204
एनटीपीसीबीएचईएलपॉवरोजेसाइवेटलिटेड NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I ____________________________________________________________________________________ Corporate Identity Number: U40102DL2008PTC177307 Delhi Office: 4 th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi 110092 Tel. # 011-43001854 / 1894 Plant :Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor 517620 (A.P.) Tel.# 91-877-2233701 Registered Office:NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003 website: www.nbppl.in Ref.: NBPPL/MM/PALT/E-1078/15 Date: 23.04.2015 To, M/s.................................... .................................... ..................................... Kind Attn:................................................. Email Id: ............................................ Ph: ......................................Mob: .............................. (The details in above may please be filled by bidder) Dear Sir, Subject: Invitation for Bid for Manufacturing, supply of LT Power Cables, sreened Control Cables & LT PVC Control Cablesfor 2X363.3MW, OTPC, CCPP, PALATANA, TRIPURA. 1.0 We are pleased to invite your offer in TWO-PART BID SYSTEM in sealed covers for the subject package with following details: Sl. Description Details 1 Name of the Package: Design, engineering, manufacture, inspection, testing, packing at manufacturer’s works, / his sub- vendor’s works, delivery at site of LT Power Cables , Screened control cables & LT PVC Control cables as per Specification No. PE-TS-319-507-E002, Rev.02, PE-TS-319-507-E004, (REV.01), PETS319507E003 Rev 00 for 2X363.3 MW, Palatana, Tripura. 2 Completion of Supply 3 Months from the date of PO. 3 Tender reference No. & Date NBPPL/MM/PALT/E-1078/14 Date: 23.04.2015 4 Tender Fee in Rs. NOT APPLICABLE (NA) 5 Bid Security in Rs. NOT APPLICABLE (NA) 6 Website &Start date of down loading www. nbppl.in/tender; 23.04.2015 7 Due date, Time& Place of submission of tenders 07.05.2015; 14.00 Hrs. Dy. General Manager (MM), Power EquipmentManufacturing Plant, Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Dist. Chittoor 517620 (A.P.) 8 Place, Time & date of Technical bid opening NBPPL, Power EquipmentManufacturing Plant, Y.S.R. Puram, Village Mannavaram, Sri kalahasti Mandal, Dist. Chittoor 517620 (A.P.) At 15.00 Hrs. on due date of opening. 9 Price Bid Opening To be intimated later to all technically Qualified Bidders. 10 Addenda/Corrigenda/Amendments Such cases shall be hosted in website &Bidder should regularly visit our website to keep themselves updated.

NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

एनटीपीसीबीएचईएलपॉवरप्रोजेक्ट्सप्राइवेटलललिटेड

NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL)

SECTION-I

____________________________________________________________________________________ Corporate Identity Number: U40102DL2008PTC177307 Delhi Office: 4

th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894

Plant :Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel.# 91-877-2233701 Registered Office:NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003 website: www.nbppl.in

Ref.: NBPPL/MM/PALT/E-1078/15 Date: 23.04.2015

To,

M/s.................................... .................................... ..................................... Kind Attn:................................................. Email Id: ............................................ Ph: ......................................Mob: .............................. (The details in above may please be filled by bidder)

Dear Sir,

Subject: Invitation for Bid for Manufacturing, supply of “LT Power Cables, sreened Control Cables & LT PVC Control Cables” for 2X363.3MW, OTPC, CCPP, PALATANA, TRIPURA.

1.0 We are pleased to invite your offer in TWO-PART BID SYSTEM in sealed covers for the subject package with following details:

Sl. Description Details

1

Name of the Package:

Design, engineering, manufacture, inspection, testing, packing at manufacturer’s works, / his sub-vendor’s works, delivery at site of LT Power Cables , Screened control cables & LT PVC Control cables as per Specification No. PE-TS-319-507-E002, Rev.02, PE-TS-319-507-E004, (REV.01), PE–TS–319–507–E003 Rev 00 for 2X363.3 MW, Palatana, Tripura.

2 Completion of Supply 3 Months from the date of PO.

3 Tender reference No. & Date NBPPL/MM/PALT/E-1078/14 Date: 23.04.2015

4 Tender Fee in Rs. NOT APPLICABLE (NA)

5 Bid Security in Rs. NOT APPLICABLE (NA)

6 Website &Start date of down loading www. nbppl.in/tender; 23.04.2015

7 Due date, Time& Place of submission of tenders

07.05.2015; 14.00 Hrs. Dy. General Manager (MM), Power EquipmentManufacturing Plant, Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Dist. Chittoor – 517620 (A.P.)

8 Place, Time & date of Technical bid opening

NBPPL, Power EquipmentManufacturing Plant, Y.S.R. Puram, Village Mannavaram, Sri kalahasti Mandal, Dist. Chittoor – 517620 (A.P.)

At 15.00 Hrs. on due date of opening.

9 Price Bid Opening To be intimated later to all technically Qualified Bidders.

10 Addenda/Corrigenda/Amendments Such cases shall be hosted in website &Bidder should regularly visit our website to keep themselves updated.

Page 2: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

एनटीपीसीबीएचईएलपॉवरप्रोजेक्ट्सप्राइवेटलललिटेड

NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL)

SECTION-I

____________________________________________________________________________________ Corporate Identity Number: U40102DL2008PTC177307 Delhi Office: 4

th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894

Plant :Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel.# 91-877-2233701 Registered Office:NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003 website: www.nbppl.in

2.0 The Bid documents of this tender consisting of following:

Section I : Notice Inviting Tender (NIT)

Section II : Technical Specification (TS)

Section III : Price Schedule (PS) or Schedule of Quantities (SOQ)

Section IV : Special Conditions of Contract (SCC)

Section V : General Conditions of Contract (GCC)

Note:

i. Only NIT is being sent by e-mailto prospective bidders.

ii. All other Documents are to be downloaded by the bidder from NBPPL website www.nbppl.in/tenders

the procedure for downloading the tender documents is attached with the e-mail.

iii. A copy of NIT is to be returned us duly signed& sealedfor our record.

3.0 The Bid shall be submitted in a sealed envelope super-scribing above NIT reference and due date of opening.

4.0 Your best quotation/offer for the above requirement, in line with the terms and conditions of bidding documents, should either be delivered in person or sent by SPEED POST/REGISTERED POST, to latest by 14:00 Hrs. on last date of receipt of tenders.

5.0 Tenders submitted by post shall be sent by “ACKNOWLEDGEMENT DUE / BY COURIER” for any

postal/courier delays. NBPPL takes no responsibility for delay, loss or non-receipt of tenders sent by post/courier. The tenders received after the specified time of their submission are treated as ‘Late Tenders’ and shall not be considered under any circumstances.

6.0 Tenders shall be opened by authorised officer of NBPPL at place, date and time as specified in the NIT,

in the presence of such of those tenderers or their authorised representatives who may be present. The technical Bids i.e. Part I shall be opened on the last date of receipt of tenders at 15:00 Hrs.

7.0 Offers from tenderers who are under block list/ suspension (banned) by any Unit/Region/Division of BHEL/ NTPC as on last date of submission of tender shall not be considered for further evaluation and for award of contract.

8.0 Bid Preparation: The bidder has to follow the following guidelines in preparation of Bid:

PART -I: This shall contain Techno commercial bid in original duly signed, stamped & super-scribed as “Technical Bid”.

1. Acceptance of NIT, Addenda/Corrigenda/Amendments,GCC, SCC& TCC (duly signed & stamped on each & every page) 2. Listing of technical deviation 3. Listing of commercial deviation 4. Agreed Terms & condition (Annexure-II, GCC) 5. Un-priced copy marked as “Quoted” of Price Bid (Part-II) 6. Other document required as per NIT

PART 2: should contain duly filled one original and one copies Price Schedule (or) Schedule of

Quantities (SOQ), duly sealed & super-scribed as“PRICE BID”.

Page 3: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

एनटीपीसीबीएचईएलपॉवरप्रोजेक्ट्सप्राइवेटलललिटेड

NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL)

SECTION-I

____________________________________________________________________________________ Corporate Identity Number: U40102DL2008PTC177307 Delhi Office: 4

th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894

Plant :Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel.# 91-877-2233701 Registered Office:NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003 website: www.nbppl.in

9.0 SUBMISSION OF BIDS:

After preparation of bid as above in line with tender, the Bids shall be submitted in Two (2)

Parts, duly sealed & super-scribed the headings, as mentioned below:

PART-I : Techno-Commercial Bid

One set of original Techno-commercial bid as per sr. no. 8 and one set of copy of

original Techno-commercial bid shall be submitted in single sealed envelope.

PART-II : Price-bid

Price schedule shall be kept in separate sealed envelope.

Both Part-I and Part-II are to be submitted in an outer envelope,sealed &super-scribing above NIT reference and due date of opening. Notes: The inner envelopes shall also indicate the name and address of the Bidder so that the

bid can be returned unopened in case it is declared "late".

10.0 Procedure of Bid Opening:

10.1 All bids received within due date& time mentioned at Point-1.0 above, shall be treated as valid offer. No late offers shall be considered. Bids shall be opened at the place mentioned at point No.1 on schedule date & time of opening.

10.2 On the scheduled Bid Opening Date & time mentioned at Sl. No.1.0 above, Techno-Commercial Bid of Part-I of Bid shall be opened in the presence of participant Bidders (who wish to be present).

10.3 The Technical Bids shall be evaluated for conformity to NBPPL requirements. All bidders are supposed to furnish required data with the Bids. Wherever clarifications are required, NBPPL at its discretion shall take the same either through exchange of correspondence or through discussion / presentation / demonstration.

10.4 The price bidsPart-II (Envelope 3) of only technically qualified bidder, who are found meeting Part-Ishall be considered for opening. The date and the time of opening of price bid shall be notified separately to such qualified bidders.

11.0 Standard pre-printed terms & conditions of the tenderers shall not be considered valid. 12.0 Validity of offer: Offer shall remain valid for six months from the date of technical bid

opening (Part I). 13.0 All payment to the successful bidder shall be made within 90 days. If successful bidder is

SSI/NSIC/MSME registered vendor then payment shall be made within 45 days. 14.0 Unsolicited fresh/revised Price Bids shall not be entertained. 15.0 Purchaser shall be under no obligation to accept the lowest or any other tender and shall be

entitled to accept or reject any/all tender(s) in part or full without assigning any reason whatsoever.

16.0 Purchaser reserves the right to split up the scope of the tender enquiry and place the orders for different scope/items with different bidders and also increase or decrease the quantity.

17.0 Tenders and all correspondence thereof shall be addressed to official whose name, designation & address is mentioned below:

Page 4: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

एनटीपीसीबीएचईएलपॉवरप्रोजेक्ट्सप्राइवेटलललिटेड

NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL)

SECTION-I

____________________________________________________________________________________ Corporate Identity Number: U40102DL2008PTC177307 Delhi Office: 4

th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894

Plant :Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel.# 91-877-2233701 Registered Office:NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003 website: www.nbppl.in

Mr. Anil Sahu

Dy. Manager (MM)

NTPC-BHEL Power Projects Pvt. Limited (NBPPL) Power Equipment Manufacturing Plant (Approx. 60 KM from Tirupati Town), YSR Puram, Mannavaram Village, Sri Kalahasti Mandal, Chittoor, A.P- 517620, India Email ID: [email protected] Telephone: 08578266634

18.0 Any Clarification required may be sent by email/post within 7 days of receipt of this tender enquiry for reply.

19.0 In case you are not making an offer against this enquiry, you are requested to send a regret letter so as to reach us on or before the due date so that your name shall be considered for our next requirements otherwise we may delete your name from our vendors list.

20.0 NBPPL reserves the right to accept or reject any or all offer without assigning any reasons thereof. NBPPL also reserve the right to cancel the offer wholly or partly without assigning any reason thereof.

21.0 NBPPL shall not resort to any reverse auction process. Only lowest bidder shall be considered for further price negotiation, if any, as per the evaluation criteria mentioned in price schedule.

22.0 Order of Precedence In the event of any ambiguity or conflict between the Tender Documents, the order of precedence shall be in the order below: a. Amendments/Clarifications/Corrigenda/Errata etc. issued in respect of the tender

documents by NBPPL b. Notice Inviting Tender (NIT) c. Technical Specification d. Price Schedule e. Special Conditions of Contract (SCC) f. General Conditions of Contract (GCC)

23.0 Bidder’s contact details for evaluation of offer (Please provide the details without fail):

Description Bidder’s Contact Personnel’s Details

Name Mobile No. Landline No. Email ID

For Technical

Evaluation :

For Commercial

Evaluation :

Thanking you,

Yours Faithfully,

For and on behalf of NBPPL

(Anil Sahu) Dy. Manager (MM)

Page 5: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP

VOLUME : IIB

TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLES

SPECIFICATION NO.: PE-TS-319-507-E002, Rev. 02

BHARAT HEAVY ELECTRICALS LIMITED POWER SECTOR, PROJECT ENGINEERING MANAGEMENT

NOIDA 201301

ASHOK
Typewritten Text
SECTION - II
ASHOK
Typewritten Text
ASHOK
Typewritten Text
ASHOK
Typewritten Text
ASHOK
Typewritten Text
ASHOK
Typewritten Text
ASHOK
Typewritten Text
TECHNICAL SPECIFICATIONS
ASHOK
Typewritten Text
ASHOK
Typewritten Text
ASHOK
Typewritten Text
ASHOK
Typewritten Text
ASHOK
Typewritten Text
Page 6: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 1 of 1

CONTENTS:

S. NO. CONTENTS NO. OF SHEETS

01 INSTRUCTIONS TO BIDDERS FOR PREPARING TECHNICAL OFFER 01

02 PREAMBLE 01

03 SECTION – ‘A’ (SCOPE OF ENQUIRY) 02

04 SECTION – ‘B’ (PROJECT INFORMATION) 06

05 SECTION – ‘C’ (SPECIFIC TECHNICAL REQUIREMENTS) 03

06 ANNEXURE-A TO SECTION-C (BOQ) 02

07 ANNEXURE-B TO SECTION-C 01

08 SECTION – ‘D’ (STANDARD TECHNICAL SPECIFICATION) 03

09 QUALITY PLAN 06

10 DATA SHEET-A 05

11 DATA SHEET C (GUARANTEED TECHNICAL PARTICULARS) 04

TOTAL NO. OF SHEETS= 36 (INCLUDING COVER/ SEPARATOR SHEETS)

IT IS CONFIRMED THAT OUR TECHNICAL OFFER COMPLIES WITH THE SPECIFICATION & THAT THERE ARE NO TECHNICAL DEVIATIONS, OTHER THAN THOSE SPECIFICALLY GIVEN

IN SCHEDULE OF DEVIATION.

--------------------------------------------------------------------- BIDDER’S STAMP & SIGNATURE

(REFER INSTRUCTION NO. 1 OF ‘INSTRUCTIONS TO BIDDERS)

27.10.14

Page 7: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 1 of 1

INSTRUCTIONS TO BIDDERS FOR PREPARING TECHNICAL OFFERS

1. Two signed and stamped copies of the following shall be furnished by all bidders as technical offer:

a. Unpriced Price Schedule (Annexure-A of Section-C: BoQ, as enclosed with the specification) with bidder’s signature and company stamp.

b. A copy of this sheet (“Instructions to Bidders for Preparing Technical Offer”)

c. A copy of previous sheet (“List Of Contents”), with bidder’s signature and company stamp.

2. No technical submittal such as copies of type test certificates, technical literature, etc. is required during tender stage. Anysuch submission, even if made, shall not be considered as part of offer.

3. Confirmations/ comments (if any) regarding delivery schedules shall be furnished as part of the commercial offer. Any reference elsewhere/ covering letter of technical offer shall not be considered by BHEL.

4. Any comments/ clarifications on technical/ inspection requirements furnished as part of bidder’s covering letter shall not be considered by BHEL, and bidder’s offer shall be construed to be in conformance with the specification.

5. Any changes made by the bidder in the price schedule with respect to the cable description/ quantities from those given in Annexure-A to Section-C of specification [Bill Of Quantities] shall not be considered (i.e., technical description & quantities as per specification shall prevail).

--------------------------------------------------------------------- BIDDER’S STAMP & SIGNATURE

27.10.14

Page 8: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 0, DATE: 19.11.09 Page : 1 of 1

PREAMBLE

1 The Tender documents contain three (3) volumes. The bidder shall meet the requirements of all three volumes.

1.1 VOLUME - I : CONDITIONS OF CONTRACT

This consists of four parts as below: Volume – IA: This part contains Instructions to bidders for making bids to BHEL.

Volume – IB: This part contains General Commercial Conditions of the Tender & includes provision that vender shall be responsible for the quality of item supplied by their sub-vendors.

Volume – IC: This part contains Special Conditions of Contract. Volume – ID: This part contains Commercial Conditions for Erection & Commissioning site work, as

applicable.

1.2 VOLUME – II TECHNICAL SPECIFICATIONS

Technical requirements are stipulated in Volume – II, which comprises of:- Volume – IIA General Technical Conditions. Volume – IIB Technical Specification including Drawings, if any.

1.3 VOLUME – IIB

This volume is sub-divided in to following sections:- Section – A: This section outlines the Intent of Specification.Section – B : This section provides “Projection Information”.Section – C: This section indicates Technical Requirements specific to Contract, not covered in Sec -

D.Section – D: This section comprises of Tech. Spec. of equipment complete with Data Sheets A and C. Data Sheet-A: Specific data and other requirements pertaining to the equipments. Data sheet–C: Indicates data / documents to be furnished after the award of Contract as per agreed

schedule by the vendor (as applicable)

1.4 VOLUME – III TECHNICAL SCHEDULES NOT APPLICABLE

This volume contains Technical Schedule and Data Sheets–B, which are to be duly filled by bidder and the same shall be furnished with the technical bid.

2.0 This requirements mentioned in Section – C / Data Sheet – A of Section – D shall prevail and govern in case of conflict between the same and the corresponding requirements mentioned in the descriptive portion in Section – D.

4 of 36

27.10.14

Page 9: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section: A TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 1 of 2

SECTION – A

(SCOPE OF ENQUIRY)

27.10.14

Page 10: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section: A TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 2 of 2

SCOPE OF ENQUIRY

1.0 This specification covers the design, manufacture, inspection and testing at manufacturer's works, proper packing and delivery to TRIPURA CCPP site of 1.1kV XLPE POWER CABLES as mentioned in different sections of this specification for the project as indicated in Section B (Project Information).

2.0 It is not the intent to specify herein all the details of design & manufacture. However, the equipment shall conform in all respects to high standards of design engineering and workmanship and shall be capable of performing in continuous commercial operation up to bidder's guarantee.

3.0 The general terms and conditions, instructions to bidders and other attachment referred to elsewhere are hereby made part of technical specification.

4.0 The bidders shall be responsible for and governed by all requirements stipulated hereinafter.

5.0 Requirements of the specification including the QP shall be agreed upon for total compliance by Bidders without any deviations. Price offers of only those bidders complying with the above requirement shall be acceptable.

6.0 The documents shall be in English language and MKS system of units.

7.0 For every shipment made to site, a shipping list, containing item reference (item number and description as per specification bill of quantities or packing drawing) and quantity of the same (in nos./weight) shall be provided by vendor at the time of dispatch of materials to site.

27.10.14

Page 11: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section: B TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 1 of 6

SECTION – B

(PROJECT INFORMATION)

27.10.14

Page 12: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OTPC 760 ±50 MW Gas Based CCGT Power Plant Tender Enquiry Document for EPC Contract

Doc. No.6725-GE-SPC-700-015, Rev. R0 FICHTNER India Part IV, Section 2 : Site Information

P4S2-Site Information_Rev R0 Page : 3

2. SITE INFORMATION

2.1. GEOGRAPHIC LOCATION AND TERRAIN

2.1.1. General Information

The proposed power project will be located near Village-Pallatana in South of Tripura. The proposed power project is located on Udaipur-Kakraban road and so no new approach road for the proposed project site has been envisaged.

The location of the plant is at approx. 23º 29’ 59.2” N and 91º 26’ 13.7”E. The site is accessed by road and rail as follows :

Nearest important town and distance : Udaipur– 9 km.

Nearest important Railway Station & distance : Manughat in Assam.

Nearest Port and distance : Nearest seaport in Indian territory is Kolkata.

Nearest Airport and distance : Agartala – 60 km

Nearest Highway : Udaipur - Kakraban State Highway

About 195.35 Acres (79.06 Hectares) of land for the proposed Project has been identified and land acquisition is under progress. The location around the land that has been identified is scarcely populated and a major part of the terrain is either under Cultivation or Forest Land. The break-up of land under acquisition is as follows

Forest Land : 190.62 Acres

Jote Land (under cultivation) : 4.73 Acres

Total Land : 195.35 Acres

The proposed land is scarcely populated and requires minimum relocation of people. Though, the project is being implemented in the existing degraded forest area, it has been envisaged that about 33% of the land inside the power plant boundary will be dedicated to green belt, landscaping, etc. The area utilized for the proposed power plant is about 38% and the balance 29 % will be buffer area, which includes the space required for constructability, subsurface structures, etc.

2.1.2. Topographic mapping

A contour survey has already been carried out in the Power Plant area and the survey contour lines are shown in drawing enclosed with Tender Documents. Based on the preliminary data of topographical survey, the proposed plot for power plant has an undulating terrain with the ground levels varying from (+) 30.00 m to (+) 17.50 m above mean sea level

The main road to the Power Plant shall originate from the main approach road. The main road shall be 7.0 m wide with 1.5 m wide berm to accommodate large truck movement. Branch roads may be of single lane and 4.0 meter wide with 1meter wide berm on either side.

8 of 36

Page 13: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OTPC 760 ±50 MW Gas Based CCGT Power Plant Tender Enquiry Document for EPC Contract

Doc. No.6725-GE-SPC-700-015, Rev. R0 FICHTNER India Part IV, Section 2 : Site Information

P4S2-Site Information_Rev R0 Page : 4

Patrol roads along the boundary shall be minimum 3.0 m wide and shall be of WBM.

2.1.3. Geophysical Analysis

Preliminary Soil Investigation has been carried out in the Power Plant Area. Copy of the same is attached to the tender. This is intended to give an idea of the soil conditions prevailing at site. However, detailed Soil Investigation shall be carried out by the EPC contractor to establish the data required to finalise the type of foundations and their design parameters based on the specified settlement and other criteria specified in the tender documents.

Preliminary Soil Investigation indicates the presence of medium stiff to stiff silty clay in the top stratum having depth varying from 4 to 6 metres from the existing ground level.. However the Power Blocks in their totality shall be on a single grade level. The soil investigation reveals that, the subsurface soil is good.

Ground water table level shall be taken at 2.0 metres from finished ground level or higher as per final soil investigation report, for design of underground structures.

2.1.4. Summary - Meteorological Data

Overall meteorological data and wind directions are as indicated below :

1. Site Ambient Conditions:

• Mean of Daily Maximum : 30.5ºC

• Mean of Daily Minimum : 20.5ºC

• Highest ever Temperature Recorded (From 01.01.2000 to 31.12.2004)

: 37.5ºC

• Lowest ever Temperature Recorded (From 01.01.2000 to 31.12.2004)

: 6.7ºC

• Design Dry Bulb Temperature for electrical equipment / System

: 40ºC

2. Relative Humidity:

• Maximum Recorded (From 01.01.2000 to 31.12.2004)

: 100%

• Minimum Recorded (From 01.01.2000 to 31.12.2004)

: 40%

9 of 36

Page 14: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OTPC 760 ±50 MW Gas Based CCGT Power Plant Tender Enquiry Document for EPC Contract

Doc. No.6725-GE-SPC-700-015, Rev. R0 FICHTNER India Part IV, Section 2 : Site Information

P4S2-Site Information_Rev R0 Page : 5

3. Rainfall Data:

• Max. recorded in 24 hrs. : 164.9mm

5. Design and Guarantee Conditions for Combined Cycle Power Plant:

Dry Bulb Temperature : 27ºC

Relative Humidity : 77%

6. Design Conditions for Cooling Tower Performance:

Design Wet Bulb Temperature Excluding Re-circulation Allowance

: 26.75ºC

2.1.5. Reference Documents to Section 2.

• Annex 1.1, Part IV, Site Location Map

• Report on Geotechnical Investigation [ Refer Volume IV, Part – IV of this EPC specification ]

2.2. INFRASTRUCTURE

No heavy lifting equipment is available with nor will be provided by OTPC. EPC Contractor will make his own provisions for the same and also for unloading of materials at site.

It may be possible to transport all heavy and large sized equipment through waterways from Kolkata to Karimganj / Badarpur in lower Assam – passing through Bangladesh on the way - and subsequently by roadways from Karimganj / Badarpur to the project site at Pallatana. However, some modifications and strengthening (augmentation) of unloading facilities at Karimganj / Badarpur as well as the existing roads from there to project site at Pallatana are required.

OTPC will make the facilitation work like increasing of road curvatures between Karimganj / Badarpur and Pallatana as per the locations identified through the Transportation Logistic Study. But the construction of Jetty at Karimganj / Badarpur and other temporary arrangements viz., bypass for existing bridges as necessary will be part of work to be carried out by the EPC Contractor for the Power Plant.

It has been identified that, timely delivery of material at Kolkata port will be the critical activity. The necessary augmentation work of existing transportation infrastructure in the scope of OTPC will be completed latest by end of April 2007.

10 of 36

Page 15: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OTPC 760 ±50 MW Gas Based CCGT Power Plant Tender Enquiry Document for EPC Contract

Doc. No.6725-GE-SPC-700-015, Rev. R0 FICHTNER India Part IV, Section 2 : Site Information

P4S2-Site Information_Rev R0 Page : 6

Whereas unskilled labour is available from Udaipur and nearby villages, skilled construction work-force is not available at or close to the project site and the EPC contractor will have to bring in his own resources. Similarly, residential accommodation is not available at project site and contractor will be required to either take nearby land on temporary lease or locate his manpower in Udaipur / in nearby villages.

The anticipated Construction water requirement will be about 30m3/h during peak Construction phase. Exact Construction water requirement has to be ascertained by the EPC Contractor. The requirement of construction water will be met by providing adequate Nos. of bore wells inside Plant boundary subject to confirmation from OTPC about availability and suitability of subsurface ground water for Construction purpose. Contractor shall dig wells and provide pumping and distribution facilities for supply of construction water. Contractor will have to bear all costs for Construction water. The owner will co-ordinate with the Tripura Sate Electricity Board to facilitate supply of construction power at one point near the power plant project boundary. Owner’s responsibility is limited only to facilitation for the installation of the incoming power lines; Contractor is responsible for all costs including payments to be made directly by the EPC Contractor to the Tripura Sate Electricity Board for energy consumption charges, demand charges and any other charges. 33kV power lines and its receipt including supply & erection of power transformer with OLTC and electrical power distribution within the construction site is included in Contractor’s scope of work and cost.

2.3. AVAILABILITY OF WATER

The source of plant raw water will be the river Gumti. The plant raw water requirement will be met from infiltration wells on riverbed and will be pumped through cross-country Pipeline. The Analysis of river water has been furnished in Part IV Section -1 – General Technical Conditions and Design which has been derived based on the water sample analysed during Monsoon-2005. The water quality is generally suitable for proposed power plant after pre-treatment and post-treatment

11 of 36

Page 16: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OT

PC

76

0 ±5

0 M

W G

as B

ased

CC

GT

Pow

er P

lant

Ten

der

En

qu

iry

Do

cum

ent

for

EP

C C

on

trac

t D

oc. N

o.67

25-G

E-S

PC

-700

-015

, Rev

. R0

FIC

HT

NE

R In

dia

P

art

IV, S

ecti

on

2 :

Sit

e In

form

atio

n

P4S

2-S

ite In

form

atio

n_R

ev R

0

Pag

e :

7

AN

NE

X –

1.1

: S

ite

Lo

cati

on

Map

12 o

f 36

Page 17: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section : C TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02 , DATE: 05.09.13 Page : 1 of 3

SECTION – C

(SPECIFIC TECHNICAL REQUIREMENTS)

1.0 SCOPE OF ENQUIRY

27.10.14

Page 18: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section : C TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02 , DATE: 05.09.13 Page : 2 of 3

1.1 This enquiry covers the supply of 1.1kV XLPE cables conforming to this specification as detailed below.

1.2 General technical requirements of the cables are indicated in Section-D and Datasheet-A. Project specific technical/ quality requirements/ changes are listed below.

1.3 Cables shall conform in all respects to the requirements stipulated in all the above parts of the specification.

1.4 The stipulations of Section-C, followed by those of Datasheet-A shall prevail in case of any conflict between the stipulations of Section-C, Datasheet-A and Section-D.

2.0 BILL OF QUANTITIES:

2.1 Quantity requirements shall be as per Annexure-A to Section-C (Bill of Quantities (BOQ)) enclosed.

2.2 Delivery schedule (i.e. contractual calendar dates) for the package shall be given separately to the bidders for compliance. Supplies shall be completed conforming to the lot requirements stipulated in the BOQ within the overall delivery schedule.

3.0 SPECIFIC TECHNICAL REQUIREMENTS

3.1 Specific technical requirements shall be as listed below:

3.1.1 Technical:

S. No.

Reference Clause No. of Section D (if any)

Specific Requirement/ Change

1. 2.4.1 (b), (c) & (d) May be read as 2.4.1 (b) [as stated under} “The type tests are required to be conducted as indicated in Data Sheet ‘A’ and the same shall be offered for inspection (conduction of type tests shall be witnessed by BHEL). Separate price shall be quoted for the conduction of type testing for each lot, which shall be used for cost comparison. A maximum of three lots shall be considered for price comparison purposes on account of type testing . However, type testing charges shall be paid as per type tests conducted”.

2. 2.4.1 (e) Clause no. to read as 2.4.1 (c) 3. 4.1 Two signed and stamped copies of the following shall be

furnished by all bidders as technical offer:

(i) Unpriced Price Schedule (Annexure-A of Section C-: BoQ as enclosed with the specification) with bidder’s signature and company stamp.

(ii) A copy of sheet “Instructions to Bidders for preparing Technical Offer” (iii) A copy of sheet “List Of Contents”, with bidder’s

signature and company stamp. 1. No other documentation/ technical submittal

such as copies of type test certificates, technical literature, etc. is required during tender stage. Any information contained in

27.10.14

Page 19: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section : C TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02 , DATE: 05.09.13 Page : 3 of 3

other parts of the offer (eg. covering letter, annexures etc.) which is deviating from specification requirements, even if submitted, shall not be considered as part of offer.

3.1.2 Quality/ Inspection:

S. No.

Reference Clause No. of Section D (if any)

Specific Requirement/ Change

1. 2.2 The signed & stamped copy of QP as enclosed with specification shall be submitted by bidder at contract stage. The same is subject to customer approval without any commercial implications to BHEL.

3.1.3 The successful bidder shall submit the standard list of raw material suppliers/ sub-vendors of each bidder for approval without any commercial implications. Changes to the same for specific projects, if proposed by any bidder, shall be subject to BHEL approval.

3.1.4 All the cables shall be protected against rodent and termite attack. Necessary chemicals shall be added in the PVC compound of the outer sheath.

3.1.5 Quality Plan applicable for project: Quality Plan no. PED-507-00-Q-001, R-04 enclosed in technical specification.

3.1.6 Document distribution schedule for the project shall be as per Annexure-B enclosed.

3.1.7 List of drawings / documents required to be furnished by successful bidder after award of contract shall be as below:

SL. No. DOCUMENT TITLE DWG. / DOCUMENT No.

1 Data Sheet for LT XLPE Power Cables ( Data sheet A + Data sheet C)

PE-V0-319-507-E201

2 Cross-sectional Drawings for LT XLPE Power Cables PE-V0-319-507-E202

3 Quality Plan for XLPE Power Cables PED-507-00-Q-001, R-04

4. Type Test Reports for Tests conducted under this contract PE-V0-319-507-E205

27.10.14

Page 20: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

1

ANNEXURE-B

DISTRIBUTION SCHEDULE

Note: OTPC - ONGC Tripura Power Company Pvt. Ltd. FICHTNER -FICHTNER Consulting Engineers India Pvt. Ltd. S - Source

1) Submission of drawings /documents will be in soft format through e-mail. Drawings will be submitted in pdf format.

2) Consultants-FI/OTPC shall attach comments on the pdf drawings/documents . 3) Drawing/document transmittal shall be sent to concerned BHEL units (Source)with a copy

to BHEL,PMG,ND 4) Letters pertaining to commercial implications shall be marked to BHEL-PS Mktg & BHEL-

PMG5) BHEL Source units on receipt of approval from OTPC shall inform cost implication if any

to OTPC & BHEL-PS ( Mktg) prior to proceeding for manufacturing/execution.

S.No.

Description OWNER OWNER’s CONSULTANT

EPC CONTRACTOR

OTPC FISCHTNER CHENNAI

BHELUnit

BHEL SITE

A Post Contract Correspondence (Relevant)

S111

1S1

Nil

11S1

NilNil

1 S

B All Drawings/Documents/ Quality Plans

1 Preliminary Submission Soft Soft+2hard S Nil 3 Approval S Soft Soft Nil 4 Release for Construction Issue 2 Hard 1Hard S 4 Hard 5 As-Built drawings 4 Hard

+2CD1 CD S 1Hard + 1CD

C Progress Reports (Monthly) 1 BHEL 3 Hard 1 Hard S 1 Hard 2 FICHTNER 3 Hard S 1 Hard Nil D Instruction Manuals 1 Erection & Commissioning

Manual1 Hard Nil S 3 Hard

2 Operation & Maintenance Manual

1 Hard + 2 CD

Nil S 1Hard+CD

Page 21: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section D TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 1 of 3

SECTION – D

(STANDARD TECHNICAL REQUIREMENT)

27.10.14

Page 22: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section D TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 2 of 3

1.0 TECHNICAL REQUIREMENTS

1.1 Technical requirements for 1.1 kV XLPE cables shall be as indicated in this section, in addition to those specified in Section-C and Datasheet-A as attached for project specific requirements.

2.0 QUALITY ASSURANCE REQUIREMENTS

2.1 Bidder shall confirm compliance with the BHEL Quality Plan as attached with the specification without any deviations. Minor changes in Quality Plan (which shall be to customer approval during contract stage) shall be without any commercial implication.

2.2 In the event of BHEL Quality Plan not being applicable for a project (as indicated in section-C of the project specification), the successful bidder shall submit the Manufacturing Quality Plan (MQP) for approval by BHEL/ Owner (as applicable) during detailed engineering stage without any commercial implications.

2.3 Bidders shall submit the list of proven sub-vendors for raw materials, which will be subject to BHEL/ customer approval.

2.4 Type testing requirements and routine/ acceptance testing requirements shall be as detailed below.

2.4.1 Type Tests on Cables

a. All cables to be supplied shall conform to type tests as per relevant standards and proven type.

b. The bidder shall furnish the reports of all the type tests listed in Table-1 in Datasheet-A carried out in within last five years of the date of bid opening. These reports should be for the tests conducted either in government approved third party laboratory or witnessed by client (such as major utilities/ industries) on identical/ similar cables to those ordered under this contract.

c. In case bidder is not able to submit report of type test(s) conducted in last five years, or in case type tests report(s) are not found to be meeting the specification/ relevant standard requirements, then all such tests shall be conducted under this contract by the bidder free of cost to BHEL, and reports shall be submitted for approval. No charges shall be paid for testing under such circumstances. BHEL reserves the right to witness the testing for which due notice shall be given by the vendor.

d. Irrespective of the bidder furnishing type test report as indicated above, BHEL may get type tests conducted as indicated in Datasheet-A and the same shall be offered for inspection (conduction of type tests shall be witnessed by BHEL). Separate price shall be quoted for the conduction of type testing per lot, which shall be used for cost comparison. A maximum of three lots shall be considered for price comparison purposes on account of type testing. However, type-testing charges shall be paid as per type test conducted.

e. Minor changes in the final Type Test Procedures (which shall be to approval during contract stage) shall be without any commercial implication.

2.4.2 Routine and Acceptance Tests

a. Routine testing shall be conducted in line with the applicable standards and as per the Manufacturing Quality Plan approved for the project for every lot offered for inspection.

27.10.14

Page 23: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section D TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 3 of 3

b. Acceptance tests shall be conducted on every lot offered for inspection as per details indicated in Datasheet A.

c. Cost of conduction of routine and acceptance testing shall be deemed to have been included in the quoted supply prices.

2.4.3 Cost of cables consumed for testing shall be to bidder’s account.

3.0 Packing

3.1 Cables shall be supplied in non-returnable heavy construction drums. All wooden parts shall be manufactured from seasoned wood treated with copper napthenates/ zinc napthenates (refer IS: 401). All ferrous parts shall be treated with suitable rust protective finish or coating to avoid rusting during transit and storage. BIS certification mark shall be stamped on each cable drum.

4.0 PROJECT SPEIFIC TECHNICAL AND QUALITY DOCUMENTATION TO BE SUBMITTED

4.1 By All Bidders

As technical offer signed and stamped copy of following:

a) Section B (Project Information) b) Section C (Specific Technical Requirements) c) Annexure-A to section C (Bill of Quantities) d) Datasheet- A

No other documentation is required to be submitted as technical offer. Any information contained in other parts of the offer (e.g. covering letter, annexures, etc.) which is deviating from specification requirements in any way shall not be considered by BHEL as part of offer.

4.2 By Successful Bidder (for approval during contract stage)

a. Data Sheet-A (as enclosed with specification), Datasheet C and derating factors in the format provided to the successful bidder along with LOI.

b. Cross-section drawings of the cables c. Manufacturing Quality Plan in case BHEL SQP is not applicable. d. List of sub-vendors/ suppliers of raw materials e. Type Test Procedure f. Field Quality Plan g. Technical catalogues/ literature for the cables.

4.3 Two copies of the above documentation shall be submitted for first review. Number of copies to be submitted for second and subsequent submissions (till Cat-I approval is accorded), and those for final distribution prints of approved documentation and test certificates shall be as indicated separately in section C.

4.4 Wherever required, soft copy of all approved technical/ quality documentation shall be submitted as specified without any additional commercial implication. Soft copies may be required both in native file format (e.g. MS Word/ MS Excel) as well as PDF files.

27.10.14

Page 24: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 1 of 6

QUALITY PLAN

27.10.14

Page 25: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

CU

STO

ME

R :

OTP

C, T

RIP

UR

AP

RO

JEC

T: 7

26.6

MW

TR

IPU

RA

CC

PP

SP

EC

IFIC

ATI

ON

: P

E-T

S-3

19-5

07-E

002

TITL

EN

UM

BE

R :

B

IDD

ER

/:

QU

ALI

TYP

LAN

SP

EC

IFIC

ATI

ON

TITL

E:T

EC

HS

PE

CFO

RST

AND

ARD

QU

ALIT

Y PL

AN

BID

DE

R/

:Q

UA

LITY

PLA

NS

PE

CIF

ICA

TIO

NTI

TLE

:TE

CH

.SP

EC

.FO

RV

EN

DO

RN

UM

BE

R P

ED

-507

-00-

Q-0

01, R

-04

1.1K

V X

LPE

PO

WE

R C

AB

LE

S

HE

ET

1 O

F 5

SYS

TEM

ITE

M :

XLP

E P

ower

Cab

les

SE

CTI

ON

V

OLU

ME

III

SL.

CO

MP

ON

EN

T/O

PE

RA

TIO

NC

HA

RA

CTE

RIS

TIC

CA

T.TY

PE

/E

XTE

NT

OF

RE

FER

EN

CE

AC

CE

PTA

NC

E

FOR

MA

T A

GE

NC

YR

EM

AR

KS

NO

.C

HE

CK

ME

THO

D O

FC

HE

CK

DO

CU

ME

NT

NO

RM

OF

RE

CO

RD

CH

EC

KP

WV

13

45

67

89

11

10

RA

WM

ATE

RIA

LS

210

1.0

RA

WM

ATE

RIA

LS

1.1

XLP

E C

ompo

und

1. P

hysi

cal p

rope

rties

MA

Phy

sica

l Tes

tsS

ampl

e/ L

otIS

:709

8 &

Mfrs

Std

./IS

:709

8 &

Mfrs

Std

.Te

st R

epor

t3/

2-

1,2

App

d D

ata

She

etA

ppd

Dat

a S

heet

Log

Boo

k

2. E

lec.

Pro

perti

esM

AE

lect

rical

Tes

ts-d

o--d

o--d

o--d

o-3/

2-

1,2

1.2

Sem

i Con

duct

ing

Com

poun

d1.

Phy

.and

Ele

c.M

A P

hy.a

nd E

lec.

-do-

Man

ufac

ture

r'sM

anuf

actu

rer's

-do-

3/2

-1,

2P

rope

rties

Test

sst

anda

rdst

anda

rd

Raw

mat

eria

l ver

ifica

tion

as

per a

ppro

ved

sub-

vend

or li

st

Pro

perti

es

Test

sst

anda

rdst

anda

rd

1.3

Cop

per F

oil

1. D

imen

sion

sM

AM

easu

rem

ent

-do-

Man

ufac

ture

r's s

td./

Man

ufac

ture

r's s

td./

Log

Boo

k2

-2

App

d. D

ata

shee

tA

ppd.

Dat

a sh

eet

2. P

hysi

cal,

Che

mic

al

MA

Phy

., C

hem

. -d

o-IS

:189

7IS

:189

7S

uppl

ier's

3/

2-

2

& E

lect

. Pro

perit

ies

&

Ele

ct. T

ests

test

repo

rt &

log

book

1.4

PV

C C

ompo

und

(for s

heat

h)1.

Phy

sica

l pro

perti

esM

AP

hysi

cal T

ests

Sam

ple/

lot

IS:5

831/

BH

EL

IS

:583

1/B

HE

L

Log

Boo

k/3/

2-

2S

peci

ficat

ion

Spe

cific

atio

nTe

st R

epor

t

2. F

RLS

Pro

perti

esM

AE

nvir/

Che

mic

alS

ampl

e/ lo

tA

STM

D-2

863,

A

ppd.

Dat

a sh

eet

Log

Boo

k/3/

2-

2A

STM

D-2

843,

Test

Rep

ort

IEC

-754

-1

1.5

Gal

vani

sed

stee

l wire

/stri

p1.

Phy

. and

Ele

c.M

AP

hysi

cal &

S

ampl

e fro

m

IS:3

975/

BH

EL

IS:3

975/

BH

EL

Log

Boo

k/3/

2-

2P

tiE

lti

lTt

hb

th/

Sifi

ti/

Sifi

ti/

TtC

t

Pro

perti

esE

lect

rical

Tes

tsea

ch b

atch

/S

peci

ficat

ion/

Spe

cific

atio

n/Te

st C

ert.

lot

App

d D

ata

She

etA

ppd

Dat

a S

heet

2. D

imen

sion

MA

Mea

sure

men

t-d

o--d

o--d

o--d

o-3/

2-

2

3. G

alva

niza

tion

MA

Gal

v.-d

o--d

o--d

o--d

o-3/

2-

2re

quire

men

t

BH

ELPA

RTI

CU

LAR

SB

IDD

ER/V

END

OR

NAM

ESI

GN

ATU

RE

DAT

EB

IDD

ER

'S/V

EN

DO

RS

CO

MP

AN

Y S

EA

L

23 o

f 36

Page 26: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

CU

STO

ME

R :

OTP

C, T

RIP

UR

AP

RO

JEC

T: 7

26.6

MW

TR

IPU

RA

CC

PP

SP

EC

IFIC

ATI

ON

: P

E-T

S-3

19-5

07-E

002

TITL

EN

UM

BE

R :

B

IDD

ER

/

:Q

UA

LITY

PLA

NS

PE

CIF

ICA

TIO

N T

ITLE

: TE

CH

. SP

EC

. FO

R

VE

ND

OR

NU

MB

ER

PE

D-5

07-0

0-Q

-001

, R-0

41.

1KV

XLP

E P

OW

ER

CA

BLE

STAN

DAR

D Q

UAL

ITY

PLAN

V

EN

DO

RN

UM

BE

RP

ED

507

00Q

001,

R04

1.1K

VX

LPE

PO

WE

RC

AB

LES

HE

ET

2 O

F 5

SYS

TEM

ITE

M

XLP

E P

ower

Cab

les

SE

CTI

ON

V

OLU

ME

III

SL.

CO

MP

ON

EN

T/O

PE

RA

TIO

NC

HA

RA

CTE

RIS

TIC

CA

T.TY

PE

/E

XTE

NT

OF

RE

FER

EN

CE

AC

CE

PTA

NC

E

FOR

MA

T A

GE

NC

YR

EM

AR

KS

NO

.C

HE

CK

ME

THO

D O

FC

HE

CK

DO

CU

ME

NT

NO

RM

OF

RE

CO

RD

CH

EC

KP

WV

13

45

67

89

111.

6C

oppe

r/Alu

min

ium

Rod

s/1.

Phy

sica

l M

AP

hysi

cal T

ests

-do-

IS:6

13, I

S-5

484,

IS:6

13, I

S-5

484,

-do-

3/2

-2

Wire

s

Pro

perti

esIS

:813

0 &

IS:8

130

&B

HE

LS

peci

ficat

ion

BH

EL

Spe

cific

atio

n

210

BH

EL

Spe

cific

atio

nB

HE

LS

peci

ficat

ion

2. C

hem

ical

Com

posi

tion

MA

Che

mic

al

-do-

-do-

-do-

-do-

3/2

-2

&

pur

ityan

alys

is

3.E

lect

rical

pro

perti

esM

AE

lect

rical

Tes

ts-d

o--d

o--d

o--d

o-3/

2-

2

4. D

imen

sion

sM

AM

easu

rem

ent

-do-

-do-

-do-

-do-

3/2

-2

20

INP

RO

CE

SS

2.0

INP

RO

CE

SS

2.1

Wire

Dra

win

g1.

Phy

sica

l, E

lect

rical

,C

RP

hy. &

Ele

ct. T

ests

Sam

ple

IS:8

130

&IS

:813

0 &

Log

Boo

k2

-1

Fi

nish

& d

imen

sion

Vis

ual /

Mea

s.B

HE

L S

pecn

.B

HE

L S

pecn

.

22

Stra

ndin

gof

wire

s1

No

ofw

ires

MA

Cou

ntin

gdo

BH

EL

Spe

cnA

pprd

BH

EL

Spe

cnA

pprd

do2

2.2

Stra

ndin

g of

wire

s1.

No.

of w

ires

MA

Cou

ntin

g -d

o-B

HE

LS

pecn

,App

rd.

BH

EL

Spe

cn,A

pprd

.-d

o-2

--

Dat

a S

heet

&D

ata

She

et &

Rel

evan

t IS

Rel

evan

t IS

2. S

eque

nce,

lay

MA

Vis

ual,

Mea

s.-d

o--d

o--d

o--d

o-2

--

le

ngth

& D

irect

ion

3 S

urfa

ce F

inis

hM

AV

isua

l-d

o--d

o--d

o--d

o-2

--

4. D

imen

sion

MA

Mea

sure

men

t-d

o--d

o--d

o--d

o-2

--

2.3

Con

duct

or S

cree

ning

1. R

adia

l thi

ckne

ssM

A-d

o-S

ampl

eB

HE

L S

pecn

& A

pprd

.BH

EL

Spe

cn &

App

rd.

Log

Boo

k2

--

N.A

. for

LT

XLP

E c

able

sD

ata

She

et

Dat

a S

heet

BH

ELPA

RTI

CU

LAR

SB

IDD

ER/V

END

OR

BH

ELPA

RTI

CU

LAR

SB

IDD

ER/V

END

OR

NAM

ESI

GN

ATU

RE

DAT

EB

IDD

ER

'S/V

EN

DO

RS

CO

MP

AN

Y S

EA

L

24 o

f 36

Page 27: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

CU

STO

ME

R :

OTP

C, T

RIP

UR

AP

RO

JEC

T: 7

26.6

MW

TR

IPU

RA

CC

PP

SP

EC

IFIC

ATI

ON

: P

E-T

S-3

19-5

07-E

002

TITL

EN

UM

BE

R :

B

IDD

ER

/Q

UA

LITY

PLA

NS

PE

CIF

ICA

TIO

NTI

TLE

TEC

HS

PE

CFO

RST

AND

ARD

QU

ALIT

Y PL

ANB

IDD

ER

/

:Q

UA

LITY

PLA

NS

PE

CIF

ICA

TIO

N T

ITLE

: TE

CH

. SP

EC

. FO

R

VE

ND

OR

NU

MB

ER

PE

D-5

07-0

0-Q

-001

, R-0

41.

1KV

XLP

E P

OW

ER

CA

BLE

SH

EE

T 3

OF

5S

YSTE

MIT

EM

X

LPE

Pow

er C

able

sS

EC

TIO

N

VO

LUM

E II

IS

L.C

OM

PO

NE

NT/

OP

ER

ATI

ON

CH

AR

AC

TER

ISTI

CC

AT.

TYP

E/

EX

TEN

T O

FR

EFE

RE

NC

EA

CC

EP

TAN

CE

FO

RM

AT

AG

EN

CY

RE

MA

RK

SN

O.

CH

EC

KM

ETH

OD

OF

CH

EC

KD

OC

UM

EN

TN

OR

MO

F R

EC

OR

DC

HE

CK

PW

V

13

45

67

89

1011

2.4

Cor

e In

sula

tion

(XLP

E)

1. S

urfa

ce fi

nish

MA

Vis

ual

100%

--d

o-Lo

g B

ook

2-

12

PLAN

()

g(N

o re

pair

perm

itted

)2.

Con

cent

ricity

#C

RM

easu

rem

ent

Sam

ple

Mfr'

s S

td./A

ppd.

Mfr'

s S

td./A

ppd.

Log

Boo

k2

-1

# To

be

chec

ked

atda

ta s

heet

data

she

et

sta

rting

& fi

nish

end

of

E

xtru

ded

Leng

th3.

Thi

ckne

ss o

fC

RM

easu

rem

ent

-do-

BH

EL

spec

n./A

pprd

.B

HE

L sp

ecn.

/App

rd.

Insp

ectio

n 2

-

Insu

latio

n D

ata

She

et/ I

S:7

098

Dat

a S

heet

/ IS

:709

8R

epor

t

4 D

ia o

ver i

nsul

atio

nM

AM

easu

rem

ent

-do-

-do-

-do-

-do-

2-

5. T

est o

n X

LPE

MA

Test

s-d

o--d

o--d

o--d

o-2

1

(Ten

sile

&

E

long

atio

n, H

ot S

et

& A

gein

g Te

st)

6. S

park

test

or w

ater

CR

Ele

ctric

al10

0%M

nfr's

Std

Mnf

r's S

tdLo

g B

ook

2-

1im

mer

sion

test

(a

pplic

able

for L

TX

LPE

cab

les

only

)ca

bes

oy)

2.5

Insu

latio

n S

cree

ning

, 1.

Sur

face

fini

shM

AV

isua

lS

ampl

e-

Free

from

bul

ging

Log

Boo

k2

--

N.A

. for

LT

XLP

E c

able

s(N

on M

etal

lic &

Met

allic

)bu

rnt p

artic

les

lum

ps, c

uts

&

Scr

atch

es.

2. T

hick

ness

MA

-do-

-do-

BH

EL

Spe

c./

BH

EL

Spe

c./

-do-

2-

-

data

she

etda

ta s

heet

3 O

verla

p of

MA

Mea

sure

men

t-d

o-B

HE

L S

pec.

/B

HE

L S

pec.

/-d

o-2

--

Ta

pe B

and

data

she

etda

ta s

heet

4 Ti

ghtn

ess

ofM

AV

isua

l-d

o-P

lant

Std

.P

lant

Std

.-d

o-2

--

Ta

pe B

and

BH

ELPA

RTI

CU

LAR

SB

IDD

ER/V

END

OR

NAM

EN

AME

SIG

NAT

UR

ED

ATE

BID

DE

R'S

/VE

ND

OR

S C

OM

PA

NY

SE

AL

25 o

f 36

Page 28: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

CU

STO

ME

R :

OTP

C, T

RIP

UR

AP

RO

JEC

T : 7

26.6

MW

TR

IPU

RA

CC

PP

SP

EC

IFIC

ATI

ON

: P

E-T

S-3

19-5

07-E

002

TITL

EN

UM

BE

R :

B

IDD

ER

/

:Q

UA

LITY

PLA

NS

PE

CIF

ICA

TIO

N T

ITLE

: TE

CH

. SP

EC

. FO

R

VE

ND

OR

NU

MB

ER

PE

D-5

07-0

0-Q

-001

, R-0

41.

1KV

XLP

E P

OW

ER

CA

BLE

SH

EE

T 4

OF

5S

YSTE

MIT

EM

X

LPE

Pow

er C

able

sS

EC

TIO

N

VO

LUM

E II

I

STAN

DAR

D Q

UAL

ITY

PLAN

SH

EE

T4

OF

5S

YSTE

MIT

EM

XLP

EP

ower

Cab

les

SE

CTI

ON

VO

LUM

EIII

SL.

CO

MP

ON

EN

T/O

PE

RA

TIO

NC

HA

RA

CTE

RIS

TIC

CA

T.TY

PE

/E

XTE

NT

OF

RE

FER

EN

CE

AC

CE

PTA

NC

E

FOR

MA

T A

GE

NC

YR

EM

AR

KS

NO

.C

HE

CK

ME

THO

D O

FC

HE

CK

DO

CU

ME

NT

NO

RM

OF

RE

CO

RD

CH

EC

KP

WV

13

45

67

89

112.

6C

ore

Layi

ng1.

Dia

ove

r lai

d up

cor

eM

AM

easu

rem

ent

Sam

ple

App

rd. D

ata

She

etA

pprd

. Dat

a S

heet

Log

Boo

k2

--

2.S

eque

nce

of la

y,M

AV

isua

l & M

eas.

Sam

ple

IS 7

098/

Mfrs

.Std

.IS

709

8/ M

frs.S

td.

-do-

2-

-&

dire

ctio

n

102

&di

rect

ion

3. L

ay L

engt

hM

AM

eas.

-do-

Mnf

rs. S

td.

Mnf

rs. S

td.

-do-

2-

-

2.7

Inne

rShe

ath

Ext

rusi

on1.

Sur

face

fini

shM

AV

isua

l10

0%--

Free

from

bul

ging

,-d

o-2

--

burn

t par

ticle

s,lu

mps

cut

s &

sc

ratc

hes.

2S

heat

hth

ickn

ess

MA

Mea

sure

men

tS

ampl

eA

ppd

Dat

aA

ppd

Dat

ado

22.

She

ath

thic

knes

sM

AM

easu

rem

ent

Sam

ple

App

d.D

ata

App

d.D

ata

-do-

2-

-S

heet

, IS

:709

8S

heet

, IS

:709

8

3. D

ia o

ver i

nner

she

ath

MA

-do-

-do-

-do-

-do-

-do-

2-

-

2.8

Arm

our

1. N

o.of

wire

s/S

trips

MA

Cou

ntin

gA

t the

sta

rt of

BH

EL

Spe

cn./

BH

EL

Spe

cn./

-do-

2-

-th

e pr

oces

sA

pprd

.Dat

a sh

eet

App

rd.D

ata

shee

t

2. L

ay D

irect

ion

MA

Vis

ual

-do-

IS:7

098

IS:7

098

-do-

2-

-

3. L

ay L

engt

hM

AM

eas.

-do-

Pla

nt S

tand

ard

Pla

nt S

tand

ard

Log

Boo

k2

--

4. C

over

age

MA

Mea

sure

men

t-d

o-B

HE

L S

pecn

./ A

ppd.

BH

EL

Spe

cn./

App

d.-d

o-2

--

Dat

a S

heet

Dat

a S

heet

5. D

ia o

ver a

rmou

ring

MA

Mea

sure

men

t-d

o--d

o--d

o--d

o-2

--

2.9

Out

er S

heat

h E

xtru

sion

1. S

urfa

ce F

inis

hM

AV

isua

l10

0%-

Log

Boo

k2

--

Free

from

Bul

ging

, bu

rntp

artic

les

lum

ps

2.S

heat

h th

ickn

ess

MA

Mea

sure

men

t S

ampl

eA

ppd.

Dat

a S

heet

App

d. D

ata

She

etLo

g B

ook

2-

-

3. D

ia o

ver o

uter

she

ath

MA

-do-

-do-

-do-

-do-

-do-

2-

-

4. M

arki

ngM

AV

isua

l10

0%IS

:709

8, B

HE

L S

pecn

.IS:7

098,

BH

EL

Spe

cn.

Test

Rep

ort

2-

-S

eque

ntia

l mar

king

sha

ll&

Ad

Dt

Sh

t&

Ad

Dt

Sh

tb

db

iti

burn

t par

ticle

s,lu

mps

,cu

ts &

scr

atch

es

& A

ppd.

Dat

a S

heet

& A

ppd.

Dat

a S

heet

be d

one

by p

rintin

gB

HEL

PAR

TIC

ULA

RS

BID

DER

/VEN

DO

RN

AME

SIG

NAT

UR

ED

ATE

BID

DE

R'S

/VE

ND

OR

S C

OM

PA

NY

SE

AL

26 o

f 36

Page 29: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

CU

STO

ME

R :

OTP

C, T

RIP

UR

AP

RO

JEC

T :7

26.6

MW

TR

IPU

RA

CC

PP

SP

EC

IFIC

ATI

ON

: P

E-T

S-3

19-5

07-E

002

TITL

EN

UM

BE

R :

B

IDD

ER

/

:Q

UA

LITY

PLA

NS

PE

CIF

ICA

TIO

N T

ITLE

: TE

CH

. SP

EC

. FO

R

VE

ND

OR

NU

MB

ER

PE

D-5

07-0

0-Q

-001

, R-0

41.

1KV

XLP

E P

OW

ER

CA

BLE

SH

EE

T 5

OF

5S

YSTE

MIT

EM

X

LPE

Pow

er C

able

sS

EC

TIO

N

VO

LUM

E II

IS

LC

OM

PO

NE

NT/

OP

ER

ATI

ON

CH

AR

AC

TER

ISTI

CC

AT

TYP

E/

EX

TEN

TO

FR

EFE

RE

NC

EA

CC

EP

TAN

CE

FOR

MA

TA

GE

NC

YR

EM

AR

KS

STAN

DAR

D Q

UAL

ITY

PLAN

SL.

CO

MP

ON

EN

T/O

PE

RA

TIO

NC

HA

RA

CTE

RIS

TIC

CA

T.TY

PE

/E

XTE

NT

OF

RE

FER

EN

CE

AC

CE

PTA

NC

EFO

RM

AT

AG

EN

CY

RE

MA

RK

SN

O.

CH

EC

KM

ETH

OD

OF

CH

EC

KD

OC

UM

EN

TN

OR

MO

F R

EC

OR

DC

HE

CK

PW

V

13

45

67

89

112.

10Fi

nish

ed C

able

1. R

outin

e Te

stC

RE

lec.

& M

eas.

100%

IS:7

098

& B

HE

L sp

ecnI

S:7

098

& B

HE

L sp

ecn.

Test

Rep

ort

2-

1

2. T

ype

Tes

ts *

CR

Phy

sica

l &

Sam

ple

*A

ppro

ved

Type

&A

ppro

ved

Type

&-d

o-2

1*

FOR

HT:

Typ

e te

sts

to b

e E

lect

rical

Test

sac

cept

ance

test

acce

ptan

cete

stco

nduc

ted

onon

esi

ze

210

Ele

ctric

alTe

sts

acce

ptan

cete

stac

cept

ance

test

cond

ucte

don

one

size

sche

dule

sche

dule

& a

ppro

ved

of e

ach

volta

ge g

rade

Dat

a S

heet

exce

pt F

RLS

/ Fla

mm

abilit

yte

sts

& E

lect

rical

test

s w

hich

sha

ll be

con

duct

ed

on e

very

siz

e &

vol

tage

gr

ade

of c

able

s.*

FOR

LT:

Typ

e te

sts

to b

e co

nduc

ted

on o

ne s

ize.

3.0

Fina

l Ins

pect

ion

1. F

inis

h &

Len

gth

MA

Vis

ual,

(See

rem

ark)

BH

EL

spec

n. &

BH

EL

Spe

cn./

-do-

21

-O

ne d

rum

in e

ach

Lot

Mea

sure

men

tIS

:709

8Fr

ee fr

om B

ulgi

ngB

urnt

par

ticle

s,lu

mps

, cut

s &

scra

tche

s

2. D

imen

sion

MA

Mea

sure

men

tA

s pe

r IS

App

d.D

ata

She

et/

Spe

cn./

App

d. D

ata

-do-

21

-IS

:709

8, IS

:108

10S

heet

/ IS

:709

8, IS

:108

10

3. A

rmou

ring

-M

AV

isua

l & M

eas.

-do-

-do-

-do-

-do-

21

-

Cov

erag

e N

o.of

Wire

s/S

trips

4. M

arki

ng &

Col

our

MA

Vis

ual

-do-

-do-

-do-

-do-

21

-

Cod

ing

5. A

ccep

tanc

e Te

sts

CR

Phy

, Ele

ct. T

ests

-do-

App

d D

ata

She

et/

App

d D

ata

She

et/

-do-

21

IS: 7

098

IS: 7

098

NO

TES

:-(A

)JO

INTS

IN

WIR

E S

HA

LL B

E A

S P

ER

MIT

TED

BY

IS /

BH

EL

SP

EC

IFIC

ATI

ON

, VE

ND

OR

TO

CE

RTI

FY T

HE

SA

ME

.(B

)N

O R

EP

AIR

OF

CO

RE

INS

ULA

TIO

N P

ER

MIT

TED

(C)

CA

BLE

EN

DS

SH

ALL

BE

SE

ALE

D A

S P

ER

IS/ B

HE

L S

PE

CIF

ICA

TIO

N(D

)R

EC

OR

D O

F R

AW

MA

TER

IAL,

PR

OC

ES

S &

ALL

STA

GE

S S

HA

LL B

E C

ER

TIFI

ED

BY

VE

ND

OR

S Q

C. A

ND

AR

E L

IAB

LE T

O A

UD

IT C

HE

CK

BY

PU

RC

HA

SE

R.

(E)

FILL

ER

S/D

UM

MY

CO

RE

S E

TC. S

HA

LL B

E A

S P

ER

BH

EL

SP

EC

IFIC

ATI

ON

(F)

WH

ER

EV

ER

EX

TEN

T O

F C

HE

CK

FO

R S

TAG

E IS

ME

NTI

ON

ED

AS

SA

MP

LES

AN

D N

OT

DE

FIN

ED

IN Q

P, T

HE

SA

ME

SH

ALL

BE

AS

PE

R S

AM

PLI

NG

PLA

N A

GR

EE

D B

Y P

UR

CH

AS

ER

.(G

)V

EN

DO

R S

HA

LL F

UR

NIS

H C

OM

PLI

AN

CE

CE

RTI

FIC

ATE

TO

TH

E IN

SP

EC

TIO

N A

GE

NC

Y C

ON

FIR

MIN

G T

HE

PA

CK

ING

AS

PE

R B

HE

L S

PE

CIF

ICA

TIO

N.

LE

GE

ND

: P

: P

ER

FOR

ME

R

W

: WIT

NE

SS

ER

V

: VE

RIF

IER

1-

BH

EL

2

-VE

ND

OR

3- S

UB

VE

ND

OR

C

HP

:CU

STO

ME

R H

OLD

PO

INT

WH

ICH

WIL

L B

E D

EC

IDE

D A

T C

ON

TRA

CT

STA

GE

BH

ELPA

RTI

CU

LAR

SB

IDD

ER/ V

END

OR

NAM

ESI

GN

ATU

RE

DAT

EB

IDD

ER

'S/V

EN

DO

RS

CO

MP

AN

Y S

EA

L

27 o

f 36

Page 30: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 1 of 5

DATA SHEET - A

DATA SHEET-A

27.10.14

Page 31: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 2 of 5

SPECIFIC TECHNICAL REQUIREMENTS

1.0 Type of Cable Flame Retardant Low Smoke (FRLS)

2.0 Standard applicable in general IS: 7098 PART (I)

3.0 Voltage Grade 1.1kV

4.0 Number of cores, cross sectional area of conductors and quantities

As per BOQ, Annexure-A to Section-C

5.0 Formula for calculating short circuit current for different durations

Ish= k A/ (t) where, Ish = Short circuit current in kA t = Fault clearing time in sec. K = a constant = 0.094 for Aluminium conductor

XLPE insulation = 0.143 for copper conductor

XLPE insulation 6.0 Installation Conditions for specified current

rating (a) Ambient air temperature 40 deg. C (b) Ground temperature 30 deg. C (c) Depth of laying of cables buried in ground 75 cm

(d) Thermal resistivity of soil 150 deg. C cm/W

7.0 CONDUCTOR (a) Material Aluminium Copper Grade and Class Stranded, H2,

Class 2 Stranded & compacted, Un-tinned (plain) annealed high conductivity, Class 2

(b) Standard Applicable IS: 8130 (c) Shape Circular / shaped as per IS (d) Min. number of strands As per Table-2 of IS: 8130

8.0 INSULATION(a) Material XLPE (b) Standard Applicable IS: 7098 Part-I (c) Continuous withstand temperature 90°C (d) Short-circuit withstand temperature 250°C (e) Method of application By extrusion; sleeve extrusion not permitted.

9.0 CORE IDENTIFICATION Colour coding as per IS: 7098 (Part-I) In addition to manufacturer's identification on cables as per IS, following marking shall also be provided over outer sheath: (a) Cable size and voltage grade - To be

embossed at every 3 meters

27.10.14

Page 32: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 3 of 5

(b) Word 'FRLS' at every 5 metre - To be embossed

(c) Sequential marking of length of the cable in metres at every one metre - To be embossed The embossing / printing shall be progressive, automatic, in line and marking shall be legible.

10.0 INNER SHEATH For multicore cables only, no innersheath for single core cables

(a) Material PVC Type ST2 as per IS: 5831 (b) Colour Black

(c) Whether FRLS No (d) Fillers Acceptable (e) Material of fillers (if permitted) Same as inner sheath (Material of filler to be

compatible with that of inner sheath) (f) Method of application (1) Multi-core cables: (i) With fillers Pressure/Vacuum extruded (ii) Without fillers Pressure extruded

11.0 ARMOUR (a) Material:

(i) Single core cables Hard drawn aluminium wire H4 grade, as per IS: 8130

(ii) Multi-core cables Galvanised Steel Round Wire / strip armour conforming to IS 3975 as per project requirements.

(b) Minimum Coverage 90% (c) Gap between armour wires Shall not exceed one armour wire space

(No cross-over/ over-riding) (d) Breaking load of joint 95 % of normal armour

12.0 OUTERSHEATH

(a) Material PVC Type ST2 as per IS: 5831 (b) Colour Black (c) Whether FRLS Yes (d) Method of application Vacuum Extruded (e) Marking Progressive sequential marking @ 1m.

13.0 FRLS CHARACTERISTICS (a) Oxygen index Min 29 (As per ASTMD 2863) (b) Temperature index Min. 250 C at oxygen index of 21 as per NES 715 (c) Acid gas generation Max. 20% by weight (as per IEC-754-1) (d) Smoke density rating Max. 60% (As per ASTM D2843) (e) Flammability Test As per IEC: 60332 Part-3 at-B& Swedish chimney

test as per –SEN-SS-424-1475 Class-F3

14.0 TOLERANCE ON OUTER DIAMETER + 2.0 mm

15.0 MINIMUM BENDING RADIUS

27.10.14

Page 33: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 4 of 5

(a) Single core cables 15 x O.D. (b) Multi core cables 12 x O.D.

16.0 SAFE PULLING FORCE (a) Aluminium conductor cable 30 N/ sq. mm. (b) Copper conductor cable 50 N/ sq. mm.

17.0 CABLE DRUMS (a) Type & construction As per IS 10418 (b) Standard drum length 500 m/ 1000 m (±) 5%. (As specified in BOQ)

DS-AII. TYPE/ ACCEPTANCE TEST REQUIREMENTS

A. Type Test Conduction:

1. Tests for which an asterisk sign (*) is indicated in the ‘Conduction Required as Type Test’ column shall be conducted on one size of cable to be selected by purchaser at the time of testing as type tests. The same may be witnessed by BHEL/ Owner, for which due notice shall be given by the vendor.

B. Acceptance Test Conduction:

1. Tests for which a hash sign (#) is indicated in the ‘Conduction Required as Acceptance Test’ column shall be conducted as acceptance tests.

2. Sampling: Sampling for acceptance tests shall be as per Appendix-A (Clause 15.2.1) of IS: 7098 Part-I. S.No.

TEST APPLICABLE FOR CONDUCTION REQUIRED AS Type Test Acceptance

Test1.0 Tests for Conductor

Annealing test For copper conductor only * # Tensile test For aluminium conductor only * #Wrapping test For aluminium conductor only * #Resistance test For Al/Cu * #

2.0 Tests for Armour Wires

Measurement of dimensions Applicable for Aluminium wire & GS wire

* #

Tensile test Applicable for Aluminium wire & GS wire

#

Elongation test Applicable for GS wire only * #Torsion test For GS round wire only * #Resistance test Applicable for Aluminium wire &

GS wire * #

Zinc coating test For G. S. wires only * #Wrapping Test For Aluminium wires only * #

3.0 Physical Tests for XLPE Insulation & PVC sheath

27.10.14

Page 34: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 5 of 5

S.No.

TEST APPLICABLE FOR CONDUCTION REQUIRED AS Type Test Acceptance

TestTest for thickness Applicable for XLPE insulation,

PVC inner sheath & PVC outer sheath

* #

Tensile strength and elongation test

Applicable for XLPE insulation & PVC outer sheath *

(a) Before ageing * # (b) Before & after ageing *Ageing in air oven Applicable for XLPE insulation &

PVC outer sheath *

Loss of mass test For PVC outer sheath only *Hot deformation test For PVC outer sheath only *Heat shock test For PVC outer sheath only *Shrinkage test For XLPE insulation & PVC outer

sheath only *

Thermal stability test For PVC outer sheath only *Hot set test For XLPE insulation only * # Water absorption test For XLPE insulation & outer

sheath *

4.0 FRLS/ Flammability Tests Oxygen index test For PVC outer sheath only * #Temperature Index test (as per NES 715)

For PVC outer sheath only * #

Smoke density test For PVC outer sheath only * #Acid gas generation test For PVC outer sheath only * #Flammability test to IS: 7098 Part-I

For complete cable * #

Flammability test as per IEC-332 Part-I

For complete cable *

Flammability test as per IS 10810 Part-53, 61 & 62, IEEE-383,SEN-SS-424-1475 Class-F3

For complete cable #

Swedish chimney test to SEN SS 424 1475

For complete cable #

5.0 Electrical Tests High Voltage Test For complete cable * #Insulation Resistance Test (Volume resistivity method)

For complete cable * #

27.10.14

Page 35: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 1 of 4

DATA SHEET – C

27.10.14

Page 36: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 2 of 4

DATASHEET C GUARANTEED TECHNICAL PARTICULARS

(TO BE SUBMITTED BY SUCCESSFUL BIDDER)

1.1 Name of manufacturer :

1.2 Place of Manufacture :

2.1 Current rating of cables conforms to :

2.2 Short circuit rating conforms to :

3.1 Formula for calculating short circuit current for : different durations as per Clause-5 of Data Sheet-A

OR

Whether curve for short time current v/s time : for different cables enclosed

4.0 INFORMATION TO BE FILLED IN FOR EACH SIZE CABLE IN THE FORM OF TABLE

4.1 No. of cores x size :

4.2 Base current ratings (*) based on Clause 6.0 of Data Sheet-A

a) In air : Amp

b) In ground : Amp c) ducts : Amp

4.3 Short circuit rating : kA, sec.

4.4 a) D.C. resistance of conductor at : ohm/km 20 deg. C

b) A.C. resistance of conductor at : ohm/km 90 deg. C

c) Reactance of cable : ohm/km at normal frequency

4.5 CONDUCTOR

a) Material type & grade : b) No & dia of wires in each core : no x mm before stranding

27.10.14

Page 37: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 3 of 4

4.6 XLPE INSULATION

a) Minimum & Nominal thickness of insulation : mm

4.7 PVC ST2 INNERSHEATH

a) Thickness (min.) : mm

b) Method of application 1) Multi-core cables i) With fillers : ii) With out fillers : Pressure Extruded

c) Type of fillers (if used) : PVC type ST2 as per IS 5831

Shape of fillers (if used) :

d) Colour :

4.8 ARMOUR

a) Material i) Single core cables : ii) Multi-core cables :

b) Size/ dimensions :

c) Minimum no. of wires :

d) Maximum resistivity of GS wire :

e) Maximum resistivity of Aluminium round wire :

4.9 PVC ST2 FRLS OUTERSHEATH

a) Minimum thickness of outer sheath : mm

b) Colour : 4.10 Diameters

a) Diameter of insulated conductor : mm b) Cable diameter under armour : mm c) Cable diameter over armour : mm

d) Overall diameter of cable : mm

27.10.14

Page 38: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP Doc. No. PE-TS-319-507-E002

Volume IIB Section TECHNICAL SPECIFICATION FOR

1.1kV XLPE POWER CABLESRev. : 02, DATE: 05.09.13 Page : 4 of 4

4.11 Weigts

a) Weight of conductor (Al/ Cu) : kg/km b) Weight of insulation (XLPE) : kg/km c) Weight of sheaths (PVC) : kg/km d) Weight of armour : kg/km

e) Total Weight of cable : kg./km

4.12 Dimension of drum : mm

4.13 Shipping weight : kg.

(*) For single core cables, the continuous current rating shall be furnished separately for armour earthed at one end and at both ends.

27.10.14

Page 39: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP

Doc. No. PE-TS-319-507-E002

Volume IIB Section : C

TECHNICAL SPECIFICATION FOR 1.1kV XLPE POWER CABLES

Rev. : 02, DATE: 27.10.14 Page : 1 of 1

ANNEXURE- A

Bill of Quantities (BOQ)

A. COPPER CONDUCTOR, ARMOURED CABLES

1.1 kV grade, power cables with stranded compacted annealed copper conductor (untinned), XLPE insulated, PVC type ST2 extruded inner sheathed (no inner sheath for single core cables), Galvanised steel single layer round wire / strip (non magnetic hard drawn aluminium single layer round wire H4 grade for single core cables) and extruded PVC Type ST2 outer sheath with FRLS properties, generally conforming to IS:7098 (Part-1) and BHEL specification.

SL.NO. CABLE SIZE (in sq.mm)

Order Quantity (in meters) Drum length (in meters)

1 3C X 2.5 (Cu) 34000  1000

NOTES: 1. Quantities indicated above shall be known as Order Quantities. 2. Order Quantity shall be cleared for manufacturing along with LOI. However, manufacturing of the cables

shall be taken up by the successful bidder only after approval of technical and quality documentation and shall be completed within four months from the date of approval of documentation.

3. The standard drum length shall be as specified above.Tolerance on individual drum length shall be ±5%.

4. Overall tolerance on total dispatched quantity of each size shall be (-) 2% and (+) 0% except where the total ordered quantity is one single drum length of 500 m, in which case it shall be –5%/+0%. Cables consumed for testing and inspection shall be to bidder’s account.

5. For each individual cable size, one short length of not less than 200m may be accepted to complete the

supply (except where the total ordered quantity is one single drum length of 500 m). The overall tolerance limits stipulated above shall continue to apply (in case short lengths are accepted).

6. Bidder to quote prices inclusive of ALL TYPE TEST CHARGES. No separate charges shall be payable for

type tests.

7. In case of the quantities cleared by BHEL for manufacturing are manufactured and offered for inspection by successful bidder in more than one batch, type testing is to be done for all batches without any cost implication to BHEL. However, BHEL reserves the right to witness type testing on all batches.

Page 40: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

ONGC – TRIPURA POWER COMPANY LIMITED

OTPC TRIPURA COMBINED CYCLE POWER PROJECT

726.6 MW(NOMINAL)

VOLUME II B

TECHNICAL SPECIFICATION

FOR

SCREENED CONTROL CABLES

SPECIFICATION NO. PE-TS-319-507-E004, (REV.01)

BHARAT HEAVY ELECTRICALS LIMITED

POWER SECTOR

PROJECT ENGINEERING MANAGEMENT

NOIDA, INDIA

Page 41: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.2013

SHEET OF

CONTENTS

S. NO. DESCRIPTION NO. OF SHEETS

01 CONTENTS 01

02 INSTRUCTIONS TO BIDDERS 01

03 PREAMBLE 01

04 SECTION – ‘A’ SCOPE OF ENQUIRY 02

05 SECTION – ‘B’ PROJECT INFORMATION 08

06 SECTION – ‘C’ SPECIFIC TECHNICAL REQUIREMENTS 04

- ANNEXURE-A : BOQ/ PRICE SCHEDULE 03 - ANNEXURE-B : TYPE TEST REQUIREMENTS AND ROUTINE & ACCEPTANCE TEST REQUIREMENTS 04

07 SECTION – ‘D’ (STANDARD TECHNICAL SPECIFICATION) 03

08 DATA SHEET-A SPECIFIC TECHNICAL REQUIREMENTS 07 & TABLE -1 & & SHEET FOR STANDARD CABLE PARAMETERS ANNEXURE-C : COLOUR CODING CHART

09 DATA SHEET-C GUARANTEED TECHNICAL PARTICULARS 09 ANNEXURE-1 TO DATASHEET-C

10 STANDARD QUALITY PLAN (PED-507-00-Q-004/01) 06

TOTAL NO. OF SHEETS =50 (INCLUDING COVER SHEET)

IT IS CONFIRMED THAT OUR TECHNICAL OFFER COMPLIES WITH THE SPECIFICATION IN TOTO, & THAT THERE ARE NO TECHNICAL DEVIATIONS.

--------------------------------------------------------------------- BIDDER’S STAMP & SIGNATURE

(REFER INSTRUCTION NO. 1 OF “INSTRUCTIONS TO BIDDERS”)

27.10.14

Page 42: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.2013

SHEET OF

INSTRUCTIONS TO BIDDERS FOR PREPARING TECHNICAL OFFERS

1. In line with clause no. 6.1 of Section-C, Volume-II-B of the specification, two signed and stamped copies of the following shall be furnished by all bidders as technical offer:

a. Unpriced Price Schedule (Annexure-A: BOQ, as enclosed with the specification) with bidder’s signature and company stamp.

b. A copy of this sheet (“Instructions to Bidders for Preparing Technical Offer”), with bidder’s signature and company stamp.

c. A copy of previous sheet (“List Of Contents”), with bidder’s signature and company stamp.

2. No technical submittal such as copies of type test certificates, data Sheets, write-up, drawing, technical literature, etc. is required during tender stage. Any such submission, even if made, shall not be considered as part of offer.

3. Confirmations/ comments (if any) regarding delivery schedules shall be furnished as part of the commercial offer. Any reference elsewhere/ covering letter of technical offer shall not be considered by BHEL.

4. Any comments/ clarifications on technical/ inspection requirements furnished as part of bidder’s covering letter shall not be considered by BHEL, and bidder’s offer shall be construed to be in conformance with the specification.

5. Any changes made by the bidder in the price schedule with respect to the cable description/ quantities, notes etc. from those given in Annexure-A to Section-C of specification [Bill Of Quantities] shall not be considered (i.e., technical description, quantities, notes etc. as per specification shall prevail).

--------------------------------------------------------------------- BIDDER’S STAMP & SIGNATURE

27.10.14

Page 43: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.2013

SHEET OF

1 The Tender documents contain three (3) volumes. The bidder shall meet the requirements of all three volumes.

1.1 VOLUME - I CONDITIONS OF CONTRACT

This consists of four parts as below:

Volume – IA This part contains Instructions to bidders for making bids to BHEL.

Volume – IB This part contains General Commercial Conditions of the Tender & includes provisionthat vender shall be responsible for the quality of item supplied by their sub-vendors.

Volume – IC This part contains Special Conditions of Contract.

Volume – ID This part contains Commercial Conditions for Erection & Commissioning site work, as applicable.

1.2 VOLUME – II TECHNICAL SPECIFICATIONS

Technical requirements are stipulated in Volume – II, which comprises of:-

Volume – IIA General Technical Conditions.

Volume – IIB Technical Specification including Drawings, if any.

1.3 VOLUME – IIB

This volume is sub-divided in to following sections:-

Section – A: This section outlines the Intent of Specification. Section – B : This section provides “Projection Information”. Section – C: This section indicates Technical Requirements specific to Contract, not covered in section-D Section – D: This section comprises of Technical requirements specific to Contract.

Data Sheet-A: Specific data and other requirements pertaining to the equipments.

Data sheet–C: Indicates data / documents to be furnished after the award of Contract as per agreed schedule by the vendor (as applicable)

27.10.14

Page 44: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.2013

SHEET OF

SECTION – ‘A’

SCOPE OF ENQUIRY

27.10.14

Page 45: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.2013

SHEET OF

SCOPE OF ENQUIRY

1.0 This specification covers the design, manufacture, inspection and testing at manufacturer's works, proper packing and delivery to OTPC CCPP site of Screened control cables as mentioned in different sections of this specification for the project as indicated in Section B (Project Information).

2.0 It is not the intent to specify herein all the details of design & manufacture. However, the equipment shall conform in all respects to high standards of design engineering and workmanship and shall be capable of performing in continuous commercial operation up to bidder's guarantee.

3.0 The general terms and conditions, instructions to bidders and other attachment referred to elsewhere are hereby made part of technical specification.

4.0 The bidders shall be responsible for and governed by all requirements stipulated hereinafter.

5.0 Requirements of the specification including the QP shall be agreed upon for total compliance by Bidders without any deviations.Price offers of only those bidders complying with the above requirement shall be acceptable.

6.0 The documents shall be in English language and MKS system of units.

7.0 For every shipment made to site, a shipping list, containing item reference (item number and description as per specification bill of quantities or packing drawing) and quantity of the same (in nos./weight) shall be provided by vendor at the time of dispatch of materials to site.

27.10.14

Page 46: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.2013

SHEET OF

SECTION – ‘B’

PROJECT INFORMATION

27.10.14

Page 47: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OTPC 760 ±50 MW Gas Based CCGT Power Plant Tender Enquiry Document for EPC Contract

Doc. No.6725-GE-SPC-700-015, Rev. R0 FICHTNER India Part IV, Section 2 : Site Information

P4S2-Site Information_Rev R0 Page : I

SECTION 2

SITE INFORMATION

Page 48: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OTPC 760 ±50 MW Gas Based CCGT Power Plant Tender Enquiry Document for EPC Contract

Doc. No.6725-GE-SPC-700-015, Rev. R0 FICHTNER India Part IV, Section 2 : Site Information

P4S2-Site Information_Rev R0 Page : II

Table of Contents

2. SITE INFORMATION..................................................................................................... 3

2.1. Geographic Location and Terrain.............................................................................3

2.1.1. General Information ......................................................................................... 3

2.1.2. Topographic mapping ...................................................................................... 3

2.1.3. Geophysical Analysis....................................................................................... 4

2.1.4. Summary - Meteorological Data...................................................................... 4

2.1.5. Reference Documents to Section 2.................................................................. 5

2.2. Infrastructure............................................................................................................5

2.3. Availability of Water .................................................................................................6

ANNEX –1.1 : Site Location Map........................................................................................ 7

Page 49: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OTPC 760 ±50 MW Gas Based CCGT Power Plant Tender Enquiry Document for EPC Contract

Doc. No.6725-GE-SPC-700-015, Rev. R0 FICHTNER India Part IV, Section 2 : Site Information

P4S2-Site Information_Rev R0 Page : 3

2. SITE INFORMATION

2.1. GEOGRAPHIC LOCATION AND TERRAIN

2.1.1. General Information

The proposed power project will be located near Village-Pallatana in South of Tripura. The proposed power project is located on Udaipur-Kakraban road and so no new approach road for the proposed project site has been envisaged.

The location of the plant is at approx. 23º 29’ 59.2” N and 91º 26’ 13.7”E. The site is accessed by road and rail as follows :

Nearest important town and distance : Udaipur– 9 km.

Nearest important Railway Station & distance : Manughat in Assam.

Nearest Port and distance : Nearest seaport in Indian territory is Kolkata.

Nearest Airport and distance : Agartala – 60 km

Nearest Highway : Udaipur - Kakraban State Highway

About 195.35 Acres (79.06 Hectares) of land for the proposed Project has been identified and land acquisition is under progress. The location around the land that has been identified is scarcely populated and a major part of the terrain is either under Cultivation or Forest Land. The break-up of land under acquisition is as follows

Forest Land : 190.62 Acres

Jote Land (under cultivation) : 4.73 Acres

Total Land : 195.35 Acres

The proposed land is scarcely populated and requires minimum relocation of people. Though, the project is being implemented in the existing degraded forest area, it has been envisaged that about 33% of the land inside the power plant boundary will be dedicated to green belt, landscaping, etc. The area utilized for the proposed power plant is about 38% and the balance 29 % will be buffer area, which includes the space required for constructability, subsurface structures, etc.

2.1.2. Topographic mapping

A contour survey has already been carried out in the Power Plant area and the survey contour lines are shown in drawing enclosed with Tender Documents. Based on the preliminary data of topographical survey, the proposed plot for power plant has an undulating terrain with the ground levels varying from (+) 30.00 m to (+) 17.50 m above mean sea level

The main road to the Power Plant shall originate from the main approach road. The main road shall be 7.0 m wide with 1.5 m wide berm to accommodate large truck movement. Branch roads may be of single lane and 4.0 meter wide with 1meter wide berm on either side.

Page 50: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OTPC 760 ±50 MW Gas Based CCGT Power Plant Tender Enquiry Document for EPC Contract

Doc. No.6725-GE-SPC-700-015, Rev. R0 FICHTNER India Part IV, Section 2 : Site Information

P4S2-Site Information_Rev R0 Page : 4

Patrol roads along the boundary shall be minimum 3.0 m wide and shall be of WBM.

2.1.3. Geophysical Analysis

Preliminary Soil Investigation has been carried out in the Power Plant Area. Copy of the same is attached to the tender. This is intended to give an idea of the soil conditions prevailing at site. However, detailed Soil Investigation shall be carried out by the EPC contractor to establish the data required to finalise the type of foundations and their design parameters based on the specified settlement and other criteria specified in the tender documents.

Preliminary Soil Investigation indicates the presence of medium stiff to stiff silty clay in the top stratum having depth varying from 4 to 6 metres from the existing ground level.. However the Power Blocks in their totality shall be on a single grade level. The soil investigation reveals that, the subsurface soil is good.

Ground water table level shall be taken at 2.0 metres from finished ground level or higher as per final soil investigation report, for design of underground structures.

2.1.4. Summary - Meteorological Data

Overall meteorological data and wind directions are as indicated below :

1. Site Ambient Conditions:

• Mean of Daily Maximum : 30.5ºC

• Mean of Daily Minimum : 20.5ºC

• Highest ever Temperature Recorded (From 01.01.2000 to 31.12.2004)

: 37.5ºC

• Lowest ever Temperature Recorded (From 01.01.2000 to 31.12.2004)

: 6.7ºC

• Design Dry Bulb Temperature for electrical equipment / System

: 40ºC

2. Relative Humidity:

• Maximum Recorded (From 01.01.2000 to 31.12.2004)

: 100%

• Minimum Recorded (From 01.01.2000 to 31.12.2004)

: 40%

Page 51: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OTPC 760 ±50 MW Gas Based CCGT Power Plant Tender Enquiry Document for EPC Contract

Doc. No.6725-GE-SPC-700-015, Rev. R0 FICHTNER India Part IV, Section 2 : Site Information

P4S2-Site Information_Rev R0 Page : 5

3. Rainfall Data:

• Max. recorded in 24 hrs. : 164.9mm

5. Design and Guarantee Conditions for Combined Cycle Power Plant:

Dry Bulb Temperature : 27ºC

Relative Humidity : 77%

6. Design Conditions for Cooling Tower Performance:

Design Wet Bulb Temperature Excluding Re-circulation Allowance

: 26.75ºC

2.1.5. Reference Documents to Section 2.

• Annex 1.1, Part IV, Site Location Map

• Report on Geotechnical Investigation [ Refer Volume IV, Part – IV of this EPC specification ]

2.2. INFRASTRUCTURE

No heavy lifting equipment is available with nor will be provided by OTPC. EPC Contractor will make his own provisions for the same and also for unloading of materials at site.

It may be possible to transport all heavy and large sized equipment through waterways from Kolkata to Karimganj / Badarpur in lower Assam – passing through Bangladesh on the way - and subsequently by roadways from Karimganj / Badarpur to the project site at Pallatana. However, some modifications and strengthening (augmentation) of unloading facilities at Karimganj / Badarpur as well as the existing roads from there to project site at Pallatana are required.

OTPC will make the facilitation work like increasing of road curvatures between Karimganj / Badarpur and Pallatana as per the locations identified through the Transportation Logistic Study. But the construction of Jetty at Karimganj / Badarpur and other temporary arrangements viz., bypass for existing bridges as necessary will be part of work to be carried out by the EPC Contractor for the Power Plant.

It has been identified that, timely delivery of material at Kolkata port will be the critical activity. The necessary augmentation work of existing transportation infrastructure in the scope of OTPC will be completed latest by end of April 2007.

Page 52: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OTPC 760 ±50 MW Gas Based CCGT Power Plant Tender Enquiry Document for EPC Contract

Doc. No.6725-GE-SPC-700-015, Rev. R0 FICHTNER India Part IV, Section 2 : Site Information

P4S2-Site Information_Rev R0 Page : 6

Whereas unskilled labour is available from Udaipur and nearby villages, skilled construction work-force is not available at or close to the project site and the EPC contractor will have to bring in his own resources. Similarly, residential accommodation is not available at project site and contractor will be required to either take nearby land on temporary lease or locate his manpower in Udaipur / in nearby villages.

The anticipated Construction water requirement will be about 30m3/h during peak Construction phase. Exact Construction water requirement has to be ascertained by the EPC Contractor. The requirement of construction water will be met by providing adequate Nos. of bore wells inside Plant boundary subject to confirmation from OTPC about availability and suitability of subsurface ground water for Construction purpose. Contractor shall dig wells and provide pumping and distribution facilities for supply of construction water. Contractor will have to bear all costs for Construction water. The owner will co-ordinate with the Tripura Sate Electricity Board to facilitate supply of construction power at one point near the power plant project boundary. Owner’s responsibility is limited only to facilitation for the installation of the incoming power lines; Contractor is responsible for all costs including payments to be made directly by the EPC Contractor to the Tripura Sate Electricity Board for energy consumption charges, demand charges and any other charges. 33kV power lines and its receipt including supply & erection of power transformer with OLTC and electrical power distribution within the construction site is included in Contractor’s scope of work and cost.

2.3. AVAILABILITY OF WATER

The source of plant raw water will be the river Gumti. The plant raw water requirement will be met from infiltration wells on riverbed and will be pumped through cross-country Pipeline. The Analysis of river water has been furnished in Part IV Section -1 – General Technical Conditions and Design which has been derived based on the water sample analysed during Monsoon-2005. The water quality is generally suitable for proposed power plant after pre-treatment and post-treatment

Page 53: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OT

PC

76

0 ±5

0 M

W G

as B

ased

CC

GT

Pow

er P

lant

Ten

der

En

qu

iry

Do

cum

ent

for

EP

C C

on

trac

t D

oc. N

o.67

25-G

E-S

PC

-700

-015

, Rev

. R0

FIC

HT

NE

R In

dia

P

art

IV, S

ecti

on

2 :

Sit

e In

form

atio

n

P4S

2-S

ite In

form

atio

n_R

ev R

0

Pag

e :

7

AN

NE

X –

1.1

: S

ite

Lo

cati

on

Map

Page 54: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.2013

SHEET OF

SECTION – ‘C’

SPECIFIC TECHNICAL REQUIREMENTS

27.10.14

Page 55: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.2013

SHEET OF

1.0 SCOPE OF ENQUIRY:1.1 This enquiry covers the supply of the Screened control cables conforming to this specification.

1.2 General technical requirements of the cables are indicated in Section-D and Datasheet-A. Project specific technical/ quality requirements/ changes are listed below.

1.3 Cables shall conform in all respects to the requirements stipulated in all the above parts of the specification.

1.4 The stipulations of Section-C, followed by those of Datasheet-A shall prevail in case of any conflict between the stipulations of Section-C, Datasheet-A and Section-D.

2.0 BILL OF QUANTITIES:

2.1 Quantity requirements shall be as per Annexure-A [Bill of Quantities/ Price Schedule (referred to as BOQ in the restof this section) enclosed.

2.2.1 The bidder shall indicate unit price of cables inclusive of type test charges for each type and size of cables listed as per the BOQ enclosed with this specification. No separate charges shall be paid by BHEL for type tests.

2.3 The cable quantities, which are indicated in the Bill Of Quantities, shall be released for manufacture along with LOI. Manufacturing of cables shall be done after the approval of technical and quality documentation and supplies shall be completed within four months from the approval of documents. Additional quantities if required shall be cleared for manufacture based on progress of engineering and site requirements. A lead-time of three months shall be given for completion of supply for each subsequent quantities from the date of clearance.

2.4 Delivery schedule for the package shall be given separately to the bidders for compliance.

2.5 Bidder’s offer shall be for complete scope as per specification. Part offers are not acceptable.

3.0 SPECIFIC TECHNICAL REQUIREMENTS:

3.1 Technical requirements of screened control cables shall be as per this section, and Datasheet A enclosed.

3.2 Specific technical requirements (in addition to those stipulated in Annexure-B and Datasheet A) shall be as below :

3.2.1 Overall variation on dispatched quantity of each size shall be (-) 2% and (+) 0% ordered by BHEL. Cables consumed for testing and inspection shall be to bidder’s account.

3.2.2 Short lengths of individual cable size not less than 200m may be accepted only in the final drum length to complete the supply within the overall variation limits stipulated above.

3.2.3 Cables shall be supplied in non-returnable heavy construction wooden drums (as per IS: 10418). The surface of the drum and the outer most cable layer shall be covered with waterproof cover. Both the ends of the cables shall be properly sealed with heat shrinkable PVC/ rubber caps secured by 'U' nails so as to eliminate ingress of water during transportation, storage and erection. All wooden parts shall be manufactured from seasoned wood treated with copper napthenates/ zinc napthenates (refer IS: 401). All ferrous parts shall be treated with suitable rust protective finish or coating to avoid rusting during transit and storage.

3.2.4 Cable material shall pass antirodent test

4.0 SPECIFIC QUALITY ASSURANCE REQUIREMENTS

27.10.14

Page 56: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.2013

SHEET OF

4.1 The successful bidder shall submit the Quality Plan (QP) for BHEL approval. The QP shall also include the list of raw material suppliers/ sub-vendors for BHEL approval.

4.2 Cables supplied shall be subjected to type tests, routine tests and acceptance tests as specified and according to relevant standards.

4.3 Type Tests: a. Type test requirements are stipulated in Annexure-B to this section.

b. The type tests to be conducted in this contract are enclosed in Annexure-B to this section.

c. Wherever type testing is required to be conducted for this contract, the same shall be done on the size and type of cable to be selected by purchaser from each lot manufactured & offered for inspection as per approved type test procedures. This means that at a minimum one size of each type may be selected for testing, while at the maximum, all sizes of all types can be type tested. Minor changes in the final Type Test Procedures (which shall be to BHEL approval during contract stage) shall be without any commercial implication.

4.4 Routine and Acceptance Tests

Routine and acceptance testing shall be conducted as per the Quality Plan enclosed with the specification for the project. A list of the tests proposed for the contract is attached as Annexure B for bidders’ reference in this context. Routine test shall also include following test:

i. Test for dielectric strength for one minute (as per IEC-60189-1). ii. Insulation resistance test as per IEC-60189-1. iii. Routine tests as per IEC-60189-1.

4.5 Inspection for routine/ acceptance/ type tests shall be carried out at vendor’s works as per approved manufacturing quality plan and type test procedures under normal circumstances provided all test facilities/ equipment are made available for testing. However, if testing is required to be carried out in independent laboratories/ other premises due to unavailability/ lack of required facilities at vendor’s works, the cost of the same shall be to bidder’s account.

5.0 Bidders shall confirm total compliance to specification without any deviations from the technical/ quality assurance requirements.

6.0 TECHNICAL AND QUALITY DOCUMENTATION TO BE SUBMITTED

6.1 By All Bidders, as technical offer: (i) Unpriced Price Schedule (Annexure-A, BOQ as enclosed with the specification) with bidder’s signature and

company stamp.(ii) A copy of the sheet “Instructions to Bidders for Preparing Technical Offer” with bidder’s signature and

company stamp. (iii) A copy of sheet “List Of Contents” with bidder’s signature and company stam

7.0 TechnicalS.No Reference Clause no of section D ( if

any)Specific requirement or change

1 Technical Datasheet Customer already approved datasheet has been enclosed as Annexure-1 to datasheet-C for compliance. Successful bidder to meet parameters of reference datasheets and minimum diameter of cables should not be less than those indicated on TDS.

27.10.14

Page 57: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.2013

SHEET OF

6.2 By Successful Bidder (for approval during contract stage) as per list of deliverables given below:

LIST OF DELIVERABLES FOR SCREENED CONTROL CABLESSL. No. DOCUMENT TITLE DWG. / DOCUMENT No.

1 Data Sheet-A & C for Screened Control Cables PE-V0-319-507-E591 2 Cross-sectional Drawings for Screened Control Cables PE-V0-319-507-E592 3 Type Test Procedure for Screened Control Cables PE-V0-319-507-E593 4 Quality Plan for Screened Control Cables PED-507-00-Q-004/02

5 Type Test Reports for Tests conducted in last five years PE-V0-319-507-E594 6 Type Test Reports for Tests conducted PE-V0-319-507-E595

6.3 Document distribution schedule for the project shall be as below

S.NO. DESCRIPTION NOS.(HARD COPY) SOFT COPY IN AUTOCAD & PDF

CDROM

1. All Drgs./docs.- First submission/resubmission

10 YES -

2. Final Drgs./docs. after approval for distribution purpose

20 - 4

3. As built drgs./docs. 20 - 4 4. Quality plan –submission/ 6 YES - 5 Quality plan- after approval for

distribution purpose 6 YES 1

6. Instruction Manual (Erection,/O&M), commissioning procedure, Data Books/Plant hands book/ CATALOGUES etc.

6(a) Draft copy 6 - - 6(b) Final submission 20 4 7. Performance & Guarantee Test

Report10 1

Separate sets of documents as indicated above shall be furnished by successful bidder for OTPC TRIPURA project.

27.10.14

Page 58: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.2013

SHEET OF

ANNEXURE: B

TYPE TEST REQUIREMENTS

ROUTINE & ACCEPTANCE TEST REQUIREMENTS

27.10.14

Page 59: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.2013

SHEET OF

ANNEXURE: BROUTINE AND ACCEPTANCE TEST REQUIREMENTS:

1.0 All materials components covered under this specification shall be procured, manufactured, inspected and tested as per BHEL standard quality plan PED-507-00-Q-004/01 enclosed with the specification which shall be complied. Bidder is to put his seal of acceptance on this quality plan with out making any alterations and return the same along with the bid. In case of any comments or deviations the same are to be furnished in the form of a separate annexure.

2.0 The type, routine & acceptance tests shall be witnessed by purchaser’s inspection agency as per standard Quality Plan .The sample shall be drawn at the rate of one per type and size for every lot offered for inspection.

3.0 All testing instruments shall be periodically calibrated and calibration certificates shall be shown at the time of inspection.4.0 Special tests: The following tests as applicable to FRLS PVC sheathed cables shall be conducted as type tests on each

size in each lot to establish the FRLS characteristics of PVC sheath material of finished cable. Values for characteristics shall be as per data sheet –A

a) Oxygen Index Test: The test shall be carried out as per ASTMD- 2863 at room temperature (27 �C) – minimum

250 �C

b) Temp. Index test:- The test shall be carried out as per ASTMD- 2863 for normal atmospheric oxygen (21% by volume)

c) Halogen Acid Gas Generation Test: The test shall be carried out as per IEC-754-1. d) Smoke Generation Test Under Fire: The test shall be carried out as per ASTMD- 2843 (min. 20% & max 60%). e) Flammability test: All finished cables shall pass the following tests:

i) Under fire conditions as per IEC: 60332-I & 60332-III. ii) Swedish chimney Test for class F3 as per SS: 424:1475, IEEE: 60383 iii) Under fire conditions for bunched cables as per IEEE standard 383/74 (Test set up should have cables

having at least 10 Kg organic material per metre run)

5.0 The cable materials shall also pass the following additional type tests. a) Heat shock test as per IS: 5831

b) Loss of mass test as per IS: 5831 c) Thermal heat stability test as per IS: 5831 d) Anti termite and anti rodent test on outersheath

27.10.14

Page 60: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

S.No. Test Description Reference documents for testprocedure

Test conductionrequired as

Test for Conductor(*)

Physical test for PVC insulation & PVC Sheath

(**)(**)

Tests for filler ( Applicable incase of (i) Unarmoured cableand (ii) Innersheath FRLS cable)

Tests for Al.mylar screen(*)

Tests for DrainWire

Page 61: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

Tests for Armour

Tests for finished cable

A

Legends :

T = Type test. A = Acceptance test. R = Routine test.

* Internal in process Test Report to be furnished.

** Applicable for Outer Sheath only.

*** These tests shall be conducted on one sample for the entire contract and duration ofthese tests shall be 14 days.

Sampling plan for type test shall be as per Quality plan.

Page 62: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

TECHNICAL SPECIFICATION FOR 1.1 KV SCREENED CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E004 VOLUME II B SECTION D REVISION 01 DATE: 04.10.13 SHEET 1 OF 3

SECTION – ‘D’

STANDARD TECHNICAL SPECIFICATION

27.10.14

Page 63: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

TECHNICAL SPECIFICATION FOR 1.1 KV SCREENED CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E004 VOLUME II B SECTION D REVISION 01 DATE: 04.10.13 SHEET 2 OF 3

1.0 INTENT OF THE SPECIFICATION

1.1 This specification covers the design, manufacture, inspection & testing, packing at manufacturer’s works and delivery to site of 1.1 KV SCREENED CONTROL CABLES.

1.2 The intent of specification is not to specify all details of design & construction of material. The material shall, however, conform in all aspects to high standard of design, engineering and workmanship and be capable of performing in continuous operation upto & after bidder’s guarantee period in manner acceptable to purchaser who will interpret the drawings & specification and shall have power to reject any work or material which in his judgement is not in full accordance with this specification.

2.0 SCOPE OF ENQUIRY

2.1 Bidder shall quote for Screened Control Cables in accordance with various sections of this specification. The system shall be complete in all aspects, for satisfactory operation, in accordance with this specification & technical particulars. Project information shall be given separately for the specific project.

2.2 In case of any conflict between the stipulations of Datasheet-A and Section-D, the order of precedence shall be Datasheet-A and then Section-D.

3.0 TECHNICAL REQUIREMENTS

3.1 Technical requirements for 1.1kV Screened control cables shall be as indicated in this section, in addition to those specified in Data Sheet-A.

4.0 QUALITY ASSURANCE REQUIREMENTS

4.1 Bidder shall confirm compliance with the BHEL Quality Plan as attached with the specification without any deviations. However, the same shall be subject to BHEL/Customer approval during detailed engineering stage without any commercial implication.

4.2 In the event of BHEL Quality Plan not being applicable & Quality Plan is provided by Customer, for a project ; the successful bidder shall submit the Customer Quality Plan (duly signed & stamped) for approval by BHEL/ Owner (as applicable) during detailed engineering stage without any commercial implications.

4.3 Type testing requirements, routine/ acceptance testing and special testing requirements shall be as detailed below.

4.3.1 Type Tests on Cables

a. All cables to be supplied shall conform to type tests as per relevant standards and proven type.

b. The bidder shall conduct all the Type Tests listed in QP. The Type test charges shall be inclusive in the unit price of cables .No extra charges shall be payable for Type tests.

4.3.2 Routine and Acceptance Tests

a) Routine testing shall be conducted in line with the applicable standards and as per the Manufacturing Quality Plan approved for the project for every lot offered for inspection.

b) Acceptance tests shall be conducted on every lot offered for inspection as per details indicated in Annexure-A of QP.

c) Cost of conduction of routine and acceptance testing shall be deemed to have included in the quoted supply prices.

27.10.14

Page 64: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

TECHNICAL SPECIFICATION FOR 1.1 KV SCREENED CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E004 VOLUME II B SECTION D REVISION 01 DATE: 04.10.13 SHEET 3 OF 3

4.3.3 Inspection for routine/ acceptance/ type tests shall be carried out at vendor’s works as per approved manufacturing quality plan and type test procedures (as per specifications requirements) provided all test facilities/ equipment are available for testing at vendor’s works. However, if testing is required to be carried out in independent laboratories/ other premises due to unavailability/ lack of required facilities at vendor’s works, the cost of the same shall be to bidder’s account.

4.3.4 Special Tests

a) Special tests as mentioned in the Data Sheet – A/ Annexure of QP shall only be conducted, if specified for the particular project. The cost of Special test (ultraviolet / hydrolytic test) shall be reimbursed extra at actual against original money receipt of Government Laboratory (CPRI/ ERDA), only in case the same is required to be conducted as per BS EN ISO 4892.

In case the project specific requirement asks for conduction of ultraviolet test as per ASTMG 154, the cost of same shall be to bidder’s account.

4.3.5 Cost of cables consumed for testing shall to bidder’s account.

4.3.6 Minor changes in the final Type/ Acceptance/ Routine Tests (as mentioned in QP, which shall be subject to approval during contract stage) shall be without any commercial implication.

5.0 PACKING5.1 Cables shall be supplied in non-returnable heavy construction steel/ wooden drums. All wooden parts shall be

manufactured from seasoned wood treated with copper napthenates/ zinc napthenates (refer IS: 401). Dimensions of wooden drums shall be as per IS 10418. All ferrous parts shall be treated with suitable rust protective finish orcoating to avoid rusting during transit and storage. BIS certification mark shall be stamped on each cable drum.

6.0 DRAWINGS & DOCUMENTS TO BE SUBMITTED6.1 Following documents shall be furnished by BHEL along with the enquiry for specific project:-

a) Project Specification. b) Project Specific Data Sheet-A. c) BOQ cum Price schedule for the specific project. d) Customer’s QP (If Applicable).

6.2 All drawings/ documents indicated above shall be submitted through Document Management System (DMS).

Page 65: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR

SCREENED CONTROL CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION - D

REVISION 01 DATE: 04.10.13

SHEET 1 OF 5

DATA SHEET-A

27.10.14

Page 66: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR

SCREENED CONTROL CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION - D

REVISION 01 DATE: 04.10.13

SHEET 2 OF 5

DATA SHEET-ASPECIFIC TECHNICAL REQUIREMENTS

(726.6 MW OTPC TRIPURA CCPP)

1.0 Type of cable : FRLS SCREENED CONTROL CABLES

2.0 Standards Applicable : IS: 694, IS:1554, IS: 8130, IS: 5831, IS: 3975, IS: 10418, IS: 10401, IEC-332-1, ASTMD-2843 & 2863, SEN 4241475,classF3, IEEE 383, (latest editions and it’s amendments), IEC: 60189 (pt.1 & 2)

3.0 Voltage grade : 1.1 KV

4.0 Number of pairs & cross- : As per BOQ (Annexure-A to Section-C) sectional area

5.0 CONDUCTOR

a) Material : High conductivity multi stranded Annealed Tinned Copper

b) Standard applicable : IS 8130

c) Min number of strands : 7, 0.5 sq.mm (nominal) and cross sectional area

6.0 INSULATION

a) Material : PVC Type-A (as per IS 5831, 1984)

b) Application : Extruded

c) Insulation thickness : 0.6 for 0.5 mm2 Cu conductor (As per IS-694)

d) Volume resistivity (Min) : 1 X 1013 ohm-cm at 270 as per IS 5831 1 X 1010 ohm-cm at 700 as per IS 5831

7.0 LAYING OF CORES

a) Min. number of twist per : 20 Metre for paired cables.

b) Maximum lay of individual : 50 mm twisted pair

c) Diameter of core : In accordance with clause 6 (c)

27.10.14

Page 67: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR

SCREENED CONTROL CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION - D

REVISION 01 DATE: 04.10.13

SHEET 3 OF 5

8.0 IDENTIFICATION OF : As per Annexure-C attached to Datasheet-A.

CORES .

9.0 INDIVIDUALLY SCREENED

a) Material : Aluminium-Mylar tape

b) Coverage : 100%

c) Overlap : Minimum 20% d) Min thickness (Micron) : 28

10.0 OVERALL SCREENED

a) Material : Aluminium-Mylar tape

b) Coverage : 100%

c) Over lap : Minimum 20%

d) Min. thickness (MIL) : 55

11.0 DRAIN WIRE

To be provided separately for individual pair shield (wherever applicable) and overall shield.

a) Material : Annealed Tinned copper conductor

b) Size (sq.mm.) : 0.5 sq. mm. (7 / 0.3mm)

12.0 BEDDING

a) Material : Flame Retardant Mylar Tape/ Polyster Tape

13.0 INNER SHEATH

a) Material : PVC Type ST1 as per IS: 5831. Thickness : As per IS: 1554 (PART-I)

b) Whether FRLS : NO

c) Fillers : Acceptable, Flame retardant & Moisture resistant

27.10.14

Page 68: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR

SCREENED CONTROL CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION - D

REVISION 01 DATE: 04.10.13

SHEET 4 OF 5

d) Material of fillers : Same as inner sheath

e) Method of application

i) With fillers : Pressure/ Vacuum extruded

ii) With out fillers : Pressure extruded

f) Inner sheath thickness : As per IS 1554 (PART-I)

14.0 ARMOUR

a) Material : Galvanised steel wire/ strip conforming to IS: 3975

Size : As per IS 1554

b) Coverage : 90%

c) Breaking load of joint : 95% of normal armour

d) Method of jointing : welding

15.0 OUTER SHEATH

a) Material : Extruded FRLS PVC Type ST1 as per IS 5831.

b) Thickness : As per IS 1554, Part-I. c) Application : Extruded

d) Colour : Black

e) Whether FRLS : YES

16.0 CHARACTERISTICS OF FRLS SHEATH

a) Oxygen Index : 29% Minimum as per ASTMD 2863

b) Temperature Index : 250 �C Minimum as per ASTMD 2863

c) Acid gas generation : less than 20% by weight (As per IEC-754)

d) Smoke density rating : Not more that 60% (As per ASTMD 2843)Derived as Average area under curve when the results of Smoke density plotted on a curve indicating light absorption v/s time as per ASTMD 2843

27.10.14

Page 69: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR

SCREENED CONTROL CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION - D

REVISION 01 DATE: 04.10.13

SHEET 5 OF 5

17.0 TOLERANCE ON OVERALL : 2mm max. Over the declared value in Technical DIAMETER Data Sheet

18.0 VARIATION IN DIA : Not more than 1.0 mm throughout the length of cable.

19.0 OVALITY AT ANY : Not more than 1.0 mm. CROSS-SECTION

20.0 DRUM LENGTH

a) Standard drum length : 1000/500 metres b) Tolerance on drum length : 5%

21.0 Markings

a) Progressive sequential : YES @ 1 m. Length marking to beprovided on outer sheath

b) Progressive marking to : YES @ 5 m. Read ‘FRLS’

22.0 Other markings : Durable markings at intervals not exceeding 5meter shall (On outer sheath & drum both) include manufacturer’s name, insulation material,

Conductor’s size number of pairs, voltage rating, type ofCable, year of manufacture, BHEL-PEM to be provided by embossing/ printing.

23.0 TECHNICAL PARAMETERS : Refer Table –1 attached

24.0 TEST VOLTAGE Core – Core & Core – Armour Core- shield

a) High voltage test : AS PER IS 1554 – I 1kV RMS for 1 min

b) Resistance to direct : AS PER IS 1554 - I Current test

27.10.14

Page 70: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 0 DATE: 29 .12.2009

SHEET OF

TABLE-1

STANDARD CABLE PARAMETERS FOR INSTRUMENTATION CABLE

Sl. No. Parameter 0.5 mm2(I & OS)

0.5 mm2(OS)

1. Mutual Capacitance (max.) at 0.8 kHz, nF/Km 120 100

2. Conductor Loop Resistance (max.), Ohm / Km 73.4 73.4

3. Insulation Resistance (min), M Ohm/ Km 100 100

4. Cross Talk attenuation (min) at 0.8kHz, dB 60 60

5. Characteristics impedance (max.) at 1 kHz 320 340

6. Attenuation (max.) at 1 kHz db/Km 1.2 1.2

Notes:

1. The voltage grade of Instrumentation cable shall be 1100 V.2. Cable parameters indicated above are at 20 deg C (+/- 3 deg C).

1 04.10.1327.10.14

Page 71: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

Annexure-C

Page 72: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.13

SHEET OF

DATASHEET- ‘C’

27.10.14

Page 73: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.13

SHEET OF

DATA SHEET-C

S.No. Particulars Unit Description

1 Manufacturer’s name - 2 Reference design standards - 3 Conductor size sq. mm 4 Rated Voltage V5 Number of pairs No.6 Cable suitable for both earthed -

& unearthed system

7 Conductor a) Material -b) Reference Standard -

c) Grade -d) No. of strands No.

e) Diameter of strands (nom.) mmf) Approx. dia of conductor mm/ Cross Section area sq. mm g) Maximum conductor resistance per Km at 20°C ohm

8Insulationa) Reference Standard -

b) Material composition -

c) Minimum thickness mm

d) Nom.Thickness mme) Max. thickness mmf) Minimum volume resistivity as pre IS 5831 Ohm cm

g) Dielectric constant -h) The insulation will withstand conductor operating temp. of 85°C

-

i) Core diameter including insulation mm9 Core laying

a)Whether cores are twisted. -b) Maximum lay of twist Mm

10 Individual Shield a) Material -b) Thickness of tape mmc) Coverage/ Overlap %

4

27.10.14

Page 74: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.13

SHEET OF

d) Noise interference better than dB11 Drain wire for individual shield

a) Reference standard -b) Size/ No. of strands sq. mm/ no. c) Material -d) Resistance of drain wire per km at 20 deg.C ohm

12 Overall shield a) Material -b) Thickness of tape mmc) Coverage/Overlap %d) Noise interference better than dB

13 Drain wire for overall shield a) Reference standard -b) Size/ No.of strands sq. mm/ no. c) Material -d) Resistance per Km at 20°C Ohm/ km

14 Fillers if applicable

15Inner sheath a) Material, type and standard -b) Whether FRLS -c) Colour -d) Method of application -

e) Thickness (min) mm16 Armour

a) Material, -b) Minimum Coverage %c) Method of jointing -d) Breaking load of joint -e) Size (approx.) mmf) Dia of armour mmg) No. of wires mm

17 Outer sheath a) Reference standard -b) Material -c) Minimum thickness of sheath mmd) Calculated dia under outersheath mme) Oxygen index (as per ASTMD 2863) -f) Temperature index (in deg. C as per ASTMD 2863) -g) Maximum acid gas generation as per IEC754-1 % h) Maximum smoke density rating as per ASTMD 2843 %

4

27.10.14

Page 75: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.13

SHEET OF

i) Colour of outer sheath -18 Dia over laid-up core mm19 Dia under armour mm20 Dia above armour mm21 Overall diameter of cable mm22 Tolerance on overall diameter mm23 Weight of

conductor Kgs. / km PVC (insulation, sheath & fillers) Kgs. / km Armour Kgs. / km Cable (approx.) Kgs. / km

24 Cable parameters at 20°C(+/-3 deg. C) a) Conductor resistance (max) Ohm/ km b) Insulation resistance (min) M-Ohmc) Mutual capacitance at 0.8KHz (max) nF/ km d) Cross talk at 0.8KHz (min) dBe) Attenuation at 1 KHz (max) dB/ km f) Characteristic impedence max. Ohm

25 Continuous operating temp. (deg.C) deg. C 26 Whether complete cable Flame retardant as per IS-

10810 Part-62 (Category-B) -

27 Whether complete cable passes Swedish Chimney test as per SEN 4241475 (F3)

-

28 Identification a) Length of cable marked at every mtr. -b) FRLS marked at every 5 mtrs -c) Each core of the pair numbered -d) Conductor identification details for pairs -e) Details of cable markings -

29 Test voltage a) High voltage test/ Dielectric Strength i) Voltage (KV), Core - Core kVii) Duration minb) High Voltage test i) Voltage (KV), Core - Screen Vii) Duration minc) Resistance to direct current test -

Voltage V Duration hrs/days

28 Min bending radius mm29 Ovality at any cross section mm

4

27.10.14

Page 76: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.13

SHEET OF

30 Variation of dia through out cable length 31 Cable cross-sectional drawings for each type of cable

furnished32 i) Length of single coil in a drum M

ii) Marking on drum -iii) Seasoned wood drum provided -iv) Both ends of cable to be sealed with PVC/ Rubber caps to prevent water/ moisture ingress v) Gross weight (approx.) kg.vi) Net weight (approx.) kg

33 Type test procedures as per BHEL Technical Spec. and other relevant standards enclosed.

34 Anti termite & rodent test

4

27.10.14

Page 77: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

FICHTNER Consulting Engineers (India)Private Limited, (FI) Chennai

VENDOR DRAWING REVIEW STATUS

ACTION-1 Approved

ACTION-2 Approved except as noted on drawing Revise

Drawing and resubmit for records

ACTION-3 Returned with Comments. Resubmit for approval

ACTION-4 Not Approved. Resubmit for review

Information noted. Returned for reference and records

������������� � ���� ��������������� ����������������������

������������������������� �������� �����

The document has been reviewed as noted with regard togeneral conformity to the Contract specifications andrequirements. The Vendor / Contractor is responsible forcorrectness of design calculation and details. Approval of thisdocument does not relieve the Vendor / Contractor of hisresponsibility in carrying out the work correctly and fulfillingthe complete requirements of the contract not does it limit thepurchaser's rights under the contract.

Annexure-1

Page 78: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:
Page 79: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:
Page 80: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:
Page 81: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR SCREENED CONTROL

CABLES

SPECIFICATION NO. PE-TS-319-507-E004

VOLUME II-B

SECTION -

REVISION 01 DATE: 04.10.13

SHEET OF

QUALITY PLAN

4

27.10.14

Page 82: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

PR

OJE

CT

OTP

C T

RIP

UR

A C

CP

PR

EV

01

TITL

EN

UM

BE

R :

Q

UALI

TY P

LAN

BID

DE

R/

:

QU

ALI

TY P

LAN

SP

EC

IFIC

ATI

ON

SC

RE

EN

ED

CO

NTR

OL

CA

BLE

SV

EN

DO

RN

UM

BE

R P

ED

-507

-00-

Q-0

04/0

1ATI

TLE

SH

EE

T 1

OF

5S

YSTE

MIT

EM

:IN

STR

UM

EN

TATI

ON

CA

BLE

S

SE

CTI

ON

V

OLU

ME

III

SL.

CO

MP

ON

EN

T/O

PE

RA

TIO

NC

HA

RA

CTE

RIS

TIC

SC

AT.

TYP

E/

EX

TEN

T O

FR

EFE

RE

NC

EA

CC

EP

TAN

CE

FO

RM

AT

AG

EN

CY

RE

MA

RK

SN

O.

CH

EC

KM

ETH

OD

OF

CH

EC

KD

OC

UM

EN

TN

OR

MO

F R

EC

OR

DC

HE

CK

PW

V

13

45

67

89

1011

1.0

RA

W M

ATE

RIA

L

1.1

PV

C C

ompo

und(

for i

nsul

atio

n1. P

hysi

cal p

rope

rties

MA

Phy

sica

l Tes

tsS

ampl

eR

elev

ant S

tand

ard/

Rel

evan

t Sta

ndar

d/Lo

g B

ook/

3/2

-2

and

shea

th)

App

d. D

ata

She

et/

App

d. D

ata

She

et/

Test

Cer

t.B

HE

L S

peci

ficat

ion

BH

EL

Spe

cific

atio

n

2. E

lec.

Pro

perti

esM

AE

lect

rical

Tes

tsS

ampl

e-d

o--d

o--d

o-3/

2-

2(IN

SU

LATI

ON

)3.

FR

LS P

rope

rties

C

RE

nviro

nmen

tal

Sam

ple

-do-

-do-

-do-

3/2

-2

(out

er s

heat

h)

1.2

Gal

vani

sed

stee

l wire

/stri

p1.

Phy

.and

Ele

c.M

AP

hysi

cal &

S

ampl

e*R

elev

ant S

tand

ard/

Rel

evan

t Sta

ndar

d/-d

o-3/

2-

2*

Sam

ple

from

eac

h

Pro

perti

esE

lect

rical

Tes

tsA

ppd.

Dat

a S

heet

/A

ppd.

Dat

a S

heet

/B

atch

/Lot

.B

HE

L S

peci

ficat

ion

BH

EL

Spe

cific

atio

n

2

CU

STO

ME

R :

ON

GC

TR

IPU

RA

PO

WE

R C

OR

PS

PE

CIF

ICA

TIO

N :

PE

-TS

-319

-507

-E00

4

2. D

imen

sion

MA

Mea

sure

men

t-d

o--d

o--d

o--d

o-3/

2-

2

3.G

alva

niza

tion

Qua

lity

MA

Gal

v.Te

sts

-do-

-do-

-do-

-do-

3/2

-2

1.3

Cop

per R

ods/

1. P

hysi

cal P

rope

rties

MA

Phy

sica

l Tes

ts-d

o-R

elev

ant S

tand

ard/

Rel

evan

t Sta

ndar

d/-d

o-3/

2-

2W

ires

App

d. D

ata

She

et/

App

d. D

ata

She

et/

(For

con

duct

or/ d

rain

wire

)B

HE

L S

peci

ficat

ion

BH

EL

Spe

cific

atio

n

2.E

lect

rical

pro

perti

esC

RE

lect

rical

Tes

ts-d

o--d

o--d

o--d

o-3/

2-

2

1.4

Fille

rs1.

FR

LS P

rope

rties

CR

Che

mic

al/ E

nviro

n.-d

o--d

o--d

o--d

o-3/

2-

2te

st

1.5

Scr

een

1. D

imen

sion

MA

Mea

sure

men

t-d

o-A

ppd.

Dat

aA

ppd.

Dat

aTC

& IR

3/2

-2

She

etS

heet

BHE

LPA

RTI

CUL

ARS

BID

DER

/VEN

DO

RNA

ME

SIG

NATU

RE

DAT

EB

IDD

ER

'S/V

EN

DO

RS

CO

MP

AN

Y S

EA

L

Page 83: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

PR

OJE

CT

OTP

C T

RIP

UR

A C

CP

PR

EV

01

TITL

EN

UM

BE

R :

QUA

LITY

PLA

N B

IDD

ER

/

:

QU

ALI

TY P

LAN

SP

EC

IFIC

ATI

ON

SC

RE

EN

ED

CO

NTR

OL

CA

BLE

SV

EN

DO

R

N

UM

BE

R P

ED

-507

-00-

Q-0

04/0

1TI

TLE

SH

EE

T 2

OF

5S

YSTE

MIT

EM

:IN

STR

UM

EN

TATI

ON

CA

BLE

S

SE

CTI

ON

V

OLU

ME

III

SL.

CO

MP

ON

EN

T/O

PE

RA

TIO

NC

HA

RA

CTE

RIS

TIC

SC

AT.

TYP

E/

EX

TEN

T O

FR

EFE

RE

NC

EA

CC

EP

TAN

CE

FO

RM

AT

AG

EN

CY

RE

MA

RK

SN

O.

CH

EC

KM

ETH

OD

OF

CH

EC

KD

OC

UM

EN

TN

OR

MO

F R

EC

OR

DC

HE

CK

PW

V

13

45

67

89

1011

2.. M

ech.

Pro

p.M

AM

ech

test

-do-

MFR

S. S

TD.

MFR

S. S

TD.

TC &

IR3/

2-

2

2.0

IN P

RO

CE

SS

2.1

Wire

Dra

win

g , T

inni

ng a

nd1.

Phy

sica

l, E

lect

rical

, C

RP

hy.&

Ele

ct. T

ests

Sam

ple

Rel

evan

t Std

./R

elev

ant S

td./

Log

Boo

k2

-1

Ann

ealin

g s

urfa

ce fi

nish

V

isua

l &

Mea

s.B

HE

L S

pecn

.B

HE

L S

pecn

.&

dim

ensi

on

2. C

hem

ical

test

for

CR

Che

mic

al T

est

Sam

ple

-do-

-do-

-do-

2-

-(A

pplic

able

onl

y fo

r dra

in w

ire in

Tin

ning

(Per

sulp

hate

test

)ca

se o

f un-

tinne

d co

nduc

tor)

2.2

Stra

ndin

g of

wire

s1.

No.

of w

ires

MA

Cou

ntin

g S

ampl

eR

elev

ant S

tand

ard/

Rel

evan

t Sta

ndar

d/-d

o-2

--

App

d. D

ata

She

et/

App

d. D

ata

She

et/

BH

EL

Spe

cific

atio

nB

HE

L S

peci

ficat

ion

2S

eque

nce

lay

leng

thM

AV

isua

lM

eas

Sam

ple

Rel

evan

tSta

ndar

d/R

elev

antS

tand

ard/

do2

2

CU

STO

ME

R :

ON

GC

TR

IPU

RA

PO

WE

R C

OR

PS

PE

CIF

ICA

TIO

N :

PE

-TS

-319

-507

-E00

4

2.S

eque

nce,

lay

leng

thM

AV

isua

l,M

eas

Sam

ple

Rel

evan

tSta

ndar

d/R

elev

antS

tand

ard/

-do-

2-

-

& D

irect

ion

Ven

dor's

Spe

c.V

endo

r's S

pec.

3 S

urfa

ce F

inis

hM

AV

isua

lS

ampl

e-d

o--d

o--d

o-2

--

4.D

imen

sion

MA

Mea

sure

men

tS

ampl

eR

elev

ant S

tand

ard/

Rel

evan

t Sta

ndar

d/-d

o-2

--

App

d. D

ata

She

et/

App

d. D

ata

She

et/

BH

EL

Spe

cific

atio

nB

HE

L S

peci

ficat

ion

2.3

Cor

e In

sula

tion

1. S

urfa

ce fi

nish

MA

Vis

ual

100%

-Fr

ee fr

om b

ulgi

ng-d

o-2

-1

(No

repa

ir pe

rmitt

ed)

burn

t par

ticle

slu

mps

, cut

s &

S

crat

ches

.

2 In

sula

tion

thic

knes

sC

RM

easu

rem

ent

Sam

ple

App

d.da

ta s

heet

/A

ppd.

data

she

et/

-do-

2-

-R

elev

ant S

td.

Rel

evan

t Std

.

PAR

TIC

ULAR

SB

IDD

ER/V

END

OR

BHE

LNA

ME

SIG

NATU

RE

DAT

EB

IDD

ER

'S/V

EN

DO

RS

CO

MP

AN

Y S

EA

L

Page 84: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

RE

V 0

1P

RO

JEC

TO

TPC

TR

IPU

RA

CC

PP

TITL

EN

UM

BE

R :

QUA

LITY

PLA

N B

IDD

ER

/

:

QU

ALI

TY P

LAN

SP

EC

IFIC

ATI

ON

SC

RE

EN

ED

CO

NTR

OL

CA

BLE

SV

EN

DO

R

NU

MB

ER

PE

D-5

07-0

0-Q

-004

/01

TITL

E

S

HE

ET

3 O

F 5

SYS

TEM

ITE

M :I

NS

TRU

ME

NTA

TIO

N C

AB

LES

S

EC

TIO

N

VO

LUM

E II

IS

L.C

OM

PO

NE

NT/

OP

ER

ATI

ON

CH

AR

AC

TER

ISTI

CS

CA

T.TY

PE

/E

XTE

NT

OF

RE

FER

EN

CE

AC

CE

PTA

NC

E

FOR

MA

T A

GE

NC

YR

EM

AR

KS

NO

.C

HE

CK

ME

THO

D O

FC

HE

CK

DO

CU

ME

NT

NO

RM

OF

RE

CO

RD

CH

EC

KP

WV

12

34

56

78

910

113.

Con

cent

ricity

#C

RM

easu

rem

ent

Sam

ple

Mfr'

s S

td./A

ppd.

Mfr'

s S

td./A

ppd.

Log

Boo

k2

-1

# To

be

chec

ked

atda

ta s

heet

data

she

et

sta

rting

& fi

nish

end

of

E

xtru

ded

Leng

th4

Dia

ove

r ins

ulat

ion

MA

Mea

sure

men

tS

ampl

eR

elev

ant S

tand

ard/

Rel

evan

t Sta

ndar

d/-d

o-2

--

App

d. D

ata

She

et/

App

d. D

ata

She

et/

BH

EL

Spe

cific

atio

nB

HE

L S

peci

ficat

ion

5. S

park

Tes

t or W

ater

CR

Ele

ctric

al10

0%M

fr's

Std

. M

fr's

Std

. -d

o-2

-1

Im

mer

sion

test

6. C

ore

iden

tific

atio

nM

AV

isua

l10

0%R

elev

ant S

tand

ard/

Rel

evan

t Sta

ndar

d/-d

o-2

--

App

d. D

ata

She

et/

App

d. D

ata

She

et/

BH

EL

Spe

cific

atio

nB

HE

L S

peci

ficat

ion

2.4

Cor

e pa

iring

, scr

eeni

ng

1. P

air i

dent

ifica

tion

MA

Vis

ual

100%

BH

EL

Spe

c.B

HE

L S

pec.

Log

Boo

k2

--

(pro

visi

on o

f dra

in w

ire&

app

d. D

ata

& a

ppd.

Dat

a&

layi

ng)

shee

tsh

eet

2.W

ire s

ize

&

MA

Mea

sure

men

t10

0%-d

o--d

o--d

o-2

--

tape

siz

e

3.Te

st fo

r C

RE

lect

. Tes

t10

0%-d

o--d

o--d

o-2

-1

capa

cita

nce

CU

STO

ME

R

: ON

GC

TR

IPU

RA

PO

WE

R C

OR

SP

EC

IFIC

ATI

ON

: P

E-T

S-3

19-5

07-E

004

capa

cita

nce

4. S

eque

nce

of

MA

Vis

ual m

eas

Sam

ple

BH

EL

Spe

c.B

HE

L S

pec.

-do-

2-

1la

y an

d la

y&

MFR

s. S

td.

& M

FRs.

Std

.le

ngth

5. S

cree

n ov

erla

pM

AM

easu

rem

ent

Sam

ple

BH

EL

Spe

c.B

HE

L S

pec.

-do-

2-

-&

cov

erag

e

6. D

ia o

ver l

aid

MA

Mea

sure

men

t-d

o--d

o--d

o--d

o-2

--

up c

ore

7. C

ontin

uity

of

MA

Ele

ct. T

est

100%

<----

----N

o D

isco

ntin

uity

-----

----->

-do-

2-

-dr

ain

& d

rain

wire

with

Scr

een

2.5

Inne

rShe

ath

Ext

rusi

on1.

Sur

face

fini

shM

AV

isua

l10

0%--

Free

from

bul

ging

,-d

o-2

--

(App

licab

le fo

r arm

oure

d ca

bles

)bu

rnt p

artic

les,

lum

ps c

uts

&

scra

tche

s.

2. S

heat

h th

ickn

ess

MA

Mea

sure

men

tS

ampl

eB

HE

L S

pec.

BH

EL

Spe

c.-d

o-2

--

& a

ppd.

Dat

a&

app

d. D

ata

shee

tsh

eet

PAR

TIC

ULAR

SB

IDD

ER/V

END

OR

BHE

LNA

ME

SIG

NATU

RE

DAT

EB

IDD

ER

'S/V

EN

DO

RS

CO

MP

AN

Y S

EA

L

Page 85: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

PR

OJE

CT

OTP

C T

RIP

UR

A C

CP

PR

EV

01

TITL

EN

UM

BE

R :

QUA

LITY

PLA

N B

IDD

ER

/

:

QU

ALI

TY P

LAN

SP

EC

IFIC

ATI

ON

SC

RE

EN

ED

CO

NTR

OL

CA

BLE

SV

EN

DO

R

NU

MB

ER

PE

D-5

07-0

0-Q

-004

/01

TITL

E

S

HE

ET

4 O

F 5

SYS

TEM

ITE

M :I

NS

TRU

ME

NTA

TIO

N C

AB

LES

S

EC

TIO

N

VO

LUM

E II

IS

L.C

OM

PO

NE

NT/

OP

ER

ATI

ON

CH

AR

AC

TER

ISTI

CS

CA

T.TY

PE

/E

XTE

NT

OF

RE

FER

EN

CE

AC

CE

PTA

NC

E

FOR

MA

T A

GE

NC

YR

EM

AR

KS

NO

.C

HE

CK

ME

THO

D O

FC

HE

CK

DO

CU

ME

NT

NO

RM

OF

RE

CO

RD

CH

EC

KP

WV

13

45

67

89

1011

3.D

ia o

ver i

nner

she

ath

MA

Mea

sure

men

tS

ampl

eB

HE

L S

pec.

BH

EL

Spe

c.-d

o-2

--

& a

ppd.

Dat

a&

app

d. D

ata

shee

tsh

eet

2.6

Arm

ourin

g1.

No.

of w

ires/

Stri

psM

AC

ount

ing

At t

he s

tart

ofB

HE

L S

pecn

./ A

ppd.

BH

EL

Spe

cn./

App

d.-d

o-2

--

the

proc

ess

Dat

a sh

eet

Dat

a sh

eet

2. L

ay D

irect

ion

MA

Vis

ual

-do-

-do-

-do-

-do-

2-

-

3. L

ay L

engt

hM

AV

isua

l, M

eas.

At t

he s

tart

ofR

el. S

td./

Rel

. Std

./Lo

g B

ook

2-

-th

e pr

oces

sB

HE

L S

pecn

./App

d.B

HE

L S

pecn

./App

d.D

ata

shee

tD

ata

shee

t

4. C

over

age

MA

Mea

sure

men

t-d

o-B

HE

L S

pecn

./App

d.B

HE

L S

pecn

./App

d.-d

o-2

--

Dat

a sh

eet

Dat

a sh

eet

5. D

ia o

ver a

rmou

ring

MA

Mea

sure

men

t-d

o--d

o--d

o--d

o-2

--

27

Out

erS

heat

hE

xtru

sion

1S

urfa

ceFi

nish

MA

Vis

ual

100%

Free

from

Bul

ging

Log

Boo

k2

2

CU

STO

ME

R :

ON

GC

TR

IPU

RA

PO

WE

R C

OR

PS

PE

CIF

ICA

TIO

N :

PE

-TS

-319

-507

-E00

4

2.7

Out

erS

heat

hE

xtru

sion

1.S

urfa

ceFi

nish

MA

Vis

ual

100%

-Fr

eefro

mB

ulgi

ngLo

gB

ook

2-

-B

urnt

par

ticle

s,lu

mps

, cut

s &

scra

tche

s

2.S

heat

h th

ickn

ess

MA

Mea

sure

men

t S

ampl

eB

HE

L S

pecn

./App

d.B

HE

L S

pecn

./App

d.Lo

g B

ook

2-

-D

ata

shee

tD

ata

shee

t

3. D

ia o

ver o

uter

M

AM

easu

rem

ent

Sam

ple

-do-

-do-

-do-

2-

-sh

eath

4. M

arki

ngM

AV

isua

l10

0%B

HE

L S

pecn

./App

d.B

HE

L S

pecn

./App

d.Te

st R

epor

t2

--

Seq

uent

ial m

arki

ng s

hall

Dat

a sh

eet

Dat

a sh

eet

be d

one

by p

rintin

g

2.8

Fini

shed

Cab

le1.

Rou

tine

Test

CR

Ele

c. &

Mea

s.10

0%B

HE

L S

pecn

./App

d.B

HE

L S

pecn

./App

d.Te

st R

epor

t2

-1

Dat

a sh

eet

Dat

a sh

eet

2. T

ype

& F

RLS

Tes

tsC

RE

lec.

, Phy

& M

eas.

Sam

ple

*B

HE

L S

pecn

./App

d.B

HE

L S

pecn

./App

d.Te

st R

epor

t2

-1

* O

ne D

rum

/Siz

e/Lo

tD

ata

shee

tD

ata

shee

t

PAR

TIC

ULAR

SB

IDD

ER/V

END

OR

BHE

LNA

ME

SIG

NATU

RE

DAT

EB

IDD

ER

'S/V

EN

DO

RS

CO

MP

AN

Y S

EA

L

Page 86: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

PR

OJE

CT

OTP

C T

RIP

UR

A C

CP

PR

EV

01

TITL

EN

UM

BE

R :

QUA

LITY

PLA

N B

IDD

ER

/

:

Q

UA

LITY

PLA

NS

PE

CIF

ICA

TIO

N S

CR

EE

NE

D C

ON

TRO

L C

AB

LES

VE

ND

OR

N

UM

BE

R P

ED

-507

-00-

Q-0

04/0

1TI

TLE

S

HE

ET

5 O

F 5

SYS

TEM

ITE

M :I

NS

TRU

ME

NTA

TIO

N C

AB

LES

S

EC

TIO

N

VO

LUM

E II

IS

L.C

OM

PO

NE

NT/

OP

ER

ATI

ON

CH

AR

AC

TER

ISTI

CS

CA

T.TY

PE

/E

XTE

NT

OF

RE

FER

EN

CE

AC

CE

PTA

NC

E

FOR

MA

T A

GE

NC

YR

EM

AR

KS

NO

.C

HE

CK

ME

THO

D O

FC

HE

CK

DO

CU

ME

NT

NO

RM

OF

RE

CO

RD

CH

EC

KP

WV

13

45

67

89

1011

3.0

Fina

l Ins

pect

ion

1. F

inis

h &

Len

gth

MA

Vis

ual

(See

rem

ark)

BH

EL

spec

n./

Free

from

Bul

ging

Test

Rep

ort

21

-O

ne d

rum

in

a Lo

t R

elev

ant S

tdB

urnt

par

ticle

s,lu

mps

, cut

s &

scra

tche

s

2. D

imen

sion

sM

AM

easu

rem

ent

Sam

ple

BH

EL

Spe

cn./A

ppd.

BH

EL

Spe

cn./A

ppd.

Test

Rep

ort

21

-Le

ngth

sD

ata

shee

tD

ata

shee

t

3. A

rmou

ring

-M

AV

isua

l & M

eas.

Sam

ple

-do-

-do-

-do-

21

-

Cov

erag

e N

o.of

Wire

s/S

trips

4. M

arki

ng/C

olou

r/M

AV

isua

l-d

o--d

o--d

o--d

o-2

1-

pair

iden

tific

atio

n

5. T

est f

or

CR

Ele

ct. T

est

-do-

-do-

-do-

-do-

21

-sc

reen

ing

6. A

ccep

tanc

e Te

sts

CR

Phy

& E

lect

. Tes

ts

sam

ple

@-d

o--d

o--d

o-2

1

2

CU

STO

ME

R

:O

NG

C T

RIP

UR

A P

OW

ER

CO

R

@:o

nesi

zeof

each

type

[IND

I.&O

VER

ALL/

SP

EC

IFIC

ATI

ON

: P

E-T

S-3

19-5

07-E

004

7. T

ype

& F

RLS

Tes

tsC

RM

easu

rem

ent

Sam

ple#

BH

EL

Spe

cn./A

ppd.

BH

EL

Spe

cn./A

ppd.

-do-

21

-#1

.Phy

sica

l/ E

lect

rical

/ Mec

hani

cal/

Dat

a sh

eet/

appd

. TT

PD

ata

shee

t/ ap

pd.

TTP

NO

TES

:-(A

)JO

INTS

IN

WIR

E S

HA

LL B

E A

S P

ER

MIT

TED

BY

RE

L S

TD /

BH

EL

SP

EC

IFIC

ATI

ON

. V

EN

DO

R T

O C

ER

TIFY

TH

E S

AM

E.

2. F

lam

mab

ility

test

s: o

nly

one

size

per

lot.

(B)

NO

RE

PA

IR O

F C

OR

E IN

SU

LATI

ON

PE

RM

ITTE

D(C

)C

AB

LE E

ND

S S

HA

LL B

E S

EA

LED

AS

PE

R R

EL.

STD

./ B

HE

L S

PE

CIF

ICA

TIO

N(D

)R

EC

OR

D O

F R

AW

MA

TER

IAL,

PR

OC

ES

S &

ALL

STA

GE

S S

HA

LL B

E C

ER

TIFI

ED

BY

VE

ND

OR

S Q

C. A

ND

AR

E L

IAB

LE T

O A

UD

IT C

HE

CK

BY

PU

RC

HA

SE

R.

(E)

FILL

ER

S/D

UM

MY

CO

RE

S E

TC. S

HA

LL B

E A

S P

ER

BH

EL

SP

EC

IFIC

ATI

ON

(F)

WH

ER

EV

ER

EX

TEN

T O

F C

HE

CK

FO

R S

TAG

E IS

ME

NTI

ON

ED

AS

SA

MP

LES

AN

D N

OT

DE

FIN

ED

IN Q

P, T

HE

SA

ME

SH

ALL

BE

AS

PE

R V

EN

DO

RS

SA

MP

LIN

G P

LAN

AG

RE

ED

BY

PU

RC

HA

SE

R.

(H)

VE

ND

OR

SH

ALL

FU

RN

ISH

CO

MP

LIA

NC

E C

ER

TIFI

CA

TE T

O T

HE

INS

PE

CTI

ON

AG

EN

CY

CO

NFI

RM

ING

TH

E P

AC

KIN

G A

S P

ER

RE

L. S

TD./

BH

EL

SP

EC

IFIC

ATI

ON

.(I)

FOR

LIS

T O

F TY

PE

TE

STS

, RO

UTI

NE

TE

STS

& A

CC

EP

TAN

CE

TE

STS

; RE

FER

AN

NE

XU

RE

- III

.

LEG

EN

D :

P :

PE

RFO

RM

ER

W: W

ITN

ES

SE

R

V

: VE

RIF

IER

1-

BH

EL/

CU

STO

ME

R

2-V

EN

DO

R

3 S

UB

VE

ND

OR

C

HP

: CU

STO

ME

R H

OLD

PO

INT

PAR

TIC

ULAR

SB

IDD

ER/V

END

OR

BHE

LNA

ME

KHU

SHB

OO

YAD

AVSI

GNA

TUR

ED

ATE

04.1

0.13

BID

DE

R'S

/VE

ND

OR

S C

OM

PA

NY

SE

AL

@:o

nesi

zeof

each

type

[IND

I.&O

VER

ALL/

OVE

RAL

L] p

er lo

t exc

ept f

lam

mab

ility

each

type

[IND

I.& O

VE

RA

LL/ O

VE

RA

LL] p

er lo

t.

stan

dard

tech

nica

l par

amet

ers:

One

siz

e of

whi

ch s

hall

be p

erfo

rmed

onl

y on

one

siz

e pe

r lot

Page 87: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP

Doc. No. PE-TS-319-507-E004

Volume IIB Section : C

ECHNICAL SPECIFICATION FOR SCREENED CONTROL CABLES

Rev. : 01, DATE: 27.10.14 Page : 1 of 1

ANNEXURE- A

Bill of Quantities (BOQ)

SCREENED CONTROL CABLES 1100V grade, instrumentation twisted paired cable with stranded tinned copper conductor, 0.5 sq.mm., PVC insulation (Type-A), Individual and overall screened with extruded ST1 type PVC inner sheath, armoured with galvanised steel strip/ round wire, with overall FRLS (ST1 Type) PVC outer sheath generally conforming to IS:694 & IS: 1554 Part-I.

SL.NO. CABLE SIZE (in sq.mm)

Order Quantity (in meters) Drum length (in meters)

1 4 Pair -0.5mm2 (Cu) 6000  1000 2 2 Pair -0.5mm2 (Cu) 7000 500

NOTES: 1. Quantities indicated above shall be known as Order Quantities. 2. Order Quantity shall be cleared for manufacturing along with LOI. However, manufacturing of the cables

shall be taken up by the successful bidder only after approval of technical and quality documentation and shall be completed within four months from the date of approval of documentation.

3. The standard drum length shall be as specified above. Tolerance on individual drum length shall be ±5%.

4. Overall tolerance on total dispatched quantity of each size shall be (-) 2% and (+) 0% except where the total ordered quantity is one single drum length of 500 m, in which case it shall be –5%/+0%. Cables consumed for testing and inspection shall be to bidder’s account.

5. For each individual cable size, one short length of not less than 200m may be accepted to complete the

supply (except where the total ordered quantity is one single drum length of 500 m). The overall tolerance limits stipulated above shall continue to apply (in case short lengths are accepted).

6. Bidder to quote prices inclusive of ALL TYPE TEST CHARGES. No separate charges shall be payable for

type tests.

7. In case of the quantities cleared by BHEL for manufacturing are manufactured and offered for inspection by successful bidder in more than one batch, type testing is to be done for all batches without any cost implication to BHEL. However, BHEL reserves the right to witness type testing on all batches.

Page 88: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW TRIPURA CCPP

TECHNICAL SPECIFICATIONFOR

LT PVC CONTROL CABLES

SPECIFICATION NO. : PE–TS–319–507–E003

REVISION 0

VOLUME II B

BHARAT HEAVY ELECTRICALS LIMITED POWER SECTOR

PROJECT ENGINEERING MANAGEMENT NOIDA, UP

Page 89: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION OF LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS-319-507-E003

VOLUME II B

SECTION

REVISION 00 DATE: 14.08.2013

SHEET 1 OF 1

CONTENTS:

VOL-IIB

S. NO. CONTENTS NO. OF SHEETS

01 INSTRUCTIONS TO BIDDERS FOR PREPARING TECHNICAL OFFER 01

02 PREAMBLE 01

03 SECTION – ‘A’ SCOPE OF ENQUIRY 02

04 SECTION – ‘B’ PROJECT INFORMATION 06

05 SECTION – ‘C’ SPECIFIC TECHNICAL REQUIREMENTS 04

06 ANNEXURE-I DOCUMENT DISTRIBUTION SCHEDULE 01

07 ANNEXURE-A BILL OF QUANTITY 02

08 SECTION -- ‘D ’ STANDARD TECHNICAL SPECIFICATION 03

09 DATA SHEET-A 05

10 DATA SHEET-C (GUARANTEED TECHNICAL PARTICULARS) 03

11 QUALITY PLAN 06

TOTAL NO. OF SHEETS = 36 (INCLUDING COVER/ SEPARATOR SHEETS)

IT IS CONFIRMED THAT OUR TECHNICAL OFFER COMPLIES WITH THE SPECIFICATIONIN TOTO, & THAT THERE ARE NO TECHNICAL DEVIATIONS.

--------------------------------------------------------------------- BIDDER’S STAMP & SIGNATURE

(REFER INSTRUCTION NO. 1 OF ‘INSTRUCTIONS TO BIDDERS)

27.10.14

Page 90: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION OF LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS-319-507-E003

VOLUME II B

SECTION

REVISION 00 DATE: 14.08.2013

SHEET 1 OF 1

INSTRUCTIONS TO BIDDERS FOR PREPARING TECHNICAL OFFERS

1. Two signed and stamped copies of the following shall be furnished by all bidders as technical offer :

a. Unpriced Price Schedule (Annexure-A: of Section-C: BOQ, as enclosed with the specification) with bidder’s signature and company stamp.

b. A copy of this sheet (“Instructions to Bidders for Preparing Technical Offer”), with bidder’s signature and company stamp.

c. A copy of previous sheet (“List Of Contents”), with bidder’s signature and company stamp.

2. No technical submittal such as copies of type test certificates, data Sheets, write-up, drawing, technical literature, etc. is required during tender stage. Any such submission, even if made, shall not be considered as part of offer.

3. Confirmations/ comments (if any) regarding delivery schedules shall be furnished as part of the commercial offer. Any reference elsewhere/ covering letter of technical offer shall not be considered by BHEL.

4. Any comments/ clarifications on technical/ inspection requirements furnished as part of bidder’s covering letter shall not be considered by BHEL, and bidder’s offer shall be construed to be in conformance with the specification.

5. Any changes made by the bidder in the price schedule with respect to the cable description/ quantities, notes etc. from those given in Annexure-A to Section-C of specification [Bill Of Quantities] shall not be considered (i.e., technical description, quantities, notes etc. as per specification shall prevail).

--------------------------------------------------------------------- BIDDER’S STAMP & SIGNATURE

27.10.14

Page 91: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT CONTROL CABLES

SPECIFICATION NO. PE-TS- 391-507-E003

VOLUME II B

SECTION - PREAMBLE

REVISION 0 DATE: 14.08.2013

SHEET 1 OF 1 PREAMBLE

1 The Tender documents contain three (3) volumes. The bidder shall meet the requirements of all three volumes.

1.1 VOLUME - I CONDITIONS OF CONTRACT

This consists of four parts as below:

Volume – IA This part contains Instructions to bidders for making bids to BHEL.

Volume – IB This part contains General Commercial Conditions of the Tender & includes provision that vendor shall be responsible for the quality of item supplied by their sub-vendors.

Volume – IC This part contains Special Conditions of Contract.

Volume – ID This part contains Commercial Conditions for Erection & Commissioning site work, as applicable.

1.2 VOLUME – II TECHNICAL SPECIFICATIONS

Technical requirements are stipulated in Volume – II, which comprises of:-

Volume – IIA General Technical Conditions.

Volume – IIB Technical Specification including Drawings, if any.

1.3 VOLUME – IIB

This volume is sub-divided in to following sections:- Section – A: This section outlines the Intent of Specification.

Section – B : This section provides “Projection Information”.

Section – C: This section indicates Technical Requirements specific to Contract, not covered in

Section – D.

Section – D: This section comprises of Technical Specifications of equipment complete with Data Sheets A and C.

Data Sheet-A: Specific data and other requirements pertaining to the equipments.

Data sheet–C: Indicates data / documents to be furnished after the award of Contract as per agreed schedule by the vendor (as applicable)

1.4 VOLUME – III TECHNICAL SCHEDULES (NOT APPLICABLE)

This volume contains Technical Schedule and Data Sheets–B, which are to be duly filled by bidder and the same shall be furnished with the technical bid.

2.0 The requirements mentioned in Section – C / Data Sheet – A of Section – D shall prevail and govern in case of conflict between the same and the corresponding requirements mentioned in the descriptive portion in Section – D.

27.10.14

Page 92: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT CONTROL CABLES

SPECIFICATION NO. PE-TS-319-507-E003 VOLUME II B SECTION A REVISION 0 DATE: 14.08.2013 SHEET 1 OF 2

SECTION – ‘A’

SCOPE OF ENQUIRY

27.10.14

Page 93: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT CONTROL CABLES

SPECIFICATION NO. PE-TS-319-507-E003 VOLUME II B SECTION A REVISION 0 DATE: 14.08.2013 SHEET 2 OF 2

SCOPE OF ENQUIRY

1.0 This specification covers the design, manufacture, inspection and testing at manufacturer's works, proper packing and delivery to site of LT PVC CONTROL CABLES as mentioned in different sections of this specification for 726.6 MW TRIPURA CCPP as indicated in Section B (Project Information).

2.0 It is not the intent to specify herein all the details of design & manufacture. However, the equipment shall conform in all respects to high standards of design engineering and workmanship and shall be capable of performing in continuous commercial operation up to bidder's guarantee.

3.0 The general terms and conditions, instructions to bidders and other attachment referred to elsewhere are hereby made part of technical specification.

4.0 The bidders shall be responsible for and governed by all requirements stipulated hereinafter.

5.0 Requirements of the specification including the QP shall be agreed upon for total compliance by bidders without any deviations. Price offers of only those bidders complying with this requirement shall be acceptable.

6.0 The documents shall be in English language and MKS system of units.

7.0 For every shipment made to site, a shipping list, containing item reference (item number and description as per specification bill of quantities or packing drawing) and quantity of the same (in nos./weight) shall be provided by vendor at the time of dispatch of materials to site.

27.10.14

Page 94: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E003 VOLUME II B SECTION B REVISION 0 DATE: 14.08.2013 SHEET 1 OF 1

SECTION – ‘B’

PROJECT INFORMATION

27.10.14

Page 95: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OTPC 760 ±50 MW Gas Based CCGT Power Plant Tender Enquiry Document for EPC Contract

Doc. No.6725-GE-SPC-700-015, Rev. R0 FICHTNER India Part IV, Section 2 : Site Information

P4S2-Site Information_Rev R0 Page : 3

2. SITE INFORMATION

2.1. GEOGRAPHIC LOCATION AND TERRAIN

2.1.1. General Information

The proposed power project will be located near Village-Pallatana in South of Tripura. The proposed power project is located on Udaipur-Kakraban road and so no new approach road for the proposed project site has been envisaged.

The location of the plant is at approx. 23º 29’ 59.2” N and 91º 26’ 13.7”E. The site is accessed by road and rail as follows :

Nearest important town and distance : Udaipur– 9 km.

Nearest important Railway Station & distance : Manughat in Assam.

Nearest Port and distance : Nearest seaport in Indian territory is Kolkata.

Nearest Airport and distance : Agartala – 60 km

Nearest Highway : Udaipur - Kakraban State Highway

About 195.35 Acres (79.06 Hectares) of land for the proposed Project has been identified and land acquisition is under progress. The location around the land that has been identified is scarcely populated and a major part of the terrain is either under Cultivation or Forest Land. The break-up of land under acquisition is as follows

Forest Land : 190.62 Acres

Jote Land (under cultivation) : 4.73 Acres

Total Land : 195.35 Acres

The proposed land is scarcely populated and requires minimum relocation of people. Though, the project is being implemented in the existing degraded forest area, it has been envisaged that about 33% of the land inside the power plant boundary will be dedicated to green belt, landscaping, etc. The area utilized for the proposed power plant is about 38% and the balance 29 % will be buffer area, which includes the space required for constructability, subsurface structures, etc.

2.1.2. Topographic mapping

A contour survey has already been carried out in the Power Plant area and the survey contour lines are shown in drawing enclosed with Tender Documents. Based on the preliminary data of topographical survey, the proposed plot for power plant has an undulating terrain with the ground levels varying from (+) 30.00 m to (+) 17.50 m above mean sea level

The main road to the Power Plant shall originate from the main approach road. The main road shall be 7.0 m wide with 1.5 m wide berm to accommodate large truck movement. Branch roads may be of single lane and 4.0 meter wide with 1meter wide berm on either side.

Page 96: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OTPC 760 ±50 MW Gas Based CCGT Power Plant Tender Enquiry Document for EPC Contract

Doc. No.6725-GE-SPC-700-015, Rev. R0 FICHTNER India Part IV, Section 2 : Site Information

P4S2-Site Information_Rev R0 Page : 4

Patrol roads along the boundary shall be minimum 3.0 m wide and shall be of WBM.

2.1.3. Geophysical Analysis

Preliminary Soil Investigation has been carried out in the Power Plant Area. Copy of the same is attached to the tender. This is intended to give an idea of the soil conditions prevailing at site. However, detailed Soil Investigation shall be carried out by the EPC contractor to establish the data required to finalise the type of foundations and their design parameters based on the specified settlement and other criteria specified in the tender documents.

Preliminary Soil Investigation indicates the presence of medium stiff to stiff silty clay in the top stratum having depth varying from 4 to 6 metres from the existing ground level.. However the Power Blocks in their totality shall be on a single grade level. The soil investigation reveals that, the subsurface soil is good.

Ground water table level shall be taken at 2.0 metres from finished ground level or higher as per final soil investigation report, for design of underground structures.

2.1.4. Summary - Meteorological Data

Overall meteorological data and wind directions are as indicated below :

1. Site Ambient Conditions:

• Mean of Daily Maximum : 30.5ºC

• Mean of Daily Minimum : 20.5ºC

• Highest ever Temperature Recorded (From 01.01.2000 to 31.12.2004)

: 37.5ºC

• Lowest ever Temperature Recorded (From 01.01.2000 to 31.12.2004)

: 6.7ºC

• Design Dry Bulb Temperature for electrical equipment / System

: 40ºC

2. Relative Humidity:

• Maximum Recorded (From 01.01.2000 to 31.12.2004)

: 100%

• Minimum Recorded (From 01.01.2000 to 31.12.2004)

: 40%

Page 97: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OTPC 760 ±50 MW Gas Based CCGT Power Plant Tender Enquiry Document for EPC Contract

Doc. No.6725-GE-SPC-700-015, Rev. R0 FICHTNER India Part IV, Section 2 : Site Information

P4S2-Site Information_Rev R0 Page : 5

3. Rainfall Data:

• Max. recorded in 24 hrs. : 164.9mm

5. Design and Guarantee Conditions for Combined Cycle Power Plant:

Dry Bulb Temperature : 27ºC

Relative Humidity : 77%

6. Design Conditions for Cooling Tower Performance:

Design Wet Bulb Temperature Excluding Re-circulation Allowance

: 26.75ºC

2.1.5. Reference Documents to Section 2.

• Annex 1.1, Part IV, Site Location Map

• Report on Geotechnical Investigation [ Refer Volume IV, Part – IV of this EPC specification ]

2.2. INFRASTRUCTURE

No heavy lifting equipment is available with nor will be provided by OTPC. EPC Contractor will make his own provisions for the same and also for unloading of materials at site.

It may be possible to transport all heavy and large sized equipment through waterways from Kolkata to Karimganj / Badarpur in lower Assam – passing through Bangladesh on the way - and subsequently by roadways from Karimganj / Badarpur to the project site at Pallatana. However, some modifications and strengthening (augmentation) of unloading facilities at Karimganj / Badarpur as well as the existing roads from there to project site at Pallatana are required.

OTPC will make the facilitation work like increasing of road curvatures between Karimganj / Badarpur and Pallatana as per the locations identified through the Transportation Logistic Study. But the construction of Jetty at Karimganj / Badarpur and other temporary arrangements viz., bypass for existing bridges as necessary will be part of work to be carried out by the EPC Contractor for the Power Plant.

It has been identified that, timely delivery of material at Kolkata port will be the critical activity. The necessary augmentation work of existing transportation infrastructure in the scope of OTPC will be completed latest by end of April 2007.

Page 98: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OTPC 760 ±50 MW Gas Based CCGT Power Plant Tender Enquiry Document for EPC Contract

Doc. No.6725-GE-SPC-700-015, Rev. R0 FICHTNER India Part IV, Section 2 : Site Information

P4S2-Site Information_Rev R0 Page : 6

Whereas unskilled labour is available from Udaipur and nearby villages, skilled construction work-force is not available at or close to the project site and the EPC contractor will have to bring in his own resources. Similarly, residential accommodation is not available at project site and contractor will be required to either take nearby land on temporary lease or locate his manpower in Udaipur / in nearby villages.

The anticipated Construction water requirement will be about 30m3/h during peak Construction phase. Exact Construction water requirement has to be ascertained by the EPC Contractor. The requirement of construction water will be met by providing adequate Nos. of bore wells inside Plant boundary subject to confirmation from OTPC about availability and suitability of subsurface ground water for Construction purpose. Contractor shall dig wells and provide pumping and distribution facilities for supply of construction water. Contractor will have to bear all costs for Construction water. The owner will co-ordinate with the Tripura Sate Electricity Board to facilitate supply of construction power at one point near the power plant project boundary. Owner’s responsibility is limited only to facilitation for the installation of the incoming power lines; Contractor is responsible for all costs including payments to be made directly by the EPC Contractor to the Tripura Sate Electricity Board for energy consumption charges, demand charges and any other charges. 33kV power lines and its receipt including supply & erection of power transformer with OLTC and electrical power distribution within the construction site is included in Contractor’s scope of work and cost.

2.3. AVAILABILITY OF WATER

The source of plant raw water will be the river Gumti. The plant raw water requirement will be met from infiltration wells on riverbed and will be pumped through cross-country Pipeline. The Analysis of river water has been furnished in Part IV Section -1 – General Technical Conditions and Design which has been derived based on the water sample analysed during Monsoon-2005. The water quality is generally suitable for proposed power plant after pre-treatment and post-treatment

Page 99: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

OT

PC

76

0 ±5

0 M

W G

as B

ased

CC

GT

Pow

er P

lant

Ten

der

En

qu

iry

Do

cum

ent

for

EP

C C

on

trac

t D

oc. N

o.67

25-G

E-S

PC

-700

-015

, Rev

. R0

FIC

HT

NE

R In

dia

P

art

IV, S

ecti

on

2 :

Sit

e In

form

atio

n

P4S

2-S

ite In

form

atio

n_R

ev R

0

Pag

e :

7

AN

NE

X –

1.1

: S

ite

Lo

cati

on

Map

Page 100: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E003 VOLUME II B SECTION C REVISION- 00 DATE: 14.08.2013 SHEET 1 OF 4

SECTION – ‘C’

SPECIFIC TECHNICAL REQUIREMENTS

27.10.14

Page 101: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E003 VOLUME II B SECTION C REVISION- 00 DATE: 14.08.2013 SHEET 2 OF 4

1.0 SCOPE OF ENQUIRY

1.1 This enquiry covers the supply of LT control cables conforming to this specification as detailed below.

1.2 General technical requirements of the cables are indicated in Section-D and Datasheet-A. Project specific technical/ quality requirements/ changes are listed below.

1.3 Cables shall conform in all respects to the requirements stipulated in all the above parts of the specification.

1.4 The stipulations of Section-C, followed by those of Datasheet-A shall prevail in case of any conflict between the stipulations of Section-C, Datasheet-A and Section-D.

2.0 BILL OF QUANTITIES:

2.1 Quantity requirements shall be as per Annexure-A (Bill of Quantities (BOQ)) enclosed.

2.2 Delivery schedule (i.e. contractual calendar dates) for the package shall be given separately to the bidders for compliance. Supplies shall be completed conforming to the lot requirements stipulated in the BOQ within the overall delivery schedule.

3.0 SPECIFIC TECHNICAL REQUIREMENTS

3.1 Specific technical requirements shall be as listed below: 3.1.1 Technical:

S. No. Reference Clause No. of Section D (if any)

Specific Requirement/ Change

1 2.4.1 b, c & d May be read as 2.4.1 (b) “The type tests are required to be conducted as indicated in Datasheet-A and the same shall be offered for inspection (conduction of type tests shall be witnessed by BHEL). Bidder to indicate unit price of cables inclusive of type test charges. No separate charges shall be payable for type tests.

2 2.4.1 e Cl. no. may be read as 2.4.1 c

3 4.1 Two signed and stamped copies of the following shall be furnished by all bidders as technical offer: (i) Unpriced Price Schedule (Annexure-A of Section-C: BOQ, as enclosed with the specification) with bidder’s signature and company stamp. (ii) A copy of “Instructions to Bidders for Preparing Technical Offer” sheet, with bidder’s signature and company stamp. (iii) A copy of “List Of Contents” sheet, with bidder’s signature and company stamp. No other documentation is required to be submitted as technical offer. Any information contained in other parts of the offer (e.g. covering letter, annexures, etc.) which is deviating from specification requirements in any way shall not be considered by BHEL as part of offer.

27.10.14

Page 102: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E003 VOLUME II B SECTION C REVISION- 00 DATE: 14.08.2013 SHEET 3 OF 4

3.1.2 In addition to manufacturer’s identification on cables as per IS, following marking shall also be provided over outer sheath.(a) Cable Size and voltage grade- To be embossed at every 3 metres. (b) Word ‘FRLS’ – To be embossed at every 5 meters (c) Sequential marking of length of the cable in meters at every one metre- To be embossed The embossing/ printing shall be progressive, automatic, in line and marking shall be legible.

3.1.3 Core numbers with a minimum letter size of 3 mm shall be printed serially on each core of the control cable at intervals of not more than 200 mm.

3.1.4 The cross sectional area of the metallic screen strip/ tape shall be considered in design calculations.

3.1.5 Cables shall be supplied in non returnable wooden drums of heavy construction. The surface of the drum & outer most cable layer shall be covered with water proof cover. Both ends of the cables shall be properly sealed with heat shrinkable PVC/ rubber caps secured by ‘U’ nails so as to eliminate ingress of water during transportation, storage & erection. Wood preservative anti-termite treatment shall be applied to the entire drum. Wooden drums shall comply with IS:10418.

3.1.6 Each drum shall carry manufacturer’s name, owner’s name, address and contract number, item number and type, size and length of cable and net gross weight stencilled on both sides of the drum. A tag containing same information shall be attached to the leading end of the cable. An arrow and suitable accompanying wording shall be marked on one end of the reel indicating the direction in which it should be rolled.

3.1.7 All the cables shall be protected against rodent and termite attack. Necessary chemicals shall be added in the PVC compound of the outer sheath.

3.1.8 Quality/ Inspection:

S. No.

Reference Clause No. of Section D (if any)

Specific Requirement/ Change

NIL

3.1.9 Quality Plan applicable for project:

Quality Plan no. PED-507-00Q-002/02

3.1.10 Document distribution schedule for project shall be as per ANNEXURE-I.

3.1.11 The successful bidder shall be required to submit drgs/docs. as per deliverables for LT control cables given below:

27.10.14

Page 103: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E003 VOLUME II B SECTION C REVISION- 00 DATE: 14.08.2013 SHEET 4 OF 4

LIST OF STANDARD DELIVERABLES FOR LT CONTROL CABLES

SL. No. DOCUMENT TITLE DWG. / DOCUMENT No.

1 Data Sheet for LT Control Cables PE-V0-319-507-E401

2 Cross-sectional Drawings for LT Control Cables PE-V0-319-507-E402

3 Type Test Procedure for LT Control Cables PE-V0-319-507-E403

4 Quality Plan LT PVC Control Cables PE-V0-319-507-E404

5 Type Test Reports for Tests conducted under this contract PE-V0-319-507-E405

27.10.14

Page 104: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

1

ANNEXURE-I

DISTRIBUTION SCHEDULE

Note: OTPC - ONGC Tripura Power Company Pvt. Ltd. FICHTNER -FICHTNER Consulting Engineers India Pvt. Ltd. S - Source

1) Submission of drawings /documents will be in soft format through e-mail. Drawings will be submitted in pdf format.

2) Consultants-FI/OTPC shall attach comments on the pdf drawings/documents . 3) Drawing/document transmittal shall be sent to concerned BHEL units (Source)with a copy

to BHEL,PMG,ND 4) Letters pertaining to commercial implications shall be marked to BHEL-PS Mktg & BHEL-

PMG5) BHEL Source units on receipt of approval from OTPC shall inform cost implication if any

to OTPC & BHEL-PS ( Mktg) prior to proceeding for manufacturing/execution.

S.No.

Description OWNER OWNER’s CONSULTANT

EPC CONTRACTOR

OTPC FISCHTNER CHENNAI

BHELUnit

BHEL SITE

A Post Contract Correspondence (Relevant)

S111

1S1

Nil

11S1

NilNil

1 S

B All Drawings/Documents/ Quality Plans

1 Preliminary Submission Soft Soft+2hard S Nil 3 Approval S Soft Soft Nil 4 Release for Construction Issue 2 Hard 1Hard S 4 Hard 5 As-Built drawings 4 Hard

+2CD1 CD S 1Hard + 1CD

C Progress Reports (Monthly) 1 BHEL 3 Hard 1 Hard S 1 Hard 2 FICHTNER 3 Hard S 1 Hard Nil D Instruction Manuals 1 Erection & Commissioning

Manual1 Hard Nil S 3 Hard

2 Operation & Maintenance Manual

1 Hard + 2 CD

Nil S 1Hard+CD

Page 105: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO.PE-TS-319-507-E003 VOLUME II B SECTION C REVISION 0 DATE 14.08.2013 SHEET 1 OF 2

ANNEXURE-A TO SECTION-C

[BILL OF QUANTITIES]

27.10.14

Page 106: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO.PE-TS-319-507-E003 VOLUME II B SECTION C REVISION 0 DATE 14.08.2013 SHEET 2 OF 2

Bill Of Quantities

1.1kV grade, Control cables with stranded plain annealed copper conductor, PVC (Type-A) insulated, PVC type ST1 extruded innersheathed, galvanized steel single layer Steel Round Wire /striparmoured , overall PVC type ST1 FRLS extruded outersheathed cables generally confirming to IS-1554, Part-I & as per Technical specification.

S. No. Cable Size (No. of Cores x Cross section Area (sqmm)

Order Quantity (km) Drum Length (metres)

1 5C-2.5Sq. mm (Cu) 5 1000 2 12C-2.5Sq. mm (Cu) 18 1000

Notes:

1. Quantity variation shall be limited to +30% of ordered quantity.

2. Additional quantities, if required, may be released for manufacture in more than one lot. Ordered quantity, as indicated above, shall be released for manufacture along with LOI. Manufacturing of cables shall be done after the approval of technical and quality documentation and supplies of the same shall be completed within four months of this date. Subsequent lots, if any, shall be cleared for manufacture based on progress of engineering and site requirements. A lead-time of three months shall be given for completion of supply of each subsequent lot from the date of clearance of the quantities.

3. The standard drum length shall be 1000 metres. Tolerance on individual drum length shall be ±5%.

4. Overall tolerance on total dispatched quantity of each size shall be (-) 2% and (+) 0% except where the total ordered quantity is one single drum length of 1000m, in which case it shall be –5%/+5%. Cables consumed for testing and inspection shall be to bidder’s account.

5. For each individual cable size, one short length of not less than 200m may be accepted only in the final drum length to complete the supply (except where the total ordered quantity is one single drum length of 1000m). The overall tolerance limits stipulated above shall continue to apply (in case short lengths are accepted).

6. Bidder shall indicate unit price of cables inclusive of type test charges. No separate charges shall be payable for type tests.

7. In case of the quantities of any one lot cleared by BHEL for manufacturing are manufactured and offered for inspection by successful bidder in more than one batch, type testing is to be done for all batches, without any cost implication. However, BHEL reserves the right to witness type testing on all batches.

27.10.14

Page 107: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS- 391-507-E003 VOLUME II B

REVISION 0

SHEET 1 OF 1 DATE: 14.08.2013

QUALITY PLAN

27.10.14

Page 108: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

CU

STO

ME

R :

OTP

C,T

RIP

UR

AP

RO

JEC

T: 7

26.6

MW

TR

IPU

RA

CC

PP

TITL

EN

UM

BE

R :

Q

UA

LITY

PLA

N

BID

DE

R/

:

QU

ALI

TY P

LAN

SP

EC

IFIC

ATI

ON

:

VE

ND

OR

NU

MB

ER

PE

D-5

07-0

0-Q

-002

/02

SH

EE

T 1

OF

5S

YS

TEM

ITE

M :P

VC

CO

NTR

OL

CA

BLE

S

EC

TIO

N

VO

LUM

E II

IS

L.C

OM

PO

NE

NT/

OP

ER

ATI

ON

CH

AR

AC

TER

ISTI

CS

CA

T.TY

PE

/E

XTE

NT

OF

RE

FER

EN

CE

AC

CE

PTA

NC

E

FOR

MA

T A

GE

NC

YR

EM

AR

KS

NO

.C

HE

CK

ME

THO

D O

FC

HE

CK

DO

CU

ME

NT

NO

RM

OF

RE

CO

RD

CH

EC

KP

WV

13

45

67

89

1011

1.0

RA

W M

ATE

RIA

L

1.1

PV

C C

ompo

und(

for i

nsul

atio

n1.

Phy

sica

l pro

perti

esM

AP

hysi

cal T

ests

Sam

ple

IS-5

831/

BH

EL

IS-5

831/

BH

EL

Log

Boo

k/3/

2-

2an

d sh

eath

)S

peci

ficat

ion

Spe

cific

atio

nTe

st C

ert.

2. E

lec.

Pro

perti

esM

AE

lect

rical

Tes

tsS

ampl

e-d

o--d

o--d

o-3/

2-

2

3. M

ake

& T

ype

MA

Vis

ual

100%

Pla

nt S

td.

Pla

nt S

td.

-do-

2-

-

1.2

Gal

vani

sed

stee

l wire

/stri

p1.

Phy

.and

Ele

c.M

AP

hysi

cal &

S

ampl

e*IS

-397

5 B

HE

LIS

-397

5/B

HE

L-d

o-3/

2-

2*

Sam

ple

from

eac

h

Pro

perti

esE

lect

rical

Tes

tsS

peci

ficat

ion

Spe

cific

atio

nB

atch

/Lot

.

2. D

imen

sion

MA

Mea

sure

men

t-d

o--d

o--d

o--d

o-3/

2-

2

3.G

alva

niza

tion

Qua

lityM

AG

alv.

Test

s-d

o--d

o--d

o--d

o-3/

2-

2

1.3

Cop

per/A

lum

iniu

m R

ods/

1. P

hysi

cal P

rope

rties

MA

Phy

sica

l Tes

ts-d

o-IS

-613

IS

-613

-d

o-3/

2-

2IS

-548

4IS

-548

4W

ires

IS-8

130

IS-8

130

AN

D B

HE

LA

ND

BH

EL

Spe

cific

atio

nS

peci

ficat

ion

2. C

hem

ical

Com

posi

tion

& p

urity

MA

Che

mic

al a

naly

sis

-do-

-do-

-do-

-do-

3/2

-2

3.E

lect

rical

pro

perti

esM

AE

lect

rical

Tes

ts-d

o--d

o--d

o--d

o-3/

2-

2

4.D

imen

sion

MA

Mea

sure

men

t-d

o--d

o--d

o--d

o-3/

2-

2

BH

ELPA

RTI

CU

LAR

SB

IDD

ER/V

END

OR

NA

ME

SIG

NA

TUR

ED

ATE

BID

DE

R'S

/VE

ND

OR

S C

OM

PA

NY

SE

AL

2

SP

EC

IFIC

ATI

ON

: P

E-T

S-3

19-5

07-E

003

TITL

E: T

ECH

NIC

AL S

PEC

IFIC

ATIO

N F

OR

LT

CO

NTR

OL

CA

BLE

S

Page 109: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

CU

STO

ME

R :

OTP

C,T

RIP

UR

AP

RO

JEC

T: 7

26.6

MW

TR

IPU

RA

CC

PP

TITL

EN

UM

BE

R :

Q

UA

LITY

PLA

N

BID

DE

R/

:

QU

ALI

TY P

LAN

SP

EC

IFIC

ATI

ON

:

VE

ND

OR

NU

MB

ER

PE

D-5

07-0

0-Q

-002

/02

SH

EE

T 2

OF

5S

YS

TEM

ITE

M :P

VC

CO

NTR

OL

CA

BLE

S

EC

TIO

N

VO

LUM

E II

IS

L.C

OM

PO

NE

NT/

OP

ER

ATI

ON

CH

AR

AC

TER

ISTI

CS

CA

T.TY

PE

/E

XTE

NT

OF

RE

FER

EN

CE

AC

CE

PTA

NC

E

FOR

MA

T A

GE

NC

YR

EM

AR

KS

NO

.C

HE

CK

ME

THO

D O

FC

HE

CK

DO

CU

ME

NT

NO

RM

OF

RE

CO

RD

CH

EC

KP

WV

12

34

56

78

910

11

2.0

IN P

RO

CE

SS

2.1

Wire

Dra

win

g , T

inni

ng a

nd1.

Phy

sica

l, E

lect

r.C

RP

hy.&

Ele

ct. T

ests

Sam

ple

BH

EL

Spe

cn.

BH

EL

Spe

cn.

Log

Boo

k2

-1

Ann

ealin

g

Fin

ish

& d

imen

sion

Vis

ual

& M

eas.

IS-8

130

IS-8

130

2. C

hem

ical

test

for

CR

Che

mic

al T

est

Sam

ple

-do-

-do-

-do-

2-

-

Tin

ning

2.2

Stra

ndin

g of

wire

s1.

No.

of w

ires

MA

Cou

ntin

g S

ampl

eV

endo

rs/B

HE

LV

endo

rs/B

HE

L-d

o-2

--

Spe

cn. &

App

rd.

Spe

cn. &

App

rd.

Dat

a S

heet

&D

ata

She

et &

Rel

evan

t IS

Rel

evan

t IS

2. S

eque

nce,

lay

leng

th

& D

irect

ion

MA

Vis

ual,

Mea

sS

ampl

e-d

o--d

o--d

o-2

--

3 S

urfa

ce F

inis

hM

AV

isua

lS

ampl

e-d

o--d

o--d

o-2

--

4.D

imen

sion

MA

Mea

sure

men

tS

ampl

e-d

o--d

o--d

o-2

--

2.3

Cor

e In

sula

tion

1. S

urfa

ce fi

nish

MA

Vis

ual

100%

-Fr

ee fr

om b

ulgi

ng-d

o-2

-1

(No

repa

ir pe

rmitt

ed)

burn

t par

ticle

slu

mps

, cut

s &

S

crat

ches

.2

Insu

latio

n th

ickn

ess

CR

Mea

sure

men

tS

ampl

eA

ppd.

data

she

etA

ppd.

data

she

et-d

o-2

--

IS-1

554

IS-1

554

PAR

TIC

ULA

RS

BID

DER

/VEN

DO

RB

HEL

NA

ME

SIG

NA

TUR

ED

ATE

BID

DE

R'S

/VE

ND

OR

S C

OM

PA

NY

SE

AL

SP

EC

IFIC

ATI

ON

: P

E-T

S-3

19-5

07-E

003

TITL

E: T

ECH

NIC

AL S

PEC

IFIC

ATIO

N F

OR

LT

CO

NTR

OL

CA

BLE

S

Page 110: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

CU

STO

ME

R :

OTP

C,T

RIP

UR

AP

RO

JEC

T: 7

26.6

MW

TR

IPU

RA

CC

PP

TITL

EN

UM

BE

R :

Q

UA

LITY

PLA

N

BID

DE

R/

:

QU

ALI

TY P

LAN

SP

EC

IFIC

ATI

ON

:

VE

ND

OR

NU

MB

ER

PE

D-5

07-0

0-Q

-002

/02

SH

EE

T 3

OF

5S

YS

TEM

ITE

M :P

VC

CO

NTR

OL

CA

BLE

S

EC

TIO

N

VO

LUM

E II

IS

L.C

OM

PO

NE

NT/

OP

ER

ATI

ON

CH

AR

AC

TER

ISTI

CS

CA

T.TY

PE

/E

XTE

NT

OF

RE

FER

EN

CE

AC

CE

PTA

NC

E

FOR

MA

T A

GE

NC

YR

EM

AR

KS

NO

.C

HE

CK

ME

THO

D O

FC

HE

CK

DO

CU

ME

NT

NO

RM

OF

RE

CO

RD

CH

EC

KP

WV

12

34

56

78

910

113.

Con

cent

ricity

#C

RM

easu

rem

ent

Sam

ple

Mfr'

s S

td./A

ppd.

Mfr'

s S

td./A

ppd.

Log

Boo

k2

-1

# To

be

chec

ked

atda

ta s

heet

data

she

et

sta

rting

& fi

nish

end

of

E

xtru

ded

Leng

th4

Dia

ove

r ins

ulat

ion

MA

Mea

sure

men

tS

ampl

e-d

o--d

o--d

o-2

--

5. S

park

Tes

t or W

ater

CR

Ele

ctric

al10

0%M

fr's

Std

. M

fr's

Std

. -d

o-2

-1

Im

mer

sion

test

6. C

ore

iden

tific

atio

nM

AV

isua

l10

0%IS

-155

4IS

-155

4-d

o-2

--

2.4

Cor

e La

ying

1. D

ia o

ver l

aidu

p co

reM

AM

easu

rem

ent

Sam

ple

-do-

-do-

Log

Boo

k2

--

2.S

eque

nce

of la

y,M

AV

isua

l & M

eas.

Sam

ple

Mfrs

.Std

./rel

evan

tM

frs.S

td./r

elev

ant

-do-

2-

-

Lay

leng

th &

dire

ctio

nIS

ISup

cor

e

2.5

Inne

rShe

ath

Ext

rusi

on1.

Sur

face

fini

shM

AV

isua

l10

0%--

Free

from

bul

ging

,-d

o-2

--

burn

t par

ticle

s,lu

mps

cut

s &

sc

ratc

hes.

2. S

heat

h th

ickn

ess

MA

Mea

sure

men

tS

ampl

eIS

-583

1, IS

-155

4 IS

-583

1, IS

-155

4-d

o-2

--

data

she

etda

ta s

heet

3.D

ia o

ver i

nner

she

athM

A-d

o--d

o--d

o--d

o--d

o-2

--

2.6

Arm

ourin

g1.

No.

of w

ires/

Stri

psM

AC

ount

ing

At t

he s

tart

ofB

HE

L S

pecn

./ A

ppd.

BH

EL

Spe

cn./

App

d.-d

o-2

--

the

proc

ess

Dat

a sh

eet

Dat

a sh

eet

IS-3

975

& IS

-155

4IS

-397

5 &

IS-1

554

2. L

ay D

irect

ion

MA

Vis

ual

-do-

-do-

-do-

-do-

2-

-

PAR

TIC

ULA

RS

BID

DER

/VEN

DO

RB

HEL

NA

ME

SIG

NA

TUR

ED

ATE

BID

DE

R'S

/VE

ND

OR

S C

OM

PA

NY

SE

AL

SP

EC

IFIC

ATI

ON

: P

E-T

S-3

19-5

07-E

003

TITL

E: T

ECH

NIC

AL S

PEC

IFIC

ATIO

N F

OR

LT

CO

NTR

OL

CA

BLE

S

Page 111: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

CU

STO

ME

R :

OTP

C,T

RIP

UR

AP

RO

JEC

T: 7

26.6

MW

TR

IPU

RA

CC

PP

TITL

EN

UM

BE

R :

Q

UA

LITY

PLA

N

BID

DE

R/

:

QU

ALI

TY P

LAN

SP

EC

IFIC

ATI

ON

:

VE

ND

OR

NU

MB

ER

PE

D-5

07-0

0-Q

-002

/02

SH

EE

T 4

OF

5S

YS

TEM

ITE

M :P

VC

CO

NTR

OL

CA

BLE

S

EC

TIO

N

VO

LUM

E II

IS

L.C

OM

PO

NE

NT/

OP

ER

ATI

ON

CH

AR

AC

TER

ISTI

CS

CA

T.TY

PE

/E

XTE

NT

OF

RE

FER

EN

CE

AC

CE

PTA

NC

E

FOR

MA

T A

GE

NC

YR

EM

AR

KS

NO

.C

HE

CK

ME

THO

D O

FC

HE

CK

DO

CU

ME

NT

NO

RM

OF

RE

CO

RD

CH

EC

KP

WV

13

45

67

89

1011

3. L

ay L

engt

hM

AV

isua

l, M

eas.

At t

he s

tart

ofB

HE

L S

pecn

./ A

ppd.

BH

EL

Spe

cn./

App

d.Lo

g B

ook

2-

-th

e pr

oces

sD

ata

shee

tD

ata

shee

tIS

-397

5 &

IS-1

554

IS-3

975

& IS

-155

4

4. C

over

age

MA

Mea

sure

men

t-d

o--d

o--d

o--d

o-2

--

5. D

ia o

ver a

rmou

ring

MA

Mea

sure

men

t-d

o--d

o--d

o--d

o-2

--

2.7

Out

er S

heat

h E

xtru

sion

1. S

urfa

ce F

inis

hM

AV

isua

l10

0%-

Free

from

Bul

ging

Log

Boo

k2

--

Bur

nt p

artic

les,

lum

ps, c

uts

&sc

ratc

hes

2.S

heat

h th

ickn

ess

MA

Mea

sure

men

t S

ampl

eIS

-583

1 &

IS-1

554

IS-5

831

& IS

-155

4Lo

g B

ook

2-

-D

ata

She

etD

ata

She

et

3. D

ia o

ver o

uter

M

AM

easu

rem

ent

Sam

ple

-do-

-do-

-do-

2-

-sh

eath

4. M

arki

ngM

AV

isua

l10

0%IS

-155

4 &

BH

EL

IS-1

554

& B

HE

LTe

st R

epor

t2

--

Seq

uent

ial m

arki

ng s

hall

Spe

cn.

Spe

cn.

be d

one

by p

rintin

g

2.8

Fini

shed

Cab

le1.

Rou

tine

Test

CR

Ele

c. &

Mea

s.10

0%IS

-155

4 &

BH

EL

IS-1

554

& B

HE

LTe

st R

epor

t2

-1

Spe

cnS

pecn

2. T

ype

& F

RLS

Tes

tsC

RE

lec.

, Phy

& M

eas.

Sam

ple

*-d

o-/A

pprd

.dat

a-d

o-/A

pprd

.dat

aTe

st R

epor

t2

-1

* O

ne D

rum

/Siz

e/Lo

tsh

eet

shee

t

3.0

Fina

l Ins

pect

ion

1. F

inis

h &

Len

gth

MA

Vis

ual

(See

rem

ark)

BH

EL

spec

n.

Free

from

Bul

ging

Test

Rep

ort

21

-O

ne d

rum

eac

h fo

r IS

-155

4B

urnt

par

ticle

s,P

ower

& c

ontro

llu

mps

, cut

s &

cabl

es in

a L

otsc

ratc

hes

PAR

TIC

ULA

RS

BID

DER

/VEN

DO

RB

HEL

NA

ME

SIG

NA

TUR

ED

ATE

BID

DE

R'S

/VE

ND

OR

S C

OM

PA

NY

SE

AL

2

TITL

E: T

ECH

NIC

AL S

PEC

IFIC

ATIO

N F

OR

LT

CO

NTR

OL

CA

BLE

S

SP

EC

IFIC

ATI

ON

: P

E-T

S-3

19-5

07-E

003

Page 112: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

CU

STO

ME

R :

OTP

C,T

RIP

UR

AP

RO

JEC

T: 7

26.6

MW

TR

IPU

RA

CC

PP

TITL

EN

UM

BE

R :

Q

UA

LITY

PLA

N

BID

DE

R/

:

QU

ALI

TY P

LAN

SP

EC

IFIC

ATI

ON

:

VE

ND

OR

NU

MB

ER

PE

D-5

07-0

0-Q

-002

/02

SH

EE

T 5

OF

5S

YS

TEM

ITE

M :P

VC

CO

NTR

OL

CA

BLE

S

EC

TIO

N

VO

LUM

E II

IS

L.C

OM

PO

NE

NT/

OP

ER

ATI

ON

CH

AR

AC

TER

ISTI

CS

CA

T.TY

PE

/E

XTE

NT

OF

RE

FER

EN

CE

AC

CE

PTA

NC

E

FOR

MA

T A

GE

NC

YR

EM

AR

KS

NO

.C

HE

CK

ME

THO

D O

FC

HE

CK

DO

CU

ME

NT

NO

RM

OF

RE

CO

RD

CH

EC

KP

WV

13

45

67

89

1011

2. D

imen

sion

MA

Mea

sure

men

tA

s pe

r IS

App

d.D

ata

She

et/

App

d.D

ata

She

et/

Test

Rep

ort

21

-IS

-155

4 &

IS-1

554

&IS

-108

10IS

-108

10

3. A

rmou

ring

-M

AV

isua

l & M

eas.

As

per I

S-d

o--d

o--d

o-2

1-

C

over

age

No.

of

W

ires/

Stri

ps

4. M

arki

ng/C

olou

rM

AV

isua

l-d

o--d

o--d

o--d

o-2

1-

C

odin

g

5. A

ccep

tanc

e Te

sts

CR

Phy

& E

lect

. Tes

ts -

do-

-do-

-do-

-do-

21

6. T

ype

& F

RLS

Tes

tsC

RM

easu

rem

ent

(SEE

REM

ARK)

BH

EL

Spe

cn.

BH

EL

Spe

cn.

-do-

21

-Ty

pe T

est s

hall

be

App

rd.D

ata

She

etA

pprd

.Dat

a S

heet

witn

esse

d on

one

sam

ple

per t

ype(

cond

ucto

r siz

e)N

OTE

S:-

of e

very

lot

(A)

JOIN

TS I

N W

IRE

SH

ALL

BE

AS

PE

RM

ITTE

D B

Y IS

/ B

HE

L S

PE

CIF

ICA

TIO

N. V

EN

DO

R T

O C

ER

TIFY

TH

E S

AM

E.

(B)

NO

RE

PA

IR O

F C

OR

E IN

SU

LATI

ON

PE

RM

ITTE

D(C

)C

AB

LE E

ND

S S

HA

LL B

E S

EA

LED

AS

PE

R B

HE

L S

PE

CIF

ICA

TIO

N(D

)PU

RC

HAS

ER S

HAL

L H

AVE

RIG

HT

TO W

ITN

ESS

THE

SPAR

K TE

ST A

T C

OR

E ST

AGE

(E)

REC

OR

D O

F R

AW M

ATE

RIA

L, P

RO

CES

S &

ALL

STAG

ES S

HAL

L BE

CER

TIFI

ED B

Y VE

ND

OR

S Q

C. A

ND

AR

E LI

ABLE

TO

AU

DIT

CH

ECK

BY

PUR

CH

ASER

.(F

)FI

LLE

RS

/DU

MM

Y C

OR

ES

ETC

. SH

ALL

BE

AS

PE

R B

HE

L S

PE

CIF

ICA

TIO

N(G

)W

HE

RE

VE

R E

XTE

NT

OF

CH

EC

K F

OR

STA

GE

IS M

EN

TIO

NE

D A

S S

AM

PLE

S, T

HE

SA

ME

SH

ALL

BE

AS

PE

R V

EN

DO

RS

SA

MP

LIN

G P

LAN

(H)

VEN

DO

R S

HAL

L FU

RN

ISH

CO

MPL

IAN

CE

CER

TIFI

CAT

E TO

TH

E IN

SPEC

TIO

N A

GEN

CY

CO

NFI

RM

ING

TH

E P

ACKI

NG

AS

PER

BH

EL S

PEC

IFIC

ATIO

N.

LEG

EN

D :

P :

PE

RFO

RM

ER

W: W

ITN

ES

SE

R

V

: VE

RIF

IER

(1

) B

HE

L/B

HE

L's

CU

STO

ME

R:

2-V

EN

DO

R :

3 S

UB

VE

ND

OR

PAR

TIC

ULA

RS

BID

DER

/VEN

DO

RB

HEL

NA

ME

SIG

NA

TUR

ED

ATE

BID

DE

R'S

/VE

ND

OR

S C

OM

PA

NY

SE

AL

2

SP

EC

IFIC

ATI

ON

: P

E-T

S-3

19-5

07-E

003

TITL

E: T

ECH

NIC

AL S

PEC

IFIC

ATIO

N F

OR

LT

CO

NTR

OL

CA

BLE

S

Page 113: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

Document Title:

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS-319-507-E003VOLUME II BSECTION DREVISION 0 DATE: 14.08.2013SHEET 1 OF 3

SECTION-D

STANDARD TECHNICAL SPECIFICATION

27.10.14

Page 114: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

Document Title:

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS-319-507-E003VOLUME II BSECTION DREVISION 0 DATE: 14.08.2013SHEET 2 OF 3

VOLUME II B1.0 TECHNICAL REQUIREMENTS

1.1 Technical requirements for 1.1KV PVC Control cables shall be as indicated in this section, in addition to those specified inSection- C and Datasheet-A as attached for project specific requirements.

2.0 QUALITY ASSURANCE REQUIREMENTS

2.1 Bidder shall confirm compliance with the BHEL Quality Plan as attached with the specification without any deviations. Minor changes in Quality Plan (which shall be to customer approval during contract stage) without any commercial implication.

2.2 In the event of BHEL Quality Plan not being applicable for a project (as indicated in section-C of the project specification), the successful bidder shall submit the Manufacturing Quality Plan (MQP) for approval by BHEL/ Owner (asapplicable) during detailed engineering stage without any commercial implications.

2.3 Bidders shall submit their list of proven sub-vendors for raw materials, which will be subject to BHEL/customer approval.

2.4 Type testing requirements and routine/ acceptance testing requirements shall be as detailed below.

2.4.1 Type Tests on Cables

a. All cables to be supplied shall conform to type tests as per relevant standards and proven type.

b. The bidder shall furnish the reports of all the type tests listed in Table-1 in Datasheet-A carried out in within last five years ofthe date of bid opening. These reports should be for the tests conducted either in government approved third party laboratory or witnessed by client (such as major utilities/ industries) on identical/ similar cables to those ordered under this contract.

c. In case bidder is not able to submit report of type test(s) conducted in last five years, or in case type tests report(s) are notfound to be meeting the specification/ relevant standard requirements, then all such tests shall be conducted under this contract by the bidder free of cost to BHEL, and reports shall be submitted for approval. No charges shall be paid for testing under such circumstances. BHEL reserves the right to witness the testing for which due notice shall be given by the vendor.

d. Irrespective of the bidder furnishing type test report as indicated above, BHEL may get type tests as indicated in Datasheet-A and same shall be offered for inspection (conduction of type tests shall be witnessed by BHEL). Separate price shall be quoted for the conduction of type testing per lot, which shall be used for cost comparison. A maximum of three lots shall be considered for price comparison purposes on account of type testing. However, type-testing charges shall be paid as per type test conducted.

e. Minor changes in the final Type Test Procedures (which shall be to approval during contract stage) shall be without any commercial implication.

2.4.2 Routine and Acceptance Tests

a. Routine testing shall be conducted in line with the applicable standards and as per the Manufacturing Quality Plan approved for the project for every lot offered for inspection.

b. Acceptance tests shall be conducted on every lot offered for inspection as per details indicated in Datasheet A.

c. Cost of conduction of routine and acceptance testing shall be deemed to have been included in the quoted supply prices.

2.4.3 Cost of cables consumed for testing shall be to bidder’s account.

3.0 Packing

27.10.14

Page 115: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

Document Title:

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS-319-507-E003VOLUME II BSECTION DREVISION 0 DATE: 14.08.2013SHEET 3 OF 3

3.1 Cables shall be supplied in non-returnable heavy construction drums. All wooden parts shall be manufactured from seasonedwood treated with copper napthenates/ zinc napthenates (refer IS: 401). All ferrous parts shall be treated with suitable rust protective finish or coating to avoid rusting during transit and storage. BIS certification mark shall be stamped on each cabledrum.

4.0 PROJECT SPEIFIC TECHNICAL AND QUALITY DOCUMENTATION TO BE SUBMITTED

4.1 By All Bidders

As technical offer signed and stamped copy of the following:

a. A copy of Section B (Project Information) .

b. A copy of Section C (Project Specific Technical Requirements).

c. A copy of Annexure-A to Section-C (Bill of Quantities).

d. A copy of Datasheet-A

No other documentation is required to be submitted as technical offer. Any information contained in otherparts of the offer (e.g. covering letter, annexures, etc.) which is deviating from specification requirementsin any way shall not be considered by BHEL as part of offer.

4.2 By Successful Bidder (for approval during contract stage)

a. Datasheet C in the format provided to the successful bidder along with LOI. b. Cross-section drawings of the cablesc. Manufacturing Quality Plan in case BHEL SQP is not applicable. d. List of sub-vendors/ suppliers of raw materialse. Type Test Procedure f. Field Quality Plang. Technical catalogues/ literature for the cables.

4.3 Two copies of the above documentation shall be submitted for first review. Number of copies to be submitted for second and subsequent submissions (till Cat-I approval is accorded), and those for final distribution prints of approveddocumentation and test certificates shall be as indicated separately in section C.

4.4 Wherever required, soft copy of all approved technical/ quality documentation shall be submitted as specified without any additional commercial implication. Soft copies may be required both in native file format (e.g. MS Word/ MS Excel) as wellas PDF files.

27.10.14

Page 116: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E003 VOLUME II B SECTION DREVISION 0 DATE: 14.08.2013 SHEET 1 OF 5

DATASHEET- A

27.10.14

Page 117: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E003 VOLUME II B SECTION DREVISION 0 DATE: 14.08.2013 SHEET 2 OF 5

DATA SHEET-A

DS-AI. SPECIFIC TECHNICAL REQUIREMENTS

1.0 Type of cable Flame Retardant Low Smoke (FRLS)

2.0 Standard applicable in general IS: 1554 (Part-I)

3.0 Voltage Grade 1.1 kV

4.0 Number of cores, cross sectional area of conductors and quantities

As per BOQ (Annexure-A to Section-C)

5.0 CONDUCTOR

(a) Material Copper Grade and Class Stranded, Un-tinned (plain) annealed high

conductivity, Class 2 (b) Standard applicable IS: 8130 (c) Shape Circular (d) Min. number of strands 7

6.0 INSULATION(a) Material PVC, Type A (b) Standard applicable IS: 5831 (c) Continuous withstand temperature 70� C (d) Short circuit withstand temperature 160� C (e) Method of Application By extrusion; sleeve extrusion not permitted

7.0 CORE IDENTIFICATION (a) Control cables upto 5 core Colour coded as per IS: 1554 (Part-I) (b) Control cables above 5 cores By numbering as per IS: 1554 (Part-I) Insulation to

have black colour

8.0 INNER SHEATH(a) Material PVC Type ST-1 as per IS: 5831 (b) Colour Black (c) Whether FRLS NO (d) Fillers Acceptable (e) Material of fillers (if permitted) Same as inner sheath (f) Method of application

1 Multi-core cables: i) With fillers Pressure/Vacuum Extruded ii) Without fillers Pressure Extruded

.

27.10.14

Page 118: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E003 VOLUME II B SECTION DREVISION 0 DATE: 14.08.2013 SHEET 3 OF 5

9.0 ARMOUR(a) Material Galvanised Steel Round Wire /strip as per IS: 3975

(Part-I)(b) Minimum coverage 90% (c) Gap between armour wires Shall not exceed one armour wire space

(No cross-over/ over-riding) (d) Breaking load of joint 95% of normal armour

10.0 OUTER SHEATH(a) Material PVC Type ST-1 as per IS: 5831 (b) Colour Black (c) Whether FRLS YES (d) Method of application Extruded (e) Marking (by printing) Progressive sequential marking @ 1m.

11.0 FRLS CHARACTERISTICS(a) Oxygen index Min. 29 (as per ASTMD 2863) (b) Temperature Index Min. 250� C (as per ASTMD 2863) (c) Acid gas generation Max. 20% (as per IEC-754-1) (d) Smoke density rating Max. 60% (As per ASTMD 2843) (e) Flammability Test As per IEC: 60332 Part-3 Cat-B/ IS-1554-I/ IEEE-383

& Swedish chimney (where applicable)

12.0 TOLERANCE ON OUTER DIAMETER (+/-) 2 mm

13.0 MINIMUM BENDING RADIUS 12 x O.D.

14.0 SAFE PULLING FORCE 50N/ sq. mm

15.0 CABLE DRUMS(a) Type & construction As per applicable IS: 10418 (b) Material Wooden (c) Standard drum length 1000m (+/-) 5% (as specified in BOQ)

27.10.14

Page 119: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E003 VOLUME II B SECTION DREVISION 0 DATE: 14.08.2013 SHEET 4 OF 5

DS-AII. TYPE/ ACCEPTANCE TEST REQUIREMENTS

A. Type Test Conduction:

1. Tests for which an asterisk sign (*) is indicated in the ‘Conduction Required as Type Test’ column shall be conducted on one drum/ size/ lot of finished cable as per quality plan for LT PVC control cables (QP no. PED-507-00Q-002/02). The same may be witnessed by BHEL/ Owner, for which due notice shall be given by the vendor.

B. Acceptance Test Conduction:

1. Tests for which a hash sign (#) is indicated in the ‘Conduction Required as Acceptance Test’ column shall be conducted as acceptance tests.

2. Sampling: Sampling for acceptance tests shall be as per Appendix-A (cl. 15.2.1) of IS: 1554 (part-I).

S.No.

TEST APPLICABLE FOR CONDUCTION REQUIRED AS Type Test Acceptance

Test1.0 Tests for Conductor

Annealing test Copper conductor * # Resistance test Copper conductor * #

2.0 Tests for Armour Wires

Measurement of dimensions GS wire * #

Tensile test GS wire #Elongation test GS wire * #Torsion test GS round wire * #Resistance test GS wire * #Zinc coating test G. S. wires * #

3.0 Physical Tests for PVC

Insulation & PVC sheath

Test for thickness PVC insulation, PVC inner sheath & PVC outer sheath

* #

Tensile strength and elongation test

PVC insulation & PVC outer sheath *

(a) Before ageing * # (b) Before & after ageing *Ageing in air oven PVC insulation & PVC outer sheath *Loss of mass test PVC insulation & PVC outer sheath *Hot deformation test PVC insulation & PVC outer sheath *Heat shock test PVC insulation & PVC outer sheath *Shrinkage test PVC insulation & PVC outer sheath *

27.10.14

Page 120: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E003 VOLUME II B SECTION DREVISION 0 DATE: 14.08.2013 SHEET 5 OF 5

S.No.

TEST APPLICABLE FOR CONDUCTION REQUIRED AS Type Test Acceptance

TestThermal stability test PVC insulation & PVC outer sheath *

4.0 FRLS/ Flammability TestsOxygen index test PVC outer sheath only * #Smoke density test PVC outer sheath only * #Acid gas generation test PVC outer sheath only * #Flammability test to IEC 332 Part-III, Category-B

Complete cable *Flammability test to IS: 1554 Part-I

Complete cable * #

Swedish chimney test to SEN SS 424 1475

Complete cable #

Temperature index test PVC outer sheath only * #

5.0 Electrical TestsHigh Voltage Test (Water Immersion test)

On cores *High Voltage Test at room temperature

Complete cable * #

Insulation Resistance Test (Volume resistivity method)

Complete cable * #

27.10.14

Page 121: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E003 VOLUME II B SECTION DREVISION 0 DATE: 14.08.2013 SHEET 1 OF 3

DATASHEET C

27.10.14

Page 122: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E003 VOLUME II B SECTION DREVISION 0 DATE: 14.08.2013 SHEET 2 OF 3

DATASHEET C

GUARANTEED TECHNICAL PARTICULARS (TO BE SUBMITTED BY SUCCESSFUL BIDDER)

1.1 Name of manufacturer :

1.2 Place of manufacture :

2.0 INFORMATION TO BE FILLED IN FOR EACH SIZE CABLE IN THE FORM OF TABLE

2.1 No. of cores x size :

2.2 Current rating of cable confirms to :

2.3 Short circuit rating of cable confirms to :

2.4 CONDUCTOR

a) Material type & grade :

b) No. & dia of wires in each core : no x mm before stranding

2.5 PVC INSULATION

a) Type :

b) Minimum & Nominal thickness of insulation : mm

2.6 PVC ST1 INNERSHEATH

a) Thickness (min.) : mm

b) Method of application

1) Multi-core cables

i) with filllers

ii) without fillers : Pressure extruded

27.10.14

Page 123: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

DOCUMENT TITLE

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

SPECIFICATION NO. PE-TS- 319-507-E003 VOLUME II B SECTION DREVISION 0 DATE: 14.08.2013 SHEET 3 OF 3

c) Type of fillers (if used) : PVC type ST1 as per IS:5831. Shape of fillers (if used) :

2.7 ARMOUR

a) Material : i) Multi-core cables

b) Size / dimensions :

c) Minimum no. of wires :

d) Maximum resistivity of GS wire :

e) Maximum resistivity of Aluminium round wire :

2.8 PVC ST1 FRLS OUTERSHEATH

a) Minimum thickness of outer sheath : mm

b) Colour :

2.9 Diameters

a) Diameter of insulated conductor : mm

b) Cable diameter under armour : mm

c) Cable diameter over armour : mm

d) Overall diameter of cable : mm

2.10 Weight of cable : kg./km

2.11 Dimension of drum : mm

2.12 Shipping weight : kg.

27.10.14

Page 124: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

726.6 MW PALLATANA, TRIPURA CCPP

Doc. No. PE-TS-319-507-E003

Volume IIB Section : C

TECHNICAL SPECIFICATION FOR LT PVC CONTROL CABLES

Rev. : 0, DATE: 27.10.14 Page : 1 of 1

ANNEXURE- A

Bill of Quantities (BOQ)

A. COPPER CONDUCTOR, ARMOURED CABLES

1.1kV grade, Control cables with stranded plain annealed copper conductor, PVC (Type-A) insulated, PVC type ST1 extruded inner sheathed, galvanized steel single layer Steel Round Wire /strip armoured , overall PVC type ST1 FRLS extruded outer sheathed cables generally confirming to IS-1554, Part-I & as per Technical specification.

SL.NO. CABLE SIZE (in sq.mm)

Order Quantity (in meters) Drum length (in meters)

1 12C X 2.5 (Cu) 2000  1000

NOTES: 1. Quantities indicated above shall be known as Order Quantities. 2. Order Quantity shall be cleared for manufacturing along with LOI. However, manufacturing of the cables

shall be taken up by the successful bidder only after approval of technical and quality documentation and shall be completed within four months from the date of approval of documentation.

3. The standard drum length shall be as specified above. Tolerance on individual drum length shall be ±5%.

4. Overall tolerance on total dispatched quantity of each size shall be (-) 2% and (+) 0% except where the total ordered quantity is one single drum length of 500 m, in which case it shall be –5%/+0%. Cables consumed for testing and inspection shall be to bidder’s account.

5. For each individual cable size, one short length of not less than 200m may be accepted to complete the

supply (except where the total ordered quantity is one single drum length of 500 m). The overall tolerance limits stipulated above shall continue to apply (in case short lengths are accepted).

6. Bidder to quote prices inclusive of ALL TYPE TEST CHARGES. No separate charges shall be payable for

type tests.

7. In case of the quantities cleared by BHEL for manufacturing are manufactured and offered for inspection by successful bidder in more than one batch, type testing is to be done for all batches without any cost implication to BHEL. However, BHEL reserves the right to witness type testing on all batches.

Page 125: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

Sl.No DESCRIPTION OF EQUIPMENT / ITEM UOM QTY Unit Ex-works

price

Total Ex-

works price

ED with

Cess @

CST @ Freight including

Service tax

Total FOR Site Price

(Supply )

(6+7+8+9)

1 2 3 4 5 6 7 8 9 10

1.0

Lumsum price for Design, engineering, manufacture, inspection, testing, packing at manufacturer’s works, / his sub-vendor’s works, delivery at site of LT Power Cables , Screened control cables & LT PVC Control cables as per Specification No. PE-TS-319-507-E002, Rev.02, PE-TS-319-507-E004, (REV.01), PE–TS–319–507–E003 Rev 00 for 2X363.3 MW, Palatana, Tripura.

1.1 3C X 2.5 (Cu) Mtrs 340001.2 12C X 2.5 (Cu) Mtrs 20001.3 4 Pair -0.5mm2 (Cu) Mtrs 60001.4 2 Pair -0.5mm2 (Cu) Mtrs 7000

1 a TOTAL [1.1 to 1.4]

NOTE I) Bidder shall furnish the prices in schedule of price format only. II) Prices shall remain firm during the contract warranty period for additional / part requirements as above.

III) L1 bidder shall be evaluated based on the total price under column no. 10 of sl no. 1a.

Price Schedule

Enquiry No: NBPPL/MM/PALT/E-1078/15Project : 2X363.3 MW Palatana, Tripura

SCOPE: DESIGN, ENGINEERING, MANUFACTURING & SUPPLY OF CABLES AS PER TECHNICAL SPECIFICATION

Date:

Company SealBidder's / Bidder's representative signature

ALL PRICES IN Rs

SECTION-III PRICE SCHEDULE

Page 1 of 1

ASHOK
Typewritten Text
SECTION-III
Page 126: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 1 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

These Conditions shall be read and construed along with General Condition of Contract enclosed along with the tender enquiry. In case of any conflict or inconsistency the condition given in

SCC shall prevail over the GCC.

1.0

Project Name

726 MW Gas Based CCPP, Pallatan, Tripura.

2.0

Customer

ONGC Tripura Power Company Limited. (OTPC)

3.0

Consultant

Fichtner India Ltd.

4.0

Zero Date

23.06.08

5.0

Completion Date

46 months from the zero date.

6.0

Completion of facilities For 1st module

43 months from the zero date.

7.0

Type of Project and

Scope

726 MW Gas Based Combined Cycle Power Project consisting of

two modules of 363.3 MW with each module consisting of one number GT, HRSG & ST. Total project being executed by BHEL on turnkey basis, with BOP

equipment package by NBPPL.

8.0

Consignee Address

ONGC Tripura Power Company Limited Palatana, PO Palatana Distt. Udaipur, South Tripura. Pin Code : 799116

8.1

Delivery Address for supply

packages (non-turnkey packages)

CONSTRUCTION MANAGER

BHEL Site office 726 MW Gas Based CCPP, Pallatan, PO Palatana, Distt. Udaipur,

South Tripura : 799116.

8.2

Delivery Address for

turnkey packages

RESIDENT MANAGER

<VENDOR NAME > Site office 726 MW Gas Based CCPP, Pallatan, PO Palatana, Distt. Udaipur,

South Tripura : 799116.

R-1

R-1

R-1

R-1

R-1

R-1

ASHOK
Typewritten Text
SECTION-IV
Page 127: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 2 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

9.0

NBPPL Site Office Address

CONSTRUCTION MANAGER NBPPL Site office 726 MW Gas Based CCPP, Pallatan,

PO Palatana, Distt. Udaipur, South Tripura : 799116

10.0

Mode of Dispatch

By Road on Door Delivery and freight Pre-Paid Basis

11.0

Road Permit Required

Yes

12.0

Prior Dispatch intimation to NBPPL Site Office and Underwriters

Yes, one set consisting of LR / RR copy, Packing List indicating the items dispatched (with their Gross & Net weights) and letter informing the underwriters about the value of consignment and

dispatch details to be sent to: a. NBPPL Site office

b. Insurance co.

13.0

Transit Insurance

By NBPPL / BHEL

14.0

OTPC’S CST / LST NUMBERS

CST No: 16111387273, TIN No : NA PAN NO : AACCT2591G

CENTRAL EXCISE RANGE : NA TAN NO : DELT06108E IEC No : 0509012663

15.0

Unloading at site

(a) For supply contracts unloading at site will be done by

NBPPL / BHEL site. If any special handling equipment is required to unload the stores, the contractor shall specify the same failing which, all necessary expenses incurred by NBPPL will

be borne by the contractor/ Contractor.

(b) For turnkey packages (supply cum erection contracts)

unloading at site will be done by the contractor himself at the site, who will be ultimately responsible for erection and commissioning of equipment/package at site

R-1

R-1

Page 128: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 3 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

16.0

Storage at site / Movement of Material within Site

(a) For supply contracts storage will be done by NBPPL / BHEL site. After receipt of material at NBPPL / BHEL stores, further movement of material within site shall be responsibility of

NBPPL / BHEL. The contractor shall inform the volume, weight etc. prior to despatch in advance for arranging proper storage at site.

(b) For supply cum erection contracts, Levelled space agreed with

contractor will be provided for construction of store by contractor himself at his own cost at site. The unloading and storage of materials including transporting from site store and

handling at site will be done by contractor upto the handing over stage of equipment / package to the Customer. He shall be solely responsible for proper storage and

safe custody of all his equipment/package. Contractor/contractor shall handover the levelled space back to NBPPL /customer after handing over of his equipment/package. No railway siding

facilities will be available at site.

17.0

Construction Water supply

Free supply of water will be made available for construction purposes only at an agreed single point in the project site. Any further distribution will be the

responsibility of contractor at his own cost. Drinking water will also be provided at one agreed single point in the site. However, drinking water for labour colony has to be arranged

by contractor at his own cost. Availability of construction as well as drinking water is limited at site. As such, contractor shall ensure that no water is wasted & shall take all necessary

measures towards preservation of water. The Contractor should make arrangements for storage of sufficient quantity of water to meet day-today requirement. No claim for damages

will be entertained on account of interruptions of water supply or limitation of quantity of water as aforesaid or on account of the water so taken being not fit for construction purposes or

on any other account in connection with such water supply.

Page 129: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 4 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

18.0

Construction Power supply

a) NBPPL will provide free of cost construction power at any distance (around 150 to 300 m from workplace) at one point to the contractor in the

project site. The contractor shall make his own further distribution arrangement at his own cost. All temporary wiring must comply with local regulations and will be subjected to engineer’s inspection and approval before

connection to supply. The free supply of power shall for construction purpose as well as general illumination purpose only and will not be provided for use in the labour

colonies. At the discretion of the owner, power supply for labour colonies may be provided at one point and the contractor shall be charged at the rate charged by owner

for similar purposes applicable from time to time. b) Adequate lighting facilities such as flood lamps, hand

lamps and area lighting shall be arranged by the contractor

at the site of construction, contractor's material storage area etc. within finally accepted rates.

c) The purchaser/owner will not be responsible for any

inconvenience caused due to failure of lighting and power supply and no compensation in delay in works can be claimed by the contractor due to such non-supply on the

ground of idle labour, machinery or anything else.

d) The contractor shall ensure that work is not held up in critical areas in the event of lighting and power failure and

for the same, the contractor should have stand-by arrangement of power availability at his own cost. In the event of break-down of electric supply, if the progress of

work is hampered, it will be the responsibility of the contractor to step-up the progress of work after restoration of power supply, so that overall progress of the work is not

affected

19.0

Billing Schedule/Shipping List

Billing schedule shall be prepared by the Contractor and submitted to NBPPL for approval. No payment shall be made in the absence of approved billing schedule. The billing schedule

shall contain the following: i) List of all items both manufactured at contractor’s

works and sub-contracted items.

ii) List of quantities of each item with unit and total price alongwith Gross and net weight.

iii) Quantity shall be indicated only in numbers and not as set or lot.

Page 130: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 5 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

20.0

Document Requirement For payment

Separate bills are to be raised for main equipment supply, E&C & for supply of mandatory spares (wherever applicable).

20.1

Document Requirement For payment against

supply of equipment / material.

The documents (In original + 2 copies) required for payments against dispatches shall consist of as per cl.20.1(a) for direct

payment and cl.20.1(b) for payment through bank.

20.1

(a)

For Direct Payment

a. Supplier invoice along with documentary evidence of taxes

paid. b. Original Consignee LR shall be sent along with the material

directly to site for handing over of the Material on FOR Site basis. Photo Copy of Original LR (Consignee Copy) to be given in the dispatch documents for payment

confirming with a covering letter that the original consignee LR copy has been sent alongwith the truck for the delivery.

a. Item wise Packing List indicating Quantity/ Gross

weight / Net weight

b. In case of customer / customer inspection agency,

participation in the inspection (As per Customer Hold

Point in the approved QP) the copy of MDCC (Material Dispatch Clearance Certificate) issued by OTPC is required.

c. In case of NBPPL / BHEL-CQS inspection complete

accepted CQIR and Test Certificates/ Inspection Reports

duly verified and accepted by NBPPL / BHEL-CQS shall be required.

d. Copy of letter addressed to Insurance Co.

e. Guarantee Certificate.

R-1

Page 131: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 6 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

20.1 (b)

For Payment through bank

a. Supplier invoice along with documentary evidence of taxes paid.

b. Original LR (Consignee Copy)

c. Item wise Packing List indicating Quantity/Gross weight/ Net weight

d. In case of customer / customer inspection agency,

participation in the inspection (As per Customer Hold Point

in the approved QP) the copy of MDCC (Material Dispatch Clearance Certificate) issued by OTPC is required.

e. In case of NBPPL / BHEL-CQS inspection complete accepted CQIR and Test Certificates/ Inspection Reports duly verified and accepted by NBPPL / BHEL-CQS shall be

required.

f. Copy of letter addressed to Insurance Co.

g. Guarantee Certificate

20.1 (c)

In case the documents mentioned above are not complete in all respects, Contractor will be responsible for non / late retirement or payment of the documents. Demurrage, if any,

would be recovered from Contractor’s bills. Alternatively, Contractor shall reimburse to NBPPL demurrage, if any.

20.2

For payment against Receipt of material at site

(MRC) (Original+6 copies)

Supplier’s invoice (linking with Dispatch invoice) along with copy of Material Receipt certificate (MRC) issued by site.

20.3

For payment against

Contract Closing

Supplier’s Final invoice showing total value billed so far to

NBPPL duly reconciled with NBPPL and co-relation chart of despatch and MRC bills raised on NBPPL.

R-1

Page 132: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 7 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

20.4

For payment against site activities like Erection / commissioning / civil

activities etc.

Payment shall be made by NBPPL site on submission of the following: [required no. of sets shall be decided by Construction Manager,] :

(i) Invoice (ii) Measurement of work done duly certified by NBPPL

Engineer at site (iii) Protocols for work done, jointly signed by Contractor /

NBPPL and its Customer. (iv) Any other document as required by NBPPL Engineer at site.

20.5

Issue of C form .

Request for “C Form” in exchange for E-I/E-II Form may be submitted to Head (Finance) /NBPPL Site alongwith copy of

invoice(s) and LR(s) at the end of each quarter of financial year. In case documents are negotiated through bank, “Form-C” if applicable, shall not be insisted for release of documents through bank.

20.6

Payment fro Customer

For receiving payment from the Customer, NBPPL has to raise invoices in 6 copies (one original + 5 photocopies). The

supplier Must provide 6 set of Despatch documents (copy of Consignee LR, Packing List, TC/ accepted CQIR, Copy of MDCC as per sl.no. 20.1) to NBPPL for Customer Billing.

.

21.0

Despatches • All consignments are to be consigned to the CONSIGNEE as

per address given above by ROAD on freight PRE-PAID basis.

• Material should be dispatched only after obtaining Customer’s

Material Dispatch Clearance certificate (MDCC) from NBPPL where customer/ third party inspection agency has

participated in the inspection OR NBPPL MDCC where only BHEL-CQS has witnessed/ participated in the inspection. In case MDCC is not obtained before dispatch, then supplier’s

payment will not be released for that material.

• Despatches are to be commenced only after establishment of

Contractor’ site office, if E&C is in their scope.

Advance fax intimation of despatch of material/equipment and

expected date of arrival at site shall be sent to Construction Manager / NBPPL Site as well as concerned person at HQ.

Page 133: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 8 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

21.1 Dispatch markings Each box shall be marked with Capital Letters in Red indicating

the Main Supply or Commissioning spare package for 726 MW Gas Based CCPP, Pallatan, Udaipur Distt, Tripura

Each package delivered under the Contract shall be marked by Contractor and such marking must be distinct and in English language (all previous irrelevant markings being carefully obliterated). Such marking shall show the description and

quantity of contents, the name and address of consignee, the Gross weight and Net weight of the package, the name of the Contractor, NBPPL P.O. reference No. with a distinctive

number or mark sufficient for purposes of identification. Besides above as necessary, packing shall bear a special marking "TOP", "BOTTOM", "DO NOT TURN OVER", "KEEP DRY", "HANDLE WITH

CARE", etc. The Marking paint shall be of high quality so that during

heat or packages being stored in open, it should not get faded.

IMPORTANT:- One copy of respective standard manufacturer's erection instructions/ operation instruction manual shall be kept in each package/ container for immediate reference by NBPPL

site. Each and every box (package) shall be marked with following:-

1) Name and address of the consignee:

2) Project reference: 3) Customer Contract No.: 4) NBPPL P.O. reference No.

5) Packing No.: (e.g. 1/10, 2/10, 3/10 when there are 10 packages for one consignment)

6) Ultimate Destination : KHAPERKHEDA Expn. TPS Site

7) Packing Mark : (symbols indicating "TOP" and other

special marking)

8) Type of Equipment:

“E" (for equipment supply)

"T" (for Tools & Tackles) "S" (for Mandatory Spares

NOTE:- The Copy of complete Packing list for the consignment

must be put inside the Box/ Boxes.

20 copies of supplier’s Erection / Instruction manuals to

be given to the Customer/ NBPPL / BHEL site

R-1

Page 134: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 9 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

22.0

Commissioning / Mandatory spares

The commissioning / Mandatory spares shall be properly packed separately in separate box and each spare shall be properly tagged giving details i.e dispatch (to match the

description given in the packing slip) to facilitate their proper identification. One Copy of Packing list must be put inside the Box.

23.0

NBPPL Over-Heads

All Bidders to note that (in case of Purchase Order is placed

by NBPPL), if any supply item for His equipment or system is to be arranged by NBPPL on behalf of the supplier, then NBPPL’s Over Heads presently @ 30% or as prevailing at that

time, whichever is higher, for the value of the equipments / items procured by NBPPL shall be levied on the supplier and same shall be recovered from the invoices available with NBPPL Noida

24.0

Taxes & Duties

24.1

This project has been granted Mega Power Project status benefits declared by GOI.

Accordingly the project would be eligible for Customs duty exemptions and successful bidder can avail the benefit of NIL Custom duty. NBPPL shall provide Project essentiality Certificate & customer attested list of imported items from Customer to enable imports with

nil custom duty under Project Import Regulations. Imports, if any, are required to be arranged by vendors themselves, without any liability to NBPPL. The list of imported contents, quantity, CIF value (in Rupee) and Foreign currency etc, shall be submitted

alongwith price schedule. Please note that no request later at execution stage shall be entertained by NBPPL for additional Item/ additional CIF other than mentioned in the Original Bid. NBPPL shall not compensate for any foreign exchange variation on account of imports.

The project would also be eligible for other applicable benefits on taxes and duties including Excise duty. Vendors to remove goods after paying Excise duty and claim duty drawback on

behalf of NBPPL. On receipt of duty drawback by NBPPL, same amount shall be passed on to bidder. All the required document / certificates required from NBPPL, under the Foreign Trade Poilcy, shall be furnished by NBPPL for claiming duty draw back.

In the event of withdrawal / abolition of Mega Power Project Status within the contractual delivery period, NBPPL shall reimburse the incremental taxes & duties as a result of such

changes to supplier at actual on submission of documentary proof of such payments having been made

R-1

Page 135: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 10 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

24.2

The statutory changes (w.e.f. date of technical bid opening), if any, in taxes, duties and

levies w.r.t those given in the final price offer, on Contractor’s self-manufactured items only, shall be to NBPPL account and shall be payable against documentary evidence.

24.3

The supplies/equipments which are directly consigned from the contractor’s/sub-contractor’s works to Project Site from outside the State of Tripura, the sale in transit will be executed as per the provisions of the sales tax laws. NBPPL will provide “C” form for Contractor’s self

manufactured items or those BOIs which can be covered by E-I/E-II transactions. NBPPL will arrange for issue, by OTPC, of requisite sales tax declaration form (s) under the State Rules. No sales tax / VAT shall be paid nor shall any form be issued or arranged to be issued by

NBPPL for raw materials, if any. The Contractors should furnish Form-E-I/ E-II to NBPPL for claiming sale in transit benefit. Contractor shall ensure that he would adhere to all statutory requirements in order to avail the benefit of sale in transit.

24.3 NBPPL shall reimburse at actual any Tripura sales tax, works contract tax and Octroi, if applicable.

24.4 Statutory variations mentioned above shall be applicable only for Contractor’s self manufactured items and NBPPL shall not bear any liability, whatsoever, on account of

variations in taxes and duties on Contractor’s bought-out /sub-contracted items

24.5 No variation in customs duty, foreign exchange etc. shall be admissible. NBPPL shall not

bear any liability, whatsoever, on account of statutory variations in customs duty or foreign exchange

24.6 If any equipment is manufactured/ assembled at site and attracts any duty/ tax imposed by any statutory authority during execution of the contract or at a later date, same shall be to the account of contractor. NBPPL shall in no way be responsible for the same

R-1

R-1

Page 136: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 11 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

24.7

Regarding endorsement on LR, following procedure shall be followed as per the category of “sales in transit” as defined under section 6(2) of the Central Sales Tax Act:

1.1 The first Contractor/ manufacturer of the goods will deliver the goods to the common carrier and obtain Lorry Receipt (LR).

1.2 In the LR(s) the first Contractor/ manufacturer of the goods will be mentioned as the Consignor.

1.3 In the LR(s), the Contractor or sub-Contractor who has placed the order on the Consignor will be mentioned as the Consignee.

1.4 The sales tax registration number of both the Consignor and Consignee should be

mentioned in the LR.

1.5 The Consignee copy of the LR will then be forwarded to the Consignee.

1.6 The Consignee will make an endorsement on the reverse of the LR as follows:

“Please deliver to the order of M/s BHEL. Name and address of the party who has placed order on them and mention the sales tax registration number of such party.”

1.7 The actions under serial 1.4 & 1.5 above will be repeated in the same order in which

orders have been placed by the Contractors on their sub-Contractors.

1.8 The final Contractor of NBPPL on receipt of the LR(s), will forward the same to NBPPL after making an endorsement on the reverse of the LR as follows:

“Please deliver to the order of NBPPL CST no……………..”

1.9 NBPPL will make an endorsement on the reverse of the LR as follows:

“Please deliver to the order of BHEL ”.

BHEL shall further endorse the LR in favour of OTPC.

1.10 The first Contractor/ manufacturer will issue form E1 to their purchaser and all the subsequent parties will issue form E2 to their purchaser, NBPPL will issue Form-C to

their Contractor and receive Form E-1 or E-2 (as the case may be) from such Contractor and receive Form C from their customer

25.0 Inspection Agency Contractor shall give inspection call in line with approved QP to NBPPL / BHEL-CQS or any third party appointed by NBPPL /

OTPC with a copy of inspection call to NBPPL (Purchase) for arranging Customer/ third party participation (Wherever applicable) with advance notice of 10 – 15 days for participation in

inspection/ Joint inspection on the proposed date. The customer/ third party inspection with NBPPL / BHEL-CQS or any third party appointed by NBPPL Joint inspection report/ Dispatch Clearance

shall be required. All items shall be inspected in line with the approved QP.

R-1

Page 137: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 12 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

26.0

Final Drawings / Documents Submission

Final Drawing / Documents to be submitted shall be as per Technical specifications otherwise to be intimated during kickoff meeting. In the Kick-off meeting a schedule has to be

drawn by the supplier in consultation with NBPPL / BHEL-PEM indicating drawing submission, requirement of final drawing approval, inspection schedule and dispatch of goods to Site in line with the delivery period agreed in the purchase order from

NBPPL.

27.0

CONTRACTOR’S RESPONSIBILITY OVER SUB-CONTRACTORS

27.1 Contractor shall be responsible for sequential despatch in line with schedule and shall ensure

that all of his sub-contractors’ orders are placed in accordance with NBPPL specifications. NBPPL will have the right to reject such sub-contractors if in their opinion the sub-contractor is not competent and not equipped to meet the ordered specification.

In case of E&C Contracts, it shall be responsibility of Contractor to arrange for unloading/ storage and handling further at site in case of BOIs (Bought Out Items)

28.0

COMMISSIONING SPARES

28.1

Commg. spares/ consumables are included in the scope of order and no extra is payable by

BHEL

29.0

PERFORMANCE AND GUARANTEE TESTS

29.1

Shall mean all operational checks and tests required to determine/to demonstrate capacity efficiency and operating characteristics as specified in the contract. The final tests as the

Performance and Guarantee Tests shall be conducted at site by the contractor. Such tests will commence within a period of two (2) months after successful completion of trial operations. Any extension of time beyond the above two (2) months shall be mutually agreed upon. The

date of protocol for acceptance of test results of PG Tests by Owner/NBPPL/Contractor shall be the date for successful acceptance of PG Tests

29.2

If the performance parameters of the system(s) as detailed in technical specifications are not

met by the seller during various tests, the seller shall rectify the system(s) to comply with the specifications requirements failing which NBPPL / BHEL/ OTPC will have the sole right either to reject the system or accept it with modifications

R-1

Page 138: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 13 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

29.3

In line with technical specifications, the seller shall guarantee the various ratings,

performance figures and parameters of the various equipments / systems. Further, the seller shall also undertake to successfully demonstrate all equipment parameters/characteristics as detailed out in technical specifications. In the event of any deficiency in meeting the various

ratings and performance characteristics, even after necessary modifications, the rights and remedies available to NBPPL shall be in terms of the various provisions of the contract documents. In addition should there be a deficiency or shortfall in performance to the guaranteed levels (as established by the Performance and Guarantee Tests) specific to the

characteristics mentioned in technical specifications even after necessary modification NBPPL/OTPC may, at its sole discretion, either reject the equipment/system or accept the equipment/system after assessing the liquidated damages

29.4

The total amount of liquidated damages leviable and payable by the seller on the above account shall be limited to 10% of the contract price and such amounts shall

be recoverable from the seller either by invoking the contract performance bank guarantee or by deducting the sum from payments due and payable to the seller under the respective contracts

29.5

In addition to the guarantee mentioned elsewhere, the requirement of specifications on all guarantees as mentioned in the technical specifications shall be met

30.0

CLEARANCE OF SITE ON COMPLETION

30.1

On completion of the works, the contractor shall clear away and remove from the site all his equipment, surplus materials, rubbish and temporary works of every kind and leave the whole of the site and works clean and in a workman like condition to the satisfaction of the

purchaser/owner.

31.0

SPARES

31.1

All the spares for the equipment under the contract will strictly conform to the specifications and other relevant documents and will be identical to the corresponding main equipment/components supplied under the contract and shall be fully interchangeable

31.2

All the mandatory spares covered under the contract shall be manufactured alongwith the main equipment as a continuous operation and the delivery of the spares will be effected alongwith the main equipment in a phased manner and the delivery would be completed by

the respective dates for the various categories of equipment as per the agreed network. In case of recommended spares, the above will be applicable provided the order for the recommended spares has been placed with the contractor prior to commencement of

manufacture of the main equipment

31.3

The quality plan and the inspection requirement finalized for the main equipment will also be applicable to the corresponding spares

31.4

The contractor will provide NBPPL with all the addresses and particulars of his sub-vendors while placing the order on vendors for items/components/equipments covered under the contract and will further ensure with his vendors that NBPPL, if so desires, will have the right

to place order for spares directly on them on mutually agreed terms based on offers of such vendors

Page 139: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 14 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

31.5

DEFECTS LIABILITY FOR SPARES: The contractor shall warrant that all spares supplied will be

new and in accordance with the contract documents and will be free from defects in design, materials and workmanship. The defect liability period shall be same as applicable for main equipments as per clause No.32.0.

31.6

The contractor shall guarantee the long-term availability of spares to NBPPL / BHEL/ OTPC for the full life of the equipment covered under the contract. The contractor shall guarantee that before going out of production of spare parts of the equipment covered under the contract,

he shall give NBPPL / BHEL/ OTPC at least two (2) years advance notice so that the latter may order his bulk requirement of spares, if he so desires. The same provision will also be applicable to sub-contractors. Further, in case of discontinuance of manufacture of any

spares by the contractor and/or his sub-contractors, contractor will provide NBPPL / BHEL/ OTPC two (2) years in advance, with full manufacturing drawings, material specifications and technical information including information on alternative equivalent makes required by NBPPL

/ BHEL/ OTPC for the purpose of manufacture/procurement of such items

31.7

It is expressly understood that the final settlement between the parties in terms of relevant clauses of the contract documents shall not relieve the contractor of any of his obligations

under the provision of long term availability of spares and such provisions shall continue to be enforced till the expiry of five (5) years period reckoned from the scheduled date of completion of trial operation of the last unit of plant and equipment unless otherwise

discharged expressly in writing by NBPPL / BHEL/ OTPC. Further, the provisions pertaining to long term availability of spares shall be extended beyond five (5) years applicability period mentioned herein above if so desired by NBPPL / BHEL/ OTPC and at the mutually acceptable escalation formula

32.0

DEFECTS LIABILITY

32.1

The contractor shall warrant that the equipment will be new and in accordance with the contract documents and free from defects arising due to deficiencies in design and

engineering and from defects in material and workmanship. For Turnkey packages, the guarantee shall be valid for a period upto 30.06.2013 or 12 calendar months from the date of satisfactory commissioning, whichever is later. For supply packages, the guarantee shall be

valid for a period upto 30.06.2013 or 18 calendar months from the date of last supply, whichever is later. The contractor shall be liable to replace/upgrade with the specific consent of NBPPL / BHEL/ OTPC, any defective parts in the equipment supplied and erected by him

under the contract arising solely from faulty design, materials and/or workmanship. Any defect removal at site by repair/ upgradation of the installed equipment/component/material will be permitted by NBPPL / BHEL/ OTPC only when such repair/ upgradation in the

meantime, is not detrimental to the commercial use of the plant. All replaced defective parts shall be returned to the contractor unless otherwise arranged. No repairs or replacement shall normally be carried out by the Engineer when the plant is under supervision of the

contractor’s supervisory Engineers

32.2

In the event of any emergency where in the judgment of the Engineer, delay would cause serious loss or damages, repairs or adjustment may be made by the Engineer or a third party

chosen by the Engineer without advance notice to the contractor and the cost of such work shall be paid by the contractor. In the event such action is taken by the Engineer, the contractor will be notified promptly and he shall assist wherever possible in making necessary

corrections. This shall not relieve the contractor’s liability under the terms and conditions of the contract

R-1

R-2

Page 140: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 15 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

32.3

If it becomes necessary for the contractor to replace or renew any defective portions of the

plant, the provision of this clause shall apply to portion of the plant so replaced or renewed until the expiration of twelve (12) months from the date of such replacement or renewal. If any defects are not remedied within a reasonable time, the Engineer may proceed to do the

work at the contractor’s risk and cost, but without prejudice to any other rights which NBPPL / BHEL/ OTPC may have against the contractor in respect of such defects

32.4

The repaired or new parts will be furnished and erected free of cost by the contractor. If any

repair is carried out on his behalf at the Site, the contractor shall bear the cost of such repairs

32.5

The cost of any special or general overhaul rendered necessary during the maintenance period due to defects in the plant or defective work carried out by the contractor shall be

borne by the contractor

32.6

The acceptance of the equipment by the Engineer shall in no way relieve the contractor of his obligations under this Clause

32.7

In the case of those defective parts which are not repairable at site but are essential for the commercial operation of the equipment, the contractor and the Engineer shall mutually agree to a programme of replacement or renewal which will minimise interruption to the maximum

extent, in the operation of the equipment

32.8

In respect of goods supplied by sub-contractors to the contractor where a longer guarantee (more than 12 months) is provided by such sub-contractors, NBPPL / BHEL/ OTPC shall be

entitled to the benefit of such longer guarantee

32.9

The provisions contained in this Clause will not be applicable.

a) If NBPPL / BHEL/ OTPC has not operated the equipment according to generally approved industrial practices and in accordance with the conditions of operation specified and in accordance with operating manuals, if any.

b) In cases of normal wear and tear of the parts to be specifically brought to the notice of NBPPL / BHEL/ OTPC by the contractor and also incorporated in the contract

32.10

At the end of the Defects Liability Period, the contractor’s liability ceases except for latent defects. The contractor’s liability for latent defects warranty shall be limited to a period of five (5) years from the end of Defects Liability Period of Combined Cycle Module. For the purpose of this clause, the latent defects shall be the defects inherently lying within the material or

arising out of design deficiency, which do not manifest themselves during the Defects Liability Period (Guarantee Period).

33.0

FIELD QUALITY REQUIREMENTS

Page 141: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 16 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

33.1

The contractor will prepare and submit for NBPPL / BHEL/ OTPC’s approval, within three (3)

months from the date of issue of the Letter of Award, the Field Quality Plans for various field activities describing the quality procedures, practices and inspection checks to be followed by the contractor/ his sub-contractors for transportation, storage/preservation, erection, testing,

commissioning and trial operation activities. In the above Field Quality Plans, NBPPL will identify ‘Customer Hold Points’ beyond which the work will not progress without NBPPL / BHEL/ OTPC ’s consent in writing. All the field activities shall be performed by the contractor and his sub-contractors as per the above Field Quality Plans, and NBPPL / BHEL/ OTPC’s FQA

System Manuals. Any change in the Field Quality Plans shall be made only with NBPPL / BHEL/ OTPC’s prior approval in writing.

The reference documents to the Field Quality Plans shall also be submitted and finalised

alongwith the Field Quality Plans including the following: (a) Instructions for storage and preservation at site.

(b) Handling instructions. (c) Erection & commissioning manuals as per engg. schedules. (d) Erection drawings referred.

(e) Welding manual for site welding. (f) PG Test Procedure

33.2

The contractor shall submit to NBPPL / BHEL/ OTPC all the quality assurance documents

relevant to field erection activities within four (4) weeks of the completion of erection of the respective equipment

33.3

The contractor shall also submit copies of field welding schedule for site welds for NBPPL / BHEL/ OTPC’s approval

34.0

DEDUCTIONS FROM CONTRACT PRICE

34.1

All costs, damages or expenses, which NBPPL / BHEL/ OTPC may have paid, for which,

under the contract, the contractor is liable will be claimed by NBPPL / BHEL/ OTPC. All such claims shall be billed by NBPPL / BHEL/ OTPC to the contractor regularly as and when they fall due. Such bills shall be supported by appropriate and certified vouchers or explanations,

to enable the contractor to properly identify such claims. Such claims shall be paid by the contractor within thirty (30) days of the receipt of the corresponding bills and if not paid by the contractor within the said period, NBPPL / BHEL/ OTPC may then deduct the amount,

from any moneys due or becoming due by him to the contractor under the contract or may be recovered by actions of law or otherwise, if the contractor fails to satisfy NBPPL / BHEL/ OTPC of non-payability of such claims by the contractor

35.0

DEDUCTIONS FROM CONTRACT PRICE

35.1

The final payment by NBPPL in pursuance of the contract shall mean the release of the contractor from all his liabilities under the contract by way of full and clear discharge of the Contract Performance Security. Such discharge shall be made only at the end of the Defects

Liability Period and till such time, all the contractual liabilities and responsibilities of the contractor shall prevail. All payments till such discharge of the Contract Performance Security made under the contract shall be treated as on-account payments

Page 142: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 17 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

36.0

RESPONSIBILITIES OF CONTRACTOR IN RESPECT OF LOCAL LAWS, EMPLOYMENT OF WORKERS, ETC (For turnkey projects)

The following are the responsibilities of the Contractor in respect of observance of local laws, employment of personnel, payment of taxes etc

36.1

As far as possible, unskilled workers shall be engaged from the local areas in which the

work is being executed

36.2

The contractor at all times during the continuance of this contract, shall in all his dealings with the local labour for the time being employed on or in connection with the work, have

due regard to all local festivals, religious and other customs

36.3

The Contractor shall comply with all State and Central Laws, Statutory Rules, Regulations, etc., such as The payment of wages Act, The Minimum Wages Act, The

workmen's Compensation Act, The Employer's Liability Act, The industrial Disputes Act, The Employees' Provident Fund Act, Employees' State Insurance Scheme, the Contract Labour (Regulations and Abolition Act, 1970)and other Acts, Rules and Regulations for

labour as may be enacted by the Government during the tenure of the Contract and having force or jurisdiction at site. The contractor shall give to the local Governing Body, Police and other concerned Authorities all such notice as may be required under law

36.4

The Contractor, in the event of his engaging 20 or more workmen, will obtain independent license under the Contract Labour (Regulations and Abolition Act, 1970) from the concerned authorities based on the certificate (Form-V) issued by the principal

employer/ customer

36.5

The contractor shall pay all taxes, fees, license charges, deposits, duties, tolls, royalty, commissions or other charges which may be leviable on account of any of his

operations connected with this contract. In case NBPPL is forced to make any such payment, NBPPL shall recover the same from the contractor either from moneys due to him or otherwise as deemed fit

36.6

The contractor shall be responsible for the provision of health and sanitary arrangements more particularly described in the Contract Labour (Regulations and Abolition Act, 1970) and safety precautions as may be required for safe and satisfactory execution of the contract

36.7

The contractor shall be responsible for proper accommodation including adequate medical facilities for the personnel employed by him

36.8

The contractor shall be responsible for the proper behavior and observance of all regulations by the staff employed by him

36.9

The contractor shall ensure that no damage is caused to any person / property of other

parties working at site. If any such damage is caused, it shall be the responsibility of the contractor to make good the losses and compensate them

36.10

All the properties/ equipment/ components of NBPPL/ its customer loaned with or

without deposit, to the contractor shall remain the properties of NBPPL/ its customer. The contractor shall use such properties for the purpose of execution of this contract. All such properties/ equipment/ components shall be taken to be in good condition unless

notified to the contrary by the contractor within 48 hours. The contractor shall return them in good condition as and when required by NBPPL/ its customer. In case of non-return, loss, damage, repairs etc., the cost thereof, as may be fixed by the Engineer, will be

recovered from the contractor

Page 143: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 18 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

36.11

It shall not be obligatory on the part of NBPPL to supply any tools and tackles or materials

other than those specifically agreed to be given by NBPPL. However, depending upon availability / possibility, NBPPL/ its customer's equipment and other materials may be made available to the contractor on payment of hire charges as fixed by them , subject to the

conditions laid down by NBPPL/ its customer from time to time. Unless paid in advance, such hire and other charges shall be recovered from out of dues to the contractor or security deposit in one installment

36.12

The contractor shall fully indemnify and keep indemnified NBPPL/ its customer against all claims of whatever nature arising during the course of execution of this contract

36.13

In case the contractor is required to undertake any work outside the scope of this contract,

the amount payable shall be as may be mutually agreed upon

36.14

Any delay in completion of works or non-achievement of periodical targets, due to reasons attributable to the contractor, will have to be compensated by the contractor

either by increased manpower and resources or by working extra hours or more than one shift at no extra cost to NBPPL

36.15

The contractor shall execute the work under the conditions usual to such power plant

construction and in conjunction with numerous other operations at site. The contractor and his personnel shall cooperate and coordinate with other agencies at project site and proceed in a manner that shall help in the progress of work at site as a whole

36.16

The contractor will be directly responsible for payment of wages to his workmen. A pay-roll sheet giving details of all payments made to the workmen duly signed by the contractor's representative should be furnished to NBPPL, if called for

36.16

In case of any class of work for which there is no specification laid down in the contract, such work shall be carried out in accordance with the instructions and requirements of the Engineer

36.17

No levy, payment or charges made or imposed shall be impeached by reason of any clerical error or by reason of any mistake in the amount levied, demanded or charged

36.18

No idle labour charges will be admissible in the event of any stoppage of work resulting in the contractor's workmen being rendered idle due to any reason at any time

36.19

Contractor shall not stop work or abandon the site for whatsoever reason or dispute, excepting for force majeure conditions. All problems / disputes shall be separately discussed and settled without effecting the progress of work. Stoppage or abandonment of

work, other than under force majeure conditions, shall be treated as breach of work of contract and dealt with accordingly

36.20

The contractor shall keep the area of work clean and shall remove the debris etc. while

executing day-to-day work. Upon completion of work, the contractor shall remove from the vicinity of work, all scrap, packing materials, rubbish, unused and other materials and deposit them in places specified by the Engineer. The contractor will also demolish all the

hutments, sheds, offices, etc. constructed and used by him and shall clean the debris. In the event of his failure to do so, the same will be arranged to be done by the Engineer and the expenses recovered from the contractor

36.21

The contractor shall execute the work in the most substantial and workman like manner in the stipulated time. Accuracy of work and timely execution shall be the essence of this contract. The contractor shall be responsible to ensure that the quality, assembly and

workmanship conform to the dimensions and clearance given in the drawings and/ or as per the instructions of the Engineer

Page 144: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 19 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

36.22

The contractor shall furnish fortnightly labour deployment report indicating the classification

and number of workmen engaged, date wise and category wise. Besides, the contractor shall also furnish progress reports on work at regular intervals as required by the Engineer

37.0

RESPONSIBILITIES OF CONTRACTOR IN RESPECT OF SAFETY OF MEN, EQUIPMENT, MATERIAL AND ENVIRONMENT (For turnkey projects)

37.1

All safety rules and codes applied by NBPPL and its customer at site shall be observed by the contractor and his workmen without exception. The contractor shall be responsible for the safety of the equipment / material and work to be performed by him and shall

maintain all lights, fencing guards, signs etc. or other protections necessary for the purpose. Contractor shall also take such additional precautions as may be indicated from time to time by the Engineer, with a view to prevent pilferage, accidents, fire hazards etc.

Suitable number of clerical staff, watch and ward, store keepers to take care of equipment, materials, construction tools and tackles shall be posted at site by the contractor till the completion of the work under this contract. The contractor shall arrange for such

safety devices as are necessary for this type of work and carry out the requisite site tests of handling equipment, lifting tools, tackles etc. as per usual standards and practices

37.2

The contractor shall provide to it's work force and ensure the use of the following personal

protective equipment as found necessary and as directed by the authorized NBPPL officials.

(a) Safety Helmets conforming to IS-2925 (b) Safety Belts conforming to IS-3521 (c) Safety shoes conforming to IS-1989

(d) Eye & Face Protection devices conforming to IS-8520 and IS-8940 (e) Hand & body protection devices conforming to IS-2573,

IS-6994, IS-8807 & IS-8519

37.3

The contractor shall not use any hand lamp energised by electric power with supply voltage of more than 24 volts. For work in confined spaces, lighting shall be arranged with

power source of not more than 24 volts

37.4

Where it becomes necessary to provide and / or store petroleum products, explosives, chemicals and liquid or gaseous fuel or any other substance that may cause fire or

explosion, the contractor shall be responsible for carrying out such provision and/or storage in accordance with the rules and regulations laid down in the relevant Government Acts, such as Petroleum Act, Explosives Act, petroleum and Carbides of Calcium Manual of the

Chief Controller of Explosives, Government of India etc. Prior approval of the authorised NBPPL official at the site shall also be taken by the contractor in all such matters

37.5

All tools, tackles, lifting appliances, material handling equipment, scaffolds, cradles, safety

nets, ladders, equipment etc. used by the contractor shall be of safe design and construction. These shall be tested and certificate of fitness obtained before putting them to use and from time to time as instructed by authorized NBPPL official who shall have

the right to ban the use of any item

Page 145: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 20 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

37.6

All electrical equipment, connections and wiring for construction power, it's

distribution and use shall conform to the requirements of Indian Electricity Act and Rules. Only electricians licensed by the appropriate statutory authority shall be employed by the contractor to carry out all types of electrical works. All electrical appliances including

portable electric tools used by contractor shall have safe plugging system to source of power and be appropriately earthed

37.7

The contractor shall arrange at his cost (wherever not specified) appropriate illumination at

all work spots for safe working, when natural daylight may not be adequate for clear visibility

37.8

In case of a fatal or disabling injury / accident to any person at construction sites due to

lapses by the contractor, the victim and / or his / her dependents shall be compensated by the contractor as per statutory requirements. However, if considered necessary, NBPPL shall have the right to impose appropriate financial penalty on the contractor and recover

the same from payments due to the contractor for suitably compensating the victim and / or his / her dependents. Before imposing any such penalty, appropriate enquiry shall be held by NBPPL giving opportunity to the contractor to present his case

37.9

In case of any damage to property due to lapses by the contractor, NBPPL shall have the right to recover the cost of such damages from the payments due to the contractor after holding an appropriate enquiry

37.10

In case of any delay in the completion of a job due to mishaps attributable to lapses by the contractor, NBPPL shall have the right to recover cost of such delay from the payments due to the contractor, after notifying the contractor suitably and giving him

opportunity to present his case

37.11

If the contractor fails to improve the standards of safety in its operation to the satisfaction of NBPPL after being given reasonable opportunity to do so and / or if the contractor fails

to take appropriate safety precautions or to provide necessary safety devices and equipment or to carry out instructions regarding safety issued by the authorized NBPPL official, NBPPL shall have the right to take the corrective steps at the risk and cost of the

contractor after giving a notice of not less than seven days indicating the steps that would be taken by NBPPL

37.12

The contractor shall submit report of all accidents, fires, property damage and dangerous

occurrences to the authorized NBPPL official immediately after such occurrence, but in any case not later than 12 hours of the occurrence. Such reports shall be furnished in the manner prescribed by NBPPL. In addition, periodic reports on safety shall also be

submitted by contractor to the authorized NBPPL official from time to time as prescribed

37.13

During the course of construction, alteration or repairs scrap lumbers with protruding nails, sharp edges etc., and all other debris including combustible scrap shall be kept cleared from

working areas, passage ways and stairs in and around site

37.14

Cylinders shall be moved by tilting and rolling them on their bottom edges. They shall not be intentionally dropped, struck or permitted to strike each other violently. When

cylinders are transported by powered vehicles, they shall be secured in a vertical position

37.15

The contractor shall be responsible for the safe storage of his radioactive sources

37.16

All the contractor's supervisory personnel and sufficient number of workers shall be trained for fire fighting and shall be assigned specific fire protection duties. Enough number of

such trained personnel must be available during the tenure of the contract

Page 146: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

VOLUME I, PART C & D

PAGE NO.: 21 of 21

NTPC-BHEL POWER PROJECTS PRIVATE LIMITED (NBPPL) PROJECT : 726 MW GAS BASED CCPP, PALLATAN, TRIPURA (PROJECT CODE : 001)

SPECIAL CONDITIONS OF

CONTRACT

(REV. 02 dated 24th August, 2009)

37.17

Contractor shall provide enough fire protecting equipment of the types and numbers at his

office, stores, erection site, other temporary structures, labour colony area etc. Access to such fire protection equipment shall be easy and kept open at all times. Compliance of the above requirement under fire protection shall in no way relieve the contractor of any of his

responsibility and liabilities to fire accident occurring. In the event fire safety measures are not to NBPPL's satisfaction, NBPPL shall have option to provide the same and recover the cost plus incidentals from contractor's bills and / or impose penalty as deemed fit by the Engineer

37.18

Before commencing the work, the contractor shall appoint /nominate a responsible officer to supervise implementation of all safety measures and liaison with his counterpart of NBPPL

37.19

If safety record of the contractor in execution of the awarded job is to the satisfaction of Safety Department of NBPPL, issue of an appropriate certificate to recognize the safety performance of the contractor may be considered by NBPPL after completion of the job

38.0 Price Firmness: Prices Quoted shall remain firm till completion of execution of

Contract.

39.0 Criteria for Bid Evaluation: Shall be as mentioned in the Schedule of Prices

R--2

40.0

R--2

40.0

Page 147: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL CONDITIONS OF CONTRACTS

(Procurement) 1. DEFINITION OF TERMS 2. PART–A: INSTRUCTIONS TO BIDDERS 3. PART–B: GENERAL COMMERCIAL TERMS & CONDITIONS

4. ANNEXURE

NTPC- BHEL POWER PROJECTS PVT. LTD (A Joint Venture Company of NTPC & BHEL) The Corenthum, 6th Floor, Lobe No 4, Tower B

A-41, Sector-62, Noida 201309 (U.P.)

Issue 00 Rev. 03

Not for Publication For official use

ASHOK
Typewritten Text
SECTION-V
Page 148: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Purchase)

PAGE NO.: 1 of 3

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

DEFINITIONS

DEFINITION OF TERMS Throughout the Tender Documents including the Enquiry Letter, the following words shall have the meanings assigned to them herein, unless the subject matter or the context requires otherwise.

1. The Purchaser shall mean M/s NTPC BHEL Power projects Private Limited (A Joint Venture

Company of NTPC & BHEL) incorporated under the Companies Act 1956 acting through its Corporate Office, NBPPL, The Corenthum, 6th Floor, Lobe No 4, Tower B, A-41, Sector-62, Noida 201309 (U.P.) which expression shall include its successors and assigns. It may also be referred to as NBPPL.

2. The Owner shall mean NBPPL or its Customer or Client for whose project, the enquiry has been

issued by the purchaser and shall include his successors and assigns as well as authorized officer(s)/representative(s), which may also be referred as Customer or Owner/Customer.

3. The Consultant shall mean the agency appointed by the Owner or Purchaser to provide consultancy services for the project and shall include his successors and assigns as well as authorized officer(s)/representative(s).

4. The Tenderer shall mean the Firm/Company/Organization, which quotes against the Tender Enquiry issued by the purchaser. It may also be referred as bidder or vendor.

5. Acceptance of offer shall mean issue of letter of intent/award or memorandum or detailed Order/Contract communicating the acceptance of offer, to the successful tenderer.

6. The Order/Contract shall mean and include the general conditions, bidding conditions, specific conditions, specifications, schedules, drawings, form of tender, covering letters, schedule of prices and quantities, letter of intent/award of the Purchaser, any special conditions applicable to the particular Order/Contract and subsequent amendments mutually agreed upon. It may also be referred as order or contract/order or purchase order or contract.

7. The Seller/Contractor shall mean the firm/company/organization with whom the Order/Contract is made and shall be deemed to include his successors, representatives, heirs, executors, administrators and permitted assigns, as the case may be. It may also be referred as contractor, seller or supplier.

8. The Sub-contractor shall mean the person/firm/company/organization to whom any part of the work has been sub-contracted by the Seller/Contractor, with the written consent of the purchaser and shall include his heirs, executors, administrators, representatives and assigns.

9. The Engineer shall mean officer of the purchaser as may be duly appointed and authorized in writing by the purchaser to act as the engineer on his behalf for the purpose of the Order/Contract.

10. The Specification shall mean the specifications contained in the Tender Documents and any subsequent modifications thereof and the drawings, schedules etc. attached thereto, if any.

Page 149: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Purchase)

PAGE NO.: 2 of 3

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

DEFINITIONS

11. The Site shall mean and include the land and place on, into or through which the project/plant and the related facilities are to be constructed and any adjacent land, path, street or reservoir which may be allocated or used by the owner or Seller/Contractor in the performance of the Order/Contract.

12. Tests on completion shall mean such tests as are prescribed by the specifications and/or tests mutually agreed upon by the purchaser and the Seller/Contractor, to be performed by the Seller/Contractor after erection of the equipment to establish satisfactory operation as required by the specifications.

13. Commissioning shall mean successful completion of trial operations and readiness of the contracted/ordered plant and materials for commercial use. This will include all consumables and inputs required for pre-commissioning.

14. Initial operation or Trial operation or Reliability run shall mean continuous integrated operation of the contracted/ordered plant and materials under varying loads to furnish proof of satisfactory operation, for a specified period.

15. Temporary work shall mean all temporary works of every kind required in or for the execution, completion or maintenance of the works.

16. Approved means approved in writing including subsequent written confirmation of previous verbal approval and approval means approval in writing including as aforesaid.

17. Inspection Agency (IA) shall mean any person(s), who may be duly authorized by the purchaser to inspect the stores included in the Order/Contract, at the contractor’s/sub-contractor’s works.

18. Month shall mean calendar month and week shall mean 7 days.

19. Consignee shall mean the official(s)/person(s) to whom the stores are required to be delivered in the manner indicated in the Order/Contract.

20. Plant/Equipment/Stores shall mean the goods, machinery, components, parts, spares, etc. required to be supplied by the Seller/Contractor as per Order/Contract.

21. Contract Engineer (CE) shall mean the official who has signed the Order/Contract on behalf of the Purchaser.

22. Site Engineer shall mean officer of the purchaser as may be duly appointed and authorized in writing by the purchaser to act as the Site Engineer on his behalf for the purpose of receipt & verification of in-coming stores and issue of Material Receipt Certificate (MRC)/Stores Receipt Voucher (SRV).

23. Site Inspection Agency (Site IA) shall mean any person(s), who may be duly authorized by the purchaser to inspect the stores/works included in the Order/Contract, at the Project Site.

24. GENERAL

Page 150: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Purchase)

PAGE NO.: 3 of 3

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

DEFINITIONS

The words incorporating singular shall include plural and vice-versa, in the words importing masculine gender shall include feminine and vice-versa and the words importing persons shall include bodies; corporate, limited liability companies, partnership and other legal entities.

25. ABBREVIATIONS

CQ Corporate Quality CIF Cost Insurance Freight CVD Countervailing Duty E&C Erection & Commissioning LC Letter of Credit MRC Material Receipt Certificate MDCC Material Dispatch Clearance Certificate MSMED Micro Small and Medium Enterprises Development NBPPL NTPC BHEL Power Projects Private Limited NIT Notice Inviting Tender QS Quality Surveillance. SAD Special Additional Duty SCC Special Conditions of Contract SDPBG Security Deposit cum Performance Bank Guarantee

Page 151: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART A PAGE NO.: 1 of 14

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

Sl. No.

DESCRIPTION

1 GENERAL INSTRUCTIONS

2 PROCEDURE FOR SUBMISSION & OPENING OF TENDERS

3 PART-I (TECHNO-COMMERCIAL BID) - CONTENTS & CHECKLIST

4 PART II (PRICE BID) - CONTENTS AND CHECK LIST

5 BID SECURITY

6 CLARIFICATIONS REQUIRED BY BIDDERS

7 TECHNICAL SPECIFICATIONS

8 DEVIATIONS – LISTING

9 ASSUMPTIONS – LISTING

10 DELIVERY/COMPLETION SCHEDULE

11 STORAGE INSTRUCTIONS

12 VALIDITY OF OFFER

13 LANGUAGE & CORRECTIONS

14 CHANGE OF TERMS & CONDITIONS / PRICE

15 TENDERER TO INFORM HIMSELF FULLY

16 REJECTION OF TENDER AND OTHER CONDITIONS

17 FOREIGN BIDDERS

18 LOADING FOR DEVIATIONS & TENDER EVALUATION

19 PRICE DISCREPANCY

20 DISCOUNTS

21 EVALUATION CRITERIA

TABLE OF CONTENTS

Page 152: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART A PAGE NO.: 2 of 14

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

INSTRUCTIONS TO BIDDERS

1 GENERAL INSTRUCTIONS 1.1 Tenderers are advised to study all the tender documents carefully. Any

submission of tender by the tenderer shall be deemed to have been done after careful study and examination of the tender documents and with the full understanding of the implications thereof. The specifications and terms and conditions shall be deemed to have been accepted unless otherwise specifically commented upon by the tenderer in his offer. Non-compliance with any of the requirements and instructions of the Tender Enquiry may result in the rejection of the tender.

1.2 All commercial terms and conditions except price should be submitted as part of techno-commercial offer which may be opened first. The price part (Part-II) is to be submitted in a separate sealed cover along with techno-commercial offer (Part-I). Purchaser reserves the right to open both the parts at the same time.

1.3 A declaration as per Annexure III must be sent before opening of Price Bids.

2 PROCEDURE FOR SUBMISSION & OPENING OF TENDERS

2.1 Tenders shall be submitted in two parts as described below on or before the due date by 2 p.m.

PART - I: TECHNO-COMMERCIAL BID :Containing BID SECURITY of specified amount and mode in a separate envelope, Technical offer, Annexure-I & II, Commercial Terms & Conditions and Unpriced Copy of Price Bid, in five (5) sets. PART-II: PRICE BID: Containing Prices, to be submitted in Two sets strictly as per enclosed Price Schedule Format (One original + one copy of the original), for complete scope of the Tender Enquiry.

NOTE: Any changes in the specified price format, if made, other than those specified and

accepted in the unpriced format, the offer is liable to be rejected.

2.1.1 PART-I (techno-commercial bid) may be opened on the due date and time as specified in the Enquiry Letter, in the presence of tenderers who may like to attend.

Incomplete offers are liable to be rejected. Purchaser reserves the right to open both the parts i.e. Part-I and Part-II together.

2.1.2 PART-II containing prices shall be submitted along with Part-I, but in a separate

sealed cover.

Any corrections/amendments shall be properly and fully authenticated. If not done so, the offer is liable to be rejected.

Page 153: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART A PAGE NO.: 3 of 14

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

INSTRUCTIONS TO BIDDERS

2.1.3 In case it becomes necessary for the tenderer to make any changes in his original price bid (Part-II) on account of technical/commercial confirmations/clarifications, against the changes raised by the purchaser, to bring the offer in line with the requirement of the specifications, the impact of such changes on price shall be submitted. Revised price bid only if requested by the purchaser shall be submitted, in a separate sealed cover duly superscribed as:

“DISCOUNT/ IMPACT/ REVISED PRICE BID (PART-II) (DELETE WHICHEVER

IS NOT APPLICABLE), REVISION NO ____ AGAINST TENDER ENQ. NO. _____________________________ DATED ________”.

2.1.4 However if any bidder on his own offers price discount or reduce prices, the same

would be acceptable. Other bidders in such a case would also be informed and can submit reduced prices, if so desired by them. No price increase is acceptable till the validity of offer.

2.2 After the tenders have been technically & commercially examined and the

necessary clarifications etc. obtained, Part-II containing FINAL REVISED PRICE BID, if submitted, otherwise, the original Price Bid shall be opened, for which the date and time shall be intimated to the technically and commercially acceptable tenderers only, in case of public opening.

NOTE: NBPPL also reserves the right to open the earlier price bids, if any, submitted by the bidders, if required.

2.3 No correspondence shall be entertained from the tenderers after the opening of

Part-II (Price bid) of the tender.

2.4 Not more than two representatives will be permitted to be present for the tender opening.

2.5 Purchaser may negotiate the tender, if the quoted rates/terms are found to be

unreasonable or in the unacceptable range.

2.6 MARKING ON ENVELOPES

2.6.1 The followings shall be super scribed on the envelopes

PART-I: 1. TENDER ENQUIRY NO. AND ITEM DESCRIPTION 2. DUE DATE FOR OPENING

3. "TECHNO-COMMERCIAL BID”. PART II: 1. TENDER ENQUIRY NO AND ITEM DESCRIPTION 2. DUE DATE FOR OPENING 3. "PRICE BID".

Page 154: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART A PAGE NO.: 4 of 14

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

INSTRUCTIONS TO BIDDERS

2.6.2 Impact/Discount through e-mail or letter without proper superscription on the envelope is not acceptable.

2.6.3 Both Parts - I & II shall be submitted in separate sealed covers duly super scribed

as indicated above and shall be enclosed further in a main cover duly sealed and super scribed as :

"TENDER FOR _________________ AGAINST TENDER ENQ. NO. ______________________________________ DUE ON____________ CONTAINING PART-I & PART-II BIDS". 2.6.4 Envelope not marked with tender enquiry number is liable to be ignored and may

not be opened.

2.7 BID SUBMISSION

2.7.1 The tenders shall be addressed to the official inviting Tenders by name and designation and sent at the address mentioned in the NIT

2.7.2 Tenders can either be delivered in person or sent at the above mentioned

address by COURIER/REGISTERED POST. It shall be the responsibility of the bidder to ensure that the tender is delivered in time as tenders received after the Due Date and Time of opening are liable to be rejected.

2.8 Unsolicited tenders shall not be entertained. 2.9 Order/Contract when finalized will be issued in the name of the bidder only and

change of name during tender evaluation and after submission of the tender is liable to make this offer ineligible for participation.

3 PART-I (TECHNO-COMMERCIAL BID) - CONTENTS & CHECKLIST 3.1 The tender shall be submitted in specified number of copies in separate sections

for main equipment, recommended spares, etc., as per scope defined. Bid Security of specified amount and mode shall be submitted in separate envelope clearly indicating on the envelope Bid Security, amount, mode and put in main envelope of Part-I.

3.2 Technical offer for main equipment shall contain:

a) Technical specifications/write-ups. b) Scope of supply & bill of material. c) Catalogues, literature & drawings/data sheets and P&ID with terminals marked

up.

Page 155: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART A PAGE NO.: 5 of 14

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

INSTRUCTIONS TO BIDDERS

d) Schedule of commissioning spares and mandatory spares (to be given

separately) giving only description of each item and quantity, as per given format if any.

e) Optional items as per NBPPL price schedule format. f) Recommended list of spare parts for three years of operation as applicable. g) Schedule of supervision for erection & commissioning services,

h) Schedule of maintenance/erection tools and tackles covered in the scope of supply

as per NBPPL price format. i) PERT Network/Bar Chart for engineering, manufacturing, testing & dispatch of the

offered equipments. j) Guarantee offered for the capacity of the system/equipment, auxiliary power

consumption & consumables like chemicals etc. as applicable. k) Listing of technical deviations l) Listing of exceptions & assumptions m) Services and materials to be provided by the purchaser. n) Names of main sub-contractors/vendors and their scope and subcontractor's

ordering schedule

o) Quality plans and Field Quality Plans. p) All other details/documents as listed in tender documents.

3.3 Commercial offer shall contain:

a) Agreed terms & conditions (Annexure-II).

b) Listing of Commercial Deviations, if any w.r.t. GCC & SCC.

c) Unpriced copy of the Price Bid (Part-II), indicating the BOQ as per the Technical Specifications.

d) Delivery schedules.

e) Validity of offer.

Page 156: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART A PAGE NO.: 6 of 14

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

INSTRUCTIONS TO BIDDERS

4 PART II (PRICE BID) - CONTENTS AND CHECK LIST 4.1 The BEST offer with FIRM prices( or with PVC as specified in NIT) as per the

PRICE SCHEDULE /PRICE FORMAT given along with NIT shall be submitted in specified number of copies in separate sections for main equipment, O&M spares and supervision offer/erection and commissioning offer, as per scope defined.

4.2 In case any bidder insists for price variation clause (PVC), where NIT specifies FIRM price, the offer should contain :-

a) PVC Formula b) Ceiling for PVC c) Base date and applicable indices for base date

Open ended PVC formula is not acceptable. Indices shall be based on Government of India/ RBI publications/ IEEMA/ LME etc... However, NBPPL reserves the right to accept / reject the offer with PVC.

4.3 Price Bid for MAIN EQUIPMENT shall cover basic equipment price with excise

duty, sales tax, freight, octroi, or any other charges as applicable under any Law, as per format enclosed.

4.4 Price Bid for recommended spares shall cover Item-wise rate and total value, packing and forwarding charges, excise duty, sales tax, freight, insurance, octroi or any other charges as applicable under any Law , as per format enclosed

4.5 Supervision Offer for erection & commissioning/offer for E&C shall cover the following (if applicable)

a. Scope of work.

b. Schedule of tools & plants, civil work, consumables, control &

instrumentation, manpower requirement (to be provided by the purchaser in case of supervision offer).

c. Supervision charges on man-day basis and total period in man-months of supervision required, indicating services and facilities to be provided by the tenderer.

OR Erection and commissioning lump sum charges/unit-wise charges for

elements of Main equipment as applicable.

Note –The total Erection and commissioning charges should be minimum 10% of the total quoted price of the package failing which break up of prices shall be adjusted accordingly for evaluation & ordering

4.6 Authority of person signing the tender on behalf of the tenderer :

Page 157: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART A PAGE NO.: 7 of 14

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

INSTRUCTIONS TO BIDDERS

A person signing the tender or any other document in respect of the Order/Contract on behalf of the tenderer, without disclosing his authority to do so shall be deemed to warrant that he has authority to bind the tenderer. If it is discovered at any time that the person so signing had no authority to do so, the purchaser may, without prejudice to any other right or remedy, cancel the Order/Contract and make or authorise the purchase of the stores at the risk and cost of such person and hold such person liable to the purchaser for all costs and damages arising from the cancellation of the Order/Contract including any loss which the purchaser may sustain on account of such purchase.

Notes

a. All bids of Indian origin shall be in Indian Rupees only. b. All bids of foreign suppliers shall be preferably in the currency of the country of

origin and shall be on FOB basis. Details of Shipping arrangements shall be included in the Order/Contract

c. The authorized representative/ agent can only represent one bidder for a given package.

5 BID SECURITY (Applicable for Open Tender Enquiry Only): Every tender must

be accompanied by the prescribed amount of Bid Security. Bid security shall be furnished in accordance with Annexure-IX of this enquiry. Bids not accompanied by the requisite Bid Security in a separate sealed envelope or bids accompanied by Bid Security of inadequate value shall not be entertained and in such cases, bids shall be returned to the bidders without being opened.

NOTE: Cheques, Currency Notes, Money Orders or Postal Orders will not be accepted. Bid Security shall not carry any interest

6 CLARIFICATIONS REQUIRED BY BIDDERS Technical and commercial clarifications required, if any, before submission of

tender, should be given separately in duplicate addressed to the official inviting the tenders.

7 TECHNICAL SPECIFICATIONS

7.1 The tenderer is advised to study the technical specifications, schedules and data

sheets carefully and submit all required information in his tender including scope of supply, bill of materials etc.

7.2 CATALOGUES AND LITERATURES

The tenderer shall submit detailed catalogues, literatures, drawings, technical write-ups, etc., on all equipments offered in the tender, along with each copy of Techno-Commercial Bid.

Page 158: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART A PAGE NO.: 8 of 14

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

INSTRUCTIONS TO BIDDERS

8 DEVIATIONS - LISTING 8.1 Tenders shall be submitted strictly in accordance with the requirements of tender

documents. Deviations (Technical as well as Commercial), if any, shall be listed out separately. Technical deviations and Commercial deviations shall be furnished in separate sheets under the headings “TECHNICAL DEVIATIONS” and “COMMERCIAL DEVIATIONS” respectively, along with reasons for taking such deviations. Deviation(s) mentioned elsewhere but not included in the Schedule of Deviations as above, shall not be accepted.

8.2 Deviations from the specifications will not ordinarily be allowed. In case the

tenderer offers an alternative /nearest equivalent equipment/specifications, the alternate offer shall be submitted by the tenderer in a separate sealed cover. The tenderer shall guarantee the performance of the store(s) for the same conditions and ensure as specified in the technical specifications.

9 ASSUMPTIONS - LISTING

If the proposal submitted has any assumptions while making technical specifications

and scope, the same shall be listed separately under the heading “ASSUMPTIONS”.

10 DELIVERY/COMPLETION SCHEDULE

10.1 ZERO DATE: The date of LOI/Order/Contract whichever is earlier shall be treated

as the Zero Date for contractual purpose.

10.2 DELIVERY PERIOD AND PACKING OF MATERIAL

10.2.1 The delivery of Plant / Equipment / Stores as per the scope of the Order / Contract shall be quoted by the bidders as per N.I.T.

10.3 In case of E&C packages the completion of Erection & Commissioning including

successful completion of Performance Guarantee (PG) / Demonstration Test(s) as per scope of the Order / Contract shall be quoted by the bidders as per N.I.T.

10.4 In case of long lead time and involving more than one consignment, delivery

schedule quoted shall be for sequential supplies as per erection & commissioning requirement.

10.5 Date of dispatch for indigenous supply and shipment date for import shall be treated as the date of delivery.

10.6 The mandatory and recommended spares shall not be packed along with the main equipment and shall be packed separately.

Page 159: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART A PAGE NO.: 9 of 14

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

INSTRUCTIONS TO BIDDERS

11 STORAGE INSTRUCTIONS The successful tenderer shall be required to submit detailed instructions for storage

of supplies within three (3) months of the date of award of the LOI/Order/Contract.

12 VALIDITY OF OFFER

Offer shall be submitted with following validity periods:

a) Original offer shall be valid for six months from part-I opening. b) If revised price/impact is being asked the validity of the same shall be two

months from the date of price bid opening. c) Valid till successful completion of contract for Recommended spares and

Mandatory Spares (wherever it is optional item) d) Unit price for scope addition/deletion: to be kept valid till successful completion

of contract. NOTE: a. Discount offered, if any, shall be for the full durations of validity. Offers of

shorter validity or discount for shorter durations are liable to be rejected. b. Any conditional discount shall not be considered for evaluation and ordering.

13 LANGUAGE & CORRECTIONS

a) The tenderer shall quote the rates in Hindi/English language and international

numerals only. The rates entered in figures as well as in words. For the purpose of tender, metric system of unit shall be used.

b) All entries in the tender shall either be typed or written legibly in ink. Erasement and over writings are not permitted and may render such lenders liable for rejection.

c) Tenderer’s offer, remark and deviations, shall be with reference to sections and clause numbers given in tender documents.

d) All cancellations and insertions shall be duly self attested by the tenderer.

14 CHANGE OF TERMS & CONDITIONS / PRICE

14.1 Any revision or changes in quoted prices and/or conditions of offer made after tender opening, which will give benefit to the tenderer over others, may result in rejection of the tender.

14.2 Under no circumstances, tenderer shall alter his quoted Prices/Rates during the

validity period after tenders have been opened. Any tenderer who does so, resulting into re-calling of tenders by the purchaser or additional expenditure to the purchaser, shall run the risk of being black-listed by the purchaser, who reserves the right to recover the damages resulting therefrom.

Page 160: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART A PAGE NO.: 10 of 14

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

INSTRUCTIONS TO BIDDERS

15 TENDERER TO INFORM HIMSELF FULLY

15.1 The tenderer shall closely peruse all the clauses, specifications and drawings etc., indicated in the tender documents, before quoting. Should the tenderer have any doubt about the meaning of any portion of the tender specifications or find discrepancies or omissions in the drawings or the tender documents issued are incomplete or shall require clarifications on any of the technical aspect, scope of work etc. he shall at once contact the official inviting the tender, for clarifications, before submission of the tender.

15.2 The tenderer shall make independent enquiries as to the conditions and circumstances affecting his tender estimates and to the possibility of executing the supplies/works as described. In assessing the tender, the tenderer shall be deemed to have inspected and examined the site and its surroundings and to have satisfied himself (as far as practicable) as to the form and nature of the site, the quantities and materials necessary for the completion of the work and the means of transport and access to the site, the accommodation he may require, the general labour position at the site and to have quoted his prices taking into consideration, the risks, contingencies and other circumstances which may influence or affect the execution of the Order/Contract.

15.3 It is the responsibility of the tenderer to keep himself informed of the correct rates of customs and other duties and taxes leviable for the materials/services as prevailing at the time of tendering. If the rates assumed by the tenderer are less than the tariff rates prevailing at the time of tendering, the tenderer will be himself responsible for such under quotations

16 REJECTION OF TENDER AND OTHER CONDITIONS

16.1 NBPPL reserve the right to reject any bidder if the past performance found unsatisfactory.

16.2 The acceptance of tender will rest with the purchaser and does not bind him to accept the lowest or any tender and reserves to itself full rights for the following without assigning any reasons, whatsoever :

a) To reject any or all the tenders. b) To split up the work amongst two or more tenderers.(Applicable for the contract

where E&C is not in the scope of tenderers) c) To award the work in part. (Applicable for the contract where E&C is not in the

scope of tenderers) d) To increase or decrease the quantities. e) To reject any commercial or technical deviation given in offer. f) To postpone/ pre-pone the date of opening for the tender with due

communication to the tenderer well within time.

Page 161: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART A PAGE NO.: 11 of 14

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

INSTRUCTIONS TO BIDDERS

16.3 Standard pre-printed conditions of the tenderer attached to the offer will not be accepted and only those mentioned in the body of his offer will be considered.

16.4 Purchaser will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the award of the Order/Contract. Purchaser may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the Seller/Contractor concerned.

16.5 If the tenderer deliberately gives wrong information in his tender, purchaser reserves the right to reject such a tender at any stage or to cancel the Order/Contract, if awarded and forfeit the security deposit and other money due and no further communication in this regard shall be entertained.

16.6 Canvassing in any form in connection with the tender is strictly prohibited and the

tenders submitted by the tenderers who resort to canvassing are liable for rejection.

16.7 Conditional and un-witnessed tenders, tenders containing absurd or unworkable rates and amounts, tenders which are incomplete or otherwise considered defective and tenders not in accordance with the tender conditions, specifications, etc., are liable to be rejected

16.8 If a tenderer expires after the submission of his tender or after the acceptance of his

tender, NBPPL may at its discretion, cancel such tender. If a partner of a firm expires after the submission of the tender or after the acceptance of the tender, NBPPL may cancel such tender at its discretion unless the firm retains its character.

16.9 Should a tenderer or contractor or in the case of a firm or Company of contractors/ one or more of its Partners/ share holders / Directors have a relation or relations employed in NBPPL, the authority inviting tender shall be informed to the fact along with the offer, failing this NBPPL may, at its sole discretion reject the tender or cancel the contract and forfeit the Earnest Money/ Security Deposit

16.10 No Deviation to the tender conditions will normally be accepted.However if the tenderer insists for certan deviations to the conditions, financial implication thereof shall be loaded to the quoted price for evaluating the tenderer’s offer.

17 FOREIGN BIDDERS

17.1 Quotations/offers shall be submitted by the Principals themselves and not by their Indian agents/representatives. In exceptional cases, however, due to any constraint, if the Principals are unable to submit the Quotations/offers themselves, they should give an undertaking that Quotation/offer shall be submitted by their Indian agent/representative (specifying the name and address) and that they will be

Page 162: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART A PAGE NO.: 12 of 14

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

INSTRUCTIONS TO BIDDERS

responsible for all commitments made by such Indian agent/representative and all such commitments shall be fully honoured by them.

17.2 Foreign bidders quoting directly, who have Indian agents/representatives providing

service facilities in India should note the following before submitting the offer : 17.2.1 Tenderers will be required to indicate the name and address of the

agent/associate/representative in India. 17.2.2 Foreign Bidders are required to quote FOB price inclusive of the amount of

agency commission/remuneration etc. payable to the Indian agent/associate/representative. The amount payable to the Indian agent as mentioned above should also be indicated separately. The foreign bidder is required to submit his offer duly signed, directly to the official inviting the tenders.

17.2.3 The Indian agent's commission/remuneration finally payable to the Indian agent/associate/representative in terms of the agreement and as indicated in the offer shall be paid only after successful completion of the Order/Contract, in Indian rupees converted by applying the rate of exchange (TT selling rate of State Bank Of India) prevailing on the date of the price bid opening or the date of L/C negotiations whichever is lower. The above shall not be subject to any further exchange variation.

17.2.4 Foreign bidders are required to indicate percentage and the specific value on which Indian agent's commission/remuneration is to be computed and the rate of exchange taken for this purpose, while submitting the bid.

17.2.5 In the event of breach or default on the part of the principal/manufacturer to disclose the agent/associate/ representative in India, the foreign bidder/principal/ manufacturer will be liable for banning of business, for this tender as well as subsequent tenders.

17.2.6 The Quotation/offer shall, in addition to the other details, include the following information :

i. The precise relationship between the foreign bidder and the agent. ii. Mutual interest between the foreign bidder and the Indian agent/

associate/representative being in the business with each other. iii. Any payment the Indian agent/associate/ or representative receives

in India or abroad from the principal/manufacturer over and above the agency commission/remuneration given above, whether it is as a commission/ remuneration for the contract/enquiry or as a general retainer fee.

iv. Details of the services that will be rendered by Indian agent/associate/representative whether of general nature or in relation to the particular contract/ enquiry.

v. Permanent income tax account number of the Indian agent/associate/ representative.

Page 163: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART A PAGE NO.: 13 of 14

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

INSTRUCTIONS TO BIDDERS

vi. Income tax account number of the foreign bidder. 18 LOADING FOR DEVIATIONS & TENDER EVALUATION

18.1 LOADING FOR DEVIATIONS

18.1.1 Deviations (Commercial as well as Technical) from the Tender Specifications are

generally not acceptable. However, if any deviation is considered by the Purchaser, the same shall be loaded for comparison, while evaluating the offer.

18.1.2 Loading/loading criteria in respect of the deviation(s) shall be as specified in part-B of this GCC. If a bidder unconditionally withdraws any deviation before Price Bid opening, the same shall not be loaded.

18.1.3 Interest Rate for loading other than specified in Annexure-XII will be taken as double the Prime Lending rate of State Bank of India (Prevailing on the date of NIT) plus 2% for Administrative Charges.

18.1.4 In case of deviation from NBPPL GCC , the tenderer shall separately quote the price for withdrawal of such deviation in sealed cover

19 PRICE DISCREPANCY The following shall be considered for evaluation and ordering.

• If there is a discrepancy between the unit price and the total price, which is obtained by multiplying the unit price and quantity, or between subtotals and the total price, the correct calculated price shall be considered for evaluation and ordering.

• If there is a discrepancy between words and figures, the correct calculated price shall be considered for evaluation and ordering.

• Unit prices quoted only shall be considered as correct for evaluation and ordering.

• Taxes and duties if not specified clearly as extra shall be considered as included in the basic price & therefore shall not be reimbursed.

20 DISCOUNTS Discount offered by any bidder, against the present Tender Enquiry, which is also indicated to be applicable to any other Enquiry, shall be considered against the present Tender Enquiry only. In case only percentage discount is indicated, the same shall be applicable for optional prices also.

21 EVALUATION CRITERIA 21.1 Though, Foreign Bidders are required to quote FOB price, Price

evaluation and comparison shall be made on the basis of Free Delivery on Project site.

Page 164: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART A PAGE NO.: 14 of 14

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

INSTRUCTIONS TO BIDDERS

21.2 Tenders will be evaluated on the basis of delivered cost i.e. total cost to the Purchaser, taking into consideration loadings as per annexure-XII for deviation, if any, and all available financial advantages, including those available from the Owner, taxation, etc.

21.3 For evaluation of exchange rate (TT selling rate of State Bank of India) as on the date of Part-II (Price Bid) opening shall be considered.

21.4 In case of foreign bidders the quoted F.O.B. price shall be loaded by following factors to arrive at total F.O.R. site price:- I. Marine freight and insurance @3% for Europe / Asia / Africa /

Australia and @5% for USA / American Continent II. Custom duty (including CVD & SAD) as per SCC “As prevailing

at time of price bid opening. III. Port handling / clearing charges @ 1% of CIF value. IV. Inland freight including L/C charges @ 1% of CIF value

Page 165: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 1 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

GENERAL COMMERCIAL TERMS & CONDITIONS

S. No. DESCRIPTION 1 CONTRACT 2 PRICES 3 TAXES AND DUTIES 4 STATUTORY VARIATIONS 5 TRANSPORTATION & FREIGHT CHARGES 6 VARIATION 7 SECURITY DEPOSIT CUM CONTRACT PERFORMANCE BANK GUARANTEE 8 TERMS OF PAYMENT 9 RECOVERY OF OUTSTANDING AMOUNT 10 DELIVERY/COMPLETION SCHEDULE 11 PERT CHART AND PROGRESS REPORTS 12 INSPECTION AND TESTING AT CONTRACTOR's PREMISES 13 MATERIAL DISPATCH CLEARANCE CERTIFICATE (MDCC) 14 DELIVERY FAILURE AND TERMINATION / LIQUIDATED DAMAGES 15 GUARANTEE FOR PLANT/EQUIPMENT/STORES 16 INSURANCE 17 INTER CHANGEABILITY AND CHANGES 18 PACKING 19 CONSIGNEE's RIGHT OF REJECTION 20 WITHHOLDING AND LIEN IN RESPECT OF SUM CLAIMED 21 SALES CONDITIONS 22 MATERIAL RECEIPT CERTIFICATE (MRC) 23 RISK IN STORES (FOR E & C CONTRACTS) 24 SHORTAGES/DAMAGES 25 CONFIDENTIALITY 26 DEFAULT/BREACH OF CONTRACT, INSOLVENCY AND RISK PURCHASE 27 TERMINATION OF THE CONTRACT 28 TRANSFER, SUB-LETTING/ASSIGNMENT/ SUB-CONTRACTING 29 FORCE MAJEURE 30 INDEMNIFICATION 31 CONTRACT PERFORMANCE EVALUATION 32 SETTLEMENT OF DISPUTES 33 ARBITRATION 34 LAWS GOVERNING THE CONTRACT 35 JURISDICTION OF COURT

TABLE OF CONTENTS

Page 166: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 2 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

1. CONTRACT

The Contract between the Purchaser and Seller/Contractor is merely a Contract only and shall not be treated as a partnership between the parties to the Contract.

2. PRICES

2.1 BASIC PRICES Basic prices shall be for the entire scope of work in line with all instructions, specifications and

terms and conditions specified in the Tender Documents. 3. TAXES AND DUTIES 3.1 EXCISE DUTY 3.1.1 Seller/Contractor is required to ensure that excise duty including surcharge if any is quoted as

per the existing tariff on the date of the offer and all benefits as per existing rules have been considered.

3.1.2 Excise duty actually incurred by Seller/Contractor on self manufactured items alone shall be reimbursed at actuals against requisite documentary evidence.

3.1.3 The invoice cum Excise duty gate pass (Excise Invoice) should contain the name of ultimate consignee as specified in the Order/Contract. If excise duty is paid under protest or dispute, it shall not be reimbursed until and unless the dispute has been finally settled.

3.1.4 No excise duty shall be payable by purchaser on inputs, bought out items, raw materials and components consigned directly to site from sources other than Seller/Contractor's factory/works

3.1.5 If required by purchaser, the seller / contractor will provide a certificate stating that CENVAT benefit has been availed of on the inputs and the same has been passed on to the purchaser.

3.1.6 If the Seller/Contractor claims/obtains any refund of the excise duty paid and gets reimbursed, the same shall be refunded to the purchaser immediately.

3.1.7 Excise duty shall be paid at actual against documentary evidence but restricted to the amount and percentage shown in the Order/Contract.

3.1.8 No statutory variations shall be permissible beyond the contractual delivery period.

3.2 SALES TAX/VALUE ADDED TAX

3.2.1 Central Sales Tax / Value Added Tax shall be reimbursed only if the same is applicable/payable by the Seller / Contractor to the respective Govt. authorities meeting all statutory requirements and availing all exemptions/concessions under the respective Central Sales Tax / Value Added Tax Acts. The offer should clearly indicate CST/VAT percentage and the total amount along with concessional form/s if any.

Page 167: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 3 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

3.2.2 Purchaser is registered in NOIDA / U.P. State vide Registration Number: - UP TIN No. : 09465707774

3.2.3 NBPPL’s PAN No. AACCN9505A 3.2.4 Central Sales Tax/Value Added Tax on direct sales by the Seller/Contractor to the purchaser

shall be reimbursed, as per tariff applicable on the approved items, but restricted to the percentage and amount shown in the Order/Contract. If it is shown as included in the quoted price, it will not be eligible for reimbursement by the purchaser.

3.2.5 Purchaser proposes to make sale-in-transit under section 6 (2) (b) of Central Sales Tax Act where goods are moving interstate. "C" form shall be issued and exchanged against E1/E2 forms based on quarterly transactions. Seller/Contractor is required to submit his request in the format enclosed as Annexure-VII. No concessional form will be issued for goods moving within the State of U.P. If the Tenderer / Seller/Contractor/Sub Contractor fails to arrange the required forms well within time and the materials are seized/ kept on hold by any Government Authorities due to lack of Documents, it will be the sole responsibility of the Tenderer / Seller/Contractor/Sub Contractor to get the same released by paying applicable charges/ penalty and then deliver it on the site.

3.2.6 If documents are submitted through bank, issuance of Form “C” shall not be insisted upon at

the time of retirement of document(s).

3.2.7 VAT ( if applicable ) invoice, in proper format prescribed by respective state sales tax act has to be submitted in the name of nodal agency specified in SCC.

3.3 SERVICE TAX:

Service tax paid by the seller/contractor to the Govt. Authorities directly shall only be reimbursed at actuals but restricted to the rate and amount mentioned in the order/ contract. The offer should clearly indicate the percentage and the total amount.

3.4 OTHER TAXES & LEVIES

All other taxes and levies other than ED, Sales tax, service tax shall be deemed to be included in the basic prices unless specified otherwise by bidder in price bid. No variation in other taxes and duties shall be payable by purchaser.

3.5 CUSTOMS DUTY 3.5.1 The customs duty element for imported items shall be included in the basic prices. No variation

in customs duty and exchange rate for imported items shall be payable by purchaser.

3.5.2 Seller/Contractor shall arrange for his own import license, if required, since purchaser will not provide any import license. Therefore, Seller/Contractor alone shall be responsible for any

Page 168: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 4 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

delay in getting import license or non-availability of the same or completion of other related formalities. Purchaser shall not be responsible for any financial liability, whatsoever, on this account.

3.5.3 Essentiality or Project Authority (PA) certificate as per Import Policy, if required, to avail concessional customs duty, shall be clearly specified in the offer. The import contents (CIF) in terms of list of items, quantity (CIF value in rupees), foreign currency, country of origin, etc., shall be submitted as part of Price bid. For details refer SCC.

3.6 DIRECT TAX 3.6.1 Purchaser shall not be liable towards income tax of whatever nature including variations

thereof, arising out of this Order/Contract, as well as tax liability of the Seller/Contractor and his personnel.

3.6.2 Deductions of tax at source at the prevailing rates shall be effected by the purchaser before release of payment, as a statutory obligation, if applicable. TDS certificate will be issued by the Purchaser as per provision in Govt. Rules.

4. STATUTORY VARIATIONS 4.1 If the rates for taxes and duties in respect of the quoted materials and/or services assumed by

the Seller/Contractor are less than the tariff rates prevailing at the time of tendering, Seller/Contractor will be responsible for such under quotations. However, if the rates assumed are higher than the correct rates prevailing at the time of tendering, the difference will be to the credit of the Purchaser.

4.2 Statutory variations in Excise Duty, Service Tax and central Sales Tax/Value Added Tax only on self manufactured items/services rendered by vendor himself on the rates prevailing at the time of delivery in comparison to the date of offer, will be to the account of the purchaser. No other variations such as on customs duty, exchange rate, minimum wages, prices of controlled commodities, any other input etc., shall be payable by the purchaser

4.3 Notwithstanding the above, where the actual completion of the supply occurs beyond the period stipulated in the Order/Contract or any extension thereof, variations referred to above, will be limited to the rates prevailing on the dates of such agreed completion periods only. For variations after the agreed completion periods, the Seller/Contractor alone shall bear the impact for the upward revisions and for downward revisions; purchaser shall be given the benefit of reduction in taxes/duties. This will be without prejudice to the levy of penalty for delay in delivery/completion schedule.

5. TRANSPORTATION & FREIGHT CHARGES

5.1 All dispatches shall be only through the road carriers approved by the Purchaser/ Scheduled

Banks.

Page 169: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 5 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

5.2 Road permit/entry permit, if required, as per laws of the state shall be arranged by the

Purchaser.

5.3 Owing to any reason, in case the Seller/Contractor has to resort to a mode of transport other than what was contemplated, to keep up the delivery/completion schedule incurring extra expenditure, such extra expenditure shall be borne by the Seller/Contractor.

5.4 Freight charges shall be payable after delivery of the goods at the project site. 6. VARIATION

The prices shall remain firm (or with PVC as specified in NIT) for any increase or decrease in the Order/Contract value up to plus or minus 30% unless specified otherwise in technical specification /price format. The purchaser shall have the right to increase or decrease quantities and scope up to the above extent of value and Seller/Contractor shall be bound to accept the same at the contracted prices without any escalation.

7. SECURITY DEPOSIT CUM CONTRACT PERFORMANCE BANK GUARANTEE 7.1 TIME FOR SUBMISSION 7.1.1 The successful tenderer shall submit security deposit-cum-contract performance bank

guarantee as per format given in Annexure-IV, within thirty (30) days from the date of LOI/Order/Contract to cover the due performance of the LOI/ Order/Contract and to fulfill the guarantee conditions stipulated in the Order/Contract.

7.2 VALUE

The value of bank guarantee shall be 10% of the Order/Contract value excluding taxes, duties and freight charges. If the value of the Order/Contract gets enhanced at any time, the Seller/Contractor shall submit the Bank Guarantee correspondingly to the enhanced value at the time of claiming first payment after Contract amendment, failing which the purchaser shall recover the equivalent amount from the payments due to the Seller/Contractor. For the packages like all types of cables, cable trays, cabling materials, lighting package etc, initially BG is to be submitted for 10% of order value excluding taxes & duties & freight. However BG value can be proportionately reduced after completion of Guarantee period lot-wise as applicable.

7.3 VALIDITY 7.3.1 For supply Order/Contract, the validity of the bank guarantee shall be up-to the contractual

delivery period, initially. It shall be later extended to cover the entire guarantee period plus one month, two months before expiry of its validity period.

7.3.2 For Order/Contract inclusive of erection and commissioning (E&C), the validity of bank

guarantee shall be up-to the contractual E&C completion period, initially. It shall be later

Page 170: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 6 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

extended to cover the entire guarantee period plus one month, two months before expiry of its validity period.

7.4 The purchaser shall reserve the right and it shall be lawful on its part to forfeit and encash the

bank guarantee, in the event of any default, failure or neglect on the part of the Seller/Contractor, in fulfillment of performance of the Order/Contract.

7.5 The Security deposit-cum-contract performance bank guarantee shall be revalidated by the

seller/contractor, whenever it is warranted, till the complete fulfillment of the contractual obligations. The bank guarantee shall be extended by the seller/contractor at his cost, for a period not less than three months at a time, on the same terms for full value of the Order/Contract, before expiry of the bank guarantee.

7.6 Equivalent amount together with interest, if any, shall be recovered from the payments due to

the Seller/Contractor before releasing any payment, in the absence of a valid Bank Guarantee. 7.7 The BG should be from Schedule Bank/ Public Financial Institutions as defined in the

Companies Act.

8. TERMS OF PAYMENT

8.1 FOR SUPPLY OF MAIN SYSTEM/EQUIPMENT INCLUSIVE OF START UP AND COMMISSIONING SPARES

8.1.1 For supply package having contract value up to Rs.25 Lakh excluding taxes, duties & freight.

8.1.1.1 Hundred percent (100%) payment along with freight charges against clean receipted LR in

original (as proof of delivery of material at site) and submission of all final documents as built drawings, O & M Manuals etc. as applicable duly certified by NBPPL (Engineering).

8.1.2 For Supply package having contract value more than Rs. 25 Lacs.

8.1.2.1 Ninety percent (90%) of basic price of materials supplied, as per approved billing schedule

along with applicable 100% taxes and duties for the consignment shall be paid against dispatch documents on pro-rata basis.

8.1.2.2 Ten per cent (10%) of basic price along with freight & octroi, if any will be released on pro-rata

basis after submission of Material Receipt Certificate (MRC)which is issued by project site engineer (owner/purchaser) and submission of all final documents as applicable duly certified by NBPPL (Engineering)

8.2 SUPPLY PAYMENT FOR TURN KEY PACKAGES

8.2.1 Five per cent (5%) onetime payment of the total basic price against submission and approval of all basic design documents such as data sheets of major equipments, drawings like PID and layout process calculations, quality plan etc wherever required under category-I or II. Details of the design documents and time schedule shall be finalized in line with the Project requirements

Page 171: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 7 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

in the kick-off meeting after award of the order/contract.

AND

Eighty per cent (80%) of basic price of materials supplied, as per approved billing schedule, along with applicable 100% taxes and duties for the consignment shall be paid against dispatch documents on pro-rata basis.

OR 8.2.2 Eighty Five per cent (85%) of basic price of materials supplied, as per approved billing

schedule wherever 5% payment against clause 8.1.1 not billed or not applicable, along with applicable 100% taxes and duties for the consignment shall be paid against dispatch documents on pro-rata

8.2.3 Five per cent (5%) of basic price along with freight and octroi, if any, will be released on pro-rata basis after submission of Material Receipt Certificate (MRC) ,which is issued by the project site engineer (owner/purchaser) after receipt of materials and its physical verification at site Collection of Material Receipt Certificate from the site and its submission for claiming this payment shall be the responsibility of the Seller/Contractor. For only supply contracts MRC shall be arranged by NBPPL based upon receipted LR provided by vendor. (Please refer Clause 22 w.r.t. MRC).

8.2.4 Ten per cent (10%) of the total basic price shall be released after i) submission of all final

documents including as built drawings, O&M Manuals etc., as applicable and ii) successful completion of PG (Performance Guarantee)/Demonstration Test (s) and handing over of the system/package, if applicable as per order/contract.

8.3 FOR ERECTION AND COMMISSIONING

8.3.1 Eighty (80%) percent payment on pro-rata basis for the work completed as per approved billing schedule shall be released as progressive payment, by the Site authorities, on submission of protocols duly signed by NBPPL site official(s)/Owner.

8.3.2 Ten per cent (10%) of the total value shall be released by the site authorities, on successful

commissioning of the complete system/package.

8.3.3 Balance ten per cent (10%) of the total value shall be released by the site authorities, on successful completion of the PG / Demonstration test(s) of the system/package to the Owner.

8.4 FOR SUPERVISION OF E&C

100% payment shall be released by the site authorities, on successful completion of E&C, PG / Demonstration test(s) of the system/package to the Owner.

8.5 FOR SUPPLY OF MANDATORY/O&M SPARES

Page 172: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 8 of 20

NBPPL / GCC ISSUED ON 16.08.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

8.5.1 Ninety per cent (90%) value of spares supplied, along with applicable 100% taxes and duties for the consignment shall be paid against dispatch documents on pro-rata basis.

8.5.2 Balance Ten per cent (10%) of spares value along with insurance and octroi, if any as applicable, will be released on pro-rata basis after submission of Material Receipt Certificate (MRC) ,which is issued by the project site engineer after receipt of materials and its physical verification at site.

8.6 PAYMENT TO FOREGIN VENDORS 100% payment against irrevocable letter of credit/sight draft basis.

Notes:- I. All payment shall be released within 90 days of submission of complete documents as per

contract. II. All type of payment to MSED vendors will be released within 45 days of receipt of complete

documents as per contract.

III. For indigenous supplies all bank charges to vendor’s account. IV. LC opening / negotiation charges to respective account. LC confirmation charges to

vendor’s account.

8.7 DOCUMENTS TO BE SUBMITTED FOR CLAIMING DISPATCH PAYMENTS 7 SETS – (1 Set consisting of following documents):-

a. Invoice b. LR c. Packing List d. MDCC e. CQIR Report f. Test certificate and Guarantee certificates

3 SETS - (1 Set consisting of following documents):-

a. Invoice – Original + 2 copies b. LR – Original + 2 copies / receipted LR as applicable c. Packing list - clearly showing number of packages, gross weight net wet d. MDCC – (NBPPL/Customer as applicable) – as per SCC. e. Guarantee certificates f. Insurance intimation g. CQIR Report h. PVC Calculation and copy of all applicable indices, if PVC applicable. i. Duty drawback documents ( original excise invoice, original disclaimer certificate,

original certificate from excise authority for payment of excise duty) j. Proof of approval of drawing and document from engineering department to

Page 173: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 9 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

establish contractual delivery date for the purpose of LD & for claiming initial

5% payment.

k. Proof of submission of final documents including as built drawings, O&M

Manual as applicable

8.8 LOADING DETAILS IN CASE OF DEVIATIONS:-

The loading details in respect to deviation in payment terms, LD & PVC indicated in Annexure – XII.

8.9 NBPPL BANKERS FOR LC PAYMENT : Addresses of bankers are: State Bank of Hyderabad, Scope Complex, 7- Institutional Area Lodi Road, New Delhi-110003

8.10 BANK CHARGES All bank charges for negotiation of documents through bank shall be to the account of the Seller/Contractor.

8.11 MODE OF PAYMENT

Where the payment is to be made directly to the Seller/Contractor, the A/c Payee Cheque shall be sent by Registered Post or E-transfer / Courier Service (if feasible). Seller/Contractor to provide necessary information for E-transfer as per annexure-XIV.

8.12 No interest shall be payable by the purchaser on the security amount, bank guarantee amount or balance which may be lying with the purchaser or any money which may become due owing to difference or misunderstanding or any dispute between the purchaser and the contractor, or any delay on the part of purchaser in making periodical or final payment or any other aspects incidental thereto.

9. RECOVERY OF OUTSTANDING AMOUNT

In the event of any amount of money being outstanding at any point in time against the Seller/Contractor, due to excess payment or any other reason whatsoever, in the present order/contract or any other order/contract, the outstanding amount shall be recovered from the payments due to the seller/contractor or at any other appropriate time and manner/mode as deemed fit by the Purchaser at its sole discretion.

10. DELIVERY/COMPLETION SCHEDULE 10.1 The Seller/Contractor shall so organize his resources and perform the Order/Contract so as to

complete it as per stipulated delivery/completion schedule.

Page 174: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 10 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

10.2 Supply of plant/equipment/stores shall not be considered complete until they have been

inspected and accepted at the place and destination specified for delivery, by the time stipulated under the terms & conditions of the Order/Contract. Mere payment by itself shall not constitute acceptance of the goods or materials in any manner, whatsoever.

10.3 Supply of plant/equipment/stores shall adhere to the quality and specifications as per

Order/Contract and shall be delivered at the destination specified in the Order/Contract.

10.4 Date of dispatch for indigenous supplies (RR/ GR date) and shipment (AWB/ B/L date) for imported supplies shall be treated as the date of delivery for the purpose of levying Liquidated Damages as per clause 14.

10.5 Terms of delivery shall be FOR Dispatch Station

11. PERT CHART AND PROGRESS REPORTS

The Seller/Contractor shall submit a detailed estimated bar chart/standard network on Prima Vera and progress Report for Master Drawings Delivery Schedule to meet the agreed delivery/completion schedule covering various key phases of the works such as design, procurement, manufacturing, shipment and field erection activities, within a period of thirty (30) days after the date of acceptance of the order/contract. This network shall also clearly indicate the interface facilities/inputs to be provided by the purchaser/owner and the dates by which such facilities/inputs are required.

12. INSPECTION AND TESTING AT CONTRACTOR's PREMISES 12.1 Inspection Agency, unless specified otherwise in the contract shall have, at all reasonable

times, access to the Seller/Contractor's premises or works, and shall have the power at all reasonable times to inspect drawings of any portion of the work or examine the materials and workmanship of the stores during its manufacture, and if part of the stores is being manufactured at other premises, the Seller/Contractor shall obtain from the Inspection Agency, permission to inspect, examine and test as if the store is being manufactured on the Seller/Contractor's premises.

An inspection call is to be issued by the Seller/Contractor as per annexure-VI.

Such inspection, examination and testing by itself shall not relieve the Seller/Contractor from any obligation under the Order/Contract. Non-conformance from the contract specifications shall be reported by the Seller/Contractor as per part – I of Annexure – V.

12.2 The Seller/Contractor shall give the Inspection Agency, reasonable notice of any material being

ready for testing, and the Inspection Agency shall (unless the inspection of tests is voluntarily waived), on giving reasonable notice to the Seller/Contractor, attend at the Seller/Contractor's premises within fifteen (15) days of the date on which the material is notified as being ready. All standard shop tests, physical and chemical tests required by the standards or as may be

Page 175: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 11 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

prescribed or approved as per Order/Contract, shall be conducted by the Seller/Contractor. The Inspection Agency reserves the right to waive any of the above tests requirements and to prescribe new tests, if found necessary, to complete the work so as to conform to the best practices. The Seller/Contractor shall forthwith forward to the Inspection Agency, duly certified copies of the test certificates in quadruplicate, for approval. Further copies of the shop test certificates shall be bound with the instruction manuals referred to in “Seller/Contractor's documents, drawings and instruction manuals".

12.3 Where the Order/Contract provides for tests/inspections at the premises or works of the

Seller/Contractor or any sub-contractor, the Seller/Contractor, except specified otherwise, shall provide free of charge, such assistance, labour, materials, electricity, fuel, water, stores, apparatus, measuring instruments and test equipment including any other facilities as may be reasonably required to carry out such tests efficiently.

12.4 INSPECTION MEASURING AND TEST EQUIPMENTS

12.4.1 Inspection measuring and test equipments (IMTE) whether used by the Seller/Contractor or

sub-contractor shall be calibrated, maintained and controlled. Calibration shall be valid and IMTE maintained in sound condition during usage.

12.4.2 In addition to above, Seller/Contractor shall ensure the following:

a) Measurement uncertainty is known and consistent with required measurement capability of the IMTE.

b) Selection of IMTEs is compatible with the necessary accuracy and precision of required measurement.

c) IMTEs are calibrated at the required intervals against certified equipments having known valid relationship to nationally recognized standards, at recognized calibration labs.

d) Calibration records are available and traceable to the particular IMTE. e) In case, during recalibration, the IMTE is found out of calibration, report on action taken to

validate the previous results along with both calibration records of the IMTE to be furnished to Inspection Agency.

f) IMTEs are stored, handled and preserved such that accuracy and fitness are maintained and safeguarded from adjustments.

NOTE: Purchaser's decision on acceptability of the product in such cases shall be binding.

12.4.3 Responsibility of usage of valid and calibrated IMTEs by his sub-contractor(s) shall be of the

Seller/Contractor.

12.4.4 In case, calibration records are required by purchaser, copies of the same shall be furnished.

12.5 Seller/Contractor shall be fully responsible for the Quality of products supplied by sub-contractors.

13. MATERIAL DISPATCH CLEARANCE CERTIFICATE (MDCC)

Page 176: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 12 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

13.1 When the tests have been satisfactorily completed at the Seller/Contractor's works, the

Inspection Agency shall issue a certificate to that effect within fifteen (15) days after completion of tests, but if the tests were not witnessed by the Inspection Agency or his representative, the certificate would be issued within fifteen (15) days of the receipt of the test certificates by the Inspection Agency.

13.2 Purchaser/Owner will issue MDCC to the Seller/Contractor based on the QS Note/Report from

the Inspection Agency. 13.3 Seller/Contractor will not dispatch any material before issue of MDCC by the

Purchaser/Owner. 13.4 The satisfactory completion of these tests or the issue of MDCC, shall not bind the

purchaser/Owner to accept the supply/equipment, should it, on further tests after erection, be found not to comply with the contract provisions.

14. DELIVERY FAILURE AND TERMINATION/LIQUIDATED DAMAGES 14.1 The parties hereto agree that the timely dispatch /delivery and completion of other schedules

as stipulated in order/contract shall be the essence of the Order/Contract. If the seller/contractor fails to complete the dispatch/delivery and other schedules within the time period stipulated in the order/contract, or within any extension of time granted by the purchaser, it shall be lawful for the purchaser to recover damages for breach of order/contract without prejudice to any other rights and/or remedies provided for, in the order/contract and hereunder.

14.2 DELAYED DELIVERY 14.2.1 The purchaser reserves the right to recover from the Seller/Contractor, as agreed liquidated

damages and not by way of penalty, a sum equivalent to half percent (½%) of the total contract price per week or part thereof, subject to a maximum of ten per cent (10%) of the total contract price excluding elements of taxes, duties and freight, if the seller/contractor has failed to deliver any part of the ordered stores within the period stipulated in the Order/Contract. NOTE: If the Order/Contract involves supply for two or more Units/Sets/lots of the Power Project, total value of the Order/Contract to be taken for levy of Liquidated Damages, shall be the Order/Contract value of the particular Unit/Set/lot for which the delay has taken place, provided delivery stipulated in the Order/Contract is Unit/Set/lot wise for supply packages. In case of turnkey packages LD shall be leviable on the total value (supply and E & C) in case of delay in E & C. No LD shall be withheld from supply payments.

14.2.2 The purchaser reserves the right to purchase from elsewhere on account of and at the risk and

cost of the seller/contractor with notice to the seller/contractor of the stores due for delivery but not so delivered or their equivalent, without cancelling the order/contract in respect of the stores not yet due for delivery. The manner and the method of such purchase shall be at the discretion of the purchaser.

Page 177: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 13 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

14.2.3 Purchaser reserves the right to cancel the order/contract or a portion thereof for the stores not

so delivered at the risk and cost of the seller/contractor and the seller/contractor shall be liable to the purchaser for any excess costs thereof.

14.2.4 Seller/contractor shall continue the performance of the Order/Contract under all circumstances,

to the extent not cancelled. 15. GUARANTEE FOR PLANT/EQUIPMENT/STORES 15.1 The Seller/Contractor shall warrant that the stores supplied shall be free from all defects and

faults in design & engineering, material, workmanship and manufacture and shall be of the highest grade and consistent with the established and generally accepted standards and in full conformity with the Order/Contract specifications, drawing or samples, if any.

15.2 a) Guarantee for Supply Packages: The equipment supplied shall be guaranteed for 18 months from the date of last supply

b) Guarantee for turnkey jobs: The guarantee shall be valid for a period as stipulated in the special conditions of the Order/Contract, otherwise, 18 calendar months from the date of completion of supplies or 12 calendar months from the date of satisfactory commissioning, whichever is later. Seller/Contractor's liability in respect of any complaints, defects and claims shall not be limited to the supply and installation of replaced parts free of charge, or the repair of defective parts to the extent that such replacements are attributable to or arise from faulty workmanship, material or design, in the manufacture, of the stores but at the option of the purchaser, to the payment of the value, expenditure and damages as mentioned hereafter, provided defects on being discovered are brought to the notice of the Seller/Contractor within a period of three (3) months from the date of expiry of the guarantee period.

15.3 All replacements and repairs during the guarantee period shall be delivered and completed

promptly and satisfactorily within a period of three months from the time of reporting the defect/loss/rejection etc. If the Seller/Contractor so desires and the purchaser agrees subject to import control regulation, the replaced parts can be taken over by him or his representative or the same can be arranged to be dispatched by the Seller/Contractor or his representative at Seller/Contractor's cost. No claim, whatsoever shall be entertained by the purchaser on account of such replaced parts.

15.4 All the replaced and replenished stores shall also be guaranteed as per above clauses.

15.5 The decision of the purchaser with regard to Seller/Contractor's liability and the amount

involved, if any, payable by the Seller/Contractor under the guarantee shall be final, conclusive and binding.

16. INSURANCE 16.1 Insurance shall be arranged by NBPPL.

16.2 Bidders/Vendors shall inform the insurance company, appointed/ nominated by NBPPL/

Page 178: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 14 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

Purchaser, the details of dispatches under intimation to NBPPL such as LR no. & date, Truck nos., P.O. no., project & value.

16.3 Insurance as applicable for field work such as third party liability, workmen

compensation, Seller/Contractor's own Tools & Plants and automobile shall be arranged by the seller/ contractor.

17. INTER-CHANGEABILITY AND CHANGES 17.1 All similar components or parts of similar equipment supplied by the seller/contractor shall be

interchangeable with one another.

17.2 Even though all the work and materials necessary for satisfactory completion of the works may not be detailed in the specifications and schedules, the cost will be considered to be within the contract price and no extra charges shall be payable. However, if there are substantial changes in the specifications of the stores/plant, consequential changes in prices shall be mutually agreed between the purchaser and the seller/contractor.

18. PACKING 18.1 The packing shall be in conformity with specification and shall be such as to ensure prevention

of damages, corrosion, deterioration, shortages, pilferage and loss in transit or storage.

18.2 Packing list shall be submitted as per standard format along with advance set of documents for claiming payment which shall also indicate:-

a) Packing size. b) Gross weight and net weight of each package. c) Contents of the package with quantity of each item separately.

18.3 In case of shipment by sea, the packing shall be sea-worthy and of international standard. 18.4 PACKING FOR SPARES 18.4.1 Different types of spares i.e. start-up/commissioning spares and initial spares (mandatory

spares and recommended O&M spares) are to be packed separately. 18.4.2 Documents for spares should have stamp/marking for easy identification and separation from

Main Equipment.

18.5 COLOUR CODING OF TAGS/MARKING/STICKERS

18.5.1 Aluminium stickers are required to be attached to large components but plastic sheet tags should be tied with small components, giving details regarding purchase order, description of the components, quantity etc.

18.5.2 Tags should be of the colour as mentioned below:

Page 179: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 15 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

Main equipment : Yellow or white tag Mandatory spares : Pink or red tag Start-up/Commissioning spares : Blue tag O&M spares : Green tag

18.5.3 Similar colour scheme should be followed wherever stickers are pasted on components.

19. CONSIGNEE's RIGHT OF REJECTION 19.1 Not withstanding any approval which Purchaser or the Engineer may have given in respect of

the stores or any materials or other particulars or the work or workmanship involved in the performance of the Order/Contract (whether with or without any test carried out by Seller/Contractor or the Inspection Agency or under the direction of the Contract Engineer), and notwithstanding delivery of the stores where so provided to the consignee, it shall be lawful for the consignee, on behalf of the purchaser, to reject the stores or any part, portion or consignment thereof, within 30 days after actual delivery, thereof to him at the stipulated place or destination, if such stores or part, portion of consignments thereof is not in all respects in conformity with the terms and conditions of the Order/Contract whether on account of any loss, storage, deterioration or damage before dispatch or delivery or during transit or otherwise, whatsoever.

19.2 Rejected goods or materials shall be removed by the seller/contractor within a period of 15

days from the date of receipt of notice of such rejection. The expenses to be incurred in respect thereof shall entirely be borne by the seller/contractor.

20. WITHHOLDING AND LIEN IN RESPECT OF SUM CLAIMED 20.1 Whenever any claim or claims for payments of a sum of money arises out of or under the

Order/Contract against the Seller/Contractor, the Purchaser shall be entitled to withhold and also have a lien to retain such sum or sums in whole or sums in part from security, if any, deposited by the Seller/Contractor and for the purpose aforesaid, the purchaser shall be entitled to withhold the said cash security deposit or the security, if any, furnished as the case may be and also have a lien over the same, pending finalization or adjudication of any such claim. In the event of the security being insufficient to cover the claimed amount or amounts or if no security has been taken from the Seller/Contractor, the purchaser shall be entitled to withhold and have a lien to retain to the extent of such claimed amount or amounts referred to from any sum or sums found payable or which at any time thereafter may become payable to the Seller/Contractor under the same Order/Contract or any other Order/Contract with the purchaser or any other person contracting, pending finalization or adjudication of any such claim.

20.2 It is an agreed terms of the Order/Contract that the sum of money so withheld or retained under the lien referred to above will be kept withheld or retained as such by the purchaser till the claim arising out of or under the Order/Contract is determined by the Arbitrator or by the competent court, prescribed as the case may be and that the Seller/Contractor will have no claim for interest or retention under the lien referred to and duly notified as such to the seller. For the

Page 180: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 16 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

purpose of this clause, where the Seller/Contractor is partnership firm or a limited company, the Purchaser shall be entitled to withhold and also have a lien to retain towards such claimed amount or amounts in whole or in part from any sum found payable to any partner/limited company as the case may be, whether in his individual capacity or otherwise.

20.3 It is an agreed term of the Order/Contract that the sum of money so withheld or retained under

this clause by purchaser which will be kept withheld or retained as such by the purchaser or till his claim arising out of in the same Order/Contract or any other Order/Contract is either mutually settled or determined by the arbitrator or by the competent court, hereinafter, provided, as the case may be, that the Seller/Contractor shall have no claim for interest or damages whatsoever on this account of or any other ground in respect of any sum of money withheld or retained under this clause and duly notified as such to the seller.

21. SALES CONDITIONS

With tenderer’s acceptance of provision of the terms and conditions, it will be deemed that he has waived and confirmed as cancelled any of his general sales conditions attached with the offer.

22. MATERIAL RECEIPT CERTIFICATE

a) The Seller/Contractor shall arrange Material Receipt Certificate from the concerned project site, duly signed by the purchaser/owner Site Engineer, after receipt of the material at site and its physical verification wherever E&C is in the scope of seller/ contractor

b) For supply packages – MRC shall be arranged by NBPPL. However vendor to provide copy of receipted LRs to enable NBPPL to obtain MRC from site.

23. RISKS IN STORES (FOR E & C CONTRACTS)

The seller/contractor shall perform the Order/Contract in all respects in accordance with the terms and conditions thereof. The stores and every constituents part thereof, whether in the possession or control of the Seller/Contractor, his agents or servants, or a carrier, or in the joint possession of the seller/contractor, his agent or servants and the purchaser, his agents or servants shall remain in every respect at the risk of Seller/Contractor until their actual delivery to the consignee at the stipulated place or destination or where so provided in the acceptance of offer, until their delivery to a person specified by the purchaser as interim consignee for the purpose of dispatch to the consignee. The Seller/Contractor shall be solely responsible for all loss, destructions, damage or deterioration of or to the stores from any cause whatsoever, while the stores after approval by the Inspection Agency are awaiting dispatch.

24. SHORTAGES/DAMAGES

FOR SUPPLY PACKAGES

a) Shortages in sound cases shall be replenished free of cost as early as possible by vendor. b) Shortages/Damages during transit/ handling at site, vendor shall supply replacements as early as

possible at old contractual rates upon intimation to vendor within 3 months of receipted LR.

Page 181: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 17 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

24.1 FOR E&C PACKAGES c) Any shortages or damages during transit, transportation or handling at site, including at the

time of erection and commissioning, shall be made good by the Seller/Contractor at his risk and costs, to meet the project schedule. In case of faults/discrepancies in any material, component, sub-assembly, assembly, etc., the same shall be supplied/ replenished free of cost to enable the equipment to be put in service.

25. CONFIDENTIALITY

Seller/contractor shall, at all times, undertake to maintain complete confidentiality of all data, information, software, drawings & documents, etc. belonging to the purchaser and also of the Systems, procedures, reports, input documents, manuals, results and any other company documents discussed and/or finalized during the course of execution of the order/contract.

26. DEFAULT/BREACH OF CONTRACT, INSOLVENCY AND RISK PURCHASE 26.1 If the Seller/Contractor fails to deliver the goods or materials or any installment thereof within

the period(s) fixed for such delivery or delivers goods or materials not of the contracted quality and failing to adhere to the contract specifications or at any time repudiates or otherwise abandons the contract before expiry of such period or refuses or is unable to supply goods or materials covered by the Order/Contract either in whole or in part or otherwise fails to perform the Order/Contract or commits any breach of the Order/Contract not herein specifically provided for or in the event of the death or insanity or if the Seller/Contractor being an individual or if a firm on a partnership thereof, shall at any time, be adjudged insolvent or shall have a receiving order for administration of his estate made against him or shall take any proceeding for composition under any Insolvency Act for the time being in force or make any assignment of the Order/Contract or enter into any arrangement or composition with his creditors or suspend payment or if the firm dissolved under the Partnership Act or if the Seller/Contractor being a company is wound up voluntarily or by order of a Court or a Receiver, Liquidator or Manager on behalf of the debenture holders and creditors is appointed or circumstances shall have arisen which entitles the Court of debenture holder and creditors to appoint a receiver, liquidator or manager, the purchaser without prejudice to his right to recover any expenses, losses or damages to which the purchaser may be put to incur or sustain by reason of the Seller/Contractor's default or breach of Order/Contract shall be entitled to cancel the Order/Contract either in whole or portion thereof without compensation to the Seller/Contractor and if the purchaser so desires, he may procure upon such terms and in such manner as he deems appropriate, stores not so delivered or others of a similar description where stores exactly complying with particulars are not, in the opinion of the purchaser, which shall be final, readily procurable, at the risk and cost of the Seller/Contractor and the Seller/Contractor shall be liable to the purchaser for any excess costs provided that the Seller/Contractor shall continue the performance of the Order/Contract to the extent not cancelled under the provisions of this clause. The Seller/Contractor shall on no account be entitled to any gain on such repurchases.

Page 182: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 18 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

26.2 Cost of the purchases made by the Purchaser at the risk and cost of the seller/contractor shall

be worked out after levying 30% overheads as departmental charges on the cost of materials purchased.

27. TERMINATION OF THE CONTRACT 27.1 The purchaser shall have the right to terminate/ cancel the Order/Contract, wholly or in part, in case

he is obliged to do so on account of any decline, diminution, curtailment or stoppage of his business and in that event, the Seller/Contractor compensation claim shall be settled.

27.2 The purchaser shall also have the right to terminate/ cancel the Order/Contract at the risk and cost of the Seller/Contractor in case either the Seller/Contractor himself or any of his representative or agent is found to have been a previous employee of the purchaser immediately before the retirement and has within a period of two years of such retirement accepted the employment of the Seller/Contractor either as a Seller/Contractor or as an employee without having obtained the prior permission of the purchaser.

27.3 In case of termination/ cancellation of main supply order/ contract, all other associated orders/ contracts like, mandatory spares/recommended spares/ E & C/ supervision of E & C also get cancelled.

28. TRANSFER, SUB-LETTING/ASSIGNMENT/SUB-CONTRACTING 28.1 The seller/contractor shall not sublet, transfer or assign this order/contract or any part thereof or

interest therein or benefit or advantage thereof save with the prior consent in writing of the purchaser. In the event of seller/contractor sub-letting, transferring or assigning this order/contract or any part thereof or interest therein or benefit or advantage thereof without such permission, the purchaser shall be entitled to cancel the order/contract and to purchase the stores from elsewhere at risk and costs of the seller/contractor and the seller/contractor shall be liable for any loss or damage which the purchaser may sustain in consequence of, or arising out of such risk purchase.

28.2 If the seller/contractor is an individual or a proprietary concern and the individual or the

proprietor dies or the partnership is dissolved or substantially affected, then unless the purchaser is satisfied that the legal representative of the individual seller/contractor or the proprietor of proprietary concern and in the case of partnership, surviving partners are capable of carrying out and completing the Order/Contract, the purchase shall be entitled to cancel the Order/Contract as to its incomplete and without being in any way liable to payment of any compensation to the estate of seller/contractor and/or to the surviving partners of the seller’s/contractor’s firm on account of the cancellation of the order/contract.

28.3 Terms and Conditions shall not get affected in case of merger/amalgamation/re-

arrangement/takeover etc. 28.4 The decision of the purchaser that the legal representatives of the deceased seller/contractor or

surviving partners of the seller’s/contractor’s firm cannot carry out and complete the order/contract shall be final and binding on the parties hereto.

Page 183: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 19 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

29. FORCE MAJEURE 29.1 Notwithstanding anything contained in clause 14.0, if at any time, during the continuance of the

Order/Contract the performance in whole or in part by either party, of any obligations under this Order/Contract shall be prevented or delayed by reason of any war hostilities, acts of the public enemy, restrictions by Govt. of India, civil commotion, sabotage, fires, floods, explosion, epidemics, quarantine restrictions, strike, lock-outs, or acts of God (hereinafter referred to as 'event'), then, provided notice of the happening of such event is given by either party to other within fifteen (15) days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this Order/Contract nor shall have any claim for damages against each other in respect of such non-performance and delay in performance. Performance under the Order/Contract shall be resumed immediately after such event has come to an end or ceased to exist and decision of the purchaser as to whether the deliveries have to be resumed or not shall be final, conclusive and binding on the parties hereto.

29.2 In the event of the parties hereto not able to agree that a force majeure event has occurred, the parties shall submit the disputes for resolution pursuant to the provisions hereunder, provided that the burden of proof as to whether a force majeure event has occurred shall be upon the party claiming such an event.

29.3 Not-withstanding the above provisions, Purchaser shall reserve the right to cancel the

Order/Contract, wholly or partly, in order to meet the overall Project schedule and make alternative arrangements for completion of delivery and other schedules.

30. INDEMNIFICATION Seller/Contractor shall fully indemnify and keep indemnified the Purchaser against all claims of

whatsoever nature arising during the course and out of the execution of this Order/Contract.

31. CONTRACT PERFORMANCE EVALUATION

Performance of the Seller/Contractor in the present Order/Contract shall be evaluated by the Purchaser as per Performance Evaluation System detailed in Annexure – VIII. The Seller/ Contractor may be de-listed or put under hold or retained based on the performance in the present Order/Contract.

32. SETTLEMENT OF DISPUTES 32.1 Except as otherwise specifically provided in the Order/Contract, all disputes concerning

questions of the facts arising under the Order/Contract, shall be decided by purchaser, subject to written appeal by the Seller/Contractor to the purchaser, whose decision shall be final.

32.2 Any disputes or differences shall be to the extent possible settled amicably between the parties

hereto, failing which the disputed issues shall be settled through arbitration.

Page 184: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

VOLUME I, PART B PAGE NO.: 20 of 20

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

GENERAL COMMERCIAL

TERMS & CONDITIONS

32.3 The Seller/Contractor shall continue to perform the Order/Contract, pending settlement of

dispute(s).

33. ARBITRATION 33.1 In the event of any dispute or difference arising out of the execution of the Order/Contract or

the respective rights and liabilities of the parties or in relation to interpretation of any provision by the Seller/Contractor in any manner touching upon the Order/Contract, such dispute or difference shall (except as to any matters, the decision of which is specifically provided for therein) be referred to the arbitrator appointed by the competent authority of the Purchaser.

Subject as aforesaid, the provisions of the Indian Arbitration and Conciliation Act, 1996 or statutory modifications or reenactments thereof and the rules made there under and for the time being in force shall apply to the arbitration proceedings under this clause. The venue of arbitration shall be at New Delhi or any other place whichever the purchaser deems to be fit.

33.2 In case of order/contract on Public Sector Enterprises (PSE) or a Govt. Deptt., the following

clause shall be applicable:-

In the event of any dispute or difference relating to the interpretation and application of the provisions of the Order/Contract, such dispute or difference shall be referred to by either party to the arbitration of one of the arbitrators in the department of public enterprises. The award of the arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law secretary, Deptt. of Legal Affairs, Ministry of Law & Justice, Government of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special Secretary or Additional Secretary when so authorized by the Law Secretary, whose decision shall bind the parties hereto finally and conclusively.

33.3 The cost of arbitration shall be borne equally by the parties.

34. LAWS GOVERNING THE CONTRACT

The Contract including all matters connecting with this contract shall be governed by the Indian Law both substantive and procedural, for the time being in force including modification thereto, and shall be subject to the exclusive jurisdiction of Indian courts at Delhi/ New Delhi.

35. JURISDICTION OF COURT

Courts at Delhi/New Delhi shall have exclusive jurisdiction to decide the dispute, if any, arising out of or in respect of the contract(s) to which these conditions are applicable.

Page 185: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURES

No. DESCRIPTION

I OFFER SUBMISSION AS PER NIT II AGREED TERMS & CONDITIONS III DECLARATION IV SECURITY-CUM-PERFORMANCE BANK GUARANTEE

BOND V NON-CONFORMANCE REQUEST (NCR) VI INSPECTION REQUEST VII REQUEST FOR ISSUE OF “C” FORM VIII PERFORMANCE EVALUATION SYSTEM IX BID SECURITY INSTRUCTION X BANK GUARANTEE FORMAT FOR BID SECURITY XI CHECK LIST FOR BANK GUARANTEE XII LOADING CRITERION XIII NEFT DETAILS

NTPC-BHEL POWER PROJECTS PRIVATE LTD

Not for Publication For official use

Page 186: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 1 of 1

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-I

OFFER SUBMISSION AS PER NIT ANNEXURE – I

(To be filled up by the Bidders) Ref. No. : Dated:

NTPC BHEL Power Projects Private Limited. Contract Management & Procurement, The Corenthum, 6th Floor, Lobe No 4, Tower B, A-41, Sector-62, Noida 201309 (U.P.)

Attention: Mr.

Dear Sir, 1. Having examined the tender documents against your tender Enquiry No.

_________________________ dated _________ and having understood the provisions of the said tender documents and having thoroughly studied the requirements of NBPPL related to the work tendered for, in connection with _____(Name of Work & Project Site)____________, we hereby submit our offer for the proposed work in accordance with your terms and conditions mentioned in the tender documents, at the prices quoted by us in your price schedule format and within the delivery schedule required by you.

2. If the work or any part thereof is awarded to us, we undertake to submit security-cum-

contract performance bank guarantee as per your requirement, within thirty days of receipt of Letter of Intent/Order/Contract.

3. We have annexed to this tender the following documents:-

Part-I (Techno Commercial Bid) - in a properly sealed cover

I. BID SECURITY in separate envelope II. Complete Techno-Commercial Offer.

III. Agreed Terms and Conditions (Annexure-II). IV. Schedule of Commercial Deviations giving clause references. V. Schedule of Technical Deviations giving clause references.

VI. Unpriced copy of Price Schedule using your format as given in the tender documents. VII. Any other documents (Please specify).

Part-II (Price Bid) - in a separate, properly sealed cover, giving all tender details as per instructions. Thanking you, Yours faithfully, ( Signature of Tenderer/Bidder)/ Seal

Page 187: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 1 of 2

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-II

ANNEXURE-II

AGREED TERMS AND CONDITIONS (This format duly filled in, signed and stamped must form part of the techno-commercial (Part-I) bid. Clauses confirmed hereunder need not be repeated in the bid.) S.No. Description Bidder’s confirmation

(YES/NO)

1(a) Acceptance of Technical Specifications, Schedules and Data

Sheets and scope of supply as per Tender Enquiry. 1(b) In case of deviations, the same have been highlighted

separately giving clause references under the heading “TECHNICAL DEVIATIONS”.

2(a) Acceptance of Terms and Conditions included in the Enquiry

letter and all Vol-I General Conditions of Contract (Part-A: Instructions to bidders, Part-B: General Commercial Terms & Conditions) and Special Conditions of Contract, if applicable.

2(b) In case of deviations, the same have been highlighted

separately giving clause references under the heading “COMMERCIAL DEVIATIONS”.

3(a) PRICES: Quoted prices shall remain FIRM till complete

execution of the Order/Contract. 3(b) Prices have been filled up in the Price Schedule format

attached with the tender documents. 3(c) Rates of excise duty, central sales tax/ VAT & service tax

and requirement of concessional forms, have been indicated in the unpriced copy of price bid, enclosed.

4. Payment Terms: Acceptance of relevant terms of payment

as specified in the Tender Documents. 5. Bank Guarantee: Security-cum-performance BG shall be

furnished as specified in the Tender Documents.

Page 188: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 2 of 2

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-II

Sl.No. Description Bidder’s confirmation (YES/NO)

6. Delivery: Indicate the shortest delivery period, which shall

not exceed the delivery requirement as per this Tender Enquiry. Date of LR/RR/AWB/BL shall be considered as date of delivery.

7. Liquidated Damages: In case of delay in

delivery/completion schedule, LD clause as per tender documents acceptable.

8. Part order will be acceptable. (Not applicable for turnkey

packages) 9. Validity of Offer as per clause no. 12 of “Instructions To

Bidders” acceptable. ________________________________________________________________________

Note: - The order of preference shall be N.I.T. covering letter/SCC/GCC terms

(Signature of Bidder with Name, Designation and Company’s Seal)

Page 189: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 1 of 1

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-III

ANNEXURE-III

DECLARATION It is hereby declared that the original/revised* price bids being opened for _____________________ (Name of Package) for ________________ project is complete in all respects and contains prices for complete scope of supply, including tests etc., as per NBPPL's requirement. If in the original/revised* price bids where itemized price is not available for any part of scope of supply, including tests, etc., the same should be treated to have been included in our original/revised* price bid. Also revised price bid, if any, even though generally governed by the terms and conditions indicated in the original commercial/Price bid (unless indicated to the contrary), any price discount, if not mentioned specially in the revised price bid, the one mentioned, if any in the original price bid shall be applicable for computing final price.

It is also agreed that no further chance for seeking clarification/confirmation to any missing point will be necessary. Absence of itemised prices against some items does not mean that they are not included. Even though itemised prices are given for major items, those items which are not specially shown, are also included to meet the entire system as per NBPPL requirements.

Signature of authorised Representative Name and Designation : Name & Address of the Bidder Date Forwarded to: NTPC BHEL Power Projects Private Limited The Corenthum, 6th Floor, Lobe No 4, Tower B, A-41, Sector-62, Noida 201309 (U.P.)

(* Please delete whichever is not applicable.)

Page 190: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 1 of 2

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-IV

SECURITY-CUM-PERFORMANCE BANK GUARANTEE BOND

In consideration of NTPC BHEL Power Projects Private Limited (hereinafter called

the "Company" having agreed from M/s__________________________________________________ (hereinafter called the said Contractor which term includes supplier for the purpose of the bond) to accept the demand under the terms and conditions of the Agreement No.__________________________ dated __________ made between_____________________________________________________ and ___________________________________________________ (hereinafter called the said agreement) of Security Deposit for the due fulfillment by the said contractor of the terms and conditions contained in the said Agreement, on production of a Bank Guarantee for Rs.________________(Rupees _____________________________________________________________ only) we, ____(indicate the name of the Bank)____ (hereinafter referred to as the Bank) at the request of _____________________________ [Contractor(s)] do hereby undertake to pay to the Company an amount not exceeding Rs._______________ against any loss or damage caused to or suffered by or would be caused to or suffered by the Company by reasons of any breach by the said Contractor(s) of any of the terms and conditions contained in the said Agreement.

2. We, ____(indicate the name of the Bank)____, do hereby undertake to pay the

amounts due and payable under this guarantee without any demur, merely on a demand from the Company stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the company by reasons of breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement or by reasons of the Contractor(s) failure to perform the said Agreement. 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 Rs._______________.

3. We undertake to pay to the Company any money so demanded notwithstanding any

dispute or disputes raised by the Contractor(s) in any suit or proceeding pending before any Court or Tribunal relating thereto our liability under this present being absolute and unequivocal.

The payment to 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.

4. We, ____(indicate the name of the Bank)____ 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 the dues of the Company under or by virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till _______________

Page 191: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 2 of 2

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-IV

office/Department/Division of NTPC BHEL Power Projects Private Limited certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(s) and also including the satisfactory performance of the equipment during guarantee period and accordingly discharge this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the __________________*__, we shall be discharged from all the liability under this guarantee thereafter.

5. We, ____(indicate the name of the Bank)____ further agree with the Company that the

Company 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 company 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 any reason of any such variation or extension being granted to the said contractor(s) or for any forbearance, act or omission on the part of the company or any indulgence by the company 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.

6. This guarantee will not be discharged due to the change in the constitution of the Bank

or the Contractor(s). 7. We, ____(indicate the name of the Bank)____ lastly undertake not to revoke this

guarantee during its currency except with the previous consent of the Company in writing.

Date _____________ Day of __________ for____(indicate the name of the Bank)__

(Signature of Authorized signatory)

* This date to be indicated should not be earlier than 60 days after the date contemplated under the contract.

Page 192: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 1 of 3

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-V

NON-CONFORMANCE REQUEST (NCR)

(GRANTING OF NCR DOES NOT ENTITLE ANY INCREASE IN PRICE OR EXTENTION OF SCHEDULE, TO VENDOR)

PART-I (TO BE FILLED BY VENDOR)

NAME OF VENDOR: NCR NUMBER:

SPECIFICATION TITLE:

SPECIFICATION NUMBER:

PROJECT SITE: LOI/PO NUMBER:

DRAWING TITLE: DRAWING NUMBER:

DATE BY WHICH DECISION REQUIRED ON NCR:

SL.NO. REQUIREMENT AS PER SPECIFICATION/DRAWING

NON-CONFORMANCE OBSERVED/REQUESTED

REASON

PROPOSED ACTION:

CE IA TO

SITE IA (2 Copies)

SIGNATURE DATE SEAL

Page 193: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 2 of 3

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-V

NON-CONFORMANCE REQUEST (NCR) (GRANTING OF NCR DOES NOT ENTITLE ANY INCREASE IN PRICE OR EXTENTION OF

SCHEDULE, TO VENDOR)

PART – II (TO BE FILLED BY IA OR SITE IA)

NCR RECOMMENDED NCR RECOMMENDED AS PER REMARKS BELOW

NCR NOT RECOMMENDED REMARKS:

ACTION Returned to Vendor

Forwarded to CE (NBPPL) (2Copies)

NAME SIGNATURE DATE

PART-III (TO BE FILLED IN BY PROJECT ENGINEER (NBPPL)

NCR APPROVED NCR APPROVED AS PER REMARKS NCR NOT APPROVED REMARKS: ( A ) WITHOUT INCREASE IN CONTRACT PRICE ( B ) WITH REDUCTION IN CONTRACT PRICE (DETAILS ENCLOSED) ( C ) WITHOUT AFFECTING PROJECT SCHEDULE ACTION

Returned to Vendor (Only in case NCR not approved) Forwarded to CMP on _____ (For issue of PO amendment)

NAME SIGNATURE DATE NOTE: Project Engineer (NBPPL) shall approve the NCR after obtaining consent/approval of affected departments/agencies and also of SH and DH.

PART- IV (TO BE FILLED BY CONTRACT ENGINEER (NBPPL)

PO No. PO Date PO Amendment No. PO Amendment Date

DISTRIBUTION VENDOR

(1COPY EACH) SITE IA

IA

ENGG.

NAME SIGNATURE DATE

Page 194: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 3 of 3

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-V

INSTRUCTIONS FOR THE VENDOR REGARDING NON-CONFORMANCE REQUEST (NCR) 1. Photo-copies of the NCR Form can be used by the Vendor, whenever required. 2. Non-conformances, due to the following and/or other reasons, shall be raised by the Vendor,

in this form, in order to obtain NBPPL decision on the same. a) Changes from Bid Specification and Deviations agreed during negotiations

OR Changes from Contract Specification required as a result of detailed design and preparation of drawings by the Vendor.

b) Changes in Contract Drawings and Documents approved by NBPPL. c) Inaccurate workmanship, procedure or practice.

d) Use of material other than the size, type of grade as called for in the specification/drawing.

3. Vendor shall send two copies of the NCR to : a) Contract Engineer (CE) of NBPPL, Contracts Department for non-conformances required

as a result of detailed design and preparation of drawings by the Vendor etc. b) Inspection Agency (IA) for all non-conformances during manufacture/fabrication,

assembly etc. c) Site Inspection Agency (Site IA) for all non-conformances during site fabrication,

erection and commissioning. 4. Vendor shall mark copies of NCRs and all correspondence, in this respect, to Contract

Engineer (CE) of NBPPL, Contracts Department 5. The names and addresses of Inspection Agency and Site Inspection Agency are given in

the Letter of Intent/Purchase Order. 6. Non-conformances raised in this form only, will be entertained by NBPPL. 7. NCRs shall be kept to a minimum. 8. A summary of non-conformances granted, if any, shall be included by the Vendor in the

Quality Assurance Document Package to be forwarded to NBPPL & Customer, on satisfactory completion of inspection and tests.

9. Granting of NCR by NBPPL does not entitle the Vendor to any increase in price or

extension of schedule.

Page 195: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 1 of 1

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-VI

I N S P E C T I O N R E Q U E S T (From Vendor to NBPPL Inspection Agency)

1. Project Site: 2. Name of Vendor: 3. NBPPL’s LOI/PO No. Date: 4. System/Item description:

5. Items being offered for inspection with Sl.No. as per LOI/PO/Billing schedule: 6. Description and Sl.No. of inspection as per quality plan: 7. Quantity offered for inspection: 8. Place of inspection (full address and name of sub-vendor, if any) Place: Address:

9. Contact person (For Sl.No. 8 above) Name: _____________________ Designation: ____________ Telephone: __________ Fax: _________ E-MAIL: _________________________________________________ 10. Following documents are approved by NBPPL and are available at the place of inspection : (A) Quality Plan (B) Drawings (C) Data Sheets, Characteristic curves etc.

(D) Plant standards 11. Required date of inspection: __________Weekly off day: ________________

Working hours: ___________ Likely duration (no. of working days): _______ (At least 15 days prior notice shall be given by the Vendor to Inspection Agency) We hereby certify that the above items are complete in all respects and have been fully inspected/ tested by us and are found to be as per technical specification/approved drawings/data sheets/characteristics curves and are acceptable to our QC department. The detailed inspection and test reports of our QC department are enclosed.

VENDOR’S PARTICULARS

Name Designation Signature Place Date Seal

Page 196: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 1 of 1

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-VII

(Request for Issue of "C" Form)

Head (Finance Deptt.) Contract Management & Procurement, NTPC BHEL Power Projects Private Limited The Corenthum, 6th Floor, Lobe-4, Tower-B A-41, Sector-62, Noida-201309 (U.P.)

Dear Sir, Sub: Request for Issue of “C” Forms

We request you to issue us "C" forms for the invoices for which following details are being given herewith:

I. Invoice number and date : II. Items Description : III. "C" Form value :

IV. LR/R/GR number and date: We are enclosing herewith photocopies of Bill/Invoice and LR/RR/GR.

Thanking you, Yours faithfully, (Signature of the bidder with Name, Designation and Company’s Seal)

Page 197: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 1 of 2

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-VIII

PERFORMANCE EVALUATION SYSTEM

1. PERFORMANCE EVALUATION

Performance of the Seller/Contractor shall be calculated for each Order/Contract, with respect to the following main factors and their weightages:

Rating Weightage

Quality = 60 Delivery = 30 Service = 10

Total 100

1.1 Quality Rating (QR) 60% Weightage Quality rating is based on acceptable quantity of material delivered by the Seller/Contractor.

Quality Rating (QR) = (Q1 + 0.75 X Q2 + 0 X Q3) X 60 Q Where Q = Quantity inspected Q1 = Quantity accepted

Q2 = Quantity accepted with concession/deviation Q3 = Quantity rejected 1.2 Delivery Rating (DR) 30% Weightage Seller/Contractor will be rated on delivery parameters as follows: (a) - Adherence to P.O. delivery - 30 (b) -One mark shall be deducted for each day's delay. In case of rectification / replacement of item, the delivery to be reckoned from date of completion of rectification / replacement and not the original supply date. 1.3. Service Rating (SR) 10% Weightage

Service Rating shall be given on the basis of the following criteria: (Cooperation and readiness to help in emergency; Submission of support documents such as GA Drawings, TC, GC etc., as applicable; Submission of final technical documents, O & M manuals and as built drawings complete and in time. ): 5

Promptness in reply / attending quality problems at site: 5

The above rating will also be subject to further feedback from Inspection Agency on the following criteria:

a) Item not offered as per Inspection Requirement. b) Non - availability of calibrated instruments at the time of inspection at Seller/Contractors'

works.

Page 198: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 2 of 2

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-VIII

c) Acceptance after rework.

In above cases, Seller/Contractor will be allocated negative five marks (-5) for service rating.

Total Rating (TR) of the Seller/Contractor = QR + DR + SR 2.0 DEMERIT FACTOR Total Rating of the Seller/Contractor will be multiplied by the demerit factor (DF) to calculate the final Seller/Contractor’s Performance Score (SPR). The demerit factor is determined as detailed below:

b) Items /systems meets all design and guarantee parameters : 1.0 c) Items / systems satisfy the design / guarantee parameter : 0.9

with minor deviations & functionally acceptable. d) Items / systems are put into service with rework at site

: 0.8 e) Contractual requirements like timely erection : 0.7

/warranty obligations/service after sales etc. not met f) Items / systems rejected & replaced due to not meeting design : 0.5

/ performance requirement. SPR = TR x DF. 3.0 Based on the SPR, performance will be rated as below:

SPR RATING ACTION

100 A1 To be retained in the Vendor List as Preferred Seller/Contractor

Above 90 but less than 100 A To be retained in the Vendor List 80-90 B To be retained in the Vendor List provided

there is specific commitment to improve the area of deficiency in a time bound manner

60-79 C Tender Enquiry may not be issued in future. However, under special circumstances, enquiry may be issued with the approval of competent authority only.

Below 60 D To be de-listed/put under HOLD.

Page 199: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 1 of 1

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-IX

1) The Bid Security is only applicable to “Open Tender Enquiry”

2) The bidder shall furnish, as part of its bid, a bid security in a separate sealed envelope in the amount and currency as stipulated in the Enquiry terms & Conditions.

3) The bid security, shall at the in any of the following forms : a. Call deposit receipt duly pledged in favour of NBPPL or pay order or demand draft. b. Post Office / National Savings/National Defence Deposit Certificated duly endorsed in favour of

NBPPL. c. Bank Guarantee from an acceptable bank –irrevocable and operative till the validity of the offer. d. Fixed deposit receipt issued by acceptable banks endorsed in favour of NBPPL.

4) Any Bid not accompanied by an acceptable bid security, in a separate sealed envelope, shall be rejected as being non-responsive and returned to the Bidder without being opened.

5) The Bid Security may be forfeited : - If the tenderer/ bidder withdraws the bid during the period of bid validity specified by the

tenderer/ bidder in their bid - If the tenderer/ bidder does not accept the correction of its Bids Price (resulting from the

arithmetical errors) as per provision in the Price Bid / Schedule of Prices. - If the tenderer/ bidder does not withdraw any deviation at the cost of withdrawal indicated by

him. - In the case of a successful tenderer/ bidder , if the tenderer/ bidder fails within the specified

time limit to furnish the Security Deposit Cum Performance Bank Guarantee.

6) The bid security of the unsuccessful tenderers /bidders will be refunded expeditiously after the award of the contracts.

7) The bid security of the successful bidder will be returned when the bidder has furnished the required Security Deposit Cum Contract Performance Bank Guarantee.

8) The bid security will be liable to be forfeited on revocation of tender before validity of the quotation (offer) expires or on refusal to enter into a contract after the award is made to the tenderer.

Page 200: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

P a g e N o . 1 of 2

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-X

PROFORMA FOR BANK GUARANTEE FOR BID SECURITY (To be issued on appropriate valid non-judicial stamp paper)

This Deed of Guarantee made this …………………… Day of 200 by …………………………………… Bank Ltd. (hereinafter called the ’Bank’), in favour of NTPC-BHEL Power projects Private Limited, “The Corenthum”, 6th floor, Tower-B, A-41, Sector 62, Noida-201309 (hereinafter called the ‘Purchaser’) through ……………….unit. Whereas M/s ………………………………………… (hereinafter called the Tenderer) have submitted a tender ………………… in response to tender specification No/ Enquiry No………………………………………… (hereinafter called the said ‘Tender Documents’) of the Company. And whereas the said tender documents provide that the Tenderer shall submit a bank guarantee for a sum of Rs…………….. (Rupees……………………………………… only) towards Bid Security to be made in the form and manner therein specified. And whereas the Tenderer ………………………… have approached ………………………………… …… (Bank) and at their request and in consideration of the arrangement arrived at between the said Tenderer and the said Bank, the said Bank has agreed to give such guarantee as hereinafter mentioned to the aforesaid Purchaser. Now, therefore, these presents witness that we …………………………… (Bank) by the hand of Shri…………………………………………. its lawfully and duly constituted attorney do hereby undertake to pay the aforesaid Purchaser a sum of Rs……………… (Rupees ……………………………………..) by virtue of this Guarantee against any loss or damage caused to or suffered by the said Purchaser by reason of any breach by the aforesaid Tenderer of any of the terms, conditions, stipulations undertakings or any one of them contained in the said Tender Documents, and for the payment of any money or moneys payable by the said Tenderer to the said Purchaser under the terms and conditions of the tender documents (the decision regarding the breach, loss, damage or payment due, being solely in the discretion of the said Company. We further undertake to pay the aforesaid amount in a lump sump on demand irrespective of the fact whether the said Tenderer admits or denies such claim or questions its correctness in any Court, Tribunal of Arbitration proceedings or before any authority. The aforesaid guarantee will remain in force and we shall be liable under the same, irrespective of any concession for the time being granted by the said Purchaser to the Tenderer in or for fulfilling conditions of the tender documents and the guarantee will remain in full force irrespective of any change of terms, conditions or stipulations or any variation in the terms of the said Tender Documents irrespective of whether notice of such change and/or variation is given to us or not and claim to receive such notice of any change and or/variation is given to us or not and claim to receive such notice of any change and or/variation of the terms and/or conditions of the said tender document is hereby specifically waived by us. Further, we shall not be released from this guarantee by any forbearance of the exercise or non-exercise of any of the powers or rights under the said tender documents by the said Purchaser against the Tenderer irrespective of whether notice of such forbearance, enforcement or non-enforcement of any powers or rights, modifications or changes made in the said tender documents or concessions shown to the Tenderer by the Purchaser is given to us or not.

Page 201: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

P a g e N o . 2 of 2

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-X

The guarantee herein contained shall not be determined or affected by the liquidation or winding up or insolvency or change in the constitution of the Tenderer but shall in all respects and for all purposes be binding and operative until all payments of all moneys due or that may become due to the said company in respect of any liability or obligation of the Tenderer under the said tender document. We the said Bank further agree that the guarantee hereinafter contained shall remain in full force and effect during the period that would be taken for the finalisation of the tender and execution of agreement thereof and that it shall continue to be enforceable till the required Contract Performance Guarantee is issued by the successful Tenderer, as stipulated in the said Tender Documents or till the Purchaser certifies that the terms and conditions of the said tender documents have been fully and properly carried out by the said Tenderer and accordingly discharges the guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ……………….(date – tender validity date plus two months) we shall be discharged from all the liability under this guarantee thereafter. But where such claim or demand has been preferred by the Company with the Bank before the expiry of the said date, the claim shall be enforceable notwithstanding the fact that the said enforcement is effected after the said date. Any claim or dispute arising under the terms of this document shall only be enforced or settled in the Courts having jurisdiction at New Delhi only. And lastly, the …………………………………………………Bank undertakes not to revoke this guarantee during its currency except with the previous consent of the Purchaser in writing. The Bank hereby declares that it has power to issue this guarantee under the Bank’s Memorandum and Articles of Association and the undersigned has full powers to do so on its behalf under the Power of Attorney dated……………… granted to him by the proper authorities of the bank. Dated the Day of Attorney (signature of the person duly authorised to sign on behalf of the bank) ____________________________

Witness

Page 202: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 1 of 1

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-XI

ANNEXURE-XI

Sl Details of Check Yes/No

1 Is the BG on Non-judicial stamp paper of appropriate vale, as per Stamp Act (i.e__________________________)

2 Whether the date, purpose of purchase of stamp and name of the purchaser are indicated on the back of stamp paper under the Signature of Stamp Vendor? (The date of purchase of stamp paper should not be later than the date of execution of BG and stamp paper should be purchased either in the name of the executing Bank or the Bidder on whose behalf the BG has been issued. Also, the stamp paper should not be older than six months from the date of execution of BG).

3 Has the executing officer of BG indicated his name, designation and Power of Attorney No. / Signing Power No. On the BG?

4 Is each page of BG duly signed / initialled by executants and whether stamp of Bank is affixed thereon? Whether the last page is signed with full particulars including one witness under seal of Bank as required in the prescribed proforma?

5 Does the Bank Guarantee compare verbatim with the Proforma prescribed in the Bidding Documents?

6 Are the factual details such as Bidding Document No. / Specification No., Amount of BG, Validity of BG correctly mentioned in the BG?

7 Whether overwriting/ cutting, if any on the BG have been properly authenticated under signature & seal of executants?

8 Whether BG has been issued by a Bank in line with the provisions of Bidding Documents?

Page 203: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 1 of 1

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-XII

Annexure-XII A. PAYMENT TERMS ( LOADING )

Normally no deviation for payment is allowed, however NBPPL accept the deviation only in case of exceptional circumstances, bids shall be loaded as per following during bid evaluation

a) Supply Package Loading Criteria i) Direct payment No loading ii) Payment through Bank 4% of total price including taxes &

duties b) Supply/Turnkey Packages i) Payment demanded in 60 days 2% of total price including taxes &

duties ii) Payment demanded in 45 days 3% of total price including taxes &

duties. iii) Payment demanded in 30 days 4% of total price including taxes &

duties. iv) Last 10% supply Payment against PG Test

demanded without conducting PG test 10% of total package value (all inclusive price) & submission of additional BG for 10% value.

B. BANK GUARANTEE :- Non submission bank guarantee : No deviation is permitted

C. LIQUIDATED DAMAGES :-

i. If max limit asked for is 10% or 5% of undelivered portion - 10% value of total quoted price excluding taxes, duties & freight.

ii. If maximum limit asked is 5% of contract value instead of 10% - 5% value of quoted price excluding taxes, duties & freight

D. PRICE VARIATION CLAUSE:-.

PVC Instead of Firm Price : Maximum ceiling of PVC as demanded by vendor.

Page 204: NTPC BHEL Power Projects Private Limited · 2015-04-23 · NTPC BHEL Power Projects Private Limited (A Joint Venture Company of NTPC & BHEL) SECTION-I _____ Corporate Identity Number:

GENERAL

CONDITIONS OF CONTRACT

(Procurement)

PAGE NO.: 1 of 1

NBPPL / GCC ISSUED ON 07.10.2010 REV. 03

ANNEXURE-XIII

Annexure-XIII

NEFT Application Form

Name of the party

Name of the Bank

Address of the Bank

Party's A/c no

Type of A/c

IFSC CODE

Vendor’s E-MAIL ADDRESS

Authorised Signatory

Seal

THE ABOVE DETAILS ARE TO BE SUBMITTED ON THE COMPANY'S LETTERHEAD.

THE DETAILS MAY EITHER BE ATTESTED BY YOUR BANKERS OR ACCOMPANIED BY A CANCELLED CHEQUE LEAF WITH IFSC CODE & A/C NO.PRINTED ON IT.

UNDERTAKING TO REPORT IMMEDIATELY ANY CHANGES IN THE ABOVE TO BE SUBMITTED ON THE COMPANY'S LETTER HEAD