bid_bijni

download bid_bijni

of 233

Transcript of bid_bijni

  • 7/31/2019 bid_bijni

    1/233

    1

    ASSAM POWER DISTRIBUTION COMPANY LTD.

    BID DOCUMENT

    FOR

    R&M OF 33/11kV Bijni Sub-Division

    ON

    TURNKEY MODE

    UNDER

    BONGAIGAON

    ELECTRICAL CIRCLE,

    APDCL (LAZ)

    SCHEME: ASSAM BIKASH YOJANA- 2010-2011

    NIT No.CGM (PP&D)/ APDCL/ABY-2010-11/R&M/Bijni S S /10

  • 7/31/2019 bid_bijni

    2/233

    2

    SECTION -1NOTICE INVITING TENDER

  • 7/31/2019 bid_bijni

    3/233

    3

    ASSAM POWER DISTRIBUTION CO. LTDPROJECT PLANNING & DESIGN

    NIT No.CGM (PP&D)/ APDCL/ABY-2010-11/R&M/Bijni S S/10

    Sealed Tenders are invited from experienced & financially sound Electrical Contractor(s)

    (individual or joint venture)/Firm(s) having valid electrical contractor license up to 33kV issued by the

    competent authority of the Govt. of Assam for R&M of 33/11kV Bijni substation under Bongaigaon

    Electrical Circle, APDCL (LAZ) on Turnkey mode.Cost of Tender Paper: Rs.3000/-(Rupees three thousand) only in the form of A/C Payee

    Demand Draft/Bankers Cheque (non-refundable) duly pledged in favour of ASSAM POWERDISTRIBUTION COMPANY LIMITED. Tender papers can be purchased in all working days up to 4 PMw.e.f. 25.07.2011 to 02.08.2011 from the office of the Chief General Manager (PP&D), APDCL, Bijulee

    Bhawan, Paltan bazar 6TH

    Floor, Guwahati-1

    Details may be seen in the website www.apdcl.gov.in

    Chief General Manager (PP&D),

    APDCL, 6th

    floor, Bijulee Bhawan.

    Guwahati-1

    Memo No. CGM(PP&D)/APDCL/ABY-2010-11/R&M of Bijni SS/5 Dt. 20.07.2011

    Copy to: -

    1. PS to the Chairman cum Managing Director, APDCL, Bijulee Bhawan for kind appraisalof the CMD.

    2. The CGM (D), APDCL(LAZ), Bijulee Bhawan, Guwahati-1 for favour of kind information.

    3. The General Manager, Guwahati Zone, APDCL(LAZ), Guwahati for information.

    4. The DGM, Bongaigaon Electrical Circle, APDCL (LAZ), for information & necessary

    action.

    5. The PRO, ASEB, Bijiulee Bhawan, Paltan Bazar, Guwahati for publication of the above

    tender in one issue of The Sentinel and Dainik Janambhumi.6. The OSD to MD, APDCL, Bijiulee Bhawan, Paltan bazaar, Guwahati for publication in the

    official website.

    Chief General Manager (PP&D),

    APDCL, 6th

    floor, Bijulee Bhawan.

    Guwahati-1

    http://www.apdcl.gov.in/http://www.apdcl.gov.in/
  • 7/31/2019 bid_bijni

    4/233

    4

    ASSAM POWER DISTRIBUTION CO. LTDPROJECT PLANNING & DESIGN

    NOTICE INVITING TENDER

    NIT No.CGM (PP&D)/ APDCL/ABY-2010-11/R&M/Bijni S S/10

    Sealed Tenders are invited from experienced & financially sound Electrical Contractor(s)

    (individual or joint venture)/Firm(s) having valid electrical contractor license up to 33kV issued by the

    competent authority of the Govt. of Assam for R&M of 33/11kV Bijni substation under Bongaigaon

    Electrical Circle, APDCL(LAZ) on Turnkey mode.

    Source of Fund: Assam Bikash Yojana 2010-11

    Eligibility Criteria:

    1. Average Annual turnover of the bidder for the last three financial years for the work should be

    as mentioned below and duly certified by registered Chartered Accountant with Registration No.

    2. Past and present performance of the bidder in ASEB or in any of its successor companies will

    be taken into account to decide the eligibility as per clause 4(b) of sec-2.

    3. The bidders must have adequate experience in doing similar electrical construction work and to

    be substantiated through certificate issued by an Engineer not below the rank of DGM/SE along

    with supporting copies of the work executed under any reputed utility / department. Lack of

    experience of the bidders will render the bid liable for rejection. The certificate should form a

    part of the techno-commercial bid.(as per clause no 4 of Sec-2)

    4. The bidder must not be involved in any litigation with ASEB/ or any successor company of

    ASEB. The bidder should submit a declaration to that effect.

    5. Earnest money should be as mentioned below. However Earnest money deposit (EMD) will be

    50% for SC, ST & OBC bidder subject to submission of caste certificate along with the Techno-

    Commercial bid of the tender.

    Package

    Work description

    Average

    annual

    turnover

    (Rs in lakh)

    EMD

    amount

    (Rs. In

    lakh)

    Period of

    completion

    In days

    ABY 2010-

    11 /Bijni/01

    R&M of 33/11 kV Bijni, substation

    under Bongaigaon Electrical Circle,

    APDCL(LAZ)

    30.0 1.20

    285

    (two hundred

    eighty five) days

    from the date of

    issue of work

    order

    Bid validity: 180 days from the date of submission of Bid.

    Cost of Tender Paper: Rs.3000/-(Rupees three thousand) only in the form of A/C Payee DemandDraft/Bankers Cheque (non-refundable) duly pledged in favour of ASSAM POWER DISTRIBUTIONCOMPANY LIMITED. Tender papers can be purchased on all working days up to 4 PM w.e.f. 25.07.11to 02.08.11 from the office of the Chief General Manager (PP&D), APDCL, Bijulee Bhawan, 6

    THFloor,

    Guwahati-1.

    Alternatively, the Bid Document can be downloaded from the website: www.apdcl.gov.in fortender submission purpose. The bid can be downloaded upto 4 pm of 02.08.11. The Bidders using

    http://www.apdcl.gov.in/http://www.apdcl.gov.in/
  • 7/31/2019 bid_bijni

    5/233

    5

    downloaded document will attach with their Bids(Techno-commercial) an A/C Payee DemandDraft/Bankers Cheque (non-refundable) of Rs.3000/-(Rupees three thousand only) duly pledged infavour of Assam Power Distribution Company Limited, Guwahati-1as a cost of tender paper. Bidderswill ensure that the complete document in full is downloaded and used. Any bid without the payment

    of Rs. 3000.00 as above will be rejected outright ; the date of purchase of said A/C Payee

    Demand Draft/ Bankers Cheque should be within the date of issue of Tender paper.

    Date of submission of Tenders: Up to 13-00 Hrs. of17.08.11

    Date of opening of Bid: Techno-commercial bids will be opened on 17.08.11 at 13-30 Hrs. and the

    price bid on a date to be notified later on.

    Terms & Conditions:

    1. The work should be carried out as per latest REC specification and construction standard.

    2. In case of a joint venture firm, the relevant deed in support of joint venture, an agreement duly

    registered or certified by Notary must be submitted along with the bid. In absence of such

    documents, the tender from a joint venture firm shall be rejected.( for joint venture requirementrefer Sl 5 of Sec-2)

    3. The Techno-Commercial& Price bids must be submitted in two separate sealed cover

    superscripting the following on both the covers

    a) Name of bidder with full address

    b) Techno-Commercial bid with earnest money for envelope containing Techno-commercial Bid and Price bid for envelope containing the price bid.

    c) NIT reference number.

    4. Rates should be quoted both in figures and words legibly and no overwriting will be accepted.

    5. Earnest money as stipulated should be submitted with the Techno-Commercial bid in the form

    ofBank Guarantee (BG) of Nationalized Bank/Bank Call Deposit/NSC/KVP /Term Deposit

    pledged in favour of ASSAM POWER DISTRIBUTION COMPANY LIMITED, Guwahati -1valid uptoApr 2012. Any tender without earnest money will be rejected outright.6. Quoted rate should be firm and inclusive of all taxes and duties.

    7. Quoted rate must be valid for a minimum of 180 days.

    8. There will be pre-bid discussion with the intending tenderer to be held on 11.08.11 at 1500 Hrs

    in the office of the undersigned regarding terms and conditions and scope of work.

    9. The tender should be submitted in the office of the Chief General Manager (PP&D), APDCL,

    Bijulee Bhawan, 6th

    floor, Paltanbazar, Guwahati-1 and will be opened on the scheduled date &

    time in presence of the intending tenderers.

    10. The Company reserves the right to accept or reject any tender in part or in full or spilt the work

    or cancel/withdraw the Notice inviting tender without assigning any reason thereof whatsoever

    and in such case, no tenderer/ intending tenderer shall have any claim arising out of such

    action.

    Chief General Manager (PP&D),

    APDCL, 6th

    floor, Bijulee Bhawan.

    Paltan bazar,Guwahati-1

  • 7/31/2019 bid_bijni

    6/233

    6

    SECTION 2TENDER INVITING PROPOSAL

  • 7/31/2019 bid_bijni

    7/233

    7

    ASSAM POWER DISTRIBUTION CO. LTDPROJECT, PLANNING & DESIGN

    TENDER INVITING PROPOSALS WITH TERMS & CONDITIONS FOR

    R&M of 33KV Bijni substation under Bongaigaon Electrical Circle, APDCL (LAZ) on TURN KEY

    MODE as per details below.

    1. Intent of the Tender Enquiry

    The intent of the Tender Enquiry is to invite proposals from the prospective and relevantly

    experienced and financially sound contractor(s) (individual or joint venture)/firms to carry out the work of

    R&M of 33KV Bijni substation under Bongaigaon Electrical Circle, APDCL (LAZ) ON TURNKEY MODE.

    2. Scope of Work

    The various activities under the scope of work shall among other related aspects cover the

    following.i. Procurement and supply of all materials required for the work.

    ii. Site unloading, storage and handling of all materials supplied including watch and ward for safe

    custody.

    iii. Site fabrication work as per requirement.

    iv. Submission of implementation schedule from the date of award of contract for: -

    Route survey for laying new lines wherever required

    Erection, testing and commissioning of all materials/equipment supplied/system installed.

    v. Project management and site organization.

    vi. Obtaining clearance from statutory Agencies, Government Departments, Village Panchayats

    etc. wherever necessary

    vii. Submission of specification/Test Certificate/Drawings etc. of all materials supplied.viii. A list of various items normally involved in proposed type of work is provided in this document.

    This, however, is not to be considered as limiting but only typical. Vendors scope will include allother items and materials as may be required to effectively complete the work.

    Above all, the scope of work of the vendor/contractor will include all items and facilities as may

    be necessary to complete the electrification work on turnkey basis and as binding requirement.

    3. Basic specification of the various equipment/ works to be supplied /carried out.

    i. All equipment supplied shall conform to the requirement of relevant ISS (BIS) as approved by

    ASEB/Company and that of REC specification and construction standards.

    ii. All materials supplied shall be erected, protected as per approved standard practice for

    proposed type of electrical work so as to supply electricity to the consumers most effectively

    and in an intrinsically safe manner.

    iii. All equipment supplied and installed shall provide easy and effective:

    Maintainability

    Reliability

    Availability

    Long life

    All equipment supplied and installed shall be provided stable and adequate weather protection,

    system earthing etc. LA should be earthed separately.

    iv. All items, which may require frequent opening up/ dismantling for maintenance, shall be

    adequately sealed against any tampering/ theft etc.

    v. Generally supply and erection of materials and system shall meet the requirement of

    construction standard being followed in the electrification work.

  • 7/31/2019 bid_bijni

    8/233

    8

    4. Basic qualifying requirement:

    The prospective bidder must fulfill the following pre-bid qualifying requirement

    a. The bidder must have valid electrical Contractors and Supervisors Li cense (HT) issued by the Licensing

    Authority of Govt. Of Assam.

    b. The bidder must have successfully erected and commissioned at least 1 no. of 33/11kV substation during last

    10years as on the date of bid opening and which must be in satisfactory operation for at least 1 (one) year ason the date of bid opening.

    c. The bidder shall furnish details of the work / works along with its value already in hand either of APDCL, or in

    any other successor companies of ASEB along with date of completion as per Letter of Award and actual date

    of completion duly certified by the competent authority as per format enclosed as Annexure-IA. This shall be

    treated as one of the major qualifying criteria for technical evaluation of the bid.

    d. bidder shall furnish details of the work / works along with its value already in hand either of APDCL, or in any

    other successor companies of ASEB .

    e. Average annual turnover of the bidder for best of three financial years out of five/ last three consecutive

    financial years should be as per NIT and the annual turnover should be certified by a registered Chartered

    Accountant.

    f. The bidder shall furnish latest VAT registration and clearance certificate, WCT, CST Registration certificate,Service tax registration, Employee Provident fund and valid Labour License.

    g. The bidder shall furnish copy of their Pan Card. The card must be in the name of the firm if the bidder is a firm.

    If it is a joint venture copy of Pan Card of both the partner must be submitted.

    h. Joint venture agreement should be a registered one or certified by Notary.

    i. Power of attorney should be a registered one.

    j. Formal authority Registered/Notorised for signing the tender or other documents on behalf of the firm /

    individual must be submitted along with the bid. In case of registered company B oards resolution of

    the company for authorized signatory

    5. Joint Venture Requirement

    i. The Bid and, in case of successful Bid, the form of agreement shall be signed so as tobe legally binding both the partners.

    ii. One of the partners shall be authorized to be as the lead partner and this authorization

    shall be evidenced by submitting a Power of Attorney signed by legally authorized

    signatories of the partners. Also the lead partner must have valid electrical Contractors and

    Supervisors License (HT) issued by the Licensing Authority of Govt. Of Assam

    iii. The lead partner shall be authorized to incur liabilities, receive payments and receive

    instructions for and on behalf of any or all partners of the joint venture and the entire

    execution of the contract.

    iv. All the partners of the joint venture shall be jointly and severally liable for the execution

    of the contract in accordance with the contract terms and a relevant statement to this

    effect shall be included in the authorization mentioned under (ii) above as well as in the

    bid form and the form of agreement (in case of successful bidder).

    v. A copy of the agreement entered into by the joint venture partners shall be submitted

    with the bid.

    vi. The figure of average annual turnovers for the joint venture partners shall be addedtogether to determine the bidders compliance with the minimum average turnoverrequirement for the package. However, the lead partner must meet at least 40% andother partner must meet the at least 25% of the minimum average annual turnovercriteria given in the Tender.

    6. Other requirements:The Bidder

    i) Should be acquainted himself with relevant conditions of the local geography and socio

    economic setup of the different location of the State and being capable accordingly tomobilize, organize and expedite the activities.

  • 7/31/2019 bid_bijni

    9/233

    9

    ii) Should have adequate working personnel comprising of Electrical/ Mechanicalengineers, electrical supervisor, skilled and unskilled labour to be deputed to theproposed assignment.

    iii) Should be conversant with the code/ standards applicable to proposed type of work.ISS, REC guidelines

    7. Submission of bid

    The bidder shall submit the bid/bids in sealed envelope/envelopes as follows:a. Techno-commercial bid

    Techno-commercial bid should be submitted in a sealed envelope, Superscribing Techno-commercial bid with EMD with name of bidder, full address and NIT reference, packageno. and under this will be included and defined vendors scope of work, responsibilities,guarantees, specification of equipment, commercial terms and conditions, vendorscompany credentials, experience of similar assignments, registration details, etc. as perrequirement. Tender proforma for techno-commercial Bid is enclosed as Annexure-I.

    b. Earnest Money Deposit (EMD):The Tender must be accompanied with earnest money as mentioned in the NIT against thework to be deposited in the form of Bank Guarantee (BG) of Nationalized Bank/ Bank CallDeposit/NSC/KVP /Term Deposit pledged in favour of ASSAM POWER DISTRIBUTIONCOMPANY LIMITED. Guwahati-1. The EMD should be submitted along with Techno-Commercial bid. The earnest money will be released to the unsuccessful bidders onfinalization of the tenders. The EMD to the successful bidder will be released on submissionof Security Deposit at the time of execution of the agreement as per clause 10.3

    c. Submission of documents with technical bids.i) Detail list of makes and materials offered with catalogues, technical specification etc.ii) Certificates and testimonials in support of credentials of the bidders organization.iii) Details past experience along with present works in hand with awarded amount and

    progress report.iv) Brief write-up on methodology to carry out the assignment, if awarded.v) Details of manpower to be engaged for the assignments.vi) Any other information, the vendor may feel facilitative in evaluating the bid.vii) Copies of bidder and supervisors license, etc. viii) Certificate from Registered Charted Accountant in support of Annual turn overix) Solvency certificate from Bankx) Certificate in support of performance of the bidder

    d. Price BidPrice bid should be submitted in a sealed envelope superscribing Price Bid with name ofbidder, NIT reference No. Under this will include rates of supply and erection of differentitems for electrification. The tender proforma for price Bid is enclosed as Annexure-II

    e. Submission of bidBoth the envelope should be placed in a bigger envelope duly sealed superscribing nameof bidder, NIT reference and addressed to CGM(PP&D), APDCL, Bijulee Bhawan,Paltanbazar, Guwahati.

    Note:-:a. If there is discrepancy between the unit price and the total price that is obtained by multiplying

    the unit price and quantity, the unit price shall prevail and total price should be corrected. Ifthere is a discrepancy between the words and figures, the amount in word should prevail. If thebidder does not accept the correction of the errors as above, his bid will be rejected and theamount of bid guarantee/security will be forfeited.

    b. No separate declaration offering discount on price will be allowed. Offered price in theprice schedule will be final.

  • 7/31/2019 bid_bijni

    10/233

    10

    8. (A) Estimation of material requirement: The total quantity of materials required is indicated inthe BOQ

    B) Quantity Variation: There may be increase or decrease in quantity of individual itemsubject to the condition that the corresponding change in total contract value does notincrease or decrease by more than 15% keeping the unit rate of individual material andlabour unchanged.

    9. Award of work:i) The evaluation of bids will be carried out, first of techno-commercial bid and thereafter

    opening the price bid of only those who qualify and meet the technical requirement.

    ii) Company reserves the right not to order/ award the job to the price-wise lowest party ifthe party during evaluation is found technically non responsive.

    iii) Work should be started within fifteen (15) days from the date of issue of the work order,failing which order will be cancelled without further correspondence.

    iv) The Sub-station equipments installed shall be under custody of the contractor till the dateof commissioning and charging. The properties will be taken over by APDCL,LAZ aftersatisfactory commissioning and charging.

    9. Period of completion: 285 (Two Hundred eighty five) days from the date of issue of work order .

    10. Implementation schedule:Comprehensive implementation schedule of work for R&M of 33KV Bijni substation under

    Bongaigaon Electrical Circle, APDCL (LAZ)

    Slno.

    Description

    EXECUTION PERIOD

    10days

    20days

    90

    days

    90days

    60days

    15days

    1Signing of

    Agreement

    2 Survey works

    3Manufacture &

    supply of materials

    4Erection ofequipments

    5Testing &

    commissioning

    11. Termination of work order:

    Company reserves the right to terminate the work order at any stage in accordance with theCompanys General Condition of Supply and Erection in force.

    12. Terms of Payment:

    12.1 During the currency of the contract, maximum of 2(two) nos. of progressive payment on theactual work done can be made against the claims preferred by the contractor subject to 80% ofthe claimed amount. 20% will be retained as security deposit which will be released along withfinal bill on satisfactory completion including commissioning.

    All payment shall be made from the office of the CGM(F&A), APDCL on the bill submitted to theconcerned CGM(D) after due verification by the concerned SDE and duly passed by the Sr.Manager concerned and countersigned by the DGM concerned and on submission of work

  • 7/31/2019 bid_bijni

    11/233

    11

    progress report( as per format which will be enclosed at the time of awarding work order ). Billswhether progressive or final shall be entertained only after completion of both supply anderection of works of specified items.

    12.2 Security deposit and agreement:

    The successful bidders shall have to deposit security money in the form of Bank Guaranteeissued by any Nationalized Bank/Scheduled Bank in Companys standard proforma on non -

    judicial stamp of appropriate value for an amount equal to 2.5% of the contract value at the timeof execution of agreement. The security deposit is liable to be forfeited in case of non-executionof contract/ work order. The security deposit will be released on successful commissioning andtesting of the materials ordered and after depositing performance B/G as per clause 14(d).

    13 Project Management and site Organizations:

    In Consideration of the tight schedule of the project, the successful bidder(s) /Contractor(s) shallexercise systematic closely controlled project management system with the aid of commonlyused soft tools. Following are the major activities/deliverables to be organized /generated for

    submission to the Board.(I) Liaison/Construction offices will be established in each Circle of APDCL,LAZ.(II) Work Progress Report:

    Progress monitoring by the contractor as per implementation schedule and approvedmilestones.

    Fortnightly progress report will be submitted to the concern Deputy General Manager,Senior Manager & Sub-Divisional Engineers.The progress report will highlight the points like, work completion vis--vis planned,plan for next working period, delay analysis vis--vis committed schedule with reasonsand remedies, etc.

    (III) Site Organization.

    The vendor at each working site shall establish the following.

    Store house

    Site fabrication facilities Construction supervision office

    All offices shall be adequately furnished and staffed so as to take all site decisionsindependently without frequent references to head Works/offices.

    14 Guarantees and Penalties

    (a) Liquidated Damages (LD)The proposed work is on top priority of Government of Assam and therefore has to becompleted within stipulated/agreed schedule. Any delay beyond that will attract penalty as perCompanys General condition of supply and erection.

    (b) Equipment and system installed shall be guaranteed individually for integrated operations for a

    period of 18 (Eighteen) months from date of commissioning of a system. In case of detection ofany defect in individual equipment or system as a whole, the same shall be replaced by thevendor free of cost within 15 days of intimation by the Companys representative.

    (c) Warranty from the manufacturer shall be produced along with manufacturers test certificate forall equipment/ materials covered under Manufacturers warranty.

    (d)A performance Bank Guarantee from a Nationalized Bank/Scheduled Bank in Boards standardproforma on Non judicial stamp paper of appropriate value with a validity of 18 (eighteen)months @ 10% of total value of work executed shall have to be furnished by the Contractorbefore final payment.

  • 7/31/2019 bid_bijni

    12/233

    12

    15 Approvals/Clearances:1. APDCL, concerned DGM shall approve all site and documents prepared by the contractor

    for construction of the Line.2. GTP and drawings of all equipment/ materials shall be approved by CGM (PP&D), APDCL.3. The contractor shall obtain all statutory approvals and clearances from the statutory

    authorities before charging the system at his/her own cost.

    16. Environmental Considerations:

    While carrying out the assignment, no damage to environment /forests will be caused by thecontractor. If so done, the contractor will have to compensate the same to the satisfaction of theconcerned Authority.

    17. Submission of documents.

    i. With bids.i) Detail list of makes and materials offered with catalogues, technical specification etc.

    ii) Certificates and testimonials in support of credentials of the bidders organization.

    iii) Details past experience along with present works in hand with awarded amount andprogress report.iv) Brief writ-up on methodology to carry out the assignment, if awarded.v) Details of manpower to be engaged for the assignments.vi) Any other information, the vendor may feel facilitative in evaluating the bid.vii) Copies of contractor and supervisors license, etc.viii) Certificate from Registered Charted Accountant in support of Annual turn overix) Solvency certificate from Bankx) Earnest money deposit along with Techno- Commercial bidxi) Certificate in support of performance of the bidder

    b) During project executioni) All documents for approval shall be submitted in 6 copies.

    ii) All final documents to be submitted to statutory organizations will be furnished as perrequirement of the authority.

    18. Funding of the project. The proposed work is funded by the G.O.A. under Assam BikashYojana 2010-11

    19. Disclaimer:

    While the Company will make every endeavor to extend necessary facilitation in expediting thework, the contractor shall be responsible to organize and arrange all necessary inputs right frommobilization activities up to completion of the project. Company will not entertain any failure /delay on such accounts. Also, Company will not be responsible for any compensation,replenishment, damage, theft etc. as may be caused due to negligent working, insufficient

    coordination with Government / non Government / Local Authority by the contractor and/ or hispersonnel deputed for work. The contractor shall take necessary insurance coverage underLIC/GIC. etc. for his working personnel and the goods in store as well as in transit. Thecontractor will be deemed to have made him acquainted with the local working conditions atsite(s) and fully provide for into the bid submitted.

    20. Terms and conditions, which are not specified, herein above will be governed by CompanysGeneral Conditions of supply and erection in force.

  • 7/31/2019 bid_bijni

    13/233

    13

    Annexure - ITender Proforma part I (Techno-commercial Bid)

    NIT No.CGM (PP&D)/ APDCL/ABY-2010-11/R&M/Bijni S S/10

    1. Name and full address of the Bidder. :

    2. Particulars of payment made for Purchase oftender document in the shape of . :

    3. Amount of earnest money paid in the shape of :

    4. Whether Sales Tax clearance : Yes / Nocertificate submitted

    5. VAT Registration. No/ Service Tax Regd No. :

    6. Acceptance of guarantee clause of :Materials /equipment and systemInstalled individually and for integratedOperation.

    7. Acceptance of penalty clause :

    8. Acceptance of terms of payment :

    9. Certificate/ documents regarding adequate :Experience of doing similar job

    10. Details of work presently in hand with amount :(Awarded by APDCL and other successorCompanies of ASEB)- a separate sheet ifRequired may be enclosed.

    11. Details of manpower and T&Ps including :Vehicles available with the firm to beEnclosed separately.

    12. List of documents enclosed :.

    a) .b) .

    c) .

    Signature with full nameand designation of bidder or

    his/her authorised representativewith seal

  • 7/31/2019 bid_bijni

    14/233

    14

    SECTION 3

    BILL OF MATERIALS

    &

    PRICE BIDDING SCHEDULE

  • 7/31/2019 bid_bijni

    15/233

    15

    Bill of Quantity (BOQ) for Electrical work only

    Name of work: R&M of 33KV Bijni sub station under Bongaigaon Electrical Circle, APDCL(LAZ)Scheme:Assam Bikash Yojana 2010-11

    NIT No.CGM (PP&D)/ APDCL/ABY-2010-11/R&M/Bijni S S/10Slno Items Unit Qty

    1 GI Channel for 11kV gantry and 33kV bus (100x50x6)mm Mtr 50

    2 Disc Insulator (70 kN), B&S No 72

    3 Hardware fittings for Disc Insulator set 18

    4 Tension clamp for wolf No 18

    5 33 kV Pin Insulator with GI Pin No 18

    6 AAA Wolf conductor for 33 kV Switch Yard & jumpering works Mtr 1507 33 kV VCB with mounting structure and marshalling box set 3

    8 33 kV Relay & Control Panel for Feeder No 1

    9 33 kV Relay & Control Panel for Transformer No 2

    10 33 kV, 10kA Lightning Arrestor station type with mounting structure Set 3

    11 33 kV Isolator, 400A with earth blade complete with mounting structure set 3

    1233kV Current transformer outdoor type(CT Ratio 200-100/5-5A) with terminalconnector and all accessories, mounting structure & Marshalling box

    set 1

    1333kV Current transformer outdoor type(CT Ratio 200-100/5-5-5A) withterminal connector and all accessories, mounting structure & Marshalling box

    set 2

    1433 kV Potential transformer outdoor type with terminal connector along withterminal connector and all accessories, mounting structure & Marshalling box

    set 1

    15Battery Bank of 110V, 100AH, 55 cells Maintenance free value regulated leadacid

    set 1

    16110V DC 100AH, Battery Charger suitable for charging of 110 V DC 100AHBattery bank

    No 1

    17 AC Distribution Board No 1

    18 110V, DC Distribution Board including connected cables with terminations. No 1

    19 11 kV Pin Insulator with GI Pin Set 18

    20 11kV GOAB No 4

    21 11kV LA set 4

    22 11 KV DO fuse set Set 123 LT XLPE cable, 3-core, 120 Sq. mm. mtr 180

    24 11 KV XLPE cable, 3-core, 300 Sq. mm. Mtr 120

    25 11 KV XLPE cable, 3-core, 240 Sq. mm. Mtr 220

    26 11 KV Cable Kit for XLPE, 3-core, 300 Sq. mm.(outdoor) No 2

    27 11 KV Cable Kit for XLPE, 3-core, 300 Sq. mm.(indoor) No 2

    28 11 KV Cable Kit for XLPE, 3-core, 240 Sq. mm.(outdoor) No 4

    29 11 KV Cable Kit for XLPE, 3-core, 240 Sq. mm.(indoor) No 4

    30Supply and laying of Cu. Control Cable, 7-core, 2.5 sq. mm. and terminatingarrangements completely wired with equipments as per direction.

    Mtr 130

    31Supply and laying of Cu. Control Cable, 4-core, 2.5 sq. mm. and terminatingarrangements completely wired with equipments as per direction.

    Mtr 130

    32 GI nuts and bolts with GI washer Kg 7033 Aluminium lug assorted No 48

    34 Materials for earthing system with MS flats 50x8mm GI, electrodes etc LS 1

    35 Station transformer 11/.43kV, 100kVA no 1

    37 Switchyard gravelling with broken stone (50 mm)size Sq mtr 150

    38Materials as required for foundation for LA, isolator VCB, CT PT bus etcincluding supply of all foundation materials & Labour

    LS 1

    39Construction of Cable Trenches including supply of all materials and labouras per specification and drawing

    Mtr 200

    40 Materials as required for Switch yard lighting No 1

    41 Control Room furniture( 1 table, 4 chairs, 1 almirah, 1 rack.) LS 1

    42Installation of deep tube well with all piping, 1 HP submersible pump, 500 litreoverhead storage tank etc as per Specification with all materials and labour.

    No 1

    43 Fire extinguisher No 244 CI earth pipe No 6

  • 7/31/2019 bid_bijni

    16/233

    16

    Annexure-II

    The schedule of itemwise rates of various works against Assam Bikash Yojana 2010-11 for R&M of Bijni Substation under Bongaigaon Electrical Circle, APDCL(LAZ) ) NB. Biddershould fill up all columns properly. If any column of taxes/ octroi and duties is left blank or written as NA, the applicable taxes against that item shall be added in bid evaluation

    S.No.

    Brief Item Description Unit Qty

    Supply of materials Erection of materials

    GrandTotal

    Unitprice ofitem,

    inclusiveof E.D.,F&I upto work

    site

    (Rs)

    Totalamount

    (Rs)

    TotalSalesTax(Rs)

    Otherlevies

    eg.Octroi/Entry Tax

    (Rs)

    Totalcost of

    the Item(Rs)

    Uniterection/installati

    oncharges

    (Rs)

    TotalErection

    cost(Rs)

    Workcontract

    Tax(Rs)

    Service Tax(Rs)

    Totalcost of

    erection(Rs)

    1 2 3 4 5 6=(4x5)7= (6 XRate)

    8 = (6 XRate)

    9=(6+7+8)

    1011=

    (4X10)12= (11 X

    Rate)13= (11X Rate)

    14 =11+12+13

    15 = 9+ 14

    1Supply & erection of GI Channel (100x50x6)mm for33kV bus as per drawing & direction.

    Mtr 50

    2

    Supply, fitting of 70 kN, B&S Disc insulator for 33 kVbus with H/W fitting & tension clamp for wolf, ( 1 setcomprises of 4 Disc insulator fitted in series withnecessary H/W fitting & tension clamp)

    set 18

    3 Supply & erection of 33kV pin insulator with GI pin set 18

    4Supply and stringing of AAAC Wolf conductor for33kV & 11kV bus and jumpering with PG clamp asper direction

    Mtr 150

    5

    Supply, erection, testing and commissioning of 33KV VCB Outdoor type along with terminal box,marshalling box, steel mounting structure( to bepainted with two coats of Red Oxide Primer and twocoats of Ant-Corrosive Aluminum Paint) and allaccessories as per TS and approved drawing.

    set 3

    6Foundation as required for installation of new 33 kVVCB (including cost of all materials) as per TS and

    approved drawing.

    No 3

    7Supply, erection, testing and commissioning of 33kV C&R Panelfor feeder and all accessories as perTS.

    No 1

    8Supply, erection, testing and commissioning of 33kV C&R Panelfor transformerand all accessories as per TS.

    No 2

    9

    Supply, erection, testing and commissioning of 33kV, LA with mounting structure( to be painted withtwo coats of Red Oxide Primer and two coats of Ant-Corrosive Aluminum Paint) and all accessories asper TS and approved drawing.

    Set 3

  • 7/31/2019 bid_bijni

    17/233

    17

    10Foundation as required for installation of 33 kV, LA(including cost of all materials) as per TS andapproved drawing.

    no 3

    11

    Supply, erection, testing and commissioning of 33kV Isolator, 400 A Double Break with earth bladewith mounting structure( to be painted with twocoats of Red Oxide Primer and two coats of Ant-Corrosive Aluminum Paint) and all accessories asper TS and approved drawing.

    set 3

    12Foundation as required for installation of 33 kVIsolator with earth blade (including cost of allmaterials) as per TS and approved drawing.

    no 3

    13

    Supply, erection, testing and commissioning of CT200-100/5-5A with Marshalling box, mountingstructure( to be painted with two coats of Red Oxide

    Primer and two coats of Ant-Corrosive AluminumPaint) and all accessories as per TS and approveddrawing.

    set 1

    14Foundation as required for installation of CT 200-100/5-5A (including cost of all materials) as per TSand approved drawing.

    no 1

    15

    Supply, erection, testing and commissioning of CT200-100/5-5-5A with marshalling box, mountingstructure( to be painted with two coats of Red OxidePrimer and two coats of Ant-Corrosive AluminumPaint) and all accessories as per TS and approveddrawing.

    set 2

    16Foundation as required for installation of CT 200-100/5-5-5A (including cost of all materials) as perTS and approved drawing

    no 2

    17

    Supply, erection, testing and commissioning of 33kV(33/3)/(110/3) V Potential TransformerOutdoor type along with terminal box, marshallingbox, mounting structure ( to be painted with twocoats of Red Oxide Primer and two coats of Ant-Corrosive Aluminum Paint) as per TS and approveddrawing.

    set 1

    18

    Foundation as required for installation of 33kV(33/3)/(110/3) V Potential Transformer(including cost of all materials) as per TS andapproved drawing

    No 1

    19Supply, installation testing and commissioning ofBattery Bank of 110V, 150AH, 55 cellsMaintenance free

    set 1

    20Supply, installation testing and commissioning of110V DC 150AH, Battery Charger suitable forcharging of 110 V DC 150AH Battery bank

    no 1

  • 7/31/2019 bid_bijni

    18/233

    18

    21Supply, installation testing and commissioning of ACDistribution Board

    No 1

    22Supply, installation testing and commissioning of110V, DC Distribution Board including connectedcables with terminations.

    No 1

    23Supply and erection 11 kV Pin Insulator with GI Pinfor 11kV Gantry

    set 18

    24Supply and installation 11 kV GOAB switch in 11kVoutgoing feeders

    set 4

    25Supply and erection of 11 kV, LA with necessaryearthing arrangement

    set 4

    26 Supply and laying of LT XLPE 3core 120 sqmm mtr 180

    27Supply and laying of11 kV, XLPE cable, three core300 mm

    2with necessary lugs, clamps, nuts & bolts

    etc.Mtr 120

    28Supply and laying of11 kV, XLPE cable, three core240 mm

    2with necessary lugs, clamps, nuts & bolts

    etc.Mtr 220

    29

    Supply & fitting of XLPE HT heat shrinkable type,three core outdoor cable termination kit including allaccessories suitable for jointing 11 KV three core 300 mm2

    XLPE cable with necessary lugs, clamps, nuts & bolts etc.

    No 2

    30

    Supply & fitting of XLPE HT heat shrinkable type, three coreindoor cable termination kit including all accessories suitable for

    jointing 11 kV three core 300 mm2 XLPE cable with necessarylugs, clamps, nuts & bolts etc

    no 2

    31

    Supply & fitting of XLPE HT heat shrinkable type, three coreoutdoor cable termination kit including all accessories suitablefor jointing 11 kV three core 240 mm 2 XLPE cable withnecessary lugs, clamps, nuts & bolts etc.

    No 4

    32

    Supply & fitting of XLPE HT heat shrinkable type, three coreindoor cable termination kit including all accessories suitable for

    jointing 11 kV three core 240 mm2 XLPE cable with necessarylugs, clamps, nuts & bolts etc

    No 4

    33Supply and laying of Cu. Control Cable, 7-core, 2.5 sq. mm. andterminating arrangements completely wired with equipments asper direction.

    mtr 130

    34Supply and laying of Cu. Control Cable, 4-core, 2.5 sq. mm. andterminating arrangements completely wired with equipments asper direction.

    mtr 130

    35

    Installation of earthing system with MS flats 50x10mm(forearthing mat) with GI flat 25x6mm(for earthing conductor)and GIpipe 50mm dia. of length 3000mm( for earth electrodes) as perdirection

    LS 1

    36Construction of Cable Trenches Size:1260x650 mm includingsupply of all materials and labour as per specification anddrawing,

    Mtr 100

  • 7/31/2019 bid_bijni

    19/233

    19

    37Construction of Cable Trenches Size:(950x400) mm includingsupply of all materials and labour as per specification anddrawing

    Mtr 100

    38

    Supply & installation of Switch yard lighting with pressure diecast aluminium integral flood light with 400 Watt MH tubularlamp total 10 numbers to be fixed in switchyard structureincluding fitting & fixing with required size of cable to beconnected with ACDB as per direction

    Job 1

    39

    Installation of deep tube well with all piping of 4 dia PVCsupreme for boring and with required dia PVC pipe for deliveryto toilet etc as directed, 1/2 HP submersible pump boring of upto30 mtrs, 500 litre overhead Sintex make storage tank to be fittedon the roof slab of control room building and installation ofladder with MS angle 50x50x6 mm and 16 mm dia MS plain baras steps from ground to Control room roof slab etc as perSpecification with all materials and labour.

    Job 1

    40 Fire extinguisher: Carbon Dioxide type fire extinguishers(capacity 3 kg) as per specification

    No. 2

    41Switchyard gravelling of 0.225 mtr(thickness) by broken stone of50mm size inclusive of labour and material

    Sq.Mtr.

    150

    42Temporary arrangement for evacuation of power at 11 KV sideby 1 set of GOAB and 1 set of DO fuse unit for each feeder

    Job 1

    43

    Supply and installation & commissioning of 11/0.4kV, 100kVADistribution transformer on PSC pole with necessary cables(LTXLPE cable 3-core 120 sq.mm) as per direction with necessaryearthing with CI Earth pipe and other accessories

    No 1

    44Supply of good quality control room furniture ( 1 table, 4chairs, 1 almirah, 1 rack.)

    Job 1

    Signature of the bidder

    Date Name

    Address

  • 7/31/2019 bid_bijni

    20/233

    20

    SECTION -4GENERAL REQUIREMENTS

  • 7/31/2019 bid_bijni

    21/233

    21

    GENERAL REQUIREMENTS

    The bidder shall comply with the following general requirements along with other specifications.1.0 QUALITY ASSURANCE PLAN

    1.1 The bidder shall invariably furnish the following information along with his offer failing which the offer shall be liable forrejection. Information shall be separately given for individual type of equipment offered.i) The structure of organizationii) The duties and responsibilities assigned to staff ensuring quality of workiii) The system of purchasing, taking delivery and verification of materialsiv) The system for ensuring quality of workmanshipv) The quality assurance arrangements shall confirm to the relevant requirement of ISO 9001 on ISO 9002 as

    applicable.vi) Statement giving list of important raw materials, names of sub-supplies for the raw materials, list of standards

    according to which the raw material are tested, list of tests normally carried out on raw material in the presence ofsuppliers representative, copies of test certificates.

    vii) Information and copies of test certificates as on (i) above in respect of bought out itemsviii) List of manufacturing facilities availableix) Level of automation achieved and list of areas where manual processing exists.x) List of areas in manufacturing process, where stage inspections are normally carried out for quality control and

    details of such test and inspection.xi) List of testing equipment available with the bidder for final testing of equipment specified and test plant limitation, if

    any vis--vis the type. Special acceptance and routine tests specified in the relevant standards. These limitationsshall be very clearly brought out in "Schedule of Deviations" from the specified test requirement.

    1.2 The contractor shall within 30 days of placement of order, submit the following information to the purchaser.i) List of the raw material as well as bought out accessories and the names of sub-suppliers selected from those

    furnished along with the offer.ii) Type test certificated of the raw material and bought out accessories if required by the purchaser.iii) Quality Assurance Plant (QAP) with hold points for purchasers inspection. QAP and purchasers hold points shall

    be discussed between the purchaser and contractor before the QAP is finalized.The contractor shall submit the routine test certificates of bought out accessories and central excise asses for rawmaterial at the time of routine testing if required by the purchaser and ensure that the quality assurance requirements ofspecification are followed by the sub-contractor.

    1.3 The Quality Assurance Programme shall give a description of the Quality System and Quality Plans with the followingdetails.i) Quality System

    The structure of the organization.

    The duties and responsibilities assigned to staff ensuring quality of work.

    The system of purchasing, taking delivery of verification of materials The system of ensuring of quality workmanship.

    The system of control of documentation.

    The system of retention of records.

    The arrangement of contractor internal auditing.

    A list of administrator and work procedures required to achieve contractors quality requirements. Theseprocedures shall be made readily available to the purchaser for inspection on request.

    ii) Quality Plans

    An outline of the proposed work and program sequence.

    The structure of contractors organizations for the contract. The duties and responsibilities ensuring quality of work.

    Hold and notification points.

    Submission of engineering documents required by this specification.

    The inspection of the materials and components on request.

    Reference to contractors work procedures appropriate to each activity.

    Inspection during fabrication /construction. Final inspection and test.

    2.0 Inspection

    2.1 The Owner's representative or third party nominee shall at all times be entitled to have access to the works and all placesof manufacture, where insulator, and its component parts shall be manufactured and the representatives shall have fullfacilities for unrestricted inspection of the Contractor's and sub-Contractor's works, raw materials, manufacture of thematerial and for conducting necessary test as detailed herein.

    2.2 The material for final inspection shall be offered by the Contractor only under packed condition as detailed in thespecification. The Owner shall select samples at random from the packed lot for carrying out acceptance tests. Insulators

  • 7/31/2019 bid_bijni

    22/233

    22

    shall normally be offered for inspection in lots not exceeding 5000 nos. the lot should be homogeneous and shouldcontain insulators manufactured in the span of not more than 3-4 consecutive weeks.

    2.3 The Contractor shall keep the Owner informed in advance of the time of starting and the progress of manufacture ofmaterial in their various stages so that arrangements could be made for inspection.

    2.4 No material shall be dispatched from its point of manufacture before it has been satisfactorily inspected and tested unlessthe inspection is waived off by the Owner in writing. In the latter case also the material shall be dispatched only aftersatisfactory testing for all tests specified herein have been completed.

    2.5 The acceptance of any quantity of material shall be no way relieve the Contractor of his responsibility for meeting all the

    requirements of the specification and shall not prevent subsequent rejection, if such material are later found to bedefective.

    3.0 Additional Tests3.1 The Owner reserves the right of having at his own expense any other test(s) of reasonable nature carried out at

    Contractor's premises, at site, or in any other place in addition to the type, acceptance and routine tests specified in thesebidding documents against any equipments to satisfy himself that the material comply with the Specifications.

    3.2 The Owner also reserves the right to conduct all the tests mentioned in this specification at his own expense on thesamples drawn from the site at Contractor's premises or at any other test center. In case of evidence of noncompliance, itshall be binding on the part of the Contractor to prove the compliance of the items to the technical specifications byrepeat tests or correction of deficiencies, or replacement of defective items, all without any extra cost to the Owner.

    4.0 Test Reports4.1 Copies of type test reports shall be furnished in at least six (6) copies along with one original. One copy shall be returned

    duly certified by the Owner only after which the commercial production of the concerned materials shall start.4.2 Copies of acceptance test reports shall be furnished in at least six (6) copies. One copy shall be returned duly certified by

    the Owner, only after which the material shall be despatched.

    4.3 Record of routine test reports shall be maintained by the Contractor at his works for periodic inspection by the Owner'srepresentative.

    4.4 Test certificates of test during manufacture shall be maintained by the Contractor. These shall be produced forverification as and when desired by the Owner.

    5.0 List of Drawings and Documents:5.1 The bidder shall furnish the following along with bid.

    i) Two sets of drawings showing clearly the general arrangements, fitting details, electrical connections etc.ii) Technical leaflets (users manual) giving operating instructions.iii) Three copies of dimensional drawings of the box for each quoted item.

    The manufacturing of the equipment shall be strictly in accordance with the approved drawings and no deviation shall bepermitted without the written approval of the purchaser. All manufacturing and fabrication work in connection with theequipment prior to the approval of the drawing shall be at the supplier's risk.

    Approval of drawings/work by purchaser shall not relieve the supplier of his responsibility and liability for ensuring

    correctness and correct interpretation of the drawings for meeting the specification.5.2 The requirements of the latest revision of application standards, rules and codes of practices. The equipment shall

    conform in all respects to high standards of engineering, design, workmanship and latest revisions of relevant standardsat the time of ordering and purchaser shall have the power to reject any work or materials which, in his judgment is not infull accordance therewith.

    5.3 The successful Bidder shall within 2 weeks of notification of award of contract submit three sets of final versions of all thedrawings as stipulated in the purchase order for purchaser's approval. The purchaser shall communicate hiscomments/approval on the drawings to the supplier within two weeks. The supplier shall, if necessary, modify thedrawings and resubmit three copies of the modified drawings for their approval. The supplier shall within two weeks.Submit 30 prints and two good quality report copies of the approved drawings for purchaser's use.

    5.4 Eight sets of operating manuals/technical leaflets shall be supplied to each consignee for the first instance of supply.5.4.1 One set of routine test certificates shall accompany each dispatch consignment.5.4.2 The acceptance test certificates in case pre-dispatch inspection or routine test certificates in cases where inspection is'

    waived shall be got approved by the purchasers.

    6.0 Any Item specification if not available in this document Contractor shall supply and execute the items meeting therelevant IS specification with the approval of the purchaser.

  • 7/31/2019 bid_bijni

    23/233

    23

    SECTION 5

    FORMS OF BID

  • 7/31/2019 bid_bijni

    24/233

    24

    PROFORMA OF BANK GUARANTEE FOR BID GUARANTEE/SECURITY

    (To be stamped in accordance with Stamp Act)The non-Judicial stamp paper should be in the name of issuing bank

    Ref.. Bank Guarantee No..

    Date.To

    The Chief General Manager (PP&D)Assam Power Distribution Company Ltd.Bijulee Bhawan, PaltanbazarGuwahati-1

    Dear Sirs/ Madam,In accordance with invitation to bid under your Bid No. M/s. having itsRegistered/ Head Office at ..( hereinafter called the Bidder) wish to participate in the said Bidor and you, as a special favour have agreed to accept an irrevocable and unconditionalBank Guarantee for an amount of .. valid upto. On behalf of Bidder in lieuof the Bid deposit required to be made by the bidder, as a condition precedent for participation in the

    Said Bid.We, the . Bank at have our Head Office at..( local address)guarantee and undertake to pay immediately on demand by Assam Power Distribution Company Limited,the Amount of ..( in words & figures) without any reservation, protest, demurand recourse. Any such demand made by said Owner shall be conclusive andbinding on us irrespective of any dispute or difference raised by the Bidder.

    The Guarantee shall be irrevocable and shall remain valid up to and including . @.......................if any further extension of this guarantee is required, the same shall be extended to such requiredperiod ( not exceeding one year) on receiving instruction from M/s . on whose behalfthis guarantee is issued.In witness whereof the Bank, through its authorized office, has set its hand and stamp on this

    day of .. 20 at

    WITNESS

    .(Signature) ( Signature).. (Name) (Name). ( Official Address) (Official Address)

    @ This date shall be thirty (30) days after the last date for which the bid is valid.

  • 7/31/2019 bid_bijni

    25/233

    25

    PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE(To be stamped in accordance with Stamp Act)

    Ref.. Bank Guarantee No..Date.

    ToThe Chief General Manager (PP&D)Assam Power Distribution Company Ltd.Bijulee Bhawan, PaltanbazarGuwahati-1

    Dear Sirs/ Madam,

    In consideration of Assam Power Distribution Company Ltd., (herein after referred to as the Ownerwhich expression shall unless repugnant to the context or meaning thereof include its successors,administrators and assigns) having awarded to M/s ..with registered/Head office at .( hereinafter referred to as Contractor which expression shall unlessrepugnant to the context or meaning thereof include its successors, administrators, executors andassigns), a Contract by issued of Owners Letter of Award No dated.. and thesame having been acknowledged by the contractor, resulting in a contract bearing No.. datedcontractor having agreed to provide a Contract Performance Guarantee for the faithful performance ofthe entire Contract equivalent to being(%) (Percent *) of the said value Contract to theOwner.

    We.. (Name & Address)having its Head Office at ( hereinafter referred to as the Bank , which expression shall,unless repugnant to the context or meaning thereof, include its successors, administrators, executorsand assigns) do hereby guarantee and undertake to pay the owner, on demand any all monies payableby the contractor to be extent of . As aforesaid at any time up to ..**(day/month/year) without any demur, reservation , contest , recourse or protest and / or without anyreference to this contractor. Any such demand made by the owner on the bank shall be conclusive andbinding notwithstanding any difference between the Owner the Contractor or any dispute pending beforeany Court, Tribunal, Arbitrator or any other authority . The bank undertakes not to revoke this guarantee

    during its currency without previous consent of the owner and further agrees that the guarantee hereincontained 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 theguarantee, from time to time to extend the time for performance or the contract by the contractor. Theowner shall have the fullest liberty, without affecting this guarantee, to postpone from time to time theexercise of any power vested in them or of any right which they might have against the contractor, and toexercise the same at any time in any matter, and either to enforce or to for bear to enforce anycovenants, contained or implied, in the contract between the owner and the contractor or any othercourse or remedy or security available to the owner. The Bank shall not be released to its obligationsunder these presents by any exercise by the owner of its liberty with reference to the matters aforesaid orany of them or by reason of any other act of omission or commission on the part of the owner or anyother indulgences 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 theBank as a principal debtor, in the first instance without proceeding against the contractor and notwithstanding any security or other guarantee the ownermay have in relation to the Contractors liabilities.Notwithstanding anything contained herein above our liability under this guarantee is restricted to. And it shall remain in force up to an including .. and shall beextended from time to time for such period( not exceeding 1 year) as may be desiredM/s.on whose behalf this guarantee has been given.

  • 7/31/2019 bid_bijni

    26/233

    26

    Dated this. Day of .. 20 at

    WITNESS.

    (Signature) (Signature)

    ..(Name) (Name)

    .. ..(Official address) (Official address)

    Attorney as per powerOf Attorney No..Date..

    Notes* This sum shall be 10%(Ten) of the Contract price.** The date will be 90(Ninety) days after the end of the Warranty Period as specified in the contract.1. The stamp paper of appropriate value shall be purchased in the name of issuing bank.

  • 7/31/2019 bid_bijni

    27/233

    27

    PROFORMA OF EXTENSION OF BANK GUARANTEE

    Ref.. Date.

    ToThe Chief General Manager (PP&D)Assam Power Distribution Company Ltd.Bijulee Bhawan, PaltanbazarGuwahati-1

    Dear Sirs/ Madam,

    Sub: Extension of Bank Guarantee No.. for Rs. Favouring yourselves ,expiring on . On account of M/S.. in respect of contractno. 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 abovementioned Bank Guarantee No datedfor a further period of ( Years/ Months) from.. to expire on.. expect asprovided 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

    ForManager/Agent/Accountant ..Power of attorney NoDatedSEAL OF BANK

    Note: The non-judicial stamp paper of appropriate value shall be purchased in the name of the Bank whohas issued the Bank Guarantee.

  • 7/31/2019 bid_bijni

    28/233

    28

    PROFORMA OF BANK GUARANTEE FOR ADVANCEPAYMENT( To be stamped in accordance with Stamp Act )

    Ref.. Bank guarantee No

    Date.To

    The Chief General Manager (PP&D)

    Assam Power Distribution Company Ltd.Bijulee Bhawan, PaltanbazarGuwahati-1

    Dear Sirs/ Madam,

    In consideration of Assam Power Distribution Company Ltd.(hereinafter referred to as the Owner, which expressions shall unlessrepugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded toM/s hereinafter referred to as the Contractor which expression shall unless repugnant to the context ormeaning thereof , include its successors, administrators, executors and assigns), a Contract by issue of Owners letter of AwardNo Datedand the same having been acknowledged by the contractors, resulting in a Contractbearing no. Dated. Valued (at( in words and figures). For.Contract (space of work).. (hereinafter called the Contract) and the Ownerhaving 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 theBank) having its Head Office at ( hereinafter referred to as the

    Bank, which expression shall, unless repugnant 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 monies payableby the contractor to the extent of ..as aforesaid at any time upto.. (a.) without any demur,reservation, contest, recourse or protest and/or without any reference to the contractor. Any such demand made by the Owner onthe Bank shall be conclusive and binding notwithstanding any difference between the Owner and the Contractor or any disputepending before any Court, Tribunal, Arbitrator or any other authority. We agree that the guarantee herein contained shall beirrevocable and shall continue to be enforceable till the owner discharge this guarantee.

    The Owner shall have the fullest l iberty without affecting in any way the liability of the Bank under this guarantee, from time to timeto vary the advance or to extent the time for performance of the contract by the Contractor. The Owners shall have the fullest libertywithout affecting this guarantee, to postpone from time to time the exercise of any power vested in them or of any right which theymight have against the Contractor and to exercise the same at any time in any manner, and either to enforce any covenants,contained or implied, in the contact between the Owner and the Contractor or any other course or remedy or security available tothe Owner. The Bank shall not be released of its obligations under this presents by any exercise by the owner of its liberty withreference to the matter aforesaid of any of them or by reason of any other act or forbearance or other acts of omission orcommission on the part of the owner or any other indulgence shown by the owner or by any other matter or thing whatsoever whichunder law would be 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 not withstanding any security or other guarantee that the ownermay have in relation to the contractors liabilities.Notwithstanding anything hereinabove our liability under this guarantee is limited to and it shall remain in force upto a nincluding .( @ and shall be extended from time to time for such period ( not exceeding 1 year as may bedesired by M/s...dated this . Day of .. 20.

    At..

    WITNESS..

    ...(Signature) (Signature)

    .

    (Name) (Name)

    ...(Designation)

    (Official Address) (With Bank Stamp)

    Attorney as per Power of attorney No . Dated.

    Strike whichever is not applicable

    @ The date will be 90(ninety) days after the date of completion of the Contract.

  • 7/31/2019 bid_bijni

    29/233

    29

    PROFORMA OF AGREEMENT(To be executed on non-Judicial stamp paper)

    This Agreement made this .. day of two thousand. Between Assam Power Distribution CompanyLtd. having its head office at Bijulee Bhawan, Paltanbazar, Guwahati-1 ( hereinafter referred to as Owner or APDCL, whichexpression shall include its administrators, successors and assign on one part and (hereinafter referred to as the Contractors X (Name of the contracting Co.) which expression shall include its administrators, successors, executors and permitted assigns) on

    the other part.

    WHEREAS APDCL desirous of .. in . Circle associated with APDCL at .(District) invitedBids for.. . (Briefly describe scope of works) for the first state ofthe project as per its Bid Specification No

    AND WHEREAS.X . Had participated in the above referred Bidding vide their proposalNo. dated. And awarded the Contract to.. X.. on terms and conditionsdocuments referred to therein which have been acknowledged by.X..resulting into a Contract

    NOW THEREFORE THIS DEED WITNESS AS UNDER:-1.0 Article1.1 Award of Contract

    APDCL awarded the contract to..X for the work of on the terms and conditions contained inits letter of Award No.. . Dated and the documents referred to therein. The award has taken effect fromaforesaid letter of award. The terms and expression used in this agreement shall have the same meaning as are assigned to them

    in the Contract Documents referred to in this succeeding Article.

    2.0 Documentation2.1 The contract shall be performed strictly as per the terms and condition stipulated herein and in the following documentsattached herewith( hereinafter referred to as Contract Documents.)i) Section 1-11 of the Bidding Document.ii) Proposal Sheets, Data Sheets, Drawing work schedule submitted by X.

    APDCLs Letter of Award No.. dated.duly acknowledged by X.Quality Plans for manufacturing and field activities entitled as Quality Plan.

    All the aforesaid Contract Documents shall form an integral part of this agreement , in so far as the same or any part conform to thebidding documents and what has been specifically agreed to by the Owner in its letter of Award. Any matter inconsistent therewith,contrary or repugnant thereto or any deviations taken by the Contractor in its Proposal but not agreed to specially by the Owner inits Letter of Award shall be deemed to have been withdrawn b y the Contractor. For the sake of brevity, this agreement along withits aforesaid Contract Documents shall be referred to as the Agreement.

    3.0 Conditions & Covenants

    3.1 The scope of Contract, Consideration, Terms of Payment, Price Adjustments, Taxes wherever applicable, Insurance,Liquidated Damage, Performance Guarantees and all other terms and conditions are contained in APDCLs Letter of AwardNo........... dated read in conjunction with other aforesaid contract documents. The contract shall be dulyperformed by the Contract Documents, but which are needed for successful, efficient, safe and reliable operation of the equipmentunless otherwise specifically excluded in the specification under exclusion or Letter of Award.3.2 The scope of work shall also include supply and installation of all such items which are not specifically mentioned in thecontract Documents, but which are needed for successful, efficient, safe and reliable operation of the equipment unless otherwisespecifically excluded in the specifications under exclusions or Letter of Award.3.3 Time Schedule3.3.1 Time is the essence of the Contract and schedules shall be strictly adhered to X shall perform the work in a ccordance withthe agreed schedules.3.4 Quality Plans3.4.1 The Contractor is responsible for the proper execution of the Quality Plans mentioned in Section 4.8 of GTC. The workbeyond the customers hold points will progress only with the owners consent. The Owner will also undertake quality surveillanceand quality audit of the Contractors /Sub-contractors works, systems and procedures and quality control activities. The Contractorfurther agrees that any change in the Quality Plan will be made only wi th the Owners approval. The contractor shall also performall quality control activities, inspection and tests agreed with the Owner to demonstrate full compliance with the contractrequirements.3.4.2 The contractor also agrees to provide the Owner with the necessary facilities for carrying out inspection, quality audit andquality surveillance of contractors and its Subcontractors Quality Assurance Systems and Manufacturing Activities.These shall include but not limited to the following:

    Relevant plant standards, drawing and procedures;

    Detailed Quality Assurance System manuals for manufacturing activities.

    Storage procedures and instructions weld, NDT, heat treatment prior to commencement of manufacture;

    Complete set of log sheets (blank) mentioned in the Quality Plans.It is expressly agreed to by the contractor that the quality test and inspection by the owner shall not in any way relief the

    contractor of its responsibilities for quality standards and performance guarantee and their other obligations under the Agreement.

  • 7/31/2019 bid_bijni

    30/233

    30

    3.4.4 X agrees to submit quality Assurance Documents to APDCL for review and record after completion and within 3 weeks ofdispatch of material.The package will include the following :

    Factory test result, inspection report for testing required by this contract or applicable codes and standards.

    Two copies of inspection reports duly signed by Quality Assurance personnel of both APDCL and X for the agreedcustomer hold points.

    Report of the rectification works where and if applicable.3.5 It is expressly agreed to by the Contractor that notwithstanding the fact that the Contract is termed as Supply-cum-Erection

    Contract or indicates the break-up of the Contract consideration, for convenience of operation and for payment of sale tax onsupply portion, it is in fact one composite Contract on single source responsibility basis and the Contractor is bound to perform thetotal Contract in its entirely and non-performance of any part or portion of the Contract shall be deemed to be breach of the entireContract.3.6 The Contractor guarantees that the equipment package under the Contract shall meet the ratings and performance parametersas stipulated in the technical specifications (Section10) and in the event of any deficiencies found in the requisite performance figures, the Owner may at its option reject theequipment package or alternatively accept it on the terms and conditions and subject to levy of the liquidated damages in terms ofContract documents. The amount of liquidated damages so leviable shall be in accordance with the contract document and withoutany limitation.3.7 It is further agreed by the contractor that the contract performance guarantee shall in no way be constructed to limit or restrictthe owners equipment right to recover the damages/compensation due to shortfall in the equipment performance figures as statedin Para 3.6 above or under any other clause of the agreement. The amount of damages/compensation shall be recoverable eitherby way of deduction from the contract price, contract performance guarantee and or otherwise. The contract performanceguarantee furnished by the contractor is irrevocable and unconditional and the owner shall have the power to invoke itnotwithstanding any dispute or difference between the owner and the contractor pending before any court tribunal, arbitrator or anyother authority.

    3.8 This Agreement constitutes full and complete understanding between the parties and terms of the payment. It shall supersedeall prior correspondence terms and conditions contained in the Agreement. Any modification of the agreement shall be effectedonly by a written instrument signed by the authorized representative of both the parties.

    4.0 SETTLEMENT OF DISPUTES4.1 It is specifically agreed between parties that all the differences or disputes arising out of the agreement or touching the subjectmatter of the agreement shall be decided by process of settlement and Arbitration as specified in clause 41 of the GeneralCondition of the Contract and provision of the Indian Arbitration Act, 1996 shall apply. Guwahati Courts alone shall have exclusive

    jurisdiction over the same.

    4.2 NOTICE OF DEFAULTNotice of default given by either party to the other under agreement shall be in writing and shall be deemed to have been duly andproperly served upon the parties hereto if delivered against acknowledgement or by telex or by registered mail withacknowledgements due addressed to the signatories at the addresses mentioned at Guwahati.

    IN WITNESS WHEROF, the parties through their duly authorized representatives have executed these presents (execution where

    of has been approved by the competent authorities of both the parties) on the day, month and year first above mentioned atGuwahati .

    WITNESS:1. .. (Owners signature) ( Printed Name)2. (Designation)( Companys Stamp)3. .. (Contractors Signature)(Companys Name)4. .. (Designation)(Companys Stamp)

    Applicable in case of single award is placed on one party on Supply-cum- Erection basis. In two separateawards are placed on single party/two different parties this clause is to be modified suitably while signingthe contract agreement to be signed separately for two awards to incorporate cross fall breach clause.

  • 7/31/2019 bid_bijni

    31/233

    31

    FORM OF POWER OF ATTORNEY FOR JOINT VENTURE(On Non-judicial Stamp Paper of Appropriate value to be Purchased in the Name of Joint Venture)

    KNOW ALL MEN BY THESE PRESENTS THAT WE, the Partners whose details are givenhereunder................................................................. have formed a Joint Venture under the lawsof..and having our Registered Office(s)/Head Office(s) at.....(herein after called

    the 'Joint Venture' which expression shall unless repugnant to the context or meaning thereof, include itssuccessors, administrators and assigns) acting thorough M/S.. being the Partner in-charge do hereby' constitute,nominate and appoint M/S ..a Company incorporatedunder the laws of arid having its Registered/Head Office at..as our duly 'constituted lawful Attorney (hereinaftercalled "Attorney" or" Authorized Representative" or "Partner In-charge") to exercise all or any of the powers for andon be.ha1f of, the Joint Venture in regard* to ---------------------(Name of the Package) (Specification No.-------------------------)of Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltan Bazar, GUWAHATI (hereinafter calledthe "Owner"). and the bids for which' have been invited by the Owner, to undertake the following acts:

    i) To submit proposal and participate in the aforesaid Bid Specification of the Owner on behalf of the JointVenture.

    ii) To negotiate with the Owner 'the terms and' conditions for award of the Contract pursuant to the aforesaidBid and to sign the Contract with the Owner for and on behalf of the "Joint Venture'.

    iii) To do any other act or submit any document rated to the above.

    iv) To receive, accept and execute .the Contract for and on behalf of the "Joint Venture".It is clearly understood that the Partner In-charge (Lead Partner) shall ensure performance of the Contract(s) and ifone or more Partner fail to perform their respective portion of the Contract(s), the same shall be deemed to be adefault by all the Partners.It is expressly understood that this Power of Attorney shall remain valid binding and irrevocable till completion of theDefect Liability Period in terms of the Contract.The Joint Venture hereby agrees and undertakes to ratify and confirm all the abovewhatsoever the said Attorney/

    Authorized Representative/Partner In-charge quotes in the bid, negotiates and signs the Contract with the Ownerand/or proposes to act on behalf of the joint Venture by virtue of this Power of Attorney and the same shall bind theJoint Venture as if done by itself.

    * Strike which is not applicable.

    IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid have executed these presents onthis .. day of ....... under the Common Seal(s) of their Companies.

    for and on behalf ofthe Partners of JointVentures

    The Common Seal of the above Partners of the Joint Venture:The Common Seal has been affixed there unto in the presence of :

    WITNESS

    1. Signature _________________________Name___________________________Designation_______________________Occupation ________________________

    2. Signature _________________________Name___________________________Designation_______________________Occupation ________________________

  • 7/31/2019 bid_bijni

    32/233

  • 7/31/2019 bid_bijni

    33/233

    33

    against Lead Partner to these presents before proceeding against or dealing with the other Partner(s)4. The financial liability of the Partners of this Joint Venture agreement to the Owner, with respect to any of the

    claims arising out of the performance of non-performance of the obligations set forth in the said Joint Ventureagreement, read in conjunction with the relevant conditions of the Contract shall, however, not be limited in anyway so as to restrict or limit the liabilities of any of the Partners of the Joint Venture agreement.

    5. It is expressly understood and agreed between the Partners to this Joint Venture agreement that theresponsibilities and obligations of each of the Partners shall be as delineated in Appendix-I (*To be incorporated

    suitably by the Partners) to this agreement. It is further agreed by the Partners that the above sharing ofresponsibilities and obligations shall not in any way be a limitation of joint and several responsibilities of thePartners under this Contract.

    6. This Joint Venture agreement shall be construed and interpreted in accordance with the laws of India and thecourts of Delhi shall have the exclusive jurisdiction in all matters arising there under.

    7. In case of an award of a Contract, We the Partners to the Joint Venture agreement do hereby agree that weshall be jointly and severally responsible for furnishing a contract performance security from a bank in favour ofthe Owner in the forms acceptable to purchaser for value of 10% of the Contract Price in thecurrency/currencies of the Contract.

    8. It is further agreed that the Joint Venture agreement shall be irrevocable and shall form an integral part of theContract, and shall continue to be enforceable till the Owner discharges the same. It shall be effective from thedate first mentioned above for all purposes and intents.

    IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their authorised representativesexecuted these presents and affixed Common Seals of their companies, on the day, month and year first mentioned

    above.

    IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their authorized representativesexecuted these presents and affixed Common Seals of their companies, on the day, month and year first mentionedabove.

    1. Common Seal of_________________ For LeadPartnerhas been affixed in my/our presencepursuant to the Board of Director's (Signature of authorizedresolution dated________________ representative)

    NameSignatureDesignation

    Name Common Seal of the CompanyDesignation

    2. Common Seal of_________________ ForOther Partnerhas been affixed in my/our presencepursuant to the Board of Director's (Signature of authorizedresolution dated_______________ representative)

    NameSignatureDesignationName Common Seal of the CompanyDesignation

    WITNESSES

    1. Name . (Signature)

    (Official address)

    2. Name . (Signature)

    (Official address)

  • 7/31/2019 bid_bijni

    34/233

  • 7/31/2019 bid_bijni

    35/233

    35

    6.0 GENERAL TECHNICAL SPECIFICATIONS

    1.0 Part A General:

    1.1. It is not the intent to specify herein complete details of design and construction of theplant/equipment/material. The plant offered shall conform to the relevant standards and shall be of high

    quality, sturdy, robust and of good design and workmanship complete in all respects and capable toperform continuous and satisfactory operations in the actual service conditions at site and shall havesufficiently long life in service. The dimensional drawings attached with the technical Specification inVolume II are generally of illustrative nature. In actual practice, not withstanding any anomalies,discrepancies, omissions, incompleteness, etc. in these specifications and attached drawings, the designand constructional aspects, including materials and dimensions, will be subject to good engineeringpractice in conformity with the required quality of the product and to such tolerances, allowances andrequirements for clearances etc. as are necessary by virtue of various stipulation in that respect in therelevant Indian Standards, IEC standards, I.E. Rules and other statutory provisions.

    1.2. The plant/equipment/material offered shall be complete with all parts necessary for their effective andtrouble free operation. Such parts will be deemed to be within the scope irrespective of whether they arespecifically indicated in the Bid documents or not.

    2.0 Quality Assurance Programme:

    2.1. Bidder must establish that a proper quality assurance program is being followed by them for manufactureof plant/equipment. Quality Assurance Program must have a structure as detailed in following paragraphs.

    2.2. Quality assurance and failure prevention starts with careful study and scrutiny of our technical specificationsand requirements. Bidder/manufacturer shall carefully study all the technical parameters and otherparticulars and the Bidder/manufacturer shall categorically give his confirmation that these requirementsshall be met in a satisfactory manner.

    2.3. Bidder/manufacturer shall furnish the checks exercised in design calculations. The salient features ofdesign shall be made available to the Employer.

    2.4. Bidder/manufacturer shall indicate the various sources of the items being procured. Type of checks,quantum of checks and acceptance norms shall be intimated and random test and check results should be

    made available for inspection whenever so desired.

    2.5. The Bidders shall invariably furnish following information.

    1. Statement giving list of important raw materials, names if sub-Bidder/manufacturers for the rawmaterial, list of standards according to which the raw material is purchased and copies of testcertificates thereof.

    2. Information and copies of test certificates as in (i) above in respect of bought out items.3. List of machines and manufacturing facilities available4. Levels of automation achieved and list of areas where manual processing exists5. List of areas in manufacturing process, where stage inspections are normally carried out for quality

    control and details of such tests and inspections6. List of testing equipment available with the Bidder for final testing of materials specified and test

    plant limitation, if any, vis-a-vis type, special, acceptance and routine tests specified in the relevantstandards. These limitations shall be very clearly brought out in schedule of deviations fromspecified test equipments

    3.0 Pre Dispatch Inspection:

    3.1. The Employers representative may carry out stage inspection of the plant/equipment during manufacturing/assembling stage. The Employer shall have absolute right to reject the raw material/ component/ subassemblies or complete equipment not found to be conforming to the specification or being of poor quality/workmanship. The stage inspection will particularly include tests specified for any particular plant or

  • 7/31/2019 bid_bijni

    36/233

    36

    equipment in the technical specification, general routine tests and physical measurements to be conductedduring manufacturing stages as per manufacturers standard practice.

    3.2. The Bidder/manufacturer shall give fifteen (15) days advance notice to enable the Employer to arrange forinspection. Inspection and testing shall be conducted at the place of manufacture. Inspection and testing ofany material under this specification by the Employer shall not relieve the Bidder/manufacturer of hisobligation to supply the plant/equipment in accordance with the specification and shall not preventsubsequent rejection if it is found to be defective.

    3.3. The Bidder/manufacturer shall afford the Employers representative all reasonable facilities, without charge,to satisfy him that the plant/ equipment is being manufactured in accordance with the specifications. TheBidders/manufacturer must have adequate set of instruments for conducting tests as per ISS specification.Instruments shall be duly calibrated and calibration certificate should not be older than one year on thedate of inspection. Calibration shall be done by NABL accredited laboratories. A comprehensive list oftesting equipment/ instruments indicating make, Sr.No., type, class of accuracy, calibrating agency,calibration date etc. should be furnished, as and when desired. Calibrated instruments shall be duly sealedby calibrating agency to avoid any tampering with calibration and the details thereof shall be clearlymentioned in the calibration certificate(s).

    4.0 Defect Liability:

    4.1. The defect liability period of plants/ equipments shall be as indicated in GCC of the bid document

  • 7/31/2019 bid_bijni

    37/233

    37

    3.2 SPECIAL TECHNICAL SPECIFICATIONS FOR NEW SUBSTATION CIVIL WORKS & SWITCHGEAR

    1.0 GENERAL

    The intent of specification covers the following:Design, engineering, and construction of all civil works at sub-station. All civil works shall also satisfy the

    general technical requirements specified in other Section of this Specification and as detailed below. They shallbe designed to the required service conditions/loads as specified elsewhere in this Specification or implied asper National/International Standards.

    All civil works shall be carried out as per applicable Indian Laws, Standards and Codes. All materials shall be ofbest quality conforming to relevant Indian Standards and Codes.The Contractor shall furnish all design, drawings, labour, tools, equipment, materials, temporary works,constructional plant and machinery, fuel supply, transportation and all other incidental items not shown orspecified but as may be required for complete performance of the Works in accordance with approveddrawings, specifications and direction of Employer.The work shall be carried out according to the design/drawings to be developed by the Contractor andapproved by the owner based on Tender Drawings Supplied to the Contractor. by the Owner. For all buildings,structures, foundations, etc., necessary layout and details shall be developed by the Contractor keeping in viewthe functional requirement of the substation facilities and providing enough space and access for operation, useand maintenance based on the input provided by the Owner. Certain minimum requirements are indicated inthis specification for guidance purposes only. However, the Contractor shall quote according to the complete

    requirements.

    1.2 GEO-TECHNICAL INVESTIGATION

    1.3 The Contractor shall perform a detailed soil investigation to arrive at sufficiently accurate, general as well asspecific information about the soil profile and the necessary soil parameters of the Site in order that thefoundation of the various structures can be designed and constructed safely and rationally.

    A report to the effect will be submitted by the contractor for Owner's specific approval giving details regardingdata proposed to be utilized for civil structures design.

    2.0 SCOPE OF WORK

    This specification covers all the work required for detailed soil investigation and preparation of a detailed report.The work shall include mobilization of necessary equipment, providing necessary engineering supervision and

    technical personnel, skilled and unskilled labour, etc., as required to carry out field investigation as well as,laboratory investigation, analysis and interpretation of data and results, preparation of detailed Geo-Technicalreport including specific recommendations for the type of foundations and the allowable safe bearing capacityfor different sizes of foundations at different founding strata for the various structures of the substation. TheContractor shall make his own arrangement for locating the co-ordinates and various test positions in field asper the information supplied to him and also for determining the reduced level of these locations with respect tothe benchmark indicated by the Owner.

    All the work shall be carried out as per latest edition of the corresponding Indian Standard Codes.2.1 Bo