+ All Categories
Home > Documents > Bidding Document For - JKSPDC Top cover assemblies to check/ determine the ovality/ eccentricity...

Bidding Document For - JKSPDC Top cover assemblies to check/ determine the ovality/ eccentricity...

Date post: 17-Mar-2018
Category:
Upload: vukhuong
View: 214 times
Download: 1 times
Share this document with a friend
130
Bidding Document For Capital Overhauling of Unit 1 of USHP-II, Kangan COMERCIAL TERMS AND CONDITIONS (Volume I) Tender No: - USHP-II/GD/02of 2016 Dated: 29/10/2016
Transcript

Bidding Document For

Capital Overhauling of Unit 1 of USHP-II, Kangan

COMERCIAL TERMS AND CONDITIONS (Volume I)

Tender No: - USHP-II/GD/02of 2016 Dated: 29/10/2016

C O N T E N T S VOLUME – I

GENERAL TERMS AND CONDITIONS

SECTION - I INFORMATION & INSTRUCTIONS

SECTION - II GENERAL CONDITIONS OF CONTRACT

SECTION - III BID PROFORMA & SCHEDULES

SECTION I

INFORMATION

&

INSTRUCTIONS

Page 2 of 45 VOL I

SECTION I

INFORMATION AND INSTRUCTIONS

A GENERAL

1.1.0 INVITATION TO BID

Sealed item rate bids in two parts comprising of pre-qualification / techno

commercial and financial ) are hereby invited on behalf of Governor of Jammu &

Kashmir by Power Development Corporation (JKSPDC) from experienced, reputed,

competent and financially sound Indian Contractors/Companies/Firms/Joint

Ventures fulfilling eligibility and qualification requirements specified in the Bidding

Documents. The e-tender can be downloaded from jktenders.gov.in or

jkspdc.nic.in. The tenders should be addressed to the Chief Engineer, Generation

Wing Kashmir Bemina (JKPDD complex) Srinagar. However, the downloaded

document at the time of submission should be accompanied with cost of tender

document in the shape of Demand Draft pledged to Executive Engineer Generation

Division USHP-II, Kangan.

A. Capital Overhauling Of 35MW Unit-I including Spares

required during Capital Overhauling of 35MW Unit-II B. Allied Works comprising of Civil and Electromechanical

works. C. Procurement of Essential Spares for Upkeepment of Gates and

Gearings.

SCOPE

Section A. Complete Overhauling of 35 MW Unit I USHP-II Kangan

including Spares required during Capital Overhauling of 35MW Unit-

I

A. DISMANTLING OF UNIT & ALLIED COMPONENTS:

Prior to the dismantling of the unit, a survey of the unit in operating conditioning shall be

undertaken and all the unit parameters recorded for analysis. The scope covering the

dismantling of the Generator is as under:

1. Dismantling of Chequred Plates of Generator Floor and their stacking in the Power House Service Bay.

2. Dismantling of Upper Dome assembly.

3. Installation of Erection Devices (as supplied by the Turbine manufacturer at the time of erection) for

dismantling/removing of Draft Tube cone (Upper and Lower)& Runner Assembly.

4. Dismantling of Adjusting rings of Draft Tube Cone.

5. Dismantling of Draft Tube Upper and the Lower Cone.

6. Installation of Bulk Head on Draft Tube Opening. Bulk head to be provided by J&K PDCL.

Page 3 of 45 VOL I

SECTION I

7. Dismantling of Permanent Magnetic Generator (PMG), disconnecting and opening of Excitation Leads.

Extension Shaft, Slip Rings and the Bush Rocker Assembly.

8. Opening of all Oil, Water and Air and Grease Pipe lines of Turbine and Generator.

9. Jacking up of the Generator Rotor assembly and locking of all the Brake/ Jack units.

10. Dismantling of bearing oil coolers of all bearings, stator air coolers, vapour seal, etc.

11. Opening of Upper Guide Bearing (UGB) Pads followed by the dismantling of UGB cylinder as well.

12. Dismantling of Thrust Collar assembly, Thrust Mirror Disc and all the Thrust Bearing Pads.

13. Opening of the supporting plates of Regulating Rings after disengaging from the connecting rods of

Guide Vane Servomotors.

14. Dismantling of the existing damaged Shaft Sleeve assembly.

15. Dismantling of Runner Cone Assembly.

16. Dismantling of Runner Assembly.

17. Installation of Erection devices (as supplied by the Turbine manufacturer at the time of erection) for

resting of Runner Assembly after decoupling of Runner Assembly and Turbine Shaft.

18. Lowering of Runner Assembly and carriage of same to service bay.

19. Dismantling of Guide Vane Levers, Guide Vane Links etc.

20. Dismantling of all the Turbine Guide Bearing Pads and storing them safely.

21. Dismantling of Top Air Guide / Baffles assembly.

22. Dismantling of Bottom Air Guide/ Baffles, Vapour Seal, etc.

23. Dismantling of Radial Jacks of Upper Bracket Assembly followed by dismantling of the Upper Bracket

Assembly.

24. Decoupling of Turbine Shaft and the Generator Shaft assembly.

25. Lifting of Generator Rotor assembly from the Generator pit along with its Generator Shaft and placing

it securely in the Service Bay.

26. Dismantling & Lifting of Lower Bracket assembly from the Unit pit followed by its placement in the

Power House floor.

27. Dismantling of all the Guide Vanes and Guide Vane Servomotors, etc.

28. Dismantling of the Turbine Top Cover assembly including the Lower Fixed Labyrinth Ring.

29. Dismantling of the Turbine Shaft assembly.

30. Dismantling of the existing damaged Shaft Sleeve assembly.

31. Stacking and Placement of dismantled parts at suitable/safe place/bays/floors/stores

B. POST-DISMANTLING INSPECTION & TESTING/ MEASUREMENTS:

1. Non-Destructive Testing of the various dismantled unit assemblies including the welded portions on the

Bracket arms& Turbine Top Cover.

2. Liquid Penetrant tests shall be undertaken on the welded portions of the Generator Stator Frame to assess

their healthiness.

3. Ultrasonic Testing of all the bearing pads of:

Thrust Bearing assembly

Upper Guide Bearing assembly

Page 4 of 45 VOL I

SECTION I

Lower Guide Bearing assembly

Turbine Guide Bearing assembly

4. Inspection of the secondary grouting and its bonding with the primary civil foundation at the Lower Bracket

sole plates.

5. Inspection of the secondary grouting and its bonding with the primary civil foundation under all the Stator

Sole Plates.

6. Inspection of all the dismantled Studs, Dowels, Bolts/ Nuts, Pins to identify their replacement by new ones.

7. Measurement of Runner diameters at the Labyrinth Rings on both Suction side as well as the Discharge side

to check/ determine the ovality/ eccentricity besides the extent of erosion.

8. General Check-up of the profile of all the Runner Blades.

9. Measurement of the Diameters of both the Stationary Labyrinths engaged with Pivot Ring as well as the

Turbine Top cover assemblies to check/ determine the ovality/ eccentricity besides the extent of erosion.

10. Measurement of the dimensions including its top/ bottom Trunnion diameters as well as the feather heights

of all the dismantled Guide Vanes.

11. Dismantling of all the Guide Vane bushes from the Pivot Ring assembly. However before their dismantling,

diameters of all the pivot bushes shall be measured and recorded.

12. Dismantling of all the Guide Vane bushes from the Top Cover Bush Housings. However before their

dismantling, diameters of all the pivot bushes shall be measured and recorded.

13. Checklist of all parts to be replaced/repaired

C. REPAIR OF THE DISMANTLED ASSEMBLIES AT WORKSHOP:

Transportation of below mentioned assemblies from the powerhouse to workshop for essential

repairs.

a) All the dismantled 24 No. Guide Vanes.

b)Dismantled Upper Draft Tube Cone assembly along with Bottom Stationary

Labyrinth Ring assembly.

c) Dismantled Turbine Top Cover assembly along with Top Stationary Labyrinth Ring

assembly.

d)Dismantled Spare Turbine Runner assembly along with its top as well as bottom

moving labyrinth assembly.

e) Dismantled Pivot Ring assembly.

f) All the dismantled Guide vane bush housings.

g) Pressure Relief Valve assembly.

Bearing Bodies: Overhauling of all the Guide vane bush housings, as required. In case of

damaged, arrangement of new bushes.

a. General refurbishment of all Guide Vane Bearing Bodies by polishing etc. and assembly of

Guide Vane Bushes in the Bearing Body Housing assemblies using proper fit including the

new Cup Seals and „O‟-Rings.

Page 5 of 45 VOL I

SECTION I

Pivot Ring assembly:

a. Manufacture of Fixed Lower Stationary Labyrinth Ring with Stainless Steel (13%-Cr; 4%-Ni)

with machining to the designed tolerance limits.

b. General cleaning & polishing of liner surface of the Pivot ring assembly.

c. Repair of M.S. portion, Stainless Steel Liner and eroded holes of the Pivot Ring assembly by

welding and grinding.

d. Procurement and Replacement of all Cup Seals

e. Checking the bolt tightness of bottom liner plates as well as the bottom stationary labyrinth

ring of Pivot Ring assembly.

Turbine Top Cover assembly:

a. Manufacture of Fixed Upper Stationary Labyrinth Ring with Stainless Steel (13%-Cr; 4%-Ni)

with machining to the designed tolerance limits.

b. Testing of Turbine Top Cover assembly and identifying the areas for repairs.

c. Carrying out the repairs of the Turbine Top Cover assembly including its Liner surface,

Bearing Body holes and Taper Ring by welding and grinding.

d. Checking the tightening of all the holding fasteners of the Top Cover Liner Plates.

e. Installation of newly manufactured Top Stationary Labyrinth on the Turbine Top Cover

assembly.

f. Any cracks observed (during the DP Testing) in the Blocks & Welding Joints of the Turbine

Guide Bearing housing shall be repaired by welding & grinding.

Guide Vanes:

a. Repair of top ,middle and bottom journals by welding and machining to achieve original size

of guide vanes

b. Repair of feather portion of the guide vanes by welding, one layer of final welding to be done

with hard facing electrode before grinding in order to achieve original profile as far as

possible. Height of the feather shall be made as per requirement based on the distance of top

and bottom liners or as per drawings.

c. Weld build up sealing surface of each guide vane throughout the length is required to be

carried out followed by their machining on planer machine. Sealing strips should be parallel to

the guide vanes axis and horizontal feather surface should be perpendicular to the guide vane

axis.

d. Weld repair of collar to be done with Stainless Steel 309 electrodes and its machining on

suitable lathe for maintaining the seat for bush.

Draft Tube Cone assembly: Carrying out the repairs of the Draft Tube Cone as per standard

procedure that includes welding and precision machining.

Turbine Shaft Sealing assembly: Manufacture of new Shaft Seal system (Rotating Sleeve &

Stationary Bracket assembly). Installation of a new Shaft Sleeve on the Turbine Shaft assembly

Pressure Relief Valve assembly:

a. Complete dismantling of the Pressure Relief Valve assemly.

Page 6 of 45 VOL I

SECTION I

b. Repairing of all the eroded portions of the moving & stationary Seals by welding, grinding,

machining and lapping. All bushes, Springs, „O‟-Rings, Gaskets, Packing, Gland pack, Cup

Seal required for repair shall be replaced by new ones.

c. Painting of PRV body with two coats of synthetic enamel paint (Berger)

D. REPAIR OF THE DISMANTLED ASSEMBLIES AT POWERHOUSE:

Thrust Bearing assembly:

a. Polishing of all the Thrust Bearing Pads and blue-matching them with a surface plate.

b. Blue matching of the thrust collar bottom surface with the top insulation surface of thrust

runner disc in the Service bay.

c. Thorough cleaning of all Thrust Bearing Oil Coolers and pressure testing of the same and

assembly.

d. All gaskets and damaged fasteners required for the assembly

Upper Guide Bearing assembly: Polishing of all the Upper Guide Bearing Pads and blue-matching

them with the corresponding journal surface on the Thrust Collar assembly.

Lower Guide Bearing assembly:

a. Polishing of all the Lower Guide Bearing Pads and blue-matching them with the

corresponding journal surface on the Lower Bearing Journal on the Generator Shaft assembly.

b. Thorough cleaning of all Lower Guide Bearing Oil Coolers and pressure testing of the same

and assembly.

c. All gaskets and damaged fasteners required for the assembly

Turbine Guide Bearing assembly:

a. Polishing of all the Turbine Guide Bearing Pads and blue-matching them with the

corresponding journal surface on the Turbine Bearing Journal on the Turbine Shaft assembly.

b. Thorough cleaning of all Turbine Guide Bearing Oil Coolers and pressure testing of the same

and assembly.

c. All gaskets and damaged fasteners required for the assembly

Guide Vane Servomotors & Regulating Ring assembly:

a. Overhauling/ Repairing of Guide Vance Servomotors and the Regulating Ring assembly.

b. Replacement of „O‟-Rings and Cup Seals.

c. Replacement of eroded brass and bottom Pads by new ones.

d. Replacement of all Teflon Bushes by new ones.

Brake/ Jack assembly:

a. Overhauling of Brake Jack assembly and its Pressure testing.

b. Any Cup-Seal observed to have been damaged shall be replaced.

Generator Stator assembly:

a. Thorough cleaning of the complete Generator Stator Core all along its periphery both inside as

well as from its outside surface using a suitable cleaning agent viz MTO.

Page 7 of 45 VOL I

SECTION I

b. Thorough cleaning of the complete Generator Stator Winding overhang portions all along its

periphery on both its connection-end side as well as from its non-connection end side using a

suitable cleaning agent viz MTO.

c. Checking of Stator Slot Wedge tightening and its rectification. Checking for any looseness of

whole top as well as bottom overhang insulation including packers and retightening of the

same. Spare wedges and packers as available in the powerhouse stores shall be used for this

work.

d. Carrying out ELCID testing of the Generator Stator core assembly and minor repair, if

required.

e. Application of Loctite-290 compound on the two top-most as well as bottom-most stator core

packets all around the periphery of the generator core.

f. Spray painting of Generator Stator Winding top as well as bottom overhang portion by Epoxy

Red Gel paint using oxygen gas to avoid any ingress of moisture in the winding.

g. Spray painting of Generator Stator Core surface by Grey Becktol insulation paint using

oxygen gas to avoid any ingress of moisture in the Generator.

h. Conducting the Dry-Out of the Generator Stator Winding assembly.

Generator Rotor assembly:

a. Dismantling of all the 10 No. Rotor Poles from the Rotor assembly.

b. Dismantling of all the Rotor Pole Coils from their respective Pole assemblies.

c. Thorough cleaning of all the dismantled Pole Coils as well as their Pole Shoe assemblies using

a suitable cleaning agent viz MTO.

d. Spray Painting of all the cleaned Pole Coils by Epoxy Based Red Gel Paint using oxygen gas

to avoid ingress of moisture.

e. Spray painting of all the pole shoe assemblies by Becktol Red insulation paint.

f. Reassembly of all the cleaned Pole Coils on their respective Pole Shoe assemblies and their

packing up properly.

g. Carrying out electrical testing of all the assembled Generator Rotor Poles viz IR value,

Impedance measurement, etc.

h. Reassembly of all the 10 No. Rotor Poles in their respective positions on the Rotor Rim

assembly after driving their Pole Keys to the proper tightness.

i. Conducting the Impedance measurement of all the Rotor Pole Coils followed by their Polarity

testing.

j. Completing the jointing of all the assembled/ tested Rotor Poles involving soldering and

proper insulation.

k. Measurement of the Insulation Resistance of the Rotor Pole winding to check its final

healthiness.

l. Conducting the Dry-Out of the Generator Rotor assembly.

Stator Coolers:

a. Thorough cleaning of all Thrust Bearing Oil Coolers and pressure testing of the same and

assembly.

Page 8 of 45 VOL I

SECTION I

b. All gaskets and damaged fasteners required for the assembly including its piping & Valves

joints

c. Overhauling of all the Inlet & Outlet Valves.

d. Painting of all Stator Air Coolers using smoke grey Berger make synthetic super enamel paint.

Slip Ring assembly: Thorough polishing of Slip Ring surface to have a smooth surface.

Spiral Casing and Stay Vanes:

a. Repair of Stay Vanes by welding & grinding.

b. Cleaning of Spiral casing, Stay Vanes, PRV branch and Discharge pipe with scrappers in

order to remove rusting & other deposits to the maximum possible extent.

c. Painting of Spiral casing on its outer surface with one coat of primer and two coats of

synthetic enamel paint of Berger make.

Draft Tube Cones and Guide Plates:

a. Cleaning of both the Draft Tube Cones as well as the Guide Plates with scrappers in order to

remove rusting & other deposits to the maximum possible extent.

b. Painting of both the Draft Tube Cones as well as the Guide Plates with first coat of Epilux-4

followed by two coats of Epilux-5 paint.

c. Replacement of 8mm Rubber Cord by a new one.

Painting Works: Cleaning and Painting of Thrust Bearing housing, Upper Bracket assembly, Radial

Jacks, Chequered Plates of the Stator & Rotor.

Trial assembly of Runner with Pivot ring and measurement of bottom labyrinths clearances.

Trial assembly of Runner with Turbine Top Cover and measurement of top labyrinth clearances.

E. REASSEMBLY & RE-COMMISSIONING OF THE UNIT AT SITE:

1. Transportation of below mentioned repaired assemblies from workshop to the powerhouse for

reassembly of the unit at site:

All the dismantled 24 No. Guide Vanes.

Dismantled Upper Draft Tube Cone assembly along with Bottom Stationary Labyrinth Ring

assembly.

Dismantled Turbine Top Cover assembly along with Top Stationary Labyrinth Ring assembly.

Dismantled Spare Turbine Runner assembly along with its top as well as bottom moving

labyrinth assembly.

Dismantled Pivot Ring assembly.

All the dismantled Guide vane bush housings.

Pressure Relief Valve assembly.

2. Checking of stationary level of Turbine Speed Ring assembly.

3. Re-assembly of Pivot Ring assembly in position.

4. Re-assembly of all Guide Vanes in the Pivot Ring assembly.

5. Lowering of Turbine Shaft assembly in the turbine pit using the erection device.

6. Assemblies of the repaired Top Cover assembly in position with replacement of all its old fasteners by

new ones which are to be procured.

Page 9 of 45 VOL I

SECTION I

7. Re-assembly of all the Guide Vane Bush Housings in the top cover and replacement of its damaged

fasteners by new ones which are to be procured

8. Assembly of Regulating Ring alongwith Connecting Rods of the Guide Vane Servomotors in the unit.

9. Lowering of Lower Bracket assembly along with Brake Jack assembly in position with all its fasteners

duly tightened.

10. Lowering of Generator Rotor assembly in the generator pit supporting on the jacking pads.

11. Lowering of Upper Bracket assembly in position with all its fasteners duly tightened.

12. Re-assembly of Thrust Collar assembly on the Generator Shaft by shrunk fitting method. Checking the

vertical movement of Thrust Collar assembly.

13. Reassembly of Thrust Runner Disc assembly, Thrust Pads, H.S. Lubrication system, etc.

14. Checking of rotational level of Generator Shaft and correcting the same

15. Coupling of Generator and Turbine shaft flanges.

16. Re-assembly of the Francis Runner assembly and its coupling with Turbine Shaft using new Coupling

Bolts & Nuts.

17. Assemblies of all associated turbine components viz Guide Vane Servomotors, Guide Vane Lever &

Link Mechanism.

18. Carrying out the combined rotational checks of the Turbine & Generator Shafts and correcting the

alignment, leveling & equal load sharing of the Thrust Pads.

19. Centering of the shaft and setting of Bearing clearances in UGB, LGB & TGB in a concentric manner.

20. Checking of all oil pipe lines & charging of Governor.

21. Bedding & setting of all Guide Vanes with respect to steel liner of Top Cover and Lower Ring to

achieve proper clearances.

22. Boxing up all Bearings including their oil & water pipe lines.

23. Complete assembly of Draft Tube Upper Cone including full tightening of all bolts.

24. Complete assembly of Lower Cone with full tightening of bolts.

25. Complete assembly of Adjusting Ring with full tightening of all the bolts.

26. Complete assembly of Shaft Sealing system including assembly of water pipelines.

27. Assembly of grease pipeline of Upper Bushes and Lower Bushes and assembly of water pipe line of

Lower Bushes.

28. Complete assembly of oil bath of Thrust Bearing with full tightening of bolts.

29. Measurement of Insulation Resistance value of Stator and Rotor winding.

30. Rendering assistance for spinning of the machine, dry out and then synchronizing/ loading of the unit.

31. Rendering assistance for carrying out the Dry-out of the Generator with windage loss method till the

satisfactory levels of IR & the PI values is achieved.

32. Rendering assistance for Voltage build-up and subsequent synchronization of the unit followed by

loading in steps and checking the unit vibrations at every step till the unit reached the rated load.

Carrying out the balancing of the unit at load, if & as required.

33. Carrying out the measurement of unit vibrations & balancing of the unit as required.

Page 10 of 45 VOL I

SECTION I

MATERIALS REQUIRED DURING THE CAPITAL OVERHAULING (SPARES

AND FASTENERS):

1. All general purpose consumables, D&H make Mo-309 SS welding electrodes, O-rings,

general purpose fasteners, stainless steel shims, insulation paints, etc. required during the

capital maintenance. 2. Turbine Oil 48Barrels

3. Below mentioned new spares are required during the major overhauling of Unit-II:

i. Carbon Brushes and Brush Holders: 40 Nos ii. RTDs and TSDs: 30No each

iii. Brass Bush of Servomotor : 10 No‟s.

iv. Limit switches for Guide Vanes: 26 No‟s.

v. Brass Bushes for Bearing Bodies : 48 No‟s. vi. Fixed Ring (Lower) Fixed Labyrinth-pivot Ring) : 1 No.

vii. Fixed Ring (Upper) Upper stationary Labyrinth-Top Cover)- : 1 No.

viii. Brass Bushes of Pivot Ring IT-09 : 24 No‟s. ix. Coupling Bolts (Runner) Bolt M 64×4 : 12 No‟s.

x. Nut M64×4 : 12 No‟s.

xi. Nut M64×4 or M52×3: 12 No‟s.

xii. Bottom Column Rings SS for Guide Vanes : 24 No‟s. xiii. Locking Keys-(2 Sets=24 No Each)-: 2 Sets.

xiv. Bolt & Nut M12×50: 15 Kgs.

xv. Bolt & Nut M16×50: 20 Kgs. xvi. Bolt & Nut M20×50: 20 Kgs.

xvii. Bolt & Nut M20×75: 20 Kgs.

xviii. Studs with Nut M24×75: 20 Kgs. xix. Shear Pins : 6 No‟s.

xx. Sealing Bracket( in 4 Parts) : 1 Set

xxi. S.S.Bolt Hex, M16x60 : 22Nos

xxii. S.S.Bolt Hex, M16 : 22Nos xxiii. Washer Spring, M16 : 22Nos

xxiv. Taper Pin, Dia-10 : 8Nos

xxv. Shaft Seal Complete : 1 Set xxvi. Sealing : 1No

xxvii. Rubber Ring : 1 No

xxviii. Rubber Ring in two parts : 2 No xxix. S.S. Stud 20/75 for Shaft Sleeve: 12 No

xxx. S.S. Nut, M20: 12 No

xxxi. Brush Rocker Assy: 50Nos

4. In addition to above, below mentioned spares shall be required for overhauling of the Pressure relief Valve assembly that needs to be arranged.

i. Rings in two parts: 4 No‟s.

ii. Piston Rings: 4 No‟s. iii. Cup Seal : 12 No‟s.

iv. Leakage Ring : 6 No‟s.

v. Sealing Ring : 02 No‟s.

vi. Sealing Ring : 01 No. vii. Screw SLTC HS APM 12×25-48: 36 No‟s.

viii. Screw GRB.SLT CP M8×16-6-6: 42 No‟s.

ix. Rubber Cord 04 mm: 20 Mtrs. x. Rubber Cord 08 mm: 20 Mtrs.

xi. ASB ATM Packing (SQ Cord 20×20): 12 Mtrs.

Page 11 of 45 VOL I

SECTION I

Besides the above mentioned items required during the process of Capital Overhauling

of Unit 1, the firm has to supply additional 42 Barrels of Turbine Oil to be kept as

provision in store for smooth operation of the unit

Section B- Allied Works those are required for the Stabilization

of the Power House

S.No. Detail of material Quantity

1. Providing and installation trolley type arrangement for

dismantling and refitting of dewatering pumps (motorized

mechanism)

Comp. job

2. Overhauling of 80 ton EOT crane Comp. job

3. Staircase for approach to EOT crane Comp. job

4. Overhauling of 2 no‟s OPU pumps and replacement of

NRVs of pressurizing unit of Machine 1st

Comp. job

5. Arresting of water leakages near the High pressure

compressor units at Turbine floor

Comp. job

6. Reconditioning of MIV pressurizing unit including

replacement of level indicators, return valves, idler valves

Comp. job

7. Overhauling/repairing of MIV sealing valve including its

servo system of unit 1st

Comp. job

8. Reconditioning of leakage units by providing standby motor

pump sets

Comp. job

9. Silt Clearance at MIV floor intake sumps galleries and

silt/mud clearance from choked penstock drain valve

Comp. job

10. Painting of power house along with necessary repair works

windows and concrete works

Comp. job

11. Repair works at UCB floor and turbine floor to arrest

leakages and reconditioning of stairs of UCB and Turbine

Comp. job

12. Renovation of Sub divisional offices/both rooms and pantry

along with construction of divisional offices in the top floor

of Power house including logistics furniture divisional

offices and fixtures etc.

Comp. job

13. Providing and fitting of reflective type sign board to the

Power house gate, Store gate and Divisional office, along

with reflective signboards on all sections inside the power

house

Comp. job

14. Providing of change over facility for AVT servo stabilizer

for distribution of load on all the servos during running of 1

or 2 machines

Comp. job

15. Providing and installation of EHG panel spares , relays,

auxiliary relays

Comp. job

16. Providing mobile panels for dewatering panel and EOC

panel

Comp. job

17. Illumination of penstock by 35Watt LED on existing poles Comp. job

18. Providing of pad clamps and jumpers in the outdoor yard in

place of worn out jumpers

Comp. job

Page 12 of 45 VOL I

SECTION I

19. Providing of pipes in Outdoor yard before concreting of

yard for drainage

Comp. job

20. Improvement to existing earthing system of outdoor yard

mesh

Comp. job

21. Flooring and concreting of EOC floor along with

construction of drains at EOC section

Comp. job

22. SITC of 60 h.p. pump motor Comp. job

23. Modification to cooling system pipeline of cooling section Comp. job

24. Overhauling of 500 gallon filtering plant Comp. job

25. Automation of EOC system of power house Comp. job

26. Supply, Installation, Testing and Commissioning of TSDs

and RTDs

Comp. job

Detail of Allied Works

1. Providing and installation trolley type arrangement for dismantling and refitting of

dewatering pumps (motorized mechanism)

S. No. Description of Job Quantity

1. Providing, Fixing of Vertical beams out of ISMB 250 including fabrication of the same (24.5 Rft)

914 Kgs

2. Providing, Fixing of main Horizontal beams for holding of crane to be fabricated out of ISMB 300 welded with horizontal arms, joints of the beam to be reinforced Vertical beams out of ISMB 250 including fabrication of the same with 100 mm plate (89 Rft)

1512 kgs

3. Providing, Fixing of joint plate/rest plate 12 mm including fabrication (3.62 m2)

348 kgs

4. Providing, Fixing of platform out of 6mm chequerred plate and support of ISMC 100x50

a. chequerred plate = 2.96 m2 b. ISMC 100x50 = 16.80m

293 kgs

5. Providing and fixing of trolley type motorized crane with gear system for movement of load of 500kgs on the trolley over the horizontal beam including motors, trolley and design of motorized movement mechanism over the structure and of suitable capacity

Comp. Job

6. Painting of the complete structure with steel primer and 2 coats of approved enamel

Comp. Job

2. Overhauling of 80 ton EOT crane

S. No. Description of Job Quantity

1. Repairing and re-conditioning of Electrical control panel, cables including replacement of contactors, timers, relays etc duty repairing the panel door hinges and painting of the complete panel after thorough surface preparation associated with 80T main hook

2 Comp. Jobs

2. Repairing and re-conditioning of push button assembly including replacement of the defective push buttons, indication lamps, contacts wiring etc associated with 80T.

Comp. Job

3. Repairing and re-conditioning of all drives of 80T main hook including replacement of HT fasteners, jumpers, cable termination for smooth

Comp. Job

Page 13 of 45 VOL I

SECTION I

and trouble free operation.

4. Repairing and re-conditioning of limit switch, insulation test of all electrical components like controllers, motors, limit switch pannels.

Comp. Job

5. Repairing/overhauling of gear boxes of drives of 80T hook including removal of existing oil inspection of all fixing and fixtures.

Comp. Job

6. Repairing and re-conditioning of brake assembly of 80T main drive including replacement of brake lines, riveting fasteners, springs brake drum repairs and alignment for smooth effective functioning of brake assembly and testing complete.

Comp. Job

7. Cable dressing, guide chain adjustment for the fast travel including replacement of damaged cable clamps. terminations terminal connections for smooth functioning and cross travel operations.

Comp. Job

8. Overhauling of Gantry rails with proper alignment replacement and re-fixing of seamed bolts, dowel pins, welding of locating pads, cabin ladder, guards, main collector platform & main CT arrangement

Comp. Job

9. Supply, installation, testing of S.S punched grid type resistance boxes of 80T main unit of E.O.T crane as per site requirement

Comp. Job

10. Providing and fixing of steel wire rope for 80T main lifting device as per site requirement

Comp. Job

11. Repairing and re-adjustment of Bridge Guides including welding, riveting, machining repairing of end carriages, hoist machinery, crab.

Comp. Job

12. Cleaning of bus and allied accessories including painting of stair and guards. General cleaning complete.

Comp. Job

3. Staircase for approach to EOT crane

S. No. Description of Job Quantity

Fabrication of new approach stairway to 80/20 Ton EOT crane platform of using M.S members of various sizes and specifications, providing and fitting of chequerred plates, structural steel welded in built up sections and framed works including cutting, hoisting over the stairway platform and installation of side railing along the stairway and applying primary coat of approved coat of steel primer and 2 coats of approved enamel paint Preparation of foundation for stairway by way of grouting of various steel members Chequerred plates = 24.5 m2×47.1kg/ m2 = 1,154kgs Angle Iron(125mm×75mm×10mm) = 70 m × 14.9 kg/m = 1043 kgs M.S Channel (200×75) = 70 m × 28.1 kg/m = 1967 kg M.S Round = 105 m × 3.5 kg/m = 367.5 kgs Total weight of the stairway = 1154+1043+1967+367= 4531 kgs

4531 kgs

Page 14 of 45 VOL I

SECTION I

4. Overhauling of 2 no’s OPU pumps and replacement of NRVs of pressurizing unit of

Machine 1st

S. No. Description of Job Quantity

1. Providing and fixing of brass GM bushes (set of balance bush) 1set = 2 No’s

4 Jobs

2. Providing and fixing of bearing 6306 SKF. 2 Jobs

3. Boring of pump housing including machining etc. 2 Jobs

4. Providing and fixing of oil seals/rings. 2 Jobs

5. Providing and fixing of bearing housing cup. 2 Jobs

6. Providing and fixing of bearing housing locks/nuts/studs. 4 Jobs

7. Repairing of gear type shaft by way of machining, threading etc . 6 Jobs

8. Overhauling of suction valve including machining, finishing etc . 2 Jobs

9. Providing and fixing of mechanical seals. 2 Jobs

10. Providing and fixing of set of gaskets. 2 Jobs

5. Arresting of water leakages near the High pressure compressor units at Turbine floor

S. No. Description of Job Quantity

1. Providing, Fixing of Angle iron 50x50x6 including fabrication and welding (24.5 m)

344 Kgs

2. Providing, Fixing of 50x3mm flat iron for fixing of fibre glass sheets (36.57m)

164 kgs

3. Providing, Fixing of fibre glass sheets along with necessary bolts, nuts and washers etc. to cover the compressor units

960 m2

4. Providing, Fixing of base plates for the posts including drilling, tightening of nuts and bolts

1 job.

6. Reconditioning of MIV pressurizing unit including replacement of level indicators, return

valves, idler valves

S. No. Description of Job Quantity

1. Dismantling of al pipelines of pressurizing unit including NRVs, return valves, air pressure valves and idler valves

1 job

2. Repairing/overhauling of 2no. NRVs including fabrication of piston/piston rings cups and compression spring and refitting thereof

1 job

3. Overhauling of return valves including replacement of washers, gaskets, fabrication of flanges and replacement of worn out oil rings

1 job

4. Repairing/Overhauling of pressure valves including replacement of seal rings, gasket and washers

1 job

5. Repairing/Overhauling of idler valves including its dismantling, repairing/modification of piston/cylinder, jacks seal rings and clutches

2 job

6. Reconditioning of level indicator including replacement of upper and lower inlet and outlet valves

1 job

7. Reconditioning of pressure tank including inspection of lower disc opening. Changing of worn out gaskets nuts/bolts and also cleaning of pressure tank after complete drainage of oil and air

1 job

8. Inspection/reconditioning of 2 no. oil pumps including replacement of damaged gaskets coupling bolts/bushes including its refitting

1 job

Page 15 of 45 VOL I

SECTION I

9. Refitting of oil pipelines of pressurizing unit including NRVs, return valves and air pressure valves

1 job

7. Overhauling/repairing of MIV sealing valve including its servo system of unit 1st

S. No. Description of Job Quantity

1. Inspection of MIV sealing valve after draining of the penstock and checking of seals/rings f MIV disc.

Comp. job

2. Dismantling of the sealing valve after decoupling from servomotor and checking of seals and gaskets of sealing valve

Comp. job

3. Replacement of damaged seats, rings, machining of deformed parts cups output sockets. Reconditioning of sealing rings

Comp. job

4. Replacement of damaged sectional pipelines and carrying of welding at damaged portion of sealing valves and finishing of the welded portion

Comp. job

5. Re-assembling of seal valves and its coupling with servomotor and testing and commissioning of the MIV for smooth operation.

Comp. job

8. Reconditioning of leakage units by providing standby motor pump sets

S. No. Description of Job Quantity

1. Dismantling of all existing pipelines /pump motor assembly resting base/ opening of all valves, flanges and disconnecting if all leakage tanks.

2 jobs

2. Construction of resting base for pair of pump motor sets, including fixing of angle iron for fitting of foundation nuts and bolts cleaning of leakage tanks including welding of joints, fabrication of flanges

2 jobs

3. Providing and fitting of 2 h.p. 3Phase 415V pump-motor assembly along with fittings 1’NRV=20 no’s 1’GI pipes = 40 ft 1’ Valves = 4 no’s 1’ Tee = 2 no’s 1’ union = 2 no’s

1 job

4. Refitting of pipelines including welding of joints and testing for any leakages

1 job

9. Silt Clearance at MIV floor intake sumps galleries and silt/mud clearance from choked

penstock drain valve

S. No. Description of Job Quantity

1. Cleaning of complete MIV floor and PRV gallery with cloth, spade and buckets

Comp. job

2. Clearance/excavation of hard mud mixed with muck and other unwanted material from draft tube, MIV floor, PRV gallery, intake sump of dewatering section and all the drains of turbine floor including its disposal upto loading site by manual means

Comp. job

3. Lift of the excavated silt from the loading site on turbine floor to the loading site outside the service bay of power house with average lift of 25m

Comp. job

4. Loading/unloading and carriage of excavated material to permanent Comp. job

Page 16 of 45 VOL I

SECTION I

dumping site f av. Lead 1 KM

S. No. Description Quantity

1. Draining of the draft tube and penstock of unit 1 and then opening of the spiral casing for inspection of the drain valve

Comp. job

2. Dismantling of the non functional drain valve of the unit 1 and removal of silt/mud mixed with stones from the drain valve and its pipelines through penstock.

Comp. job

3. Cleaning of pipelines from drain valve to draft tube Comp. job

4. Repairing of operating mechanism of 1 no. drain valve Comp. job

5. Reassembling of the drain valve and refitting of the same over the drain pipeline including testing and commissioning of the drain valve.

Comp. job

10. Painting of power house along with necessary repair works windows and concrete works

S. No. Description Quantity

1. Painting of the walls, roofs, columns and beams of the power house by first surface preparation by way of cleaning the walls with sand paper and removing the impurities over the wall. Then using wall putty over the patches to make the surface smooth for applying of the paint. Then Distempering with 1st quality acrylic washable (readymade) of approved manufacturer and of required shade/colour complete as per the manufacturers specifications Total area of the walls, roofs, columns and beams of power house = 17,846.42 sq. M

17,846.42 sq. M

11. Repair works at UCB floor and turbine floor to arrest leakages and reconditioning of stairs of

UCB and Turbine

S.No Description of job Qty.

1. Dismantling of old plaster and cleaning the surfaces for plaster including disposal of rubbish material at UCB & Turbine floor (950sqm)

c.job

2. Demolishing of cement concrete including disposal of material at an average lift of 30 mtrs with 5o mtrs lead (10.7cum)

c.job

3. Dismantling of stone slab flooring laid in cement mortar including disposal of material (35.5sqm)

c.job

4. Greading for water proofing treatment with cement mortar 1:3 (1 cement : 3 coarse sand) (4.20cum)

C.job

5. 18mm cement plaster in two coats under layer 12mm thick 1:5 finished with top layer 6mm thick cement plaster 1:3 finished with sponge. (950sqm)

c.job

6. Cement flooring 5 mm thick 950 sqm C.job

7. Providing an flaying cement concrete including fixing of pvc pipes (1.5Cum) c.job

8. Re-conditioning of stair of turbine and UCB floor including cleaning. c.job

9. Providing & fitting of fiber glass sheet around the turbine top cover excluding the cst of structure 540sqm

c.job

Page 17 of 45 VOL I

SECTION I

12. Renovation of Sub divisional offices/both rooms and pantry

S. No. Description Quantity

1. Dismantling of flushing cistern including stacking of serviceable material near site and unserviceable material disposal within 50 mtr lead.

01 No’s

2. Dismantling of GI pipes including excavation and refilling of trenches and stacking of useful items near site and disposal of unserviceable material within 50 mtr lead.

35 mtr

3. Cutting holes upto 30x30cm in walls including good the same. 02 No’s

4. Laying and fitting of GI pipes excluding cost of pipes complete with GI fittings.

35 mtr

5. Providing and fixing of GI pipes with GI fittings including trenching and refilling etc 15mm dia nominal bore.

81 mtr

6. Making connections of GI distribution branch GI main of 20mmdia including providing and fixing of Tee, cutting , threading, the pipe complete.

1 Job

7. Making chases upto 7.5x7.5 in walls including making good after housing GI pipes etc.

08 mtr

8. Fitting of low level PVC flushing cistern including all fittings and fixtures excluding the cost of material.

01 No’s

9. Providing and fixing of GI unions in existing GI pipes including cutting and threading of pipes 15mm dia nominal bore.

03 No’s

10. Providing and fitting of gate valve 15mm dia nominal bore. 02 No’s

11. Providing and fitting of brass bib cocks of 15mm dia nominal bore. 04 No’s

12. Providing and fitting of ball valve 15mm dia nominal bore. 01 No’s

S. No. Description Quantity

1. Dismantling of GI pipes including excavation and refilling of trenches and stacking of serviceable pipes and disposal of damaged within 50 mtr lead.

35 mtr

2. Dismantling of stone slab flooring laid in cement mortar including disposal of unserviceable items and stacking of serviceable material within 50 mtr lead.

5.70 sqm

3. Dismantling of tile work in floor laid in cement mortar. 4.20 sqm

4. Dismantling of old plaster and cleaning the surfaces for plaster including disposal of rubbish material within 50 mtr lead.

5.32 sqm

5. Dismantling of flushing cistern including stacking of serviceable material near site.

03 No’s

6. Dismantling of manhole including RCC top with frame including stacking of useful material near site and disposal of unserviceable material within 50 mtr lead.

02 No’s

7. Demolishing of cement concrete including disposal of material. 1.47 cum

8. Cutting holes upto 30x30cm in walls including good the same. 03 No’s

9. Making chases upto 7.5x7.5 in walls including making good after housing GI pipes etc.

12 mtr

10. Providing and fixing of GI pipes complete with GI fittings and clamps including cutting, threading and making good the walls 15mm nominal bore medium.

20 mtr

11. Providing and fixing of GI pipes complete with GI fittings including trenches and refilling etc 20mm dia nominal bore.

25 mtr

Page 18 of 45 VOL I

SECTION I

12. Laying and fitting of GI pipes complete with GI fittings excluding cost of pipes 15mm dia nominal bore medium.

10 mtr

13. Making connections of GI distribution branch with GI main of 20mm dia including providing and fixing of tee cutting and threading the pipe complete.

02 Job

14. Providing and fixing of brass bib cocks of 15mm dia nominal bore. 09 No’s

15. Providing and fixing of brass stop cocks 15mm dia nominal bore. 05 No’s

16. Providing and fixing of brass shower with 15mm inlet, 150mm dia. 02 No’s

17. Providing and fixing of GI unions in existing GI pipes including cutting and threading of pipes 15mm dia nominal bore.

03 No’s

18. Providing and fixing of GI unions in existing pipes including cutting, threading, excavation, refilling of earth 20mm dia nominal bore.

02 No’s

19. Providing and fixing of Indian type WC pan including flush pipe. 02 No’s

20. Providing and fixing of PVC low level flushing cistern with manually controlled device including all fittings and fixtures.

02 No’s

21. Fitting of PVC level flushing cistern including all fittings and fixtures excluding cost of material.

01 No’s

22. Providing and fixing of urinal basin with waste pipes, fittings with manual flushing.

01 No’s

23. Providing and fixing of kitchen sink including fittings of waste pipe, insertions of washers etc.

01 No’s

24. Providing and fixing of mirror with 6mm thick hard board backing rectangular type.

02 No’s

25. Providing and fixing of geyser with all fitting and fixtures 70ltr capacity. 01 No’s

26. Providing and fixing of ball valve 15mm dia nominal base. 01 No’s

27. Providing and fixing of reducer GI 20mm-15mm 02 No’s

28. Providing and fixing of Gate valve 20mm dia nominal base. 01 No’s

29. Providing and fixing of Gate valve15mm dia nominal base. 02 No’s

30. Providing and fixing of brass dose hole basin mixer of approved quality. 02 No’s

31. Providing and fixing of soap case 02 No’s

32. Providing and fixing of towel rail with all fittings and fixtures complete. 02 No’s

33. Providing and fixing of 75mm single socket CI pipe 1.80mtr long. 06 No’s

34. Providing and fixing of 100mm single socketed CI pipe 1.80mtr long. 04 No’s

35. Providing and fixing of 75 mm plain bend. 02 No’s

36. Providing and fixing of 100mm plain bend 01 No’s

37. Providing and fixing of 100x100x100mm dia junction plain. 01 No’s

38. Construction of brick masonry manhole in cement mortar 1:4, RCC top cover 1:2:4 mix, foundation concrete 1:4:8 mix inside plastering 2mm thick 1:3 finished with floating coat of neat cement 90x80cm and 45cm deep.

02 No’s

39. Providing and fixing ofSintex tank of 1000 ltr capacity. 01 No’s

40. Grading roof for water proofing treatment with cement mortar 1:3 complete. (1cement: 3coarse sand)

2.20 cum

Page 19 of 45 VOL I

SECTION I

41. 18mm Cement plaster in two coats under layer 12mm thick, 1:5 finished with a top layer 6 mm thick cement plaster 1:3 finished rough with sponge.

20.18 sqm

42. Applying one coat of water thinable cement primer of approved brand on wall surface wide quantity item no :41

20.18 sqm

43. Providing and laying cement concrete 1:2:4 stone aggregate 40mm nominal size crushed.

4.77 cum

44. 18mm cement plastering in two coats under layer 12mm, 1:5 finished layer.

15.42 sqm

45. Distempering with first quality acrylic washable distemper (readymade) including color complete in two coats on walls.

139.71 sqm

46. Painting of wood work with Deluxe multi surface paint of required shade. 25.75 sqm

47. Electrification of light points, fan point wiring with 2.5mm multi stranded copper wires of approved quality through PVC conduits/channels but excluded the cost of channels.

15 points

48. Providing, fitting, testing and commissioning of heating points in 4mm multi stranded copper wire PVC insulated wire of approved quality.

08 points

49. Providing, fitting, testing and commissioning of 20A flush type switch of approved quality.

07 points

50. Providing, fitting, testing and commissioning of 20A twin socket heavy duty of Anchor Roma series.

06 No’s

51. Providing, fitting, testing and commissioning of 6-20A single pole MCB with all its necessary connections.

02 No’s

52. Providing, fitting, testing and commissioning of 18W energy saver. 06 No’s

53. Providing and laying of thermocoal. 10 mtr

54. Excel matting for kitchen. 9.81 sqm

S. No. Description Quantity

1. Making up of frame structure for installation of ply board for creating of partitions in the room over the powerhouse for making f sub divisional office

Comp. job

2. Fixing of 19mm ply board 8’x4’ (10 board sheets) over the frame structures to make partitions in the room over the powerhouse for making f sub divisional office

Comp. job

3. Fixing of 19mm teak board 8’x4’ (4 board sheets) over the frame structures to make doors for the partitions in the room over the powerhouse for making f sub divisional office, including welding and repairs to the damaged frames of windows etc. complete.

Comp. job

4. Repairs to the damaged portions of the wall with POP/white cement/wall putty to make the surface smooth

Comp. job

5. Painting of the walls of the room along with alley to the room by way of first applying 2 coats approved water primer than applying 2 coats of excel washable distemper

2056 sq. ft.

6. Painting of the walls of the partition rooms by way of first applying 2 coats approved wood primer than making the surface smooth by applying wall putty than applying 2 coats of enamel paint

450 sq. ft.

7. Cement concreting of the pavement with 1:2:4 aggregate at the main 3.49 CuM

Page 20 of 45 VOL I

SECTION I

corridor at Sub divisional office

8. Shifting of angle iron from damaged shed outside the power house and fabrication of entry door to the sub divisional offices

Comp. job

9. Applying metal primer in two coats and two cats of approved enamel paint over the fabricated door

Comp. job

construction of divisional offices in the top floor of Power house including logistics furniture

divisional offices and fixtures etc.

S. No. Description Quantity

1. Construction of divisional office in the top floor of by way of creating partition in the main hall for Executive Engineers room (12ftx15ft), Technical Officers room (12ftx12ft), Technical section (15ftx18ft), Establishment section (15ftx18ft), Accounts section (15ftx18ft) including room for Photostat Machine (8ftx10ft) by first making up of frame structure for installation of ply board for creating of partitions in the hall over the powerhouse for making divisional office, then Fixing of 19mm ply board over the frame structures to make partitions between the rooms.

Comp. job

2. Fixing of 19mm teak board over the frame structures to make doors for the partitions in the hall over the powerhouse for making divisional office

Comp. job

3. Cutting holes upto 30x30cm in walls including good the same. 02 No’s

4. Providing and fixing of 19mm Ply board including cutting & fabrication for making counters / cupboards of size 8 x 4 (40 sheets)

c.job

5. Providing and fixing of 12mm Ply board including cutting & fabrication for making counters / cupboards of size 8 x 4 (20 sheets)

c.job

6. Providing and fixing of 3mm teak ply sheets polished / finished 8/ x 4/ (25 sheets)

c.job

7. Providing & fixing of catcher / L.drop , hooks / hinges/ mirror 8mm including kails screws etc.

c.job

8. Providing & fixing of moulded beeding 4000RF c.job

9. Providing & fixing of Russian wood paneling finished / polished 10000RF. c.job

10. Dismantling of cement concrete including disposal of material 13cum. c.job

11. Providing & laying of cement concrete 1:2:4 13cum c.job

12. 18mm cement plastering in two coats under layer 12mm thick 1:5 finished with a top layer 6mm thick cement plaster 462sft.

c.job

13. Providing & laying of thermo-cool for divisional / sub-division offices 50 mtrs

c.job

14. Providing & laying of excel mating for divisional / sub-divisional office 1000sft.

c.job

15. Painting of wood work with Deluxe multi surface paint of required shade. 200 sqm

16. Electrification of light points, fan point wiring with 2.5mm multi stranded copper wires of approved quality through PVC conduits/channels including fixing of 5A socket and switches/Wall holders complete

60 points

17. Providing, fitting, testing and commissioning of heating points in 4mm multi stranded copper wire PVC insulated wire of approved quality including fixing of 20A twin socket heavy duty of Anchor Roma series.

20 points

18. Providing, fitting, testing and commissioning of 6-20A single pole MCB with all its necessary connections.

40 No’s

19. Providing, fitting, testing and commissioning of 9W LED. 40 No’s

Page 21 of 45 VOL I

SECTION I

20. Supply and installation of HP Laptop Configuration: Intel core I3 Operating System Windows 10

1 no.

21. Supply and installation of Xerox Digital Photocopier Model WC2022 Upto 22 ppm 20/20cpm Duplex, networking.

1 no.

22. Supply of installation of HP All in One HP LaserJet Pro MFP M427 dw Upto 38ppm Jet intelligence Wireless

1 no.

23. Providing and installation of Executive Tables 2 no’s

24. Providing and installation of Executive Chairs 20 no’s

25. Providing and Installation of Godrej Steel Almirahs 10 no’s

26. Shifting of material/furniture/office records/almirahs from the present divisional office to the new divisional office

Complete job

13. Providing and fitting of reflective type sign board to the Power house gate, Store gate and

Divisional office, along with reflective signboards on all sections inside the power house

S. No. Description Quantity

1. Providing and fixing of reflective type sign boards made of 3mm Al composite board on the back and front side pasted with high intensity reflective sheet ad texting of high grade radium of sizes including steel structure thereoff 18”x18” (10 No’s) 12”x18” (20 no’s) 32’x4’ (1 no.) 25’x4’(2 no’s)

Complete job

14. Providing of change over facility for AVT servo stabilizer for distribution of load on all the

servos during running of 1 or 2 machines

S. No. Description Quantity

1. Supply and installation of 800 A switches for change over facility for AVT servo stabilizers (In 800A UE 415V-50/60 Hz, ICU:50KA ICS: 50KA ICW: 50KA

10

2. Supply and installation Cu cable 120 mm2 for changeover facility for AVT servo stabilizer

300 mtrs

3. Supply and installation of Aluminum thimbles 120 mm2 18 No’s

4. Supply and installation of switch board of all switches 10 No’s

5. Supply and installation of Cu bus bar for providing of changeover scheme. 80mm X 16mm

40 mtrs

15. Providing and installation of EHG panel spares , relays, auxiliary relays

S. No. Description Quantity

Page 22 of 45 VOL I

SECTION I

1. Supply and installation of Gate opening limiter geared motor. 03 No’s

2. Supply and installation of Speed relay to pick up at 110% Speed programmed

03 No’s

3. Supply and installation of Speed relay to pick up 115% speed (Govn failure) protection

03 No’s

4. Supply and installation of Speed relay to pick up at 40-60% speed (overspeed hip)

03 No’s

5. Supply and installation of Speed relay to pick up at 90% speed (auto synchronizing)

03 No’s

6. Supply and installation of Speed relay to pick up at 80% speed ( governor control)

03 No’s

7. Supply and installation of Speed relay to drop out at 30% speed (pneumatic breaking)

03 No’s

8. Supply and installation of Speed relay to drop out at 0.1% speed brake reset

03 No’s

9. Supply and installation of Start relay 03 No’s

10. Supply and installation of Stop relay 03 No’s

11. Supply and installation of Main breaker Aux relay 03 No’s

12. Supply and installation of Power supply Aux relay 03 No’s

13. Supply and installation of Control supply supervision relay 03 No’s

14. Supply and installation of Syncingconada relay 03 No’s

15. Supply and installation of DC service motors 02 No’s

16. Providing mobile panels for dewatering panel and EOC panel

S. No. Description Quantity

1. Supply and installation of Switch Fuse unit 400 Amp/415V 03 No’s

2. Supply and installation of Phase failure relay 415V/36 03 No’s

3. Supply and installation of 315 Volt, 3 Phase Air break contactor (3TF 56)

04 No’s

4. Supply and installation of Air break contactor 415 V # Phase 400 Amp coil V = 110V (3TF 56)

04 No’s

5. Supply and installation of Thermal overload relay 415 V 3 Phase 140-170 A

03 No’s

6. Supply and installation of Isolation transformer 415V/ 110V 300VA 03 No’s

7. Supply and installation of Indication lamp 110V, 7W (Red colour) 10 No’s

8. ` Supply and installation of Indication lamp 110 V, 7W (Green colour) 10 No’s

9. Supply and installation of Fuses 10 Amp link with fuse fitted 10 No’s

10. Supply and installation of Link (neutral) 10 No’s

11. Supply and installation of Push button, 110V with red knob 05 No’s

12. Supply and installation of Push button 110 V with green knob 05 No’s

13. Supply and installation of Phase selector switch 3 Phase positions 05 No’s

14. Supply and installation of Ammeter 0-400/24W, CTR 400/5 Amp 05 No’s

15. Supply and installation of CT (CTR, 400/5 Amp) 05 No’s

16. Supply and installation of Aux. relay 110V 3NO 2 NC 05 No’s

17. Supply and installation of Timer 110 V, 2 No+2 NC (6-60 second) 05 No’s

Page 23 of 45 VOL I

SECTION I

17. Illumination of penstock by 35Watt LED on existing poles

S. No. Description of Job Quantity

1. Providing and fitting of 35 W LED lights Havells/Phillips/Osram make for Lighting of penstock over the already installed poles.

11 no’s

2. Providing and fixing of 2 core aluminium armored 10 mm2 make for Lighting of penstock over the already installed poles.

500 mtrs

3. Providing and fixing of 6 A MCBs with box for controlling the LED lights for Lighting of penstock over the already installed poles.

11 no’s

4. Providing and laying of 2.5mm2 multi strand PVC wire for the LED lights at Lighting of penstock over the already installed poles.

3 coils

5. Providing and fitting of 2 no’s MCB 100 A for controlling the main board with all the accessories Havells make

1 no.

18. Providing of pad clamps and jumpers in the outdoor yard in place of worn out jumpers

S. No. Description of Job Quantity

1. Providing and fixing of Pad clamps in the 132 outdoor yard of power house.

20 no’s

2. Providing and fixing of Jumpers 10 mtr long in the 132 outdoor yard of power house.

10 no’s

3. Providing and fixing of U clamps in the 132 outdoor yard of power house.

10 no’s

4. Providing and fixing of T clamps in the 132 outdoor yard of power house.

10 no’s

19. Providing of pipes in Outdoor yard before concreting of yard for drainage

S. No. Description of Job Quantity

1. Lifting of the yard metal from the 132 kV outdoor yard of power house and stacking of the same over the path with a lead of 50 m.

235.626 m3

2. Excavation of earth for the laying of pipes (9”x1’x1200’) 1650 cuft

3. Providing and laying of 4” dia 10’ long PVC pipes type B in the trenches provided along with other accessories bends, Tees etc.

120 no.

4. Laying back of yard material over the concreted yard Comp. job

20. Improvement to existing earthing system of outdoor yard mesh

S. No. Description of Job Quantity

1. Excavation of earth in the in pits of dimension (2’x2’x3’) at 16 locations in the 132 kV outdoor yard of power house

Comp. job

2. Laying of spikes (16mm rod) 10 feet deep in the excavated pits at 16 locations for improvement of existing earthing of 132 kV outdoor yard of power house

Comp. job

3. Welding of the spikes with the existing earthing mat of the 132 kV outdoor yard of power house

Comp. job

4. Laying back of earth back over the excavated pits Comp. job

21. Flooring and concreting of EOC floor along with construction of drains at EOC section

S. No. Description Quantity

1. Providing and laying of stone cement concrete M 15 plain nominal size of stone aggregate 20mm and curing complete over the EOC floor

18.98 cuM.

2. Providing of 12mm thick cement plastered on the stone cement 373.42 sq.ft.

Page 24 of 45 VOL I

SECTION I

concrete in 1:4 ratio and curing complete

3. Providing and laying of tiles over the cement concrete 55.77 sq. ft.

22. SITC of 60 h.p. pump motor

S. No. Description Quantity

1. Supply, installation, testing and commissioning of 60HP,3-Phase

Crompton and Greaves Make 415V,78A;

Class B insulation, continuous operation along with its pump

60m3/hr, 100m head 2960 rpm

Along with Dismantling and Handling of old motor and pump

and its allied things

1 no.

23. Modification to cooling system pipeline of cooling section

S. No. Description Quantity

1. Providing and laying of foundation/Anchor block in Reinforced cement concrete in the ratio of 1:2:4 for base of the cooling water pump. (8’x4.5’x20”)

60 cu ft.

2. Providing and fixing suction pipe 15 feet long of dia 12” including 12” valve

Comp. job

3. Providing and fixing delivery pipe 20 feet long of dia 10” including 2 no. 10” valve

Comp. job

24. Overhauling of 500 gallon filtering plant

S. No. Description Quantity

Supply installation and commissioning of following parts in 500 gallon filter plants

1. Heating Slant 70 No’s

2. Thermostat (0-100C) 12 No’s

3. Kit Kat fuses 32 Amperes 35 No’s

4. Switch with assembly (100 Amp) 20 No’s

5. Tyres with tube complete 04 No’s

6. Thermometer ( temp C) 08 No’s

7. M-oil 200 ltrs

8. M-seal 500 gms

9. Horse pipes 50 mtrs

10. Filter packs 100 kgs

11. Contractor switchs ML2 03 sets

25. Automation of EOC system of power house

S. No. Description Quantity

1. Supply and installation Switch Fuse unit 400 Amp/415V -3 06 No’s

2. Supply and installation Phase failure relay 415V/3 phase 03 No’s

3. Supply and installation Air break contactor (3TF 56) 315V- 3 phase 03 No’s

4. Supply and installation Thermal overload relay 415 V 3 Phase (140 = 170 A)

03 No’s

Page 25 of 45 VOL I

SECTION I

5. Supply and installation Isolation transformer 415V/ 110V 300VA 03 No’s

6. Supply and installation Indication lamp 110V, 7W (Red colour) 06 No’s

7. Supply and installation Indication lamp 110 V, 7W (Green colour) 06 No’s

8. Supply and installation Fuses 10 Amp link with fuse fitted 09 No’s

9. Supply and installation Link (neutral) 09 No’s

10. Supply and installation Push button, 110V with red knob 03 No’s

11. Supply and installation Push button 110 V with green knob 03 No’s

12. Supply and installation Phase selector switch 3 Phase positions 03 No’s

13. Supply and installation Ammeter 0-400/24W, CTR 400/5 Amp 03 No’s

14. Supply and installation CT (CTR, 400/5 Amp) Aux. relay 110V 2NO 2 NC 03 No’s

15. Supply and installation Aux. relay 110V 3NO 2 NC 03 No’s

16. Supply and installation Timer 110 V, 2 No+2 NC (6-60 second) 03 No’s

26. Supply, Installation, Testing and Commissioning of TSDs and RTDs

S. No. Description Quantity

1. Supply, installation, testing and commissioning of RTD‟s 19 No‟s

2. Supply, installation, testing and commissioning of TSD‟s ( SA, 240V AC/0.5A,

220V DC)

19 No‟s

3. Replacement of RTD wire. 3 rolls

4. Dismantling of damaged RTD, TSD, and RTD wire of Unit-1 Job

Section C ( Supply of spares required for smooth operation of

powerhouse of 3x35 MW USHP-II Kangan”

S. No. Description of work Quantity

1 Steel wire rope Ǿ 16mm fiber core 6x37 right hand wound un-

galvanized ultimate strength 200kg/sq.mm USHA Martin make

330 mtrs

2 Steel wire rope Ǿ 18mm fiber core 6x37 right hand wound un-

galvanized ultimate strength 200kg/sq.mm USHA Martin make

330 mtrs

3 Steel wire rope Ǿ 20mm fiber core 6x37 right hand wound un-

galvanized ultimate strength 200kg/sq.mm USHA Martin make

330 mtrs

4 Steel wire rope Ǿ 22mm fiber core 6x37 right hand wound un-

galvanized ultimate strength 200kg/sq.mm USHA Martin make

330 mtrs

5 Rubber seal Molded type cut to shape of sizes (as per sample) 300mtr

6 Rubber seal Z type cut to shape of sizes (as per sample) 150 mtr

7 Rubber seal Flat bottom seal (as per sample) 150 mtr

8 corner seal (as per sample) 50 No

9 countersunk bolts with nuts for rubber seal of (as per sample) 3000

10 D-Shakle 12 No

11 LED complete assembly 60 W of reputed make

havells/Syska/Phillips 24 No

15 Kenwood make base VHF synthesized transceiver with

microphone hanger and mounting bracket

4 No

16 Mic Motorola(as per sample) 12 No

Page 26 of 45 VOL I

SECTION I

17 Maintenance free battery 6 No

18 Gear box for gates Shanthi make FU4 Ratio 1:50 . 1 no

19 Gear box for gates Shanthi make FU5 Ratio 1:50 . 1 no

20

Portable Welding Machine (1-Phase and 2 phase)

(make Electra 1 GBT DC ARG 2500 / Ador Frontech.with current

adjustment 20A to 250A.

1 Set

21 U clamp 6 ton for anchoring of steel wire rope 24 No

22

Supply of Temperature Sensing Device (TSD’s)

Brand: OSMADIAL (R)

Instrument: Mercury in steel dial thermometers.

Dial Size: 150mm circular.

Mounting: Flush with back entry.

Capillary: 1.5mm steel twin capillary, length: 15-20-meters.

Bulb: O.D.: 14 +. 2mm.

Stem: O.D. 08 + 0.2mm.

Immersion length: 120mm.

30 no‟s

23 RTD 30 no‟s

1.2.0 ELIGIBLE BIDDERS

1.2.1 Indian firms, possessing the necessary competence shall be eligible to bid for

works detailed under “scope of work”.

1.2.2 The bidder shall have the following minimum Qualification Criteria for

submitting the bid.

B Technical Criteria: Experience of having successfully completed similar works( as envisaged under

Scope of works) during last 7 years ending last day of month previous to the one in

which applications are invited should be either of the following: -

a. Three similar completed works (i.e. Complete overhauling/installation of new

hydro-electric projects) costing not less than the amount equal to 40% of the

estimated cost (Rs. 145.68 lacs)

Or

b. Two similar completed works (i.e. Complete overhauling/installation of new hydro-

electric projects)costing not less than the amount equal to 50% of the estimated cost.

(Rs. 182.10 lacs)

Or

c. One similar completed work (i.e. Complete overhauling/installation of new hydro-

electric projects) costing not less than the amount equal to 80% of the estimated cost.

(Rs. 291.36 lacs)

C Financial Criteria

Average Annual financial turnover during the last 3 years, ending 31st March of the

previous financial year, should be at least 30% of the estimated cost (Rs. 109.26 lacs)

Page 27 of 45 VOL I

SECTION I

individually by a sole Applicant or Collectively by a Joint Venture. Annual financial

turnover for newly established companies shall be applicable from the financial year

subsequent to the year of inception of the company, but should be 30% of the

estimated cost i.e. 109.26 lacs

Joint Venture Criteria

a) Bids may be submitted by individual firms or joint ventures as one of the

following:

I. A single firm that meets all qualification requirements set forth.

II. Joint venture Companies meeting all qualification requirements set forth in

relevant clauses & fulfilling the following criteria as J.V Company.

i. Joint venture of only two firms shall be permitted.

ii. One of the partners shall be nominated as a lead partner. The authorization shall

be submitted by way of power of attorney. The power of attorney in this regard

shall be signed by legally authorized signatory of both the firms.

iii. Whereas the partners of the joint venture have to collectively satisfy 100% of

the criteria. The lead partner of the joint venture must individually satisfy

criteria of at least 50% and the other partner must satisfy the minimum criteria

of 25% of above relating to experience of similar works and turn over.

iv. The lead partner shall be authorized to incur liabilities and receive instructions

for and on behalf of both partners of the joint venture and execution of contract.

The payments shall be made in the name of the lead partner instead of the joint

venture account.

v. Both partners shall be liable jointly and severally for the execution of the

contract in accordance with the contract terms , and a statement to this effect

shall be included in the power of attorney mentioned above, as well as in the

joint venture agreement.

vi. A copy of joint venture agreement entered into by both the partners shall be

submitted with the tender. The joint venture agreement should indicate precisely

the responsibility of both the members of joint venture in respect of planning,

construction equipment, key personnel, work execution and financing of the

project. This should not be varied/ modified subsequently without prior approval

of the employer/engineer in charge. The joint venture should confirm that

both the members shall have active participation in the execution work

during the full currency of contract.

vii. In case of successful bidder as a joint venture, the joint venture agreement shall

be registered

b) The offer of those bidders, who shall provide satisfactory evidence to the owner of

their capability and adequacy of resources to carry out the contract effectively, shall

be considered for evaluation. Bids shall include the following information.

Page 28 of 45 VOL I

SECTION I

i) Copies of original documents defining the constitution or legal status, place of

registration and principal place of business; written power of attorney of the

signatory of the bid to commit the Bid.

ii) Total annual turnover for last three (3) years.

iii) Details of the works executed during last three years.

iv) Performance as prime Contractor for the supply of material and equipment of

similar nature over the last five years, and details of other work in hand and

contractual commitments.

v) Performance of the works of similar nature executed during last three years as

prime contractor.

vi) The qualification and experience of key personnel proposed for carrying out

the work.

vii) Reports on the financial capability of the bidder viz profit and loss statements,

balance sheets and auditor's reports for the past three (3) years attested by

chartered accountant.

viii) Evidence of access lines of credit, and availability of other financial resources.

ix) Information regarding any current litigation in which the Bidder is involved,

the parties‟ concerned and disputed amount.

1.2.1 The bidder shall furnish detail of work in hand and current contract commitments.

1.2.2 (a) The bidder shall furnish list of testing facilities and adequate plant and

manufacturing capacity available to execute the works properly and

expeditiously within the time period specified. The evidence shall consist of

written details of the installed manufacturing capacities and present

commitments (excluding the work under this specification).

(b) The bidder shall furnish resume of key personnel to be dedicated to the project

along with organization chart. The key personnel assigned to the project shall

not be engaged in other projects till the completion of this project.

1.2.3 The bidder shall have adequate field service organization to provide the necessary

field erection and management services required to successfully erect, test and

commission the equipment as required under the scope of work.

1.2.4 The bidder shall have established Quality Assurance System and Organization

designed to achieve high level of equipment reliability during the manufacture,

field installation activities and operations.

1.2.5 The Bidder shall submit the above details with documentary evidence to fulfill

above eligibility requirements.

1.2.6 Notwithstanding anything stated above the owner reserves the right to assess the

Bidder's capability and capacity to perform the contract, should the circumstances

warrant.

Page 29 of 45 VOL I

SECTION I

1.2.0 QUALIFICATION OF THE BIDDER

This bidding is open to Indian Contractors/Companies/Firms/Joint

Ventures fulfilling eligibility and qualification requirements specified in the

Bidding Documents who provide sufficient and satisfactory evidence concerning

the following:-

1.3.1 To be qualified for award of Contract, the bidder shall submit a written power of

Attorney authorizing the signatory of the bid to commit the bid specifically for

Jammu & Kashmir State Power Development Corporation with its validity. Bids

submitted by a joint venture or Consortium of two or more firms as partners shall

comply with the following requirements.

i) The Proforma for Bid, and in case of successful Bidder, the Proforma of

Agreement shall be signed by all the partners so as to be legally binding on all

partners.

ii) The partner who has the requisite experience as given above of this section

shall be nominated as Lead Partner and this authorization shall be evidenced

by submitting a power of attorney signed by legally authorized signatories of

all partners;

iii) The Lead Partner shall be authorized to incur liabilities and receive

instructions for and on behalf of any and all partners and the entire execution

of the Contract including payments shall be done exclusively with the Lead

Partner;

iv) All partners shall be liable jointly and severally for the execution of the

Contract in accordance with the Contract terms, and a statement to this effect

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

Proforma for Bid and in the Proforma of Agreement (in case of successful

bidder);

v) A copy of the Joint Venture agreement entered into by all partners stating

clearly the financial and physical stake of each partner shall be submitted with

the bid. This agreement shall not be materially different from the draft

agreement submitted with the Bidder's application for purchase of Bidding

Documents.

1.3.2 Bidders shall also submit proposals of work methods and schedules, in sufficient

details to demonstrate the adequacy of the Bidder‟s proposal to meet the technical

specification and the completion time.

1.3.0 QUALIFICATION OF THE SUB-CONTRACTOR

The bidder shall have reputed sub-contractors for supply of substation

equipment/material required for capital overhauling and for execution of other

works meeting the following minimum requirements and must demonstrate

through, documents from such sub-contractors, that based on known commitments

they will be able to complete the assigned job under their control. The description

of such sub-contractor has to be conveyed to Corporate office/HOD

Page 30 of 45 VOL I

SECTION I

a. Documentary proof indicating that Sub contractor has at least executed 3

similar works valuing not less than the cost of the equipment to be supplied or

work to be executed.

1.5.0 ONE BID PER BIDDER.

Each Bidder shall submit only one Bid either by himself or as a partner in a joint

venture or in a consortium. A Bidder who submits or participates in more than

one Bid will be disqualified.

1.6.0 COST OF BIDDING

The bid shall be accompanied with cost of tender document amounting to Rs.

10,000/- in favour of Executive Engineer Generation Division USHP-II, Kangan

in form of Demand draft from any nationalized/scheduled bank payable at

Srinagar

The Bidder shall bear all costs associated with the preparation and submission of

his Bid and the purchaser will in no case be responsible or liable for those costs,

regardless of the conduct or outcome of the Bidding process.

1.7.0 SITE VISIT AND LOCAL CONDITIONS

1.7.1 The bidder shall visit and examine site of Works and familiarize about the

machine and local conditions whatsoever are necessary for successful execution of

work. The costs of visiting the site shall be at the Bidder‟s own expense.

The bidder shall acquaint himself with the actual local conditions and

requirements there of, including the transportation, communication facilities,

utility and labour conditions and shall not claim at any time after the submission

of the bid or subsequent execution of the contract that there was any

misunderstanding with regard to the conditions imposed by the contract or

prevailing at site.

1.7.2 The Bidder and any of his personnel or agents will be granted permission by the

owner/ purchaser to enter upon its premises and lands for the purpose of such

inspection, but only upon the express condition that the bidder, his personnel and

agents, shall release and indemnify the owner/purchaser and its personnel and

agents from and against all liability in respect there of and shall be responsible for

death or personal injury (whether fatal or otherwise), loss of or damage to

property and any other loss, damage, costs and expenses however caused, which

but for the exercise of such permission would not have arisen.

1.7.3 Transportation Equipment

All necessary transportation equipment including lifting and handling equipment

shall be provided and/or hired by the Contractor at his cost.

Page 31 of 45 VOL I

SECTION I

1.7.4 In their own interest, the bidders are requested to familiarize themselves with the

Income tax Act, prevailing labour laws and other related Act and laws prevalent in

the state and country. Further the bidders are required to comply with Insurance

Act including Workmen‟s Compensation Act and third party insurance and other

relevant provisions particularly with reference to the requirement of taking

insurance for the equipment/material during transportation, storage, erection,

testing and commissioning until defects liability period.

1.7.5 The bidder shall be deemed to have carefully examined all the Bidding

Documents and also to have satisfied himself as to the nature and character of the

work to be executed and where necessary of the site conditions and other relevant

matters/details.

B BIDDING DOCUMENTS

1.8.0 CONTENTS OF BIDDING DOCUMENTS

1.8.1 The Bidding Documents will include the following:

Volume-I

Section - I Information and Instructions

Section-II Conditions Governing the Contract

Section-III Model rules for health and sanitary arrangements for

Contractor's workmen.

Section-IV Contractor's labour regulations & Safety Precautions

ANNEXURES

Annex -I Proforma for Bid (for Technical Bid)

Annex -I A Proforma for Bid (for Price Bid)

Annex-II Proforma for Bank Guarantee for Bid Security

Annex-III Proforma for Bank Guarantee for Performance Security

Annex-IV Proforma for Bank Guarantee for Advance Payment

Annex-V Schedule of Tariff.

Annex-VI Proforma for Requirement of Power Load

Annex-VII Proforma for Requirement of Space for Storage, Colonies,

Offices etc.

Annex-VIII Proforma for Index/Indices for Price Adjustment formula

Annex-IX Peforma for application of Payment.

Annex-X Performa for Indemnity Bond

Annex – XI Proforma for Agreement /Memorandum of Understanding.

Annex – XII Proforma for Contract Agreement

Annex-XIII Proforma for declaration.

Annex-XIV Performa for No deviations Technical Terms and Conditions

Annex-XV Performa for No deviations Commercial Terms and Conditions

Annex-XVIII Performa for Work Completion Schedule.

Annex-XIX Works executed during last three years.

Annex-XX Proforma for Joint undertaking.

Annex-XXI Performa for list of Equipment and Tool & Tackles.

Annex-XXII Performa for bought out/sub contracted

Page 32 of 45 VOL I

SECTION I

Annex-XXIII Performa for additional Information

Annex-XXIV Performa for Key personnel proposed for the project.

Annex-XXV Performa for organizational Chart.

Annex-XXVI Proforma for Guaranteed Decleration.

Volume-II

1) Price Schedules.

The bidder is expected to examine all instructions, conditions, Proforma, terms and

specifications in the Bidding Document. Failure to comply with the requirements of bid submission

will be at the bidder‟s own risk. Bids which are not substantially responsive to the requirements of the

Bidding Documents will be rejected for which JKSPDC shall have no liability whatsoever.

1.8.2 CLARIFICATION OF BIDDING DOCUMENTS

A prospective bidder requiring any clarification of the Bidding Documents

may notify the Purchaser in writing or by Fax followed by the post copy

confirmation at the Purchaser's mailing address indicated in the Invitation for bids.

The purchaser will respond in writing to any request for clarification of the

Bidding Documents which it receives not later than 10 days before the Pre Bid

Meeting. Written copies of the Purchaser's response (including a description of

the query but without identifying the source of query) will be sent to all

prospective bidders who have purchased the Bidding Documents.

1.9.0 AMENDMENT OF BIDDING DOCUMENTS

1.9.1 At any time prior to the deadline for submission of bids, the Purchaser may, for

any reason, whether at its own initiative or in response to a clarification requested

by a prospective bidder, modify the Bidding Documents by issuance of an

addendum/corrigendum.

1.9.2 The addendum/corrigendum will be notified in writing or by Fax to all prospective

bidders who have purchased the Bidding Documents and will be binding on them.

Bidder shall acknowledge receipt of each addendum/corrigendum in writing or by

fax followed by a post confirmation copy to the purchaser.

1.9.3 In order to afford prospective bidders, reasonable time in which to take the

addendum/corrigendum into account in preparing their bids, the Purchaser may, at

its discretion, extend the deadline for the submission of bids.

C. PREPARATION OF BIDS

1.10.0 LANGUAGE OF BID

The Bid prepared by the Bidder and all correspondence and documents relating to

the bid, exchanged by the Bidder and the Purchaser, shall be written in the English

language. Any supporting documents and printed literature furnished by the

Bidder in another language shall invariably be accompanied by an English

Page 33 of 45 VOL I

SECTION I

translation of its pertinent passages. For the purposes of interpretation of the bid,

the English translation shall prevail.

1.11.0 DOCUMENTS COMPRISING THE BID

1.11.1 The bid prepared by the bidder shall include the following documents :

a) The Proforma of bid and Price Schedule completed in accordance with

Clauses 1.12 and 1.13.

b) Filled in Guaranteed & Technical Particulars Schedules & other schedules

appended with the Bidding Document.

c) Names of manufacturers or sub-supplier from whom the bidder

proposes/intends to procure various equipments required for completion

of works.

d) Documentary evidence establishing bidder‟s eligibility and qualification

in accordance with clause 1.2, 1.3 and 1.14 that the Bidder is eligible to

bid and is qualified to perform the contract.

e) Bid Security furnished in accordance with Clause 1.15.

f) Preliminary programme for completion of the Works indicating the order

in which he intends to carryout the Works in the form of a bar chart. This

programme shall abide by the limit dates specified in the Contract and

shall constitute the basis to prepare the detailed programme to be

furnished according to Clause 13 of the General Conditions of the

Contract.

g) Detailed method statement justifying the methodology of execution

proposed by the bidder. This shall, interalia, provide method and

technique of manufacturers, supply, transportation, erection, testing and

commissioning of substation.

h) Filled in Proforma of requirement of Power Load.

i) Filled in proforma indicating requirement of space for storage of

equipment, colony, offices etc.

1.11.2 No alteration shall be made to any proforma or to any schedule. Any correction of

prices or other data must be re-written in ink both in figures and words and duly

signed by the bidder.

1.12.0 BID PRICES

1.12.1 The bidder shall indicate on the appropriate Price Schedule attached to these

Bidding Documents the unit prices and total bid prices of the items of work under

the Contract.

The price breakdown indicating Ex-works prices (including of packing &

forwarding charges), taxes, duties if any, freight, insurance, storage & handling at

site and services including assembly, erection, testing, commissioning shall be

provided as indicated in the price schedule.

1.12.2 PRICE ADJUSTMENT.

Page 34 of 45 VOL I

SECTION I

Prices quoted by the bidder are FIRM and are subject to no adjustment during the

performance of the Contract.

1.13.0 CURRENCIES OF BID

The unit rates and prices shall be offered entirely in Indian Rupees. All the

payments due under the contract shall be made in Indian Rupees.

1.14.0 DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND

QUALIFICATIONS

1.14.1 The bidder shall furnish a brief write-up, backed with adequate data, explaining

available capacity (both technical and commercial) for manufacture and supply of

the required equipment within the specified time of completion, after meeting all

his current commitments.

1.14.2 The bidder shall confirm that all the facilities exist in his factory or at the works of

manufacturer for inspection and testing and the same shall be demonstrated to the

Purchaser or his representative at the time of inspection and witnessing of tests.

1.14.3 The bidder shall also furnish an up to date list of Power Houses/Substation work

done by him in last 3 years.

1.14.4 The Bidder shall furnish performance certificates for Power Houses/Substation

work done by him in last 3 years.

1.14.5 The bidder shall furnish Information regarding current litigation if any, in which

the bidder is involved.

1.14.6 Bidders may note that they are subject to be disqualified, if they have made

misleading or false presentation in the proforma, statements and attachments

submitted in proof of the qualification requirements or have record of poor

performance such as abandoning the work, not properly completing the Contract,

inordinate delays in completion, or financial failure etc.

1.15.0 BID SECURITY

1.15.1 The bidder shall furnish, as part of his bid, bid security amounting to Rs. 7.284

lacs minimum.

1.15.2 In case of joint venture the bid security shall be furnished by the Lead partner

1.15.3 The bid security is required to protect the Purchaser against risk of bidder's

conduct which would warrant the security's forfeiture, pursuant to Clause 1.15.9.

1.15.4 The bid security shall be denominated in Indian Rupees favouring Chief Engineer

Generation Wing Kashmir JKSPDC, Bemina Srinagar and shall be in the

following form:

Page 35 of 45 VOL I

SECTION I

a) An irrevocable Bank Guarantee acceptable to the Purchaser issued by a

nationalized/scheduled bank located in India, in the proforma provided in

the Bidding Documents (Annex-II) and valid for 30 days beyond the

validity of the bid subject to extension from time to time

b) In the form of crossed Bank draft payable on any nationalized/scheduled

bank located in Kashmir, favouring Chief Engineer Generation Wing

Kashmir JKSPDC, Bemina Srinagar

c) In form of CDR/FDR payable on any nationalized/scheduled bank located

in Kashmir, favouring Chief Engineer Generation Wing Kashmir

JKSPDC, Bemina Srinagar

1.15.5 Any bid not accompanied by bid security will be rejected by the Purchaser as

non-responsive.

1.15.6 Unsuccessful bidder's bid security will be discharged/returned as promptly as

possible after the expiration of the period of bid validity (including extension there

of if any) prescribed by the purchaser, pursuant to Clause 1.16.

1.15.7 The successful bidder's bid security will be discharged upon the bidders executing

the contract, pursuant to Clause 1.35, and furnishing the acceptable performance

security, pursuant to Clause 1.34.

1.15.8 No interest shall be paid by the JKSPDC on the bid security

1.15.9 The bid security may be forfeited:

a) If a bidder withdraws or modifies his bid during the period of bid validity

or extension thereof ; or

b) If the bidder does not accept the correction of his Bid price, pursuant to

clause 1.25

c) In case of a successful bidder, if he fails within the specified time limit to;

i) sign the contract in accordance with Clause 1.35; or

ii) furnish performance security in accordance with clause 1.34.

1.16.0 PERIOD OF VALIDITY OF BIDS

1.16.1 Bids shall remain valid for acceptance for a period of 240 days after the date of

bid opening prescribed by the Purchaser. A bid valid for a shorter period may be

rejected by the Purchaser as non-responsive.

1.16.2 In exceptional circumstances, prior to expiry of the original bid validity period,

the Purchaser may solicit the bidder's consent to an extension of the period of

validity. The request and the responses thereto shall be made in writing or by fax

followed by post confirmation copy. The bid security provided under Clause 1.15

shall also be accordingly extended. A bidder may refuse the request without

forfeiting his bid security. A bidder agreeing to the request will neither be

required nor permitted to modify his bid, but will be required to extend the

Page 36 of 45 VOL I

SECTION I

validity of his bid security correspondingly. The provision of clause 1.15

regarding discharge and forfeiture of bid security shall continue to apply during

the extended period of bid validity.

1.17.0 FORMAT AND SIGNING OF BID

1.17.1 The Bidder shall prepare and submit one original and 3 copies of the documents

comprising the Bid/Offer as described in Clause 1.12 hereof bound with the

volume containing the bid Form, and clearly marked “ORIGINAL” and “COPY”

as appropriate. In the event of discrepancy between them, the original shall

prevail.

1.17.2 The original and all copies of the Bid shall be typed or written in indelible ink (in

the case of copies, Photostats are also acceptable).

1.17.3 The Bid shall be signed in handwriting of a person or persons duly authorized to

sign on behalf of the Bidder with Company seal, pursuant to Clauses 1.3. The bid

shall contain the name, official address and place of business of person(s)

authorized to sign the Bid. All pages of the Bid including entries or amendments

which have been made, shall be signed by authorized signatory.

1.17.4 The Bid shall contain no alterations, omissions or additions, except those to

comply with instructions issued by the purchaser or as necessary to correct errors

made by the bidder, in which case such alternations/omissions/additions/

corrections shall be initialed with date by the person or persons signing the bid.

D SUBMISSION OF BIDS

1.18.0 SEALING AND MARKING OF BIDS

1.18.1 The bidders shall submit bids in Three 3 separate sealed covers as under;

Part –I Prequalification Bid /

Techno Commercial .

Part-II Price bid

Part-III Bid Security

All the three parts of the bid should be enclosed in a single outer envelope Super

scribed as Capital Overhauling of Unit II USHP-II Kangan Package No:-JKSPDC/USHP-

II/GD/ 02 of2016 dated 29/10/2016

Each part shall contain all the documents required but not limited to the following:

Page 37 of 45 VOL I

SECTION I

Prequalification Bid

S No Name No. of copies to be Submitted

Original Copies

1 Documentary proof for similar works executed

during the last three years as per annexure XIX 1 3

2 Self Attested Copies of Contract/Purchase

Orders 1 3

3 Performance Certificates (Issued by Official not

less than Executive Engineer) 1 3

4 Work Completion Certificates 1 3

5

Details of sub vendors with their installed

manufacturing capabilities / present

commitments as per clause 1.4

1 3

6

Letter of consent (from all subcontractors to

ensure the supply of equipment to bidder, if

applicable)

1 3

7 Proof regarding established quality assurance

system i.e. bidders valid ISO certificate. 1 3

8

The qualification and experience of key

personnel proposed for carrying out the work

along with organizational chart as per Annex

XXIV and XXV

1 3

9 Proof for Annual turnover for the last three years

duly certified by chartered accountant. 1 3

10 Audited Balance sheets for the last three years 1 3

11 Profit & loss Account for the last three years

duly certified by chartered accountant. 1 3

12 Bank Solvency Certificate 1 3

13 Agreement of Joint Venture or consortium

(if applicable) as per Annex XX 1 3

14 Copy of earnest money deposit. 1 3

15 Copy of valid registration issued by the

competent authority 1 3

16 Copy of Electrical license issued by the

competent authority 1 3

17 Copy of income tax clearance certificate 1 3

18 Copy of letter of authorization for signing of bid

as per clause 1.20 1 3

19

Information regarding current litigation if any, in

which the bidder is involved the parties

concerned and the disputed amount.

1 3

20 Present Commitments excluding work under this

specification. 1 3

Page 38 of 45 VOL I

SECTION I

Techno-Commercial Offer:-

S No Name No. of copies to be Submitted

Original Copies

1 Proforma of Bid (Techno-commercial)

Annexure I 1 3

2 No Deviation Certificate to Technical Terms and

conditions as per Annexure XIV 1 3

3 No Deviation Certificate to Commercial Terms

and conditions as per Annexure XV 1 3

4 Work completion schedule as per Annexure

XVIII 1 3

5

Details of all the facilities that exist in the

Plant/Factory including facilities for inspection

and testing.

1 3

6 List of T&P equipments and Annexure XXI 1 3

7 Additional information as per Annexure XXIII 1 3

8 Bought out / sub contracted items including

name of manufacturer as per Annexure XXII 1 3

9

Guaranteed Technical Particulars(GTP) of

machinery/equipments as per Volume II of the

biding document.

1 3

10 Requirement of Power Load as per Annexure VI 1 3

11 Requirement of space for storage of equipment ,

colony, offices etc as per Annexure VII 1 3

12 Activity wise PERT-Chart for completion of

works as per stipulated. 1 3

13 Declaration as per Annexure XIII

14

Original set of Volume I&II of Bid documents

including Amendment/Addendum to Bidding

Document along with the reply to questionnaire

issued, duly signed by the bidder along with seal

on each page as proof of acceptance.

1 -

15 Guarantee Declaration as per Annex XXVI 1 3

Price Bid:-

S No Name No. of copies to be Submitted

Original Copies

1 Proforma of Bid (Price) Annexure IA

1 3

2 Price Schedules as per Volume II of Biding

Document 1 3

3 Soft Copies of Complete price bid in MS Excel. 2 3

Page 39 of 45 VOL I

SECTION I

Bid Security:-

S No Name No. of copies to be Submitted

Original Copies

1 Bid Security

1 3

1.18.2 The original and each copy of the Bid shall be separately sealed in an inner and an

outer envelop, duly marking the envelop such as “Original-Part I; Prequalification

/ Techno Commercial Bid ” & “Copy –Part I; Prequalification / Techno

Commercial Bid” and “Original Part II, price Bid” & “Copy –Part II; Price Bid”.

The inner and outer envelope of Bid Security shall be duly marked as Part-III;

"Bid Security".

1.18.3 The inner and outer envelopes shall be addressed to the Purchaser at the following

address

Chief Engineer,

Generation Wing JKSPDC

PDD Complex Bemina, Srinagar (J&K)

Pin:190010

Telephone No. 0194-2493140

Telefax : 0194-2493140

And bear the project name, the invitation for bids number, and the words “Do not

open before 01/12/2016

1.18.4 The inner envelope shall indicate the name and address of the Bidder to enable the

bid to be returned unopened in case it is declared “late”

1.18.5 If the outer envelope is not sealed and marked as instructed above, the Purchaser

will assume no responsibility for the misplacement or premature opening or

disclosure of the bid.

1.19.0 DEADLINE FOR SUBMISSION OF BIDS

1.19.1 Bids Shall be received by the Purchaser in the office of :

Chief Engineer,

Generation Wing JKSPDC

PDD Complex Bemina, Srinagar (J&K)

Pin: 190010

ON OR BEFORE: 29/11/2016 1.19.2 The Purchaser may, at its discretion, extend the deadline for submission of bids by

issuing an amendment in accordance, in which case all rights and obligations of

the Purchaser and bidders previously subject to the original deadline shall

thereafter be subject to the new deadline as extended.

Page 40 of 45 VOL I

SECTION I

1.19.3 The bid shall be submitted in person or through Speed Post/Registered Post at the

address indicated above before the deadline

1.20.0 LATE BIDS

Any bid received by the Purchaser after the deadline for submission of bids

prescribed by the Purchaser shall not be entertained.

1.21.0 MODIFICATION AND WITHDRAWAL OF BIDS

1.21.1 The bidder may modify or withdraw his bid after the bid submission, provided

that written notice of the modification or withdrawal is received by the Purchaser

prior to the last date of submission of bids.

1.21.2 The bidder's modification or withdrawal notice shall be prepared, sealed, marked

and dispatched in accordance with the provisions of clause 1.20 hereof for the

submission of bids, with the outer and inner envelopes additionally marked

“Modification” or “Withdrawal" as appropriate.

1.21.3 No bid may be modified by the Bidder after the deadline for submission of bids.

1.21.4 No bid shall be withdrawn in the interval between the deadline for submission of

bids and the expiration of the period of bid validity specified in the Proforma of

Bid. Withdrawal of a bid during this interval shall result in the forfeiture of the

bid security.

E BID OPENING AND EVALUATION

1.22.0 BID OPENING

1.22.1 The purchaser shall open the online Prequalification / Techno Commercial Bid

including modifications made and Bid Security in the presence of Bidders'

authorized representatives (not more than two) who may choose to attend at

the following location

Office of the Chief Engineer,

Generation Wing JKSPDC

PDD Complex Bemina, Srinagar (J&K)

On the date specified in the e-NIT or any other convenient day decided by the Bid

opening authority,

The Bidders‟ representatives who shall be present during the opening of bids shall

sign a register evidencing their attendance.

After opening of online bids, the hard copies of the bids received in the

office of Chief Engineer shall also be opened to establish the enclosure of original

bid security. The outer envelope, the envelope marked “Part III; Bid Security” will

Page 41 of 45 VOL I

SECTION I

be opened first. A bid will be rejected out rightly if Bid Security does not satisfy

the requirement set forth.

The “prequalification bid / Techno Commercial” i.e. part I shall be opened

only of those bidders who have submitted the bid security in line with the bid

documents.

The “Price Bid” i.e. Part II shall be kept in the safe custody of the Purchaser

and will be opened at a later date to be notified separately.

The price bids of only those bidders will be opened whose pre qualification

and techno-commercial bids have been ascertained to be responsive.

1.22.2 The bidders' names, written notifications of bid, (including modifications and

withdrawals if any) and the presence or absence of the requisite bid security and

such other details as the Purchaser, at its discretion, may consider appropriate will

be announced at the bid opening.

1.23.0 CLARIFICATION OF BIDS

To assist in the examination, evaluation and comparison of bids, the Purchaser

may at its discretion, ask any bidder for clarification of his bid. The request for

clarification and the response shall be in writing and no change in price or

substance of the bid shall be sought, offered or permitted except as required to

confirm the corrections of arithmetic errors discovered by the purchaser during the

evaluation of the bids.

1.24.0 EXAMINATION OF BIDS AND DETERMINATION OF

RESPONSIVENESS

1.24.1 Prior to the detailed evaluation of bids, the purchaser will determine whether each

Bid

i) Meets required eligibility criteria.

ii) Has been properly signed.

iii) Is complete and accompanied by acceptable bid security.

iv) Is substantially responsive to the requirements of the Bidding Documents.

v) Provides any clarification and/or substantiation that the purchaser may

require.

1.24.2 For purposes of this Clause, a substantially responsive bid is one which conforms

to all the terms, conditions and specification of the Bidding Documents without

material deviation or reservation. A material deviation or reservation is one

i) Which affects in any substantial way the scope, quality, Metallurgy or

performance of the works?

ii) Which limits in any substantial way, inconsistent with bidding documents,

the purchaser‟s rights or the bidder's obligations under the contract.

iii) Whose rectification would affect unfairly the competitive position of

other bidders presenting substantially responsive bids.

Page 42 of 45 VOL I

SECTION I

iv) Which is incomplete or does not include all the works covered by the

specification.

The Purchaser's determination of a bid's responsiveness shall be based on the

contents of the bid itself without recourse to extrinsic evidence.

1.24.3 If a bid is not substantially responsive, it will be rejected by the Purchaser and

may not subsequently be made responsive by correction or withdrawal of non-

conforming deviation or reservation. Any Bid which is incomplete, obscure or

irregular or only for a part of the schedule is liable for rejection

1.24.4 The Purchaser may waive any minor informality or non-conformity or irregularity

in a bid which does not constitute a material deviation, provided such a waiver

does not prejudice or affect the relative ranking of any bidder.

1.24.5 Price Bid of the techno-commercially acceptable and responsive bidder so opened

will be considered for evaluation.

1.25.0 CORRECTION OF ERRORS

1.25.1 The price bids shall be checked by the purchaser for any arithmetic errors in

computation and summation. Errors will be corrected by the purchaser as follows:

i) Where there is discrepancy between amounts in figures and in words, the

amounts in words will govern, and

ii) Where there is discrepancy between the unit rate and the total amount

derived from the multiplication of unit rate and the quantity, the unit rate

as quoted will govern unless in the opinion of the purchaser, there is an

obviously gross misplacement of decimal point in the unit rate, the total of

line item as quoted will govern and the unit rate will be corrected

accordingly.

iii) In case prices for some items are given by a bidder as lump sum where

unit rates are required, the purchaser reserves the right to arrive at unit

rate on the basis of dividing the entered lump sum by the specified

quantity.

1.25.2 The amount stated in the Proforma of Bid will be adjusted by the purchaser in

accordance with the above procedure for the correction of errors and shall be

considered as binding upon the bidder. If the bidder does not accept the corrected

amount of bid, his bid will be rejected and the bid security will be forfeited.

1.26.0 EVALUATION AND COMPARISON OF BIDS

1.26.1 General

The bids will be evaluated and compared by the Purchaser from the technical and

financial points of views so as to make a selection for the complete work covered

under the bidding documents.

Page 43 of 45 VOL I

SECTION I

1.26.2 Procedure for Evaluation

The Purchaser shall evaluate the bids in the following steps.

a) Step- I : Prequalification / Techno Commercial Evaluation

The Purchaser will evaluate and compare the Prequalification and Techno

Commercial bids and bids of only those bidders shall be opened whose

bids have been declared qualified at pre-qualification / techno commercial

stage. Techno-Commercial proposal including time schedule for supply

and erection submitted by the Bidder shall conform to the conditions set

forth in the bidding document

b) Step - 2 : Price Evaluation

Bids of only those bidders shall be opened and evaluated by the purchaser

who fulfill Pre-qualification / Techno-Commercially criteria

1.26.3 The purchaser's evaluation of a bid will exclude and not take into account:

a) Any allowance for price adjustment during the period of execution of the

Contract, if provided in the bid.

b) Cost of those maintenance tools and spares recommended by the bidder

over and above the mandatory tools and spares specified by the purchaser

in technical specification.

1.26.4 For evaluation of bids, the following shall be considered:-

a) Prices FOR project site inclusive of packing, forwarding, all taxes &

duties, transportation, insurance, storage and preservation at site including

intermediate storage, if any, and transportation from storage site to work

site.

b) The cost of complete work of erection, testing, commissioning and

handing over of plant and insurance up to expiry of defects liability

period.

d) Loading, if any, specified in the technical specification to bring the bids

on par with respect to technical performance.

e) Making any correction for errors.

f) Making an appropriate adjustment for any other acceptable quantifiable

variations or deviations not reflected in the Bid price or in the above

mentioned other adjustments.

g) Unconditional discount offered by the bidder which is not violative of the

conditions of contract.

1.27.0 PROCESS TO BE CONFIDENTIAL

1.27.1 After the opening of the bids, information relating to the examination,

clarification, evaluation and comparison of bids and recommendations concerning

the award of contract shall not be disclosed to the bidders or other persons not

Page 44 of 45 VOL I

SECTION I

officially concerned with such process.

1.27.2 Any effort by the bidder to influence the purchaser in the process of examination,

clarification, evaluation and comparison of bids, and in the decision concerning

award of contract, may result in the rejection of his bid.

1.27.3 The bidder shall not communicate or use in advertising, publicity or in any other

medium, photograph of the works under this contract, or description of the site,

dimension, quantity, quality or other information, concerning the works unless

prior written permission has been obtained from the purchaser.

1.27.4 All documents, correspondence, decisions and other matters concerning the

contract shall be considered of confidential and restricted nature by the bidder and

he shall not divulge or allow access there to by any unauthorized persons.

1.28.0 AWARD OF CONTRACT

The purchaser shall award the contract to the successful Bidder as per the

criteria laid down in the bid document.

1.29.0 POST-QUALIFICATION

1.29.1 The Purchaser will determine to its satisfaction whether the bidder selected, as

having submitted the lowest evaluated responsive bid, is qualified to satisfactorily

perform the Contract.

1.29.2. The determination will take into account the bidder's financial, technical and

production capabilities. It will be based upon an examination of the documentary

evidence of the bidder's qualifications submitted by the bidder, as well as such

other information as the Purchaser deems necessary and appropriate.

1.29.3 An affirmative determination will be a prerequisite for award of the contract to the

bidder. A negative determination will result in rejection of the bidder's bid, in

which event the Purchaser will proceed to the next lowest evaluated bid to make a

similar determination of the bidder's capabilities to perform the contract

satisfactorily.

1.30.0 AWARD CRITERIA

Subject to the provisions of relevant clauses of bid document, the Purchaser will

award the Contract to the successful bidder whose bid has been determined to be

substantially responsive and has been determined as the lowest evaluated bid,

provided further that the bidder is determined to be qualified to perform the

Contract satisfactorily.

1.31.0 PURCHASER'S RIGHT TO VARY QUANTITIES AT THE TIME OF

AWARD

The Purchaser reserves the right to increase or decrease the quantity of goods

including services up to 20 percent of the Contract Price without any change in

Page 45 of 45 VOL I

SECTION I

unit rates or other terms and conditions during the execution of the contract.

1.32.0 PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY

OR ALL BIDS

The Purchaser reserves the right to accept or reject any bid, and to annul the

bidding process and reject all bids at any time prior to award of Contract, without

thereby incurring any liability to the affected bidder or bidders or any obligation

to inform the affected bidder or bidders of the grounds for the Purchaser‟s action.

1.33.0 NOTIFICATION OF AWARD

1.33.1 Prior to the expiration of the period of bid validity, the Purchaser will notify the

successful bidder in writing by registered letter or by fax, that his bid has been

accepted. This letter (hereinafter and in the condition of contract called „Letter of

Award‟) shall name the sum (hereinafter called the `Contract Price‟) which the

JKSPDC will pay to the contractor in consideration of the execution of this

contract.

1.33.2 The notification of award will constitute the formation of the contract.

1.33.3 Upon the successful bidder's furnishing of performance security, the Purchaser

will promptly notify each unsuccessful Bidder and will discharge their bid

security.

1.34.0 PERFORMANCE SECURITY

1.34.1 Within Thirty (30) days of the receipt of letter of award from the Purchaser but

not later than the date of signing of Contract Agreement, the successful bidder

shall furnish to the JKSPDC, performance security in the form of a Bank

Guarantee for an amount equal to 10% (Ten percent) of the contract price in

accordance with the Conditions of Contract.

1.34.2 The performance security provided by the successful bidder in the form of an

irrevocable Bank Guarantee, shall be in favour of Executive Engineer,

Generation Division USHP-II Kangan, Power Development Corporation J & K

issued by any nationalized/scheduled Indian Bank The Bank Guarantee Shall be

on the proforma attached at Annex –III and shall remain valid until 90 days after

the date of issue of Defects Liability Certificate.

1.35.0 SIGNING OF CONTRACT

Within Thirty (30) days of receipt of Letter of Award, the successful bidder or his

authorized representative shall attend the office of Executive Engineer,

Generation Division USHP-II Kangan for signing of the Contract Agreement.

The proforma for Agreement is attached at Annex-XII

SECTION II

GENERAL CONDITIONS

OF

CONTRACT

PACKAGE No:- JKSPDC / USHP-II Kangan/GD/02 of 2016

Page 1 of 38 VOL I SECTION I I

SECTION - II

GENERAL CONDITIONS OF CONTRCT

CONTENTS

CLAUSE TITLE PAGE NO.

CLAUSE-1: DEFINITIONS: ............................................................................................. 4

CLAUSE-2 DUTIES AND POWERS OF ENGINEER-IN-CHARGE AND ENGINEER-

IN-CHARGE’S REPRESENTATIVE: ........................................................... 7

CLAUSE-3 ASSIGNMENT OF CONTRACT .................................................................. 8

CLAUSE-4 SUBLETTING: .............................................................................................. 8

CLAUSE-5: LANGUAGE(S) AND LAW: ........................................................................ 9

CLAUSE-6: DRAWINGS: ................................................................................................. 9

CLAUSE-7: CONTRACTOR’S GENERAL RESPONSIBILITIES: ................................ 10

CLAUSE-8 : CONTRACT AGREEMENT: ...................................................................... 15

CLAUSE-9 : PERFORMANCE SECURITY: ................................................................... 15

CLAUSE 10: INSPECTION OF SITE: .............................................................................. 16

CLAUSE-11 : SUFFICIENCY OF BID: ............................................................................. 16

CLAUSE-12 : WORK TO BE IN ACCORDANCE WITH THE CONTRACT: .................. 17

CLAUSE-13: PROGRAMME TO BE FURNISHED: ........................................................ 17

CLAUSE-14 : CONTRACTOR’S SUPERINTENDENCE:................................................. 18

CLAUSE-15: CONTRACTOR’S EMPLOYEES: .............................................................. 18

CLAUSE-16: SAFETY, SECURITY AND PROTECTION OF THE ENVIRONMENT:

.................................................................................................................... 19

CLAUSE-17: OBLIGATIONS OF THE JKSPDC: ............................................................. 19

CLAUSE-18: LABOUR: .................................................................................................... 19

CLAUSE-19: INDEMNIFICATION: ................................................................................. 20

CLAUSE-20: WORKMANSHIP AND MATERIALS: ....................................................... 20

CLAUSE-21: INSPECTION AND TESTING:.................................................................... 20

CLAUSE-22: SUSPENSION OF WORKS, TRANSPORTATION OR ERECTION: .......... 22

CLAUSE-23: TIME FOR COMPLETION, EFFECTIVE DATE AND COMMENCEMENT

DATE: ......................................................................................................... 23

CLAUSE-24: LIQUIDATED DAMAGES FOR DELAY (NOT AS PENALTY) ................ 23

Page 2 of 38 VOL I SECTION I I

CLAUSE-25: PENALTY: ………………………..………………………………………….23

CLAUSE-26: TESTS ON COMPLETION: ......................................................................... 23

CLAUSE-27: TAKING OVER: .......................................................................................... 25

CLAUSE -28: DEFECTS AFTER TAKING OVER: .......................................................... 26

CLAUSE-29: VARIATIONS: ............................................................................................. 28

CLAUSE-30: PAYMENT TERMS AND MODE OF PAYMENT: ..................................... 30

CLAUSE-31: CURRENCIES FOR PAYMENTS: .............................................................. 31

CLAUSE-32: RISK AND RESPONSIBILITY: .................................................................. 31

CLAUSE-33: CARE OF THE WORKS AND PASSING OF RISK: ................................... 32

CLAUSE-34: DAMAGE TO PROPERTY AND INJURY TO PERSONS: ......................... 33

CLAUSE-35: LIMITATIONS OF LIABILITY: .................................................................. 33

CLAUSE-36: RED MATERIAL ......................................................................................... 34

CLAUSE-38: DEFAULT: ................................................................................................... 36

CLAUSE 39- Price adjustment or variation ......................................................................... 37

CLAUSE-40: TAXES AND DUTIES: ................................................................................ 37

CLAUSE-41: OWNERSHIP: .............................................................................................. 37

CLAUSE-42: ARBITRATION: ......................................................................................... 37

CLAUSE-43: TERMINATION OF CONTRACT FOR JKSPDC’s CONVENIENCE: ........ 37

CLAUSE-44: JOINT VENTURES:..................................................................................... 38

CLAUSE-45: LIABILITY PERIOD: .................................................................................. 38

CLAUSE-46: PERIODIC PROGRESS REPORT:- ............................................................. 38

CLAUSE-47: DEMURRAGE, WHARFAGE ETC:- ........................................................... 38

CLAUSE-48: MANUALS: ................................................................................................. 38

Page 3 of 38 VOL I SECTION I I

SECTION - II GENERAL CONDITIONS OF CONTRACT

CLAUSE-1: DEFINITIONS:

In the Contract, as hereinafter defined, the following words and expressions shall have the meanings hereby assigned to them, except where the context otherwise requires:

i) ‘JKSPDC’/ ‘Purchaser/Owner’ means the Jammu & Kashmir State Power Development Corporation and the legal successor in title to the JKSPDC who will employ the contractor.

ii) ‘Contractor/Supplier’ means the person or persons, firm or company,

group of firms or Joint Venture, who has been awarded the work by the JKSPDC and includes the Contractor’s personnel, representatives, and successors and permitted assigns.

iii) ‘Engineer-in-Charge’ means the Chief Engineer, Generation Wing

JKSPDC or his legal representative from time to time for the purpose of contract or such other officer representing the order placing authority.

(a) ‘Engineer-in-Charge’s Representative’ means Superintending

Engineer and Executive Engineer in-charge of the project. The Assistant Executive Engineers/Assistant Engineers will assist the Engineer-in-Charge’s representatives to perform the duties set forth in Clause-2 hereof, whose authority shall be notified in writing to the Contractor by the Engineer-in-Charge.

(b) The responsibilities assigned herewith as above in iii (a) to various

officers does not absolve them from taking the approval from the competent authority under various state laws/rules/regulations and book of financial powers.

iv) “Works” shall include both permanent Works and Temporary Works or either of them as appropriate and shall mean supply of Goods and Services.

v) “Temporary Works” means all temporary Works of every kind other than

Contractor’s plant, equipment and machinery required in or about the execution and completion of the Works and remedying of any defects therein.

vi) “Permanent Works” means the permanent Works to be executed in

accordance with the Contract. vii) The ‘Goods’ means all the equipment, machinery and/or other materials

which the Contractor is required to supply to JKSPDC under the Contract. viii) ‘Services’ means services ancillary to the supply of Goods such as but not

limited to transportation and insurance from ex-works till defect liability

Page 4 of 38 VOL I SECTION I I

period, handling, storage and preservation at store/site, erection, testing, painting, commissioning of goods, training and other such obligations of the Contractor covered under the Contract.

ix) ‘Contract’ means the agreement entered into between JKSPDC and the

Contractor as recorded in the Form of Agreement, signed by both the parties including all attachments and appendices thereto and all documents incorporated by reference there in.

x) ‘Contract Price’ means turnkey job price quoted by the contractor in his

bid with additions/deletions as may be agreed and incorporated in the letter of award for the entire scope of the works.

xi) ‘Plant’ and ‘Equipment’ or ‘Machinery’ means and include plant,

equipment, machinery, tools, appliances, other implements of all description or things of whatsoever nature other than the Temporary Works required in or about the execution and completion of the Works and remedying of any defects therein but does not include materials or other things intended to form or forming part of the Permanent Works.

xii) ‘Specifications’ means the specifications of Works included in the

Contract and any modification thereof or addition thereto or deduction there from as may, from time to time, decided by JKSPDC and/or submitted by the Contractor and approved in writing by the Engineer Incharge.

xiii) ‘Site’ means the places where the Works are to be executed and any other

places as may be specifically designated in the Contract as forming part of Site.

xiv) ‘Store’ means the place where the goods supplied under this Contract are

stored by the Contractor near to the Project site. Such place will be treated as forming part of site.

xv) ‘Approved’ means approved in writing, including subsequent written

confirmation of previous verbal approval and ‘approval’ means approval in writing, including as aforesaid.

xvi) Chief Engineer means, Chief Engineer Generation Wing Kmr JKSPDC

xvii) Managing Director means Technical and Administrative Head of the

project.

xviii) ‘GoI’ means The Government of India. xix) “Codes” Shall mean the various acts enforced and various test codes and

standards including latest amendments thereof like:- A. Indian /J&K Electricity Act. B. Indian / J&K Factory Act. C. Explosive Act. D. Petroleum Act. E. Other Indian or Internationally approved standard rules,

regulations pertaining the subject matter of the contract.

Page 5 of 38 VOL I SECTION I I

xx) ‘Sub-Contractor’ means the party or parties having direct contract with

the Contractor and to whom any part of the Works has been sublet by the Contractor with the consent, in writing, of the Engineer-in-Charge and the legal successors in title to such person, but not any assignee of any such person.

xxi) “Guarantee period/Maintenance period” means the period during which the contractor shall remain liable for repair or replacement of any defective part of the works performed under the contract.

xxii) “Latent defects” shall mean such defects caused by faulty design material,

Metallurgy or workmanship which cannot be detected during inspection, testing etc. based on the technology available for carrying out such tests.

xxiii) “Delivery” shall be deemed to take place on deliver of the equipment in

accordance with the terms and conditions of the contract after test and inspection by the purchaser or his authorized agent to the consignee.

xxiv) “Commercial Operation” Shall means the condition of operation in which

the complete machinery and equipment covered under the contract is officially declared by the owner to be available for continuous operation at different loads upto and including rated capacity/overload capacity. Such declaration by the owner however shall not relieve or prejudice the contractor of any of his obligations under the contract.

xxv) ‘Manufacturer’ means the party proposing to design and/or manufacture

the Goods as specified, complete or in part. xxvi) ‘Letter of Award’ means the letter from JKSPDC or Chief Engineer

conveying award of Works subject to such reservations as may have been stated therein.

xxvii) ‘Tests on Completion’ means the tests specified in the Contract or

otherwise agreed to by JKSPDC and the Contractor to be performed before the Works are taken over by JKSPDC.

xxviii) ‘Day’ means a day from midnight to midnight. xxix) ‘Month’ means from the beginning of a given date of a calendar month to

the end of the preceding date of the next calendar month. xxx) ‘Week’ means seven consecutive days. xxxi) ‘Quarter’ means a period of three consecutive months starting form

January, April, July and October i.e. January to March, April to June, July to September and October to December.

xxxii) ‘Near Relative’ means wife/husband, parents and grand parents, children,

first cousins, brothers-in-law, sisters-in-law and parents-in-law. xxxiii) ‘Rupees’ means Rupees in Indian Currency.

Page 6 of 38 VOL I SECTION I I

xxxiv) Words in singular number shall include the plural number and vice-versa

where the context so requires. ‘He’ shall include ‘She’ and vice – versa. xxxv) ‘IS’ Means Indian Standard specifications with latest amendments or

revision as currently in force at the time of execution of the Works. xxxvi) ‘Bill of Quantities’/Price Schedule’ means the priced and completed bill

of quantities. XXXVII) ‘Project Manager’ means the person appointed from time to time by the

Contractor and notified in writing to the JKSPDC to act as the in-charge for the purpose of the Contract. The Project Manager shall have a minimum of 10 years’ experience in the related field, out of which at least 5 years’ experience shall be at executive level “in construction of Hydro Power Stations with allied Substations.”

CLAUSE-2 DUTIES AND POWERS OF ENGINEER-IN-CHARGE AND

ENGINEER-IN-CHARGE’S REPRESENTATIVE:

i) The Engineer-in-Charge shall carry out the duties specified in the Contract.

ii) The Engineer-in-Charge may exercise the authority specified in or necessarily to be implied from the Contract, provided however, that if the Engineer-in-Charge is required to obtain the specific approval from a Competent Authority before exercising any such authority, he will do so and convey the decision to the Contractor.

iii) The Engineer-in-Charge’s Representative will be appointed by and be

responsible to the Engineer-in-Charge and will carry out such duties and exercise such authority as may be delegated to him by the Engineer-in-Charge under Sub Clause (iv) of this Clause. He shall have no authority to relieve the Contractor of any of his duties or obligations under the Contract nor, except as expressly provided hereunder or elsewhere in the Contract, to order any work involving delay or any extra payment by the JKSPDC, nor to make any variation in the Works.

iv) The Engineer-in-Charge may, from time to time delegate to the Engineer-in-

Charge’s Representative any of the powers and authorities vested in the Engineer-in-Charge and he may at any time revoke such delegation. Any communication issued by the Engineer-in-Charge’s Representative to the Contractor in accordance with such delegation shall have the same effect as though it had been issued by the Engineer-in-Charge. Provided that:

a. any failure of the Engineer-in-Charge’s Representative to

disapprove any work or materials shall not prejudice the authority of the Engineer-in-Charge thereafter to disapprove such work or materials and to give instructions for the removal or for the rectification thereof.

b. If the Contractor questions any communication of the Engineer-

in-Charge’s Representative, he may refer the matter to the

Engineer-in-Charge who will confirm, reverse or vary the contents of such communication.

v) The Engineer-in-Charge may have any number of persons to assist the

Engineer-in-Charge’s Representative in carrying out of his duties. Such assistants shall have no authority to issue any instructions to the Contractor, except in so far as such instructions may be necessary to enable them to carry out their duties and to secure their acceptance of materials, plant, equipment and machinery or workmanship as being in accordance with the Contract, and any instructions given by any of them for those purposes shall be deemed to have been given by the Engineer-in-Charge’s Representative.

vi) Instructions given by the Engineer-in-Charge shall be in writing, provided that if for any reason the Engineer-in-Charge considers it necessary to give any such instruction orally, the contractor shall comply with such instruction. Confirmation in writing of such oral instruction given by the Engineer-in-Charge, whether before or after carrying out of the instruction shall be deemed to be an instruction within the meaning of this sub-clause. Provided further that if the Contractor, within seven days, confirms in writing to the Engineer-in-Charge any oral instructions of the Engineer-in-Charge and such confirmation is not contradicted in writing within seven days by the Engineer-in-Charge, it shall be deemed to be an instruction of the Engineer-in-Charge. The provisions of this sub-Clause shall equally apply to instructions given by the Engineer-in-Charge’s Representative and any assistants of the Engineer-in-Charge or the Engineer-in-Charge’s Representative pursuant to Sub-Clause (v).

CLAUSE-3 ASSIGNMENT OF CONTRACT The Contractor shall not, without the prior consent of the JKSPDC, assign the Contract or any part thereof, or any benefit or interest therein or there under, otherwise than by:

(i) a charge in favour of the Contractor’s bankers of any monies due or to become

due under the Contract, or (ii) assignment to the Contractor’s insurers (in cases where the insurers have

discharged the Contractor’s loss or liability) of the Contractor’s right to obtain relief against any other party liable.

CLAUSE-4 SUBLETTING:

(i) The Contractor shall not sublet the whole of the Works except where otherwise provided by the Contract; the Contractor shall not sublet any part of the Works without the prior written consent of the Engineer-in-Charge. However, any such consent shall not relieve the Contractor from any liability or obligation under the Contract and he shall be responsible for the acts, defaults and neglects of any sub-contractor, his agents, servants or workmen as fully as if they were the acts, defaults or neglects of the Contractor, his own agents, servants or workmen. Provided that the Contractor shall not be required to obtain such consent for :

a) The provision of labour, or

b) The purchase of materials which are in accordance with the standards specified in the Contract, or

Page 8 of 38 VOL I SECTION I I

c) The subletting of any part of the Works for which the sub-

contractor is named in the Contract. (ii) The Contractor shall furnish un-priced copies of the major sub-contracts

(costing more than Rs. 5.0 million) to JKSPDC, wherever these are executed. This action would, however, not involve JKSPDC in any complications arising between the Contractor and his sub-contractor(s) or any other liabilities. This action would also be without prejudice to the provision under this Clause.

(iii) In the event of a sub-contractor having undertaken the Contract in respect of the work executed or the goods, materials, plant, equipment and machinery or services supplied by such sub-contractor, any continuing obligation extending for a period exceeding that of the Defects Liability Period or its extension under the Contract, the Contractor shall at any time, after the expiration of such period, assign to the JKSPDC, the benefit of such obligation for the unexpired duration thereof.

CLAUSE-5: LANGUAGE(S) AND LAW:

i a) The Contract Documents shall be drawn up in English. All correspondence and documents relating to the Contract, exchanged by the Contractor and JKSPDC, shall be submitted in the prescribed form in English. All supporting documents and printed literature in connection with the Contract shall be preferably in English. In case the supporting documents and printed literature are in any other language, these shall be accompanied by an appropriate translation in English and in that case, for the purpose of interpretation, the English translation shall govern.

b) The governing law to which the Contract is to be subjected and according to which the Contract is to be construed shall be the Law for the time being in force in State of Jammu and Kashmir and within the jurisdiction of Courts of Jammu & Kashmir at Srinagar.

ii Documents Mutually Explanatory

Several documents forming the Contract are to be taken as mutually explanatory of one another, but in case of ambiguities or discrepancies, the documents shall take precedence in the order in which they are set out in the

CLAUSE-6: DRAWINGS:

i) After the award of Contract the supplier & purchaser will hold co-ordination meetings to finalize steps to be taken to implement the Contract including procedure for submission of drawings & approval thereof in such a manner & procedures which would bring out workable solution to step by step process.

ii) One copy of the approved drawings shall be kept by the Contractor on the site and the same shall, at all reasonable times be available for inspection and use by the Engineer-in-Charge and the Engineer-in-Charge’s Representative and by any other person authorized by the Engineer-in-Charge.

Page 9 of 38 VOL I SECTION I I

CLAUSE-7: CONTRACTOR’S GENERAL RESPONSIBILITIES:

The contractor shall with due care and diligence execute and complete the work and remedies and defects therein in accordance with the provisions of the contract. The contractor shall provide all superintendence, labour, material, plant, contractor’s equipment and all other things, whether of a temporary or permanent nature required in and for such execution, completion and remedying of and effects, so far as the necessity for providing the same is specified in or is reasonably to be inferred from the contract.

(i) Contractor to carry out Work with care and diligence. The Contractor shall, in accordance with the Contract and with due care and diligence, design, manufacture, assemble, test at manufacturer’s Works before dispatch, transport to site, store and preserve, assemble and erect, test and commission the Goods and carry out the Works within the Time for Completion. The Contractor shall also provide all necessary plant, equipment and machinery, superintendence, labour and all necessary facilities required for completion of works thereof.

(ii) Contractor Responsible for Stability and Safety of Site Operations.

The Contractor shall take full responsibility for the adequacy, stability and safety of all site operations and methods of execution, notwithstanding any approval by the Engineer-in-Charge. The Contractor shall provide, at his cost sufficient illumination, and around the place of work to the satisfaction of Engineer-in-Charge. Further, Contractor shall follow the safety precautions as covered in Section-VI of this Document.

(iii) Instructions and Orders in Site Order Book.

All instructions and orders given by the Engineer-in-Charge or his Representative at site are to be maintained in the Site Order Book and shall be taken to have been conveyed to the Contractor for his compliance.

(iv) Contractor’s Site Office.

The Contractor must have a site office to receive normal correspondence between 10.00 AM and 5 PM on working days and urgent correspondence at any time on all days.

(v) Shift Works

To achieve the required progress, the Work, may be required to be carried out round the clock. The time for completion and number of working days shall not be affected by the number of shifts each day. No extra amount on account of any shift work is payable to the Contractor. Whenever the work is carried out in shifts, notice to this effect shall be given by the Contractor to the Engineer-in-Charge regarding the details of Works he intends to carry out in shifts so that necessary supervision arrangements can be made.

Page 10 of 38 VOL I SECTION I I

(vi) Contractor to keep Site Clean

a) During the progress of the Works, the Contractor shall keep the site

reasonably free from all unnecessary obstructions and shall remove from site any of his plant, equipment and machinery, surplus material or temporary works, no longer required. The Contractor shall also keep the site clean, tidy and orderly at all times and remove from site any wreckage, rubbish, scrap, packing material etc. promptly.

b) In case the Contractor does not keep the area clean and if found

necessary to get the area cleaned, the Engineer-in-Charge shall issue a notice of forty eight hours to the Contractor. In the event of non-compliance by the Contractor, the Engineer-in-Charge shall get the area cleaned by some other agency. The cost of such cleaning shall be borne by the Contractor. In case of rubbish, accumulating due to deposition by more than one Contractor, the share of charges to be borne by the Contractors as indicated by the Engineer-in-Charge shall be final.

(vii) Clearance of Site on Completion

On the completion of the Works, the contractor shall clear away and remove from the Site all his plant, equipment and machinery, surplus materials, rubbish and Temporary Works of every kind, and leave the whole of the Site and Works clean and in a workman like condition to the satisfaction of the Engineer-in-Charge

(viii) Giving of Notices, Payment of Fees and Compliance with Statutes and Regulations etc.

a) Giving of Notices and Payment of Fees

The Contractor shall give all notices and pay all fees required to be given or paid under any National or State Statute, Ordinance, or other Law, or any regulation, or bye-law of any local or other duly constituted authority in relation to the execution of Works and by the rules and regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the Works.

b) Compliance with Statutes, Regulations etc.

The Contractor shall conform, in all respects, with the provisions of any such Statute, Ordinance or Law as aforesaid and the regulation or bye-law of any local or other duly constituted authority which may be applicable to the Works and with such rules and regulations of public bodies and companies as aforesaid and shall keep the JKSPDC indemnified against all penalties and liability of every kind for breach of any such Statute, Ordinance or Law, regulation or bye-law.

Page 11 of 38 VOL I SECTION I I

c) Statutory Obligations

If the cost to Contractor in the performance of the Contract shall be increased or reduced by reasons of the making, passing or promulgation of any law after 30 days prior to the latest date of submission of bids, in J&K or any order, regulation or by-law having the force of the law, the amount of such an increase or reduction shall be added to or deducted from the Contract Price as the case may be.

(ix) Opportunities for Other Contractors

(a) The Contractor shall, in accordance with the requirements of the Engineer-in-Charge, afford all reasonable opportunities for carrying out their Works to:

- any other Contractors employed by the JKSPDC, and workmen, and

- the workmen of the JKSPDC, and - the workmen of any duly constituted authorities who may be

employed in the execution on or near the Site of any work not included in the Contract or of any Contract which the JKSPDC may enter into in connection with or ancillary to the Works.

(b) The Contractor shall jointly use with other Contractors and the

JKSPDC, approach roads, access roads and adits, drainage and other facilities. The use of other Contractor’s facilities shall be coordinated by the Engineer-in-Charge between the Contractors, if required, for execution of the Works connected with the project. (Cost, if any, on this account shall be settled between the Contractors concerned).

The use of common facilities shall be coordinated by the Engineer-in-Charge through meetings of various parties. In case of any conflict, the decision of the Engineer-in-Charge in the matter shall be binding on all the parties.

(c) If any part of the Contractor’s work depends, for proper execution

or results, upon the work of any other Contractor, the Contractor shall inspect and promptly report in writing to the Engineer-in-Charge, any defects in such work that render it unsuitable for such proper execution and results. His failure to inspect and report shall constitute an acceptance of other Contractor’s work as fit and proper for the reception of his own work, except as to defects, which may develop in the other Contractor’s work after the proper execution of his own work.

(x) Packing

a) The Contractor shall provide such packing of the Goods as is

required to prevent their damage or deterioration during transit to the final destination as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling

Page 12 of 38 VOL I SECTION I I

during transit and exposure to extreme temperatures, humid and salt laden climate (where applicable) and precipitation during transit and open storage. Packing case size and weights shall take into consideration, the remoteness of the Goods’ final destination, the existing road condition and the absence of heavy handling facilities at all points in transit.

b) Project storage site

The Contractor shall submit instructions for packing, handling, marking, storage code and documentation within and outside the package for approval by the Engineer-in-Charge. The packing, handling, marking, storage code and documentation within and outside the package shall comply strictly with such instructions. These instructions can be modified/ changed at any time during the execution of works by the Engineer-in-Charge and Contractor shall comply with such instructions.

(xi) Delivery and Documents

a) Delivery of the Goods shall be made by the Contractor in

accordance with the terms specified in the Contract. The Contractor shall warrant that the goods supplied under the Contract are new, unused, of most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Contractor further warrants that the goods supplied under this Contract shall have no defect arising from design, materials workmanship, installation or erection or from any act of omission of the supplier that may develop under normal use of supplied goods in conditions available at site.

b) The Contractor shall carryout all the required tests at his works as

per approved Quality Assurance Plan. No material/goods shall be dispatched unless required shop tests have been performed and Material Dispatch Clearance Certificate (MDCC) has been issued by the Engineer-in-Charge after witnessing the tests.

c) The Contractor shall request the Engineer-in-Charge for issue of MDCC as under:

i) In case tests at works are not to be witnessed by JKSPDC,

Contractor shall carryout these tests through reputed and recognized test houses of India and submit the test certificates to Engineer-in-Charge along with request for issue of MDDC for that component.

ii) In case test at works are to be witnessed by JKSPDC, Contractor

shall submit test certificates to the Engineer-in-Charge after such inspection along with a request for issue of MDCC for that component.

Page 13 of 38 VOL I SECTION I I

iii) MDCC shall be issued within 15 (fifteen) days after the approval of test certificates.

The Contractor shall be responsible for arranging Import License

and Customs clearance (wherever required). The JKSPDC will assist the Contractor where required, in arranging Import License and Import Duty exemption certificate and obtaining clearance through the Customs. Any assistance that the JKSPDC can give to the Contractor shall be provided on a “no responsibility basis”.

(xii) Communication and Transport

The nearest connected railway station is Udampur and is connected to the site by a metalled road. The equipment is required to pass en-route through Jawahar Tunnel .The approximate weights and max. dimensions of the packages suitable for transportation are as follows:-

Through Tunnel En-route

1. Length = 2500 m 2. Width = 3.0 m

3. Height = 4.55 m

4. Weight = 40 Ton (metric)

In view of the restrictions imposed on transportation dimensions due to Jawahar Tunnels on Jammu Srinagar route the Contractor shall make all necessary arrangements in consultations with Beacon authorities

(xiii) Transportation and Storage/Preservation

(a) The Contractor is required under the Contract to undertake transportation of goods from FOB/Ex-works to Project Site including clearing, forwarding and handling at port of entry, storage and preservation at site, intermediate location (if any) and further transportation to work site, including handling wherever required. All necessary transportation equipment including lifting and handling equipment shall be provided and/or hired by the Contractor at his own cost.

(b) Where the Contractor is required to affect delivery under any other

terms, for example, by post or to another address, the Contractor shall be required to meet all the expenses until delivery on the site.

(xiv) Spare Parts & Consumables

(a) The Contractor shall carry sufficient inventories to assure ex-stock

supply of consumable such as gaskets, plugs, SF6 gas bottles, washers, bolts etc. Other spare parts and components shall be

Page 14 of 38 VOL I SECTION I I

supplied as promptly as possible but in any case within three months of placement of order.

(b) The Contractor may be required to provide any or all of the

following materials and notifications pertaining to spare parts manufactured or distributed by the Contractor.

i) Such spare parts as the JKSPDC may elect to purchase from the

Contractor, provided that its selection shall not relieve the Contractor of any warranty obligations under the Contract; and

ii) In the event of termination of production of the spare parts or

their distribution, by the Contractor, the contractor shall give;

- Advance notification to the JKSPDC of the pending termination, in sufficient time, to permit the JKSPDC to procure the needed requirements, and

- Following such termination, furnishing at no cost to JKSPDC,

the blue-prints, drawings, and specifications of the spare parts if and when requested.

(c) It shall be mandatory for the Contractor to specify the unit rates

and prices for the mandatory spare parts specified in the Schedule of Prices. The JKSPDC, however, reserve the right, during the execution of Contract, to vary the quantity of mandatory spare parts specified in the Schedule of Prices.

(xv) Quality Assurance

In order to ensure that the Goods to be supplied under this Contract and the civil works to be executed meet the specification requirements, the Contractor shall prepare a comprehensive quality assurance plan and submit the same within 30 days after commencement date of the Contract to the Engineer-in-Charge (Chief Engineer Generation Wing JKSPDC wing, Kashmir) for approval. Any national or International quality assurance certificates such as IS: 14000 series/ISO 9000 series obtained by the Contractor along with its validity period shall be stated.

CLAUSE-8 : CONTRACT AGREEMENT: The Contractor shall, when called upon to do so, enter into and execute a Contract Agreement in the Proforma (Annex-XII), with such modification as may be necessary. CLAUSE-9 : PERFORMANCE SECURITY:

(i) For the due performance of the Contract, the Contractor shall, within 30 (Thirty) days of receipt of notification of award but not later than the date of signing of the Contract Agreement, furnish to the JKSPDC, a performance security for an amount equivalent to 10 (ten) percent of the Contract Price. The cost of complying with the requirements of this Clause shall be borne by the Contractor, unless the Contract otherwise provides.

Page 15 of 38 VOL I SECTION I I

(ii) The performance security shall be in the form of an irrevocable Bank

Guarantee on the Proforma (Annex-III). The Bank Guarantee shall be in favour of the Executive Engineer, Generation Division USHP-II Kangan issued by any Nationalized /Scheduled Indian Bank.

(iii) The proceeds of the performance security shall be payable to JKSPDC as

compensation for any loss, resulting form Contractor’s failure to complete his obligation under the Contract.

(iv) The performance security shall be valid until 90 days after the date of issue of

Defects Liability Certificate. No claim shall be made against the performance security after the issue of the Defects Liability Certificate and the performance security will be discharged and returned to the Contractor thirty days after the Defects Liability Period.

(v) If the completion of last Defects Liability Period is extended due to the delays

attributable to the Contractor, he shall, at his own cost, get the validity period of Bank Guarantee extended. The Contractor shall furnish the extended revised Bank Guarantee one month before the expiry date of the Original Bank Guarantee or any extension thereof. In case the extended/revised Bank Guarantee is not received by JKSPDC within the specified period, the JKSPDC, entirely at its discretion, shall be at liberty to en cash the aforesaid Bank Guarantee.

CLAUSE 10: INSPECTION OF SITE:

(i) The Contractor shall be deemed to have inspected and examined the Site and its surroundings and information available in connection therewith and to have satisfied himself, as to

(a) the form and nature thereof

(b) the hydrological and climatic conditions

(c) the extent and nature of work, materials and water for construction necessary for the execution and completion of the Works and remedying of any defects therein, and

(d) the means of access to the Site and the accommodation he may require

and, in general, shall be deemed to have obtained all necessary information as to risks, contingencies and all other circumstances.

(ii) The Contractor shall be responsible for the interpretation of any data supplied

by the JKSPDC.

CLAUSE-11 : SUFFICIENCY OF BID:

The Contractor shall be deemed to have satisfied himself as to the correctness of the rates and prices stated in the Schedule of Prices, all of which shall, except in so far as it is otherwise provided in the Contract, cover all his obligations under the Contract and all matters and things necessary for the

Page 16 of 38 VOL I SECTION I I

proper execution and completion of the Works and remedying of any defects therein.

CLAUSE-12 : WORK TO BE IN ACCORDANCE WITH THE CONTRACT:

The Contractor shall execute and complete the Works and remedy any defects therein in strict accordance with the Contract to the satisfaction of the Engineer-in-Charge and shall comply with and adhere strictly to the Engineer-in-Charge’s instructions and directions on any matter whether mentioned in the Contract or not, touching or concerning the Works. The Contractor shall take instructions and directions only from the Engineer-in-Charge, or, subject to the limitations referred to in Clause-2 hereof, from the Engineer-in-Charge’s Representative.

CLAUSE-13: PROGRAMME TO BE FURNISHED:

(i) The Contractor shall within 30 days after the Commencement Date, submit to the Engineer-in-Charge, for his approval a detailed work programme in Primavera or Microsoft Projects along with 2 sets of CDs of same indicating the following:

(a) The order in which the Contractor proposes to carryout the Works (including design, manufacture, supply, erection, testing and commissioning) so as to complete the works within specified time schedule.

(b) The times when submission and approval of the Contractor’s

drawings are required (time frame for this shall conform to that set out under Clause-6 hereof).

(c) The times by which the Contractor requires the JKSPDC

- to furnish data/specification drawings, if any - to have completed any other associated Works

The approval by the Engineer-in-Charge of the programme shall not relieve the Contractor from any of his obligations under the Contract.

(ii) The programme shall cover activities on the site and procurement and delivery

activities and no material alteration to such programme shall be made without prior approval of Chief Engineer Generation Wing JKSPDC

(iii) The programme shall be in the form of a network diagram which shall show in

detail and in orderly sequence all activities, their descriptions, duration, and dependencies or precedence’s, necessary to the completion of the Works.

(iv) The Contractor shall base his programme on the completion times and periods

and other relevant Contract requirements and shall co-ordinate his programme with information given to him by the Engineer-in-Charge concerning the project programme and programme of other Contractors to be engaged on the site to the extent that this can be done within the framework of the periods and information available at the time.

Page 17 of 38 VOL I SECTION I I

(v) The Contractor shall, supply to the Engineer-in-Charge, at such times as he

may direct during the progress of the Works, such written particulars, photographs and information as are reasonably required by the Engineer-in Charge to enable a progress record to be maintained in respect of the Works.

(vi) The Contractor shall also submit a narrative report periodically with updated

analysis which shall include but not be limited to the description of the problem areas, current and anticipated, delaying factors and their impact and an explanation of the corrective actions taken or proposed.

CLAUSE-14 : CONTRACTOR’S SUPERINTENDENCE:

The Contractor shall provide all necessary superintendence during the execution of the Works and as long thereafter as the Engineer-in-Charge may consider necessary for the proper fulfilling of the Contractor’s obligations under the Contract. The Contractor, or a competent and authorize representative approved of in writing by the Engineer-in-Charge, which approval may at any time be withdrawn, shall give his whole time to the superintendence of the Works. Such authorized representative shall receive on behalf of the Contractor, instructions from the Engineer-in-Charge or subject to the provisions of Clause-2 hereof the Engineer-in-Charge’s Representative. If approval of the representative is withdrawn by the Engineer-in-Charge, the Contractor shall, as soon as is practicable, having regard to the requirement of replacing him as herein after mentioned, after receiving notice of such withdrawal, remove the representative from the Works and shall not thereafter employ him again on the Works in any capacity and shall replace him by another representative approved by the Engineer-in-Charge.

CLAUSE-15: CONTRACTOR’S EMPLOYEES:

(i) The Contractor shall provide on the Site in connection with the execution and the completion of the Works and the remedying of any defects therein;

(a) only such technical assistants as are skilled and experienced in their respective trades and such foremen and leading hands as are competent to give proper superintendence of the Works; and

(b) such skilled, semi-skilled and unskilled labour as is necessary for

the proper and timely fulfilling of the Contractor’s obligations under the Contract.

(ii) The Engineer-in-Charge shall be at liberty to object to and require the

Contractor to remove forthwith from the Works any person provided by the Contractor who in the opinion of the Engineer-in- Charge, misconducts himself, or is incompetent or negligent in the proper performance of his duties, or whose presence on the site is otherwise considered by the Engineer-in-Charge to be undesirable and such persons shall not be again allowed upon the Works without the written consent of the Engineer-in-Charge. Any person so removed from the Works shall be replaced as soon as possible by a competent substitute approved by the Engineer-in-Charge.

Page 18 of 38 VOL I SECTION I I

CLAUSE-16: SAFETY, SECURITY AND PROTECTION OF THE ENVIRONMENT:

The Contractor shall, throughout the execution and completion of the Works and the remedying of any defects therein;

(i) have all the regard for the safety of all persons entitled to be on the site and

keep the site (so far as the same is under his control) and the Works (so far as the same are not completed or taken over by the JKSPDC) in an orderly state appropriate to the avoidance of danger to such persons, and

(ii) provide and maintain, at his own cost all lights, guards, fencing, warning signs and watching, when and where necessary or required by the Engineer-in-Charge or his representative or by any duly constituted authority, for the protection of the machines, equipment, Works or for the safety and convenience of the public or others, and

(iii) take all reasonable steps to protect the environment on and off the site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods of operation, and shall preserve and protect all existing vegetation such as trees on or adjacent to the site which do not unreasonably interfere with the execution of the Works. The Contractor shall be held responsible for all unauthorized cutting of and damage to trees, by careless operation of his plant, equipment and machinery and stockpiling of materials etc. and the JKSPDC shall have no responsibility on this account.

CLAUSE-17: OBLIGATIONS OF THE JKSPDC:

(i) Access to and Possession of the Site The JKSPDC shall, in reasonable time grant the Contractor access to and possession of the site, which may, however, not be exclusive to the Contractor.

CLAUSE-18: LABOUR:

The Contractor shall make his own arrangements for the engagement of all labour, local or otherwise, and their payment, housing, feeding and transport. The contractor shall comply with all the relevant labour laws applicable to the contractor’s personnel including laws relating to their employment, health, safety, welfare and shall allow them all their legal rights. The contactor shall require his employees to obey all applicable laws, including those concerning safety at work. Further, the contractor should provide and maintain all necessary accommodation and welfare facility for the contractor’s personnel and shall not permit any of the contractor’s personnel to maintain any temporary or permanent living quarters within the structure forming part of the permanent works. The Contractor shall, deliver to the Engineer-in-Charge or Engineer-in-Charge’s Representative or at his office, a return in detail in such form and at such intervals as the Engineer-in-Charge may prescribe showing the

Page 19 of 38 VOL I SECTION I I

supervisory staff and the number of the several classes of labour from time to time employed by the Contractor on the site and such information in respect of the Contractor’s plant, equipment and machinery as the Engineer-in-Charge may require.

CLAUSE-19: INDEMNIFICATION

During the execution of the Capital Overhauling of the machine as envisaged in the scope of work, material required to be transported to the works site of firm’s workshop outside the state for which firm shall submit an indemnity bond pledged to Executive Engineer Generation Division USHP-II, Kangan for an amount equal to the cost of the material taken outside the state for refurbishment. The indemnity bond shall remain valid till the refurbished parts shall received back in Power house, USHP-II, Kangan, duly verified by concerned officer of JKSPDC

CLAUSE-20: WORKMANSHIP AND MATERIALS:

(i) Manner of execution The goods to be supplied shall be manufactured and all Works to be done shall be executed in the manner set out in the Contract. Where the manner of manufacture and execution is not set out in the Contract, the Work shall be executed in a proper and workman like manner in accordance with recognized good practice.

(ii) Covering up work The Contractor shall give the Engineer-in-Charge full opportunity to examine, measure and test any work on site which is about to be covered up or put out of view. The Contractor shall give due notice to the Engineer-in-Charge whenever such work is ready for examination, measurement or testing. The Engineer-in-Charge shall then, unless otherwise, notify the Contractor that he considers it unnecessary, without unreasonable delay carry out the examination, measurement or testing.

(iii) Uncovering work

If so instructed by the Engineer-in-Charge, the Contractor shall expose any parts of the works. The Contractor shall reinstate and make good such works to the satisfaction of the Engineer-in-Charge.

CLAUSE-21: INSPECTION AND TESTING:

(i) Independent Inspection The Engineer-in-Charge shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Purchaser. The Technical Specifications shall specify the inspection and tests required by Engineer-in-Charge. The Engineer-in-Charge may, delegate inspection and testing of contracted equipment or a part thereof to an independent Inspector and such independent Inspector shall be considered as

Page 20 of 38 VOL I SECTION I I

the Engineer-in-Charge’s Representative. Notice of such appointment shall be given by the Engineer-in-Charge to the Contractor.

(ii) Inspection and Testing During Fabrication/Manufacture of supply items

Any departmental representative or independent inspector nominated by Engineer-in-Charge shall be entitled during fabrication/manufacture to inspect, examine and test the materials and workmanship and check the progress of fabrication/manufacture of the Goods to be supplied under the Contract. This shall take place on the Contractor’s premises. If the Goods are being fabricated/manufactured on other premises, the Contractor shall obtain permission for the Engineer-in-Charge to carry out such inspection, examination and testing on those premises.

The contractor shall certify that his persons conducting the tests are qualified specialist on the subject matter of relevant tests.

No such inspection, examination or testing shall release the Contractor from any obligation under the Contract.

(iii) Dates for Inspection and Testing The Contractor shall give at least 21 days notice to the Chief Engineer, Generation wing his intention to carry out the tests. The Contractor shall agree with the Chief Engineer, Generation Wing Kashmir about the time and place for the testing of the Goods as provided in the Contract. The inspector nominated by Chief Engineer, Generation wing Kashmir shall give the Contractor at least 24 hours’ notice of his intention to attend the tests.

(iv) Facilities for Testing Where the Contract provides for tests on the premises of the Contractor or of any sub-contractor, the Contractor shall provide such assistance, documents, labour, materials, electricity, fuel, apparatus and instruments as may be necessary to carry out the tests efficiently.

(v) Rejection If, as a result of the inspection, examination or testing, the Engineer–in-Charge or his representative decides that any work is defective or otherwise not in accordance with the Contract, he may reject such work and shall notify the Contractor thereof immediately. The notice shall state the Engineer-in-Charge’s objections with reasons.

The Contractor shall then, with all speed, make good the defect or ensure that any rejected work complies with the Contract.

Page 21 of 38 VOL I SECTION I I

If the Engineer-in-Charge requires such Works to be re-tested, the tests shall be repeated under the same terms and conditions. All costs incurred for the repetition of the tests shall be borne by the Contractor.

CLAUSE-22: SUSPENSION OF WORKS, TRANSPORTATION OR ERECTION:

(i) Order to Suspend The Engineer-in-Charge or his representative may, at any time instruct the

Contractor to:

(a) Suspend progress of the Works, or

(b) Suspend transportation of the Goods, if fabricated/ manufactured at a place other than on the site, which are ready for transportation to the site at the time specified in the programme, or if no time is specified, at the time appropriate for it to be transported, or

(c) Suspend the erection of the Goods which have been delivered to

the site

The Contractor shall, during suspension, protect and secure the Works or Goods affected at the Contractor’s Works or elsewhere or on the site, as the case may be, against any deterioration, loss or damage.

(ii) Cost of Suspension

The additional cost, if any, incurred by the Contractor in protecting, securing and insuring the Works or the Goods in following the Engineer-in-Charge or his representative’s instructions under Sub-clause (i) of this Clause and in resumption of the Work, shall be added to the Contract Price. The Contractor shall not be entitled to be paid any additional costs if such suspension is necessary by reason of some default on the part of Contractor.

The Contractor shall not be entitled to additional costs unless he notifies the Engineer-in-Charge or his representative of his intention to make such claim, within 30 days after receipt of the order to suspend progress or transportation or erection.

(iii) Suspension Lasting more than 90 days

If suspension under Sub-Clause (i) of this clause has continued for more than 90 days, and the suspension is not due to Contractor’s default, the Contractor may, by written notice to the Engineer- in-Charge, request for permission within 30 days after the expiry of the above period to proceed with the Works.

If permission is not granted within that time, the Contractor may treat the suspension as an omission, of the section it affects or if the suspension affects the whole of the Works, as an abandonment of the Contract by the JKSPDC.

Page 22 of 38 VOL I SECTION I I

CLAUSE-23: TIME FOR COMPLETION, EFFECTIVE DATE AND

COMMENCEMENT DATE:

The Contract shall become effective on the date of issuing of Letter of Award/handing over of Machine for which details are as under:- S. No

Description

Qty

Time of completion

1. Capital Overhauling Of 35MW Unit-I including Spares required during Capital Overhauling of 35MW Unit-I as envisaged in Bid Document

Complete Job

120 Days from the date of

handing over of machines

2. Allied Works comprising of Civil and Electromechanical works.

Complete Job

90 days from the date of LOA

3. Procurement of Essential Spares for Upkeepment of Gates And Gearings.

Complete Job

30 days from the date of LOA

CLAUSE-24: LIQUIDATED DAMAGES FOR DELAY (NOT AS PENALTY)

If the Contractor fails to complete the Work as specified in Clause 23 hereof, the purchaser shall, without prejudice to its other remedies under the Contract, deduct the amount from running bills and also from deposits of the contractor due or which may become due to the Contractor, as liquidated damages (which is a genuine pre-estimate agreed by the parties hereto of the loss or damage which the purchaser would have suffered on account of delay without giving any proof of the loss or damages) a sum equivalent to 0.5% of the Contract price per week of delay or part thereof subject to a maximum of 5% of the Contract price. For spares, the penalty for delay in supply beyond the dates stipulated shall be 0.5 % of the price of undelivered spares per month or part thereof subject to maximum of 5% of the value of spares ordered. The payment or deduction of such damages shall not relieve the Contractor from his obligations to complete the works or from any of his obligations and liabilities under the Contract.

CLAUSE-25: PENALTY. Penalty shall be levied on the firm proportionate to discharge available and average generation from any machine in operation as per prevailing sale rate per unit on day to day basis for the delay period beyond 120 days from the date of handing over of machine to the firm.

CLAUSE-26: TESTS ON COMPLETION:

(i) Notice of Tests The Contractor shall give to the Engineer-in-Charge, fifteen days’ notice of the date after which he will be ready to make the Tests on completion hereinafter called the Tests. Unless otherwise agreed, the Tests shall take place

Page 23 of 38 VOL I SECTION I I

within fifteen days after the said date, on such day or days as the Engineer-in-Charge notifies the Contractor.

(ii) Time for Tests

If the Engineer-in-Charge fails to notify a time after having been asked to do so, or does not attend at the time and place notified, the Contractor shall again give Engineer Incharge 10 Days notice failing which the contractor shall be entitled to proceed with the Test in his absence and such tests shall be deemed to have been carried out in the presence of Engineer-in-Charge.

(iii) Delayed Tests

If the Tests are being unduly delayed by Contractor, the Engineer-in-Charge may, by a notice, require the Contractor to make the Tests within twenty one days after the receipt of such notice. The Contractor shall make the Tests on such days within that period as the Contractor may fix and of which he shall give notice to the Engineer-in-Charge.

If the Contractor fails to make the Tests within twenty one days, the Engineer-in-Charge may himself proceed with the Tests. All Tests so made by the Engineer-in-Charge shall be at the risk and cost of the Contractor and the cost thereof shall be deducted from the Contract Price. The Tests shall then be deemed to have been made in the presence of the Contractor and the results of the Tests shall be accepted as accurate.

(iv) Facilities for Tests on Completion

Except where otherwise specified, the Contractor shall provide, at his cost, such labour, materials, electricity, fuel, apparatus, and other necessary equipments as may be required to carry out the Tests.

(v) Re-Testing

If the Works or any section fails to pass the Tests, the Engineer-in-Charge may require such Tests to be repeated on the same terms and conditions. The costs on account of repetition of the Tests under this Sub-Clause or under Sub-Clause-28 (vii) hereof shall be borne by the Contractor.

(vi) Disagreement as to Results of Tests

If the Engineer-in-Charge and the Contractor disagree on the interpretation of the Test results, each shall give a statement of his views to the other within fourteen days after such disagreement arises. The statement shall be accompanied by all relevant evidence. In case of such disagreement, the decision of Chief Engineer, Generation Wing shall be final.

(vii) Consequences of Failure to Pass Tests on Completion If the Works or any section fails to pass the Tests on the repetition thereof under Sub-Clause (v) of this Clause, the Engineer-in-Charge shall be entitled to:

Page 24 of 38 VOL I SECTION I I

(a) order one further repetition of the Tests under the conditions of

Sub-Clause (v) of this Clause, or

(b) reject the Works or section in which event the contractor shall replace that part of work or section without any cost to the purchaser within reasonable time without affecting the completion schedule. Testing on this part of work or section shall be performed in the presence of Engineer-in charge or his representative as per procedure specified above.

(viii) Use by the JKSPDC

In considering the results of Tests carried out under Sub-Clauses –27 (iii), 27 (iv) and 28 (vii) hereof, the Engineer-in-Charge shall make allowances for the effect of any use of the Works by the JKSPDC on the performance or other characteristics of the Works.

(ix) Test Certificate

As soon as the Works or any section thereof has passed the Tests, a joint protocol shall be signed based upon which the Engineer-in-Charge shall issue a Certificate to the Contractor to that effect within seven days of signing the protocol and submission of all relevant documents.

CLAUSE-27: TAKING OVER:

(i) Taking over The Machine along with other allied works shall be taken over by the JKSPDC after successful commissioning of machine at different loads and machine shall run trouble free at least for 72 hours. However in respect of Allied Works, work shall be taken over by JKSPDC after relevant certificate in terms of quality of work shall be issued concerned AEE incharge.

(ii) Taking Over Certificate

The Contractor may apply to the Engineer-in-Charge for issue of a Taking Over Certificate not earlier than fourteen days before he proposes to carry out commissioning and acceptance tests on each equipment of the Power House.

The Engineer-in-Charge shall, within thirty days after the receipt of the Contractor’s application either:

(a) Issue the Taking Over Certificate to the Contractor stating the date

on which the Works were complete and ready for taking over, or

(b) Reject the application giving his reasons and specifying the work required to be done by the Contractor to enable the Taking Over Certificate to be issued.

If the Works are divided by the Contract into sections, the Contractor shall be entitled to apply for separate Taking Over Certificates for each such section.

Page 25 of 38 VOL I SECTION I I

(iii) Use before Taking Over The JKSPDC shall not use any part of the Works unless a Taking Over Certificate has been issued in respect thereof.

If nevertheless, the JKSPDC uses any part of the Works, that part which is used shall be deemed to have been taken over at the date of such use. The Engineer-in-Charge shall, on request of the Contractor, issue a Taking Over Certificate accordingly. If the JKSPDC uses any part of the Works before taking over, the Contractor shall be given the earliest opportunity of taking such steps as may be necessary to carry out the Test on Completion.

The Works shall not be deemed to have been taken over if they are not substantially in accordance with the Contract.

The provisions set out under Clauses-26 and 28 hereof shall apply as if the part had been taken over on the date it was taken into use.

(iv) Interference with Tests on Completion

If the Contractor is prevented from carrying out the tests on completion by a cause for which the Engineer-in-Charge or other Contractors employed by the JKSPDC are responsible, the JKSPDC shall be deemed to have taken over the Works on the date when the Tests on Completion would have been completed but for such prevention, the Engineer-in-Charge shall issue a Taking Over Certificate accordingly.

The Works shall not be deemed to have been taken over if they are not substantially in accordance with the Contract.

If the Works are taken over under this Clause, the Contractor shall, nevertheless, carry out the Tests on Completion during the Defects Liability Period. The Engineer-in-Charge shall require the Tests on Completion to be carried out by fourteen day’s notice and in accordance with the relevant provisions of Clause-29 hereof.

CLAUSE -28: DEFECTS AFTER TAKING OVER:

(i) Defects Liability Period

a) The expression “ Defects Liability Period” shall mean a period of 18 months from the date the Works are taken over under Clause-27 (i) hereof and the Taking Over Certificate is issued in accordance with Clause-27 (ii) hereof

b) Where any part of the Works is taken over separately, the Defects Liability Period for that part shall commence on the date it was taken over.

Page 26 of 38 VOL I SECTION I I

c) The defect liability period for each item of mandatory spare parts shall be 18 months after particular spare item has been put into operation.

(ii) Notice of Defects

If any defect appears or damage occurs during the defect liability period, the Engineer-in-Charge shall forthwith notify the Contractor thereof. However, delay or failure of the Engineer-in-Charge in notifying shall not relieve the Contractor from his liability for remedying the defects at his own cost.

(iii) Making Good Defects

Upon the receipt of such notice the Contractor shall be responsible for making good any defect in or damage to any part of the Works which may appear or occur during the Defects liability Period and which arises from either;

(a) any defective materials, workmanship or design, or (b) any act or omission of the Contractor during the Defects Liability

Period. The Contractor shall make good the defect or damage as soon as practicable but not later than 45 days and at his own cost.

(iv) Extension of Defects Liability Period

The provisions of this shall apply to all replacements or renewals carried out by the Contractor as if the replacement and renewals had been taken over on the date they were completed.

The Defects Liability Period for the Works shall be extended by a period equal to the period during which the Works can not be used by reasons of a defect or damage. If only a part of the Works is affected, the Defect Liability Period shall be extended only for that part.

(v) Failure to Remedy Defects If the Contractor fails to remedy a defect or damage within a time stipulated in clause 28(iii), the Engineer-in-Charge may fix a final time for remedying the defect or damage.

(a) If the Contractor fails to do so, the Engineer-in-Charge may carry out the work

himself or by others at the Contractor’s risk and cost. The costs actually incurred by the Engineer-in-Charge in remedying the defect or damage shall be recovered from any payments due or which may become due to the Contractor.

(vi) Removal of Defective Work

If the defect or damage is such that repairs cannot be expeditiously carried out on the site, the Contractor may, with the consent of the Engineer-in-Charge and after furnishing a proper security acceptable to the JKSPDC in case the

Page 27 of 38 VOL I SECTION I I

item is paid for, remove from the site, for the purposes of repair, any part of the Works which is defective or damaged.

(vii) Further Tests on Completion If the replacements or renewals are such that they may affect the performance of the Works, the Engineer-in-Charge may request that the Tests on Completion be repeated to the extent necessary. The request shall be made by notice within thirty days after the replacement of renewal. The Tests shall be carried out in accordance with Clause-26 hereof.

(viii) Right of Access Until the Final Certificate of Payment has been issued, the Contractor shall have the right of access to all parts of the Works and to records of the working and performance of the Works.

Such right of access shall be during the JKSPDC’s normal working hours at the Contractor’s risk and cost. Access shall also be granted to any duly authorised representative of the Contractor, whose name has been communicated in writing to the Engineer-in-Charge.

Subject to the Engineer-in-Charge’s approval, the Contractor may also, at his own risk and cost, make any tests which he considers desirable.

(ix) Defects Liability Certificate

When the Defect, Liability Period for the Works or any part thereof has expired and the Contractor has fulfilled all his obligations under the Contract for defects in the Works or that part, the Engineer-in-Charge shall issue, within ninety days, to the Contractor, a Defects Liability Certificate to that effect.

No certificate other than the Defects Liability Certificate referred to herein above shall be deemed to constitute approval of the Works.

(x) Exclusive Remedies The JKSPDC’s remedies under this Clause shall be in place of and to the exclusion of any other remedy in relation to defects whatsoever.

CLAUSE-29: VARIATIONS:

(i) The JKSPDC may make any variation in the form, quality or quantity of the Works or any part thereof or substitution for original specifications and instructions that may, in his opinion be necessary and for that purpose, or if for any other reason it shall, in his opinion be desirable, he shall have power to order the Contractor to do the following and the Contractor shall do the same;

a) Increase or decrease the quantity of any work included in the Contract,

Page 28 of 38 VOL I SECTION I I

b) Omit or substitute any such work, c) Change the drawings, designs specifications, character or quality or

kind of any such work, d) Change the levels, lines, positions and dimensions of any part of

the Works, e) Execute additional work of any kind necessary for the completion

of the Works, f) Change any specified sequence, method or timing of construction

of any part of the Works, g) Change method of despatch or packing, and h) Change the place of delivery.

No such variations shall in any way vitiate or invalidate the Contract. Any altered, additional or substituted work which the Contractor may be directed to do in the manner above specified as part of the Work, shall be carried out by the Contractor on the same conditions in all respects on which he agreed to do the main Work.

The contractor may also at any time propose variations of the Works to the Engineer-in-Charge.

(ii) Procedure to order variation

The Engineer-in-Charge shall notify the Contractor of the nature and form of the variation considered necessary. After having received such notice, the Contractor shall submit to the Engineer-in-Charge.

a) a description of work, if any, to be performed and a programme for

its execution, and b) the Contractor’s proposal for any modifications to the programme,

if considered necessary, and c) the Contractor’s proposals for adjustment to the Contract Price.

Following the receipt of the Contractor’s submission, the Engineer-in-Charge shall, decide as soon as possible whether or not the variation shall be carried out.

If the Engineer-in-Charge decides that the variation shall be carried out, he shall notify the Contractor to proceed with the variations. If the Engineer-in-Charge and the Contractor are unable to agree the adjustment of the Contract Price, the provisions of Sub-Clause (iii) of this Clause shall apply.

(iii) Disagreement on Adjustment of the Contract Price

If the Contractor and the Engineer-in-Charge are unable to agree on the adjustment of the Contract Price, the adjustment shall be determined in accordance with the rates specified in the Schedule of Prices.

No payment shall be made for the items of Work ordered to be omitted.

Varied items and additional items of Work which are not provided in the Schedule of Prices, shall be paid on the basis of actual expenditure relating to

Page 29 of 38 VOL I SECTION I I

that item including cost of materials, fabrication/machinery handling and installation at site plus 25% (twenty five percent) towards overheads including profits.

The price of varied items determined by the Engineer-in-Charge and approved by Chief Engineer, Generation Wing Kashmir shall be final and binding on the Contractor. No claim of the Contractor shall be entertained by JKSPDC in this regard.

(iv) Contractor to Proceed On receipt of the notification to proceed with the variations, the Contractor shall forthwith proceed to carry out the variation and be bound to these conditions in doing so as if such variation was stated in the Contract.

The work shall not be delayed pending the granting of an extension of the time for completion or an adjustment to the Contract Price under Sub-Clause (iii) of this Clause and the Contractor shall execute the varied work at the same terms and conditions provided in the Contract.

(v) Records of costs

In any case where the Contractor is instructed to proceed with a variation prior to the determination of the adjustment to the Contract Price in respect thereof, the Contractor shall keep records of the cost of undertaking the variation and of time expended thereon. Such records shall be open to inspection by the Engineer-in-Charge at all reasonable times.

CLAUSE-30: PAYMENT TERMS AND MODE OF PAYMENT: The terms of payment for various activities under the contract are as under :-

A. Capital Overhauling of the Unit I

(i) No Advance Payment shall be made (ii) 10% shall be made after complete dismantling of the unit (iii) 50% payment shall be made after receipt of complete repaired material

duly verified by the concerned AEE (iv) 30% payment shall be made on completion of work and complete re-

commissioning of the unit (v) Balance 10% of erection price component shall be paid after completion of

defect liability period i.e. 18 months from the date of re-commissioning of Unit and issuance of completion of defect liability certificate by Engineer Incharge.

(vi) Re-commissioning for the purpose of payment means satisfactory completion of erection, commissioning, checks and successful completion of site tests and continuous energization of equipment / material at rated voltage as per contract and also to the satisfaction / approval of Engineer Incharge.

Page 30 of 38 VOL I SECTION I I

B. Allied Works: (i) 90% payment shall be made after the completion of the allied works of

Civil/electromechanical in nature duly verified by concerned Asst. Executive Engineer.

(ii) Balance 10% payment shall be made after 12 months from the completion of the work

C. Spares: (i) 90% payment towards cost of material shall be paid on the receipt of material

at site duly verified by concerned Asst. Executive Engineer. (ii) Final 10% payment of essential spares shall be paid after completion of 12

months. ii) Transportation and Insurance Charges:- Transportation and insurance charges shall be paid to the contractor on the prorate

basis, as per the unit rates indicated in the allotment letter after receipt of machinery, equipment etc at site and presentation of the invoice along with the supporting document by the contractor. However, these charges will be subject to a limitation that the aggregate of all invoices does not exceed total amount indicated in the allotment letter.

CLAUSE-31: CURRENCIES FOR PAYMENTS: The Payments shall be made in Indian Rupees. CLAUSE-32: RISK AND RESPONSIBILITY:

i Allocation of Risks and Responsibility

The Risks of loss of or damage to physical property and of death and personal injury, which arise in consequence of the performance of the Contract, shall be allocated between the JKSPDC and the Contractor as follows:

(a) the JKSPDC : the JKSPDC’s Risks as specified in Sub-Clause (ii) below.

(b) the contractor: the Contractor’s Risks specified in Sub-Clause. (iii) below.

ii JKSPDC’s Risks The JKSPDC’s Risks are:

(a) loss or damage due to the use or occupation of the Works or any

part thereof by the JKSPDC; except as may be provided for in the Contract;

(b) loss or damage to the extent that it is due to the design of any part of the Works by the JKSPDC or those for whom the JKSPDC is responsible.

iii Contractor’s Risks:

The Contractor’s Risks are all risks other than those identified as the JKSPDC’s Risks.

Page 31 of 38 VOL I SECTION I I

CLAUSE-33: CARE OF THE WORKS AND PASSING OF RISK:

(i) Contractor’s Responsibility for the Care of the Works.

The Contractor shall be responsible for the care of the Works or any section thereof from the Commencement Date until the Risk Transfer Date applicable thereto under Sub-Clause (ii) of this Clause.

The Contractor shall also be responsible for the care of any part of the Works upon which any outstanding work is being performed by the Contractor during the Defects Liability Period until completion of such outstanding work.

(ii) Risk Transfer Date

The Risk Transfer Date in relation to the Works or a section thereof is the earliest of either:

(a) the date of issue of the Taking Over Certificate, or

(b) the date when the Works are deemed to have been taken over in accordance with Clause-27 hereof, or

(c) the date of expiry of the notice of termination when the Contract is

terminated by the JKSPDC in accordance with these Conditions.

(iii) Passing of Risk of Loss or of Damage to the Works The risk of loss or of damage to the Works or any section thereof shall pass from the Contractor to the JKSPDC on the Risk Transfer Date applicable thereto.

(iv) Loss or Damage Before Risk Transfer Date

Loss of or damage to the Works or any section thereof occurring before the Risk Transfer Date shall:

(a) to the extent caused by any of the Contractor’s risks, be made good forthwith by the Contractor at his own cost, and

(b) to the extent caused by any of the JKSPDC’s Risks, be made good by the Contractor at the JKSPDC’s expense if so required by the Engineer-in-Charge within thirty days of the occurrence of the loss or damage. The price for making good such loss and damage shall be in all circumstances reasonable and shall be agreed by the JKSPDC and the Contractor, or in the absence of agreement, the JKSPDC shall fix a reasonable price which shall be final and binding.

(c) (v) Loss or Damage after Risk Transfer Date

After the Risk Transfer Date, the Contractor’s liability in respect of loss of or damage to any part of the Works shall, except in the case of gross misconduct, be limited:

Page 32 of 38 VOL I SECTION I I

(a) to the fulfillment of the Contractor’s obligations under Clause-28

hereof in respect of defects therein, and (b) to making good forthwith loss or damage caused by the Contractor

during the Defects Liability Period. CLAUSE-34: DAMAGE TO PROPERTY AND INJURY TO PERSONS:

(i) Contractor’s Liability

Except as provided under Sub-Clause (iii) of this Clause, the Contractor shall be liable for and shall indemnify the JKSPDC against all losses, expenses and claims in respect of any loss of or damage to physical property, death or personal injury occurring before the issue of the last Defects Liability Certificate to the extent caused by;

(a) defective design, material or workmanship of the Contractor. (b) negligence or breach of statutory duty of the Contractor, his sub-

contractors or their respective employees and agents.

(ii) JKSPDC’s Liability The JKSPDC shall be liable for and shall indemnify the Contractor against all losses, expenses or claims in respect of loss of or damage to any physical property or of death or personal injury whenever occurring, to the extent caused by any of the JKSPDC’s Risks.

(iii) Accidents The Contractor shall be liable for and shall indemnify the JKSPDC against all losses, expenses or claims arising in connection with the death of or injury to any person employed by the Contractor or his sub-contractors for the purposes of the Works.

CLAUSE-35: LIMITATIONS OF LIABILITY:

(i) Liability after expiration of Defects Liability Period

The Contractor shall have no liability to the JKSPDC for any loss of or damage to the JKSPDC’s physical property which occurs after the expiration of the Defects Liability Period unless caused by gross misconduct of the Contractor.

(ii) Exclusive Remedies The JKSPDC and the Contractor intend that their respective rights, obligations and liabilities as provided for in these conditions shall alone govern their rights under the Contract and in relation to the Works. Accordingly, the remedies provided under the Contract in respect of or in consequence of:

a) any breach of Contract, or b) any negligent act or omission, or

Page 33 of 38 VOL I SECTION I I

c) death or personal injury, or d) loss or damage to any property

are to be to the exclusion of any other remedy that either may have against the other under the law governing the Contract or otherwise.

(iii) Mitigation of Loss or Damage

In all cases the party claiming a breach of Contract or a right to be indemnified in accordance with the Contract shall be obliged to take all reasonable measures to mitigate the loss or damage.

CLAUSE-36: RED MATERIAL

During the execution of capital Overhauling, the damaged parts/replaced parts of the machine (Scrap) shall remain property of JKSPDC and the contractor shall hand over such parts to concerned supervising officer of the JKSPDC after proper inventory.

CLAUSE-37: FORCE MAJEURE

(i) Definition of Force Majeure Force Majeure means any circumstances beyond the control of the parties, including but not limited to:

a) war and other hostilities, (whether war be declared or not),

invasion, act of foreign enemies, requisition or embargo;

b) rebellion, revolution, insurrection, military or usurped power and civil war;

c) Ionizing radiation or contamination by radio activity from any

nuclear fuel or from any nuclear waste from the combustion of nuclear fuel, radio-active toxic explosives, or other hazardous properties of any explosive nuclear assembly or nuclear components thereof;

d) Riot, commotion or disorder, except where solely restricted to

employees of the Contractor or of his sub-contractors.

e) Earthquake affecting Contractor’s work.

(ii) Effect of Force Majeure Neither party shall be considered to be in default or in breach of his obligations under the Contract to the extent that performance of such obligations is prevented by any circumstances of Force Majeure which arise after the date of the Letter of Award or the date when the Contract becomes effective, whichever is the earlier.

Page 34 of 38 VOL I SECTION I I

(iii) Notice of Occurrence If either party considers that any circumstances of Force Majeure have occurred which may affect performance of his obligations, he shall promptly notify the other party.

(iv) Performance to Continue Upon the occurrence of any situation of Force Majeure, the Contractor shall endeavor to continue to perform his obligations under the Contract so far as reasonably practicable. The Contractor shall notify the Engineer-in-Charge of the steps he proposes to take including any reasonable alternative means for performance which is not prevented by Force Majeure. The Contractor shall not take any such steps unless directed so to do by the Engineer-in-Charge.

(v) Termination in Consequence of Force Majeure

If circumstances of Forces Majeure have occurred and shall continue for a period of twelve months then, notwithstanding that the Contractor may by reason thereof has been granted an extension of Time for Completion of the Works, either party shall be entitled to serve upon the other 30 days’ notice to terminate the Contract. If at the expiry of the period of 30 days, Force Majeure shall still continue, the Contract shall be terminated.

(vi) Payment on Termination for Force Majeure

If the Contract is terminated under Sub-Clause (vi) of this Clause, the Contractor shall be paid the value of the work done.

The Contractor shall also be entitled to receive;

a) the amounts payable in respect of any preliminary items so far as

the work or service comprised therein has been carried out and a proper proportion, as certified by the Engineer-in-Charge, of any such item in which the work or service comprised has only been partially carried out,

b) the cost of materials or goods reasonably ordered for the Works or

for use in connection with the Works which have been delivered to the Contractor or of which the Contractor is legally liable to accept delivery. Such materials or goods shall become the property of JKSPDC when paid for by it and the Contractor shall place the same at the JKSPDC’s disposal,

c) the amount certified by the Engineer-in-Charge, being the amount

of any expenditures which in the circumstances was reasonably incurred by the Contractor in the expectation of completing the whole of the Works insofar as such expenditure shall not have been covered by any other payments referred to in this Sub-Clause.

Page 35 of 38 VOL I SECTION I I

(vii) The force majeure clause shall in no case include any strikes / bandhs or law and order situations.

CLAUSE-38: DEFAULT:

(i) Notice of Default If the Contractor is not executing the Works in accordance with the Contract or is neglecting to perform his obligations there under so as to seriously affect the carrying out of the Works, the Engineer-in-Charge or his representative may give notice to the Contractor requiring him to make good such failure or neglect.

(ii) Contractor’s Default

If the Contractor;

(a) has failed to comply, within a reasonable time, with a notice under Sub-Clause ( i ) of this Clause, or

(b) assigns the Contract or subcontracts the whole or part of the Works

without the JKSPDC’s written consent, or

(c) Becomes bankrupt or insolvent, has a receiving order made against him or compounds with his creditors, or carries on business under a receiver, trustee or manager for the benefit of his creditors or goes into liquidation.

The JKSPDC may, after having given seven days’ notice to the Contractor, terminate the Contract and expel the Contractor form the site. Any such expulsion and termination shall be without prejudice to any other rights or powers of the JKSPDC under the Contract. The JKSPDC may upon such termination, complete the Works itself or by any other Contractor.

(iii) Valuation at Date of Termination

The Engineer-in-Charge shall, as soon as possible after such termination, certify the value of the Works and all sums then due to the Contractor as at the date of termination in accordance with Clause-30 hereof.

(iv) Payment after Termination The JKSPDC shall not be liable to make any further payments to the Contractor until the Works have been completed and the Defects Liability Period is over. The JKSPDC shall be entitled to recover from the Contractor the extra costs, if any, of completing the Works after allowing for any sum due to the Contractor under Sub-Clause (iii) of this Clause. If there is no such extra cost, the JKSPDC shall pay any balance due to the Contractor.

(v) Effect on Liability for Delay

Page 36 of 38 VOL I SECTION I I

The Contractor’s liability under Clauses-24 and 25 hereof shall immediately cease when the JKSPDC expels him from the site without prejudice to any liability there under that may have already accounted.

CLAUSE 39- Price adjustment or variation

The prices for execution of entire works covered under the scope of the specification shall be quoted by the bidder in the manner specified in bidders price schedule. A contract price shall be considered firm and binding up to present assumed completion date.

CLAUSE-40: TAXES AND DUTIES:

The prices shall include all duties, levies and taxes that may be levied according to the Laws and regulation..

CLAUSE-41: OWNERSHIP:

i. Transfer of title in respect of Machinery and Equipment Supplied by the contractor to JKSPDC pursuant to the terms of the contract shall pass on J&KSPDC with negotiations of dispatch documents.

ii. This transfer of title shall not be constructed to mean the acceptance and the consequent “Taking Over” of equipment and material. The contractor shall continue to be responsible for quality and performance of such machinery, equipment and material and for their compliance with the specifications until “Taking Over” and fulfillment of guarantee provision of this contract

iii. The transfer of title shall not relieve the contractor from responsibility for all risks of loss or damage to machinery, equipment and material as specified under the insurance clause.

CLAUSE-42: ARBITRATION: In case the disputes are not resolved mutually in accordance with the terms of this order, the matter shall be referred for arbitration. The arbitrator shall be appointed by Managing Director JKSPDC, whose decision shall be final and binding on both the parties.

“The Arbitral Tribunal shall not have any right / jurisdiction to award any interest on claim which is determined by it in the arbitration proceedings conducted by the tribunal” CLAUSE-43: TERMINATION OF CONTRACT FOR JKSPDC’s CONVENIENCE:

(i) The Chief Engineer, Generation Wing Kashmir JKSPDC shall be entitled to terminate this Contract at any time for the JKSPDC’s convenience after recording sufficient reasons and getting approval from the relevant contract committee after providing the contractor an opportunity of being heard for which 30 days prior notice shall be given to the contractor by the Executive Engineer, in-charge project with a copy to the Engineer, in-charge..

(ii) In the event of such termination, the Contractor shall be paid by the JKSPDC as provided in Sub-Clause – 37 (vii) hereof.

Page 37 of 38 VOL I SECTION I I

CLAUSE-44: JOINT VENTURES:

If the Contractor is a joint venture or consortium, all partners of the joint venture shall be jointly and severally liable to the JKSPDC for the execution of the entire Contract in accordance with its terms.

CLAUSE-45: LIABILITY PERIOD: The final payment by the purchaser in pursuance of the contract shall mean the release of the contractor from all his liabilities under the contract. Such final payments shall be made only at the end of defect liability period and till all such time all the contractual liabilities and responsibilities of the contractor shall prevail. All other payments made under the contract shall be treated as on account payments. CLAUSE-46: PERIODIC PROGRESS REPORT:- During the progressive stages of the work in pursuance of contract the contractor shall at his own cost submit periodic progress reports as may be reasonably required by Engineer in charge or his representative with all relevant charts networks, Photographs test certificates etc. such progress reports shall be in the form and size as may be required by the Engineer Incharge and shall be submitted in triplicate. CLAUSE-47: DEMURRAGE, WHARFAGE ETC:- All demurrage, wharfage and other expenses incurred due to delayed clearances of the material or any reason shall be on account of the contractor, CLAUSE-48: MANUALS: The contractor shall furnish five sets of the bound copies of erection, commissioning and operation maintenance manuals giving detailed instructions procedures and precautions for all the equipments to be purchased. The manuals shall be specific to the equipment supplied and the work carried out and not of general nature. Five sets of these manuals shall be supplied with each set of equipment /work.

Page 38 of 38 VOL I SECTION I I

SECTION III

BID PROFORMS

ANNEXURES

Vol I Section III

ANNEXURES

CONTENTS

ANNEX NO. TITLE PAGE NO.

I PROFORMA OF BID (FOR TECHNICAL BID) 1

IA PROFORMA OF BID (FOR PRICE BID) 3

II PROFORMA FOR BANK GUARANTEE FOR BID SECURITY 5

III PROFORMA FOR BANK GUARANTEE FOR PERFORMANCE SECURITY 6

IV

PROFORMA FOR BANK GUARANTEE FOR ADVANCE PAYMENT (ON A NON-JUDICIAL STAMP PAPER OF THE

REQUISITE VALUE)

7

V SCHEDULE OF TARIFF 9

VI PROFORMA FOR REQUIREMENT FOR POWER LOAD 10

VII PROFORMA FOR REQUIREMENT OF SPACE FOR STORAGE, COLONIES 11

VIII PROFORMA FOR INDEX / INDICES FOR PRICE ADJUSTMENT FORMULA FOR

FOREIGN INPUT 12

IX PROFORMA FOR APPLICATION OF PAYMENT 13

X INDEMNITY BOND 14

XI PROFORMA FOR AGREEMENT / MEMORANDUM OF UNDERSTANDING 16

XII PROFORMA FOR CONTRACT AGREEMENT 18

XIII DECLARATION 22

XIV TECHNICAL TERMS & CONDITIONS 23

XV COMMERCIAL TERMS & CONDITIONS 24

XVII WORK COMPLETION SCHEDULE 25

XVIII QUALIFICATION REQUIREMENT DETAILS 26

Vol I Section III

XIX PROFORMA FOR JOINT VENTURE AGREEMENT 27

XX PROFORMA FOR LIST OF EQUIPMENT TOOLS & TACKLES 30

XXI PROFORMA FOR BOUGHT OUT/SUB CONTRACTED ITEMS 31

XXII PROFORMA FOR ADDITIONAL INFORMATION 32

XXIII PROFORMA FOR KEY PERSONAL PROPOSED FOR THE PROJECT 33

XXIV PROFORMA FOR ORGANISATIONAL CHART 34

XXV PROFORMA FOR GUARANTEE DECLARION 35

Vol I Section III

ANNEX - I

PROFORMA OF BID (FOR TECHNICAL BID)

: Tender Notice No. : From :

To :

Sub: Bid for __________________________ (Description of works) Dear Sir, With reference to Bidding Documents under your letter No. ______ dated

__________, we, the undersigned, having examined the Bidding Documents including corrigenda/addenda for the execution of the above named Work, offer to execute and complete the whole of the Works in conformity with the said Bidding Documents.

We confirm that the Bid Security amounting to___________________________________________________ (in words and in figures) in the form of _______ as prescribed in Clause 1.17 of the “Information & Instructions" has been submitted.

We confirm that our Bid shall remain valid for one hundred eighty (180) calendar

days and the Bid Security shall remain valid for a period of two hundred and ten (210) calendar days from the date of opening of Tenders.

We undertake, (if our bid is accepted), to commence and to complete the whole of the

works comprised in the contract within the time specified by JKSPDC in the Bidding Documents.

We further confirm that in the event the Bid is accepted, we shall furnish

performance security in accordance with Clause 1.36 of the “Information & Instructions" towards successful performance of the contract and shall execute the Contract Agreement in accordance with Clause 1.37 of the “Information & Instructions".

VOL I SECTION - BID FORMS

Page 1of 37

Unless and until a formal Contract Agreement is executed, this Bid, subsequent correspondences together with the Letter of Award of JKSPDC shall constitute a binding Contract between us and JKSPDC.

We understand that JKSPDC is at liberty not to accept the lowest Bid Price. We also understand that JKSPDC is at liberty not to accept any or all Bids and JKSPDC is at liberty to negotiate with Bidder(s) at any stage.

Dated this day of 20 . (Signature and Full Name)

Title (affix seal here) Firm's address: Telephone: Telex: Cable Address: Fax: Witness

(Signature and Full Name)

Vol I Section V Page 2

ANNEX - IA

PROFORMA OF BID (FOR PRICE BID) (Refer Clause 1.13, Section – I Volume I)

Tender : Tender Notice No. : From : To :

Sub: Bid for __________________________

(Description of works) Dear Sir, With reference to Bidding Documents your letter No. ______ dated __________, we,

the undersigned, having examined the Bidding Documents including corrigenda/addenda for the execution of the above named Work, offer to execute and complete the whole of the Works in conformity with the said Bidding Documents for the sum of ____________(in words & figure).

We are enclosing herewith the Bid Security amounting to __________ (in

words and in figures) in the form of _______ as prescribed in Clause 1.17 of the “Information & Instructions".

We confirm that our Bid shall remain valid for one hundred eighty (180) calendar

days and the Bid Security shall remain valid for a period of two hundred and ten (210) calendar days from the date of opening of Techno-Commercial Bid.

We undertake, if our bid is accepted, to commence and to complete the whole of the

works comprised in the contract within the time specified by JKSPDC in the Bidding Documents.

We further confirm that in the event the Bid is accepted, we shall furnish

performance security in accordance with Clause 1.36 of the “Information & Instructions" towards successful performance of the contract and shall execute the Contract Agreement in accordance with Clause 1.37 of the “Information & Instructions”.

Unless and until a formal Contract Agreement is executed, this Bid, subsequent

correspondences together with the Letter of Award of JKSPDC shall constitute a binding Contract between us and JKSPDC.

We understand that JKSPDC is at liberty not to accept the lowest Bid Price. We also understand that JKSPDC is at liberty not to accept any or all Bids and JKSPDC is at liberty to negotiate with Bidder(s) at any stage.

Vol I Section V Page 3

Dated this day of 20 . (Signature and Full Name)

Title (affix seal here) Firm's address: Telephone: Telex: Cable Address: Fax: Witness

(Signature and Full Name)

Vol I Section V Page 4

ANNEX – II

PROFORMA FOR BANK GUARANTEE FOR BID SECURITY (Refer Clause 1.17.3, Section I Volume I)

To

The Accounts Officer

With Chief Engineer, Generation Wing Kashmir,

JKSPDC, PDD Complex, Bemina, Srinagar (J&K)

WHEREAS, (Name of the Bidder)_________________ (hereinafter called "the BIDDER") has submitted his bid dated __________________for (Name of Contract) ____________________(hereinafter called "the Bid"). KNOW ALL men by these presents we (Name of Bank)______________ of (Name of Country) _________________ having our registered office at ____________(hereinafter called "the Bank") are bound unto the Accounts Officer, With Chief Engineer, Generation WIng Kashmir, PDD Complex, Bemina, Srinagar (J&K) in the sum of ______________ for which payment well and truly to be made to the JKSPDC, the Bank binds himself, his successors and assigns by these presents. SEALED with the Common Seal of the said Bank this day of 20_____ THE CONDITIONS of this obligation are; i) If the Bidder withdraws his Bid during the period of bid validity specified in the

Proforma of Bid; or ii) If the Bidder having been notified of the acceptance of his Bid by the JKSPDC during

the period of bid validity;

a) fails or refuses to execute the Proforma of Agreement in accordance with the Instructions to Bidders, if required; or

b) fails or refuses to furnish the Performance Security, in accordance with the

Instructions to Bidders. We undertake to pay to the Accounts Officer, with Chief Engineer, Generation Wing Kashmir up to the above amount upon receipt of its first written demand, provided that in its demand the Accounts Officer, with Chief Engineer, Generation Wing Kashmir will note that amount claimed by it is due to it owing to the occurrence of one or both conditions, specifying the occurred condition or conditions. This Guarantee will remain in force up to and including the date 210 days after the closing

date of submission of bids as stated in the Information and Instructions and any demand in

respect thereof should reach the Bank not later than the above date. DATE……………. AUTHORISED SIGNATORY OF THE

BANK WITNESS……….. SEAL……………. Signature, Name and Address)

Vol I Section V Page 5

ANNEX – III

PROFORMA FOR BANK GUARANTEE FOR PERFORMANCE SECURITY (Refer Clause 1.36, Section – I Volume I)

To

The Accounts Officer, With Chief Engineer, Generation Wing Kashmir, PDD Complex, Bemina, Srinagar (J&K).

WHEREAS (Name and Address of Contractor)…………………….. (herein after called “the

Contractor”) has undertaken, in pursuance of Contract No.……………….. dated…….……..

to execute (Name of Contract and Brief Description of Works)………….(hereinafter called

“the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall

furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as

security for compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE, we hereby affirm that we are the Guarantor and responsible to you, on

behalf of the Contractor, up to a total of……………........... (Amount of Guarantee) in words

and figure……………… to be inserted by the Guarantor, representing the percentage of the

Contract Price, specified in the Contract, and we undertake to pay you, upon your first written

demand and without cavil or argument, any sum or sums within the limits of …….........

[Amount of Guarantee] as aforesaid without your needing to prove or to show grounds or

reason for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before

presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the

Contract or of the Works to be performed there under or of any of the Contract documents

which may be made between you and the Contractor shall in any way release us from any

liability under this guarantee, and we hereby waive notice of any such change, addition or

modification.

This guarantee is valid until the date 30 days after issue of the last Defects Liability

Certificate.

SIGNATURE AND SEAL OF THE GUARANTOR

Name of Bank Address Date

Vol I Section V Page 6

ANNEX – IV

PROFORMA FOR BANK GUARANTEE FOR ADVANCE PAYMENT (ON A NON-JUDICIAL STAMP PAPER OF THE REQUISITE VALUE)

(Refer Clause 33 (i), Section – II Volume I)

1. In consideration of the Jammu & Kashmir Power Development Corporation

(JKSPDC) (which expression shall unless repugnant to the subject or context include

its administrators, successors and assigns), (hereinafter called the Principal) having

agreed to make advance payment to (Name and full address of the

Contractor)….(hereinafter called “the Contractor(s)”), (Which expression shall unless

repugnant to the subject or context or meaning thereof include its successors,

administrators, executors and permitted assigns), whose bid for (Name of the

Contract)……has been accepted and to whom the acceptance of the bid has been

communicated by a letter of Award and who is required to execute a formal

agreement on conditions of productions of a Bank Guarantee for (amount both in

figures and words)……………………………………...

We, the………………… (Any nationalized/scheduled Bank of India licensed to do

business in India by Reserve Bank of India) (Hereinafter referred to as “the Bank”) do

hereby undertake, promise and guarantee payment to the Principal on demand all the

amount advanced by the Principal to the said Contractor.

2. The Bank Further agrees that:

i) The Principal shall have the fullest liberty without affecting in any way the

liability of the Bank under the Guarantee or Indemnity, from time to time, to vary any

of the terms and conditions of the said Contract or to extend time for performance by

the said Contractor or to postpone for any time and from time to time any of the

powers exercisable by it against the said Contractor and either to enforce or forbear

from enforcing any of the terms and conditions governing the said Contract or the

securities available to the Principal and the Bank shall not be released from its

liability under these presents by any exercise by the Principal of the Liberty with

reference to the matters aforesaid or by reason of time being given to the said

Contractor or any other forbearance, act or omission on the part of the Principal or

any indulgence by the Principal to the said Contractor or of any other matter or thing

whatsoever which under the law relating to sureties would but for this provision have

the effect of a releasing the Bank from its such liability.

ii) These presents shall be governed by and construed in accordance with

J&K Laws.

Vol I Section V Page 7

iii) The Bank hereby declares that it has the power to issue this Guarantee and the

undersigned has full power to do so.

iv) It shall not be necessary for the Principal to proceed against the Contractor

before proceeding against the Bank Guarantee herein contained shall be

enforceable against the Bank, notwithstanding any other security which the

Principal may have obtained or obtain from the Contractor, shall at the time

when proceedings are taken against the Bank hereunder, be outstanding or

unrealized.

v) The Guarantee herein contained shall remain in full force and effect, during

the period that would be taken for the performance of the terms and conditions

of the said Contract, Letter of Award and the Agreement which is to be

executed as aforesaid and that it shall continue to be enforceable until the

completion of delivery of goods at site.

3. The Bank lastly undertakes not to revoke this Guarantee until………

Dated the ………. Day of …….20…..

Here affix the Common Seal of the

Bank for ….Bank ltd.

Vol I Section V Page 8

ANNEX - V

SCHEDULE OF TARIFF

The tariff under “Commercial Category” of Electricity Tariff of Power Development Department J & K shall be applicable to the Contractor’s Establishment. The tariff is reproduced hereunder:-.

Metered Non-Domestic Tariff Energy Charges

Single Phase Slab of Units (Rs/Kwh) Upto 100 u/m 1.50 101 to 200 u/m 1.60 above 200 u/m 2.30 Three Phase For all units 2.65 Fixed Charges (Rs. / KW / month)

Load (in KW) to be rounded off to the next 1/2 kW for the purpose of application of Fixed Charges. (Example: 0.25 KW to be charges as 0.5 KW and 1.2 KW to be charged as 1.5 KW and so on.) Single Phase 30 Three Phase 70 Particular Un-Metered Non-Domestic Tariff Flat Rate Charges (Rs. / month) Upto 1/4 kW 140.00 above 1/4 kW upto 1/2 kW 350.00 above 1/2 kW upto 1 kW 700.00 Rs. 900 /kw or part thereof for every kW above 1 kW but less than 5 kW Rs. 900 /kw or part thereof for every kW above 5 kWs Approved Tariff 22% Electricity Duty shall be chargeable extra.

Any changes in the energy rate and rules during the Contract period in respect of the energy consumed for the execution of works, Contractor’s Office and Residential colonies shall be to the account of the Contractor.

For and on behalf of Bidder

(Name and Designation of the Authorized Signatory with Company seal)

WITNESS (With Name & Designation) 1. 2.

Vol I Section V Page 9

ANNEX-VI

PROFORMA FOR REQUIREMENT FOR POWER LOAD

S.No Location / Purpose

Load Requirement in kW

Expected Time Schedule Remarks

Total

For and on behalf of Bidder

(Name and Designation of the Authorised Signatory with Company seal)

WITNESS (With Name & Designation) 1. 2.

Vol I Section V Page 10

ANNEX – VII

PROFORMA FOR REQUIREMENT OF SPACE FOR STORAGE, COLONIES,

OFFICES ETC.

S. No Description Space Requirement in m2

Expected time schedule Remarks

1 Space for storage of equipment a) Outdoor b) Indoor

2 Space for construction of Colonies, Offices etc.

3 Total requirement of space

For and on behalf of Bidder

(Name and Designation of the Authorised Signatory with Company seal)

WITNESS (With Name & Designation) 1. 2.

Vol I Section V Page 11

ANNEX – VIII

PROFORMA FOR INDEX / INDICES FOR PRICE ADJUSTMENT FORMULA FOR FOREIGN INPUT

Sl.# Component Currency of Index/ Indices

Details and Sources of

Index / Indices

Base Value and Date*

1 Labour

2 Materials

* The bidder shall state value of index / indices ruling on the date thirty days prior to the latest date of submission of bid.

For and on behalf of Bidder

(Name and Designation of the Authorised Signatory with Company seal)

WITNESS (With Name & Designation) 1. 2.

Vol I Section V Page 12

ANNEX-IX

PROFORMA FOR APPLICATION OF PAYMENT Project:-

Name of The contract:-

Contract Value:-

Application Serial No:-

To, __________________________ __________________________ __________________________

1. Pursuant to the above referred contract No:-___________ dated:-________the undersigned hereby applies for the payment of the sum__________________________________________(Specific amount and currency in which claim is made).

2. The above amount is on account of (Tick whichever applicable) • Intial Advance. • Interim payment as advance. • Progressive payment against dispatch of equipment. • Progressive payment against receipt of equipment at site. • Progressive payment against erection /dismantling • Ocean freight & marine insurances. • Inland Transportation. • Price adjustment. • Extra Works not specified in contract. • Other(Specify) • Final Payment.

3 The payment claimed is as per item(s) No(s)_____________ of payments scheduled annexed to the above mentioned contract.

4. The application consists of the of this page, a summary of claims statement of the following signed achedule.

• ___________________________________________________________________________

• ___________________________________________________________________________

• ___________________________________________________________________________

The following documents are also enclosed:-

• ____________________________________________________________________

• ____________________________________________________________________

• ____________________________________________________________________

Sig of Contractors

Authorised Signatory

Application for payment will be made to “Engineer” to be designated for this purpose at the time of award of the

Contract.

Vol I Section V Page 13

ANNEX – X

INDEMNITY BOND

THIS INDEMNITY BOND is made this day______________ by ___________________ _________________________________________, a company incorporated under the ____________________________ having its Registered Office at ________________ ___________________________________________________________________________ (hereinafter called as “Contractor” or “Obligee” which expression shall include its successors and permitted assigns) in favour of Chief Engineer, Generation Wing Kashmir and having its Project site at Ganderbal (J&K)(hereinafter called “JKSPDC” which expression shall include its successors and assigns): WHEREAS JKSPDC has awarded to the Contractor a Contract for ___________ ___________________ of Equipment and materials of___________________ ___________ vide its Letter of Award/Contract No.__________________________ _________________ (hereinafter called the “Contract”) in terms of which JKSPDC is required to hand over various equipment to the Contractor for execution of the Contract. And WHEREAS by virtue of the said Contract, the Contractor is required to execute an Indemnity Bond in favour of JKSPDC for the Equipment handed over to it by JKSPDC for the purpose of performance to the Contract/Storage, Preservation, Erection portion of the contract (hereinafter called the “Equipment”). AND THEREFORE, This Indemnity Bond witnessed as follows:

1. That in consideration of various Equipment as mentioned in the Contract, valued as per attached schedule to be handed over to the Contractor in installments from time to time for the purpose of performance of the Contract, the Contractor hereby undertakes to indemnify and shall keep JKSPDC indemnified, for the full value of the Equipment. The Contractor hereby acknowledges actual receipt of the initial installment of the Equipment etc. as per details in the Schedule appended hereto. Further, the Contractor agrees to acknowledge actual receipt of the subsequent installments of the Equipment etc. as required by JKSPDC in the form of Schedules consecutively numbered which shall be attached to this Indemnity Bond as to form integral parts of this Bond. The Contractor shall hold such Equipment etc. in trust as a “Trustee” for and on behalf of JKSPDC.

2. That the Contractor is obliged and shall remain absolutely responsible for the safe

transit/protection and custody of the Equipment at JKSPDC Project site against all Contractor’s risks whatsoever till the Equipment are duly used/erected in accordance with the terms of the Contract and the plant/package duly erected and commission in accordance with the terms of the Contract is taken over by JKSPDC. The Contractor undertake to keep JKSPDC harmless against any loss or damage that may be caused to the Equipment.

3. The Contractor undertake that the Equipment shall be used exclusively for the

performance/execution of the Contract strictly in accordance with its terms and conditions and no part of the equipment shall be utilized for any other work or purpose whatsoever. It is clearly understood by the Contractor that non-observance of the obligations under this Indemnity Bond by the Contractor shall inter-alia constitute a criminal breach of trust on the part of the Contractor for all intents and purpose including legal/penal consequences.

Vol I Section V Page 14

4. That JKSPDC is and shall remain the exclusive Owner of the Equipment free

from all encumbrances, charges or liens of any kind, whatsoever. The Equipment shall at all times be open to inspection and checking by Engineer-in-Charge/his representative or any other employees of JKSPDC authorized by him in this regard. Further, JKSPDC shall always be free at all times to take possession of the Equipment in whatever form the Equipment may be, if in its opinion, the Equipment are likely to be endangered, misutilised or converted to use other than those specified in the Contract, by any acts of omission or commission on the part of the Contractor or any other person or on account of any reason whatsoever and the Contractor binds himself and undertakes to comply with the directions or demand of JKSPDC to return the Equipment without any demur or reservations.

5. That this Indemnity Bond is irrevocable. If at any times any loss or damage

occurs to the Equipment or the same or any part thereof if misutilised in any manner whatsoever, then the Contractor hereby agrees that the decision of the Engineer-in-Charge/his representative as to assessment of loss or damage to the Equipment shall be final and binding on the Contractor. The Contractor binds itself and undertakes to replace the lost and/or damaged Equipment at its own cost and/or shall pay the amount of loss to JKSPDC without any demur, reservation or protest. This is without prejudice to any other right or remedy that may be available to JKSPDC against the Contractor under the Contract and under this Indemnity Bond.

6. That any loss or damage as stipulated in Clause-40, Section-II, Volume-I of Bid

document of the equipment and the material during transit, storage, handling, erection, testing, commissioning & operation and maintenance till the end of defect liability period at any stage shall be Contractor’s responsibility and the replacement of the damaged equipment shall be entirely at Contractor’s costs irrespective of the amount and time of receipt of any claim by the Contractor.

And in consideration of the provision of the Letters of Award/Contract No._______________________________________________, the Contractor has the obligation to insure the equipment until the Defect Liability Period. Therefore, the Indemnity Bond shall apply absolutely irrespective of the amount and time of receipt of any claim.

7. NOW THE CONDITION of the Bond is that if the Contractor shall duly and punctually comply with the terms and conditions of this Bond to the satisfaction of JKSPDC, THEN, the above Bond shall be void, but otherwise, it shall remain in full force and virtue.

IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorized representative under the common seal of the Company, the day, month and year first above mentioned.

Vol I Section V Page 15

ANNEX – XI

PROFORMA FOR AGREEMENT / MEMORANDUM OF UNDERSTANDING

(On Non-Judicial Stamp Paper of Appropriate Value)

This agreement / Memorandum of Understanding (MoU) has been entered into on………day of…………………………………… BETWEEN (Name of Bidder), a company incorporated in …………………… and having its registered office at…………………..………………herein referred to as…….……………… ………………………. (which expression shall unless it be repugnant to the context or meaning thereof shall mean and includes its successors and assigns). Of the first Part AND (Name of Manufacturer), a company incorporated in ……………………………………. and having its registered office at…………..………………………………….…………………… herein referred to as ……………………………………………………….(which expression shall unless it be repugnant to the context or meaning thereof shall mean and include its successors and assigns). Of the Second Part WHEREAS

1 (Name of Bidder) has been awarded the Contract Package No._____________by Chief Engineer, Generation Wing Kashmir herein referred to as ‘JKSPDC” which expression shall unless it be repugnant to the context or meaning thereof shall mean and include its successors and assigns).

2 (Name of Manufacturer) has represented that they will supply the (Name of Equipment) through (Name of Bidder) to JKSPDC with responsibility for performance of the contract for the design, engineering, manufacture, testing before dispatch, transportation, insurance, handling, storage and preservation, erection, testing and commissioning at the sites of installation for (name of equipment).

3 (Name of manufacturer) will fulfill the warranty obligations of (Name of equipment) and commit itself for supply of spares and servicing of the………………. as and when required by JKSPDC in future after the fulfillment of warranty obligation of the Contractor to JKSPDC.

4 (Name of Manufacturer) has gone through the Contract documents as furnished by (Name of Bidder) and confirms that they have knowledge of the provisions of the Contract including the Scope of Work stipulated therein with

Vol I Section V Page 16

respect to Sl. No. 2 and 3 above and that they are agreeable to carry out the work in conformity with the obligations and requirements as per the Contract.

5 For the performance of the contract, (Name of Manufacturer) confirms that they have all the requisite technical expertise, experience, knowledge and the required infrastructure. (Name of Manufacturer) further confirms that they have fully equipped shop facility backed up with adequate resources like plant, equipment, testing facilities and personnel enabling design, engineering manufacture, shop testing, supply of equipment as per contract specification and schedule and shall deploy personnel for supervision of erection, testing and commissioning at the site of works.

NOW IT IS HEREBY AGREED AS FOLLOWS: a) That (Name of Bidder) and (Name of Manufacturer) agrees and undertakes

that the progress of the scope of work shall be maintained at all times as per the agreed schedule under the contract.

b) That the Bidder and Manufacturer shall be liable jointly and severally to the JKSPDC for the execution of the Contract in accordance with Contract terms.

c) That the Parties shall not disclose information, documents, drawings, understanding etc. or any confidential matters / information in relation to these presents to any third party without mutual consent.

d) That this understanding shall be valid till the warranty obligation of (Name of Bidder) and (Name of Manufacturer) and beyond that the MoU shall be binding on (Name of Manufacturer) for supply of spares and services to JKSPDC directly without reference to (Name of Bidder).

IN WITNESS WHEREOF the Bidder and Manufacturer have herein to set their respective hands through their authorized representatives under the common seal of the company, the day, the month and year herein above mentioned.

For and on behalf of Manufacturer (Name and Designation of the Authorized Signatory with Company seal)

For and on behalf of Bidder

(Name and Designation of the Authorized Signatory with Company seal)

WITNESS (With Name & Designation) WITNESS (With Name & Designation)

1.

1.

2. 3. 3.

2.

Vol I Section V Page 17

ANNEX – XII

PROFORMA FOR CONTRACT AGREEMENT

CONTRACT AGREEMENT NO-_____

THIS AGREEMENT IS MADE on this………day of……………..………, BETWEEN the Governor of Jammu & Kashmir through Jammu & Kashmir Power Development Corporation (hereinafter called JKSPDC) of the one part and ______(Name of the Company/Firm/Society) registered under Indian Companies/Societies Act. having its registered office at -------------------- (hereinafter called “the Contractor”) of the other part.

WHEREAS the JKSPDC is desirous that Goods and Services contained in the Package designated as Contract Package in the Bidding Documents viz. “Turnkey package for Design, Engineering, Manufacture, Supply, Transportation to project site, insurance, storage, handling at site, unloading, Erection, Testing and Commissioning, of new 1x1.5MW Horizontal unit, 1 No 2MVA 3Ø Power Transformers along with accessories including other equipments envisaged in the tender should be provided and has by a Letter of Award No. ---------------------- accepted the offer submitted by the Contractor for the supply of Goods and carrying out the Services.

NOW THIS AGREEMENT WITNESSETH as follows: 1 In this agreement, words and expressions shall have the same meaning as are

respectively assigned to them in the Conditions of the Contract hereinafter referred to. 2 The following documents shall be deemed to form and be read and construed as part

of this Agreement, viz.:

i) This Contract Agreement No. -------------- ii) The Letter of Award issued under JKSPDC letter No. -----------------------------

---

iii) The Additional Conditions of Contract contained in Volume - I of the Bidding Documents after carrying out modifications.

iv) The General Conditions of Contract contained in Volume - I of the Bidding

Documents after carrying out modifications.

v) The Technical Specifications contained in Volume - II of the Bidding Documents after carrying out modifications.

vi) The Price Schedules finalized based on the offer submitted by Name of the Contractor vide their letter No. --------------------

vii) The offers submitted by Name of the Contractor vide their letter no. -----------

Vol I Section V Page 18

viii) The Model Rules for Health & Sanitary Arrangement for the Contractor’s

workmen contained in Volume-I of the Bidding Documents.

ix) The Contractor’s Labour Regulations contained in Volume-I of the Bidding Documents.

x) The Safety Precautions contained in Volume-I of the Bidding Documents.

xi) The Information and Instructions contained in Volume-I of the Bidding

Documents after carrying out modifications.

3. In addition to above, the following correspondence exchanged between JKSPDC & M/S ________ (Name of the contractor) on various aspects of the officer shall also form part of Contract.

a. ________________________________________________________ b. ________________________________________________________ c. ________________________________________________________ d. _________________________________________________________ e. and so on

3 The aforesaid documents shall be taken as complementary and mutually explanatory

of one another, but in case of ambiguities or discrepancies, shall take precedence in the order set out under Para 2 above.

4 In consideration of the payment to be made by the “JKSPDC” to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the JKSPDC to execute and complete the Works and remedy defects if any, therein in conformity, in all respects with the provisions of the Contract.

5 The Contract Price in respect of this Contract shall be Rs-----------------(Rupees in words )

6 The JKSPDC hereby covenants to pay the Contractor, in consideration of the execution and completion of the Works, the Contract Price at the time and in the manner prescribed by the Contract.

7 The documents specified under Para’s 2 and 3 above shall be designated as under: 8.1 Contract Agreement No. -----------------

i) Contract Agreement No. ----------------- ii) Letter of Award: ------------------- iii) Correspondence between Chief Engineer Generation wing ,Kashmir and the

Contractor indicated under S.No.3, Vol I Section V Page 19

8.2 Contract Agreement No.___________________

i) Information and Instructions ii) General Conditions of the Contract iii) Additional Conditions of the Contract iv) Project Features v) Model Rules for Health & Sanitary Arrangements for Contractor’s Workmen. vi) Contractor’s Labour Regulations. vii) Safety Precautions. viii) Annex – With the Bidding document

Contract Agreement No. ________________

8.4 Contract Agreement No. ___________________(Documents of Technical Specifications___________ Volumes) 8.5 Contract Agreement No._________________(Documents of Price Schedules______________ Volumes) 8.6 Contract Agreement No.

Commercial/Technical Details contained in Name of the Contractor’s offer. Contract Agreement No. __________________(Price Schedules

8.7 Contract Agreement No.________________(Documents of specification drawings) IN WITNESS whereof the parties have hereunto set their respective hands on the day and year first written above.

SIGNED & DELIVERED

For and on behalf of Name of the Contractor

For and on behalf of Governor of Jammu & Kashmir,

Name Designation & Address ________________________________ ________________________________ ________________________________

Name Designation & Address of the authorized Signatory

Vol I Section V Page 20

Authorized Signatory In the presence of two witnesses 1. 2.

Authorized Signatory In the presence of two witnesses 1. 2.

1. Name Designation & Address

1. Name Designation & Address

2. Name Designation & Address

2. Name Designation & Address

Vol I Section V Page 21

ANNEX – XIII

DECLERATION

(To be executed on a non judicial stamp paper of Rs.10.00 with a revenue stamp of Rs.2 affixed) Name of the Tenderer___________________________________________ Tender No:- ___________________________

In consideration with of JKSPDC having treated the tenderer to be an eligible person

whose tender may be considered ,the tenderer agrees to the conditions laid in the bidding

document and that the proposal in response of the above invitation shall not be withdrawn

within 180 days(or any extension thereof) from the date of opening of the tender, also to the

condition that if here after the Tenderer does withdraw his proposal within the said period

,the earnest money deposited by the tenderer may be forfeited to JKSPDC and at the

discretion of the purchaser, the purchaser may debar the tenderer for tendering for a

minimum period of one year reckoned after the date of opening of the tenders.

For and on behalf of Bidder

(Name and Designation of the Authorized Signatory with Company seal)

WITNESS (With Name & Designation)

1.

2.

Vol I Section V Page 22

ANNEX – XIV

Technical Terms & Conditions

To

The Chief Engineer, Generation Wing, PDC – Bemina Dear Sir, Subject: Confirmation for “No Deviation” in technical specifications with their Terms &

Conditions of Tender No. _______________

We hereby confirm that tendered material /equipments/machinery shall be conforming

to various requirements of relevant ISS/Specification/orders /GTP/ Bid Document and as per

design and drawing approved without any deviation thereof.

(Signature)…………………………..

Date: Name : ………………………………

Place: Designation : ……………………….

Common Seal ………………………

Vol I Section V Page 23

ANNEX – XV

Commercial Terms & Conditions

To The Chief Engineer, Generation Wing, PDC – Bemina Dear Sirs,

Subject: Confirmation for “No Deviation” in Commercial Terms & Conditions of Tender

No:-____________________

We hereby confirm that there is no deviation in commercial terms and conditions

stipulated in the bidding documents and we are agreed to adhere the same strictly.

(Signature)…………………………..

Date: Name : ………………………………

Place: Designation : ……………………….

Common Seal ………………………

Vol I Section V Page 24

ANNEX-XVIII

Work Completion Schedule Bidders Name & Address:

To

The Chief Engineer, Generation Wing, PDC – Bemina Dear Sirs,

We hereby confirm that the following Work Completion Schedule shall be followed by

us in supply, erection and commissioning of the equipments and completion of works as

detailed.

S. No. Stage Period in months 1. Commencement Within two months from the date of

receipt of work order. 2. Completion of supply, erection, testing

and commissioning of ordered work.

Eighteen months thereafter at the following rate. Time Progressive

quantum of work executed in terms of contract value

In 50% of completion time period

40% of contract value

In 75% of completion time period

70% of contract value

In 100% of completion time period

100% of contract value

(Signature)…………………………..

Date: Name : ………………………………

Place: Designation : ……………………….

Common Seal ………………………

ANNEX-XIX

Qualification Requirements Details:

Works executed during last three years

S.

No. Description of

work Work order Stipulated

completion period

Date of commencement

Date of Completion

Work actually executed as per completion

certificate (Amt. in Rs. lacs)

Remarks

No. & Date

Amount (Rs. in lacs)

Prior to

During

After

1 2 3 4 5 6 7 8 9 10 11

Total Note: 1) Copy of each work order, G-Schedule & Completion report be enclosed. 2) Completion Report must be certified by any Technical Officer only, not below the rank

of Ex. Engineer and should also be duly attested by Notary Public. 3) Furnishing of the completion report of each of work executed specially indicating he

amount. Thereof is essential as the qualification of the bidder shall be determined on the basis. The work experience shall not be counted on account of non furnishing of such documents.

(Signature)…………………………..

Date: Name : ………………………………

Place: Designation : ……………………….

Vol I Section V Page 26

ANNEX – XX

PERFORMA FOR JOINT VENTURE AGREEMENT PERFORMA FOR JOINT VENTURE AGREEMENT BETWEEN _______________________________ AND _________________________________ FOR TENDER NO:-________________ OF _________________; This joint venture agreement executed on this day of_________20__between M/S ____________________a company incorporated under the laws of ___________ and having its registered office at ________________________(herein called the “Lead Partner “which expressions shall include its successors, executors and permitted assigns).

M/S_______________________________ a company incorporated under the laws of ___________ and having its registered office at ________________________ (herein called the “Partner “which expressions shall include its successors, executors and permitted assigns)

and M/S____________________a company incorporated under the laws of ___________ and having its registered office at ________________________(herein called the “Partner”

which expressions shall include its successors, executors and permitted assigns) for the purpose of making a bid and into a contract (in case of award) against the Tender Package

No:-______________ for 3rd Unit MHEP Pahalgam( as envisaged in the Bidding document)of JKSPDC incorporated under the companies act of 1956 having its registered

office at ___________________ (herein called as purchaser/owner). Whereas the Purchaser invited Bids as per the Tender No:-_________________ for Design , Manufacture,

Supply,errection,Testing and commissioning etc. of equipment stipulated in the Bidding Document under the Package of Turnkey package for Design, Engineering, Manufacture, Supply,

Transportation to project site, insurance, storage, handling at site, unloading, Erection, Testing and Commissioning, of new 1x1.5 MW Horizontal unit, 1 N0 2MVA 3Ø Power Transformers along with

accessories including other equipments, items envisaged in the tender. AND WHEREAS Volume I of the bidding document stipulates that a Joint Venture of Two or more qualified firms as partners meeting the requirement reproduces as under:-

i) The Proforma for Bid, and in case of successful Bidder, the Proforma of Agreement shall be signed by all the partners so as to be legally binding on all partners.

ii) The partner who has the requisite experience as given in the clause 1.2.2 of this section shall be nominated as Lead Partner and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all partners;

iii) The Lead Partner shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners and the entire execution of the Contract including payments shall be done exclusively with the Lead Partner;

iv) All partners shall be liable jointly and severally for the execution of the Contract in accordance with the Contract terms, and a statement to this effect shall be included in the authorization mentioned under (ii) above as well in the Proforma for Bid and in the Proforma of Agreement (in case of successful bidder);

v) A copy of the Joint Venture agreement entered into by all partners stating clearly the financial and physical stake of each partner shall be submitted with

Vol I Section V Page 27

the bid. This agreement shall not be materially different from the draft agreement submitted with the Bidder's application for purchase of Bidding Documents.

NOW THIS INDENTURE WITNESSED AS UNDER:-

1. In consideration of the award of contract by the Purchaser to the Joint Venture partners we, the partners to the Joint Ventures agreement do hereby agree that M/S____________________ shall act as the Lead Partner and further declare and confirm the we shall jointly and severally be bound to the purchaser for successful performance/completion of services envisaged in the contract.

2. In case of any breach of the said contract by the lead partner or other partner(s) of the joint venture agreement, the partners including the lead partner do hereby agree to be fully responsible for the successful performance of the contract and do carry out all the obligations and responsibilities under the contract in accordance with the requirement of the contract.

3. Further, if the Purchaser suffers any loss or damage on account of any breach in the contract or any shortfall in the performance of then equipment in meeting the performance guaranteed as per the specifications in the Bidding Document, the partners of these presents undertake to promptly make good such loss or damage caused to the purchaser, on its demand without any demur. It shall not be necessary or obligatory for the purchaser to proceed against lead partner to these present before proceeding against or dealing with the other partner(s)

4. The financially liability of the Partner of this Joint Venture agreement to the purchaser, with respect to any of the claims arising out of performance or non performance of the obligation set for the in the said Joint Venture agreement, read in conjunction with the relevant conditions of the contract shall, however not be limited in any way 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 the responsibilities and obligations of each partner shall be as delineated (To be appended suitably by the Partners) to this joint venture agreement. It is further agreed by the partners that the above sharing of the responsibilities and obligations shall not in any way be a limitation of joint and several responsibilities of the Partners under this contract.

6. The Joint Venture agreement shall be construed and interpreted in accordance with the Laws of J&K and the Courts in Srinagar shall have the exclusive jurisdiction in the matters arising there under.

7. In Case of Award of Contract, we the Partners to the Joint Venture agreement do hereby agree that we shall be jointly and severally responsible for furnishing a contract performance security from a bank(acceptable to the purchaser) in favour of the purchaser for a value of 10% of the contract price in the currency/currencies of the contract.

8. In is further agreed that the Joint Venture agreement shall be irrevocable and shall form an integral part of the contract and shall continue to be enforceable till the purchaser discharges the same. Its hall be effective from the date first mentioned above for all purposes and intents.

Vol I Section V Page 28

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

1. Common Seal___________ FOR LEAD PARTNER Has been affixed in my/our presence Pursuant to Board of Directors Resolution dated:-____________ Sig of authorized representative Sig:- Name: - Name:- Desig: - Desig:- Seal:-

2. Common Seal___________ FOR OTHER PARTNER Has been affixed in my/our presence Pursuant to Board of Directors Resolution dated:-____________ Sig of authorized representative Sig:- Name: - Name:- Desig: - Desig:- Seal:-

WITNESS: 1.______________________ 2.___________________ (Signature) (Signature) Name___________________ Name:-_______________ Address:-________________ Address:-_____________

Vol I Section V Page 29

ANNEX – XXI

PERFORMA FOR LIST OF EQUIPMENT TOOL & TACKLES TENDER NO:-_____________ To The Chief Engineer, Generation Wing, Kmr PDC. Dear Sir, We hereby declare that we have sufficient machinery equipment tool and tackles for successful

completion of the project. The details of which are given as under:-

S.No: Item Description. Specifications Quantity ____ _____________________________ ________________ _______________ 01. 02. 03. 04. 05. 06. 07. Yours faithfully, Authorized Signatory Dated:_____________ Designation Seal. Place:_____________

Vol I Section V Page 30

ANNEX – XXII

PERFORMA FOR BOUGHT OUT/SUB CONTRACTED ITEMS The Chief Engineer, Generation Wing PDC, Bemina Srinagar. Dear Sir, We hereby furnish the details of the items / Sub-assemblies; we propose to buy for the purpose of

successful completion of the project.

S.No: Item Description. Qty. proposed be Source of Supply Brought / Sub Contracted ____ _____________________________ ________________ _______________ 01. 02. 03. 04. 05. 06. 07. Yours faithfully, Authorized Signatory Dated:_____________ Designation Seal. Place:_____________

Vol I Section V Page 31

ANNEX – XXIII

PERFORMA FOR ADDITIONAL INFORMATION To The Chief Engineer Generation Wing PDC, Bemina Srinagar. Dear Sir, We have enclosed with our proposal the following additional information for “Tender No:-

____________”

S.No: Brief Description of Inf. Ref. & Page No. _____ _________________________________________ _________________ Yours faithfully, Date Authorized Signatory, Place Designation Seal

Vol I Section V Page 32

ANNEX – XXIV

PERFORMA FOR KEY PERSONAL PROPOSED FOR THE PROJECT Tender No:-____________________

S #

Full Name Designation Qualification Experience Home Address

Official Address

Contact Numbers

Email Specimen Signature

For and on behalf of Bidder

(Name and Designation of the Authorized Signatory with Company seal)

Vol I Section V Page 33

ANNEX – XXV

PERFORMA FOR ORGANIZATIONAL CHART Tender No:-____________________

S No

Full Name Designation Qualification Experience Home Address

Official Address

Contact Numbers

Email Specimen Signature

Note:- The person/persons signing the Tender must enclose the attested copy of Power

of Attorney for signing the tenders.

For and on behalf of Bidder

(Name and Designation of the Authorized Signatory with Company seal)

Vol I Section V Page 34

ANNEX – XXVI

PERFORMA FOR GUARANTEE DECLERATION

Bidder's Name & Address: To

The Chief Engineer (Generation Wing PDC) JK SPDC Srinagar J&K

India. Dear Sir, Dear Sirs,

We declare that the ratings and performance figures of the various equipments furnished by us for the Project (Tender No :-______________) are guaranteed. We further declare that in the event of any deficiencies in meeting the guarantees in respect of the characteristics mentioned in GTP, Volume II as established after conducting the factory test, you may at your discretion, reject or accept the equipment after assessing the liquidated damages as specified in relevant clause of Bid Document. Date: (Signature) ................................... Place: (Printed Name) ...........................

(Designation) .............................. (Common Seal) ...........................

Vol I Section V Page 35

Bidding Document For

PACKAGE No:- JKSPDC / USHP-II Kangan PRICE SCHEDULES

(Volume II)

Tender No: -USHP-II/GD/02 of 2016 Dated:29-10-2016

C O N T E N T S

VOLUME – II

PRICE SCHEDULES

INSTRUCTIONS FOR FILLING OF PRICE SCHEDULE

PRICE SCHEDULES

VOLUME-II

PRICE SCHEDULES

PACKAGE No:- JKSPDC / USHP-II Kangan/GD/02 of 2016

Instruction for filing up Price Bid Schedules. The bidder before filling up the Price Schedule will read keenly and carefully the below given instructions to avoid the ambiguities.

1. The bidder must asses and ascertain the rates to ensure that rates, quoted for all items are reasonable. Quoting unreasonable

rates having striking incompatibility with the market value must be totally avoided.

2. In case the bidder intends to provide any item of material / on no cost or intends to execute any item on no cost he must

write “free of cost” against that particular item in the column meant of quoting the value but must enter the quantity in

full precisely as per the relevant quantity schedule .Similarly if the bidder has covered the cost of any specific item in any

other item to bidder after recording the quantity must write as “including in item No. ______” in the column meant for

value against that item.

3. Bidder in any case must not modify/amend any of the price bid format by deletion mergering or incorporation of column /

rates but must give his response in respect of every individual column / row as per instructions requirement without any

minor distortion or deviation.

4. The bidder must not leave any item of material Schedule / Erection Schedule un-entered in his bid, as same as per norms

shall be loaded as per the highest quoted rates amongst all the offers.

5. The bidder must ensure that quantity as per the relevant schedule is entered against every item and corresponding

calculations of value / taxes are done carefully to avoid Arithmetical errors.

6. The bidder shall also ensure that total of each column / taxes of every schedule has been recorded correctly.

7. The bidder must quote every item of material as per the specifications attached with that item and in no case the bidder

should quote for the alternative specifications as same will attract the loading as per the highest offered rates.

8. The bidder should in no case use phrases / terms like “NIL” “NA” & “Extra” etc in any place in the bid, but must strictly

adhere to the instructions laid down in the instant instructions for filling up of the price bid. Alteration in the terminology

shall not be accepted.

9. The bidder must also examine and understand the clauses of Volume 1 i.e. Information & Instruction/General Terms and

Conditions.

10. The bidder must ensure that every page of Price Bid including the instructions sheet and the Index sheet is signed by the

authorized signatory.

11. Bidders must quote for entire scope of the work as a whole including all applicable taxes / duties / levies calculated item

wise, in the price bid. .

12. Bidders must go through all the terms and conditions given in Volume I of the tender document in addition to the

instructions given herein – before, before filling up the price bid to avoid ambiguities and rejection of the bid thereof.


Recommended