not later than three (3) months after the handing over of the new electrical system
complete in all respects i.e. after successful testing and commissioning of all the
equipments with necessary take off terminal units for future automations and dismantling
of existing over head lines and associated items as per final BOQ and transporting &
depositing the dismantled items to the Nigam stores and on obtaining proper receipt of
JdVVNL/TNTW- /P-91
material against MCN’s etc. The contractor shall submit a draft statement of “final
account” and supporting document to the Engineer/Engineer’s Representative showing in
detail the value of the work done in accordance with the contract (hereinafter called for
“Contractor’s Draft Final Account).
(b) Within three (3) months after receipt of the contractor’s Draft Final Account and all
information reasonably required for its verification, the Engineer/Engineer’s
representative shall determine the value of all matters to which the contractor is entitled
for payment under the contract. The Engineer/Engineer’s representative shall then issue
to the Contractor a statement (hereinafter called “Engineer’s Draft Final Account)
showing the final amount to which the contractor is entitled for completion of contract.
The Contractor shall sign the Engineer’s Draft Final Account as an acknowledgement of
the full and final value of the work performed under the contract and shall promptly
submit a signed copy. (hereinafter called “Final Account”) to the Engineer/Engineer’s
representative)
44.0 FINAL CERTIFICATE:
On receipt of Final Account, the Engineer / Engineer’s representative shall promptly
prepare and issue to the Employer and the contractor a “Final Payment Certificate”
certifying any further amounts due to the contractor in respect of the contract.
45.0 ENHANCEMENT OF RATES:
No representation for enhancement of rates once accepted will be considered during the
currency of the contract.
46.0 SUB-LETTING OF CONTRACT
46.1 The Contractor shall not, without the consent in writing of the DISCOM, assign or
sublet his contract including supply of material or any substantial part thereof, provided
that any such consent shall not relieve him from any obligation, duty or responsibility,
liability under the Contract. If the Contractor sublets or changes the sub-contractor
without notification to the DISCOM, then DISCOM shall not make payments for such
works/materials, if any defects/damages in works or materials is noticed in such
authorized sublet portion within the expiry of guarantee period/DISCOM reserves the
right to rectify/redo the defective goods/works at its own cost and such cost damages will
be recovered from contractor.
46.2 The bidder should furnish an Undertaking that he is responsible for any portion of
works if carried out by the sub-contractor and he is jointly and severally accountable to
the Nigam, in the event of defective design or defaults in the performance.
JdVVNL/TNTW- /P-92
46.3 Approval of sub-contractor shall be obtained before commencement of work.
47.0 INCIDENTAL SERVICES:
The Supplier / contractor is required to provide any or all the services broadly outlined in
the scope of the work. Detailed design, fabrication, supply, erection, testing and
commissioning of VCBs , erection of Distribution Transformers, detailed surveying,
check surveying, design, testing, fabrication, earth wire, accessories, bolts and nuts, etc.
and making foundations for erection of VCBs , Distribution Transformers under turnkey
basis. Any other minor incidental service whether specifically mentioned or not must be
done by the Contractor at his own cost. All tools, Tackles, Plant etc., required for
completion of above works shall be brought by the Contractor.
48.0 EXAMINATION OF WORK BEFORE COVERING UP/THIRD PARTY
INSPECTION :-
(i) No work shall be covered up or out of view without the approval of the Engineer
or the Engineer’s representative and the contractor shall afford full opportunity for the
Engineer or the Engineer’s representative to Examine and measure any work, which is
about to be covered up or put out of view and to examine foundations before permanent
work is placed thereon. The contractor shall give due notice to the Engineer’s
representative whenever any such work or foundation is ready or about to be ready for
examination and the Engineer’s representative shall without delay act accordingly and
attend for the purpose of examining and measuring such work or of examining such
foundations.
(ii) The Nigam shall have the right to get the executed works verified/inspected
either by the third party inspecting agency or through departmental inspecting officers
(or both) during execution as well as on completion for quality and for the quantity both.
The discrepancies / shortcomings / omissions observed shall immediately be got rectified
by the contractor and on completion of rectification work the contractor shall intimate to
the Nigam through Nodal officer so that such rectifications shall be got verified. The
contractor shall also ensure that the discrepancies / shortcomings / omissions so observed
shall not be repeated in the execution of remaining work.
49.0 UNCOVERING AND MAKING OPENINGS:
JdVVNL/TNTW- /P-93
The contractor shall uncover any part of the works or make openings in or through the
same as the Engineer may from time to time direct and shall reinstate and make good
such part or parts to the satisfaction of the Engineer. If any such part or parts have been
covered up or put out of view after compliance with the requirement of clause 50.0
supra, and or found to be executed in accordance with the contract, the expenses of
uncovering, making opening in or through, reinstating and making good of the same
shall be borne by the Employer, but in all other cases, these costs shall be borne by the
contractor.
50.0 REMOVAL OF IMPROPER WORK AND MATERIALS :
i) The Engineer / Engineer’s representative shall during the progress of the works have
power to order in writing from time to time for the removal from the site within one
week of receipt of notice, of any materials which in their opinion are not in accordance
with the contract.
(ii) In case of default on the part of the contractor in carrying out such an order, the
employer shall be entitled to employ and pay other persons to carry out the same and all
expenses consequent therein or incidental thereto shall be recoverable from the
contractor by the employer from any money due or which may become due to the
contractor.
51.0 GENERAL RESPONSIBILITIES OF THE CONTRACTOR:
51.1 WORKS EXECUTIONS:
The contractor shall, subject to provisions of the contract and with due care and elegance
execute the works and provide all labour including the supervision thereof, materials,
constructional plant and all other things, whether of a temporary or permanent nature,
required in and for such execution, so far as the necessity for providing the same is
specified in or is reasonably to be inferred from the contract.
51.2 WORKS SAFETY:
The contractor shall take full responsibility for the adequacy and safety of all site
operations and methods of construction
51.3 SUPERVISION BY THE CONTRACTOR:
The contractor shall provide all necessary supervision during the execution of the works
and as thereafter as the Engineer may consider necessary for the proper fulfillment of
contractor’s obligations under the contract.
JdVVNL/TNTW- /P-94
51.4 SETTING OUT OF WORKS:
The contractor / supplier shall be responsible for the true and proper setting out of
works in relation to the supply, installation, erection, testing & commissioning. And for
any corrections of the design position, levels, dimensions and alignment of all parts of
the works and for the provision of all necessary instruments, appliances, equipments,
tools and plants and labour in connection there with and erection of steel structure
support for provision of Transformer and dismantling of existing Nigam outdo or
11KV structures and transporting & devaluating the dismantled items to the Nigam
stores also supply and installation of Termination for the Incoming line , Outgoing line
& Transformer cable under turnkey basis at different locations. If at any time during the
progress of the works any error shall appear for arise in the design, positions levels,
dimensions or alignment of any part of the works, the contractor on being required so to
do by the Engineer / Engineer’s representative shall at his own cost, rectify such error to
the satisfaction of the Engineer / Engineer’s representative shall not in any way relieve
the contractor of his responsibility for the correctness thereof land the contractor shall
carefully protect and preserve all bench marks, sight rails, pegs and such other things
used in setting out of the works.
51.5 CARE OF THE WORK :
From the date of commencement of the works until the date stated in the certificate of
completion for the whole of the works, the contractor shall take full responsibility for the
care thereof. In case any damage, loss or injury shall happen to the works, or any part
thereof, from any cause whatsoever, the contractor shall at his own cost, repair and make
good at the same, so that at the completion, the permanent works shall be in good order
and in condition and in conformity in every respect with the requirements of the contract.
In the event of any such damage, loss or injury happening from any of the expected risks,
the contractor shall, to the extent required repair/make good the same at the cost of the
employer.
The expected risks are war hostilities (whether war be declared or not), invasion, attack
of foreign enemies, rebellion, revolution, insurrection of military or usurped power, civil
war for any such operations of the forces of nature.
51.6 WATCHING AND LIGHTING :
JdVVNL/TNTW- /P-95
The contractor shall in connection with the works provide and maintain at his own cost
all lights, guards, fencing and watching when and where necessary or as required by the
Engineer/Engineer’s representative or by any duly constituted authority for the protection
of the works or for the safety and convenience of the Public and others.
51.7 CONTRACTOR TO KEEP SITE CLEAR:
During the progress of the works, the contractor shall keep the site free from all
unnecessary obstruction and shall dispose of any construction plants, surplus materials
and clear away and remove from the site any wreckage, rubbish or temporary works no
longer required. If any permanent works on pathway such as tiles etc damaged or broken
during the work that’s all be made permanent
51.8 CLEARANCE OF SITE BEFORE AND AFTER COMPLETION :
On the Commencement and the completion of the works, the contractor shall clear away
and remove from the site all constructional plants, surplus materials, rubbish and
temporary works of every kind and leave the whole of the site and works clear and in
workman like condition to the satisfaction of the Engineer. If the site is not cleared, the
same will be done by the Employer and the cost will be recovered from the contractor.
Any materials/tools etc., at the site will become the property of the employer and
contractor shall have no claim over it.
51.9 WORK TO BE DONE TO THE SATISFACTION OF ENGINEER/
ENGINEER’S REPRESENTATIVE:
Save in so far as it legally or physically impossible, the contractor shall execute and
maintain the works in strict accordance with the contract to the satisfaction of the
Engineer/Engineer’s representative and shall comply with and adhere strictly to their
instructions and directions on any matter whether mentioned in the contract or not,
touching or concerning the works. The Engineer may from time to time delegate in
writing to the Engineer’s representative any of the powers, authorities vested in the
Engineer and furnish to the contractor a copy of all such written delegation of power and
authorities. Any written instruction or approval given by the Engineer’s representative to
the contractor within the terms of such delegation, but not otherwise shall bind the
contractor and employer as though it had been given by the Engineer provided always as
follows:
(a) Failure of the Engineer’s representative to disapprove any work or materials shall not
prejudice the power of the Engineer thereafter to disapprove such work or materials and
to order the pulling down, removal or breaking thereof.
JdVVNL/TNTW- /P-96
If the contractor shall be dissatisfied by reason of any decision of the Engineer’s
representative, he shall be entitled to refer the matter to the Engineer who shall there
upon confirm, reverse or vary such decisions.
51.10 PLANT, TEMPORARY WORKS AND MATERIALS :
All constructional plant, temporary works and materials provided by the contractor shall
when brought to the site, be deemed to be exclusively intended for the execution of the
works and the contractor shall not remove the same or any part thereof except for the
purpose of moving it from one part of the site to another part.
51.11 REMOVAL OF PLANT, ETC :
Upon completion of work, the contractor shall remove from the site all the said
constructional plant and temporary works remaining thereon and any unused materials
provided by the contractor.
51.12 EMPLOYMENT NOT LIABLE FOR DAMAGE TO PLANT ETC :
The contractor shall note that employer shall not at any time be liable for the loss of or
damage to any of aforesaid constructional plant, temporary works or materials.
52.0 COMMENCEMENT OF WORKS, PROGRAMME, & TIME FOR
COMPLETION ETC:-
52.1 COMMENCEMENT & PROGRAMME OF WORKS :
(i) The contractor shall on award of the contract submit to the Engineer In-charge an
inception report of joint survey carried out for supply, erection & retrieval of material for
approval of final BOQ during commencement period.
(ii) After joint survey, a programme showing the order or procedure in which he
proposes to carry out and complete the works as stipulated in clause 52.2 The contractor
shall whenever required by the Engineer/Engineer’s representative also provide in
writing for his information a general description of the arrangements and methods which
the contractor proposes to adopt for the execution of works.
(i) At the time of submission of joint survey report, necessary proposal for forest,
railway, highway and river crossing be submitted within the commencement period,
otherwise delay in submission shall be on the part of contractor. However, wherever such
approvals are required from the concerned authorities the delay in receipt of approval
from the date of submission of proposal by contractor through Engineer In-charge (to the
statuary agency) shall not be on the part of contractor.
JdVVNL/TNTW- /P-97
(ii) If any time it should appear to the Engineer that actual progress of works does not
conform to the approved programme 52.1(ii) Supra, the contractor shall produce at the
request of the Engineer a revised programme showing the modifications to the approved
programme necessary to ensure completion of the works within the time for completion
as defined in Clause-52.2 thereof.
(iii) The submission to and approval by the Engineer / Engineer’s representative of such
programme or furnishing of such particulars shall not relieve the contractor of any of his
duties or responsibilities under the contract.
(iv) It is to clarify that Guarantee / Warranty for the material supplied by the purchaser
shall not be applicable for contractor. The material to be supplied by the purchaser shall
be provided to the contractor within a period of one month from the date of requisition
from the contractor to the Engineer-in charge.
(v) The departmental material/ item (to be provided by the Nigam) up to the quantity
likely to be utilized during next two months shall be provided by the purchaser to the
contractor within a period of one month from the date of requisition made with the
Engineer In-charge subject to the condition that erection of all other allied material (to be
supplied by the contractor) is ready or likely to be ready for utilization of the “Free issue
items”.
(vi) It shall be the prime responsibility of the contractor. However, JVVNL shall depute
concerned field officers for necessary support in case of restrictions/resistance from local
people.
(vii) It is clarified that the Samples from the material received in stores shall be selected
by the Nodal/Nominated officer within a period of 3 days and the same shall be tested
within a weeks’ time in the CTL thereafter.
52.2 ADHERENCE TO COMPLETION PERIOD:
On receipt of the Purchase Order, the contractor shall take over the site and commence
the preliminary civil works. Entire works including testing and commissioning and
dismantling of existing Nigam outdoor 11KV structures, transporting & devaluating the
dismantled items to the Nigam stores in “as is and where is” condition the entire
work shall be completed as per Clause No. 26.0 “ Completion of Work”.
JdVVNL/TNTW- /P-98
Any delay in completion of works would attract Liquidated damages as specified in the
specification.
52.3 EXTENSION OF TIME FOR COMPLETION:
No extension of time for services to be rendered including procurement of necessary
materials granted to the contractor should affect or prejudice the right of the DISCOM
against the contractor or relieve the contractor of his obligations for the duel payment of
damage whether duly ascertained or certified or not any sum against the payment of
which he is bound to indemnify to the DISCOM.
Extension of time will be given if the delay is on the account of DISCOM.
Should the amount of extra or additional work of any kind or any cause of delay referred
to in these conditions or special circumstances of any kind whatsoever which may occur,
other than through a default of the contractor, be such as fairly to entitle the contractor, to
an extension of time for the completion of the works, the Engineer shall determine the
amount of such an extension and shall notify the employer and contractor accordingly
provided that the Engineer is bound to take into account any extra or additional work or
other special circumstances unless the contractor has within 28 days after such work has
commenced, or such circumstances have arisen, or as soon thereafter as is practicable,
submitted to the Engineer/Engineer’s representative full and detailed particulars of any
extension of time to which he may consider himself entitled in order that such
submission may be investigated at the time.
52.4 RATE OF PROGRESS:
If for any reason, which does not entitle the contractor to an extension of time, the rate of
progress of the works or any erection is at any time in the opinion of the Engineer, too
slow to ensure completion by the prescribed time or extended time for completion, the
Engineer shall so notify the contractor in writing and the contractor shall thereupon take
such steps as are necessary and the Engineer may approve to expedite progress so as to
complete the work or such section by the prescribed time or extended time. The
contractor shall not be entitled to take additional payment for taking such steps, if
necessary, as a result of any notice given by the Engineer under this clause, the
contractor shall seek Engineer’s permission to do any work on Sundays or other
Holiday’s or other locally recognized days of rest.
JdVVNL/TNTW- /P-99
52.5 DISRUPTION OF PROGRESS:
(i) The contractor shall give written notice to the Engineer whenever planning or
progress of the works is likely to be delayed or disrupted unless any further drawings or
order including a direction, instruction or approval is issued by the Engineer within a
reasonable time. The notice shall include the details of drawings or order required and
any delay or disruption likely to be suffered if it is late.
ii) If by reason of any failure or inability of the Engineer to issue within a reasonable
time in all circumstances any drawing or order requested for by the contractor in
accordance with Clause 52.7 (i), the contractor suffers delay and/or incurs cost, then the
Engineer shall take such delay into account in determining any extensions of time to
which the contractor is entitled under Clause 52.3 thereof and the contractor shall be paid
the amount of such costs as shall be reasonable.
52.7 SUSPENSION OF WORKS :
(i) The contractor shall on the written order of the Engineer, suspend the progress of
the works or any part thereof for such time or times and in such manner as the Engineer
may consider necessary and shall during such suspension properly protect and secure the
work, so far as is necessary in the opinion of the Engineer. The extra cost incurred by
the contractor in giving effect to the Engineer’s instructions under this clause shall be
paid the amount of such costs as shall be reasonable.
a. Otherwise not provided for in the contract or
b. Necessary by reason of some default on the part of the contractor, or
c. Necessary by reason of climatic conditions on the site, or
d. Necessary for the proper execution of works or for the safety of the works or
any part thereof in so far as such necessity does not arise from any act or default by the
Engineer/Engineer’s representative or from any of the expected risks defined in this
specification. Provided that the contractor shall not be entitled to recover any such extra
cost unless he gives written notice of his intention of claim to the Engineer within twenty
eight days of the Engineer’s order. The Engineer shall settle and determine such extra
payment and/or extension of time under clause 52.3 hereof to be made to the contractor
in respect of such claim as shall in the opinion of the Engineer be fair and reasonable.
52.8. SUSPENSION LASTING MORE THAN NINETY DAYS:
If the progress of the works or any part thereof is suspended on the written order of the
Engineer and if permission to resume work is not given by the Engineer within a period
JdVVNL/TNTW- /P-100
of ninety days from the date of suspension then, unless such suspension is within
paragraph (a), (b), (c) or (d) of Clause-52.7 the contractor may serve a written notice on
the Engineer requiring permission within twenty eight days (28) from the receipt thereof
to proceed with the works, or that part thereof in regard to which progress is suspended
and if such permission is not granted within that time, the contractor by a further written
notice so served may but is not bound to elect or treat the suspension where it affects part
only of the works as an omission of such part or where it affects the whole works as an
abandonment of the contract by the employer.
53.0 MEASUREMENT : It is clarified that the maximum 10% quantity variation of
particular item of final BOQ based on joint survey with NIGAM officers during
commencement period submitted with inception report shall be allowed with no change
in total contract value of particular lot.
53.1 QUANTITIES:
The quantities set out in the bill of quantities are only tentative and estimated quantities
of work. They are not to be taken as the actual and correct quantities of the work to be
executed by the contract or in fulfillment of his obligations under the contract.
53.2 WORKS TO BE MEASURED:
The Engineer shall, except as otherwise stated ascertain and determine by measurement
the value in terms of the contract of work done in accordance with the contractor. He
shall, when he requires any part or parts of the works to be measured, give notice to the
contractor, authorized agent or representative, who shall forthwith attend to or send a
qualified agent to assist the Engineer/Engineer’s representative in making such
measurement and shall furnish all particulars such measurement and shall furnish all
particulars required by either of them. Should the contractor not attend or neglect or
omit to send a such agents, then the measurement made by the correct measurement of
the works and any claim later on by the contractor will not be accepted.
53.3 METHOD OF MEASUREMENT OF WORK:
The works shall not be measured except where otherwise specifically described
henceforth:
The above measurements are purely for the purpose of progressive payments. The
erection of Distribution Transformers will be taken simultaneously with the erection of
RMUs. The erections works done by the contractor should be in complete in all respect
and has satisfactory withstand all the tests mentioned in the appropriate sections. The
JdVVNL/TNTW- /P-101
responsibility of the contractor does not cease until a certificate is issued by the
DISCOM, for having taken over RMUs and associated equipments, accessories, T&Ps,
devolution of retrieved materials to the DISCOM stores etc. from the contractor and will
cease only on expiry of the guarantee period of work.
54.0 CERTIFICATION OF COMPLETION OF WORKS :
When the whole of the works have been substantially completed and have satisfactorily
passed any final test that is prescribed in the contract, the contractor may give a notice to
that effect to the Engineer/Engineer’s representative. Such notice shall be in writing and
shall be deemed to be a request by the contractor for the Engineer to issue a certificate of
completion in respect of the works. The Engineer shall, within twenty one (21) days of
the date if delivery of such notice, either issue to the contractor with a copy to the
Employer, a certificate of completion stating the date on which, in the Engineer’s
opinion, requires to be done by the contractor of any defects in the works affecting
substantial completion that may appear after such instructions and before the completion
of the works specified therein. The contractor shall be bound to receive such certificate
of completion within twenty one (21) days of completion to the satisfaction of the
Engineer of the works specified and making good any defect so noticed.
55.0 NOTICES:
55.1 All notices given by one party to the other including written orders given by the
Employer, Engineer’s representative to the contractor under the terms of the contract
shall be in writing or if by Telegram/Telex/Fax/E-Mail be confirmed in writing. Period
of notice shall be 14 days unless otherwise stated.
55.2 For the purpose of issuing notices to the purchaser in respect of works and
supply of goods, the following is the address of the Purchaser.
The Superintending Engineer (TW)
Jd.VVNL
New Power House, Jodhpur
55.3. For the purpose of issuing notices for the works concerned to them to the
Engineer’s Representative, the addresses of the Superintending Engineer is as follows:
THE SUPREINTENDING ENGINEER (O&M), Jodhpur Discom, _______
JdVVNL/TNTW- /P-102
56.0 DETAILS CONFIDENTIAL:
56.1 The contractor shall treat the specifications, contract document etc. as confidential.
56.2 The materials and services covered under these specifications shall be performed
as per requirements of the relevant standards refereed hereinafter against each of
equipment and services.
56.3 No extension of time for services to be rendered including procurement of
necessary materials granted to the contractor shall affect or prejudice the right of the
DISCOM against the payment of which he is bound to indemnify to the DISCOM.
Extension of time will be given if the delay is on the account of the DISCOM.
********
JdVVNL/TNTW- /P-103
ANNEXURE – A (GCC)
PROFORMA OF APPLICATION FOR PAYMENTS
__________________________________________________________________________
Project :
Equipment : Date :
Name of Contractor : Contract No. :
Contract Value: Contract Name :
Until reference: Application :
Serial number :
To,
The Superintending Engineer (O&M )
Jd.VVNL
Dear Sir,
Sub: Application for Payment *
Pursuant to the above referred contract dated ..................... the undersigned hereby applies for
payment of the sum of ................................................................................................
(Specify amount)
1.1.1 Material supplied in the store/ site.
1. The above amount is on account of : (Check whichever applicable)
2.Completed works including supply & erection against running bills
3.Final payment (Schedule **)
as detailed in the attached schedule(s) which form an integral part of this application.
4. The payment claimed is as per item(s) No.(s) .................... of the payment schedule
annexed to the above mentioned contract.
5. This application consists of this page, a summary of claim statement (Schedule**) and the
following signed schedule:
1. _____________________ 2. _____________________ 3. _____________________
The following documents are also enclosed:
1. _____________________ 2. _____________________ 3. _____________________
Signature of Contractor/authorized signatory
* Applications for payment will be made to 'Engineer' as to be designated for this purpose at
the time of award of the contract.
** Proforma for the schedules will be mutually discussed and agreed to during the
finalisation of the contract agreement.
Proforma:
__________________________________________________________________
S.no. Name of Make Qty. Date of Date of Amount Remark
Material Supply Erection
JdVVNL/TNTW- /P-104
ANNEXURE-B (GCC)
JODHPUR VIDYUT VITRAN NIGAM LTD.
AGREEMENT
(On non-judicial stamp paper worth 0.25% of contract value of Govt. of Rajasthan)
This indenture made at ________ on ______ this _____ day of the Month of
________________ of the year ____________ between the ________________Jodhpur
Vidyut Vitran Nigam Ltd. (hereinafter referred to as the Owner) which expression unless the
context does not permit includes successors and assigns) of the one part and
(I) To be used in case of Limited Companies
M/s____________________________________ a private/ Public Limited Company
incorporated _____________________ under the ____________________________
companies act and having its Registered office at _____________________ (hereinafter
referred to as Contractor which expression unless the context does not permit includes their
successors and permitted assigns).
(2) To be used in case of Partnership concerns
M/s ________________________________ a Partnership Firm consisting of the following
Partners namely:
(Name) (Age) (Residence) (Occupation)
1.
2.
3.
4.
(hereinafter referred to as Contractor which expression unless the context does not permit
includes their respective heirs, executors, administrators, legal representatives, permitted
assigns) of the second part, witness the as follows:-
(1) The contractor, does by these presents agree to supply and execute/complete the erection
work of _______________ (Name of line) to the Owner and the Owner does agree to
purchase and execute/complete the erection work from the Contractor, the
material/equipment and erection work as specified in the work order No. ___________ dated
__________ and amendment letter No. __________ dated __________ appended and on the
terms & conditions constrained in the said order and amendment letter. The General terms
and conditions of the contract appended hereto are considered a part of this agreement.
(2) The Contractor has deposited Rs. _____________________ (In words
Rs._______________________)
*(a) In cash, or
*(b) by furnishing a Demand Draft No._______ dated ________ drawn in favour of
__________ or
*(c) by furnishing a Bank Guarantee equivalent to _______% of the Contract value,
towards security deposit with the Owner for the performance of this agreement by the
Contractor. The security deposit Receipt duly endorsed in favour of the Owner
should be lodged to his safe custody.
(* delete which is not applicable)
(3) The contractor is also bound to fulfill all the conditions mentioned in the above work
order.
JdVVNL/TNTW- /P-105
(4) The work to be executed under this agreement shall be as per terms and conditions
mentioned in the above work order.
(5) In case of dispute as to whether any materials supplied are or are not in accordance with
specifications set forth in the schedule, the decision of the Superintending (TW), JVVNL,
Jaipur shall be final and binding on both the parties.
(6) The delivery shall be effected and completed as per clause No. ________ of the work
order from the date of this Work Order and amendment letter No. ________ dt. ________.
The first installment of supplies will begin as per clause No. _________ of the work order
and amendment letter No. __________ dt. _______ to the work order.
(7) Payment of the work executed under this agreement shall as under :
As per clause No. ____________ of the Work Order and amendment letter No.
___________ dt ______ to the work order.
(8) If the Contractor fails wholly or in part to fulfill this agreement, the Owner shall be
entitled at his discretion to retain the whole or any part of the deposit made by the Contractor
under clause (2) and if the loss suffered by the Owner exceeds the amount of said deposit, he
will be entitled to recover the said loss from the Contractor.
(9) If any sum remains due or becomes recoverable from the Contractor on account of the
non-fulfillment of this agreement or on account of any other reason, the Contractor shall pay
the same immediately on demand, the Owner shall be entitled to recover the same from the
Contractor as arrears of Land Revenue.
(10) In witness of the due execution of this agreement the parties have hereunder set their
hands the day and the year first above written.
Signed and delivered by
In case of Limited/Partnership Shri_____________ (1)Signature ______________
Companies & Firms Designation (2)Signature ______________
For and on behalf of _______________________ (1) Signature _____________
In presence of witnesses (2) Signature _____________
Signed and delivered by
In case of individuals Shri________________ (1) Signature _____________
Signed and delivered by
In case of Individuals Shri_________________ (1) Signature _____________
In the presence of witness:
(1) Shri_____________ Designation ___________ (1) Signature _____________
(2) Shri _____________ Designation ___________ (2) Signature _____________
Signed and delivered by the ___________________ JDVVNL
by order and on behalf of the MD of the Nigam. Jodhpur Vidyut Vitran Nigam Ltd.
(Seal to be affixed)
JdVVNL/TNTW- /P-106
ANNEXURE-C (GCC)
MANUFACTURER’S WARRANTEE FORM
(Warrantee to be furnished on non-judicial stamp paper of Government of Rajasthan
worth Rs. 500/-)
To,
The SUPERINTENDING ENGINEER (TW),
Jaipur Vidyut Vitran Nigam Limited,
Old Powerhouse, Bani Park,
Jaipur-302006
Dear Sir,
THIS DEED OF GUARANTEE is made this day ___________of_____________of the
year_____
Between the SUPERINTENDING ENGINEER (TW), Jodhpur Vidyut Vitran
Nigam Limited (which expression shall unless excluded by or repugnant to the
context includes his successors and assignees) of the one part and
_________________________________________hereinafter called “The Contractor”
(which expression shall unless excluded by or repugnant to the context includes its
successors and assignees) of the other part.
WHEREAS MESSERS __________________________________(hereinafter called the
contractor) agreed to supply the material for erection of -------- on turnkey basis from
_______________ (Name of line) to the Superintending Engineer, Jodhpur Vidyut
Vitran Nigam Ltd., against Work Order No._____________________dated_______
(hereinafter referred to as the contract).
AND WHEREAS as per the terms of the contract it was provided that the contractor
should furnish a Warrantee for supplying any material free of cost that may be required
due to defects arising from faulty materials, design and workmanship, so as to make it
meet the guarantees and requirements of the contract.
AND WHEREAS at the request of the Superintending Engineer (TW) Jd.VVNL ,
Jodhpur , the contractor M/s_________________ has agreed to execute these presents.
NOW THIS INDENTURE WITNESS AND IT IS HEREBY AGREED AND
DECLARED by the and between the parties hereto as follows:
1. The Contractor hereby guarantees to the SUPERINTENDING ENGINEER (TW),
/ Jd.VVNL Jodhpur , the fulfillment by the contractor of the various obligations
imposed on him under the aforesaid contract including the obligations of the
contractor to supply materials of the good quality, design and workmanship and the
Contractor further guarantees to the Jaipur / Jodhpur / Ajmer Vidyut Vitran Nigam
Ltd. that they (M/s ________________) shall substitute and supply any material free
of cost that may be required due to defects arising from faulty material design and
workmanship and the Contractor undertakes to indemnify and keep the
SUPERINTENDING ENGINEER (TW), Jd.VVNL / Jodhpur indemnified to the
extent of full value of contract ( Rs. ______) (in words Rupees
___________________________) against any loss or damage that may be caused to
or suffered by the Jaipur / Jodhpur / Ajmer Vidyut Vitran Nigam Ltd. by reason of
any failure by the contractor to supply materials of good quality, design and
workmanship as aforesaid.
The decision of SUPERINTENDING ENGINEER (TW), Jd.VVNL Jodhpur as to
whether the contractor (M/s ______________) have failed or neglected to perform or
discharge their duties and obligations as aforesaid shall be final and binding on the
Contractor.
JdVVNL/TNTW- /P-107
2. The Warrantee herein contained shall remain in full force and effect during the period
that would be taken in the performance of the said contract and it shall continue to be
valid till all the obligations to the Jodhpur Vidyut Vitran Nigam Ltd. under or by
force of the contract have been fully and properly discharged by the said contractor,
subject however, to the conditions that the Jodhpur Vidyut Vitran Nigam Ltd. will
have no right under this Warrantee after 60 months from the date of
commissioning/taking over of the line provided further that if any claim arises by
virtue of this Warrantee before the aforesaid date, the same shall be enforceable
against the Contractor notwithstanding the fact that the same is enforced after the
aforesaid date.
3. The Warrantee herein contained shall not be affected by any change in the
constitution of the Contractor.
4. The Contractor further undertake not to revoke, this Warrantee during its currency
except with the previous consent of the SUPERINTENDING ENGINEER (TW),
Jd.VVNL Jodhpur , in writing.
5. All disputes arising under the said Warrantee, between the Contractor and the Jodhpur
Vidyut Vitran Nigam Ltd. shall be subject to the jurisdiction of Courts, only at
Jodhpur in Rajas than alone.
IN WITNESS WHEREOF THE CONTRACTOR HAS executed these presents the
day and year written above.
Yours faithfully,
(EXECUTANT)
Signed by the above named Contractor in presence of:-
(Signature with full Name and Address)
SUPERINTENDING ENGINEER (TW),
Witness:-
1.
2.
(Attested by Notary Public or First Class Magistrate or directly confirmed by the
executing Contractor)
JdVVNL/TNTW- /P-108
ANNEXURE-D(GCC)
SECURITY BANK GUARANTEE
(On non-judicial stamp paper of Govt. of Rajasthan worth 0.25% of BG value or Maximum
Rs.25000/- whichever is less)
The Superintending Engineer(TW)
Jodhpur Vidyut Vitran Nigam Limited
Jodhpur
Jodhpur (hereinafter called the Owner or his assigns) having agreed that in respect of order
No.______ dated ______ (hereinafter referred to as contract) placed with M/s.
______________________ having their registered office at _________________________
(hereinafter called the contractor), the contractor need not to furnish security deposit in cash and/or
bank draft, We the _____________________ having its head office at _____________________
(hereinafter called the Bank) undertake to pay the owner on demand the sum or sums of money
payable as security deposit by the contractor in respect of Order No. ___________ dated _________
placed by the Nigam with the contractor subject to the following terms & conditions.
(1) Payment pursuant in this undertaking will be demanded by the owner from the Bank and will be
met by the Bank without question in the case in which the Contractor, on receipt of the order and/or
after the acceptance of this tender has been communicated to him by the owner ,make default in
entering into an agreement or having entered into such Agreement or otherwise the contractor makes
default in carrying out the contract thereof. As to whether the occasion or ground is arisen for such
demand the decision of the SUPERINTENDING ENGINEER (TW) or any other officer exercising
the powers of SUPERINTENDING ENGINEER (TW), JdVVNL shall be final.
(2) The liability of the Bank shall not at any time exceed to Rs. _________ (Rupees
__________________________________)
(3) The undertaking will be determined on ___________ but will, notwithstanding such
determination, continue to be in force till the expiry of 3 months from the date of completion of line
against the aforesaid order.
(4) No variation in the terms of tender, acceptance or agreement as between the contractor and the
owner made without the owner's consent shall discharge this undertaking.
(5) No indulgence or grant of time by the owner to the contractor without the acknowledgement of
the Bank will discharge the liabilities of the Bank under this guarantee.
(6) The guarantee herein contained shall not be affected by any change in the constitution of the
contractor.
(7) Notwithstanding anything contained herein before, the Bank's liability under this guarantee is
restricted to Rs. __________ (Rupees ___________________________) and the guarantee shall
remain in force up to _______________ unless demand or claim in writing is presented on the Bank
within 3 months from that date, the Bank shall be released and discharged from all liabilities there
under. However the validity of the bank guarantee shall be extended as and when required by the
Nigam.
(8) All disputes arising under the said guarantee between the Bank and the NIGAM or between the
contractor and the Nigam pertaining to the guarantee shall be subject to the jurisdiction of Courts only
at Jaipur / Jodhpur / Ajmer in Rajasthan.
(9) The Bank further undertakes not to revoke this guarantee during its currency except with the
previous consent of the SUPERINTENDING ENGINEER (TW), JdVVNL IN WITNESS
WHEREOF the Bank has executed these presents the day __________ and year _________________.
Yours faithfully,
Bankers (EXECUTANT)
Witness:
1. 2.
JdVVNL/TNTW- /P-109
ANNEXURE-E (GCC)
PERFORMA FOR SECURITY CUM PERFORMANCE BANK GUARANTEE FORM
(On non-judicial stamp paper of Govt. of Rajasthan worth 0.25% of BG value or Maximum
Rs.25000/- whichever is less)
To,
The SUPERINTENDING ENGINEER (TW),
Jodhpur Vidyut Vitran Nigam Ltd.. ),
Jodhpur .
Dear Sir,
THIS DEED OF GUARANTEE is made this day __________ of __________________
of the year _________ between the SUPERINTENDING ENGINEER (TW), Jodhpur
Vidyut Vitran Nigam Ltd. (which expression shall unless excluded by or repugnant to the
context includes his successors and assignees) of the one part and the
_______________________________, having its head office at _______________________
hereinafter _______________________________ hereinafter called "The Bank" (which
expression shall unless excluded by or repugnant to the context includes its successors and
assignees) of the other part.
WHEREAS MESSERS ________________________ (hereinafter called contractor)
agreed for ---------------------------------------------------turnkey basis to the
SUPERINTENDING ENGINEER (TW), JODHPUR VIDYUT VITRAN NIGAM LTD.
against Work order No. __________________ dated _____ (hereinafter referred to as the
contract).
AND WHEREAS as per the terms of the contract it was provided that the contractor
should furnish a Bank Guarantee ________% ___________ of the total contract
value(material & erection) by way of security for supplying any material and erection
executing/completing free of cost any erection work that may be required due to defect
arising from faulty design and workmanship, so as to make it meet the guarantee and
requirements of the contract.
AND WHEREAS at the request of the contractor the Bank has agreed to execute these
present.
NOW THIS INDENTURE WITNESS AND IT IS HEREBY AGREED AND
DECLARED by the and between the parties hereto as follows:
1. The Bank hereby guarantees to the SUPERINTENDING ENGINEER
(TW), JODHPUR VIDYUT VITRAN NIGAM LIMITED, the fulfillment by the contractor
JdVVNL/TNTW- /P-110
of the various obligations imposed on him under the aforesaid contract including the
obligations of the contractor to supply material and to timely execute /complete erection work
of good quality and workmanship and the bank further guarantees to the JODHPUR
VIDYUT VITRAN NIGAM LTD. that the contractor shall substitute and supply any material
and execute /complete free of cost, any additional work that may be required due to defects
arising from faulty design and workmanship and the Bank undertakes to indemnity and keep
the SUPERINTENDING ENGINEER (TW), JODHPUR VIDYUT VITRAN NIGAM
LTD. indemnified to the extent of Rs. _________ (in words Rupees ______________)
against any loss or damage that may be caused to or suffered by the JODHPUR VIDYUT
VITRAN NIGAM LTD. by reason of any failure by the contractor to timely supply material
and executing/completing erection work of good quality and workmanship as aforesaid and
further undertake to pay to the SUPERINTENDING ENGINEER (TW), JODHPUR
VIDYUT VITRAN NIGAM LTD. on demand a sum not exceeding Rs. ________ (Rupees
__________________) in the event of the contractor failing or neglecting to perform and
discharge the aforesaid duties and obligations on their part to be observed and performed
under the said contract.
The decision of the SUPERINTENDING ENGINEER (TW), JODHPUR VIDYUT
VITRAN NIGAM LTD. as to whether the contractor has failed or neglected to perform or
discharge their duties and obligations as aforesaid and as to the amount payable to the
SUPERINTENDING ENGINEER (TW), JODHPUR VIDYUT VITRAN NIGAM LTD.
by the Bank herein shall be final and binding on the Bank.
2. The guarantee herein contained shall remain in full force and effect during the period
that would be taken for the Security cum performance of the said contract and it shall
continue to be enforceable till all the obligations to the JODHPUR VIDYUT VITRAN
NIGAM LTD. under or by force of the contract have been fully and properly discharged by
the said contractor, subject however, to the conditions that the JODHPUR VIDYUT
VITRAN NIGAM LTD. will have no right under this guarantee after 12 Months + 6
Months grace period from the date of completion / commissioning / taking over of the line,
provided further that if any, claim arises by virtue of this guarantee before the aforesaid date,
the same shall be enforceable against this bank not withstanding the fact that the same is
enforced after the aforesaid date.
3. The guarantee herein contained shall not be affected by any change in the constitution of
the contractor or Bank.
JdVVNL/TNTW- /P-111
4. The SUPERINTENDING ENGINEER (TW), JODHPUR VIDYUT VITRAN
NIGAM LTD. shall have the fullest liberty without affecting the guarantee to postpone for
any time and from time to time any of the powers exercisable by the NIGAM against
contractor and either to enforce or forebear from enforcing any of terms and conditions of the
said contract and the Bank shall not be released from its liability under this guarantee and
exercise of JODHPUR VIDYUT VITRAN NIGAM LTD. of the liberty with reference to
the matter aforesaid or by the reasons time being given to the contractor or any other
forbearance, act or omission on the part of the JODHPUR VIDYUT VITRAN NIGAM
LTD. to the contractor or by any other matter or thing whatsoever which under the law
relating to the sureties shall but for this provision have the effect of so releasing the bank
from such liability.
5. The decision of the SUPERINTENDING ENGINEER (TW), or any other officer
exercising the powers of SUPERINTENDING ENGINEER (TW), JODHPUR Vidyut
Vitran Nigam Ltd. shall be the final.
6. The Bank further undertake not to revoke the guarantee during its currency except with
the previous consent of the, SUPERINTENDING ENGINEER (TW), JODHPUR Vidyut
Vitran Nigam Ltd. in writing.
7. All disputes arising under the said guarantee, between the Bank and the Nigam or
between the contractor and the Nigam pertaining to the guarantee, shall be subject to the
jurisdiction of Courts, only at JODHPUR in Rajasthan alone.
8. Notwithstanding anything contained herein before, the Bank's liability under this guarantee
is restricted to Rs. _________ (Rupees _____________ and the guarantee shall remain in
force up to __________________________________ unless demand or claim in writing is
presented on the Bank within six months from that date, the Bank shall be released and
discharged from all liabilities there under. However the validity of the bank guarantee shall
be extended as and when required by the Nigam.
9. IN WITNESS WHEREOF THE BANK HAS executed these presents the day and year
written above.
Yours faithfully,
Bankers (Executants)
Signed by the above named Bank in presence (Name and Address)
Witness 1.
Witness 2.
JdVVNL/TNTW- /P-112
Attested by Notary Public or First Class Magistrate or directly confirmed by the executing
bank.
Note: In case the contract is awarded to a joint venture, the contract Security cum
performance bank guarantee shall be in the name of the joint venture covering all partners of
the joint venture, not in the name of the lead partner or any partner(s) of the Joint Venture
alone.
JdVVNL/TNTW- /P-113
APPENDIX-1(GCC)
(A )DETAILS OF PROGRESS
1. Details of progress achieved during I/II fortnight of month _______________
2. Order No. and Date ______________________________
3. Name of Line : ________________________________
Sl.No. Erection
activity
(All)
Unit Total
work
involved
Work
done up to
last
fortnight
Work
done
during
fortnight
Total
work
done
up to
this
report
Bala
nce
work
to be
done
Remarks
1. 2. 3. 4. 5. 6. 7. 8 . 9.
(B) Details of work done (activity-wise)
SIGNATURE OF THE CONTRACTOR
JdVVNL/TNTW- /P-114
APPENDIX-2 (GCC)
CHECK LIST
CONTRACT AGREEMENT
1) Required stamp paper 0.25% of the contract value (Non judicial stamp paper of
Rajasthan Government).
2) Stamp paper should be in the name of firm
3) Stamp paper should be valid (should not be old more than six month)
4) Should be in triplicate
5) Contract agreement should be according to our prescribed format
6) The enclosures should be attached as required by Work Order
7) All the pages of agreement along with its enclosures should be signed by the
authorized signatory
8) The clause Number of work order should be recorded in the blank space wherever
required alongwith other information like work order No., details of firms, details of
deposit etc.
9) The agreement should be witnessed by the two persons along with their name and
address
10) The Power of Attorney in respect of authorized signatory should be attached
with the contract agreement duly attested by first class magistrate or Notary Public on
Non judicial stamp paper of Rs. 100/- or as provided in stamp and registration Act,
bearing the seal of stamp paper issuing authority to firm along with seal and signature of
issuing authority.
11) The power of attorney should be witnessed by two persons along with their
name and address
12) The Power of Attorney should be in triplicate
13) The Manufacturer’s Warranty should be enclosed with the contract agreement
in triplicate if required as per work order.
JdVVNL/TNTW- /P-115
ANNEXURE–A(INB)
Bid Bank Guarantee
(FOR EARNEST MONEY)
(Bank Guarantee in lieu of 80% of earnest money on non-judicial stamp paper of Govt.
of Rajasthan worth Rs.25000/- Maximum or 0.25% of BG Value whichever is less)
Ref : Bank Guarantee No. ................................
Dated: ..........................................
The Superintending Engineer (TW)
Jodhpur Vidyut Vitran Nigam Limited,
Industrial Area,New Power House
Jodhpur – 342001.
1.Whereas .............................[name of the Bidder] (hereinafter called “the Bidder”)
has submitted its bid dated .............................[date of submission of bid] for the
construction of......................... [name of contract] (hereinafter called “the Bid”).
2.KNOW ALL PEOPLE by these presents that WE..........................[name of bank] of
.....................[name of country], having our registered office at................................
[address of bank] (hereinafter called “the Bank”), are bound
unto.................................... [name of Purchaser] (hereinafter called “the Purchaser”)
in the sum of Rs.*________________ for which payment well and truly to be made to
the said Purchaser, the Bank binds itself, its successors, and assigns by these presents.
Sealed with the Common Seal of the said Bank this _____ day of ____________
200__________.
3. THE CONDITIONS of this obligation are:
1. If the Bidder withdraws its Bid during the period of bid validity specified by the
Bidder in the Bid Form; or
2. If the bidder refuses to accept the correction of error in his Bid ; or
3.. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser
During the period of bid validity:
(a) Fails or refuses to execute the Contract agreement, if required; or
(b) Fails or refuses to furnish the Security cum performance security, in accordance with the
General Conditions of Contract;
4. We undertake and authorize our branch situated at Jaipur (Rajasthan)
address:_______________________________________________________to pay to
the Purchaser up to the above amount upon receipt of its first written demand, without
the Purchaser having to substantiate its demand, provided that in its demand the
Purchaser will note that the amount claimed by it is due to it owing to the occurrence
of one or all of the three conditions, specifying the occurred condition or conditions.
5. The decision of the SUPERINTENDING ENGINEER (TW),
JODHPUR VIDYU VITRAN NIGAM LIMITED, Jodhpur shall be final whether breach
has been committed
on the right to demand the amount of guarantee from us which has accrued to the
Purchaser.
6. This guarantee shall not cease or determine, if the purchaser grants time or
indulgence or vary the terms of the contract with the contractor or without our consent
or knowledge.
7. The guarantee herein contained shall not be affected by any change in the
constitution of the contractor.
8. We, _____________________ further undertake not to evoke this guarantee during
its currency except with the previous consent of the SUPERINTENDING ENGINEER(TW),
JdVVNL/TNTW- /P-116
JODHPUR VIDYUT VITRAN NIGAM LIMITED, JODHPUR.
9. All disputes arising under the said guarantee between the Bank and the Nigam or
Between the Contractor and the Nigam pertaining to the guarantee, shall be subject to
the jurisdiction of Courts in Jaipur, Rajasthan alone.
10. This guarantee will remain in force up to the bid validity period initially plus 30 day grace
period. Further extended till finalization of bid.
Yours faithfully,
Bankers (EXECUTANT)
Witness:-
1.
2.
_______________________________________________________________
*The Bidder should insert the amount of the guarantee in words and figures
Denominated in the currency of bid. This figure should be same as shown in clause No.
13.0 of the “instructions to bidders”.
JdVVNL/TNTW- /P-117
Annexure - B (INB)
Bank Guarantee verification checklist
S.No. CHECK - LIST
1. Does the bank guarantee compare verbatim with standard Performa for BG Yes/NO
2. (a)Has the executing Officer of BG indicated his name designation &power of Attorney
No. Signing power Number etc. on BG. Yes/NO
(b) Is each page of BG duly Signed/ initialed by the executants and last page is signed with
full particulars as required in the standard Performa of BG and under the seal of the bank.
Yes/NO
(c) Does the last page of the BG carry the signatures of two witnesses alongside the signature
of the executing Bank Manager Yes/NO
3.(a)Is the BG on non-judicial stamp paper of appropriate value Yes/NO
(b)Is the date of sale of non-judicial stamp paper shown on the BGand the stamp paper is
issued not more than Six months prior to the date of execution of BG. Yes/NO
4. (a)Are the factual details such as Bid specification No., LOA NO.Contract price, etc ,
correct Yes/NO
(b) Whether Overwriting /cutting, if any on the BG, authenticated under signature & seal of
executants Yes/NO
5. Is the amount and validity of BG is in line with contract provisions. Yes/NO
6.Whether the BG has been issued by a Nationalized bank / Non-Nationalized Bank
acceptable to Buyer /Scheduled Bank in India(the applicability of the bank should be in line
with the provisions
of bidding documents) Yes/NO
Date:
Signature………………..
Place:
Name……………………
Designation………………
Company Seal…………….
JdVVNL/TNTW- /P-118
1.0 GENERAL
1.1 The following shall supplement the conditions already contained in the other
parts of the Specification and documents and shall govern the Portion of the work of
this Contract to be performed at Site.
1.2 The Contractor upon signing of the Contract shall, in addition to a Project
Coordinator, nominate another responsible officer as his representative a t Site
suitably acted for the purpose of overall responsibility and co-ordination of the
works to be performed at Site. Such person shall function from the Site Office of the
Contractor during the pendency of Contract.
2.0 REGULATION OF LOCAL AUTHORITIES AND STATUTES
2.1 The Contractor shall comply with all the rules and regulations of local
authorities during the performance of his field activities. He shall also comply with the
Minimum Wages Act, 1948 and the Payment of Wages Act (both of the Government of
India) and the rules made there under in respect of any employee or workman employed
or engaged by him or his Sub-Contractor.
2.2 All registration and statutory inspection fees, if any, in respect of his work
pursuant to this Contract shall be to the account of the Contractor. However, any
registration, statutory inspection fees lawfully payable under any statutory laws
and its amendments from time to time during erection in respect of the equipment
ultimately to be owned by the Owner, shall be to the account of the Owner. Should
any such inspection or registration need to be rearranged due to the fault of the
Contractor or his Subcontractor, the additional fees to such inspection and/or
registration shall be borne by the Contractor.
3.0 OWNER'S LIEN ON EQUIPMENT
The Owner shall have lien on all equipments including those of the Contractor
brought to the Site for the purpose of erection, testing and commissioning of the
equipment to be supplied & erected under the Contract. The Owner shall continue to
hold the lien on all such equipment throughout the period of Contract. No material
Part : III Section-III ERECTION CONDITIONS OF CONTRACT (ECC)
JdVVNL/TNTW- /P-119
brought to the Site shall be removed from the Site by the Contractor and/or his Sub-
Contractors without the prior written approval of the Engineer.
4.0 INSPECTION, TESTING AND INSPECTION CERTIFICATES
The provisions of the clause entitled Inspection, Testing and Inspection
Certificates under General Technical Conditions and Specifications shall also be
applicable to the erection portion of the Works.The Engineer in Charge (Nodal
Officer) shall have the right to re-inspect any equipment though previously inspected
and approved by owner’s representative at the Contractor’s works, before and after the
same are erected at Site. If by the above inspection, the Engineer in Charge (Nodal
Officer) rejects any equipment, the Contractor shall make good for such rejections either
by replacement or modification / repairs as may be necessary to the satisfaction of the
Engineer in Charge (Nodal Officer). Such replacements will also include the
replacements or re- execution of such of those works of other Contractors and/or
agencies, which might have got damaged or affected by the replacements or re- work
done to the Contractor’s work.
5.0 ACCESS TO SITE AND WORKS ON SITE
5.1 Suitable access to the Site shall be afforded to the Contractor by the Owner in
reasonable time.
5.2 In the execution of the works, no person other than the Contractor
or his duly appointed representative, Sub-Contractor and workmen, shall be allowed to
do work on the Site, except by the special permission, in writing of the Engineer in
Charge (Nodal Officer) or his representative.
6.0 CONTRACTOR'S SITE OFFICE ESTABLISHMENT
The Contractor shall establish a Site Office at the Sites and keep posted an
authorized representative for the purpose of the Contract. Any written order or
instruction of the Engineer in Charge (Nodal Officer) or his duly authorized
representative shall be communicated to the said authorised resident representative of the
Contractor and the same shall be deemed to have been communicated to the
Contractor at his legal address.
JdVVNL/TNTW- /P-120
7.0 CONTRACTOR'S REPRESENTATIVE AND WORKMAN:
If supervision of erection or complete erection be included then the contractor
shall employ at least one competent representative, whose name or names shall have
previously been communicated in writing to the Engineer by the contractor to
superintend the erection of the plant and carrying out of the works. The said
representative or if more than one shall be employed then one of such representative
shall be present on the site during working hours and any written orders or instructions
which the Engineer or his duly authorized representative (whose name shall have been
previously communicated in writing to the contractor) may give to the said
representative of the contractor shall be deemed to have been given to the
contractor, and the contractor shall remove the person so objected to, upon receipt
from the Engineer a notice in writing requiring him to do so, and shall provide in
his place a competent representative at the contractor's expenses.
8.0 DISCIPLINE OF WORKMEN
The Contractor shall adhere to the disciplinary procedure set by the Engineer in
Charge (Nodal Officer) in respect of his employees and workmen at Site. The Engineer
in Charge (Nodal Officer) shall be at liberty to object to the presence of any
representative or employee of the Contractor at the Site, if in the opinion of the
Engineer in Charge (Nodal Officer) such employee has mis-conducted himself or is
incompetent or negligent or otherwise undesirable and then the Contractor shall remove
such a person objected to and provide in his place a competent replacement.
9.0 CONTRACTOR'S FIELD OPERATION
9.1 The Contractor shall keep the Engineer in Charge (Nodal Officer)
informed in advance regarding his field activity plans and schedules for carrying out
each part of the works. Any review of such plan or schedule or method of work by the
Engineer in Charge (Nodal Officer) shall not relieve the Contractor of any of
responsibilities towards the field activities. Such reviews shall also not be considered as
an assumption of any risk or liability by the Engineer in Charge (Nodal Officer) or the
Owner or any of his representatives and no claim of the Contractor will be entertained
because of the failure or inefficiency of any such plan or schedule or method of work
reviewed. The Contractor shall be solely responsible for the safety, adequacy and
efficiency of plant and equipment and his erection methods.
JdVVNL/TNTW- /P-121
9.2 The Contractor shall have the complete responsibility for the conditions
of the Work-Site including the safety of all persons employed by him or his Sub-
Contractor and all the properties under his custody during the performance of the
work.This requirement shall apply continuously till the completion of the Contract and
shall not be limited to normal working hours. The construction review by the
Engineer in Charge (Nodal Officer) is not intended to include review of Contractor's
safety measures in, or of near the Work-Site, and their adequacy or otherwise.
10.0 CHECKING OF INSPECTED MATERIAL BEFORE USE
Before use of inspected equipments/ material for erection/
commissioning, the contractor shall get verified the intactness of seals identification of
the material inspected or cleared for dispatch by our inspecting officer from our
Engineer in- charge as per inspection report of our inspecting officers. A certificate to
this effect and authorizing contractor to use the material, shall be issued by the Engineer
in-charge. Further, the material /equipments, authorized to be used without inspection in
special circumstances shall also to be got checked & verified by the Engineer In-charge
and a certificate issued from him authorizing the contractor to use the same.
11.0 MAN-POWER REPORT
11.1 The Contractor shall submit to the Engineer, on the first day of every
month, a man-hour schedule for the month, detailing the man- hours scheduled for
the month, skill-wise and area-wise.
11.2 The Contractor shall also submit to the Engineer, on the first day of every
month, a man-power report of the previous month detailing the number of persons
scheduled to have been employed and actually employed, skill-wise and the areas of
employment of such labour.
12.0 PROTECTION OF WORK
The Contractor shall have total responsibility for protecting his works till it is
finally taken over by the Engineer. No claim will be entertained by the Owner or the
Engineer in Charge (Nodal Officer) for any damage or loss to the Contractor's works
and the Contractor shall be responsible for complete restoration of the damaged works
to original conditions to comply with the specification and drawings. Should any such
damage to the Contractor's Works occur because of other party not being under his
JdVVNL/TNTW- /P-122
supervision or control, the Contractor shall make his claim directly with t h e party
concerned. If disagreement or conflict or dispute develops between the
Contractor and the other party or parties concerned regarding the responsibility
for damage to the Contractor's Works the same shall be resolved as per the
provisions of the GCC Clause entitled "Cooperation with other Contractors". The
Contractor shall not cause any delay in the repair of such damaged Works
because of any delay in the resolution of such disputes. The Contractor shall proceed to
repair the Work immediately and no cause thereof will be assigned pending resolution
of such disputes.
13.0 EMPLOYMENT OF LABOUR
13.1 The Contractor will be expected to employ on the work only his
regular skilled employees with experience of his particular work. No female
labour shall be employed after darkness. No person below the age of eighteen years
and above the age of 60 years shall be employed.
13.2 All travelling expenses including provisions of all necessary transport to and
from Site, lodging allowances and other payments to the Contractor's
employees shall be the sole responsibility of the Contractor.
13.3 The hours of work on the Site shall be decided by the Owner and the
Contractor shall adhere to it. Working hours will normally be eight (8) hours per day -
Monday to Saturday.
13.4 The Contractor's employees shall wear identification badges while on work
at Site.
13.5 In case the Owner becomes liable to pay any wages or dues to the labour
or any Government agency under any of the provisions of the Minimum Wages Act,
Workmen Compensation Act, Contract Labour Regulation Abolition Act or any other
law due to act of omission of the Contractor, the Owner may make such payments and
shall recover the same from the Contractor's Bills.
13.6 EMPLOYEES PROVIDENT FUNDS: The contractor shall have to
submit a certificate every month that he is an establishment covered under the
Employees Provident Fund and Miscellaneous provisions Act, 1952 and is having a
separate code number with the provident fund commissioner and also that the
provident fund contribution in respect of all the employees employed by him along
with employer's share of contribution etc. is being deposited with the provident fund
JdVVNL/TNTW- /P-123
authorities and shall also submit certified photo copies of the challans of deposits. In
absence of above, the contractor shall be liable to deposit employees, as well as,
Employer's contribution and other charges in respect of all the employees engaged by
him for the said work with Nigam along with details of the employees, their wages and
the amount of contribution as per Nigam CPF Rules every month. In case of failure,
Nigam shall be entitled to deduct 16% of the amount from his bills.
14.0 FACILITIES TO BE PROVIDED BY THE CONTRACTOR
14.1 Tools, tackles and scaffoldings
The Contractor shall provide all the construction equipments, tools, tackles
and scaffoldings required for pre-assembly, erection, testing and commissioning of
the equipments covered under the Contract. He shall submit a list of all such
materials to the Engineer in Charge (Nodal Officer) before the commencement of
pre-assembly at Site. These tools and tackles shall not be removed from the Site
without the written permission of the Engineer.
14.2 First-Aid
The Contractor shall provide necessary first-aid facilities for all his
employees, representatives and workmen working at the Site. Enough number of
Contractor's personnel shall be trained in administering first- aid.
14.3 Cleanliness
The Contractor shall be responsible for keeping the entire area allotted to him
clean and free from rubbish, debris etc. during the period of Contract. The Contractor
shall employ enough number of special personnel to thoroughly clean his work-area
at least once in a day. All such rubbish and scrap material shall be stacked or
disposed in a place to be identified by the Engineer. Materials and stores shall be so
arranged to permit easy cleaning of the area. In areas where equipment might
drip oil and cause damage to the floor surface, a suitable protective cover of a flame
resistant, oil proof sheet shall be provided to protect the floor from such damage.
JdVVNL/TNTW- /P-124
15.0 LINES AND GRADES
All the Works shall be performed to the lines, grades and elevations indicated
on the drawings. The Contractor shall be responsible to locate and lay-out the
Works. Basic horizontal and vertical control points will be established and got
verified by the Engineer in Charge (Nodal Officer) at Site at suitable points. These
points shall be used as datum for the works under the Contractor. The Contractor shall
inform the Engineer in Charge (Nodal Officer) well in advance of the times and places at
which he wishes to do work in the area allotted to him so that suitable datum points may
be established and checked by the Engineer in Charge to enable the Contractor to
proceed with his works. Any work done without being properly located may be
removed and/or dismantled by the Engineer in Charge at Contractor's expense.
16.0 FIRE PROTECTION
16.1 The work procedures that are to be used during the erection shall be those
which minimize fire hazards to the extent practicable. Combustible materials,
combustible waste and rubbish shall be collected and removed from the Site at least
once each day. Fuels, oils and volatile or flammable materials shall be stored away
from the construction equipment and materials storage areas in safe containers.
Untreated canvas, paper, plastic or other flammable flexible materials shall not at all be
used at Site for any other purpose unless otherwise specified. If any such materials are
received with the equipment at the Site, the same shall be removed and replaced with
acceptable material before moving into the construction or storage area.
16.2 Similarly corrugated paper fabricated cartons etc. will not be permitted in
the construction area either for storage or for handling of materials. All such materials
used shall be of water proof and flame resistant type. All the other materials such as
working drawings, plans etc. which are combustible but are essential for the works to be
executed shall be protected against combustion resulting from welding sparks, cutting
flames and other similar fire sources.
16.3 All the Contractor's supervisory personnel and sufficient number of workers
shall be trained for fire-fighting and shall be assigned specific fire protection duties.
Enough of such trained personnel must be available at the Site during the entire period of
the Contract.
JdVVNL/TNTW- /P-125
16.4 The Contractor shall provide enough fire protection equipment of the types
and number for the warehouses, office, temporary structures, labour colony area etc.
Access to such fire protection equipment, shall be easy and kept open at all time.
17.0 SECURITY
The Contractor shall have total responsibility for all equipment and materials
in his custody stores, loose, semi-assembled and/or erected by him at Site. The
Contractor shall make suitable security arrangements including employment of
security personnel to ensure the protection of all materials, equipment and works from
theft, fire, pilferage and any other damages and loss. All materials of the
Contractor shall enter and leave the project Site only with the written permission of the
Engineer in Charge (Nodal Officer) in the prescribed manner.
18.0 CONTRACTOR'S AREA LIMITS
The Engineer in Charge (Nodal Officer) will mark-out the boundary limits of
access roads, parking spaces, storage and construction areas for the Contractor and the
Contractor shall not trespass the areas not so marked out for him. The Contractor shall
be responsible to ensure that none of his personnel move out of the areas marked out for
his operations. In case of such a need for the Contractor's personnel to work out of the
areas marked out for him, the same shall be done only with the written permission of the
Engineer.
19.0 PROTECTION OF MONUMENTS AND REFERENCE POINTS
The Contractor shall ensure that any finds such as relic, antiques, coins,
fossils, etc. which he may come across during the course of performance of his Works
either during excavation or elsewhere, are properly protected and handed over to the
Engineer. Similarly the Contractor shall ensure that the bench marks, reference points,
etc., which are marked either with the help of Engineer in Charge (Nodal Officer) shall
not be disturbed in any way during the performance of his Works. If, any work is to be
performed which disturb such reference, the same shall be done only after these
are transferred to other suitable locations under the direction of the Engineer. The
Contractor shall provide all necessary materials and assistance for such relocation of
reference points etc.
JdVVNL/TNTW- /P-126
20.0 MATERIALS HANDLING AND STORAGE
20.1 All the equipment furnished under the Contract and arriving at Site shall
be promptly received, unloaded, transported and stored in the storage spaces by the
Contractor.
20.2 Contractor shall be responsible for examining all the shipment and notify the
Engineer in Charge (Nodal Officer) immediately of any damage, shortage, discrepancy,
etc. for the purpose of Engineer's information only. The Contractor shall submit to the
Engineer in Charge (Nodal Officer) every week a report detailing all the receipts during
the week. However, the Contractor shall be solely responsible for any shortages or
damage in transit, handling and/or in storage and erection of the equipment at Site.
Any demurrage, wharfage and other such charges claimed by the transporters, railways
etc. shall be to the account of the Contractor.
20.3 The Contractor shall maintain an accurate and exhaustive record
detailing out the list of all equipment received by him for the purpose of erection and
keep such record open for the inspection of the Engineer-in-Charge.
20.4 All equipment shall be handled very carefully to prevent any damage or
loss. No bare wire ropes, slings, etc. shall be used for unloading and/or handling of
the equipment without the specific written permission of the Engineer. The equipment
stored shall be properly protected to prevent damage either to the equipment or to the
floor where they are stored. The equipment from the store shall be moved to the
actual location at the appropriate time so as to avoid damage of such equipment at Site.
20.5 All electrical panels, control gears, motors and such other devices shall
be properly dried by heating before they are erected and energized. Motor bearings, slip
rings, commutators and other exposed parts shall be protected against moisture ingress
and corrosion during storage and periodically inspected.
20.6 All the electrical equipment such as motors, generators etc. shall be tested for
insulation resistance at least once in three months from the date of receipt, till the date
of commissioning and a record of such measured insulation values maintained by
the Contractor. Such records shall be open for inspection by the Engineer.
JdVVNL/TNTW- /P-127
20.7 The Contractor shall ensure that all the packing materials and protection
devices used for the various equipments during transit and storage are removed before
the equipment are erected.
20.8 The consumables and other supplies likely to deteriorate due to storage must
be thoroughly protected and stored in a suitable manner to prevent damage or
deterioration in quality during storage.
20.9 All the materials stored in the open or dusty location must be covered
with suitable weatherproof and flameproof covering materials wherever applicable.
20.10 If the materials belonging to the Contractor are stored in areas other than those
earmarked for him, the Engineer in Charge (Nodal Officer) will have the right to get it
moved to the area earmarked for the Contractor, at the Contractor's cost.
20.11 The Contractor shall be responsible for making suitable indoor storage
facilities to store all equipment which require indoor storage. Normally, all the electrical
equipments such as motors, control gear, generators, exciters and consumables like
electrodes, lubricants etc. shall be stored in the closed storage space. The Engineer, in
addition, may direct the Contractor to move certain other materials, which in his opinion
will require indoor storage, to indoor storage areas which the Contractor shall strictly
comply with.
21.0 CONSTRUCTION MANAGEMENT
21.1 The field activities of the various contractors executing different contracts
for the project will be coordinated by the Engineer in Charge (Nodal Officer) and his
decision shall be final in resolving any disputes or conflicts between the Contractor and
other Contractors and tradesmen of the Owner regarding scheduling and coordination
of work. Such decision by the Engineer in Charge (Nodal Officer) shall not be a
cause for extra compensation or extension of time for the Contractor.
21.2 The Engineer in Charge (Nodal Officer) shall hold weekly meetings
of all the Contractors working at Site, at a time and place to be ated by the Engineer.
The Contractor shall attend such meetings and take notes of discussions during the
meeting and the decisions of the Engineer in Charge (Nodal Officer) shall be strictly
adhered to in performing his Works. In addition to the above weekly meeting, the
Engineer in Charge (Nodal Officer) may call for other meeting either with individual
JdVVNL/TNTW- /P-128
contractors or with selected number of contractors and in such a case the Contractor if
called, will also attend such meetings.
21.3 Time is the essence of the Contract and the Contractor shall be responsible
for performance of his works in accordance with the specified construction schedule. If
at any time, the Contract is falling behind the schedule, he shall take necessary action to
make good for such delays by increasing his work force or by working overtime or
otherwise accelerate the progress of the work to comply with the schedule and shall
communicate such actions in writing to the Engineer, satisfying that his action will
compensate for the delay. The Contractor shall not be allowed any extra
compensation for such action.
21.4 The Engineer in Charge (Nodal Officer) shall however not be responsible
for provision of additional labour and/or materials or supply or any other services to the
Contractor except for the coordination work between various Contractors as set out
earlier.
22.0 FIELD OFFICE RECORDS
The Contractor shall maintain at his Site Office up-to-date copies of all drawings,
Specification and other Contract Documents and any other supplementary data complete
with all the latest revisions thereto. The Contractor shall also maintain in addition the
continuous record of all changes to the above Contract Documents, drawings,
Specification, supplementary data, etc. effected at the field and on completion of his
total assignment under the Contract shall incorporate all such changes on the drawings
and other Engineering data to indicate as erection conditions of the equipment furnished
and erected under the Contract. Such drawings and engineering data shall be
submitted to the Engineer in Charge (Nodal Officer) in required number of copies.
23.0 CONTRACTOR'S MATERIALS BROUGHT TO SITE
23.1 The Contractor shall bring to Site all equipments, components, parts,
materials, including construction equipments, tools and tackles for the purpose of the
Works under intimation to the Engineer. All such goods shall, from the time of their
being brought vest in the Owner, but may be used for the purpose of the Works only and
shall not on any account be removed or taken away by the Contractor without the
JdVVNL/TNTW- /P-129
written permission of the Engineer. The Contractor shall nevertheless be solely liable
and responsible for any loss or destruction thereof and damage thereto.
23.2 The Owner shall have a lien on such goods for any sum or sums which may
at any time be due or owing to him by the Contractor, under, in respect of or by reasons
of the Contract. After giving a fifteen (15) days notice in writing of his intention
to do so, the Owner shall be at liberty to sell and dispose off any such goods, in
such manner as he shall think fit including public auction or private treaty and to apply
the process in or towards the satisfaction of such sum or sums due as aforesaid.
23.3 After the completion of the Works, the Contractor shall remove from the
Site under the direction of the Engineer in Charge (Nodal Officer) the materials such as
construction equipment, erection tools and tackles, scaffolding etc. with the written
permission of the Engineer. If the Contractor fails to remove such materials,
within fifteen (15) days of issue of a notice by the Engineer in Charge (Nodal Officer) to
do so then the Engineer in Charge (Nodal Officer) shall have the liberty to dispose off
such materials as detailed under Clause 23.2 above and credit the proceeds thereto to the
account of the Contractor.
24.0 PROTECTION OF PROPERTY AND CONTRACTOR'S LIABILITY
24.1 The Contractor shall be responsible for any damage resulting from his
operations. He shall also be responsible for protection of all persons including members
of public and employees of the Owner and the employees of other Contractors and Sub-
contractors and all public and private property including structures, building, other
plants and equipments and utilities either above or below the ground.
24.2 The Contractor will ensure provision of necessary safety equipment
such as barriers, sign-boards, warning lights and alarms, etc. to provide adequate
protection to persons and property. The Contractor shall be responsible to give
reasonable notice to the Engineer in Charge (Nodal Officer) and the owners of public or
private property and utilities when such property and utilities are likely to get damaged
or injured during the performance of his works and shall make all necessary
arrangements with such owners, related to removal and/or replacement or protection of
such property and utilities.
25.0 INSURANCE
In addition to the conditions covered under the Clause entitled "Insurance' in
JdVVNL/TNTW- /P-130
General Terms and Conditions of Contract of this Volume – I, the following
provisions will also apply to the portion of works to be done beyond the Contractor's
own or his Sub-contractor's manufacturing Works.
25.1 Workmen's Compensation Insurance
This insurance shall protect the Contractor against all claims applicable under
the Workmen's Compensation Act, 1948 (Government of India). This policy shall also
cover the Contractor against claims for injury, disability, disease or death of his or his
Sub-Contractor's employees, which for any reason are not covered
under the Workmen's Compensation Act, 1948. The liabilities shall not be less than :
Workmen's Compensation : As per statutory provisions
Employee's liability : As per statutory provisions
25.2 Comprehensive Automobile Insurance
This insurance shall be in such a form to protect the Contractor against all
claims for injuries, disability, disease and death to members of public including the
Owner's men and damage to the property of others arising from the use of motor vehicles
during on or off the Site operations, irrespective of the ownership of such vehicles.
25.3 Comprehensive General Liability Insurance
25.3.1 The insurance shall protect the Contractor against all claims arising from
injuries, disabilities, disease or death of members of public or damage to property of
others, due to any act or omission on the part of the Contractor, his agents, his
employees, his representatives and Sub-contractors or from riots, strikes and civil
commotion. This insurance shall also cover all the liabilities of the Contractor arising out
of the Clause entitled Defence of Suits under General Terms and Conditions of Contract
of this Volume – I.
25.3.2 The hazards to be covered pertain to all the Works and areas where the
Contractor, his Sub-contractors, his agents and his employees have to perform work
pursuant to the Contract.
JdVVNL/TNTW- /P-131
25.3.3 The above are only illustrative list of insurance covers normally required and it
will be the responsibility of the Contractor to maintain all necessary insurance coverage
to the extent both in time and amount to take care of all his liabilities either direct or
indirect, in pursuance of the Contract.
26.0 UNFAVOURABLE WORKING CONDITIONS
The Contractor shall confine all his field operations to those works
which can be performed without subjecting the equipment and materials to adverse
effects during inclement weather conditions, like monsoon, storms, etc. and during
other unfavourable construction conditions. No field activities shall be performed by
the Contractor under conditions which might adversely affect the quality and efficiency
thereof, unless special precautions or measures are taken by the Contractor in a proper
and satisfactory manner in the performance of such Works and with the
concurrence of the Engineer. Such unfavorable construction conditions will in no
way relieve the Contractor of his responsibility to perform the Works as per the
schedule.
27.0 WORK & SAFETY REGULATIONS
27.1 The Contractor shall ensure proper safety of all the workmen, materials
plant and equipments belonging to him or to owner or to others, working at the Site. The
Contractor shall also be responsible for provision of all safety notices and safety
equipment required both by the relevant legislations and the Engineer in Charge (Nodal
Officer) as he may deem necessary.
27.2 The Contractor will notify well in advance to the Engineer in Charge
(Nodal Officer) of his intention to bring to the Site any Container filled with liquid
or gaseous fuel or explosive or petroleum substance or such chemicals which may
involve hazards. The Engineer in Charge (Nodal Officer) shall have the right to
prescribe the conditions, under which such container is to be stored, handled and used
during the performance of the works and the Contractor shall strictly adhere to and
comply with such instructions. The Engineer in Charge (Nodal Officer) shall have the
right at his sole discretion to inspect any such container or such construction
plant/equipment for which material in the container is required to be used and if in his
opinion, its use is not safe, he may forbid its use. No claim due to such prohibition shall
JdVVNL/TNTW- /P-132
be entertained by the Owner and the Owner shall not entertain any claim of the
Contractor towards additional safety provisions/conditions to be provided for/
constructed as per the Engineer's instructions. Further, any such decision of the Engineer
in Charge (Nodal Officer) shall not, in any way, absolve the Contractor of his
responsibilities and in case, use of such a container or entry thereof in to the Site area is
forbidden by the Engineer, the Contractor shall use alternative methods with the
approval of the Engineer in Charge (Nodal Officer) without any cost implication to
owner or extension of work schedule.
27.3 Where it is necessary to provide and/or store petroleum products or
petroleum mixtures and explosives, the Contractor shall be responsible for carrying-out
such provision and/or storage in accordance with the rules and regulations laid down in
Petroleum Act- 1934, Explosives Act-1948, and Petroleum and Carbide of Calcium
Manual published by the Chief Inspector of Explosives of India. All such storage
shall have prior approval of the Engineer. In case, any approvals are necessary from the
Chief Inspector (Explosives) or any statutory authorities, the Contractor shall be
responsible for obtaining the same.
27.4 All equipment used in construction and erection by the Contractor shall
meet Indian/International Standards and where such standards do not exist, the
Contractor shall ensure these to be absolutely safe. All equipments shall be strictly
operated and maintained by the Contractor in accordance with manufacturer's operation
Manual and safety instructions and as per Guidelines/Rules of JdVVNL in this regard.
27.5 Periodical Examinations and all tests for all lifting/hoisting equipment
& tackles shall be carried-out in accordance with the relevant provisions of
Factories Act-1948, Indian Electricity Act-2003 and associated Laws/Rules in force
from time to time. A register of such examinations and tests shall be properly
maintained by the Contractor and will be promptly produced as and when desired by
Engineer in Charge (Nodal Officer) or by the person authorised by him.
27.6 The Contractor shall be fully responsible for the safe storage of his and his
sub-contractor's radio-active sources in accordance with BARC/DAE Rules and other
applicable provisions. All precautionary measures stipulated by BARC/DAE in
JdVVNL/TNTW- /P-133
connection with use, storage and handling of such material shall be taken care by
Contractor.
27.7 The Contractor shall provide suitable safety equipment of prescribed
standard to all employees and workmen according to the need, as may be directed by
Engineer in Charge (Nodal Officer) who will also have right to examine these safety
equipments to determine their suitability, reliability, acceptability and adaptability.
27.8 Where explosives are to be used, the same shall be used under the direct
control and supervision of an expert, experienced, qualified and competent person
strictly in accordance with the Code of Practices/Rules framed under Indian Explosives
Act pertaining to handling, storage and use or explosives.
27.9 The Contractor shall provide safe working conditions to all workmen
and employees at the Site including safe means of access, railings, stairs, ladders,
scaffoldings etc. The scaffoldings shall be erected under the control and supervision of
an experienced and competent person. For erection, good and standard quality of
material only shall be used by the Contractor.
27.10 The Contractor shall not interfere or disturb electricity fuses, wiring and
other electrical equipment belonging to the Owner or other contractors under any
circumstances, whatsoever, unless expressly permitted in writing by Engineer in Charge
(Nodal Officer) or his authorised representative to handle such electrical equipment.
27.11 Before the Contractor connects any electrical appliances to any plug or socket
belonging to the other Contractor or Owner, he shall:
a) Satisfy the Engineer in Charge (Nodal Officer) that the appliance is in good working
condition.
b) Inform the Engineer in Charge (Nodal Officer) of the maximum current rating,
voltage and phases of the appliances.
c) Obtain permission of the Engineer in Charge (Nodal Officer)
detailing the sockets to which the appliances may be connected.
JdVVNL/TNTW- /P-134
27.12 The Engineer in Charge (Nodal Officer) will not grant permission to connect
electric load until he is satisfied that;
a) The appliance is in good condition and is fitted with suitable plug.
b) The appliance is fitted with a suitable cable having two earth conductors one of
which shall be an earthed metal sheath surrounding the cores.
27.13 No electric cable in use by the Contractor/Owner will be disturbed with
out prior permission. No weight of any description will be imposed on any cable and
no ladder or similar equipment will rest against or attached to it.
27.14 No repair work shall be carried out on any live equipment. The equipment
must be declared safe by the Engineer in Charge (Nodal Officer) and a permit to work
shall be issued by the Engineer in Charge (Nodal Officer) or his authorized
representative before any repair work is carried out by the Contractor. While
working on electric lines/equipments whether live or dead, suitable type and sufficient
quality of tools will have to be provided by Contractor to electricians/workmen/officers.
27.15 The Contractors shall employ necessary number of qualified, full time
Electricians/Electrical Supervisors to maintain his temporary electrical installations /
erections site.
27.16 The Contractor employing more than 250 workmen whether temporary,
casual, probationer, regular or permanent or on contract, shall employ atleast one full
time officer exclusively as Safety Officer to supervise safety aspects of the equipments
and workmen, who will coordinate with the Project Safety Officer. In case of work
being carried out through Sub-contractors, the Sub-contractor's workmen/employees will
also be considered as the Contractor's Employees/workmen for the above purpose. The
name and address of such Safety Officer of Contractor will be promptly informed in
writing to Engineer in Charge (Nodal Officer) with a copy to Safety Officer- in-charge
before he starts work or immediately after any change of the incumbent is made during
currency of the Contract.
27.17 In case of any accident during the construction/erection or other
associated activities undertaken by the Contractor thereby causing any minor or major or
fatal injury to his employees due to any reason whatsoever, it shall be the responsibility
JdVVNL/TNTW- /P-135
of the Contractor to promptly inform the same to the Engineer in Charge (Nodal
Officer) in prescribed form and also to all the authorities envisaged under the applicable
laws.
27.18 The Engineer in Charge (Nodal Officer) shall have the right at his sole
discretion to stop the work, if in his opinion the work is being carried out in such a way
that it may cause accidents and endanger the safety of the persons and/or property,
and/or equipments. In such cases, the Contractor shall be informed in writing about the
nature of hazards and possible injury/accident and he shall comply to remove
shortcomings promptly.The Contractor after stopping the specific work can, if felt
necessary appeal against the order of stoppage of work to the Engineer in Charge
(Nodal Officer) within 3 days of such stoppage of work and decision of the Engineer in
Charge (Nodal Officer) in this respect shall be conclusive and binding on the Contractor.
27.19 The Contractor shall not be entitled for any
damages / compensation for stoppage of work due to safety reasons as provided in para
27.18 above and the period of such stoppage of work will not be taken as an extension of
time for completion of work and will not be the ground for waiver of levy of liquidated
damages.
27.20 It is mandatory for the Contractor to observe during the execution of the
works requirements of safety rules which would generally include but not limited to
following :
27.21 The Earth Resistance is to be maintained as required under Electricity act/
Rules for transformer and line earthing.
27.22 For line (HT single phase) earthing , the earth wire provided in the pole is to
be connected at top to all steel part and at bottom to be connected to earthing provided
with Welding and Nut Bolting
JdVVNL/TNTW- /P-136
Safety Rules
Each employee shall be provided with initial instruction regarding safety by the
Contractor, so as to enable him to conduct his work in a safe manner.
a) No employee shall be given a new assignment of work unfamiliar to him
without proper introduction as to the hazards incident thereto, both to himself and his
fellow employees.
b) Under no circumstances shall an employee hurry or take unnecessary chance
when working under hazardous conditions.
c) Employees must not leave naked fires unattended. Smoking shall not be
permitted around fire prone areas and adequate fire fighting equipment shall be provided
at crucial locations.
d) Employees under the influence of any intoxicating beverage, even to the slightest
degree shall not be permitted to remain at work.
e) There shall be a suitable arrangement at every work site for rendering prompt
and sufficient first aid to the injured.
f) The staircases and passageways shall be adequately lighted.
g) The employees when working around moving machinery must not be permitted to
wear loose garments. Safety shoes are recommended when working in shops or places
where materials or tools are likely to fall. Only experienced workers shall be
permitted to go behind guard rails or to clean around energized or moving equipment.
h) The employees must use the standard protection equipment intended for each job.
Each piece of equipment shall be inspected before and after it is used.
i) Requirements of ventilation in underwater working to licensed and experienced
divers, use of gum boots for working in slushy or in undated conditions are essential
requirements to be fulfilled.
JdVVNL/TNTW- /P-137
j) In cases or rock excavation blasting shall invariably be done through licensed
blasters and other precautions during blasting and storage / transport of charge material
shall be observed strictly.
27.23 The Contractor shall follow and comply with all Safety Rules, relevant provisions
of applicable laws pertaining to the safety of workmen, employees plant and equipment
as may be prescribed from time to time without any demur, protest or contest or
reservation. In case of any in conformity between statutory requirement and Safety rules
referred above, the later shall be binding on the Contractor unless the statutory
provisions are more stringent.
27.24 If the Contractor fails in providing safe working environment as per Safety Rules
or continues the work even being instructed to stop work by the Engineer in Charge
(Nodal Officer) as provided in para 27.18 above, the Contractor shall promptly pay to
JdVVNL, on demand by the Owner compensation at the rate of Rs. 5,000/- per day or
part thereof till the instructions are complied with and so certified by the Engineer.
However, in case of accident taking place-causing injury to any individual, the
provisions contained in para 27.23 shall also apply in addition to compensation
mentioned in this para.
27.25 If the Contractor does not take all safely precautions and/or fails to comply with
the Safety Rules as prescribed by owner or under the applicable law for the safety of
the equipment and plant and for the safety to personnel and the Contractor does not
prevent hazardous conditions which cause injury to his own employees or employees of
other contractors, or Jd.VVNL employees or any other person who are at Site or
adjacent thereto, the Contractor shall be responsible for payment of compensation to
owner as per the following schedule :-
JdVVNL/TNTW- /P-138
a) Fatal injury or
accident
causing death
As per
Nigam
norms
:
These are
applicable for
death / injury to
any person
whosoever
b) Major injuries or
accident causing
25% or more
permanent
disablement to
workmen or
employees
As per
Nigam
norms
:
Permanent disablement shall have same meaning as indicated in Workmen's
Compensation Act. The compensation mentioned above shall be in addition to the
compensation payable to the workmen/employees under the relevant provisions of
the Workmen's Compensation Act and rules framed there under or any other
applicable laws as applicable from time to time. In case the Owner is made to pay such
Compensation, then the Contractor is liable to reimburse the Owner such amount in
addition to the compensation indicated above.
27.26 If the Contractor observes all the Safety Rules and Codes, Statutory
Laws and Rules during the currency of Contract awarded by the Owner and no accident
occurs then Nigam may consider the performance of the Contractor and award suitable
"ACCIDENT FREE SAFETY MERITORIOUS AWARD" as per scheme as may be
announced separately from time to time.
28.0 EXAMINATION OF WORK BEFORE COVERING UP
28.1 No work shall be covered up or put out of view without the approval
of the engineer or the Engineer’s representative and the contractor shall afford
full opportunity for the Engineer or the Engineer’s representative to examine and
measure any work which is about to be covered up or put out of view and to examine
foundations before permanent work is placed thereon. The contractor shall give due
notice to the Engineer’s representative whenever any such work or foundation is or
JdVVNL/TNTW- /P-139
are ready or about to be ready for examination and the Engineer’s representative shall
without delay advise the contractor accordingly, attend for the purpose of examining and
measuring such work or of examining such foundations.
28.2 Uncovering and Making Openings The contractor shall uncover any part or
parts of the works or make openings in or through the same as the Engineer may from
time to time direct and shall reinstate and make good such part or parts to the satisfaction
of the Engineer. If any such part or parts have been covered up or put out of view
after compliance of clause 28.1 above, and are found to be executed in accordance with
the contract, the expenses of covering , making openings in or through reinstating and
making good of the same shall be borne by the owner, but in all other cases, these costs
shall be borne by the contractor.
29.0 REMOVAL OF IMPROPER WORK AND MATERIALS
The Engineer/Engineer’s representative shall during the progress of the works have
the power to order in writing from time to time
a) The removal from the site within such time or times as may be specified in the
order of any materials which in their opinion are not in accordance with the contract.
b) The substitution of proper and suitable material and
c) The removal and proper re-execution, notwithstanding any previous tests
thereof or interim payment therefore, of any work which in respect of materials or
workmanship is not accordance with the contract.
In case of default on the part of the contractor in carrying out such an order, the
Owner shall be entitled to employ and pay other persons to carry out the same and all
expenses consequent thereon or incidental thereto shall be recoverable from the
contractor by the Owner or may be deducted by the Owner from any amount due
or which may become due to the contractor.
30.0 SETTING OUT OF WORKS:
The contractor shall be responsible for the true and proper setting out of the
works in relation to the original points, lines and levels of reference given by the Engineer
in writing and for the correctness, subject as mentioned above of the position, levels,
JdVVNL/TNTW- /P-140
dimensions, and alignment of all parts of the works and for the provision of all necessary
instruments, appliances and labour in connection therewith. If, at any time during the
progress of the works, any error shall appear or arise in the position levels, dimensions, or
alignment of any part of the works, the contractor on being required by the Engineer, shall
at his own cost, rectify such error to the satisfaction of the Engineer unless such error is
based on incorrect data supplied in writing by the Engineer, in which case the expense of
rectifying the same shall be borne by the owner. The checking or setting out of or any line
or level by the Engineer shall not in any way relieve the contractor of his responsibility
for the correctness thereof and the contractor shall carefully protect and preserve all
bench-marks, sight rails, pegs and such other thing used in the setting out of the works.
31.0 MINOR ACCESSORIES FOR COMPLETION OF WORKS:
Contractor shall supply all minor accessories required for the completion of
supply which have not indicated in specification or in purchase order.
JdVVNL/TNTW- /P-141
SECTION-III PART-IB
ERECTION CONDITIONS OF CONTRACT (ECC)- TECHNICAL
REQUIREMENT
1.0 SCOPE OF WORK:
1.1 The contractor’s scope of work includes but not limited to: Survey, network
design, supply, manufacturer’s quality assurance, testing, transportation, storage, erection
(including all civil /structural works), site testing, commissioning of all items &
materials, including all associated activities that though not exclusively specified here in
but are required for the completion of the entire works under this package.
1.2 The Bidder shall execute the above Action Plan works on TOTAL TURN-
KEY BASIS, which involves broadly the supply, transportation to works site, erection,
assembly, testing and commissioning of the lines & equipment and returning the
retrieved materials to concerned Nigam stores.
1.3 The details of equipment to be supplied, transported, erected, assembled,
tested & commissioned are indicated in schedule of Works. The quantities indicated in
the Schedule of Works are only approximate and may increase or decrease and prices
quoted by the bidder are deemed to be valid in spite of such variations in the quantities at
the time of award of contract.
1.4 Any other items not specifically mentioned but which are essentially required
for satisfactory performance & completeness of work, shall be deemed to be included in
the scope of specifications and works and the same shall be executed / carried out by the
bidder at no extra cost to the Nigam.
1.5 Name of feeder, distribution box No. and Consumer identification numbers
are to be marked with indelible paint on the pillar boxes and distribution boxes as
required by the concerned AEN of the Sub- Division.
2.0 CONTRACTOR RESPONSIBILITY:
2.1 All equipment / materials shall be submitted for inspection by a duly
authorized representative of the Engineer-in-charge. Inspection may be made at any stage
of manufacture, dispatch or at site or at these places at the option of the Engineer-in-
charge and the equipment dispatched / about to be dispatched, if found unsatisfactory as
to workmanship or quality, the same is liable to be rejected. The successful bidder /
JdVVNL/TNTW- /P-142
Contractor shall grant free access to the places of manufacture to the authorized
representative of the Engineer-in-charge at all times when the works related to the
manufacture are in progress.
2.2 The Contractor is fully responsible for the Equipment / Material until the same
is handed over to the NIGAM in an operating condition after commissioning. The
Contractor is responsible for the proper maintenance of equipment / material as well as
protection of the same against theft, elements of nature, damages etc., while in his
custody as well as after erection until the same is taken over by the NIGAM under due
acknowledgment in writing.
2.3 The entire works to be executed under this contract will be in stages &
requires obtaining Line Clear Permits from the Engineer-in-charges representative or his
subordinate before taking up the works by the Contractor. As such the Contractor shall
take all mandatory safety precautions for executing the works & shall obtain line clear
permits with the Operational Authorities of the area prior to commencement of works on
daily basis.
2.4 Similar parts of any equipment supplied shall be inter changeable. Danger /
Caution Boards shall be provided on Pillar & Distribution boxes.
2.5 The contractor is to supply and erect all requisite material for above works
except mentioned herein which shall be provided by the Nigam. No payment shall be
made to the contractor for the items provided by the Nigam.
3.0 GENERAL INFORMATION:-
3.1 WAY LEAVE, AND OTHER OBSTRUCTIONS:
3.1.1 The contractor will arrange for way leave proposals for carrying out the work
& the proposals are to be submitted by the contractor well in time. It will also be
necessary on the part of contractor to instruct his workers and staff to work in a manner
so that no damage of the existing underground systems of other public utility systems
shall take place.
JdVVNL/TNTW- /P-143
3.1.2 However in case, if any damage happens to be there, the responsibility of
repair of such damages shall be in the scope of contractor.
3.1.3 The contractor should immediately notify any obstructions or hindrance from
households or the local authorities in the execution of the work, to the concerned
Engineer / In-charge but should not deal directly in the matter. The Engineer / in-charge
will arrange to remove the obstacles as soon as possible.
3.1.4 For the clearance, permissions, removal of obstructions in way leave, etc. the
contractor shall not remain contended by simply informing the Nigam but shall
invariably assist and arrange for personal follow up to overcome the difficulties in the
interest of progress of the work.
3.1.5 The project may involve some obstacles from the public. In such a situation
the position should be brought out in knowledge of the Nodal officer / Engineer In-
charge of the project, for making a spot solution of the situation.
3.2 ACCESS TO LOCATION:
3.2.1 It will be the contractor’s sole responsibility to take the material up to the
location from the ACOS / store and shall have to arrange transportation at his cost.
3.2.2 The contractor will be deemed to be very well familiar with the work to be
executed before giving the offer. Notwithstanding, the difficulties of terrain, location
approaches, way leave and other obstructions the price quoted for all the items with
erection & commissioning & commissioning charges shall not undergo any change at
any stage of work including the time limit extension.
3.3 TESTING AND COMMISSIONING:
After completion of the work, as mentioned in clause no 1.0 scope, the contractor will
ensure that all works connected with the line have been completed correctly as per Indian
Electricity Rules and procedure. Any extra cost involved due to incompleteness of work
or bad workmanship found but subsequently, shall be set right forthwith by the
Contractor at his cost. The contractor shall arrange to handover the complete line.
JdVVNL/TNTW- /P-144
3.4 SHUT DOWN OF EXISTING LINES:
The contractor or his authorized representative shall intimate in advance along-
with complete programme of erection & commissioning where ever shunt down of
existing line is required, to the Nodal officer / Engineer In-charge of the site for
arranging shut downs. The contractor shall have to plan the work in such a way that in
minimum duration of shut down maximum work is carried out to avoid repeated and / or
longer duration shut downs.
3.5 Reference Standards:
The material to be utilized in execution of tendered / ordered works on turnkey
basis shall confirm to the Indian Standards (IS) which shall mean latest revisions,
Amendments / changes and published unless otherwise specified herein
Further, applicable standards are also mentioned under Technical Specification of the
each item in SECTION-III-PART-III: TECHNICAL SPECIFICATION.
4.0 GENERAL TECHNICAL CONDITIONS:
The following provisions shall supplement all the detailed technical Specification and
requirements. The Bidder’s proposal shall be based on the use of equipment and
materials complying fully with the requirements, specified herein.
4.1 The Bidder shall furnish clause – by – clause commentary (with detailed
technical data as required) on the Technical Specification demonstrating the goods
substantial responsiveness to the Specification or deviation and exceptions to the
provisions of the Technical Specification unless and until advised contrary to this in the
bidding document.
5.0 Equipment Performance Guarantee:
5.1 The performance requirements of the items are detailed separately in this
Specification. These guarantees shall supplement the general performance guarantee
provisions covered under General Conditions of Contract in clause entitled “Guarantee”.
5.2 Liquidated damages for not meeting specified performance shall be assessed
and recovered from the Contractor. Such liquidated damages shall be without any
JdVVNL/TNTW- /P-145
limitation whatsoever and shall be in addition to damages, if any payable under any other
clause of Conditions of Contract.
5.3 Engineering Data
5.3.1 The furnishing of engineering data by the Contractor shall be in accordance
with the appropriate Schedule appended to this document. The review of these data by
the Owner will cover only general conformance of the data to the Specification and
drawings. This review by the Owner may not indicate a thorough review of all
dimensions, quantities and details of the equipment, materials, any devices or items
indicated or the accuracy of the information submitted. This review and / or approval by
the Owner shall not be considered by the Contractor, as limiting any of his
responsibilities and liabilities for mistakes and deviations from the requirements,
specified under these Specification and documents.
5.3.2 All engineering data submitted by the Contractor after final process including
review and approval by the Owner shall form part of the Contract Document and the
entire works performed under this Specification shall be performed in strict conformity,
unless otherwise expressly requested by the owner in writing.
5.4 Drawings
5.4.1 All drawings submitted by the Contractor including those submitted at the
time of bid shall be in sufficient detail to indicate the type, size, arrangement,
dimensions, material description, Bill of Materials, weight of each component, break-up
for packing and shipment, required fixing arrangement, the required dimensions for
installation and any other information specifically requested in the Specification.
5.4.2 Each drawing submitted by the Contractor shall be clearly marked with the
name of the Purchaser, the unit designation, the Specification title, the Specification
number and the name of the Project. All titles, noting, markings and in writings on the
drawing shall be in English. All the dimensions should be to the scale and in metric units.
5.4.3 The drawings submitted by the Contractor shall be reviewed by the Owner as
far as practicable within one (1) week and shall be modified by the Contractor if any
modifications and / or corrections are required by the Owner in compliance with the
JdVVNL/TNTW- /P-146
Specification. The Contractor shall incorporate such modifications and or corrections and
submit the final drawings for approval. Any delays arising out of failure by the
Contractor to rectify the drawings in good time shall not alter the completion date.
5.4.4 The drawings submitted for approval to the Owner shall be in quadruplicate.
One print of such drawings shall be returned to the Contractor by the Owner marked
“approved / approved with corrections”. The Contractor shall thereupon furnish the
Owner additional print as stipulated in Technical Specification along with one
reproducible in original of the drawings after incorporating all corrections.
5.4.5 Further work by the Contractor shall be strictly in accordance with these
drawings and no deviation shall be permitted without the written approval of the
Purchaser, if so required.
5.4.6 All manufacturing and fabrication work in connection with the equipment /
material prior to the approval of the drawings shall be at the Contractor’s risk. The
Contractor may make any changes in the design which are necessary to make the
equipment conform to the provisions and intent of the Contract and such changes will
again be subject to approval by the Owner. Approval of Contractor’s drawing or work by
the Owner shall not relieve the Contractor of any of his responsibilities and liabilities
under the Contract.
5.4.7 All rights of the design / drawing shall be strictly reserved with the Owner
only and any designs / drawings / data sheets submitted by the contractor from time to
time shall become the property of the Owner. Under no circumstances, the Contractor
shall be allowed to use / offer above designs / drawings / data sheets to any other
authority without prior written permission of the Owner. Any deviation to above is not
acceptable and may be a cause of rejection of the bid.
5.5 Quality Assurance
To ensure that the equipment under the scope of this Contract whether
manufactured within the Contractor’s Works or at his Sub-Contractor’s premises is in
accordance with the Specification, the Contractor shall adopt suitable Quality Assurance
Programme to control such activities at all points necessary.
JdVVNL/TNTW- /P-147
A Quality Assurance Programme of the Contractor shall generally cover but not limited
to the following.
a) His organization structure for the management and implementation of the proposed
Quality Assurance Programme.
b) Documentation control system.
c) Qualification data for key personnel;
d) The procedure for purchases of materials. Parts/ components and selection of sub-
Contractor’s services including vendor analysis, source inspection, incoming raw
material inspection, verification of material purchases etc.
e) System for shop manufacturing including process controls.
f) Control of non-conforming items and system for corrective action.
g) Control of calibration and testing of measuring and testing equipments.
h) Inspection and test procedure for manufacture.
i) System for indication and appraisal of inspection status.
j) System for quality audits.
k) System for authorizing release of manufactured product to the Purchaser.
l) System for maintenance of records.
m) System for handling storage and delivery and
A Quality Plan detailing out the specific quality control procedure adopted for
controlling the quality characteristics of the product.
The Quality Plan shall be mutually discussed and approved by the Owner after
incorporating necessary corrections by the Contractor as may be required.
5.6 Quality Assurance Documents
5.6.1 The Contractor shall be required to submit all the Quality Assurance
Documents as stipulated in the Quality Plan at the time of Owner’s inspection of
equipment / material.
The owner or his duly authorized representatives reserves the right to carry out Quality
Audit and Quality surveillance of the systems and procedures of the Contractor’s / his
vendor’s Quality Management and Control Activities.
JdVVNL/TNTW- /P-148
5.7 Owner’s Supervision
5.7.1 To eliminate delays and avoid disputes and litigation it is agreed between the
parties to the Contract that all matters and questions shall be resolved in accordance with
the provisions of this document.
5.7.2 The manufacturing of the product shall be carried out in accordance with the
approved design & bill of Material furnished by the Contractor. However this approval
does not relieve the responsibility of contractor for safe & efficient working of the
equipments.
5.7.3 Interpretation of all the terms and conditions of these Documents and
Specification.
5.7.4 Review and interpretation of all the Contractor’s drawings, engineering data
etc.
5.7.5 Witness or authorize his representative to witness tests at the manufacturer’s
works or at site, or at any place where work is performed under the Contract.
5.7.6 Inspect, accept or reject any equipment, material and work under the Contract,
in accordance with the Specification / approved drawing & workmanship.
5.7.7 Review and suggest modification and improvement in completion schedules
from time to time; and Supervise the Quality Assurance Programme implementation at
all stages of the Works.
6.0 TESTS AND STANDARDS:
6.1 Tests: The type, acceptance and routine tests and tests during manufacture
shall be carried-out on the material as per the relevant standards.
6.1.1 The bidders shall furnish original / Photostat copies of the latest type test
certificates from any NABL accredited / Govt. laboratory for all the type tests
where ever prescribed in the relevant ISS / specification along with the bid for all
the items.
JdVVNL/TNTW- /P-149
6.1.1.1 Type Tests shall mean those tests, which are to be carried out to prove the
process of manufacture and general conformity of the material to this Specification. The
type test certificates furnished by the bidder should not be older than three years; in
that case no fresh type test shall be insisted upon. In case if the type tests are older than
Five Years, the contractor has to arrange fresh type test at his cost and no extra time shall
be allowed for arranging the type tests.
6.1.2 Acceptance Tests shall mean those tests, which are to be carried out on
samples taken from each lot offered for pre-dispatch inspection, for the purposes of
acceptance of that lot. These tests are to be conducted in the presence of owner’s
representative.
6.1.3 Routine Tests shall mean those tests, which are to be carried out on the
material to check requirements, which are likely to vary during production.
6.1.4 Tests during Manufacture shall mean those tests, which are to be carried out
during the process of manufacture and end inspection by the Contractor to ensure the
desired quality of the end product to be supplied by him.
6.1.5 The norms and procedure of sampling for these tests will be as per relevant
standards / specification wherever, sampling plan and procedure is not defined, the
procedure/practice adopted in MM wing of Nigam shall be followed.
6.1.6 For all type and acceptance tests, the acceptance values shall be the values
specified in this Specification.
6.2 Additional Tests:
6.2.1 The Owner reserves the right of having at his own expenses any other test(s)
of reasonable nature carried out at contractor’s premises, at site, or in any other place in
addition to the specified type, acceptance and routine tests to satisfy himself that the
materials / equipment comply with the Specification.
6.2.2 The Owner also reserves the right to conduct all the tests mentioned in the
specification at his own expense on the samples drawn from the site at Contractor’s
JdVVNL/TNTW- /P-150
premises or at any other test center. In case of evidence of non compliance, it shall be
binding on the part of contractor to prove the compliance of the items to the technical
Specification by repeat tests, or correction of deficiencies, or replacement of defective
item all without any extra cost to the Owner.
6.3 MANDATORY TEST CHECKING OF MATERIAL ON RECEIPT IN
THE STORES:
(i) NO Material shall be allowed to use against the awarded works without
successful testing as per provisions of Technical Specifications laid down under
Section-III,Part-III for which testing facility is available at Nigam`s CTL Lab,
Jodhpur. The due payment against supplies & erection, whenever it falls due,
shall be released only after receipt of successful test reports for the samples selected
at stores by the NODAL OFFICER or the nominated officers of the Nigam.
(ii) It is further clarified that the Samples from the material received in stores
shall be selected by the Nodal/Nominated officer within a period of 3 days and the
same shall be tested within a weeks’ time in the CTL thereafter.
7.0 GUARANTEED TECHNICAL PARTICULARS:
7.1 The Guaranteed Technical Particulars of the various items shall be confirming
to requirement of relevant Standard & the specification. The bidder shall furnish the
Guaranteed Technical Particulars of various items as required for this work failing which
the bid shall be rejected. The Bidder shall also furnish any other schedule / information
as in their opinion is needed to give full description and details to judge the item(s)
offered by them.
8.0 TYPE, DESIGN AND PARTICULARS OF MATERIAL:-
8.1. General Requirement:
8.1.1 All materials required in completing the work as per this Specification &
drawings / design approved by the Nigam etc. must be manufactured and supplied using
fresh raw materials. Re-molded, re–circulated materials are not acceptable to Nigam.
The procurement of materials must be made by the contractor directly from such
manufacturers or through their authorized dealers / distributors. Documentary
evidences to this effect are to be made available to Nigam for necessary checks /
verification of source of supply of materials. Second hand materials / partially used
JdVVNL/TNTW- /P-151
materials / used materials are not acceptable. The contractor / bidder are required to
indicate the names & address of the manufactures of various items from which he
proposes to buy the same.
8.1.2 Further, the work shall be carried out strictly as per prevailing norms design,
drawing, technical specifications, practice adopted in the Nigam for the same nature of
work. Whether mentioned or not, all the items included in the tentative list of material
shall conform to latest technical specifications adopted by MM wing of the Nigam and
latest relevant IS/IEC / B.S. / NFC or any other code as prescribed by the Nigam for its
works. In case any dispute arises, the current specifications, practice, norms, approved
design and drawings of Nigam shall prevail.
8.1.3 PROCUREMENT FROM MANUFACTURERS / VENDORS:
The Contractor shall be permitted to procure materials from the manufactures / vendors
who have following qualified requirements:
(i) The vendor should be a established / reputed manufacture / supplier who should have
supplied the material to erstwhile RSEB or any present distribution company, RVVPNL
or any other power utility and the contractor / bidder are required to indicate the names &
address of the manufactures of various items from which he proposes to buy the same.
(ii)The manufacturing units shall have all facilities for conducting acceptance & routine
tests of equipment / materials.
(iii) The vendor must have supplied materials as per specifications laid down in the
bid- documents of erstwhile RSEB / NIGAMS and have arranged their type testing not
before last Five Years,
(iv) The vendors approvals shall be obtained for supply of the equipment /
materials from the Engineer well in advance.
8.1.4 ASSIGNMENT AND SUB-LETTING OF CONTRACT:
The Contractor may, after informing the engineer and getting his written
approval assign or sublet the contract or any part thereof other than for raw materials, for
minor details of any part of the plant for which makes are identified in the contract.
JdVVNL/TNTW- /P-152
Suppliers of the equipment not identified in the contract or any change in the identified
supplier shall be subject to approval by the engineer. The experience list of the
equipment vendors under consideration by the contractor for this contract shall be
furnished to the engineer for approval prior to procurement of all such items /
equipments. Such assignment / sub letting shall not relieve the contractor from any
obligation, duty of responsibility under the contract. Any assignment as above without
prior written approval of Engineer shall be void.
For components / equipments procured by the Contractors for the purposes of the
Contract, after obtaining the written approval of the owner, the contractor’s purchase
specifications and enquiries shall call for quality plans to be submitted by the suppliers
along with their proposals. The quality plans called for from the vendors shall set out,
during the various stages of manufacture and installation, the quality practices and
procedures followed by the vendors quality control organization, the relevant reference
documents / standards used, acceptance level, inspection documentation raised, etc. such
quality plans of the successful vendor shall be discussed and finalized in consultation
with the engineer and shall form a part of the work order / contractor between the
contractor and the vendor. Within 3 weeks of the release of the same work order /
contracts for such bought out terms / components a copy of the same without price
details but together with detailed specifications, quality plans and delivery conditions
shall be furnished to the engineer by the contractor.
9.0 JOINT SURVEY:-
9.1 The bidders are presumed to have acquainted themselves with the scope
of work of this specification by doing a walk over survey of the area/feeder before
submitting their bid. The quantum of works indicated in ‘G’ Schedule is tentative.
After award of contract, a detailed survey shall however, required to be done by the
contractor along with Nigam’s authorized Engineer to assess actual quantum of
work. The contractor shall have to execute the works in accordance with the
quantities so assessed and approved by the Nigam. Further the contractor is also to
carry out the detailed survey of individual work as per work order placed on them,
to finalize route / marking of the lines, pole spotting, Sub-stations & its associated
equipments for various locations and other activities.
JdVVNL/TNTW- /P-153
9.2 Successful bidder shall carry out the joint survey and submit the
inception report for approval of final BOQ in respect of supply , erection &
retrieval of material duly signed by contractors representative & Nigam officer. He
shall also prepare the route of, 33 KV, 11 KV, LT lines, location of distribution
transformer on the town/city map. The final route map of 33 KV,11 KV & LT lines
shall be prepared and submitted by the bidder showing the proposed pole position,
ground clearance, conductor sag and various crossings i.e. railway lines,
communication lines, EHT lines, rivers, road and stream crossings on the map.
9.3 At the time of submission of joint survey report, necessary proposal for forest,
railway, highway and river crossing be submitted within the commencement period ,
otherwise delay in submission shall be on the part of contractor. However, wherever
such approvals are required from the concerned authorities the delay in receipt of
approval from the date of submission of proposal by contractor through Engineer In-
charge (To the statuary agency) shall not be on the part of contractor.
9.4 The road restoration charges wherever applicable shall be reimbursed by the
Nigam on actual basis against the documentary proof of having deposited the same with
the respective civic authority through the invoice submitted for road restoration charges
actually paid to civic authority along with receipt. However, the contractor has to submit
the estimate against road cut restoration charges issued by local civic agency to Nodal
Officer of NIGAM for pre-examination / verification for according prior approval and
only after approval these charges are to be deposited by the contractor with the respective
local civic authority which shall be reimbursed by the NIGAM on the production of
documentary proof having deposited the charges on actual basis. The permission for any
required road cut is also to be arranged by the bidder/Contractor from the concerned
civic agency. All assistance for coordinating in this regard will be provided by the Nigam
9.5 Check Survey of Pole Locations:
The check survey has to be conducted by the contractor to locate and peg marks
pole positions on ground confirming to the approved profile and pole schedule. The
Changes, if required, after detailed survey in the preliminary pole schedule shall be
carried out by the Contractor and he shall thereafter submit a final pole schedule for the
approval of employer (PM). The pole schedule shall show position of all Poles, type of
Poles, span length, type of foundation for each pole and the deviation at all angles as set
JdVVNL/TNTW- /P-154
out with other details.
(i) Details En-route: - All topographical permanent features, such as trees,
telecommunication lines, buildings etc, 5.5 meter on either side of the alignment shall be
detailed on the route plan.
(ii) Clearance from ground building, trees etc.:- Clearance from ground buildings,
trees and telephones lines shall be provided in conformity with the Electricity Act, 2003,
as amended up to date. The bidder shall select the height of the poles such that all the
electrical clearances are maintained.
(iii) The minimum planting depth of poles shall be governed by IS: 1678,
However, if due to the ground conditions e.g. water logged area etc. depth of planting of
poles shall be suitably increased, with appropriate extension arrangement in order to
maintain the required clearances the vendor will submit the details of the same on case to
case basis.
(iv) Appropriate Guarding arrangement shall be used for crossings of electric line /
telecom line / road / drain / canal crossing and at all points as per statutory requirements.
The bidder shall provide install anti climbing devise and danger plates on all poles and
DT stations.
10.0 WORK PLAN:
After completing the work of survey, the contractor shall finalize the programme
to commence and execute the work. The contractor shall also take care of the under
mentioned points in construction of various lines.
10.1 Span
The number of consecutive spans between the section points and average span
shall be as per relevant standard / instructions of engineer at site.
10.2 Road Crossing
At all important road crossings, the structure shall be fitted with Strain type insulators
but the ground clearance at the roads under maximum temperature and in still air shall be
such that even with conductor broken in adjacent span, ground clearance of the
conductor from the road surfaces will be as per Indian Electricity Rules.
JdVVNL/TNTW- /P-155
10.3 Railway Crossings
At the time of route survey, the railway crossings shall be finalized as per the
regulation laid down by the Railway Authorities. The approval for crossing railway track
shall be obtained by the Nigam from the Railway Authority. At the time of submission of
joint survey report, necessary proposal for railway crossing be submitted within the
commencement period , otherwise delay in submission shall be on the part of
contractor. However, wherever such approvals are required from the concerned
authorities the delay in receipt of approval from the date of submission of proposal by
contractor through Engineer In-charge (To the statuary agency) shall not be on the part of
contractor.
10.4 Forest Clearance
The forest clearance shall be obtained by the Nigam and same shall be conveyed to the
contractor before due date of commencement of the work. Delay in forest clearance after
the due date of commencement if any, shall not be counted towards delay in execution.
At the time of submission of joint survey report, necessary proposal for Forest
Clearance be submitted within the commencement period , otherwise delay in
submission shall be on the part of contractor. However, wherever such approvals are
required from the concerned authorities the delay in receipt of approval from the date of
submission of proposal by contractor through Engineer In-charge (To the statuary
agency) shall not be on the part of contractor.
10.5 Clearance from Electrical inspector:
Construction of the line shall be done so as to meet the requirements of Indian
Electricity Act / Indian Electricity Rules 1956 as amended from time to time. Necessary
clearance from the Electrical inspector, Govt. of Rajasthan shall be obtained by the
contractor before handing over the line to the Nigam. The necessary clearance fee paid
by the contractor shall be reimbursed by Nigam. In case some defects / observations are
pointed out & subsequent fee if any required to be paid shall not be reimbursed.
10.6 Power Line Crossings:
Where this line is to cross over another line of the same voltage or lower voltage,
provisions to prevent the possibility of its coming into contact with other overhead lines
shall be made in accordance with the Indian Electricity Rules, 1956 as amended from
JdVVNL/TNTW- /P-156
time to time. All the works related to the above proposal shall be deemed to be included
in the scope of the Contract except if modifications are required, in which case, the
conditions to be agreed upon.
10.7 Tele-communication Line Crossing:
The angle of crossing shall be as near to 90 degree as possible. However, deviation to the
extent of 30 degree may be permitted under exceptionally difficult situations. When the
angle of crossing has to be below 60 degree, the matter will be referred to the authority
in-charge of the telecommunication system in writing. On a written request from the
Contractor, the permission of the telecommunication authority may be obtained by the
Owner in writing. Also, in the crossing span, power line support will be as near the
telecommunication line as possible, to obtain increased vertical clearance between the
wires.
10.8 Clearances:
Minimum clearances to power conductors are to be maintained as per I.E Rules 1956.
These minimum clearances are statutory and shall be maintained at all times.
For the purpose of arriving at the vertical clearance, the maximum sag is to be calculated
taking into account the highest conductor temperature as specified in the sag tables.
For the purpose of arriving at the horizontal clearance, the maximum deflection of
conductor based on the maximum wind pressure in the zone is to be taken into account or
deflection up to 45o from the vertical towards the object is to be assumed and clearances
measured. The clearances apply in any direction.
Special consideration needs to be given to all clearances in the vicinity of recreation
sites.
For crossing any railway track Indian Electricity Rules and the regulations of railway
authorities are to be followed.
An additional vertical clearance of 300 mm must be allowed to compensate for long term
creep than those mentioned in the charts.
JdVVNL/TNTW- /P-157
10.8.1 Clearances to Ground and Roads
(Distance in Meters)
Sl.No Item LT 11 kV 33 kV
1. Minimum vertical clearance to over head line
conductor
a) Across the street 5.8 6.1 6.1
b) Along the street 5.5 5.8 6.1
c) At other places than mentioned in (a) and (b) 4.6 4.6 5.2
10.8.2 Maximum Span
In case of overhead lines carrying LT, 11 kV and 33 kV voltage conductors, when
erected in, over, along or across any street. The maximum span shall not exceed 45
mts.
10.8.3 Clearances to Buildings
(Distance in Meters)
Sl.N
o
Item LT 11 kV 33 kV
1. Minimum Vertical clearance to Buildings 2.44
3.66 3.66
2. Minimum Horizontal clearance to buildings 1.22 1.22 1.83
10.8.4 Clearances to communication lines
(Distance in Meters)
Sl.N
o
Item LT 11 kV 33 kV
1. Minimum Vertical clearance between power and
communication lines
1.525
1.525 1.830
2 Minimum clearance between guarding wire and
telecommunication line
1.220 1.220 1.220
JdVVNL/TNTW- /P-158
10.8.5 Clearness Between Power Lines when crossing each other (Distance in Meters)
Sl.N
o
Voltage LT 11 kV 33 kV
1. LT lines 2.44 2.44 2.44
2. 11 kV and 33 kV 2.44 2.44 2.44
3. 132 kV 3.05 3.05 3.05
4. 220 kV 4.58 4.58 4.58
5. 400 kV 5.49 5.49 5.49
6. 800 kV 7.94 7.94 7.94
10.8.6 Clearances to Railway Track
Railway crossings are classified into three categories as mentioned below:
Category ‘A’ : Tracks electrified on 1500 volts D.C.System (Eg.:
Bombay city area)
Category ‘B’ : Tracks already electrified and likely to be electrified
on 25 kV A.C.System in near future.
Category ‘C’ : Tracks not likely to be electrified in the foreseeable
future.
10.8.7 Special Note:
These are the minimum clearances to be maintained to the lowest portion of any
conductor of crossing including guarded wire under conditions of maximum sag.
Lines drawn upwards from the outer most guard wire to the center at an angle of 45o to
the vertical shall totally enclose the power conductors.
The structures are to be located in such a way that from the centre of the nearest railway
track the distance shall be height of the structures +6 meters.
The span of crossing is to be restricted to 80% of the normal span.
No jointing is permitted in the crossing span.
The crossing shall be in accordance with approved designs and drawings of Railways.
U.G. Cable pipe structure should be at 5 M away from Railway Power Support to be
located by the Railway Authorities
Spun concrete pipe encasing cable under tracks should be laid at not less than 1 meter
below
JdVVNL/TNTW- /P-159
10.8.8 Method of crossing
Sl.No Voltage Category Method of Crossing
1 LT A,B,C Cable crossing
2 11 kV A,B,C Cable crossing
10.8.9 Minimum clearance between Railway track and overhead lines
Sl.No Voltage Inside Station limits Outside station limits
1 LT Only by cable crossing Only by cable crossing
2 11 kV Only by cable crossing Only by cable crossing
10.8.10 Insulators to be used
Sl.No Category Type of Insulators
1. A,B Double set of strain insulators strings shall be used in
the crossing span in conjunction with a yoke plate
wherever necessary. In each string one strain insulator
shall be provided extra than the normal design of over
head line.
2. C Insulators as per normal design to be used.
11.0 STATUTORY REGULATIONS & STANDARDS-
11.1 Statutory Regulations:-
The contractor is required to follow local statutory regulations stipulated in Electricity
(supply) Act, 1948, Indian Electricity Rules, 1956, as amended and other local rules and
regulation referred in this specification.
11.2 Reference Standards:-
The codes and / or standards referred to in the specification shall govern, in all cases
wherever such references are made. In case of a conflict between such codes and / or
standards and the specification, latter shall prevail. Such codes and/or standards referred
to shall mean the latest revisions, amendments / changes adopted and published by the
relevant agencies unless otherwise indicated.
12.0 CONSTRUCTION PRACTICES:-
12.1 The standard construction practices as adopted by Jodhpur Vidyut Vitran Nigam
Ltd are to be followed in construction of various works activities covered in the
specification.
OVER HEAD LINES:
The construction of over head-lines may be divided into the following parts:-
a) Pit marking, pit digging.
JdVVNL/TNTW- /P-160
b) Erection of supports and concreting.
c) Providing of guys to supports.
d) Mounting cross-arms, pin and insulators,
e) Paying and stringing of the conductor.
f) Sagging and Tensioning of Conductors and pin binding.
g) Crossings.
h) Guarding.
i) Earthing.
j) Testing and Commissioning
12.2 The contractor should also follow & take care of the following points in
execution of various activities:-
i) All the material to be used shall be as per specification & drawing approved by the
JODHPUR DISCOM duly inspected and cleared for use in construction at site by the
authorized person of JODHPUR DISCOM.
ii)The pole shall be erected only after fitting of V-cross Arms, Top Hampers. Washers
shall be used with nuts and bolts.
iii)PCC poles shall be transported to the pit points through hand trolley so as to avoid
any cracks during transportation.
iv) Top Hamper should always be fixed, straight with the help of two nut, bolts and
washers on PCC poles.
v) Earthing of all steel structure like Top Hamper X-arm shall be done by 8 SWG GI
wire to connect all items to earth clamps/guard bracket PCC poles.
vi) Alignment of pit of RS Joist /PCC pole shall be along the line. Alignment of lattice
tower/PCC pole shall be along with the line and shall be erected through Ballies in the
following length below the ground, pit shall be excavated along the line.
a) 9 M Long pole : 1.5 M Deep
b) 8 M Long pole : 1.5 M Deep
c) 10/11M RS Joist : 1.8 M Deep
d) 12.8M Lattice Tower : 1.8 M Deep
vii) Erection of RS Joist/PCC pole shall be in alignment and back filling of soil
should be in consolidated form by ramming and watering each layer of 0.15
grade ( 1:3:6), 1.65 M in length.
JdVVNL/TNTW- /P-161
viii) Stay set shall be provided 2.0 M below the ground and back filling of pit by soil
shall be properly rammed. Alignment of pits for stay sets shall be across the lines. Angle
of stay set provided shall be an angle of about 45 degree from the ground level. Only one
stay set shall be provided in one pit.
ix) 8 stay set shall be provided on each double pole structure and 5 on lattice tower to
be provided for road, P&T and power line crossing.
x) Guy insulator shall be used in each stay wire at height not less than 3.0 meters from
the ground.
xi) Special nuts of self-locking type will be used in stay sets.
xii) Proper binding of stay wire shall be done. There shall be no gap between binding
coils of same wire. 100mm gap shall be maintained in the binding of two strand of stay
wire. Binding of alternate stay wire shall be in opposite direction to each other. Proper
size of stay and other clamps shall only provide.
xiii) All civil works shall be carried out strictly as per norms using proper ratio of
Cement concrete of ratio 1:3:6(M-10) 1cement3grit:6 sand with 25mm graded stone
aggregate with smooth finish may be provided.
xiv) Strut shall be provided at angle of 55 to 60 degree from the ground level. Top edge
of strut shall be just touch the horizontal base of V-cross Arm/ Cut point.
xv) Meggering value of all lines shall not be less than 2000 Mega-ohms after
completion of work of line & sub-station.
xvi) Stringing of conductor shall be done properly by using normal pullies and
chain pulley block. Over tensioning should not be there in any case and it should be
equal in all conductors having proper sag.
xvii) Binding on pin insulator shall be done 0.230 M on either side of the insulator
with one wire .
xviii) Two Nos. PG clamps of standard size as per conductor size shall be provided
on each jumper. No separate piece of conductor will be allowed in jumpering. PG clamps
for Dog conductor shall be 3 bolt type. As per Indian Electricity Act, atleast three
earthing of the line are to be done in one Km. length.
xix) For the proper earthing due care has to be given. The earth lead should be
tightened with U-Bolt on earth wire or bolted on bracket and the earth lead may pass
through bolt the hooks of poles.
JdVVNL/TNTW- /P-162
xx) The pits for all works including pole erection stay sets, earthings etc. shall be
excavated by the contractor irrespective of type of soil whether it is ordinary or hard
rock or any other type of soil.
xxi) Pole mounted 11/0.4 KV Sub-station complete with transformer, G.O. switch,
Horn gap fuse sets and lightening arrestors are to be erected as per approved drawing of
the Nigam. The location for pole mounted S/S has to be provided as per load
requirements. It should be ensured that all live parts are above 12 ft. from the ground.
Proper earthing with galvanized M. S. Rod for Sub-station as per approved drawing is
also to be ensured.
xxii) Erection of LT Distribution Pillar Boxes of 400/160/100 Amps. Capacity
Each 37”x24” base as per NIGAM standard including excavation, bricks, sand, cement,
masonry of size 4”x3”x10” and 3’ in ground and 1½’ above road level with muffing to
support and mounting the pillar. The masonry will have 4”x4” opening 2”bellow ground
level two in the rear side and one each in the remaining sides to facilitate entry & exit of
incoming and outgoing LT cable .However the exact sizes & general construction design
of the foundation shall be given by the Engineer In-charge of the contract with in three
weeks of the contract agreement .The contractor shall take into account this while
quoting the rates.
xxiii) Earthing shall generally be carried out in accordance with the requirements of
Indian Electricity Rules, 1956 and the relevant regulations of the Electricity Supply
Authority concerned and as indicated below:
(a) All metallic supports shall be earthed.
(b) For PCC poles the metal cross-arms and insulator pins shall be bonded and earthed at
every pole for HT lines.
(c) All special structures on which switches, transformers, fuses, etc., are mounted /
likely to mount should be earthed.
(d) The supports on either side of the road, railway or river crossing should be earthed.
(e) All supports (Steel & PCC) HT lines passing through inhabited areas, road crossings
and along such other places, where Earthing of all poles is considered desirable from
safety considerations should be earthed.
12.2.1 PROVIDING OF GUYS TO SUPPORTS:
In spite of careful planning and alignment of line route, certain situations arise where the
conductor tries to tilt the pole from its normal position due to abnormal wind pressure
JdVVNL/TNTW- /P-163
and deviation of alignment, etc. When these cases of strain arise, the pole is strengthened
and kept in position by guys. One or more guys will have to be provided for all supports
where there is unbalanced strain acting on the support, which may result in
tilting/uprooting or breaking of the support.
Guys are braces fastened to the pole. In this work anchor type guy sets are to be used.
These guys are provided at (i) angle locations (ii) dead end locations (iii) T - off points
(iv) Steep gradient locations and (v) where the wind pressure is more than 50 kg /
Sq.mtrs.
The fixing of guys stays will involve (i) pit digging and fixing stay rod (ii) fastening guy
wire to the support (iii) Tightening guy wire and fastening to the anchor. The marking of
guy pit, digging and setting of anchor rod must be carefully carried out. The stay rod
should be placed in a position so that the angle of rod with the vertical face of the pit is
30º/45º as the case may be.
Before start of erection of Stay sets, required concreting materials like Cement, Sand,
Stone Chips and Construction water need to be made available near the pit.
GI Stay wire of size 7/4.0 mm 8.5 kg stay wire per set and 20mm stay rod for 33 KV
lines and DP whereas 7/3.15 mm 5.5 kg (10 SWG) stay wire per set and 16 mm stay rod
for 11 KV lines and DP .
For double pole structure (DP), four stays along the line, two in each direction and two
stays along the bisection of the angle of deviation or as required depending on the angle
of deviation are to be provided.
After concreting of 0.3 cmt per stay, back filling and ramming must be done well and
appropriate time / days shall be allowed for proper setting.
The free end of the guy wire/stay wire is passed through the eye of the anchor rod, bent
back parallel to the main portion of the stay/guy and bound after inserting the G.I.
thimble, where it bears on the anchor rod. If the guy wire proves to be hazardous, it
should be protected with suitable asbestos pipe filled with concrete of about 2 m length
above the ground level, painted with white and black strips so that, it may be visible at
night. The turn buckle shall be mounted at the pole end of the stay and guy wire so fixed
that the turn buckles is half way in the working position, thus giving the maximum
movement for tightening or loosening.
JdVVNL/TNTW- /P-164
12.2.2 Conductor Erection:
Conductor erection is the most important phase in construction. The main operations
are:-
(a) Transportation of Conductor to works site.
(b) Paying and Stringing of Conductor
(c) Jointing of Conductor
(d) Tensioning and Sagging of Conductor
The conductor drums are transported to the tension location. While transporting
precautions are to be taken so that the conductor does not get damaged / injured. The
drum could be mounted on cable drum support, which generally is made from crow-bar
and wooden slippers for small size conductor drums. The direction of rotation of the
drum has to be according to the mark in the drum so that the conductor could be drawn.
While drawing the conductor, it should not rub causing damage. The conductor could be
passed over poles on wooden or aluminum snatch block mounted on the poles for this
purpose.
The mid span jointing is done through compressions or if helical fittings are used
the jointing could be done manually. After completing the jointing, tensioning
operation could be commenced. The conductor is pulled through come-along clamps to
stringing the conductor between the tension locations. Sagging of conductor has to be in
accordance to the Sag Tension chart. In order to achieve it, it is preferred to pull the
conductor to a tension a little above the theoretical value so that while transferring it
from the snatch blocks to the pit insulators and to take care of temperature variation.
Proper sag could achieve. Sagging for HT line is mostly done by “Sighting”. A
horizontal strip of wood is fixed below the cross-arm on the pole at the required sag. The
lineman sees from other end and the sag is adjusted by increasing or decreasing the
tension. The tension clamps could then be finally fixed and conductor be fixed on pin-
insulators. All fittings, accessories like guys, cross-arms, etc., could be checked as they
should not have deformed.
The maximum permissible spans for all the lines of HT and 0.4 KV are prescribed
according to the design of the supports. Sag-tension charts for these conductors are to be
followed.
12.2.3 STRINGING OF CONDUCTOR:
i) The works include spreading of conductors or HT/LT cables without any
damages and stringing with proper tension without any kinks / damages including
JdVVNL/TNTW- /P-165
binding of conductor at pin points, jumper at cut points etc, and the ground and
line clearances at road crossings along roads. LT crossing and others shall be as per
the relevant I.E. rules.
ii) While transporting conductors drums to site precautions are to be taken so that the
conductor does not get damaged. The drum shall be mounted on cable drum support, The
direction of rotation o the drum shall be according to the mark in the drum so that the
conductor could be drawn, While drawing the conductor, it shall not rub causing damage,
the conductor shall be passed over poles on wooden or aluminum snatch block (pulley)
mounted on the poles for this purpose.
iii) The conductor shall be pulled through come-along clamps to stringing the conductor
between the tension locations.
iv) Conductor splices shall not crack or otherwise be susceptible to damage in the
stringing operation. The contractor shall be used only such equipment/ methods during
conductor stringing which ensures complete compliance in this regard. All the joints
including mid span joints on the conductor and earth wire shall be of the
compression type in accordance with the recommendations of the manufacturer, for
which all necessary tools and equipment like compressors dies, etc, shall be obtained by
the contractor, each part of the joint shall be cleaned by wire brush till it is free of rust or
dirt, etc, and be properly greased with anti corrosive compound, before the final
compression is carried out with the compressors. After completing the jointing,
tensioning operation shall be commenced.
v) All the joints or splices shall be made at least 15 meters away from the pole No.
joints of splices shall be made in spans crossing over main roads, railways and small
rivers, spans. Not more than one joint per sub conductor span shall be allowed. The
compression type fittings shall be of the self centering type. After compressing the joint
the aluminum sleeve shall have all corners rounded; burrs and sharp edges removed and
smoothened.
vi) During stringing of conductor to avoid any damages to the joint the contractor shall
use a suitable protector for mid span compression joints in case they are to be passed
over pulley blocks / aerial rollers. The pulley groove size shall be such that the joint
along with protection can be passed over it smoothly.
JdVVNL/TNTW- /P-166
12.2.4 TENSIONING AND SAGGING OPERATIONS:
(i) The tensioning and sagging shall be done in accordance with the approved stringing
charts or sag tables. The “initial” stringing chart shall be sued for the conductor and
“final” stringing chart for the earth wire. The conductors shall be pulled up to the desired
sag and left in running blocks for at least one hour after which the sag shall be re-
checked and adjusted, if necessary before transferring the conductor from the running
blocks to the suspension clamps. The conductor shall be clamped within 36 hours of
sagging in.
(ii) The sag will be checked in the first and the last section span for sections up to eight
spans and in one additional intermediate span for sections with more than eight spans.
The sag shall also be checked when the conductors have been drawn up and transferred
form running blocks to the insulator clamps.
(iii) At sharp vertical angles, conductor and earth wire sags and tensions shall be checked
for equality on both sides of the angel and running block. The suspension insulator
assemblies will normally assume verticality when the conductor is clamped. Tensioning
and sagging operations shall be carried out in calm whether when rapid changes in
temperature are not likely to occur.
12.2.5 TAPPING ARRANGEMENT FROM EXISTING 11 KV LINE :
Tapping of existing 11 KV line shall be taken by providing a horizontal cross arm below
the existing V cross arm of the pole and mounting disc insulators on it. The tapping
conductors may be guided by providing pin insulators as required.
A new two pole structure shall be erected within 10-15 meters of this tapping pole & the
new line will emerge from this two pole structure with disc insulators. The Tapping pole
to the double pole conductor tension should be such that it avoids looseness & sag to the
extent possible & it should avoid extra tension on the tapping pole.
Alternately, tapping of existing 11 KV line can be done by erecting two single poles with
„V‟ Cross arms & top clamps, just below the line, as such forming a Double Pole
Structure. The Horizontal cross arm shall be provided below the „V‟ cross arms on both
poles and disc insulators are mounted on it. The tapping conductors may be guided by
providing pin insulators as required.
Wherever the proposed spur line length is more than two km after the tapping an AB
switch arrangement shall be provided at the double pole for isolation of the line.
JdVVNL/TNTW- /P-167
12.2.6 FINAL CHECKING, TESTING AND COMMISSIONING:
After completion of the works, final checking of the line shall be carried out by the
Contractor to ensure that all foundation works, pole erecting and stringing have been
done strictly according to the specifications and as approved by the Owner. All the works
shall be thoroughly inspected in order to ensure that:
1 Sufficient backfilled earth covers each foundation pit and is adequately compacted.
2 All poles are used strictly according to final approved drawing and are free of any
defect or damage whatsoever.
3 The stringing of the conductors have been done as per the desired clearances.
4 All conductor accessories are properly installed.
5 All other requirements for completion of works such as fixing of danger plate and anti-
climbing device have been fulfilled.
6 The insulation of the line as a whole is tested by the Contractor through provision of
his own equipment, labor, etc. to the satisfaction of the purchaser.
7 All poles are properly grounded.
8 The line is tested satisfactorily for commissioning purpose.
12.2.7. Anchoring and Providing Guys for Supports
Guys are to be provided to counter balance the load on the supports due to pulling of the
conductors, so that the supports remain straight in vertical position without bending in
any direction.
The stays/guys shall be provided at the following locations.
1. Angle locations
2. Dead end locations
3. Tee off points
4. Steep gradient locations to avoid uplift on the poles
5. Two numbers storm guys to the central pole between two cut points perpendicular to
the line direction.
The installation of stay/guy will involve the following works:
1. Excavation of pit
2. Fixing of base plate to the stay rod and concreting and back filling of the pit.
3. Fastening guy wire to the support along with stay clamp and turn buckle, after fixing
guy insulator(s) as per the drawing.
JdVVNL/TNTW- /P-168
4. Tightening guy wire and fastening to the anchor.
The marking of the guy pit for excavation, the excavation of pits and setting of the
anchor rod must be carefully carried out. The stay rod shall be placed in a position such
that the angle of inclination of the rod with the vertical face of the pit is 45o.
The anchor plate shall be of size 450 x 450 x 75mm, made of RCC with 1:2:4 ratio and
using 20mm machine crushed granite metal. Alternatively M.S. Plate of size 450 x 450 x
10mm may also be used. The pit shall be filled with 1:3:6 cement concrete using 40mm
granite metal. The size of concrete block shall be 450x450x1265mm at the bottom
covering the anchor plate completely. The concrete shall be cured for 14 days and
balance portion of the pit back filled with earth as per the specification.
Proper form of moulds adequately braced to retain proper shape shall be used. The
moulds should be made water tight so that cement cream will not come out. After
concreting to the required height the top surface should be finished smooth, with 1:6
slope towards the outer edge to drain off water.
In wet locations, submerged locations and marshy locations the site shall be completely
dewatered during concreting and for 24 hours after completion. Moulds shall not be
removed before a lapse of 24 hours after completion of concreting. After removal of
form boxes, the concrete surfaces where ever required shall be plastered with a rich mix
of cement and sand mortar in the shortest possible time.
After the curing time of concrete is over, the free end of the guy wire is passed through
the eye of the anchor rod, bent back parallel to the main portion of the guy and bound
after inserting the G.I. Thimble. The loop is protected by G.I. Thimble where it bears on
the anchor rod. Where the existence of guy wire proves hazardous, it should be protected
with suitable asbestos pipe of 50 mm dia. and 2 mts length, filled with concrete, duly
painted with black and white stripes with enamel paint of approved quality and make, so
that it may be visible at night.
The Turn buckle shall be mounted at the pole end of the stay and guy wire so fixed that
the eye bolt is half way in the working position, thus giving the maximum movement for
tightening or loosening.
JdVVNL/TNTW- /P-169
Guy insulators shall be provided to prevent the lower part of the guy from becoming
electrically energised by contact with the upper part of the guy, when the conductor
snaps and falls on them or due to leakage. No guy insulator shall be located at less than
3.5 mts (vertical distance) from the ground. The minimum distance along the stay
between the point of contact with the pole and the top of stay insulator is 1.8 mts
Guy insulators shall comply with IS: 5300. Where stay angles of less than 45o are
unavoidable the use of stay angles from 30o to 44o or bow guys or flying stays shall only
be done with the approval of the Engineer. The anchoring and providing of guys for
supports shall be done as per the drawing. The stay wires used for anchoring shall
conform to IS: 2141. The individual wire used to form “stranded stay wire” is to be of
tensile grade 4 having minimum tensile strength of 700N /mm2.
12.2.8 Do’s and Don’t’s
For the guidance certain DO’S and DON’TS are given below while stringing the
conductor.
Do’s
1. Use proper equipment for binding aluminium conductors at all times.
2. Use skids or similar method for lowering conductor drums from transport.
3. Examine reel before unreeling for presence of nails or any other object, which
might damage conductor.
4. Rotate the reel while unwinding the conductor in the direction marked on the
reel.
5. Grip all strands while pulling out the conductor.
6. Control the unreeling speed with a suitable braking arrangement.
7. Use wooden rods for suitable braking arrangement.
8. Use long straight, parallel jaw grip with suitable liners when pulling conductor,
thus avoiding nicking or kinking of the conductor.
9. Use free running sleeves or blocks with adequate grooves for drawing / paving
conductors.
10. Use proper sag charts.
11. Mark conductors with adhesive tape which will not damage the strands.
12. Make all splicing with proper tools
JdVVNL/TNTW- /P-170
13. Chromate or graphite conducting oxide inhibiting grease, should be applied
before cleaning with wire brush, where ever jointing takes place.
Don’ts
1. Do not handle conductor without proper tools at any stage.
2. Do not pull conductors without ensuring that there are no obstructions on the
ground.
3. Do not pull out excess quantity of conductor than is required.
4. Do not make jumper connections on dirty or weathered conductor; clean the
conductor using wire brush.
5. Do not handle aluminum conductor in a rough fashion but handle it with a
care it deserves.
12.2.9 WORKMAN SHIP
The Contractor shall entirely be responsible for the correct erection of line
as per specification / approved drawings and their correct setting and alignment, as
approved by the Engineer. If the supports and DP Structures after the erection are
found to differ from approved route maps and drawings or to be out of alignment,
the Contractor shall dismantle and re-erect them correctly at his own cost without
extension of time. The supports must be truly vertical and in plumb after erection
and no straining will be permitted to bring them to vertical position. Verticality of
each support shall be checked by the Contractor and furnished to the Engineer.
Maximum permissible tolerance is 50 mm in respect of verticality.
12.3 CABLE LAYING AND INSTALLATION TECHNIQUES:
12.3.1 Cable as per scope indicated in this specification, shall be laid underground in
flat formation throughout the route as per relevant IS. However, as per requirement of the
field, the cables shall also have to be laid:
1. In Hume Pipe or GI pipe.
2. In air at terminations.
3. At varying depths due to obstructions.
4. As per approved drawings.
The final route shall however be site specific. The contractor shall prepare the final
route drawing based on the design and planning criteria provided in this document and
get the same approved from Employer/NIGAM before starting the cable laying work.
JdVVNL/TNTW- /P-171
12.3.2 TRENCHING:
The cable trench work involves earth excavation for cable trench, back
filling and removal of excess earth from site. The work site shall be left as clean as
possible.
The trench shall be excavated using manual and mechanical methods including air
compressor driven pneumatic drill as per field conditions. Most main roads are of asphalt
surface and some of the roads with cement concrete surface.
An air compressor with pneumatic drill or equivalent mechanical tool will be essential if
the road crossings are to be speedily made. Special system of laying hume pipe under
road without digging the surface may be adopted if feasible.
Where paved footpaths are encountered, the pavement slabs shall be properly stored and
reinstated. Identification markers of other services shall be properly stored and restored.
The sides of the excavated trenches shall, wherever required, be well shored up with
timber and sheeting.
Suitable wooden/ sheet steel barriers should be erected between the cable trench
and pedestrian/ motorway to prevent accidents. The barrier could be made out of
sheet steel or wood planks. These could be portable types of size 1.5 m long by 1.2
m (height). These should be painted with red and white coloured cross stripes.
Warning and caution boards should be conspicuously displayed. Red lights as
warning signal should be placed along the trench during the nights.
The excavated material shall be properly stored to avoid obstruction to public and traffic
movement.
The bottom of the excavated trench should be leveled flat and free from any object,
which would damage the cables. Any gradient encountered shall be gradual.
The depth of open trench should be as per ISS: 1255/84 according to size & voltage
ratings. For 33kv 30 cm x 120 cm and for 11kv / 1.1 kv 30 cm x100 cm.
12.3.3 TRIAL HOLES:
The bidder shall excavate trial holes, for alignment purpose at appropriate distance apart
as warranted by the local conditions, keep a record of findings and close the trial holes
properly to avoid hindrance / accidents to pedestrian traffic. The final route alignment of
cable shall be decided based on the finding of the trial hole.
JdVVNL/TNTW- /P-172
It is the responsibility of the contractor to maintain as far as possible the required
statutory clearances from other utility services.
Any damage caused, inadvertently to any utility services shall be the sole responsibility
of the contractor.
The scope also includes the Trench-less laying of H.T. Cables. The best cable laying
practices are to be adopted by using latest “HDD “ techniques with “VERMIER”
machines in specific locations such as road crossings and locations where open trench
digging is not possible. The depth of cable shall be maintained from 1.2 Mtr (Min.) to 2.0
Mtr(Max.), and a proof in the form “DEPTH GRAPH” must be produced by the
contractor.
12.3.4 CABLE HANDLING:
The inspection of cable on receipt, handling of cables, paying out, flaking,
cushioning with sand or sieved compacted native soil, back-filling, reinstatement of road
surfaces, providing and fixing joint markers, route markers , precautions of joint pits,
sump holes and all necessary precautions that are required shall be carefully planned and
in general conform to IS 1255-1984 or its equivalent. Standard practices should be
followed while handling the cable drums, The drum shall not be thrown or dropped on
the ground from the carriers such as trucks or railway wagon during unloading. The cable
drum shall be unloaded with the help of Cranes or Forklifts or using a proper ramp
having inclination 1:3 to 1:4 in order to avoid mechanical damage to the outer layer of
the cables. The cable drums shall be lifted or stored with its flanges always vertical. The
cable drum shall be rolled in the direction of arrow only, in order to avoid loosening of
cable winding. The drum shall not be rolled on rocky, uneven surface and for longer
distances, it may damage the drum and cable. While pulling the cables through ducts,
care should be taken to avoid abrasion of sheath around sharp bends. The minimum
bending radius also should be maintained as specified above and in any case, should
not be less than 10/15 times the overall diameter of cables. A suitable lubricant may be
used whenever pulling is done in longer ducts. Jerks should be avoided while pulling the
cables.
Recommended safe pulling force with stockings for HT XLPE cables:
a) For Unarmoured cable : P = 5DxD where P= pulling force
b) For Armoured cable : P = 9DxD D= dia. of cable in mm
JdVVNL/TNTW- /P-173
Recommended safe pulling force when pulled eye for HT XLPE cables:
For Aluminium conductors : 30 N/mm Sq.
For Copper Conductor : 50 N/mm Sq.
Cable shall be unwound from the drum by lifting the drum on the center shaft supported
both ends with suitable jacks/stands. Under no circumstances the cable winding shall be
lifted off a coil or drum lying flat at the flanges. This would cause serious twist and
damages.
12.3.5 DAMAGE TO PROPERTY:
The contractor shall take all precautions while excavation of trench, trial pits
etc., to protect the public and private properties and to avoid accidental damage. Any
damage so caused shall be immediately repaired by contractor at his own cost and
brought to the notice of the concerned persons and to the Employer/NIGAM.
- Contractor shall arrange third party liability insurance for the above purpose.
- The contractor shall bear all responsibilities and liabilities and shall bear all costs of
the damages so caused by him or by his workman or agents.
- At places where the cables cross private roads, gates of residential houses or
buildings, the cables shall be laid in RCC Hume pipes.
12.3.6 CABLE ROUTE MARKERS/CABLE JOINT MARKERS
Permanent means of indicating the position of joints and cable route shall
be fabricated, supplied and erected. Route Marker shall be provided at every 100
meter and at the turning points. Markers provided shall be as per the field
requirement. If the route passes through open fields, markers should be
conspicuously visible and above ground surface and particularly along the Road
turns except on road & pavements where they may interfere in the movement of
traffic or pedestrians.
The markers should incorporate the relevant information. The name of the owner,
voltage shall be marked on the route marker. The details shall be as per the drawing
enclosed.
The markers shall be of stone or tile construction. The design shall be such that it cannot
be pulled out. Tile type marker shall be used along the pavement. Stone/ PCC markers
shall be used at other locations.
JdVVNL/TNTW- /P-174
The stone/PCC markers shall be cut into proper size as per drawing, covered with cement
plaster with engraving of the information required.
12.3.7 DEPTH OF LAYING & SPACING BETWEEN CABLES:
Minimum depth of laying from ground surface to top of cable shall be as following:
33kv cable : 1.05 meter.
11 kV cable : 0.90 meter.
415 volt cable : 0.75 meter.
11kV, 415 V Cables at Road crossing : 1.0 meter.
11Kv,415V Cables at Railway crossing
(Measured from bottom of sleeper to top of pipe.) : 1.0 meter.
Whenever 2Nos. 33kV cable or 11kV Cables have common route, they can be laid in
same corridor (Trench) at the specified depth as indicated in the drawing.
Wherever the proper depth is not achievable due to presence of other services or for
other reasons, the cable shall be laid deeper or in hume pipe or GI pipe as required
depending upon the site condition.
12.3.8 PAYING OUT THE CABLE
The excavated cable trench shall be drained of all water and the bed surface
shall be smooth, uniform and fairly hard before paying out the cable. The cable shall be
rolled in the trench on cable rollers, spaced out at uniform intervals. The paying out
process must be smooth and steady without subjecting the cable to abnormal tension.
The cable on being paid out shall be smoothly and evenly transferred to the ground after
providing the sand cushion. The cables shall never be dropped. All snake bends shall be
straightened. Suitable size cable stocking pulling eye shall be used for pulling the cable.
While pulling the cable by winches or machines, the tension loading shall be by tension
indicator and shall not exceed the permissible value for the cable. The cable laying shall
be performed continuously at a speed not exceeding 600 to 1000 meter per hour.
The cable end seals shall be checked after laying and, if found damaged, shall
immediately be resealed. Sufficient number of heat shrinkable cable end sealing caps
shall be stocked at site stores for testing and jointing work. The integrity of the outer
sheath shall be checked after the cable is laid in position.
JdVVNL/TNTW- /P-175
12.3.9 SAND BEDDING and Brick
The cable shall be completely surrounded by well-compacted sand to such a
thickness and of such size that the cable is protected against damage. The thickness of
the cable sand should normally be a minimum of 7.5 cm in all directions from the cable
surface. Cable sand with a grain size less than 8 mm shall be preferred to offer good
protection to cable.
A brick layer of thickness 70 mm brick shall be provided over the sand for protection of
the cable with Two Layers of ‘A’ CLASS RED BRICKS (9x2 per meter).
12.3.10 FLAKING:
The cables shall be flaked and left with slight extra lengths at jointing bays for
expansion and flexibility.Sand Bedding shall be provided as no special thermal back
filling is required.
12.3.11 BACK FILLING
Normally back filling shall consist of the material earlier excavated. However, bigger
stones or pieces of rock should be removed.
12.3.12 PREVENTION OF DAMAGE DUE TO SHARP EDGES:
After the cables have been laid in the trench and until the cables are covered
with protective covering, no sharp metal tool shall be used in the trench or placed in such
a position that may fall into the trench. Straight and curved rollers used shall have no
sharp projecting parts liable to damage the cable. While pulling through pipes and ducts,
the cable shall be protected to avoid damage due to sharp edges. The cables shall never
be bent, beyond the specified bending radius.
12.3.13 ROAD, RAILWAY TRACKS, WATER PIPE LINE CROSSINGS:
RCC hume pipe shall be used for crossing of Road and cast iron or GI pipes
for railway track and water pipe line. One spare pipe at each location of 11 kV cable
crossing shall be laid. Cable pipe size/ laying details shall be as per IS 1255-1983. The
road cutting for cable trench, whether cement concrete, asphalt or macadam road
surface shall be undertaken after obtaining approval for cutting from the road
owning authorities, traffic police, telephone authorities and work should be planned
to be completed in the shortest possible time. Where necessary the work shall be
planned during night or light traffic periods. The railway track crossing design shall be
got approved from the railway authorities and the contractor shall do work in
coordination with them.
JdVVNL/TNTW- /P-176
In the excavated trench across the road the pipes shall be laid, excavation
backfilled compacted and surface shall be redone in the shortest possible time.
Open Drain Crossing: Where ever the cable has to cross open drains, with long
span, the cable shall be laid in suitable size G. I. pipe properly joined with suitable
collars. The GI pipe shall be firmly supported on pillars, columns, or suitable support of
RCC foundation.
The road-cut charges wherever applicable shall be reimbursed by the Nigam on
actual basis against the documentary proof of having deposited the same with the
respective civic authority through the invoice submitted for road restoration charges
actually paid to civic authority along with receipt. However, the contractor has to submit
the estimate against road cut restoration charges issued by local civic agency to Nodal
Officer of NIGAM for pre-examination / verification for according prior approval and
only after approval these charges are to be deposited by the contractor with the respective
local civic authority which shall be reimbursed by the NIGAM on the production of
documentary proof having deposited the charges on actual basis. The permission for any
required road cut is also to be arranged by the bidder/Contractor from the concerned
civic agency. All assistance for coordinating in this regard will be provided by the Nigam
12.3.14 FOOT PATH CUTTING:
The slabs, kerbstones, on the roads/ footpath shall be removed and reinstated
without damage.
12.3.15 REINSTATEMENT:
After the cables and pipes have been laid and before the trench is backfilled, all
joints and cable positions should be carefully plotted in drawing and preserved and
provided to the Engineer of Employer/NIGAM. The protective covers shall then be
provided, the excavated soil riddled, sieved and replaced. It is advisable to leave a crown
of earth not less than 50 mm and not more than 100 mm in the centre and tapering
towards the sides of the trench.
The temporary reinstatement of roadways should be inspected at regular intervals, more
frequently in rainy season and immediately after overnight rain for checking settlement
and if required, the temporary reinstatement should be redone.
12.3.16 JOINTING BAYS:
The bidder shall identify the location of the joint bays after carrying out
detailed survey of the cable route and excavation of the trial pits. The delivery lengths of
the cables shall match the location.
JdVVNL/TNTW- /P-177
The joint bay should have a flat and level surface. At the bottom in a corner, a sump pit
shall be made , if necessary, for bailing out water.
The contractor shall follow standard practice in making joint bay, jointing and back
filling after making joint and testing for the voltage class required.
All works shall be carried out in presence and supervision of the Engineer of
Employer/NIGAM.
12.3.17 TOOLS AND PLANTS:
The successful bidder shall have all necessary tools, plant and equipment to
carry out the survey and cable installation work.
The bidders are instructed to give all the details of equipment at their disposal, to carry
out the work successfully and speedily.
BENDING RADIUS:
Care shall be taken during laying to avoid sharp bending, and twisting.
Recommended minimum bending radius for LT/HT cables:
LT HT
Single Core 15xD 20xD D= Dia of cable in MM
Multicore 12xD 15xD
12.4 JOINTING AND TERMINATION OF CABLES:
General: The cable jointing personnel and his crew shall have good experience in the
type of joints and terminations that are used. The jointing work shall commence as soon
as two or three lengths of cables have been laid. All care should be taken to protect the
factory-plumbed caps/ seals on the cable ends, and the cable end shall be resealed
whenever the end is exposed for tests.
Jointing of cables in carriage ways, drive ways under costly paving, under concrete or
asphalt surfaces and in proximity to telephone cables, and water mains should be avoided
wherever possible.
Sufficient over lap of cables shall be allowed for making the joints.
The joint bay should be of sufficient dimensions to allow the jointers to work with as
much freedom of movement and comfort as possible. Sufficient space should be kept
below the cable to be jointed.
The joints of different phases shall be staggered.
All jointing shall be done by joint manufacturer’s jointers or under their supervision.
JdVVNL/TNTW- /P-178
12.4.1 TENTS / COVERS:
An enclosure or suitable protection cover shall be used in all circumstances
wherever jointing work is carried out in the open irrespective of the weather conditions.
The joint shall be made in dust free and clean atmosphere.
12.4.2 PRECAUTIONS BEFORE MAKING A JOINT/ END TERMINATION:
The cable end seals should not be opened until all arrangement have been made
for jointing and all necessary precautions have been taken to prevent circumstances
arising out of rainy/ inclement weather conditions, which might become uncontrollable.
If the cable end seals or cable ends are found to have suffered damage the cables should
not be jointed, without tests and rectification.
12.4.3 MEASUREMENT OF INSULATION RESISTANCE:
Before and after jointing, the insulation resistance of both sections of cables
shall be checked.
12.4.4 IDENTIFICATION:
The identification of each phase shall be clearly and properly noted. The cables
shall be jointed as per the design approved by the Employer/NIGAM based on the
proposal submitted by the Contractor. Each cable shall have identification for phase and
circuit at joint bays.
12.4.5 MAKING A JOINT/ END TERMINATION:
Comprehensive jointing instructions should be obtained from the manufacture
of jointing/end kits and meticulously followed.
The materials used in the joints/ end kits like ferrules, screen / armour continuity bonds,
lugs etc., shall be of good quality and conform to standards.
The jointing tools shall be appropriate and as per the requirement of jointing XLPE, PVC
cables.
12.4.6 CABLE TERMINATIONS:
The cable terminations used are to be of outdoor type.
The preparation of the cable end for installing the terminations and the precautions to be
taken before fixing the terminations shall be followed as in the case of the cable jointing
procedures.
The instructions furnished by the termination manufacturer shall be strictly followed.
All terminations shall be done by joint manufacturer’s jointers or under their supervision.
At cable terminating end, the following provisions for supply and erection are to be
included.
JdVVNL/TNTW- /P-179
(i) A terminating structure should be provided where necessary for supporting the cable
to be terminated (except at the ring main unit ends)
(ii)A sufficient length of spare cable shall be left in the ground, for future needs.
(iii) The rise of the cable immediately from the ground shall be enclosed in 150
mm dia. PVC/GI pipe to protect against direct exposure to the sun.
(iv) The cable shall be properly fastened to the support using non-metallic clamps.
(v) Appropriate labels shall be fixed identifying the phase circuit, voltage and date of
commissioning etc., on the cable supporting structure.
(vi) The sealing end shall be mounted on insulators to isolate them from their
supporting steel work.
(vii) Protection from contact with the exposed metal work at the termination shall
be provided by resin bonded glass fiber shroud.
(viii) Providing earth stations with all required materials, like leads, connectors etc for
earthing of armour and screen.
12.4.7 BONDING OF SCREEN / ARMOUR:
The screens and armour at both ends shall be brought out and solidly bonded
to the earth station.
All accessories and consumables used in the termination should be of good
quality and compatible with the cable.
In case of armoured cable It is also important to ensure that all armoured wires
and all faces of armoured clamps making contact with them thoroughly cleaned during
installation and that the clamps are adequately tightened to ensure good electrical contact.
Provision should be made for earthing the wire armour to the main earth electro at the
supply and by means of a metallic bond of adequate conductance. The bonding
connection should be as short as possible. Where long cable length are laid it is also
desirable to earth the armour wires at interval, preferably at joint positions, to earth
electrode of sufficient at low resistances to ensure safety.
12.4.8 CONNECTION OF RADIAL WATER BARRIER AND CABLE SCREEN:
If the metallic radial water barrier is insulated from the metallic wire screen a
connection suitable to carry the currents occurring during operation must be installed
between metallic radial water barrier of the cable and metallic wire screen in joints and
sealing ends.
JdVVNL/TNTW- /P-180
12.4.9 ERECTION OF CABLE TERMINATING STRUCTURES:
The terminating structure should be designed as per the requirement of the
cable end sealing, offered by bidder.
The mounting structure shall be of latticed GI suitably grouted to the ground.
After fixing the end termination, the cable shall be fixed to the support, with non-
magnetic material clamps to the required height securely.
The mounting structure includes the supports for cable end boxes, link boxes and any
other structure required for the intent of the contract.
All steel sections used shall be free from all imperfections, mill scales, slag intrusions,
laminations, fillings, rust etc., which may impair their strength, durability and
appearance. All materials shall be of tested quality only unless otherwise permitted by
the Employer/NIGAM . The Contractor shall fabricate, provide and install the structures.
12.4.10 TESTS AFTER INSTALLATION:
All tests as prescribed in Clause-6 of IEC-840 shall be performed after
installation of cable. Following minimum tests shall be carried out:
Insulation Resistance of each cable drum length after paying but before jointing.
a) Serving insulation resistance after laying each cable length shall withstand a voltage
of 5 kV DC between each reinforcement and external conducting surface for one minute.
In addition, the serving insulation resistance shall be measured and checked with the
values obtained in the routine factory test.
b) On completion of the cable laying and jointing work, the complete installation shall
be tested with a D.C. / VLF voltage (high Voltage Test) as per IS 1255.
c) Conductor resistance of each cable of each complete circuit shall be measured and
compared with the values obtained during routine factory tests.
d) Test for 5 minutes with system voltage applied between the conductor and the armour
/ screen earthed.
e) Test for 24 hours with normal operating voltage of the system.
Note:- 1) Before laying the insulation value of the cable should be checked with
megger as a preliminary check against any probable damage.
JdVVNL/TNTW- /P-181
2) After the cable is installed a D.C. voltage of 3kv passed through each core and
against armour in case of LT cable. No breakdown should occur.
12.5 CONSTRUCTION PRACTICE FOR DISTRIBUTION TRANSFORMER
SUB-STATION :
The contractor shall transport, install, test and commission 3 phase, 11 KV/433 volts
Distribution Transformers of various capacity (Although DTs will be provided by
NIGAM).
The contractor shall survey the area, fix the location of DT keeping in view that DT is
close to the centre of the area to be fed as practically possible. Contractor shall obtain the
owner’s approval for final DT location. The no. of LT feeders / service connections to be
connected to a particular DT shall be decided during detailed physical survey and owner
approval will be final.
The details of the work related to distribution transformer are given below: -
12.5.1 Erection of transformer:
Distribution Transformer structure shall have the following configurations.
For all locations three phase DTs shall be mounted on 8 mtr double H-beam structure
with DO fuse for O.H. line system and special 2/4 pole steel sub-station structures for
U.G. cable system as per construction standard details of installation of DT substation
shall be as per enclosed drawing. At angle location DP, installation of transformer is not
permitted.
12.5.2 Erection of DO fuse:
The DO fuse unit shall be installed on HT side. The equipment and accessories
shall be checked for proper alignment and tightness after installation in O.H. line
network.
12.5.3 Earthing arrangement for transformer stations:
Earthing arrangement for DT shall be as per OUR construction standard
earthing shall be used to earth LT neutral, LA and the DT body at each DT location.
Thus three such pits shall be built for each transformer, the location of earth pits and for
connections to various earth pits, the bidder shall furnish detailed earthing system
drawing for the DT stations for review and approval. The earth resistance achieved shall
be less than the stipulated value as per the relevant codes of practice and shall be
measured and recorded as per approved erection and commissioning procedures.
JdVVNL/TNTW- /P-182
12.5.4 Electrical connections
The HT side connections shall be made with Rabbit ACSR conductor. LT side
connections shall be made with LT XLPE cables. Cables glands of ISI marks shall be
used for all the cable entries in distribution box.The contractor shall properly dress all the
LT cables emanating form distribution box. The contractor shall provided all jointing
material i.e. sleeves etc and carry out all jointing works. The cable ends shall be
connected using adequate capacity aluminum lugs and shall be tightened using bimetallic
brasses.
12.5.5 Protection and isolation
(a) HT side
The DTs shall be fitted with DO fuse to protect and isolate transformer on HT side in
case of over current and earth faults, the contractors shall specify the rating of the fuse
elements in the bid for each rating of transformer.
(b) LT side
Electric power from the transformer is drawn through the incomer ISOLATOR &
MCCBs provided on LT side to protect the transformer form the faults occurring on LT
system.
12.5.6 Connection from distribution Transformer to LT Cable
For extension of supply from Distribution box to overhead AB Cable/Insulated
conductor the arrangement shall be as described below:
Bearer/Messenger wire of LT AB cable shall be anchored through dead end clamp
arrangement on master pole which is at a distance of 5 meter from transformer DP.
Extra length of continuous cable along with messenger / bearer wire shall be properly
dressed and taken in to MCCB, using bimetallic clamp of appropriate size / quality.
Connection from cable & messenger / bearer to bus bar of pole distribution box (If
any) should be done with 6 sq mm PVC wire (having specifications as per ISS) using
Insulated piercing connectors and Earthing connectors.
12.6. Distribution Line Locations:
12.6.1 The route selected for a distribution line shall be such that it will find the
lowest cost considered over a period of years, consistent with accessibility for easy
maintenance etc. This includes many considerations such as original cost, tree trimming,
freedom from vehicular damages as for as possible, availability for future service.
JdVVNL/TNTW- /P-183
The line should be routed whenever possible to avoid natural obstacles such as steep hills
or valleys, swamps, lakes, thick forests, rivers etc. Lines should be located at a safe
distance from buildings and from possible fire, proximity to traffic and other hazards,
Lines shall not cross school playgrounds, cemetery, except under special circumstances,
Lines should be away form the building containing explosives.
12.6.2 Transportation cost constitute a major portion of the construction cost, As such,
while finalizing the route alignment, it may be ensured that extra cost involved due to
additional lead for transportation of the material should be as low as possible.
12.7 Right of way:
Considering the case of maintenance and avoiding the problems of right of
way. It is always preferable to lay the distribution lines along the roads; this will not
always be possible considering the cost involved due to the extra length of lines etc, in
which case, the line will have to be run on private lands or property.
12.8 L.T. LINE CONSTRUCTION PRACTICES:
12.8.1 LT lines shall be constructed with three phase 3x50 + 1x35 sq.mm AB cable /
Insulated ACSR Rabbit conductor. Support at each of the Pole as per the final line route
to be decided based on survey. RSJ/H-beam, to be used for this purpose shall be of 8.0
meters height. Pole footing arrangement shall be identical to the other similar poles
described in this specification.
12.8.2 For LT lines with cable, poles shall have Eye hook and suspension clamp
arrangement for anchoring of bearer wire associated with ABC line.
12.8.3 For pole locations, where consumer connections are more than two (extended).
ABC conductor shall be anchored on their bearer wire with suitable clamp or hook,
arrangement. This clamp shall be similar to dead end type (anchor) clamps cable portion
shall be terminated in and out of the distribution box (If any). The anchor arrangement to
be provided on both sides of the pole to facilitate connection of AB Cable pole to the
next pole of the line.
12.8.4 Locations, where single phase LT lines have to cross important through fare
(Main road, HT line etc.) the line shall be on poles with horizontal configuration. These
shall be as per REC construction standard drawing No. B-1 (guard wire with cross
lacing) and clearances as per IE Rule. Suitable extension arrangement (pole top bracket)
shall be provided to maintain the clearances and sags
JdVVNL/TNTW- /P-184
12.8.5 For LT line, every 5th pole, starting pole, cut point pole and last pole shall be
earthed by providing Earthing coil / Rod earthing.
12.9 RENOVATION OF DAMAGED SERVICE LINE & INSTALLATION OF
METERS:
The contractor shall replace identified damaged service line of the consumers other than
Below Poverty Line (BPL consumers) & agriculture pump consumers. The service line
wire shall travel from service pole to the premises of the consumer with the provision of
–
i) Through distribution box (In case of L.T. line comprising of L.T. cable).
ii) XLPE Insulated Armoured 4 sq.mm. (2 core) /6 sq.mm (4 core) cable.
iii) Supporting GI wire 10 SWG.
iv) Energy meter in the consumer premises at call bell location. (Although the Energy
Meters will be provided by NIGAM)
As far as possible the service connection shall be given from the pole of the LT line
which is nearest to the consumer’s premise.
The specific arrangement of service line renovation and installation of energy meters
shall be finalized during detailed engineering.
12.10 ERECTION OF ADDITIONAL 11 KV BAY IN 33/11 KV SUB
STATION:-
The erection of additional 11 kV bay in existing 33/11 kV sub station shall be done after
finalization of route of 11 kV new feeders. The lay out for erection of gantry structure,
VCB and related accessories shall be done as per the drawing attached with the bid
document.
12.11 EARTHING OF 33/11 KV SUB-STATION
Value of earth resistance in 33/11 kv Sub-Station shall be less than 1.0 Ohm.
13.0 INCEPTION / FDS REPORT:
13.1 In order to ensure the better execution of the proposed work in a
scientific and managerial way, the vendor shall furnish an inception report within
30 days of awarding the contract. The inception / FDS report shall contain the
following:
i) Detailed methodology / project report / modus operandi to be adopted to execute the
contract.
JdVVNL/TNTW- /P-185
ii) Resources, T&P with list of man power to be deployed to execute the contract.
iii) Detailed list of material required for successful execution of project.
iv) Cleary spell-out the obligation to be completed for execution of the work.
v) Detailed Functional design & specification of the equipments to be installed with GTP
(Guaranteed Technical Particulars).
vi) Testing procedure as per the relevant clause of the specification.
vii) Detailed methodology of Training system to technical staff of Nigam for
further maintain the system.
viii) Break up of total time schedule allowed for completion of supply in GANTT
CHART. The GANTT CHART shall include milestone of approval of types and makes.
ix) Complete bill of material (BOQ) of existing material to be retrieved off duly
verified by the Nodal Officer / Engineer In-charge of the project.
The NIGAM on receipt of the inception report will furnish its recommendation for any
modification, if required, within 7 days of receipt the same. If no communication is
received from the NIGAM within the stipulated period of 7 days, it shall be presumed
that the inception report is in order and the contractor may go ahead to start the work
accordingly.
top related