1
BIHAR STATE POWER TRANSMISSION COMPANY LIMITED (A successor company of Bihar State Electricity Board)
PATNA
Tender Notice No-9/ PR/ BSPTCL/2013.
Sealed Tenders are invited by Chief Engineer (Transmission) for the
following:-
Description of Material. Estimated Cost. (Rs.)
EMD (Rs.)
Cost of BOQ (Rs.)
Completion Time.
Construction of 5 (five) Nos. 33 KV bays on turnkey basis at different Grid Sub-Stations of BSPTCL.
1.85 Crores. 3.7 lakhs. 10,000/-
Nine months from contract.
Receipt of Tender:-latest by 11.02 2013upto 1300 hrs. Date of opening:- 11.02.2013 at 1500 hrs.
Eligibility Criteria, Tender documents etc. are available in downloadable form at website http:// bseb.bih.nic.in Downloaded tender document must be accompanied with Demand Draft in favour of Sr. Manager, Finance and Accounts (Sectt.), BSP(H)CL payable at Patna towards the cost of BOQ failing which the Tender shall be summarily rejected. Chief Engineer (Transmission) For complains regarding corruption Bihar State Power (Holding) Company Ltd. help line on 9431821485, 0612-2504969. miHkksDrk fctyh fcy lgt olq/kk dsUnz vFkok bseb bill.org ds ek/;e ls Hkh tek dj ldrs gSA e-Tendering introduced in BSPHCL for tenders above Rs 25 lacs. For registration log on to www.eproc.bihar.gov.in & contact Helpdesk at 0612-2523006.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
2
BIHAR STATE POWER TRANSMISSION COMPANY LIMITED, PATNA
(A successor company of Bihar State Electricity Board)
TENDER SPECIFICATION
FOR
CONSTRUCTION OF 33 KV LINE BAYS ON TURN KEY BASIS AT DIFFERENT GRID SUB-STATIONS
N.I.T. No-9/ PR/BSPTCL/2013 Cost Rs. 10,000/-
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
3
BIHAR STATE POWER TRANSMISSION COMPANY LIMITED, PATNA
(A successor company of Bihar State Electricity Board)
TENDER SPECIFICATION
FOR
CONSTRUCTION OF 33 KV BAYS AT DIFFERENT GRID SUB-STATIONS’
(SECTION – I TO IV)
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
4
INDEX Page no. Section I Instruction to bidders 5 - 20
Section II General conditions of contract 21 - 54
Section III Brief specifications of equipment/material 55 - 58
Section IV Schedules and formats 59 - 139
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
5
BIHAR STATE POWER TRANSMISSION COMPANY LIMITED, PATNA
(A successor company of Bihar State Electricity Board)
INVITATION OF BID FOR CONSTRUCTION OF 33 KV BAYS AT
DIFFERENT GRID SUB-STATIONS
TENDER NOTICE NO. - 9/PR/BSPTCL/2013 1.1.1 GENERAL
1.1.1.1 BIHAR STATE POWER TRANSMISSION COMPANY LIMITED intends to
construct 33 kv bays on turn key basis at the following grid Sub-Station:-
Sonenagar - 2 Nos.
Jainagar - 1 Nos.
Bihta - 1 Nos.
Phulparas - 1 Nos.
.
1.1.1.2 Sealed tenders in triplicate in two parts sealed in separate envelopes containing
Technical & Commercial offer (Part-I) and Price offer (Part-II) are invited by
BIHAR STATE POWER TRANSMISSION COMPANY LIMITED from
eligible, bonafide, resourceful and experienced contractors having sound financial
and technical background and management capacity and who have record of
successful engineering, manufacturing, testing, supply, delivery, storing, erection,
supervision, testing and commissioning of the equipments and materials required
for the works detailed hereinafter within last five years.
1.1.1.3 The work shall include but not limited to the following: - .
a) Construction of complete 33 KV bays with all necessary equipments at above-
mentioned Grid Sub-Stations, including supply, erection, testing and
commissioning of the equipments as detailed herein.
b) Complete design (unless specified else where in the specification) & detailed
engineering shall be done by the tender.
c) The tenderer shall be responsible for overall co-ordination, project
management, loading, unloading, handling, transportation etc.
d) All materials required for the civil and construction /installation work shall be
supplied by the contractor. The contractor shall also supply the cement &
steel.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
6
e) The design of bay extension & their associated electrical and mechanical
auxiliary system includes preparation of single line diagram & electrical
layouts, electrical & physical clearance diagrams, erection diagrams, control
& protection schematics, wiring & termination schedules, civil design &
drawings (as applicable) etc. and other relevant drawing & documents
required for detailed engineering are covered under the scope of the tenderer.
1.1.2 Details of Tender-
A) Tender notice no. 9/PR/BSPTCL/2013.
B) Cost of Tender Documents. Rs. 10,000,00
(Rs. Ten Thousand) only
(Non refundable)
C) Estimated cost of project Rs. 1.85 Crore.
D) Amount of Earnest Money. Rs. 3.7 Lakh
E) Date of issue of Tender specification Latest by 11.02.2013
F) Last date for submission of tenders 11.02.2013 up to 1300 Hrs
G) Date and time of opening of Tenders 11.02..2013 at 1500 Hrs
1.1.3.1 Copy of tender specification / document shall be available website
www.bseb.bih.nic.in The same may be downloaded, filled up and submitted in
triplicate with required cost of tender document and earnest money. The receipt of
money deposited or the said bank draft towards cost of tender document issued in
favour of Sr. Manager, Finance and Accounts (Sectt) BSPHCL, Patna should be
submitted along with commercial part (Part I) of the tender.
1.1.3.1.1 Each and every page of tender specification should be stamped and initialed at
bottom right corner by the authorized signatory of the tenderer as a mark of
acknowledgement and submit the same along with Part I of the tender with an
affidavit certifying that copy of tender specification so submitted is the exact copy
of BSPTCL's tender specification and that detection of any deviation at any stage
may lead to rejection of their offer.
1.1.3.2 No tender shall be accepted unless the tenderer buys a copy of the tender
document by the schedule time.
1.1.3.3 Purchaser shall not be responsible for non-receipt of the tender specification by
the tenderer in case of delay by postal department, if the tender specification is
sent by the post.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
7
1.1.4 The application for issue of tender specifications must be addressed to Chief
Engineer (Transmission), BSPTCL ,Vidyut Bhavan, J. L. Nehru Marg, Patna-800
021.
1.1.5 The tender documents are not transferable and the tenders received after the
expiry of the time prescribed for receiving completed tenders will not be
accepted.
1.1.6 Issue of tender documents will not be construed to mean that such tenderer are
automatically considered qualified. The BSPTCL reserves the right to
accept/reject any or all tenders without assigning any reason whatsoever. The
BSPTCL, however, does not bind itself to accept the lowest tender.
1.1.7 Not withstanding as stated above, the BSPTCL reserves the right to access the
tenderer’s capacity and capability to perform the contract.
1.1.8 The BSPTCL will not be responsible for or pay for expenses or losses, which may
be incurred by any tenderer in the purchase and preparation of the tender.
1.1.9 No intermediary will be involved. A certificate to this effect should accompany
the tender.
1.1.10 The bidders are requested to acquaint themselves fully with individual site
requirement for assessment of work/bid quantity at particular site. The work has
to be assessed in realistic manner and no claim in post bid period shall be
entrained on this accounts.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
8
1.1.11 ADDITIONAL INSTRUCTIONS TO THE BIDDERS
(Over & above the existing instructions)
The tender notice and tender document/specification/BOQ shall remain available at
website www.bseb.bih.nic.in during the tender notice period and the same can be
downloaded and used as tender document for submitting the tenders. However the cost of
tender forms mentioned in the tender notice has also to be paid in the form of DD issued in
favour of Sr. Manager, Finance and Accounts (Sectt.),BSP(H)CL Patna payable at Patna to
be enclosed with the tender form while submitting the tender.
In case the tender submitted in downloaded form is not accompanied with valid DD
towards the cost of the tender document/specification/BOQ, the tender will be summarily
rejected.
The tenderers, who will be found indulging in changing/adding or deleting the
contents of the downloaded tender document/specification/BOQ will be liable to face
necessary action including banning, suspension from business dealing etc.
2. Tenderers should watch the website for Corrigendum/Addendum to the N.I.T./Tender
Documents and there will not be any separate correspondence about the same.
3. Tenderers should submit in original downloaded documents duly signed and stamped
on each page. Any photocopy or typed copy of the downloaded document will be
treated as invalid.
4. Demand draft furnished towards the cost of tender document/specifications/ BOQ, in
case of downloaded documents, shall be verified before bid evaluation.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
9
BIHAR STATE POWER TRANSMISSION COMPANY
LIMITED, PATNA
(A successor company of Bihar State Electricity Board)
SECTION – I
Instructions to Tenderers 1.2.1 PROJECT SYNOPSIS:
BIHAR STATE POWER TRANSMISSION COMPANY LIMITED hereinafter
called “Purchaser”/"Owner” intends to construct 33 KV bays at different Grid Sub-
Station as given below:
G.S.S. Sone-nagar - 2 Nos..
G.S.S. Jainagar - 1 Nos.
G.S.S. Bihta -1 Nos.
G.S.S. Phulparas - 1 Nos.
The places are tentative.
1.2.2 GENERAL INSTRUCTIONS
All tenders shall be prepared and submitted in accordance with this instruction after
due physical inspection of site. Tenders shall not be accepted after the time and date
fixed for receipt of tenders as set out in the NIT. Telegraphic tenders will not be
accepted under any circumstances.
1.2.3 SCOPE OF WORK:
1.2.3.1 This work is to be taken up from concept, engineering, design, preparation of all
drawings, erection to commissioning including supply of all required equipments and
materials, testing of the same at manufacturer’s works. All materials/equipments etc.
will have to be supplied, erected, tested and commissioned as per the Purchaser’s
requirement/specification by the tenderer at their own cost. This work includes
foundation of structures, supply of equipments and erection of structures, equipments
and all other items required as per site condition for completion of the bays as well as
final testing & commissioning thereof and handing over the same to BSPTCL.
(i) The intent of this specification is detailed engineering/manufacture
preparation of all drawings required for construction of 33 KV bays at the grid
sub-station indicated at 01.02.01 above.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
10
(ii) Design, Manufacture, supply, erection, testing & commissioning of all 33 KV
equipments required.
(iii) Construction of cable trench and rack, laying of control cables and covering
the cable trench.
(iv) Extension of main bus of 33 KV systems should be done with double ACSR
Zebra conductor and that of transfer with single zebra conductor. All
Jumpering works should be done with the help of single ACSR Zebra
conductor. All jumpers and bus bar inter connections should be of
compression/bolted type. Bus extension shall be done with same type of
conductor. Conductor other and zebra/panther may be supplied by BSPTCL
on requisition of respective field office. Arrangement of suitable connectors
etc. shall be the responsibility of contractor. Moose conductor if required as
per site condition shall be provided by the requirement. The requirement of
clamps and connectors, hardware etc. shall be assed and quoted by the bidder.
The site may be assessed and quantities may be worked out suitably.
(v) The tenderer shall include in the total cost of his tender the cost of delivery of
the whole of the plant and materials for delivery at the site including all taxes,
duties, insurance, freight etc.
(vi) The contractor will have to supply suitable erection, supervision personnel to
supervise the work of erection of the equipment under taken by him/them.
(vii) The contractor shall quote the price for complete erection, testing and
commissioning of equipment to be supplied by them.
1.2.3.2 This also includes the supply, delivery, installations, testing and commissioning of
all necessary parts and equipments including supply, delivery and erection of
structures, etc. required for successful commissioning of the Bays, cable laying etc.
on turnkey basis.
1.2.3.3 The above work includes design, manufacture and construction of earth mat
earthling pits wherever required for Bays for the short circuit current as specified in
this specification..
1.2.3.4 Conditional tenders shall not be accepted.
1.2.3.5 Only those deviations, which have been mentioned in the specified schedule of
deviations/forms, shall be considered.
1.2.4 WORKS AND SERVICES:
1.2.4.1 The BSPTCL shall not be responsible for any inconvenience or delay caused due to
failure of power supply and the tenderer can claim no compensation for such failure
or delay in works on this account.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
11
1.2.4.2 Contractor shall have to arrange his own workshop, if required within the work site.
1.2..4.3 All security arrangements for watching and guarding at work site shall be made by
the tenderer at his cost.
1.2.4.4 The following works and services shall also be provided by the contractor.
a) Unloading the equipments from the rail or road transport and moving those to
storage area. Demurrage charge incurred, if any, shall be paid by the contractor.
b) Opening of packing cases, inspection and checking of materials for any damage
or loss in transit. All claims with the concerned authorities e.g. rail, transport,
insurance etc. shall be lodged by the contractor.
c) Complete erection of equipments, structures etc. covered under the contract,
final preparation for testing, commissioning, final run and acceptance tests and
putting the plant into operation.
d) All consumable stores required for the above erection and commissioning
works.
e) Watching and guarding to ensure security and safety of materials under his
custody and at work site.
f) All erection tools, lifting tackles, also all equipments, tools and tackles for
transportation at site.
g) All ladders, platforms, temporary supports and facilities required for handling
heavy packages and for erection, commissioning of the equipment at site.
h) Third party insurance at site and insurance of personnel employed at site as
required under workmen’s compensation Act.
i) Necessary Engineers and supervisory personnel with approved licenses as per
provisions of I.E. Rules as amended up-to-date.
j) Contractor shall take all safety precautions during work and the workmen must
use safety belts, hand gloves, masks and other devices as may be necessary for
safety of personnel.
k) Contractor shall provide identity cards for his employees. This should be
properly displayed during working hours.
l) Contractor shall employ competent and skilled workmen, fully experienced and
capable of performing duties assigned to them. When local laws require, the
employee shall be required to acquire certificates of company for his work from
the competent authority.
m) The contractor shall provide operating personnel’s during trial tests and till the
bays are taken over by the Purchaser, specified in taking over clause defined
later.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
12
1.2.4.5 The contractor must possess proper and valid electrical license and fulfils statutory
requirements and have to comply with the provision of local labour laws. A
certificate to such effect should be submitted with Part I of the offer.
1.2.5 TARGET DATE FOR COMPLETING WORK:
1.2.5.1 The completion period for each 33 KV bay shall be 09 (nine) calendar months from
the date of contract agreement.
1.2.5.2 The work shall be considered to be completed only when all the supply, delivery,
installation, testing and commissioning of all necessary parts and equipments bays
are made for satisfactory services of the bays and the Electrical Superintending
Engineer, under whom the work is being carried out will issue a certificate to this
effect.
1.2.6 EARNEST MONEY
1.2.6.1 Tender must be accompanied with an Earnest Money of Rs.3.70 Lakhs failing
which the tender will be outright rejected.
1.2.6.2 The earnest money should be deposited either in form of Bank draft issued by any
of the nationalized/scheduled bank in favour of BIHAR STATE POWER
TRANSMISSION COMPANY LIMITED or in form of Bank Guarantee in
specified format enclosed with the specification. The earnest money may also be
deposited in form of cash to Sr. Manager, Finance and Accounts (Headquarter),
BSPHCL, Patna. In case earnest money is deposited in cash, photocopy of money
receipt should be enclosed with the commercial part of the tender.
1.2.6.3 Cheque / Fixed deposit receipt is not acceptable towards deposit of earnest money.
Tenders accompanied with above on account of Earnest Money will be considered
as without Earnest Money.
1.2.6.4 No Earnest money will be accepted after opening of tender.
1.2.6.5 The Earnest money deposit will be refunded to each of the unsuccessful tenderer on
application. In case of the successful tenderer or tenderers it will be retained and no
interest on Earnest Money will be payable.
1.2.6.6 In the event, the successful tenderer fails to sign the contract Agreement with
BSPTCL within 15 days after receiving notice of award of contract and fails to
submit a contract guarantee as specified in this document, Earnest Money deposited
will be forfeited to compensate damage to BIHAR STATE POWER
TRANSMISSION COMPANY LIMITED. The Earnest Money of the successful
tenderer shall be returned after submission of contract guarantee by them.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
13
1.2.6.7 The Earnest Money shall be furnished in a separate sealed cover and shall
accompany with the commercial part of the tender bid.
1.2.6.8. Any bid/tender not accompanied by Earnest Money will be rejected as non
responsive.
1.2.6.9 This Earnest Money is required to protect the Purchaser/Owner against the risk of
the bidder’s conduct which would warrant the Earnest Money forfeiture under the
conditions detailed in the specification.
1.2.7 RIGHT OF CHIEF ENGINEER
1.2.7.1 The Chief Engineer (Trans.) BSPTCL. reserve the right to accept or reject part or
whole of any or all of the tender without assigning reason.
1.2.7.2 The Chief Engineer (Trans.) reserves the right to cancel whole or part of the
awarded contract without assigning any reason of those firms who are found
defaulter of delayed work and/or supply of equipments and materials of sub-
standard quality.
1.2.8 INFORMATION REQUIRED WITH THE PROPOSAL:
1.2.8.1 The tenderers must indicate the name of the manufacturer, the type or model of
each principal item of equipments and/or materials proposed to be supplied. The
tender shall also contain drawings and descriptive materials, indicating general
dimension and the materials from which the parts are manufactured and principles
of operation.
1.2.8.2 The above information shall be provided by the tenderer in the form of separate
sheets, drawings, catalogues etc. in four copies.
1.2.8.3 Any tender not containing sufficient descriptive material to describe accurately the
equipment and/or materials proposed may be treated as incomplete and hence
rejected. Such descriptive materials and drawings submitted by the tenderer will be
retained by the BSPTCL. Any major deviation from these drawings and descriptive
materials submitted will not be permitted during the execution of the contract
without specific written permission of the BSPTCL.
1.2.8.4 Oral statements made by the tenderer at any time regarding quality, quantity or
arrangement of the equipment and/or materials or any other matter will not be
considered.
1.2.8.5 Standard catalogue and other documents may be used in the tender to provide
additional information and data as deemed necessary by the tenderer.
1.2.8.6 The tenderer/contractor shall strictly adhere to the work schedule. He will develop
and furnish a detailed schedule in the form of a master network and bar chart clearly
identifying key phases in various areas of the work like designs, drawings approval,
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
14
manufacture, testing at works and ex-works delivery of the equipment and materials
as covered under, this tender specifications based on the total time allowed for
completion of complete work within 15 days from the date of the L.O.I.
1.2.9 UNDERSTANDING AND CLARIFICATIONS
1.2.9.1 The tenderer is required to carefully examine the specifications and documents and
fully inform him to all conditions and matters which may in any way affect the
performance of the contract or cost thereof. If any tenderer 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/clarifications to
the BSPTCL.The BSPTCL will then issue interpretation and clarifications. The
tenderer may submit tender within the date and time as already specified in this
specification. All such interpretations and clarifications shall form a part of the
specifications and documents and accompany the tenderer’s proposal.
1.2.9.2 Verbal clarifications and information’s given by the BSPTCL or his representatives
shall not in any way be binding on the BSPTCL.
1.2.10 LOCAL CONDITIONS:
1.2.10.1 It will be imperative on each tenderer to fully inform him of all local conditions and
factors which shall have any effect on the performance of the contract or cost
thereof. The BSPTCL shall not entertain any request for clarifications from tenderer
regarding such local conditions.
1.2.10.2 It is understood and agreed that such factors have properly been investigated and
considered while submitting the proposals. No claim for financial adjustments to
any contract awarded under these specifications and documents will be entertained
by the BSPTCL neither any change in the time schedule of the contract nor any
financial adjustments arising thereof shall be permitted to the contractor which are
based on the lack of such clear information or its effect on the cost of contract.
1.2.11 QUANTITY
1.2.11.1 The requirements/quantity mentioned in the tender notice and general conditions is
tentative and is subject to increase or decrease at the time of finalization of the
tender. No claim will be entertained for the decrease in quantity or elimination of
items tendered. Any other work required and essential for completion of the job and
not mentioned in the tender specifications shall be done by the contractor without
extra cost to BSPTCL.
1.2.11.2 The scope of work under this tender/contract shall be generally as detailed under
this tender specification. The Purchaser reserves the right to increase or decrease the
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
15
quantities of works/items covered under this contract during its execution without
any change in the rates, terms and conditions. There shall be no limit of quantity for
the individual items but the total variations in all such items shall be limited to
(20%) twenty percent of the contract prices without any change in unit rates, terms
and conditions. There shall be no limit in downward side.
1.2.11.3 The BSPTCL may provide equipment/materials out of its own stock. This will be
indicated at the time of finalization of the tender. The contractor is not required to
provide guarantee/performance guarantee for such equipment/materials. However,
the erection, testing & commissioning of such equipment shall be done by the
tenderer.
1.2.11.4 Items lying surplus after completion of work shall not be taken in Purchaser’s stock
and no payment for such item shall be made.
1.2.11.5 If actual quantities for completion of work varies with respect to the assessed
quantity by BSPTCL as indicated in schedule C1 and C2 of tender specification,
such variation shall be allowed within the range of overall variation indicated at
clause 1.2.11.2
However, in regard to quantity assessed by the tenderer (pertaining to the Lot.), no
extra payment/deduction shall be made for such increase/decrease in quantities and
the contractor shall complete the work at no extra cost.
1.2.12 PREPARATION OF TENDER: 1.2.12.1 Before submission of the tender, the tenderers are requested to make themselves
fully conversant with General Conditions of contract, site conditions,
specifications, schedules, drawings and other relevant information so that no
ambiguity may arise in these respects subsequent to the submission of the tender.
The tenderer shall fully familiarize themselves with the general arrangement,
schemes etc. of the existing sub-station, where the bays are to be constructed and
the bays under subject should match with the existing arrangement.
Quantity and schedule of items or work for civil, structural and architectural
works required for successful completion of the bays up to commissioning are to
be assessed by the tenderer through site inspection and discussion with BSPTCL
personnel.
1.2.12.2 Tenders must be submitted on the attached prescribed forms and/or copies
thereof. The schedule shall be filled in, item wise in accordance with the
instructions and notes supplementary thereof.
1.2.12.3 The tenderer should quote prices as mentioned in the specification.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
16
1.2.12.4 The tenders shall be submitted in two separate sealed covers. Cover-I shall
include all technical information along with commercial terms and conditions, un-
priced copy of price schedule (C1, C2 and C3) as well as different schedules with
quantities duly filled up. Cover-II shall include price part. The quantity & unit
shown in price bid should exactly reflect in the un-priced copy of price schedule
C-1, C-2 and C-3 submitted with Part I of the tender. Deviations in this regard
may lead to rejection of the offer. Underbidding/overbidding shall not be
permitted in any case and may lead to rejection of bid if detected at any stage. The
un-priced copy of Schedule/Form F-IX (6) should also be furnished alongwith
Part I of the tender. 1.2.12.5 THE TENDERER SHALL FILL UP THE SCHEDULE :
i) The schedule of prices and delivery/erection schedule shall supplement the
tender.
ii) Information to be supplied by the tenderer to supplement his tender.
iii) Deviation sheets for any deviations, made either in the provisions of the
general conditions of the specifications or technical specifications.
iv) All other information’s asked for in the specifications
The tenderer shall submit his tender strictly in accordance with the
tender specifications and terms and conditions laid down in the tender
document.
1.2.12.6 Each tenderer must submit his tender in triplicate together with the schedule duly
filled in by ink or by typing, with the rate and amount (both in figures and words)
of the prices and giving all the information’s and particulars asked for in the
schedule. Each copy of the tender shall be complete in all respects.
1.2.12.7 By the act of submitting a tender for the work, a tenderer will be deemed to have
satisfied himself by actual inspection of the site and locality of the work if so
required, and that the rates quoted by him in the tender will be adequate to
complete the work in all respects according to the specifications and other
conditions and that he has taken into account all conditions and constraints that
may be encountered during its progress whether or not expressly provided in the
tender document but necessary for the completion of this work to the entire
satisfaction of the Purchaser.
1.2.12.8 Canvassing in any form is strictly prohibited and tenderer found to have resorted
to canvassing shall be liable to have his tender rejected summarily.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
17
1.2.12.9 If the tenderer furnishes wrong information in his tender to create circumstances
for the acceptance of his tender, the BSPTCL reserves the right to reject such
tender.
1.2.12.10 Not more than one tender for a work shall be submitted by one tenderer or any
Firm of contractors or one incorporated company.
1.2.12.11 No member of the Joint Venture is eligible to quote separately or to associate with
other Joint Venture.
1.2.12.12 Tender documents, in which tender is submitted by a tenderer, shall become the
property of the BSPTCL and the BSPTCL shall have no obligation to return the
same to the tenderer.
1.2.12.13 The BSPTCL shall not be liable for any expense incurred by the tenderer in the
preparation of tender whether his/her tender is accepted or not.
1.2.13 SUBMISSION OF TENDER
1.2.13.1 The completed tender in three copies with all its accompaniment shall be
enclosed in a sealed envelope and so delivered or sent by registered post to the
Chief Engineer (Trans.) BSPTCL, Vidyut Bhawan, J.L.Nehru Marg, Patna- 800
021, so as to reach him on or before the date and hour fixed for receiving the
tender.
1.2.13.2 The sealed envelope should be super scribed with the name of work and its notice
inviting tender number for which tender is being submitted, name of the tenderer
and date of opening as advertised. If forwarded by mail, the sealed envelope
containing the tender must be enclosed in another envelope properly addressed.
1.2.13.3 No alteration in the form of the tender will be permitted. All
corrections/additions/alternations in the tender, must be attested by the tenderer
with his dated signature and official seal.
1.2.13.4 All pages of the tender papers, drawings and other accompanying documents shall
be signed over official seal of the tenderer at the lower right hand corner with ink
only and also similarly signed where required by the Tenderer or any person
holding power of Attorney authorizing him to sign on behalf of the Tenderer
before submission of the Tender.
1.2.13.4.1 Each and every page of tender specification should be stamped and initialed at
bottom right corner by the authorized signatory of the tenderer as a mark of
acknowledgement and submit the same along with Part I of the tender with an
affidavit certifying that copy of tender specification so submitted is the exact copy
of Purchaser's tender specification and that detection of any deviation at any stage
would lead to rejection of their offer.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
18
1.2.13.5 Telegraphic Tenders will not be entertained.
1.2.13.6 The Tender shall contain the name, address of residence and place of business of
person or persons submitting the tender. All signatures shall be dated with official
seal.
1.2.13.7 Soft copy of PART - I of the tender should also be submitted containing
information and quoted particulars/values to facilitate early evaluation of bids. An
affidavit should be submitted to certify that such soft copy and their main offer
are the same.
1.2.14 QUALIFICATIONS OF TENDERS:
The conditions for participation and qualification of tenders shall be as per terms
stipulated under these tender specifications. The tenderers must furnish the proof
of work experience presenting certified copies of letter of award with period and
value of contract, completion certificate etc. The tenders of only prima facie
qualified tenderers shall be considered.
1.2.15 VALIDITY OF TENDER :
The tender submitted shall remain open for acceptance by the BSPTCL for a
period of 240 days from the date, the Technical & Commercial parts of tenders
are opened during which period the tenderer shall not withdraw his offer or
amend, impair or derogate there from.
1.2.16 TENDERING:
1.2.16.1 Tendered prices in the “schedule of prices” and where ever they appear in the
Tender shall be written both in words and figures. In case of any discrepancy
between unit prices and amount, the unit price will govern. In any discrepancy
between words and figures words shall prevail. The prices shall be quoted in
Indian Rupee.
1.2.16.2 In the “Schedule of Prices” and also wherever prices appear, no erasing and/or
over writing shall be made. Every correction shall be made by crossing the pen
across the incorrect or un-required portion. Any correction shall bear the dated
signature of the tenderer with official seal. No alternation or modification shall be
made in the various schedules and enclosures, which form part of the contract.
Any tender that is not accompanied by the date and information specified herein
or that does not include rates for all the items, shall be considered incomplete and
is liable for rejection.
1.2.16.3 The tenderer may state in the letter forwarding the tender, any point he may wish
but the BSPTCL reserves the right to reject the same or the tender itself if the
same becomes a conditional tender thereby.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
19
1.2.16.4 The contract shall be on lump sum price basis. The BSPTCL however reserves the
right to award this contract on the basis of unit price of items to be supplied
/erected.
1.2.16.5 The bidder whose tender has been accepted and so notified shall become the
“Successful Tenderer”.
1.2.16.6 F.O.R. destination prices including all duties & taxes, octorai etc. and insurances
should be quoted as per enclosed schedule. While quoting prices, following
conditions must be taken care of:
i) F.O.R. destination prices for supply item should be quoted as per enclosed
schedule (Price schedule C-I) indicating ex-works price with taxes and
duties if any.
ii) Prices quoted for each activity for erection, testing & commissioning should
include freight charges for supply item and insurance etc. This shall include
(Price schedule C-2) supply wherever necessary of all materials required for
erection purpose including transport to sites, packing, unpacking, storing at
site. All labors, erection materials for electrical, civil foundation, structural
and architectural work for installation, supervision, inspection, testing and
commissioning costs should be covered in prices quoted under the column
“Erection and commissioning”. This should include the charges/expenses to
be incurred on testing commissioning of the bays. This price also includes
all risks, liabilities, contingencies, insurance and obligations imposed or
implied by the Contractor and payment of taxes/duties.
iii) The tenders shall be submitted exactly in the format on the schedules
endorsed with all items there included and priced clearly. No items shall be
deleted or left blank. Any item of the tender, which is not priced, shall be
deemed to have been included in price of other items.
iv) Tenderer should take proper action for assessing the actual financial
involvement of all items of work especially for Civil, structural and
architectural work associated with each and every schedule of items of work
for installation, cable laying & termination for fixing the prices for
individual activities of erection.
v) It is deemed that the tenderer has understood the site conditions,
environment, transport facilities, involvement of civil, Structural and
architectural work etc., while preparing the price Schedule and has
adequately provided for them in their quoted prices.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
20
No claim of extra compensation will be payable for items and situations not
foreseen and not incorporated by him in the schedules.
vi) There shall be no price variation due to any changes or variation in custom
duty or import duty.
1.2.16.7 All modvat benefits should be extended to BSPTCL account.
1.2.17 AWARD OF CONTRACT :
The acceptance of a tender and awards of contract to one or more than one
tenderer, if considered necessary, rests with the BSPTCL. It shall not be
obligatory on the part of the BSPTCL to accept the lowest or otherwise, in whole
or in part and to reject any or all the tenders received, without assigning any
reason, and no explanation can be demanded of him by any tenderer in respect
thereto.
1.2.18 TIME OF COMPLETION OR WORK:
This shall be strictly as per clause 1.2.5 of this tender i.e. nine Calendar months
from the date of work order.
1.2.19 SALES TAX CLEARANCE CERTIFICATE:
The tenderer shall enclose an attested copy of up-to-date sales tax/vat clearance
certification not more than six months old from the date of opening of part-I of
the tender. Bihar & Central Sales Tax registration no. of the tenderer should also
be stated in the tender.
1.2.20 ALLIANCES
The tenderer may arrange alliances with qualified partners and should furnish
paper conforming alliances in the tenders. The tenderer should furnish the copy of
agreement of association on stamp paper.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
21
BIHAR STATE POWER TRANSMISSION COMPANY
LIMITED
(A successor company of Bihar State Electricity Board)
SECTION –II
GENERAL CONDITIONS OF CONTRACT General Conditions of Contract for detailed Engineering, Manufacture, Supply, Delivery,
Testing & Commissioning of all equipments and materials for 33 KV Bays:-
1.3.1 APPLICATION
Unless otherwise provided in the Contract Agreement, these General Conditions of
Contract shall govern the work of the annexed Specifications and form part of the
contract.
1.3.2 DEFINITION OF TERMS:
In constructing these General Conditions and the annexed Specifications the
following words shall have the meanings herein assigned to them unless there is
something in the subject inconsistent with such construct :
The “Owner”/”Purchaser”/”BSPTCL” shall mean the BIHAR STATE
POWER TRANSMISSION COMPANY LIMITED, the successor of Bihar State
Electricity Board whose Registered Office is situated at Vidyut Bhavan, J.L.Nehru
Marg, Patna – 800 021, Bihar, India and shall include its successor in office and
permitted assigns.
The BSP(H)CL” shall mean the BIHAR STATE POWER HOLDING
COMPANY LIMITED, the successor of Bihar State Electricity Board whose
Registered Office is situated at Vidyut Bhavan, J.L.Nehru Marg, Patna – 800 021,
Bihar, India and shall include its successor in office and permitted assigns.
The “Contractor”/”Tenderer”/”successful tenderer” shall mean person, or
a company firm or an incorporated company whose tender has been accepted by the
BSPTCL and shall include his/its heirs, executors, administrators, representatives,
and assigns.
The “Engineer” shall mean an officer of the BSPTCL as may be duly
appointed and authorized in writing by the BSPTCL to act as the Engineer on its
behalf for the purpose of the Contract.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
22
The “Inspector” shall mean any firm or person or a company duly
appointed and authorized in writing by the BSPTCL to inspect plant, equipment and
works included in the Contract.
“Plant”, Equipment”, “Work” or “Works” shall mean and include tools,
plant, machines, stores and materials of all kinds to be provided and work to be
done and services to be rendered by the Contractor.
The “Contract” shall mean and include the various terms and conditions
contained in the tender specifications, the tenderer’s offer against such
specifications and the results arrived at during subsequent deliberations as mutually
agreed upon and embodied in the LOI/Order/Agreement and also all
amendments/additions thereof
The word “Site” shall mean the site of proposed work as detailed in the
specification, BSPTCL Standards, I.E. rules, I.S.S. etc. and/or tests mutually agreed
upon by the BSPTCL and the Specification. Performance, guarantees of the plant
and equipment shall mean the guarantees given by the Contractor before taking
over of the plant and equipment by the BSPTCL.
“Acceptance Tests” shall mean such Tests as are required to prove the
performance guarantee of the plant given by the Contractor before taking over of
the Plant by the BSPTCL.
“Commissioning” shall mean the first successful operation of the equipments as per
specifications after all initial adjustments, trials, cleaning as reasonable required at
site, if any, have been completed.
“Initial Operation” or “Reliability Run” shall mean operation of the
contract plant and materials on load to prove satisfactory operation for specified
period, which shall not be less than two weeks after commissioning of complete
sub-station and associated transmission line.
“Commercial use” shall mean that standard of service efficiency and
performance, the equipments are required to attain as contemplated in the
specification/contract.
“Guarantee period” shall mean the period of guarantee as explained under
clause “Guarantee” of these General conditions.
“Month” shall mean calendar month.
“Letter of Intent” shall mean the BSPTCL’s letter conveying his
acceptance of the Tender subject to such reservations as may be stated therein.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
23
“Erection Supervision” means the Supervision services rendered or
exercised by the Contractor during the erection of the Plant and equipment as
explained under clause “Erection Supervision Service” of these General Conditions.
“Writing” shall include any manuscript, typewritten or printed statement
under or over dated signature with seal as the case may be.
“Approved” shall mean as approved by the BSPTCL.
“F.O.R. Destination Price” shall mean delivery free of expenses to the
BSPTCL, inclusive of insurance charge, at the works site stores including unloading
and proper stacking.
“Tonnee” shall mean 1000-kilogram weight. “Gallons” shall mean
imperial gallons, unless mentioned specifically.
1.3.3 CONTRACTOR TO INFORM HIMSELF FULLY
The contractor shall be deemed to have carefully examined the General conditions,
supplemental conditions, specifications, schedules and drawings and also to have
satisfied himself as in 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 obtained from the BSPTCL, the Consulting Engineer or the
Inspector shall not in any way relieve the Contractor from his responsibility for
supplying the equipment and executing the work in terms of the specification
including all details and incidental works and supply of all accessories or apparatus
which might not have been specifically mentioned in the specification or drawings,
but otherwise necessary for ensuring complete erection and safe and efficient
commercial working of the equipment.
1.3.4 DESIGN REQUIREMENT
A) All equipment and materials shall be designed and manufactured in conformity
with Standards stated hereinafter. All provisions of Indian electricity Rules
concerned I.S.S, Purchaser’s standard practices, have to be complied with.
B) WIND LOAD :
Structure and outdoor equipment shall be designed to withstand a wind load as
set forth in the latest revision of IS:875.
C) EARTHQUAKE:
The equipment shall be designed to resist lateral inertial forces developed in
each corresponding mass centre due to seismic ground motion. The structural
parts and their anchorages shall be designed to withstand earthquake range of
the Zone.
D) SAFETY FEATURES;
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
24
The contractor shall provide adequate guards for the equipment to prevent all
sorts of hazard and to safeguard personnel and property.
All safety devices shall be in accordance with the applicability of the
Government regulations and statutory requirements in force.
E) MEASUREMENT SYSTEM;
All instrument/recorders etc. will be calibrated in the metric (C.G.S./MKS)
system of units. In drawings or specifications wherever both Metric and British
units are indicated, the contractor shall indicate the equipment dimension in
both the units. Location marking of all equipments shall be in C.G.S. (Metric)
units.
F) ACCESSIBILITY:
Special attention shall be given to the design, arrangement and assembly of all
equipment to ensure ease of maintenance and renewal of parts.
1.3.5 DUTIES AND TAXES
1.3.5.1 All statutory taxes such as sales tax, T.O.T. Excise Duty etc. will be payable (which
shall be included in quoted rates) as per the existing provisions of BSPTCL. & as
applicable subject to submission of relevant papers and documentary evidence of
the payment of duties and taxes and on actual basis. The quoted prices shall not
include entry tax. Entry tax shall be paid by BSPTCL separately.
1.3.5.2 Excise Duties, Sales taxes and other levies payable by the
tenders/bidders/contractors in respect of the transactions between the
tenders/bidders/contractors and their sub-suppliers/vendors for procurement of any
equipment, parts/components, sub-assemblies, raw materials etc. shall be included
in the bid prices and no claim on this account shall be entertained by the Purchaser.
1.3.5.3 Excise Duties, Sales tax, local taxes and other levies against the transaction between
the Purchaser and the bidder/tenderer/contractor under the contract, if any shall not
be included in the tender price but they should be indicated separately, wherever
applicable, in the price schedule.
Wherever applicable, the Modvat benefits should be extended to the Purchaser.
1.3.5.4 The tenderer shall be responsible for payment of Income Tax; Surcharge on income
tax, corporate taxes etc. to the concerned authorities.
1.3.5.5 The tenderer shall furnish details in their price part about amount of excise duty,
Sales tax, freight and insurance charges etc. under separate head.
1.3.5.6 Statutory deductions such as Income tax and other taxes in accordance with the
provisions of Income tax Act/other taxation laws as applicable from time to time
shall be made from the contractor’s bill by the Purchaser.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
25
1.3.5.7 However, concessional Sales tax declaration forms, as admissible, would be issued
by the Purchaser to the contractor, for all such items on request of the
tenderer/contractor, for the equipments and materials, as identified in the price
schedules to be supplied directly by the contractor as well as for the items to be
supplied by the sub suppliers as “Sale in Transit”.
1.3.5.8 The tenderer/bidder shall include the Sales tax on work contract, burn over tax or
any other similar taxes under the Sales tax Act, as applicable in their quoted price
and thePurchaser would not bear any liability on this account. The Purchaser shall
however, deduct such taxes at sources as per the rules and issue TDS certificate to
the contractor as and where applicable.
1.3.5.9 For the transactions solely between the Purchaser and the contractor (for the
dispatches made from the contractor’s works under the supply contract) Sales tax,
Excise Duties, local taxes and other levies shall be reimbursed/paid by the
Purchaser at the applicable rate at the time of dispatch, scheduled or actual,
whichever is lower. However, in case of advancement of supplies solely at the
request of the Purchaser, taxes and duties prevailing at the time of dispatch shall be
payable by the Purchaser.
1.3.5.10 As regards payment or reimbursement of Excise Duty & Sales tax in respect of
dispatches made directly from the contractor’s works, the contractor will
necessarily be required to produce a certificate from the jurisdictional central excise
officer regarding proof of payment of duty on the bills/invoices under which the
contractor has supplied the goods to the Purchaser. Except incase of amendment in
rates by the appropriate authority in the existing provisions of the Central Excise
duty, Sales tax etc., payment at higher rates of excise duty Sales tax etc. will not be
considered in any circumstance.
1.3.6 SECURITY DEPOSIT
An amount of 10% (ten percent) of total contract value will have to be deposited by
the successful tenderers to guarantee faithful performance of the contract in
accordance with the terms and conditions specified in tender specifications in the
following manner: -
1.3.6.1 Bank guarantee of the amount equivalent to 5% (five percent) of the total contract
value shall be deposited after receipt of L.O.I. and before the execution of the
agreement.
1.3.6.2 The balance amount of 5 %( five percent) will be deducted from the running
account bills of the contractor.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
26
1.3.6.3 Alternatively, the contractor/tenderer may furnish one single Bank guarantee of the
10% of the total contract value as contract performance guarantee before execution
of the contract agreement.
The amount of security money so deposited shall be refunded after successful
completion of the work and taking over of the bays by the Purchaser. However, a
Bank Guarantee equivalent to the amount of 5% (five percent) will have to be
furnished as performance guarantee after the work is fully completed which will be
refunded after successful operation of the project for a period of 12 months from the
date of taking over.
1.3.6.4 The Bank guarantee shall be in the approved format of BSPTCL prepared on non-
judicial stamp paper of Rs. 100.00 only.
1.3.6.5 The Bank guarantee shall be issued from a Nationalized Indian Bank only and shall
become acceptable to the Purchaser only after verification by a competent official
of the Purchaser.
1.3.6.6 No Bank charges or interest shall be payable against the above Bank Guarantees.
1.3.6.7 Bank Guarantee of 5% (five percent) furnished against security deposit may be
considered to be converted as performance guarantee on the request of the
contractor.
The Bank Guarantee shall be valid up to 180 days after end of the guarantee period
1.3.7 PERFORMANCE GUARANTEE :
To ensure satisfactory performance of the works executed against this tender, the
contractor shall, after the work is fully completed, furnish Bank Guarantee of the
amount of 5% (five percent) of the value of the order. This guarantee shall be issued
by a Nationalized Indian Bank only and made payable to the Sr. Manager and
Accounts (Hdqrs.), BIHAR STATE POWER HOLDING COMPANY LIMITED,
Patna and its terms and conditions shall be provided in the Bank Guarantee form
attached. The performance guarantee shall be furnished immediately after the work
is fully completed on non judicial stamp paper of Rs. 100/- only. Delay in
submission of Performance Guarantee shall entail delay in return of his 5% (five
percent) B.G. submitted against terms of contract guarantee.
The performance guarantee shall cover the cover the following guarantee to the
BIHAR STATE POWER TRANSMISSION COMPANY LIMITED.
The contractor shall warrant successful and satisfactory operation of the sub-station
with all equipments constructed under the contract, under the condition and for the
service specified. He shall further warrant the sub-station with all equipments as
represented and specified against any and all defects in design, materials and
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
27
workmanship and shall upon written notice by the BIHAR STATE POWER
TRANSMISSION COMPANY LIMITED, Patna fully remedy, free of expense to
the Purchaser, such defects as developed under the normal use to the said
equipment within one year of service from the date of taking over.
On due performance and execution of the order in all respects the B.G. will be
returned to him without any interest and on presentation of “No demand
Certificate”.
1.3.8 PAYMENT TERMS:
1.3.8.1 SUPPLY OF MATERIALS & EQUIPMENTS.
1.3.8.1.1 Payment of five percent 5% (five percent) interest free mobilization advance shall
be made after placement of L.O.I. on fulfillment of the following conditions by the
contractor/tenderer.
i) Acceptance of letter of intent.
ii) Submission of an irrevocable Bank Guarantee issued by any Indian
Nationalized Bank only covering the advance amount which shall be kept
valid till 180 days after schedule date for successful completion of
commissioning.
iii) Submission of Bank Guarantee towards security Deposit/Contracts
performance Guarantee valid up to 180 day after the end of the warranty
period.
iv) Submission of a detailed PERT NETWORK/BAR CHART based on the work
schedule stipulated in the letter of Intent within 15 days of issue of the L.O.I.
and its approval by the Purchaser.
1.3.8.1.2 95% (Ninety five percent) payment shall be made (after proportionate) deduction
of 5% advance and 5% on pro-rata basis Security Deposit from the running bills
of the contractor against receipt of materials at site, joint verification of invoice
and counter signature by the concerned E.S.E.
1.3.8.1.3 Balance 5% will be paid after taking over.
1.3.8.2 ERECTION OF SUB-STATION STRUCTURES & CIVIL WORKS:
This work includes foundation and erection of sub-station structure and
equipments.
The payment shall be made in the following manner :
1.3.8.2.1 10% (ten percent) advance against erection contract, without interest shall be paid
on establishment of site office unconditional acceptance of L.O.I. submission of
security deposit/contract performance guarantee certification by the engineer of
thePurchaser that satisfactory mobilization for erection work exists against
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
28
submission of a Bank Guarantee for the equivalent amount issued by
Nationalized/Scheduled Bank only and valid initially till expiry of three (3)
calendar months after the schedule date for successful completion of
commissioning.
1.3.8.2.2 85% (Eight five percent) payment (after proportionate deduction of 10% advance
and 5% security deposit) of the value of the work completed will be made on
Pro-rata basis after submission of the running account bills and duly
countersigned by the competent authority.
1.3.8.2.3 Balance 15% (fifteen percent) shall be paid on completion of the work and
successful commissioning of the equipments after obtaining certificate of
successful commissioning by the competent authority and submission of
performance guarantee.
1.3.8.2.4 Payment to be made after submission of following documents also.
a) Copy of excise gate pass along with certificate of payment from excise
department/or documentary evidence regarding payment of excise duties,
sales tax etc. as applicable and other relevant papers to be demanded by
BIHAR STATE POWER TRANSMISSION COMPANY LIMITED against
the transactions between the Purchaser and the contractor.
b) All invoice to be submitted in quadruplicate stating the particulars of the work
executed against the appropriate schedule of quantities and unit prices. The
Engineer on receipt of the same shall certify the invoice appropriately and
forward the same to the paying authority for payment to the extent due under
the terms of the contract after being passed and counter signed by the
concerned Electrical Superintending Engineer.
1.3.8.5 The payment shall be made by Sr. Manager, Finance and Accounts (Hd. Qr)
BSPHCL, Patna, on submission of verified, bills, counter signed by concerned
ESE and all other papers as demanded by BSPTCL as per prevalent rules.
1.3.9 PRICES
1.3.9.1 The prices for each item as per price schedule (C1, C2 and C3) should be
furnished along with the tender. These prices shall be considered for the purpose
of on account payments as well as for deductions on account of deletions. No
extra payment shall be made on account of any work done more than the
specifications which are not specifically mentioned but are necessary to complete
the work in all respects.
1.3.9.2 The tenderer shall quote separately erection charges as per price schedule. The
erection charges shall include charges for unloading, handling, storage, freight,
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
29
insurance, erection, testing and commissioning of all equipments/items which are
to be supplied and/or erected at site and charges of associated civil works as
specified in Technical specification. In addition, the cost of all items/materials
required for successful erection, testing & commissioning of the bays including
the civil works as per technical specifications, which have not been indicated
separately in the schedule of supply items, shall be deemed to be included in the
erection charges. The bidder shall include service tax and surcharge/ cess etc. on
it as applicable in their quoted price. BSPTCL would not bear any additional
liability on this account.
1.3.9.3 The total lump sum cost for complete work/package showing rebate if any should
be indicated in form (ix) – vi annexed with the specification. The cost so indicated
shall be considered for award of work.
1.3.9.4 Firm price only shall be quoted by the tenderer.
1.3.10 LIQUIDATED DAMAGES –
1.3.10.1 If the contractor fails to perform the works within the specified period given in the
letter of Intent/work order with respect to successful completion of testing and
commissioning of the bays, the contractor shall pay to the Purchaser/Employer as
Liquidated damages, a sum equivalent to 1/2% (half percent) of the cost of the un-
delivered and unexecuted portion of material and works for each calendar WEEK
of delay or part there of, for incompletion of works and handing over to the
Purchaser. However, the amount of liquidated damages for the contract shall be
limited to a maximum of 10% (Ten percent) of the total contract price for the
work at individual site.
1.3.10.2 Equipments and materials shall be deem to have been delivered only when all of
its components, parts are also delivered. If certain components are not delivered in
time, the equipments and materials will be considered as delayed until such time
the missing parts are also delivered.
1.3.11 IMPORT LICENCE AND FOREIGN EXCHANGE:
No foreign exchange or import license will be provided to the contractor in
connection with this contract.
1.3.12 CONTRACTOR’S DOCUMENTS, DRAWINGS AND INSTRUCTIONS
MANNUAL:
The Contractor shall be responsible for developing detailed drawing of
equipments and materials to the requirements as indicated.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
30
1.3.13 MISTAKES IN DRAWINGS:
The Contractor shall be responsible for and shall pay for any alternatives of the
work due to any discrepancies, errors or omissions in the drawings or other
particulars supplied by him whether such drawings or particulars have been
approved by the Purchaser or not.
If any dimensions figured upon a drawing or a plan differ from those obtained by
scaling the drawing or plan, the dimensions as figured upon the original drawing
or plant shall be taken as correct.
1.3.14 MATERIALS AND WORKMANSHIP:
All materials used in the manufacture of the equipment shall be selected from the
best available for the purpose, considering strength, durability and best
engineering practice. Liberal factors of safety shall be used throughout the design
and especially in the design of all parts subject to alternating stresses or shocks.
All the works shall be performed and completed in thorough workmanship like
manner and shall follow the best modern practice in the manufacture of high
grade equipment not withstanding any omissions in the specifications
Casting shall be free from blow holes, flaws, cracks or other defects and shall be
smooth, close-grained and of true forms and dimensions.
No plugged or filled up holes or other defects will ordinarily be allowed. Such
castings are liable to be rejected.
However, the Contractor may rectify minor casting defects by welding or other
methods in accordance with the standard manufacturing practice provided such
rectification does not affect the strength of the casting or impair the efficient
working of the plant and prior approval of the BSPTCL is obtained for the same.
1.3.15 COMPLETENESS OF EQUIPMENTS:
The equipment shall be complete in every respect with all mountings, fixtures and
standard accessories, which are normally supplied even though not specifically
detailed in the specification. The Contractor shall not be eligible for any extra
payment in respect of such mountings, fittings, fixtures, and accessories- which
are needed for safe operation of the equipment as required by applicable codes of
the country though these might not have been included in the contract/tender
specifications.
All similar components parts of similar equipments supplied shall be
interchangeable with one another. The various equipment to be supplied under the
contract shall be subject to the BSPTCL’s approval.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
31
1.3.16 INSPECTION AND TESTING AT CONTRACTOR’S PREMI SES:
The Purchaser and his duly authorized representative, shall have at all reasonable
times access to the Contractor’s premises or works, and shall have the power at all
reasonable times to inspect drawings of any portion of the work or examine the
materials and workmanship of the plant during its manufacture there and if part of
the plant & equipment is being manufactured on some other premises the
Contractor shall obtain for the Purchaser and for its duly authorized
representative, permission to inspect as if the plant and equipment is
manufactured on the Contractor’s own premises. The Purchaser shall on giving
seven (7) days notice in writing to the Contractor setting out any grounds of
objections which he may have in respect of the work, be at liberty to reject any
drawings and all or any plant & equipment or workmanship, which in his opinion
are not in accordance with the contract. The Contractor shall give due
consideration to such objections and shall either make the modifications that may
be necessary to meet the said objections or shall confirm in writing to the
Purchaser giving reasons therein that no modifications are necessary to comply
with the contract
The Contractor shall give the Purchaser and his duly authorized representatives
notice of any material being ready for testing, and the Purchaser or the said
representative shall (unless the inspection of tests is voluntarily waived), on
giving twenty-four (24) hours previous notice in writing to the contractor, at tend
at the Contractor’s premises (as the case may be) within thirty (30) days of the
date on which, the material is notified as being ready. All standard shop tests,
Physical and Chemical tests required by the Standards or as may be prescribed or
approved by the Purchaser shall be conducted by the Contractor. The Purchaser
reserves the right to waive any of the above test requirements and to prescribe
new test required if found necessary to expedite the work or to conform the latest
and best practice.
Definitions, methods of measurement, calibration of instruments and required
procedure as referred to in the Standard, specifications and/or those approved by
the Engineer as equivalent shall be followed. The contractors shall forthwith
forward to the Engineer duly certified copies (6) nos. of the test certificates for
approval. Further nine (9) copies of the shop test certificates shall be bound with
the Instruction Manuals referred to in clause – “Contractor documents, drawing
and instruction manuals”.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
32
In all cases where the contract provides for tests, whether at the premises or works
of the Contractor or any sub-contractor, the Contractor, except where otherwise
specified, shall provide free of charge to the BSPTCL, such labour, materials,
electricity, fuel, water, stores, apparatus and instruments as may reasonably be
demanded to carry out efficiently such tests of the plant & equipment in
accordance with the contract and shall give facilities to the Engineer or his
authorized representative to accomplish such testing (For attending to any or
every test at the Contractor’s works, the BSPTCL shall bear the cost of to & fro
traveling for each Engineer to the manufacturer’s factory).
When the tests have been satisfactorily completed at the Contractor’s/sub-
contractor’s works, the Purchaser shall issue a certificate to that effect within
thirty (30) days after completion of tests, but if the tests were not witnessed by the
Engineer or his representatives, the such certificate would be issued within thirty
(30) days of the receipt of the test certificates by the Engineer.
No plant/equipment shall be transported before such a certificate has been issued.
The satisfactory completion of these tests or the issue of this certificate shall not
bind the BSPTCL to accept the plant & equipment, should it, on further tests after
erection be found not complying with the con tract provisions.
1.3.17 TESTS ON COMPLETION AND COMMISSIONING AT SITE:
1.3.17.1 All tests on equipments at works shall be carried out before dispatch as per
technical specification & standards like I.E.C., Indian Electricity rule, I.S.S. etc.
1.3.17.2 All pre-commissioning test of all equipments and plants shall be carried out at site
as per the specifications and standard, I.E.C. specifications, Indian Electricity rule
I.E.C. etc.
1.3.17.3 Inspection and tests at site during erection and on completion of erection shall be
carried out under supervision of contractors engineer in presence of the
Purchaser’s representative on any plant and/or equipments to satisfy the
guaranteed performance of each equipment and the whole installation.
Immediately after the plant & equipment is ready for commissioning, it shall be
put on trial load for two weeks to furnish proof of satisfactory working and
performance.
1.3.18 TAKING OVER:
When all performance tests & acceptance tests have been successfully carried out
for satisfactory performance for the period of 2 weeks from the date of
commissioning, the concerned Electrical Superintending Engineer shall issue an
acceptance certificate and take over the complete project. Issue of taking over
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
33
certificate shall not absolve the contractor of their /his/her contractual obligation
of completing the work of bays for guaranteed operation and performance of the
same as per the specifications.
1.3.19 REJECTION OF DEFECTIVE PLANT AND EQUIPMENT:
If the completed plant equipment or any portion thereof, before it is taken over
under clause “Taking Over” be found defective or fails to fulfill the requirements
of the Contract, the engineer shall give the Contractor notice setting forth
particulars of such defects or failure and the Contractor shall forthwith make
goods the defective plant/equipment or alter the same to comply with the
requirements of the contract at his cost. Should he fail to do so within a
reasonable time, the BSPTCL may reject and replace at the cost of the Contractor
the whole or any portion of the plant/equipment as the case may be which is
defective or fails to fulfill the requirements of the contract. Such replacement
shall be carried out by the BSPTCL within a reasonable time and at a reasonable
price during the period and where reasonable possible to the same specifications
and under competitive condition. The Contractor’s full and extreme liability under
this clause shall be satisfied by the payment to the BSPTCL of the original
contract price including charges for erection and/or supervision of erection plus
the difference, if any, between the replacement price of the equipment including
charges and/or supervision of erection and the original contract price including
charges for erection and/or supervision of erection in respect of such defective
plant/equipment within a reasonable time the contractor’s full and extreme
liability under this clause will be satisfied by the repayment of all money paid by
the BSPTCL to him in respect of such plant.
In the event of such rejection, the BSPTCL shall have the right to operate any or
all equipment as soon as and as long as it is in operating conditions, to enable him
to obtain necessary replacement except that this shall not be construed to permit
operation of any equipment which may become damaged by such operation
before any required alterations or replacement has been made by the Contractor at
such times as directed and in such manner as will cause the minimum interruption
in the use of the equipment by the BSPTCL. Nothing in this clause shall be
deemed to deprive the BSPTCL or affect any rights under the contract which he
may otherwise have in respect of such defects or deficiencies or in any way
relieve, the contractor of his obligations under the Contract.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
34
1.3.20 ENGINEER’S DECISION:
In respect of all matters which are left to the decision of the Engineer, including
granting or with holding of certificate, the Engineer, shall if so required to do so
by the contractor, give in writing decision thereon.
1.3.21 CERTIFICATES NOT TO AFFECT THE RIGHTS OF THEBSPTCL OR
THE CONTRACTOR:
No certificate of the Engineer nor any amount of payment made by the BSPTCL
nor any extension of time for the execution of the works by the contractor, shall
affect or prejudice the right of the BSPTCL against the Contractor or relieve the
Contractor of his obligations for the due performance of the contract or be
interpreted as approval of the work done or of the materials supplied and no
certificate shall create liability on the BSPTCL to pay for alterations,
amendments, variations or additional work, not ordered in writing by the purchase
or discharge the liability of the Contractor for payment of damages, losses etc.
1.3.22 GUARANTEE:
The Contractor shall guarantee in respect of the complete bay, including all
plants/equipments and materials to be supplied by him as following:
a) Complete bay including all equipments shall be free from any defect due to
faulty design, defective materials and/or workmanship.
b) The equipments shall operate satisfactorily and the performance and
efficiencies of the equipments shall not be less than the respective
guaranteed particulars.
c) The efficiencies, temperature rises and other performance data furnished for
the equipment.
The guarantees have to be furnished on forms approved by the BSPTCL and shall
be signed by the Contractor. If the Contractor finds, after his tender is accepted,
that a variation in work, construction technique or the quality of materials is
necessary to fulfill the guarantees called for, such variations may be made with
the approval of the BSPTCL, the changes are to be made with-out any increase in
the contract price.
The above guarantees shall be valid for a period of twelve (12) calendar months
after successful completion of commissioning of bays. This period of the
guarantee shall be called the “Guarantee period”. During this period, the
contractor’s liability shall be limited to the replacement/repair of any defective
parts that may develop in plant/equipments of his own manufacture or those of his
sub-contractor’s under the conditions provided for the contract provided always
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
35
that such defective/damaged part are not repairable at site, and are not essential
for the commercial operation of the plant, are promptly returned to the
contractor’s works unless other wise arranged. All such replacement/repairs of
defective/damaged parts mentioned above shall be made free of cost at site by the
contractor and the return of the defective parts to the contractor's works shall be
the Contractor’s responsibility and shall be made at his expense. The BSPTCL
will however, render such assistance in this matter and will expedite the same. In
the case of defective/damaged parts not repairable/replaceable at site but essential
in the meantime for the commercial use of the plant/equipment, the contractor
shall replace/repair at site free of cost to the BSPTCL, the said defective/damaged
parts before the same are removed to his works.
If for rectification or replacement of any part of equipment or work due to
defective materials, manufacture or design, the services of the contractor’s
personnel are requisitioned within the guarantee period, such services shall be
made available free of any cost to the BSPTCL.
It becomes necessary for the Contractor to replace or renew any defective portions
of the plant/equipment under this clause, the provisions of this clause will apply to
the portions of the plant & equipment so repaired, replaced or renewed until the
expiry of six (6) months from the date of such replacement, renewal, repaired or
until the end of the above mentioned period of twelve (12) months, whichever
may be later. If any defect be not remedied within a reasonable time, the BSPTCL
may undertake to do the work at the Contractor’s risk and expenses but without
prejudice to any other rights which the BSPTCL may have against the Contractor
in respect of such defects. Until the final certificate has been issued, the
Contractor or his duly authorized representative shall have the right for inspection
of all necessary parts at all reasonable working hours and for taking notes
therefore and, if he desires at his own expenses making any tests, subject to the
approval of the Engineer that will not be unreasonably, withheld
After expiry of guarantee period, the liability of the contractor ceases, in respect
of goods not covered by the first paragraph of this clause, the BSPTCL shall be
entitled to the benefit of any guarantee given to the contractor by the original
supplier/manufacturer of such goods.
The contractor/bidder shall bear the cost of all modifications, additions or
substitutions that may be considered necessary due to faulty material, design or
workmanship for the satisfactory working of the equipments and complete bays.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
36
1.3.23 NEGLIGENCE:
If the contractor shall neglect to execute the work with due diligence and
expedition or shall refuse or neglect to comply with any reasonable orders given
to him in writing by the Engineer/Purchaser in connection with the work, or shall
contravene the provisions of the contract, the BSPTCL may give notice in writing
to the Contractor calling upon him to make good the failure, neglect or
contravention complained of. Should the Contractor fail to comply with such
notice within a period considered reasonable by the BSPTCL from the date of
service thereof, in the case of a failure, neglect or contravention, incapable of
being made good within that time, or otherwise within such time as may in the
opinion of BSPTCL be reasonable/necessary for making it good then and in such
case the BSPTCL shall have the option and be at liberty to take the work wholly
or in part, out of the Contractor’s hand and may carry on the work envisaged in
the contract-either by himself or by his agents or may reconstruct at reasonable
price with any other person or persons to execute the same or any part thereof and
provide other materials, tools tackle or labour for the purpose of completing the
works or any part thereof. In such event, the BSPTCL shall without being
responsible to the Contractor for fair wear and tear of the same, be entitled to
seize and take possession and have free use of all materials, tools, tackles or other
things which may be available at the site, for use at any time in connection with
the work to the exclusion of any right of the Contractor over the same and the
BSPTCL shall be entitled to retain and apply the balance sum which may
otherwise be the due on contract to Contractor or such pert thereof as may be
necessary, to the payment of the cost of execution of such work as aforesaid.
In the cost of executing the work as aforesaid shall exceed the balance due to the
contractor and the Contractor fails to make good the deficit, the said materials,
tools, tackles construction plant/equipment or other things, the property of the
Contractor as may not have been used up in the completion of the works, may be
sold by the BSPTCL and the sales proceeds of such safe shall be paid by the
Contractor on the certificate of the Engineer, but when all expenses, costs and
charges incurred in the completion of the work are paid by the contractor all such
materials, tools, tackles, construction plant or other things not used up in the
completion of the work and remaining unsold shall be removed by the Contractor.
1.3.24 POWER TO VARY OR OMIT WORK:
No alterations, under the contract shall be made by the contractor except as
directed in writing by the BSPTCL, but the BSPTCL shall have full power
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
37
subject to the provision hereinafter contained from time to time during the
execution of the contract by notice in writing, to instruct the Contractor to make
such variation without prejudice to the contract and the contractor shall carry out
such variations and be bound by the same conditions as far as applicable, as
though the same variation occurred in the contract.
If any suggested variations would, in the opinion of the contractor, if carried out,
prevent him from fulfilling any of his obligations, or guarantees under the
contract, he shall notify the BSPTCL thereof in writing and the BSPTCL shall
decide forthwith whether or not the same shall be carried out and if the BSPTCL
confirms his instructions, the Contractor’s obligations and guarantees shall be
modified to such an extent as may be justified.
1.3.25 TERMINATION OF CONTRACT :
1.3.25.1 At any time during the term of this contract the BSPTCLs may terminate the
contract due to change in policies of Government of India and/or the State
Government for any other reason, by issuing notice to the contractor to that effect.
In respect of such of the materials that is complete and ready for transportation
within thirty (30) day after such notice, BSPTCL may or may not agree to accept
delivery thereof at the contract price and terms.
In the event of termination of contract as aforesaid, the BSPTCL shall have the
absolute right to encash & appropriate all sums pledged by the contractor to the
BSPTCL for the due fulfillment of the contract.
1.3.25.2 All costs, damage or expenses which the BSPTCL might have paid for which
under the contract the contractor is liable, may be deducted by the BSPTCL from
any money due to becoming due to the contractor under the contract, or may be
recovered by action of law or otherwise from the contractor.
In the event of recovery to the necessary extent becoming impossible owing to
insufficiency of the performance bond and amount with held, the balance due to
the BSPTCL, may be recovered in any way the BSPTCL may deem fit.
1.3.26 DEDUCTION FROM CONTRACT PRICE :
Deductions from the contract price shall be made for the items, which are
executed less than the quantity specified in tender/specifications/order.
1.3.27 SUBLETTING OF CONTRACT:
The contractor shall not without the consent in writing of the BSPTCL sublet any
substantial part of the contract other than for minor details, or for any part of the
works of which the makers are named in the contract, provided that any such,
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
38
content shall not relieve the contractor from any obligation, duly or responsibility
under the contract.
1.3.28 PATENT RIGHTS :
The contractor shall be fully responsible for and wholly indemnify the BSPTCL
for all cost, damages and losses caused to him for infringement of patent Rights of
any other manufacturer in respect of materials, equipment, design etc.
manufactured or supplied by the contractor. The forgoing paragraphs state entire
liability of the contractor for patent infringement.
1.3.29 DEATH, BANKRUPTCY ETC :
If the contractor shall die or dissolve or commit any act of Bankruptcy or being a
Corporation to be wound up except for reconstruction purposes or carry on its
business under a receiver, the executors, successors or other representatives in law
of the state of the contractor or any such receiver, liquidator, or any person in
whom the contract may become vested, shall forth with give notice thereof in
writing to the BSPTCL and shall for one month, during which he shall take all
responsible steps to prevent stoppage of the work, have the option of carrying out
the contract subject to his or their providing the value of works for the time being
remaining unexecuted, provided however that nothing above said shall be deemed
to relieve the contractor or his successors of his or their obligations under any
circumstances. In the event of stoppage of the works, the period of the option
under this clause shall be fourteen (14) days only. Provided that, should the above
option be not exercised, the contract may be terminated by the BSPTCL by notice
in writing to the contractor, and the same power and provisions reserved to the
BSPTCL in clause ‘Negligence’ in the event of taking workout of the contractor’s
hands shall immediately become operative.
1.3.30 AGREEMENT:
1.3.30.1 The successful tenderer(s) upon notice from the Purchaser shall have to execute
an agreement with the Purchaser in contract agreement form appended with this
specification, before issue of regular order. The agreement shall be submitted in
three copies which will be on pie paper affixed with special adhesive stamp worth
Rs. 100.00 (Rs.One Hundred) only duly embossed by the treasury office. These
documents/agreements shall have to be prepared and produced by the tenderer
free of cost.
1.3.30.2 The tenderer shall have to furnish the Bank Guarantee toward Security
Deposit/Contract performance guarantee as detailed under clause 1.3.6 before the
execution of the agreement.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
39
1.3.30.3 SUBMISSION OF PERT NETWORK/BARCHART
The contractor shall submit a detailed PERT Network/Bar chart within the time
frame agreed consisting of adequate umber of activities covering various key
phases of the work such as design, procurement, manufacturing, shipment and
field erection, testing & commissioning activities within 15 (fifteen) days of the
date of issue of the Letter of Intent for approval of the Purchaser. This network
shall also indicate the interface facilities to be provided by the Purchaser/owner
and dates by which such facilities are needed. The network/bar chart after
approval of the Purchaser shall from part of the contract Agreement.
The finalization of the Networks/Bar charts shall be the precondition to release
any advance payment to the contractor.
During the performance of the contract, if in the opinion of the Engineers, proper
progress is not maintained, suitable changes will be made in the contractor’s
operations to ensure proper progress without any cost implications to the
Purchaser. The interface facilities to be provided by the Purchaser/owner in
accordance with the agreed network shall also be reviewed while reviewing the
progress of the contractor.
1.3.31 CORRESSPONDENCE:
1.3.31.1 No correspondence shall be entertained with the tenderers after the opening of the
price part of the tender nor any letters which imply any change in the equipment
or in the price thereof shall be entertained after opening of the price part of the
tender. Any approach from the Tenderer’s representative or his agents trying to
influence the decision of the tender officially or otherwise shall render the tender
liable to be summarily rejected.
1.3.31.2 Queries which are raised from this office regarding materials offered should be
replied within fifteen (15) days of the date of dispatch of such letters from this
office failing which tenders will be finalized on the basis of information received
alongwith the tenders only. Hence, it will be in the interest of the tenderers to give
complete technical particulars and to strictly adhere to the time schedule in
sending replies.
In the case of price additions or deletions which are to be quoted by the firm on
specific queries from this office to bring the equipments in line with the
requirement of the specification, such price adjustments should also be sent in
sealed double covers, the outer cover bearing on the Top “Price Adjustment
against tender notice No………………” and the inner one containing such price
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
40
and being sealed. This sealed envelope containing adjustments shall be opened
alongwith the price part of the tender received earlier.
1.3.31.3 Regarding this tenders, all correspondence shall be addressed to Chief Engineer
(Trans.,) BSPTCL, Vidyut Bhawan, J.L.Nehru Marg, Patna – 800 021 , Telifax
0612-2504655.
1.3.32 COMPLIANCE WITH ACT:
All equipments and materials supplied and all works carried out shall comply in
all respects with the requirement of the Indian Electricity Act 1910, Indian
Electricity Rules, 1955 or any revision thereof which may be issued during the
currency of the order and with the requirements of any other regulations and Act
in India to which the BSPTCL may be subjected as well as Purchaser’s general
specifications and practices.
1.3.33 COMPLETENESS OF THE TENDER :
Any fittings, accessories which might not have been in the specifications but
which are usual or necessary in the sub-station of similar nature are to be provided
without extra cost. All equipments, sub-stations etc. must be complete in all
respects whether mentioned in the specification or not.
1.3.34 INSURANCE:
1.3.34.1 Insurance for all works, materials covered under these tender specifications shall
be arranged by the contractor.
1.3.34.2 All the equipments and materials to be supplied by the contractor shall be kept
completely insured by the contractor at their own cost from the time of dispatch
from the manufacturer’s works up to the completion of erection, testing,
commissioning at site and taking over of the bays by BSPTCL in accordance with
the contract.
1.3.34.3 All the materials equipments, installations etc. covered under the scope of these
tender specifications shall be kept insured by the contractor against any loss,
damage, pilferage, theft, fire etc. from the point of unloading up to the time of
taking over the BSPTCL including handling, transportation, storage, erection,
testing & commissioning etc. The premium shall be paid to the insurance Co. by
the Contractor. The prices quoted by the contractor for supply & erection shall
include insurance charges. However details of insurance charges to be paid shall
be furnished in a separate Schedule.
1.3.34.4 It will be the responsibility of the tenderer/contractor to lodge, pursue and settle
all claims with the insurance company in case of any damage, loss, theft;
pilferage, fire etc. and BSPTCL will be kept informed about it. The
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
41
tenderer/Contractor shall be responsible for the replacement of losses, damages
etc. in the execution of the contract to any equipment/materials either supplied by
them or received by them from BSPTCL irrespective of the time of receipt of
amount on insurance claim. Any loss on this shall be to the contractor’s account.
The contractor shall be totally responsible in regard to maintenance of all
insurance cover.
1.3.34.5 Insurance of the employees & workers of the Contractor shall be arranged by the
contractor as per labour law, wherever applicable.
1.3.35 FIRE FIGHTING AND SAFETY EQUIPMENTS:
During construction period all necessary equipments and materials for fire
fighting shall be arranged by the contractor at his own cost. The details of fire
fighting equipments & materials to be supplied against this tender specification
shall be furnished in the tender (Part-I) separately.
1.3.36 JURISDICTION OF COURT:
All disputes/claims/counter claims for and/or against the Purchaser arising out of
agreement/contracts/orders between the Purchaser and the firms shall be subject
to the exclusive jurisdiction of Civil court, Patna only and no other Court or
Arbitrator.
1.3.37 NATURE OF CONTRACT
1.3.37.1 Not withstanding anything stated elsewhere in the tender documents, this contract
to be entered into will be treated as a divisible supply and Erection contract.
1.3.37.2 Award shall be placed on the successful bidder as follows:-
I) CONTRACT FOR SUPPLY OF EQUIPMENTS AND MATERIALS:
This shall cover for the Ex-works supply of all materials and equipments
required for completion of the project.
II) CONTRACT FOR SERVICES
This shall cover for providing all other services e.g. inland transportation,
insurance for delivery at site, unloading, storage handling at site,
erection/installation, including associated civil works, testing and
commissioning including performance testing of all the equipments supplied
under the supply contract and any other services specified in the tender
document.
1.3.37.3 Both these orders/contracts shall contain interlinking breach clause specifying that
breach of one contract will constitute breach of the other contract.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
42
1.3.37.4 The equipments shall be handed over to the contractor for execution/erection. The
contractor shall at the time of taking delivery of the equipment/dispatch
documents will be required to execute on Indemnify Bond in favour of the
Purchaser in the form acceptable to the Purchaser for keeping the equipment in
safe custody and to utilize the same exclusively for the purposes of the said
contract.
1.3.37.5 The contractor shall follow the Indian laws and the contract shall in all respects be
construed and governed according to Indian laws.
1.3.37.6 The intent of the contracts has been divided into various parts only for
convenience of payment of advance under the contracts and for the assessment of
deviations or modification suggested/offered under the contracts/orders.
1.3.38 ELIGIBILITY CRITERIA/QUALIFYING REQUIREMENT
The bid can be submitted by an individual firm or a joint venture of two or more
firms. Eligibility of the bidder will be based on meeting the minimum pass/fail
criteria specified below regarding the bidder’s Technical Experience and financial
position as demonstrated by the Bidder’s responses in the corresponding Bidding
schedules. The bidder shall also be required to furnish the information specified
in the specification in their bid. Tenderer ( holding company/lead partner of joint
venture) must be a turnkey contractor who is having adequate in house
engineering and design infrastructure facilities, quality assurance and safety setup
to carry out similar type of work. Sub contractor’s technical experience and
financial resources shall not be taken into account in determining the Bidder’s
compliance with the qualifying criteria.
The tenderer ( holding company/lead partner of joint venture) must
have adequate experience specified hereunder of construction of 33 KV or higher
voltage class Sub-station or Bays on turnkey basis substantiating with required
document from the concerned authorities for successful completion of Grid Sub-
station or Bays. Only those tenderers need apply who have got experience of
completing such type of works in the preceding five years. The tenderer should
submit audited balance sheet of last 5 years in the commercial part of the tender.
1.3.38.1 As holding company, the bidder must meet the requirement as detailed
hereunder:-
The tenderer must have successfully completed and commissioned 2 Nos.
Bays of 33 KV or higher voltage class or sub-station containing 2 Nos. or
more bays of 33 KV or higher voltage class on turnkey basis (supply of all
material and completion of all works) within previous five years in
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
43
Government sector. The tenderer must furnish copy of testimonials
regarding above eligibility criteria.
1.3.38.1.1 The minimum Average Annual Turn-over (MAAT) for best three years out of last
five years should not be less than Rs.3.70 Crores.
1.3.38.1.2 Only reputed and experienced agency or firms having sound financial/technical
background and management capacity either individually or with associates for
under taking such works, need apply.
1.3.38.1.3 The tenderer must have valid electrical contractor licence (H.T.) issued by the
competent authority in favour of the tenderer. Also, the tenderer must comply the
requirement of local labour laws and furnish document in support of the
compliance.
1.3.38.1.4 The tenderer should furnish latest sales/VAT tax Registration and clearance
certificate.
1.3.38.1.5 The bidder shall have liquid Assets (LA) or / and evidence of access to or
availability of credit facilities of not less than the amount of Rs.62.0 lakh.
1.3.38.1.6 The tenderer should furnish certificates granted by their bankers regarding the
credit limit allowed to them and also banker’s assessment of their solvency.
In case bidder is a holding company, MAAT and LA referred to above
shall be that of holding company only (i.e., excluding its subsidiary/group
companies). In case a bidder is a subsidiary of holding company, MAAT & LA
referred to above shall be of that subsidiary company only ( i.e. excluding its
holding company).
1.3.38.1.7 Any tender, not accompanied by the relevant papers as enumerated under the
tender specifications will be rejected and its price part will not be opened.
1.3.38.1.8 BSPTCL reserves the right to assess or get assessed the financial and technical
capability of the tenderer independently.
1.3.38.1.9 The execution time of qualifying work mentioned at 1.3.38.1 above (ie. period
between issue of respective PO/WO and successful commissioning of work) and
other works awarded to the bidder within last ten years must not exceed twice the
period of schedule completion of relevant PO/WO. The completion certificate of
work along with copy of relevant PO/WO must be furnished with techno-
commercial bid for examination. The bid failing to meet such condition will be
rejected
1.3.38.2 As joint venture firm, the lead partner must posses 100% experience as
mentioned under para 1.3.38.1 above and conditions mentioned under para
1.3.38.1.2 to 1.3.38.1.4 and 1.3.38.1.6 to 1.3.38.1.9 above. The J.V. Partners
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
44
however must have experience of construction of 2 Nos. bays of above voltage
class on turnkey basis (supply of all material and completion of all works) within
previous five years in Government sector or should be a manufacturer of
breaker/CT/Isolator/Sub-station structure. The tenderer must furnish copy of
testimonials regarding above eligibility criteria. The conditions mentioned in this
para should also be fulfilled by J.V. Partner.
1.3.38.2.1 The figure of minimum average annual turn over (MAAT) and liquid assets
(LA)/credit facilities for each of the partners of the joint venture shall be added
together to determine the JV’s compliance with the minimum qualifying criteria
set out in para 1.3.38.1.1 & 1.3.38.1.5 above. However, for a J.V. to be qualified,
the partners of J.V. must meet the following minimum criteria:
i) The lead partner shall meet, not less than 40% of the minimum criteria
given at para 1.3.38.1.1 & 1.3.38.1.5 above.
ii) Each of the other partner(s) shall meet not less than 25% of the minimum
criteria given at Para 1.3.38.1.1 & 1.3.38.1.5 above.
1.3.38.2.2 In case of a Joint Venture, the following conditions shall also apply.
1.3.38.2.2.1 The bid and in case of a successful bid, the specified form of Agreement shall
be signed so as to be legally binding on all partners (form enclosed).
1.3.38.2.2.2 One of the partners shall be nominated as lead partner, and this authorization
shall be evidenced by submitting a power of attorney signed by legally
authorized signatories of all the partners.
1.3.38.2.2.3 The lead partner shall be authorized to incur liabilities and receive instructions
for and on behalf of any and all partners of the Joint Venture, and the entire
execution of the contract, including payment shall be done exclusively with
the lead Partner as per Power conferred to him in the power of Attorney.
1.3.38.2.2.4 All partners shall be liable jointly and severally for the execution of the
contract in accordance with the c0ntract terms, and a statement to this effect
shall be included in the authorization mentioned under 0.03.39.2.2 above as
well as in the bid forms and in the contract forms (in case of a successful bid).
1.3.38.2.2.5 Agreement entered into by the Joint Venture Partners shall be submitted with
the bid.
1.3.38.2.3 The bidder shall also furnish following document details with its bid:
i) A certificate from banker (as per the format) indicating various fund
based/non fund based limits sanctioned to the bidder and the extent of
utilization as on date. Such certificate should have been issued not
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
45
earlier than three months prior to the date of bid opening. Whenever
necessary, BSPTCL. may make queries with the Bidder’s Bankers.
ii) The complete annual reports balance sheet, P&L Account and trading
account together with Audited statement of accounts of the company
for last five years of its own (separate) immediately preceding the date
of submission of bid.
1.3.38.2.4 In the event the bidder is not able to furnish the information of its own (i.e.,
separate), being a subsidiary company and its accounts are being consolidated
with its group/holding/parent company, the bidder should submit the audited
balance sheet, income statements, other information’s pertaining to it only
(not of its group/holding/Parent Company) duly certified by any one of the
authority [(i) Statutory Auditor of the bidder/ (ii) Company Secretary of the
bidder or (iii) A certified Public Accountant] Certifying that such
information’s/documents are based on the audited account as the case may be.
1.3.38.2.5 Similarly, if the bidder happens to be a Group/Holding/Parent company, the
bidder should submit the above documents/information of its own (i.e.,
exclusive of its subsidiaries) duly certified by any one of the authority
mentioned in para 1.3.39.4 above certifying that these information documents
are based on the audited accounts as the case may be.
1.3.38.2.6 The bidder should provide detailed information on any litigation or arbitration
arising out of the contracts completed or under execution by it over the last
five years. A consistent history of awards involving litigation against the
Bidder or any partner of J.V may result in rejection of bid.
1.3.38.2.7 Any firm participating in this bid jointly with one lead partner in any capacity
shall not be associated with other firm/lead partner quoting for this bid in any
capacity (either as Joint Venture Partner or as a sub contractor) Lead partner is
also not permitted to quote for this bid separately with different partners as a
second bid. This in practice means that any lead partner or associate or partner
can participate in one and only one bid.
1.3.39 DOCUMENTS TO BE FURNISHED WITH TENDER
The tenders shall include the following information and documents with their
tenders in the Performa enclosed.
i) Copies of original documents defining the constitution or legal status, place
of registration and principal place of business, written power of attorney of
the authorized signatory of the bid to commit the tender.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
46
ii) Total annual turnover in construction work of a similar nature performed by
the tenderer in his own name (not by any other company whose name has
subsequently been changed so as to form the current tenderer) in each of the
last five years.
iii) Experience in executing similar turnkey projects (Nature & Volumes) for
each of the last five year, and details of work in hand and contractual
commitments, clients who may be contacted for further information on those
contracts. The copy of performance certificate issued by and users/utilities
may be furnished.
iv) Qualifications and experience of key site management and technical person
proposed for the contract.
v) Reports of financial standing of the Tenderer such as trading, profit and loss
statements, balance sheet and auditor’s report for the past five years.
vi) A certificate from a bank or reputable firm of accountants conforming the
liquidity (liquid asset and credit facilities) of the tenderer at a date one
month prior to the last date for submission of tenders.
vii) Evidence of adequacy of working capital for this contract i.e. evidence of
access of line (s) of credit and availability of other financial resources.
viii) Authority to seek references from the Tenderers bankers.
ix) Information regarding any current litigation in which the tenderer is
involved, the parties concerned and disputed amount.
x) Statement of safety policy and safety statistics for the last 5 years.
xi) Copy of QA Certification and associated documentation.
1.3.40 DOCUMENTS ESTABLISHING GOODS ELIGIBILITY AND
CONFORMITY
1.3.40.1 The Tenderers are requested to furnish a compliance statement along with the
technical bid. This statement shall indicate degree of compliance (Fully
compliant, partially compliant or non compliant) to all clauses and sub clauses of
both Technical specifications and General Terms and Conditions and a cross
reference with relevant details to their bid shall also be given by tender.
1.3.40.2 The Tenderer shall submit a level 1 (Summary) Critical Path Network and
horizontal Bar Chart identifying all major activities, mile stones and time scales to
enable him to meet the Time for Completion. This should take account of the
programme given in this specification and the tenderer should highlight any
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
47
difference between this and his proposed programme in his tender submission.
The programme shall the following for each major item of plant.
a) Period during which the contractor will design the plant, prepare the
drawings and submit for the Engineer’s approval.
b) Earliest date by which contractor requires access to the site or other
designated areas.
c) Dates on which erection will commence.
d) Dates on which erection will be completed.
e) Period for commissioning and acceptance test.
Soft copy of the programme in two copies on CD’s must be provided, so as to
allow data to be directly transferred in the Engineer’s Schedule.
The layout of the chart shall clearly indicate each item of plant forming the
contract works. The chart shall be based on weekly intervals from the date of
order placement Inter faces with other activities shall be clearly shown giving
limiting start and stop dates and interruptions of work whilst other items are
completed.
1.3.41 BID PRICE
1.3.41.1 The bidder shall quote in appropriate schedule (No. F -IX (6)) of the tender
specifications, the lump sum price for entire scope of works. Also the unit rates of
the goods it proposes to supply and the erection and construction works it
proposed to take up shall be indicated in price schedule C-1 and C-2. The unit rate
for civil works should be quoted in C-3 to supplement the cost for civil works
quoted in Schedule C-2.
1.3.41.2 The summation of break up price indicated in Schedule C-1 and C-2 should match
with lump-sum price quoted in Schedule (No. F-IX (6)) of tender specification. In
case of mismatch, the quoted lump-sun price will prevail and the case of
mismatch will be dealt in manner mentioned in clause 1.3.42 below:
1.3.42 BASIS OF BID EVALUATION AND COMPARISON
The quantities of various items, covered under the respective packages are
furnished in the specification (schedule C-1 and C-2) which are only provisional
for evaluation purpose. The total prices quoted for complete work will be
considered based on schedule of quantity shown in schedule C1 and C2. The
bidder shall quote the breakup of the prices for the work. The total prices for Ex-
works, Freight and Insurance, Erection, taxes, duties etc. will be considered on the
basis of quantities specified under price schedule(C-1 and C-2) and lump-sum
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
48
cost of project indicated in schedule/form (IX -(6)) annexed with the
specification.
While making evaluation of bids, it shall be checked whether sum total of
price quoted in schedule C-1 and C-2 matches with lump-sum cost of project
quoted in schedule/form (IX -(6)) annexed with the specification. In case of
mismatch, the quoted lump-sum cost of project will prevail for evaluation purpose
subject to the following:
i. If any supply/work item and/or quantity specified in schedule C-1 and C-2
is/are missing or quoted in wrong manner, the corresponding bid shall be
rejected.
ii. If rate(s) is/are not quoted for the item of schedule C-1 and C-2, the
corresponding average rate quoted by other bidders will be loaded and the
quoted unit rates by the bidder would be modified during award stage so as to
match with quoted lump-sum cost.
The provision made under this clause will prevail over any other stipulation
made anywhere in the tender specification.
1.3.43 BASIS OF COMPARISON
1.3.43.1 Bids shall be compared on the basis of lump sum prices (i.e. for supply portion
and prices for services to be rendered as quoted by the bidder) for the entire scope
of proposal as defined in the tender specification with all applicable taxes and
duties on the transactions between the contractor and BSPTCL and octroi duty on
bought out finished items which are directly dispatched from sub- vendor’s works
to project site. Though Entry tax shall be loaded on the comparative statement, the
tenderers shall not include entry tax in their quoted prices. In case of unquoted
items if any, the highest rate quoted by the bidder for that item shall be loaded for
comparison of bids.
1.3.43.2 THE PRICE SHALL INCLUDE:
i) F.O.R. destination (site) price.
ii) Erection & commissioning price.
1.3.43.3 THE FINAL COMPARISON PRICE SHALL COMPRISE THE
FOLLOWING :
i) The price as given under clause 1.3.43.2 after considering provisions under
clause 1.3.41 to 1.3.43.1 above.
ii) The applicable taxes & duties such as Excise Duty, sales tax etc. and other
levies such as Octroi, duty etc. on the transaction between Bidder/contractor
& BSPTCL.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
49
iii) Applicable octroi for destination sites on the bought out finished items
which are directly dispatched from sub vendor’s works to project site
already included in the quoted prices.
1.3.43.4 Conditional rebates, if any, offered by any bidder shall not be considered in bid
evaluation. However, in case of the bidder becoming lowest without consideration
of the conditional rebates, the order shall be placed at the prices considering
rebates provided the conditions being fulfilled by the BSPTCL.
1.3.44 TESTS ON COMPLETION AND COMMISSIONING AT SIT E :
1.3.44.1 All tests on equipments at works shall be carried out before dispatch as per
technical specifications & standards like I.E.C., Indian Electricity rule, I.S.S. etc.
1.3.44.2 All pre-commissioning test of all equipments and plants shall be carried out at site
as per the specifications and standard, I.E.C. specifications, Indian Electricity rule
etc.
1.3.44.3 Inspection and tests at site during erection and on completion of erection shall be
carried out under supervision of Contractor’s engineer in presence of the
Purchaser’s representative on any plant and/or equipments to satisfy the
guaranteed performance of each equipment and the whole installation.
Immediately after the plant & equipment is ready for commissioning, it shall be
put on trial load for two weeks to furnish proof of satisfactory working and
performance.
1.3.44.4 The contractor shall give to the Engineer 21 days notice of the date after which he
will be ready to make the Tests on completion (herein after called as the Tests)
unless other wise agreed, the tests shall take place within 14 days after the said
date on such day or days as the Engineer shall notify the contracts.
1.3.44.5 If the tests are being delayed by the contractor, the Engineer may by notice
require the contractor to make the tests within 21 days after the receipt of such
notice. The contractor shall make the Tests on such days within that period as the
contractor may fix and of which he shall give notice to the Engineer.
If the Contractor fails to make the Tests within 21 days, the Engineer may himself
proceed with the tests. All tests so made by the Engineer shall be at risk and cost
of the contractor and the cost there of shall be deducted from the contract price.
The tests shall then be deemed to have been made in the presence of the
contractor and result of the tests shall be accepted as accurate.
1.3.44.6 If the works or any section fails to pass the tests, the Engineer or the contractor
may require such tests to be repeated on the same terms and conditions. All costs
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
50
to which the Employer may be put by the repetition of the tests under this sub
clause or under other relevant clause shall be deducted from the contract price.
1.3.44.7 If the Engineer and the Contractor disagree on the interpretation of the test results,
each shall give a statement of his views to the other within 14 days after such
disagreement arises. The statement shall be accompanied by such evidence.
1.3.44.8 If the works on any section fails to pass the tests on the repetition there of under
clause above, the Engineer, after due consultation with the Employer and the
contractor, shall be entitled to
a) Order one further repetition of the tests under the conditions of sub clause
above or
b) Reject the works or section in which event the Employer/Purchaser shall
have the same remedies against the contractor as are provided under sub
clause regarding failure to remedy defects OR
c) Issue a taking over certificate, if the Employer/Purchaser/Purchaser so
wishes, not withstanding the works are not complete. The Contract price
shall then be reduced by such amount as may be agreed by the Employer
and the Contractor.
1.3.44.9 As soon as the works or any section thereof has passed the tests, the Engineer
shall issue a certificate to contractor and Employer to that effect.
1.3.45 FORCE MAJEURE
1.3.45.1 Force majeure is here in defined as any cause which is beyond the control of the
Contractor or the Owner as the case may be, which they could not foresee or with
a reasonable amount of diligence could not have been foreseen and which
substantially affects the performance of the contract, such as :
i) Natural phenomena, including but not limited to floods, droughts,
earthquakes and epidemics.
ii) Acts of any Government, domestic or foreign, including but not limited to
war, declared or undeclared, act of foreign enemies, priorities, guaranties,
embargoes
iii) Ionizing radiation or contamination by radio-activity from any nuclear fuel
or from any nuclear waste from the combustion of nuclear fuel, radio-active
toxic explosives or other hazardous properties of any explosive nuclear
assembly or nuclear component thereof.
iv) Rebellion, revolution, insurrection, military or usurped power and civil war.
v) Riot, commotion or disorder, except where solely restricted to the
employees of the contractor.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
51
1.3.45.2 The contractor or owner shall not be liable for delays in performing his
obligations resulting from any force majeure cause as referred to and/or defined
above.
The date of completion will, subject to hereinafter provided, be extended by a
reasonable time even though such cause may occur after contractor’s performance
of obligation has been delayed due to other causes.
1.3.45.3 If either party considers that any circumstances of force majeure have occurred
which may affect the performance of his obligations he shall promptly notify the
other party and the Engineer thereof.
1.3.46 CONTRACTOR’S DEFAULT
1.3.46.1 If the contractor shall not be executing the works in accordance with the contract
or neglect to execute the works with due diligence and expertise or shall refuse or
neglect to comply with any reasonable order given to him by the Engineer in
connection with works or shall contravene the provisions of the contract, the
Owner may give notice in writing to the contractor to make good the failure,
neglect or contravention complained of. Should the contractor fail to comply with
the notice within 30(thirty) days from the date of serving the notice, then and in
such cases the Owner shall be at liberty to employ other workmen and forthwith
execute such part of the works as the Contractor may have neglected to do or if
the Owner shall think fit, without prejudice to any other right he may have under
the Contract to take the work wholly or in part out of the Contractor’s hands and
re-contract with any other person or persons to complete the works or any part
there of 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 for fair wear and tear there of and to
the exclusion of any right of the Contractor over the same, and the Owner shall be
entitled to retain and apply any balance which may otherwise be due on the
contract by him to the contractor, or such part thereof, as may be necessary, to the
payment of the cost of the 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 there of 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.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
52
1.3.46.2 In addition, such action by the owner as aforesaid shall not relieve the contractor
of his liability to pay the liquidated damages for delay in completion of Works as
defined in this specification.
1.3.46.3 Such action by the owner as aforesaid and/or the termination of contract under
this clause shall not entitle the Contractor to reduce the value of the Security
Deposit/Contract Performance Guarantee nor the time thereof. The Contract
Performance Guarantee shall be valid for the full value and for the full period of
the Contract including guarantee period.
1.3.46.4 It shall be considered as contractor’s default if the contractor:
a) Assigns the contract or subcontracts the whole of the works without the
Employer’s written consent. Or
b) Becomes bankrupt or insolvent, has a receiving order made against him or
compounds with creditors, or carries on business under a receiver, trustee or
manager for the benefit for his creditors or goes into liquidation.
c) Is in breach of his obligations under the contract in respect of his obligations
as per specification in such a manner as to cause the Employer to lose all
trust in the contractor’s ability to perform the contract to completion, the
employer may, after having given 7 days notice to the contractor, terminate
the contract and expel the contractor from the site.
Any such expulsion and termination shall be without prejudice to any other
rights or powers of the Employer, the Engineer or the contractor under the
contract.
1.3.46.5 The Engineer shall, as soon as possible after such termination, certify the value of
works and alls sums then due to the contractor, if any, as at the date of termination
in accordance with payment terms.
1.3.46.6 The Employer shall not be liable to make any further payments to the contractor
until the works have been completed. When the works are so complete, the
Employer shall be entitled to recover from the contractor the extra costs, if any, of
completing the works as per the contract. If there is no such extra cost, the
Employer shall pay any balance due to the contractor.
1.3.46.7 If the Employer is unable to obtain Payments of extra costs from the contractor,
the Employer shall be entitled (and is hereby authorized by the contractor) to sell
any contractor’s Equipment owned by the contractor or by any firm or corporation
in which the contractor has a controlling interest and apply the net proceeds in or
towards the satisfaction of such extra cost.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
53
1.3.47 TERMINATION OF CONTRACT ON OWNER’S INITIATIV E
The Owner/Purchaser reserves the right to terminate the contract either in part or
in full due to the reasons other than those mentioned under clause of contractor’s
default. The Owner shall, in such an event give 15(fifteen) days notice in writing
to the contractor of his decision to do so.
The contractor on receipt of such notice shall discontinue the work on the date
and to the extent specified in the notice, make all reasonable efforts to obtain
cancellation of all orders and contracts to the extent they are related to the work
terminated and terms satisfactory to the Owner, stop all further sub-contracting or
purchasing activity related to the work terminated, and assist the Owner in
maintenance, protection and disposition of the works under the contract by the
Owner.
1.3.48 SAFETY PRECAUTIONS
The contractor shall observe all applicable regulations regarding safety on the site.
Unless other wise agreed upon, the contractor shall from the commencement of
work on site until taking over provide:
a) Fencing, lighting, guarding and watching of the works.
b) Temporary road ways, footways, guards and fences which may be necessary
for the accommodation and protection of Owners and Occupiers’ of adjacent
property, Public or others.
1.3.49 COMPLIANCE WITH STATUES, REGULATORY AND LAWS
1.3.49.1 The contractor shall, in all matters arising in the performance of the contract,
comply in all respects with, give all notices and pay all fees required by the
provisions of any National or State statute, ordinance or other law or any
regulation or bye-law of any duly constituted authority.
1.3.49.2 The contractor shall comply with the laws of the country of manufacture of the
plant, and the laws of the country where the plant is to be erected so far as such
laws concern the manufacture, erection and operation of the works.
1.3.50 OBTAINING CLEARANCES, CONSENTS AND LICENCES
The contractor shall be responsible for obtaining, with the agreement and
assistance of the Engineer, all necessary clearances, consents, licenses and
permissions. These shall be obtained sufficiently in advance to ensure that the
construction and commissioning programme can be achieved within the time for
completion.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
54
1.3.51 LIABILITY DUE TO LABOUR WAGES, LAWS ETC.
In case, the employer becomes liable to pay any wages or dues for 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 and commission of the contractor, the Employer
may make such payment and shall recover the same from the contractor’s bills.
1.3.52 MANNER OF EXECUTION
All plants to be supplied shall be manufactured and all works to be done shall be
executed in the manner set out in the contract.
Where the manner of manufacture and erection is not set out in the contract, the
work shall be executed using degree of skill, diligence and care which would be
reasonably and ordinarily expected from a skilled and experienced National
contractor or equipment manufacturer engaged in the same type of undertaking
under the same or similar circumstances.
In either case, all plants to be supplied shall be manufactured and all works to be
done shall be executed to the satisfaction of the engineer.
1.3.53 MAKE LIST
Make list of all the major and critical equipments such as breakers, CTs., LAs etc
has been indicated in Schedule L of section IV of tender specification. While
finalizing vendor of individual item, the contractor shall produce type test
certificate for major equipments and material issued by CPRI, NTH or any other
Government laboratory duly accredited by NABL, conducted within last five
years. Guarantee of all equipments will be obtained from the manufacture and
furnished to the BSPTCL.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
55
BIHAR STATE POWER TRANSMISSION COMPANY LIMITED, PATNA
(A successor company of Bihar State Electricity Board)
SECTION-III (Brief technical specification)
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
56
Brief specification of equipment and materials
1.Galvanized iron structure Steel:- governing standard -IS:2062 Fabrication:- IS:802 Fastners:- IS:6639 Galvanising:- 616 gram/square meter 2.Foundation PCC (1:2:4) or RCC (1: 1.5: 3) 3.Insulator
i) 11 KV disc insulator Type:- Ball and socket type antifog (types B)
Size and designation of ball and socket:- 16 mm, Alt ''B'' as per IS:2486(Part-II)
Porcelene disc dia - 255 mm. Unit spacing - 145 mm. Creepage distance (mm) - 320 mm. Protected creepage distance (mm) - 160 mm. Electromechanical strength - 90 KN. Net weight of insulator unit - 5.0 Kg.
Standard specification to which the insulator will conform IS:731,1;IS 13305
Galvanisation standard of all ferrous parts - IS:2633&IS:2629. ii) 22 KV Post Insulator Governing specification - IS;2544-1973/IS-5350 (part-II) 1971. Porcelene post dia- 192 mm. Total height - 254 mm.
Total creepage distance (mm.) - 450 mm. Protected creepage distance (mm.) - 225 mm. Centiliver strength - 900 Kg. f. Tensile strength - 3060 Kg. f. Net weight of insulator unit - 5.6 Kg. Galvanization standard of all ferrous parts - ;IS:2629 & IS:2633-1986
4. 33 KV Current Transformer Type:-Outdoor, oil filled, dead tank design. Governing standard:- IS:2705-1992 Rated secondary current:- 1 Amps Rated continuous thermal current:- 120% of rated primary current Short time thermal rating of primary, for one second:- 25 KA rms. Rated dynamic current of primary:- 62.5 KA peak No. of cores in secondary:- 3 (three) Ratio:- 800-400-200/1-1-1 Amps Accuracy class:- Core-I - 0.5 Core-II - 5 P Core-III - PS
Rated burden at maximum tap Core - I - 30 VA Core - II - 40 VA
Minimum knee point voltage Core - III - grater than 300 volt at lowest tap
Secondary winding resistance at 750 C Core - III - less than 2 ohms Exitation current in mA
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
57
Core - III - less than 30 mA at Vk/4 Total creepage distance - 900 mm (minimum) Current density in primary winding - 2.5 Amps/mm2 (maximum) Mounting details - 330 X 330 mm + 5 mm
5. ACSR Zebra Governing specification - IS:398 Conductor code name - ''Zebra'' Size/stranding - 54/3.18 mm7/3.18 mm. U.T.S. of conductor - 13316 Kgs. Approximate weight per kilometer - 1625 Kg. Lay ratio Steel - 13 (Minm.) 28 (Maxm.) Aluminium- 10 - 17 Zinc coating - 260 gm./m2 hot dip as per IS:2629-1966 Specification for Zinc coating - IS:4826-1968
6. 33 KV control and relay panel Requirement:- i) Control switches for CB ii) Selector switch iii) Indicating lamp iv) Switch board wiring v) instrument and meter vi) Energy meter - 3 phase 4 wire vii) Annunciator viii) Non directional over current relay ix) Earth fault relays. * Auxiliary supply voltage - 415 V 3 phase AC 250 V DC * Type of equipment:- All instrument and meter shall be static/digital type as per IS/IEC
specification. The annunciator shall be static/micro processor type. The E/F and O/C relay shall be numeric type.Character:- static - IDMT,
conforming to IS 255. trip contact rating - 1 Amps. / 5 Amps, Digree, of protection - IP55
7. 33 KV class gapless lightening arrestor. Model:- outdoor, Zno Gapless, station class. Standard:- IEC 60099- 4, IS 3070 Part 3. No. of units per arrestor- one Class - 3 (three) Rating - 30 KV rms. Norminal discharge current:- (8X20) - 10 High current impulse withstand - 100 KA peak Long duration discharge class -III - 3 Energy discharge capability - 8 KJ/KV Pressure relief class - ''A''/As per IEC. Creepage distance (mm) - 910 Centiliter strength - 75 Kg. f Energy dissipation capability of disc in
assembled condition inside LA - 8 KJ/KV. 8. 33 KV Vacuum circuit breaker.
Governing standard:- IEC-56/IS-13118/. Class:- outdoor
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
58
Normal current rating :- 1250 Amps. Short time current rating:- 25 KA rms. for 3 sec. Maximum temperature rise over ambient 500 C.:- within limit specified in
IEC-694 Making capacity (KA) peak - 62.5 KA. No. of poles per circuits breaker - 3 (three) No. of break per pole :- single Normal power consumption at rated voltage - i) Trip coil :- 125 watts ii) Closing coil :- 350 watts Time required for motor to charge the closing spring:- 15 sec. minimum. Rated control voltage :-250 volt DC Auxiliary supply voltage:- 415 volt, 3 phase AC
9. 33 KV Isolator and isolator cum earthing switch Type:- Double break, centre post rotating, turn and twist type. Governing standard:- IS:9921 Class:- Outdoor Rated current:- 1250 Amps. No. of poles:- Triple pole Rated short time current for three second:- 25 KA rms Creepage distance :- Total:- 900 mm. Protected:- 450 mm. Operating mechanism; Manual Height of operating handle above foundation ; 1100 mm. Galvanisation standard ; Hot dip, IS; 2629
10. Control cable of 2.5 sq. mm having 1.1 KV voltage class Size 2.5 sq. mm, seven core and 6.00sq. mm for CT to CRP Type; 2XWY Standard; IS; 7098 (Part 3) Latest Voltage grade; 1.1 KV Conductor; material-plain anneal copper IS;18130/1984 No. of cores; 7 (seven) Insulation; XLPE as per IS; 7098 (Part I) Material of inner/outer sheath; - extruded PVC type ST2 as cable per IS; 5831/84
11. 33 KV power cable Size - Four core, area-equivalent to ACSR ZEBRA or PANTHAR (as per site
requirement), XLPE insulated, armored Governing standard; IS;7098 & IEC 60502-2 Terminal accessories; IEC 61442/IEC 60502/IEC 60840
12. Hardware fitting. Governing specification. IS;2486 Governing specification for galvanizing. IS;2633 Type - suspension - envelop type Tension- bolted type Force withstanding capacity of connector- as per IS;5561 Tensile strength of connector- as per is;5561 Short time current rating of connector with correspond rise---25 KA rms for one seconds.
(IMPORTANT:- Equipment/material conforming to have withstood type test successfully shall only be accepted).
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
59
BIHAR STATE POWER TRANSMISSION COMPANY LIMITED, PATNA
(A successor company of Bihar State Electricity Board)
SECTION- IV
(SCHEDULES AND FORMATS) (to be filled sign and submitted by bidder)
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
60
SCHEDULES
A. SCHEDULES OF GUARANTEED TECHNICAL PARTICULARS
4.1 33 KV VCB.
4.2 33 KV C.T.
4.3 33 KV Isolators & Isolators come earthing switches.
4.4 33 KV L.A.C.
4.5 Control Cables.
4.6 Clamps & Connectors.
4.7 Control & Relay Panel.
4.8 ACSR Zebra.
4.9 Disc Insulators.
4.10 Hardware fittings.
B. Schedule of General Particulars.
C. Schedule of price.
D. Schedule of Deviations (Technical).
E. Schedule of Deviations (General conditions).
F. Schedule of erection & maintenance tools.
G. Schedule of spares.
H. Schedule of Drawings.
I. Schedule of Past Experience.
J. Schedule of Delivery/Execution period.
K. Schedule of Revision of prices.
L. Schedule of make list.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
61
2. FORMS
(i) Contract terms for Agreement.
(ii) Security deposit/performance guarantee/contract guarantees form.
(iii) Payment B.G. forms.
(iv) Performa for letter of undertakings.
(v) Performa for advance payment B.G.
(vi) Performa for Indemnity Bond.
(vii) Performa for Power of Attorney For Tenderers signature
(viii) Performa for Power of Attorney of Joint Ventures.
(ix) Performa for qualifications.
(x) Performa for Extension of Bank Guarantee.
(xi) Format for evidence of Access to or Availability of credit facilities.
(xii) Format for Detail about bought out items.
(xiii) Format for work completion schedule.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
62
GUARENTEED TECHNICAL PARTICULARS TO BE QUOTED BY BI DDER. 4.1 SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FO R 33KV CIRCUIT BREAKERS
Description As per Tenderer Name of the Manufacturer : 1. Manufacturer’s type designation : 2. Governing standards : 3. Rated voltage(IV) : 4. Maximum continuous service rated:
Voltage (KV) 5. Frequency (HZ) : 6. Class (Outdoor) : 7. Normal current rating (amps) : (i) Under standard condition : (ii) Under site condition : (iii) Derating factor, if any, for :
Sites conditions 8. Short time current rating (KA) 9. I) For 1 second (ii) For 3 second 10. Maximum temperature rise over :
ambient 50 C due to rated current in main contacts, measured after breaking test.
11. Rated short circuit breaking current : a) Rated short circuit current (AC :
Component) KV (rms) at KV b) Percentage DC component : c) Asymmetrical breaking current :
(including DC component) at KV 12. Making capacity : 13. Total break time (mill seconds) : (a) For interruption of 10% of :
The rated capacity (b) For interruption of 30% of :
The rated capacity (c) For interruption of 60% of :
Rated capacity (d) Fir interruption of the full :
rated capacity 14. Arcing time (mill seconds) : 15. Make time (mill seconds) : 16. Minimum reclosing time at rated :
Interrupting capacity from the Instant of the trip coil energisation (mill seconds)
17. Minimum Dead time : (a) 3 Phase reclosing (mill :
seconds) (b) 1 phase reclosing (do) :
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
63
(c) Limit of adjustment of dead time for 1 phase reclosing
(d) Limit of adjustment of dead : time for 1 phase reclosing
18. Date on restringing voltage for 100, : 50% or 30% rated capacity.
(a) Amplitude factor : (b) Phase factor : (c) Natural Frequency (HZ) : (d) Rate of Rise of Restringing :
Voltage (V) micro sec. 19. Maximum interrupting capacity :
under phase opposition condition (MVA) – indicate value as per test
report. 20. Maximum line charging current :
breaking capacity without over voltage exceeding 2.5 time the rated phase to neutral voltage (amps- indicate value as per test report)
21. Maximum line charging current : Breaking capacity and corresponding Over voltage recorded in test.
(a) On supply side ) indicate : value as per test.
(b) On line side ) report : 22. Maximum cable charging current :
Breaking capacity and corresponding Over voltage recorded in test.
(a) On supply : (b) On line side : 23. Maximum shunt capacitor/Reactor :
Bank switching capacity (Single Bank MVA).
24. Maximum breaking capacity on : kilometric faults (MVA)
25. Maximum over voltage on switching : transformer on no load and the charging current.
26. Dry 1minute power frequency test withstand : voltage for complete circuit breaker. (a) Between line terminal &ground :
Parts (KV rms). (b) Between terminal with breaker :
Contacts open (KV rms). 27. Wet 1 minute power frequency test :
withstand voltage for complete circuit breaker.
a) Between line terminal and : grounded parts (KV rms).
b) Between terminal with breaker : contact open (KV rms)
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
64
28. 1.2/50 microsecond wave impulse : Withstand test voltage for complete Circuit breaker.
(a) Between the terminal & ground : (KV peak).
(b) Between terminal with circuit : Breaker contacts open (KV peak)
SUPPORTING INSULATORS : 29. Make and type : 30. Weight : 31. Transport dimension : 32. Insulation class : 33. Visible corona discharge voltage : 34. Dry – 1 minute power frequency :
flashover voltage. 35. Wet – 1 minute power frequency :
flashover voltage. 36. 1.2/5 microsecond impulse flashover :
voltage. 37. Creepage distance to ground (mm) :
For heavily polluted atmosphere i) Total : ii) Protected : 38. Minimum clearance in air - : a) Between phase (mm) : b) Live parts and earth (mm) : c) Live parts to ground level (mm) : CONSTRUCTIONAL FEATURES : 39. No. of poles per circuit breaker : 40. No. of breaks per phase : 41. Total length of breaks per phase(mm) : 42. Type of main contacts : 43. Materials of main contacts : 44. Whether main contacts silver plated ? : 45. Thickness of silver coating on – main :
Contacts (mm) 46. Contact pressure on main contacts :
(kg/Sq.m) 47. Type of arcing contacts : 48. Contact pressure on arcing contacts :
(kg/sq.m) 49. Type of auxiliary switches : 50. Material of switch contacts : 51. Whether contacts silver coated ? : 52. No. of auxiliary switch contacts operating
With all three poles or single pole of breaker.
a) Which are closed when breaker is : Closed.
b) Which are open when breaker is : closed.
c) Those adjustable with respect to the : Position of main contacts.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
65
53. No. of auxiliary switch contacts operating : With individual pole of a breaker.
a) Which are closed when breaker is : closed.
b) Which are open when breaker is : closed.
c) Those adjustable with respect to the : Position of main contacts.
54. No. of spare auxiliary switch contacts : Operating with all three poles or single Pole of breaker.
a) Which are closed when breaker is closed : b) Which are open when breaker is closed : c) Those adjustable with respect to the :
Position of main contacts. 55. No. of spare auxiliary switch contacts :
Operative with individual pole of breaker a) Which are closed when breaker is closed : b) Which are open when breaker is closed : (c) Those adjustable with respect to : the position of main contacts. 56. No. of operating possible without :
Maintenance a) At full rated interrupting capacity : b) At 50% of rated interrupting capacity : c) At 100% of rated current : d) At 50% of rated current : 57. Mounting flange details : 58. Type of operating mechanism : a) Opening : b) Closing : 59. Tripping and closing circuit voltage (V) : 60. Power required for tripping coil : 61. Power required for closing coil : 62. Details of various selector switches : 63. Details of push button switches :
Any other particulars which may need to be mentioned, please mention
64. Details of various selector switches : 65. Details of push button switches : 66. Contingencies for which alarm provided : 67. Design data for supporting structure : 68. Weight supporting structure steel pc : 69. Time required for motor to charge the :
spring. Date Place Signature Name Status Name of the tendering company
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
66
4.2 SCHEDULE OF THE GUARTANTEED TECHNICAL PARTICU LARS FOR 33 KV CURRENT TRANSFORMER Sl. Description As per Tenderer 1) Name of manufacturer : 2) Type : 3) Governing Standard : 4) Nominal System voltage in KV : 5) Highest System voltage in KV : 6) System configuration & frequency : 7) Basic insulation level (KVP) : 8) Power Frequency withstand :
voltage KV(rms) 9) Rated continuous thermal current : 10) Short time current rating in KA a) For one second : b) For three second : 11) Primary current in Amps : 12) Rated secondary current in Amps : 13) No. of cores in the secondary : 14) Ratio : 15) Accuracy Class a) Core-I : b) Core-II : c) Core-III : 16) Accuracy limit factor a) Core-I : b) Core-II : c) Core-III : 17) Purpose of a) Core-I : b) Core-II : c) Core-III : 18) Rated burden at minimum tap a) Core-I : b) Core-II : c) Core-III : 19) Minimum Knee point voltage in :
Volts (VK) a) Core-I : b) Core-II : c) Core-III : 20) Secondary winding resistance At 75°C Core-III : 21) Exciting current in mA Core-III : 22) Turns ration error for the core of of PS-class as per IS-2705 Part-IV : 23) Creepage distance in mm
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
67
a) Total : b) Protected : 24) Current density in primary winding : 25) Weight of oil : 26) Total weight : 27) Mounting details : 28) Overall dimension : Date Patna Signature Name: Whether authorized attorney of the tendering company
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
68
BIHAR STATE POWER TRANSMISSION COMPANY LIMITED: PAT NA
(DEPARTMENT OF TRANSMISSION)
4.3 SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR 13 2 KV ISOLATORS & ISOLATORS-CUM-EARTHING SWITCHES
Sl.no.
Description As per TENDERER
1 Name and manufacturer and country : 2 Type Designation : 3 Governing Standard : 4 Class(Outdoor/Indoor) : 5 Rated Voltage(KV) : 6 Frequency (Hz) : 7 Rated Current of Isolator(Amps) under site
conditions No.of Poles :
8 Maximum capacity for interrupting current : 9 magnetising current of transformer or
charging current of line when equipped with arching contacts (Amps)
:
10 a) Maximum capacity for interrupting magnetising current of transformers or charging current of line when not equipped with arcing contacts(Amps)
:
b) No.of Operations possible without deterioration contacts
:
11 Rated Short time current (KA rms) : I) for 1 Sec. : ii) for 3 Sec. : 12 Rated peak Short circuit current(KA peak) : I) for 1 Sec. : ii) for 3 Sec. : 13) Rated current which can be made by earthing
Switches(Amps) :
14) Type of mounting : 15 Phase Centres (mm) : 16 Minimum Phase to Phase clearance (mm) : 17 Minimum Phase to Ground clearance (mm) : 18 No.of Pedestal Insulators per Phase : 19 No.of breaks/Phase : 20 Type of Interlock between isolating Switch &
circuit breaker :
21 Creepage Distance (mm) for heavily polluted atmosphere
:
a) Total : b) Protected : 22 Main Contacts(fixed & moving) : a) Type
:
b) Material : c) Whether contacts Silver Plated :
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
69
d) Thickness of Silver coating(mm) : e) Contact area(sq.mm) : f) Contact Pressure(kg/cm²) : g) Current carrying capacity (Amps) : 23) Arching Contacts : a) Type : b) Material : c) Whether contacts Silver Plated : d) Thickness of Silver coating(mm) : e) Current carrying capacity (Amps)) : 24 Type of bearings : 25 Location of Bearings : 26 Type of lubricant for bearings : 27 Size of Weight of Switch base per pole(mm) : 28 Weight of one complete pole(Kg.) : 29 Operating mechanism : A) Manual Operation : Whether separate operating mechanism
for operating of main blades and earthing blades.
:
a) Height of operatring handle above foundation(mm)
:
b) Force required for 3 Phase operation (Kg.) : c )Length of operation handle (m) : d) Torque on operating rod to operate three
pole gang- operated earthing switch(Kgm) :
e) Weight of Operating mechanism (Kg.) : B) Electrical Operation : a) Motor(AC/DC) : b) Rated Voltage of Motor (Volts) : c) Power Required : i) for Closing operation (Watts) : ii) for opening operation(Watts) : 30) Running time of motor : i) for Closing operation (Sec.) : ii) for opening operation(Sec) : 31 Auxiliary Switches : i) Number of normally open and normaly
cleared :
ii) Rated Voltage : iii) Rated Current iv) Test Voltage 32 Insulation Levels I) 1.2/50 microsecond dry impulse withstand
voltage (Positive & negative polarity (KV peak)
`
a) Across the Isolating distance b) To earth and between Poles II) One minute dry power frequency withstand
voltage(Kv rms)
a) Across the Isolating distance b) To earth and between Poles
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
70
III) One minute wet power frequency withstand voltage(KV rms)
33) Minimum visible corona discharge voltage (KV rms)
34 Insulation Strength of auxiliary gear (KV rms) 35 Maximum temperature rise of main contact at
rated current corresponding to an ambient temperature of air in Shade(°C
36) Maximum temperature rise of main contact at rated short time current (°C)
1) For 1 Sec. 1I) For 3 Sec. 37) Rated mechanical terminal load (excluding
wind loads(Kg.)
38) Galvanisation i) Governing Standard ii) Method of Galvanisation iii) Weight of Zinc coating Gm/cm² 39) Loading details for design of foundation i) for isolator ii) for isolator-cum-earthing Switch 40) Weight of 3 Phase Isolator complete with
operating mechanism including support frame works. Etc. (Kg.)
41) Weight of 3 Phase Isolator-cum-earthing switch without operating mechanism(Kg.)
42) Weight of the heaviest package(Kgs.) 43) Space requirements I.e. (length, width &
height)
a) Isolator b) Isolator-cum-earthing switch
Date: Signature Place: Name:
Whether authorized attorney of the tendering company
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
71
4.4 SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR 33 kV CLASS GAPLESS LIGHTING ARRESTOR
Sl.no.
Description As per tenderer
1 Make 2 Type 3 Model 4 Standard 5 No.of units per arrester 6 Class 7 Nominal System Voltage 8 Ratings(rms) 9 Highest System Voltage 10 Maxm. Continuous Operating Voltage(MCOV) 11 Nominal Discharge current(8x20) 12 Maximum residual voltage(8x20) a) at 5 KA
(Lightning Impulse)
b) at 10 KA c) at 20 KA 13 Switching current Impulse residual Voltage
(45x90)
I) at 1000 AMP Maximum /M nimum II) at 1000 AMP Maximum /M nimum 14 High current Impulse withstand 15 Steep Front Current Impulse Max.
Residual Voltage(10 KA of 10 MS
16 Lightning Impulse residual Voltage (KVP)(8x20)
a) at 5 KA b) at 10 KA c) at20 KA 17 Long duration Discharge Class-III
18 Energy discharge Capability (KJ/KV) 19 Pressure Relief Class
20 Max. Radio Interference Voltage at COV(MV)
21 Reference Voltage at AMB TEMP
22 Reference Current at AMB TEMP
23 Resistive/Capacitive Components of Continuous Current at Ambient temperature.
24 Power Freq. O/v Capability (RMS) for 0.1 Sec 1 sec 10 Sec 100 Sec
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
72
25 Capability of withstand over voltage immediately after discharge Energy Equivalent to maxm. capability of the Arrester
26 Arrester Housing Insulation withstand values i) Lightning Impulse ii) Switching iii) Impulse vi) Power Frequency Dry/Wet 27 Creepage Distance (mm) 28 Cantilever Strength 29 Voltage/Time Curve 30 Other dimensional details 31 Diameter of Zinc Oxide blocks(in mm) 32 Height of discs (in mm) 33 Energy dissipation capability of the disc in
assembled condition inside LA
34 Calculation showing KJ/per KV rating of the disc.
35 Details of thermal circuit employed for dissipation of heat.
36 Copy of latest type test Report furnished or not 37 Height of complete unit from base to line
side(mm)
38 In case ring type blocks are used indicate dimension of O.D & I.D.
Date: Signature Place: Name:
Whether authorized attorney of the tendering company
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
73
4.5 SCHEDULE FOR GUARANTEED TECHNICAL PARTICULARS FOR CONTROAL CABLE.
Sl. No. Description As per tenterer 01. Make : : 02. Type : 03. Standard Applicable :
a) Voltage Grade : b) Suitable for Service
Voltage and System of Earthing. 04. Maximum Conductor temperature
a) Continuous : b) Short time :
05. Conductor (Copper) a) Material : b) Form of Conductor : c) Number of Cores : d) Number of diameter : :
(Standard/Solid) of wire per core
06. Insulation a) Material Insulation : b) Thickness : c) Average dielectric Strength : d) Dielectric Constant.
07. Suitability with regard to temperature : Moisture ozone, acid and alkaline
surroundings. 08. Thickness of sheath over conductor, :
if any, …………….mm. 09. Material of sheath over cable : 10. Thickness of sheath over cable……….mm : 11. Electrical performance
a) Conductor resistance at 20ºC per KM: b) Maximum conductor temperature : permissible.
c) Under full load : d) Under transient condition : e) Maximum operation voltage….volts : f) Insulation resistance of 1 km of :
cable at 20ºC Mega Ohms. g) Power factor or loss angle : h) Tan delta of dielectric materials : i) Dielectric loss per km at rated voltage : j) Power frequency withstand voltage KV rms :
k) Current loading data for the cable :
for specified operating temperature 12. a) In air in cable trays : b) In cable channels c) In closed ducts : d) In cable conduits and pipes : 13. Type of Cable : Single core or Stranded :
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
74
14. Derating factors for a) Ambient temperature : b) Grouping of 3 or 4 cables in air in : trays, channels for different spacing between cable and in closed ducts in touching position. 15. Allowable short circuit current for one Sec. : And 3 seconds : 16. D.C. withstand voltage : 17. A.C. 50 Cycles/second impedance : 18. A.C. 50 Cycles/second impedance : MECHANICAL DATA 19) Weight of cable a) Wt. of conductor per K.M : b) Wt. of PVC compound per K.M : c) Complete Wt. per K.M. : d) Wt. of Armour : 20) Overall diameter : 21) Maximum length per drum : 22) Drum dimensions : 23) Gross weight of cable drum : 24) Maximum pulling tension : 25) Minimumbending radius : 26) ISI Certification No. : Date Place Signature Name Whether authorized attorney of the tendering company Furnish separate schedule for each type
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
75
4.6 GUARANTEED TECHNICAL PARTICULARS FOR PG CLAMPS/BUS SUPPORT CONNECTOR/ T-CONNECTOR, PALM CONNECTOR SUSPENSION FITTING AND TENSION FITTING (TO BE FILL ED BY TENDERER)
Sl.no.
Description As per tenderer
1 Maker's Name and Country 2 Type 3 Material 4 Slipping Strength 5 Breaking Strength 6 Electrical conductivity a) Resulting heating cycle test carried out b) Value of Electrical resistance 7 Corona formation voltage & Radio
Interference level.
8 Standard specification to which conforms 9 Make of Bolts & Nuts 10 Packing Details 11 Drawings indicating all dimensions and
material used to be submitted
12 Details of type test report submitted for each type of clamps and connector.
13 Weight of each complete set with bolts & nuts PG Clamp/T Connector/Bus support/Any other type
13 a) Non ferrous parts b) Ferrous parts 14 Number and weight of only bolts & nuts used
in each set.
15 Minimum Thickness ocurring at any part of the clamps connector.
16 Current Rating a. Continuous b. STC for 3sec
Date: Signature Place: Name:
Whether authorized attorney of the tendering company
Furnish separate schedule for each type
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
76
4.7 SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR 33 KV
CONTROL AND RELAY PANELS
Sl.no.
Description As per tenderer
4.7.1 Control and relay panels 1) Dimension of control & relay
panels
2) Dimension of supporting channels
i)front & back
3) Thickness of the steel plates proposed for use on panels
ii)doors,sides,roof
4) 2 Nos DC miniature breaker with aux. Contact for alarm for controlling 250 V DC supply to panels provided.
5) 10 Nos. spare terminals provided. 6) Panels illuminated lamp with
door switch provided.
7) Door lock with key provided. 8) Multi core cable gland trays
provided
9) Rubber sealing provided for dust proofing through doors.
10) Continuous copper earth bar(tin plated for connection to all mounted equipment & substation earthing equipment provided)
11) Suitable space heater rated for 230 V AC provided in each module
12) In any equipment mounted on back panels
13) a) if the panel wired as per ISS 158/1948 or equivalent standard?
b) if no, what is the equipment standard adopted?
14) a) shall the wiring be carried out by super flexible multistandard single core copper cable
15) a) whether suitable name plates for all relays and auxiliaries and panels provided
b) If no, where are they provided i.e. on the equipment or near to it?
16) What is the size of the copper wire used in the panel wiring?
17) Are the relays of flush type or projecting type?
18) Whether the testing terminals provided with 2 Nos. testing switches for testing or not for CT
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
77
4.7.2 CONTROL SWITCHES FOR CIRCUIT BREAKERS
1 Make 2 Type & rating 3 Type of handle provided 4 No of position 5 No of contacts i) normally closed ii) normally open 4.7.3 SELECTOR SWITCH 1) Maker 2) Type 3) Type of handle provided 4) No of position 5) No. of contacts in each position i) open ii) closed 6) Making capacity of contacts 7) Breaking capacity of contacts 8) Whether locking arrangement
provided or not
4.7.4 SEMAPHORE INDICATORS 1) Make 2) Type 3) Diameter of the disc(mm) 4) Operating voltage(volts) 5) Burden(watts D.C) 6) Whether latch in mechanism
provided
4.7.5 INDICATING LAMP
1) Make 2) Type 3) Operating voltage 4) Size of lenz 5) Wattage of lamp 6) Colour of lamp
4.7.6 SWITCH BOARD WIRING 1) Insulation of wiring 2) Size of wiring conductor for the
following
i)PT circuit ii)CT circuit iii)DC supply circuits iv)other circuits 3) Size of earthing bar for safety
earthing
4) Type of terminals provided on wiring
5) Wiring conductor aluminium/copper
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
78
4.7.7 ANNUNCIATORS 1) Type of annunciator 2) Type of particulars of windows 3) Particulars of wiring 4) Rated voltage(volts) 5) Power consumption(watts) 6) Instantaneous making capacity of
contacts
7) Breaking capacity 8) Overall dimension of annuntiator 4.7.8 PROTECTIVE RELAYS I) Non directional over current &
earth fault relay
1) Name 2) Type 3) Current coil rating i)continuous ii) for 3 sec iii) for 1 sec 4) Tap range 5) VA burden during normal &
operating condition
i)highest tap ii)lowest tap 6) i) minimum pickup value ii)fall back ratio 7) Time for operation on maximum
time dial setting at:
i) 5 times tap setting current ii) 10 times tap setting current 8) Type of characteristics 9) Trip contact rating(amps)
10) Whether seal in contacts 11) Descriptive leaflet submitted or
not
4.7.9 DIRECTIONAL OVER CURRENT AND EARTH FAULT RELAY (Only Numerical type to be offered)
1) Maker’s name 2) Type 3) Polarization i) current coil ii) potential coil 4) Current coil rating
Date: Signature Place: Name:
Whether authorized attorney of the tendering company
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
79
BIHAR STATE POWER TRANSMISSION COMPANY LIMITED: PATNA
(DEPARTMENT OF TRANSMISSION)
4.8 SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR ACSR ‘ZEBRA’ CONDUCTOR
4.8.1 PARTICULARS As per tender (A) CONDUCTOR (i) Code Name “Zebra” : (ii) Size & Stranding : (iii) Maker’s Name : (iv) Standard normal copper area (mm) : (v) Diameter of complete conductor : (vi) Nominal Aluminum Area (sq.mm) : (vii) Sectional Area of Aluminium(sq.mm.) : (viii) Total sectional area 9 (Sq.mm)) : (ix) Approximate total weight Kg/Km : (x) Ultimate tensile strength of conductor(Kg) : (xi) Minimum Average ultimate tensile strength (Kg/sq.mm): (xii) Resistance at 20 degree C when corrected to standard :
weight (ohm/Km) (xiii) Final Modules of Elasticity (kg/sq.cm) : (xiv) Co-efficient of liner expansion per ºC : (xv) Standard length in which conductor
Will be supplied ( km) : (xvi) LAY RATIO (a) Steel Core Maximum : (b) Aluminium Layers :
12 wires Maximum :
Minimum : 18 Wires Maximum :
Minimum : 24 Wires Maximum :
Minimum : (B) STRANDS (i) No. of strands : (ii) Diameter of each strands (mm) : (a) Standard : (b) Maximum : © Minimum : (iii) Sectional area(mm²) : (iv) Weight of each strands(Kg/Km) : (V) Resistance at 0 ºC when :
Corrected to standard wt.(Ohm/Km) : (a) Standard : (b) Maximum :
(vi) Zinc coating :
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
80
(a) No. one minute dips : (b) Minimum weight of Zinc coating : (c) Process of galvanizing :
vii) Minimum ultimate tensile stress : (viii) Minimum breaking load (Km) : (a) Before stranding : (b) After standing : C. PACKING : I) No. of standard length in one reel : (ii) Approx. weight of reel/drum : (iii) Dimension of reel/Drum : (iv) IS to which reel/drum conforms : D. IS according to which the conductor will : Will be manufactured & tested. (E) Other particulars if any :
Signature: Name: Whether authorized attorney of the tendering company
Furnish separate schedule for each type
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
81
4.9 SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS OF DIS C
INSULATORS
Sl.no.
Description As per tenderer
1) Disc insulators
70KN 90KN 120KN
I) Maker's name & Address ii) Type of Insulator iii) Size & Designation of Ball &
Socket
iv) Disc Diameter(mm) v) Unit Spacing(in mm) vi) Creepage distance (in mm) vii) Colour viii) Surface ix) Electro-Mechanical Strength(in
Kg.)
x) Minimum failing load(in kg.) xi) Impulse withstand test voltage xii) Impulse withstand test voltage
(1.2x50 Micro-second-Ve wave, KV(Peak
xiii) Power frequency dry withstand test voltage, KV rms
xiv) Power frequency wet withstand test voltage, KV rms
xv) Power Frequency dry flashover voltage, KV rms
xvi) Power frequency wet flashover voltage, KV rms
xvii) Impulse flash over voltage 1.2x50 micro Sec. + Ve wave , KV (Peak )
xviii) Impulse flash over voltage 1.2x50 micro Sec. - Ve wave , KV (Peak)
xix) Power frequency puncture voltage, KV rms
xx) Net weight of single Insulator unit(in kg.)
xxi) I.S.S. to which insulator will conform
xxii) Type of locking Device and its dimension
xxiii) Reference of drawings enclosed
xxiv) Reference of Type test and other Test Reports enclosed.
xxv) Whether inter changeability guaranteed
xxiv) Details of Galvanisation of ferrous parts Other details, if any
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
82
Date: Signature Place: Name:
Whether authorized attorney of the tendering company
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
83
4.10 SCHEDULE OF GUARANTEED TECHNICAL PARTICULAR S FOR HARDWARE FITTINGS (MOOSE/ZEBRA/ PANT HER AND E/W)
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
84
HARDWARE FITTINGS FOR ACSR ZEBRA
As per Tenderer
a) Disc insulators for which Suspension Tension fittings is meant
:
i) Type of insulator : ii) Size & designation of ball & socket : iii) Porcelain disc & dia : iv) Unit spacing : iv) Electro-mechanical Strength : vi) Standard to which disc will conform :
b) INSULATOR STRING
ARRANGEMENT
i) No. of disc per string : ii) Length of string assembly (in mm) : III) Electro-mechanical Strength (Iin Kg) : iv) Creepage distance (mm) : v) Reference drgs. : vi) Weight of string assembly : C) CLAMP:
i) Manufacturer & Name & Address
:
ii) Type : iii) Manufacturing Process : iv) Material : v) Breaking strength (minimum)
:
vi) Slipping strength : vii) Angle of inclination of jumper terminal : viii) ISS to which conforms
:
d) HARDWARE (Material)
:
I) Socket Clevis :
ii) Ball Clevis :
iii) Anchor Shackles : iv)Ball hooks : v) Chain link : vi) Socket Link :
vii) Yoke Plate : vii) Shackle : e) ARCING HORN : i) Material : ii) Size : iii) Type : f) Nuts & Bolts :
g) Reference drawing :
h) Test Report : I) Any other particulars if any :
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
85
2.0 FOR 7/9 SWG EARTH WIRE TENSION CLAMPS WITH FLEXIBL E COPPER BOND:
Date: Signature
Place: Name:
Whether authorized attorney of the
tendering company
i) Manufacturer's Name/Address : ii) Reference Drawing : iii) Materials : iv) Size : v) Weight : vi) Slip Strength : vii) Minimum failing load :
iii) Galvanisation:
:
a) Ferrous part
:
b) Spring Washer
:
c) Quality of Zinc
:
d) No.of dip which the clamp can withstand
:
1) 3 minutes : 2) ½ minutes : xi) Standard to which conform : x) composition of material : xi) Packing details :
xii) Any other Particulars :
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
86
P-II SCHEDULE 'B'
SCHEDULE OF GENERAL PARTICULARS (TO BE FURNISHED IN PART - I)
VOL-I P-II SCHEDULE 'B'
SCHEDULE OF GENERAL PARTICULARS
(TO BE FURNISHED IN PART - I)
1 Name of Bidder:
2 Address of bidder:
3 Telegraphic address of the Bidder.:
4 Name and designation of the officer of the Bidder to whom all reference shall be made for expeditious technical co-ordination.
5 Place of manufacture: (Item wise)
6 Services or facilities available:
7 Availability of spare parts.:
8 Bidder's proposal number & date:
9 Offer is valid upto
10 i) Earnest money deposited or not
ii) If deposited, indicate amount and details
11 Whether terms of taking over, guarantee, Insurance are acceptable or not
12 Whether the delivery & execution schedule indicated in the specification acceptable
13 Whether liquidated damage for delay in delivery and Execution as indicated in the specification is acceptable
14 Whether latest copy of income tax clearance certificate and sales tax certificate enclosed with the bid or not.
15 Whether terms of payment indicated in the specification acceptable.
16 Whether terms as stipulated under security deposit /CONTRACT PERFORMANCE GUARANTEE is acceptable.
17 Whether bank guarantees as stipulated under advance payment, Security deposit and performance guarantee clause of the Specification will be submitted
18 Whether agreeable to enter into a contract (As per the Performa enclosed) in the event of an order.
19 I) Are the prices quoted in price bid FIRM (only firm prices are acceptable)
II) Whether unit FOR destination prices have been quoted in the price bid.
20 Whether prices quoted are also applicable on reduced quantity or not? Rebate, on any account, if any, may be mentioned.(All rebates are to be furnished in the original offer only)
21 Whether a statement showing deviations for General conditions enclosed.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
87
22 Whether a statement showing deviations from Technical specificationn enclosed.
23 Whether the bidder is agreeable to execute the Contract in case deviation stipulated by him are not acceptable to Board
24 a) Whether excise duty is leviable? (for the items to be supplied by the contractor directly to the Board.)
b) If included, Indicate actual amount
25 a) Whether sales tax is chargeable? (for the items to be supplied by the contractor directly to the Owner.)
b) Whether included in Ex-works prices or indicated separately in the price schedule.
26 Whether certificate of past performance enclosed or not
27 Annual details of similar works executed for Past 5 years.
28 Whether unit FOR destination price (landed) of all individual items quoted in the price bid or not?
29 Whether all commercial terms are accepted or not
30 Whether all technical specifications accepted or not
31 Whether prices are quoted for all works including Design, Engineering, drawing, supply of materials / Equipments, erection and commissioning of complete Substation and .s (all works involved.)
32 Power of Attorney authorizing the signatories of the tenderer to fill up & sign the tender is furnished in the tender or not.
33 Whether certificates granted by bankers regarding credit limit allowed to the Contractor and Bankers assessment of their Solvency submitted
34 Whether Audited balance sheets of last five years submitted or not
35 Furnish Annual Turnover for last five financial years i.e.
2011-2012
2010-2011
2009-2010
2008-2009
2009-2008
36 Confirm that the total price for the complete project including design & drawing has been furnished and no extra claims shall be made for any other work required for completion of the project
Signature: Place: Date:
Name: Status: Whether authorized attorney of the tendering company:
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
88
BIHAR STATE POWER TRANSMISSION COMPANY LIMITED
SUPPLEMENT TO SCHEDULE-B TO BE FURNISHED BY TENDERE R
(THIS MUST BE FURNISHED IN PART - I OF TENDERER)
Name of Bidder
SL. NO. POINTS TO BE CONFIRMED OR CLARIFIED BY THE BIDDER CLARIFICATION & CONFIRMATION
1 Offer must be made complete in all respects as per Technical specification
2 Prices of spares and tools and plants shall be furnished separately by the bidder on FOR site basis inclusive of all taxes etc. BSPTCL reserves the right to vary the quantity of spares during order.
3 All distribution Boards shall be fully enclosed, cabined type, fabricated from CRCA sheet steel minimum thickness as Specified in specification suitable for either wall/column/floor mounting. Indoor panels shall be dust and vermin proof. Outdoor panels shall be weather proof with canopy.
4
Though in the Specification for some equipments, particular make and type have not been mentioned, Equipments of make and types which are being used satisfactorily in BSPTCL, will be preferred. However, in case of equipments of makes, not supplied earlier to BSPTCL the credentials and updated performance reports regarding supplies made to other central and state Power utilities should be furnished. BSPTCL reserves the right to opt for the make and type.
5 Only type tested equipments and materials shall be supplied by the contractor
6 All street light poles must have independent LILO junction box, isolating switches and fuses.
7 For inside Control Room area and separate switchyard area tenderer shall have to arrange independent cable trays/racks for entire scheme with separate arrangement for D.C. cables.
8 Tenderer shall note and confirm that their scope of work shall fully comply with the requirement as detailed in BSPTCL's Specn.
9
The Insurance covering Transit Risk, Transportation Risk, handling (during loading and unloading), risk during storage, erection, commissioning, theft and fire shall be done and borne by the Tenderer for all the equipment/items devices pertaining to the sub-stn under turnkey package till the installation is handed over to BSPTCL authorities.
10 Tenderer to note and confirm that the freight charges including handling charges during loading and unloading shall be borne by the bidder. All the materials sent by the Tenderer to site by road transportation shall be suitably packed. No separate freight charges shall be paid by BSPTCL.
11
Tenderer to note and confirm that storing of all materials under this contract shall be within the Tenderer's scope of work and adequate security arrangement for the stores as well as in the areas of erection till the date of handling over, shall be tenderer's responsibility. Tenderer to arrange their own suitable storage at their cost for materials. Bidder also to construct temporary store as well as Site office at Bidders cost.
12 Tenderer to note and confirm that the Owner and his duly authorised representative shall have an access to the contractor's premises, manufacturer's work for all tests of the equipment, cable etc. as listed in the schedule of tender. Inspection and testing shall be carried out as per tender specification.
13 All plants/equipment and materials to be supplied for the project shall be guaranteed as per Owner's specifications.
14 Tenderer to note and confirm that all the supplies shall conform to relevant ISS, IEC, I.E. RULES and Owner's specifications. No material will be accepted unless covered by relevant ISS, IEC on any other relevant approved specification as required.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
89
15
Tenderer to note and confirm that the installation shall be complete in all respects for efficient and trouble free service For this purpose any part or parts required whether specifically mentioned or not shall be deemed to be within tenderer's Scope. Any additional quantity which may be required over and above the quantiy as per approved bill of materials based on BSPTCL's approved drawing to meet the site layout requirements and to achieve the best performance level as specified to BSPTCL shall be supplied and installed at no extra cost of BSPTCL. During installation of equipments at site any minor modification of civil work like chipping, grouting, make chase or holes on the walls, floors etc. including materials such as sand, steel, cement as may be required at no extra cost to BSPTCL.
16 Tenderer to note that erection tools and tackles as may be required to complete installation work shall be arranged by you at no extra cost to BSPTCL. All per commissioning checks and commissioning tools and instruments shall have to be arranged by the bidder at no extra cost to BSPTCL.
17 Tenderer to note and confirm that connectors, hardwares required for substation shall be quoted in lump sum basis which will be utilised in switchyard and shall be as per the approved drawing. These should be type tested.
18
Tenderer to note and confirm that without the written consent of BSPTCL they will not assign or sublet the total contract or any part there of other than for any part of the work for which the maker are named in the contract. Such contract if given shall not relieve him from any obligation, duty or responsibility as per the terms and conditions of the specification and the contract.
19 Tenderer to note and confirm that all the cable trays/racks/ladders/cable end boxes/conduits/electrical equipment (such as switchboard, panels, junction boxes etc shall be effectively grounded with 50x6 Flat.)
20 (a) Tenderer to note and confirm the following for the civil work required to complete foundation under the scope of vendor on turnkey basis.
b) Tenderer to note and confirm that relevant data those may be required for the above work and the survey work will be undertaken immediately on receipt of confirmed order.
c) Tenderer also to note that all supply of consumable materials including cement and steel shall be arranged by the contractor. No separate charges for design and preparation of detailed drawing will be entertained by BSPTCL.
21 Tenderer to note and confirm the following drawings and details in quadruplicate shall be furnished as per tender specifications
f) Detailed drawing for all connectors, hardwares and insulators.
22
Tenderer to note and confirm the following for the civil work required to complete foundation under the scope of vendor. Preparation of design and detailed working drawing and construction of foundation for equipment and structure to be supplied by tenderer as per approved drawing.
a) Preparation of design and detailed working drawing for construction of control room building and execution of the same as per approved drawing.
b) Construction of RCC cover for cable trench as per approved drawing
c) Tenderer also to note that supply of all consumable materials including cement and steel shall be arranged by the contractor. No separate charges for design and preparation of detailed drawing will be entertained by BSPTCL
23 Tenderer to confirm that they will furnish following documents:
i) Bank Guarantee towards security deposit/contract performance, guarantee before execution of the
contract Agreement.
ii) Bank Guarantee for advance payment
iii) Pert CPM/Barchart/Execution schedule for completion of the project before execution of the agreement
iv) Indemnity Bond for the equipments delivered and handed over to the contractor.
v) Bank Guarantee against performance guarantee.
vi) Power of Attorney by all the partners in case of Joint Venture for authorising the lead partner
vii) Copy of Agreement executed by the members of Joint Ventures.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
90
24 Sales tax on Works contract, Turnover Tax on any other similar taxes under the Sales Tax, Act, as applicable, are included in the Bid/tendered price and Owner/Purchaser shall not bear any expenditure/liability on this account. Entry tax, if any shall be extra.
25
The tenderer prices quoted in price schedule included all import duties and levies including licence fees lawfully payable by the contractor on imported goods/items and other taxes and duties on bought-out components, materials, equipments and other items and no such taxes, duties & levies shall be additionally payable by the Owner. Tenderer are also to confirm that no taxes and duties (except octrai/entry tax if applicable) shall be payable by the Owner/Purchaser on bought-out items which are dispatched by the Sub-vendors of the contractor directly to the project site on sale-in-transit basis. However, Owner shall provide necessary concessional sales tax declaration from, as concessional sales tax has been included in the price for such sale in transit transactions. The applicable Octroi/entry tax, as indicated in price also be reimbursed by the Owner subject to furnishing of documentary proof.
26 (a)
It is hereby confirmed that the bidder/tenderer is making the offer on the basis of a divisible supply-cum-Erection Contract on a single source responsibility basis. The supply portion of the Contract will relate to supply of equipments/materials and erection portion will relate to transportation, insurance, storage, installation, construction, stringing, testing and commissioning etc as defined in price schedules. The Tender/bidder has no objection if the contract is considered to be placed in to separate contracts, i.e., one contract for supply of all equipment on ex-works basis and second contract for all services such as in land transportation, insurance, handling at site, storage, insurance, erection, testing and commissioning etc of materials/ items as defined in the tender specifications.
(b)
This is also hereby confirmed that the award of two contracts will not in any way absolve the contractor of any responsibility and obligation as per the terms and conditions of the tender specification for successful completion of the complete work as per the tender specifications and both the contract will have a cross fall breach Clause i.e., a breach in one contract will automatically be considered as breech of the other contract which will conform the Owner/Purchaser/ Employer the right to terminate the other contract at th contractor's risk and cost.
27 It is hereby confirmed that if any income-tax, surcharge on income tax or any other corporate tax is applicable/payable under the law, the same shall be paid by the contractor.
28
It is confirmed that the contract shall be executed strictly in accordance with the specifications and documents except for the variations and deviations, all of which have been detailed out exhaustively in the respective schedules irrespective of what so ever has been stated to the contrary any where else in the tender/offer/bid.
29 Confirm that the following clauses as specified in the tender specifications are accepted unconditionally and no deviations/exceptions are taken on any account whatsoever.
i) Prices
ii) Security Deposit
iii) Earnest Money
iv) Liquidated damage for delay
v) Guarantee
vi) Terms of payment
vii) Performance guarantee
viii) Taking over
ix) Insurance
x) Negligence
xi) Agreement
xii) Time for execution of the contract
30 Confirm that additional conditions, deviations, if any, found in the proposal documents other than those stated in the deviation schedules, save the pertaining to any rebate, offered, shall stand with drawn.
31 Unit rates of items/equipments/works as and where required have been furnished
32 The details of equipments/materials proposed to be supplied as bought out items have been furnished in a separate schedule.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
91
33 The required documents related to the pre-qualification of he tenderers as detailed in the tender specifications has been furnished in the tender. The documents for the fulfilment of the requirement of the tender specifications have been furnished.
34
Confirm that if the offer is submitted against the tender is accepted by the Owner, the contractor agree to submit engineering data, provide services and complete the entire work in accordance with schedule indicated in the tender/offer. It has been clearly understood that the time for completion of the project is the essence of the contract and hence the execution schedule shall be strictly adhered to the execution schedule has been furnished with the offer.
35 Separate schedule for each item for which L.S. price have been quoted should be furnished with part I of the tender.
36
Confirm that all equipments and materials confirming strictly to the tender specification only shall be offered to be delivered in case the order is placed on the bidder. In case of any deviations in the technical specification or make of offered materials/equipments, the Owner shall not be responsible for any delay even if it is approved.
37 Confirm that no extra claim shall be entertained by the BSPTCL for the specified scope of work
Signature: Name: Status: Whether authorized attorney of the tendering company: Name of the Tendering Company
Place:
Date:
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
PRICE SCHEDULE(C)
1. The price schedule must be duly filled in and furnished in Part-II i.e. price part
duly signed by the tenderer and sealed under separate envelope, clearly super
scribed as price part i.e. part –II, against NIT No /PR/BSPTCL/13.
2. The tenderers shall furnish details about each and every item/materials/works for
which prices have been quoted by them as in the price schedules. The above
details shall cover specific description, quotation, Volume, scope of work etc. for
the particular item/head.
3. Schedule for general civil works for construction of bays has been provided. This
has to be furnished for each and every material/equipments/work separately as
well as total values for all the items shall be added and furnished in one sheet
.also. This schedule shall cover all construction works.
4. No material for civil works shall be supplied by the BSPTCL for construction of
bays.
5. The item wise details about the prices for supply i.e., Sub-station structure, Gantry
Beam, Gantry Column, A-frame; Bus Support etc. shall be furnished by the
tenderer. The bill of quantity shall be approved by the BSPTCL. The arrangement
should match with the existing provision at particular Grid-substation.
6. Item wise details of all hardware fittings, clamps & connectors necessary for sub-
station / bay should be furnished.
7. Details of all foundation / civil works shall be furnished in a separate schedule by
the tenderer and then it shall be added to the schedule of general civil works.
8. Un-priced price schedule (C-1, C-2 and C-3) should be furnished along with the
part I of the tender.
9. Only type tested equipments and materials of the same or higher rating as
specified in BSPTCL specification shall be accepted.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
93
10. Make list of all major and critical equipments, such as, breakers, C.T., P.T,
isolator, panel etc. has been mentioned in the tender specification. Any deviation
there from shall not be accepted. However, prior approval of vendor shall have to
be obtained from the BSPTCL.
11. The make of materials/equipments must be mentioned clearly and specifically
12. Only dead tank type CT's and PT's shall be accepted.
13. Isolators of turn-twist type, gang operated, and horizontally mounted double break
type are to be offered.
14. Strom Drain, culvert, Bay marshalling kiosk, C.T. Junction Boxes, P.T. Junction
Boxes as well as supplying laying, welding etc of earthling mat with Main Mat
conductor, electrodes etc. shall be considered to be included in the scope of work
whether specifically mentioned in the specification or not. The total rock bottom
Lump-sump prices shall be quoted considering total scope of work for complete
construction of 33 KV bays. Price schedule should be furnished accordingly.
15. The figures furnished, under price break up schedules should match total prices.
16. Service tax/work contract tax, VAT as applicable for supply as well as erection
and civil works shall be considered included in the total price.
17. In case of discrepancy between the unit price and total price, the unit price shall
prevail.
18. Additional supplementary schedules may be furnished as and where required.
19. Entry tax shall not be quoted by tenderers
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
94
SCHEDULE OF PRICES FOR CONSTRUCTION OF 33 KV BAYS
SCHEDULE C- I FOR SUPPLY ITEMS
Sl. No.
Details of Materials/Equipments/works Unit Qty. Unit Ex.
Works Price (Rs.)
Mode of transaction (Whether to be supplied direct or as bought out
items)
Total taxes & duties applicable for direct transaction between the bidder & BSPTCL and not included in price
column -5. For bought out item, taxes & duties (other than octrol & entry tax) are
invariably included in price quoted at column -5
Unit F.O.R. destination price (Rs.)
Total F.O.R. destination price (Rs.)
Unit Excise duty (Rs.)
Unit Sales Tax (Rs.)
Any other (To be specified)
1 2 3 4 5 6 7 8 9 10 11
1 33 KV, 1250, 3 phase
Vacuum Circuit Breaker with support structures marshalling boxes, terminal connectors etc.
Nos. 5
2 33 KV multi-core, Single Phase Current Transformer (with 3 core) with marshalling boxes, terminal connectors etc. 800-400-200/1-1-A Nos. 15 3 33 KV, 1250A Low Level Isolators with Earthing Blade and Insulators. With marshalling boxes, terminal connectors etc. Sets 5 4 33 KV 1250 Low Level Isolators without Earthing Blade but with Insulators,
marshalling boxes, terminal connectors etc.
Sets 10
5 33 KV Class gapless
Lightening arrestor with surge/discharge counters & terminal connectors.
Nos. 15
6 33 KV Line Feeder Nos. 5 Control & Relay Panel
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
95
7 22 KV post insulators as per requirement/Solid core insulator. (Quantity to be furnished by the tenderer)
Lot 5
8 Supply of cable with all accessories
1.1. KV grade 2.5 sq mm armoured 7 core copper cable
Lot 5
1.1. KV grade 6.00 sq mm armoured 7 core copper cable (CT to CRP)
Lot 5
(Schedule and quantities to be furnished by tender)
9 Supply of cable racks made by M.S. angle of 50x50x6mm, 0.5M long (Quantity to be furnished by the tenderer)
MT 0.55
10
Supply of all substation structures with fasteners as per requirement including equipment support structures (excluding support structure for VCB)
MT 24
11 Hardware fitting clamps & connectors etc. as required (Schedule and quantities to be furnished by tender).
Lot 5
12 11 KV Disc Insulators as per requirement of 33 KV Bays (Quantity to be furnished by the tenders)
Lot 5
13 ACSR Zebra conductor for extension of bus and jumpers by single/Double Conductor.
KM 1.9 (approx)
14
Over head Shielding against lightning by galvanized steel earth wire & fittings as required. (Quantity to be furnished by the tender)
Lot 5
15
Supply of earth mat with G.I. Flats of following size for risers with spikes as per design including all materials for complete earthing of bays, laying, welding etc.
a) i) 75x12 mm G.I. flats for equipments, columns & Aux. structures
MT 4.0 (approx)
ii) 50x6 mm G.S. for all others MT 2.5 (approx)
b) M.S Rod of 40 mm dia. As per approved design as per IEEE 80& I.S. (Details to be furnished by the tender)
Running meter
105 (approx)
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
96
16
Supply of material for Earthing Pits with supply of all Earthing materials including base plate (Schedule of quantity to be furnished).
Lot 5
17 Any other item as per tenderer if required as specified in the specification
Place ……………….. Signature …………………………………… ……………………………. Name ……………………………………………………………………… Date ………………… Status ……………………………………………………………………. Whether authorized attorney of the tendering com pany.
Name of the Tendering company.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
97 SCHEDULE OF PRICES FOR CONSTRUCTION OF 33 KV BAYS
SCHEDULE C - 2 FOR ERECTION
Sl. No. Details of Materials/Equipments/works Unit Qty. Erection, Testing &
Commissioning charge (Rs.)
Freight Insurance
Total amount in
Rs. (6+8+10)
Unit
Charge Total
Charge Unit
Charge Total
Charge Unit Charge Total
Charge 1 2 3 4 5 6 7 8 9 10 11 1 EQUIPMENTS
33 KV, 1250A, 3 phase Vacuum Circuit Breaker with support structures marshalling boxes, terminal connectors etc.
Nos. 5
2
33 KV, Multi-core Single Phase current Transformer (with 3 core) with marshaling boxes, terminal connectors etc. Ratio 800-400-200/1-1-1A
Nos. 15
3
33 KV 1250A Low Level isolators with earthing blade and insulators with marshalling boxes terminal connectors etc.
Sets 5
4
33 KV 1250A Low Level isolators without earthing Blade but with insulators marshalling boxes terminal connectors etc.
Sets 10
5 33 KV Class gapless lightening Arrestor with surge/discharge counters & terminal connectors.
Nos. 15
6 33 KV Line Feeder control & Relay Panel Nos. 5
7 22 KV post insulators as per Requirement/Solid core insulator. (Quantity to be finished by the tenderer)
Lot 5
8
Laying of cable including tagging,dressing and clamping on cable racks and proper connection at both ends with all accessories. (schedule and quantities to be furnished by the tenderer)
Lot 5
9 Fitting and fixing of Cable racks. Lot 5
10 Erection of all Substation structures with Fasteners as per requirement
MT 24
(approx)
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
98
11 Hardware fitting, Clamps & connectors as required. (furnish final prices as per the schedule to be furnished by the tenderer)
Lot 5
12 11 KV Disc Insulators as per requirement for 33 KV Bays. (Quantity to be furnished by the tenderers)
Lot 5
13 Sub-station stringing by single/double ACSR Zebra/Moose conductor and jumpers by single Zebra as required
KM 1.9 (approx)
14 Over head shielding against lightning by galvanized steel earth wires & fittings as required
Lot 5
15
Laying welding etc. of Earthing mat with G.I. flats of following size for risers with spikes as per design including all materials for bays (schedule to be finished by the tenderer)
Lot 5
16 Construction of Earthing Pits including Lot 5
17 All foundation works for equipments & sub-station structures (furnish schedule C-3)
Lot 5
18
Construction of cable trench with cable supporting angles channels RCC covers etc (Schedule to be furnish by the tenders)
Running meter
250 (approx)
19
Anti weed treatment & gravel spreading at all Sub-stations (Schedule to be furnished) including land filling and maintaining finished ground level in area covered in present bay extension work.
Lot 5
Place ……………………. Signature …………………………………………………..
Name ……………………………………………………….
Date ……………………..
Status ………………………………………………………
Whether authorized attorey of the tendering company.
Name of the Tendering company.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
99
SCHEDULE C- 3 FOR GENERAL CIVIL WORKS FOR SUB-STA TION EQUIPMENTS S.L. NAME OF THE WORK UNIT (Rs.) TOTAL Qty. UNIT RATE (Rs.)
TOTAL COST (Rs.)
1 2 3 4 5 6 1 Earth work in excavation M
3
Details to be furnished by
tenders
2 Sand filling M
3
3 Brick Flat Soling M2
4 Providing P.C.C. (1:3:6) M3
5 Providing PCC (1:4:8) M3
6 Providing PCC (1:2:4) M3
7 Lean Concrete (1:4:8) M3
8 a) Cement Plaster (1:3) M2
b) ½" Cement Plaster (1:4) M2
9 Back Filling M3
10 a) Prividing R.C.C. (1:1.5:3) excluding steel reinforcement
M3
b) R.C.C. (1:1.5:3) in Precast slabs M3
11 Cement Punning M2
12 Earth filling as required M3
13 Fixing of anchor bolts Each 14 Spreading of gravels/stones in Switchyard area M
3
15 Steel reinforcement MT
16 Painting with Aluminimum Paint M2
17 Any other item as per tenderer. Place……. Signature Date…….
Name Status Whether authorised attorney of tendering company Name of Tendering Company
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
100
SCHEDULE- 'D'
SCHEDULE OF DEVIATIONS AGAINST TENCHINCAL SPECIFICA TIONS.
(TO BE FILLED IN AND SIGNED BY THE TENDERER)
We/I have carefully gone through the Technical specifications and We/I have satisfied our-seleves/myself and hereby confirm that our/my offer strictly conforms to the requirements of the technical specifications except for the deviation which are given below. The amount by which the tendered price will increase or decrease has been indicated in the schedule 'J' of the specification.
Sl. No.
Description (Clause/Page)
Stipulations in specification
Deviation offered
Remarks
Place : Signature : Date : Name : Status : Whether authorised attorney of the tendering company. Name of the Tendereing Company.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
101
SCHEDULE- 'E'
SCHEDULE OF DEVIATIONS AGAINST GENERAL CONDITIONS O F THE CONTRACT
(TO BE FILLED IN AND SIGNED BY THE TENDERER)
We/I have carefully gone through the general conditions of contract and We/I have satisfied our-seleves/myself and hereby confirm that our/my offer strictly conforms to the requirements of the general conditions of contract except for the deviation which are given below. The amount by which the tendered price will increase or decrease has been indicated in the schedule 'J' of the specification.
Sl. No.
Description (Clause/Page)
Stipulations in specification
Deviation offered
Remarks
Place : Signature : Date : Name : Status : Whether authorised attorney of the tendering company. Name of the Tendereing Company.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
102
SCHEDULE- 'F'
SCHEDULE OF ERECTION & MAINTENANCE TOOLS
(TO BE FILLED IN AND SIGNED BY THE TENDERER)
The tenderer shall furnish below a list of special tools, accessories and equipments required for installation testing and maintenance including their prices.
Sl. No.
Description Number recommended
Unit Prices inclusive of all taxes & duties
Purpose of use
F.O.R. Works
F.O.R. Site
Total
Place : Signature : Date : Name : Status : Whether authorised attorney of the tendering company. Name of the Tendereing Company.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
103
SCHEDULE- 'G'
SCHEDULE OF SPARES.
(TO BE FILLED IN AND SIGNED BY THE TENDERER)
The tenderer shall furnish below a list of spare parts which he recommends for five years operation other than those mentioned in specification.
Items No.
Description Number recommended
Unit Prices inclusive of all taxes & duties
Purpose of use
F.O.R. Works
F.O.R. Site
Total
Place : Signature : Date : Name : Status : Whether authorised attorney of the tendering company. Name of the Tendering Company.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
104
SCHEDULE- 'H'
SCHEDULE OF DRAWINGS
(TO BE FILLED IN AND SIGNED BY THE TENDERER)
The tenderer shall furnish below a list of drawings which shall be furnished by them
Sl. No.
Name of drawing When to be submitted (to be given in days) after issue of letter of intent.
Place : Signature : Date : Name : Status : Whether authorised attorney of the tendering company. Name of the Tendering Company.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
105
SCHEDULE- 'I'
SCHEDULE OF PAST EXPERIENCE
(TO BE FILLED IN AND SIGNED BY THE TENDERER)
FOR SUB STATION WORKS AND 33KV BAYS
Works Already Executed
Sl. No.
Details of works Name of customer for whom work has been executed.
Date of commissioning
Value of the works
Remarks.
Works under Execution Sl. No.
Details of works Name of customer for whom work has been executed.
Date of commissioning contractual
Value of the works
Remarks.
Place : Signature : Date : Name : Status : Whether authorised attorney of the tendering company. Name of the Tendering Company.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
106
SCHEDULE- 'J'
SCHEDULE OF DELIVERY/EXECUTION PERIOD
(TO BE FILLED IN AND SIGNED BY THE TENDERER)
Guaranteed delivery/completion period counted from the date of issue of Purchase Order/Work order.
Sl. No. Name of equipments &
works
Commencement period in month
Time period of supply erection and commissioning per
month
Total completion period in month
Place : Signature : Date : Name : Status : Whether authorised attorney of the tendering company. Name of the Tendering Company.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
107
SCHEDULE- 'K'
SCHEDULE OF REVISION OF PRICES
(TO BE FILLED IN AND SIGNED BY THE TENDERER)
Against each and every deviation from the specification's conditions as enumerated in the Technical deviation schedule 'C' and Deviations in the General condition Schedule 'D' enclosed, the Amount by which the tendered price will be increased or decreased be indicated clause by clause in this schedule. In case the amount is not mentioned in this schedule against any of the deviations mentioned in deviation sheet (Schedule 'C' & 'D') it will be taken for granted that the same does not involve any change in the tendered price.
Clause No. Deviation if any Amount by which the tendered Price will change
Increase Decrease
Place : Signature : Date : Name : Status : Whether authorised attorney of the tendering company. Name of the Tendering Company.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
108
SCHEDULE- L List of vendor for major equipment and materials.
1 36 KV Outdoor Vacuum circuit
breaker. Areva/ CGL/ ABB/ Siemens/Megawin/Schneider
2 36 KV isolators GR Power/ Elpro / S&S Power/Electrolite/ HIVLEM/ BIMCO/ Universal/ Project Electrical/Muller/A.K. Engineering.
3 36 KV CT AITL/ CGL/ BHEL/ ABB/ TELK/ Mehru Electrical, Highvoltrans, Universal, Magna Flex, Modern Electronics, SCT.
4 36 KV PT AITL/ CGL/ BHEL/ ABB/ TELK/ Mehru Electrical, Highvoltrans, Universal, Magna Flex, Modern Electronics, SCT.
5 30 KV Surge arrester AITL/ Elpro/ CGL/ OBLUM 6 1.1 KV class XLPE Power cable Universal cable, Fort Gloster, Torrent,
Cable Corporation of India ltd. Kirshna Electrical Industries. ICL, Polycab,Havells
7 1.1 KV class P.V.C Power and Control Cable
Prew, Universal cable, KEI, Gems cable, Polycable, Torrent, INCAB, RPG, ICL , Havells
8 C&R Panel ABB, Easun Reyrolle, Areva, Siemens,CGL,Schneider
9 Post Insulator The Vendor should have supplied the materials in BSPTCL. and the materials should have been in successful operation for at list two years as on date of opening of part –1 of the tender.
10 Disc Insulator -Do- 11 M.S. Angle -Do- 12 S/S Structure -Do- 13 H/W fittings -Do- 14 Conductor and Earth wire -Do- 15 M.S. rod and flat -Do- The manufacturer of above equipments and materials who have supplied the items in BIHAR STATE POWER TRANSMISSION COMPANY LIMITED and which must be in successful operation for last two years as on date of Part-I opening shall also be accepted. The equipment to be supplied shall conform to type tests conducted at CPRI, NTH, TAG Corporation or other such reputed Govt. laboratory accredited by NABL within previous five years.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
109
F-I
CONTRACT FORM FOR AGREEMENT
This contract made this ……………..only of ………………. of Two thousand
……………………… between the BIHAR STATE POWER TRANSMISSION
COMPANY LIMITED, constituted under Section 5 of the Electricity (Supply) Act. 1948
(herein after referred to as "ThePurchaser") on the one part and Sri ………………………
in his own behalf and on behalf of other member of the Joint family /proprietor of the
firm ……………………S/O. Sri ……………………… by religion
…………………..P.O. ………………P.S. …………………. District …………... in the
State of……………………….at present residing at village/Town………………………
P.O…………………….. P.S. …………….. District …………………………or
………………………………………………. ……………… as partnership firm/Joint
stock company duly registered under the Indian Partnership Act. 1932/Indian company
Act. 1913/1956 bearing registration No. …….19 with the Registrar of Firms/Registrar of
Joint Stock Companies at …………………in the state of ………………… and having its
registered office at ………………… acting through its . ………………….. namely Sri
……………………….. …….S/O ………………………………………. Permanent
resident of village /Town …………………….P.O……………………. P.S.
………………… District …………... in the State of……………………….at present
residing at village/Town……………………… P.O…………………….. P.S.
…………….. District …………………………...… (hereinafter referred to as the
"contractor/Supplier", which expression, shall unless excluded by or repugnant to the
context including his/heirs, legal representative, successors, executors, administrators and
permitted assigns) on the other part.
Whereas the Purchaser agrees to award the complete work of ………………………
……………………………. and the supplier/Contractor has agreed to execute the said
work in accordance with BIHAR STATE POWER TRANSMISSION COMPANY
LIMITED's notice inviting Tender No. ………………….. general conditions of tender
and the bill of quantity and Contractor/Supplier proposal No
…………………………………. dated …………………………. and
……………………. on the following terms and conditions.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
110
A) The contractor/supplier agrees to execute the above work and deliver the
above said materials inconformity with the provisions of the general
conditions of NIT and other documents referred to above which forms a part
of this contract within ……………………. months from execution of this
contract/ from the date of work order.
B) ThePurchaser hereby agrees to pay to the Contractor/Supplier on due
performance of the contract, price of Rs …………… from thePurchaser's fund
in the manner and in accordance with the terms specified in the NIT as also in
the P.O./W.O. No. ………………… dated …………../ to be issued.
C) Other conditions, if any, to be mentioned
In withness whereof the said Parties hereto have hereunto set and subscribed
their respective hand and seal the day and year first above written.
I signed by/or on behalf of the contractor/supplier ……………….Authorised by the
Contractor/supplier under deed of ……………… dated …………… (Strike off the words
not needed. Where the signature is made under authorization made by a deed resolution,
the consumer should furnish an attested copy of such deed/ resolution).
Signature on behalf of thePurchaser
Signature on the behalf of the
Supplier/Contractor
(Seal of the Contractor/Supplier)
1. Witness 1. Witness
2. Witness 2. Witness
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
111
F-II FOR "SECURITY DEPOSIT"/ "PERFORMANCE GUARANTEE"/ CO NTRACT
GUARANTEE FORM OF GUARANTEE BOND
(To be issued by Nationalised / Scheduled Banks)
This deed of Guarantee is made this ……………………………………………. day of …………………… between ……………………………………………… (Name of the bank and its. ………………………………………………………………………………………
Constitution with detailed address including its head office) (hereinafter called the Bank"
which expression shall, where the context so admits include its successor and permitted
assign) of the one part and the BIHAR STATE POWER TRANSMISSION COMPANY
LIMITED being thePurchaser constituted under Section-5 read with Section-12 of the
Electricity (Supply) Act., 1948 (Act No. LIV of 1948), having its head office at J.L.
Nehru Marg, Patna (herein after called "thePurchaser:" Which expression shall, where the
context so admits include its successor and permitted assign ) of the other part.
1. Whereas ……………………..(name of the contractor or supplier if a Co.) being a
Company registered under the Indian Companies Act having its registered office at
…………………… (name of the contractor) or supplier (s), if a partnership
firm)………………… bearing registration No. ………………..of the year
……………….. with the registrar of firms at ………….. and having its registered office
at …………………………………… (Name of contractor or supplier if individual
…………………………… father's name ……………………………… resident of
…………………….. P.S. …………… District …………………… and having his
principal place of business at [(hereinafter called "the said contractor (s)/ the said supplier
(s)] entered into an agreement no……………. dt …………….. with thePurchaser for
Rs…………… (hereinafter called "the said agreement") has been placed on order No
……………….. dated …………………. for the ……………….. to thePurchaser
(hereinafter called " the said purchase order"/"work order").
2. Whereas, in accordance with clause ………………………. of the said
agreement/the said purchase order, thePurchaser has agreed to make payment to the said
contractor (S)/said supplier (S) of Rs. ………………………….. being cost of
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
112
equipment/project to ………………… percent of value of contract under the said
agreement/ the said purchase order on presentation by the said contractors (s)/the said
supplier (s) of the Bank Guarantee duly approved by thePurchaser for Rs.
………………………………………….. (Rs. ……………………………………
……………….) only being ……………………………………….. percent of the value
of the contract.
AND WHERE AS, in accordance with clause …………………………….. of the
said agreement/ the said purchase order, the Bank has at the request of the said contractor
(s)/ the said supplier (s) agreed to give their guarantee and thePurchaser has agreed to
accept the said Bank Guarantee for the aforesaid sum.
NOW THESE PRESENT WITNESSETH AS FOLLOWS : In consideration of
thePurchaser having agreed to make a payment to the said contractor (s)/ the said supplier
(s) of Rs ………………………………………. as per terms and conditions mentioned in
the said agreement /the said purchase order on presentation of Bank guarantee for Rs.
…………………. (Rupees ………..) only we ……………………Bank do hereby
undertake to pay to thePurchaser an amount not exceeding
Rs………………………………. against any damage or non payment or
………………………………………… suffered or would be caused to be suffered by the
……………………………… reason of any breach by the said contractor (s)/supplier(s)
of the terms and conditions contained in the said agreement/the said purchase order.
3. We …………………………..Bank do hereby undertake to pay the amount due
and payable under this guarantee without any demur, merely on a demand from
thePurchaser stating that amount claimed is due to way of loss or damage caused to or
would be caused to or suffered by thePurchaser stating by reason of any breach of the
said contractor(s)/ the said supplier (s) of any of the terms and condition contained in the
said agreement/ the said purchase order or by reason of the said contractor (s) /the said
supplier (s) failure to perform the said agreement/ the said purchase/ work order. Any
such demand on the bank shall be conclusive as regards the amount due and payable by
the Bank under this guarantee. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs
………………………………………………………………..
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
113
4. We ……………………………..Bank further agree that the guarantee herein
contained remain in full force and effect during the period that would be taken for the
performance of the said agreement/the said purchase order/work order and that it shall
continue to be enforceable till all the dues of thePurchaser under or by virtue of the said
agreement / the said purchase/work order has been fully paid and its claims satisfied or
discharged or till thePurchaser certifies that the terms and conditions of the said
agreement/the said purchase order/work order are fully and properly carried out by the
said contractor (s)/ the said supplier (s) and accordingly discharges the guarantee Unless
a demand or claim under this guarantee is made on us in writing on or before
…………………… we shall be discharged from all liability under this guarantee
thereafter.
5. We……………………………..Bank further agree with thePurchaser that
thePurchaser shall have the fullest liberty without our consent and without affecting in
any manner our obligations hereunder to vary any of the terms and conditions of the said
agreement/ the said purchase order/work order or to extend time of performance by the
said contractor (s) the said supplier (s) from time to time or to postpone for any time or
from time to time, any of the powers exercisable by thePurchaser against the said
contractor (s)/ the said supplier (s) and to forbear on enforce any of the terms and
conditions relating to the said agreement/ the said purchase order/work order and we shall
not be relieved from our liability by reason of any such variation, or extension being
granted to the said contractor (s) the said supplier (s) or for any forbearance act of
commission on part of thePurchaser or any indulgence by thePurchaser to the said
contractor (s) the said purchase order/work order or by any such matter or thing
whatsoever which under the law relating to sureties would but for this provision have
effect of so relieving us.
6. We ………………………… Bank, lastly undertake not to revoke this guarantee
during its currency except with the previous consent of thePurchaser in writing.
Date the ………………day of …………….2010.....for
………………………… Bank
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
114
F-III
FOR "PAYMENT"
FORM OF GUARANTEE BOND (To be used by approved schedule banks)
THIS DEED OF GUARNTEE IS MADE THIS…………………………………. day of …………………………..… 200....………………………………………. between …………………………………………………………………………… (Name of the bank and its. ………………………………………………………………………………………
Constitution with detailed address including its head office) (hereinafter called the Bank"
which expression shall, where the context so admits include its successor and permitted
assign) on the one part and the BIHAR STATE POWER TRANSMISSION COMPANY
LIMITED being thePurchaser constituted under Section-5 read with Section-12 of the
Electricity (Supply) Act., 1948 (Act No. LIV of 1948) having its head office at J.L.Nehru
Marg, Patna –800 021(hereinafter called "thePurchaser") Which expression shall, where
the context so admits include its successor and permitted assign ) on the other part.
1. Whereas ……………………..(name of the contractor or supplier if a Co.) being a
Company registered under the Indian Companies Act having its registered office at
…………………… (name of the contractor's) or suppliers (s), if a partnership
firm)………………… bearing registration No. ………………..of the year
……………….. with the registrar of firms at ………….. and having its registered office
at …………………………………… (Name of contractor or supplier if individual
…………………………… father's name ……………………………… resident of
…………………….. P.S. …………… District …………………… and having his
principal place of business at [(hereinafter called " the said contractor/the said supplier
(s)] entered into an agreement no……………. dt ………………… with thePurchaser for
Rs ………………. (hereinafter called "the said agreement") has been placed an order No
……………….. dated …………………. for the supple and execution ……………….. to
thePurchaser (hereinafter called " the said purchase order").
2. Whereas, in accordance with clause ………………………. of the said
agreement/the said purchase order, thePurchaser has agreed to make a payment to the
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
115
said contractor (S)/said supplier (S) of Rs. ………………………….. being cost of
equipment/project to ………………… percent of value of contract under the said
agreement/ the said purchase order on presentation by the said contractors (s)/the said
supplier (s) of the Bank Guarantee duly approved by thePurchaser for Rs.
………………………………………….. (Rs. ……………………………………
……………….) only being ……………………………………….. percent of the value
of the contract.
AND WHERE AS, in accordance with clause ………………………….. of the
said agreement/ the said purchase order, the Bank has at the request of the said contractor
(s)/ the said supplier (s) agreed to give their guarantee and thePurchaser has agreed to
accept the said Bank Guarantee for the aforesaid sum.
NOW THESE PRESENT WITNESSETH AS FOLLOWS : In consideration of
thePurchaser having agreed to make a payment to the said contractor (s) the said supplier
(s) of Rs ……………………………………….as per terms and conditions mentioned in
the said agreement/ the said purchase order on presentation of Bank guarantee for Rs.
…………………. (Rupees ………..) only we ……………………Bank Limited do
hereby undertake to pay to thePurchaser and amount not exceeding
Rs………………………………. against any damage or non payment or
………………………………………… suffered or would be caused to be suffered by the
……………………………… reason of any breach by the said contractor (s)/supplier(s)
of the terms and conditions contained in the said agreement/the said purchase order.
3. We …………………………..Bank do hereby undertake to pay the amount due
and payable under this guarantee without any demur, merely on a demand from
thePurchaser stating that amount claimed is due to way of loss or damage caused to or
would be caused to or suffered by thePurchaser stating by reason of any breach of the
said contractor(s)/ the said supplier (s) of any of the terms and condition contained in the
said agreement/ the said purchase order or by reason of the said contractor (s)/ the said
supplier (s) failure to perform the said agreement/ the said purchase work order. Any
such demand on the bank shall be conclusive as regards the amount due and payable by
the Bank under this guarantee. However our liability under this guarantee shall be
restricted to an amount not exceeding Rs.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
116
…………………………………………………………
4. We ……………………………..Bank further agree that the guarantee herein
contained remain in full force and effect during the period that would be taken for the
performance of the said agreement/the said purchase order/work order and that it shall
continue to be enforceable till all the dues of thePurchaser under or by virtue of the said
agreement/ the said purchase/work order has been fully paid and its claims satisfied or
discharged or till thePurchaser certifies that the terms and conditions of the said
agreement/the said purchase order/work order are fully and properly carried out by the
said contractor (s) the said supplier (s)/ and accordingly discharges the guarantee Unless
a demand or claim under this guarantee is made on us in writing on or before
…………………… we shall be discharged from all liability under this guarantee
thereafter.
5. We……………………………..Bank further agree with thePurchaser that
thePurchaser shall have the fullest liberty without our consent and without affecting in
any manner our obligations hereunder to vary any of the terms and conditions of the said
agreement/ the said purchase order/work order or to extend time of performance by the
said contractor (s)/ the said supplier (s) from time to time or to postpone for any time or
from time to time, any of the powers exercisable by thePurchaser against the said
contractor (s)/ the said supplier (s) and to forbear on enforce any of the terms and
conditions relating to the said agreement/ the said purchase order/work order and we shall
not be relieved from our liability by reason of any such variation, or extension being
granted to the said contractor (s)/ the said supplier (s) or for any forbearance act of
commission on the part of thePurchaser or any indulgence by thePurchaser to the said
contractor (s)/ the said purchase order/work order or by any such matter or thing
whatsoever which under the law relating to sureties would but for this provision have
effect of so relieving us.
6. We ………………………… Bank lastly undertake not to revoke this guarantee
during its currency except with the previous consent of the Purchaser in writing.
Date the ………………day of …………….2010 for …………………………
Bank
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
117
F – IV
PROFROMA OF LETTER OF UNDERTAKINGS (To be submitted by the Bidder alongwith his Bid)
(To be executed on no-judicial paper of requisite value)
Ref. .................................. Date ...........................
To
Chief Engineer (Transmission) BIHAR STATE POWER TRANSMISSION COMPANY LIMITED Vidyut Bhavan, J.L. Nehru Marg. Patna- 800021,
Dear Sir,
1. I/We have read and examined the following bid documents relating to the …………………… (Full scope of work)
a) Notice Inviting Tender. b) Conditions of Contract c) All the terms and conditions stipulated in the tender documents. d) Technical Specification.
2. I/We hereby submit our Bid and undertake to keep our Bid Valid for a
period of six (8) months from the date of bid i.e. upto ………………..
I/We hereby further undertake that during said period I/We shall not
vary/alter or revoke my/our Bid.
This undertaking is in consideration of BSPTCL. agreeing to open my Bid and
consider and evaluate the same for the purpose of award of work in terms of
provision of tender specifications.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
118
Should this Bid be accepted, I/We also agree to abide by and fulfill all the terms
conditions of provision of the above mentioned bid documents. Signature
alongwith Seal of Co.
……………………………………………..
(Duly authorised to sign the Tender on behalf of the Contractor)
Name ………………………………………
Designation ………………………………...
Name of Co. ……………………………...
(in Block Letters.)
WITNESS
Signature …………………….. Date & Postal Address
Date …………………………. …………………………………………….
Name & Address ……………. …………………………………………….
………………………………. Telegraphic Address
………………………………. ………………………………………………
………………………………………………
TelephoneNo………………….Telex.No.
…………………………………...
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
119
F-V
PROFROMA OF BANK GUARANTEE FOR ADVANCE PAYMENT
(To be stamped in accordance with stamp Act)
Ref. .................................. Bank Guarantee No. ............................ Date ....................................................... To
Dy. Sr. Manager, Finance and Accounts (Hd. Qrs) BIHAR STATE POWER TRANSMISSION COMPANY LIMITED Vidyut Bhavan, J.L. Nehru Marg. Patna- 800021,
Dear Sir,
In consideration of BIHAR STATE POWER TRANSMISSION
COMPANY LIMITED , (hereinafter referred to as the "Owner orPurchaser", which
expression shall, unless repugnant to the context or meaning thereof include its
successors, administrators and assigns) having awarded to M/s …………………
(hereinafter referred to as the 'Contractor' which expression shall unless repugnant to the
context or meaning thereof, include its successors, administrators, executors and assigns),
a Contract by issue of Owner's Letter of Award/Letter of Intent No. ……………… dated
……….. and the same having been unequivocally accepted by the Contractor, resulting
in a Contract bearing No. ……………………. dated ………………. valued at
………………………. for ……………….. (Scope of work) Contract (hereinafter called
the 'Contract') and the Owner having agreed to make an advance payment to the
Contractor for performance of the above Contract amounting
………………………………………….. (in words and figures) as an advance against
Bank Guarantee to be furnished by the Contractor.
We …………………………………………………………………
(Name of the Bank)
having its Head Office at ……………………………. (hereinafter referred to as the
'Bank' which expression shall, unless repurnant to the context or meaning thereof, include
its successors, administrators, executors and assigns) do hereby guarantee and undertake
to pay the Owner, immediately on demand any or, all money payable by the Contractor to
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
120
the extent of ……………… as aforesaid at any time upto ………….. @……….. without
any demur, reservation, contest, recourse or protest and/or without any reference to the
Contractor, Any such demand made by the Owner on the Bank shall be conclusive and
binding notwithstanding any difference between the Owner and the Contractor or any
dispute pending before any Court, Tribunal, Arbitrator or any other authority. We agree
that the guarantee herein contained shall be irrevocable and shall continue to be
enforceable till the Owner discharges this guarantee.
The Owner shall have the fullest liberty without affecting in any way the
liability of the Bank under this guarantee, from time to time to vary the advance or to
extend the time for performance of the Contract by the Contractor, The Owner shall have
the fullest liberty without affecting this guarantee to postpone from time to time the
exercise of any powers vested in them or of any right which they might have against the
Contractor, and to exercise the same at any time in any manner, and either to enforce or
to forrbear to enforce and convenants, contained or implied, in the Contract between the
Owner and the Contractor or any other course or remedy or security available to the
Owner. The bank shall not be released of its obligations under these presents by any
exercise by the Owner of its liberty with reference to the matters aforesaid or any of them
or by reason of any other act or forebearance or other acts of omission or commission on
the part of the Owner or any other indulgence shown by the Owner or by any other matter
or thing whatsoever which under law would, but for this provision have the effect of
relieving the Bank.
The Bank also agrees that the Owner at its option shall be entitled to
enforce this Guarantee against the Bank as a principal debtor, in the first instance without
proceeding against the Contractor and notwithstanding any security or other guarantee
that the Owner may have in relation to the Contractor's liabilities.
Notwithstanding anything contained hereinabove our liability under this guarantee is limited to ………………….. and it shall remain in force upto and including ……… @ ……………… and shall be extended from time to time for such period (not exceeding one year), as may be desired by M/s. ………………… on whose behalf this guarantee has been given. Dated this ………………day of …….20…….at ………………………………….
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
121
P-VI
PROFROMA OF INDEMNITY BOND TO BE EXECUTED BY THE
CONTRACTOR FOR THE EQUIPMENT HANDED OVER BY BIHAR S TATE POWER TRANSMISSION COMPANY LIMITED TO THE CONTRACT OR
FOR PERFORMANCE OF ITS CONTRACT
(Entire Equipment consignment in one lot) (On non-judicial stamp paper of appropriate value)
INDEMNITY BOND
THIS INDEMNITY BOND is made this ………………. day of ………20 …… by
………………………. a Company registered under the Companies Act, 1956/
Partnership firm/proprietary concern having its Registered Office at ……………………
(hereinafter called as 'Contractor' or "Obligor" which expression shall include its
successors and permitted assigns) in favour of BIHAR STATE POWER
TRANSMISSION COMPANY LIMITED constituted under section 5 of the Electricity
(Supply) Act, 1948 (herein after referred to as "ThePurchaser") having its Office at its
project at ………………….. (hereinafter called "PURCHASER" which expression shall
include its successors and assigns):
WHEREASPurchaser has awarded to the Contractor a Contract for ……………… vide
its Letter of Intent /Letter of Award/Contract No. …………………. dated
…………………… and its Amendment No. …………….. and Amendment No.
……………… (Applicable when amendments have been issued) (hereinafter called the
Contract") in terms of whichPurchaser is required to hand over various Equipment to the
Contractor for execution of the Contract.
And WHEREAS by virtue of clause No. ………………. of the said Contract, the
Contractor is required to execute and Indemnity Bond in favour of thePurchaser for the
Equipment handed over to it by thePurchaser for the purpose of performance of the
Contract/Erection portion of the contract (hereinafter called the "Equipment").
NOW THERFORE, This Indemnity Bond witnesseth as follow :
1. That in consideration of various Equipment as mentioned in the Contract,
valued at Rs. …………………. (Rupees …………………) handed over to the
Contractor for the purpose of performance of the Contract, the Contractor
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
122
hereby undertakes to indemnify and shall keep theBSPTCL ingemnified for
the full value of equipment. the Contractor hereby acknowledges receipt of the
Equipment as per dispatch title documents handed over to the Contractor duly
endorsed in their favour and detailed in the Schedule appended hereto. It is
expressly understood by the Contractor that handing over of the despatch title
documents in respect of the said Equipments duly endorsed by thePurchaser in
favour of the Contractor shall be construed as handing over of the Equipment
purported to be covered by such title documents and the Contractor shall hold
such Equipment in trust as a Trustee for and on behalf of thePurchaser.
2. That the Contractor is obliged and shall remain absolutely responsible for the
safe transit/protection and custody of the Equipment at thePurchaser project
site against all risks whatsoever till the Equipment are duly used/erected in
accordance with the terms of the Contract and the Plant/Package duly erected
and commissioned in accordance with the terms of the Contract, is taken over
thePurchaser. The Contractor undertakes to keep thePurchaser harmless
against any loss or damage that may be caused to the Equipment.
3. The Contractor undertakes that the Equipment shall be used exclusively for
the performance/ execution of the Contract strictly in accordance with its
terms and conditions and no part of the equipment shall be utilized for any
other work or purpose whatsoever. It is clearly understood by the Contractor
the non-observance of the obligations under this Indemnity Bond by the
Contractor shall inter-alia constitute a criminal breach of trust on the part of
the Contractor for all intents and purpose including legal/penal consequences.
4. ThatPurchaser is and shall remain the exclusive Owner of the Equipment free
from all encumbrances, charges or liens of any kind, whatsoever. The
equipments shall at all times be open to inspection and checking by Engineer-
in-Charge/Engineer or other employees/agents authorized by him in this
regard. Further thePurchaser shall always be free at all times to take
possession of the Equipments in whatever form the Equipments may be, if in
its opinion, the Equipment are likely to be endangered, misutilised or
converted to uses other than those specified in the Contract, by any acts of
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
123
omission or commission on the part of the Contractor or any other persons or
on account of any reason whatsoever and the Contractor binds himself and
undertakes to comply with the directions of demand of Purchaser to return the
equipment without any demur or reservation.
5. That this indemnity Bond is irrevocable. If at any time any loss or damage
occurs to the Equipment or the same or any part thereof is mis-utilised in any
manner whatsoever, then the Contractor hereby agrees that the decision of the
Engineer-in Charge/ Engineer of the Purchaser as to assessment of loss or
damage to the Equipment shall be final and binding on the Contractor. The
Contractor binds itself and undertakes to replace the lost and/or damaged
equipment at its own cost and/or shall pay the amount of loss of thePurchaser
without any demur, reservation or protest. This is without prejudice to any
other right or remedy that may be available to thePurchaser against the
Contractor under the contract and under this Indemnity Bond.
6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and
punctually comply with the terms and conditions of this Bond to the
satisfaction of thePurchaser, then, the above Bond shall be void, but
otherwise, it shall remain in full force and virtue.
IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its
authorized representative under the common seal of the Company, the day, month and
year first above mentioned.
SCHEDULE
Particulars of the Equipment handed over
Quantity Particulars of Despatch Documents _________
Value of the Equipments
Signature of Attorney in token of receipt.
For and on behalf of
M/s …………………………………………
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
124
F-VII
PROFORMA FOR POWER OF ATTORNEY IN RESPECT OF TENDER ER SIGNATURE
(To be stamped in accordance with the Stamp Act)
(To be executed on non-judicial stamp of requisite value)
KNOW ALL MEN BY THESE PRESENTS, THAT WE, …………….. (Name of
Company) ……………………… hereby appoint and authorize.
…………………………………...
……………………………………
……………………………………
as our true and lawful attorney or attorneys, for us and in our name, Place and stead, to do
the following acts and things, jointly and each of them severally, in respect of the Tender
for ------------------------ invited by BIHAR STATE POWER TRANSMISSION
COMPANY LIMITED, Patna vide Specification No.
(1) To sign, execute and deliver the tender documents and other documents
related thereto,
(2) To negotiate and determine the terms and conditions of the contract, and
(3) To sign, execute and deliver the contract and related documents.
This power of Attorney shall remain in full force and effect for the above stated project.
IN WITNESS WHEREOF, we have caused the signature of our Representative
…………………………………………….. to be affixed hereunto on this ………………
(Date)…………………..
WITNESS
……………………………….. ……………………………….. (Signature) (Signature) ……………………………….. ……………………………….. (Name) (Name) ……………………………….. ……………………………….. (Official Address) (Designation with Official Stamp)
………………………………….
(Address)
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
125
WITNESS
……………………………….. ……………………………….. (Signature) (Signature) ……………………………….. ……………………………….. (Name) (Name) ……………………………….. ……………………………….. (Official Address) (Designation with Official Stamp)
………………………………….
(Address)
Indemnity Bond are to be executed by the authorized person and (i) in case of contracting
company under common seal of company or (ii) having the power of attorney issued
under common seal of the company with authority to execute Indemnity Bond, (iii) In
case of (ii),the original Power of Attorney if it is specifically for this Contract or a
Photostat copy of the Power of attorney if is General Power of Attorney and such
documents should be attached with the Indemnity Bond.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
126
F-VIII
PROFORMA FOR POWER OF ATTORNEY IN RESPECT OF JOINT VENTURES
(On Non-Judicial Stamp paper of appropriate value)
TO WHOM SOEVER IT MAY CONCERN
---------------------------------
N.I.T. No. ----------------------
With reference to the captioned tender invited by BIHAR STATE POWER
TRANSMISSION COMPANY LIMITED (hereinafter referred to as the Employer), we,
…………(Name of company)……………………….. a company incorporated under the
law of …………….., having its principal business office at ……………………………. ,
are participating in the captioned tender as a joint venture partner and hereby authorize:
………………………………………………………………………………………
………………………………………………………………………………………
…………………………………………………………………………………………
as the lead partner to prepare and submit tender, replay to any questions on the submitted
tender, negotiate and conclude the Contract with the Employer and to act and work as our
representative and on our behalf in the execution of the Contract.
We hereby confirm that we agree to extend the guarantee to the Employer for the turnkey
execution of the above stated tender.
This POWER OF ATTORNEY is effective from ………… (Date)………… and remains
in full force and effect for the above stated project.
WITNESS
……………………………….. ……..……………………………….. (Signature) (Signature of authorized representative of main bidder) ……………………………….. ……………………………….. (Name and Address) (Name)
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
127
………………………………. (Common seal of the Company) WITNESS
……………………………….. ……..……………………………….. (Signature) (Signature of authorized Representative of Joint venture partner) ……………………………….. ……………………………….. (Name and Address) (Name) ………………………………. (Common seal of the Company)
(Address)
WITNESS
……………………………….. ……..……………………………….. (Signature) (Signature of authorized Representative of Joint venture partner) ……………………………….. ……………………………….. (Name and Address) (Name) ………………………………. (Common seal of the Company)
(Address)
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
128
F -IX (I)
PROFORMA FOR QUALIFICATION
1. We have noted that to be qualified for award, the tenderer shall provide
evidence satisfactory to thePurchaser of their capability and adequacy of
resources to carry out the contract effectively. The following information/
documents are furnished/submitted along with our bid :
a) Copies of original documents defining the constitution of legal status,
place of registration and principal place of business; written power of
attorney of the signatory of the bid to commit the bidder.
b) The audited balance sheets for the last five years.
2. Other details in support of Qualifying Requirement have been filled in formats
given at the subsequent pages of this Schedule. All individual firms and each
Partner of a Joint Venture bidding for the package are requested to complete
the information in the form. The requisite information to be provided for all
firms (individual sole bidders as well as partner of Joint Venture bidder).
a) Joint Venture Summary : If bidder is a joint Venture of two or more
Partners.
Name of all Partners of joint Venture
1. Partner
2. Partner
3. Partner
The Joint Venture Agreement as per specified format is enclosed at
________________ _____________________M/s ________________________is
nominated as lead Partner and Power of Attorney authorizing M/s
________________as lead Partner, signed by legally authorized signatories of all
Partners is enclosed at _____________________.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
129
P-IX (2)
3. (A) (i). The following is the list of orders executed by us for 33 KV and above
voltage Sub-Station / Bays, the details of which are furnished in the support of
Qualifying Requirements.
Sl. No.
Customer Order Ref. & Date
Order Value
(Lakhs) (Rs.)
Sub Stn. or Line
Voltage (KV)
Total Line
Length (Km) or Sub
Stn Capacit
y
Scope of work in case of line. Scope of work in case of Sub Stn / Bays.
Date of Commi-ssioning of Sub-
Stn.
Survey No of Tower
location
Erection Strin-ging
Date of commi-ssioning
of transm-ission
No of 33 KV
or above line Bays
No. of 33 KV
or above Transfor
mer Bays
Transformer
Capacity
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
130
F-IX (3)
4. (B) (ii). Our Annual Turnover for the last five years are as follows :
Sl. No. Financial Year
(Specify)
Annual Turnover for
Sub Stn. (in Rs. )
Crores
Annual Turnover
for Trans. line (in
Rs. Crores)
1.
2.
3.
4.
5.
2011-12
2010-11
2009-10
2008-09
2007-08
Average Annual Turnover for best three years out of last five financial years is :
Rs. ________________________ Crores.
5. We hereby confirm that the liquid assets (current assets minimum inventories)
And/or evidence of excess to or availability of credit facilities of our company, i.e.
___________________as on _______________(date) in Rs. ________ Crores
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
131
F-IX (4)
6.00 In accordance with the tender documents, Certificate(s) from Banker
issued on ____________ (date) as per requisite format, various fund
based/non-fund based limits sanctioned to the Bidder or each member of
the Joint Venture and the extent of utilisation as on date is/are enclosed at
_________________________.
7.00 The monthly cash flow projection for execution of the Contract is as
follows :
Sl.
No.
Month Anticipated
Cash Flow
Source
8.00 Details of Bidder's Banks :
Name of Banker
Address of Banker
Telephone Contract Name and Title
Fax
9.00 Details of Litigation History
Year Award for or against Applicant
Name of Client, cause of litigation and matter in
dispute
Disputed amont (current value in Indian Rupees)
10.0 Certify that the above informations furnished by me are true and correct to the best of my knowledge.
Signature Place : Name Date : Status
Whether authorised attorney of the tendering company. Name of the tendering company
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
132
…F-IX (5)
NAME OF CONTRACT :
NAME OF PACKAGE :
No. :
N.I.T.
To,
THE CHIEF ENGINEER, (TRANSMISSION) (BIHAR STATE POWER TRANSMISSION COMPANY LIMITED) VIDYUT BHAWAN, J.L. NEHRU MARG, PATNA- 800021
1. Having examined the Tender Documents including the Instructions to
Tenderes, Conditions of Contract, Specification, Employer's Tender
Drawings, Technical Schedules and Schedules of Prices for the execution of
the above-named contract, we, the undersigned, hereby offer to execute,
complete and remedy defects in the whole of the works in conformity with the
said documents.
2. We undertake, if our Tender is accepted, to complete and deliver the whole of
the Works comprised in the Contract within the time or times stated in the
Contract, subject to the said Conditions.
3. We agree to abide by this Tender- Technical Bid, together with the Tender-
Price Bid, for the period of 240 days from the date fixed for receiving the
Technical Bid same and it shall remain binding upon us and may be accepted
at any time before the expiration of that period.
4. This Tender is submitted under our covering letter reference ………………..
dated …………………….. and the completed tender documents and other
information, required by the Instruction to Tenderers, which are enclosed
therewith all of which shall be read and construed as forming a part hereof.
5. This Tender, together with your written acceptance thereof, shall constitute a
binding Contract between us. valid from the date of your written letter of
Acceptance.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
133
6. We understand that you are not bound to accept the lowest or any Tender you
may receive.
Dated this ………………………day of ……………………..2001.
Signature …………………in the capacity of ……………………
duly authorized to sign tenders for and on behalf of …………….
Witness
Address
………………………………………………………………………………
……………………………………………………………………………...
………………………………………………………………………………
Occupation………………………………………………………………….
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
134
F-IX (6)
NAME OF CONTRACT :
NAME OF PACKAGE :
N.I.T. No.
To,
THE CHIEF ENGINEER, (TRANSMISSION) BIHAR STATE POWER TRANSMISSION COMPANY LIMITED VIDYUT BHAWAN, J.L. NEHRU MARG, PATNA- 800021
1. Having examined the Tender Documents including the Instructions to Tenderes,
Conditions of Contract, Specification, Employer's Tender Drawings, Technical
Schedules and Schedules of Prices for the execution of the above-named contract,
we, the undersigned, hereby offer to execute, complete and remedy defects in the
whole of the works in conformity with the said documents for the sum specified
hereunder for the complete package.
Fixed Price for the Eligible Goods and Services: …..No…. (…..words….)
Maximum Price for the local taxes and duties: …...No…. (..…words….)
Total Contract Price …..No….(…. words..…)
Rebate …..No….(…..words….)
Totalcontract price after rebate ….No…..(….words….)
2. We undertake, if our Tender is accepted, to complete and deliver the whole of the
Works comprised in the Contract within the time or times stated in the Contract,
subject to the said Conditions.
3. We agree to abide by this Tender- Technical Bid, together with the Tender- Price
Bid, for the period of 240 days from the date fixed for receiving the Technical Bid
same and it shall remain binding upon us and may be accepted at any time before
the expiration of that period.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
135
4. This Tender is submitted under our covering letter reference ………………..
dated …………………….. and the completed tender documents and other
information, required by the Instruction to Tenderers, which are enclosed
therewith all of which shall be read and construed as forming a part hereof.
5. This Tender, together with your written acceptance thereof, shall constitute a
binding Contract between us. valid from the date of your written letter of
Acceptance.
6. We understand that you are not bound to accept the lowest or any Tender you
may receive.
Dated this ………………………day of ……………………..2001.
Signature …………………in the capacity of ……………………
duly authorized to sign tenders for and on behalf of …………….
Witness
Address
………………………………………………………………………………
……………………………………………………………………………
………………………………………………………………………………
Occupation…………………………………………………………………
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
136
F-X
PROFORMA OF EXTENSION OF BANK GUARANTEE
Ref. ……………………………… Date …………………..
CHIEF ENGINEER (TRANSMISSION)
BIHAR STATE POWER TRANSMISSION COMPANY LIMITED
VIDYUT BHAVAN, J.L. NEHRU MARG,
PATNA- 800021
Dear Sirs,
Sub : Extension of Bank Guarantee No………………..for Rs…………… favoring
yourselves expiring on ……………………. on account of
M/s……………………………. in respect of Contract No……………. dated
……………… (hereinafter called original Bank Guarantee).
At the request of M/s ………………………….., We ………………………. Bank,
branch office at …………………….. and having its Head Office at ………………. do
hereby extend our liability under the above mentioned Guarantee No.
……………………………… Dated ………………….. for a further period of
………………Years/Months from ……………….to expire on ……….. Except as
provided above, all other terms and conditions of the original Bank Guarantee No
………………………dated …………………… shall remain unaltered and binding.
Please treat this as an integral part of the original Bank Guarantee to which it would be
attached.
Yours Faithfully,
For ………………………………
Manager/Agent/ Accountant
Power of Attorney No ……………
Dated ………………………………
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
137
SEAL OF BANK NOTE :
The non-judicial stamp paper of appropriate value shall be purchased in the name
of the bank who has issued the Bank Guarantee.
F-XI
FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT
FACILITIES. __________________________________________________________
This is to certify that M/s …………………………………………………… (Full
name & address) …………………………………. who are submitting their bid to
BSPTCL against tender specification vide Ref . No ……………… and
date……………… is our customer for the past ……………………years.
Their financial transaction with our Bank has been satisfactory. They enjoy the
following fund based and non fund based limits including for guarantees, Letter of credit
and other credit facilities with us against which the extend of utilization as on date is also
indicated below :
Sl. No. Type of facility Sanctioned limit on date Utilisation as on date.
1
2
3
The letter is issued at the request of M/s …………………………………
…………………………………………………………………………………….
Signature
Name of Bank ……………………………
Name of Authorised Signatory …………..
Designation ………………………………
Phone No…………………………………
Address ………………………………….
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
138
F-XII
FORMAT FOR DETAIL ABOUT BOUGHT OUT ITEMS
__________________________________________________________
We hereby furnish the details of the items/equipments, which we proposed to buy for the
purpose of supply for the project with construction.
Sl. No. Item Description Source of supply
Signature Place : Name Date : Status
Whether authorised attorney of the tendering company. Name of the tendering company
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531
139
F-XIII
FORMAT FOR WORK COMPLETION SCHEDULE
We hereby declare that the following work completion schedule shall be
followed by us in furnishing and erection of the equipments for complete Sub
Station. The period indicated below from the date of order:
Sl. No. Description of Work Period of Months 1. Establishment of site Office
2. Commencement of Survey
3. Completion of Survey
4. Commencement of Foundation work
5. Completion of Foundation work
6. Commencement of shipment of structures
7. Completion of Shipment of structure parts
8. Commencement of Erection
9. Completion of Erection
10. Commencement of Stringing
11. Completion of Stringing
12. Interfacing
13. Commencement of Testing and Commissioning
14. Completion of Testing and Commissioning
15. Completion erection, Testing & Commissioning
of one No. 33 KV bay
16. Handing over to BSPTCL.
Signature Place : Name Date : Status
Whether authorized attorney of the tendering company. Name of the tendering company.
Free tenders for Sub Station by Bihar State Power Transmission Company Limited-7730131531