76
Replies to Bidder Queries for 23 MW Ans-II HEP S. NO RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS QUERY JKSPDC RESPONSE 1. Vol-V_DPR Turbine 9.2 Type/operating heads & output/ specific speed/ synchronous Speed / setting of turbine/ speed & pressure The weighted average Efficiency of turbine shall be not less than 93%. Kindly provide the formula to calculate the weighted average efficiency. (M/s Andritz) Turbine efficiency shall be calculated in accordance with AHEC/CEA guidelines. The Weighted average efficiency formula is not given in Tender. Kindly provide the formula to calculate the weighted average efficiency. (M/s Power Mech) Weighted avearge efficiency formula is missing. We request you to please arrange to provide the same. (M/s GAJA Engineering) 2. Volume-I Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request you to kindly add the following clause as S.No.5: “Apart from the Contractor’s Performance Guarantee, the Sub-Contractor shall furnish as security, a Contract Performance Guarantee* from its Bank in favour of the Owner in a form acceptable to the Owner. The value of such guarantee shall be equivalent to 5% of value of the proposed Sub-let Works as identified in the Contract awarded by the Owner to the Bidder/Contractor and it shall be an additional guarantee for faithful performance/compliance of this Deed of Undertaking in terms of the Contract. The guarantee shall be unconditional, irrevocable and valid Bid provisions shall prevail.

Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

1. Vol-V_DPR Turbine 9.2 Type/operating heads & output/ specific speed/ synchronous Speed / setting of turbine/ speed & pressure

The weighted average Efficiency of turbine shall be not less than 93%.

Kindly provide the formula to calculate the weighted average efficiency. (M/s Andritz)

Turbine efficiency shall be calculated in accordance with AHEC/CEA guidelines.

The Weighted average efficiency formula is not given in Tender. Kindly provide the formula to calculate the weighted average efficiency. (M/s Power Mech)

Weighted avearge efficiency formula is missing. We request you to please arrange to provide the same. (M/s GAJA Engineering)

2. Volume-I Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor.

Request you to kindly add the following clause as S.No.5: “Apart from the Contractor’s Performance Guarantee, the Sub-Contractor shall furnish as security, a Contract Performance Guarantee* from its Bank in favour of the Owner in a form acceptable to the Owner. The value of such guarantee shall be equivalent to 5% of value of the proposed Sub-let Works as identified in the Contract awarded by the Owner to the Bidder/Contractor and it shall be an additional guarantee for faithful performance/compliance of this Deed of Undertaking in terms of the Contract. The guarantee shall be unconditional, irrevocable and valid

Bid provisions shall prevail.

Page 2: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

till the Completion Certificate (as provided in the Contract) is issued by the Owner. The aforesaid additional Performance Guarantee amount shall be payable to the Owner on demand without any reservation or demur and shall be the maximum limit of liability of the Sub-contractor in respect of the Sub-let Work due to any reason, whatsoever..” (M/s Andritz)

3.

1.0 “In consideration of the

award of Contract by the

Owner to the Bidder

(hereinafter referred to

as the “Contractor”) we,

the Sub-Contractor and

the Bidder/Contractor do

hereby declare that we

shall be jointly and

severally bound to the

J&K Power

Development

Corporation Limited., for

the successful

performance of the

proposed sub-let works

in accordance with the

This form ITB-6 is regarding joint undertaking by Subcontractors. The Sub contractors are not ready for taking responsibility of whole contract as it is not clear from contents of this form The Sub contractors will be responsible for their scope of work and therefore it is requested to kindly modify this clause as follows:

1.0 “In consideration of the award of Contract by the Owner to the Bidder (hereinafter referred to as the “Contractor”) we, the Sub-Contractor and the Bidder/Contractor do hereby declare that we shall be jointly and severally bound to the J&K Power Development Corporation Limited., for the successful performance of the proposed sub-let works in accordance with ourscope of work(hereinafter referred to as the Sub-let Work). The maximum liability of Sub contractor will be limited to its sub-contract price only.”

(M/s Power Mech)

Bid Provisions shall prevail

Page 3: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

Contract.”

4. Request for Qualification Application Form 4A Letter of Authorization Vol.0 ,Part-3 Instruction to Applicants Application Form 4A Letter of Authorization

Request you to kindly modify the clause as: “……….manufactured by us and shall be jointly and severally responsible with M/s ____________ (Name of the EPC Contracting Company) for the performance of our sub-contract (proposed sub-let work), for the items of equipment mentioned, if awarded. (M/s Andritz)

Bid provisions shall prevail.

5th Para from Top “…manufactured by us and shall be jointly and severally responsible with M/s ______________ (Name of the EPC Contracting Company) for the performance of the Contract(s), for the items of equipment mentioned, if awarded.”

You will kindly agree that AF – 4A is applicable for Sub contractors and these Sub contractors shall be responsible for their scope of Work and not the whole contract work. Therefore it is request you to kindly modify the 5th Para of AF 4A , as follows:

“…. manufactured by us and shall be jointly and severally responsible with M/s ______(Name of the EPC Contracting Company) for the performance of our proposed sub-let work, for the items of equipment mentioned, if awarded.”

(M/s Power Mech)

Bid Provisions shall prevail

Page 4: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

5. General Application Form 4A Proforma of Joint Undertaking

We understand that the intent of these documents are: 1) To bind the Sub-Contractor (E&M sub-contractor)

only for the successful technical performance of the guaranteed parameters of the item(s) /equipment as specified in the Sub-contract, supplied by such Sub-Contractor.

2) To bind the Sub-Contractor for guarantees and warrantees for the item(s)/ equipment supplied by the subcontractor.

Kindly confirm the same. (M/s Andritz)

Bid Provisions shall prevail

We understand that the intent of this Letter of Authorization is:

3) To bind the Sub-Contractor (E&M sub-contractor) only for the successful technical performance of the guaranteed parameters of the item(s) /equipment as specified in the Sub-contract, supplied by such Sub-Contractor.

4) To bind the Sub-Contractor for guarantees and warrantees for the item(s)/ equipment supplied by the subcontractor.

Kindly confirm our understanding is in line with JKSPDC. (M/s Power Mech)

Page 5: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

6. Volume-III Section 6.3 Special Conditions of Contract Supply of Hydro Mechanical and Electromechanical Plant & Machinery. 7.Performance Guarantee

Request you to please add the following as new sub-clause 7.3: “The aggregate liability of the Sub-Contractor for Performance Liquidated Damages for failure to meet the guaranteed output, Turbine efficiency, Generator efficiency, Transformer losses shall be limited to 10% of the Sub-contract price.” (M/s Andritz)

Bid provisions shall prevail.

7. Vol.-III Section-5 SCC Cl 5 LD for Failure to meet the Guaranteed Output

“If all the generating units together fail to generate guaranteed output at the generator terminals with a power factor as set out in Article 9.2 of GCC, then Rs.15,00,00,000 (Hundred Fifty Million Indian Rupees) shall be paid by the bidderas liquidated damages for each MW of shortfall and fraction of one MW shall be paid on prorate basis. Liquidated damages in case of individual components shall be as per section 6.3.”

The Liquidated Damages are subject to maximum limit of 10% of contract Price and accordingly this clause may kindly be modified as shown below. If all the generating units together fail to generate guaranteed output at the generator terminals with a power factor as set out in Article 9.2 of GCC, then Rs.15,00,00,000 (Hundred Fifty Million Indian Rupees) shall be paid by the bidder as liquidated damages for each MW of shortfall and fraction of one MW shall be paid on prorata basis. Liquidated damages in case of individual components shall be as per section 6.3. However, aggregate sum of this LD shall not be more than 10 % of contract price. (M/s Power Mech)

Bid Provisions shall prevail

Page 6: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

8.

Volume-III Section-5: General Conditions of the Contract 7.Care of Works Volume-III Section-5 GCC

Request you to kindly modify the clause as: “The Contractor shall take full responsibility for the care of the Works or any Section or part of the Works from the Date of Order to Commence as defined in Article 22 until the Date of Completion. Note: Since the Employer will Take over the works by means of issuing a Completion Certificate(Transfer of Ownership and Risks) , the Employer shall be responsible for taking care of the Works, however the Contractor shall be liable for the defects arising during the Defect Liability Period as per clause 27. (M/s Andritz)

Bid provisions shall prevail. EPC contractor shall have to maintain minimum deployment of technical staff for the entire DLP.

9. 7.1 “The Contractor shall take full responsibility for the care of the Works or any Section or part of the Works from the Date of Order to Commence as defined in Article 22 until the Date of Completion and thereof till Defect Liability Period as specified in contract (as defined in Article 26 and 27), ………”

You will kindly appreciate that Employer will Take over the works by means of issuing a Completion Certificate(Transfer of Ownership and Risks) , the Employer shall be responsible for taking care of the Works, however the Contractor shall be liable for the defects arising during the Defect Liability Period as per clause 27.

You are requested to kindly modify the clause as follows:

“The Contractor shall take full responsibility for the care of the Works or any Section or part of the Works from the Date of Order to Commence as defined in Article 22 until the Date of Completion. (M/s Power Mech)

Bid Provisions shall prevail

Page 7: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

10. RFP_VOL-2 Tech-Specs

Serial No. A: Turbine

Guaranteed Efficiency at

rated head = 93%

The request efficiency is comparatively very high

considering the capacity of machine. We request to

kindly relax the efficiency to 92%.

(M/s Mecamidi)

Bid provisions shall prevail.

11. Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS 9.2.1 TYPE/OPERATING HEADS & OUTPUT/SPECIFIC SPEED/SYNCHRONOUS SPEED / SETTING OF TURBINE/SPEED & PRESSURE RISES

The weighted average efficiency of turbine shall be not less than 93%.

Weighted average efficiency formula is missing. We request you to please arrange to provide the same. (M/s Voith)

Turbine efficiency shall be calculated in accordance with AHEC/CEA guidelines.

12. Vol-V_DPR Turbine 9.2 Type/operating heads & output/specific speed/synchronous Speed / setting of turbine/speed & pressure

The Flywheel effect of the Generating Units shall be such that the momentary speed rise of the Unit shall not increase more than 45% at Maximum Static Head under any Condition of operation.

Please allow to restrict the speed rise limit to 55% to optimize the inertia requirement. (M/s Andritz)

AHEC/CEA guidelines shall be followed.

Please persuit the speed rise limit to 55% upto optimize the inertia requirement. (M/s Power Mech)

Page 8: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

i. Vol-V_DPR Turbine 9.1 Salient features Volume -V_ DPR 9.1 Salient

features

Centre line of generating unit

Please allow to choose the turbine setting level based on the optimal hydraulic turbine design (M/s Andritz)

Allowed subject to the condition that installed capacity of the project shall not get reduced. AHEC/CEA guidelines shall be followed

Contractor may be allowed to choose the turbine setting level based on the optimal hydraulic turbine design. In case of EPC projects. The speed of generating set is selected by contractor. (M/s Power Mech)

ii. Vol-V_DPR Turbine 9.1 Salient features

Synchronous speed

Please allow to offer the possible higher speed turbines for optimal design (M/s Andritz) Please allow to offer the possible higher speed

turbines for optimal design

(M/s Power Mech)

Bid Provisions shall prevail.

13. Vol-V_DPR 9.2.3 Main inlet valve (miv)– butterfly Valve &interconnection and pipes Volume -V_ DPR 9.2.3 Main

inlet valve (miv)–butterfly Valve

& interconnection and pipes

The Main Inlet Valve (MIV) will be Butterfly Type of 1800mm (Inside dia preliminary)

Please allow to choose the MIV diameter according to the inlet diameter of spiral casing (M/s Andritz)

Bid provision shall prevail.

Please allow to choose the MIV diameter according to the inlet diameter of spiral casing (M/s Power Mech)

Page 9: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

14. General

To enable us conducting the transient calculations, please provide the soft copy of drawing for the water conducting system (i.e. AutoCAD format). (M/s Andritz)

Whatever data regarding the project is available with JKSPDC that’s in the shape of DPR and Copy of the abridged DPR shall be provided to intending bidders on submission of a formal request on official letterhead along-with a Demand Draft of Rs.1.00 Lakh pledged to GM (Accounts), JKSPDC payable at Srinagar. The proof of purchase of the Tender Document (viz. DD for Rs.2.00 Lakh as per the NIT) shall also be enclosed with the request.

To enable us conducting the transient calculations, please provide the soft copy of drawing for the water conducting system (i.e. AutoCAD format) (M/s Power Mech)

15. General Please provide the maximum and minimum water temperature (M/s Andritz)

Whatever data regarding the project is available with JKSPDC that’s in the shape of DPR and Copy of the abridged DPR shall be provided to intending bidders on submission of a formal request on official letterhead along-with a Demand Draft of Rs.1.00 Lakh pledged to GM (Accounts), JKSPDC payable at Srinagar. The proof of purchase of the Tender Document (viz. DD for Rs.2.00 Lakh as per the NIT) shall also be enclosed with the request.

16. General

-

Please provide the maximum and minimum water temperature

Whatever data regarding the project is available with JKSPDC that’s in the shape of DPR and Copy of the abridged DPR shall be provided to intending bidders on submission of a formal request on official letterhead along-with a Demand Draft of

Page 10: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

Rs.1.00 Lakh pledged to GM (Accounts), JKSPDC payable at Srinagar. The proof of purchase of the Tender Document (viz. DD for Rs.2.00 Lakh as per the NIT) shall also be enclosed with the request.

17. Vol-V_DPR 9.9.8 HP Compressed Air System9

In addition, it will also cater for the air requirement of generator braking system at reduced pressure, achieved through pressure reducing system. (M/s Andritz)

The generator braking shall be of hydraulic type and thus no requirement of HP compressed air system is envisaged. For the purpose of standstill sealing system & general maintenance purpose the requirement of only LP Compressed air system envisaged and the same shall be offered. Compressor shall be of reciprocating type

Accepted

18. Volume-II Section-4.3 Owner's Requirement Electro- Mechanical Works 8.6 guidelines for high voltage testing of hydro generator

1. Winding bars before laying in stator split.

The offered generator shall be GVPI type and the HV test shall be performed on complete stator instead of stator bars/coils. Tests shall be done as per OEM QAP. Kindly accept. (M/s Andritz)

All test shall have to be governed by relevant IS standards.

The offered generator shall be GVPI type and the HV test shall be performed on complete stator instead of stator bars/coils. Tests shall be done as per OEM QAP. Kindly confirm acceptance. (M/s Power Mech)

19. Vol-V_DPR Generator 9.3.1 type/output/power factor/ generation voltage/ class of

The efficiency of the generator shall not be less than 98.5%.

Considering the small capacity of the offered generators the optimal efficiency of the generator shall be ~97.2% at rated load, voltage, frequency and power factor (IEC tolerance applicable).

Bid provisions shall prevail.

Page 11: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

insulation/type of cooling/ generator inertia

Kindly accept. (M/s Andritz)

Considering the small capacity of the offered generators the optimal efficiency of the generator shall be around 97.2% at rated load, voltage, frequency and power factor (IEC tolerance applicable). Kindly confirm acceptance. (M/s Power Mech)

20. Weighted Average Efficiency 98.5%

Kindly provide the formula to calculate the weighted average efficiency for the generator. (M/s Andritz)

AHEC/CEA guidelines shall be followed

Kindly provide the formula to calculate the weighted average efficiency for the generator. (M/s Power Mech)

21. Vol-V_DPR 9.3 Generator 9.3.1 type/output/ power factor/ generation voltage/ class of Insulation/type of cooling/generate or inertia

Creep Detector Devices, Vibration Detectors, Monitoring of moisture in Bearing Oil Reservoir, Dynamic Monitoring of Air Gap, On-line Partial Discharge Analyzer to monitor on-line condition of the Stator insulation etc., will also be provided, in addition to other instruments as required.

For the given small capacity ot the powerhouse we recommend to delete the requirement of the Creep detector, Dynamic Monitoring of Air Gap, Online Partial Discharge Analyzer. This shall not have any affect to the functionality / performance of the machines. Kindly review and confirm. (M/s Andritz)

Bid provisions shall prevail.

For the given small capacity ot the powerhouse we recommend to delete the requirement of the Creep detector, Dynamic Monitoring of Air Gap, Online Partial Discharge Analyzer. This shall not have any affect to the functionality / performance of the machines. Kindly review and confirm (M/s Power Mech)

Page 12: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

22. Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS 9.3.1 TYPE/OUTPUT/ POWER FACTOR/ GENERATION VOLTAGE/ CLASS OF INSULATION/TYPE OF COOLING/GENERATOR INERTIA

Creep Detector Devices We would like to propose 2 speed sensors so additional creep detector is not required, kindly accept. (M/s GAJA Engineering)

Bid provisions shall prevail.

We would like to propose 2 speed sensors so additional creep detector is not required, kindly accept. (M/s Voith)

23. Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS9.3.1 TYPE/OUTPUT/ POWER FACTOR/ GENERATION VOLTAGE/ CLASS OF INSULATION/TYPE OF COOLING/GENERATOR INERTIA

Vibration Detectors Vibrations on both the bearings of assembled generators shall be checked in all the 3 directions during factory acceptance test. The same machine will be fixed on concrete foundation at site which would be more stiff than the arrangement made at factory. Hence, vibration values at site would be lesser as comp are to the values checked at Factory. Hence, we dont envisaged the requirement of vibration detectors , kindly accept. (M/s GAJA Engineering)

Bid provisions shall prevail.

Vibrations on both the bearings of assembled generators shall be checked in all the 3 directions during factory acceptance test. The same machine will be fixed on concrete foundation at site which would be more stiff than the arrangement made at factory. Hence, vibration values at site would be lesser as comp are to the values checked at Factory. Hence, we dont envisaged the requirement of vibration detectors , kindly accept. (M/s Voith)

Page 13: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

24. Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS 9.3.1 TYPE/OUTPUT/ POWER FACTOR/ GENERATION VOLTAGE/ CLASS OF INSULATION/TYPE OF COOLING/GENERATOR INERTIA

Dynamic Monitoring of Air Gap

Air-Gap monitoring is generally required for large Hydro project having unit size above 100MW . Hence the same is not envisaged. kindly accept. (M/s GAJA Engineering)

Bid conditions shall prevail.

Air-Gap monitoring is generally required for large Hydro project having unit size above 100MW . Hence the same is not envisaged. kindly accept. (M/s Voith)

25. Vol-V_DPR 9.3 Generator 9.3.2 static excitation system and AVR

Each generator will have its own excitation system which will be of the digital static type and will include a digital voltage regulator, field suppression equipment and associated accessories.

Considering the small capacity machines we propose brush less excitation system instead of static excitation system. Kindly accept. (M/s Andritz)

Bid provisions shall prevail

For this range of generator, brushless excitation system would be more reliable and cost effective with less maintenance system, kindly confirm acceptance. (M/s Power Mech)

For this range of generator, brushless excitation system would be more reliable and cost effective with less maintenance system, kindly accept (M/s GAJA Engineering).

For the economy of the project kindly suggest if we

could offer Brushless excitation system against the

tender requirement of static excitation system.

(M/s Mecamidi)

Page 14: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

For this range of generator, brushless excitation system would be more reliable and cost effective with less maintenance system, kindly accept. (M/s Voith)

26. Vol-V_DPR 9.3 Generator 9.3.1 type/output/ power factor/ generation voltage/ class of insulation/type of cooling/generator inertia

The weight of rotating part has been computed at 40 tonnes. However, considering some extra margin an E.O.T crane of 50 tonne capacity is specified.

Considering the inertia requirement, the estimated weight of generator rotating parts shall be approx. 45-55 tons. Thus, EOT crane capacity has to be suitably selected based on this maximum weight to be lifted. Kindly accept. (M/s Andritz)

Bidder to optimise subject to the condition that the minimum capacity of EOT should not be less than 50 Tonne.

Considering the inertia requirement, the estimated weight of generator rotating parts shall be approx. 45-55 tons. Thus, EOT crane capacity has to be suitably selected based on this maximum weight to be lifted. kindly confirm acceptance. (M/s Power Mech)

27. General

As per tender specification Generation voltage along with connecting inline equipment, rated voltage is 6.6 KV.

We propose Generation voltage along with connecting inline equipment rated voltage as 11 KV. This will ease to develop more user-friendly electrical system if it is required to place VCB between Generator and Generator transformer circuit. Kindly accept.

(M/s Andritz)

The generating voltage shall be 11 kv

We propose Generation voltage along with connecting inline equipment rated voltage as 11 KV. This will ease to develop more user-friendly electrical system if it is required to place VCB between Generator and Generator transformer circuit.

Page 15: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

Kindly accept. (M/s Power Mech)

28. LTAC Single Line Diagram for Power House Drawing No.1504-EM-04

Station service transformers 132/0.415kV, 300 kVA, 3 phase Dry type

As per tender document, there is a requirement of 1 No. 300kVA 132/0.415kV AN station service transformer, please note as per design constraint voltage step down from such high voltage (132kV) to 415V service voltage is technically not feasible and the transformer with these technical parameter are not available in the market. We propose 2 Nos. of 500kVA 11/0.415kV, AN service transformer common to sufficiently cater the station & unit load requirement. In addition to this we propose additional IEC complied VCB breaker between Generator and Generator step up transformer (GSU). With above stated modified solution 132/0.415kV transformer requirement eliminate and due to additional breaker, station supply requirement shall eliminate if GSU is back charge. Kindly accept. (M/s Andritz)

2 Nos. of 500kVA 11/0.415kV service transformer common to sufficiently cater the station & unit load requirement shall be provided.

As per tender document, there is a requirement of 1 No. 300kVA 132/0.415kV AN station service transformer, please note as per design constraint voltage step down from such high voltage (132kV) to 415V service voltage is technically not feasible and the transformer with these technical parameter are not available in the market. We propose 2 Nos. of 500kVA 11/0.415kV, AN service

Page 16: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

transformer common to sufficiently cater the station & unit load requirement. In addition to this we propose additional IEC complied VCB breaker between Generator and Generator step up transformer (GSU). With above stated modified solution 132/0.415kV transformer requirement eliminate and due to additional breaker, station supply requirement shall eliminate if GSU is back charge. Kindly confirm acceptance. (M/s Power Mech)

29. LTAC Single Line Diagram for Barrage Drawing

Input power supply Kindly provide the details for specified 100 kVA Barrage transformer: 1. Input power supply along with scope and provision

details. 2. Type of Transformer - dry type or oil type (M/s Andritz)

100 Kva 11/0.415 Kv transformer (Oil Type) shall be provided. For more details Copy of the abridged DPR shall be provided to intending bidders on submission of a formal request on official letterhead along-with a Demand Draft of Rs.1.00 Lakh pledged to GM (Accounts), JKSPDC payable at Srinagar. The proof of purchase of the Tender Document (viz. DD for Rs.2.00 Lakh as per the NIT) shall also be enclosed with the request.

Kindly provide the details for specified 100 kVA Barrage transformer: 1. Input power supply along with scope and provision details. 2. Type of Transformer - dry type or oil type (M/s Power Mech)

30. Vol-V-DPR 9.9.8.1 HP Compressed air system

HP Compressed air system for oil pressure unit

Nitrogen filled accumulators are technically optimal for the oil pressure units and the same shall be offered. Kindly accept. (M/s Andritz)

Accepted.

Nitrogen filled accumulators are technically optimal for the oil pressure units and the same shall be offered. Since the supplied generator shall have hydraulic brakes, requirement of the HP compressed air system

Page 17: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

is not forceen and hence not considered in scope of supply. (M/s Power Mech)

Since the supplied generator shall have hydraulic brakes, requirement of the HP compressed air system is not forceen and hence not considered in scope of supply. (M/s Voith)

31. Vol-V-DPR 9.9.10 Dewatering & drainage system

One main & one standby for drainage and one main and one stand by for dewatering Submersible Pumps are shown in the scheme. Two (2) nos. (One main and one standby) of adequate capacity turbine type pumps will be provided in dewatering sump. Two (2) nos. (One main and one standby) of adequate capacity turbine type pumps will be provided for drainage sump.

There is a discrepancy in the document for pump type for Drainage & Dewatering system. At one place, it is mentioned as requirement of 1 main + 1 standby submersible and at another place, it specifies the requirement of vertical turbine type. We propose to offer the 1 main + 1 standby vertical turbine pumps separate for drainage and dewatering application. Kindly confirm. (M/s Andritz)

Bid provisions shall prevail.

There is a discrepancy in the document for pump type for Drainage & Dewatering system. At one place, it is mentioned as requirement of 1 main + 1 standby submersible and at another place, it specifies the requirement of vertical turbine type. We propose to offer the 1 main + 1 standby submersible pumps separate for drainage and dewatering application. Kindly confirm acceptance. (M/s Power Mech)

Page 18: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

Dewatering pumps & Flood Pumps shall be of submersible type. Please accept. (M/s GAJA Engineering)

Dewatering pumps & Flood Pumps shall be of submersible type. Please accept. (M/s Voith)

32. Vol-V-DPR 9.9.11 Flooding pumps and sump

vertical turbine type flooding pumps of adequate capacity are provided and a flooding sump of adequate capacity is provided below the MIV floor.

The submersible type pumps are more suitable for the Flood mitigation purpose. Thus, the same shall be offered. (M/s Andritz)

Accepted.

33. The submersible type pumps are more suitable for the Flood mitigation purpose. Thus, the same shall be offered. Kindly confirm acceptance. (M/s Power Mech)

34. Vol-V-DPR 9.9.7 Cooling water system

The proposed scheme of Cooling Water System is shown in drawing no 7061504-EM-09.The twin circuit cooling water system is envisaged as per the scheme. The Two main pump with two stand by pumps are shown in the drawing In the primary circuit, 3 nos. (Two main and one stand by) Horizontal ShaftCentrifugal Pumps willbe provided The secondary closed loop, clean water circuit of each unit shall be provided with a circulating pump. There will be one main circulating pumps for each unit and one stand by pump for respective

There is discrepancy in pump quantity in respect to the description and schematic: The schematic shows two pump for primary and two pumps for secondary circuit for both units. Kindly confirm the pump quantity requirement. (M/s Andritz)

Two main pumps with one stand by pumps to be provided.

Page 19: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

standby circuits.

35. Volume -V_ DPR Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS Section: 9.9:Auxiliary Mechanical Services Clause : 9.9.7 Cooling Water System

Necessary Cooling Water System required for the Generating Units and transformers etc will be provided. The proposed scheme of Cooling Water System is shown in drawing no 7061504-EM-09.The twin circuit cooling water system is envisaged as per the scheme. The Two main pump with two stand by pumps are shown in the drawing.

We recomend to use two separate overhead tanks for cooling water system & fire fighting system. In case of fire / other utility use with fire fighting line will lead to utilise the terated water from the over head tank. Separate over head cooling water tank along with filling of potable water tank shall be in customer /contractor scope. This potable water line can be tapped from the drinking water line as it is only one time process and very once the tank will be required to filled with a very small amount of water to top up the over head tank in as & when cases. (M/s Power Mech)

Bidder to optimize.

We recommend to use two separate overhead tanks for cooling water system & fire fighting system. In case of fire / other utility use with fire fighting line will lead to 19reated the 19reated water from the over head tank. Separate over head cooling water tank along with filling of potable water tank shall be in customer /contractor scope. This potable water line can be tapped from the drinking water line as it is

Page 20: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

only one time process and very once the tank will be required to filled with a very small amount of water to top up the over head tank in as & when -cases. (M/s GAJA Engineering)

We recommend to use two separate overhead tanks for cooling water system & fire fighting system. In case of fire / other utility use with fire fighting line will lead to 20reated the 20reated water from the over head tank. Separate over head cooling water tank along with filling of potable water tank shall be in customer /contractor scope. This potable water line can be tapped from the drinking water line as it is only one time process and very once the tank will be required to filled with a very small amount of water to top up the over head tank in as & when -cases. (M/s Voith)

36. Vol-V-DPR 9.9.7 Cooling water Vol-V-DPR Chapter 9:

PLANNING & DESIGN

ASPECTS OF ELECTRO-

MECHANICAL WORKS

In case of heavy silt, the system may be provided

Kindly provide the Water petrographic analysis data for the better assessment. (M/s Andritz)

Whatever data regarding the project is available with JKSPDC that’s in the shape of DPR and Copy of the abridged DPR shall be provided to intending bidders on submission of a formal request on official letterhead along-with a Demand Draft of Rs.1.00 Lakh pledged to GM (Accounts), JKSPDC payable at Srinagar. The proof of purchase of the Tender

Kindly provide the Water petrographic analysis data for the better assessment. with cyclone separators. (M/s Power Mech)

Page 21: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

Document (viz. DD for Rs.2.00 Lakh as per the NIT) shall also be enclosed with the request.

37. Cooling water system Schematic diagram 1504EM-09

2 shaft seal water pump, 2 cyclone, 2 backwash multimedia filter for shaft seal In schematic, near secondary pump outlet, precision filter 20 micron is written whereas the item as per legend is butterfly valve.

The offered shaft sealing system is of non-contact type and it requires water only during the installation, which can be taped from the header for fire fighting. Thus, the requirement of Pumps, multimedia filter & cyclone is not envisaged. We understand it as a typing error. (M/s Andritz)

Bidder to optimize.

The offered shaft sealing system is of non-contact type and it requires water only during the installation, which can be taped from the header for firefighting. Thus, the requirement of Pumps, multimedia filter & cyclone is not envisaged. We understand it as a typing error. (M/s Power Mech)

38. Cooling water system Schematic diagram 1504EM-09

No pressure reducing valve shown for transformer

For optimal design of the transformer coolers, a pressure-reducing valve shall be required in the circuit. The same shall be included in the offer. (M/s Andritz)

ONAF type shall be provided.

For optimal design of the transformer coolers, a pressure-reducing valve shall be required in the circuit. The same shall be included in the offer. (M/s Power Mech)

Page 22: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

39. Cooling water system Schematic diagram 1504EM-09

No provision of the filters to the inlet of the pumps shown for primary circuit

For smooth operation of the system, the requirement of a coarse filter at the inlet of the pumps in the primary circuit is envisaged. The same shall be included in the offer. (M/s Andritz)

Bidder to optimize

For smooth operation of the system, the requirement of a coarse filter at the inlet of the pumps in the primary circuit is envisaged. The same shall be included in the offer. (M/s Power Mech)

40. Volume-III Section-5: General Conditions of the Contract 24. Extension of time for Completion

New Sub clause to be added

Request you to kindly include a new clause 24.4 as follows: “Notwithstanding anything in this contract, the contractor has right to an extension of Time for Completion plus the reimbursement of additional costs, if he is delayed in completing the Works by any of the following causes: a) Extra or Additional work ordered by the

Employer including any change in scope of work.

b) Physical obstructions or conditions which could not reasonably have been foreseen by the contractor, including all seismic, hydrological, geological and other surface or sub-surface conditions or concealed conditions on site.”

Bid provisions shall prevail.

Page 23: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

c) Any default or delay in the timelines for the reasons not attributable to the contractor.” (M/s Andritz)

41. Request to kindly include the following as a new sub clause as 24.4:

“Notwithstanding anything in this contract, the contractor has right to an extension of Time for Completion plus the reimbursement of additional costs, if he is delayed in completing the Works by any of the following causes:

d) Extra or Additional work ordered by the Employer including any change in scope of work.

e) Physical obstructions or conditions which could not reasonably have been foreseen by the contractor, including all seismic, hydrological, geological and other surface or sub-surface conditions or concealed conditions on site.”

f) Any default or delay in the timelines for the reasons not attributable to the contractor.”

(M/s Power Mech)

42. Volume-III . 1. Request you to please replace the last Bid provisions shall prevail.

Page 24: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

Section-5: General Conditions of the Contract 26. Completion Of Works

26.3 “....... In such case, any remaining tests shall be performed by the Contractor thereafter at the first available opportunity during the said Defects Liability Period.”

sentence with the following in sub-clause 26.3: “In such case, any remaining tests shall be performed by the contractor thereafter at the first available opportunity, within 3 months of the start of Defect Liability. In case the tests are not performed within 3 months of the Certificate of Completion due to reasons notlll attributable to the contractor, such tests shall be deemed to be done and the contractor shall be relieved of all his obligations with respect to such tests.”

2. Also, request you to add the following

paragraph at the end of clause no. 26: “The units shall be deemed to be taken over in case of the following: a) Usage of the Equipment by the

Employer for Commercial operation.

b) The taking over is delayed for more than 30 days from the date of commissioning for reasons not attributable to the contractor.

c) Project execution is delayed, for reason(s) beyond contractor control, for more than 12 months from the date of delivery of last substantial consignment or from

Page 25: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

storage certificate/warehouse receipt. The Employer shall issue a Certificate of Completion in the above case and the Defect liability period shall start.” (M/s Andritz)

Request to please replace the last sentence with the following in sub-clause 26.3:

“In such case, any remaining tests shall be performed by the contractor thereafter at the first available opportunity, within 3 months of the start of Defect Liability. In case the tests are not performed within 3 months of the Certificate of Completion due to reasons not attributable to the contractor, such tests shall be deemed to be done and the contractor shall be relieved of all his obligations with respect to such tests.”

Also, request you to add the following paragraph at the end of this clause no. 26:

“The units shall be deemed to be taken over in case of the following: d) Usage of the Equipment by the

Employer for Commercial

Page 26: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

operation.

b) The taking over is delayed for more than 30 days from the date of commissioning for reasons not attributable to the contractor.

(M/s Power Mech)

43. RfP Document: Volume III

Section-5: General Conditions

of the Contract GCC Clause

No. 27.1

Request for Qualification - 1.4 Completion time.

DEFECTS LIABILITY PERIOD:

Defects Liability Period" shall be 36 (thirty

six) months from the Date of Completion

Generally, Defect Liability Period is 365

days from the date of commissioning of the

project. Even in Durbuk shoyk Hydro

Electric Project, defect liability period is

12 months.

We request you to keep 12 months of DLP

period for this tender as well.

(M/s Angelique)

Bid Conditions shall prevail.

36 Months has been given in the documents. However, we request you to kindly consider 12 Months DLP from successful synchronization of unit. (M/s GAJA Engineering)

In Hydro Projects, the Defect Liability Period is generally 12 months from the date of commercial operation of the particular generating unit.Also JKSPDC have kept 12 months Defect Liability Period in their EPC projects like Lower KalnaietcAlso JKSPDC have allowed Price Variation in their EPC projects like Lower KalnaietcFurther, JKSPDC had also

Page 27: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

modified Defect Liability Period ofAns-llto 12 months during Pre-bid meeting held earlier.Kindly incorporate DLP of 12 months in line with the practice prevailing in the Hydro Projects.. (M/s Power Mech)

In this sub clause 27.6 - replace the words “36 months” with “12 months” and replace the words “76 months” with “24 months”

(M/s Power Mech)

Bid Provisions shall prevail.

27.3 “If any such defect shall appear or damage occur, the Owner shall forthwith inform the Contractor thereof stating in writing the nature of the defect or damage. The Contractor shall have no liability under this Article in respect of any claim unless notice thereof has been given by the Owner to the Contractor within 50 days after the event giving rise to the claim has come to the notice of the Owner.”

Defects observed during DLP are normally informed to Contractor within two or three days. Therefore 50 days’ time mentioned in this sub clause should be modified to maximum 5 (five) days. Kindly modify this clause. (M/s Power Mech)

Bid Provisions shall prevail

44. Volume-III Section-5: General Conditions of the Contract Clause 29. Extent of General Liability

New Sub clause to be incorporated.

We request you to kindly include the following new Clause 29.5 : “Contractor’s aggregate liability for and all claims of any kind, for any loss, damage or expenses arising out of or connected with

Bid provisions shall prevail.

Page 28: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

the Works or this Contract or breach thereof, together with the cost of performing make good obligations to pass performance tests shall in no event exceed 100 % of the Contract Price. The limitations and exclusions of liability set forth in this clause shall take precedence over any other provision of this Contract and shall apply whether the claim for liability is based on contract, tort (including negligence) or otherwise.” (M/s Andritz)

We request you to kindly include the following new Clause 29.5 :

“Contractor’s aggregate liability for and all claims of any kind, for any loss, damage or expenses arising out of or connected with the Works or this Contract or breach thereof, together with the cost of performing make good obligations to pass performance tests shall in no event exceed total Contract Price. The limitations and exclusions of liability set forth in this clause shall take precedence over any other provision of this Contract and shall apply whether the claim for liability is based on contract, tort (including negligence) or otherwise.” (M/s Power Mech)

Page 29: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

45. Volume-III Section-6: Special Conditions of the Contract Section 6.3: Special Conditions Of Contract Supply Of Hydro mechanical And Electromechanical Plant & Machinery.

New Sub clause to be incorporated.

“Termination by the Contractor:”

Request to include the following clause pertaining to the suspension and termination rights for the contractor as below: “Suspension by the Contractor: The contractor may suspend performance of all or any part of his obligations for such period of time that the Employer is in delay with any of his obligations in connection with the Contract including, amongst others, payment of any due amount or opening, amendment, and extension of L/C as required by the contractor. Additionally, the contractor shall have the right to extend such suspension for the time the contractor reasonably may need to resume his obligations (e.g. for reason of machine utilization, remobilization of workforce, etc.). Upon such suspension, the contractor shall be entitled to an adequate extension of Time for Completion and to reimbursement of any costs, damages and losses incurred by the Contractor due to such suspension. Termination by the Contractor: a) The Contractor may terminate the

Contract if: (i) the Employer does not remedy the

default of delay in payment or issuance, amendment or

Bid provisions shall prevail.

Page 30: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

maintenance of payment security within 30 (thirty) days after having received the notice of suspension of the Contract by the contractor, or

(ii) if the Employer substantially fails to perform his obligations under the Contract, or

(iii) if the execution of delivery or the inception or continuation of Works is made impossible for reasons within the responsibility of the Employer and if the delay is extended beyond a grace period of 30 (thirty) days.

b) The Contractor shall further be entitled to receive from the Employer the agreed Contract Price deducted by the costs saved by reason(s) of termination prior to completion of the Contract.

c) Any such termination shall be without prejudice to any other rights of the contractor under the Contract or the Law. On such termination, the Contractor shall be entitled to stop all Works related to the Contract and to remove immediately all Contractor’s equipment and property.” (M/s Andritz)

Page 31: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

46. “Termination by the Contractor:”

d) The Contractor may terminate the Contract if:

(iv) the Employer does not remedy the default of delay in payment or issuance, amendment or maintenance of payment security within 30 (thirty) days after having received the notice of suspension of the Contract by the contractor, or

(v) if the Employer substantially fails to perform his obligations under the Contract, or

(vi) if the execution of delivery or the inception or continuation of Works is made impossible for reasons within the responsibility of the Employer and if the delay is extended beyond a grace period of 30 (thirty) days.

e) The Contractor shall further be entitled to receive from the Employer the agreed Contract Price deducted by the costs saved by reason(s) of termination prior to completion of the

Bid Provisions shall prevail

Page 32: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

Contract.

Any such termination shall be without prejudice to any other rights of the contractor under the Contract or the Law. On such termination, the Contractor shall be entitled to stop all Works related to the Contract and to remove immediately all Contractor’s equipment and property.”

47. Volume -V_ DPR Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS 9.4 GENERATOR- TRANSFORMER CONNECTION / 6.6 KV BUS DUCTS SYSTEM

9.4 GENERATOR- TRANSFORMER CONNECTION / 6.6 KV BUS DUCTS SYSTEM

Material of conductor is not specified in the tender documents. Can we consider 11kV SPBD with Aluminium conductor. Kindly confirm acceptance (M/s Power Mech) .

11 Kv copper bus duct shall be provided

Material of conductor is not specified in the tender documents. Can we consider 11kV SPBD with Aluminium conductor. Kindly confirm. (M/s GAJA Engineering)

Material of conductor is not specified in the tender documents. Can we consider 11kV SPBD with Aluminium conductor. Kindly confirm. (M/s Voith)

48. BOQ-Supply Of EM Plant

and machinery

11 KV Bus Duct, isolated type

With reference to the generation voltage of

11 KV, the derived current rating shall be

less than 1000 A, thus we recommend 11

Bid provision shall prevail.

Page 33: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

BOQ-3.07 KV XLPE insulated aluminum conductor

cable in place of IPBD.

Kindly, provide your observation/

confirmation.

(M/s Mecamidi)

49.

BOQ-Supply Of EM Plant

and machinery

BOQ-3.11

11 KV Copper conductor, XLPE cables

We recommend 11 KV aluminum

conductors XLPE cable in place of copper

conductor. Kindly, provide your

observation / confirmation.

(M/s Mecamidi)

Bid provision shall prevail

50. Volume -V_ DPR Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS 9.10.2 LTAC SYSTEM

Suitable number of LT Boards will be installed at various locations of power house, township and switchyard.

Requirement of LT switchboard for township area is not clear. Kindly confirm the details. (M/s Power Mech)

Bidder to optimize

Requirement of LT switchboard for township area is not clear. Kindly confirm the details. (M/s GAJA Engineering)

Requirement of LT switchboard for township area is not clear. Kindly confirm the details. (M/s Voith)

Page 34: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

51. Volume -V_ DPR Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS9.10.4.1 CABLE TYPES

1.1kV, twin conductor, 1.5 mm2, PVC insulated, PVC sheathed, screens,Instrumentation Cables for Transducers, RTDs and Thermocouples Devices, andCommunication System IS 1554.

Instrumentation cable shall be of 0.75 Sq.mm as 1.5 Sq. mm can not terminated on various instruments at field. Kindly confirm acceptance. (M/s Power Mech)

Bidder to optimize

Instrumentation cable shall be of 0.75 Sq.mm as 1.5 Sq. mm can not terminated on various instruments at field. Kindly accept. (M/s GAJA Engineering)

Instrumentation cable shall be of 0.75 Sq.mm as 1.5 Sq. mm can not terminated on various instruments at field. Kindly accept. (M/s Voith)

52. Volume -V_ DPR Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS 9.10.4.1 CABLE TYPES

All cable insulation and sheath material shall be halogen free, fire retardant, low smoke, low fumes material.

For cost optimization our Proposal is to used FRLS cables as FRLSOH cables are gererally used in refinery and petro-chemical and Nuclear power plants. Kindly confirm acceptance. (M/s Power Mech)

Accepted.

For cost optimization Voith Proposal is to used FRLS cables as FRLSOH cables are gererally used in refinery and petro-chemical and Nuclear power plants. Kindly accept. (M/s GAJA Engineering)

Page 35: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

For cost optimization Voith Proposal is to used FRLS cables as FRLSOH cables are gererally used in refinery and petro-chemical and Nuclear power plants. Kindly accept. (M/s Voith)

53. Volume -V_ DPR Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS 9.10.8 PLCC SYSTEM

Power Line Carrier Communication (PLCC) System will be provided at the 132 kV Outdoor Switch Yard. This will be matched with the PLCC equipment at the Receiving End Sub-stations.

kindly provide details of the PLCC equipment at the Receiving End Sub-stations to match with Power House PLCC system. (M/s Power Mech)

Bidder to optimize

54. kindly provide details of the PLCC equipment at the Receiving End Sub-stations to match with Power House PLCC system. (M/s GAJA Engineering)

55. kindly provide details of the PLCC equipment at the Receiving End Sub-stations to match with Power House PLCC system. (M/s Voith)

56. Volume -V_ DPR Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS E&M Drawings

TVM Metering We have considered TVM (Main and check) for 132kV Outgoing line. Kindly confirm acceptance. (M/s Power Mech)

Accepted.

We have considered TVM (Main and check) for 132kV Outgoing line. (M/s GAJA Engineering)

Page 36: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

We have considered TVM (Main and check) for 132kV Outgoing line. (M/s Voith)

57. Volume -V_ DPR Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS E&M Drawings

SINGLE LINE DIAGRAM OF RELAYING AND METERING 1504-EM-01

Wave Trap location in R&B phase. Kindly confirm as per receiving end. (M/s Power Mech)

Bidder to Optimize

Wave Trap location in R&B phase. Kindly confirm as per receiving end. (M/s GAJA Engineering)

Wave Trap location in R&B phase. Kindly confirm as per receiving end. (M/s Voith)

58. Volume -V_ DPR Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS E&M Drawings

LTAC SINGLE LINE DIAGRAM FOR POWER HOUSE 1504-EM-04

REF protection is not envisaged for Unit Aux. transformer's and Station service transformer as these are small rating transformers. Kindly confirm acceptance. (M/s Power Mech)

Accepted.

REF protection is not envisaged for Unit Aux. transformer's and Station service transformer as these are small rating transformers. (M/s GAJA Engineering)

Page 37: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

REF protection is not envisaged for Unit Aux. transformer's and Station service transformer as these are small rating transformers. (M/s Voith)

59. Volume -V_ DPR Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS Section: 9.2.2: Turbine Governor

The governor of each turbine will be provided with an air-oil pressure system for pressurized oil supply.

Air oil pressure system were used in older practice with Low/Medium pressure oil units. Since we are using high pressure system for the servomotor operation, Nitrogen based accumulator system shall be provided. Kindly confirm acceptance. (M/s Power Mech)

Accepted.

60. Air oil pressure system were used in older practice with Low/Medium pressure oil units. Since we are using high pressure system for the servomotor operation, N2 based accumulator system shall be provided. Kindly accept (M/s GAJA Engineering)

Accepted.

Page 38: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

61. Air oil pressure system were used in older practice with Low/Medium pressure oil units. Since we are using high pressure system for the servomotor operation, Nitrogen based accumulator system shall be provided. Kindly confirm acceptance. (M/s Voith)

Accepted.

62. Volume -V_ DPR Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS Section: 9.3: Generator

The Fire Protection system of generator will be Water Sprinkle type along with the requisite accessories.

Since offered generator is with Global VPI and self extinguished winding hence water based system requirement is not required. However portable fire extinguishers shall be provided in generator floor. (M/s Power Mech)

Bidder to optimize.

Since offered generator is with Global VPI and self extinguished winding hence water based system requirement is not foreseen. However portable fire extinguishers shall be provided in generator floor. (M/s GAJA Engineering)

Since offered generator is with Global VPI and self extinguished winding hence water based system requirement is not foreseen. However portable fire extinguishers shall be provided in generator floor. (M/s Voith)

63. Volume -V_ DPR Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS Section: 9.3: Generator

The Generator Coolers shall be frame-mounted type with Air Cooler tubes made of Copper-Nickel alloy. Each Generator will be provided with Pneumatically Operated Brakes of sufficient capacity.

Supplied generator shall have hydraulic brakes. In view of the same HP compressed air system is also not required. (M/s Power Mech)

Accepted

Page 39: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

Supplied generator shall have hydraulic brakes. In view of the same HP compressed air system is also not required. (M/s GAJA Engineering)

Supplied generator shall have hydraulic brakes. In view of the same HP compressed air system is also not required. (M/s Voith)

64. Volume -V_ DPR Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS Section: 9.9:Auxiliary Mechanical Services Clause : 9.9.5 Heating, Air Conditioning & ventilation

The Powerhouse will be provided with Air Conditioning and Ventilation System as required, to maintain the Control Room and specific Work Areas at the required levels of Temperature, Humidity and Comfort, as per practice for surface power houses. Ventilation Fans, Filters etc. will be located suitably. Number of air changes per hour for ventilation system shall be as per relevant IS.

Air conditioners shall be provided in the Control room, meeting room & shift incharge room to maintain the temperature & humidity. However for other areas of the power house suitable exhaust/blower fans shall be provided to maintain the air changes as per applicable IS code. KIndly confirm acceptance. (M/s Power Mech)

Bid provisions shall prevail

Air conditioners shall be provided in the Control room, meeting room & shift incharge room to maintain the temperature & humidity. However for other areas of the power house suitable exhaust/blower fans shall be provided to maintain the air changes as per applicable IS code. (M/s GAJA Engineering)

Page 40: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

Air conditioners shall be provided in the Control room, meeting room & shift incharge room to maintain the temperature & humidity. However for other areas of the power house suitable exhaust/blower fans shall be provided to maintain the air changes as per applicable IS code. (M/s Voith)

65. Vol.0 ,Part -1 Cl. no.1.0 Notification of Invitation of RFQ Vol -I ,Section-1 Cl. 17.2 Vol -III, Section-5 Cl. 32 Price Adjustment

“……. International Competitive Bidding (ICB) under EPC Turnkey Lump Sum Fixed Cost Basis……” “This being a Lump-Sum EPC contract, the Contract Price of the Bid shall remain fixed and shall not be subject to any Price-Adjustment/ variation.” “The Contract Price shall remain firm and there shall be no scope for price adjustment...”.

Generally, Hydro Power Projects are having gestation period of more than 18 months. NHPC and other Power Utilities are allowing price variation during the contract period, in their contracts if gestation period is more than 18 months. Even CEA also recommends price Adjustment during the currency of the contract if gestation period is more than 18 months so that unnecessary extra loading of bid price by bidders on account of price variation, is avoided. AlsoJKSPDC have allowed Price Variation in their EPC projects.JKSPDC is requested to incorporate the provision of Price Adjustment during theperformanceof thecontract . (M/s Power Mech)

Bid conditions shall prevail.

Page 41: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

66. Vol.-III Section-5 SCC Cl. No 3 Price Adjustment

Delay of more than six monthsin handing over of encumbrance-free land to the EPC Contractor for a project component from the start date of that project component as per the agreed construction schedule.

You will kindly appreciate every delay will result in cost overrun. This is not justified if six months’ delay is there then only Price adjustment will be applicable. Provisions of Price Adjustment clause shall be applicable if delay of more than one-monthis occurred in handing over of site. Kindly modify this clause. (M/s Power Mech)

Bid Provisions shall prevail

67. Vol.-III Section-5 GCC Cl. No. 49 Effect of Change in Law

“ There shall be no scope for price adjustment on account of change in law after the submission of Price Bids for the Contract including changes to any National or StateStatute, Ordinance, Decree, or other Law or any regulation or by-law of any local or other duly constituted authority, or the introduction of any such State Statute, Ordinance, Decree, Law, regulation.”

This is one sided tender clause. Both the parties of contract have to adhere the statutory obligations. These provisions are clearly mentioned in JKSPDC’s Lower Kalnai EPC project.This tender clause need to be modified..

Further, kindly clarify if GST percentage is reduced by Govt. of India during execution of contract then JKSPDC will reimburse the higher percentage of GST applicable at the time of bidding & same is mentioned by contractor in his bid Kindly clarify. (M/s Power Mech)

Bid Provisions shall prevail.

68. Vol I - 17 Price Basis, Currencies and Payments & Vol III - 32 Price Adjustment

Price Adjustment

In this regard, we request you to kindly consider Price adjustment clause during execution period duly based on relevant circulars as per industry standard. As per CVC guidelines also, project

Bid Provisions shall prevail.

Page 42: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

completion period beyond 18 Months shall have Price Escalation Clause. So, we request you to kindly consider the same. (M/s GAJA Engineering)

In addition to above, we request to kindly consider PV clause for delay beyond 1 month in handing over of the proposed land to EPC contractor in all respects instead of existing 6 month period. (M/s GAJA Engineering)

Bid Provisions shall prevail.

69. Vol.0 ,Part -2 Cl. No.5.1.4 Instruction to Applicants

…… shall be in successful operation for last 3 years.

The three years criteria of successful

operation may be modified to 2 years

criteria.

(M/s Power Mech)

Bid Provisions shall prevail.

70. Volume-III Section-5 GCC page 5 Cl. no. 1. Definitions

1.7 "Contract Price" means the Lump sum fixed Contract Price stated in the Letter of Acceptance payable to the contractor for Engineering Procurement and Commissioning of the project and the remedying of any defects therein in accordance with the provisions of the contract. Fixed price contract shall include every financial liability created under the terms of contract and any other liability created during and after the execution of the Contract viz-a-viz Contract”.

Request you to kindly modify the clause as follows:

"Contract Price" means the Contract Price stated in the Letter of Acceptance payable to the contractor for Engineering Procurement and Commissioning of the project and the remedying of any defects therein in accordance with the provisions of the contract.” (M/s Power Mech)

Bid Provisions shall prevail

Page 43: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

71. Vol.-III Section-5 GCC Cl. No. 21 Suspension of Work

21.1 “……. The extra cost, including that occasioned by the subsequent resumption of work, incurred by the Contractor in giving effect to the Owner's instructions under this Article 21.1 shall be borne and paid by the Owner unless such suspension is: a) otherwise provided for in the Contract, or b) necessary by reason of any default on

the part of the Contractor, or for which he is responsible or

c) necessary by reason of abnormal climatic conditions (i.e. climatic conditions which have not been observed in the project area during last 20 years) or the consequences thereof on the Site, or

d) necessary for the proper execution of the Works, or for the safety of the Works or any part thereof.”

The reasons mentioned at sl. no.a), c) & d) of this sub clause are not attributable to Contractor and therefore should be deleted from this clause.

As per prevailing industrial practices, if suspension of work is due to any reason which is not attributable to Contractor, then extra cost towards” idling of resources” is payable to contractor. The provisions of this clause should be similar to JKSPDC’s Lower Kalnai EPC Project.

This tender clause is one sided. If Owner is allowed to suspend the contract for certain reasons, then contractor should be allowed to suspend the contract for breach of contract by Owner. It is requested to kindly include the following clause pertaining to the suspension rights of the contractor also, as mentioned below:

“Suspension by the Contractor:”

The contractor may suspend performance of all or any part of his obligations for such period of time that the Owner is in delay with any of his obligations in connection with the Contract including, amongst others, payment of any due amount. Additionally, the contractor shall have the right to extend such suspension for the time the contractor reasonably may need

Bid Provisions shall prevail

Page 44: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

to resume his obligations (e.g. for reason of machine utilization, remobilization of workforce, etc.). Upon such suspension, the contractor shall be entitled to an adequate extension of Time for Completion and to reimbursement of any costs, damages and losses incurred by the Contractor due to such suspension (M/s Power Mech).

72. Vol.-III Section-5 GCC Cl. No. 28 Final Acceptance Certificate

28.1 “A Final Acceptance Certificate shall be issued to the Contractor at its request by the Owner within thirty days after the expiry of the Defects Liability Period applicable to the Works or part thereof, or the date of rectification of outstanding deficiencies/ damages/defects as per Article 27 above whichever is later.”.

As per global practice, Final Acceptance of machine is the event when Field Efficiency & Output Tests are successfully conducted on Turbine and Generator in Hydro Power Plant. After acceptance of Generating Equipment, it is put on Commercial run by Owner. Final Acceptance Certificate is issued to Contractor at this point of time and not after Defect Liability Period as mentioned in this clause. It is requested to kindly modify this clause accordingly. (M/s Power Mech)

Bid Provisions shall prevail.

73. Vol.-III Section-5 GCC Cl. No. 33 Taxes & Duties

New Sub clause to be incorporated. “Statutory Obligations”

Kindly incorporate the following provision of Statutory Obligations in this clause: “ However, if a new tax or duty or levy, other than those existing on the date of submission of bid, is imposed in India under a statute or law during the currency

Bid Provisions shall prevail

Page 45: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

of the Contract and the Contractor becomes legally liable thereunder to and actually pays the same for bonafide use on the Works contracted, then the Contractor shall immediately inform the Owner in this regard. The Owner will reimburse the same to the Contractor on production of satisfactory proof of payment, provided that the amount thus claimed is not paid under the Contract.” (M/s Power Mech)

74.

Vol III Taxes & Duties Change in Law & Statutory Obligation

We request you to kindly reimburse the EPC contractor if awarded the contract for any upward in existing taxes / introduction of New taxes which are implemented after submission of bid and also during course of contract. (M/s GAJA Engineering)

Bid conditions shall prevail.

75.

Vol III Taxes & Duties GST

In this regard, we request you to kindly clarify whether the GST is applicable in J&K for this project. If yes, please specify the rate of GST.

GST is applicable in J&K. The rates are same as applicable in rest of country.

76. Vol.-III Section-5 GCC Cl. No36 Force Majeure

New Sub clause to be incorporated.

Kindly incorporate the following in this clause: “Notwithstanding any other provision of this clause, Force Majeure shall not apply to any obligations of the Owner to make

Bid Provisions shall prevail

Page 46: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

payments to the Contractor under the Contract.” (M/s Power Mech)

77. 36.4 “Time for performance of the relative obligation suspended by the force majeure shall stand extended pursuant to Article 24 hereof to the extent the effect of such occurrence affects the Time for Completion”

Besides time extension, the Idling charges of contractor’s resources should also be payable to Contractor. Kindly modify the clause accordingly. (M/s Power Mech)

Bid Provisions shall prevail

78. Vol.-III Section-5 SCC Cl 4.4 Down Payment

“ (a) The Owner will make, if so opted for by the Contractor, an interest bearing down payment to him exclusively for the costs of mobilization in respect of the Works in an amount not exceeding 10 (Ten) percent of the Contract Price,which shall be paid in four installments of 30%, 30%, 20% & 20%. Each successive installment shall be released after utilization of previous installment, duly supported by documentary evidence and verified by the Engineer-in-Charge.”

a) It is requested to provide Interest free advance / down payment.

b) From this clause we understand that

down payment will be max. upto10%

of total Contract Price. Kindly

confirm.

(M/s Power Mech)

Bid Provisions shall prevail. Bid Provisions are clear.

Page 47: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

79. Vol.-III Section-6.3 SCC Clause 7 Performance Guarantee Test

7.1 “Turbine Efficiency - To prove the weighted average efficiency of the turbine as guaranteed in the Owner’s Requirements a field test will be carried out on each turbine according to IEC…...” 7.2 “To prove the weighted average efficiency of the generator as guaranteed in the Owner’s Requirements, a field test will be carried out on each generatoraccording to IEC…...”

As per standard practice in Hydro Projects if Powerhouse contains multiple generating units of same design then Field Efficiency Tests are conducted on only one unit which is mutually decided by Owner and Contractor. The test results are applicable to all generating units. In case of JKSPDC’s Lower Kalnai EPC Project also the Field Acceptance Tests shall be conducted on one generating unit as selected by Employer. As per the tender provisions under clause no. 7, we understand that Field Efficiency Test is to be conducted on each generating unit. Each test takes around 15 to 20 days’ time for one unit and during this period Unit will not generate the power. To save time and also to save generation loss, all Power Utilities, including NHPC etc. are conducting Efficiency Test on one generating unit only and its results are applied to all other generating units of the Power House for the purpose of LD etc. This clause may please be modified accordingly. (M/s Power Mech)

Bid Provisions shall prevail

Page 48: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

80. RFQ Document

Part-2: Information&

Instruction to Applicants

Clause No. 5.1.4, Electro-

Mechanical Works

Electro-Mechanical works:

The bidder should have carried out

design, manufacture, erection, testing and

commissioning of One Hydro turbine and

hydro generator, with necessary ancillary

equipment, having unit size not less than

9.2 MW and shall be in successful

operation for 03 years post

commissioning.

As per the tender clause, Electro-

Mechanical subcontractor should be a

manufacturer of both turbine and

Generator. We request JKSPDC to kindly

modify this clause as under:

One Hydro Turbine and/or Hydro

Generator, with necessary ancillary

equipment, having unit size not less than

9.2 MW and shall be in successful

operation for 03 years post commissioning.

(M/s Angelique)

Bid conditions shall prevail.

As per the tender clause, Electro-

Mechanical subcontractor should be a

manufacturer of both the turbine and

generator. We request JKSPDC to kindly

modify this clause as under:

Design, manufacture/supply, erection,

testing and commissioning of Hydro

Turbine and Hydro Generator with

necessary ancillary equipment having unit

size…..

(M/s Mecamidi)

Page 49: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

The bidder should have carried out the following electro-mechanical works and equipment in the preceding 10 Years:-

Design, manufacture/supply, erection, testing and commissioning of Hydro Turbine and Hydro Generator with necessary ancillary equipment having unit size…..

(M/s Mecamidi)

81. General Query

Price Variation

Kindly provide Annexure for Price variation

(M/s Angelique)

Annexure for price variation is appended

herewith as Annexure-A

82. RfP Document Volume I

Section-I : Instruction to

Bidders

Clause No. 5.5

5. ELIGIBILITY AND QUALIFYING

REQUIREMENTS:

In the event of delay in the completion of

the project due to reason/s attributable to

the EPC contractor, the payments to the

PMC as may be due shall be recovered

from the EPC contractor. Sub-contractors

qualified through RFQ shall be treated as

subcontractors approved by the Owner.

This requirement is a change in the

standard set of tenders floated by JKSPDC

and was never a part of previous tenders.

We request you to delete this clause and

make applicable the standard JKSPDC

requirements to this project as well.

(M/s Angelique)

Bid Conditions shall prevail.

Page 50: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

83. Power Factor There is a variation in value of power factor

in DPR and Technical Specifications.

Kindly clarify.

(M/s Angelique)

Power factor of 0.85 shall be considered.

84. 5.1.2(Civil Works) The bidder should have successfully completed civil or structural works related to water resources/marine/hydroproject/Power projects in the last 10 years.

In the earlier tender in the qualification criteria, it was provided that the bidder should have successfully completed work/works in any of the following types of projects:- 1. Power/Ports/Airports/Dockyards/steel plants/Gas pipelines/Canals/Dams/Bridges & Irrigation Works.The Works of Canals/Dams/IrrigationWorks/bridges/ roads/Airports come in the category of Infrastructural works, therefore it is requested that the qualification criteria may kindly be modified as kept in the earlier tender.

Bid conditions shall prevail.

85. i) 5.1.3 (Hydro-Mechanical Works). ii) Penstock.

i)The bidder should have carried out Design, Manufacture, Erection, testing and commissioning as prime contractor or as a partner in a joint venture/consortium or as a sub-contractor hydro mechanical works and equipment in the preceding 10 years. ii) Execution of at least one penstock/steel pipes(incl. Mild steel pipe) of not less than 2.36m internal Diameter and having

i) As a design consultant is to be engaged for planning, design and engineering works as sub-contractor, who will be doing the design work of hydro-mechanical works also, therefore the bidder itself having carried out the design of hydro-mechanical works will not be necessary. As such it is requested that

The bidder is allowed to meet the technical requirement of ‘design’ of the Hydromechanical works (of type, number & dimension as specified in Clause 5.1.3) through the subcontractor proposed for Planning, Design & Engineering Works. In such a scenario, client certificate/s, with complete details of the scope of work and specifications, explicitly certifying that the said design/s prepared by such proposed subcontractor has/ have been successfully

Page 51: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

minimum 200m length.

this clause may kindly be modified accordingly.

(M/s Choudhary Power Projects) ii) Penstock:- The internal diameter is provided as 2.36 m. This criteria is required to be kindly modified as 2.24 m internal diameter. (M/s Choudhary Power Projects)

manufactured, erected and commissioned and has/ have been in trouble-free operation for not less than 05 (five) years postcommissioning, shall be necessarily required. In such case, the balance technical requirement of Hydromechanical works, viz. manufacture, erection, testing and commissioning of the Hydromechanical works of type, number & dimension as specified in Clause 5.1.3 shall be met by the bidder itself or through a subcontractor.

86. 5.1.5.1 (turnover)

As per clause the Average Turn over of the preceding 3 years shall atleast be the amount specified here under. 1) For individual company / Firm INR 90 Crore or Eq. USD or Euro 2 ) For JV / Consortrium a) Lead partners INR 54 Crores b) Other partners combine INR 36 Crores.

In the earliesr tenders the Average annual turnover for a project of such magnitude floated by JKSPDC was, 1.) For individual Company / Firm INR 75 Crore or Eq. USD or Euro 2.) For J.V / Constrium a) Lead Partners INR 40.00 Crore or Eq. USD or Euro b) Others partners Combined INR 35.00 Crore or Eq USD or Euro it is as such requested that the requirement of Average annual turnover may be modified accordingly . (M/s Choudhary Power Projects)

Bid condition shall prevail.

Page 52: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

87. 5.1.5.2 (Profitability)

Each member of consortium/JV should have earned net profit(before taxes for preceding 3 years(three) financial years.The bidder should not be under debt restructuring at the time of submission of bid.

Kindly increase the consideration years to preceding 5(five) years out of which any 3(three) years the bidder shall have earned net profit(before taxes).The reason being that the infrastructure works in the country have suffered due to slow market growth, demonetization, implementation of GST, slow down in hydropower sector. (M/s Choudhary Power Projects)

Bid condition shall prevail.

88. Tender Fee Tender Fee

We have Paid Tender Fee for ANS-II vide tender reference no;- JKSPDC/PMDP/Ans-II/5373-84. So, in this regard Request you to kindly consider waiver for already paid Bidders. (M/s GAJA Engineering)

Not agreed.

89. DPR Copy DPR (Copy of the DPR shall be provided to intending bidders on submission of a formal request on official letterhead along-with DD & proof of purchase of the bid document viz. Demand Draft)

As we have already received DPR from your good-office against above paid tender fee. So, in this regard we hope you to kindly consider. (M/s GAJA Engineering)

Not agreed.

90. Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS 9.3.1 TYPE/OUTPUT/ POWER FACTOR/ GENERATION VOLTAGE/

On-line partial discharge analyzer to monitor on-line condition of the Stator insulation etc.,

For such rating of project, we would like to offer generators with morden and latest global VPI insulation system which is very strong and long lasting, self extguishing type. Hence we dont envisage the requirement of such system , kindly accept.

Bid conditions shall prevail.

Page 53: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

CLASS OF INSULATION/TYPE OF COOLING/GENERATOR INERTIA

(M/s GAJA Engineering)

91. Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS 9.3.1 TYPE/OUTPUT/ POWER FACTOR/ GENERATION VOLTAGE/ CLASS OF INSULATION/TYPE OF COOLING/GENERATOR INERTIA

On-line partial discharge analyzer to monitor on-line condition of the Stator insulation etc.,

For such rating of project, we would like to offer generators with morden and latest global VPI insulation system which is very strong and long lasting, self extguishing type. Hence we dont envisage the requirement of such system , kindly accept. (M/s Voith)

Bid conditions shall prevail.

92. Chapter 9: PLANNING & DESIGN ASPECTS OF ELECTRO-MECHANICAL WORKS 9.5 GENERATOR TRANSFORMERS P.No. 12

A rail track of 1676 mm gauge shall be embedded for movement of transformers during installation and maintenance.

Transformer rail shall not be in E&M scope (M/s GAJA Engineering)

Bidder to Optimize.

93. Transformer rail shall not be in E&M scope (M/s Voith)

94. Chapter 9: PLANNING &

DESIGN ASPECTS OF

ELECTRO-

MECHANICAL WORKS

Section: 9.9:Auxiliary

Portable Testing Equipment will be provided to carry out normal testing of Powerhouse equipment. However, a room has been proposed in the power house for Testing Laboratory for storage of portable equipment.

As the requirement of testing laboratory is not clear, we request owner to keep it in their scope. (M/s GAJA Engineering)

Testing being in the scope of the contractor, all the necessary equipment shall be provided by the EPC contractor.

Page 54: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

Mechanical Services

Clause : 9.9.3 Testing

Laboratory

Portable Testing Equipment will be provided to carry out normal testing of Powerhouse equipment. However, a room has been proposed in the power house for Testing Laboratory for storage of portable equipment.

As the requirement of testing laboratory is not clear, we request owner to keep it in their scope. (M/s Voith)

95.

Earlier Pre-Bid Calrifications of ANS-II

All the technical & Commercial clarifications issued to ANS-II earlier stands same or not (M/s GAJA Engineering)

Query is irrelevant.

96.

DPR Coffer Dam – Filling

Source of Material for filling the Coffer Dam is not identified in the DPR. Needs clarification. (M/s GAJA Engineering)

Bidder to optimize.

97.

DPR Power Scource

As per site survey we require 11 kV supply at 3 - 4 Points, request to kindly clarify the scope for the same. (M/s GAJA Engineering)

Construction power shall be provided upto a certain point by JKSPDC, its distribution to other points shall be the responsibility of EPC Bidder.

98.

DPR Quarry

In DPR quarry points have been indicated. However during our site visit we have noticed that few locations have already been auctioned by government and the quarrys are in working condition by some

Bid provisions shall prevail.

Page 55: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

other agency. Kindly clarify -whether any new locations will be alloted for us or not. (M/s GAJA Engineering)

99.

DPR Quarry

As per DPR dumpinng points have not shown to the required Qty of muck and access between dumping yards and quarry locations is not available. Thus, Land for the Roads proposed in DPR is not sufficient. Please provide additional space/ land pockets for the same and clarify the land aquisition for the same is done or yet to be done at your end. (M/s GAJA Engineering)

Bid provisions shall prevail.

100.

DPR Quarry

Required Mining fees for the quarry locations has to be paid by JKSPDC and handover the same to EPC for further exection. Pl confirm. (M/s GAJA Engineering)

Query is irrelevant.

101.

DPR Quarry

If any good rock found in the tunnel, can the same be used in concreting or not. Kindly confirm the same. (M/s GAJA Engineering)

Query is irrelevant.

102.

DPR Crusher for aggregates

Kindly clarify the scope of JKSPDC in getting the permissions from concerned. (M/s GAJA Engineering)

Query is irrelevant.

Page 56: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

103.

DPR Blasting

Kindly clarify the scope of JKSPDC in getting the permissions from concerned. (M/s GAJA Engineering)

Query is irrelevant.

104.

DPR Approch between Camp Site & Work Site

As per site visit there is much level variation between Base camp and site area near Barrage and Gambhir nallah works proposed in DPR. Request to kindly clarify the scope of access roads & river crossing with a permanent bridge needed in such high currents in the river cannot be done within this contract cost. You are requested to provide in a seperate contract/ Tender for the Permanent bridge and not to include in this tender. (M/s GAJA Engineering)

Query is irrelevant.

105.

DPR Bends in HRT

We request you to kindly consider curves instead of bends for smooth execution in HRT. (M/s GAJA Engineering)

Bidder to optimize.

106.

DPR L section if HRT

We request you to kindly provide L section details for below ground level along with Geolgy details in HRT portion for a detailed and competitive estimation. (M/s GAJA Engineering)

Copy of the abridged DPR shall be provided to intending bidders on submission of a formal request on official letterhead along-with a Demand Draft of Rs.1.00 Lakh pledged to GM (Accounts), JKSPDC payable at Srinagar. The proof of purchase of the Tender Document (viz. DD for Rs.2.00 Lakh as

Page 57: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

per the NIT) shall also be enclosed with the request.

107.

DPR As per DPR 40 mm, 50 mm , 75 mm, 90 mm & 110 mm pre grouting envisaged (M/s GAJA Engineering)

To meet the said requirement minimum 3 Nos Boomers are required and space to operate the same is not available as per site condition and cost will increase. In this regard, we request you to kindly suggest alternative method.

Query is irrelevant.

108.

DPR River Crossing (M/s GAJA Engineering)

As per site condition river crossing is envisaged. In this regard, kindly clarify the access methods and permissions from concerned by JKSPDC.

EPC bidder shall have to construct at its own level access roads keeping in view the present site conditions.

109.

DPR Land Acquisition (M/s GAJA Engineering)

Kindly clarify whether land acquisition is available for the entire project or not. If not, whether available for making basic development initially like Roads & Camp area.

JKSPDC has not acquired any land as yet for the project or infrastructure. However JKSPDC shall facilitate the acquisition of land in consultation with concerned Department with active Cooperation of the firm.

110. Request for Qualification - 1.4 Completion time. & Vol III GCC - 23 Time for completion.

Completion Time

Based on the complexity of site location, the Completion time mentioned as 40 Months may not be sufficient and request to kindly revise the same to 54 Months. (M/s GAJA Engineering)

Bid provisions shall prevail.

111. RFP_VOL-2 Tech-Specs

Serial No. A: Generator 2.

The speed and of generator is mentioned

as 375 RPM and the rated speed of

turbine is given as 198 RPM.

We request you to kindly allow the E&M

manufacturer to decide the most suitable

speed for the project.

Bid provisions shall prevail.

Page 58: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

Speed

Serial No. B:Turbine

3.Rated Speed

BOQ-Supply Of EM Plant

and machinery

BOQ-3.01

(M/s Mecamidi)

112.

RFP_VOL-2 Tech-Specs

Serial No. A: Generator

Guaranteed Overall Efficiency at rated

voltage, frequency, Power Factor =

98.50%

The request efficiency is comparatively

very high considering the capacity & speed

of machine. We request to kindly relax

redraft it as “ Efficiency of Generator at

rated output = 96%”

(M/s Mecamidi)

Bid Provisions shall prevail.

113.

RFP_VOL-2 Tech-Specs

Serial No. A: Turbine

Pressure Rise = 20%

As per IS 12837, Maximum allowable

pressure and speed rise for Francis

turbines is 35% & 55% respectively. As the

tender stated pressure rise of 20% leads to

high inertia. We request you to relax the

speed rise limit to as per IS Standards.

(M/s Mecamidi)

AHEC/CEA guidelines shall be followed.

Page 59: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Replies to Bidder Queries for 23 MW Ans-II HEP

S. NO

RFQ DOCUMENT TENDER CLAUSE NO. BID REQUIREMENTS

QUERY JKSPDC RESPONSE

114.

BOQ-Supply Of EM Plant

and machinery

BOQ-3.12

110 V 350 AH Capacity DC System (2no.)

We recommend for common battery bank

(1no. 350 Ah VRLA).Kindly, provide your

observation / confirmation.

(M/s Mecamidi)

Bid provision shall prevail

115.

General Comment

Kindly provide the following drawings:-

1. Power house drawing (Plan and

Cross-section)

2. Water Conductor System

3. Electrical SLD

(M/s Mecamidi)

copy of the abridged DPR shall be provided to intending bidders on submission of a formal request on official letterhead along-with a Demand Draft of Rs.1.00 Lakh pledged to GM (Accounts), JKSPDC payable at Srinagar. The proof of purchase of the Tender

Document (viz. DD for Rs.2.00 Lakh as

per the NIT) shall also be enclosed with

the request.

Page 60: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 1 OF 17

PRICE ADJUSTMENT

(This shall only be applicable in case of delay on account of reasons attributable to the

Owner and the conditions as explicitly defined in the Volume-III of the RfP, Section-6,

Special Conditions of the Contract, Clause 3, “Price Variation”)

(The EPC Contract does not have any Foreign Currency Component. As such, Foreign Currency Component and its

connected formulae/ indices, wherever reflected in this Annexure, shall not be considered.)

(i) The Contract Price shall be subject to Price Adjustment during performance

of the Contract to reflect changes in the cost of labour and material compo-

nents etc. in accordance with the provisions described below.

(ii) The Price Adjustment provisions shall be applicable separately for price com-

ponents relating to supply of Equipment and Erection, as per price break-up

furnished by the Contractor in Schedule-1/ Schedule-2 and Schedule-4. (iii) Only following components of the Contract Price will be subject to Price

Adjustment:

(a) Ex-Works (India) Price of Plant and Equipment excluding Mandatory

Spares manufactured within the Employer's Country (covered in

Schedule 2) and FOB Price component for Plant and Equipment ex-

cluding Mandatory Spares supplied from abroad (covered in Schedule

1). The Price Adjustment amount towards these Price component

shall be subject to a ceiling of twenty percent (20%) of Ex-works and

FOB Price component of the Contract Price respectively.

(b) Installation Services component of the Contract Price (covered in

Schedule 4).

(c) Civil Works Component of the Contract Price (covered in Schedule-4)

(iv) Price Adjustment amounts towards aforesaid components of Contract Price

shall be paid in the respective currencies of Contract. Specified ceilings on

amount of Price Adjustment shall be applicable for each of the Contract cur-

rencies separately.

(v) The indices for Price Adjustment shall necessarily be of the country of ori-

gin of goods/labour and shall be well established and nationally recognized in

that country. Preferably Government indices shall be used.

(vi) The Price Adjustment formula for the components of the Contract Price, as

mentioned at Sl.No. (iii) above shall be as stipulated hereinafter.

(vii) Ex-Works/FOB Price component of Plant and Equipment excluding Man-

datory Spares and Type Test Charges

It is understood that the Price component of the equipment for any shipment/

dispatch comprises of a fixed portion (designated as 'F' and the value of

which is specified hereunder) and a variable portion linked with the indices for

Page 61: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 2 OF 17

various materials and labour (description and co-efficient as enumerated

below).

The amount of Price Adjustment towards variable portion payable/recoverable

on each shipment/dispatch shall be computed as under :

EC = EC1 - EC0

EC1 will be computed as follows :

A1 B1 C1

EC1= EC0 { F + a x ----- x f1 + b x ------ x f2 + c x ------ x f3 +

A0 B0 C0

L1

Lb x ------ x fLb} L0

Where

EC = Adjustment to Ex-Works/FOB Price component expressed in

the currency of the Contract payable to the contractor for each

shipment/dispatch.

EC1 = Adjusted amount of Ex-works/FOB Price component expressed

in the currency of the Contract payable to the Contractor for each shipment/dispatch.

EC0 = Ex-works/FOB Price for the Plant and Equipment in the cur-

rency of the Contract, shipment/dispatch wise.

- The fixed portion of the Ex-works/FOB component of the Con-

tract Price (F) shall be 0.15.

- a,b,c etc. shall be co-efficient of major materials/items involved in

the Ex-works/FOB Component of the Contract Price. The

sum of these co-efficients shall be between 0.50 to 0.60.

- A,B,C etc. shall be published Price indices of corresponding

major materials/items. Such indices shall necessarily be of

the country of origin of goods.

Page 62: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 3 OF 17

- 'Lb" shall be co-efficient for labour component in the Ex-works/

FOB Component of the Contract Price which shall be between

0.25 to0.35.

'L' shall be labour index.

- Sum of all the material co-efficients and the labour co-efficient

shall be 0.85.

f1, f2 - f1,f2,f3 etc. are Exchange rate correction factors for the res-

f3, fLb etc. pective materials and fLb is the exchange rate correction fac-

tor for labour with reference to the currency of the country of

origin of index and the respective contract currency, such that

Z0 f = ----

Z1

where Z is the no. of units of the currency of the country of the origin of in-

dex, which is equivalent to one unit of the respective contract currency. The

exchange rates to be used for calculation of factor 'f' shall be as per Bills

Selling Exchange Rates established by the STATE BANK OF

INDIA.,….,Jammu

For the indices, subscript 'o' refers to indices as on 30 days prior to date set for opening of bids. For 'Z0' subscript 'o' refers to value as on the date

of opening of bids.

Subscript '1' refers to indices/exchange rates as of :

(a) three months/ninety (90) days prior to the date of shipment/dispatch

for labour, and

(b) at the expiry of two third (2/3) period from the date of Notification of

Award to the date of shipment/dispatch, for material.

For the purpose of this clause the date of shipment/dispatch shall mean the

Schedule date of shipment/dispatch or actual date of shipment/dispatch,

whichever is earlier. The schedule date of shipment/dispatch shall be as

identified in line with provisions of Time Schedule, Appendix-4 to the Contract

Agreement.

Price Adjustment on Ex-works Prices for the Plant and Equipment (Schedule- 2) and FOB Price for Plant and Equipment (Schedule-1) shall be subject to

separate ceilings of twenty percent (20%) of Ex-Works Price and FOB Price

Page 63: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 4 OF 17

component of the Contract Price respectively. The actual payment of esca-

lation at any stage shall not exceed 20% of cummulative Ex-Works Price or

FOB Price of Plant and Equipment already supplied, as the case may be.

Any escalation at any stage exceeding the aforesaid actual payment in either

the Ex-works Price Component or the FOB Price Component shall be kept

to the credit of the contractor and shall be released as and when the actual

payment of escalation falls below 20% of cummulative Ex-works Price or

FOB of Plant and Equipment already supplied, as the case may be. Any un-

adjusted credit shall however, lapse when the actual cumulative Price Adjust-

ment payments reach the respective ceiling amount of 20% of Ex-works

Price or FOB Price component of the Contract, as the case may be. The

specified ceiling of 20% of the adjustment amount towards Ex-works or

FOB Price of the Plant and Equipment shall be applicable for each of the

Contract Currencies separately and Price Adjustment amount shall be com-

puted and payable/recoverable in respective currencies.

In case of shipments/dispatches which are delayed beyond the schedule

date of shipment/dispatch for reasons attributable to the Contractor the Price

adjustment provision shall not be applicable for the period of time between

the schedule date of shipment/dispatch and the actual date of shipment/des-

patch. For this purpose, the schedule date of shipment/dispatch shall be as

given above.

The above formula for Price Adjustment will be applicable if the currency in

which the Contract Price is expressed is different from the Currency of the

country of origin of labour and material indices. In other case, formula shall

be applied without the exchange rate correction factor 'f'.

(viii) Installation Services [excluding Planning, Design & Engineering and

Civil Works (including Structural Steel Works), Allied Works etc.] Com-

ponent (covered in Schedule-4)

It is understood that the Price component for installation services comprises of

a fixed portion and a variable portion linked with the index of labour (de-

scription and coefficients as enumerated).

The monthly Price Adjustment amount for the installation services component

of the Contract Price will be computed separately for Indian currency and for

foreign currency portion, if any, related to expatriate supervision/labour as per

the formula given below:

(a) Indian Rupee portion of the Installation Services

ER = ER1 - ER0

Page 64: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 5 OF 17

ER1 will be computed as follows :

F1)

ER1 = ER0 (0.15 + 0.85 ----

)

F0

Where :

ER = Adjustment to Installation services component of Contract Price

expressed in Indian Rupees payable to the contractor for each

billing.

ER1 = Adjusted amount of Installation services component of Contract Price expressed in Indian Rupees payable to the Contractor.

ER0 = Value of the Installation work done in the billing period, which

shall be calculated as under:

For the purpose of computing ER0, each bill (which is exclud-

ing Initial Advance and amount payable on completion of the Facilities and on successful completion of Guarantee test) dur- ing the Erection period up to the 'Completion of the Facilities' shall be divided by a factor as indicated below:

Installation Services _ [Initial Advance amount+Installa-

component of the tion services of Installation com-

Contract Price ponent of the Contract Price

payable on completion of the

Facilities + Installation services

component of the Contract

Price payable on successful

completion of Guarantee test]

---------------------------------------------------------------------------------------

Installation Services component of the Contract Price

The payment of Price Adjustment amount so computed (refer

Sr.No. F, Appendix-1) shall be made against a separate in-

voice, linking the corresponding invoice for Installation payment

after retaining the pro-rata amount due on completion of the

Facilities and on Completion of the Guarantee Tests. The

amounts so retained shall be paid on completion of the Facili-

ties and on successful completion of Guarantee Tests respec-

tively.

Page 65: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 6 OF 17

F = Indian field labour index namely, All India Consumer Price Index

for Industrial Workers (All India Monthly Average) as published

by Labour Bureau, Simla, Government of India.

(b) Foreign Currency portion of the Installation

Services

EE = EE1 - EE0

EE1 will be computed as follows

: EE1 = EE0 (0.15 + 0.85 EF1 x

f)

---------

EF0

Where

EE = Adjustment to Installation services component of Contract Price

expressed in foreign currency payable to the contractor for

each billing.

EE1 = Adjusted amount of Installation services component of Contract

Price expressed in foreign currency payable to the contractor for each billing.

EE0 = Value of foreign currency portion of Erection work done in the

billing period which shall be calculated as under :

For the purpose of computing EE0, each bill (which is exclud-

ing Initial Advance and amount payable on Completion of the Facilities and on successful Completion of the Guarantee test) during the Erection period upto the 'Completion of the Fa- cilities' shall be divided by a factor as indicated below:

Installation Services _ [Initial Advance amount+Installa-

component of the tion services of Installation com-

Contract Price ponent of the Contract Price

payable on completion of the

Facilities + Installation services

component of the Contract

Price payable on successful

completion of Guarantee test]

---------------------------------------------------------------------------------------

Installation Services component of the Contract Price

Page 66: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 7 OF 17

The payment of Price Adjustment amount so computed (refer

S.No. F, Appendix-1) shall be made against a separate invoice,

linking the corresponding invoice for Installation payment after

retaining the pro-rata amount due on completion of the Facili-

ties and on Completion of the Guarantee Tests. The amount

so retained shall be paid on completion of the facilities and on

successful completion of the Guarantee Tests respectively.

EF = Index for Expartriate field labour component of the Erection

Price of Installation work. Such index shall necessarily be of

the country of nationality of the labour.

f = Exchange rate correction factor for expatriate labour with refer-

ence to currency of country of origin of index for expatriate

labour and the respective contract currency, such that

Z

0

f = ----------- Z1

where Z is the no. of units of the currency of the country of origin of index,

which is equivalent to one unit of the respective contract currency. The ex-

change rates to be used for calculation of factor 'f' shall be as per Bills

Selling Exchange Rates established by the STATE BANK OF

INDIA,……,Jammu.

For the indices, subscript 'o' refers to indices as on 30 days prior to date set for opening of bids. For 'Z0', subscript 'o' refers to value as on the

date of opening of bids.

For the indices, subscript '1' refers to the indices as applicable for the

month of execution of the erection work. For the exchange rates, subscript

'1' refers to the exchange rates as applicable on the last day of the month

of execution of the erection work. For the purpose of this clause, month of

execution of erection work shall mean the schedule month of execution of

the erection work or actual month of execution of the erection work, which-

ever is earlier. The schedule date for completion of a particular erection

activity shall be as identified in line with provisions of Time schedule, Appen-

dix-4 to the Contract Agreement.

The above formula for foreign exchange portion of Installation Services Com-

ponent of Contract Price shall be applicable if the currency in which the con-

tract Price has been expressed is different from the currency of country of

origin of indices for foreign labour. In other cases, the formula shall be ap-

plied without exchange rate correction factor 'f'.

Page 67: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 8 OF 17

Price Adjustment on Erection Portion of installation component of the Con-

tract Price shall be without any ceiling.

In case of erection activities which are delayed beyond the schedule date for

reasons attributable to the contractor, the Price Adjustment provision shall not

be applicable for the period of time between the schedule date of completion

and actual date of completion of the respective erection activity. For this

purpose, the schedule date for completion of a particular erection activity

shall be as given above. (ix) Civil Works (including Structural Steel Works), Allied Works etc. Price

Component

The Price Adjustment formula for the various components of the Con- tract

Price shall be construed as stipulated hereinafter. The formula designed

for governing and calculating the Price Adjustment to be ap- plied to the

Contract Price shall be as follows:

a) Category-I: STRUCTURAL STEEL SUPPORTS - Steel Ribs, Steel lag-

ging and metal works (steel) including steel pipes for Civil Works (in-

cluding Structural Steel Works), Allied Works etc. covered in Schedule-

4) (To be calculated for each currency separately)

It is understood that the Civil Works Price Component comprises a fixed

portion (designated as 'F' and the value of which is specified hereunder) and

variable portion linked with the indices for various materials and labour

(description and coefficients as enumerated below):

The amount of Price Adjustment towards variable portion payable/recoverable

shall be computed as follows:

ECW = CC1 - CC0

CC1 will be computed as follows:

S1 L1 A1 B1 E1 Z0

CC1= CC0 {F + s* ---- + I * ---- + a * ---- + b * ---- + e * ----} ----

S0 L0 A0 B0 E0 Z1

Where

ECW = Adjustment to Civil Works Price Component during billing period

for items covered under Category-I.

Page 68: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 9 OF 17

CC1 = Adjusted amount of Civil Works Price Component during billing

period for items covered under Category-I

CC0 = Civil Works Price Component during billing period for items

covered under Category-I

F = Fixed Portion of the gross value which will not be subjected to

any adjustment = 0.20

's' = Coefficient of steel content in the cost of work = 0.50

'I' = Coefficient of labour (for all categories) content in the cost of

work = 0.20

'a' = Coefficient of Acetylene gas content in the cost of work = 0.03

'b' = Coefficient of Oxygen gas content in cost of work = 0.03

'e' = Coefficient of Electrodes content in the cost of work = 0.04

'S' = Index for Steel

Index Numbers for wholesales prices in India = by Groups &

Sub Groups (Base 1993-94:100) Published in RBI Bulletin,

Table No. 40.

Group (J) : Basic Metals, Alloys & Metal Products Sub Group a : Basic Metals & Alloys

a1 : Iron & Steel

'L' = Labour Index

Consumer Price Index Numbers for Industrial Workers - All In-

dia & Selected Centres (Base 2001:100) Published by Labour

Bureau, Shimla / RBI Bulletin.

Table No. 36, Under the Head : "All India"

'A' = Index for Acetylene Gas

Index Numbers of Wholsale Prices in India - by Groups & Sub

Groups (Base 1993-94:100) Published in RBI Bulletin, Table

No. 40

Page 69: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 10 OF 17

Group (H): Chemicals & Chemical Products Sub Group i: Matches, explosives and other chemicals

n.e.c

'B' = Index for Oxygen Gas

Index Numbers of Wholesale Prices in India - by Groups &

Sub Groups (Base 1993-94:100) Published in RBI Bulletin,

Table No. 40

Group (H): Chemicals & Chemical Products Sub Group I : Matches, explosives and other chemicals

n.e.c

'E' = Index for Electrodes

Index Numbers of Wholesale Prices in India - by Groups &

Sub Groups (Base 1993-94:100) Published in RBI Bulletin,

Table No. 40

Group (J) : Basic Metals, Alloys & Metal Products Sub Group a : Basic Metals & Alloys

a4 : Ferro alloys

There shall be no ceiling on the Price Adjustment Payment for Items

listed under Category - I.

b) Category-II: REINFORCEMENT, ROCK BOLT AND WIREMESH for Civil

Works covered in Schedule-4) (To be calculated for each currency

separately)

It is understood that the Civil Works Price Component comprises a fixed

portion (designated as 'F' and the value of which is specified hereunder) and

variable portion linked with the indices for various materials and labour

(description and coefficients as enumerated below):

The amount of Price Adjustment towards variable portion payable/recoverable

shall be computed as follows:

ECW = CC1 - CC0

Page 70: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

CC1 will be computed as follows:

S1 M1 L1 Z0

CC1=CC0 {F + s* ----- + m * ----- + I * -----} ------

S0 M0 L0 Z1

PAGE 11 OF 17

Where

ECW = Adjustment to Civil Works Price Component during billing period

for items covered under Category-II.

CC1 = Adjusted amount of Civil Works Price Component during billing

period for items covered under Category-II.

CC0 = Civil Works Price Component during billing period for items

covered under Category-II.

'F' = Fixed Portion of the gross value which will not be subjected to

any adjustment = 0.20

's' = Coefficient of steel content in the cost of work -= 0.66

'm' = Coefficient of Materials (Other than Steel) content in the cost of

work = 0.03

'I' = Coefficient of labour (for all categories) content in the cost of

work = 0.11

'S' = Index for Steel Index Numbers for wholesales prices in India - by Groups &

Sub Groups (Base 1993-94:100) Published in RBI Bulletin,

Table No. 40.

Group (J) : Basic Metals, Alloys & Metal Products Sub Group a : Basic Metals & Alloys

a1 : Iron & Steel

'M' = Index for Material (Other than Steel) Index Numbers for Wholesales Prices in India - by Groups &

Sub Groups (Base 1993-94:100) Published in RBI Bulletin,

Table No. 40.

Under Head : All Commodities

Page 71: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 12 OF 17

'L' = Labour Index

Consumer Price Index Numbers for Industrial Workers - All In-

dia & Selected Centres (Base 2001:100) Published by Labour

Bureau, Shimla / RBI Bulletin.

Table No. 36, Under the Head : "All India"

There shall be no ceiling on the Price Adjustment Payment for Items

listed under Category-II.

c) Category-III: All the balance items not included in Category-I and Cat-

egory-II above for Civil Works covered in Schedule-4 (To be calculated

for each currency separately)

It is understood that the Civil Works Price Component comprises a fixed

portion (designated as 'F' and the value of which is specified hereunder) and

variable portion linked with the indices for various materials and labour

(Description and coefficients as enumerated below):

The amount of Price Adjustment towards variable portion payable/recoverable

shall be computed as follows:

ECW = CC1 - CC0

CC1 will be computed as follows:

C1 M1 D1 L1 Z0

CC1 = CC0 {F + c* ----- + m * ----- + d* ----- + I * ------ } -----

C0 M0 D0 L0 Z1

Where

ECW = Adjustment to Civil Works Price Component during billing period

for items covered under Category-III.

CC1 = Adjusted amount of Civil Works Price Component during billing

period for items covered under Category-III.

CC0 = Civil Works Price Component during billing period for items

covered under Category-III

'F' = Fixed Portion of the gross value which will not be subjected to

any adjustment = 0.20

Page 72: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 13 OF 17

'c' = Coefficient of Cement content in the cost of work = 0.40

'm' = Coefficient of Materials (Other than Cement) content in the

cost of work = 0.22

'd' = Coefficient of High Speed Diesel Oil content in the cost of

work = 0.05.

'I' = Coefficient of labour (for all categories) content in the cost of

work = 0.13.

'C' = Index for Cement Index Numbers for wholesales prices in India - by Groups &

Sub Groups (Base 1993-94:100) Published in RBI Bulletin,

Table No. 40.

Group (I) : Non Metallic Mineral Products

Sub Group c : Cement

'M' = Index for Material (Other than Cement) Index Numbers for Wholesales Prices in India - by Groups &

Sub Groups (Base 1993-94:100) Published in RBI Bulletin,

Table No. 40.

Under Head : All Commodities

'D' = High Speed Diesel Oil High Speed Diesel Oil price at outlet of Indian Oil Corporation

nearest to the project site. (Selling price inclusive of taxes and

duties per litre of H.S.D. Oil) ' L' = Labour Index

Consumer Price Index Numbers for Industrial Workers - All In-

dia & Selected Centres (Base 2001:100) Published by Labour

Bureau, Shimla / RBI Bulletin.

Table No. 36, Under the Head : "All India"

The total Price Adjustment Payment for Items under Category-III shall

be limited to a ceiling of 20% (Twenty Percent only) of the total value

of these items as per NOA.

Sub-Script for all Categories:

'o' = Refers to index/price as on 7 days prior to date of opening of

Part-II (Price) bids.

Page 73: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 14 OF 17

"1" = Refers to index / price as applicable for the month prior to the

month in which the work is executed for which adjustment is

applicable.

Z0 and Z1 For all Categories:

Z0 = the rate of exchange of the Foreign Currency equivalent to

Indian Rupees as published by State Bank of India

(B.C. Selling Rate) as on the date of opening of Part-II

(Price) Bid.

Z1 = the rate of exchange of the Foreign Currency equivalent to

Indian Rupees as published by State Bank of India

(B.C. Selling Rate) as on the date of Certification of pay-

ment by the Engineer.

Z0 and Z1 shall be applicable in case the payment is to be made in

currencies other than Indian Rupees. In case, the payment is to be re- leased in Indian Rupees, Z0/Z1 shall be equal to 1 in the above formulae.

The Price Adjustment for each currency shall not exceed 20% (Twenty

percent) of the Contract Price for Category-III items in respective

Currency(s) as awarded. However, if any authorised extension of time is

granted to the Contractor by the Project Manager / Engineer which is more

than 6 months but not exceeding 12 months then the ceiling for the Price

Adjustment shall be 22% (Twenty Two percent) of the Contract Price

for Category-III items in respective Currency(s) as awarded. However,

if the extension of time is more than 12 months then the ceiling shall be

23% (Twenty Three percent) of the Contract Price for Category-III items in

respective Currency(s) as awarded.

For Categories I, II, III:

CC0 = Value of Civil works done in the billing period which shall be

calculated as under :

For the purpose of computing CC0, each bill (which is exclud-

ing Initial Advance and amount payable on Completion of the Facilities and on successful Completion of the Guarantee test) during the period up to the 'Completion of the Facilities' shall be divided by a factor as indicated below:

Page 74: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 15 OF 17

Civil works _ [Initial Advance amount + Civil

component of the Works component of the Cont-

Contract Price ract Price payable on comple-

tion of the Facilities + Civil

Works component of the Con-

tract Price payable on suc-

cessful completion of Guarantee

test]

---------------------------------------------------------------------------------------

Civil Works component of the Contract Price

The payment of Price Adjustment amount so computed (refer

S.No. F, Appendix-1) shall be made against a separate invoice,

linking the corresponding invoice for Civil Works payment after

retaining the pro-rata amount due on completion of the Facili-

ties and on Completion of the Guarantee Tests. The amount

so retained shall be paid on completion of the facilities and on

successful completion of the Guarantee Tests respectively. (x) The following components of the Contract Price shall not be subject to Price

Adjustment and shall remain firm during the execution of the Contract:

(1) Ocean Freight and Marine Insurance for Plant and Equipment, Manda-

tory Spares and Recommended Spares.

(2) Ex-works/FOB Price component for Mandatory spares & Recom-

mended Spares.

(3) Inland Transportation charges (including Inland Transit Insurance, port

clearance, port handling & port charges) for Plant & Equipment and

Spare Parts.

(4) Planning, Design & Engineering

(5) Type Test Charges (xi) The source of applicable indices and their base values for the purpose of

computing Price Adjustment under the Contract shall be as under :

Page 75: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 16 OF 17 A. Ex-works/FOB Price component of Plant and Equipment (excluding Type Test

Charges and Mandatory Spares)**

NAME OF CURRENCY *** : ..................................... -----------------------------------------------------------------------------------------------------------------------------

S.No. Item Value of Source of Value of Base

Coefficient Indices used Date Indices (as

on 30 days prior

to date of open-

ing of Part-II

(Price) bids)

-----------------------------------------------------------------------------------------------------------------------------

1. Fixed portion : F = 0.15 2. Material : a =

3. b =

4. c =

5. Labour : Lb =

----------------------------------------------------------------------------------------------------------------------------- B. Installation Services Component (excluding Planning, Design & Engi-

neering and Civil Works)

NAME OF CURRENCY*** : ............................................ -----------------------------------------------------------------------------------------------------------------------------

S.No. Item Value of Source of Value of Base

Coefficient Indices used Date Indices (as

on 30 days prior

to date of open-

ing of Part-II

(Price) bids) -----------------------------------------------------------------------------------------------------------------------------

Fixed Portion F = 0.15 -- --

Expatriate 0.85

Labour (EF)

Indian Field 0.85 All India Consumer

Labour (F) Price index for

industrial workers

(All India Monthly

Average) published

by Labour Bureau,

Simla, Govt. of India

--------------------------------------------------------------------------------------------------------------------

Page 76: Replies to Bidder Queries for 23 MW Ans-II HEP S. RFQ ... · Section-II: Bid Forms Form ITB.6 Proforma of Joint Undertaking by the sub-contractor and the bidder / contractor. Request

Annexure-A

PAGE 17 OF 17

** This information shall be filled in at the time of signing of Contract

Agreement, based on Price adjustment data submitted by the successful bidder

in Attachment-

17 to his bid and/or as mutually discussed and agreed upon.

*** Sheets of like size and format shall be annexed in case no. of currencies

are more. Note : The date of bid opening shall mean the date of bid opening for Part-II (Price) Bids.