+ All Categories
Home > Documents > BIDDERS QUERIES DAH HANU - jkspdc.nic.in

BIDDERS QUERIES DAH HANU - jkspdc.nic.in

Date post: 10-Nov-2021
Category:
Upload: others
View: 4 times
Download: 0 times
Share this document with a friend
23
1 | Page REPLY TO B S.No . CLAUSE No. QUERY M&CO. 1 1.1(h) of NIT Joint Venture/Conso and severally respo and the NIT clause 2 1.32.1- Supply of material by PDC There are contra documents with reg hand as per special states that PDC do any material or eq hand vide clause 1 and subject to avai shall be issued to t ahead with the wo for 4-5 months dur made with provisio men and machine score besides exten construction agency etc. of its own. 3 1.34 Performance Guarantee The validity of the kept for one year months) or 5000 completion of satis furnishing of the p Final Reply to Bidders BIDDERS QUERIES FOR HANU & DAH SHPs REPLY ortium Partners can only be bound by jointly onsible to the extent of sphere of their work shall need modification to that extent The Lead m responsibili commission Other mem and severa scope of w adictions in various clauses of the bid gard to supply of material by the PDC on one l condition of the contract Clause 1.70 which oes not take any responsibility for supply of quipment to the contractor but on the other 1.32.1 of GCC states that as a special case ilability of material viz. cement and steel etc the contractor. As such it is impossible to go ork smoothly when the area remains cut off ring winter, unless either firm commitment is on of reimbursement of the idle charges of ery that the contractor may suffer on this nsion in time of completion or alternatively y is authorized to procure cement and steel Being E contractor all material Performance Guarantee is requested to be r (12 months) instead of 1 ½ year (18 hrs of operation , commissioning from sfactory final test whichever is earlier. The performance guarantee after completion in The Contra to provid Guarantee Contract months or queries dated 27-3-2012 member shall bear full ity for successful ning of the Project. mbers shall be jointly ally responsible for their work. EPC contract, the shall have to arrange ls. actor shall be required de a Performance of 10 % of the Value valid for 18 8000 operational hours
Transcript
Page 1: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

1 | P a g e

REPLY TO BIDDERS QUERIES FOR HANU & DAH SHPs

S.No.

CLAUSE No. QUERY

M&CO. 1 1.1(h) of NIT Joint Venture/Consortium Partners can only be bound by jointly

and severally responsible to the extent of sphere of their work

and the NIT clause shall

2 1.32.1- Supply of material by

PDC

There are contradictions in various clauses of the bid documents with regard to supply of material by the PDC on one

hand as per special condition of the contract Clause 1.70 which states that PDC does not take any responsibility for supply of any material or equipmen

hand vide clause 1.32.1 of GCC states that as a special case

and subject to availability of material viz. cement and steel etc shall be issued to the contractor. As such it is impossible to go ahead with the work smooth

for 4-5 months during winter, unless either firm commitment is

made with provision of reimbursement of the idle charges of men and machinery that the contractor may suffer on this score besides extension in time of completi

construction agency is authorized to procure cement and steel etc. of its own.

3 1.34 –Performance

Guarantee

The validity of the Performance Guarantee is requested to be kept for one year (12 months) instead of 1 ½ year (18

months) or 5000 hrs of operation , commissioning from completion of satisfactory final test whichever is earlier. The

furnishing of the perfo

Final Reply to Bidders queries dated 2

REPLY TO BIDDERS QUERIES FOR HANU & DAH SHPs

REPLY

Joint Venture/Consortium Partners can only be bound by jointly and severally responsible to the extent of sphere of their work

and the NIT clause shall need modification to that extent

The Lead memberresponsibility

commissioning of the Project. Other members shall be jointly

and severally responsible for their scope of work.

ntradictions in various clauses of the bid documents with regard to supply of material by the PDC on one

hand as per special condition of the contract Clause 1.70 which states that PDC does not take any responsibility for supply of any material or equipment to the contractor but on the other

hand vide clause 1.32.1 of GCC states that as a special case

and subject to availability of material viz. cement and steel etc shall be issued to the contractor. As such it is impossible to go ahead with the work smoothly when the area remains cut off

5 months during winter, unless either firm commitment is

made with provision of reimbursement of the idle charges of men and machinery that the contractor may suffer on this score besides extension in time of completion or alternatively

construction agency is authorized to procure cement and steel

Being EPC contract, the contractor shall have to arrange

all materials.

The validity of the Performance Guarantee is requested to be kept for one year (12 months) instead of 1 ½ year (18

months) or 5000 hrs of operation , commissioning from completion of satisfactory final test whichever is earlier. The

furnishing of the performance guarantee after completion in

The Contractor shall be required to provide a

Guarantee Contract Value valid for 18

months or 8000 operational hours

Bidders queries dated 27-3-2012

Lead member shall bear full responsibility for successful

commissioning of the Project. Other members shall be jointly

and severally responsible for their scope of work.

Being EPC contract, the contractor shall have to arrange

all materials.

The Contractor shall be required to provide a Performance

of 10 % of the Contract Value valid for 18

months or 8000 operational hours

Page 2: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

2 | P a g e

S.No

.

CLAUSE No. QUERY

respect of civil component @20% is extremely high viz a viz magnitude of the assignment. However we may clarify that to cover the performance guarantee after completion, our

performance guarantees of 5% as cleared under

of GCC read with amendments requested under foregoing para for civil component shall remain valid till performance guarantee period and no additional guarantees shall be

provided. Meanwhile the details of performance guarantee in respect of the electro

along with queries on Electro4 1.36- Arbitration When every decision in respect of every matter so referred to

Engineer shall be final and binding the existence of the Arbitration becomes ineffective during or after the course of

execution of the Project. Therefore the clause may be modified to the extent Engineers decision shall not be final but has to be subject to outcome of Arbitration.

5 1.40- Terms of

Payment

Out of total mobilization advance of 15% of the Ci

part advance can be released against hypothecation of machinery and equipment needed for the purpose of construction of civil works. The balance payment against equal

amount of bank guarantee to be provided by the civil

contractor in case of Joi

6 1.42-

Performance

security Deposit

The maximum amount of

high , normally the deposit for such contracts does not exceed

5% out of which 2%is against performance Bank guarantee and 3% deductible from running bills of the work done ,which subsequently gets replaced by the bank gua

equal amounts. 7 1.46- Mistakes The responsibility of payment for alteration of the work due to

Final Reply to Bidders queries dated 2

REPLY

respect of civil component @20% is extremely high viz a viz magnitude of the assignment. However we may clarify that to cover the performance guarantee after completion, our

performance guarantees of 5% as cleared under Clause 1.4.2

of GCC read with amendments requested under foregoing para for civil component shall remain valid till performance guarantee period and no additional guarantees shall be

provided. Meanwhile the details of performance guarantee in he electro-mechanical items shall be submitted

along with queries on Electro-Mechanical equipments.

from the datwhichever is later.

When every decision in respect of every matter so referred to

Engineer shall be final and binding the existence of the Arbitration becomes ineffective during or after the course of

he Project. Therefore the clause may be modified to the extent Engineers decision shall not be final but has to be subject to outcome of Arbitration.

Bid Provision shall prevail.

Out of total mobilization advance of 15% of the Civil Works,

part advance can be released against hypothecation of machinery and equipment needed for the purpose of construction of civil works. The balance payment against equal

amount of bank guarantee to be provided by the civil

contractor in case of Joint Venture.

Bid Provision shall prevail.

However, part advance can be released against hypothecation of brand new machinery and

equipment needed

for the purpose of construction of the project.

The maximum amount of the security deposit @10% is very

high , normally the deposit for such contracts does not exceed

5% out of which 2%is against performance Bank guarantee and 3% deductible from running bills of the work done ,which subsequently gets replaced by the bank guarantee for the

Bid Provision shall prevail.

The responsibility of payment for alteration of the work due to Bid Provision shall prevail

Bidders queries dated 27-3-2012

from the date of commissioning whichever is later.

Bid Provision shall prevail.

Bid Provision shall prevail.

However, part advance can be released against hypothecation of brand new machinery and

equipment needed and procured

for the purpose of construction of the project.

Bid Provision shall prevail.

Bid Provision shall prevail

Page 3: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

3 | P a g e

S.No

.

CLAUSE No. QUERY

in Drawings any discrepancy/errors or omissions in the duly approved drawings by the inspector is harsh and cannot liquidated/liable, the provisions need to be changed.

8 1.53.15(iii) GCC The Banker for State Government viz J&K Bank Ltd. Also needs

to be included for the purpose of the financial transactions/preparation of the negotiabl

9 1.54 Contract

Price -SCC

As per para 1 of the Notice Inviting Tender the offers are

invited for construction of EPC TurnBasis,the Clause 1.10 (Bid Price) and 1.12 Price Variation of

GCC ,Clause No.1.37 (Firm Price)of SCC and Clause 1.54

(Contract Price ) of SCC of the contract confirms the same and

Clause No.1.40 of the SCC provides the %age schedules ofpayment on running bills on Turnkey Basis thereby hardly leaving any scope for priced book of quantities as interim

payments are to be released on pro rata basis of the schedule of payments in the contract. However any clause which is at

variance with these clauses such as Clause no.1.53.15 (vi) of GCC needs to be deleted or superceded.

10 1.1 para (h) of

NIT and 1.10.1 of GCC

As per clause 1.1 para (h) of NIT the civil contractor have a

choice for either going for joint Venture or engagement of subcontractor for Electro mechanical works against submission of Joint deed of undertaking for completion

though as per Clause No.1.10.1 of the GCC it is understood

that the Technical and financial credentials of the sub contractor shall be taken into consideration while evaluating the tender as it covers contractors obligation including

the sub-contractor but same needs to be confirmed.11 We would like to

Final Reply to Bidders queries dated 2

REPLY

any discrepancy/errors or omissions in the duly approved drawings by the inspector is harsh and cannot be liquidated/liable, the provisions need to be changed.

The Banker for State Government viz J&K Bank Ltd. Also needs

to be included for the purpose of the financial transactions/preparation of the negotiable instruments.

It is a typographical omission.

The J&K Bank Ltd. shall be deemed included wherever Banks have been specified.

As per para 1 of the Notice Inviting Tender the offers are

invited for construction of EPC Turnkey Lump Sum Fixed Basis,the Clause 1.10 (Bid Price) and 1.12 Price Variation of

GCC ,Clause No.1.37 (Firm Price)of SCC and Clause 1.54

(Contract Price ) of SCC of the contract confirms the same and

Clause No.1.40 of the SCC provides the %age schedules of the payment on running bills on Turnkey Basis thereby hardly leaving any scope for priced book of quantities as interim

payments are to be released on pro rata basis of the schedule of payments in the contract. However any clause which is at

these clauses such as Clause no.1.53.15 (vi) of GCC needs to be deleted or superceded.

Bid provisions shall prevail.

However, interim payment shall be made as per given schedules

on pro-rata basis.

essential for t

provide BoQ.

As per clause 1.1 para (h) of NIT the civil contractor have a

choice for either going for joint Venture or engagement of sub-contractor for Electro mechanical works against submission of Joint deed of undertaking for completion of the contract. Even

though as per Clause No.1.10.1 of the GCC it is understood

that the Technical and financial credentials of the sub contractor shall be taken into consideration while evaluating the tender as it covers contractors obligation including that of

contractor but same needs to be confirmed.

Yes.

have drawings of the penstock ,Key plan, Copy of truncated DPR shall be

Bidders queries dated 27-3-2012

a typographical omission.

The J&K Bank Ltd. shall be deemed included wherever Banks have been specified.

Bid provisions shall prevail.

However, interim payment shall be made as per given schedules

rata basis. It is therefore

essential for the Contractor to

provide BoQ.

Copy of truncated DPR shall be

Page 4: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

4 | P a g e

S.No

.

CLAUSE No. QUERY

Power house Layout alongwith water levels, Typical Single Line Diagram etc.

12 Report on the soil resistivity for the Power House/Switchyard

area.

13 Information on the distance between the Powerhouse and switchyard.

A2Z GROUP 14 Should be a registered company under Companies Act or joint

venture/Consortium of two or more companies or firms, who must have jointly and/or/separately designed, constructed,

manufactured, supplied, erected, tested and

least one renewable energy project of 7MW,or two projects of

4.5MW each or three projects of 3.75MW each in the last seven years, as per prevailing National and International Standards.

15 Consortium/JV shoul

equipment manufacturer or his authorized representative,hydromechanical equipment manufacturer/contractor having executed similar works.In respect of Design/Planning,

mechanical and electromechanical wo

also be allowed.

SPML 16 Vol1 GCC Clause We request you to please include price escalation since it can

Final Reply to Bidders queries dated 2

REPLY

Power house Layout alongwith water levels, Typical Single Line provided to all bidders.

Report on the soil resistivity for the Power House/Switchyard Soil resistivity test is to be

conducted by the Bidder for

which permission shall be deemed to have been accorded by the Owne

test.

Information on the distance between the Powerhouse and The Bidder is expected to conduct a site inspection before bidding to

ascertain requirement. Final

layout of all the components of

the Project is to be givenContractor.

Should be a registered company under Companies Act or joint

venture/Consortium of two or more companies or firms, who must have jointly and/or/separately designed, constructed,

manufactured, supplied, erected, tested and commissioned at

least one renewable energy project of 7MW,or two projects of

4.5MW each or three projects of 3.75MW each in the last seven years, as per prevailing National and International Standards.

Bid provisions shall prevail.

Consortium/JV should be of civil contractor, electromechanical

equipment manufacturer or his authorized representative, and hydromechanical equipment manufacturer/contractor having executed similar works.In respect of Design/Planning, Hydro

mechanical and electromechanical works sub-contractors shall

Bid provisions shall prevail.

We request you to please include price escalation since it can Bid provisions shall prevail. This is

Bidders queries dated 27-3-2012

provided to all bidders.

Soil resistivity test is to be

conducted by the Bidder for

which permission shall be deemed to have been accorded by the Owner for conducting the

The Bidder is expected to conduct a site inspection before bidding to

ascertain requirement. Final

layout of all the components of

the Project is to be given by Contractor.

Bid provisions shall prevail.

Bid provisions shall prevail.

Bid provisions shall prevail. This is

Page 5: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

5 | P a g e

S.No

.

CLAUSE No. QUERY

1.12 effect the bidding process.

17 Vol 1 GCC 1.4.3 Please clarify for storage and supply facility of explosives. Also

please mention the distance and frequency of suStorage facility

18 Vol 1 GCC

1.11.2(I)

We kindly request you to please reduce the performance

guarantee to 10% from 20% since current performance

guarantee will severally affect the cash flow of the contractor.

19 Vol 1 GCC 1.32.5

Please provide whether the fuel consumed for construction power will be reimbursed by JKSPDC

20 Vol 1 SCC

Clause 1.43

Request you to please increase the construction period from 36

months to 48 months due to availability of site during a year21 6.2.4 66 KV

Switchyard

Equipment (Vol-

III Price bid)

There is mismatch in quantity of 66 KV isolators in Price Schedule snd SLD (dwg no. 0016.01.021). As per SLD quantity

of isolator without earth switch is 5 no’s and isolators with

earth switch is 2 no’s. Please confirm. 22 Cl.No.5.7.11

Lighting System We are considering switchyard towers and gantries for mounting fitting for illumination of 66 KV outdoor switchyard.

Please Confirm 23 Cl.No. -5.4.7 DC

Supply Please confirm that switchyard and Power House have one common DC System

24 Route distance from Powerhouse to Switchyard is required.

Final Reply to Bidders queries dated 2

REPLY

effect the bidding process. a lump sum fixed cost EPC contract and no variation, escalation, etc. is allowed.

Please clarify for storage and supply facility of explosives. Also

please mention the distance and frequency of supply from

All issues related to explosives

shall be dealt with as per prevalent rules and regulations. Facilitation required from JKSPDC

if any on this account shall be

provided.

We kindly request you to please reduce the performance

guarantee to 10% from 20% since current performance

guarantee will severally affect the cash flow of the contractor.

The Contractor shall be required

to provide a

Guarantee

Contract Value valid for 18 months or 8000 operational hours from the date of commissioning

whichever is later.

Please provide whether the fuel consumed for construction power will be reimbursed by JKSPDC

No.

equest you to please increase the construction period from 36

months to 48 months due to availability of site during a year

Agreed.

There is mismatch in quantity of 66 KV isolators in Price Schedule snd SLD (dwg no. 0016.01.021). As per SLD quantity

of isolator without earth switch is 5 no’s and isolators with

earth switch is 2 no’s. Please confirm.

66 KV isolators without E/S shall be 5 (Five), but with E/S 2 (Two).

We are considering switchyard towers and gantries for mounting fitting for illumination of 66 KV outdoor switchyard.

Separate poles may be used for lighting fixtures in swit

Please confirm that switchyard and Power House have one common DC System

Yes

Route distance from Powerhouse to Switchyard is required. The Bidder is expected to conduct

Bidders queries dated 27-3-2012

a lump sum fixed cost EPC contract and no variation, escalation, etc. is allowed.

All issues related to explosives

shall be dealt with as per prevalent rules and regulations. Facilitation required from JKSPDC

if any on this account shall be

The Contractor shall be required

to provide a Performance

of 10 % of the

ontract Value valid for 18 months or 8000 operational hours from the date of commissioning

whichever is later.

66 KV isolators without E/S shall e 5 (Five), but with E/S 2 (Two).

Separate poles may be used for lighting fixtures in switch Yard.

The Bidder is expected to conduct

Page 6: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

6 | P a g e

S.No

.

CLAUSE No. QUERY

25 Any 11 KV overhead line is not in contractors scope.(E&M Scope). Please confirm.

26 Dwg. No. DAH-

s-o25

In SLD dwg. No.DAH

the generation voltage shown is 3.3 KV ,Please clarify.27 Technical

Specifications Please specify whether JKSPDC has preferred vendors for turbines Generator supply.

28 General/Civil Please provide the Geological details of project site along with soil investigation/geotechnical report.

29 General/Civil Please provide the Technical Requirements (Civil Activities) for

different Project Components

30 BOQ-CIVIL-6.1,Chapter- VI

Abstract of cost gives the consolidated cost for different components. Please clarify how to give the cost for

components not mentioned therein the BOQ viz. Switch yard, approach roads, protection ,etc. and also describe the proto give the unit cost for different activities in particular civil

components.

Final Reply to Bidders queries dated 2

REPLY

a site inspection before bidding to ascertain layout of all the components of

the Project is to be given by

Contractor.

Any 11 KV overhead line is not in contractors scope.(E&M Scope). Please confirm.

Yes

In SLD dwg. No.DAH-S-025 no. 6.6 KV switchgear is shown,

the generation voltage shown is 3.3 KV ,Please clarify.

Generation Voltage is 6.6 KV.

Please specify whether JKSPDC has preferred vendors for turbines Generator supply.

The Turbines and Generators in operation in JKSPDC

from BHEL, Andritz, Voith and

Jyoti. However, bidders are required to submit a list of

vendors for approval of the

owner.

Please provide the Geological details of project site along with soil investigation/geotechnical report.

Copy of truncated DPR shall be provided to all bidders.

Please provide the Technical Requirements (Civil Activities) for

different Project Components

Refer Technical Specifications

(Civil Works)

II

Abstract of cost gives the consolidated cost for different components. Please clarify how to give the cost for

components not mentioned therein the BOQ viz. Switch yard, approach roads, protection ,etc. and also describe the process to give the unit cost for different activities in particular civil

Please refer clause 1.63 of GCC wherein mechanism for quoting

rates for items not in the bill of quantity has been explained. With regard to such components

as are not ment

VI, 6.1, additional rows may be inserted in the table to cover such components.

Bidders queries dated 27-3-2012

a site inspection before bidding to requirement. Final

layout of all the components of

the Project is to be given by

Contractor.

Generation Voltage is 6.6 KV.

The Turbines and Generators in operation in JKSPDC are mostly

from BHEL, Andritz, Voith and

Jyoti. However, bidders are required to submit a list of

vendors for approval of the

Copy of truncated DPR shall be provided to all bidders.

Refer Technical Specifications

(Civil Works) Chapter IV of Vol.

Please refer clause 1.63 of GCC wherein mechanism for quoting

rates for items not in the bill of quantity has been explained. With regard to such components

as are not mentioned in Chapter-

VI, 6.1, additional rows may be inserted in the table to cover such components.

Page 7: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

7 | P a g e

S.No

.

CLAUSE No. QUERY

A2Z GROUP 31 Clause

No.1.53.2

Interest on

Advance Payment

The clause No.1.53.2 stipulates that the advance payment will be interest bearing loan we request y

without interest as this will have direct bearing on the item

rates. We suggest that ,no interest,in the scheduled time and only for delayed works interest is charged.

32 Planning and

Detail Engineering.

Planning and detail engineering requires considerable

involvement and specialized manpower and consultation with various experts/institutions are required for optimization

/finalization including physical model testing. we request

inclusion of a new item in Chapter VI as “Planning and Detail

Engineering”

33 Completion

Time

The completion Time Schedule is given as 36 months

considering the fact that almthe area due to adverse climatic conditions. We request that

completion time may be considered as 48 months.or 36

working months. 34 Bid Submission The time given for

whereas reply to queries by JKSPDC is 27

appreciate that consultant will be able to visit the site only after

mid April and considerable time will be required to evaluate all the parameters in troptimization of the project parameters; we request extension

for at least 45-60 days from the last date of Final Clarification.

FLOVEL:DAH 35 Salient

Features, Clause This section states the Penstock details as under:

Final Reply to Bidders queries dated 2

REPLY

The clause No.1.53.2 stipulates that the advance payment will be interest bearing loan we request you to consider the same

without interest as this will have direct bearing on the item

rates. We suggest that ,no interest, if the works are completed in the scheduled time and only for delayed works interest is

Interest for mobilization advance shall be equal

Bank plus

the date of disbursement.

Planning and detail engineering requires considerable

involvement and specialized manpower and consultation with experts/institutions are required for optimization

/finalization including physical model testing. we request

inclusion of a new item in Chapter VI as “Planning and Detail

Being an EPC contract all jobs,

tasks, engineering, design, planning, c

successful commissioning shall be

deemed included in the scope of

the Contractor. This applies to the Planning & design aspect as well.

The completion Time Schedule is given as 36 months

considering the fact that almost 4-5 months in a year is lost in the area due to adverse climatic conditions. We request that

completion time may be considered as 48 months.or 36

The Time of completion shall be

taken as 48 months.

The time given for submission of bids is 16 th April 2012 whereas reply to queries by JKSPDC is 27th March2012.You will

appreciate that consultant will be able to visit the site only after

mid April and considerable time will be required to evaluate all the parameters in true spirit for a competitive bidding and optimization of the project parameters; we request extension

60 days from the last date of Final Clarification.

The revised schedule circulated vide JKSPDC/Tech/P

Dated: 01/03/2012 shall p

This section states the Penstock details as under:- Dia of main penstock is 1.25mLength is 606 m

Bidders queries dated 27-3-2012

Interest for mobilization advance all be equal to base rate of J&K

3 % as applicable on

the date of disbursement.

Being an EPC contract all jobs,

tasks, engineering, design, planning, construction etc and

successful commissioning shall be

deemed included in the scope of

the Contractor. This applies to the Planning & design aspect as

The Time of completion shall be

taken as 48 months.

The revised schedule circulated vide JKSPDC/Tech/P-26/9456-84

Dated: 01/03/2012 shall prevail.

Dia of main penstock is 1.25m Length is 606 m

Page 8: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

8 | P a g e

S.No

.

CLAUSE No. QUERY

No. 6, Page No. 13, Penstock details

Chapter-V, Technical

Specification of Pelton Turbines,

Cl. No. 5.1.2, Page No. - 237

Drawing No.

DAH-S-017, Sheet 1 of 2, Power House -

Plan & Sections

Main Penstock : 1 no., diameter = 1.2 m, length = 604 m.Branch Penstocks : 3 nos., diameter = 0.7 m, length = 10 m.

This section states the Penstock details as under:

Main Penstock : 1 no., Branch Penstocks : 3 nos., diameter = 0.75 m, length = 10 m.

This drawing provides the Penstock details as under:

diameter of main penstock = 1.25 m &

diameter of branch penstock = 0.75 m.

Considering above diffecorrect Penstock details.

36 Salient Features, Clause No. 7, Page No.

13, Various

Heads

Chapter-V, Technical

Gross / Net / Design Heads are specified as 297.29 m / 279.9 m / 279.9 m. Howevespecified.

This section specifies Max. Gross / Rated Net Heads as 286.29 m / 282.09 m. Here again Max / Min Rated Heads are not specified.

This section states that the bidder has to provide maximum

Final Reply to Bidders queries dated 2

REPLY

Main Penstock : 1 no., diameter = 1.2 m, length = 604 m. Branch Penstocks : 3 nos., diameter = 0.7 m, length = 10 m.

This section states the Penstock details as under:-

Main Penstock : 1 no., diameter = 1.25 m, length = 606 m. Branch Penstocks : 3 nos., diameter = 0.75 m, length = 10 m.

This drawing provides the Penstock details as under:-

diameter of main penstock = 1.25 m &

diameter of branch penstock = 0.75 m.

Considering above differences please provide the correct Penstock details.

Dia of branch penstock is 0.75m.

Gross / Net / Design Heads are specified as 297.29 m / 279.9 m / 279.9 m. However the Max / Min Rated Heads are not

This section specifies Max. Gross / Rated Net Heads as 286.29 m / 282.09 m. Here again Max / Min Rated Heads are not

This section states that the bidder has to provide maximum

Design Heads: Maximum 286.20 m(No Load condition)

Minimum 280.42 m

Rated 282.09 mSince the depth of operating pool is 2.5m and there is no influence

of tail water level, the difference in various design heads is

Bidders queries dated 27-3-2012

Dia of branch penstock is 0.75m.

Design Heads: Maximum 286.20 m(No Load

Minimum 280.42 m

Rated 282.09 m Since the depth of operating pool is 2.5m and there is no influence

of tail water level, the difference in various design heads is

Page 9: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

9 | P a g e

S.No

.

CLAUSE No. QUERY

Specification of Pelton Turbines, Cl. No. 5.1.2,

Page No. - 237

Chapter-V, Technical

Specification of Pelton Turbines,

Cl. No. 5.1.3.1, Page No. - 238

turbine output at maximum head also. Considering above differences kindly convey the correct

Design Heads (Maximum, Minimum & Rated).

Please also provide the various tail water levels (Minimum, Normal & Maximum TWL) as the same are

not provided in the tender documen

37 Chapter-V, Technical Specification of

Pelton Turbines,

Cl. No. 5.1.3.2, Page No. – 238 &

Chapter-V, Technical Specification of

Generators, Cl.

No. 5.2.7, Page No. - 256

You’ve provided the formula for Weighted Average Efficiency (WAE) in these clauses of your tender, however the values of various constants K1, K2 & K3 are not provided.

Please provide the same for calculating the WAE accordingly.

38 Chapter-V,

Technical

Specification of

This clause specifies Salient Pole Rotor construction for the

Generators.

Final Reply to Bidders queries dated 2

REPLY

t maximum head also.

Considering above differences kindly convey the correct

Design Heads (Maximum, Minimum & Rated).

Please also provide the various tail water levels (Minimum, Normal & Maximum TWL) as the same are

not provided in the tender documents.

minimal. The gross head 299.29difference in FSL at diversion weir

to C/L of Pelton Turbine. From

Diversion Weir to Forebay an head of 13m is lost under gravity. The remaining gross head is

286.29 from Forebay to C/L of Turbine.

Since the Turbine is of Pelton type, Min, Normal

have no effect of energy.

You’ve provided the formula for Weighted Average Efficiency (WAE) in these clauses of your tender, however the values of various constants K1, K2 & K3 are not provided.

Please provide the same for calculating the WAE

These may be calculateddischarge in descending order and generation table provided in

the tender document.

This clause specifies Salient Pole Rotor construction for the Technical Specifications in the Bid

Documents shall prevail.

Bidders queries dated 27-3-2012

The gross head 299.29m is the difference in FSL at diversion weir

to C/L of Pelton Turbine. From

Diversion Weir to Forebay an head of 13m is lost under gravity. The remaining gross head is

286.29 from Forebay to C/L of

Since the Turbine is of Pelton type, Min, Normal & Max TWL

have no effect of energy.

These may be calculated from the discharge in descending order and generation table provided in

the tender document.

Technical Specifications in the Bid

Documents shall prevail.

Page 10: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

10 | P a g e

S.No

.

CLAUSE No. QUERY

Generators, Cl. No. 5.2.9.2 (ii), Page No. – 258

Considering the project rating, we propose Cylindrical Pole Rotors for the Generators. Advantages of Cylindrical Pole construction over the Salient Pole construction are stated as

under:-

• Cylindrical rotor is mechanically more balanced than salient pole rotor.

• The pole bolts in salient pole rotor are more susceptible to shearing off at higher / runaway speed.

• Due to uniform air gap in cylindrical rotor construction, the

SCR value is higher.

• Reduced peripheral velocity as diameter of rotor is smalland axial length is longer.

• Less windage (air resistance) losses.

• Nearly sinusoidal flux distribution around the periphery and therefore, gives a better EMF waveform than that obtainable with salient pole field structure.

• Cylindrical pole generators are lesser in weight compared to salient pole generator.

All generator manufacturers are offering cylindrical rotor generators for this rating of generators and many references

are there with cylindrical rotor generators which

successfully.

Final Reply to Bidders queries dated 2

REPLY

Considering the project rating, we propose Cylindrical Pole Rotors for the Generators. Advantages of Cylindrical Pole construction over the Salient Pole construction are stated as

Cylindrical rotor is mechanically more balanced than salient

The pole bolts in salient pole rotor are more susceptible to shearing off at higher / runaway speed.

Due to uniform air gap in cylindrical rotor construction, the

SCR value is higher.

Reduced peripheral velocity as diameter of rotor is smaller and axial length is longer.

Less windage (air resistance) losses.

Nearly sinusoidal flux distribution around the periphery and therefore, gives a better EMF waveform than that obtainable with salient pole field structure.

Cylindrical pole generators are lesser in weight compared to salient pole generator.

All generator manufacturers are offering cylindrical rotor generators for this rating of generators and many references

are there with cylindrical rotor generators which are running

Bidders queries dated 27-3-2012

Page 11: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

11 | P a g e

S.No

.

CLAUSE No. QUERY

Hence, please confirm cylindrical pole rotor construction instead of salient pole for the generators

of this project. 39 Chapter-V,

Technical Specification of

Generators, Cl.

No. 5.2.2 (ii), Page No. – 254

Drawing No. DAH-S-025 –

Single Line Diagram

This section specifies the generation voltage as power factor (pf) for Generators as

The SLD specifies the generation voltage as generators (correspondingly for LAVT, NGT Panels) & the power factor (pf) for Generators as

Considering above differences please confirm the

correct generation voltage along with the value of power factor to be considered for the project.

In case the generation voltage is 6.6 KV; the rating of

various other equipments in LAVT, NGT, Generator Relay & Metering Panels, Excitation Panels etc. shall be modified accordingly to suit the system requirements.

Please confirm. 40 Chapter-V,

Technical Specification of

Transformers,

Cl. No. 5.3.5.1, Page No. – 272

Drawing No.

DAH-S-025 –

This section specifies the rating of Generator Transformers as 6.3 MVA, 66/6.6 KV, ONAN.

This SLD specifies the rating of Generator Transformers as 5.0 MVA, 66/3.3 KV.

Considering above differences, please inform the

correct rating of Generator Transformers to be

Final Reply to Bidders queries dated 2

REPLY

Hence, please confirm cylindrical pole rotor construction instead of salient pole for the generators

This section specifies the generation voltage as 6.6 KV & the power factor (pf) for Generators as 0.8.

The SLD specifies the generation voltage as 3.3 KV for the generators (correspondingly for LAVT, NGT Panels) & the power factor (pf) for Generators as 0.85.

Considering above differences please confirm the

correct generation voltage along with the value of power factor to be considered for the project.

the generation voltage is 6.6 KV; the rating of

various other equipments in LAVT, NGT, Generator Relay & Metering Panels, Excitation Panels etc. shall be modified accordingly to suit the system requirements.

Please confirm.

The generator voltage sha6.6 KV and therefore terminal equipment and generator bus

with switchgears shall be of 6.6

KV.

specifies the rating of Generator Transformers as KV, ONAN.

This SLD specifies the rating of Generator Transformers as 5.0

Considering above differences, please inform the

correct rating of Generator Transformers to be

It shall be deemed as 6.3 MVA 6.6/66 KV ONAN.

Bidders queries dated 27-3-2012

The generator voltage shall be 6.6 KV and therefore terminal equipment and generator bus

with switchgears shall be of 6.6

It shall be deemed as 6.3 MVA 6.6/66 KV ONAN.

Page 12: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

12 | P a g e

S.No

.

CLAUSE No. QUERY

Single Line Diagram

considered.

41 Chapter-V,

Technical

Specifications of Distribution & Station

Transformers,

Cl. No. 5.3.6, Page No. – 291

Drawing No. DAH-S-025 –

Single Line Diagram

This section specifies the following type of Distribution &

Station Transformers for the project:

1 No. - 630 KVA, 6.6/11 KV Transformer & 1 No. - 315 KVA, 6.6/0.433 KV Transformer. This SLD specifies the following type of Auxiliary Transformers

for the project:- 2 Nos. – 315 KVA, 66/0.415 KV Transformers.

Considering above differences, please inform the correct quantity & rating of Auxiliary Transformers to

be considered.

42 Chapter-V, Technical

Specifications of Diesel Generating (DG)

Set, Cl. No.

5.7.5, Page No. – 367

Drawing No.

DAH-S-025 – Single Line

Diagram

This section specifies the rating of DG Set as 100 KVA. This SLD specifies the rating of DG Set as 150 KVA.

Considering above differences, please inform the correct rating of DG Set to be considered.

43 ---- Please provide the distance & elevation (if any) between the

power house & proposed 66 KV switchyard for calculating the

Final Reply to Bidders queries dated 2

REPLY

This section specifies the following type of Distribution &

Station Transformers for the project:-

630 KVA, 6.6/11 KV Transformer & 315 KVA, 6.6/0.433 KV Transformer.

This SLD specifies the following type of Auxiliary Transformers

315 KVA, 66/0.415 KV Transformers.

Considering above differences, please inform the correct quantity & rating of Auxiliary Transformers to

Distribution and station

transformers shall be as follows:

• 630 KVA 6.• 315 KVA 6.6/0.433 KV

no

This section specifies the rating of DG Set as 100 KVA.

This SLD specifies the rating of DG Set as 150 KVA.

Considering above differences, please inform the correct rating of DG Set to be considered.

100 KVA DG Set.

Please provide the distance & elevation (if any) between the

proposed 66 KV switchyard for calculating the

The Bidder is expected to conduct

a site inspection before bidding to

Bidders queries dated 27-3-2012

Distribution and station

transformers shall be as follows:

630 KVA 6.6/11 KV – 1 no 315 KVA 6.6/0.433 KV - 1

100 KVA DG Set.

The Bidder is expected to conduct

a site inspection before bidding to

Page 13: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

13 | P a g e

S.No

.

CLAUSE No. QUERY

cable lengths accordingly.

44 ---- Please provide the value of earth resistivity to be considered so as arrive at the design of earth mat accordingly.

45 ---- Please provide details of any transportation limitations present

on the site. 46 NIT, Cl. No.

1.1(a), Page No.

7, Eligible

Bidders

Chapter-II, GCC, A-Instructions to

Bidders (ITB),

Cl. No. 1.8.4(a)(i), Page No. 32,

Qualification

Criteria

This clause specifies that the eligible bidder(s) should have designed, constructed, manufactured, supplied, erected, tested

& commissioned at least

two projects of 4.5 MW each or three projects of 3.75 MW each

in the last threeInternational Standards.

This clause specifies that the eligible bidder(s) should have designed, constructed, manufactured, supplied, erected, tested

& commissioned at least one small hydro project of 7 MW or two projects of 4.5 MW each or three projects of 3.75 MW each in the last seven years

International Standards.

Considering above differences in the time period please confirm the correct time period that’ll be considered.

Final Reply to Bidders queries dated 2

REPLY

cable lengths accordingly. ascertain requirement. Final layout of all the components of the Project is to be given by

Contractor.

Please provide the value of earth resistivity to be considered so as arrive at the design of earth mat accordingly.

Soil resistivity test is to be conducted by the Bidder for which permission shall be

deemed to have been accorded

by the Owner for conductitest.

Please provide details of any transportation limitations present To be ascertained by the

intending bidder on his own.

This clause specifies that the eligible bidder(s) should have designed, constructed, manufactured, supplied, erected, tested

& commissioned at least one small hydro project of 7 MW or

two projects of 4.5 MW each or three projects of 3.75 MW each

last three years, as per prevailing National & International Standards.

This clause specifies that the eligible bidder(s) should have ructed, manufactured, supplied, erected, tested

& commissioned at least one small hydro project of 7 MW or two projects of 4.5 MW each or three projects of 3.75 MW each

last seven years, as per prevailing National &

International Standards.

ering above differences in the time period please confirm the correct time period that’ll be considered.

Please read Seven years in place of three years.

Bidders queries dated 27-3-2012

ascertain requirement. Final layout of all the components of the Project is to be given by

Contractor.

Soil resistivity test is to be conducted by the Bidder for which permission shall be

deemed to have been accorded

by the Owner for conducting the

To be ascertained by the

intending bidder on his own.

Please read Seven years in place of three years.

Page 14: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

14 | P a g e

S.No

.

CLAUSE No. QUERY

47 Chapter-II, B-GCC, Cl. No. 1.12, Page No.

52

Any Variation in various taxes, duties &execution period of the Contract even if it is Fixed Price Contract (just like your project) is always in the scope of the

Owner.

These variations are statutory in nature, are not in the hands of the Contractor & are influenced/control

Budget(s) every year.

Considering above, please confirm that any variations in applicable taxes, duties, excise duty during the

execution period of Contract shall be in the account of Owner & not the Contractor.

FLOVEL:HANU 48 Salient

Features, Clause No. 7, Page No.

13, Various Heads

Chapter-V, Technical Specification of

Pelton Turbines,

Cl. No. 5.1.2, Page No. - 237

Chapter-V,

Technical

Gross / Net / Design Heads are specified as 255 m / 232.70 m

/ 231.867 m. However the Max / Min Rated Heads are not specified.

This section specifies Max. Gross / Rated Net Heads as 238.20 m / 232.70 m. Here again Max / Min Rated Heads are not

specified.

This section states that the bidder has to provide maximum turbine output at maximum head also.

Considering above differeDesign Heads (Maximum, Minimum & Rated).

Please also provide the various tail water levels

(Minimum, Normal & Maximum TWL) as the same are

Final Reply to Bidders queries dated 2

REPLY

Any Variation in various taxes, duties & excise during the execution period of the Contract even if it is Fixed Price Contract (just like your project) is always in the scope of the

These variations are statutory in nature, are not in the hands of the Contractor & are influenced/controlled by the Central/State

Budget(s) every year.

Considering above, please confirm that any variations in applicable taxes, duties, excise duty during the

execution period of Contract shall be in the account of Owner & not the Contractor.

Bid provisions sha lump sum fixed cost EPC contract.

Gross / Net / Design Heads are specified as 255 m / 232.70 m

/ 231.867 m. However the Max / Min Rated Heads are not

This section specifies Max. Gross / Rated Net Heads as 238.20 m / 232.70 m. Here again Max / Min Rated Heads are not

This section states that the bidder has to provide maximum turbine output at maximum head also.

Considering above differences kindly convey the correct Design Heads (Maximum, Minimum & Rated).

Please also provide the various tail water levels

(Minimum, Normal & Maximum TWL) as the same are

Design Heads:

Maximum 238.20 m(No Load condition)

Minimum 230.50 mRated 231.867 mSince the depth of operating pool

is 2.5m and there is no influence

of tail water level, the difference in various design heads is minimal.

The gross head 255m is the

difference in FSL at diversion weir to C/L of Pelton Turbine. From

Diversion Weir to Forebay an

head of 16.8m is lost under

gravity. The remaining gross

Bidders queries dated 27-3-2012

Bid provisions shall prevail. This is a lump sum fixed cost EPC

Design Heads:

Maximum 238.20 m(No Load

Minimum 230.50 m Rated 231.867 m Since the depth of operating pool

is 2.5m and there is no influence

of tail water level, the difference in various design heads is

The gross head 255m is the

difference in FSL at diversion weir of Pelton Turbine. From

Diversion Weir to Forebay an

head of 16.8m is lost under

gravity. The remaining gross

Page 15: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

15 | P a g e

S.No

.

CLAUSE No. QUERY

Specification of Pelton Turbines, Cl. No. 5.1.3.1,

Page No. - 237

not provided in the tender documents.

49 Chapter-V,

Technical

Specification of Pelton Turbines, Cl. No. 5.1.3.2,

Page No. – 238 &

Chapter-V, Technical

Specification of

Generators, Cl. No. 5.2.7, Page No. – 256

You’ve provided the formula for Weighted Average Efficiency

(WAE) in these clauses of

various constants K1, K2 & K3 are not provided. Please provide the same for calculating the WAE

accordingly.

50 Chapter-V,

Technical Specification of Generators, Cl.

No. 5.2.2, Page

No. 253 & 5.2.9.2 (ii),

Page No. – 257

This clause specifies Salient Pole Rotor construction for the

Generators. Considering the project rating, we propose Cylindrical Pole

Rotors for the Generators. Advantages of Cylindrical Pole

construction over the Salient Pole construction are stated as under:-

• Cylindrical rotor is mechanically more balanced than salient pole rotor.

Final Reply to Bidders queries dated 2

REPLY

not provided in the tender documents. head is 238.20m from Forebay to C/L of Turbine.Since the Turbine is of Pelton

type, Min, Normal & Max TWL

have no effect of energy.

You’ve provided the formula for Weighted Average Efficiency

(WAE) in these clauses of your tender, however the values of

various constants K1, K2 & K3 are not provided.

Please provide the same for calculating the WAE

These may be calculated from the

discharge in descending order

and generation table provided in the tender do

This clause specifies Salient Pole Rotor construction for the

Considering the project rating, we propose Cylindrical Pole

Rotors for the Generators. Advantages of Cylindrical Pole

construction over the Salient Pole construction are stated as

Cylindrical rotor is mechanically more balanced than salient

Technical Specifications in the Bid

Documents shall prevail.

Bidders queries dated 27-3-2012

head is 238.20m from Forebay to C/L of Turbine. Since the Turbine is of Pelton

type, Min, Normal & Max TWL

have no effect of energy.

These may be calculated from the

discharge in descending order

and generation table provided in the tender document.

Technical Specifications in the Bid

Documents shall prevail.

Page 16: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

16 | P a g e

S.No

.

CLAUSE No. QUERY

• The pole bolts in salient pole rotor are more shearing off at higher / runaway speed.

• Due to uniform air gap in cylindrical rotor construction, the

SCR value is higher.

• Reduced peripheral velocity as diameter of rotor is smaller and axial length is longer.

• Less windage (air resistanc

• Nearly sinusoidal flux distribution around the periphery and

therefore, gives a better EMF waveform than that obtainable with salient pole field structure.

• Cylindrical pole generators are lesser in weight compared to salient pole generator.

All generator manufacturers are offering cylindrical rotor

generators for this rating of generators and many references

are there with cylindrical rotor generators which are running successfully.

Hence, please confirm cylindrical pole rotor

construction instead of salient pole for the generators of this project.

51 Chapter-V,

Technical

Specification of Generators, Cl.

This section specifies the generation voltage as

power factor (pf) for Generators as

Final Reply to Bidders queries dated 2

REPLY

The pole bolts in salient pole rotor are more susceptible to shearing off at higher / runaway speed.

Due to uniform air gap in cylindrical rotor construction, the

SCR value is higher.

Reduced peripheral velocity as diameter of rotor is smaller and axial length is longer.

Less windage (air resistance) losses.

Nearly sinusoidal flux distribution around the periphery and

therefore, gives a better EMF waveform than that obtainable with salient pole field structure.

Cylindrical pole generators are lesser in weight compared to salient pole generator.

All generator manufacturers are offering cylindrical rotor

generators for this rating of generators and many references

are there with cylindrical rotor generators which are running

Hence, please confirm cylindrical pole rotor

instead of salient pole for the generators

This section specifies the generation voltage as 6.6 KV & the

power factor (pf) for Generators as 0.8.

The generator voltage shall be

6.6 KV and therefore terminal

equipment and generator bus with switchgears shall be of

Bidders queries dated 27-3-2012

The generator voltage shall be

6.6 KV and therefore terminal

equipment and generator bus with switchgears shall be of 6.6

Page 17: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

17 | P a g e

S.No

.

CLAUSE No. QUERY

No. 5.2.2, Page No. – 253

Drawing No.

HANU-S-015 – Single Line Diagram

The SLD specifies the generation voltage as generators (correspondingly for LAVT, NGT Panels) & the power factor (pf) for Generators as

Considering above differences please confirm the correct generation voltage along with the value of power factor to be considered for the project.

In case the generation voltage is 6.6 KV; the rating of

various other equipments in LAVT, NGT, GenerRelay & Metering Panels, Excitation Panels etc. shall be

modified accordingly to suit the system requirements. Please confirm.

52 Chapter-V, Technical Specification of

Transformers,

Cl. No. 5.3.5.1, Page No. – 272

Drawing No.

HANU-S-015 – Single Line Diagram

This section specifies the rating of Generator Transformers as 6.3 MVA, 66/6.6 KV, ONAN.

This SLD specifies the rating of Generator Transformers as 5.0 MVA, 66/3.3 KV.

Considering above differences, please inform the

correct rating of Generator Transformers to be considered.

53 Chapter-V,

Technical Specifications of

Distribution &

Station

Transformers,

This section specifies the following type of Distribution &

Station Transformers for the project:1 No. - 630 KVA, 6.6/11 KV Transformer

1 No. - 315 KVA, 6.6/0.433 KV Transformer.

This SLD specifies the following type of Auxiliary Transformers

Final Reply to Bidders queries dated 2

REPLY

The SLD specifies the generation voltage as 3.3 KV for the generators (correspondingly for LAVT, NGT Panels) & the power factor (pf) for Generators as 0.85.

Considering above differences please confirm the correct generation voltage along with the value of power factor to be considered for the project.

In case the generation voltage is 6.6 KV; the rating of

various other equipments in LAVT, NGT, Generator Relay & Metering Panels, Excitation Panels etc. shall be

modified accordingly to suit the system requirements. Please confirm.

KV.

This section specifies the rating of Generator Transformers as KV, ONAN.

the rating of Generator Transformers as 5.0

Considering above differences, please inform the

correct rating of Generator Transformers to be

It shall be deemed as 6.3 MVA 6.6/66 KV ONAN.

This section specifies the following type of Distribution &

Station Transformers for the project:- 630 KVA, 6.6/11 KV Transformer &

315 KVA, 6.6/0.433 KV Transformer.

This SLD specifies the following type of Auxiliary Transformers

Distribution and station

transformers shall be as follows:• 630 KVA 6.6/11 KV

• 315 KVA 6.6/0.433 KV no

Bidders queries dated 27-3-2012

It shall be deemed as 6.3 MVA 6.6/66 KV ONAN.

Distribution and station

transformers shall be as follows: 630 KVA 6.6/11 KV – 1 no

315 KVA 6.6/0.433 KV - 1

Page 18: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

18 | P a g e

S.No

.

CLAUSE No. QUERY

Cl. No. 5.3.6, Page No. – 291

Drawing No.

HANU-S-015 – Single Line Diagram

for the project:- 2 Nos. – 315 KVA, 66/0.415 KV Transformers.

Considering above differences, please inform the correct

quantity & rating of Auxiliary Transformers to be considered.

54 Chapter-V,

Technical Specifications of Diesel

Generating (DG) Set, Cl. No.

5.7.5, Page No. – 367

Drawing No.

HANU-S-015 – Single Line Diagram

This section specifies the rating of DG Set as 100 KVA.

This SLD specifies the rating of DG Set as 150 KVA.

Considering above differences, please inform the correct rating of DG Set to be considered.

55 ---- Please provide the distance & elevation (if any) between the

power house & proposed 66 KV switchyard for calculating the cable lengths accordingly.

56 ---- Please provide the value of earth resistivity to be considered so as arrive at the design of earth mat accordingly.

Final Reply to Bidders queries dated 2

REPLY

315 KVA, 66/0.415 KV Transformers.

Considering above differences, please inform the correct

ng of Auxiliary Transformers to be considered.

This section specifies the rating of DG Set as 100 KVA.

This SLD specifies the rating of DG Set as 150 KVA.

Considering above differences, please inform the correct rating onsidered.

100 KVA DG

Please provide the distance & elevation (if any) between the

power house & proposed 66 KV switchyard for calculating the cable lengths accordingly.

The Bidder is expected to conduct

a site inspection before bidding to ascertain requirement. Final layout of all the components of

the Project is to be given by

Contractor.

Please provide the value of earth resistivity to be considered so e at the design of earth mat accordingly.

Soil resistivity test is to be conducted by the Bidder for

which permission shall be

deemed accorded by the Owner

Bidders queries dated 27-3-2012

100 KVA DG Set.

The Bidder is expected to conduct

a site inspection before bidding to ascertain requirement. Final layout of all the components of

the Project is to be given by

Contractor.

Soil resistivity test is to be conducted by the Bidder for

which permission shall be

deemed accorded by the Owner

Page 19: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

19 | P a g e

S.No

.

CLAUSE No. QUERY

57 ---- Please provide details of any transportation limitations present on the site.

58 NIT, Cl. No.

1.1(a), Page No. 7, Eligible Bidders

Chapter-II, GCC, A-Instructions to

Bidders (ITB), Cl. No.

1.8.4(a)(i), Page No. 31, Qualification

Criteria

This clause specifies that the eligible b

designed, constructed, manufactured, supplied, erected, tested & commissioned at least one small hydro project of 7 MW or two projects of 4.5 MW each or three projects of 3.75 MW each

in the last three years, as per prevailing National

International Standards.

This clause specifies that the eligible bidder(s) should have

designed, constructed, manufactured, supplied, erected, tested

& commissioned at least one small hydro project of 7 MW or two projects of 4.5 MW each or three projein the last seven years, as per prevailing National &

International Standards.

Considering above differences in the time period please confirm the correct time period that’ll be considered.

59 Chapter-II, B-GCC, Cl. No. 1.12, Page No.

51

Any Variation in various taxes, duties & excise during the execution period of the Contract even if it is Fixed Price Contract (just like your project) is always in the scope of the

Owner.

These variations are statutory in nature, are not in the hands of the Contractor & are influenced/controlled by the Central/State

Budget(s) every year.

Final Reply to Bidders queries dated 2

REPLY

for conducting the test

Please provide details of any transportation limitations present To be intending bidder on his own.

This clause specifies that the eligible bidder(s) should have

designed, constructed, manufactured, supplied, erected, tested & commissioned at least one small hydro project of 7 MW or two projects of 4.5 MW each or three projects of 3.75 MW each

in the last three years, as per prevailing National &

International Standards.

This clause specifies that the eligible bidder(s) should have

designed, constructed, manufactured, supplied, erected, tested

& commissioned at least one small hydro project of 7 MW or two projects of 4.5 MW each or three projects of 3.75 MW each in the last seven years, as per prevailing National &

International Standards.

Considering above differences in the time period please confirm the correct time period that’ll be considered.

Please read Seven Years in place

of three ye

Any Variation in various taxes, duties & excise during the execution period of the Contract even if it is Fixed Price Contract (just like your project) is always in the scope of the

These variations are statutory in nature, are not in the hands of the Contractor & are influenced/controlled by the Central/State

Budget(s) every year.

Bid provisions shall prevail. This is a lump sum fixed cost EPC contract.

Bidders queries dated 27-3-2012

for conducting the test.

To be ascertained by the intending bidder on his own.

Please read Seven Years in place

of three years.

Bid provisions shall prevail. This is a lump sum fixed cost EPC

Page 20: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

20 | P a g e

S.No

.

CLAUSE No. QUERY

Considering above, please confirm that any variations in applicable taxes, duties, excise duty during period of Contract shall be in the account of Owner & not the

Contractor.

SAGAR CONSTRUCTION 60 REGARDING

SCHEDULE OF

QUANTITIES:-

The reference of schedule of certain places in the tender document whereas there is no

schedule of Quantities in the tender document.

For example: Please refer to chapter

Bidders: page- 24 Point (xxxxxii): “Contract value or value of

contract shall mean the value of work in accordance with the

schedule of quantities and rates.1.63: Price Bid: page

“A bill of quantity is enclosed and bidders should give their

offer as per BOQ.”

1.36: Quantity: Chapter

“The requirement mentioned in the schedule of Quantity is tentative and is subject to increase or decrease at the time of

finalizing the tender.”

No BOQ has been found enclosed in the tender

61 REGARDING

EARNEST MONEY

DEPOSIT: page-

32

Clause 1.125 (chapter validity of Earnest money isBid Validity is for 180 days as per clause 1.14. Since page

the EMD is not required after the expiry of bid validity period,

the validity of EMD should also be 180 days. If the bid validity

Final Reply to Bidders queries dated 2

REPLY

Considering above, please confirm that any variations in applicable taxes, duties, excise duty during the execution period of Contract shall be in the account of Owner & not the

The reference of schedule of Quantities has been given at certain places in the tender document whereas there is no

schedule of Quantities in the tender document.

For example: Please refer to chapter –II, Instructions to

24 Point (xxxxxii): “Contract value or value of

contract shall mean the value of work in accordance with the

schedule of quantities and rates. 1.63: Price Bid: page -122 (Special Conditions)

“A bill of quantity is enclosed and bidders should give their

1.36: Quantity: Chapter –II, Instructions to Bidders (page -44)

“The requirement mentioned in the schedule of Quantity is tentative and is subject to increase or decrease at the time of

finalizing the tender.”

No BOQ has been found enclosed in the tender document.

Relevant schedules are already part of the Tender

which has been procured by the

Bidders from JKSPDC.

Clause 1.125 (chapter –II, Instructions to Bidders): The validity of Earnest money is required as 365 days whereas the Bid Validity is for 180 days as per clause 1.14. Since page-33

the EMD is not required after the expiry of bid validity period,

the validity of EMD should also be 180 days. If the bid validity

The bid validity shall remain 180 days. However, validity of EMD shall be 210 days.

Bidders queries dated 27-3-2012

Relevant schedules are already of the Tender document

which has been procured by the

Bidders from JKSPDC.

The bid validity shall remain 180 days. However, validity of EMD shall be 210 days.

Page 21: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

21 | P a g e

S.No

.

CLAUSE No. QUERY

is required to be extended, tsubsequently extended.

62 REGARDING

INTERIM PAYMENTS:

Nothing has been clarified regarding Interim payments. The

Break-up schedule enumerawould be released after completion of a particular job. For eg. 46% of the cost of component will be released upon

completion of RCC work. However, it has been clarified as to

what payment would be made on completion of swork. The entire RCC work is not completed at one stretch of time and continues in stages. So it is very important to get

Interim payments to the extent of works executed.Secondly, the above percentage has been apportioned on the

basis of drawings and quantities estimated by the department. However, since it is a lumpthe project has to be done by the executing agency, it is not

made clear as to how the payments will be actually made. The

contractor/executing agbreak-up schedule as per the quantum of works and costs incurred in their design.

63 REGARDING

INCREASE OR DECREASE IN

QUANTITY:

CLAUSE 1.36: QUNATITY:

(Chapter –II

Instructions to

Bidders) page-

“The requirement mentioned in the schedule of quantity is tentative and is subject to increase or decrease at the time of finalizing the tender.”

It has been stated that the quantity mentioned in the BOQ is tentative and may increase or decrease at the time of

agreement. What will be effect on Contract Price? Will the

Contract Price be increased or decreased in order to adjust for

substantial changes in quantities?

Final Reply to Bidders queries dated 2

REPLY

is required to be extended, the validity of EMD can also be subsequently extended.

Nothing has been clarified regarding Interim payments. The

up schedule enumerates the percentage payment which would be released after completion of a particular job. For eg. 46% of the cost of component will be released upon

completion of RCC work. However, it has been clarified as to

what payment would be made on completion of say 25% RCC work. The entire RCC work is not completed at one stretch of time and continues in stages. So it is very important to get

Interim payments to the extent of works executed. Secondly, the above percentage has been apportioned on the

ngs and quantities estimated by the department. However, since it is a lump-sum cost tender and the design of the project has to be done by the executing agency, it is not

made clear as to how the payments will be actually made. The

contractor/executing agency should be allowed to present their up schedule as per the quantum of works and costs

incurred in their design.

Interim payment shall be made

as per given schedules on prorata basis.

“The requirement mentioned in the schedule of quantity is tentative and is subject to increase or decrease at the time of finalizing the tender.”

It has been stated that the quantity mentioned in the BOQ is tentative and may increase or decrease at the time of

agreement. What will be effect on Contract Price? Will the

Contract Price be increased or decreased in order to adjust for

s in quantities?

The contract prices shall be firm and inclusive of any variation in quantities based on approved

detailed design.

Bidders queries dated 27-3-2012

Interim payment shall be made

as per given schedules on pro-rata basis.

The contract prices shall be firm and inclusive of any variation in quantities based on approved

detailed design.

Page 22: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

22 | P a g e

S.No

.

CLAUSE No. QUERY

44

64 RIGHT TO

SPLIT ORDER: (

1.37-itb, PAGE-44)

“The Corporation reserves the right to split up the order

amongst various Tenderers and has the right not to accept the

lowest or any other tender either in whole or in part without assigning any reason whatsoever for such non

The prices being furnished by Tenderers are for fixed lumpsum

tenders to be executed on turnkey basis. If the tender is split between parts, it is bound to have an effect on the price to be submitted for separate portions of work. Therefore, it must be

disclosed whether the turnkey work is being awarded to the tenderer or the tender has been split in parts.

Bidders may please note the inclusion of following Clauses in the Special Conditions of Contract (SCC):

1.74 Sufficiency of Tender : Contractor shall be deemed to have satisfied himself before submission of the tender, as to the

correctness and sufficiency of his tender for the risks, contingencies and other circumstances which may influence or affect

Works and to his acceptance of total responsibility for having foreseen all difficulties and costs of successful completion of the

Works. The Contract Price shall cover all his obligations under the Contract and all matters and things necessary for the pro

execution of the Works including any unforeseen difficulties or costs.

The data and information given in the Tender Document are based on the Investigations conducted so far. Variations/alterations in the said data/information more particularly in respect

design and construction, cannot be ruled out. The Contractor shall, therefore, satisfy himself about the adequacy and

accuracy of the said data/information and interpretation thereof and if necessary, by any further inconducted by the Contractor. Thus, Employer shall not be responsible for the accuracy/adequacy of the

data/information and interpretation thereof by the Contractor.

Final Reply to Bidders queries dated 2

REPLY

“The Corporation reserves the right to split up the order

enderers and has the right not to accept the

lowest or any other tender either in whole or in part without assigning any reason whatsoever for such non-acceptance.”

The prices being furnished by Tenderers are for fixed lumpsum

tenders to be executed on turnkey basis. If the tender is split between parts, it is bound to have an effect on the price to be submitted for separate portions of work. Therefore, it must be

closed whether the turnkey work is being awarded to the tenderer or the tender has been split in parts.

The clause shall be deemed as

DELETED.

Bidders may please note the inclusion of following Clauses in the Special Conditions of Contract (SCC):

Contractor shall be deemed to have satisfied himself before submission of the tender, as to the

correctness and sufficiency of his tender for the risks, contingencies and other circumstances which may influence or affect

and to his acceptance of total responsibility for having foreseen all difficulties and costs of successful completion of the

Works. The Contract Price shall cover all his obligations under the Contract and all matters and things necessary for the pro

xecution of the Works including any unforeseen difficulties or costs.

The data and information given in the Tender Document are based on the Investigations conducted so far. Variations/alterations in the said data/information more particularly in respect of Geology, which have bearing on the

design and construction, cannot be ruled out. The Contractor shall, therefore, satisfy himself about the adequacy and

accuracy of the said data/information and interpretation thereof and if necessary, by any further inconducted by the Contractor. Thus, Employer shall not be responsible for the accuracy/adequacy of the

/information and interpretation thereof by the Contractor.

Bidders queries dated 27-3-2012

The clause shall be deemed as

Bidders may please note the inclusion of following Clauses in the Special Conditions of Contract (SCC):

Contractor shall be deemed to have satisfied himself before submission of the tender, as to the

correctness and sufficiency of his tender for the risks, contingencies and other circumstances which may influence or affect the

and to his acceptance of total responsibility for having foreseen all difficulties and costs of successful completion of the

Works. The Contract Price shall cover all his obligations under the Contract and all matters and things necessary for the proper

The data and information given in the Tender Document are based on the Investigations conducted so far. of Geology, which have bearing on the

design and construction, cannot be ruled out. The Contractor shall, therefore, satisfy himself about the adequacy and

accuracy of the said data/information and interpretation thereof and if necessary, by any further investigations to be conducted by the Contractor. Thus, Employer shall not be responsible for the accuracy/adequacy of the said

Page 23: BIDDERS QUERIES DAH HANU - jkspdc.nic.in

23 | P a g e

1.75 Cost of Project: The cost to be quoted by the Bidder is lu

variations and escalations ,etc. and shall be deemed to be insensitive to market fluctuations and changes on account of

any factor. Should there be any contradictory statement in the tender document which i

override. JKSPDC shall not be liable for any additional payment outside the allotted cost on any account.

Note:-

1. No further queries shall be entertained as the time for submission of same has elapsed

2. There shall be no extension in submission of bid scheduled to be received in Corporate Office of JKSPD

Satwari Jammu on 16th April 2011 by or before 1400 Hrs. Bid shall be opened on the same day at 1500 Hrs

No :JKSPDC/Tech/P-6/12621-26

Dated: 27-03-2012

Copy to :-

1. E.D

2. D.F.

3. C.E. Gen Leh

4. C.P.E. Kargil

5. P.S. to M.D

6. All Bidders

7. A.M.(IT) for uploading on website.

8. Master File

Final Reply to Bidders queries dated 2

The cost to be quoted by the Bidder is lump sum fixed cost inclusive of all taxes, levies,

variations and escalations ,etc. and shall be deemed to be insensitive to market fluctuations and changes on account of

any factor. Should there be any contradictory statement in the tender document which implies otherwise, this clause shall

override. JKSPDC shall not be liable for any additional payment outside the allotted cost on any account.

No further queries shall be entertained as the time for submission of same has elapsed.

There shall be no extension in submission of bid scheduled to be received in Corporate Office of JKSPD

April 2011 by or before 1400 Hrs. Bid shall be opened on the same day at 1500 Hrs

Deputy General Manager

Bidders queries dated 27-3-2012

mp sum fixed cost inclusive of all taxes, levies,

variations and escalations ,etc. and shall be deemed to be insensitive to market fluctuations and changes on account of

mplies otherwise, this clause shall

override. JKSPDC shall not be liable for any additional payment outside the allotted cost on any account.

There shall be no extension in submission of bid scheduled to be received in Corporate Office of JKSPDC , Ashok Nagar

April 2011 by or before 1400 Hrs. Bid shall be opened on the same day at 1500 Hrs.

Sd/=

(N.A.Kakroo)

Deputy General Manager

Corporate Office


Recommended