Upload
hadien
View
238
Download
2
Embed Size (px)
Citation preview
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
NTPC LTD.
BIDDING DOCUMENT
FOR
Extension of existing workshop and construction of New Shed, Inspection Pits at NTPC MGR Workshop Yard, construction
Of Foot Over Bridges in-plant and at Loading Yard and Other ancillary works for NTPC Kahalgaon STPP,
VOLUME – I
SECTION 1 NIT & INSTRUCTIONS TO BIDDERS SECTION 2A GENERAL CONDITIONS OF CONTRACT SECTION 2B SPECIAL CONDITIONS OF CONTRACT SECTION 3 TECHNICAL SPECIFICATIONS SECTION 4 DRAWINGS
SECTION 5 LETTER OF BID, QUALIFICATION AND OTHER INFORMATION PROFORMA
TENDER NO. RITES/PO-LKO/NTPC/KSTPP /Doubling/Workshop & FOB -R1
RITES LTD. (A Govt. Of India Enterprise)
13-KM, Stone, NH-24 Lucknow-Sitapur Road, Lucknow – 227208
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
SE CTION- 1
NOTICE INV ITING TENDE R A ND
INS TRUCTI ONS TO B I DD ERS
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
RITES LIMITED (A Govt. of India Enterprise)
PROJECT OFFICE
13KM stone, NH-24 Main Lucknow – Sitapur road,
Lucknow-227208
NOTICE INVITING TENDER
Tender Notice No.: RITES/PO-LKO/NTPC/KSTPP/Doubling/Workshop & FOB -R1 dated 09.4.2010
Sealed open Tenders are invited for and on behalf of NTPC for “Extension of
existing workshop and construction of New Shed, Inspection Pits at NTPC MGR
Workshop Yard, construction of Foot Over Bridges in-plant and at Loading Yard
and other ancillary works for NTPC Kahalgaon STPP, Kahalgaon , Distt.
Bhagalpur State Bihar
Earnest Money: Rs.6,13,000.00 , Completion Period: 10 months, Tender Available on sale from 15.4.2010 Submission of Tenders: 14.5.2010 up to 15:00hrs, cost of Tender Documents: Rs. 7500.00 For details regarding eligibility requirements etc. the bidders may contact Sr.DGM (C) RITES Ltd., Lucknow at the above address & Telephone No. 0522-2734895, Fax No. 0522-2734893 or may visit RITES website www.rites.com.
Group General Manager (Projects) For and on behalf of NTPC Ltd.
Under redeemable power of attorney
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
RITES LIMITED (A Govt. of India Enterprise)
PROJECT OFFICE
13KM stone, NH-24 Main Lucknow – Sitapur road,
Lucknow
NOTICE INVITING TENDER AND INSTRUCTIONS TO BIDDERS
(Domestic Competitive Bidding)
Tender Notice No. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop &FOB-R1 dated 09.4.2010
1.0 GENERAL
1.1 Type of Tender
Item Rate Tenders in two packet system are invited by RITES Ltd., a
Public Sector Undertaking under the Ministry of Railways, acting for
and on behalf of NTPC Ltd. as an Agent and redeemable Power of
Attorney Holder.
1.2 Brief Scope of work
(a) Supplying, fabrication, erecting and Painting of all steel work for
extension of existing 25X55M Shed with Gantry Crane by 25X35M
and construction of new shed of 15X90M with Gantry Crane including
foundations, flooring, roof, side & gable end sheeting, glazing, Gutters,
rain water pipes etc. all complete as per approved plans and
requirements.
(b) Construction of Foot Over Bridges - two numbers at chainage
(- )0/163.5 & 0/338.5 in plant yard of NTPC KhSTPP, Kahalgaon,
Bhagalpur and one number at chainage 26/070.00 at Lalmatia
Loading Yard Distt. Godda Jharkhand -
Supplying, fabrication, erecting and Painting of all steel work including
foundations, footings, RCC slabs etc. all complete as per approved
plans and requirements.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
(c) Construction of 3 Nos. Inspection pits including modification and linking
of track all complete as per approved plans and requirements.
(d) Construction of Buildings for the workshop
(e) Construction of new Electric Switch Room .
(f) Dismantling of structures as per requirements.
(g) Miscellaneous ancillary works like construction of rooms, provision of
openable doors, construction of walls, drains, manholes, gully
chambers, flooring etc. and other misc. works incidental to completion
of the work.
(h) All electrification work as required.
1.3 Tentative GA plans for extension of existing shed and new shed
of Workshop, Switch Room, Foot-over-bridges are enclosed with
the tender documents for better understanding of the work.
However, all these drawings are subject to change.
2.0 PRE -QUALIFICATION CRITERIA TO BE SATISFIED
The Qualification criteria to be satisfied are given below:-
2.1 Annual Financial Turnover
Bidder should have achieved a minimum annual financial turnover of Rs 613
Lakh (Rs Six hundred thirteen lakh) in any one of the last 5 (five) financial
years.
Weightage of 5% (compounded annually) shall be given for equating the
financial turnover of the previous years to the current year.
The financial turnover will be taken as given under the head “Income” in
audited Profit and Loss Account and excluding non-recurring income, income
from other sources and stock.
The bidder should submit self attested copy of Auditor’s Report along with
Balance sheet and Profit and Loss statement along with Schedules for the
relevant financial year in which the minimum criterion is met. Provisional audit
reports or certified statements shall not be accepted.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
Closing stocks in whatever manner should not form part of turnover.
If the Audited Balance Sheet for the immediately preceding year is not available in case of tender opened before 30 th Sept., audited Balance Sheets, Profit and Loss statements and other financial statements of the five financial years immediately preceding the previous year may be submitted
2.2 Work Experience
The bidder should have satisfactorily completed in his own name at
least one work of similar nature of minimum value of Rs.307 Lakh or
two works of minimum value of Rs 184 Lakh each during the last 05
(five) years prior to the date of submission of bid. Works completed
prior to the cut off date shall not be considered
NOTES:
(i) A weightage of 5% compounded annually from the date of completion
of the work to the submission of bid shall be given for equating the
work of the previous years to the current year.
(ii) Works of similar nature means the work involving Fabrication and
Erection of Welded Steel Structures of Workshops, Sheds, Shelters,
Trusses, steel bridge girder etc.
(iii) Only such works shall be considered where physical completion of
entire work is over or commissioning of work has been done, whichever
is earlier.
(iv) The bidder should submit the details of such works (which meet the
Qualification criteria) as per the format at Proforma 5 enclosed. Only
such works which meet the Qualifying criteria should be given in the
Proforma and only those works shall be considered which have been
listed in the Proforma by the bidder. In support of having completed
these works, the bidder should submit self attested copies of the
completion certificates from the owner / client indicating the name of
work, the description of work done by the bidder, value of the contract
executed by the bidder, date of start, date of completion (stipulated and
actual) and value of the material supplied by the Client. Name,
Designation, Office Address and Phone/Fax Nos. of certificate issuing
authorities shall be clearly provided.
(v) The value of work should be inclusive of the value of free supply items
and escalation amount, if any.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
2.3
Profitability.
The bidder should be a profit (net) making firm and shall not have
made losses in any of the last two financial years or any 03 out of last
05 financial years.
2.4 SOLVENCY CERTIFICATE
A Solvency Certificate of minimum solvency of Rs 245 Lakh (Rupees
Two hundred Forty five Lakh only) from an Indian Nationalized Bank or
a Scheduled Bank issued not earlier than 06 months from the last date
of submission of tender is required to be submitted by the bidder (
Format at Proforma-6, Enclosed at Section 5)
2.5 JOINT VENTURE
Joint Venture shall not be allowed
2.6 OTHERS.
Even though the bidders meet the above qualifying criteria, they are subject to
be disqualified if they have.
� Made misleading or false representation in the forms, statements and
attachments in proof of the qualification requirements. In case of false
information / fake documents, bidder may be banned for all future
business.
� Records of poor performance such as abandoning the work, not
properly completing the contract, inordinate delays in completions,
litigation history or financial failures etc.
� Their business banned by any Central/State Govt. Department/Public
Sector Undertaking or Enterprises of Central/State Govt.
� Note:- The Earnest money is liable to be forfeited and future business
banned with the bidder in case any statement/information/document
furnished by the bidder is found to be incorrect or false.
Note:- The Earnest money is liable to be forfeited and future business banned
with the bidder in case any statement/information/document furnished by the
bidder is found to be incorrect or false.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
2.7 SUB CONTRACTORS
Sub contractors’ experience and resources will not be taken into
account in determining the bidder’s compliance with the Qualifying Criterion.
3.0 Sale, Submission and Opening of Tender Documents
3.1 Cost of Tender Documents & availability on Sale, submission & opening of the
Tender Documents etc. are given in table below: -
Cost of
Tender
Document
(Rs)
Tender
Available
on Sale
Date, Time and Place of
Submission of Tender
Date, Time & Place of
Opening of Tender
Rs 7,500/
(Rupees
Seven
thousand
five hundred
only) (Non
Refundable)
From
15.4.2010
up to 15:00hrs on
14.5.2010
Office of GGM (P)
RITES Ltd.
13KM stone, NH-24 Lucknow – Sitapur Road,
Lucknow227208
at 15:30hrs
Office of GGM (P)
RITES Ltd.
13KM stone, NH-24 Lucknow – Sitapur Road,
Lucknow227208
3.2 The Bidder can purchase the Tender Documents from the office of GGM (P) /
RITES LTD. 13 KM stone, NH-24, Lucknow-Sitapur Road, Lucknow - 227208
from the above mentioned dates on submission of necessary tender cost
mentioned above in the form of a Demand Draft in favour of RITES LTD.
payable at Lucknow. The tender documents are not transferable.
3.3 Tender Documents requested by Mail will be dispatched by Courier /Speed
Post/Registered Post on payment of an extra amount of Rs 1000.00 (Rupees
one thousand only ).RITES/NTPC will not be held responsible for the delay ,if
any , in the delivery of the Documents or non- receipt of the same.
3.4 Interested bidders may see the tender documents at RITES website
www.rites.com. However, they will be required to submit the tender only on the
Tender Documents purchased from RITES LTD. and not on the documents
downloaded from the website. In case of any discrepancy between the
documents downloaded by the prospective bidders and the Tender Documents
(hard copy) issued by RITES LTD., the later shall prevail.
3.5 Deadline for submission of Bids is as per clause 14.0 of NIT & ITB
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
4.0 PREBID MEETING
4.1 The Bidder or his official representative is invited to attend a Pre-Bid Meeting which will take place at the office of AGM (Civil) NTPC KhSTPP, Kahalgaon, District Bhagalpur, Bihar on 05.5.2010 at 15 hours.
4.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.
4.3 The bidders are required to submit any question in writing to reach AGM (C)/ RITES LTD. Lucknow 13 KM stone, NH-24, Lucknow-Sitapur Road, Lucknow – 227208& ; Fax: 0522-2734893 not later than 03 (three) days before the meeting.
4.4 Minutes of the meeting including the text of the questions raised (without identifying the source of enquiry) and the responses given will be transmitted without delay to all purchasers of the Tender Documents. Any modification of the Tender Document which may become necessary as a result of the Pre – Bid Meeting shall be made exclusively through the issue of an Addendum / Corrigendum pursuant to Para 6.0 of NIT & ITB and not through the Minutes of the Pre – Bid Meeting.
4.5 Non – attendance at the Pre – Bid Meeting will not be a cause for disqualification of a Bidder.
5.0 CONTENT OF BIDDING DOCUMENTS
5.1 Two sets of Bid Documents shall be issued to bidder marked as ORIGINAL & BIDDER'S COPY
5.2 Each set of Bid Document comprises the document listed in the table below:
Section: 1 Notice Inviting Tender &Instructions to Bidders ( NIT &ITB)
Section: 2 Conditions of Contract
Section: 2A • General Conditions of Contract
Section: 2B • Special Conditions of Contract
Section: 3 Technical Specifications
Section: 4 Drawings
Volume-I
Section: 5 Tender Form (Letter of bid), Bidder’s information sheet, Qualification and other information Proforma 1 to 8.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
Volume – II -- Schedule of Works & Rates
6.0 AMENDMENT OF TENDER DOCUMENT
6.1 Before the deadline for submission of Tenders, the Tender Document
may be modified by issue of Addenda / Corrigendum.
6.2 Any Addendum / Corrigendum issued shall be part of the Tender
Documents and shall be communicated in writing to all the purchasers
of the Tender Documents. The Prospective Bidders shall
acknowledge receipt of each Addendum / Corrigendum in writing.
6.3 To give Prospective Bidders reasonable time in which to take the
Addenda/ Corrigenda into account in preparing their tenders,
extension of the deadline for submission of Tenders may be given as
necessary
7.0 BID VALIDITY
7.1 Bids shall remain valid and open for acceptance for a period of not less
than 120 days after the deadline for bid submission specified in
relevant Clauses of NIT & ITB.
7.2 In exceptional circumstances, prior to expiry of the original validity
period, RITES/NTPC may request the bidder to extend the period of
validity for a specified additional period. The request and the bidder’s
responses shall be made in writing or by fax. A bidder agreeing to the
request will not be required or permitted to modify his bid, except that
he will be required to extend the validity of his Earnest Money
correspondingly. The provisions of clauses regarding discharge and
forfeiture of Earnest Money and other NIT &ITB clauses shall continue
to apply during extended period of Bid Validity.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
8.0 EARNEST MONEY
8.1 The Tender should be accompanied by Earnest Money of
Rs.6,13,000.00 (Rupees Six lakh thirteen thousand only). This Earnest
Money shall be in favour of RITES Ltd, Lucknow & in the form of Bank
Draft or Pay Order payable to RITES Ltd. drawn on any Indian
Nationalized Bank/Scheduled Bank in favour of RITES Ltd. payable at
Lucknow.
8.2 Earnest Money will not be accepted in any form other than mentioned
above. Bids not accompanied by an acceptable Earnest Money shall
be rejected as non-responsive.
8.3 The Earnest Money of the bidders whose technical bid is found not
acceptable will be returned as soon as scrutiny of technical bid has
been completed by RITES/NTPC
8.4 After Evaluation of the Financial Bid the Earnest Money of
unsuccessful bidder will be returned within 30 days of the end of bid
validity period. The Earnest Money of the successful bidder will be
released after furnishing of Performance Security and signing of the
agreement within the required time.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
8.5 The Earnest Money is liable to be forfeited
a) if after bid opening during the period of bid validity, or issue of
Letter of Acceptance whichever is earlier ,any bidder
i) withdraws his Tender or
ii) Makes any modifications in the terms and conditions of the
tender, which are not acceptable to RITES/NTPC.
b) In case any statement/information/document furnished by the
bidder is found to be incorrect or false.
c) In the case of a successful bidder ,if the bidder
i) Fails to furnish the Performance Guarantee within the period
specified under Clause 32.1 of NIT & ITB
iii) Fails to commence the work within 15 days after the issue of Letter of
Award or from the date of handing over of the site , whichever is later.
In case of forfeiture of E.M. as prescribed here in above, the
bidder shall not be allowed to participate in the retendering process of the
work
9.0 SIGNING OF BID
9.1 All the pages of the bid documents, addenda/corrigenda should be
stamped and signed by the authorized representative of the
bidder.
All the documents & certificates submitted with bid shall be self
attested, signed & stamped by the authorized signatory of the bid.
9.2 Authority to Sign
9.2.1 If the Applicant is an individual, he should sign above his full type
written name and current address.
9.2.2 If the Applicant is a proprietary firm, the Proprietor should sign
above his full type written name and the full name of his firm with
its current address
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
9.2.3 If the Applicant is a firm in partnership, the Documents should be
signed by all the Partners of the firm above their full type written
names and current addresses. Alternatively the Documents
should be signed by a Partner holding Power of Attorney for the
firm in the Format of Proforma 3 and in this case a certified copy
of the Power of Attorney should accompany the Documents. In
both cases a certified copy of the Partnership Deed and current
address of all the partners of the firms should be furnished.
9.2.4 If the Applicant is a limited Company, or a Corporation, the
Documents shall be signed by a duly authorized person holding
Power of Attorney in the Format of Proforma 3 for signing the
Documents. A copy of Power of Attorney should accompany the
bid along with necessary Board Resolution authorizing the
signatory to issue the Power of Attorney. The Applicant should
also furnish a copy of the Memorandum of Articles of Association
duly attested by a Notary Public.
10.0 FORMAT OF BID
10.1 Two copies of bid documents shall be issued to the bidder marked as
ORIGINAL and BIDDER'S COPY. The bidder should submit the bid
documents marked as ORIGINAL and the bid marked as BIDDERS
COPY shall be for the reference of the bidder and should be retained
by the bidder.
10.2 The original bid document shall be written in indelible ink and each
page of the bid document shall be signed by a person or persons duly
authorized to sign on behalf of the bidder. The person or persons
signing the bid shall initial all pages of the bid where entries or
amendments have been made.
10.3 The bid shall contain no alterations or additions, except those to
comply with instructions issued by RITES/NTPC, or as necessary to
correct errors made by the bidder, in that case the person or persons
signing the bid shall initial such corrections.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
10.4 All witnesses and sureties shall be persons of status and their full
names, occupation and addresses shall be provided below their
signatures. All signatures shall be dated.
11.0 ITEMS TO BE KEPT IN MIND WHILE FURNISHING DETAILS
While filling in Qualification Information Documents and the Financial Bid, the
following should be kept in mind:
11.1 Details should be typed or written in indelible ink.
11.2 All corrections shall be initialed by the person or persons signing the
Document.
11.3 There shall be no additions or alterations except those to comply with
the instructions issued by the NTPC/RITES or as necessary to correct
errors, if any, made by the Bidders.
11.4 Conditional Offer will be rejected. Unconditional rebate in the Financial
offer will however be accepted.
12.0
DOCUMENTS COMPRISING THE BID:
12.1 The bid submitted by the bidder shall comprise the following:
(a) Earnest money deposit
(b) Tender Form duly filled in (Letter of bid) as per Proforma 1
enclosed in Section 5
(c) Information on bidder as per Proforma 2 enclosed in Section 5
(d) Information on Financial Status and experience of works (as
per Proforma 4 to 6 enclosed in Section 5). Only such works
which meet the Qualifying criteria should be given in the
Proforma and only those works shall be considered which have
been listed in the Proforma by the bidder.
(e) Affidavit on past performance and correctness of information
(as per Proforma 7 enclosed in Section 5)
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
(f) Documents in support of pre-qualification criteria as mentioned
under clause 2 of NIT & ITB are detailed below:
(i) The Bidder should submit self attested copies of
auditor’s report along with audited balance sheets
and profit and loss statement along with Schedules
for the last five financial years.
(ii) For pre-qualification condition of work experience the bidder is required to submit self attested copies of completion certificates and Letter of Award along with his tender from the officer in charge of the concerned department not below the rank of Executive Engineer in support of execution of the works mentioned therein. Completion certificates issued by Private firms / concerns shall be accompanied by TDS certificates issued for the works. Name, Designation, Office Address and Phone/Fax Nos. of certificate issuing authorities shall be clearly provided.
(g) The bid documents containing Volume-I & II marked
“ORIGINAL” duly signed and stamped on each page.
(h) Any other material required to be completed and submitted by
bidders in accordance with these instructions and the bid
documents shall be filled in without exception.
(i) Constitution of the bidder: Whether proprietary, partnership,
Pvt. Ltd. or Limited company. The bidder shall submit a legally
in order proprietorship affidavit, partnership deed or
Memorandum & Articles of Association as the case may be.
(j) The bidder shall enclose with its bid authenticated Power of
Attorney/Board Resolution in favour of the person authorized to
submit the bid on behalf of the bidder. Only such authorized
person should sign all the documents/ communications/
modification, if any. (as per Proforma 3 enclosed in Section 5)
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
13.0 SEALING AND MARKING OF BIDS
13.1 The bidder shall seal the bid to be submitted in separate Packets as
under:
(i) Packet-I : Packet-I marked as “Pre-qualification Bid” shall
contain Earnest Money Deposit along with
documents in support of pre-qualification criteria as
detailed in Para-2.0 and other relevant documents to
be submitted by the bidder. This packet shall also
contain the Vol.-I of Bid Document duly signed &
stamped on each page.
(ii) Packet –II
:
Packet-II marked as “PRICE BID” shall contain the
volume-II of Bid Document i.e. Schedule of Works &
Rates duly filled in.
13.2 No condition, Technical Specification etc. is to be quoted in price bid
part.
13.3 Both of these packets i.e. Packet-I & Packet-II shall be placed and
sealed in an outer bigger envelope making the bid a single packet.
Each packet should be marked as given below:
(a) Name of work: Extension of existing workshop and construction
of New Shed, Inspection Pits at NTPC MGR Workshop Yard,
construction of Foot Over Bridges in-plant and at Loading Yard
and other ancillary works for NTPC Kahalgaon STPP.
(b) Last date and time of submission
(c) Date and Time of opening of pre-qualification Bid:
(d) Bidders Name & Address
13.4 If the outer and the inner packets are not sealed and marked as
above, RITES/NTPC will assume no responsibility for the
misplacement or premature opening of the bid.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
14.0 DEADLINE FOR SUBMISSION OF THE BIDS
14.1 Bids must be received by RITES at the following address not later than
stipulated date and time as mentioned in the tender notice/corrigendum
for submission of bids. In the event of the specified date for the
submission of bids being declared a holiday, for RITES Ltd., for any
reason, the bids will be received up to the appointed time on the next
working day.
Address for submission of bid:
Office of GGM (P)RITES Ltd.13KM stone, NH-24 Lucknow – Sitapur
Road, Lucknow 227208
14.2 RITES/ NTPC may extend the deadline for submission of bids by
issuing an amendment in accordance with Clause 6.0 of NIT &ITB, in
which case all rights and obligations of RITES and the bidders
previously subject to the original deadline will then be subject to the
new deadline.
14.3 The bid should be invariably submitted by the bidder through
authorized person. Bids submitted through Post/Courier shall be
rejected.
15.0 Late Tender / Delayed Tender
Bid received by RITES after the deadline prescribed in the tender
notice/corrigendum will be returned unopened to the bidder.
16.0 QUOTING OF RATES
16.1 The bidder shall fill rates & cost of all items of works described in the
Schedule of Works & Rates both in figure and words.
16.2 The bidder shall include all taxes including Service Tax, Duties & Octroi in his quoted rates. Tax on work contract, as applicable shall be deducted from the Contractor’s Bill. No reimbursement of tax or increase thereof shall be made by RITES/NTPC in this regard. No leads, lifts, loading, unloading, handling, re-handling, stacking at site, toll tax, octroi, sales tax and royalty or any other charges levied or leviable by the State Government / Central Government or by Local bodies will be paid by NTPC/RITES.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
17.0 LANGUAGE OF THE BID
All documents relating to the bid shall be in the English language.
18.0 MODIFICATION AND WITHDRAWAL OF BIDS BEFORE DEADLINE
OF SUBMISSION.
18.1 Bidder may modify or withdraw his bid by giving notice in writing before
the deadline for submission prescribed in tender notice/corrigendum.
18.2 Each bidder’s modification or withdrawal notice shall be prepared,
sealed, marked and delivered in accordance with Clause-13 of NIT &
ITB.
18.3 No bid shall be modified or withdrawn after the deadline for submission
of bids.
18.4 Withdrawal or modification of a bid between the deadline for
submission of bids and the expiry of the original period of bid validity
shall result in the non-consideration of bid and forfeiture of earnest
money.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
19.0 BID OPENING:
19.1 RITES/ NTPC will open the Pre-qualification bids on the same day of
receipt, including modifications made pursuant to Clause-18.0 of NIT &
ITB, in the presence of the bidders or their representatives who choose
to attend at the place specified below. In the event of the specified date
of Bid opening being declared as holiday for RITES, the bids will be
opened at the appointed time and location on the next working day.
Address for opening of technical bid/Pre qualification bid:
Office of
Group General Manager (Projects)
RITES Ltd
13 Km. Stone, NH-24, Lucknow – Sitapur Road
Lucknow227208
19.2 Bids for which an accepted notice of withdrawal has been received
pursuant to Clause 18.0 of NIT & ITB shall not be opened.
19.3 The envelope marked as original shall be opened in the presence of
bidders who choose to be present. The Packet-I shall be opened first
and any deferred conditions/deviations if mentioned by bidder shall be
read out after which the same shall be technically evaluated.
19.4 The Packet-II (Price Bid) of only those bidders who fulfill the pre-
qualification criteria as mentioned in NIT & ITB will be opened at a later
date which shall be informed to all qualified bidders in writing.
20.0 CLARIFICATION OF BIDS
To assist the examination, evaluation and comparison of bids, RITES/NTPC
may, at its discretion, ask any bidder for clarification of their bid. The request
for clarification and the response shall be in writing or by cable or fax but no
change in the price or substance of the bid shall be sought, offered, or
permitted.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
21.0
SITE
The site is situated at the existing NTPC MGR Workshop Yard at Kahalgaon,
Distt. Bhagalpur, State: Bihar and at Loading Yard of NTPC / Kahalgaon at
Lalmatia Distt. Godda (Jharkhand).
22.0 INSPECTOIN OF SITE BY THE BIDDERS
Bidders are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their tenders, as to the nature of the
ground and sub-soil (so far as is practicable), the form and nature of the site,
the means of access to the site, the accommodation they may require and in
general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their
tender. A bidder shall be deemed to have full knowledge of the site whether he
inspects it or not and no extra charges consequent on any misunderstanding or
otherwise shall be allowed. The bidder shall be responsible for arranging and
maintaining at his own cost all materials, tools & plants, water, electricity,
access, facilities for workers and all other services required for executing the
work unless otherwise specifically provided for in the contract documents.
Submission of a tender by a bidder implies that he has read this notice and all
other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which
stores, tools and plant etc. will be issued to him by the NTPC and local
conditions and other factors having a bearing on the execution of the work.
23.0 NTPC/RITES RIGHT ON ACCEPTANCE OF ANY TENDER
The competent authority on behalf of the NTPC/RITES does not bind himself to
accept the lowest or any other tender and reserves to himself the authority to
reject any or all the tenders received without the assignment of any reason. All
tenders in which any of the prescribed conditions is not fulfilled or any condition
including that of conditional rebate is put forth by the bidder shall be summarily
rejected.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
24.0 CANVASSING PROHIBITED
Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection.
25.0
NTPC/RITES RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER
The competent authority on behalf of the NTPC/RITES reserves to himself the right of accepting the whole or any part of the tender and the bidder shall be bound to perform the same at the rate quoted.
26.0 MISCELLANEOUS PROVISIONS
26.1 The Tenderer shall not be permitted to tender for works if his near
relative is posted as Associated Finance Officer between the grades
of AGM/F and JM/F in RITES/NTPC or as an officer in any capacity
between the grades of GM and Engineer (both inclusive) in the
organization of the NTPC/RITES. He shall intimate the names of
persons who are working with him in any capacity or are subsequently
employed by him and who are near relatives to any gazetted officer in
the organization of the NTPC/RITES. Any breach of this condition by
the Contractor would render his Tender to be rejected.
26.2 No Engineer of gazetted rank or other Gazetted Officer employed in
Engineering or Administrative duties in an Engineering Department of
the Organization of the NTPC/RITES is allowed to work as a contractor
for a period of two years after his retirement from the NTPC/RITES
service without the previous permission of the NTPC/RITES in writing.
This contract is liable to be cancelled if either the Contractor or any of
his employees is found any time to be such a person who had not
obtained the permission of the NTPC/RITES as aforesaid before
submission of the tender or engagement in the Contractor’s service.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
27.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS:
27.1 Prior to the detailed evaluation of bids, RITES/ NTPC will determine
whether each bid(s).
(a) is accompanied by required Earnest Money Deposit,
(b) Meets the eligibility criteria defined under relevant clauses of
NIT &ITB.
(c) has been properly signed and
(d) is substantially responsive to the requirement of bidding
documents.
27.2 A substantially responsive bid is one, which conforms to all the terms,
conditions and specifications of the bidding documents, without
material deviation or reservation. A material deviation or reservation
is one (a) which affects in any substantial way the scope, quality, or
performance of the work (b) which limits in any substantial way,
inconsistent with the bidding documents, RITES’s/ NTPC’s right or
the bidder’s obligations under the contract or (c) whose rectification
would affect unfairly the competitive position of other bidders
presenting substantially responsive bids.
27.3 If a bid is not substantially responsive, it will be rejected by RITES/
NTPC, and may not subsequently be made responsive by correction
or withdrawal of the non-conforming deviation or reservation.
28.0 RATE ANALYSIS
RITES/NTPC may require the bidder to produce detailed rate analysis for any
or all items of the Schedule of Works & Rates.
29.0 CORRECTION OF ERRORS
29.1 Price bids of qualified bidders will be checked by RITES/NTPC for
any arithmetical errors. Errors will be corrected by RITES/NTPC as
follows:
(a) Where there is a discrepancy between the rates in figures and
in words, the rate in words will govern; and
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
(b) Where there is a discrepancy between the unit rate and the
item total amount resulting from multiplying the unit rate by the
quantity, the unit rate as quoted will govern.
(c) If there is an arithmetical error in totaling of individual items, the
correct total shall be computed by RITES/NTPC and the same
shall govern.
29.2 The amount stated in the Bid will be adjusted by RITES/NTPC in
accordance with the above procedure for the correction of errors and
shall be binding upon the bidder.
29.3 If the bidder does not accept the corrected Bid price, the Bid will be
rejected, and the Earnest Money may be forfeited.
30.0 EVALUATION AND COMPARISON OF BIDS
30.1 RITES/NTPC will evaluate and compare only the bids determined to
be substantially responsive in accordance with relevant clause of NIT
& ITB.
30.2 In evaluating the bids, RITES/NTPC will determine for each bid the
Evaluated Bid Price by adjusting the Bid Price as follows:
(a) Making any correction for errors pursuant to Clause-29.0 of NIT
& ITB; or
(b) Making appropriate adjustments to reflect discounts.
31.0 DECIDING AWARD OF CONTRACT
31.1 The process of decision and award of the contract shall be as under:
(a) Bidders who qualify as aforesaid shall furnish detailed cost
breakup/rate analysis and any other clarification to the
proposals submitted by him as may be requested by the
RITES/NTPC to evaluate the reasonableness of the bid.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
(b) The bidder with the lowest Evaluated Bid Value, determined as
above, may be invited for further negotiations/clarifications as
may be necessary. If the negotiations/clarifications with the firm
are successful, the award will be made to that bidder at his
negotiated Bid Price (and not at the Evaluated Bid Price) or at
any price lower than the Bid Price pursuant to the
negotiations/clarifications.
(c ) RITES/NTPC reserves the right to reject any or all offers
received from the bidders without assigning any reasons
thereof.
31.2 If the bid of the successful bidder is front loaded and/or seriously un-
balanced in relation to the estimate prepared by RITES/NTPC for the
cost of work to be performed under the contract, the RITES/NTPC
may require the bidder to produce detailed price analysis for any or
all concerned items, to demonstrate the internal consistency of these
prices with the construction method and schedule proposed. In the
event of acceptance of such a bid, the successful bidder shall be
required to deposit Additional Performance security for an amount to
be decided by RITES Ltd in the same form as normal Performance
Guarantee within the same time limit and validity.
32.0 SECURITIES
32.1 PERFORMANCE SECURITY
(A) Within 15 days of issue of the Letter of Acceptance (LOA), the
successful bidder shall furnish to RITES Performance Security for an
amount of 5% (five percent) of the contract price in any one of the
following forms:
(a) Bank Draft or Pay Order drawn on any Indian Nationalized
Bank/Scheduled Bank in favour of RITES Ltd payable at
Lucknow.
Or
(b) A Bank Guarantee issued by an Indian Nationalized
Bank/Scheduled Bank located in India as specified in the format
of Bank Guarantee enclosed as Proforma-8 in Section 5.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
(B) The Performance Security will be valid until two months after the
completion period. Performance Security can be forfeited in order to
realize liquidated damages, Cost of balance work if got done at risk &
cost of contractor and any other expenditure or loss incurred to
NTPC/RITES due to Contractor. Performance Security will be
returned on due performance & certified completion of the work.
( C) The successful bidder is also to deposit Additional Performance
Guarantees in case of unbalanced bids, if so decided by the tender
accepting authority as explained in clause 31.2 above. This will also
be in the same form as normal Performance guarantee and deposited
within the same time limit with the same validity.
(D) The claim period shall be six months from the date of expiry or the
extended date of expiry of the bank guarantee as per para 9 of
format.
Note: Bank Guarantee issued by Bank of India would not be acceptable to
RITES Ltd.
32.2 Retention Money:
(A) In addition to performance security, retention money will be deducted
@ 10% of the gross amount of each running account payment till the
total amount so deducted reaches a value of 5% of contract price.
Retention money can be forfeited in order to realize liquidated
damages, Cost of balance work if got done at risk & cost of contractor
and any other expenditure or loss incurred to NTPC/ RITES due to
Contractor.
(B) Alternatively, the contractor may also deposit Fixed Deposit Receipts
for retention money amounting to 5% of contract price. The Fixed
Deposit Receipts shall be tendered by the State Bank of India or by
Indian Scheduled banks. The Fixed deposit receipts should be in the
name of RITES Ltd., Lucknow and it shall cover the stipulated period
including extended period, if the contract period is extended, plus the
defect liability period mentioned in the contract.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
In case a fixed deposit receipt of any bank is furnished by the
contractor to the RITES Ltd. as part of the retention money and the
bank is unable to make payment against the said fixed deposit
receipt, the loss caused thereby shall fall on the contractor who shall
forthwith on demand furnish additional security to the RITES to make
good the deficit.
(C) Refund of Retention Money: - One half of the Retention Money
shall be refunded to the Contractor on the completion of work as
certified by Engineer-in-Charge and balance half of the Retention
money shall be refunded on expiry of the Defects Liability Period i.e.
12 months from the date of completion provided the Engineer-in-
Charge is satisfied that there is no demand outstanding against the
Contractor.
32.3 No interest shall be payable to the contractor against the Security
Deposit furnished/recovered from the contractor, by RITES/ NTPC.
33.0 SIGNING OF CONTRACT AGREEMENT
33.1 The successful Bidder, on acceptance of his Tender by the Competent
Authority, will be issued a Letter of Acceptance, directing the
Contractor to furnish the Performance Guarantee and the Additional
Performance Guarantee (if any in case of unbalanced bids) within 15
days of issue of Letter of Acceptance and in very special
circumstances on the request of the Bidder within a further extended
period of 7 days. If Performance and Additional Performance Security
(if applicable) are not furnished within the above time limit, the RITES/
NTPC will be at liberty to forfeit the Earnest Money of the Bidder
absolutely.
33.2 As soon as the Performance Security and Additional Performance
Security have been furnished, RITES/NTPC will issue a Letter of
Award. The Letter of Award will be sent to the Contractor in two copies
one of which he should return promptly, duly signed in token of the
acknowledgement of Receipt of the Letter of Acceptance from the
RITES/NTPC. The Letter of Award will be a binding Contract between
the RITES/NTPC and the Contractor till the formal Agreement is
executed.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB – R1 (NIT and INSTRUCTIONS TO BIDDERS)
33.3 Each page of the Contract Agreement should be signed by the
Engineer in Charge and the contractors’ authorized signatory. If there
are any corrections, cuttings, omissions, overwriting, insertions etc
(after issue of Tender Document) their number should be clearly
mentioned on each page of the Contract Document before signing.
33.4 During the course of execution of work, if any need arises for issue of
amendment to the Contract Agreement, the same shall be executed by
the parties to the contract.
33.5 No payment for Works executed shall be made to the Contractor till the
Contract Agreement is signed.
34.0 Date of Commencement
Subsequent to furnishing of Performance Security as per Clause-32.1 of NIT &
ITB, Letter of Award shall be issued to successful bidder and date of
commencement of work shall be reckoned w.e.f. date of issue of Letter of
Award.
35.0 Completion Period
The intended completion period for whole of the work shall be 10 (ten) months
from the date of commencement.
36.0 Defects Liability Period
12 (twelve) months after the certified date of completion.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (AMENDMENTS/ERRATA IN GCC)
- 1 -
SECTION – 2A
GENERAL CONDITIONS OF CONTRACT INCLUDING AMENDMENTS/ ERRATA
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (AMENDMENTS/ERRATA IN GCC)
- 2 -
SECTION 2A
AMENDMENTS/ERRATA IN GENERAL CONDITIONS OF CONTRACT
S.
No.
Clause No.
of GCC
Line of
Reference
Fill/Add/Delete
1. All Clauses
in GCC
— Replace the word "National Thermal Power Corporation Ltd." or
"NTPC" or "Corporation"
by "NTPC/RITES".
2. 3a — Delete the entire Clause. Replace by:
"Owner" or "NTPC" or "Client" shall mean the "National Thermal
Power Corporation Ltd., New Delhi, India (A Government of
India Enterprises) and shall include their legal representative,
successor and permitted assigns".
"RITES Ltd." (RITES) has been engaged as "Construction
Agency" for project management by the owner (NTPC). RITES,
shall, therefore be signing the contract and working on the
project, for and on behalf of its Principal (NTPC) who is the
owner & employer of the Project to be constructed, under a
redeemable Power of Attorney. The Contract signed by RITES
Ltd. is to be treated as the Contract signed on behalf of NTPC.
3. 3c — Delete the entire clause. Replace by:
"Contract" shall mean the Contract Agreement entered into
between RITES Ltd. for & on behalf of NTPC and the
Contractor, together with the Contract Documents referred to
therein, that shall constitute the contract and the term Contract
shall in all such documents be construed accordingly.
4. 3g — Delete the entire Clause. Replace by:
"Engineer-in-Charge" or "EIC" shall mean the Officer appointed
in writing by RITES to act as Coordinator from time to time on
behalf of NTPC in all matters pertaining to this Contract. RITES
shall authorize "Engineer-in-Charge” for direction, supervision,
inspection, security and approval of some or all of the services
rendered by the Contractor under this Contract.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (AMENDMENTS/ERRATA IN GCC)
- 3 -
S.
No.
Clause No.
of GCC
Line of
Reference
Fill/Add/Delete
5. 3k — Delete the entire Clause. Replace by:
"The Project" or "Site" or Kahalgaon Super Thermal Power
Project- Stage-II or Kahalgaon STPP shall mean and include
the Land inside Plant near NTPC MGR at Kahalgaon, Distt.
Bhagalpur, Bihar. And at chainage 26/070.00 Loading Yard of
NTPC KhSTPP Lalmatia Jharkhand It shall also include any
adjacent land, path street, river or a reservoir, which may be
allocated or used by the RITES or Contractor in performance of
the Contract. Works are to be got executed by RITES through
Contractor on behalf of NTPC as specified in the Scope of
Work.
6. 3n — Delete the entire Clause. Replace by:
"A Week shall mean continuous period of seven (7) days".
7. 3p Add New Clause:
"Specification" shall mean the terms and conditions of contract
and detail project report or mean a part of bid documents and
contract such other schedules and drawings as may be mutually
agreed upon.“
8. 3q Add New Clause "Indian Rupees" or the sign "Rs." shall mean
the currency of the Government of India.
9. 3r Add New Clause:
"The Government" shall mean the "Government of India" or
"Government of State of Bihar or an authorized
representative/agency/department of the Government of India or
an authorized representative/agency/department of the
Government of State of Bihar.
10. 3s Add New Clause:
"Month" shall mean calendar month, "day" or "days" unless
herein otherwise expressly defined shall mean calendar day or
day of 24 hours each
11. 3t Add New Clause:
The "Title" or "Heading" shall not alter or affect the intent or
scope of the clause or articles of the documents.
12. 3u Add New Clause:
Word pertaining "Person" shall include firms, companies,
corporations and association or bodies of individuals, whether
incorporated or not.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (AMENDMENTS/ERRATA IN GCC)
- 4 -
S.
No.
Clause No.
of GCC
Line of
Reference
Fill/Add/Delete
13. 3v Add new Clause:
"Consultant to NTPC-NTPC have appointed M/s. Vogue
Construction And Consultancy Services Ltd, 601, Hemkunt
House 6, Rajendra Place, New Delhi, 110008 as the
Engineering Consultant for doing the Design and Engineering,
preparing technical specifications and drawings for the work of
Construction of Railway Siding & MGR System and it's
associated Sub-Systems. The Contractor in accordance with the
design, technical specifications and drawings prepared by VCC
shall execute all the works.
14. 3w Add new Clause:
BOQ or SOQ or SOR shall be read as "Schedule of Works and
Rates."
15. 9 Delete the entire clause.
Refer, Clause 10.0 of SCC
16. 15.b Delete the Entire Clause.
17. 16.7.2 -- Delete the entire existing Clause 16.7.2 and Add the SAFETY
PROVISIONS Clause 16.7.2 as
SAFETY PROVISIONS:
(i) A Contractor employing more than 250 workmen whether
temporary, casual, probationer, regular or permanent or on
contract, shall employ at least one full time officer exclusively as
safety officer to supervise safety aspects of the equipment and
workmen, who will co-ordinate with project safety officer. In case
of work being carried out through agency's employees/
workmen will also be considered as the Contractor's employees/
workmen for the above purpose. The name and address of such
safety officer of Contractor will be promptly informed, in writing
to Engineer-In-Charge with a copy to safety officer-In-Charge of
NTPC/ RITES before he starts work or immediately after any
change of incumbent is made during currency of the contract.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (AMENDMENTS/ERRATA IN GCC)
- 5 -
S.
No.
Clause No.
of GCC
Line of
Reference
Fill/Add/Delete
(ii) In case any accident occurs during the construction/
erection or other associated activities undertaken by the
Contractor thereby causing any minor or major or fatal injury to
his employee due to any reason, whatsoever, it shall be the
responsibility of the Contractor to promptly inform the same to
NTPC/ RITES Engineer-In-Charge and also to all the authorities
envisaged under the applicable laws.
(iii) The Engineer-In-Charge shall have the right at his sole
discretion to stop the work, if in his opinion the work is being
carried out in such a way that it may cause accidents and
endanger the safety of the persons and/ or property and/ or
equipment. In such cases, the Contractor shall be informed in
writing about the nature of hazards and possible injury/ accident
and he shall comply to remove shortcomings promptly. The
Contractor after stopping the specific work can, if felt necessary,
appeal against the order of stoppage of work to the Engineer-In-
Charge within 3 days of such stoppage of work and the decision
of Engineer-In-Charge in this respect shall be conclusive and
binding on the Contractor.
(iv) The Contractor shall not be entitled for any damages/
compensation for stoppage of work due to safety reasons as
provided in para 16.7.2 (iii) above and the period of such
stoppage of work will not be taken as an extension of time for
completion of work and will not be the ground for waiver of levy
of liquidated damages.
(v) The Contractor shall follow and comply with all NTPC and
RITES safety rules, relevant provision of applicable law
pertaining to the safety of workmen, employees, plant and
equipment as may be prescribed from time to time without any
demur, protest or contest or reservation. In case of any non-
conformity between statutory requirement and NTPC and
RITES safety rules referred to above, the latter shall be binding
on the Contractor unless the statutory provisions are stringent.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (AMENDMENTS/ERRATA IN GCC)
- 6 -
S.
No.
Clause No.
of GCC
Line of
Reference
Fill/Add/Delete
(vi) If the Contractor fails in providing safe working
environment as per NTPC and RITES Safety rules or continues
the work even after being instructed to stop work by the
Engineer-In-Charge as provided in para 16.7.2 (iii) above, the
Contractor shall promptly pay to NTPC/ RITES, on demand by
the owner, compensation @ Rs. 5000/- per day or part thereof
till the instruction are complied with and so certified by the
Engineer-In-Charge. However, in case of accident taking place
causing injury, to any individual, the provisions contained in
pare 16.7.2 (vii) below shall also apply in addition to
compensation mentioned in this para.
(vii) If the Contractor does not take all safety precautions and/
or fails to comply with the safety rules as prescribed by NTPC
and RITES or under the applicable law for the safety of
equipment and plant and for the safety of personnel and the
Contractor does not prevent hazardous conditions which cause
injury to his own employees or employees of other Sub-
Contractor, or NTPC/ RITES employees or any other person
who are at site or adjacent thereto, the Contractor shall be
responsible for compensation to NTPC/ RITES as per the
following schedule.
(a) Fatal injury or accident causing death: Compensation 2 two
Percent (2%) of contract value or Rs. 100,000/- (Rupees one
lakh only) whichever is less, per person.
(b) Major injury or accident causing 25% or more permanent
disablement to workmen or employees:
Compensation @ one half of one percent (1/2%) of contract
value or Rs. 20,000/- (Rupees twenty thousand only) whichever
is less, per person.
Note: These compensations are applicable for death/ injury to
any person whatsoever.
(viii) Permanent disablement shall have the same meaning as
indicated in Workmen Penalty Act. The compensation
mentioned above shall be in addition to the compensation
payable to the workmen/ employees under the relevant
provisions of workmen's compensation act and rules framed
there under or any other applicable laws as applicable from time
to time. In case the owner is made to pay such compensation
then contractor is liable to reimburse the owner such amount in
addition to the penalty/ compensation indicated above.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (AMENDMENTS/ERRATA IN GCC)
- 7 -
S.
No.
Clause No.
of GCC
Line of
Reference
Fill/Add/Delete
18. 34 to 34.10 -- Delete the entire existing Clause.
19. 46.a to
46.c
Delete the entire existing Clause.
Refer Clause 11.1 of SCC
20. 46.e 1 Replace ‘where the contractor makes’ by ‘The contractor shall
make’
21. 48 -- Delete the entire existing Clause.
Refer Clause 11.1 of SCC.
22. 53 Delete the entire existing Clause.
23. Schedule A
3(b)
Accepting Authority: Read as Competent Authority of RITES
Ltd.
24. Schedule A
9.1
Delete. Refer to clause 10.0 of S.C.C.
25. Schedule A
10. (vi A)
Delete (a). Refer to clause 9.1 of S.C.C.
26. Schedule A
10. (vi A)
Delete (b). Refer to clause 9.2 of S.C.C.
27. Schedule-
‘B’
-- Delete the entire existing Schedule.
28. Proforma
BG in lieu
of Earnest
Money
Delete the entire existing Performa.
29. Form of
BG in lieu
of Security
Deposit
Delete the entire existing Performa.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIAL CONDITIONS OF CONTRACT)
1
SECTION – 2B
SPECIAL CONDITIONS OF CONTRACT
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIAL CONDITIONS OF CONTRACT)
2
SECTION 2B Special Conditions of contract
1.0 GENERAL INSTRUCTIONS
1.1 1.1.2
In case of any conflict between General Conditions of Contract and Special Conditions of Contract, provisions of Special Conditions of Contract shall prevail.
Following shall be the sequence in which various documents shall take precedence over the latter: (a) Contract Agreement (b) Letter of Award ( c) Letter of Acceptance (d) Schedule of Works and Rates (e) Specifications (f) Construction Drawings (g) Amendments to Tender Documents (h) Special Conditions of contract (i) General Conditions of contract (j) Notice inviting Tender and Instructions to Bidders
1.2 Released Material, its custody and return
1.2.1 Proper inventory shall be made by the contractor jointly with the Engineer’s representative before commencing any activity involving dismantling/renewal of any existing installations.
1.2.2 The contractor/s will remove dismantled materials/bushes, trees, branches and leaves of trees etc. immediately from the site of work to avoid hindrance or inconvenience to the agencies working in adjoining site/road vehicles/traveling public as per instructions of the Engineer and useful materials released will be the property of the NTPC. Contractor will lead and hand over the same at NTPC's store godown at Kahalgaon. The dismantled materials, which are classified by Engineer as not useful, will be disposed off by the Contractor irrespective of any lead as per instructions of the Engineer-in-charge. Nothing extra on account of leading, loading unloading etc. of such materials will be paid.
1.2.3 Any discrepancy at the time of reconciliation of above shall be made good by the contractor at its own cost failing which necessary recoveries shall be made from contractor’s bills at the rates to be determined by the Engineer-in-charge, whose decision shall be final & binding on the contractor.
1.3 The work will be carried out in some cases under traffic conditions, contractor is therefore required to follow the road/railways traffic rules.
1.4 After completion of the works contractor shall submit Dimensional completion/as built drawings – 3 sets and soft copy (CD).
1.5 Necessary haul roads as required by contractor shall be satisfactorily constructed and maintained by the contractor at his own cost.
1.6 All tools and tackles shall be of adequate capacity & strength for the requirement of use and properly tested for the strength /capacity with adequate factor for safety.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIAL CONDITIONS OF CONTRACT)
3
1.7 The contractor shall build and provide RITES site office at his own cost. The office shall comprise of 2 rooms of size 12 x14 ft ,I Toilet ,Sufficient Lights fans and necessary accessories.
2.0 Time Schedule
2.1 The time period of completion includes the time required for mobilization and completion in all respects to the satisfaction of RITES/NTPC. For the purpose of broad appreciation, integrated general schedule of work is enclosed at Annexure I to IV.
2.2 A joint programme of execution of work will be prepared by the Engineer-in-Charge and contractor. This programme will take into account the time for completion and General Schedule of Construction.
2.3 Monthly / weekly execution programme will be drawn up by the RITES Engineer jointly with the contractor based on availability of materials, work fronts and the joint programme of execution as referred to above. The contractor shall scrupulously adhere to the targets / programme by deploying the adequate personnel, construction equipment, tools and tackles and also by timely supply of required materials coming within his scope of supply as per contract. In all matters concerning the extent of targets set out in the weekly / monthly programme and the degree of achievement, the decision of the Engineer – In – Charge will be final and binding on the contractor.
2.4 Contractor shall give every day category-wise labour and equipment deployment report along with the progress of work done on previous day in the format prescribed by the Engineer-In-Charge.
3.0 Setting up of field laboratory
3.1 The contractor shall set up field laboratory at his own cost at work site which should be open for use and inspection by the NTPC/RITES Engineer at any time, the laboratory shall be equipped with necessary equipment’s to carry out the various tests for compression tests on cubes, slumps test, workability test etc. on aggregates, cement, water and concrete required for ensuring the required quality and standard conforming to codal provision and special specifications. All the pressure gauges, machines, equipment’s and other measuring equipment’s of the laboratory shall be got checked and calibrated regularly as directed by the Engineer and necessary certificates furnished to the Engineer by the contractor. The contractor shall render all reasonable assistance and help in making the check and test.
3.2 All the equipment, machineries etc. shall be kept in good working condition. The cost of setting up the laboratory, equipping and maintaining the same, conducting all tests on materials and cubes etc. shall be borne by the contractor.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIAL CONDITIONS OF CONTRACT)
4
4.0 SECURITY MEASURES
4.1 Security arrangements for the work shall be in accordance with general requirements and the contractor shall conform to such requirements and shall be held responsible for the action or inaction on the part of his staff, employees and the staff and employees of his subcontractors.
4.2 Contractor’s as well as Sub Contractor’s employees and representatives shall wear identification Badges (cards), uniforms, ,helmets, gum boots, goggles, gloves and other protection gadgets / accessories provided by the Contractor. Badges shall identify the Contractor and show the employee’s name and number and shall be worn at all times while at site. For steel structure work contractor shall provide safety nets , safety screens and safety belts, in addition to the above measures.
4.3 All vehicles used by the contractor shall be clearly marked with the Contractor’s name or identification mark.
4.4 The contractor shall be responsible for security of works for the duration of the contract and shall provide and maintain continuously adequate security personnel to fulfill these obligations. The requirements of security measures shall include, but not be limited to, maintenance of Law and Order at site, provision of all lighting, guard, flagmen, and all other measures necessary for protection of works within the colonies, camps and elsewhere at site, all materials delivered to the site and all persons employed in connection with the works continuously through out working and non-working periods including nights, Sundays and holidays, for the duration of the contract.
4.5 However, at work sites in close proximity of railway track, traffic corridors where trains, public and traffic are likely to come close to the work area, suitable barricading as proposed by contractor and approved by Engineer shall be provided.
4.6 There will be no infringement to Indian Railway Schedule of Dimensions for BG Track.
4.7 Separate payment for provision of security services will not be made and will be deemed to be included in the item of Bill of Quantities
5.0 Working near running line
5.1 The contractor shall not allow any road vehicle belonging to him or his suppliers etc. to ply in land next to the running line.
i) Road vehicles can ply along the track after suitable cordoning of track with minimum distance of 6 metre from the center of the nearest track. For plying of road vehicles during night hours adequate measures to be communicated in writing along with a site sketch to the contractor / contractor’s representative and controlling engineers / supervisors in –charge of the work including the Engineer-in-charge.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIAL CONDITIONS OF CONTRACT)
5
ii) Nominated vehicles and drivers will be utilized for work in the presence of at least one flagman and one supervisor certified for such work. In order to monitor the activities during night hours, the contractor shall post additional staff based on the need of the individual site.
iii) The vehicles shall ply 6 m clear of track. Any movement / work at less than 6m and upto minimum 3.5m clear of track center, shall be done only in the presence of a supervisor authorized by the Engineer. No part of the road vehicle will be allowed at less than 3.5m from track center.
iv) The contractor remain fully responsible for ensuring safety and in case of any accident, shall bear cost of all damages to his equipment, men and also damages to NTPC/RITES property, its staff and public.
v) Provision of Mobile Phones / Walkie Talkie based on the needs of the individual work sites must be ensured.
vi) The Engineer may impose any other condition necessary for a particular work or site
5.2 Suitable barricading to forewarn road vehicle driver shall be provided by the contractor. The luminous tape, strung on bamboo or steel poles can be considered for such barricading. Barricading arrangement should be got approved by the Engineer.
6.0 Temporary Works
6.1 The Contractor shall submit drawings, supporting design calculations where
called for by the Engineer and other relevant details of all such works to the Engineer for approval at least one month before he desires to commence such works. Approval by the Engineer of any such proposal shall not relieve the contractor of his responsibility for the sufficiency of such works.
6.2 In situations when the works are to be constructed under running traffic, the contractor shall ensure that safety of the existing structures, the running line and the running traffic is not endangered.
6.3 The Contractor shall, at its own cost, design and provide and temporary arrangements including staging, scaffolding & relieving/service girders etc. required in this connection and remove the same, when no longer required. These arrangements shall conform to Railway norms. The contractor shall obtain all necessary approvals and sanctions of the Engineer in advance and well in time.
6.4 Any traffic blocks, temporary speed restrictions and caution orders required in this connection shall also be got sanctioned from the authorities well in advance, through the Engineer. The contractor shall have to schedule his programme according to the convenience of the RITES/NTPC. RITES/NTPC shall entertain no claim from the contractor for any delay/inconvenience/loss on this account.
6.5 The Contractor shall provide at site at its own cost, all protection measures including exhibition and lighting of all Temporary Engineering Signals as per Railway Rules, instructions and norms.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIAL CONDITIONS OF CONTRACT)
6
6.6 The Contractor shall ensure and be entirely responsible for proper design, fabrication, provision and upkeep of all temporary arrangements and all associated activities so as not to endanger safety of any assets, running track, traffic and public and for following all extant instructions, norms, practice and procedures laid down by Authorities in this respect, which may be ascertained from the Engineer.
6.7 No extra payment will be made for complying with the provisions of this clause and the cost of the work under this element shall be deemed to be included in the Schedule of Works & Rates
7.0 TRANSPORTATION AND ACCOUNTAL OF RAILS
7.1 For laying and linking of track in the inspection pit, rail shall be issued at NTPC plant at Kahalgaon. The rails are required to be transported by contractor’s own transporting arrangement from NTPC Kahalgaon Plant to the site of work for linking into the track. The rails shall be supplied in length.
7.2 The contractor is responsible for the security and safety of the rails issued for use and rails & other P way materials dismantled for reuse, till they are finally laid into the track. The surplus quantity shall be returned to NTPC / RITES . The cost of any excess quantity of Rail over and above the quantity actually used/ returned will be recovered from the contractor at 125% of the price of new rails as prevalent at the time of delivery of rails from SAIL.
7.3 During transport & handling of rails all precautions as per extant instruction of Railway shall be observed strictly. The contractor shall bear sole responsibility for any defects / damages caused for whatever reasons during handling or transportation.
8.0 Specifications, Drawings and Codes
8.1 RITES reserve the right to issue any drawing/instructions progressively.
8.2 Electrical Works
8.2.1. All the electrical works shall be carried out in accordance with the provisions of Indian Electricity Act 2003 and Indian Electricity Rules 1956, as amended to date
8.2.2 All electrical installation works, shall be carried out as per relevant safety Code of Practice, Guide for safety Procedures & Practices in Electrical work as per IS: 5216 Pt.I & II/1982 shall be observed.
8.2.3 All sundry fittings, assemblies, accessories, hardware items. Foundation bolts, termination lugs for electrical connections as required, and all other sundry items which are useful and necessary for proper assembly and efficient working of the various components of the works shall be deemed to have been included in the tender rates, whether such items are specifically mentioned in the tender documents or not.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIAL CONDITIONS OF CONTRACT)
7
8.2.4 The contractor shall execute all the electrical works through an approved electrical contractor having valid electrical license for carrying out installation work issued by the State Govt.
8.2.5 The contractor shall furnish the name and particulars of the certificate of competency of supervisor and workman to be engaged for carrying out the electrical work.
8.2..6 The contractor shall submit conduit plans and cable drawings for the approval of Engineer before execution. The work shall be executed only after approval of Engineer.
8.2.7 The contractor shall submit details and drawings of all MDBs and SDBs for approval of Engineer before installation.
9.0 DEVIATION LIMIT FOR ITEMS OF WORK OTHER THAN THOSE BELOW GROUND SURFACE:
9.1 The permissible deviation limit for any contract item, substituted item or contract cum-substituted item in excess of the original value of item shall be 30%.
9.2 The permissible deviation limit for items of work not already included in the contract shall be 30%.
10.0 SECURITIES
10.1 PERFORMANCE SECURITY
10.1.1 Within 15 days of issue of the Letter of Acceptance (LOA), the successful bidder shall furnish to RITES Performance Security for an amount of 5% (five percent) of the contract price in any one of the following forms:
a)Bank Draft or Pay Order drawn on any Indian Nationalized Bank/Scheduled Bank in favour of RITES Ltd payable at Lucknow.
Or b)A Bank Guarantee issued by an Indian Nationalized Bank/Scheduled Bank
located in India as specified in the format of Bank Guarantee enclosed as Proforma 8 in Section 5.
10.1.2 The Performance Security will be valid until two months after the completion period. Performance Security can be forfeited in order to realize liquidated damages, Cost of balance work if got done at risk & cost of contractor and any other expenditure or loss incurred to NTPC/RITES due to Contractor. Performance Security will be returned on due performance & completion of the Contract.
10.1.3 The successful bidder is also to deposit Additional Performance Guarantees in case of unbalanced bids, if so decided by the tender accepting authority as explained in clause 31.2 of NIT & ITB. This will also be in the same form as normal Performance guarantee and deposited within the same time limit with the same validity.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIAL CONDITIONS OF CONTRACT)
8
10.1.4 The claim period of Performance Guarantees shall be six months from the date of expiry or the extended date of expiry of the bank guarantee as per para 9 of format.
Note: Bank Guarantees issued by Bank of India would not be acceptable to
RITES.
10.2 Retention Money:
10.2.1 In addition to performance security, retention money will be deducted @ 10% of the gross amount of each running account payment till the total amount so deducted reaches a value of 5% of contract price. Retention money can be forfeited in order to realize liquidated damages, Cost of balance work if got done at risk & cost of contractor and any other expenditure or loss incurred to NTPC/ RITES due to Contractor.
10.2.2 Alternatively, the contractor may also deposit Fixed Deposit Receipts for retention money amounting to 5% of contract price. The Fixed Deposit Receipts shall be tendered by the State Bank of India or by Scheduled banks. The Fixed deposit receipts should be in the name of RITES Ltd., Lucknow and it shall cover the stipulated period including extended period, if the contract period is extended, plus the defect liability period mentioned in the contract.
In case a fixed deposit receipt of any bank is furnished by the contractor to the RITES Ltd. as part of the retention money and the bank is unable to make payment against the said fixed deposit receipt, the loss caused thereby shall fall on the contractor who shall forthwith on demand furnish additional security to the RITES to make good the deficit.
10.2.3 Refund of Retention Money: - One half of the Retention Money shall be refunded to the Contractor on the completion of work as certified by Engineer-in-Charge and balance half of the Retention money shall be refunded on expiry of the Defects Liability Period i.e. 12 months from the date of completion provided the Engineer-in-Charge is satisfied that there is no demand outstanding against the Contractor.
10.3.0 EARNEST MONEY
10.3.1 The Tender should be accompanied by Earnest Money of Rs.6,20,000.00 (Rupees Six lacs twenty thousand only). This Earnest Money shall be in favour of RITES Ltd, Lucknow & in the form of Bank Draft or Pay Order payable to RITES Ltd. drawn on any Indian Nationalized Bank/Scheduled Bank in favour of RITES Ltd. payable at Lucknow.
10.3.2 Earnest Money will not be accepted in any form other than mentioned above. Bids not accompanied by an acceptable Earnest Money shall be rejected as non-responsive.
10.3.3 The Earnest Money of the bidder whose technical bid is found not acceptable will be returned as soon as scrutiny of technical bid has been completed by RITES/NTPC
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIAL CONDITIONS OF CONTRACT)
9
10.3.4 After Evaluation of the Financial Bid the Earnest Money of unsuccessful bidder
will be returned within 30 days of the end of bid validity period. The Earnest
Money of the successful bidder will be released after furnishing of Performance
Security and signing of the agreement within the required time.
10.3.5 The Earnest Money is liable to be forfeited
a) if after bid opening during the period of bid validity, or issue of Letter of Acceptance whichever is earlier ,any bidder
i) withdraws his Tender or ii) Makes any modifications in the terms and conditions of the tender, which are not acceptable to RITES/NTPC. b) In case any statement/information/document furnished by the bidderr is found to be incorrect or false.
c) In the case of a successful bidder ,if the bidder i) Fails to furnish the Performance Guarantee within the period specified under Clause 32.1 of NIT & ITB
iii) Fails to commence the work within 15 days after the issue of Letter of Award or from the date of handing over of the site , whichever is later. In case.
In case of forfeiture of E.M. as prescribed here in above, the tenderer shall not be allowed to participate in the retendering process of the work
10.4 No interest shall be payable to the contractor against the Earnest money , Security Deposit furnished / recovered from the contractor, by RITES/NTPC.
11.0 SCHEDULE OF WORKS & RATES
11.1 The contractor shall arrange the electricity and water for construction at his own cost.
11.2 RITES/NTPC reserves the right for making payment for any item on reduced rate if in the opinion of RITES/NTPC, item has not been executed fully as per specifications. The reduced rate shall be determined by Engineer-in-Charge and shall be binding on the contractor.
12.0 DELAY IN WORKS
Contractor shall not be compensated for delay in work due to any delay for reasons beyond the control of the owner. However, suitable extension can be granted without any price escalation.
13.0 HANDING OVER OF WORKS BY THE CONTRACTOR TO NTPC
13.1 On completion & commissioning of work, the contractor shall handover the works to RITES / NTPC for operation after rectification of defects noticed during the joint inspection by the Engineer.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIAL CONDITIONS OF CONTRACT)
10
13.2 Performance Security will be returned on due performance & completion of the work.
14.0 Track Maintenance
After completion of the work, contractor shall, at its own cost, maintain the track laid by the contractor for six months. Contractor shall be responsible for watch and ward of the track and its fittings during maintenance period.
15.0 WORKS
15.1 CONCRETE WORK
Contractor shall get the concrete mix design from the Institute / Lab approved by Engineer–in–Charge at his own cost and get the same approved by the Engineer-in-Charge.
15.2 REINFORCEMENT AND STRUCTURAL STEEL
15.21
Steel to be used in the work shall be from primary producers of steel such as SAIL, RINL, TISCO etc. Procurement of steel shall be from the stockyards of primary producers or from their Authorized dealers, which should conform to latest/relevant IS Specifications.
15.2.2 Test certificates for steel before use as per latest/relevant I.S. Specifications will be furnished by the contractor at his own cost from the manufacturer or the laboratories approved by the Engineer-in-charge.
15.2.3 RITES will also take sample during the course of work and get the steel tested to ascertain their conformity to the IS specifications at contractor’s cost before a particular lot is put to use. Frequency of the testing shall be as prescribed by relevant IS code.
15.2.4 Anticorrosive treatment of reinforcement bars shall be done as per specification/direction of Engineer-in-charge.
S.
No.DESCRIPTION
1 2
1 2 1 2 1 2 1 2 1 2 1 2 1 2 1 2 1 2 1 2
New Building
1 Mobilization
2 Earthwork in foundation and concrete in foundation
3 Brick work in foundation
4 Brick work in superstructure
5 RCC in Beams Slabs
6 Flooring
7 Doors & windows
Sanitary works
8 Roofing works
9 Painting and Finishing
10 Electrical works
11 Commissioning
Electric Switch Room
1 Construction of New Electric Switch Room and Transformer Enclosure
2 Commission New Electric Switch Room & Dismantle Existing Switch Room and Transformer
Enclosure
ANNEXURE-IV (REFER Para-2.1 of Special Conditions of Contract)
Month-1 Month-2 Month-3 Month-4 Month-9 Month-10
PERIOD
INTEGRATED GENERAL SCHEDULE OF WORK FOR NEW BUILDING AND SWITCH ROOM
NAME OF WORK: Extension of existing workshop and construction of New Shed, Inspection Pits at NTPC MGR Workshop Yard, construction of Foot Over Bridges
in-plant and at Loading Yard and other Ancillary Works at Kahalgaon STPP, Distt :Bhagalpur State: Bihar
3
Month-5 Month-6 Month-7 Month-8
S.
No.DESCRIPTION
1 2
1 2 1 2 1 2 1 2 1 2 1 2 1 2 1 2 1 2 1 2
Workshop Shed
1 Mobilization
2 Setting out & Provide Column Foundation
3 Templating, Detailing, Fabrication Drawings & approvals, Setting up Fabrication Shops, Jigs,
Fixtures & Equipment
4 Procure Steel & other Stores
5 Fabrication of Columns, Trusses, Purlins, Bracing, Gantry Girders, other Steel work & Primer
Painting
6 Erection & Fixing of Columns, Trusses, Purlins, Bracings, Gantry Girders & other Steel work
7 Roof Sheeting & Wind Ties
8 Fabricating & Fixing G.I. Gutters & C.I. Rain Water Pipes
9 Dismantle Existing side Sheeting & Sheeting Girders and Refix in New Position. Provide side
sheeting in remaining portion.
10 Erect gable end girders and gable sheeting. Fix glazing frames and glazing.
11 Provide openable two leaf doors.
12 Dismantle existing gable end.
13 Final Painting of steel work14 Disposal of Surplus Material and Claening of Site
3
Month-5 Month-6 Month-7 Month-8
ANNEXURE-I (REFER Para-2.1 of Special Conditions of Contract)
Month-1 Month-2 Month-3 Month-4 Month-9 Month-10
PERIOD
INTEGRATED GENERAL SCHEDULE OF WORK FOR WORKSHOP SHED
NAME OF WORK: Extension of existing workshop and construction of New Shed, Inspection Pits at NTPC MGR Workshop Yard, construction of Foot Over Bridges
in-plant and at Loading Yard and other Ancillary Works at Kahalgaon STPP, Distt :Bhagalpur State: Bihar
S.
No.DESCRIPTION
1 2
1 2 1 2 1 2 1 2 1 2 1 2 1 2 1 2 1 2 1 2
Foot Over Bridges ---- Length 129.00m
1 Mobilization
2 Setting out & Concrete in Foundation
3 Templating, Detailing, Fabrication Drawings & approvals, Setting up Fabrication Shops, Jigs,
Fixtures & Equipment
4 Procure Steel & other Stores
5 Fabrication of Columns, Purlins, Bracing, other Steel work for Stair Case & Bridge ,Primer
Painting
6 RCC in Deck Slab,Landing, Misc. and Finishing works to complete the job.
7 Disposal of Surplus Material and Cleaning of Site
8 Final Painting Commissioning
3
Month-5 Month-6 Month-7 Month-8
ANNEXURE-II(REFER Para-2.1 of Special Conditions of Contract)
Month-1 Month-2 Month-3 Month-4 Month-9 Month-10
PERIOD
INTEGRATED GENERAL SCHEDULE OF WORK FOR FOOT OVER BRIDGES 3 Nos
NAME OF WORK: Extension of existing workshop and construction of New Shed, Inspection Pits at NTPC MGR Workshop Yard, construction of Foot Over Bridges
in-plant and at Loading Yard and other Ancillary Works at Kahalgaon STPP, Distt :Bhagalpur State: Bihar
S.
No.DESCRIPTION
1 2
1 2 1 2 1 2 1 2 1 2 1 2 1 2 1 2 1 2 1 2
Inspection Pits 3 Nos
1 Mobilization
2 Earthwork in excavation
3 Concrete work in Foundation
4 Mix Design
5 Validation of Mix Design
6 RCC in Column and Beams
7 Wearing coat over Plateform
8 Concrete flooring
9 Pipe ,Drains and Manholes
10 Fixing of Bearing Plate and Lewis Bolts
11 Dismantling of existing track
12 Laying of Track
13 Coloured glazed tiles on walls
14 Electrical Work
15 Commissioning
3
Month-5 Month-6 Month-7 Month-8
ANNEXURE-III (REFER Para-2.1 of Special Conditions of Contract)
Month-1 Month-2 Month-3 Month-4 Month-9 Month-10
PERIOD
INTEGRATED GENERAL SCHEDULE OF WORK INSPECTION PITS (3 Nos)
NAME OF WORK: Extension of existing workshop and construction of New Shed, Inspection Pits at NTPC MGR Workshop Yard, construction of Foot Over Bridges
in-plant and at Loading Yard and other Ancillary Works at Kahalgaon STPP, Distt :Bhagalpur State: Bihar
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
SECTION – 3
TECHNICAL SPECIFICATIONS
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
SPECIFICATIONS CIVIL WORKS
1.0 GENERAL
1.1 The steel work shall be executed as per latest relevant IS Specifications, Standards/Codes published by B.I.S. inclusive of all amendments issue thereto or revision thereof, if any, upto the date of receipt of tenders.
1.2 Other Civil Works shall be executed as per CPWD Specifications.
1.3 Railway Track work shall be executed as per relevant RDSO/Railway specifications
1.4 In case specifications are not available, for any items, the decision of the Engineer-in-Charge based on acceptable sound engineering practice shall be final and binding on the contractor.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
SPECIFICATIONS ELECTRICAL WORKS
2.0 ELECTRICAL SPECIFICATION FOR FLOOD LIGHT LUMINAIRE & SON LAMPS For 1x400W MH Lamp: Non-integral Tunnel Luminaire suitable for single tubular high pr. Sodium Vapour lamp as per following details: Housing : Made from extracted Al-housing sections.
Cover : Tempered tounghened protective glass 5mm thick
thermal shock & impact resistant.
Finish : Epoxy powder coated / matt anodized after phosphochromate treatment.
Optics : Reflector made of high purity pre-anodized Al glare free peened sheet.
Lamp holder : In ceramics with silver plated contacts.
Electric Gear : Wired with flexible silicone wire using copper wound ferro-magnetic ballast & p.f. improvement capacitor.
Mounting : Can be mounted on a flat surface.
Bracket type Luminaire for 1x250W SON Lamps: Narrow beam integral flood light luminaire as per following details: Housing : Pressure die-cast Al-alloy (M-24 in IP66 protection).
Cover : Tempered protective toughened lense 5mm thick,
thermal shock & impact resistant.
Finish : Epoxy black powder coated after phosphochromate treatment.
Optics : Reflector made of deep drown virgin polished & anodized facetted Al-sheet.
Lamp Holder : In ceramics with silver plated contacts.
Electric Gear : Integral with housing of appropriate rating including copper wound ferro-magnetic ballast & p.f. improvement capacitor.
Mounting : Surface mounting using built in bracket with wiring & locking facility.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
3.0 SPECIFICATION FOR FLOOD LIGHT LUMINAIRE & METAL HALIDE LAMPS For 1x400W SON Lamp: Non-integral Tunnel Luminaire suitable for single tubular high pr. Metal halide lamp as per following details: Housing : Made from extracted Al-housing sections.
Cover : Tempered tounghened protective glass 5mm thick
thermal shock & impact resistant.
Finish : Epoxy powder coated / matt anodized after phosphochromate treatment.
Optics : Reflector made of high purity pre-anodized Al glare free peened sheet.
Lamp holder : In ceramics with silver plated contacts.
Electric Gear : Wired with flexible silicone wire using copper wound ferro-magnetic ballast & p.f. improvement capacitor.
Mounting : Can be mounted on a flat surface.
Bracket type Luminaire for 1x250W SON Lamps: Narrow beam integral flood light luminaire as per following details: Housing : Pressure die-cast Al-alloy (M-24 in IP66 protection).
Cover : Tempered protective toughened lense 5mm thick,
thermal shock & impact resistant.
Finish : Epoxy black powder coated after phosphochromate treatment.
Optics : Reflector made of deep drown virgin polished & anodized facetted Al-sheet.
Lamp Holder : In ceramics with silver plated contacts.
Electric Gear : Integral with housing of appropriate rating including copper wound ferro-magnetic ballast & p.f. improvement capacitor.
Mounting : Surface mounting using built in bracket with wiring & locking facility.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
4.0 LT DISTRIBUTION (DB) MDB/SDB FOR LIGHTING & FAN CIRCUITS
TPN vertically mounted DB to IS 130 & IP – 42 Protection, universal mounting with
Electrolytic grade Alluminium Bus Bar, Neutral Link, Earthing studs &
interconnecting wires having both sides detachable gland plates with knock – outs
for entry & exist of cables, phase selector switch & 4 – pole Isolator / MCB of 63A
as incoming & outgoing circuit MCB of 6 or 8 way type as required. Minimum
depth of DB shall be 62mm for single door design.
Body shall be made of sheet metal work of thickness 1.2 mm, rust protected phosphated & powder coated.
Size of DB shall be suited to the requirement of no. of ways of circuits. The DB shall empty one Residential Current Breaker either 2-pole or 4-pole as per requirement at with incoming main rated residual current of 100 MA and rated current of 32A or 63A as required.
PLUG & SOCKETS
For individual locations in workshop of 6A/32A with DP/TPN MCB shall be also be of sheet steel enclosure with 2 pin or 3 pin plug and socket provided with MCB (SP or TPN) suitable for flush mounting on wall or surface mounting on structure via wooden plank.
INDUSTRIAL PLUGS & SOCKETS
Industrial Plugs and Sockets shall be of 32A/63A 5-pin (3P+N+PE) having provision for TPN MCB+4-pole RCCB, Socket & MCB+RCCB being housed in a power coated initial enclosure and having a protective cap and plug being metal 38 clad having a PVC/Rubber tube for protection to incoming cables.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
5.0 SPECIFICATION FOR TUBE LIGHT FITTING 1. Decorative fitting with diffuser:
Surface mounting luminarie with opal acrylic diffuser suitable for single / double
28/ 36 / 40 W T/L having been made to following details:
Housing : Treated against corrosion, zinc, phosphated & expoxy powder coated white.
End Caps : ABS Plastic
Diffuser : Opal acrylic
Lamp holder : White polycarbonate with copper contacts & pushfit type
Electric Gear : Wired with flexible PVC wire using electronic ballast.
Mounting : On ceiling or wall with screws or suspended by chairs/conduit of 19 mm dia.
2. Decorative fitting with mirror optics
Surface mounting aesthetically designed luminaire suitable for 2x28/ 2x36W/ 40W T/L.
Housing : Made of sheet steel, stamped, folded & spot welded, corners being in white ABS plastic.
Finish : Treated against corrosion, zinc phosphated & epoxy powder coated white.
Optics : Reflectors made of 99.90% purity pre-anodized AL-sheet of category 2 (L2).
Lamp holder : White polycarbonate with copper contacts & pushifit type.
Electric Gear : Wired with PVC flexible wire, electronic ballast.
Mounting : On ceiling with 4 holes of 5 mm dia / suspended from 2 conduits of 19 mm dia.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
6.0 DETAILS OF FANS OF DIFFERENT TYPES
1.0 Ceiling Fans for Office & Other Buildings:
1.1 Sweep 1200 / 1400 mm, 3-Blades, 340 rpm colour, White/Brown with
standard down-rod & canopies, electronic regulator, etc. complete with fan motor for hanging from ceiling similar to “Riviera” of CG make or any other approved make.
2.0 Exhaust Fan:
2.1 For Testing Lab & other rooms in workshop Heavy Duty, 600 mm, 4-Blades, 1340 rpm Single phase supply connection, colour Grey, totally enclosed heavy duty motor, with die-cast Aluminium rotor mounted on 2 Ball Bearings with arrangement for reversible application (to work as fresh air fan, if needed) and fabricated steel frame having mounting arrangement on wall similar to CG make or any other approved Brand.
2.2 For Toilets Sweep 225/250 mm, 6-Plastic Blades, 1340 rpm colour white with white dome & body, light weight, rust-proof body, self-opening louvers, to protect against birds &rain entry similar to “Cross Air” of CG make or any other approved Brand.
3.0 Air Circulator Fan
3.1 Sweep 600 mm, Impeller of 3-Blades, 1340 rpm single phase supply, colour Blue, with silver colour guard, Heavy duty, oscillation type propeller fan, Bracket type (wall/column mounted) mounting arrangement with accessories similar to CG make or any other approved Brands.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
7.0 SPECIFICATION FOR LAYING OF CABLE
7.1.0 Installation of Cables
It should be ensured that no cable with kinks or similar apparent defects
like defective armouring shall be installed.
7.2.0 Provision of BIS 1255-1983 should be followed in generation for laying of
and installation of cables, code of practice for laying of cables.
7.3.0 Route of the Cable
7.3.1 The route of the cable should be decided before the work of cable laying is
undertaken. It should be got approved from the Engineer-in-charge. A
proper drawing showing the route of the cable should be prepared and got
approved before hand and should be preserved as proper record for
posterity.
7.3.2 Always the shortest possible route should be preferred to economic in the
use of cables. Cables runs should generally follow the fixed development
such of roads, pathways etc. with proper off sets so that the future
maintenance work, identification etc. can be easily done, cross country
runs for shorter problem in identification and maintenance later on.
7.3.3 Care should be taken to avoid the corrosive soil, ground surrounding,
sewage effluent etc. In case, it is not possible to avoid such like corrosive
soils etc., proper protection of the cables should be ensured for avoiding
deterioration at a later stage.
7.3.4 As far as possible, the alignment of cable should be decided taking into
consideration the present and future requirement of other services like
water supply, sewage, telecommunication cables and other electrical LT/HT
cables.
7.3.5 The cable route should be kept adequately away from the drains to avoid
any seepage of water.
7.3.6 There should be adequate distance between LT/HT cables. The cables
should be laid in well demarcated routes along the roads and other fixed
developments.
7.3.7 The cables of different voltage grading and power and control cables should
be laid in different trenches. In case, it is not possible to lay them in
separate trenches, same trench may be used, but in the trench adequate
separation should be ensured.
7.3.8 In case, it is unavoidable to separate HT & LT cables, the high tension HT
cables should be laid below LT cables.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
7.3.9 Wherever the power and telecom cables are to cross each other, the same
should be laid at right angles to avoid interface. Wherever it is unavoidable
to lay them in proximity, horizontal and vertical clearance between the two
should not normally be less than 600 mm.
7.4.0 Railway crossings
7.4.1 Wherever the cables are laid under Railway tracks, the cables should be
laid in RCC/CI/Steel pipes not less than 1000 mm measured from the
bottom of sleeper to the top of the pipe. The pipes shall be laid up to a
minimum distance of 300 mm from the center of the nearest track on other
side.
7.5.0 Laying of cables
7.5.1 Method of laying of cables : The cables shall be directly laid in ground, in
RCC pipes, in open ducts or on surface depending upon the requirement
and site conditions, while deciding the route of the cable at preliminary
stage, it should be ensured that the joint in the cables shall be placed at
most suitable place. Such inaccessible locations like the waterlogged areas,
carriageways, pavements, proximity to telecom cables, water mains, pipes
etc., should be avoided.
7.5.2 Laying directly in ground: The cable should be laid directly in ground wherever it is passing open country, length road/lane etc. The area which is likely to be excavated frequently should be avoided, care is easily possible without affecting the other services in the proximity.
7.5.3 Provision of trenches
Width of trench : The width of trench shall be determined on the following
basis :
The minimum width of cable trench shall be 350 mm, wherever more than
one cable is laid in the same trench in horizontal formation the width of
trench shall be increased such that inter axial distance between the cable
shall be at least 200 mm.
There shall be clearance of 150 mm between the end cables and the sides of the trench.
In addition to the protective cover even the cables laid in the underground trench, a brick on edge should be laid in between the two juxtaposed cables along the direction of the lay of the cable for providing separation
Depth of trench : The depth of trench shall be determined on the following
guidelines :
Normally, cables should be laid in single tier formation, the total depth of
the trench should not be less than 750 mm for cables up to 1.1 KV grade
and 1200 mm for cables above 1.1 KV.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
Wherever it is unavoidable to lay the cables in more than one tier, depth of
the trench should be increased by at least 300 mm for each additional tier
to be formed.
Excavation of trench : To the extent possible, the trench should be
excavated in straight lines. Wherever a change in line is required, suitable
curvature as per Clause 1.11 shall be provided.
In case, gradient has to be provided in the depth of trenches, it should be
provided.
In case, gradient has to be provided in the depth of the trenches, it should
be gradual one.
Manual or mechanical means should be employed for doing excavation.
The soil should be stacked on the side of the trench in such a manner that
it should not fall back the trench.
Due care should be taken to avoid damage to the existing cables, pipes or
other such installations in the proposed route during execution. While
excavating, if route markers, bricks, tiles, bare or protective covers are
encountered, further excavation should not be carried out without the
approval of Engineer-in-charge.
In case, existing property gets exposed during trenching the same should
be temporarily supported or propped adequately as directed by the
Engineer-in-charge. The trenching in such case shall by limited to short
lengths, protective pipes should be laid for passing the existing cables
therein and the trench should be refilled in accordance with Clause 6. In
case there is a danger of collapse or the trench is endangering existing
structure, the site should be well supported before proceeding on with the
excavation work.
The bottom of the trench should be level, free from such, brickbats etc.
Sand cushion of at least 75 mm should be provided under the cables.
7.5.4 Laying of cable in trenches : Before the cable is issued for laying, the
individual cores should be tested for continuity and insulation resistance.
The cable should be removed from drum by amounting the drum on jacks
and spindles of adequate strengths. Care should be taken so that the
supporting arrangement does not creep to one side while the drum is in
rotation.
The cable should be pulled over rollers in trench, steadily and uniformly
and without jerks & strains. The entire cable shall be as far as possible be
paved off in one stretch, however, if this is not possible, the remaining cable
shall be removed by ‘Flaking’ i.e. making one long loop in reverse direction.
After uncoiling that cable and laying in to the trench over rollers, the cables
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
shall be lifted over the roller by helpers standing about 1000 mm apart and
drawn straight. The cable shall then be taken off. The rollers by additional
helpers by lifting the cable and then laying in reasonably straight line.
In shorter runs & sizes up to 50 sq. mm of cables and grade up to 1.1 KV
and any other method with the approval of Engineer-in-charge may be
employed.
After properly straightening the cables, the cores are tested for continuity
and insulation resistance as per clause 1.1 / Pt. IV of IS and the cable is
then measured. The ends of cables should be sealed suitably to avoid
ingress of moisture.
The cable laid in a trench in a single tier formation shall have covering of
dry sand of not less than 150 mm above the base cushion of sand before
the protection cover is laid.
In case of the multi tier formation, after laying the first cable, sand cushion
of 300 mm shall be provided of following tier are required to be provided.
Each of the subsequent tier shall have sand cushion of 300 mm. The top
most cable shall have sand cover of not less than 150 mm before the
protection cover is laid.
Wherever, straight through/Tee/termination joint is to be provided, a
surplus length of 300 mm of cables should be left on both the sides in the
formation of loop. Wherever longer run of cable length is provided, balance
cable may be left at suitable entrance by the Engineer-in-charge.
Wherever the cable is entering buildings, fixed structures like substation
and/or back trenches, surplus length of 300 mm should be left in the
shapes of loop otherwise as decided by Engineer-in-charge. Surplus cable
may be left in the shapes of loop otherwise as decided by Engineer-in-
charge. Surplus cable of some locations as found suitable should be left in
the shape of loop.
7.5.5 Final protection : The cable shall be protected in accordance with clause
5.7 to provide warming to future excavators and also for avoiding any
accidental, mechanical damage by pick axe blows etc.
7.5.6 The cable should be protected with well-burnt bricks. The bricks on face
should be so provided along the length of the cable to the satisfaction of
Engineer-in-charge. Wherever more than one cable is laid in the same
trench, the protection cover for cable should protect at least 50 mm on the
side of the end cables.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
7.6.0 Back filling of trenches
After excavation and laying of cables, the trench should be back filled with
excavated earth, free from stone or other sharp-edge debris and should be
watered, if necessary. A crown of earth of 50 mm should be left in the
center, tapering towards the sides of the trench to allow for subsidence.
The trench should be inspected at regular intervals, particularly during wet
weather and any settlement shall be made good by contractor by further
filling, if required.
Due to cable laying work any disturbance to existing equipments in the
area like roads, pavement, garden should be made good after the cable
laying work is over.
7.7.0 Route markers
Route marker should be provided along straight runs of the cables at
locations approved by the Engineer-in-charge and generally at intervals not
exceeding 100mtrs. Wherever the cable route is changing or it is entering a
fixed installation, route markers should be provided. Route marker shall
also be provided at joints of cable.
Router marker shall also be made out of 100 x 200 mm CI/GI plate, welded
or bolted on two 25 x 35 x 6 mm angle iron 500 mm long. The said route
marker shall be mounted parallel to and at a distance of 500 mm from the
edge of the trench.
The ward cables, the level of voltage, size of cable should be inscribed on
the route marker.
7.8.0 Cable Identification Tag
Cable marker should be provided where more than one cable is laid in juxta
posted configuration. The marker tags as approved described with cable
identification details shall be permanently attached to all the cable in the
manhole pull pits/entering points in the buildings through open duct.
7.9.0 Laying of Cables in Pipes/Closed Ducts
Wherever the cable is to cross road, enter in to any building, be mounted on
poles be laid in paved areas, the cable shall be laid in pipes or closed ducts.
GI/CI/RCC pipes shall be used for such purposes. The diameter of such
pipes shall be adequate for passing of cables. The pipes shall be laid in
suitable bed provided on the ground. Sand cushion/brick/ tiles if required
can be provided under the pipe. The pipe should be filled with sand after
laying the cable inside. The top surface of pipes shall be at a minimum
depth of 1000 mm from the ground level.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
The pipe on road crossings should be laid on the skew to reduce the angle
of bend as the enters the leaves crossing. This is very important for high
voltage cables, if the cable is to be laid in duct, suitable manholes cut outs
at convenient distance should be provided for facilitating inspection and /
or sheathing.
Pipe shall be continuous and clear of any debris before drawing of cables
sharp edges at ends should be smoothened to prevent injury to cable
insulation and/or sheathing.
Wherever pipes are provided for entry of cables in to building, the same
slope downward and other ends shall be sealed to prevent entry of water
inside the building.
All census and passages necessary for the laying of service cables shall be
cut as required and made good to the original finish to the satisfaction of
the Engineer-in-charge.
Cables grip/draw wire and winches etc. be employed for drawing cables
through pipes/close ducts etc. without damaging the conductor and
insulation and ensuring proper safety.
7.10.0 Laying in Open Ducts
Open duct with suitable removable covers should be preferred in sub-
stations, switch rooms, plant rooms, generator rooms and workshop etc.
the cable ducts should be of suitable dimensions so that the cable shall be
laid conveniently, if required, the cable can be fixed with clamps on the
walls of the ducts. The ducts shall be covered with removable RCC slabs of
suitable dimension MS chequeried plate covers so that covers can be lifted
conveniently for maintenance and replacement.
The ducts shall be filled with dry sand after the cable is laid and corners
are finished with cement plaster specially in high voltage application.
No joint/splices should be permitted inside the ducts. As far as possible,
laying of cable with different voltage grade in the same duct should be
avoided.
7.11.0 Laying on Surface
In the switching station, factories, tunnels and for raising main through
special rack ways, the laying of cable on surface should be done. The cable
shall be laid in troughs are brackets at regular intervals are directly cleaned
to wall ceiling. The cable shall be laid over brackets support and clamps to
prevent undue sag.
The cable clamps should be made for material such as mild steel, porcelain,
wood, aluminum, PVC, epoxy materials. These should be non-magnetic
and non-corrosive in nature.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
7.12.0 Laying on MS Ladder Tray
The cable shall be laid in the existing MS ladder tray in straight line as far
as possible and shall be clamped properly by providing suitable clamps as
per site requirement.
Normally, the distance between each clamp of one cable shall not be more
than 1.5 M (approx.)
7.13 CABLE TESTING
7.13.0 Testing
7.13.1 All cables before laying should be tested with 500 V megger up to and
including 1.1 Kv grade or with 5000 V megger for cables of higher voltage.
The cables cores should be tested for continuity, insulation, resistance etc.
All cables should be tested during laying and before covering. After laying
and jointing the cable should be covered. After laying and jointing the
cables should be subjected to a 15 minutes pressure test.
7.13.2 After laying of cables and jointing the cables should be subjected to a high
voltage test as per guidelines of BIS:1255-1983 and the results are
recorded.
7.13.3 In case high voltage test is not possible at site, the cables should be tested
for one minute with 1000 V megger up to 1.1 Kv grade and with 2500 /
5000 V megger for cables of higher grade.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
8.0 SPECIFICATION FOR EARTHING
EARTHING OF SUB-STATION
The earthing shall confirm to the following specification. For other details not
covered under this specification the IS:3043 shall be referred to. The contractor
shall get the earthing arrangement approved by the purchaser.
TYPE
Copper plate and G.I palate earth electrode shall be provided for earthing.
ARRANGEMENTS
Minimum number of earth electrode to be provided in the Sub-station shall be 10
nos. /4 nos. For HT equipment’s, transformer earthing, 2 nos. For LT equipment’s
earthing and 4nos. Copper plate earthing electrode for transformers neutral
earthing.
G.I PLATE EARTH ELECTRODE
Such earth electrodes for earthing of various HT/LT equipment shall be provided
with 60cm x 60cm x 6mm G.I plate and shall be held vertical in ground with its
top not less than 3.0 mtr. below ground level.
A watering pipe of 20mm dia of medium class G.I pipe shall be provided and
attached to the electrodes down in the attached drawing. A funnel with mesh shall
be provided on top of this pipe for water the earth. The watering funnel
attachment shall be housed in masonry enclosure of not less than 40cm x 40cm x
30cm (inner size) and 10 cm thick.
Earthing shall confirm to IS:3043/66 I.F. Rules No. 67 (latest)
G.I earth strip of size 40mm x 10mm shall be securely bolted on the plates with
two bolts, nuts, checkouts and washers all of CADMIUM PLATED, portion of this
strip in ground/floor shall be taken through G.I pipe 50 mm dia medium class,
burried 30 cms below ground to gruard against mechanical damage. The strip
shall be connected to the earth terminals of various HT/LT equipments by means
of cadium plated nuts bolts and washers. To bring down the earth resistance,
every earth electrode shall be surrounded by charcoal and salt as indicated in the
drawing with hinged MS sheet plate 8 mm thick having locking arrangement.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
COPPER PLATE EARTH ELECTRODE
Such earth electrodes for neutral grounding of transformers shall be provided with
600x600x3.15mm copper plate and shall be held vertical in ground with its top not
less than 3 mtrs. below ground level.
A watering pipe of 20mm dia of medium class G.I pipe shall be provided and
attached to the electrodes down in the attached drawing. A funnel with mesh shall
be provided on top of this pipe for watering the earth. The watering funnel
attachment shall be housed in masonry enclosure of not less than 40cm x 40cm x
30cm (inner size) and 10 cm thick. Earthing shall conform to IS:3043/66 I.F.
Rules NO. 67 (latest).
Copper strip of size 40 x 6mm shall be securely bolted on the plate with two bolts,
nuts, chuck nuts and washers and as required. Portion of this strip on ground
floor shall be taken through G.I pipe 50 mm dia medium class, buried 30cms
below ground to guard against mechanical damage. The strip shall be connected
to the neutral terminals to transformers by means of tipped brass bolt nut and
washers and as required. To bring down the earth resistance every earth electrode
shall be surrounded by charcoal and salt as indicated in the drawing a earthing
masonry enclosure shall be provided with hinged MS sheet plate 8 mm thick
having locking arrangement.
LOCATION OF EARTH ELECTRODES
G.I. PLATE EARTH ELECTRODE COPPER PLATE EARTH ELECTRODE
2 for HT Panel x 2
2 for LT Panel x 2
2 for Transformer x 2 4 for Neutral grounding (2 nos. for each
transformer)
Total 12 nos. 4 for (2 nos. for each transformer)
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
LOCATION OF EARTH ELECTRODE
Normally an earth electrode shall not be situated less than 1.5m away from
any building. Care shall be taken that the excavation for earth electrode
may not affect the column footing for foundation of the building in such
cases the electrode may be located further away from the building.
Location of the earth electrode will be such where the soil has a reasonable
duration of remaining moist as far as possible, Entrance, pavements and
roadways are definitely to be avoided for location the earth electrodes.
Artificial treatment of soil : In case there is no option of site and earth
electrode resistance is high, the earth electrode resistance shall be reduced
by artificial treatment of the soil. For this purpose the most commonly
used substance are Sodium Chloride (Common salt) mixed with soft coke or
charcoal in suitable proportions, when this treatment is resorted. The
electrode shall be completely surrounded by charcoal and salt.
Method of Connecting, Earthing Lead to Earth Electrode: Earthling
lead shall be connected to earth Electrode by means of bolts and nuts
washers and as required. All material used for connecting the earth lead
with earth electrode shall be galvanised/Tinned. The earthing lead shall be
securely connected the other end of the equipment.
Protection of Earthing Lead: The earthing lead from earth electrode shall
be suitably protected from chemical injury. The protection with in the
building shall be recessed in wall and floor at adequate depth, (Para 16.9 of
CPWD General Specification of Electrical works Pt. 1/Internal 1972)
Resistance of Earth Electrode : No Earth Electrode shall have greater
than one Ohm resistance (Para 1.6.11 of CPWD General Specification of
Electrical Works Pt. 1/Internal 1972).
Earth plate of MS sheet 14 SWG size 225 x 1125mm duly painted with
black enamel shall be fixed with cement sand and other mixture and
written by yellow enamel paint of suitable depth in a conception location
near the each earth electrode (Total 20 nos.)
1. Earth No. ____________________________
2. Individual resistance ___________________
3. Over all resistance ____________________
4. Tested on date _______________________
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
9.0 VENDOR’S LIST
S
No.
Brief Description of
Item
Ref. And No. of the
Specification
Approved Sources
1. LT Main Distribution
Panel
CPRI Approved Advance / N. Delhi, Control &
Switch Gear/ N. Delhi.
2. Air Circuit Breaker IS:13947/Part-I to III
(Latest Version) as
applicable
L&T,Siemens, Schneider.
3. Moulded Case Circuit
Breaker
IS:13947/Part-III Latest
Version
Schneider, Siemens, L&T
4 Measuring Instrument IS:1248/IEC-51 IEC-
1010 BS-89
AE Ltd., MECO
Instruments,Motwani, L&T,
NationalInstruments/Kolkata/
Chennai
5.
Indication Light Relevant IS AE, Siemens, Control &
Switchgear
6. Selector Switch Relevant IS AE,L&T, Kaycee, English Electric
7. PVC Insulated Copper
Conductor Cable
694/1977 (Latest
Version)
Grandlay, Finolex Cable
Ltd.,CCI,, Asian Cable
Corporation, Oriental Power
Cable, Fort Gloster, Universal
Cable Ltd., DECO Industries,
SKY TONE.
8 Thimbles/Lugs Relevant IS GJ Metal Works, Universal
Machine, Klipon System and
Electrical/ Kolkata,Dowell’s.
9. Trivector Meter IS:13779 (Latest
Version)
L&T, Secure Meter, MP/Mumbai,
Enercon, National Instrument/
Chennai
10. Distribution Board,
Miniature Circuit
Breaker
IS:8825/1996 Latest
Version) &
8623/1993/Part I to III
(Latest Version)
Legrand (MDS),
Schneider,Siemens.
11 Industrial Iron Clad
Socket
IS: 309 (Latest Version) Siemens (MDS), Schneider, CG,
Havell’s
12. PVC Casing & Capping Relevant IS AKG, Precision
13. Transformers IS:2026/Part I to
IV/1977 (Latest
Version)
Crompton, ALSTOM, Kirloskar,
Bharat Bijiee, NGEF, BHEL,
Indian Transformers &
Electricals.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB (SPECIFICATIONS)
S
No.
Brief Description of
Item
Ref. And No. of the
Specification
Approved Sources
14 HT XLPE Cable 7098/Part-II/1985 NICCO Corporation, Fort Gloster,
IndustrialCable India Ltd., Cable
Corporation of India Ltd.,
Universal Cable Ltd., Asian Cable
Corporation Ltd., SKYTONE
15. LT XLPE Cable 7008/Part-I/1985 FortGlaster/Kolkata,INCAB/Kolk
ata, ICCO/Kolkata,UNIVERSAL/
Satna, RPG/Thane, CI/Mumbai,
SKYTONE/Faridabad,UNIFLEX
Mumbai,ICL/Patiala,TORRENT/
Ahemdabad,
16. Relay IS:3842 (Latest Version) ALSTOM, ABB, L&T
17. Metal Halide/Son Light
Fittings
IS:10322/Part-V (Sec-
IV1987
Philips, Bajaj, Crompton
Greaves.
18. Metal Halide/Son
Lamps
9974/Part-VI/1981 ? OSRAM, PHILIPS, Bajaj, CG
19. Heat Shrinksble End
Termination Kits for
11/6.6 KV XLPE Cable
IS:13573 (Latest
Version)
Yamuna Gases & Chemical Ltd.,
Mohindra Engg. & Chemical
Product, Raychem, Hari
Consolidated
20. Gang –Operated Switch
with Drop –Out Fuse,
etc.
- ABA, L&T,Anand Electric, Vijay
Elecyric.
21. Electrical Energy Meter IS:13779 (Latest
Version)
AE, L&T, HPL, Enercon.
22. Modular Type Switch,
Socket,
etc.
IS:3354/1988
Anchor, Cona, SSK, Siemens,
Legrand
23. Musical Bell
- Anchor, Cona, SSK
Note 1. Item for which approved source are not available shall be ISI marked
2. Item for which ISI is not available should be got approved
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB
SECTION – 4
DRAWINGS
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB
LIST OF TENDER DRAWINGS
S.N. CIVIL WORKS Drawing Particulars Title
1
GA Drawing for Extension of Existing 25M X 55 M Shed by 25MX35M with 25 T Gantry Crane & Proposed Shed 15M X 90 M with 40 T Gantry Crane (Drawing No. VCC/NTPC/KAHLGN/Workshop Shed/2006/47)Sheet -1.
TD-1
2 Drawing for Inspection Pits No. VCC/NTPC/KHLGN/INSP.PIT/2006/71(2 SHEETS).
TD-2
3 Details of Truss T1,T2,T3 & T3-A TD-3
4 Detail OF 25 T CAPICITY GANTRY Girder (Drawing No. VCC/NTPC/KAHALGN/WORKSHOP SHED/2006/47 SHEET 9).
TD-4
5 Detail OF 40 T CAPACITY GANTRY GIRDER (Drawing No. VCC/NTPC/KAHALGN/Workshop Shed/2006/47 SHEET 10).
TD-5
6
GA Drawing for FOB 1850MM Wide at CH: (-) 0/163.50 & CH : 0/338.50 IN THE PLANT YARD AT KAHALGAON( DRAWING NO : NTPC/VCC/KAHAL/F.O.B/2005/8A (SHEET 1 OF 2)
TD-6
7 -DO- (SHEET 2 OF 2)
TD-7
8 TYP.DETAIL OF STAIRCASE Drawing No. VCC/NTPC/KAHALGAON/FOB/2006/10/R1 (Sheet 1of 1)
TD-8
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB
S.
NO. ELECTRICAL DRAWING NO. BRIEF DESCRIPTION
1. VCC/NTPC/KHLG/ELECT-2007-20 R2 Schematic Power Distribution
Arrangement
2. VCC/NTPC/KHLG/ELECT-2006-90 R2 Electrification of Loco shed
3. VCC/NTPC/KHLG/ELECT-2007-22 R1 Plan showing the location of
MDBS and SDBS
4. VCC/NTPC/KHLG/ELECT-2007-31 Electrification of Office Complex
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB SECTION 5
- 1 -
SECTION-5
LETTER OF BID, QUALIFICATION AND OTHER
INFORMATION PROFORMA
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB SECTION 5
- 2 -
PROFORMA: 1
[Refer clause 12.1 (b) of NIT & ITB]
TENDER FORM
(Letter of Bid) To,
RITES LTD.
13-KM Stone, NH-24, Lucknow–Sitapur Road, Lucknow-227208
(For and on behalf of M/s NTPC Ltd. under redeemable Power of Attorney)
I/We have read and examined the bidding documents relating to “Extension of existing workshop and construction of New Shed,Inspection Pits at NTPC MGR Workshop Yard, constructionOf Foot Over Bridges in-plant and at Loading Yard and Other ancillary works for NTPC KahalgaonSTPP,
I/We hereby tender for execution of the works referred to in the aforesaid
documents upon the terms and conditions contained or referred to therein and in
accordance in all respects with the specifications, designs, drawings and other
relevant details at the rates contained in Vol. II Schedule of Works & Rates
(Packet-II) and within the period of completion as stipulated in the bidding
documents.
In consideration of I/We being invited to tender, I/We agree to keep the tender
open for acceptance for 120 days from the due date of submission thereof and
not to make any modifications in its terms and conditions, which are not
acceptable to the Corporation.
A sum of Rs. 6,20,000 (Rupees Six lacs twenty thousand only) is hereby
forwarded in form of Pay Order/Demand Draft no. ......................... dated
................... drawn on ..................... (Bank) in favour of RITES Ltd. payable at
Lucknow as earnest money. If I/We fail to keep the tender open as aforesaid or
make any modifications in the terms and conditions of the tender which are not
acceptable to the NTPC/RITES, I/We agree that the NTPC/RITES shall, without
prejudice to any other right or remedy, be at liberty to forfeit the said earnest
money absolutely. Should this tender be accepted, I/We hereby agree to abide
by and fulfill all the terms, conditions and provisions of the aforesaid documents.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB SECTION 5
- 3 -
If, after the tender is accepted, I/We fail to commence the execution of the works
as provided in the Conditions, I/We agree that the NTPC/RITES shall without
prejudice to any other right or remedy be at liberty to forfeit the said earnest
money absolutely.
The Bidder is a sole proprietorship * / partnership * / Pvt. Ltd.* / Limited * Company
engaged in the profession of ___________________________working in the
name & style as given below:
Attested copy of Sole proprietorship Affidavit * / partnership deed * / Certificate of
incorporation and Memorandum & Articles of Association * as the case may be
is enclosed.
* strike out whichever is not applicable.
Signature ___________________
Name in block letters ______________
in the capacity of ________________duly
authorized to sign the tender on behalf of
the _______________
Dated ________________
Postal Address ______________
___________________________
Telephone No. ________________
Witness ...............................
Date ....................................
Address ..............................
Note: To be signed by legally authorized signatory on behalf of the bidder .
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB SECTION 5
- 4 -
PROFORMA: 2
[Refer clause 12.1 ( c) of NIT & ITB]
Bidder’s Information Sheet
Bidder’s legal Name
Address
Telephone Numbers
Fax Numbers
1.
email Address
2. Bidder’s constitution (whether Proprietorship/ Partnership/ Pvt. Ltd./Limited Company).
3. Bidder’s year of constitution/ Incorporation
Bidder’s authorized representative
Name
Address
Telephone Numbers
Fax Numbers
4.
email Address
Attached are self attested copies of the following original documents:
1. In case of single entity, articles of incorporation or constitution of the legal
entity named above viz. Sole proprietorship Affidavit*/ Partnership deed*/
Certificate of incorporation and Memorandum & Articles of Association*
2. Authorization to represent the Bidder (Firm named above) viz. Power of
Attorney*/ Board Resolution*.
.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB SECTION 5
- 5 -
Signature ___________________
Name in block letters ______________
in the capacity of ________________duly
authorized to sign the tender on behalf of
the _______________
Dated ________________
Postal Address ______________
___________________________
Telephone No. ________________
• strike out whichever is not applicable.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB SECTION 5
- 6 -
PROFORMA: 3
[Refer clause 12.1(j) of NIT & ITB]
FORMAT FOR POWER OF ATTORNEY FOR AUTHORISED
SIGNATORY
POWER OF ATTORNEY
(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant stamp Act. The stamp paper to be in the name of the company who is issuing the power of Attorney) Know all men by these presents, we ……………………………….[ name of the bidder with address of the registered office] ……………………….. do here by appoint and authorize Mr / Mrs………………………………………………… [name and residential address] ……………………………………………….. who is presently employed with us and holding the position of ………………………….. as our Attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our bid for the work of ……………………. [Insert name of work] ………………………………………… including signing submission of all documents and providing information/responses to NTPC/RITES Ltd representing us in all matters, dealing with NTPC/RITES Ltd in all matters in connection with our bid for the said project. We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of attorney and that all acts, deeds and things done by our aforesaid attorney shall always be deemed to have been done by us. Dated this the ………………… day of ……………………… 200…. (signature of authorized Signatory) ……………………………………………… (Signature and Name in Block letters of Signatory) Witness Witness 1: Witness 2: Name: Name: Address: Address: Occupation: Occupation: *Notes:
i) The mode of execution of the Power of Attorney should be in accordance with
the procedure, if any, laid down by the applicable law and the charter documents of the executants(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB SECTION 5
- 7 -
ii) To be signed by legally authorized signatory who should hold an authority / Power of Attorney to execute the above document on behalf of the company or firm. In case of the company, an authenticated copy of Board resolution in this effect should be attached.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB SECTION 5
- 8 -
PROFORMA: 4
[Refer clause 2.1, 2.3 & 12.1 (d) of NIT & ITB]
Statement of Annual Turnover and Profit
(To be submitted by the Bidder)
Name of the Bidder ___________________________
Figures Rs. in lacs
Annual Turnover S.
No.
Financial
Year Actual Updated *
Profit (Net) Remarks
1 2009 – 2010
2 2008 – 2009
3 2007 – 2008
4 2006 – 2007
5 2005 – 2006
Self Attested
copies of
Audited Annual
Accounts and
Profit & Loss
Statements
along with
Schedules are
enclosed
* Updated to 2010-2011 level by compounding with weightage of 5% per year.
Signature ___________________
Name in block letters ______________
in the capacity of ________________duly
authorized to sign the tender on behalf of
the _______________
Dated ________________
Postal Address ______________
___________________________
Telephone No. ________________
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING /Workshop & FOB SECTION 5
- 9 -
PROFORMA: 5
[Refer clause 2.2 & 12.1 (d) of NIT & ITB]
Statement Showing Details of Similar Works Completed during the last 5 years
Name of the Bidder__________________________________
Date of Completion S. No. Name of Work
and location
Letter of
Award
/Agreement
No. & Date
Scope of
Work
carried out
by the
bidder
Contract
Value of
Work
Value of
materials
supplied
free by the
client
Date
of
start As per
LOA/
Agreement
Actual
Updated value
of work
(compounded
with
weightage @
5% per year)
Client’s
Name
and
Complete
Address
Reasons
for delay in
completion
if any
Documentary evidence is enclosed:
Signature ___________________
Name in block letters ______________
in the capacity of ________________duly authorized to sign the tender on behalf of the _______________
Dated ________________
Postal Address ______________
Telephone No. ________________
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING /Workshop & FOB SECTION 5
- 10 -
PROFORMA: 6 [Refer clause 2.4 & 12.1 (d) of NIT & ITB]
SOLVENCY CERTIFICATE FROM A NATIONALISED OR A SCHEDULED BANK
This is to certify that to the best of our knowledge and information, M/s ________________________, having their registered office at _____________, a customer of our bank is a reputed company with a good financial standing and can be treated as solvent to the extent of Rs. ___________. This certificate is issued without any guarantee or risk and responsibility on the Bank or any of its officers.
Signature with date Senior Bank Manager (Name of Officer
issuing the Certificate) Name, address & Seal of the Bank/ Branch
Note: Banker’s Certificate should be on letter head of the Bank.
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING /Workshop & FOB SECTION 5
- 11 -
PROFORMA: 7
[Refer clause 2.6 & 12.1 (e) of NIT & ITB]
AFFIDAVIT
(On non-judicial stamp paper of Rs. 10/- duly attested by Notary/Magistrate)
Name of Work: - “Extension of existing workshop and construction of New Shed, Inspection Pits at NTPC MGR Workshop Yard, construction of Foot Over Bridges in-plant and at Loading Yard and Other ancillary works for NTPC Kahalgaon STPP
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING/Workshop & FOB-R1
This is to certify that We, M/s..............................................(Bidder), in submission of
this offer,
i) Have not made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements.
ii) Do not have records of poor performance such as abandoning the completion, litigation history or financial failures etc.
iii) Business has never been banned with us by any Central/State Govt. Departments/ Public Sector Undertakings or Enterprises of Central/ State Govt.
iv) Have submitted all the supporting documents and furnished the relevant details as per the prescribed format.
v) The information and documents submitted with the tender by me / us are correct and I / we are fully responsible for the correctness of the information and documents submitted by me.
vi) Understand that in case any statement / information / document furnished by us is found to be incorrect or false, our EMD in full is liable to be forfeited.
Signature ___________________
Name in block letters ______________
in the capacity of ________________duly
authorized to sign the tender on behalf of
the _______________
Dated ________________
Postal Address ______________
___________________________
Telephone No. ________________
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING /Workshop & FOB SECTION 5
- 12 -
PROFORMA: 8
[Refer clause 32.1 (A) (b) of NIT & ITB]
Proforma for Performance Security BG
To,
The Group General Manager (P) Bank Guarantee No. RITES Limited Rs. Lucknow Effective date: Performance Security Bank Guarantee Bond
1. WHEREAS ………………………….. (hereinafter referred to as” the
Contractor” )has undertaken in pursuance of letter of acceptance No.
……………………………………. dated …………. and subsequent Contract
Agreement made / to be made to execute the work of …………………….
(Hereinafter called the said agreement) and the Contractor having agreed to
production of a irrevocable bank guarantee for ……………… as a Security/
Guarantee for compliance of his obligations in accordance with the terms and
conditions of the contract.
2. We …………… (hereinafter referred to as “ The Bank”) hereby undertake to
pay to the RITES Ltd. for and on behalf of NTPC Ltd. as an agent and Power of Attorney Holder an amount not exceeding …………… on demand by RITES Ltd. for and on behalf of the NTPC Ltd. as an agent and Power of Attorney Holder.
3. We …………….. do hereby undertake to pay the amounts due and payable
under this guarantee without any demur, merely on a demand from RITES Ltd. for and on behalf of the NTPC Ltd. as an agent and Power of Attorney Holder stating that the amount claimed is required to meet the recoveries due or likely to be due from the said contractor (s). Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this guarantee. However our liability under this guarantee shall be restricted to an amount not exceeding ……………….. .
4. We the said Bank further under take to pay RITES Ltd. for and on behalf of
NTPC Ltd. as an agent and Power of Attorney Holder any money so demanded not withstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto our liabilities under this present being absolute and
TENDER NO. RITES/PO-LKO/NTPC/KSTPP/DOUBLING /Workshop & FOB SECTION 5
- 13 -
unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the Contractor (s) shall have no claim against us for making such payment.
5. We, ………………… further agree that the guarantee herein contained shall
remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all dues of RITES Ltd. for and on behalf of NTPC Ltd. as an agent and Power of Attorney Holder under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer – in – Charge of RITES Ltd. for and on behalf of the NTPC Ltd. as an agent and Power of Attorney Holder certified that the terms and conditions of the said agreement have been fully and properly carried out by the said contractor (s) accordingly discharges this guarantee.
6. We, ……….. further agree that RITES Ltd. for and on behalf of the NTPC Ltd.
as an agent and Power of Attorney Holder shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor (s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the RITES Ltd. for and on behalf of NTPC Ltd. as an agent and Power of Attorney Holder against the said contractor (s) and to forbear or enforce any of the terms and conditions relating to the Said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor (s) or for any forbearance, act of omission on the part of RITES Ltd. for and on behalf of NTPC Ltd. as an agent and Power of Attorney Holder or any indulgence by the RITES Ltd. for and on behalf of NTPC Ltd. as an agent and Power of Attorney Holder to the said contractor (s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision have effect of so relieving us.
7. This guarantee will not be discharged due to the change in the constitution of
the Bank or the contractor(s).
8. We, …………….. lastly undertake not to revoke this guarantee except with the previous consent of the RITES Ltd. for and on behalf of the NTPC Ltd. as an agent and Power of Attorney Holder in writing.
9. This guarantee shall be valid w.e.f ………… to …………… unless extended
on demand by the RITES Ltd. for and on behalf of NTPC Ltd. as an agent and Power of Attorney Holder. Not withstanding anything mentioned above, our liability against this guarantee is restricted to …………………….. and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.
Dated the …….. day of ……………. For …………………. .
General Construction Schedule Extension of workshop at NTPC / STPP / KAHAL GAON
1 2 3 4 5 6 7 8 9 10 11 12 13 14
1 Mobilization
2 Construction of New Electric Switch Room and transformer enclosure
3 Commision new electric switch Room & dismantle existing switch Room and transformer enclosure
4 Setting out & Provide column foundations
5
Templating , detailing, Fabrication drawings & approvals, Setting up fabrication shops, Jigs, fixtures
& equipment
6 Procure steel & other stores
7 Fabrication of columns, trusses, purlins, bracing, gantry girders, other steel work & primer painting
8 Erection & fixing of columns, trusses, purlins, bracings, gantry girders &other steel work
9 Roof sheeting & wind ties
10 Fabricating & fixing G.I Gutters & C.I rain water pipes
11
Dismantle existing side sheeting & sheeting Girders and Refix in new position. Provide side
sheeting in remaining portion
12 Erect gable end girders and gable sheeting. Fix glazing frames and glazing
13 Provide openable two leaf doors.
14 Dismantle existing gable end
15 Construct buildings and wall at north end of 15m X 90m shed
16 Construct 3 Nos inspection pits
17 Construct drains , manholes, gully chambers etc
18 Final painiting of steel work
19 Construction of foot over bridges
20 Flooring, misc and finishing works to complete the job
21 Disposal of surplus material and cleaning of site