220 kv ss NIT.pdf
Transcript of 220 kv ss NIT.pdf
-
8/17/2019 220 kv ss NIT.pdf
1/399
Specification
for 220/33 KV Substation
220/33 KV Substation of BharatOman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 DEVELOPMENT CONSULTANTS PVT. LTD.
NAME OF THE JOB: 220/33KV SUBSTATION PACKAGE JOB FOR BHARAT
OMAN REFINERIES LTD AT BINA DIST. SAGAR,
MADHYA PRADESH, INDIA.
BIDDING DOCUMENT NO: 7703‐71‐60‐TS‐001
Date of Pre Bid Meeting: 27.08.2014 at 11:00 HRS (IST)
Venue: Bharat Oman Refineries Ltd, Bina, Madhya Pradesh
Last Date and Time for
Submission of offer :03.09.2014 at 12:00 HRS (IST)
-
8/17/2019 220 kv ss NIT.pdf
2/399
BHARAT OMAN REFINERIES LIMITED
BINA, MADHYAPRADESH
PROJECT
220/33 KV SUBSTATION PACKAGE
DOCUMENT NO. : 7703-71-60-TS-001
SPECIFICATION
FOR
220/33 KV SUBSTATION
CONSULTANT
DEVELOPMENT CONSULTANTS PRIVATE LIMITED
BLOCK-DG/4, SECTOR-II, SALT LAKE CITY, KOLKATA – 700 091, INDIA
-
8/17/2019 220 kv ss NIT.pdf
3/399
Specificationfor 220/33 KV Substation
220/33 KV Substation ofBharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 DEVELOPMENT CONSULTANTS PVT. LTD.
OVERALL CONTENT
SECTIONS DESCRIPTION
VOLUME – I TERMS AND CONDITIONS OF CONTRACT
VOLUME – II TECHNICAL SPECIFICATION
VOLUME – III DRAWINGS
VOLUME – IV PROPOSAL EXHIBITS
-
8/17/2019 220 kv ss NIT.pdf
4/399
Specificationfor 220/33 KV Substation
220/33 KV Substation ofBharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 Master Index DEVELOPMENT CONSULTANTS PVT. LTD.
MASTER INDEX LIST
VOLUME – I TERMS AND CONDITIONS OF CONTRACT
SECTION DESCRIPTION
SECTION -1 NOTICE INVITING TENDER (NIT)
SECTION -2 INSTRUCTION TO BIDDERS (ITB)
SECTION -3 GENERAL CONDITION OF CONTRACT (GCC)
SECTION -4 SPECIAL CONDITION OF CONTRACT (SCC)
SECTION -5HEALTH, SAFETY & ENVIRONMENT (HSE) GUIDELINES FORCONTRACTORS
VOLUME – II TECHNICAL SPECIFICATION
SECTION DESCRIPTION
SECTION –E01 GENERAL SPECIFICATION
SECTION –E02 220 KV CIRCUIT BREAKER
SECTION –E03 220 KV DISCONNECTING SWITCH
SECTION –E04 220 KV CURRENT TRANSFORMER
SECTION –E05 220 KV CAPACITIVE VOLTAGE TRANSFORMER
SECTION –E06 220 KV & 33 KV LIGHTNING ARRESTER
SECTION –E07 220 KV PLCC AND WT
SECTION –E08 OUTDOOR SUBSTATION MATERIAL AND HARDWARE
SECTION –E09 SUBSTATION PROTECTION & CONTROL SYSTEM (SPS & SCS)
SECTION –E10 SUBSTATION AUTOMATION SYSTEM (SAS)
SECTION –E11 220/33 KV POWER TRANSFORMER
SECTION –E12 33 KV / 433 V LT AUXILIARY TRANSFORMER
SECTION –E13 33 KV GAS INSULATED SWITCHGEAR
SECTION –E14 HT & LT POWER AND CONTROL CABLESECTION –E15 BATTERY & BATTERY CHARGER
SECTION –E16 ACDB & DCDB
SECTION –E17 ILLUMINATION SYSTEM
SECTION –E18 ELECTRICAL INSTALLATION
SECTION –E19 DESIGN, FABRICATION AND ERECTION OF STRUCTURAL STEEL WORKS
SECTION –E20 DESIGN AND CONSTRUCTION OF CIVIL &ARCHITECTURAL WORKS
SECTION –E21 FIRE PROTECTION SYSTEM
SECTION –E22 AIR CONDITIONING & VENTILATION SYSTEM
-
8/17/2019 220 kv ss NIT.pdf
5/399
Specificationfor 220/33 KV Substation
220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 Master Index DEVELOPMENT CONSULTANTS PVT. LTD.
VOLUME – III DRAWINGS
DRAWING NAME DRAWING NO.
NEW DRAWINGS
MAIN SINGLE LINE DIAGRAM : 220/33 KV SYSTEM 7703-71-60-A1-0101, 2 SHEETSPLOT PLAN 7703-99-26-A0-0001
220 KV SUBSTATION LAYOUT PLAN 7703-71-26-A1-0401
220 KV SECTIONAL ELEVATION 7703-71-26-A1-0402, 2 SHEETS
METERING & PROTECTION BLOCK LOGIC DIAGRAM :LEGEND & COVER SHEET
7703-71-60-A3-1201
METERING & PROTECTION BLOCK LOGIC DIAGRAM :MPPKVV 220 KV LINE FEEDER
7703-71-60-A3-1202
METERING & PROTECTION BLOCK LOGIC DIAGRAM : 220KV BUS TRANSFER CUM COUPLER FEEDER
7703-71-60-A3-1203
METERING & PROTECTION BLOCK LOGIC DIAGRAM : 220KV TRANSFORMER FEEDER 7703-71-60-A3-1204
SINGLE LINE DIAGRAM : 415 V SUBSTATION ACDB 7703-71-60-A1-0106
SINGLE LINE DIAGRAM : 110 V &
48 V SUBSTATION DCDB7703-71-60-A1-0107
33 KV SWITCHGEAR CUM CONTROL BUILDING LAYOUTDRAWING
7703-71-60-A1-0404
CABLING : NOTES & DETAILS 7703-71-60-A4-0400, 30 SHEETS
GROUNDING : NOTES & DETAILS 7703-71-60-A4-0600, 33 SHEETS
ILLUMINATION : NOT`ES & DETAILS 7703-71-60-A4-0800, 21 SHEETS
LIGHTNING PROTECTION : NOTES & DETAILS 7703-71-60-A4-1000, 6 SHEETS
SUBSTATION AUTOMATION SYSTEM (SAS) ARCHITECTURE DRAWING
7703-71-60-A1-1001
BLOCK DIAGRAM : 110 V DC BATTERY AND BATTERYCHARGER
7703-71-60-A3-0109
LEGEND, SCHEME, GENERAL NOTES (FOR FIRE SYSTEM)CIVIL & STRUCTURAL DETAILS
7703-41-32-A3-0507
SCHEME OF AIR COOLED PRECISION AIR CONDITIONERSFOR 33 KV SWITCHGEAR CUM CONTROL BUILDING
7703-71-32-A3-0501
SCHEME OF VENTILATION SYSTEM FOR 33 KVSWITCHGEAR CUM CONTROL BUILDING
7703-71-32-A1-0502
EXISTING DRAWINGSOVERALL EARTHING LAYOUT 99-12-A0-0002, REV-2
(PROPOSED) CABLE TRENCH LAYOUT FROM 132 KVSWITCH YARD TO CPP S/S-10
11-26-A2-0150, REV-1
SWITCHGEAR ROOM EQUIPMENT LAYOUT 0-381-21-00429, REV-3
SWITCHGEAR ROOM FLOOR CUTOUT 1-381-21-02015, REV-1
FIRE WATER LAYOUT 6743-041-16-47-0203, REV-2
LAYOUT OF OWS & CRWS SYSTEM 6743-059-16-47-0202, REV-1
GREAD LEVEL SCANNED DOC, A4, 1SH.
REPORT ON SOIL INVESTIGATION FOR 132 KV
(EXISTING) SWYD OF BINA REFINARY AT BINA, MP.05605-C-SOIL-1-INV-001, REV-2
-
8/17/2019 220 kv ss NIT.pdf
6/399
Specificationfor 220/33 KV Substation
220/33 KV Substation ofBharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 Master Index DEVELOPMENT CONSULTANTS PVT. LTD.
VOLUME – IV PROPOSAL EXHIBITS
SCHEDULE /EXHIBIT NO.
DESCRIPTION
PROPOSAL EXHIBIT: PART-ISCHEDULE-I PROPOSAL PARTICULARS
SCHEDULE-II TECHNICAL PARTICULARS
SCHEDULE-III LIST OF TOOLS AND TACKLES
SCHEDULE-IV DRAWING SUBMISSION SCHEDULE
PROPOSAL EXHIBIT: PART II
EXHIBIT – E1 EXCEPTIONS & DEVIATIONS
EXHIBIT – E2 COMPLIANCE TO BID REQUIREMENT
EXHIBIT – E3 DECLERATION BY THE BIDDER REGARDING BIDDING DOCUMENT
EXHIBIT – E4 PROFORMA FOR ACKNOWLEDGEMENT LETTER OF BIDDING DOCUMENT
EXHIBIT – E5 PROFORMA OF DECLERATION OF BLACK LISTING / HOLIDAY LISTING
EXHIBIT – E6 VENDOR REGISTRATION FORM
EXHIBIT – E7 ELECTRONIC FUNDS TRANSFER MODEL MANDATE FORM
EXHIBIT – E8 PROFORMA OF DECLERATION
EXHIBIT – E9 PROFORMA OF DECLERATION
PROPOSAL EXHIBIT: PART III
3 SHEETS PREAMBLE
SP-0 TOTAL LUMP SUM PRICEBREAK UP OF TOTAL LUMP SUM PRICE OF SP-0
SP-1 A. SCHEDULE OF PRICE FOR DESIGN AND DETAILED ENGINEERING.
SP-2B. SCHEDULE OF PRICE FOR SUPPLY PORTION (OTHER THAN CIVIL &
STRUCTURAL ITEMS
SP-3C. SCHEDULE OF PRICE FOR FABRICATION, ERECTION / INSTALLATION
(OTHER THAN CIVIL & STRUCTURAL ITEMS)
SP-4D. SCHEDULE OF PRICE FOR CIVIL &STRUCTURAL- (INCLUSIVE OF COST
FOR SUPPLY ITEMS &CONSTRUCTION)
FURTHER BREAKUP OF PRICES OF SP-1, SP-2, SP-3 & SP-4
SP-5 A. BREAKUP OF PRICE FOR DESIGN AND DETAILED ENGINEERING
SP-6B. BREAKUP OF PRICE FOR SUPPLY PORTION (OTHER THAN CIVIL &
STRUCTURAL ITEMS)
SP-7C. BREAKUP OF PRICE FOR FABRICATION, ERECTION / INSTALLATION
(OTHER THAN CIVIL & STRUCTURAL ITEMS)
SP-8D. BREAKUP OF PRICE FOR CIVIL & STRUCTURAL- (INCLUSIVE OF COST
FOR SUPPLY ITEMS & CONSTRUCTION)
SP-9RECOMMENDED SPARES FOR TWO YEARS NORMAL OPERATION &MAINTENANCE (O&M)
-
8/17/2019 220 kv ss NIT.pdf
7/399
BHARAT OMAN REFINERIES LIMITED
BINA, MADHYA PRADESH
220/33 KV SUBSTATION PACKAGE
VOLUME – I
TERMS & CONDITIONS OF CONTRACT
DOCUMENT NO. : 7703-71-60-TS-001
CONSULTANT
DEVELOPMENT CONSULTANTS PRIVATE LIMITED
BLOCK-DG/4, SECTOR-II, SALT LAKE CITY, KOLKATA – 700 091, INDIA
-
8/17/2019 220 kv ss NIT.pdf
8/399
Specification
for 220/33 KV Substation
220/33 KV Substation of BharatOman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 Vol - I : Content DEVELOPMENT CONSULTANTS PVT. LTD.
O V E R A L L C O N T E N T
TERMS & CONDITIONS OF CONTRACT
SECTION DESCRIPTION Page No.
1 NOTICE INVITING TENDER (NIT) NIT: 1 to 7
2 INSTRUCTION TO BIDDERS (ITB) ITB: 1 to 18
3 GENERAL CONDITION OF CONTRACT (GCC) GCC: 1 to 79
4 SPECIAL CONDITION OF CONTRACT (SCC) SCC: 1 to 40
5 HEALTH, SAFETY AND ENVIRONMENT (HSE)GUIDELINES FOR CONTRACTORS
HSE: 1 to 34
-
8/17/2019 220 kv ss NIT.pdf
9/399
NOTICE INVITING TENDER220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 Vol – I : Sec 1 : NIT DEVELOPMENT CONSULTANTS PVT. LTD.
VOLUME - I
SECTION – 1
NOTICE INVITING TENDER (NIT)
-
8/17/2019 220 kv ss NIT.pdf
10/399
NOTICE INVITING TENDER220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 NIT 1 of 7 DEVELOPMENT CONSULTANTS PVT. LTD.
NOTICE INVITING TENDER (NIT) _________________________________________________________________________
NAME OF THE JOB: 220/33KV SUBSTATION PACKAGE JOB FOR BHARATOMAN REFINERIES LTD. AT BINA DIST. SAGAR, MADHYA PRADESH, INDIA
_________________________________________________________________________
BIDDING DOCUMENT NO.: 7703-71-60-TS-001
(DOMESTIC COMPETITIVE BIDDING) _________________________________________________________________________
1. INTRODUCTION
Bharat Oman Refineries Ltd. (BORL) is a Company promoted by Bharat Petroleum
Corporation Ltd., a Fortune 500 Indian Navaratna Oil Company, with equity
participation from Oman Oil Company S. A. O. C., Oman. BORL invites bids for thepackage job of 220/ 33 KV Substation on LSTK (Lump Sum Turnkey Contract) basis.
BORL (hereinafter referred as “OWNER/CLIENT”) has appointed DevelopmentConsultants Private Limited as Project Management Consultant (hereinafter referred as
“DCPL/PMC/Engineer-In-Charge”) for 220/33KV Substation project at Bina Dist. Sagar,Madhya Pradesh, India.
DCPL on behalf of Owner, invites sealed bids in single stage three (3) parts as per thefollowing:-
PART – I: Pre-Qualif ication Bid & Earnest Money Deposi tPART – II: Techno-Commercial Bid and
PART – III: Priced Bid
2. BRIEF SCOPE OF WORK
The scope of work shall include Detailed Design & Engineering, Procurement, Supply,Transportation up to BORL Bina Site, Storage, Construction, Erection, Installation,Testing and Commissioning and all other related jobs for successful completion of 220 /
33 KV Substation. Contractor shall obtain all applicable statutory approvals includingapproval from Electrical Inspector for subsequent efficient and trouble free operation ofthe substation.
Complete 220 / 33 KV Substation Package including five (5) nos. 220 KV Bays in 220 KV
Outdoor Air Insulated Switchyard, 33 KV GIS, associated LT AC & DC System,Interconnection of existing 33 KV System at CPP (Captive Power Plant) with the new 33KV GIS alongwith associated modification in the existing 33 KV Switchgear, SubstationControl, Protection and Automation System, Illumination, Earthing, lightning Protection, AC & Ventilation and Fire Detection, Alarm & Protection system alongwith associated
Civil, Structural, Architectural, etc. and successful commissioning of new 220 / 33KVSubstation including removal and shifting of approx. 100 nos. of concrete railwaysleepers alongwith cable drums, cable trays, structure and civil material to remainingyard and re-fencing of the same shall be in the scope of the contractor.
For detailed scope of work for the subject job, please refer Technical part of bidding
document.
-
8/17/2019 220 kv ss NIT.pdf
11/399
NOTICE INVITING TENDER220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 NIT 2 of 7 DEVELOPMENT CONSULTANTS PVT. LTD.
3. COMPLETION PERIOD
The completion period shall be 18 (Eighteen) Months for complete commissioning andhanding over of site to BORL from the date of Fax of Acceptance / Letter of Acceptance.
4. SALIENT DETAILS
a) Bidding Document on Website : 12.08.2014
b) Last Date & Time of Receipt ofPre-Bid Queries
: 25.08.2014 at 16:00 HRS (IST)
c) Date & Time of Pre Bid Meeting : 27.08.2014 at 11:00 HRS (IST)
d) Venue of Pre- Bid Meeting : Bharat Oman Refineries LtdBORL Residential Complex,
Agasode, Dist. Sagar – 470 124,Madhya Pradesh, India
e) Last Date and Time for
Submission of offer
: 03.09.2014 at 12:00 HRS (IST)
f) Contract Period : 18 (Eighteen) Months for completecommissioning and handing over of siteto BORL.
g) Address for Communication withDCPL
: Mr. Madhusudan Chatterjee
Asst . Chief Engineer (Electr ical)
Development Consul tants Pvt. L td.,Development Consultants House,Block-DG/4, Sector-II, Salt Lake City,Kolkata – 700 091, W. B., IndiaE-mail : [email protected]
Ph :+91 33 4012 5550; 093304 36947 h) Place of receipt of tender : Dispatch SectionDevelopment Consul tants Pvt. L td.,Block-DG/4, Sector-II, Salt Lake City,Kolkata – 700 091, W. B., IndiaE-mail : [email protected]
Ph :+91 33 4012 5550; 093304 36947
i) Date & Time for opening of BidPART – I (Pre-Qualification Part)
: 03.09.2014 at 14:00 HRS (IST)
j) Cost of Tender Document : Not Applicable
k) Validity of the offer : Six months from the bid due date
L) Earnest Money Deposit : Rs. 5,00,000/- (Rupees Five Lac Only)
If any of the above mentioned dates happens to be a declared holiday in DCPL, Kolkata /BORL, Bina, the next working day shall be considered.
The complete Bidding Document is available on DCPL website: http://dcpl.net.in; andOWNER’S (BORL) website: http://www.borl.in. Bidders can view / download the
document from any one of the websites mentioned above.
All corrigenda / Addenda, amendments, time extension, clarifications, etc. will beuploaded in the DCPL / BORL websites only and will not be published in any othermedia. Bidders should regularly visit the above website(s) to keep themselves updated.
-
8/17/2019 220 kv ss NIT.pdf
12/399
NOTICE INVITING TENDER220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 NIT 3 of 7 DEVELOPMENT CONSULTANTS PVT. LTD.
5. PRE-QUALIFICATION CRITERIA (PQC)
Bidder shall fulfil the following qualification criteria:
5.1. TECHNICAL CRITERIA
a) The Bidder must have supplied, constructed, installed and commissionedduring last seven (7) years, at least two (2) new 220 KV or higher voltagelevel substations each having at least three (3) number bays and 220KV orhigher voltage Class Power Transformers as a turnkey supplier and suchsubstations must have been in successful commercial operation for at least
two (2) years till 31st July, 2014.
In addition to the above, Bidder must have also supplied, constructed,installed and commissioned 33 KV or higher GIS & 33 KV Cables as aturnkey supplier.
b) The bidder shall procure and supply major equipments like 220 KV Breakers,220 KV Class Power Transformers, 33 KV GIS, 220 KV CT & PT fromreputed national/ International manufacturers who are having at least tenyears of experience till 31st July 2014 for manufacturing and supply of such
equipments.
c) The bidder may or may not be the Original Equipment Manufacturer (OEM) ofthe above mentioned major equipments. In case, bidder is not themanufacturer, they must provide credentials/ certificate of above mentioned
equipments meeting the criteria mentioned in 5.1.b.
The offered equipment shall have valid type test certificate from CPRI orauthorised third party agencies not older than five (5) years from the date ofbid opening.
5.2. FINANCIAL CRITERIA
a) The average annual financial turnover of the bidder during last three (3) yearsending 31stMarch 2014 should not be less than Indian rupees
30Crores.Bidder shall furnish annual report of last 03 financial years (FY2011-12, 2012-13 & 2013-14). In case the balance sheet for the financial year2013-14 is not audited then provisional balance sheet duly certified by
chartered accountant may be submitted alongwith the pre-qualification bid(PART - I).
b) Net worth of the bidder during the last financial year shall be positive.However bidders having negative net-worth will also be considered providedall his annual reports for the preceding three financial years indicate profitafter tax.
c) Bidder shall have experience of having successfully completed similar worksduring last seven years ending 31st July, 2014 as per the following:
i. Three similar completed works costing not less than the amount equal to
Rs. 20.00 Crores each.or
ii. Two similar completed works costing not less than the amount equal toRs. 25.00 Crores each.
-
8/17/2019 220 kv ss NIT.pdf
13/399
NOTICE INVITING TENDER220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 NIT 4 of 7 DEVELOPMENT CONSULTANTS PVT. LTD.
or
iii. One similar completed work costing not less than the amount equal to Rs.40.00 Crores.
Similar works means the following:
The Bidder must have supplied, constructed, installed and commissioned 220KV or higher voltage level substation and 33 KV GIS.
orThe Bidder must have supplied, constructed, installed and commissioned 220KV or higher voltage level substation or higher voltage substation with GIS.
6. DOCUMENTS REQUIRED WITH PRE-QUALIFICATION BID
6.1. The bidder shall, in his own interest, furnish complete documentary evidence to justify that the bidder meets the Pre-Qualification Criteria as given above.
The documents to be furnished should include the following:
a) Work order of “similar works” mentioned with value and the scope of work asdocumentary evidence.
b) Documentary evidence of successful completion of “similar works” from theClient/ Engineer-In-Charge.
c) Credentials/ Certificate conforming to criteria mentioned in clause 5.1b and
5.1.c of Notice Inviting Tender.
d) Annual Report for the last 03 (three) financial years (FY 2011-12, 2012-13 &2013-14) shall be submitted. In case the balance sheet for the financial year2013-14 is not audited then provisional balance sheet duly certified by
chartered accountant may be submitted alongwith the pre-qualification bid(PART - I).
6.2. All documents furnished by the bidder in support of meeting the Technical andFinancial criteria of PQC shall be submitted in a separate envelope along withother documents in PART - I bid. This envelope shall be titled as
“Documentation against Pre-Qualification Criteria (Technical and Financial)”with proper index and page numbering.
6.3. With regards to financial documents, in case Bidder submits audited annualfinancial statements including balance sheet, profit & loss accounts and all otherschedules for last 03 (three) financial years (FY 2011-12, 2012-13 & 2013-14) inoriginal, the same shall be considered without certification of Statutory
Auditor/Notarization of Notary Public.
6.4. However, in case the bidder submits either a photo copy of published statementor a translated copy of the published financial statements, the same shall becertified either by statutory auditor or Notary Public, in original.
6.5. Submission of authentic documents is the prime responsibility of the Bidder.However, Owner/DCPL reserves the right of getting the document cross verified,at their discretion from the document issuing authority.
-
8/17/2019 220 kv ss NIT.pdf
14/399
NOTICE INVITING TENDER220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 NIT 5 of 7 DEVELOPMENT CONSULTANTS PVT. LTD.
6.6. Owner / DCPL reserves the right to complete the evaluation based on the details
furnished (without seeking any additional information) and / or in-house data,survey or otherwise.
6.7. BIDDER submitting their Pre-Qualification details shall not be under liquidation,
court receivership or similar proceedings. Bidder shall give an undertaking in thisregard (EXHBIT – E8).
6.8. BIDDERS who do not meet the above mentioned pre-qualification criteriashall not be considered for further techno-commercial evaluation. Thedecision of OWNER in this regard wi ll be final and binding on the bidders.
7. PRE-BID MEETING
7.1. Pre-Bid meeting shall be held on 27.08.2014 at 11:00 HRS (IST).Bidders arerequested to send their pre-bid queries to DCPL latest by 25.08.2014 16:00 HRS
(IST). Venue of Pre-Bid meeting shall be as follows:
Bharat Oman Refineries Ltd
BORL Residential Complex, Agasode, Dist. Sagar – 470 124,Madhya Pradesh, India
Kind Attn :VP (Commercial)
Ph : +91 07580 – 276170/ 6322E-mail :[email protected]
7.2. The bidder may send their queries, if any, on Bidding Document by e-mail to
reach DCPL within the date indicated at Cl. No. 7.1 above. Address forcommunication with DCPL shall be as follows :
Mr. Madhusudan Chatterjee Asst. Chief Engineer (Electrical)
Development Consultants Pvt. Ltd.,Development Consultants House,Block-DG/4, Sector-II, Salt Lake City,Kolkata – 700 091, W. B., IndiaE-mail : [email protected] :+91 33 4012 5550, 09330436947
7.3. Bidders are requested to send the details of their authorised representatives whoshall attend the pre-bid meeting latest by 25.08.2014 16:00 HRS (IST) to thefollowing e-mail id’s:
i. [email protected];ii. [email protected]
8. SUBMISSION OF BID
Bids completed in all respect should reach DCPL office, Kolkata on or before the TenderDue Date and Time. No extension in the Tender Due Date and Time shall be consideredon account of delay in receipt of bidding document. Bids submitted through Fax / E-mailshall be out rightly rejected. Any bid received after the Tender Due Date and Time isliable to be rejected.
-
8/17/2019 220 kv ss NIT.pdf
15/399
NOTICE INVITING TENDER220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 NIT 6 of 7 DEVELOPMENT CONSULTANTS PVT. LTD.
9. EARNEST MONEY DEPOSIT (EMD)
9.1. Earnest Money Deposit (EMD) shall be paid in favour of Bharat Oman RefineriesLtd., in the form of Demand Draft payable at Bina or Bank Guarantee in the
prescribed pro-forma as enclosed in APPENDIX - C of General Conditions of
Contract (GCC), issued by a Nationalized/ Scheduled Bank in India (except forco-operative banks) and be kept valid for (60) days beyond the validity of the bid.
9.2. Bidders are required to submit the EMD (in the prescribed format) in original at
the time of bid submission in sealed envelope. EMD in original shall be submittedin a sealed envelope titled “Earnest Money Deposit for Bidding Document No.“7703-71-60-TS-001” along with other documents of PART - I bid.
9.3. If the Bidder is unable to submit original EMD within the due date and time of Bidsubmission, such bids shall not be considered for evaluation.
9.4. EMD is exempted to NSIC/SSI units subject to fulfilling below mentionedconditions:
a) SSI Units should be registered with National Small Scale IndustrialCorporation Limited (NSIC).
b) The Unit should be registered for the item tendered.
c) The monetary limit indicated in NSIC registration certificate should covervalue of the bid. .
d) Registration Certificate should be valid up to four months from the date of bid
due date.
e) Photostat copy of valid NSIC registration certificate should be submitted insupport.
9.5. Bidder shall fill in all the details as required in Vendor Registration Form(EXHIBIT – E6) & Bank Mandate Form (EXHIBIT – E7) and submit the same
alongwith the Earnest Money Deposit Envelope.
10. GENERAL TERMS
10.1. Bidders are requested to submit their bid on Zero deviation basis in totalcompliance to Bidding Document without any deviation / stipulation / clarification /assumption. Accordingly, Bidder must submit format for “Compliance to Bidrequirement” as per Format duly filled in along with Un-priced part of Bid.
10.2. BORL / DCPL reserve the right to assess Bidder's capability and capacity to
perform the Contract by taking into account various aspects such as concurrentcommitments, performance etc.
10.3. Owner/DCPL will not be responsible or liable for cost incurred in preparation,submission & delivery of bids, regardless of the conduct or outcome of the
bidding process.
10.4. Total works shall be awarded to one agency based on total lowest (L1) evaluatedprice as per the provisions of the Bidding Document.
-
8/17/2019 220 kv ss NIT.pdf
16/399
NOTICE INVITING TENDER220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 NIT 7 of 7 DEVELOPMENT CONSULTANTS PVT. LTD.
10.5. Fax / e-mail bids shall not be accepted. BORL / DCPL takes no responsibility for
delay, loss or non-receipt of Bid sent by post / courier.
10.6. The Bidder shall not be blacklisted or on Holiday List of BORL / any GovtCompany / Public Sector Unit in India. Bidder’s shall furnish a self-declaration
Certificate for the same (EXHIBIT – E5).
10.7. The bidders who are on Holiday / Negative list of BORL / any Govt. Company /Public Sector Unit in India on due date of submission of bid/ during the process of
evaluation of the bids, the offers of such bidders shall not be considered for bidopening/evaluation/Award.
10.8. In case any Bidder is found to be involved in cartel formation, his Bid will not beconsidered for evaluation / placement of order. Such Bidder will also be debarred
from bidding in future.
10.9. Canvassing in any form by the Bidder or by any other agency on their behalf maylead to disqualification of their Bid.
10.10. Unsolicited clarifications to the offer and / or change in the prices during thevalidity period would render the bid liable for rejection.
10.11. Owner / DCPL reserves the right to reject any or all the bids received or annul thebidding process at any time.
10.12. Transfer of Bidding Document is not permissible.
10.13. Bids not received by the due date and time shall be rejected and representative
of such bidders shall not be allowed to attend bid opening.
10.14. Consultant for the Project or their subsidiary company or companies under themanagement of consultant, are not eligible to quote for the execution of the same job for which they are working as consultant.
10.15. Consortium / Joint Venture Bids shall not be accepted.
10.16. Please acknowledge receipt of this letter along with its enclosures and confirmyour intension to participate in subject bidding through a letter or e-mail/faxmessage as per pro-forma for Acknowledgement – Cum - Consent Letter
(EXHIBIT – E4) attached within seven days from the date of receipt of BiddingDocument.
Thanking you,Very Truly Yours,
Asst . Chief Engineer (Electr ical) Development Consultants Pvt. Ltd.
-
8/17/2019 220 kv ss NIT.pdf
17/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 Vol – I : Sec 2 : ITB DEVELOPMENT CONSULTANTS PVT. LTD.
VOLUME – I
SECTION – 2
INSTRUCTION TO BIDDERS (ITB)
The information provided herein is confidential and proprietary. Unless authorized by Bharat
Oman Refineries limited, any attempts to retain, distribute and disclose or use any
information contained herein is prohibited.
-
8/17/2019 220 kv ss NIT.pdf
18/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 Vol – I : Sec 2 : ITB DEVELOPMENT CONSULTANTS PVT. LTD.
INDEX
INSTRUCTION TO BIDDERS
Sl.No.
TABLE OF CONTENTS
1. INTRODUCTION
2. COST OF BIDDING
3. SITE LOCATION / SITE VISIT
4. BIDDING DOCUMENT
5. OWNER’S CONSULTANT
6. AMENDMENT OF BIDDING DOCUMENT
7. LANGUAGE OF BIDS
8. PREPARATION / SUBMISSION OF BIDS
9. BID PRICE
10. CURRENCIES OF BID & PAYMENT
11. EARNEST MONEY DEPOSIT
12. PERIOD OF VALIDITY OF BIDS
13. INTENTIONALLY OMITTED
14. PRE-BID MEETING
15. FORMAT AND SIGNING OF BIDS
16. UNSOLICITED POST TENDER MODIFICATION
17. DEADLINE FOR SUBMISSION OF BIDS
18. ALL PAGES TO BE INITIALLED
19. CORRECTIONS AND ERAUSRES
-
8/17/2019 220 kv ss NIT.pdf
19/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 Vol – I : Sec 2 : ITB DEVELOPMENT CONSULTANTS PVT. LTD.
Sl.
No.TABLE OF CONTENTS
20. LATE BIDS
21. MODIFICATION AND WITHDRAWAL OF BIDS
22. CLARIFICATION OF BIDS
23. OPENING OF PRE-QUALIFICATION BIDS BY OWNER / CONSULTANT
24. OPENING OF TECHNO-COMMERCIAL BIDS BY OWNER / CONSULTANT
25. TECHNO-COMMERCIAL EXAMINATION OF BIDS
26. COMPLIANCE TO BID REQUIREMENT
27.COMPLETE SCOPE OF SUPPLIES / WORK AND QUALIFICATION OFENGINEERING AGENCY
28. OPENING OF PRICE BIDS
29. EVALUATION AND COMPARISION OF PRICES
30. CONTACTING OWNER / CONSULTANT
31. OWNER’S RIGHT TO ACCEPT / REJECT BIDS
32. NOTIFICATION OF AWARD
33. PURCHASE ORDER / DETAILED LETTER OF ACCEPTANCE
34. CONTRACT AGREEMENT
35. SIGNING OF CONTRACT
36. SECURITY DEPOSIT
37. FRADULANT PRACTICES
38. COMMERCIAL QUESTIONAIRE
-
8/17/2019 220 kv ss NIT.pdf
20/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 1 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
1. INTRODUCTION
Bharat Oman Refineries Ltd (BORL) is a Company promoted by Bharat Petroleum
Corporation Ltd., a Fortune 500 Indian Navaratna Oil Company, with equity participationfrom Oman Oil Company S. A. O. C., Oman. BORL invites bids for the package job of
220/ 33 KV Substation on LSTK (Lump Sum Turnkey Contract) basis.
BORL (hereinafter referred as “OWNER / CLIENT”) has appointed Development
Consultants Private Limited as Project Management Consultant (hereinafter referred as
“DCPL / PMC / Engineer-In-Charge”) for 220/33KV Substation project at Bina Dist.
Sagar, Madhya Pradesh, India.
DCPL on behalf of Owner, invites sealed bids in single stage three (3) parts as per the
following:-
PART – I: Pre-Qualification Bid and Earnest Money Deposit
PART – II: Techno-Commercial Bid and
PART – III: Priced Bid
2. COST OF BIDDING
All direct and indirect costs associated with the preparation and submission of bid
(including pre-bid meetings and site visit, if any), shall be to Bidder’s account and the
Owner will in no case be responsible or liable for those costs, regardless of the conductor outcome of the bidding process.
3. SITE LOCATION/ SITE VISIT
SITE LOCATION
The site is located at a distance of 17 km from Bina town. The nearest railway station is
Bina Railway Station. The nearest port is Kandla, which is approx. 700 km from the site.
The nearest airport is at Bhopal, which is approx. 150 km.
SITE VISITBidder is advised to visit and examine the site, its surroundings and familiarize himself of
the existing facilities and environment, and collect all other information which may be
required for preparing and submitting the bid and entering into the Contract. Claims and
objections due to ignorance of existing conditions or inadequacy of information will not
be considered after submission of the bid and during contract execution. The Owner will
be able to assist the bidders for the purpose, if specifically requested by the respective
bidders.
-
8/17/2019 220 kv ss NIT.pdf
21/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 2 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
The Bidder and any of his personnel or agents will be granted permission by the Owner
to enter upon his premises and land for the purpose of such inspection, but only upon
the explicit condition that the Bidder, his personnel or agents will release and indemnify
the Owner and his personnel and agents from and against all liability in respect thereof
and will be responsible for personnel injury (whether fatal or otherwise), loss of or
damage to property and any other loss, damage, cost and expenses incurred as a result
thereof.
Any request for site visits, shall be forwarded to DCPL, mentioning the following:
Name of the Company: ________________________________
Name of Person: ________________________________
Age: ________________________________
Designation: ________________________________
Nationality: ________________________________
Identity Proof: ________________________________
4. BIDDING DOCUMENT
The bidder is expected to examine the Bidding Document, including all instructions,
forms, terms, specifications, drawings and other documents and requirements of the
Bidding Document. Failure to furnish all information required by Bidding Document or
submission of a bid not substantially responsive to the Bidding Document in every
respect may result in the rejection of the Bid.
The Owner shall not assume any responsibility regarding erroneous interpretations or
conclusions by the prospective or eligible Bidder out of the data furnished by the Owner.
5. OWNER’S CONSULTANT
Development Consultants Pvt. Ltd. (DCPL) is the Project Management Consultant
(hereinafter referred to as the Consultant/DCPL/PMC/Engineer-In-Charge) involved in
the bidding process and in the evaluation of bids for and on behalf of the OWNER.
6. AMMENDMENT OF BIDDING DOCUMENT
6.1. At any time prior to the deadline for submission of bids as well as upto priced bid
opening, the OWNER/DCPL may, for any reason whether at its own initiative or in
response to a clarification requested by the prospective bidder(s), modify the
Bidding Document by amendment.
6.2. The amendment shall form part of the Bidding Document, such amendment
issued shall before the due date for submission of Bids shall be uploaded on
DCPL & BORL website.
-
8/17/2019 220 kv ss NIT.pdf
22/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 3 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
6.3. All corrigenda / Addenda, amendments, time extensions, clarifications, etc. if any
in the bidding document will be notified on DCPL & BORL website and will not be
published in any other media. Bidders shall regularly visit the website for any
updates and submit their Bids. The Bidders shall acknowledge receipt of any
such amendment to the Bidding Document.
6.4. A copy of the amendment shall be submitted by the bidder (s) with techno-
commercial part of their bids, duly signed and stamped as a token of receipt of
complete amendment.
6.5. In order to provide time to prospective bidders to take into account such
amendment in preparing their bids, OWNER/ DCPL may, at its discretion, extend
the deadline for the submission of Bids.
7. LANGUAGE OF BIDS
The Bid prepared by the Bidder, all correspondence and documents relating to the bid
exchanged by the Bidder and the OWNER/ DCPL, shall be written in English language
only. Any printed literature furnished by the bidder may be written in another language
provided that this literature is accompanied by an authenticated English translation, in
which case, for purpose of interpretation of the bid, the English translation shall govern.
8. PREPARATION / SUBMISSION OF BIDS
The Bidder is required to make a proposal in a format as outlined below:
8.1. The Bid shall be submitted in three (3) parts viz. PART - I, PART - II & PART - III
in three separate sealed envelopes:
PART – I: PRE-QUALIFICATION BID& EARNEST MONEY DEPOSIT
PART – II: TECHNO-COMMERCIAL BID
PART – III: PRICED BID
8.2. Pre-Qualification Bid (PART - I) will contain the following documents in 1 (one)
original and 03 (Three) copies (4 sets in all):
PART - I shall comprise of the following:
i) Earnest Money Deposit in separate sealed envelope alongwith Vendor
Registration Form (EXHIBIT E-6) and Bank Mandate Form (EXHIBIT E-7).
ii) All supporting Documents as mentioned in Notice Inviting Tender for
qualifying the Pre-Qualification Criteria in separate sealed envelope.
-
8/17/2019 220 kv ss NIT.pdf
23/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 4 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
All two envelopes shall be sealed properly and to be tagged by their number and
subject and to be put in one large sized envelope which shall form a complete
PART - I bid.
On the top of the main envelope of the PART - I bid, the bidder shall write the
following:
PART – I BID (PRE-QUALIFICATION BID & EARNEST MONEY DEPOSIT)
TENDER NO.:
NAME OF THE JOB:
The original bid form together with Annexure/ Exhibits and accompanying
documents, clearly marked “Original”, plus 03 (Three) copies clearly marked
“COPIES”, must be received in the office of DCPL, Kolkata by the date, time andplace specified. In the event of any discrepancy between the original and the
copies, the original shall govern.
8.3. Techno-commercial / Un-priced Bid (PART - II) will contain the following
documents in 1 (one) original and 3 (three) copies (4 sets in all):
PART - II shall comprise of the following:
i) Power of Attorney in favour of the Bid Signatory.
ii) Master Index of the Bidding Document duly signed and stamped.
iii) All Documents of the tender should be signed/ stamped by the bidder and allpages and should be enclosed alongwith techno-commercial bid.
iv) Bidder to submit un-price copy of SOP (Schedule of Price) with an indicationas “Quoted” or “Not Quoted” against each item. Bidder should not indicate
prices in the un-priced bid.
v) Technical & Commercial Deviations if any. These shall be indicated in
EXHIBIT E-1 only. Deviations mentioned elsewhere in the tender documentother than EXHIBIT E-1 shall not be considered.
vi) Declaration as per EXHIBIT-E2 duly signed & stamped by the bidder as tokenof compliance to the bidding document in totality without any deviation.
vii) Declaration as per EXHIBIT-E3 duly signed & stamped by the bidder as tokenof having received and read all Parts / Volumes of the Bidding Document andhaving accepted and considered the same in preparing and submitting the
bid.
viii) Details of taxes and duties applicable for the offer submitted by the biddershall be clearly mentioned and submitted with the techno-commercial offer.
-
8/17/2019 220 kv ss NIT.pdf
24/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 5 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
ix) The techno-commercial offer shall contain any other technical specifications/
details, which the bidder would like to inform BORL on the subject job.
All documents shall be put in one large sized envelope and sealed which shall
form a complete PART - II bid.
On the top of the main envelope of the PART - II bid, the bidder shall write the
following:
PART – II BID (TECHNO-COMMERCIAL BID)
TENDER NO.:
NAME OF THE JOB:
The original bid form together with Annexure / Exhibits and accompanying
documents, clearly marked “Original”, plus 03 (Three) copies clearly marked
“COPIES”, must be received in the office of DCPL, Kolkata by the date, time and
place specified. In the event of any discrepancy between the original and the
copies, the original shall govern.
8.4. Priced Bid (PART - III) will contain the following documents in 1 (one) original
only in separate sealed envelope:
PART - III shall comprise of the following:
i) Priced Bids (Original) shall be complete with the Price Schedule filled strictlyas per Schedule of Price Format enclosed. The quoted price for each item
shall be written in figures & words. Amount shall be written in Figures only. All
pages in the priced bid form to be signed and sealed by bidder.
Duly signed sealed Priced Bids (PART - III bid) shall be put in one separate
envelope, clearly mentioning the following on top of the envelope:
PART – III BID: “ PRICED BID”
TENDER NO :
NAME OF THE JOB:
The original bid form shall clearly marked “Original”, plus 01 (one) copy clearly
marked “COPY”, must be received in the office of DCPL, Kolkata by the date,
time and place specified. In the event of any discrepancy between the original
and the copies, the original shall govern.
In addition to above, the outer envelope of all the Parts (i.e. PART - I, PART - II
and PART - III) shall indicate the name and address of the bidder.
-
8/17/2019 220 kv ss NIT.pdf
25/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 6 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
8.5. In case of any correction, the bidder shall put his signature and his stamp. No
Stipulation, Deviation, Terms & Conditions, Presumption, basis etc. shall be
made in priced part of the Bid. DCPL / BORL shall not take cognizance of any
such statement and may at their discretion reject such priced bids.
9. BID PRICE
9.1. Prices quoted by the bidder, shall remain firm and fixed and valid until completion
of the CONTRACT performance and will not be subject to variation on any
account except as otherwise specifically provided in the Bidding Document.
9.2. Counter trade proposals will not be considered in the evaluation of bids and
determination of the lowest evaluated Bidder.
9.3. The bid requirements are explicitly stated in the Bidding Document. The Bidder isrequired to study these requirements in detail & make a proposal in an outline as
defined above completely meeting these requirements. The offer must be
complete in all respect, leaving no scope for ambiguity. It is in the interest of the
Bidder to submit complete & comprehensive proposal leaving no scope for
OWNER/DCPL to raise or ask for any further questions or clarifications, with a
view that the proposal may be evaluated only on the basis of what has been
submitted by the bidder in the first instance in order to adhere to a very strict
project schedule. Bidder’s quotation is the responsibility of the bidder and no
relief or consideration can be given for errors or omissions.
9.4. When there is a difference between the Price / Amount in Figures and Words in
SP-0, SP-1, SP-2, SP-3 & SP-4, the price / amount mentioned in Words shall
prevail.
10. CURRENCIES OF BID & PAYMENT
The Price shall be quoted in Indian Rupees only. Offer/ Bid submitted by Bidder in any
other currency shall be out rightly rejected. Payment to the successful bidder shall be
made in Indian Rupees only.
11. EARNEST MONEY DEPOSIT
11.1. Each Bidder shall, as part of its Bid, furnish Earnest Money Deposit for an
amount indicated in the Notice Inviting Tender. Bids not accompanied by the
required Earnest Money Deposit (including bids enclosing a Earnest Money
Deposit which is not according to the format (APPENDIX – C) given in General
Conditions of Contract) shall be considered as non-responsive and shall be
rejected.
-
8/17/2019 220 kv ss NIT.pdf
26/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 7 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
11.2. Earnest Money Deposit (EMD) shall be paid in favour of Bharat Oman Refineries
Ltd., in the form of Demand Draft payable at Bina or Bank Guarantee in the
prescribed pro-forma as enclosed in APPENDIX - C of General Conditions of
Contract, issued by a Nationalized/ Scheduled Bank in India (except for co-
operative banks) and be kept valid for (60) days beyond the validity of the bid.
11.3. Earnest Money Deposit will be discharged or returned to the unsuccessful
Bidders within reasonable time after award of the CONTRACT to the successful
bidder. The successful bidder’s Earnest Money Deposit will be discharged or
returned upon the bidder’s executing the CONTRACT, and furnishing the Bank
Guarantee towards Security Deposit as elsewhere specified in the Bidding/
CONTRACT Documents.
11.4. The Earnest Money Deposit may be forfeited in case of:
a) If a bidder withdraws its bid during the period of Bid Validity.
b) Increase in rates or change in bid conditions after opening of the tender.
c) Refusal to enter into an agreement after award of the CONTRACT.
d) If operation of the CONTRACT is not commenced from the date indicated in
the award of the CONTRACT.
e) To furnish the Bank Guarantee towards Security Deposit.
11.5. The Bank Guarantee by way of Earnest Money Deposit shall be correspondingly
extended by the bidder if the validity of the bid is extended and Bank Guarantee
by way of Earnest Money Deposit shall be kept valid for a period of 60 days
beyond the period of bid validity, including any extensions thereof.
11.6. No interest shall be payable by OWNER on the Earnest Money Deposit amount.
12. PERIOD OF VALIDITY OF BIDS
12.1. Bids shall remain valid for 06 (Six) Months after the deadline for bid submissionas specified in Notice Inviting Tender. A Bid valid for a shorter period shall be
rejected by the OWNER/DCPL as non-responsive.
12.2. Notwithstanding the above, the OWNER / DCPL may solicit the bidder’s consent
to an extension of the period of bid validity. The request and the responses
thereto shall be made in writing.
12.3. If the bidder agrees to the extension request, the validity of the Bank Guarantee
against Earnest Money Deposit shall also be suitably extended.
-
8/17/2019 220 kv ss NIT.pdf
27/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 8 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
12.4. A bidder may refuse the request for such an extension without forfeiting its
Earnest Money Deposit.
12.5. A bidder accepting the request for extension shall not be permitted to modify its
bid because of the extension, unless specifically invited to do so by DCPL/BORL.
13. INTENTIONALLY OMITTED
14. PRE-BID MEETING
14.1. Pre-Bid meeting shall be held on 27.08.2014 at 11:00 HRS (IST). Bidders are
requested to send their pre-bid queries to DCPL latest by 25.08.2014 16:00 HRS
(IST). Venue of Pre-Bid meeting shall be as follows:
Bharat Oman Refineries LtdBORL Residential Complex, Agasode, Dist. Sagar – 470 124,
Madhya Pradesh,India
Kind Attn : VP (Commercial)Ph : +91 07580 – 276170/ 6322E-mail :[email protected]
14.2. The bidder may send their queries, if any, on Bidding Document by e-mail to
reach DCPL within the date indicated in above clause. Address for
communication with DCPL shall be as follows :
Mr. Madhusudan Chatterjee Asst. Chief Engineer (Electrical)
Development Consultants Pvt. Ltd.,Development Consultants House,Block-DG/4, Sector-II, Salt Lake City,Kolkata – 700 091, W. B., IndiaE-mail : [email protected]
Ph :+91 33 4012 5550, 093304 36947
14.3. Bidders are requested to send the details of their authorized representatives whoshall attend the pre-bid meeting latest by 25.08.2014 16:00 HRS (IST) to the
following e-mail id’s:
-
8/17/2019 220 kv ss NIT.pdf
28/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 9 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
15. FORMAT AND SIGNING OF BID
15.1. The original and all copies of the bid shall be written in indelible ink and shall be
signed by the bidder or a person or persons duly authorized to sign on behalf of
the bidder. Such authorization shall be evidenced by written Power of Attorneyaccompanying the bid. All pages of the bid, except for un-amended printed
literature, shall be initialed by the person signing the bid. The name and position
held by each person signing must be written below the signature.
15.2. The bid shall contain no interlineations, erasures or overwriting except as
necessary to correct errors made by the Bidder, in which case such corrections
shall be initialed by the person or persons signing the Bid.
16. UNSOLICITED POST TENDER MODIFICATION
Bidders are advised to quote as per terms and conditions of the Bidding Document and
not to stipulate deviations/ exceptions. Once quoted, the bidder shall not make any
subsequent price changes, whether resulting or arising out of any technical/
commercial clarifications and details sought on any deviations, exceptions or
stipulations mentioned in the bid unless any amendment to Bidding Document is
issued by Owner. Similarly, no revision in quoted price shall be allowed should the
deviations stipulated by him are not accepted by Owner and are required to be
withdrawn by him in favour of stipulation of the Bidding Document. Any unsolicited
proposed price change is likely to render the bid liable for rejection.
17. DEADLINE FOR SUBMISSION OF BIDS
17.1. The original bid, together with required copies must be received by DCPL,
Kolkata on or before the date time and venue as specified in the Notice Inviting
Tender.
17.2. The OWNER / DCPL may, at its discretion, extend the deadline for the
submission of bids by amending the Bidding Document, in which case all rights
and obligations of the OWNER / DCPL and bidders previously subject to the
deadline, will thereafter be subject to the deadline as extended.
18. Al l PAGES TO BE INITALLED
18.1. All signatures in bids shall be dated and shall bear a seal of the bidder. In
addition, all pages of the bids shall be initialed at lower right hand corner by the
Bidder or by a person holding a Power of Attorney authorizing him to sign on
behalf of the bidder before the submission of bids.
18.2. The bidder shall sign and affix its seal on all pages of the priced bid.
-
8/17/2019 220 kv ss NIT.pdf
29/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 10 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
19. CORRECTIONS AND ERASURES
All corrections and alterations in the bid shall be signed in full by the bidder with date. No
erasure or overwriting and application of white fluid is permissible.
20. LATE BIDS
Any bid received by DCPL, Kolkata after the deadline for submission of the bids
(including any extension(s) hereof) will be declared “Late” and rejected and returned
unopened to the bidder.
21. MODIFICATIONS AND WITHDRAWAL OF BIDS
21.1. The bidder may modify or withdraw its bid after the bid submission, provided that
written notice of the modification or withdrawal is received by the DCPL, Kolkata
prior to the deadline prescribed for submission of bids.
21.2. The bidder’s modification or withdrawal notice shall be prepared, sealed, marked
and dispatched in accordance with the provisions of procedure for submission of
bids.
21.3. A bid cannot be withdrawn or modified after the deadline for submission of bids
during the period of validity without forfeiting the Earnest Money Deposit unless
the modification shall be make upon an invitation by the OWNER / DCPL
permitting the bidder to modify the bid.
21.4. If a bid is properly modified within the foregoing provisions, the bid as modified
shall constitute the bid/offer.
22. CLARIFICATIONS OF BIDS
To assist in the examination, evaluation and comparison of bids, the DCPL / OWNER
may, at its discretion, ask the bidder for a clarification of its bid. All responses to a
request for clarification shall be in writing, and no change in the price or substance of the
bid shall be permitted unless specifically sought by DCPL/ OWNER.
23. OPENING OF PRE-QUALIFICATION BIDS BY OWNER/ CONSULTANT
The OWNER/DCPL shall open PART - I (Pre-Qualification Bid) in the presence of
Bidder’s representative(s) duly authorized to attend such opening. The Bidder’s
representative(s) who choose to attend and are present shall sign a register evidencing
their attendance.
-
8/17/2019 220 kv ss NIT.pdf
30/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 11 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
24. OPENING OF TECHNO-COMMERCIAL BIDS BY OWNER/ CONSULTANT
Only Bidders, who have met the Pre-Qualification Criteria on the basis of requirements
mentioned in the Notice Inviting Tender and submitted Earnest Money Deposit and all
other necessary documents in the PART - I of the bid shall be considered eligible byOWNER / DCPL for opening of Techno-Commercial Bid (PART – II) of their bids.
The OWNER / DCPL shall open PART - II (Techno-Commercial Bid) in the presence of
Bidder’s representative(s) duly authorized to attend such opening. The date & time for
opening of Techno-Commercial Bid shall be informed to the bidders by DCPL in
advance.
25. TECHNO-COMMERCIAL EXAMINATION OF BIDS
25.1. OWNER/ DCPL will examine the bids to determine whether they are complete,
whether the documents have been properly signed, and whether the bids are
generally in order.
25.2. The OWNER/DCPL will determine to its/ their subjective satisfaction whether the
bidder has submitted a responsive bid and is qualified to perform the WORK,
satisfactory and such determination shall not be open to question.
25.3. The determination will also take into account the bidder’s financial and technical
capabilities, as well as such other qualifications as the OWNER / DCPL deem
necessary and appropriate. The concurrent commitments of bidders shall also be
taken into consideration while assessing bidder’s financial/ organizational
capability for executing this CONTRACT.
26. COMPLIANCE TO BID REQUIREMENT
26.1. Bidders are requested to resolve all their clarifications / queries to the bidding
document on or before pre-bid meeting date. Thereafter bidders are requested to
submit their bid on “Zero deviation basis” in total compliance to Bidding
Document without any deviation /stipulation / clarification / assumption.
Accordingly, Bidder must submit format for “Compliance to Bid requirement” as
per EXHIBIT-E2 to Proposal Forms duly filled in alongwith Techno-Commercialpart of Bid. Bids not conforming to biding document in totality and / or non-
accompanied by necessary documents as asked for in the Bidding Document
shall be liable for rejection.
26.2. The provisions of the following clause of the bidding document must be adhered
to without any deviations. The bid containing exceptions/ deviations on the
following stipulations/ conditions shall be liable for rejection.
i. Time Schedule.
ii. Schedule of Prices.
-
8/17/2019 220 kv ss NIT.pdf
31/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 12 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
iii. Defect Liability Period
iv. Liquidated Damages for Delay in Completion of Work.
v. Arbitration.
vi. Earnest Money Deposit/ Security Deposit.
Bidder shall not be allowed to submit any price implication or revised price after
submission of bid, unless there is change in the stipulations of the bidding document and
such changes are incorporated through an amendment and any price implication is
specifically sought by DCPL against the amendment. In case Exceptions and deviations
submitted by bidder alongwith Bid are not considered as acceptable and no amendment
is issued, then in such a case the bidders would be required to withdraw such
exceptions/ deviations in favour of stipulations of the bidding document and bidders
would not be eligible for submission of price implication/revised price, failing which such
Bid(s) shall be considered as non-responsive and rejected.
27. COMPLETE SCOPE OF SUPPLIES / WORK AND QUALIFICATION OF
ENGINEERING AGENCY
The complete scope of supplies and WORK / services has been defined in the Bidding
Document. Only those bidders who take complete responsibility for the WORK and who
bid for the complete scope of supplies and WORK as contained in the Bidding Document
shall be considered for further evaluation.
28. OPENING OF PRICE BIDS
Only Bidders, who are technically and commercially acceptable on the basis of
requirements mentioned in the Bidding Document, have submitted their compliance letter
for Bidding Document including any amendment thereof and have confirmed withdrawal
of all deviations (technical/commercial) mentioned in their offer/ subsequent
communication, shall be considered eligible by OWNER / DCPL for opening of price part
of their bids. Techno-commercially acceptable bidders shall be informed in advance of
the date & time for opening of price bids. Such bidders may depute their authorized
representatives to attend the same.
29. EVALUATION AND COMPARSION OF PRICES
Bids shall be evaluated on the Total Evaluated Bid Price by adding the prices for
following items as per following formula:
(X) = (Y) + (Z)
Where,
(X) = Total Evaluated Bid Price
(Y) = LUMPSUM PRICE after deducting the cenvatable taxes and duties from thequoted LUMPSUM price of SP-0
(Z) = Loading on account of TRANSFORMER LOSSES.
-
8/17/2019 220 kv ss NIT.pdf
32/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 13 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
The bidder shall state the transformer losses viz. Differential Copper Loss, Differential
Power Loss and Auxiliary Loss separately. These loses shall be taken into account for
evaluation. The losses mentioned shall be guaranteed figures. No Changes in the
guaranteed figures will be allowed after bid opening.
The details for which shall be as follows:
The factors and the respective Indian Rupees value per unit of differential loss(applicable
for each item/unit of the facilities) for purpose of Evaluation of Bids shall be as stipulated
below as per CBIP (Central Board of Irrigation & Power) norms:
Sl.No.
Equipment
Parameter to betaken for applying
differential pricefactor (F)
Value of F in Indian Rupees(applicable for each item/unit of the
facilities) per unit of parameterdifferential per KW
1. 100 MVA,220/33 kV, 3Phase,Power
Transformer
Differential Copperloss (KW)
Rs. 1,03,570/- per kW(Rupees One Lac Three ThousandFive Hundred and Seventy only)
Differential Ironloss (KW)
Rs. 2,21,300/- per kW(Rupees Two Lac Twenty OneThousand and Three Hundred only)
Auxiliary loss (KW) Rs. 88,530/- per kW
(Rupees Eighty-eight Thousand FiveHundred and Thirty only )
The loading factor is applicable after taking into account permissible deviations in losses
as mentioned in IS 2026.
Total works shall be awarded to one agency based on total lowest (L1) evaluated price
as per the provisions of the Bidding Document.
30. CONTACTING OWNER/ CONSULTANT
No bidder shall contact the OWNER/ DCPL on any matter relating to its bids from the
time of bid opening to the time of Award of CONTRACT, failing which will result in the
rejection of that bidder’s bid.
31. OWNER’S RIGHT TO ACCEPT/ REJECT BIDS
The OWNER reserves right to accept or reject any bid and to annul the bidding process
and reject all bids at any time prior to award of Contract without thereby incurring any
liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of the
ground of OWNER’s action
-
8/17/2019 220 kv ss NIT.pdf
33/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 14 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
32. NOTIFICATION OF AWARD
The OWNER will notify the successful bidder in writing by Letter/ Fax of Acceptance that
its bid has been accepted. The acceptance of Bid will constitute the formation of
CONTRACT. The Time Schedule of the contract shall be reckoned from the date ofissue of Letter/ Fax of Acceptance.
33. PURCHASE ORDER/ DETAILED LETTER OF ACCEPTANCE
Purchase Order / Detailed Letter of Acceptance shall be issued within 30 (Thirty) days of
the Notification of Acceptance of Bid.
34. CONTRACT AGREEMENT
CONTRACT documents for agreement shall be prepared after the notification of
Acceptance of Bid. Until the formal CONTRACT is signed, the Bidding Document and
Amendment and any modifications thereto and/or therefrom agreed upon by the OWNER
to be read with the bidder’s final bid shall be considered as CONTRACT.
The CONTRACT document shall consist of the following:
a) Original Bidding Document issued with its enclosures, drawings etc.
b) Addendum/ Corrigendum/ Amendment to Bidding Document issued, if any.
c) Letter/ Fax of Acceptance
d) Detailed Letter of Acceptance alongwith accepted price-schedule and other
enclosures
e) Secrecy Agreement, if any.
f) The agreement to be signed between OWNER and CONTRACTOR.
Any deviations or stipulations made and accepted by the OWNER after acceptance of
the bid shall be treated as amendment(s) to the CONTRACT and shall be governed by
the conditions relating to amendment of CONTRACT.
35. SIGNING OF CONTRACT
The CONTRACTOR shall execute a formal CONTRACT with the OWNER in the Form
of Contract forming part of the Bidding Document within 10 (Ten) days from the date of
issue of PURCHASE ORDER / DETAILED LETTER OF ACCEPTANCE on a non-judicial
stamp paper of Madhya Pradesh (India) of value not less than Rs 100/-. The cost of non-
judicial stamp paper shall be borne by the CONTRACTOR.
-
8/17/2019 220 kv ss NIT.pdf
34/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 15 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
36. SECURITY DEPOSIT
A sum of 10% of the accepted value of tender shall be deposited by the contractor as
security deposit with the Owner. Refer clause 3.5 of GCC for details for submission of
security deposit.
37. FRAUDULENT PRACTICES
37.1. The owner requires that Bidders/ Vendors/ Contractors observe the highest
standard of the ethics during the award/ execution of Contract. “Fraudulent
Practice” means a misrepresentation of facts in order to influence the award of a
contract to the detriment of the owner, and includes collusive practice among
bidders (prior to or after bid submission)designed to establish bid prices at
artificial non – competitive levels and to deprive the owner of the benefits of free
and open competition.
37.2. DCPL will reject a proposal for award if it determines that the bidder
recommended for award has engaged in fraudulent practices in competing for the
contract in question.
37.3. Bidder is required to furnish the complete and correct information/ documents
required for evaluation their bids. If the information/ documents forming basis of
evaluation is found to be false/forged, the same shall be considered adequate
ground for rejection of bids and forfeiture of Earnest Money Deposit.
37.4. In case the information/document furnished by the Bidder / Vendor / Contractor
forming basis of evaluation of his bid is found to be false/forged after the award of
the contract, Owner shall have full right to terminate the contract and get the
remaining job executed at the risk & cost of such Bidder/ Vendor/ Contractor
without any prejudice to other rights available to owner under the contract such
as forfeiture of Security Deposit, Withholding of payment etc.
37.5. In case, the issue of submission of false documents comes to the notice after
execution of work, Owner shall have full right to forfeit any amount due to the
Bidder/Vendor/Contractor along the forfeiture of Security deposit furnished by the
bidder/vendor /contractor.
37.6. Further, such bidder/Vendor/ contractor shall be put on Blacklist Holiday/
Negative List of owner debarring them from future business with Owner for a time
period.
-
8/17/2019 220 kv ss NIT.pdf
35/399
-
8/17/2019 220 kv ss NIT.pdf
36/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 17 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
SL.
No.Query
Bidder’s Reply /
Confirmation
11. Confirm that while proposing the list of construction equipments,you have considered all relevant construction equipmentsrequired for successful commissioning of equipments.
12. Confirm that you have proposed adequate project/site
organisation with qualified supervisory personnel havingsufficient experience.
13. Confirm that all costs resulting from safe execution of Work, suchas safety induction, use of protective clothing, safety glasses and
helmet, safety precaution taken during monsoon, or any othersafety measures to be undertaken by the CONTRACTOR for
execution of Work are included in the Lump sum Price.
14. Please confirm that all safety rules & regulations as mentioned inBidding Document or notified at later date by OWNER during
execution shall be adhered by CONTRACTOR within Lump sumPrice.
15. Confirm that the following safety precautions shall be followed byCONTRACTOR as mandatory:
- Use of safety goggles while grinding
- Use of helmet/ safety shoes/ Hand gloves
- Crane movement area to be barricaded
- Cylinders of flammable gases to be stacked upright
- Earthing of equipment to be made proper
- Toe boards to be provided in scaffolding platforms
- Excavations to be properly shored / slopped
- Safety net for construction.
16. Confirm the following: -
"The PERT submitted by the bidder with his bid, are indicativeand shall not be basis for extra compensation in case actualneeds are higher.”
Detailed planning schedule developed by CONTRACTOR afterContract award may be subject to fluctuations depending uponactual progress of the project and available Work front.
-
8/17/2019 220 kv ss NIT.pdf
37/399
INSTRUCTION TO BIDDERS220/33 KV Substation of
Bharat Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 ITB 18 of 18 DEVELOPMENT CONSULTANTS PVT. LTD.
SL.
No.Query
Bidder’s Reply /
Confirmation
17. Please furnish the bio data of key personnel including nominatedProject Director Project Manager, Engineering Manager,Engineering Co-ordinator, Purchase Manager, QA/QC Manager,Commissioning Manager, Commissioning Engineer, etc. Thesewill be reviewed and approved by Engineer-in-charge.
18. Please confirm that your Lump sum Price includes cost towardsthird party inspection if any.
19. Please confirm that the scope of this bid package is on turnkeybasis, with single point responsibility to CONTRACTOR including
residual process design, detailed engineering, procurement,supply, fabrication, project management, inspection, expediting,construction, erection, installation, testing, start-up pre-commissioning, commissioning, performance guarantee runsand handing over the plant to OWNER. The scope of work
mentioned under various sections shall not be considered aslimitative and CONTRACTOR’s scope shall include completion ofany activities of work not mentioned in the bid package butrequired to complete the Work in all respects and making itfunctional.
20. Please confirm that the CONTRACTOR shall supply all
chemicals, consumables required for pre-commissioning as perprovision of Bidding Document.
21. Please confirm that you have considered this Contract asindivisible works contract and not divisible contract.
22. The safety measures as mentioned in GCC/SCC shall not beconsidered as limitative. The CONTRACTOR will be required to
develop their stringent safety measures and submit the same toEngineer-in-charge with the provision of a dedicated safety groupclosely monitoring the construction activities in all working shifts.
23. Please confirm that your subcontractor for construction shall bemeeting the requirements as specified in Special Conditions of
Contract including the provision of GCC. Also that the agency forexecuting Electrical work shall have a valid licence for carryingout the Work in the state of Madhya Pradesh.
24. Confirm that your bid is valid for 6 (Six) Months from the due
date of submission of bid.
25.Please confirm that you have submitted price break-as specifiedin Schedule of Prices.
-
8/17/2019 220 kv ss NIT.pdf
38/399
GENERAL CONDITIONS OF
CONTRACT
220/33 KV Substation of BharatOman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 Vol - I : Sec 3 : GCC DEVELOPMENT CONSULTANTS PVT. LTD.
VOLUME - I
SECTION – 3
GENERAL CONDITIONS OF CONTRACT (GCC)
-
8/17/2019 220 kv ss NIT.pdf
39/399
GENERAL CONDITIONS OF
CONTRACT
220/33 KV Substation of BharatOman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 Vol - I : Sec 3 : GCC DEVELOPMENT CONSULTANTS PVT. LTD.
INDEX
GENERAL CONDITIONS OF CONTRACT
SECTION NO./ CLAUSE NO.
DESCRIPTION
I DEFINITION OF TERMS
II GENERAL INFORMATION
2.1 LOCATION OF SITE AND ACCESSABILITY
2.2 SCOPE OF WORK
2.3 INTENTIONALLY OMITTED
2.4 INTENTIONALLY OMITTED
2.5LAND FOR CONTRACTOR’S FIELD OFFICE, GODOWN ANDWORKSHOP
2.6 SAFETY STANDARDS FOR TEMPORARY BUILDINGS
2.7 COLLECTION OF DATA TENDERER’S RESPONSIBILITY
2.8 RETIRED GOVERNMENT OR COMPANY OFFICERS
2.9 SIGNING OF CONTRACT
2.10 FIELD MANAGEMENT
2.11 RATES TO BE IN FIGURES AND WORDS
III GENERAL
3.1 INTERPRETATION OF CONTRACT DOCUMENT
3.2 SINGULAR AND PLURAL
3.3 SPECIAL CONDITIONS OF CONTRACT
3.4 CONTRACTOR TO OBTAIN HIS OWN INFORMATION
3.5 SECURITY DEPOSIT/CONTRACT PERFORMANCEGUARANTEE
3.6 INTENTIONALLY OMITTED
3.7 FORCE MAJEURE
3.8 EXTENSION OF TIME
3.9 INTENTIONALLY OMITTED
3.10 INTENTIONALLY OMITTED
3.11 FORFEITURE OF SECURITY DEPOSIT
3.12 ACTION WHEN WHOLE OF SECURITY DEPOSIT ISFORFEITED
3.13 CONTRACTOR REMAINS LIABLE TO PAY COMPENSATIONOF ACTION NOT TAKEN UNDER CLAUSE 3.12
3.14 COMPENSATION FOR ALTERATION IN OR RESTRICTION OFWORK
3.15 CHANGE IN CONSTITUTION
3.16 ON DEMISE OF CONTRACTOR
3.17 MEMBERS OF THE OWNER OR INDIVIDUALLY
3.18 OWNER NOT BOUND BY PERSONAL REPRESENTATIONS.
3.19 CONTRACTOR'S OFFICE AT SITE
3.20 CONTRACTOR'S SUBORDINATE STAFF AND THEIRCONDUCT.
3.21 SUBLETTING OF WORK3.22 POWER OF ENTRY
3.23 CONTRACTOR'S RESPONSIBILITY WITH THE MECHANICAL
-
8/17/2019 220 kv ss NIT.pdf
40/399
GENERAL CONDITIONS OF
CONTRACT
220/33 KV Substation of BharatOman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 Vol - I : Sec 3 : GCC DEVELOPMENT CONSULTANTS PVT. LTD.
SECTION NO./ CLAUSE NO.
DESCRIPTION
ELECTRICAL, INTER-COMMUNICATION SYSTEM, AIRCONDITIONING CONTRACTOR AND OTHER AGENCIES
3.24 OTHER AGENCIES AT SITE3.25 NOTICES
3.26 RIGHTS OF VARIOUS INTERESTS
3.27 RIGHT OF OWNER TO DETERMINE/ TERMINATE CONTRACT
3.28 PATENTS AND ROYALTIES
3.29 LIENS
3.30 OPERATION OF CONTRACT
3.31 SCOPE AND INTENT
3.32 TYPE OF CONTRACT
3.33 SCHEDULE OF QUANTITIES
3.34 CONTRACT SUM
3.35 CONTRACT BILLS3.36 CHANGE OF CONSTITUTION
3.37 OWNER NOT BOUND BY PERSONAL REPRESENTATIONS
3.38 CANCELLATION OF CONTRACT IN FULL OR PART
3.39 TYPOGRAPHICAL OR CLERICAL ERRORS
IV PERFORMANCE OF WORKS
4.1 EXECUTION OF WORKS
4.2 COORDINATION AND INSPECTION OF WORK
4.3 WORK IN MONSOON AND DEWATERING
4.4 INTENTIONALLY OMITTED
4.5 GENERAL CONDITIONS FOR CONSTRUCTION ANDERECTION WORK
4.6 DRAWINGS TO BE SUPPLIED BY THE OWNER
4.7 DRAWINGS TO BE SUPPLIED BY THE CONTRACTOR
4.8 SETTING OUT WORKS
4.9 RESPONSIBILITY FOR LEVEL AND ALIGNMENT
4.10 MATERIALS TO BE SUPPLIED BY CONTRACTOR
4.11 MATERIALS PROCURED WITH ASSISTANCE OF OWNER
4.12 MATERIALS OBTAINED FROM DISMANTLING
4.13 ARTICLES OF VALUE FOUND
4.14 DISCREPANCIES BETWEEN INSTRUCTIONS
4.15 ALTERATION IN SPECIFICATIONS AND DESIGNS ANDEXTRA WORKS
4.16 ACTION WHERE NO SPECIFICATION ISSUED
4.17 ABNORMAL RATES
4.18 INSPECTION OF WORKS
4.19 ASSISTANCE TO ENGINEERS
4.20 TEST FOR QUALITY WORKS
4.21 SAMPLES
4.22 ACTION AND COMPENSATION IN CASE OF BAD WORK
4.23 SUSPENSION OF WORKS
4.24 OWNER MAY DO PART OF WORK
4.25 POSSESSION PRIOR TO COMPLETION4.26
DEFECT LIABILITY PERIOD FROM THE DATE OF ISSUE OFCOMPLETION CERTIFICATE
-
8/17/2019 220 kv ss NIT.pdf
41/399
GENERAL CONDITIONS OF
CONTRACT
220/33 KV Substation of BharatOman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 Vol - I : Sec 3 : GCC DEVELOPMENT CONSULTANTS PVT. LTD.
SECTION NO./ CLAUSE NO.
DESCRIPTION
VCONTRACTORS FIELD ORGANIZATION/ SUB-
CONTRACTORS AND EQUIPMENTS
5.1 OFFICE ACCOMMODATION'S AT SITE5.2 CONTRACTORS FIELD ORGANIZATION AND EQUIPMENT
5.3EQUIPMENT AND STAFF ASSISTANCE FROM THECONTRACTOR
5.4CONTRACTOR'S SUBORDINATE STAFF AND THEIRCONDUCTS
5.5 LABOUR
5.6 SUB-CONTRACTS
5.7 LABOUR REGULATIONS
5.8 SITE ORDER BOOK
5.9
CONTRACTOR'S RESPONSIBILITY WITH THE MECHANICAL,
ELECTRICAL INTER-COMMUNICATION SYSTEM, AIRCONDITIONING CONTRACTORS AND THE AGENCIES
5.10 OTHER AGENTS AT SITE
VI CERTIFICATE AND PAYMENTS
6.1 SCHEDULE OF RATES AND PAYMENTS
6.2 INTENTIONALLY OMITTED
6.3 LUMPSUM ITEMS IN TENDER
6.4RUNNING ACCOUNT PAYMENTS TO BE REGARDED AS ADVANCE
6.5 NOTICE OF CLAIMS FOR ADDITIONAL PAYMENT
6.6 INTENTIONALLY OMITTED6.7 RECEIPT OF PAYMENT
6.8 RATES FOR SAME ITEMS OF WORK
6.9 DEDUCTION FOR UNCORRECTED WORK
6.10 FLUCTUATIONS
6.11 UNFIXED GOODS AND MATERIALS
6.12 COMPLETION CERTIFICATE
6.13 FINAL DECISION AND FINAL CERTIFICATE
6.14CERTIFICATE AND PAYMENTS NO EVIDENCE OFCOMPLETION
VII TAXES AND INSURANCE7.1 TAXES, DUTIES, OCTROI ETC.
7.2 STATUTORY VARIATIONS IN TAXES/DUTIES
7.3 CENVAT
7.4 INSURANCE
7.5 DAMAGE TO PROPERTY
VIII LABOUR LAWS AND SAFETY REGULATIONS
8.1 LABOUR LAWS
8.2 IMPLEMENTATION OF APPRENTICES ACT 1961
8.3 CONTRACTOR TO INDEMNIFY THE OWNER
8.4 HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS8.5 SAFETY REGULATION
8.6 ARBITRATION
8.7 JURISDICTION
-
8/17/2019 220 kv ss NIT.pdf
42/399
GENERAL CONDITIONS OF
CONTRACT
220/33 KV Substation of BharatOman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 Vol - I : Sec 3 : GCC DEVELOPMENT CONSULTANTS PVT. LTD.
SECTION NO./ CLAUSE NO.
DESCRIPTION
8.8 STATUTORY REQUIREMENTS
IX SAFETY CONDITIONS APPLICABLE TO ALL WORKS9.1 COMPLIANCE WITH STATUTORY REQUIREMENT
9.2 IMPLEMENTATION OF SAFETY REGULATIONS
9.3 RELEVANT INDIAN STANDARD CODES ON SAFETY
9.4 CONTRACTOR’S OBLIGATION ON SAFETY
9.5 MAJOR CONTRACTS
9.6QUALIFICATION AND EXPERIENCE OF MANPOWER TO BEDEPLOYED
9.7 HEALTH ASSURANCE
9.8RESTRICTIONS IN USE OF MANPOWER AND NORMAL
TIMINGS FOR WORK
9.9 TRAINING9.9.1 MANDATORY
9.9.2TRAINING OF CONTRACTOR'S PROPRIETORS, PARTNERS,DIRECTORS AND MANAGERS
9.9.3 SUPERVISORS TRAINING
9.9.4 WORKER'S TRAINING
9.9.5 REFRESHER TRAINING
9.9.6 ADMINISTRATION OF TRAINING
9.9.7CONTRACTORS RESPONSIBILITY FOR TRAINING HISEMPLOYEES
9.10 ISSUE OF ENTRY PASS
9.11 OBLIGATION TO FOLLOW WORK PERMIT SYSTEM9.12 REQUIREMENT OF SUPERVISION
9.13 USE OF PERSONAL PROTECTION EQUIPMENT
9.14 HAZARD COMMUNICATION
9.15 INJURY NOTIFICATION AND INVESTIGATION
9.16 REQUIREMENT OF HOUSE KEEPING
9.17 DISPLAY BOARD AT SITE
9.18 PARTICIPATION IN SAFETY ACTIVITIES
9.19 NOTE
APPENDICES TO GENERAL CONDITIONS OF CONTRACT
APPENDIX NO. DESCRIPTION
APPENDIX-A PROFORMA OF AGREEMENT
APPENDIX-B FORM OF INCOME TAX CLEARANCE CERTIFICATE
APPENDIX-C PROFORMA OF BANK GUARANTEE
APPENDIX-D PROFORMA COMPLETION CERTIFICATE
APPENDIX-E FORMAT OF HYPOTEHCATION BOND
APPENDIX-F FORMAT FOR INFORMATION BY CONTRACTOR
APPENDIX-G INTENTIONALLY OMITTED
-
8/17/2019 220 kv ss NIT.pdf
43/399
GENERAL CONDITIONS OF
CONTRACT
220/33 KV Substation of Bharat
Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 GCC 1 of 79 DEVELOPMENT CONSULTANTS PVT. LTD.
GENERAL CONDITIONS OF CONTRACT
SECTION - I
DEFINITION OF TERMS
1.0 In the Contract Documents, as herein defined, where the context so admits, thefollowing words and expressions will have the following meanings. Any word or phrasedefined in the body of the Contract Documents as opposed to being defined in thisClause 1.0, Section 1 of the General Conditions of Contract, shall have the meaning
assigned to it in such definition throughout the Contract Document, unless the contraryis expressly stated or the contrary clearly appears from the context:
1.1 “ Approved” or “ Approval” means an approval granted in writing.
1.2 “ Appl icable Law” shall mean all statutes, including the act, codes, ordinances,
decrees, rules, regulations, municipal by-laws, judicial or arbitral or administrative orministerial or departmental or regulatory judgments, orders, decisions, rulings orawards, policies, voluntary restraints, guidelines, or any provisions of such laws,including general principles of common and civil law and equity, binding on or
affecting the Parties referred to in the context in which such word is used.
1.3 “Bidder ” means the Person who has submitted the Tender to the Owner, for executing
the Work.
1.4 "Contractor " means the Bidder(includes his/ its legal representative, successor and
permitted assigns) whose Tender has been accepted by the Owner pursuant to
delivery of the Fax of Acceptance.
1.5 "Contract Documents" mean collectively the (i) Tender;(ii) Designs;(iii) Drawings;(iv)Specifications;(v) agreed variations, if any; and (vi) all other document constituting theTender and acceptance thereof including these General Conditions of Contract andthe Special Conditions of Contract.
1.6 "Contract" shall mean the legally binding contract to be entered into between theOwner and the Contractor in the format prescribed in Annexure, for executing the
Work, together with all Contract Documents.
1.7 "Completion Certificate" means the certificate to be issued by Engineer-In Charge to
the Contractor in accordance with Clause 6.12, confirming the Work assigned to theContractor by the Owner having been completed, to the satisfaction of EIC.
1.8 "Drawings" includes all maps, plans and tracings or prints thereof with anymodifications annexed to the Contract Document Approved in writing by the EIC andsuch other drawings as may, from time to time, be furnished or Approved in writing bythe EIC.
1.9 “Earnest Money” means such amounts as deposited by a Bidder with the Owner, atthe time of submission of its Tender.
1.10 The 'Engineer-in-Charge' (EIC) shall mean the engineer in charge designated assuch by the Owner and shall include those who are expressly authorized by theOwner to act for and on his behalf for operation of the Contract.
-
8/17/2019 220 kv ss NIT.pdf
44/399
GENERAL CONDITIONS OF
CONTRACT
220/33 KV Substation of Bharat
Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 GCC 2 of 79 DEVELOPMENT CONSULTANTS PVT. LTD.
1.11 "Equipment" means all appliances and equipment of whatsoever nature for the use in
or for the execution, completion, operation of / maintenance of the Work unlessintended to form part of the Permanent work.
1.12 "Final Certif icate" in relation to a work means the certificate issued by the EIC afterthe Period of Liability is over.
1.13 “Fax of Acceptance” or “ Fax of Acceptance of Bid” shall mean an intimation by theOwner through a Fax/Letter to successful Contractor that his Bid has been accepted inaccordance with the provisions contained in the said “Fax of Acceptance of Bid”.
1.14 “Notice in Writing” or “Written Notice” shall mean a notice in written, typed or printedcharacters sent (unless delivered personally or otherwise proved to have beenreceived) by registered post to the last known private or business address orregistered office of the addressee.
1.15 "Owner " means Bharat Oman Refineries Limited, a company incorporated in India
having its registered office at Bharat Oman Refineries Limited, BORL Res. Complex,Bina District: Sagar 470124 , Madhya Pradesh and corporate office at BPCL Refinery,Mahul, Mumbai – 400 074 and shall include their successors or assigns.
1.16 "Permanent Work" means and includes works which will be incorporated in and forma part of the Work to be handed over to the Owner by the Contractor on completion ofthe Contract.
1.17 "Period of Liability" in relation to a work means the specified period from the date of
issue of Completion Certificate up to the date of issue of Final Certificate during whichthe Contractor stands responsible for rectifying all defects that may appear in the
Works.
1.18 “Person” means and includes any natural person, limited or unlimited liability
company, corporation (including any non-profit corporation), partnership (whetherregistered, unregistered, general, limited or unlimited), sole proprietorship, trust, firm,union, unincorporated association, joint venture, joint stock company, Hindu undividedfamily, estate, court, tribunal, agency, Government, ministry, department, commission,self-regulatory organization, arbitrator, board, or other entity, enterprise, authority, or
business organization whether or not required to be incorporated or registered underany Applicable Law or any agency or political subdivision thereof or any other entitythat may be treated as a person under Applicable Law.
1.19. “Schedule of Quantities” shall be such as given in the Contract Bill.
1.20 "Subcontractor " means any person or firm or company (other than the Contractor) towhom any part of the work has been entrusted by the Contractor, with the prior writtenconsent of the EIC, and the legal representatives, successors and permitted assignsof such person, firm or company.
1.21 “Site In-Charge” shall have such meaning as ascribed to it in Clause 5.2 below.
-
8/17/2019 220 kv ss NIT.pdf
45/399
GENERAL CONDITIONS OF
CONTRACT
220/33 KV Substation of Bharat
Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 GCC 3 of 79 DEVELOPMENT CONSULTANTS PVT. LTD.
1.22 "Specification" shall mean the various technical specifications attached and referredto in the Contract Documents. It shall also include the latest editions, including all
addenda / corrigenda, of relevant Indian Standard Specifications, specifications of theother countries published before entering into Contract.
1.23 "Tender " means the tender submitted by the Contractor for acceptance by theOwner.
1.24 The Site" means the areas on which the Works are to be executed or carried out andany other places provided by the Owner for purpose of the Contract.
1.25 "Work" shall mean the works to be executed in accordance with the Contract or partthereof as the case may be and shall include extra, additional, altered or substitutedworks as required for purpose of the Contract.
-
8/17/2019 220 kv ss NIT.pdf
46/399
GENERAL CONDITIONS OF
CONTRACT
220/33 KV Substation of Bharat
Oman Refineries Ltd.
Doc. No. : 7703-71-60-TS-001 GCC 4 of 79 DEVELOPMENT CONSULTANTS PVT. LTD.
SECTION – II