Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
DAKSHIN HARYANA BIJLI VITRAN NIGAM
Office of the Chief Engineer/PD&C, Vidyut Sadan, Vidyut Nagar,
Hisar-125005 Tel: 01662-223187 Fax: 01662-223181
E-mail: [email protected]
B I D D I N G D O C U M E N T S
(BID NO. TED –277/P&D/2017/JICA)
FOR
Supply, erection, testing & commissioning of material for Augmentation of 10
No. 33 KV Sub - Stations (including necessary civil works) i.e. 33 kV Sub-Station
Bass, 33 kV Sub-Station Karandi , 33 kV Sub-Station Dhani Raipur , 33 kV
Sub-Station Gorkhpur under Hisar circle and 33 kV Sub-Station Kheri Taloda,
33 kV Sub-Station Chatter, 33 kV Sub-Station Danoda, 33 kV Sub-Station
Rasidon, 33 kV Sub-Station Belarkhan, 33 kV Sub-Station Lohchab under Jind
circle under the jurisdiction of DHBVN.
(On turnkey basis)
UNDER PACKAGE-18B
Employer: Dakshin Haryana Bijli Vitran Nigam
Country: India
Project: Strengthening and up gradation of Distribution
System in Haryana
Loan No.: ID-P240
Volume- I of II
ii
Table of Contents
Invitation for Bids: Without Prequalification .................................................................... IFB-1
PART 1 - Bidding Procedures
OPTION A: Single-Stage Two-Envelope Bidding
Section I. Instructions to Bidders ............................................................................. ITB-1
Section II. Bid Data Sheet ....................................................................................... BDS-1
Section III. Evaluation and Qualification Criteria (Without Prequalification) ....... EQC-1
Section IV. Bidding Forms ........................................................................................ BF-1
Section V. Eligible Source Countries of Japanese ODA Loans .............................. ESC-1
PART 2 - Employer’s Requirements
Section VI. Employer’s Requirements ...................................................................... ER-1
PART 3 - Conditions of Contract and Contract Forms
Section VII. General Conditions (GC)....................................................................... GC-1
Section VIII. Particular Conditions............................................................................ PC-1
Section IX. Contract Forms ....................................................................................... CF-1
Option A - Section I. Instructions to Bidders
Section I. Instructions to Bidders
The Instructions to Bidders governing this bidding process are the “Instructions to Bidders
included in Option A, Single-Stage Two-Envelope Bidding, Section I,” of the Standard
Bidding Documents for Procurement of Plant Design, Supply and Installation (version 1.0)
published by JICA in February 2013. Those Instructions to Bidders are available on the
JICA’s web site shown below:
http://www.jica.go.jp/english/our_work/types_of_assistance/oda_loans/oda_op_info/guide/tender/index.html
A copy of the Instructions to Bidders is not attached to these Bidding Documents.
Section II. Bid Data Sheet BDS-1
Bid Data Sheet
A. General
ITB 1.1 The number of the Invitation for Bids is: IFB No. TED-277
/P&D/JICA/2017
ITB 1.1 The Employer is: Dakshin Haryana Bijli Vitran Nigam (DHBVN)
ITB 1.1 The name, identification and number of the lot(s) (contract(s))comprising
this LCB is: Supply, erection, testing & commissioning of material for
Augmentation of 10 No. 33 KV Sub - Stations (including necessary civil
works) i.e. 33 kV Sub-Station Bass, 33 kV Sub-Station Karandi , 33 kV
Sub-Station Dhani Raipur , 33 kV Sub-Station Gorkhpur under Hisar
circle and 33 kV Sub-Station Kheri Taloda, 33 kV Sub-Station Chatter,
33 kV Sub-Station Danoda, 33 kV Sub-Station Rasidon, 33 kV Sub-
Station Belarkhan, 33 kV Sub-Station Lohchab under Jind circle under
the jurisdiction of DHBVN having Tender no. TED-277
/P&D/JICA/2017 and detailed as below:-
Sr.
No.
Name of 33KV
Sub-Station
Existing
Capacity of
33KV Sub-
Station in
MVA
After
augmentation
Capacity of 33KV
Sub-Station in
MVA
Name
of
Circle
1. Bass 1X10 2X10
Hisar 2. Karandi 3X6.3/8 2X6.3/8+1X10
3. Dhani Raipur 2X6.3/8 1X6.3/8+1X10
4. Gorkhpur 1X10 2X10
5. Kheri Taloda 1X5+1X8+1X10 1X5+2X10
Jind
6. Chatter 1X8+1X10 2X10
7. Danoda 1X51X10 2X10
8. Rasidon 1X8 1X10
9. Belarkhan 1X10 2X10
10. Lohchab 1X6.3+1X8 2X10
ITB 2.1 The Borrower is: Dakshin Haryana Bijli Vitran Nigam
ITB 2.1 The number of the Loan Agreement is: ID-P240
The amount of a Japanese ODA Loan is: 26,800 million JPY
The signed date of the Loan Agreement is: 31st March, 2014
ITB 2.1 The name of the Project is: Strengthening and Up gradation of distribution
system in Haryana.
Section II. Bid Data Sheet BDS-2
ITB 2.2 The applicable Guidelines for Procurement under Japanese ODA Loans are
those published in: April 2012
ITB 3.1(c) A list of debarred firms and individuals is available at the World Bank’s
website: www.worldbank.org/debarr.
ITB 4.1 The clause 4.1 (a) and (b) shall be replaced by following clauses:-
(a) Joint Venture is allowed upto maximum three partners (having one
partner as lead partner) subject to terms as illustrated in Section – III
Evaluation and Qualification criteria.
(b) One of the partners shall be nominated as lead partner, and the lead
partner shall be authorized to incur liabilities and receive instructions
for and on behalf of any and all partners of the joint venture and the
entire execution of the Contract including receipt of payment shall be
done exclusively with the lead partner. The authorization shall be
evidenced by submitting a power of attorney signed by legally
authorized signatories of all the partners as per Performa.
(c) All partners of the joint venture/consortium shall be liable jointly and
severally for the execution of the Contract in accordance with the
Contract terms and a copy of the agreement entered into by the joint
venture partners having such a provision shall be submitted with the
bid.
ITB 4.5 This bidding is not subject to prequalification.
ITB 4.7
(NEW
CLAUSE)
The following Clause may be added as ITB 4.7:-
The bidder should have the valid license for carrying out 33 kV or above
voltage works from the Chief Electrical Inspector of any state in India.
However, before starting the work, he shall seek License from CEI
Haryana also.
B. Bidding Documents
ITB 6.3 This clause shall be replaced with-
Unless downloaded from e-procurement portal of Govt. of Haryana i.e.
https://haryanaeprocurement.gov.in, the Employer is not responsible for the
completeness of the Bidding Documents, responses to requests for
clarification, the minutes of the pre-bid meeting (if any), or Addenda to the
Bidding Documents in accordance with ITB 8. In case of any
contradiction, documents downloaded from e-procurement portal of Govt.
of Haryana shall prevail.
ITB 7.1 For clarification purposes only, the Employer’s address is:
Attention: Chief Engineer/PD&C
Section II. Bid Data Sheet BDS-3
Street Address: DHBVN Vidyut Sadan, Vidyut Nagar
Floor/Room number: B Block, Ground Floor
City: Hisar
PIN Code: 125005
Country: Haryana, India
Telephone:+91-1662-223181
Facsimile number: +91-1662-223181
Electronic mail address:-
ITA 7.1 Responses to any request for clarification, if any, will be published on the
Employer’s web page indicated below.
Web page:www.dhbvn.org.in,
www.haryanaeprocurement.gov.in
ITB 7.4 A pre-bid meeting will not take place at the following date, time and place:
Date: Not Applicable
Time: Not Applicable
Place: Not Applicable
A site visit conducted by the Employer will not be organized.
ITB 7.7
(NEW
CLAUSE)
The following Clause may be added:-
It must be understood and agreed that such factors have properly been
investigated and considered while submitting the proposals. No claim for
financial adjustment to the Contract awarded under these specifications
and documents will be entertained by the DHBVN. Neither any change in
the time schedule of the Contract nor any financial adjustments arising
thereof shall be permitted by the DHBVN, which are based on the lack of
such clear information or its effect on the cost of the Works, to the Bidder.
ITB 8.2 Addenda, if any, will be published on the Employer’s web page. The
amendment will be notified through Corrigendum uploaded in the websites
of DHBVN &https://haryanaeprocurement.gov.in. DHBVN will bear no
responsibility or liability arising out of non-receipt of the same in time or
otherwise.
C. Preparation of Bids
ITB 10.1 The language of the Bid is: English
ITB 11.2 (l) The Bidder shall submit with its Technical Bid the following additional
documents:
Section II. Bid Data Sheet BDS-4
l) The bidder shall specifically furnish the details of key members of the
proposed team to be employed on the project in the event of award of
the contract, their respective roles and relevant experience/
qualifications as per performa PER-1 and PER-2 in Section - IV.
m) The proposed methodology and program of construction including
PERT Chart along with Technical Proposal backed with equipment
planning and deployment, quality control procedure to demonstrate the
adequacy of Bidder’s proposal to meet the technical specification and
completion schedule as per milestones.
n) Ownership Change
The Bidder shall be financially sound and must not be anticipating
any ownership change during the period from Bid submission to
two (2) years after Commercial operation defined as successful
completion of Supply of material, erection, testing and
commissioning of 33 kV Sub-stations acceptance of the same by
the Employer. However, in case the firm is anticipating any such
ownership change / takeover at any stage of the entire bid process
and during the execution of contract, they shall seek prior approval
from the Employer well in time. It shall be the sole discretion of the
Employer to grant permission for such change in ownership/
takeover and if allowed by the Nigam for ownership change, the
new company shall own all responsibilities and liabilities under the
contract and the old firm should not be blacklisted by any state /
centre government or any of its agencies. The bidder should submit
along with the Bid an undertaking in this regard as per performa in
Section IV.
ITB 11.3 (d) The Bidder shall submit with its Price Bid the following additional
documents:
None
ITB 13.1 Alternative Bids are not permitted.
ITB 13.2 Alternatives to the Time Schedule “shall not” be permitted.
ITB 13.4 Alternative technical solutions “shall not” be permitted
ITB 16.1 (b) Replace ITB clause with following-
The period following completion of Plant and Installation Services during
which spare parts, special tools etc. shall be available, shall be as per the
respective warranty clauses of the technical specifications(Nigam) of the
equipments i.e
a) 60 months from date of commissioning/66 months from date of
receipt of material for Transformers and Electric Meters. However
in case of VCB it would be 30 months from date of
Section II. Bid Data Sheet BDS-5
commissioning/36 months from date of receipt,
b) 12 months from date of commissioning/18 months from date of
receipt of material for other materials.
ITB 17.4
(New clause) The following Clause shall be added:-
GTPs & Drawings: All materials shall be supplied as per GTPs/ Drawings
of the Nigam conforming to relevant ISS with latest amendments as
applicable. An undertaking in this regard shall be submitted with the bid.
However, the Successful bidder shall submit the required drawings/GTPs
within stipulated period for approval of the Nigam.
ITB 17.5
(New clause)
The following Clause shall be added:-
Quality Assurance Plan:- The quality assurance plan is attached with the
bid and the same shall be the part of IFB (Annexure - C)
ITB 18.1 Bidders shall quote for the entire Plant and Installation Services on a single
responsibility basis.
ITB18.5 All prices quoted by the Bidder shall be ‘FIRM’ during the performance of
the Contract and shall not be subject to variation on any account, for all
intents and purposes. Statutory variation (such as Sale Tax, Excise duty,
Service Tax etc.), if any, may be taken into account while quoting the
price.
Service Tax as per applicable rates will be borne by the Nigam. However,
for the civil contracts, as per reverse charge mechanism, 50% of service tax
due shall be deposited by the contractor and the same will be reimbursed
only after production of deposit challan.
ITB 18.5(a) Named place of destination are:-
i. 33 kV Sub - Stations Bass under ‘OP’ Circle Hisar, DHBVN Haryana,
ii 33 kV Sub - Stations Karandi under ‘OP’ Circle Hisar, DHBVN Haryana,
iii. 33 kV Sub - Stations Dhani Raipuir under ‘OP’ Circle Hisar, DHBVN
Haryana,
iv. 33 kV Sub - Stations Gorkhpur under ‘OP’ Circle Hisar, DHBVN Haryana,
v. 33 kV Sub - Stations Kheri Taloda under ‘OP’ Circle Jind, DHBVN Haryana,
vi. 33 kV Sub - Stations Chatter under ‘OP’ Circle Jind, DHBVN Haryana,
vii. 33 kV Sub - Stations Danoda under ‘OP’ Circle Jind, DHBVN Haryana,
viii. 33 kV Sub - Stations Rasidon under ‘OP’ Circle Jind, DHBVN Haryana,
Section II. Bid Data Sheet BDS-6
ix. 33 kV Sub - Stations Belarkhan under ‘OP’ Circle Jind, DHBVN Haryana and
x. 33 kV Sub - Stations Lohchab under ‘OP’ Circle Jind, DHBVN Haryana.
ITB 18.5(d) Named place of final destination is:-
i. 33 kV Sub - Stations Bass under ‘OP’ Circle Hisar, DHBVN Haryana,
ii 33 kV Sub - Stations Karandi under ‘OP’ Circle Hisar, DHBVN Haryana,
iii. 33 kV Sub - Stations Dhani Raipuir under ‘OP’ Circle Hisar, DHBVN
Haryana,
iv. 33 kV Sub - Stations Gorkhpur under ‘OP’ Circle Hisar, DHBVN Haryana,
v. 33 kV Sub - Stations Kheri Taloda under ‘OP’ Circle Jind, DHBVN Haryana,
vi. 33 kV Sub - Stations Chatter under ‘OP’ Circle Jind, DHBVN Haryana,
vii. 33 kV Sub - Stations Danoda under ‘OP’ Circle Jind, DHBVN Haryana,
viii. 33 kV Sub - Stations Rasidon under ‘OP’ Circle Jind, DHBVN Haryana,
ix. 33 kV Sub - Stations Belarkhan under ‘OP’ Circle Jind, DHBVN Haryana and
x. 33 kV Sub - Stations Lohchab under ‘OP’ Circle Jind, DHBVN Haryana.
ITB 18.7 The prices quoted by the Bidder shall be: Fixed
ITB 18.10
(New clause)
In case any additional equipment/ material not incorporated in the original
BOM is required for completion of the woks as per site conditions,
payment of the same shall be regulated as per formula in Clause18.10 and
the estimated unit rates/ erection shall be taken as per the rate list
applicable / applied while preparing the original BOM after having
approval of WTDs.
ITB 18.11 The following clause shall be added:-
Mobilization advance shall be paid to the successful Bidder as per the
payment terms and conditions at Appendix-1
ITB 18.12
(New clause)
The following clause shall be added:-
Taxes and Duties
(a) All custom duties, excise duties, sales taxes and other taxes and duties,
levies payable by the Bidders in respect of the transaction between the
bidders and their vendors/sub-suppliers while procuring any
components, sub assemblies, raw-materials and equipment shall be
included in the Bid price and no claim on this behalf will be entertained
by the DHBVN. The excise duty and sales tax / VAT will be included
in quoted price as per present applicable Excise / Sale Tax / VAT rule.
Section II. Bid Data Sheet BDS-7
No ED & ST / VAT in any case shall be payable to the supplier/Bidder,
if became applicable in respect of bought out items directly dispatched
from works of sub-suppliers as well as on erection works etc.
The successful bidder after completion of supply will give a certificate
that ED & Sales Tax / VAT charged from DHBVN has been paid to the
concerned authorities including his self-manufactured items.
Wherever Excise duty is applicable, the due credit under the MODVAT
(Modified Value Added Tax) policies wherever applicable, shall be
taken into account by the Bidder while quoting Bid price. The
compliance of this Clause shall be confirmed by the Bidder along with
his Bid.
“The sale to Owner shall be made on Sales-in-Transit basis wherever
possible.”
(b) In addition to above, all the bidders are also required to include/ make
the provision for Worker’s Welfare Cess (Payable on erection part
only) under the provisions of the Building and other Construction
Worker’s Welfare Cess Act 1996, in the Bid price or any kind of taxes
and duties as mandatory as per statutory Law or instruction of
Government. However the bidder shall submit the compliance/ deposit
receipts (Proof) of the above provisions on monthly basis.
(c) As regard the Income Tax, surcharge on Income Tax, Workers Welfare
Cess and other taxes including tax deduction at source, the Bidder shall
be responsible for such payment to the concerned authorities with in
prescribed period.
(d) The Income Tax, surcharge on Income Tax and cesses shall be
deducted at source, from the payments made to the Bidder by the O/o
CGM /PD&C/FA, DHBVN, Hisar.
(e) Deduction of Works Sales Tax at source as per provisions of Sales Tax
Act shall be made from the Bills of the Contractor.
(f) Service Tax as per applicable rates will be borne by the Nigam.
However, for the civil contracts, as per reverse charge mechanism, 50%
of service tax due shall be deposited by the contractor and the same will
be reimbursed only after production of deposit challan.
(g) Work Contract Tax:
i. Separate work orders in respect of supply and erection shall be
issued by the Nigam against various bids.
ii. In case of separate work orders(s) issued for supply & erection part
of the contract, works contract tax (WCT) shall be payable by the
contractors on the erection part of the contract only.
ITB 19.1 The currency(ies) of the Bid shall be as follows:
(a) Plant and equipment to be supplied from abroad shall be quoted
entirely in: Indian Rupees (INR)
Section II. Bid Data Sheet BDS-8
(b) Plant and equipment to be supplied from within the Employer’s
country shall be quoted in the currency of the Employer’s country:
Indian Rupees (INR).
(c) Design and installation shall be quoted in Indian Rupees (INR) only.
ITB 20.1 The Bid validity period shall be 180 days from the date of opening of price
bid.
ITB 20.3 (a) The Bid Price shall be adjusted by the following factor: Not Applicable
ITB 20.3 (b) The fixed portion of the Bid Price shall be adjusted by the following factor:
Not Applicable
ITB 21.1 The amount and currency of the Bid Security shall be Rs. 1.681 Million.
ITB 21.2 (d) Other type of acceptable securities:-
a) The Payment for Bid Security Rs. 1.681 Million can also be made online
directly through RTGS / NEFT. For E-Tendering process details refer
Annexure-A
ITB 21.8
[New Clause]
The following clause shall be added:-
No interest shall be payable by DHBVN on the above EMD.
ITB 22.1 In addition to the original of the Bid, the number of copies is: One hard
copy of the documents uploaded (technical bid) on the web portal shall be
submitted upto 13:00 Hrs dated 04.05.2017.
ITB 22.2 The written confirmation of authorization to sign on behalf of the Bidder
shall consist of: copies of original documents defining the constitution or
legal status, place of registration and principal place of business, Power of
attorney duly notarized in favour of person signing the bid.
D. Submission and Opening of Bids
ITB 23 The clause shall be replaced with following-
The bidders shall upload their technical offer containing documents,
qualifying criteria, technical specification, schedule of deliveries, and all
other terms and conditions except the rates (price bid).
The bidders shall quote the prices in price bid format.
In addition to above, bidders shall deposit one set of hard copy of technical
bid duly stamped & signed, at the address of the employer mentioned in
ITB 7.1, upto 13:00 Hrs dated 04.05.2017.
The price bid is to be submitted online only. The price bid in hand/paper
form shall not be accepted/entertained.
For e-tendering details, refer Annexure-A.
Section II. Bid Data Sheet BDS-9
ITB 24.1
For clarification purposes only, the Employer’s address is:
Attention: Chief Engineer/PD&C
Street Address: DHBVN Vidyut Sadan, Vidyut Nagar
Floor/Room number: B Block, Ground Floor
City: Hisar
PIN Code: 125005
Country: Haryana, India
Note: The Bids are to be uploaded online. However, hard copies of the
uploaded bids are to be submitted at the above mentioned office.
The deadline for Bid submission is:
Date: 04.05.2017
Time: 13:00 Hrs
ITB 25.1 The clause shall be replaced with following-
If bidder fails to complete the Online Bid Preparation & Submission stage
on the stipulated date and time, his/hers bid will be considered as bid not
submitted, and hence not appear during tender opening stage.
ITB 26.1 &
26.2
ITB clauses 26.1 & 26.2 shall be replaced with following-
A bidder may withdraw/substitute/Modify its bid-Technical/Price on the
web portal only before/till deadline of the submission of the bid.
ITB 27.1 to
27.6
ITB clauses 27.1 & 26.2 shall be replaced with following-
The bidders shall upload their technical offer containing documents,
qualifying criteria, technical specification, schedule of deliveries and all
other terms and conditions online alongwith the price bids at e-
procurement portal of Govt. of Haryana i.e.
https://haryanaeprocurement.gov.in as per date and time specified in the
invitation of bid.
The price bids uploaded will remain unopened until the time of their
opening to be specified in accordance with the clause mention below in
replacement of ITB 27.7 to 27.11.
For instruction on electronic tendering system refer Annexure-A.
The Technical bid opening shall take place online at:-
Date:-21.03.2017
Time:- 11:00 Hrs
Section II. Bid Data Sheet BDS-10
ITB 27.7 to
27.11
ITB clauses 27.7 & 26.11 shall be replaced with following -
At end of evaluation of Technical bids, all substantially responsive
Technical bids and who have determined being qualified shall be opened at
e-procurement portal of Govt. of Haryana i.e.
https://haryanaeprocurement.gov.in & all non-qualified bids shall be
rejected.
The status of opening of Price bid/rejection of Technical bid will be
intimated to respective bidders through auto generated e-mail, registered
while uploading the bid.
For instruction on electronic tendering system refer Annexure-A
ITB 28.2,
28.3
The Clauses 28.2 and 28.3 shall be replaced as under:-
Bids shall be deemed to be under consideration immediately after they are
opened and until such time official intimation of award / rejection is made
by the DHBVN to the Bidders. While the Bids are under consideration,
Bidder and/or his representatives or the interested parties are advised to
refrain from contacting by any means, the DHBVN and/or his
employees/representative on matter related to the Bids under consideration.
The DHBVN, if necessary, will obtain clarifications on the Bids by
requesting for such information from any or all the Bidders, in writing.
Bidders will not be permitted to change the substance of the Bids after the
Bids have been opened. Any effort by a Bidder to influence the purchaser
in any way may result in rejection of the Bidder’s Bid.
E. Evaluation, and Comparison of Bids
ITB 37.1 The currency that shall be used for Bid evaluation and comparison
purposes to convert all Bid Prices expressed in various currencies into a
single currency is: Not Applicable
The source of exchange rate shall be: Not Applicable
The date for the exchange rate shall be: Not Applicable
Note:- All prices are to be quoted in INR (Indian rupees) only
F. Award of Contract
ITB 41.2
[New Clause]
The following clause shall be added:-
Separate work orders in respect of supply and erection shall be issued by
the Nigam against various bids.
ITB 44.1 The clause shall be replaced as below:-
Within 28 days of receipt of LOA/LOI, the successful Bidder, to whom the
Work is awarded, shall be required to furnish a performance Bank
Guarantee from a Scheduled/ Nationalized Bank, in the form attached in
Section-VI to the Vol-I in favour of the Owner. The guarantee amount
Section II. Bid Data Sheet BDS-11
shall be equal to ten percent (10%) of total contract price valid up to 28
days after the expected expiration of Defect Liability Period
ITB 44.2 The clause shall be replaced as below:-
The Penalty @ 0.35% per week or part thereof subject to maximum 2%of the
value of BG if bank guarantee not submitted within 28 days from the date of
issue of LOA/LOI
If the bank guarantee not submitted within 45 days from the date of issue
of LOA/LOI, the employer/ Nigam reserves the right to cancel the LOA
and initiate the action for allotment to L-2 firm at L-1 rate or below.
However before the expiry of above mentioned 45 days the contractor may
seek approval for grant of additional one month (maximum) on payment of
the entire penalty amount for 45 days as mentioned above. The grant of
one month will not entitle the firm to claim the extension of the scheduled
completion time.
Note :- BG would be issued by any scheduled bank in branch situated in
Hisar .
The Performance Guarantee shall cover additionally the following
guarantees to the Owner:
a) The Successful Bidder guarantees the successful and satisfactory
operation of the material/equipment furnished and erected under the
Contract, as per the specifications and documents.
b) The successful Bidder guarantees that the material and equipment
provided and installed by him shall be free from all defects in design,
material and Workmanship and shall upon written notice from the Owner
fully remedy free of expenses to the Owner such defects as developed
under the normal use of the said material and equipment within the period
of guarantee specified in the relevant Clause of the Conditions of Contract.
The Contract Performance Guarantee is intended to secure the execution/
performance of the entire Contract.
The Performance guarantee will be returned to the Contractor without any
interest at the end of the Warranty period with the approval of CE/ PD&C,
DHBVN, Hisar.
G. Others
ITB 45 [New
Clause]
The following clause may be added:-
Quantity Variation
The employer reserves the right to increase or decrease the contract value
or the quantity of Bid & Services specified without any change in unit
price or other terms & condition during the execution of contract
depending upon the final route plan/actual execution required. The quantity
of individual items may, therefore, vary as per final route plan and route
profile of the line. The payment shall be made on actual basis for the
material supplied and services rendered.
Section II. Bid Data Sheet BDS-12
The Purchaser reserves the right to increase/decrease the quantity / value of
works by 25% before the signing of contract and/or during the currency of
the contract at the same rate terms and conditions. The quantity variation
allowed shall be within ± 25% of contract value/works as a whole and not
for each individual items.
ITB 46 [New
Clause]
The following clause shall be added:-
Railway/Highway /Forest Crossing:
The bidder/ turnkey contractor shall inspect at his own expenses the route of
33kV & 11kV lines for any Railway/Highway /Forest crossing for
preparation of bid. The bidder/ turnkey contractor shall depute their
Liasioning officer to obtain the approval of Railway/Highway /Forest
crossing from Railway/Highway /Forest authorities “All charges as
payable to Railway/Highway /Forest shall be initially borne by the
bidder/turnkey contractor and same shall be reimbursed by the owner on
actual basis”. However, the responsibility of owner shall be limited to
extending support to contractor for expediting the approval from the
Railway/Highway /Forest department.
ITB 47 [New
Clause]
The following Clause shall be added:-
Accounting and Returning of Dismantled Materials: The dismantled
material should be properly accounted and returned to Nigam’s store by
the successful bidder.
ITB 48 [New
Clause]
The following Clause may be added:-
Storage of material
The Bidder shall store all the Material/Equipment in the well-maintained
Store at his cost. All the services required for maintaining the Stores shall
also be at the cost of the Bidder. The successful bidder shall submit the
credit facility proof, specifically for the contract awarded, from any
nationalized bank/Haryana Co-op bank, of amount not less than 25% of the
award cost.
Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification 1-13
Section III. Evaluation and Qualification
Criteria
Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification
Evaluation and Qualification Criteria
1. Evaluation
1.1 Technical Evaluation
In addition to the criteria listed in ITB 35.1 (a) – (b) the following factors shall apply:
1.1.1 Personnel
The Bidder must demonstrate that it has the personnel for the key positions
that meet following requirements:-
Sr.
No.
Position Total Work
Experience
(Years)
Experience in
Similar Works
(Years)
1. Project Manager
(B.Tech/MBA)
5
2. Assistant Project Manager (BE
Electrical) Cum Accident
Prevention Manager
3
The Bidder shall provide details of the proposed personnel and their
experience records in Forms PER-1 and PER-2 in Section IV, Bidding Forms.
1.1.2 Equipment
The Bidder must demonstrate that it has the key equipment listed hereafter:
No. Equipment Type and Characteristics Minimum Number
required
1 Vertical Copper / Aluminum strip Anameling
machinery
1 No
2 Copper / Aluminum strip drawing machinery 1 No
3 Copper / Aluminum strip drawing machinery
(RBD)
1 No
Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification
4 Copper / Aluminum wire drawing machinery 1 set
5 Copper wire Anameling machinery fine 1 No
6 Aluminum / Copper strip covering making
horizontal
1 No
7 Coil winding machinery HT/LT 24 Nos
8 Heating chambers 4 Nos
9 Pedestal swearing machine 20 Nos
10 Oil filter Machine 2 Nos
11 Testing equipments for transformer plants 2 Sets
12 Electrical Crane (EOT) 6 Nos
13 Lifter for loading and unloading 1 Nos
14 Hoooperless blast roof system and paint system 1 set
15 Air compressor As per requirement
16 Tanks As per requirement
17 Truck / car As per requirement
18 Motors As per requirement
19 Any other equipment required for construction /
commissioning
As per requirement
The Bidder shall provide further details of proposed items of equipment using
Form EQU in Section IV, Bidding Forms.
1.2 Economic Evaluation
In addition to the criteria listed in ITB 38.2 (a) – (c) the following criteria shall apply.
1.2.1 Other Factors
The following factors and methods will apply under ITB 38.2 (f):
(a) Time Schedule
Deviation in the time schedule shall not be permitted. The work shall be
completed in all respects including supply of material, erection, testing and
commissioning including complete civil works i.e. switch house building,
transformer plinth, trenches and foundation etc. for substation equipments as
per detail in the technical specification, within 12 (Twelve) months and 9
(Nine) months in case of Augmentation of 33KV sub-stations and work of
construction/augmentation of 33KV Lines from the date of issue of Letter of
Intent.
Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification
One week after inspection & clearance by Chief Electrical Inspector shall be
considered as date of completion of work.
NOTE: - The request for CEI clearance shall be made by SDO concerned
through e-mail also with CC to work order issuing authority.
(b) Operating and Maintenance Costs
Not Applicable
(c) Functional Guarantees of the Plant and Installation Services
The minimum (or maximum) requirements stated in the Specification for
functional guarantees required in the Specification are:
Functional Guarantee Minimum (or Maximum, as appropriate)
Requirement
Respective Equipments As per the respective warranty clauses of
the technical specifications of the
equipments.
The Performance Guarantee shall cover additionally the following guarantees to the Owner:
a) The Successful Bidder guarantees the successful and satisfactory operation of the material/equipment furnished and erected under the Contract, as per the specifications and documents.
b) The successful Bidder guarantees that the material and equipment provided and installed by him shall be free from all defects in design, material and Workmanship and shall upon written notice from the Owner fully remedy free of expenses to the Owner such defects as developed under the normal use of the said material and equipment within the period of guarantee specified in the relevant Clause of the Conditions of Contract.
The Contract Performance Guarantee is intended to secure the execution/ performance of the entire Contract.
Deviation in the Functional Guarantees of the Plant and Installation Services
shall not be permitted.
(d) Work, services, facilities, etc., to be provided by the Employer
Not Applicable.
1.3 Alternatives Technical Solutions
Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification
Alternatives technical solutions, as mentioned in ITB 13 shall not be permitted.
2. Qualification
(i) Exchange Rate for Qualification Criteria
Not Applicable.
Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Factor
/Sub-Factor Requirement
Single
Entity
Joint Venture (existing or intended) Submission
Requirements All Parties
Combined
Each
Member
One Member
2.1 Eligibility
2.1.1 Nationality Nationality in accordance with
ITB 4.3.
Must meet
requirement N/A
Must meet
requirement N/A
Form ELI –1 and 2,
with attachments
2.1.2 Conflict of
Interest
No conflicts of interests as
described in ITB 4.2.
Must meet
requirement N/A
Must meet
requirement N/A
Letter of Technical
Bid
2.1.3 JICA
Ineligibility
Not having been declared
ineligible by JICA as described
in ITB 4.4.
Must meet
requirement N/A
Must meet
requirement N/A
Letter of Bid
Form ACK
Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Factor/
Sub-Factor Requirement Single Entity
Joint Venture (existing or intended)
Submission
Requirements All Parties
Combined
Each
Member One Member
2.2 Historical Contract Non-Performance
2.2.1 History of non-
performing
Contracts
Non-performance of a Contract(i)
did not occur as a result of
Contractor’s default since
31stMarch 2013.
Must meet
requirement(ii) N/A
Must meet
requirement(ii) N/A Form CON
2.2.2 Pending
Litigation
All pending litigation shall in total
not represent more than 50%of the
Bidder’s net worth and shall be
treated as resolved against the
Bidder.
Must meet
requirement(ii) N/A
Must meet
requirement(ii) N/A Form CON
2.2.3 Litigation
History
No consistent history of
court/arbitral award decisions3
against the Bidder(iii) since 31st
March 2011.
Must meet
requirement(ii) N/A
Must meet
requirement(ii) N/A Form CON
Notes for the Bidder
(i) Non-performance, as decided by the Employer, shall include all Contracts:
(a) where non performance was not challenged by the Contractor, including through referral to the dispute resolution mechanism under the respective
Contract, and
(b) that were so challenged but fully settled against the Contractor.
Non-performance shall not include Contracts where Employers decision was overruled by the dispute resolution mechanism. Non-performance must be
based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution
mechanism under the respective Contract and where all appeal instances available to the Applicant have been exhausted.
Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Factor/
Sub-Factor Requirement Single Entity
Joint Venture (existing or intended)
Submission
Requirements All Parties
Combined
Each
Member One Member
2.2 Historical Contract Non-Performance
(ii) This requirement also applies to Contracts executed by the Bidder as a JV member.
(iii) The Bidder shall provide accurate information on the related Bidding Form about any litigation or arbitration resulting from Contracts completed or ongoing
under its execution over the last five (5) years. A consistent history of awards against the Bidder or any member of a joint venture may result in rejection of
the Bid.
Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Factor/
Sub-Factor Requirement
Single
Entity
Joint Venture (existing or intended) Submission
Requirements All Parties
Combined
Each
Member One Member
2.3 Financial Situation
2.3.1 Financial
Performance
Reports on the financial standing of the
Bidder including profit and loss
statements, balance sheets and auditors
reports (all duly attested by CA), for the
last five years1 shall be submitted and
must demonstrate the current soundness
of the Bidder’s financial position and its
prospective long term profitability .
As the minimum requirement, a Bidder’s
net worth calculated as the difference
between total assets and total liabilities
should be positive2.
Must meet
requirement N/A
Must meet
requirement N/A
Form FIR – 1 with
attachments
2.3.2 Average Annual
Turnover
The Average Annual Turnover during
the last 3 financial years should be equal
to or more than the INR 126.067 million
. The documents showing the turnover
should be duly attested by the CA and
in support of the same Audited
balance Sheet of that particular year
may also be attached.
Must meet
requirement
All partners
shall jointly
meet
minimum
100% of the
requirement.
Each of the
other
Partner must
meet
Twenty five
percent
(25%) of the
requirement
Lead Partner
must meet
Seventy
percent (70%)
of the
requirement
Form FIR – 2
2.3.3 Financial
Resources The Bidder shall demonstrate the Liquid
Assets and/or Access to Liquid
Assets/fund based un-utilized bank
credit limits equivalent or more than the
INR 21.011 million. For this purpose,
Must meet
requirement
All partners
shall jointly
meet
minimum
100% of the
requirement.
Each of the
other
Partner must
meet
Twenty five
percent
Lead Partner
must meet
Seventy
percent (70%)
of the
requirement
Form FIN – 1
Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Factor/
Sub-Factor Requirement
Single
Entity
Joint Venture (existing or intended) Submission
Requirements All Parties
Combined
Each
Member One Member
2.3 Financial Situation
the limits and assets to be taken in
account are given in Form Fin-1, which
must be filled in this respect.. The
Bidder shall produce a certificate from
the Statutory Auditors (in the case of
Companies) or a Chartered Accountant
(in the case of firms/ Sole proprietors)
certifying the value of its un-executed
contracts on the date of bid submission.
The Bidder will indicate financial
position in sealed envelope i.e. un-
utilized Over Draft Limit, Un-utilized
Cash Credit Limit and Bank Balance
(including FDR) as per Form Fin-1
(certified by CA) shall also be submitted
clearly indicating Financial Status on the
Envelop.
(25%) of
the
requirement
(ii) The Bidder shall demonstrate the
Liquid Assets and/or Access to Liquid
Assets/fund based un-utilized bank
credit limits equivalent to 25% of the
current commitment of the bidder. For
this purpose, the limits and assets to be
taken in account are given in Form Fin-
2, which must be filled in this respect..
the Bidder shall declare the amount of its
Must meet
requirement
All partners
shall jointly
meet
minimum
100% of the
requirement.
Each of the
other
Partner must
meet
Twenty five
percent
(25%) of
the
requirement
Lead Partner
must meet
Seventy
percent (70%)
of the
requirement
Form FIN – 1 and
Form FIN – 2
Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Factor/
Sub-Factor Requirement
Single
Entity
Joint Venture (existing or intended) Submission
Requirements All Parties
Combined
Each
Member One Member
2.3 Financial Situation
current commitments (value of un-
executed projects) on the date of bid
submission. The Bidder shall produce a
certificate from the Statutory Auditors
(in the case of Companies) or a
Chartered Accountant (in the case of
firms/ Sole proprietors) certifying the
value of its un-executed contracts on the
date of bid submission.(Form Fin-2
mustr be filled in this respect)
The Bidder will indicate financial
position in sealed envelope i.e. un-
utilized Over Draft Limit, Un-utilized
Cash Credit Limit and Bank Balance
(including FDR) as per Form Fin-2
(certified by CA) shall also be submitted
clearly indicating Financial Status on the
Envelop.
The Bidder shall also demonstrate, to the
satisfaction of the Employer, that it has
adequate sources of finance to meet the
cash flow requirements on works
currently in progress and for future
contract commitments.
Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification
Eligibility and Qualification Criteria Compliance Requirements Documentation
No.
Factor/
Sub-
Factor
Requirement Single
Entity Joint Venture (existing or intended)
Submission
Requirements All Parties
Combined
Each
Member One Member
2.4 Experience 2.4.1 General
Experience
Experience under contracts in the role of
prime contractor (single entity or JV
member), for at least the last five years from
the date of bid opening.
Must meet
requirement N/A
Must meet
requirement N/A Form EXP – 1
2.4.2 Specific
Experience
The Bidder should have supplied the
material, erected / executedas a Prime
Contradctor:-
a) For 33KVSub-station works
Commissioning of minimum 3 no. new
sub-stations of 33/11 kV class or above
voltage class for any Discom / Power
utilities/ Govt./ Semi Govt.
Departments on turnkey basis during
the last 05 (five) years from the date of
NIT/ tender.
OR
Commissioning of 1 no. new sub-station
along-with Augmentation of 4 nos. 33
kV Substations of 33/11 kV class or
above voltage class for any Discom /
Power utilities/ Govt./ Semi Govt.
Departments on turnkey basis during
the last 05 (five) years from the date of
NIT/ tender.
OR
Commissioning of 2 no. new sub-station
along-with Augmentation of 2 nos. 33
Must meet
requirements(v)
All partners
shall jointly
meet
minimum
100% of the
requirement.
N/A N/A Form EXP - 2
Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification
kV Substations of 33/11 kV class or
above voltage class for any Discom /
Power utilities/ Govt./ Semi Govt.
Departments on turnkey basis during
the last 05 (five) years from the date of
NIT/ tender.
In case the scope of work as prescribed in
the NIT is less than three sub-stations,
bidders with such equivalent experience
would also be considered.
b) For 33KV & 11 kV Lines:
The Bidder should have erected on
turnkey basis minimum 150 kms of 11
kV or above voltage level lines for
Discoms / Power Utilities during the
last 5 Years from the date of
NIT/tender.
The bidders who will submit their tenders
in more than one package/ bid of the NIT,
their technical qualification will be
examined considering the summation of
the bid/ package requirement of all the bids
in the NIT in which the bidder has quoted.
2.4.3 Electrical
License
The bidder should have the valid license for
carrying out 33 kV or above voltage works
from the Chief Electrical Inspector of any
state in India. However, before starting the
work, he shall seek License from CEI
Haryana also.
Must meet
requirement N/A N/A
The member
possessing the
technical
experience as
Clause 2.4.2.
Notes for the Bidder
(i) A management contractor is a firm which takes on the role of contract management as a “general” contractor of sort could do. It does not normally perform
directly the work(s) associated with the Contract. Rather, it manages the work of other (sub) contractors while bearing full responsibility and risk for price,
quality, and timely performance of the contract.
(ii) The similarity shall be based on the physical size, complexity, methods/technology and/or other characteristics described in Section VI, Employer’s
Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification
Requirements. Summation of number of small value Contracts (less than the value specified under requirement) to meet the overall requirement will not be
accepted.
(iii) For contracts under which the Bidder participated as a JV member, only the Bidder’s share, by value, shall be considered to meet this requirement.
(iv) For Contracts under which the Bidder participated as a JV member or Subcontractor, only the Bidder’s share shall be counted to meet this requirement.
(v) The minimum experience requirement for multiple Contracts will be the sum of the minimum requirements for respective individual contracts.
Section IV. Bidding Forms EQC-15
2.5 Subcontractors/manufacturers
Subcontractors/manufacturers for the following major items of supply or services must meet the
following minimum criteria, herein listed for that item. These are only indicative, however, the
bidder should supply the material as per latest Tech. Specifications available on Nigam website.
No. of Technical Specification Name of Technical Specification Source for
Collection
CSC-III-R-
II/DH/UH/P&D/2011-2012
Outdoor types Distribution
Transformer of 11 KV / 433-250 V
Class up to and including 100 KVA
i.e. (25 KVA TO 100 KVA) with
CSP.
www.dhbvn.com
CSC-VI-R-I/DH/UH/P&D/2010-
11 GSS WIRE OF 7/8 SWG (4MM). www.dhbvn.com
CSC-VII-R-
I/DH/UH/P&D/2009-10
PCC POLES (200KG) W.L. (F.O.S-
2.5) 8/9 METER LONG. www.dhbvn.com
CSC-VIII/DH/UH/P&D/2009-
2010
5KV MOTORISED /HAND
OPERATED INSULATION
RESISTANCE TESTER
(PORTABLE).
www.dhbvn.com
CSC-X-
RI/DH/UH/P&D/2010‐2011
HARD DRAWN STRANDED
STEEL CORED ALUMUINIUM
CODUCTORS (20, 30&50MM2)
www.dhbvn.com
CSC-XI/DH/UH/P&D/2009-
2010
FOUR CORE AND TWO CORE
XLPE INSULATED & XLPE
SHEATHED ARMOURED CABLES
www.dhbvn.com
CSC-XII/DH/UH/P&D/2009-
2010
11 KV CROSS – LINKED POLY
ETHYLENE INSULATED PVC
SHEATED SINGLE CORE POWER
CABLE
www.dhbvn.com
CSC-XIV/DH/UH/P&D/2009-
2010
11 kV XLPE POWER CABLE
(CROSS LINKED POLYTHELENE
DRY GAS CURED)
www.dhbvn.com
CSC-XV-R-
I/DH/UH/P&D/2009-10
PCC POLES 11 METER LONG(WL-
400 K.G. F.O.S-2.5) www.dhbvn.com
CSC-XVI-R-
I/DH/UH/P&D/2010-11 G.I. WIRE www.dhbvn.com
CSC-XIX/DH/UH/P&D/2009-
2010
PCC POLES 8 METER (WL-200
KG) AND 9 METER (WL-400KG) www.dhbvn.com
CSC-XX-R-
III/DH/UH/P&D/2012-2013 33 kV Control & Relay Panel www.dhbvn.com
CSC-XXI/DH/UH/P&D/2009-
2010 30 kV LA www.dhbvn.com
CSC-XXII/DH/UH/P&D/2009-
2010
36 kV Isolators & Isolators-Cum-
Earth Switch for 33 kV S/Stns.. www.dhbvn.com
CSC-XXIII/DH/UH/P&D/2009-
2010 11 kV Neutral CT. www.dhbvn.com
CSC-XXIV/DH/UH/P&D/2009-
2010
36 kV Vacuum Circuit Breaker for 33
kV S/Stns. www.dhbvn.com
Section IV. Bidding Forms EQC-16
CSC- XXVII-
RII/DH/UH/P&D/2012-2013
10 MVA, 33 / 11 kV Power
Transformer www.dhbvn.com
CSC-
XXVIII/DH/UH/P&D/2009-
2010
11 kV 400 A GO Switch. www.dhbvn.com
CSC-XXIX/DH/UH/P&D/2009-
2010
porcelain insulators and insulators
fittings for 11 kV overhead power
lines.
www.dhbvn.com
CSC-XXX/DH/UH/P&D/2009-
2010
11 kV XLPE insulated PVC sheathed
single core - 630 mm2 power cable www.dhbvn.com
CSC-
XXXIII/DH/UH/P&D/2009-
2010
STATIC CT /PT OPERATED
TRIVECTOR METERS FOR HT
CONSUMERS/FEEDER METER
www.dhbvn.com
CSC-
XXXVI/DH/UH/P&D/2009-
2010
HEAT SHRINKABLE / PUSH ON
TYPETERMINATIONS FOR 11 KV
XLPE CABLES
www.dhbvn.com
CSC-
XXXIX/DH/UH/P&D/2009-
2010
33 Kv POTENTIAL
TRANSFORMER www.dhbvn.com
CSC-
XXXX/DH/UH/P&D/2009-2010
33 kV CURRENT TRANSFORMER
FOR 33 kV SUB STATIONS ONLY www.dhbvn.com
CSC-
XXXXIII/DH/UH/P&D/2009-
2010
11 kV AUTOMATICALLY
SWITCHED CAPACITOR BANKS
AT 33/11kV SUB STATIONS
www.dhbvn.com
CSC-
XXXXIV/DH/UH/P&D/2009-
2010
TECHNICAL SPECIFICATION
FOR 11 kV XLPE POWER CABLE
(CROSS LINKED POLYTHELENE
DRY / GAS CURED)
www.dhbvn.com
CSC-46/R-1/DH/UH/P&D/2010-
2011
TECHNICAL SPECIFICATION
FOR ABT METERING SYSTEM www.dhbvn.com
CSC-49/DH/UH/P&D/2009-
2010
33 KV, 3 X 300MM2 XLPE
ARMOURED Cable www.dhbvn.com
CSC-LI/DH/UH/P&D/2009-
2010
Hard-Drawn Stranded Steel Cored
Aluminum Conductor (ACSR- 80,
100 & 130mm2).
www.dhbvn.com
CSC-58/DH/UH/P&D/2010-
2011 HT & LT METAL PARTS www.dhbvn.com
CSC-61/DH/UH/P&D/2011-12
Epoxy Cast Indoor type 11KV
Measuring and Protection Current
Transformers for Installation on
11KV Circuit Breakers
www.dhbvn.com
CSC-62/DH/UH/P&D/2011-12
Porcelain Insulators(Pin/shackle) and
Insulators Fittings for 415/240V
Overhead Power Lines
www.dhbvn.com
CSC-64/DH/UH/P&D/2011-12 For 415 VOLTS L.T. SWITCH
BOARDS www.dhbvn.com
CSC-68/DH/UH/P&D/2011-12 For GALVANISED STEEL
BARBED WIRE www.uhbvn.com
CSC-73/DH/UH/P&D/2011-12
For HOT DIP GALVANIZED
HEXAGONAL HEAD BOLTS AND
NUTS ELECTRO GALVANIZED
SPRINGS WASHERS
www.dhbvn.com
Section IV. Bidding Forms EQC-17
CSC-74-R-I/DH/UH/P&D/2012-
13
For “12.5 MVA, 33 / 11 kV Power
Transformer” www.dhbvn.com
CSC-75/DH/UH/P&D/2012-13 For DISTRIBUTION BOX www.dhbvn.com
CSC-81/DH/UH/P&D/2013-14
For Technical Specification for 11
KV Switchgear Panels Vacuum Type
with 11 KV Capacitor Control Panels
www.dhbvn.com
To be collected from PD&C
wing (DD-III) Section
11 kV Switchgear Panel Vacuum
type.
9 kV Lighting Arrestor (10 kA).
9 kV 5 kA Lightning Arrestor.
Power Conductor for Bus-Bar 200
mm² (Panther).
33 kV Post Insulator.
33 kV Pin Insulators & Insulator Pins.
To be collected from PD&C
wing (DD-III) Section
Composite Insulators for 33/ 11 kV
works.
Un-armoured Copper Control Cable.
Ni-Cd Alkaline Batteries & Static
Battery Charger for Ni-Cd Alkaline
Batteries.
Fittings for 33 kV Line suitable for
130 mm² ACSR Conductor
(Leopard).
C-Type Wedge Connectors.
Technical requirements / Parameters
Drawings.
Approved list of suppliers for
equipments.
Technical Drawing:
Sr.
No.
Drawing No. No. of Technical Drawing Source for
Downloads
1 C.E./P&D-02 Standard Drawing for Half/Back Clamp for X-Arm.
www.DHBVN.com
2 C.E./P&D-03 Standard Drawing for Danger Plate, Number Plate, Phase
Plate & Fixing Clamp.
3 C.E./P&D-04 Standard Drawing for 11 KV Line Support with Earth
Wire.
4 C.E./P&D-05 Standard Drawing for G.I. Pipe Earthing.
5 C.E./P&D-06 Standard Drawing for 11 KV Line V-Cross Arm for Use
where Conductor of 50 mm2 or below is proposed.
6 C.E./P&D-07 Standard Drawing for Earth Rod 20 mm dia M. S. Cross
Plate.
7 C.E./P&D-08 Standard Drawing for laying of 11 KV 3 Nos. Single
Core Under Ground Cable.
8 C.E./P&D-09 Standard Drawing for supporting Structure for 33 KV
Lighting Arrester.
9 C.E./P&D-10 Standard Drawing for M. S. Channel 100x50x6 - 1600
MM T-Off.
10 C.E./P&D-11 Standard Drawing for M. S. Channel 100x50x6 - 2200
Section IV. Bidding Forms EQC-18
Sr.
No.
Drawing No. No. of Technical Drawing Source for
Downloads
(For H Pole-9M. PCC Pole Support).
11 C.E./P&D-12 Standard Drawing for M. S. Channel 75x40x6 - 2200
(For Fuse Unit-9M. PCC Pole Support).
12 C.E./P&D-13 Standard Drawing for M. S. Angle 50x50x6 - 2400 MM
(For Earth Wire) For H Pole.
13 C.E./P&D-15 Standard Design for Out Door Cable Trench.
Note: The technical specifications/Drawings which are not included/given in tender documents, latest
REC Standards and relevant ISS will be followed
Failure to comply with this requirement will result in rejection of the Subcontractor.
Section IV. Bidding Forms EQC-19
Section IV. Bidding Forms
Table of Forms
Single-Stage Bidding .................................................................................................................
Letter of Technical Bid ........................................................................................................
Letter of Price Bid ...............................................................................................................
Price Schedules ..........................................................................................................................
Schedule No. 1. Price Schedule ..........................................................................................
Price Adjustment .................................................................................................................
Technical Proposal ....................................................................................................................
Site Organization .................................................................................................................
Method Statement ................................................................................................................
Safety Plan ...........................................................................................................................
Form PER -1: Proposed Personnel ......................................................................................
Form PER -2: Resume of Proposed Personnel ....................................................................
Form EQU: Equipment .......................................................................................................
Bidder’s Qualification ...............................................................................................................
Form ELI - 1: Bidder Information .......................................................................................
Form ELI - 2: Bidder’s Party Information ..........................................................................
Form CON: Historical Contract Non-Performance .............................................................
Form FIR - 1: Financial Situation .......................................................................................
Form FIR - 2: Average Annual Turnover ...........................................................................
Form FIN - 1: Financial Resources .....................................................................................
Form FIN - 2: Current Contract Commitments ...................................................................
Form EXP - 1: General Construction Experience ...............................................................
Form EXP - 2: Specific Experience ....................................................................................
PROFORMA- LETTER OF UNDERTAKING- No Blacklisting No Litigation Status
Proforma for No ownership change Certificate on NJSP duly attested by Notary
Form ACK Acknowledgement of Compliance with the Guidelines for Procurement under
Japanese ODA Loans ................................................................................................................
Section IV. Bidding Forms EQC-20
Form of Bid Security (Bank Guarantee) .................................................................................
Form of Bid Security (Bid Bond) ..............................................................................................
Section IV. Bidding Forms EQC-21
Single-Stage Bidding
Letter of Technical Bid
Date: [insert date of Bid submission]
Loan Agreement No.: ID-P240
IFB No.: [insert number]
To: Dakshin Haryana Bijli Vitran Nigam,
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Documents, including Addenda issued
in accordance with Instructions to Bidders (ITB 8): [insert the number and issuing date of each
Addendum];
(b) We, including any Subcontractors/ manufacturers, for any part of the Contract, meet the eligibility
requirements in accordance with ITB 4 and ITB 5;
(c) We, including any Subcontractors/ manufacturers, for any part of the Contract, have no conflict of
interest in accordance with ITB 4;
(d) We offer to design, manufacture, test, deliver, install, pre-commission and commission, in
conformity with the Bidding Documents, the following Plant and Installation Services: for Supply,
erection, testing & commissioning of material for Augmentation of 10 No. 33 KV Sub - Stations
(including necessary civil works) i.e. 33 kV Sub-Station Bass, 33 kV Sub-Station Karandi , 33 kV
Sub-Station Dhani Raipur , 33 kV Sub-Station Gorkhpur under Hisar circle and 33 kV Sub-
Station Kheri Taloda, 33 kV Sub-Station Chatter, 33 kV Sub-Station Danoda, 33 kV Sub-Station
Rasidon, 33 kV Sub-Station Belarkhan, 33 kV Sub-Station Lohchab under Jind circle under the
jurisdiction of DHBVN.
(e) Our Bid shall be valid for a period of 180 days from the date of opening of price bid in accordance
with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time
before the expiration of that period;
(f) We are not participating, as a Bidder or as a Subcontractor/ manufacturers, in more than one Bid in
this bidding process in accordance with ITB 4.2 (c), other than alternative Bids submitted in
accordance with ITB 13; and
(g) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf
will engage in any type of fraud and corruption.
Name of the Bidder*[insert complete name of the Bidder]
Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete name of
person duly authorized to sign the Bid]
Title of the person signing the Bid [insert complete title of the person signing the Bid]
Section IV. Bidding Forms EQC-22
Signature of the person named above [insert signature of person whose name and capacity are shown
above]
Date signed [insert date of signing] day of [insert month], [insert year]
*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be attached with the
Bid.
Section IV. Bidding Forms EQC-23
Single-Stage Bidding
Letter of Price Bid
Date: [insert date of Bid submission]
Loan Agreement No.: ID-P240
IFB No.: [insert number]
To: Dakshin Haryana Bijli Vitran Nigam,
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Documents, including Addenda issued
in accordance with Instructions to Bidders (ITB 8): [insert the number and issuing date of each
Addendum];
We offer to design, manufacture, test, deliver, install, pre-commission and commission, in
conformity with the Bidding Documents, the following Plant and Installation Services: for Supply,
erection, testing & commissioning of material for Augmentation of 10 No. 33 KV Sub - Stations
(including necessary civil works) i.e. 33 kV Sub-Station Bass, 33 kV Sub-Station Karandi , 33 kV
Sub-Station Dhani Raipur , 33 kV Sub-Station Gorkhpur under Hisar circle and 33 kV Sub-
Station Kheri Taloda, 33 kV Sub-Station Chatter, 33 kV Sub-Station Danoda, 33 kV Sub-Station
Rasidon, 33 kV Sub-Station Belarkhan, 33 kV Sub-Station Lohchab under Jind circle under the
jurisdiction of DHBVN.
(b) The total price of our Bid, excluding any discounts offered in item (d) below is:
In case of only one lot, total price of the Bid [insert the total price of the Bid in words and figures,
indicating the various amounts and the respective currencies]
(c) The discounts offered and the methodology for their application are:
The discounts offered are: [specify in detail each discount offered]
The exact method of calculations to determine the net price after application of discounts is shown
below: [specify in detail the method that shall be used to apply the discounts];
(d) Our Bid shall be valid for a period of 180 days from the date of opening of price bid in accordance
with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time
before the expiration of that period;
(e) If our Bid is accepted, we commit to obtain a Performance Security in accordance with the Bidding
Documents;
(f) We understand that this Bid, together with your written acceptance thereof included in your Letter
of Acceptance, shall constitute a binding Contract between us, until a formal Contract is prepared
and executed; and
Section IV. Bidding Forms EQC-24
(g) We understand that you are not bound to accept the lowest evaluated Bid or any other Bid that you
may receive.
Name of the Bidder*[insert complete name of the Bidder]
Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete name of
person duly authorized to sign the Bid]
Title of the person signing the Bid [insert complete title of the person signing the Bid]
Signature of the person named above [insert signature of person whose name and capacity are shown
above]
Date signed [insert date of signing] day of [insert month], [insert year]
*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be attached with the
Bid.
Section IV. Bidding Forms EQC-25
Price Schedules
Notes on Prices Schedules
General
1. The Price Schedules is as follows:
Schedule No. 1: Price Schedule
2. The Schedules do not generally give a full description of the Plant to be supplied
and the services to be performed under each item. Bidders shall be deemed to
have read the Employer’s Requirements and other sections of the Bidding
Documents and reviewed the Drawings to ascertain the full scope of the
requirements included in each item prior to filling in the rates and prices. The
entered rates and prices shall be deemed to cover the full scope as aforesaid,
including overheads and profit.
3. If Bidders are unclear or uncertain as to the scope of any item, they shall seek
clarification in accordance with ITB 7 prior to submitting their Bid.
Pricing
4. Prices shall be filled in indelible ink, and any alterations necessary due to errors,
etc., shall be initialed by the Bidder.
As specified in the Bid Data Sheet and Particular Conditions of Contract, prices
shall be fixed and firm for the duration of the Contract.
5. Bid Prices shall be quoted in the manner indicated and in the currencies specified
in the Instructions to Bidders in the Bidding Documents.
For each item, Bidders shall complete each appropriate column in the respective
Schedules, giving the price breakdown as indicated in the Schedules.
Prices given in the Schedules against each item shall be for the scope covered by
that item as detailed in Section VI (Employer’s Requirements) or elsewhere in the
Bidding Documents.
6. Payments will be made to the Contractor in the currency or currencies indicated
under each respective item.
7. When requested by the Employer for the purposes of making payments or partial
payments, valuing variations or evaluating claims, or for such other purposes as
the Employer may reasonably require, the Contractor shall provide the Employer
with a breakdown of any composite or lump sum items included in the Schedules.
Section IV. Bidding Forms EQC-26
Price Schedule
Sr.
No.
Description of Material Qty. Unit price for supply
inclusive of all taxes,
levies, ED, CST, F&I
FOR destination (In
Rs.)
Unit price for
Erection including of
all taxes, levies, F&I,
ED etc (In Rs.)
Total Cost including
Supply & Erection
Charges (All
inclusive) (in Rs.)
Total (Grand summary)
Name of Bidder
Signature of Bidder
The detail BOQ and estimated cost is as per volume -II
Section IV. Bidding Forms EQC-28
Technical Proposal
- Site Organization
- Method Statement
- Safety Plan
- Functional Guarantee
- Personnel
- Contractor’s Equipment
- Proposed Subcontractors for Major Items of Plant and Installation Services
- [Others]
Section IV. Bidding Forms EQC-29
Site Organization
[Insert Technical Proposal for Site Organization.]
Section IV. Bidding Forms EQC-30
Method Statement
[Insert Technical Proposal for Method Statement along with PERT Chart]
Section IV. Bidding Forms EQC-32
Form PER -1: Proposed Personnel
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
[The Bidder shall provide the names of suitably qualified personnel to meet the specified requirements
stated in Section III, Evaluation and Qualification Criteria, Clause 1.1.1 for Single-Stage Bidding.]
1. Title of position*
Name
2. Title of position*
Name
3. Title of position*
Name
4. Title of position*
Name
*As listed in Section III.
Section IV. Bidding Forms EQC-33
Form PER -2: Resume of Proposed Personnel
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
[The Bidder shall provide the data on the experience of the personnel indicated in Form PER-1, in the
form below.]
Name of Bidder
Position
Personnel
information
Name
Date of birth
Professional qualifications
Present
employment
Name of employer
Address of employer
Telephone
Contact (manager / personnel
officer)
Fax
Job title
Years with present employer
Section IV. Bidding Forms EQC-34
[Summarize professional experience over the last 20 years, in reverse chronological order. Indicate
particular technical and managerial experience relevant to the project.]
From To Company / Project / Position / Relevant technical and management
experience
Section IV. Bidding Forms EQC-35
Form EQU: Equipment
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
[The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet
the requirements for the key equipment listed in Section III, Evaluation and Qualification Criteria, Clause
1.1.2 for Single-Stage Bidding. A separate Form shall be prepared for each item of equipment listed, or
for alternative equipment proposed by the Bidder.]
Item of equipment
Equipment
information
Name of manufacturer
Model and power rating
Capacity
Year of manufacture
Current
status
Current location
Details of current commitments
Source Indicate source of the equipment
Owned Rented Leased Specially manufactured
Omit the following information for equipment owned by the Bidder.
Owner Name of owner
Address of owner
Telephone Contact name and title
Fax Telex
Agreements Details of rental / lease / manufacture agreements specific to the project
Section IV. Bidding Forms EQC-37
Bidder’s Qualification
To establish its qualification to perform the Contract in accordance with Section III, Evaluation
and Qualification Criteria, the Bidder shall provide the information requested in the corresponding
Information Sheets included hereunder:
- Form ELI - 1: Bidder Information
- Form ELI - 2: Bidder’s Party Information
- Form CON: Historical Contract Non-Performance
- Form FIR - 1: Financial Situation
- Form FIR - 2: Average Annual Construction Turnover
- Form FIN - 1: Financial Resources
- Form FIN - 2: Current Contract Commitments
- Form EXP - 1: General Construction Experience
- Form EXP - 2(a): Specific Construction Experience
Section IV. Bidding Forms EQC-38
Form ELI - 1: Bidder Information
Date: [insert day, month, year]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
[The Bidder shall provide the following information.]
1. Bidder’s legal name:[insert full name]
2. In case of JV, legal name of the representative member and of each member: [insert full name
of each member in the JV and specify the representative member]
3. Bidder’s actual or intended country of registration: [insert country of registration]
4. Bidder’s actual or intended year of incorporation: [insert year of incorporation]
5. Bidder’s legal address in country of registration: [insert street/number/town or
city/country]
6. Bidder’s authorized representative information
Name: [insert full name]
Address: [inset street/number/town or city/country]
Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]
Email Address: [insert E-mail address]
7. Attached are copies of original documents of:
Articles of Incorporation (or equivalent documents of constitution or association), and/or
documents of registration of legal entity named above, in accordance with ITB 4.3.
In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.
8. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.
Section IV. Bidding Forms EQC-39
Form ELI - 2: Bidder’s Party Information
Date: [insert day, month, year]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
[The following form is additional to Form ELI-1, and shall be completed to provide
information relating to each JV member (in case the Bidder is a JV).]
1. Bidder’s legal name: [insert full name]
2. Bidder's Party legal name: [insert full name of Bidder’s Party]
3. Bidder's Party country of registration: [insert country of registration]
4. Bidder’s Party year of incorporation: [insert year of incorporation]
5. Bidder’s Party legal address in country of registration: [insert street/number/town or
city/country]
6. Bidder’s Party authorized representative information
Name: [insert full name]
Address: [insert street/number/town or city/country]
Telephone/Fax numbers: [insert telephone/fax numbers, including country and city
codes]
E-mail address: [insert E-mail address]
7. Attached are copies of original documents of
Articles of Incorporation (or equivalent documents of constitution or association),
and/or registration documents of the legal entity named above, in accordance with ITB
4.3.
8. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.
Section IV. Bidding Forms EQC-40
Form CON: Historical Contract Non-Performance
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
1. 1. History of Non-Performing Contracts
Non-Performing Contracts
Contract non-performance did not occur since 1st March 2013, in accordance with the
Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor
2.2.1, as appropriate.
Contract(s) not performed since 1st March 2013, in accordance with the Prequalification
criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as
appropriate, is(are) indicated below:
Year Non- performed
portion of Contract
Contract
Identification
Total Contract
Amount (In INR)
[insert
year]
[insert amount and
percentage]
Contract Identification:[indicate
complete Contract name, number,
and any other identification]
Name of Employer: [insert full name]
Address of Employer:[insert
street/city/country]
Reason(s) for non performance:
[indicate main reason(s)]
[insert amount]
2. Pending Litigation
Pending Litigation
No pending litigation in accordance with the Prequalification criteria, or Section III,
Evaluation and Qualification Criteria, Sub-Factor 2.2.2, as appropriate.
Pending litigation in accordance with the Prequalification criteria, or Section III, Evaluation and
Qualification Criteria, Sub-Factor 2.2.2, as appropriate, is indicated below:
Year of
dispute
Amount in
dispute
(currency)
Outcome as
Percentage
of Net
Worth
Contract Identification Total Contract
Amount (In INR)
Section IV. Bidding Forms EQC-41
[insert year] [insert
amount]
[insert
percentage]
Contract Identification:
[indicate complete Contract
name, number, and any
other identification]
Name of Employer:
[insert full name]
Address of Employer:
[insert street/city/country]
Matter in dispute: [indicate
main issues in dispute]
Status of dispute: [indicate
if it is being treated by the
Adjudicator, under
Arbitration or being dealt
with by the Judiciary]
[insert amount]
3. Litigation History
Litigation History
No court/arbitral award decisions against the Bidder during last three years from the date
of bid submission, in accordance with the Prequalification criteria, or Section III,
Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as appropriate.
Court/arbitral award decisions against the Bidder during last three years from the date of
bid submission, in accordance with the Prequalification criteria, or Section III,
Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as appropriate, are indicated
below:
Year of
award
Contract Identification Total Contract
Amount (in INR)
[insert year] Contract Identification: [indicate complete
Contract name, number, and any other
identification
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Matter in dispute: [indicate main issues in dispute]
Party who initiated the dispute: [indicate
“Employer” or “Contractor”]
Status of dispute: [indicate if it is being treated by
the Adjudicator, under Arbitration or being dealt
with by the Judiciary]
[insert amount]
Section IV. Bidding Forms EQC-42
Form FIR - 1: Financial Situation
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
1. Financial data
Type of Financial information in
(Indian Rupee)
Historic information for previous three years
(amount, INR)
Year 1 Year 2 Year 3
Statement of Financial Position (Information from Balance Sheet)
Total Assets (TA)
Total Liabilities (TL)
Net Worth (NW)
Current Assets (CA)
Current Liabilities (CL)
Information from Income Statement
Total Revenue (TR)
Profits Before Taxes (PBT)
Profits After Taxes (PAT)
2. Financial documents
The Bidder and its Parties shall provide copies of the financial statements such as reports on the financial standing of the Bidder including profit and loss statements, balance sheets and auditors reports (all duly
Section IV. Bidding Forms EQC-43
attested by CA) etc., for the last three years pursuant to the Prequalification Criteria or Section III, Evaluation and Qualifications Criteria, Sub-factor 2.3.1. The financial statements shall:
(a) reflect the financial situation of the Bidder or in case of JV member, of each member, and not an affiliated entity (such as parent company or group member).
(b) be independently audited or certified in accordance with local legislation.
(c) be complete, including all notes to the financial statements.
(d) correspond to accounting periods already completed and audited.
Attached are copies of financial statements1 for the previous three years required above; and complying
with the requirements.
1 If the most recent set of financial statements is for a period earlier than 12 months from the date of Bid, the reason for
this should be justified.
Section IV. Bidding Forms EQC-44
Form FIR - 2: Average Annual Turnover
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
Ref: ___________________ Dated: _________________ To
The Superintending Engineer/ P&D, DHBVN, Vidyut Sadan, Vidyut Nagar, Hisar
Dear Sir, 1. I*/We* have read and examined the complete documents of Bid No.__________ related to 33 kV Sub-stations/
33 kV lines / 11 kV/ TW connections _______________________(full scope of work) on turnkey basis. 2. I*/We* hereby submit that our firm M/s _____________________________________(with complete address)
has turnover for the last three / five financial years as follows related to erection & supply of electrical material
& equipment duly attested by CA.
Financial Year Turnover Amount (Rs. in Crore) Balance Sheets/ Auditor Report place as Annex-
3. I*/We* hereby submit that any wrong declaration/ violation if detected / found at any point of time shall be the
sole responsibility of our firm M/s ___________________________________________________ (with complete address) its Owners / Inheritors /
Successors / Managing Director / President etc. and shall be liable for any penalty / our blacklisting / debarring
for three years or any other punishment as decided by the Nigam.
I/We also agree to abide by and fulfill all the terms, conditions & provisions of the above mentioned Bid
documents.
Signature along with seal of company Signature along with seal of CA _________________________ __________________________________
(Duly authorized to sign the application on behalf of the firm)
Name: ____________________________ Designation: _______________________
Section IV. Bidding Forms EQC-45
Name of Company: __________________ (in Block letters)
Form FIN - 1: Financial Resources
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
Liquid Asset Details
Against Tender Enquiry No.
Name of the Bidder
Address of the Bidder
Sr. No. Description Amount as per latest balance
sheet
1 Closing Stock
2 Cash in Hand
3 Bank Balance
4 FDR’s/Investments
5 Un-utilized Letter of Credit Limits sanctioned by the
Banks (fund based only)
6 Un-utilized Cash Credit Limits sanctioned by the
Banks (fund based only)
Total – (A)
7 25% of the Current Commitments as indicated in Form
Fin – 3 (B)
8 Liquid Assets available for this Bid (A – B)
(Should be equal to or more than INR 41.53
million)
Note:
a) If the Limits are sanctioned against any one i.e Stocks/Inventory/FDR’s, then the higher side of the book
value of the said component (as per balance sheet) or the Un-utilized limits intimated by the banks on the
particular date would be considered to work out the Liquid Assets. The Un-utilized limit certificate
should be issued by the bank un-conditionally and on the following Performa:
Sr.
No.
Description Preliminary
security against
which the limit is
Sanctioned
limit
Limit Utilized Un-utilized
Limit as on ---
-
Section IV. Bidding Forms EQC-46
sanctioned
1 Cash Credit Limit (fund
based only)
2 Letter of Credit Limit
(fund based only)
Note The bidder will also
submit the documentary
proof (i.e. Balance sheet
and detailed sanction
letter issued by the bank
for credit limits) of the
figures incorporated in the
table
b) Un-utilized Overdraft / CC Limits and bank Balance (including FDR’s): The Bidder shall produce a
certificate from the banks(s) which should be valid on the date of Bid Submission, giving the amount of
Un-utilized limits and Bank Balances Banker’s certificates should be in respect of a date not more than
30 days prior to the date of submission of Bid. The balances of all the certificates should be of the same
date.
c) In the absence of the Audited Accounts for any financial Year/broken year, a copy of the provisional
accounts shall be supplied by the Bidder along with a certificate from the Statutory Auditors ( in case of
companies) or from any Chartered Accountant (in case of firms /sole proprietors) certifying the liquid
assets available with the firm as on any particular date . The date should not be more than 30 days prior
to the date of submission of respective Bid.
d) Firm commitments from the Banks for financing the Current Projects against Bidders participation, shall
also be considered for calculation of Liquid Assets subject to overall book values of respective
components against which the current financing has been committed by the banks.
e) In case Liquidity available for this bid (A – B) is less than the liquidity requirement as per clause 2.3 of
the ITB, the bid will not be opened.
f) Any wrong declaration/wrong submission /tempering of documents/violation, if detected /found at any
point of time shall be the sole responsibility of the Bidder. The Bidder shall be liable for any
penalty/damages for any loss to the Nigam as a result of such wrong declaration / bogus
documents/tempered documents including blacklisting/debarring for three years or any other punishment
as decided by the Nigam.
Section IV. Bidding Forms EQC-47
Form FIN - 2: Current Contract Commitments
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
Current Commitments
Name of the Bidder
Address of the Bidder
Sr. No. Description Amount (Un-executed value of
the Contracts)
1
2
3
Total
Note:
a) Use further similar size sheets, if required.
b) This certificate must be issued by the Statutory Auditors (in the case of Companies) or by any Chartered
Accountant (in the case of firms/sole Proprietors)
c) The bidders who will submit their tenders in more than one package/ bid, their financial qualification
will be examined considering the summation of the bid/ package values of all the bids in which the
bidder has quoted.
Section IV. Bidding Forms EQC-48
Form EXP - 1: General Experience
[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year] Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
[Identify Contracts that demonstrate continuous work over the past five financial years pursuant to
Section III, Evaluation and Qualification Criteria, Sub-Factor 2.4.1. List Contracts chronologically,
according to their commencement (starting) dates.]
General Experience
Starting
Year
Ending
Year Contract Identification
Role of
Bidder
[indicate
year]
[indicate
year]
Contract name: [insert full name]
Brief description of the works performed by the
Bidder: [describe works performed briefly]
Amount of Contract: [insert amount, currency,
exchange rate and INR equivalent]
Name of Employer: [indicate full name]
Address: [indicate street/number/town or
city/country]
[insert "Prime
Contractor”(Single
entity or JV
member) or
"Subcontractor” or
"Management
Contractor”]
Section IV. Bidding Forms EQC-49
Form EXP - 2: Specific Experience
[The following table shall be filled in for Contracts performed by the Bidder and by each member of a
JV.]
Date: [insert day, month, year] Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
[Fill out one (1) form per Contract, in accordance with Section III, Evaluation and Qualification
Criteria (Without Prequalification), Sub-Factor 2.4.2(a).]
Similar Contract No.
[insert number] of [insert number
of similar Contracts required] Information
Contract Identification [insert Contract name and reference identification
number, if applicable]
Award date [insert day, month, year, e.g., 15 June, 2015]
Completion date [insert day, month, year, e.g., 03 October, 2017]
Role in Contract Prime Contractor Only
Total Contract Amount
[insert Contract amount(s)
and currency(ies)]
INR [insert exchange rate
and total Contract amount
in INR equivalent]
If member in a JV, specify
participation in total Contract
amount
[insert
percentage of
participation]
[insert
amount(s) and
currency(ies)
of
participation]
INR [insert exchange rate and
amount of participation in
INR equivalent]
Employer's Name [insert full name]
Address
Telephone/fax number
[indicate street/number/town or city/country]
[insert telephone/fax numbers, including country and
city area codes]
[insert E-mail address, if available]
Similar Contract No.
[insert number of similar Contracts
required] Information
Section IV. Bidding Forms EQC-50
Description of the similarity in
accordance with Sub-Factor
2.4.2(a) of Section III:
1. Physical size of required works
items
[insert physical size of items]
2. Complexity [insert description of complexity]
3. Methods/Technology [insert specific aspects of the methods/technology
involved in the Contract]
4. Other Characteristics [insert other characteristics as described in Section
VI, Employer’s Requirements]
Section IV. Bidding Forms EQC-51
PROFORMA- LETTER OF UNDERTAKING- No Blacklisting No Litigation Status
(To be submitted by the bidder along with his Bid) Ref: _________________________ Dated ___________ To The Chief Engineer/ PD&C, DHBVN, Vidyut Sadan,
Vidyut Nagar Hisar.
Dear Sir, 1. I*/We* have read and examined the complete documents of Bid No. _______ related to 33 kV
sub-stations/ 33 kV lines/ 11 kV / TW connections _________________ (full scope of work) on
turnkey basis. 2. I*/We* hereby submit that our firm M/s ______________________________________ (with
complete address) has never been ‘Black-listed’/ debarred by any Utility / any State / Central
Govt., Department / PSUs till date nor we are facing / filed any Litigation proceedings regarding
debarring (black listing) with either of the above said Agencies / States during last three years.
Detection of false declaration / statement at any stage of the entire process of Bid / execution of
work shall lead to penalty as deemed fit by the Nigam including forfeiture of earnest money, BG
and termination of contract.
Signature along with seal of company
Date: - ____________________________
(Duly authorized to sign the application
on behalf of the firm). Name: _________________________ Designation:___________________ Name of Company: _______________
(In Block Letters)
WITNESS Signature: Name & Postal Address : Mobile No.
Section IV. Bidding Forms
Proforma for No ownership change Certificate on NJSP duly attested by Notary Ref: ___________________ Dated: _________________ To
The Chief Engineer/ PD&C, DHBVN, Vidyut Sadan,
Vidyut Nagar Hisar. Dear Sir, 1. I*/We* have read and examined the complete documents of Bid No. ___________ related to 33
kV sub-stations/ 33 kV lines/ 11 kV/ TW connections ___________ (full scope of work) on
turnkey basis.
2. I*/We* hereby submit that our firm M/s ______________________________________ (with
complete address) would not initiate any Ownership change during the period from the time of
Bid submission to the two (2) years after the commercial operation, defined as successful
completion of Supply of material, erection, testing and commissioning of ________________ i.e.,
the turnkey works as mentioned in the scope of work of Bid No. ___________ and acceptance of
the same by the Employer, However, in case, the firm is anticipating any such ownership change/
Takeover at any stage of the entire bid process and during the execution of Contract we would
seek prior approval from the Nigam well in time. It shall be the sole discretion of the Nigam to
grant permission for such change in ownership/takeover and if allowed by the Nigam for
ownership change, the new company shall own all responsibilities and liabilities under the
contract and the old firm should not be blacklisted by any State/ Central government or any of its
agencies. 3. I*/We* hereby submit that any wrong declaration/ violation if detected/ found at any point of time
shall be the sole responsibility of our firm M/s ____________________________ (with complete
address) its Owners / Inheritors / Successors / Managing Director / President etc. and shall be
liable for any penalty / our blacklisting / debarring for three years or any other punishment as
decided by the Nigam.
I/We also agree to abide by and fulfill all the terms, conditions & provisions of the above
mentioned Bid documents.
Signature along with Seal of Company ________________________________ (Duly authorized to sign the application on
behalf of the firm)
Name: ___________________________ Designation: _______________________ Name of Company: _________________ (In Block Letters)
WITNESS Signature: Date & Postal Address: Date: Name & Address: Telegraphic address: Telephone No.:
Section IV. Bidding Forms
Form ACK
Acknowledgement of Compliance with the Guidelines for
Procurement
under Japanese ODA Loans
A) I, [insert name and position of authorized signatory], being duly authorized by [insert
name of Bidder/members of joint venture (“JV”)] (hereinafter referred to as the “Bidder”) to
execute this Acknowledgement of Compliance with Guidelines for Procurement under
Japanese ODA Loans, hereby certify on behalf of the Bidder and myself that all information
provided in the Bid submitted by the Bidder for ID-P240 and Supply, erection, testing &
commissioning of material for Augmentation of 10 No. 33 KV Sub - Stations (including
necessary civil works) i.e. 33 kV Sub-Station Bass, 33 kV Sub-Station Karandi , 33 kV
Sub-Station Dhani Raipur , 33 kV Sub-Station Gorkhpur under Hisar circle and 33
kV Sub-Station Kheri Taloda, 33 kV Sub-Station Chatter, 33 kV Sub-Station Danoda,
33 kV Sub-Station Rasidon, 33 kV Sub-Station Belarkhan, 33 kV Sub-Station Lohchab
under Jind circle under the jurisdiction of DHBVN is true, correct and accurate to the
best of the Bidder’s and my knowledge and belief. I further certify, on behalf of the Bidder,
that:
(i) the Bid has been prepared and submitted in full compliance with the terms and
conditions set forth in the Guidelines for Procurement under Japanese ODA Loans
(hereinafter referred to as the “Guidelines”); and
(ii) the Bidder has not, directly or indirectly, taken any action which is or constitutes a
corrupt, fraudulent, collusive or coercive act or practice in violation of the Guidelines
and is not subject to any conflict of interest as stipulated in the relevant section of the
Guidelines.
<If debarment for more than one year by the World Bank Group is NOT imposed, use the following
sentence B).>
B) I certify that the Bidder has NOT been debarred by the World Bank Group for more
than one year since the date of issuance of Invitation for Bids.1
<If debarment for more than one year by the World Bank Group has been imposed BUT three (3) years
have passed since the date of such debarment decision, use the following sentence B’).>
B’) I certify that the Bidder has been debarred by the World Bank Group for a period more
1 The starting date should be revised to “request for price quotation,” if the Borrower is selected through
the International Shopping”; to "appointment", if a contractor is selected through the Direct Contracting;
or “Commencement of actual selection/bidding process”, if the Borrower wishes to adopt procurement
procedures other than ICB, Limited International Shopping, International Shopping, or Direct Contracting.
Section IV. Bidding Forms
than one year BUT that on the date of issuance of Invitation for Bids at least three (3)
years had passed since the date of such debarment decision. Details of the debarment
are as follows: name of the debarred
firm
starting date of
debarment
ending date of
debarment
reason for debarment
C) I certify that the Bidder will not enter into a subcontract with a firm which has been
debarred by the World Bank Group for a period more than one year, unless on the date
of the subcontract at least three (3) years have passed since the date of such debarment
decision.
D) I certify, on behalf of the Bidder, that if selected to undertake services in connection with
the Contract, the Bidder shall carry out such services in continuing compliance with the
terms and conditions of the Guidelines.
E) I further certify, on behalf of the Bidder, that if the Bidder is requested, directly or
indirectly, to engage in any corrupt or fraudulent action under any applicable law, such
as the payment of a rebate, at any time during a process of public procurement,
negotiations, execution or implementation of contract (including amendment thereof),
the Bidder shall report all relevant facts regarding such request to the relevant section in
JICA (details of which are specified below) in a timely manner.
JICA’s information desk on fraud and corruption (A report can be made to either of
the offices identified below.)
(1) JICA Headquarters: Legal Affairs Division, General Affairs Department
URL: https://www2.jica.go.jp/en/odainfo/index.php
Tel: +81 (0)3 5226 8850
(2) JICA India Office 2nd Floor,Dr.Gopal Das Bhawan 28 Barakhamba Road New Delhi-110001
Tel: +91 11 47685500, +91 11 2371 4362/4363
The Bidder acknowledges and agrees that the reporting obligation stated above shall
NOT in any way affect the Bidder’s responsibilities, obligations or rights, under relevant
laws, regulations, contracts, guidelines or otherwise, to disclose or report such request or
other information to any other person(s) or to take any other action, required to or
allowed to, be taken by the Bidder. The Bidder further acknowledges and agrees that
JICA is not involved in or responsible for the procurement process in any way.
F) If any of the statements made herein is subsequently proven to be untrue or incorrect
Section IV. Bidding Forms
based on facts subsequently determined, or if any of the warranties or covenants made
herein is not complied with, the Bidder will accept, comply with, and not object to any
remedies taken by the Employer and any sanctions imposed by or actions taken by
JICA.
_____________________________
Authorized Signatory
[Insert name of signatory; title]
For and on behalf of [Insert name of the Bidder]
Date:
Section IV. Bidding Forms
Form of Bid Security (Bank Guarantee)
[Guarantor letterhead or SWIFT identifier code]
Beneficiary: Chief Engineer/PD&C, DHBVN, Vidyut Sadan, Vidyut Nagar, Hisar
IFB No.: [Employer to insert number of Invitation for Bids]
Date: [insert date of issue]
BID GUARANTEE No.: [insert guarantee reference number]
Guarantor: [insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that [insert name of the Bidder, which in the case of a joint venture
shall be the name of the joint venture (whether legally constituted or prospective) or the
names of all members thereof] (hereinafter called “the Applicant”) has submitted or will
submit to the Beneficiary its Bid (hereinafter called “the Bid”) for the execution of Supply,
erection, testing & commissioning of material for Augmentation of 10 No. 33 KV Sub -
Stations (including necessary civil works) i.e. 33 kV Sub-Station Bass, 33 kV Sub-Station
Karandi , 33 kV Sub-Station Dhani Raipur , 33 kV Sub-Station Gorkhpur under Hisar
circle and 33 kV Sub-Station Kheri Taloda, 33 kV Sub-Station Chatter, 33 kV Sub-Station
Danoda, 33 kV Sub-Station Rasidon, 33 kV Sub-Station Belarkhan, 33 kV Sub-Station
Lohchab under Jind circle under the jurisdiction of DHBVN under Loan Agreement No.
ID-P240.
Furthermore, we understand that, according to the Beneficiary’s conditions, Bids must be
supported by a bid guarantee.
At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in words,
(insert amount in figures)] upon receipt by us of the Beneficiary’s complying demand,
supported by the Beneficiary’s statement, whether in the demand itself or a separate signed
document accompanying or identifying the demand, stating that either the Applicant:
(a) has withdrawn its Bid during the period of Bid validity set forth in the applicant’s
Letter of Bid (hereinafter called “the Bid Validity Period”), or any extension thereto
provided by the Applicant; or
(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid
Validity Period or any extension thereto provided by the Applicant, (i) fails to execute
the Contract Agreement, or (ii) fails to furnish the Performance Security, in accordance
with the Instructions to Bidders of the Beneficiary’s Bidding Documents.
This guarantee will expire and shall be returned to the Applicant: (a) if the Applicant is the
successful Bidder, upon our receipt of copies of the Contract Agreement signed by the
Applicant and the Performance Security issued to the Beneficiary in relation to such Contract
Section IV. Bidding Forms
Agreement; or (b) if the Applicant is not the successful Bidder, upon the earlier of (i) our
receipt of a copy of the Beneficiary’s notification to the Applicant of the results of the
bidding process; or (ii) twenty-eight (28) days after the end of the Bid Validity Period.
Consequently, any demand for payment under this guarantee must be received by us at the
office indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
4581.
[signature(s)]
[Note: All italicized text is for use in preparing this form and shall be deleted from the final
product.]
1 As the case may be, ICC Publication No. 758 (or subsequent ICC Publications) may be used. In such cases,
modify the Publication number.
Section IV. Bidding Forms
Form of Bid Security (Bid Bond)
BOND NO. [insert Bond No.]
BY THIS BOND [insert name of Bidder] as Principal (hereinafter called “the Principal”),
and [insert name, legal title, and address of surety], authorized to transact business in [India],
as Surety (hereinafter called “the Surety”), are held and firmly bound unto [Dakshin Haryana
Bijli Vitran Nigam] as Obligee (hereinafter called “the Employer”) in the sum of [insert
amount of Bond in words and figures]1, for the payment of which sum, well and truly to be
made, we, the said Principal and Surety, bind ourselves, our successors and assigns, jointly
and severally, firmly by these presents.
WHEREAS the Principal has submitted a written Bid to the Employer dated the [insert day]
day of [insert month], 20 [insert year], for the construction of [insert name of Contract]
(hereinafter called the “Bid”).
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the
Principal:
(a) withdraws its Bid during the period of Bid validity specified in the Form of Bid;
or
(b) having been notified of the acceptance of its Bid by the Employer during the
period of Bid validity; (i) fails or refuses to execute the Contract Form, if
required; or (ii) fails or refuses to furnish the Performance Security in
accordance with the Instructions to Bidders;
then the Surety undertakes to immediately pay to the Employer up to the above amount upon
receipt of the Employer’s first written demand, without the Employer having to substantiate
its demand, provided that in its demand the Employer shall state that the demand arises from
the occurrence of any of the above events, specifying which event(s) has occurred.
The Surety hereby agrees that its obligation will remain in full force and effect up to and
including the date twenty-eight (28) days after the date of expiration of the Bid validity as
stated in the Invitation for Bid or extended by the Employer at any time prior to this date,
notice of which extension(s) to the Surety being hereby waived.
IN TESTIMONY WHEREOF, the Principal and the Surety have caused these presents to be
executed in their respective names this [insert day] day of [insert month] 20 [insert year].
Principal: _______________________ Surety: _____________________________
Corporate Seal (where appropriate)
_______________________________ ____________________________________
(Signature) (Signature)
(Printed name and title) (Printed name and title)
1 The amount of the Bond shall be denominated in the currency of the Employer’s country or the equivalent
amount in a freely convertible currency.
Section V. Eligible Source Countries of Japanese ODA Loans
Section V. Eligible Source Countries of
Japanese ODA Loans
INDIA
Section VI. Employer’s Requirements
Section VI. Employer’s Requirements
Table of Contents
Scope of Supply of Plant and Installation Services by the Contractor .......................
Specification .....................................................................................................................
Forms and Procedures ....................................................................................................
Form of Completion Certificate ...........................................................................................
Form of Operational Acceptance Certificate .......................................................................
Change Order Procedure and Forms ....................................................................................
Change Order Procedure ......................................................................................................
Annex 1. Request for Change Proposal ...........................................................................
Annex 2. Estimate for Change Proposal .........................................................................
Annex 3. Acceptance of Estimate ...................................................................................
Annex 4. Change Proposal ..............................................................................................
Annex 5. Change Order ...................................................................................................
Annex 6. Pending Agreement Change Order ..................................................................
Annex 7. Application for Change Proposal .....................................................................
Annex 8. Change Order log .............................................................................................
Drawings ...........................................................................................................................
Supplementary Information ...........................................................................................
Section VI. Employer’s Requirements
Scope of Supply of Plant and Installation Services by the
Contractor
1. SCOPE OF BID: - 1.1 The Dakshin Haryana Bijli Vitran Nigam intends to invite bids for the Supply, erection, testing &
commissioning of material for Augmentation of 10 No. 33 KV Sub - Stations (including
necessary civil works) i.e. 33 kV Sub-Station Bass, 33 kV Sub-Station Karandi , 33 kV Sub-
Station Dhani Raipur , 33 kV Sub-Station Gorkhpur under Hisar circle and 33 kV Sub-
Station Kheri Taloda, 33 kV Sub-Station Chatter, 33 kV Sub-Station Danoda, 33 kV Sub-
Station Rasidon, 33 kV Sub-Station Belarkhan, 33 kV Sub-Station Lohchab under Jind
circle under the jurisdiction of DHBVN.: -
Sr.
No.
Name of 33KV
Sub-Station
Existing Capacity of
33KV Sub-Station in
MVA
After augmentation
Capacity of 33KV
Sub-Station in MVA
Name of Circle
1. Bass 1X10 2X10
Hisar 2. Karandi 3X6.3/8 2X6.3/8+1X10
3. Dhani Raipur 2X6.3/8 1X6.3/8+1X10
4. Gorkhpur 1X10 2X10
5. Kheri Taloda 1X5+1X8+1X10 1X5+2X10
Jind
6. Chatter 1X8+1X10 2X10
7. Danoda 1X51X10 2X10
8. Rasidon 1X8 1X10
9. Belarkhan 1X10 2X10
10. Lohchab 1X6.3+1X8 2X10 1.2 The successful Bidder will have to complete the Works by the intended Completion date specified in
the Contract data. The scope of work shall include complete project management, design, engineering, manufacturing,
testing, supply on F.O.R. destination basis, transportation, insurance, storage, erection, testing &
commissioning of 33/ 11 kV CONVENTIONAL Sub-stations and associated 33 kV lines & 11 kV
Link lines at single source responsibility on Turn-key basis. The supply includes Power
Transformers, downloadable type energy meters of 0.2 class accuracy alongwith RS-232 & RS-485
Ports (SCADA Compatible), Circuit Breakers, Isolators, L & E Switches, CTs, PTs, NCTs, Surge
Arresters, Bus Post Insulators, 11 kV Indoor Switchgears, outdoor and indoor C & R Panels,
Automatic Power Factor Correction Panels with Capacitors Banks, Associated Electrical &
Mechanical auxiliaries such as Fire Fighting System, Station Illumination system, 11 kV Cables &
Control Cables and allied termination arrangements, Sub-station Structures, Poles, Conductor,
Strings, Hardware, 33 kV Polymeric Composite Insulators, 33 kV Pin insulators with Pins,
Galvanized Channel / Angle, 11 kV Polymeric Composite insulators (Both Disc & Pin) & all other
associated equipment etc. The scope shall also include the detailed survey of optimization pole
location & route marking and as per technical details given in specification covering Construction
of 33 kV transmission Lines and Technical Specification of 11 kV lines (Section-VIII), laying of
terminal 11 kV cables of new 11 kV feeders along with the 11 kV VCBs and allied equipments.
Supply of material and construction of the Switch House Building, plinths of Power Transformers
Section VI. Employer’s Requirements
and foundation & trenching for all electrical structures, fencing, gravelling, earth filling,
construction of culverts, RCC underground water storage tank with pumping set, boundary wall,
Boring with required Single phase submersible pump, PCC roads and paths alongwith other allied
material etc. as mentioned in Section – V i.e. Scope of Civil works is also included in the scope of
the bidder. The complete civil works will be done through Government approved class ‘A’ Civil
Contractors by the bidder. Any material not specifically mentioned in the contract but required to
complete the job is deemed to be included in the scope of the work of the contract. IT SHALL ALSO BE ENSURED THAT ALL SUBSTATIONS SUPERVISORY EQUIPMENT PROPOSED
TO BE SUPPLIED IS COMPATIBLE TO SUPERVISORY PART OF SCADA. Charges to be paid to the Railways, Forest Deptt or any other Govt./ Statutory bodies will be borne by
the Nigam on actual basis, initially the requisite charges are to be deposited by the turnkey contractor
with the concerned department and Govt. Security Deposit for Railway Line Crossing taken in price
schedule will be reimbursed accordingly on production of documentary evidence. However the same
shall be reimbursed to the contractor on production of proof of depositing this amount.
b) Insurance: The scope shall also include the raising / lowering of existing Electricity lines to
provide proper clearances, all kind of crossings and guarding. The insurance and transportation of
conductor and other material dismantled from the lines after augmentation from the Site till its
return to Employer’s store shall also be covered in the scope of Contractor. The Employer’s
representative shall be responsible to get this material returned to store. 1.4 The Bidder shall inform the UHBVN/Employer about the source of supply of material as per the list of
manufacturers/firms empanelled, as approved vendors to supply material against turnkey works. The
material shall be dispatched from this source only after inspection and approval by the authorized
representative of the Employer. Installation of material will be as per the approved drawings and
specification. The supplier of material will also supply the type test certificates (not more than 3 years
old at the time of bid opening) at the time of inspection-call which will be further examined by the
inspecting authority. However, no approval of GTPs of petty items such as nuts and bolts, stay sets,
hardware fittings, pin, disc insulator, danger plate, number plate is required and material supplied
should comply with latest relevant ISS wherever applicable. Penalty of Rs. 20000/- on the contractor shall be levied in case inspection call is given and material is
not found ready at works along with expenses incurred by the Nigam on deputing inspecting
agency/officers.
Material management, inspection requisition, procedure of inspection, sealing procedure, DIs and post
receipt inspection, etc. shall be carried out as per Quality Assurance Plan (QAP) of the Nigam, which is
available at the website www.dhbvn.com, www.DHBVN.org.in
1.5 Final Checking, Testing and commissioning After completion of Works, final checking of lines shall be done by the Contractor to ensure that all
the Foundation Works, Pole Erection and Stringing has been done according to specifications and as
approved by the Employer. All the Works shall be thoroughly inspected keeping in view the following
main points. a) Sufficient back filled earth is lying over each pit and it is adequately compacted. b) All bolts are properly tightened and punched/tack welded. c) The stringing of the conductors and earth wire has been done as per the approved sag and tension
charts and desired clearances are clearly available. d) All conductor and earth wire accessories are properly installed. e) All other requirement to complete Work like fixing of danger plate, phase plate, number-plate,
anti-climbing device etc. are properly installed. f) The insulation of line as a whole is tested by the Contractor by providing his own equipment,
labour etc. to the satisfaction of Employer. g) The Poles are properly grounded. h) The lines are tested satisfactorily, for inspection, by the Chief Electrical Inspector, Haryana, before
Section VI. Employer’s Requirements
commissioning. i) All the works shall be thoroughly inspected by the concerned SDO/OP. It is also added
that after completion of the work the third party quality of work surveillance may also be done, if
so desired by the DHBVN. IMPORTANT NOTES: I. Joint foot survey shall be carried out by the contractor within one month immediately after the issue
of Work Order by the Nigam to assess the tentative quantity of various items.
Section VI. Employer’s Requirements
II. PERT chart Schedule: The activity wise project PERT as prescribed in the Bid Document
shall have to be consented by the all bidders at the time of submission of Bid. III. The work shall be got erected under the supervision of concerned SE / Construction Circle /
Civil Construction Circle, DHBVN.
Section VI. Employer’s Requirements
Specification
THE TECHNICAL SPECIFICATION & DRAWING BE DOWNLOADED FROM
http://www.dhbvn.com/Tech_specification.aspx AND
http://www.DHBVN.com/supplier.htm /New Specifications by following steps as below
1).From www.dhbvn.com Website:
Vendors are required to visit themselves online with http://www.uhbvn.com → Tender→
Technical Specification→ Download the Technical Specifications as mentioned below:
2) From http://www.DHBVN.com/ Website:
Vendors are required to visit themselves online with http:// http://www.DHBVN.com/→
Supplier Support→ New Specifications →Download the Technical Specifications as
mentioned below:
No. of Technical Specification Name of Technical Specification
Source for
Collection
CSC-III-R-II/DH/UH/P&D/2011-2012
Outdoor types Distribution Transformer of 11 KV
/ 433-250 V Class up to and including 100 KVA
i.e. (25 KVA TO 100 KVA) with CSP.
www.dhbvn.com
CSC-VI-R-I/DH/UH/P&D/2010-11
GSS WIRE OF 7/8 SWG (4MM).
www.dhbvn.com
CSC-VII-R-I/DH/UH/P&D/2009-10
PCC POLES (200KG) W.L. (F.O.S-2.5) 8/9
METER LONG.
www.dhbvn.com
CSC-VIII/DH/UH/P&D/2009-2010
5KV MOTORISED /HAND OPERATED
INSULATION RESISTANCE TESTER
(PORTABLE).
www.dhbvn.com
CSC-X-RI/DH/UH/P&D/2010‐2011
HARD DRAWN STRANDED STEEL CORED
ALUMUINIUM CODUCTORS (20,
30&50MM2)
www.dhbvn.com
CSC-XI/DH/UH/P&D/2009-2010
FOUR CORE AND TWO CORE XLPE
INSULATED & XLPE SHEATHED
ARMOURED CABLES
www.dhbvn.com
CSC-XII/DH/UH/P&D/2009-2010
11 KV CROSS – LINKED POLY ETHYLENE
INSULATED PVC SHEATED SINGLE CORE
POWER CABLE
www.dhbvn.com
CSC-XIV/DH/UH/P&D/2009-2010
11 kV XLPE POWER CABLE (CROSS LINKED
POLYTHELENE DRY GAS CURED)
www.dhbvn.com
CSC-XV-R-I/DH/UH/P&D/2009-10
PCC POLES 11 METER LONG(WL-400 K.G.
F.O.S-2.5)
www.dhbvn.com
CSC-XVI-R-I/DH/UH/P&D/2010-11 G.I. WIRE www.dhbvn.com
CSC-XIX/DH/UH/P&D/2009-2010
PCC POLES 8 METER (WL-200 KG) AND 9
METER (WL-400KG)
www.dhbvn.com
CSC-XX-R-III/DH/UH/P&D/2012-2013 33 kV Control & Relay Panel www.dhbvn.com
CSC-XXI/DH/UH/P&D/2009-2010 30 kV LA www.dhbvn.com
Section VI. Employer’s Requirements
CSC-XXII/DH/UH/P&D/2009-2010
36 kV Isolators & Isolators-Cum-Earth Switch for
33 kV S/Stns..
www.dhbvn.com
CSC-XXIII/DH/UH/P&D/2009-2010 11 kV Neutral CT. www.dhbvn.com
CSC-XXIV/DH/UH/P&D/2009-2010 36 kV Vacuum Circuit Breaker for 33 kV S/Stns. www.dhbvn.com
CSC- XXVII-RII/DH/UH/P&D/2012-
2013 10 MVA, 33 / 11 kV Power Transformer
www.dhbvn.com
CSC-XXVIII/DH/UH/P&D/2009-2010 11 kV 400 A GO Switch. www.dhbvn.com
CSC-XXIX/DH/UH/P&D/2009-2010
porcelain insulators and insulators fittings for 11
kV overhead power lines.
www.dhbvn.com
CSC-XXX/DH/UH/P&D/2009-2010
11 kV XLPE insulated PVC sheathed single core -
630 mm2 power cable
www.dhbvn.com
CSC-XXXIII/DH/UH/P&D/2009-2010
STATIC CT /PT OPERATED TRIVECTOR
METERS FOR HT CONSUMERS/FEEDER
METER
www.dhbvn.com
CSC-XXXVI/DH/UH/P&D/2009-2010
HEAT SHRINKABLE / PUSH ON
TYPETERMINATIONS FOR 11 KV XLPE
CABLES
www.dhbvn.com
CSC-XXXIX/DH/UH/P&D/2009-2010 33 Kv POTENTIAL TRANSFORMER www.dhbvn.com
CSC-XXXX/DH/UH/P&D/2009-2010
33 kV CURRENT TRANSFORMER FOR 33 kV
SUB STATIONS ONLY
www.dhbvn.com
CSC-XXXXIII/DH/UH/P&D/2009-2010
11 kV AUTOMATICALLY SWITCHED
CAPACITOR BANKS AT 33/11kV SUB
STATIONS
www.dhbvn.com
CSC-XXXXIV/DH/UH/P&D/2009-2010
TECHNICAL SPECIFICATION FOR 11 kV
XLPE POWER CABLE (CROSS LINKED
POLYTHELENE DRY / GAS CURED)
www.dhbvn.com
CSC-46/R-1/DH/UH/P&D/2010-2011
TECHNICAL SPECIFICATION FOR ABT
METERING SYSTEM
www.dhbvn.com
CSC-49/DH/UH/P&D/2009-2010 33 KV, 3 X 300MM2 XLPE ARMOURED Cable www.dhbvn.com
CSC-LI/DH/UH/P&D/2009-2010
Hard-Drawn Stranded Steel Cored Aluminum
Conductor (ACSR- 80, 100 & 130mm2).
www.dhbvn.com
CSC-58/DH/UH/P&D/2010-2011 HT & LT METAL PARTS www.dhbvn.com
CSC-61/DH/UH/P&D/2011-12
Epoxy Cast Indoor type 11KV Measuring and
Protection Current Transformers for Installation
on 11KV Circuit Breakers
www.dhbvn.com
CSC-62/DH/UH/P&D/2011-12
Porcelain Insulators(Pin/shackle) and Insulators
Fittings for 415/240V Overhead Power Lines
www.dhbvn.com
CSC-64/DH/UH/P&D/2011-12 For 415 VOLTS L.T. SWITCH BOARDS www.dhbvn.com
CSC-68/DH/UH/P&D/2011-12 For GALVANISED STEEL BARBED WIRE www.dhbvn.com
CSC-73/DH/UH/P&D/2011-12
For HOT DIP GALVANIZED HEXAGONAL
HEAD BOLTS AND NUTS ELECTRO
GALVANIZED SPRINGS WASHERS
www.dhbvn.com
CSC-74-R-I/DH/UH/P&D/2012-13 For “12.5 MVA, 33 / 11 kV Power Transformer” www.dhbvn.com
CSC-75/DH/UH/P&D/2012-13 For DISTRIBUTION BOX www.dhbvn.com
CSC-81/DH/UH/P&D/2013-14
For Technical Specification for 11 KV Switchgear
Panels Vacuum Type with 11 KV Capacitor
Control Panels
www.dhbvn.com
To be collected from PD&C wing (DD-
III) Section
11 kV Switchgear Panel Vacuum type.
9 kV Lighting Arrestor (10 kA).
Section VI. Employer’s Requirements
9 kV 5 kA Lightning Arrestor.
Power Conductor for Bus-Bar 200 mm² (Panther).
33 kV Post Insulator.
33 kV Pin Insulators & Insulator Pins.
To be collected from PD&C wing (DD-
III) Section
Composite Insulators for 33/ 11 kV works.
Un-armoured Copper Control Cable.
Ni-Cd Alkaline Batteries & Static Battery Charger
for Ni-Cd Alkaline Batteries.
Fittings for 33 kV Line suitable for 130 mm²
ACSR Conductor (Leopard).
C-Type Wedge Connectors.
Technical requirements / Parameters
Drawings.
Approved list of suppliers for equipments.
1 Civil Works Specifications
1.1 GENERAL:-
The intent of specification covers the following:
Design, engineering, construction of all specified Civil Works at 33KV Sub-Station. All Civil
Works shall also satisfy the general technical requirements specified in other Sections of this
specification and as detailed below. They shall be designed to the required service
conditions/loads as specified elsewhere in this specification or implied as per
National/International Standards.
All Civil Works shall be carried out as per applicable Indian Laws, Standards and Codes. All
materials shall be best quality conforming to relevant Indian Standards and Codes. The bidder
shall furnish all design, (Unless otherwise specified) drawings, labour, tools, equipment,
materials, temporary works, construction plant and machinery, fuel supply, transportation and
all other incidental items not shown or specified but as may be required for complete
performance of the works in accordance with approved drawings, specifications and direction
of Employer.
The work shall be carried out according to the design/drawings to be developed by the bidder
and approved by the Employer or supplied to the bidder by the Employer. For all structures,
buildings, foundations etc. necessary layout and details shall be developed by the bidder
keeping in view the functional requirement of the plant and facilities and providing enough
space and access for operation, use and maintenance based on the input provided by the
Employer. Certain minimum requirements are indicated in this specification for guidance,
purposes only. However, the Bidder shall quote according to the complete requirements.
1.2 Quality Plan:-
The contractor is responsible for the proper execution of the quality plans. The work beyond
the customers hold point will progress only with the owner’s consent. The owner shall also
undertake quality surveillance and quality audit of the contractors works systems and
procedures and quality control activities. The contractor further agrees that any change in the
Section VI. Employer’s Requirements
quality plan will be made only with the owner’s approval. The contractor shall also perform all
quality control activities, inspection and tests agreed with the owner to demonstrate full
compliance with the contract requirements. If any work has been executed with unsound
imperfect or unskillful workmanship or with material of any inferior descriptions or that any
material or articles provided by him for the execution of the work are unsound, or of a quality
inferior to that contracted for, or otherwise not in accordance with the contract, the contractor
shall on demand in writing rectify or remove or reconstruct the work so specified in whole or
in part, as the case may require. In case contractor fails to rectify or reconstruct the same the
Nigam will be at liberty to execute the same on risk & cost of the contractor through another
agency.
2.0 SOIL DATA:-
Soil data shall be ascertained for the design of structures/foundations by the bidders.
3.0 SITE PREPARATION:-
The site as available will be handed over to bidder. Clearing of the site from bushes / trees
shall be carried out by the contractor. Necessary permission for cutting of trees if required
shall be taken by the employer from concerned authorities. The wood of trees shall be handed
over to employer by the contractor. The final level of the substation (Plinth level shall be
fixed by the employer keeping in view the surroundings, past flood history and drainage
conditions. The necessary earth filling if required, shall be carried out by bidder as per
specifications.
In case handed over site is changed or earth filling varies from provision taken in estimates,
the earth filling level will be rechecked and the quantities of all effected items of construction
shall be altered accordingly at the time of hand over of site to the firm. The positive or
negative changes will be made in proportion of the intended and actually provided earth filling
depth. The amount shall also be adjusted accordingly by the employer on recommendation of
Engineer-in-charge.
The lay out and levels/contouring etc. of all structure etc. shall be made by the contractor at his
own cost from the general grid of the plot and benchmark given by the Engineer-in-charge.
The contractor shall give all help in instruments, materials and personnel to the Engineer-in-
Charge for checking the detailed layout and shall be solely responsible for the correctness of
the layout and levels.
3.1 SCOPE:-
This clause covers the design and execution of the work for site preparation, such as cleaning
of the site, the supply and compaction of filled material to optimized density, plinth level,
excavation and compaction of backfill for foundation.
3.2 GENERAL:-
1 Material unsuitable for founding of foundations shall be removed and replaced by suitable fill
material as approved by the Employer.
2 Fill/Backfill material around foundations or other works shall be free from harmful salts and
any organic materials and suitable for the purpose for which it is used and compacted to the
density described under Compaction.
3.3 EXCAVATION AND BACKFILL:-
1 Excavation and back fill for foundations shall be in accordance with the relevant code and as
per approved design/drawings.
2 Whenever seepage or surface water during rains, floods etc is met during execution, it shall be
Section VI. Employer’s Requirements
dewatered and foundation pit shall be maintained dry i.e. free of water during the excavation,
concreting and backfilling by the bidder and nothing extra shall be paid .
3.4 COMPACTION:-
1 The method and equipment used to compact the fill material shall be suitable to achieve the
density that will give the allowable soil bearing pressure required for the foundations, floor
filling etc. in each layer of fill material. Each layer of earth when compacted shall be as close
to optimum moisture content as practicable. Material which does not contain sufficient
moisture to obtain proper compaction shall be wetted. If the material contains excess of
moisture, then it shall be allowed to dry before compaction.
2 At all times unfinished construction shall have adequate drainage.
3 The density to which fill materials shall be compacted, shall be ascertained by the bidder after
testing as per relevant IS Code and as per direction of Employer. Backfilled earth shall be
compacted to minimum 95% of the standard Proctor density at OMC.
3.5 REQUIREMENT FOR FILL MATERIAL UNDER FOUNDATION:-
The thickness of fill material under the foundations shall be such that the maximum pressure
from the footing, transferred through the fill material and distributed into the original
undisturbed soil will not exceed the allowable soil bearing pressure of the original undisturbed
soil. In case of small pockets of loose earth below foundation, same shall be made up with lean
concrete (1:5:10).
4.0 In areas that are considered by the Employer/Engineer-in-Charge to be too congested with
foundation and structures for proper earth filling by normal rolling equipments the material
shall be compacted by hand, if necessary. Due care shall be exercise so as not to damage to
foundation structure or equipment during compaction or otherwise.
5.0 TRANSFORMER FOUNDATION:-
The transformer plinth for placing the transformer shall be RCC (1:1.5 :3) laid on base
concrete (1:5:10) of minimum thickness 100mm. Plinth shall be designed for the equipment
load requirements of transformers including impact load equivalent to 15% of total transformer
load. The top of plinth i.e. top of rail level shall match with height of tractor-trailer used for
transporting the transformer. The plinth shall extend up to four feet from edge of road for
perfect movement from trailer to plinth and vice-versa. Suitable arrangement for shifting the
transformer from trailer like jacking pad etc. wherever required shall be made in plinth on the
road.
The space between the tract rails of the transformer plinth if any shall be suitably filled with
sand and 75-mm thick PCC of grade 1:3:6 placed over compacted sand filling. The top of PCC
shall be minimum 300-mm above the formation level of Switchyard or 100-mm above gravel
filled in transformer pit, whichever is higher. Adequate drainage outlet shall be provided and
necessary slope given to drain off rain water oil.
The rails shall be first quality 90 lb. per yard medium manganese steel as per Indian railway
specification T-12-64 and its subsequent revisions.
5.0 ROADS AND CULVERTS:-
5.1 The road leading to substation from PWD metalled road or as specifically mentioned in scope
of work and within sub-stations, roads provided for access to equipment and building are in
the scope of bidder. Layout of the roads shall be based on General details & arrangement
drawing for the sub-stations. Adequate turning space for vehicle shall be provided and bend
Section VI. Employer’s Requirements
radii shall be set accordingly. Road to the transformer shall be as short and straight as possible.
For fixation of plinth level and other levels the bench mark as 100.00 will be taken as center of
the nearby PWD road.
5.2 All sub-station roads be constructed so as to permit transportation of all heavy equipment. The
main road leading to 33 kV Switch yard shall have a minimum width of 12’-0” concrete
topping with 1.2-m wide shoulder on either side of the road. There will toe walls on either side
of road with 115mm brick masonry 1:4, 3 courses and 75 mm CC1:4:8 below it. The roads for
other than 33 kV S/Stn. yard and other service roads shall be 10’-0” concrete topping and 1.2-
m wide shoulder on either of the road. The specification of road shall consist of lean concrete
1:4:8, 100mm thick in the base course followed by cement concrete 1:2:4, 150 mm thick in the
topping.
5.3 Finished top (crest) of culvert shall be as per tender drawing / civil works specification.
5.4 Adequate provisions shall be made for road drainage.
5.5 All culverts and its allied structure (required for drain, trench crossing etc.) will have to be
designed for AA class, loading as per IRC standard and checked for transformer along with
trailer load.
6.0 CABLE AND PIPE TRENCHES:-
1 The 13.5” brick wall cable trenches shall be designed for the following.
i Dead load of 155kg/m length of cable support.
ii Triangular earth pressure uniform surcharge pressure of 2T/m2
2 Cable trench covers shall be designed for self-weight +concentrated load of 200kg. at centre of
span on each panel or a load of 1000kg/m2 whichever is severe.
3 The top of trenches and foundations shall be kept at least 150mm above the gravel top
finished gravel level. The top of cable trench shall be such that the surface rainwater does not
enter the trench, providing weir at the entry point to Switch House Building to stop ingress of
rainy water entry in the indoor cable trenches is to be made by the bidder.
4 All metal parts inside the trench shall be connected to the Earthing system and painted with 2
coats of enamel paint.
5 Cable from trench to equipments shall run in hard conduit pipes with proper arrangement to
avoid rain water entry in pipe/ trench.
6 Trench wall shall not foul with the foundations. Suitable clear gap shall be provided.
7 A clear (vertical) space of at least 200-mm shall be available for each tier in cable trench.
From trench bed to lowest tier, a minimum clearance of 150-mm shall be available. Lowest
tier shall be for full width of trench. A horizontal gap of 250mm shall be there between edge of
rack and wall in case rack are provided on one side of trench and 250mm between edges of
racks in case racks provided on both walls.
8 The trench bed shall have a slope of 1/1500 along the run.
9 Cable trenches shall be blocked at the ends if required with brick masonry in cement sand
mortar.
10 All the construction joints of cable trenches i.e. between base slab to base slab as well as from
vertical wall to wall and all the expansion joints shall be provided with approved quality
P.V.C. water stops of approximate 230x5 mm size for those sections where the grounds water
table is expected to rise above the junction of base slab.
6.1 Drainage of trenches:-
1 For drainage of trenches, a separate sump pit of 345 mm in brick work with RCC slab shall be
Section VI. Employer’s Requirements
provided at the end of cable trench with size 4 ft. x 4 ft. x 6 ft. ( inner sizes) to collect rain
water from the trenches through underground pipes from the deepest point of main trench
single phase1 BHP mono block pump set with shed near sumpit. to drain out water from
trench.
6.2 The top of equipment foundation and trenches shall be kept at least 150mm above the finished
gravel level. The top of cable trench shall be such that the surface rainwater does not enter the
trench. The clear width of the trench is 2’-0” and top level of foundation and cable trench is
100.450
7.0 FOUNDATION/RCC CONSTRUCTION:-
7.1 GENERAL :-
1 Work covered under this Clause of the specification comprises the design, supply and
installation of foundations and other RCC constructions for switchyard structures, equipment
supports, trenches, drains, jacking pad, fencing, transformers, auxiliary equipment & systems
buildings, tanks or for any other equipment or service and any other foundation required to
complete the work. This clause is as well applicable to the other RCC constructions.
2 Concrete shall conform to the requirements mentioned in IS:456 and the entire test shall be
conducted as per relevant Indian Standard Codes.
3 If the site is sloppy, the foundation height will be adjusted to maintain the exact level of the
top of structures to compensate such slopes.
4 The switchyard foundation’s plinths and building plinths shall be minimum 150 mm and
450mm above finished gravel level respectively.
5 Minimum 75-mm thick concrete (1:5:10) shall be provided below all underground structures,
foundations, trenches etc. to provide a base for construction.
6 The design and detailing of foundations shall be done based on the soil data and sub-soil
conditions as well as for all possible critical loads and the combinations thereof. The spread
footing foundation as may be required based on soil/sub-soil conditions and superimposed
loads shall be provided.
7 The cement concrete used for all RCC works shall be nominal mix 1:1½: 3 having water
cement ratio not more than 0.55, with 20 mm graded coarse aggregates as per table 2 on page 9
of IS-383-1070 and fine aggregates of average grading that is zone II of table 4 of IS-383-
1970.The aggregates, in general, shall conform to IS-383-1970.
8 Ordinary Portland cement of grade 43 conforming to IS-8112-1989 shall be used of reputed
brand & bidder will supply the copy of invoice as documentary evidence to the Nigam.
However cement sample shall be got tested from approved Govt. labs.
9 The water used for mixing concrete and for curing purpose shall be fresh, clean and free from
oil, acids and alkalies, organic materials or other deleterious substances. Potable water is
generally preferred saltish or brackish water shall not be used. Water used shall be conforming
to clause 4.3 of IS-456-1978.
10 No admixtures shall be used.
11 The steel used as reinforcement shall conform to IS-432 for MS bars and IS-1786-1996 for
deformed cold twisted/T.M.T bars respectively. All reinforcement shall be clean and free from
loose mill scales, dust, loose rust and coats of paint oil or other coatings which may destroy or
reduce bond. Bars shall be placed to shapes and dimensions as indicated on the drawings and
as required to carryout the intents of drawings and specifications. The steel to be used should
be purchased from the SAIL, TATA or RINL & bidder will supply the copy of invoice as
Section VI. Employer’s Requirements
documentary evidence to the Nigam. However sample at random shall be got tested from the
approved Govt. labs. Limit state method of design shall be adopted unless specified otherwise
in the specification.
7.2 DESIGN:-
1 All foundation shall be reinforced cement concrete. The design and construction of RCC
structures shall be carried out as per IS:456 and minimum grade of concrete shall be 1:1½:3
Higher grade of concrete than specified above may be used at the discretion of bidder which
has to be stated at the time of bidding.
2 Limit state method of design shall be adopted unless specified otherwise in the specification.
3 For design and construction of steel-concrete composite beams IS:11384 shall be followed.
4 For detailing of reinforcement IS:2502 and SP:343 shall be followed. Cold twisted deformed
bars (Fe= 500 N/mm²) conforming to IS:1786 shall be used as reinforcement. Two layers of
reinforcement (on inner and outer face) shall be provided for wall & slab sections having
thickness of 150mm and above. Clear cover to reinforcement towards the earth face shall be
minimum 40mm.
5 The procedure used for the foundations shall be the most critical loading combination of steel
structures and or equipment and/or superstructure and other conditions which produces the
maximum stress in the foundation or the foundation component and as per relevant IS Codes
of foundation design. Detailed design calculations shall be submitted by the supplier for
approval of employer.
6 All foundations shall rest below virgin ground level and the : minimum depth of foundation
below the virgin ground level shall be atleast 500 mm for equipment foundations, and 1140
mm for control room building foundation of RCC column and 785 mm for brick foundation
work & also in case earth filling is involved due to high fixation of formation level. 7
Design shall consider any sub-soil water pressure that may be encountered, following relevant
standard strictly.
8 Necessary protection to the foundation work, if required shall be provided to take care of any
special requirements for aggressive alkaline soil, black cotton soil or any other type of soil
which is detrimental/harmful to the concrete foundations.
9 RCC columns shall be provided with rigid connection at the base.
10 All sub-structures shall be checked for sliding and overturning stability during both
construction and operating conditions for various combinations of loads. Factors of safety for
these cases shall be taken as mentioned in relevant IS Codes or as stipulated elsewhere in the
specifications. For checking against overturning weight of soil vertically above footing shall
be taken and inverted frustum of pyramid of earth on the foundation should not be considered.
In case of trench passing above the footing base then for overturning only dead weight of
trench shall be considered. 11
Earth pressure for all underground structures shall be calculated using co-efficient of earth
pressure at rest, co-efficient of active or passive earth pressure (whichever is applicable).
However, for the design of sub-structures of any underground enclosures, earth pressure at rest
shall be considered.
12 In addition to earth pressure and ground water pressure etc. a surcharge load of 2T/Sq. m shall
also be considered for the design of all underground structures including channels, sumps,
Section VI. Employer’s Requirements
tanks, trenches, substructure of any underground hollow enclosure etc. for the vehicular traffic
in the vicinity of the structure or otherwise.
13 All foundation shall be designed in accordance with the provision of relevant parts of latest
revisions of Indian standards 1S:456
14 Type of foundation system i.e. isolated footing, raft or any other suitable foundation shall be
decided on the basis of load intensity, soil strata and bearing capacity of the soil submitted by
the bidder. 8.0
BUILDINGS – GENERAL REQUIREMENTS: -
GENERAL:- 8.1 The scope includes the design, engineering and construction of Buildings including sanitary,
water supply, electrification etc.
8.2
a)
DIMENSIONS:-
The dimensions specified in the following clauses shall be considered as minimum
requirements and may be increased to suit the equipment to be installed. The buildings shall be
designed taking into consideration the layout of the panels switchboards and the switchgear in
order to allow enough area for the future extension of the switchyard.
An open space of 1m minimum shall be provided on the periphery of the rows of panels and
equipment generally in order to allow easy operator movement and access as well as
maintenance
8.3
b)
Boundary wall & U- fencing shall be provided for the following areas:-
1 The height of the boundary wall shall be maintained as 4’-6” from the 100.300 mts level and
shall be kept same throughout the boundary of the sub-stations. If difference of average NSL
and actual NSL is more than 6’-0”0 then boundary wall in steps may be constructed or
boundary wall of RCC Column design will be constructed as per direction of engineer-in –
charge. The section of boundary wall in 4’-6” ht. shall be minimum 9” thick and pillars shall
be of size 450x 450mm at 12’-0” (max) C/C. The boundary wall shall be plastered with 1:6
ratio cement sand motar on both sides. For minimum thickness of foundation of boundary wall
up to formation level please refer to attached drawings. Brick work in foundation and super
structure will be with cement sand mortar ratio of 1:5.
2 Wherever the earth fill is up to 4’8”, the boundary wall in brick masonry shall be constructed
to retain the earth pressure. Where earth fill is more than 4’-8”, the boundary wall along the
road and agriculture field will be constructed over RCC beam supported by RCC columns and
brick work course below RCC beam in foundation as per drawing. The type of boundary wall
to be provided shall also be indicated in the price bid schedule. The inside and outer surface of
the boundary wall shall be painted with snowcem,( Berger or Shalimar) shade off white/ pale
cream for inside and peach for outside. 8.3
.
PRODUCT MATERIALS.:-
The minimum requirement are as follows:-
8.3
.1
Chain link fence fabric in accordance to IS-2721:-
Section VI. Employer’s Requirements
i) Size of mesh 75 mmX75mm
ii) size of coated wire 3.15 mm dia.
iii) Width of chain link 2500 mm
iv) Class of zinc coating Medium
v) Zinc coated after weaving
8.3
.2
POSTS:-
i) Angle Section Angle size Spacing mm
ii) Intermediate L 50x50x6 25000
iii) Straining posts 65X65X6 25000
iv) Stay Post L50x50x6 2500
All structural steel conform to IS:2062 and shall be painted with a coat of approved steel
primer and two coats of synthetic enamel paint.
The chain link fabric shall be fixed to the post at the top and bottom of the fence by
welding/fixing 50mm X6mm MS flat though out its length.
8.3
A)
DESIGN :-
a) The buildings designed.
1 To the requirement of the National Bldg. Code of India and the standards quoted therein.
2 For the specified climatic & loading conditions.
3 To adequately suit the requirements of the equipment and apparatus contained in the buildings
and in all respects to be compatible with the intended use and occupancy.
4 With a functional land economical space arrangement.
5 For a life expectancy of structure, systems and components not less than that of the equipment,
which is contained in the building provided regular mtc. is carried out.
6 To be aesthetically pleasing. Different buildings shall show a uniformity and consistency in
architectural design.
7 To allow for easy access to equipment and maintenance of the equipment.
8 With wherever required fire retarding materials for walls ceilings and doors which would
prevent sporting or spreading of fire.
9 With materials preventing dust accumulation.
b) Suitable expansion joints shall be provided in the longitudinal direction wherever necessary
with provision of twin columns i.e. fourth one for boundary walls.
c) Individual members of the building frame shall be designed for the worst combination of
forces such as bending moment, axial force, shear force, torsion etc.
d) Permissible stresses for different load combinations shall be taken as per relevant IS Codes.
e) For building lighting the recommended value of illumination shall be as per follow:
i) Control room
Vertical; Control Panels
Control desks
Rear of Control Panels
Remaining area of Control room
200 to 300 lux (minimum)
300 lux (minimum)
150 lux (minimum)
150 lux (minimum)
f) The building auxiliary services shall be designed in accordance with the requirements
Section VI. Employer’s Requirements
specified in relevant section or elsewhere in this Specification and as per National Building
Code.
8.4 INSTALLATION (U/Fencing):-
1 Fence shall be installed along lines shown on approved drawings wherever U/C fencing
coincides with boundary wall of S/Stn. It shall have boundary wall up to height of wire mesh
netting & over it angles ‘Y’ shaped with barbed wire will be provided.
2 Postholes shall be excavated by approved methods.
3 Intermediates Post shall be spaced 2.5m apart measured parallel to ground surface.
4 Intermediate post shall be installed at equal intervals not exceeding 25.0m.
5 Straining posts shall be installed at sharp changes in grade, at corners, at change of direction
and where ever necessary as directed by Engineer-In-Charge.
6 All corner post & 5th post will have two stay post and every tenth post will have a transverse
stay post.
7 Posts shall be set in concrete. Concrete work shall conform to relevant clause. Posts shall be
braced and held in plumb position and true alignment and elevation until concrete has set.
8 Fence fabric shall not be installed until concrete has cured a minimum of 7 days.
9 Bottom and top of the fence fabric shall be fixed with MS flats of 50mmX6mm (min). with
3Nos. GSL wire of 3.15mm thick & Vertical M. S flat on U/ F post.
10 Fence fabric shall be laid out with barbed edge on top, stretched tightly and shall be fastened to
intermediates, gate and straining post with 50x6 flats.
11 Fabric shall be secured to tension wires with tie wires at 400-mm intervals. The wires shall be
given not less than two twists.
12 Barbed tape shall be attached to barbed wire arms with approved metal clips.
13 Gates shall be installed in locations shown on drawing. Next to the main gate, a wicket gate
(1.25m wide, Single leaf) shall be provided.
14 Bottom of gates shall be set approximately 40mm above ground surface and necessary guiding
mechanism shall be fitted.
15 345mm thick (one and a half brick size) toe wall of brick in cement sand ratio 1:5 or concrete
with notches shall be provided below all fencing as per drawings. All exposed surface of brick
toe wall shall be provided with 15mm thick 1:6 cement sand plaster and coated with two coats
of water bound snowcem. The brick masonry top level of toe wall is 100.500
8.4 DESIGN LOADS :-
Building structures shall be designed for the most critical combinations of dead loads super
imposed loads equipment loads, crane load, wind loads, seismic loads and temperature loads.
In additions loads and forces developed due to differential settlement shall also be considered.
Dead loads shall include the weight of structures complete with finishes, fixtures and partitions
and should be taken as per IS: 1911 (latest revision) Super-imposed loads in different areas
shall include live loads minor equipment loads cable trays small pipe racks/hangers and
erection operation and maintenance loads. Equipments loads shall constitute if applicable all
load of equipments to be supported on the building frame.
The wind loads shall be computed as per IS 875. Seismic Coefficient method shall be used for
the seismic analysis as per IS 1893 (latest revision )
For temperature loading the total temperature variation shall be considered as 2/3 of the
average maximum annual variation in temperature. The average maximum annual variation in
temperature for the purpose shall be taken as the difference between the mean of the daily
Section VI. Employer’s Requirements
minimum temperature during the coldest month of the year and mean of daily maximum
temperature during the hottest month of the year. The structure shall be designed to withstand
stresses due to 50% of the total temperature variation. Wind and Seismic forces shall not be
considered to act simultaneously.
Floors slabs shall be designed to carry loads imposed by equipment, cables, piping, travel of
maintenance trusses and equipment and other load associated with building in general floors
shall be designed for live loads as per relevant IS Code and cable and piping loads not less
than 5 kN/sq.m hanging from the underside.
In addition to it, beams shall be designed for incidental point loads of 20 kN to be applied at
any point alongwith the beams. The floor loads shall be subject to Employer’s approval.
For consideration of loads on structures IS:875, “Code of practice for design loads” shall be
followed. The following minimum superimposed live loads shall, however, be considered for
the roof design.
a) Roof 150 kg/m² for accessible roofs
75 “ for non-accessible roofs
8.5 SUBMISSION :-
The following information shall be submitted for review and approval to the Employer
1 Design criteria, the codes and standards used, applicable climatic data including wind loads,
earthquake factors maximum and minimum temperatures applicable to the building locations
assumptions of dead and live loads including equipment loads, impact factors, safety factors
and other relevant information.
2 Structural design calculations and drawing (including construction/ fabrication) for all
reinforced concrete and structural steel structures.
3 Fully, dimensioned floor plans, cross sections, longitudinal sections and elevations of each
building. These drawings shall be drawn at a scale not smaller than 1.50 and shall identify the
major building components.
4 Fully dimensioned Architectural drawing showing details and sections drawn to scales of
sufficient size to clearly show sizes and configuration of the building components and the
relationship between them.
5 Product information of building component and materials, including wall partitions flooring
ceiling, roofing, door and windows and building finishes. All the materials is to conform to IS
Standards (ISI).
6 A detailed schedule of building finishes including colour schemes.
7 A door & window schedule showing door types and locations, door lock sets and latches sets
and other door hardware.
No
te:
1
Approval of the above information shall be obtained before ordering materials or starting
fabrication or construction as applicable.
2 It is suggested that the bidder may include all the above information in his bid itself so that
Employer may comment on it, if any change is warranted as per his practice or otherwise.
8.5
B
Gates:-
8.5
.1
The frame of gates at entry of sub-station shall be made of MS angle 50x50x6 conforming to
relevant IS code. Width of main gate at entry of S/Stn. and gate to Switch Yard shall be 16’ &
the wicket gate at entry of sub-station shall be 4’ and as per drawings.
Section VI. Employer’s Requirements
8.5
.2
The gates shall be fabricated with continuous welded joints to achieve rigid connections. The
gate frames shall be painted with one coat of approved steel primer and two coats of synthetic
enamel paint of black colour.
8.5
.3
The barbed wire shall consist of two splices per reel. The barbed wire shall be formed by
twisting two line wire, one containing the barbs. The barbed wire shall be of 12 SWG
galvanized steel with its weight 155-136gm/m length of the wire. Distance between two barbs
shall be 75mm. The barbs shall carry four points and shall be formed by twisting two points on
wires, each two turn tightly round one line wire, making altogether 4 complete turn. The barbs
shall be finished in such a way that the four points are set and locked at right angles to each
other. The barbs shall have a length of not less than 13 mm and not more than 18 mm. he
points shall be sharp and well pointed.
8.5
.4
Barbed wire shall be provided in each arm of the Y shaped angle heads above the height of
chain link i.e. 3-row (total 6nos. in 2 arms) in each arm at top.
The total fence height shall be minimum 3000mm above finished gravel level including barbed
wire above the chain link fence
8.5
.5
Barbed tape/wire arms shall be same for intermediate and straining posts.
8.5
.6
Fasteners . Single strand aluminum or galvanized steel.
Wire conforming to requirement for fence fabric 4-mm diameter.
8.5
.7
Tension wire Single strand, high tensile, galvanized steel.
Wire, 4-mm diameter.
8.5
.8
Fitting & Hardware Cast aluminum alloy or galvanized steel, malleable or ductile cast
iron, turnbuckle to be drop forged.
8.5
.9
For every 50 reels or part there of sample of the barbed tape/wire and the individual line wires
shall be put to tensile test and will conform the tensile properties give below, two additional
tests of each kind shall be made on the samples cut from other reels in case of failure of first
test.
TENSILE PROPERTIES:-
8.5.10 Breaking load of line wire Minimum 216 Kg.
Maximum 302kg
Minimum braking load of
complete
Barbed wire/tape
444kg.
On the basis of results of these additional tests, the whole or portion of the barbed
wire/tapes shall be accepted or discarded by the Employer, as the case may be.
8.5.11 Gates shall be fitted with approved quality iron hinges, latch and latch catch. Latch and
latch catch shall be suitable for attachment and operation of pad lock from either side of
gates. Hinges shall permit gates of swing through 180° back against fence.
8.5.12 Gates shall be fitted with galvanized chain hook or gate hold back to hold open gates.
Double gates shall be fitted with center rest and drop bolt to secure gates in closed position.
8.6 CONTROL ROOM BUILDING:-
Design and construction including anti termite treatment, in case of wooden doors &
windows are used, of control room building for associated switchyard shall be in the scope
Section VI. Employer’s Requirements
of the bidder. The control room building shall be of RCC frames structure of nominal
concrete 1:1.5:3 grade. The Control room building shall be non air conditioned and
provision for structural extension of control room building in future shall also be made.
8.7 AREA REQUIREMENT :-
The minimum carpet area required for various rooms of the control room building is as
given below:
CONTROL ROOM:-
The covered area of the building = 70’X28’
Area for C.R. Buildings 33kv S/Stn = 1960 Sqft.
JE’s room 1 No = 100.78 Sqft.
Toilet 1 No. = 39.19 Sft.
Store 1 No. = 100.78 Sft.
For the guidance of the bidder tentative plans are attached with bid. However, bidder is
free to use his own plans, any increase in area as per requirements felt necessary or
otherwise shall not in any way be a valid reason for additional cost.
8.8 FINISH SCHEDULE:-
The preliminary indicative finishing schedule is given in subsequent clauses. However at
the time of detailed engineering investigation, the Employer reserves the right to alter the
finishing schedule and specifications and such changes shall have no additional financial
implication whatsoever for the Employer.
8.9 FLOORING:-
8.9.1 Flooring in various rooms of control room building shall be Kotta stone superior grade
thickness 20-25mm flooring of size 3Sqft to 5Sqft of each stone.
The base layer for all the floors in contact with ground shall consist of 100 mm sand layer,
100 mm thick layer of concrete 1:8:16 with 40mm coarse aggregate or 1:8:16 with 40 mm
Brick Blast on sand filling be laid before any topping of 1:2:4 (40mm thick). 9” thick
brick partition wall in between indoor cable trench inner walls will also be constructed in
the direction of width of SH building.
8.9.2 Top surface shall be rubbed and polished to a granite finish.
8.9.3 All rooms shall have 150 mm high skirting on all walls matching with floor of the room.
In the case of top surface, it shall be polished to a granite finish.
8.9.4 In case of toilet & pantry, the walls shall have white glazed tiles of size 12”x18” upto a
height of 6’-9” from top of floor (Make Somani, NITCO, Kajaria).
8.9.5 The flooring of toilet shall be laid in ceramic antiskid jointless 400x400x5mm tiles.
8.10 WALLS:-
Control room buildings shall be framed superstructures. All walls shall be non-load-
bearing walls. Min. thickness of external walls shall be 230 mm 75 mm thick DPC shall be
provided as per drawing. On outer walls horizontal DPC shall be provided at level with
plinth protection and on inner face vertical DPC 20 mm thick shall be provided.
Brick work in foundation & plinth will be with cement sand mortar ratio of 1:5.
Brick work in super structure Cement sand mortar will be 1:6.
8.11 PLASTERING:-
All internal walls shall have minimum 12/15mm thick 1:6 cement sand plaster & wall
Section VI. Employer’s Requirements
putty. The ceiling shall have plaster of paris 6mm thick for smooth finish.
8.12 EXTERNAL FINISH:-
Outer surface of walls shall be painted with two coats of Snowcem or IOKOS or equilent
make with the directions of Engineer –In-Charge
All ceilings shall be O.B.D with 6mm thick plaster of paris.
All internal walls shall have oil bound distemper such like Asion, Nerolac, Berger,
Shalimar after preparation of surface with Birla or JK wall Putty.
8.13 ROOFING:-
Roof of the building shall consist of cast-in-situ RCC slab (Min thickness 110mm). On
RCC slab 2 coats of bitumen of grade 85/25 laid hot over the bitumen layer 25mm thick
layer mud plaster be provided before laying earth (Maximum 100mm) is slope (1 in 120)
towards khurrah for draining off rain water. Above this burnt brick tiles/cement concrete
pre cast tiles 40 mm thick shall be laid with mud mortar in slope. The grooves in
tiles/cement concrete tiles shall be grouted with cement sand mortar 1:3 and top surface
flush pointing in cement sand mortar 1:2. The slope in the tile terracing shall be such as
not to allow standing of rain water in any pocket.
8.14 GLAZING :-
Minimum thickness of glazing shall be 5.0mm plain glass.
8.15 DOOR AND WINDOWS :-
The doors, windows and ventilators of the control room building shall be of aluminum
sections (Jindal/ Hidalco) in accordance with the relevant IS codes and size shapes to
match with the existing Indoor as per approved drawings. Frame of main door shall be of
size 6”X1.75”, cupboard frame size will be 63.50 mm X38.10mm. The chowkhats /
Frames of window shall be of Aluminum Jindal/ Hidalco of 10 gauge (3 mm thick) of size
5”x1.75”mm. The horizontal, vertical, and top rail/style of doors shall be size 3.1/4”x1.75”
and Lock & bottom rail of size 6”x1.75”. The vertical and horizontal styles of windows
shall be of size 47.62 x44.50 mm and frames of ventilators 63.50 x 38.10mm. The panels
of doors of store & toilet shall have 12 mm thick laminated (both sides) board of approved
colour. Aluminum fitting shall be used in doors and windows, WC & Store Doors shall be
fully paneled while main gates should be partially glazed and partly paneled. Main doors
shall be panel laminated in bottom part & top panel 5.0 mm thick plane/plate glass.
These shall be heavy type best quality, ISI marked and from approved manufacturer. Wire
gauge shutters shall be provided in all openable windows on inner face of the control
room building wall & 2 nos. main doors on the outer face of control room building by
using wire gauge conforming to IS: 1568-1970. Electric nitch and Cupboards in store
shall have aluminum shutter with letch locks. All aluminum section shall be anodized.
Aluminum grills T-5 thick shall be provided in all open able and fixed windows. All doors
shall be provided with door closers & letch locks (ISI mark). Steel rolling shutter with gear
box of approved make with 80mmx1.25mm M.S. Laths on main entry door of Switch
House Building shall be provided as per specification.
8.16 OTHER FOUNDATIONS:-
All foundations shall be designed in accordance with the provisions of the relevant parts of
latest revisions of Indian Standards IS:456.
18.16a Type of foundation system i.e. isolated footing, raft or any other suitable foundation shall
be decided on the basis of load intensity, soil strata and bearing capacity of the soil
Section VI. Employer’s Requirements
submitted by the bidder.
8.17 SANITARY INSTALLATION:-
In the toilet of control room building, following sanitary fittings shall be provided which
shall be ISI marked. Toilet shall have one No. European type W.C. Suit with PVC Cistern
with ISI mark. (Standard size), One No. Wash Basin with pedestal (550x400mm) made of
China ware (parry ware, Hind ware & Cerra) in white color with relevant fitting complete
in all respect. One No. towel rail, soap dish, mirror above wash basin of standard size, One
No. additional Tap for fresh water shall be provided. All the Taps shall be chromium
plated with flanges. One no. PVC water tank of 1000 ltr. Capacity with ISI standard of dia
4’-0”or 3’-0”, not less than 3’-0” in any case, be used.
8.18 PLINTH PROTECTION:-
Plinth protection 2’3” from SH walls involving brick toe wall of 230mm thick and 2.5ft.
deep from outer DPC of SHB, base course of 100mm CC 1:5:10 & 40 mm CC 1:2:4
toping is to be provided along the periphery of the Switch office building.
8.19 The area between road & Switch House building (both sides) is to be provided with brick
on edge paving.
8.20 Making connection of water supply system from U/G water tank/ submersible T/well to
S.H Building and connection of sewerage system i.e soakage pit to S.H Building.
Providing and installation of 1 ½ BHP Mono block with Sheet cover near switch house
building for underground tank.
9.0 BUILDING STORM WATER DRAINAGE :-
The building shall be provided for the collection of storm water from the roof on the
surface of brick walls with minimum 100 mm i/d PVC pipe of 10kg with pressure of IS
specification. 150mm PVC pipe of 10KG pressure shall be provided to connect vertical
rain water pipes with rain water harvesting system duly encased in cement concrete 1:2:4.
10.0 ELECTRICAL WIRING IN SWITCH HOUSE BUILDING:-
The bidder shall prepare the actual desig and detail of circuits to be provided and layout of
pipes. The wiring shall be Recessed conduit wiring.
PVC conduit shall be used for wiring purposes; 25mm dia. The copper wire multi-strand
shall be used for electrical wiring in switch house building. Minimum dia of Copper wires
shall be 1.5mm2 for light points, 4.00 mm² for power points and flood light.
Depth of inspection/junction boxes shall be 80mm in ceiling and 28mm on wall surface.
All outlet boxes for fittings/switches/regulators call bell etc. shall be mild steel 5mm thick
& Bakelite sheet of brown shade shall be fixed in front of MS box with brass screws. All
switches/ fittings/socket shall be flush type, fixed on sheet in flush pattern. All the material
shall be as per IS specification as ISI marked.
All the internal electric wiring should be properly earthed as per specifications.
GRAVELLING:-
11
Supply & spreading of 100 mm thick layer of crushed gravel of size 20 to 25 mm shall be
provided in both bays i.e. total 27 mtr. X 18 mtr. area with 115 mm thick x 230 mm deep
brick wall with 75mm thick CC 1:4:8 and cement plaster all along the gravels ( in switch
yard).
12
The control room building shall be furnished with 2Nos. heavy duty exhaust fans,18”,
2Nos. Fresh Air Fans 12 ”, 7 Nos. Ceiling Fans 48”, 16Nos. T-5 (28 watt tube lights of
approved make ( Bajaj, Crompton & Khaitan) 1No. 5’x 2 ½ x 2 ½ tables with three nos.
Section VI. Employer’s Requirements
drawers and 4 Nos. Chair s with arms From Haryana Forest deptt.
13 MISCELLANEOUS GENERAL REQUIREMENTS:-
1 Dense concrete with controlled water cement ratio preferably 0.45 shall be used for all
underground concrete structures such as pump house tanks water retaining structures cable
and pipe trenches etc. for achieving water-tightness.
2 All mild steel parts used in the water retaining structures shall be hot-dia galvanized. The
minimum, coating of the zinc shall be 750-gm/sq.m for galvanized structures and shall
comply with IS 2629 and IS 2633. Galvanizing shall be checked and tested in accordance
with IS 2629. The galvanizing shall be followed by the application or an etching primer
and dipping in black bitumen in accordance with BS:3416.
3 A screed concrete layer not less than 100mm thick and of grade not weaker than M 10
conforming to IS:456-1978 shall be provided below all water retaining structures.
4 Bricks having minimum 105-kg/cm² compressive strength can only be used for masonry
work. Bidder shall ascertain himself at site regarding the availability of bricks of minimum
105-kg/cm² compressive strength before submitting his offer.
5 Monorails, monorail girders and fixtures shall be provided wherever required.
6 Doors and windows on external walls of the buildings(other than areas provided with
insulated metal cladding) shall be provided either side of the openings. Projection of
sunshade from the wall shall be minimum 450mm over window openings and Projection
/Porches over door openings.
7 All stairs shall have maximum riser height of 150 mm and a minimum tread width of
300mm. Minimum width of stairs shall be 1000 mm for non-residential buildings.
8 Angles 50x50x6mm (minimum) with lugs shall be provided for edge protection all around
cut outs/openings in floor slab, edges of RCC cable/pipe trenches supporting covers, edges
of manholes supporting covers, supporting edge of pre-cast cover and any other place
where breakage of corners of concrete is expected.
9 All supply items like sanitary, W/S, Sewerage ,Electric etc. should be got approved from
the Engineer in-charge before fixing/execution.
10 Provision for installation of dry battery 40volt be made by the provision of anti acid tiles
/paint.
14 INTERFACING :-
The proper coordination & execution of all interfacing civil works activities like fixing of
conduits in roofs/walls/floors fixing of foundation bolts, fixing of lighting fixtures, fixing
of supports/embodiments, provision of cutouts etc. shall be the sole responsibility of the
contractor. He shall plan all such activities in advance and execute in such a manner that
interfacing activities do not become bottlenecks and dismantling, breakage etc. is reduced
to minimum.
15 STATUTORY RULES:-
1 Supplier shall comply with all the applicable statutory rules pertaining to factories act (as
applicable for the State). Fire Safety Rules of Tariff Advisory Committee. Water Act for
pollution control etc.
2 Provisions for fire proof doors, no. of staircases, fire separation wall, plastering on
structural members (in fire prone areas) etc. shall be made according to the
recommendations of tariff Advisory Committee.
3 Statutory clearance and norms of State Pollution control Board shall be followed as per
Section VI. Employer’s Requirements
Water Act for effluent quality from plant.
4 Requirement of sulphate resistant cement (SRC) for sub-structural works shall be decided
in accordance with the Indian Standards based on the findings of the detailed soil
investigation to be carried out by the Bidder.
5 Foundation system adopted by Bidder shall ensure that relative settlement shall be as per
provision in IS:1904.
6 All water retaining structures designed as un-cracked section shall also be tested for water
tightness at full water level in accordance with clause No.10 of IS:3370 (Part-I).
7 Construction joints at the following locations may be provided, if required:-
a) At the meeting points of the columns and the raft.
b) At the point of conta-flexure in the columns.
Additional reinforcements and shear keys shall be provided at the construction joints.
8 The work should be carried out strictly in accorded with the PWD specification and latest
relevant IS codes.
9 All the construction material and water will be got tested by bidder from the approved lab
of PWD, NIT, Shri Ram etc. & cost of test charges will be beared by the bidder.
10 Input detail /line diagram drgs. , are enclosed for reference. However the bidder will
supply his own design drawings & get approved from the Nigam before execution of the
work.
11 Chequered plates 6 mm thick machine cut as per site requirement of work is to be
provided for indoor cable trenches with proper holes/ hooks/ handle to lift.
12 Bidder shall keep at the site of work, technical staff for supervision, having degree in civil
Engineering with adequate experience in building constructions & foundations etc.
13 The bidder is at liberty to get the Bearing capacity tested from the approved lab before
submitting Design & Drawings.
14 Bidder Shall establish a site office, toilet & store for storage of input materials temporary
fencing, illuminating work space area etc.
15 Bidder shall arrange sufficient qty. of construction material like cement, steel, bricks,
aggregate etc. at the site of work for required quality/quantity and get checked for smooth
completion of project.
16 Electricity & Water required during execution of the work shall be arranged by the bidder
at his own cost.
17 The scope of work shall also include the supply & erection of all such items which are not
specifically mentioned in the contract document but needed for the successful operation of
the project.
18 Extra minor work involved due to fixation of formation level/site conditions shall not be
paid for extra to the bidder.
19 No compensation of any kind shall be paid to the bidder in case handing over site is
delayed due to unavoidable reasons.
20 Six sets of complete drawings shall be supplied by the bidder to the Nigam.
21 The executing /payment of the civil works shall be got carried out by the respective XEN,
Civil construction.
Section VI. Employer’s Requirements
Forms and Procedures
Form of Completion Certificate
Date: [insert date]
Loan Agreement No: ID-P240
IFB No: [insert number]
[Name of Contract]
To: [Name and address of Contractor]
Dear Sirs,
Pursuant to GC Clause 24 (Completion of the Facilities) of the General Conditions of the
Contract entered into between yourselves and the Employer dated [insert date] , relating to
the Augmentation of 10 No. 33 KV Sub - Stations (including necessary civil works) i.e.
33 kV Sub-Station Bass, 33 kV Sub-Station Karandi , 33 kV Sub-Station Dhani Raipur
, 33 kV Sub-Station Gorkhpur under Hisar circle and 33 kV Sub-Station Kheri
Taloda, 33 kV Sub-Station Chatter, 33 kV Sub-Station Danoda, 33 kV Sub-Station
Rasidon, 33 kV Sub-Station Belarkhan, 33 kV Sub-Station Lohchab under Jind circle
under the jurisdiction of DHBVN on turnkey basis, we hereby notify you that the
Functional Guarantees of the following part(s) of the Facilities were satisfactorily attained on
the date specified below.
1. Description of the Facilities or part thereof: [insert description]
2. Date of Completion: [insert date]
However, you are required to complete the outstanding items listed in the attachment hereto
as soon as practicable.
This letter does not relieve you of your obligation to complete the execution of the Facilities
in accordance with the Contract nor of your obligations during the Defect Liability Period.
Very truly yours,
Title
(Project Manager)
Section VI. Employer’s Requirements
Form of Operational Acceptance Certificate
Date: [insert date]
Loan Agreement No: ID-P240
IFB No: [insert number]
[Name of Contract]
To: [Name and address of Contractor]
Dear Sirs,
Pursuant to GC Sub-Clause 25.3 (Operational Acceptance) of the General Conditions of the
Contract entered into between yourselves and the Employer dated [insert date], relating to
the Augmentation of 10 No. 33 KV Sub - Stations (including necessary civil works) i.e.
33 kV Sub-Station Bass, 33 kV Sub-Station Karandi , 33 kV Sub-Station Dhani Raipur
, 33 kV Sub-Station Gorkhpur under Hisar circle and 33 kV Sub-Station Kheri
Taloda, 33 kV Sub-Station Chatter, 33 kV Sub-Station Danoda, 33 kV Sub-Station
Rasidon, 33 kV Sub-Station Belarkhan, 33 kV Sub-Station Lohchab under Jind circle
under the jurisdiction of DHBVN on turnkey basis, we hereby notify you that the
Functional Guarantees of the following part(s) of the Facilities were satisfactorily attained on
the date specified below.
1. Description of the Facilities or part thereof: [insert description]
2. Date of Operational Acceptance: [insert date]
This letter does not relieve you of your obligation to complete the execution of the Facilities
in accordance with the Contract nor of your obligations during the Defect Liability Period.
Very truly yours,
Title
(Project Manager)
Section VI. Employer’s Requirements
Change Order Procedure and Forms
Date: [insert date]
Loan Agreement No: ID-P240
IFB No: [insert number]
CONTENTS
1. General
2. Change Order Log
3. References for Changes
ANNEXES
Annex 1 Request for Change Proposal
Annex 2 Estimate for Change Proposal
Annex 3 Acceptance of Estimate
Annex 4 Change Proposal
Annex 5 Change Order
Annex 6 Pending Agreement Change Order
Annex 7 Application for Change Proposal
Annex 8 Change Order log
Section VI. Employer’s Requirements
Change Order Procedure
1. General
This section provides samples of procedures and forms for implementing changes in the
Facilities during the performance of the Contract in accordance with GC Clause 39
(Change in the Facilities) of the General Conditions of the Contract.
2. Change Order Log
The Contractor shall keep an up-to-date Change Order log to show the current status of
Requests for Change and Changes authorized or pending, as Annex 8. Entries of the
Changes in the Change Order log shall be made to ensure that the log is up-to-date.
The Contractor shall attach a copy of the current Change Order Log in the monthly
progress report to be submitted to the Employer.
3. References for Changes
(1) Request for Change as referred to in GC Clause 39 shall be serially numbered
CR-X-nnn.
(2) Estimate for Change Proposal as referred to in GC Clause 39 shall be serially
numbered CN-X-nnn.
(3) Acceptance of Estimate as referred to in GC Clause 39 shall be serially numbered
CA-X-nnn.
(4) Change Proposal as referred to in GC Clause 39 shall be serially numbered CP-X-
nnn.
(5) Change Order as referred to in GC Clause 39 shall be serially numbered CO-X-
nnn.
Note: (a) Requests for Change issued from the Employer’s Home Office and the
Site representatives of the Employer shall have the following respective
references:
Home Office CR-H-nnn
Site CR-S-nnn
(b) The above number “nnn” is the same for Request for Change, Estimate for
Change Proposal, Acceptance of Estimate, Change Proposal and Change
Order.
Section VI. Employer’s Requirements
Annex 1. Request for Change Proposal
(Employer’s Letterhead)
To: [insert Contractor’s name and address] Date: [insert date]
Attention: [insert name and title]
Contract Name: [insert Contract name]
Contract Number: [insert Contract number]
Dear Sirs,
With reference to the captioned Contract, you are requested to prepare and submit a Change
Proposal for the Change noted below in accordance with the following instructions within
[insert number of days] days of the date of this letter [or on or before (date)].
1. Title of Change: [insert title] ________________________
2. Change Request No.: [insert number] ________________________
3. Originator of Change: Employer: [insert name of Employer] ________________________
Contractor (by Application for Change Proposal No. [insert
number])________________________
4. Brief Description of Change: [insert description] ________________________
5. Facilities and/or Item No. of equipment related to the requested Change: [insert
description] ________________________
6. Reference drawings and/or technical documents for the request of Change:
Drawing No./Document No. Description
7. Detailed conditions or special requirements on the requested Change: ________________
8. General Terms and Conditions:
(a) Please submit your estimate to us showing what effect the requested Change will
have on the Contract Price.
Section VI. Employer’s Requirements
(b) Your estimate shall include your claim for the additional time, if any, for
completion of the requested Change.
(c) If you have any opinion negative to the adoption of the requested Change in
connection with the conformability to the other provisions of the Contract or the
safety of the Plant or Facilities, please inform us of your opinion in your proposal
of revised provisions.
(d) Any increase or decrease in the work of the Contractor relating to the services of
its personnel shall be calculated.
(e) You shall not proceed with the execution of the work for the requested Change
until we have accepted and confirmed the amount and nature in writing.
(Employer’s Name)
(Signature)
(Name of signatory)
(Title of signatory)
Section VI. Employer’s Requirements
Annex 2. Estimate for Change Proposal
(Contractor’s Letterhead)
To: [insert Employer’s Name and address] Date: [insert date]
Attention: [insert name and title]
Contract Name: [insert Contract name]
Contract Number: [insert Contract number]
Dear Sirs,
With reference to your Request for Change Proposal, we are pleased to notify you of the
approximate cost of preparing the below-referenced Change Proposal in accordance with GC
Sub-Clause 39.2.1 of the General Conditions of the Contract. We acknowledge that your
agreement to the cost of preparing the Change Proposal, in accordance with GC Sub-Clause
39.2.2 of the General Conditions of the Contract, is required before estimating the cost for
change work.
1. Title of Change: [insert title] ________________________
2. Change Request No./Rev.: [insert number] ____________________________
3. Brief Description of Change: [insert description] __________________________
4. Scheduled Impact of Change: [insert description] ___________________________
5. Cost for Preparation of Change Proposal: [insert cost] ______________1
(a) Engineering (Amount)
(i) Engineer hrs x rate/hr =
(ii) Draftsperson hrs x rate/hr =
Sub-total hrs
Total Engineering Cost
(b) Other Cost
Total Cost (a) + (b)
1 Cost shall be in the currencies of the Contract.
Section VI. Employer’s Requirements
(Contractor’s Name)
(Signature)
(Name of signatory)
(Title of signatory)
Section VI. Employer’s Requirements
Annex 3. Acceptance of Estimate
(Employer’s Letterhead)
To: [insert Contractor’s name and address] Date: [insert date]
Attention: [insert name and title]
Contract Name: [insert Contract name]
Contract Number: [insert Contract number]
Dear Sirs,
We hereby accept your Estimate for Change Proposal and agree that you should proceed with
the preparation of the Change Proposal.
1. Title of Change: [insert title] ___________________________
2. Change Request No./Rev.: [insert number] _______________________________
3. Estimate for Change Proposal No./Rev.: [insert number] ________________________
4. Acceptance of Estimate No./Rev.: [insert number] _______________________________
5. Brief Description of Change: [insert description] _______________________________
6. Other Terms and Conditions: In the event that we decide not to order the Change
accepted, you shall be entitled to compensation for the cost of preparation of Change
Proposal described in your Estimate for Change Proposal mentioned in 3 above, in
accordance with GC Clause 39 of the General Conditions of the Contract.
(Employer’s Name)
(Signature)
(Name and Title of signatory)
Section VI. Employer’s Requirements
Annex 4. Change Proposal
(Contractor’s Letterhead)
To: [insert Employer’s Name and address] Date: [insert date]
Attention: [insert name and title]
Contract Name: [insert Contract name]
Contract Number: [insert Contract number]
Dear Sirs,
In response to your Request for Change Proposal No. [insert number], we hereby submit our
proposal as follows:
1. Title of Change: [insert title] _______________________________
2. Change Proposal No./Rev.: [insert number] ______________________________
3. Originator of Change: Employer: [insert name of Employer] ________________________
Contractor: [insert name of Contractor] _____________________
4. Brief Description of Change: [insert description] _______________________________
5. Reasons for Change: [insert reason] ______________________________
6. Facilities and/or Item No. of Equipment related to the requested Change: [insert
description] _______________________________
7. Reference drawings and/or technical documents for the requested Change:
Drawing/Document No. Description
8. Estimate of increase/decrease to the Contract Price resulting from Change Proposal:1
(Amount)
(a) Direct material
1 Increase and/or decrease to the Contract Price shall be in the currencies of the Contract.
Section VI. Employer’s Requirements
(b) Major construction equipment
(c) Direct field labor (Total hrs)
(d) Subcontracts
(e) Indirect material and labor
(f) Site supervision
(g) Head office technical staff salaries
Process engineer hrs @ rate/hr
Project engineer hrs @ rate/hr
Equipment engineer hrs @ rate/hr
Procurement hrs @ rate/hr
Draftsperson hrs @ rate/hr
Total hrs
(h) Extraordinary costs (computer, travel, etc.)
(i) Fee for general administration, % of Items
(j) Taxes and customs duties
Total lump sum cost of Change Proposal
(Sum of items (a) to (j))
Cost to prepare Estimate for Change Proposal
(Amount payable if Change is not accepted)
9. Additional time for Completion required due to Change Proposal
10. Effect on the Functional Guarantees
11. Effect on the other terms and conditions of the Contract
12. Validity of this Proposal: within [number] days after receipt of this Proposal by the
Employer
13. Other terms and conditions of this Change Proposal:
(a) You are requested to notify us of your acceptance, comments or rejection of this
detailed Change Proposal within [number] days from your receipt of this
Proposal.
Section VI. Employer’s Requirements
(b) The amount of any increase and/or decrease shall be taken into account in the
adjustment of the Contract Price.
(c) Contractor’s cost for preparation of this Change Proposal:
[Note: This cost shall be reimbursed by the Employer in case of Employer’s
withdrawal or rejection of this Change Proposal without default of the Contractor
in accordance with GC 39 of the General Conditions of the Contract.]
(Contractor’s Name)
(Signature)
(Name of signatory)
(Title of signatory)
Section VI. Employer’s Requirements
Annex 5. Change Order
(Employer’s Letterhead)
To: [insert Contractor’s name and address] Date: [insert date]
Attention: [insert name and title]
Contract Name: [insert Contract name]
Contract Number: [insert Contract number]
Dear Sirs,
We approve the Change Order for the Facilities specified in the Change Proposal (No. [insert
number]), and agree to adjust the Contract Price, Time for Completion and/or other
conditions of the Contract in accordance with GC Clause 39 of the General Conditions of the
Contract.
1. Title of Change: [insert title] _______________________________
2. Change Request No./Rev.: [insert number] _______________________________
3. Change Order No./Rev.: [insert number] _______________________________
4. Originator of Change: Employer: [insert name of Employer] ________________________
Contractor: [insert name of Contractor] ____________________
5. Authorized Price:
Ref. No.: [insert number] __________________________ Date: [insert date]______________
Foreign currency portion: [insert amount] __________ plus Local currency portion:
[insert amount] __________
6. Adjustment of Time for Completion
None Increase [insert number] days Decrease [insert number] days
7. Other effects, if any
Authorized by: Date:
(Employer)
Accepted by: Date:
Section VI. Employer’s Requirements
Annex 6. Pending Agreement Change Order
(Employer’s Letterhead)
To: [insert Contractor’s name and address] Date: [insert date]
Attention: [insert name and title]
Contract Name: [insert Contract name]
Contract Number: [insert Contract number]
Dear Sirs,
We instruct you to carry out the work in the Change Order detailed below in accordance with
Clause 39 of the General Conditions.
1. Title of Change: [insert title] ______________________________
2. Employer’s Request for Change Proposal No./Rev.: [insert number] __________________
dated: [insert date] __________
3. Contractor’s Change Proposal No./Rev.: [insert number] ___________________________
dated: [insert date] __________
4. Brief Description of Change: [insert description] _______________________________
5. Facilities and/or Item No. of equipment related to the requested Change: [insert
description] _______________________________
6. Reference Drawings and/or technical documents for the requested Change:
Drawing/Document No. Description
7. Adjustment of Time for Completion:
8. Other change in the Contract terms:
9. Other terms and conditions:
Section VI. Employer’s Requirements
(Employer’s Name)
(Signature)
(Name of signatory)
(Title of signatory)
Section VI. Employer’s Requirements
Annex 7. Application for Change Proposal
(Contractor’s Letterhead)
To: [insert Employer’s Name and address] Date: [insert date]
Attention: [insert name and title]
Contract Name: [insert Contract name]
Contract Number: [insert Contract number]
Dear Sirs,
We hereby propose that the below-mentioned work be treated as a Change in the Facilities.
1. Title of Change: [insert title] _______________________________
2. Application for Change Proposal No./Rev.: [insert number] ______ dated: [insert
date] _______________________________
3. Brief Description of Change: [insert description] _______________________________
4. Reasons for Change: [insert reason] _______________________________
5. Order of Magnitude Estimation (in the currencies of the Contract): [insert amount] ___
6. Scheduled Impact of Change: [insert scheduled impact] ______________________________
7. Effect on Functional Guarantees, if any: [insert effect, if any] _________________________
8. Appendix:
(Contractor’s Name)
(Signature)
(Name of signatory)
Section VI. Employer’s Requirements
Annex 8. Change Order log
[The Contractor shall prepare an up-to-date Change Order log, in accordance with Clause 2
of the Change Order Procedure, and attach a copy of it to the monthly progress report to be
submitted to the Employer.]
Section VI. Employer’s Requirements
Drawings
Technical Drawing:
Sr.
No.
Drawing No. No. of Technical Drawing Source for
Downloads
1 C.E./P&D-02 Standard Drawing for Half/Back Clamp for X-Arm.
www.DHBVN.com
2 C.E./P&D-03 Standard Drawing for Danger Plate, Number Plate, Phase
Plate & Fixing Clamp.
3 C.E./P&D-04 Standard Drawing for 11 KV Line Support with Earth Wire.
4 C.E./P&D-05 Standard Drawing for G.I. Pipe Earthing.
5 C.E./P&D-06 Standard Drawing for 11 KV Line V-Cross Arm for Use
where Conductor of 50 mm2 or below is proposed.
6 C.E./P&D-07 Standard Drawing for Earth Rod 20 mm dia M. S. Cross
Plate.
7 C.E./P&D-08 Standard Drawing for laying of 11 KV 3 Nos. Single Core
Under Ground Cable.
8 C.E./P&D-09 Standard Drawing for supporting Structure for 33 KV
Lighting Arrester.
9 C.E./P&D-10 Standard Drawing for M. S. Channel 100x50x6 - 1600 MM
T-Off.
10 C.E./P&D-11 Standard Drawing for M. S. Channel 100x50x6 - 2200 (For H
Pole-9M. PCC Pole Support).
11 C.E./P&D-12 Standard Drawing for M. S. Channel 75x40x6 - 2200 (For
Fuse Unit-9M. PCC Pole Support).
12 C.E./P&D-13 Standard Drawing for M. S. Angle 50x50x6 - 2400 MM (For
Earth Wire) For H Pole.
13 C.E./P&D-15 Standard Design for Out Door Cable Trench.
Note: The technical specifications/Drawings which are not included/given in tender documents, latest REC
Standards and relevant ISS will be followed
Section VI. Employer’s Requirements
Supplementary Information
[Insert any supplementary information.]
Section VII. General Conditions
Section VII. General Conditions (GC)
The General Conditions governing this Contract are the Standard General Conditions of
Contract set forth in Part 3, Section VII of the Standard Bidding Documents for Procurement
of Plant Design, Supply and Installation (version 1.0)) published by JICA in February, 2013.
Those General Conditions of Contract are available on the JICA’s web site shown below:
http://www.jica.go.jp/english/our_work/types_of_assistance/oda_loans/oda_op_info/guide/tender/index.html
A copy of these General Conditions is not attached to these Bidding Documents/this Contract.
Section VII. General Conditions
APPENDIX
A General Conditions of Dispute Board Agreement
1. Definitions
Each “Dispute Board Agreement” is a tripartite agreement by and between:
(a) the “Employer”;
(b) the “Contractor”; and
(c) the “Member” who is defined in the Dispute Board Agreement as being:
(i) the sole member of the Dispute Board (“DB”) and, where this is the case, all
references to the “Other Members” do not apply, or
(ii) one of the three persons who are jointly called the DB and, where this is the
case, the other two persons are called the “Other Members”.
The Employer and the Contractor have entered (or intend to enter) into a contract,
which is called the “Contract” and is defined in the Dispute Board Agreement, which
incorporates this Appendix. In the Dispute Board Agreement, words and expressions
which are not otherwise defined shall have the meanings assigned to them in the
Contract.
2. General Provisions
Unless otherwise stated in the Dispute Board Agreement, it shall take effect on the
latest of the following dates:
(a) the Commencement Date defined in the Contract,
(b) when the Employer, the Contractor and the Member have each signed the
Dispute Board Agreement, or
(c) when the Employer, the Contractor and each of the Other Members (if any) have
respectively each signed a dispute board agreement.
This employment of the Member is a personal appointment. At any time, the Member
may give not less than seventy (70) days’ notice of resignation to the Employer and to
the Contractor, and the Dispute Board Agreement shall terminate upon the expiry of
this period.
3. Warranties
The Member warrants and agrees that he/she is and shall be impartial and independent
of the Employer, the Contractor and the Project Manager. The Member shall promptly
Section VII. General Conditions
disclose, to each of them and to the Other Members (if any), any fact or circumstance
which might appear inconsistent with his/her warranty and agreement of impartiality
and independence.
When appointing the Member, the Employer and the Contractor relied upon the
Member’s representations that he/she is:
(a) experienced in the work which the Contractor is to carry out under the Contract,
(b) experienced in the interpretation of contract documentation, and
(c) fluent in the language for communications defined in the Contract.
4. General Obligations of the Member
The Member shall:
(a) have no interest financial or otherwise in the Employer, the Contractor or the
Project Manager, nor any financial interest in the Contract except for payment
under the Dispute Board Agreement;
(b) not previously have been employed as a consultant or otherwise by the
Employer, the Contractor or the Project Manager, except in such circumstances
as were disclosed in writing to the Employer and the Contractor before they
signed the Dispute Board Agreement;
(c) have disclosed in writing to the Employer, the Contractor and the Other Members
(if any), before entering into the Dispute Board Agreement and to his/her best
knowledge and recollection, any professional or personal relationships with any
director, officer or employee of the Employer, the Contractor or the Project
Manager, and any previous involvement in the overall project of which the
Contract forms part;
(d) not, for the duration of the Dispute Board Agreement, be employed as a
consultant or otherwise by the Employer, the Contractor or the Project Manager,
except as may be agreed in writing by the Employer, the Contractor and the
Other Members (if any);
(e) comply with the annexed procedural rules and with GC Sub-Clause 45.3;
(f) not give advice to the Employer, the Contractor, the Employer’s Personnel or the
Contractor’s Personnel concerning the conduct of the Contract, other than in
accordance with the annexed procedural rules;
(g) not while a Member enter into discussions or make any agreement with the
Employer, the Contractor or the Project Manager regarding employment by any
of them, whether as a consultant or otherwise, after ceasing to act under the
Dispute Board Agreement;
(h) ensure his/her availability for all site visits and hearings as are necessary;
Section VII. General Conditions
(i) become conversant with the Contract and with the progress of the Facilities (and
of any other parts of the project of which the Contract forms part) by studying all
documents received which shall be maintained in a current working file;
(j) treat the details of the Contract and all the DB’s activities and hearings as private
and confidential, and not publish or disclose them without the prior written
consent of the Employer, the Contractor and the Other Members (if any); and
(k) be available to give advice and opinions, on any matter relevant to the Contract
when requested by both the Employer and the Contractor, subject to the
agreement of the Other Members (if any).
5. General Obligations of the Employer and the Contractor
The Employer, the Contractor, the Employer’s Personnel and the Contractor’s
Personnel shall not request advice from or consultation with the Member regarding the
Contract, otherwise than in the normal course of the DB’s activities under the Contract
and the Dispute Board Agreement. The Employer and the Contractor shall be
responsible for compliance with this provision, by the Employer’s Personnel and the
Contractor’s Personnel respectively.
The Employer and the Contractor undertake to each other and to the Member that the
Member shall not, except as otherwise agreed in writing by the Employer, the
Contractor, the Member and the Other Members (if any):
(a) be appointed as an arbitrator in any arbitration under the Contract;
(b) be called as a witness to give evidence concerning any dispute before
arbitrator(s) appointed for any arbitration under the Contract; or
(c) be liable for any claims for anything done or omitted in the discharge or
purported discharge of the Member’s functions, unless the act or omission is
shown to have been in bad faith.
The Employer and the Contractor hereby jointly and severally indemnify and hold the
Member harmless against and from claims from which he is relieved from liability
under the preceding paragraph.
Whenever the Employer or the Contractor refers a dispute to the DB under GC Sub-
Clause 45.3, which will require the Member to make a site visit and attend a hearing,
the Employer or the Contractor shall provide appropriate security for a sum equivalent
to the reasonable expenses to be incurred by the Member. No account shall be taken of
any other payments due or paid to the Member.
6. Payment
The Member shall be paid as follows, in the currency named in the Dispute Board
Agreement:
Section VII. General Conditions
(a) a retainer fee per calendar month, which shall be considered as payment in full
for:
(i) being available on twenty-eight (28) days’ notice for all site visits and
hearings;
(ii) becoming and remaining conversant with all project developments and
maintaining relevant files;
(iii) all office and overhead expenses including secretarial services,
photocopying and office supplies incurred in connection with his duties;
and
(iv) all services performed hereunder except those referred to in sub-paragraphs
(b) and (c) of this Clause.
The retainer fee shall be paid with effect from the last day of the calendar month in
which the Dispute Board Agreement becomes effective; until the last day of the
calendar month in which the Operational Acceptance Certificate is issued for the whole
of the Facilities.
With effect from the first day of the calendar month following the month in which
Operational Acceptance Certificate is issued for the whole of the Facilities, the retainer
fee shall be reduced by one third. This reduced fee shall be paid until the first day of
the calendar month in which the Member resigns or the Dispute Board Agreement is
otherwise terminated.
(b) a daily fee which shall be considered as payment in full for:
(i) each day or part of a day up to a maximum of two days’ travel time in each
direction for the journey between the Member’s home and the site, or
another location of a meeting with the Other Members (if any);
(ii) each working day on site visits, hearings or preparing decisions; and
(iii) each day spent reading submissions in preparation for a hearing.
(c) all reasonable expenses including necessary travel expenses (air fare in less than
first class, hotel and subsistence and other direct travel expenses) incurred in
connection with the Member’s duties, as well as the cost of telephone calls,
courier charges, faxes and telexes: a receipt shall be required for each item in
excess of five percent of the daily fee referred to in sub-paragraph (b) of this
Clause;
(d) any taxes properly levied in the Country on payments made to the Member
(unless a national or permanent resident of the Country) under this Clause 6.
The retainer and daily fees shall be as specified in the Dispute Board Agreement.
Unless it specifies otherwise, these fees shall remain fixed for the first twenty-four (24)
Section VII. General Conditions
calendar months, and shall thereafter be adjusted by agreement between the Employer,
the Contractor and the Member, at each anniversary of the date on which the Dispute
Board Agreement became effective.
If the Parties fail to agree on the retainer fee or the daily fee the appointing entity or
official named in the PC shall determine the amount of the fees to be used.
The Member shall submit invoices for payment of the monthly retainer and air fares
quarterly in advance. Invoices for other expenses and for daily fees shall be submitted
following the conclusion of a site visit or hearing. All invoices shall be accompanied
by a brief description of activities performed during the relevant period and shall be
addressed to the Contractor.
The Contractor shall pay each of the Member’s invoices in full within fifty-six (56)
calendar days after receiving each invoice and shall apply to the Employer (in the
Statements under the Contract) for reimbursement of one-half of the amounts of these
invoices. The Employer shall then pay the Contractor in accordance with the Contract.
If the Contractor fails to pay to the Member the amount to which he/she is entitled
under the Dispute Board Agreement, the Employer shall pay the amount due to the
Member and any other amount which may be required to maintain the operation of the
DB; and without prejudice to the Employer’s rights or remedies. In addition to all other
rights arising from this default, the Employer shall be entitled to reimbursement of all
sums paid in excess of one-half of these payments, plus all costs of recovering these
sums and financing charges calculated at the rate specified in accordance with GC
Sub-Clause 12.3.
If the Member does not receive payment of the amount due within seventy (70) days
after submitting a valid invoice, the Member may (i) suspend his/her services (without
notice) until the payment is received, and/or (ii) resign his/her appointment by giving
notice under Clause 7.
7. Termination
At any time: (i) the Employer and the Contractor may jointly terminate the Dispute
Board Agreement by giving forty-two (42) days’ notice to the Member; or (ii) the
Member may resign as provided for in Clause 2.
If the Member fails to comply with the Dispute Board Agreement, the Employer and
the Contractor may, without prejudice to their other rights, terminate it by notice to the
Member. The notice shall take effect when received by the Member.
If the Employer or the Contractor fails to comply with the Dispute Board Agreement,
the Member may, without prejudice to his other rights, terminate it by notice to the
Employer and the Contractor. The notice shall take effect when received by them both.
Section VII. General Conditions
Any such notice, resignation and termination shall be final and binding on the
Employer, the Contractor and the Member. However, a notice by the Employer or the
Contractor, but not by both, shall be of no effect.
8. Default of the Member
If the Member fails to comply with any of his obligations under Clause 4 concerning
his impartiality or independence in relation to the Employer or the Contractor, he/she
shall not be entitled to any fees or expenses hereunder and shall, without prejudice to
their other rights, reimburse each of the Employer and the Contractor for any fees and
expenses received by the Member and the Other Members (if any), for proceedings or
decisions (if any) of the DB which are rendered void or ineffective by the said failure
to comply.
9. Disputes
Any dispute or claim arising out of or in connection with this Dispute Board
Agreement, or the breach, termination or invalidity thereof, shall be finally settled by
institutional arbitration. The arbitration shall be conducted under the Rules of
Arbitration of the International Chamber of Commerce by one arbitrator appointed in
accordance with these Rules of Arbitration.
Section VII. General Conditions
DISPUTE BOARD AGREEMENT
THIS AGREEMENT is made the ________ day of ________________________, _____,
BETWEEN
(1) DakshinHaryana Bijli Vitran Nigam Limited, a corporation incorporated under the laws
of India and having its principal place of business at Hisar, Haryana hereinafter called “the
Employer”), (2) __________[insert name of Contractor], a corporation incorporated under the
laws of __________[insert country of Contractor] and having its principal place of business at
__________[insert address of Contractor] (hereinafter called ”the contractor”) and (3)
____________ [insert the name and particulars of the member] hereby appointed as the
member of the Dispute Board (hereinafter called the “Dispute Board”).
WHEREAS the Employer desires to engage the Dispute Board to resolve the disputes arising
between the Employer and the Contractor.
NOW IT IS HEREBY AGREED as follows:
1. Definitions
Each “Dispute Board Agreement” is a tripartite agreement by and between:
(a) the “Employer”;
(b) the “Contractor”; and
(c) the “Member” who is defined in the Dispute Board Agreement as being:
(i) the sole member of the Dispute Board (“DB”) and, where this is the case, all
references to the “Other Members” do not apply, or
The Employer and the Contractor have entered (or intend to enter) into a contract,
which is called the “Contract”. In this agreement, words and expressions which are not
otherwise defined shall have the meanings assigned to them in the Contract.
2. General Provisions
This Agreement shall take effect on the latest of the following dates:
(a) the Commencement Date defined in the Contract,
(b) when the Employer, the Contractor and the Member have each signed the
Dispute Board Agreement, or
(c) when the Employer, the Contractor and each of the Other Members (if any) have
respectively each signed the dispute board agreement.
Section VII. General Conditions
This employment of the Member is a personal appointment. At any time, the Member
may give not less than seventy (70) days’ notice of resignation to the Employer and to
the Contractor, and the Dispute Board Agreement shall terminate upon the expiry of
this period.
3. Warranties
The Member warrants and agrees that he/she is and shall be impartial and independent
of the Employer, the Contractor and the Project Manager. The Member shall promptly
disclose, to each of them and to the Other Members (if any), any fact or circumstance
which might appear inconsistent with his/her warranty and agreement of impartiality
and independence.
When appointing the Member, the Employer and the Contractor relied upon the
Member’s representations that he/she is:
(a) experienced in the work which the Contractor is to carry out under the Contract,
(b) experienced in the interpretation of contract documentation, and
(c) fluent in the language for communications defined in the Contract.
4. General Obligations of the Member
The Member shall:
(a) have no interest financial or otherwise in the Employer, the Contractor or the
Project Manager, nor any financial interest in the Contract except for payment
under the Dispute Board Agreement;
(b) not previously have been employed as a consultant or otherwise by the
Employer, the Contractor or the Project Manager, except in such circumstances
as were disclosed in writing to the Employer and the Contractor before they
signed the Dispute Board Agreement;
(c) have disclosed in writing to the Employer, the Contractor and the Other Members
(if any), before entering into the Dispute Board Agreement and to his/her best
knowledge and recollection, any professional or personal relationships with any
director, officer or employee of the Employer, the Contractor or the Project
Manager, and any previous involvement in the overall project of which the
Contract forms part;
(d) not, for the duration of the Dispute Board Agreement, be employed as a
consultant or otherwise by the Employer, the Contractor or the Project Manager,
except as may be agreed in writing by the Employer, the Contractor and the
Other Members (if any);
(e) comply with the annexed Dispute Board Guidelines and with GC Sub-Clause
45.3 of the tender document;
Section VII. General Conditions
(f) not give advice to the Employer, the Contractor, the Employer’s Personnel or the
Contractor’s Personnel concerning the conduct of the Contract, other than in
accordance with the annexed procedural rules;
(g) not while a Member enter into discussions or make any agreement with the
Employer, the Contractor or the Project Manager regarding employment by any
of them, whether as a consultant or otherwise, after ceasing to act under the
Dispute Board Agreement;
(h) ensure his/her availability for all site visits and hearings as are necessary;
(i) become conversant with the Contract and with the progress of the Facilities (and
of any other parts of the project of which the Contract forms part) by studying all
documents received which shall be maintained in a current working file;
(j) treat the details of the Contract and all the DB’s activities and hearings as private
and confidential, and not publish or disclose them without the prior written
consent of the Employer, the Contractor and the Other Members (if any); and
(k) be available to give advice and opinions, on any matter relevant to the Contract
when requested by both the Employer and the Contractor, subject to the
agreement of the Other Members (if any).
5. General Obligations of the Employer and the Contractor
The Employer, the Contractor, the Employer’s Personnel and the Contractor’s
Personnel shall not request advice from or consultation with the Member regarding the
Contract, otherwise than in the normal course of the DB’s activities under the Contract
and the Dispute Board Agreement. The Employer and the Contractor shall be
responsible for compliance with this provision, by the Employer’s Personnel and the
Contractor’s Personnel respectively.
The Employer and the Contractor undertake to each other and to the Member that the
Member shall not, except as otherwise agreed in writing by the Employer, the
Contractor, the Member and the Other Members (if any):
(a) be appointed as an arbitrator in any arbitration under the Contract;
(b) be called as a witness to give evidence concerning any dispute before
arbitrator(s) appointed for any arbitration under the Contract; or
(c) be liable for any claims for anything done or omitted in the discharge or
purported discharge of the Member’s functions, unless the act or omission is
shown to have been in bad faith.
The Employer and the Contractor hereby jointly and severally indemnify and hold the
Member harmless against and from claims from which he is relieved from liability
under the preceding paragraph.
Section VII. General Conditions
Whenever the Employer or the Contractor refers a dispute to the DB under GC Sub-
Clause 45.3 of tender document, which will require the Member to make a site visit
and attend a hearing, the Employer or the Contractor shall provide appropriate security
for a sum equivalent to the reasonable expenses to be incurred by the Member. No
account shall be taken of any other payments due or paid to the Member.
6. Payment
The Member shall be paid as follows:
(a) a retainer fee per calendar month of Rs. ________ , which shall be considered as
payment in full for:
(i) being available on twenty-eight (28) days’ notice for all site visits and
hearings;
(ii) becoming and remaining conversant with all project developments and
maintaining relevant files;
(iii) all office and overhead expenses including secretarial services,
photocopying and office supplies incurred in connection with his duties;
and
(iv) all services performed hereunder except those referred to in sub-paragraphs
(b) and (c) of this Clause.
The retainer fee shall be paid with effect from the last day of the calendar month in
which the Dispute Board Agreement becomes effective; until the last day of the
calendar month in which the Operational Acceptance Certificate is issued for the whole
of the Facilities.
With effect from the first day of the calendar month following the month in which
Operational Acceptance Certificate is issued for the whole of the Facilities, the retainer
fee shall be reduced by one third. This reduced fee shall be paid until the first day of
the calendar month in which the Member resigns or the Dispute Board Agreement is
otherwise terminated.
(b) a daily fee of Rs. ________ shall be considered as payment in full for:
(i) each day or part of a day up to a maximum of two days’ travel time in each
direction for the journey between the Member’s home and the site, or
another location of a meeting with the Other Members (if any);
(ii) each working day on site visits, hearings or preparing decisions; and
(iii) each day spent reading submissions in preparation for a hearing.
(c) all reasonable expenses including necessary travel expenses (air fare in less than
first class, hotel and subsistence and other direct travel expenses) incurred in
connection with the Member’s duties, as well as the cost of telephone calls,
Section VII. General Conditions
courier charges, faxes and telexes: a receipt shall be required for each item in
excess of five percent of the daily fee referred to in sub-paragraph (b) of this
Clause;
(d) any taxes properly levied in the Country on payments made to the Member
(unless a national or permanent resident of the Country) under this Clause 6.
The retainer and daily fees shall be as specified. Unless it specifies otherwise, these
fees shall remain fixed for the first twenty-four (24) calendar months, and shall
thereafter be adjusted by agreement between the Employer, the Contractor and the
Member, at each anniversary of the date on which the Dispute Board Agreement
became effective.
If the Parties fail to agree on the retainer fee or the daily fee the appointing entity or
official named in the PC shall determine the amount of the fees to be used.
The Member shall submit invoices for payment of the monthly retainer and air fares
quarterly in advance. Invoices for other expenses and for daily fees shall be submitted
following the conclusion of a site visit or hearing. All invoices shall be accompanied
by a brief description of activities performed during the relevant period and shall be
addressed to the Contractor.
The Contractor shall pay each of the Member’s invoices in full within fifty-six (56)
calendar days after receiving each invoice and shall apply to the Employer (in the
Statements under the Contract) for reimbursement of one-half of the amounts of these
invoices. The Employer shall then pay the Contractor in accordance with the Contract.
If the Contractor fails to pay to the Member the amount to which he/she is entitled
under the Dispute Board Agreement, the Employer shall pay the amount due to the
Member and any other amount which may be required to maintain the operation of the
DB; and without prejudice to the Employer’s rights or remedies. In addition to all other
rights arising from this default, the Employer shall be entitled to reimbursement of all
sums paid in excess of one-half of these payments, plus all costs of recovering these
sums and financing charges calculated at the rate specified in accordance with GC
Sub-Clause 12.3 of tender document.
If the Member does not receive payment of the amount due within seventy (70) days
after submitting a valid invoice, the Member may (i) suspend his/her services (without
notice) until the payment is received, and/or (ii) resign his/her appointment by giving
notice under Clause 7.
7. Termination
At any time: (i) the Employer and the Contractor may jointly terminate the Dispute
Board Agreement by giving forty-two (42) days’ notice to the Member; or (ii) the
Member may resign as provided for in Clause 2.
Section VII. General Conditions
If the Member fails to comply with the Dispute Board Agreement, the Employer and
the Contractor may, without prejudice to their other rights, terminate it by notice to the
Member. The notice shall take effect when received by the Member.
If the Employer or the Contractor fails to comply with the Dispute Board Agreement,
the Member may, without prejudice to his other rights, terminate it by notice to the
Employer and the Contractor. The notice shall take effect when received by them both.
Any such notice, resignation and termination shall be final and binding on the
Employer, the Contractor and the Member. However, a notice by the Employer or the
Contractor, but not by both, shall be of no effect.
8. Default of the Member
If the Member fails to comply with any of his obligations under Clause 4 concerning
his impartiality or independence in relation to the Employer or the Contractor, he/she
shall not be entitled to any fees or expenses hereunder and shall, without prejudice to
their other rights, reimburse each of the Employer and the Contractor for any fees and
expenses received by the Member and the Other Members (if any), for proceedings or
decisions (if any) of the DB which are rendered void or ineffective by the said failure
to comply.
9. Disputes
Any dispute or claim arising out of or in connection with this Dispute Board
Agreement, or the breach, termination or invalidity thereof, shall be finally settled by
institutional arbitration. The arbitration shall be conducted under the Rules of
Arbitration of the International Chamber of Commerce by one arbitrator appointed in
accordance with these Rules of Arbitration.
IN WITNESS WHEREOF the Employer, the Contractor and the Dispute Board have caused
this Agreement to be duly executed by their duly authorized representatives the day and year
first above written.
Signed by, for and on behalf of the Employer
[Signature]
[Title]
in the presence of
Section VII. General Conditions
Signed by, for and on behalf of the Contractor
[Signature]
[Title]
in the presence of
Signed by, for and on behalf of the Member of Dispute Board
[Signature]
[Title]
in the presence of
Section VII. General Conditions
Annex
DISPUTE BOARD GUIDELINES
1. Unless otherwise agreed by the Employer and the Contractor, the DB shall visit the site
at intervals of not more than one hundred forty (140) days, including times of critical
construction events, at the request of either the Employer or the Contractor. Unless
otherwise agreed by the Employer, the Contractor and the DB, the period between
consecutive visits shall not be less than seventy (70) days, except as required to convene
a hearing as described below.
2. The timing of and agenda for each site visit shall be as agreed jointly by the DB, the
Employer and the Contractor, or in the absence of agreement, shall be decided by the
DB. The purpose of site visits is to enable the DB to become and remain acquainted
with the progress of the Contract and of any actual or potential problems or claims, and,
as far as reasonable, to prevent potential problems or claims from becoming disputes.
3. Site visits shall be attended by the Employer, the Contractor and the Project Manager
and shall be co-ordinated by the Employer in co-operation with the Contractor. The
Employer shall ensure the provision of appropriate conference facilities and secretarial
and copying services. At the conclusion of each site visit and before leaving the site, the
DB shall prepare a report on its activities during the visit and shall send copies to the
Employer and the Contractor.
4. The Employer and the Contractor shall furnish to the DB one copy of all documents
which the DB may request, including Contract documents, progress reports, variation
instructions, certificates and other documents pertinent to the performance of the
Contract. All communications between the DB and the Employer or the Contractor shall
be copied to the other Party. If the DB comprises three persons, the Employer and the
Contractor shall send copies of these requested documents and these communications to
each of these persons.
5. If any dispute is referred to the DB in accordance with GC Sub-Clause 45.3, the DB
shall proceed in accordance with GC Sub-Clause 45.3 and these Guidelines. Subject to
the time allowed to give notice of a decision and other relevant factors, the DB shall:
(a) act fairly and impartially as between the Employer and the Contractor, giving
each of them a reasonable opportunity of putting his case and responding to
the other’s case, and
(b) adopt procedures suitable to the dispute, avoiding unnecessary delay or
expense.
6. The DB may conduct a hearing on the dispute, in which event it will decide on the date
and place for the hearing and may request that written documentation and arguments
from the Employer and the Contractor be presented to it prior to or at the hearing.
Section VII. General Conditions
7. Except as otherwise agreed in writing by the Employer and the Contractor, the DB
shall have power to adopt an inquisitorial procedure, to refuse admission to hearings or
audience at hearings to any persons other than representatives of the Employer, the
Contractor and the Project Manager, and to proceed in the absence of any Party who
received notice of the hearing; but shall have discretion to decide whether and to what
extent this power may be exercised.
8. The Employer and the Contractor empower the DB, among other things, to:
(a) establish the procedure to be applied in deciding a dispute,
(b) decide upon the DB’s own jurisdiction, and as to the scope of any dispute
referred to it,
(c) conduct any hearing as it thinks fit, not being bound by any rules or
procedures other than those contained in the Contract and these Guidelines,
(d) take the initiative in ascertaining the facts and matters required for a decision,
(e) make use of its own specialist knowledge, if any,
(f) decide upon the payment of financing charges in accordance with the
Contract,
(g) decide upon any provisional relief such as interim or conservatory measures,
(h) open up, review and revise any certificate, decision, determination,
instruction, opinion or valuation of the Project Manager, relevant to the
dispute, and
(i) appoint, should the DB so consider necessary and the Parties agree, a suitable
expert at the cost of the Parties to give advice on a specific matter relevant to
the dispute.
9. The DB shall not express any opinions during any hearing concerning the merits of any
arguments advanced by the Parties. Thereafter, the DB shall make and give its decision
in accordance with GC Sub-Clause 45.3, or as otherwise agreed by the Employer and
the Contractor in writing. If the DB comprises three persons:
(a) it shall convene in private after a hearing, in order to have discussions and
prepare its decision;
(b) it shall endeavour to reach a unanimous decision: if this proves impossible the
applicable decision shall be made by a majority of the Members, who may
require the minority Member to prepare a written report for submission to the
Employer and the Contractor; and
(c) if a Member fails to attend a meeting or hearing, or to fulfil any required
function, the other two Members may nevertheless proceed to make a
decision, unless:
Section VII. General Conditions
(i) either the Employer or the Contractor does not agree that they do so, or
(ii) the absent Member is the chairman and he/she instructs the other
Members to not make a decision.
Section VIII. Particular Conditions
Particular Conditions
Table of Clauses
PC 1. Definitions ...................................................................................................................
PC 5. Law and Language ......................................................................................................
PC 7. Scope of Facilities .......................................................................................................
PC 8. Time for Commencement and Completion .................................................................
PC 11. Contract Price ..............................................................................................................
PC 13. Securities .....................................................................................................................
PC 22. Installation ...................................................................................................................
PC 25. Commissioning and Operational Acceptance .............................................................
PC 26. Completion Time Guarantee .......................................................................................
PC 30. Limitation of Liability .................................................................................................
PC 45. Disputes and Arbitration .............................................................................................
Section VIII. Particular Conditions
Particular Conditions
PC 1. Definitions
PC 1.1 The Employer is: DAKSHIN HARYANA BIJLI VITRAN NIGAM and the
legal successors in title to the Employer/Owner but not (Except with the consent
of the Contractor) any assignees of the Employer/Owner.
The Project Manager is: Assistant Engineer/ Assistant Executive Engineer,
Executive Engineer, Superintending Engineer, DHBVN appointed by the
Employer for this Work.
“Contractor”/ Supplier means the person whose Bid has been accepted by the
Employer and the legal successors in title to the Contractor but not (except with
the consent of the Employer) any assignee of the Contractor.
“Notification of Award/Letter of Award” means the formal award by the
Employer of the Bid incorporating any adjustments or variation to the Bid
agreed between the Employer and the Contractor.
“Engineer-in-charge” i.e. Superintending Engineer / Construction/ Operation
DHBVN Hisar shall be the Nodal officer for the execution and monitoring of
works in field. He will identify the Engineer/ Executive Engineer who will be
directly responsible for the execution of Works, measurement and verification of
bills for payments. Activities such as GTP/ Drg approval, inspections of
material, foot survey approval etc, shall be the responsibility of the office
issuing the work order.
“Letter of Intent/ Letter of Acceptance” means the letter of formal acceptance,
signed by the Employer, of the Letter of Bid, including any annexed
memoranda comprising agreements between and signed by both Parties. If
there is not such letter of acceptance, the expression “Letter of Acceptance”
means the Contract Agreement and the date of issuing or receiving the Letter
of Acceptance means the date of signing the Contract Agreement.
PC 5. Law and Language
PC 5.1 The Contract shall be interpreted in accordance with the laws of: India and Hisar
court shall have exclusive jurisdiction to decide any dispute arising out of or in
respect of the contract. Court jurisdiction may vary as per requirement of field
offices
PC 5.2 The ruling language is: English
PC 7. Scope of Facilities
Section VIII. Particular Conditions
PC 7.3 The Contractor agrees to supply spare parts for a period of years: as per the
respective warranty clauses of the technical specifications of the equipments i.e.
a) 60 months from date of commissioning / 66 months from date of
receipt of material for Transformers and Electronic Meters. However in
case of VCB it would be 30 months from date of commissioning / 36
months from date of receipt
b) 12 months from date of commissioning / 18 months from date of receipt
of material for other materials.
The Contractor shall carry sufficient inventories to ensure an ex-stock supply of
consumable spares for the Plant. In addition, in the event of termination of the
production of spare parts, advance notification will be made to the Employer of
the pending termination, with sufficient time to permit the Employer to procure
the needed requirement. Following such termination, the Contractor will furnish
to the extent possible and at no cost to the Employer the blueprints, drawings
and specifications of the spare parts, if requested.
PC 8. Time for Commencement and Completion
PC.8.1 The Contractor shall strictly follow the PERT chart supplied by him for
commencement, execution and completion of the works.
If the Contractor neither submits the bank guarantee nor start the work within
the above specified time the employer reserves the right to cancel the LOI and
Bid security shall be forfeited.
PC 8.2 The work shall be completed and shall have passed the tests on completion
within 12 (Twelve) months from the date of issue of Letter of Intent.
PC 13. Securities
PC 13.3.1 Within 28 days of receipt of LOI, the successful Bidder, to whom the work is
awarded, shall be required to furnish a performance Bank Guarantee from a
Scheduled/ Nationalized Bank, in the form attached in Section-V to the Vol-I in
favour of the Owner. The guarantee amount shall be equal to ten percent (10%)
of total contract price valid up to 28 days after the expected expiration date of
the Defect Liability Period.
Further Penalty @ 0.35% per week or part thereof subject to maximum 2%of the
value of BG if bank guarantee not submitted within 28 days from the date of
issue of LOA/LOI
If the bank guarantee not submitted within 45 days from the date of issue of
LOI/LOA, the employer/ Nigam reserves the right to cancel the LOI and initiate
the action for allotment to L-2 firm at L-1 rate or below.
However before the expiry of above mentioned 45 days, the contractor may seek
approval for grant of additional 1 month (maximum) on payment of the entire
penalty amount for 45 days as mentioned above. The grant of one month will
Section VIII. Particular Conditions
not entitle the firm to claim the extension of the scheduled completion time.
Note:- BG would be issued by any scheduled bank in branch situated in Hisar.
The Performance Guarantee shall cover additionally the following guarantees to
the Owner:
a) The Successful Bidder guarantees the successful and satisfactory operation of
the material/ equipment furnished and erected under the Contract, as per the
specifications and documents.
b) The successful Bidder guarantees that the material and equipment provided
and installed by him shall be free from all defects in design, material and
Workmanship and shall upon written notice from the Owner fully remedy free
of expenses to the Owner such defects as developed under the normal use of the
said material and equipment within the period of guarantee specified in the
relevant Clause of the Conditions of Contract.
The Contract Performance Guarantee is intended to secure the execution/
performance of the entire Contract.
The Performance guarantee will be returned to the Contractor without any
interest at the end of the Warranty period with the approval of CE/PD&C,
DHBVN, Hisar
PC 13.3.2 The Performance Security shall be in the form of a Bank Guarantee from a
Scheduled/ Nationalized Bank, in branch situated in Hisar as per the forms
included in Section IX, Contract Forms.
PC 13.3.3 The Performance Security shall not be reduced on the date of the Operational
Acceptance.
PC 22. Installation
PC 22.2.5 Working Hours
Normal working hours are: 9AM to 5 PM
PC 22.2.17 The following Clause shall be added:-
In addition to provision mentioned from GC Sub-clause 22.2.1 to 22.2.16, the
contractor shall follow Contractor’s Labour Regulation as applicable for
HARYANA PUBLIC WORKS DEPARTMENTS as per Appendix-8
PC 25. Commissioning and Operational Acceptance
PC 25.2.2 One week after inspection & clearance by Chief Electrical Inspector shall be
considered as date of completion of work.
PC 26. Completion Time Guarantee
Section VIII. Particular Conditions
PC 26.2 This clause shall be replaced by following clause:-
Penalty for Delay in Work
0.25% per week or part thereof subject to maximum of 5% of value of
leftover un-commissioned unit.
The Employer may without prejudice to any other method of recovery, deduct
the amount of such penalty from any amount due or to become due to the
Contractor. The deduction of the penalty shall be made from the running
bills of the contractor subject to the maximum of 50% of that bill amount.
The remaining penalty amount, if any, shall be adjusted from the
consequent final bill of the contractor, thereafter. However, the paying
authority shall ensure that the pending payments against the contract are
more than net penalty recoverable from the contractor. The payment or
deduction of such penalty shall not relieve the Contractor from his obligation to
complete the Works or from any other of his obligation and liabilities under the
Contract.
Note: A 33 KV Sub/Station or 33/11 KV lines which can be independently
utilized by owner shall be considered as a Unit of Package.
Deferment of delayed penalty:
DHBVN will symmetrically consider the request of the firm for deferment of
recovery of penalty so as to ensure cash flow with the firm subject to the
following:-
1. The firm will the submit BG equivalent to the amount of delayed penalty.
2. 70% of the delayed penalty will be refunded provisionally subject to the
condition that in case delayed penalties become leviable on finalization of
the time extension case, the same shall be recovered along with interest as
per SBI base rate plus 3% applicable on the date of release of payment.
PC 26.3 An incentive for early completion of all the works of the NIT as a whole from
the completion period as per Clause 8.2 and in accordance with Clause 25 will
be given to the Contractor @ 1/2% (half percent) per fortnight subject to a
maximum of 2.5% (two & half percent) of total contract amount.
PC 30. Limitation of Liability
PC 30.1 (b) The Contractor shall be liable for and shall indemnify the Employer against all
losses, expenses or claims arising in connection with the death of or injury to any
person employed by the Contractor or his sub-Contractors or employees of the
Owner for the purposes of the Works, unless caused by any acts or defaults of the
Employer. In the latter cases the Employer shall be liable for and shall indemnify
the Contractor against all losses, expenses or claims arising in connection therewith.
Except as provided above, the Contractor shall be liable for and shall indemnify the
Employer against all losses, expenses and claims in respect of any loss of or
damage to physical property (other than the Works), death or personal injury to the
extent caused by:- a) Defective design, material or Workmanship of the Contractor, or b) Negligence or breach of statutory duty of the Contractor, his Sub
Section VIII. Particular Conditions
Contractors or their respective employees and agents.
Liability after Expiry of Defect Liability Period. Except in cases of criminal negligence or willful misconduct:-
a) The Contractor shall not be liable to the Employer, whether in Contract, or
otherwise for any indirect or consequential loss or damage, provided that
this execution shall not apply to any obligation of the Contractor to pay
liquidated damages to the Employer.
b) The aggregate liability of the Contractor to the Employer under the Contract
shall not exceed the Contract price, provided that this limitation shall not
apply to any obligation of the Contractor to indemnify the Employer with
respect to patent infringement. Exclusive Remedies The Employer and the Contractor intend that their respective rights, obligations and
liabilities as provided for in these conditions shall alone govern their rights under
the Contract and in relation to the Works. Accordingly, the remedies provided under the Contract in respect of or in
consequence of :- a) Any breach of Contract, or
b) Any act of negligence or omission, or
c) Death or personal injury, or
d) Loss or damage to any property. are, save in the case of Gross Misconduct, to be to the exclusion of any other
remedy that either may have against the other under the law governing the Contract
or otherwise. Mitigation of loss or Damage In all case the party claiming a breach of Contract or a right to be indemnified in
accordance with the Contract shall be obliged to take all reasonable measures to
mitigate the loss or damage which has occurred or may occur.
PC 43.2 The following clause may be added:-
One week after inspection & clearance by Chief Electrical Inspector shall be
considered as date of completion of work.
PC 43.3 The following clause may be added:-
The award of two separate work orders shall not in any way dilute the
responsibility of the Contractor for the successful completion of the facilities as
per Specification and a breach in one Contract shall automatically be construed
as a breach of the other Contract(s) which will confer a right on the Employer to
terminate the other Contract(s) also at the risk and the cost of the Contractor.
PC 43.4 The following Clause may be added:-
In case of two/three Contracts entered into as above or where the Employer
hands over his equipment to the Contractor in one lot for executing the Contract,
then the Contractor shall, at the time of taking delivery of the equipment through
Bill of Lading or other dispatch documents, furnish trust Receipt for Plant,
Section VIII. Particular Conditions
Equipment and Materials and also execute an Indemnity Bond in favour of the
Employer in the form acceptable to the Employer for keeping the equipment in
safe custody and to utilize the same exclusively for the purpose of the said
Contract. Samples of Performa for the Trust receipt and Indemnity Bond are
enclosed under Section IX (Contract Form). The Employer shall also issue a
separate Authorization Letter to the Contractor to enable him to take physical
delivery of plant, equipment and materials from the Employer as per Performa
enclosed under Section IX (Contract Form).
PC 45. Disputes and Arbitration
PC 45.1 The DB shall be appointed within 28 days after the Effective Date.
DB shall be “one sole member i.e the empowered officer appointed by the Director
Concerned, DHBVN.
Settlement Of Disputes:
(a) Any dispute(s) or difference(s) arising out of or in connection with the
Contract shall, to the extent possible, settled amicably between the parties. (b) If any dispute or difference of any kind whatsoever shall arise between the
Owner and the Contractor, arising out of the Contract for the performance of
the Works whether during the progress for the Works or after its completion or
whether before or after the termination, abandonment or breach of the
Contract, it shall, in the first place, be referred to and settled by the empowered
officer to be appointed by the Owner, who, within a period of thirty (30) days
after being requested by either party to do so, shall give written notice of his
decision to the Owner and the Contractor. (c) Unless as hereinafter provided, such decision in respect of any matter so
referred shall be final and binding upon the parties until the completion of the
Works and shall forthwith be given effect to by the Contractor who shall
proceed with the Works with all due diligence, whether he or the Owner
required arbitration as hereinafter provided or not. (d) If after the Empowered Officer has given written notice of his decision to the
parties, no claim to arbitration has been communicated to him by either party
within thirty (30) days from the receipt of such notice, the said decision shall
become final and binding on the parties. (e) In the event of the Empowered Officer failing to notify his decision as
aforesaid within thirty days after being requested aforesaid, or in the event of
either the Owner or the Contractor being dissatisfied with any such decision, or
within thirty (30) days after the expiry of the first mentioned period of thirty
(30) days, as the case may be either party may require that the matters in
dispute be referred to arbitration as hereinafter provided.
Arbitration:
All matters, question, disputes, differences and/or claims arising out of and/or
concerning and/or in connection and/or in consequences or relating to this
Contract whether or not obligations of either of both parties under this Contract
be subsisting at the time of such dispute and whether or not this Contract has
Section VIII. Particular Conditions
been terminated or purported to be terminated or completed, shall be referred to
the Sole Arbitrator to be appointed by the Managing Director, DHBVN. The
Award of the Arbitrator shall be final and binding on the parties to this Contract.
Subject to aforementioned provisions, the provisions of Arbitration &
Conciliation Act 1996 and its amendments and the rules there under and statuary
modifications thereof for the time being in force, shall be deemed to apply to the
Arbitration proceedings under this Clause.
PC 45.2 Appointment (if not agreed) to be made by: Owner
PC 46 The following clause shall be added:-
Protection of environment
The Contractor shall take all reasonable steps to protect the environment
on and off the Site and to avoid damage or nuisance to persons or to property
of the public or others resulting from pollution, noise or other causes
arising as consequence of his methods of operation.
During continuance of the Contract, the Contractor and his Sub- Contractors
shall abide at all times by all existing enactments on environmental protection
and rules made there under, regulations, notifications and bye-laws of the State
or Central Government, or local authorities and any other lay, bye-law,
regulations that may be passed or notification that may be issued in this
respect in future by the State or Central Government or the local authority.
DHBVN has prepared and adopted environmental and social policy &
procedures (ESPP) applicable to all its operations in order to ensure that
these cause minimal environmental damage and social disruption.
The contractor shall comply with the applicable provisions of the ESPP for
the duration of the contract.
The copy of ESPP is available on the website of DHBVN and in the office of
Chief Engineer/P&D, DHBVN, Hisar.
Salient features of some of the major laws that are applicable are given
below :-
The Water, (Prevention and Control or Pollution) Act, 1974, This provides
for the prevention and control or water pollution and the maintaining and
restoring of wholesomeness of water. ‘Pollution’ means such
contamination of water or such alternation of the physical, chemical or
biological properties of water or such discharge of any sewage or trade
effluent or of any other liquid, gaseous or solid substance into water
(whether directly or indirectly) as may, or is likely to, create a nuisance or
render such water harmful or injurious to public health or safety, or to
domestic, commercial, industrial agricultural or other legitimate uses, or to the
life and health of animals or plants or of aquatic organisms.
The Air (Prevention and Control of Pollution) Act, 1981, This provides for
Section VIII. Particular Conditions
prevention, control and abatement of air pollution. ‘Air Pollution’ means
the presence in the atmosphere of any ‘air pollutant’, which means any
solid, liquid or gaseous substance (including noise) present in the
atmosphere in such concentration as may be or tend to be injurious to human
beings or other living creatures or plants or property or environment.
The Environment (Protection) Act, 1986, This provides for the
protection and improvement of environment and for matters
connected therewith, and the prevention of hazards to human beings, other
living creatures, plants and property. ‘Environment’ includes water, air and
land and the inter-relationship which exists among and between water, air and
land, and human beings, or living creatures, plants, micro-organism and
property.
The Public Liability Insurance Act, 1991, This provides for public liability
insurance for the purpose of providing immediate relief to the persons affected
by accident occurring while handling hazardous substances and for matters
connected herewith or incidental thereto. Hazardous substance means any
substance or preparation which is defined as hazardous substance under
Environment (Protection) Act,1986, and exceeding such quantity as may
be specified by notification by the Central Government.
PC 47 The following Clause shall be added:-
Indemnity Bond
For the material to be provided by the Contractor, it will be the responsibility of
the Contractor to take delivery, unload and store the materials at Site and
execute an indemnity bond, trust receipt and obtaining authorization letter as per
Performa given at Appendix 9 of Section-IX in favour of the Employer against
loss, damage and risk involved for the full value of the materials. The
indemnity Bond shall be furnished by the Contractor before commencement of
the supplies and shall be valid till the scheduled date of testing, commissioning
and handing over of the 33 kV substations, 33 kV & 11 kV lines to the
Employer.
Section IX. Contract Forms
Table of Forms
Notification of Award - Letter of Acceptance .....................................................................11
Contract Agreement ..............................................................................................................12
Contract Agreement .................................................................. Error! Bookmark not defined.
Appendix 1. Terms and Procedures of Payment .............................................................16
Appendix 2. Price Adjustment ........................................ Error! Bookmark not defined.
Appendix 3. Insurance Requirements .............................................................................21
Appendix 4. Time Schedule ............................................................................................24
Appendix 5. List of Major Items of Plant and Installation Services and List of Approved
Subcontractors ..........................................................................................................25
Appendix 6. Scope of Works and Supply by the Employer ...........................................40
Appendix 7. List of Documents for Approval or Review ...............................................41
Appendix 8. Functional Guarantees ................................................................................42
Performance Security Form - Bank Guarantee ..................................................................55
Performance Security Form - Conditional Bank Guarantee . Error! Bookmark not defined.
Bank Guarantee Form for Advance Payment......................... Error! Bookmark not defined.
Notification of Award - Letter of Acceptance
[on letterhead paper of the Employer]
[insert date]
To: [insert name and address of the Contractor]
Subject: Notification of Award Contract No.___
This is to notify you that your Bid dated [insert date] for execution of the [insert name of the
Contract and identification number] for the Contract Price in the aggregate of [insert amount in
words and figures] [insert name of currency], as corrected and modified in accordance with the
Instructions to Bidders is hereby accepted by our Agency.
You are requested to furnish the Performance Security within 15 days from the receipt of LOI in
accordance with the Conditions of Contract, using for that purpose one of the Performance Security
Forms included in Section IX, Contract Forms, of the Bidding Documents.
Authorized Signature:
Name and Title of Signatory:
Name of Agency:
Attachment: Contract Agreement
Contract Agreement
THIS AGREEMENT is made the ________ day of ________________________, _____,
BETWEEN
(1) Dakshin Haryana Bijli Vitran Nigam Limited, a corporation incorporated under the laws of
India and having its principal place of business at Hisar, Haryana hereinafter called “the
Employer”), and (2) __________[insert name of Contractor], a corporation incorporated under the
laws of __________[insert country of Contractor] and having its principal place of business at
__________[insert address of Contractor] (hereinafter called “the Contractor”).
WHEREAS the Employer desires to engage the Contractor to design, manufacture, test, deliver,
install, complete and commission certain Facilities, viz. ___________[insert list of Facilities]
(hereinafter called “the Facilities”), and the Contractor has agreed to such engagement upon and
subject to the terms and conditions hereinafter appearing.
NOW IT IS HEREBY AGREED as follows:
Article 1.
Contract
Documents
1.1 Contract Documents (Reference General Conditions (“GC”)
Clause 2)
The following documents shall constitute the Contract between
the Employer and the Contractor, and each shall be read and
construed as an integral part of the Contract:
(a) This Contract Agreement and the Appendices hereto
(b) Letter of Technical Bid
(c) Letter of Price Bid
(d) Particular Conditions
(e) General Conditions
(f) Employer’s Requirements
(g) Other completed Bidding Forms submitted with the Bid
(h) Acknowledgment of Compliance with Guidelines for
Procurement under Japanese ODA Loans
1.2 Order of Precedence (Reference GC Clause 2)
In the event of any ambiguity or conflict between the Contract
Documents listed above, the order of precedence shall be the
order in which the Contract Documents are listed in Article 1.1
(Contract Documents) above.
1.3 Definitions (Reference GC Clause 1)
Capitalized words and phrases used herein shall have the same
meanings as are ascribed to them in the General Conditions.
Article 2.
Contract Price
and Terms of
Payment
2.1 Contract Price (Reference GC Clause 11)
The Employer hereby agrees to pay to the Contractor the
Contract Price in consideration of the performance by the
Contractor of its obligations hereunder. The Contract Price shall
be the aggregate of: ________[insert amount(s) in words and
figures] as specified in Price Schedule No. 1, or such other sums
as may be determined in accordance with the terms and
conditions of the Contract.
2.2 Terms of Payment (Reference GC Clause 12)
The Contract Price shall be paid by the Employer to the
Contractor at the times, in the manner, and in accordance with
the provisions of Appendix 1 (Terms and Procedures of
Payment) hereto.
The Employer shall instruct its bank to issue an irrevocable
confirmed documentary credit made available to the Contractor
in a bank in the country of the Contractor. The credit shall be for
an amount of ___________[insert amount equal to the total named
in Schedule 1 less the advance payment to be made for Plant
and Equipment supplied from abroad]; and shall be subject to
the Uniform Customs and Practice for Documentary Credits
1993 Revision, ICC Publication No. 600.
In the event that the amount payable under Schedule No. 1 is
adjusted in accordance with GC 11.2 or with any of the other
terms of the Contract, the Employer shall arrange for the
documentary credit to be amended accordingly.
Article 3.
Effective Date
3.1 Effective Date (Reference GC Clause 1)
The Effective Date from which the Time for Completion of the
Facilities shall be counted is the date when this Contract
Agreement has been duly executed for and on behalf of the
Employer and the Contractor.
Article 4.
Communications
4.1 The address of the Employer for notice purposes, pursuant to
GC Clause 4.1 is: ________ [insert Employer’s address].
4.2 The address of the Contractor for notice purposes, pursuant to
GC Clause 4.1 is: __________ [insert Contractor’s address].
Article 5.
Appendices
5.1 The Appendices listed in the attached List of Appendices shall
be deemed to form an integral part of this Contract Agreement.
5.2 Reference in the Contract to any Appendix shall mean the
Appendices attached hereto, and the Contract shall be read and
construed accordingly.
IN WITNESS WHEREOF the Employer and the Contractor have caused this Agreement to be duly
executed by their duly authorized representatives the day and year first above written.
Signed by, for and on behalf of the Employer
[Signature]
[Title]
in the presence of
Signed by, for and on behalf of the Contractor
[Signature]
[Title]
in the presence of
APPENDICES
Appendix 1 Terms and Procedures of Payment
Appendix 2 Insurance Requirements
Appendix 3 Time Schedule
Appendix 4 List of Major Items of Plant and Installation Services and List of Approved
Subcontractors
Appendix 5 Scope of Works and Supply by the Employer
Appendix 6 List of Documents for Approval or Review
Appendix 7 Functional Guarantees
Appendix 8 Labour Regulations
Appendix 9 Performa of Indemnity Bond to be executed by the contractor for the equipment
handed over by UHBVN for performance of its contract
Appendix 1. Terms and Procedures of Payment
In accordance with the provisions of GC Clause 12 (Terms of Payment), the Employer shall pay
the Contractor in the following manner and at the following times, on the basis of the Price
Breakdown given in the section on Price Schedules. Payments will be made in the currencies
quoted by the Bidder. Applications for payment in respect of part deliveries may be made by the
Contractor as work proceeds.
TERMS OF PAYMENT
Schedule No. 1. Plant and Equipment Supplied from Abroad
In respect of plant and equipment supplied from abroad, the following payments shall be
made:
Ten percent (10%) of the total CIP amount as an advance payment within twenty-one (21)
days after receipt of invoice and an irrevocable advance payment security for the equivalent
amount made out in favor of the Employer. The advance payment security may be reduced in
proportion to the value of the plant and equipment delivered to the site, as evidenced by
shipping and delivery documents.
Eighty percent (80%) of the total or pro rata CIP amount upon Incoterm “CIP”, upon delivery
to the carrier within forty-five (45) days after receipt of invoice and documents such as a
negotiable bill of lading, a non-negotiable sea way bill, an airway will, a railway consignment
note, a road consignment note, insurance certificate, etc.
Five percent (5%) of the total or pro rata CIP amount upon issue of the Completion
Certificate, within forty-five (45) days after receipt of invoice.
Five percent (5%) of the total or pro rata CIP amount upon issue of the Operational
Acceptance Certificate, within forty-five (45) days after receipt of invoice.
Schedule No. 2. Plant and Equipment Supplied from within the Employer’s Country
In respect of plant and equipment supplied from within the employer’s country, the following
payments shall be made:
Ten percent (10%) of the total EXW amount as an advance payment within twenty-one (21)
days after receipt of invoice, and an irrevocable advance payment security for the equivalent
amount made out in favour of the employer. The advance payment security may be reduced
in proportion to the value of the plant and equipment delivered to the site, as evidenced by
shipping and delivery documents.
Forty percent (40%) of the total or pro rata EXW amount upon Incoterm “Ex-Works” upon
delivery to the site of works within forty-five (45) days after receipt of invoice and
documents such as a railway consignment note, a road consignment note, insurance certificate
etc.
Payment of Sub-station indoor equipments e.g. 11 kV Panel, C&R Panel shall be made after
completion of structure, trench work and flooring of SHB.
Payment of outdoor equipments e.g. Power Transformer, Outdoor VCB, CT, PT etc. shall be
made after completion of civil work for all plinths and foundations.
Forty percent (40%) of the total or pro rata EXW amount upon erection/ utilization of
material subject to verification by site engineer, within forty five (45) days after receipt of the
invoice.
Ten percent (10%) of the total or pro rata EXW amount after commissioning/ energization
and handing over of the work to the Nigam, within forty five (45) days after receipt of the
invoice.
Schedule No. 3. Design Services
Not applicable.
Schedule No. 4. Installation Services
In respect of installation services for both the foreign and local currency portions, the
following payments shall be made:
Ten percent (10%) of the total installation services amount as an advance payment within
twenty-one (21) days after receipt of invoice, and an irrevocable advance payment security
for the equivalent amount made out in favor of the Employer. The advance payment security
may be reduced in proportion to the value of work performed by the Contractor as evidenced
by the invoices for installation services.
Eighty percent (80%) of the measured value of work performed by the Contractor, as
identified in the said Program of Performance, during the preceding month, as evidenced by
the Employer’s authorization of the Contractor’s application, will be made monthly within
forty-five (45) days after receipt of invoice.
Five percent (5%) of the total or pro rata value of installation services performed by the
Contractor as evidenced by the Employer’s authorization of the Contractor’s monthly
applications, upon issue of the Completion Certificate, within forty-five (45) days after
receipt of invoice.
Five percent (5%) of the total or pro rata value of installation services performed by the
Contractor as evidenced by the Employer’s authorization of the Contractor’s monthly
applications, upon issue of the Operational Acceptance Certificate, within forty-five (45) days
after receipt of invoice.
PAYMENT PROCEDURES
The procedures to be followed in applying for certification and making payments shall be as
follows:
The procedures to be followed in applying for certification and making payments shall be as
follows:
1) Payment of Contractor’s Bill
Payment due to the Contractor shall be made by crossed cheque. Such cheques shall be issued
direct to the Contractor on furnishing a stamped receipt for the amount of the cheque or to his
authorised representative who has, a power of attorney, conferring, authority of the Contractor to
receive such payment from the Engineer except where the Bidders are described in their Bid as a
firm, in which case the receipt must be signed in the name of the firm by one of the partners or by
some other persons holding a power of attorney authorising him to do so by other partners.
The receipt of an accountant or clerk for any money paid by the Contractor will not be considered
as an acknowledgement of such payment to the Executive Engineer and the Contractor shall be
responsible for ensuring that he procures receipt signed/countersigned by the Executive Engineer.
2) Issue of Certificate of Payment
Within 21 days after receiving an application for payment, which the Contractor was entitled, the
Employer shall issue a certificate of payment to the Contractor showing the amount due. A
certificate of payment, other than Final Certificate of payment, shall not be withheld on account of
any part of the payment applied for being disputed. In such case a certificate of payment for the
undisputed amount shall be issued.
3) Corrections to Certificates of Payment
The Employer may in any certificate of payment make any correction or modification that should
have been properly made in respect of any previous certificates.
4) Payment
The Employer shall pay the amount certified within 30 days from the date of issue of each
certificate of payment to the Contractor at his principal place of business. Further a rebate of 0.35
percent per week or part thereof shall be availed of by the Nigam if payment is made earlier than
the period specified. The rebate will be calculated on the payable amount.
5) Application for Final Certificate of Payment
The Contractor shall make application to the Employer for the Final Certificate of payment within
30 days after the issue of Taking Over Certificate by the Employer.
The application for the Final Certificate of payment shall be accompanied by the final account
prepared by the Contractor and reconciled with the Employer. The final account shall give full
details of the value of all Plants supplied and Work done under the Contract together with: -
a) Such additions to or deductions from the Contract price as have been agreed, and
b) All claims for additional payment to which the Contractor may consider himself entitled.
6) Issue of Final Certificate of Payment
The Employer shall issue to the Contractor, the Final Certificate of Payment within 30 days after
receiving an application in accordance with Sub Clause 5. If the Contractor has not applied for a
Final Certificate of Payment within the time specified in Sub Clause 5 the Employer shall request
the Contractor to do so within a further period of 30 days. If the Contractor fails to make such an
application, the Employer shall issue the Final Certificate of Payment for such amount, as he deems
correct.
7) Final Certificate of Payment conclusive.
A Final Certificate of Payments shall be conclusive evidence of the value of the Works, that the
Works are in accordance with the Contract and that the Contractor has performed all his obligations
under the Contract except the obligations arising during the Defects Liability Period. Payment of
the amount certified in the Final Certificate of Payment shall be conclusive evidence that the
Employer has preformed all his obligations under the Contract. A Final Certificate of payment or
payments shall not be conclusive:
a) To the extent that fraud or dishonesty relates to or affects any matter dealt within the
certificate, or
b) If any arbitration or court proceedings under the Contract have been commenced by either
party before the expiry of 90 days after the issue of the Final Certificate of Payment.
c) In the event of any defects being noticed during the Defects Liability Period.
8) Failure to provide Drawings
Should the Contractor fails to provide drawings, diagrams, microfilms or other information
forming part of the Works, at the time specified in the Contract, the payment which becomes due to
the Contractor in accordance with the Contract will be delayed by a period of time equal to the
delay in providing the information.
9) Claims
a) Procedure
In any case where under these conditions there are circumstances which the Contractor considers
entitle him to claim additional payment, the Contractor shall:-
If he intends to make any claim for additional payment he will give to the Employer notice of his
intention to make such claim within 30 days after the said circumstances became known to the
Contractor stating the reasons for his claim, and
As soon as reasonably practical, after the date of such notice shall submit to the Employer full and
detailed particulars of his claim but not later than 45 days after such notice unless otherwise agreed
by the Employer. In any event such particulars shall be submitted no later than the application for
the Final Certificate of Payment. The Contractor shall thereafter promptly submit such further
particulars as the Employer may reasonably require to assess the validity of the claim.
b) Assessment
When the Employer has received full and detailed particulars of the Contractor’s claim in
accordance with Sub Clause 8 a) and such further particulars as he may reasonably have required
he shall after due consultation with the Contractor determine whether the Contractor is entitled to
additional payment and notify him accordingly.
The Employer may reject any claim for additional payment which does not comply with the
requirements of Sub-Clause 8 a).
Appendix 2. Insurance Requirements
Insurances to be Taken Out by the Contractor
In accordance with the provisions of GC Clause 34, the Contractor shall at its expense take out and
maintain in effect, or cause to be taken out and maintained in effect, during the performance of the
Contract, the insurances set forth below in the sums and with the deductibles and other conditions
specified. The identity of the insurers and the form of the policies shall be subject to the approval
of the Employer, such approval not to be unreasonably withheld.
(a) Cargo Insurance
Covering loss or damage occurring, while in transit from the supplier’s or manufacturer’s
works or stores until arrival at the Site, to the Facilities (including spare parts therefore) and
to the construction equipment to be provided by the Contractor or its Subcontractors.
Amount Deductible limits Parties insured From To
[in currency(ies)] [in currency(ies)] [names] [place] [place]
(b) Installation All Risks Insurance
Covering physical loss or damage to the Facilities at the Site, occurring prior to Operational
Acceptance of the Facilities, with an extended maintenance coverage for the Contractor’s
liability in respect of any loss or damage occurring during the defect liability period while the
Contractor is on the Site for the purpose of performing its obligations during the defect
liability period.
Amount Deductible limits Parties insured
[in currency(ies)] [in currency(ies)] [names]
(c) Third Party Liability Insurance
Covering bodily injury or death suffered by third parties (including the Employer’s
Personnel) and loss of or damage to property (including the Employer’s property and any
parts of the Facilities that have been accepted by the Employer) occurring in connection with
the supply and installation of the Facilities.
Amount Deductible Parties insured From To
limits
[in
currency(ies)] [in currency(ies)] [names]
Rs. 0.5
million
per person
per occasion
NIL
Contractor/
Sub-contractor
Commencement
of work
Upto
Defect
Liability
period
(d) Automobile Liability Insurance
Covering use of all vehicles used by the Contractor or its Subcontractors (whether or not
owned by them) in connection with the supply and installation of the Facilities.
Comprehensive insurance in accordance with statutory requirements.
(e) Workers’ Compensation
In accordance with the statutory requirements applicable in any country where the Facilities
or any part thereof is executed.
(f) Employer’s Liability
In accordance with the statutory requirements applicable in any country where the Facilities
or any part thereof is executed.
The Employer shall be named as co-insured under all insurance policies taken out by the
Contractor pursuant to GC Sub-Clause 34.1, except for the Workers’ Compensation and
Employer’s Liability Insurances, and the Contractor’s Subcontractors shall be named as co-
insureds under all insurance policies taken out by the Contractor pursuant to GC Sub-Clause 34.1,
except for the Cargo, Workers’ Compensation and Employer’s Liability Insurances. All insurer’s
rights of subrogation against such co-insureds for losses or claims arising out of the performance of
the Contract shall be waived under such policies.
Insurances To Be Taken Out By The Employer
The Employer shall at its expense take out and maintain in effect during the performance of the
Contract the following insurances.
Details:
Amount Deductible limits Parties insured From To
[in currency(ies)] [in currency(ies)] [names] [place] [place]
Appendix 3. Time Schedule
The works shall be completed in all respects including supply of material, erection, testing and
commissioning including complete civil works i.e. switch house building, transformer plinth,
trenches and foundations etc. for substation equipments as per detail in the technical specifications,
within 12 (Twelve) months (& 9 (Nine) months in case of Augmentation of 33 kV Sub-stations and
work of construction/ augmentation of 33 kV Lines) from the date of issue of Letter of Intent.
One week after inspection & clearance by Chief Electrical Inspector shall be considered as date of completion of work.
Appendix 4. List of Major Items of Plant and Installation Services and List of
Approved Subcontractors
A list of major items of Plant and Installation Services is provided below.
The following Subcontractors and/or manufacturers are approved for carrying out the items of the
Facilities indicated below. Where more than one Subcontractor are listed, the Contractor is free to
choose between them, but it must notify the Employer of its choice in good time prior to appointing
any selected Subcontractor. In accordance with GC Sub-Clause 19.1, the Contractor is free to
submit proposals for Subcontractors for additional items from time to time. No Subcontracts shall
be placed with any such Subcontractors for additional items until the Subcontractors have been
approved in writing by the Employer and their names have been added to this list of Approved
Subcontractors.
This list is only indicative, however the material should be supplied from approved vendor only as
per latest approved list available in this office.
Sr.No. Name of the firm
33 KV Outdoor VCB & 33 KV Outdoor VCBs MANDATORY SPARES
1 M/s Vijai Electricals Ltd.,6-3-648/1&2, Off Raj Bhavan Road Somajiguda Andhra Pradesh, India.
2 M/s Megawin Switchgear P. Ltd., Post Box No. 434, Alagapuram Post, Perumal Malia Advaram, Salem-636-004, India.
3 M/s Biecco Lawrie Limited, Core-8, 4th Floor, Scope Complex, Lodhi Road, New Delhi
4 M/S Crompton Greaves Ltd. A-3, MIDC, Ambad, Nasik-422010
5 M/s ABB Limited, SCO 13-14-15, 3'd Floor, Sector-34 A, Chandigarh
6 M/s Seimens Ltd, SCO 188/190, 2nd Floor, Sector-34 A, Guru Nanak. Complex, Chandigarh
7 M/s Schneider Electric India (P) Ltd. SCO 13-14-15, Top Floor, Sector-34 A, Chandigarh
8 M/s BHEL, SCO 129-130, Ist Floor, Sector-17C, Chandigarh
9 M/s Adlec Systems Pvt. Ltd., Plot No.-277, Swarn Park, Udyog Nagar, Mundka, Main Rohtak Road, Udyog Nagar, New Delhi-110041
10 M/s Yamuna Power & Infrastructure Ltd. SCO No. 137, 2nd Floor; Mansa Devi Complex, Sector-5, Panchkula
33 KV HT Aerial Bunched Cable with XLPE insulation of size 3Cx300+240 sq. mm.
1 M/s Krishna Electrical Industries Limited, J-60, First Floor, Lajpat Nagar-III, New Delhi- 110024.
2 M/s Hindustan Vidyut Products Ltd. Kanchan Janga, 7th Floor 18, Barakhamba Road,
New Delhi.
3 M/s Paramount Communication-Ltd. Paramount House. C-125, Naraina Indl. Area. Ph-I, New Delhi
33 kV Lightening Arrestors
1 M/s Star Industries, 284/17 A Zeenat Manzil, Salman Colony, Rampur Road, Roorkee, Uttarnchal – 247667
2 M/s Oblam Electrical Industries (P) Ltd. A-16&17, Asisted Private Estate Balanagar, Hyderabad
33 kV C&R and Transformer Panel with differential Relay
1 M/s Avana Electrosystem (P) Ltd. SB-117.3rd Cross Peenya Indl. Area, Banglore-560058.
2 M/s ABB Limited, SCO 13-14-15, 3rd Floor. Sector-34 A, Chandigarh
3 M/s Siemers Ltd, SCO 188/190, 2,d Floor, Sector-34 A, Guru Nana k Complex, Chandigarh
4 M/s Crompton Greaves Ltd. A-3, MIDC, Ambad, Nasik-422010
5 M/s Schneider Electric India (P) Ltd. SCO 13-14-15, Top Floor, Sector-34 A, Chandigarh
6 M/s BHEL, SCO -129--130. Ist Floor, Sector 17C, Chandigarh
7 Ms Skipper Electricals (India) Ltd., F-667-668, RIICO, Industrial Aread, Phase-II, Bhiwadi-301019, Distrcit- Alwar, Rajasthan
8 M/s Ultima Switchgear Limited, B-3 (Basement), DDA Local Shopping Complex, Mayur Vihar, Phase-I, Opp. Pocket-1, Delhi-110091
9 M/s Adlec Systems Pvt. Ltd., Plot No.-277, Swarn Park, Udyog Nagar, Mundka, Main Rohtak Road, Udyog Nagar, New Delhi-110041
10 M/s Yamuna Power & Infrastructure Ltd. SCO No. 137, 2nd Floor; Mansa Devi Complex, Sector-5, Panchkula
33 KV Post Insulator (Porcelain)
1 M/s Rashtriya Electrical &Engg. Corp., C-3, Sector A-3, Tronica City, Loni, Ghaziabad.
2 M/s Bhatia Ceramics Pvt. Limited Bhatinda
3 M/s W.S. Industries (India) Ltd., 108, Mount Poonamallee Road, Porur, Chennai-600116, India
33 KV Post Insulator (Polymeric)
1 M/s Balaji Keramos Pvt. Ltd., Rattan Flour Mill, Opp-Easy Day, K.C.Road, Bamala
33 kV & 11 kV Polymeric Disc Insulator & Pin Insulator
1 M/s Yamuna Power & Infrastructure Ltd. SCO No. 137, 2nd Floor; Mansa Devi Complex, Sector-5, Panchkula
2 M/s Vikram Power Technologies (P) Ltd., 39, Industrial Estate, Ph-11, Yamuna Naga- 13500.
3 Mls JD Electricals, Kantapukur 3rd Bye Lane , Ghatakpara, Ichapur, Howrah- 711 101 (W.B.) India
4 M/s Kejriwal Metal Industries, H.O:Dal Mandi, Bulland Shahr.
5 M/s Rashtriya Electrical & Engg. Corp., C-3, Sector A-3, Tronica City, Loni, Ghaziabad
6 M/s Compaq International, V&PO Shadipur, Guru Nanak Nagar. Khajuri Road, Yamuna Nagar-135001.
7 M/s Balaji Keramos Pvt. Ltd., Rattan Flour Mill, Opp-Easy Day, K.C.Road, Bamala
33 kV 630 Amp. Isolator with and without earth switch
1 M/s Star Rising Energy Pvt. Ltd., Plot No. 6, Opp. Kailash Canteen No. 17, V.K.I Area, Jaipur.
2 Ms Skipper Electricals (I) Ltd. 301, 30-2-3,d Floor, Vipul Majra Road, MG Road, Gurgaon.
3 M/s J.D Electricals, Kantapukur 3rd Bye Lane, Ghatakpara, Ichapur, Howrah- 711101 (W.B.) India
10 MVA Power tranfsormers
1 M/s Vijai Electricals Ltd. Plot No. 1A. Sector-12, IIE, SIDCUL, Haridwar-249403
2 M/s PME Power Solutions (India) Ltd., B_-10 & 11, Surajpur ̀ C' Greater Noida-201306
3 M/s Century Infrapower Pvt. Ltd, S-23, Alankar Plaza, Central Spine, Vidhyadhar Nagar, Jaipur-302023
4 M/s BRG Energy Ltd., 12, Software Units Layout, Cyberabad, Hyderabad.
5 M/s Nucon Switchgear (P) Ltd., D-47, Phase-V, Focal Point; Ludhiana.
6 M/s Marsons, Electricals, 1/189, Delhi Gate Civil Lines, Agra – 282002
7 Ms Skipper Electricals (I) Ltd. 301, 302 31d Floor, Vipul Majra Road, MG Road, Gurgaon.
8 M/s BHEL, SCO 129-130, Ist Floor, Sector-17C, Chandigarh
9 M/s Crompton Greaves Ltd. A-3, MIDC, Ambad, Nasik-422010
10 M/s Bharat Bijlee, Electric Mansion 6th Floor, Appasaheb Marathe Marg, Prabhadevi, Mumbai-400025.
11 M/s Amsons, Near Railway Line, Old Khallakpura, Dholka, Ahmedabad - 387 810, Gujrat
12 M/s Sudhir Intra Vidyut, Plot No. 1, Sec-34, EHTP, Gurgaon- 122001
13 M/s Prime Electric Limited, PRIME TOWER, 287 – 288, Udyog Vihar, Phase-II, Gurgaon – 122016 (India)
11 kV Indoor VCB's
1 M/s Vijai Electricals Ltd., 6-3-648/1 & 2, Off Raj Bhawan Road, Somajiguda, Hyderabad.
2 M/s Stelmec Limited, Sea Queen, 43, A, H.K. Bhabha Road, Band Stand, Bandra (W) City, Mumbai
3 M/s BHEL, SCO 129-130, Ist Floor, Sector-17C, Chandigarh
4 M/s Biecco Lawrie Ltd. Core-8, 4th Floor, Scope Compled, Lodhi Road, New Delhi.
5 M/s Electrotechnica, 1 / 5 - A, Raja Basanta Roy Road, Kolkata - 700 026, West
Bengal, India
6 M/s APE Power (P) Ltd. 28 B, Shakespear Sarani, 1 E, Neelamber Building. Kolkata (West).
7 M/s Yamuna Power & Infrastructure Ltd. SCO No.137, 2nd Floor, Mansa Devi Complex, Sector-5, Panchkula
8 M/s Adlec Systems Pvt. Ltd., Plot No.-277, Swarn Park, Udyog Nagar, Mundka, Main Rohtak Road, Udyog Nagar, New Delhi-110041
9 M/s Megawin Switchgear P. Ltd., Post Box No. 434, Alagapuram Post, Perumal Malia Advaram, Salem-636-004, India.
10 M/S Crompton Greaves Ltd. A-3, MIDC, Ambad, Nasik-422010
11 M/s ABB Limited, SCO 13-14-15, 3'd Floor, Sector-34 A, Chandigarh
12 M/s Seimens Ltd, SCO 188/190, 2nd Floor, Sector-34 A, Guru Nanak. Complex, Chandigarh
13 M/s Schneider Electric India (P) Ltd. SCO 13-14-15, Top Floor, Sector-34 A, Chandigarh
11 KV 400 A G.O. Switches
1 M/s Aditya Power Devices (India) Dal Mandi,. BULANDHSHAHR
2 M/s Shiva Electricals, Vill. Pipal Wala. Vikram Bagh. Distt. Sirmour (HP)
3 M/s Kejriwal Metal'(fndustries), H.O: Dal Mandi, Bulandshahr
4 M/s Hi-tech Enterprises. E-14, New Focal Point, Dabwali Road, Bhatinda
5 M/s J.D Electricals, Kantapukur 3rd Bye Lane, Ghatakpara, Ichapur, Howrah- 711101 (W.B.) India
6 M/s Shiv Shakti Motors, Plot No. 105, Insustrial Area, Sector- 27-28, Delhi Road, Hisar
7 M/s Rashtriya Electrical & Engg. Corp., C-3, Sector A-3, Tronica City, Loni, Ghaziabad
11 KV 75 A G.O. Switches
1 M/s Shiva Electricals, Vill. Pipal Wala, Vikram Bagh, Distt, Sirmour (HP).
2 M/s Kejriwal Metal (Industries), H.O: Dal Mandi, Bulandshahr.
3 M/s Hi-tech Enterprises. E-14, New Focal Point. Dabwali Road, Bhatinda.
4 M/s Shivam Industries, Baja Khan Road, Barnala-148101 (Pb).
Three phase 4 Wire HT (11KV) CT/PT Operated Static Meters for 11 KV Feeders
1 M/s Larsen & Toubro Ltd., SCO No. 32, Sector -26 D, Chandigarh.
2 M/s Secure Meters Ltd., SCO No. 90, Ilnd Floor, Sector-46-C Chandigarh.
11 kV Single Core XLPE 630 mm²
1 M/s Havels India, Alwar/Noida.
11 KV HT XLPE U/G Cable of following size i) 3Cx50 mm² ii) 3Cx95 mm² iii) 3Cx185 mm² iv) 3Cx300 mm² v) SCx630 mm²
1 M/s Paramount Communication Ltd. Paramount House, C-125, Naraina Indl. Area, Ph-I, New Delhi
2 M/s Hindustan Vidyut Products Ltd. Barakhamba Road, New Delhi
3 M/s Sriram Cable (P) Ltd, Flat No. 102, A-8 A, Ram Road Adarsh Nagar, Delhi-110033.
4 M/s Gemscab Industries Ltd. New Delhi
5 M/s Uniflex Cables Ltd. 306 & 307, B.M.C. House, N-1 Block, Middle Circle, Cannaught Circle, New Delhi-110001.
6 M/s Havells India Ltd., QRG Towers, 2D, Sector-126, Express Way, Noida-201304 (India)
7 M/s Central Cables Ltd. EL-12, Electronic Zone, MIDC, Hingna Industrial Estate, Nagpur, Maharashtra.
8 M/s Dynamic Cables (P) Ltd. F-260, Road No. 13, V.K.I Area, Jaipur
9 M/s Krishna Electrical Industries Limited, J 60, First Floor, Lajpat Nagar III, New Delhi-110024.
11 KV HT XLPE AB Cable of size i) 3Cx35+70 mm² iv) 3Cx50+70 mm² v) 3Cx70+70 mm² iv) 3Cx95+80 mm² v) 3Cx185+240 mm²
1 M/s Krishna Electrical Industries Limited, J 60, First Floor, Lajpat Nagar III, New Delhi-110024.
2 M/s Paramount Communication Ltd. Paramount House, C-125, Naraina Indl. Area, Ph-I, New Delhi
3 M/s Dynamic Cables (P) Ltd. F-260, Road No. 13, V.K.I Area, Jaipur
4 M/s Diamond Power Infrastructure Limited, B-205-07RG Complex, Motia Khan Paharganj,
New Delhi
11 KV G.I. Pins
1 M/s Ceebuild Co. Pvt. Ltd.23-A, Netaji Subhash Road, Second Floor, Room No.-19-20, Kolkata
2 M/s Bhatinda Ceramics Dabawali Road Villiage, Jodhpur Romana, Bhatinda-151001 (Pb)
3 M/s Gagan Enterprises, # B-1 & B-2, Industrial Estate, Sirhind Road, Patiala, Punjab
4 M/s Rashtriya Electrical & Engg. Corp., C-3, Sector A-3, Tronica City, Loni, Ghaziabad
11 KV45 KN Disc insulators, T&C Type
1 M/s Ridhi Sidhi Insulators Pvt. Ltd Plot # G-82. RIICO Indl. Area, I.I.D Centre, Nagur (Rajasthan).
2 M/s Thar Ceramics Pvt.-Ltd Opp. UCO Bank K.E.M Road, Bikaner
3 M/s Garg Insulators (P) Ltd Ist Industrial Area,Sirsa,125055
4 M/s Topline Ceramics Pvt Ltd,E-223-234-A Shri Ganga Nagar Road I.G.C Khara, Bikaner
5 M/s Rashtriya Electrical & Engg. Corp., C-3, Sector A-3, Tronica City, Loni, Ghaziabad
6 M/s Ceebuild Co. Pvt. Ltd.23-A, Netaji Subhash Road, Second Floor, Room No.-19-20, Kolkata
7 M/s Balaji Keramos Pvt. Ltd., Rattan Flour Mill, Opp-Easy Day, K.C.Road, Bamala
11 KV45 KN Disc insulators, B&S Type
1 M/s Balaji Keramos Pvt. Ltd., Rattan Flour Mill, Opp-Easy Day, K.C.Road, Bamala
2 M/s Rashtriya Electrical & Engg. Corp., C-3, Sector A-3, Tronica City, Loni, Ghaziabad
11 KV Disc fittings T & C Type
1 M/s Ceebuild Co. Pvt. Ltd. 23-A, Netaji Subhash Road Second Floor, Room No 19-
20, Kolkata.
2 M/s Gagan Enterprises, # B-1.&B-2, Industrial Estate, Sirhtnd Road, Patiala, Punjab
3 M/s Kejriwal Metal Industries, 5 Km Mile Stone, Bulandshehar,G.T Road, P.0 A.G School
Bulandshehar
4 M/s Rashtriya Electrical & Engg. Corp., C-3, Sector A-3, Tronica City, Loni, Ghaziabad
11 KV 5 KN Porcelain Pin Insulators
1 M/s Topline Cermics Pvt Ltd. E-223-234-A Shri GAnga Nagar Road I.G.C Khara, Bikaner
2 M/s Daga Ceramics Pvt Ltd, Ist Floor, Labhuji Ka Katla Bikaner -334001, Rajasthan
3 M/s Marudhar Cermics Pvt Ltd. F-255, 256,& 257, Industrial Growth Centre Khara
Bikaner- 334006
4 M/s Garg Insulators (P) Ltd, Ist Industrial Area, Sirsa,125055
5 M/s Ceebuild Co. Pvt. Ltd. 23-A, Netaji Subhash Road Second Floor, Room No 19-
20, Kolkata.
6 M/s Balaji Keramos Pvt. Ltd., Rattan Flour Mill, Opp-Easy Day, K.C.Road, Bamala
7 M/s Rashtriya Electrical & Engg. Corp., C-3, Sector A-3, Tronica City, Loni, Ghaziabad
ACSR Leopard (130 mm² ) & Panther (200m2) Panther Conductor
1 M/s Hindustan Vidyut Products Ltd., Kanchen Junga, 7th Floor, 18, Barakhamba Road, New Delhi-01.
2 M/s Super Tech. Forgings (India) Pvt. Ltd., Village Raowali, Patahnkot Road, Jallandhar.
ACSR Rabbit (50 mm² ) conductor
1 M/s Nu Line Industries Pvt Ltd, 36-37 Indl. Area, Sector-1, Parwanoo -173220 (H.P)
2 M/s Durable Conductor, Santushti Old Power House Road, Solan -173211 (H.P)
3 M/s North Eastern Cables & Conductors Pvt. Ltd. 416, (4th Floor), City Plaza, Space Cinema Complex, Jaipur
4 M/s Hindusthan Vidyut Products Ltd, Kanchen Junga 7th Floor, 18 Barakhamba Road New Delhi-01
5 M/s Anamika Conductors (P) Ltd., B-129. Rajender Marg, Bapu Nagar -Jaipur-302015 (Raj.)
6 M/s Haryana Conductors (P) Ltd. A 39, Defence Colony, New Delhi
7 M/s Sturdy Industries, 55, Indl. Area, Sector-1, Parwanoo-Distt, Solan (H.P)
8 M/s Super Tech. Forgings (India) Pvt. Ltd, Village Raowali Pathankot Road, Jallandhar (30, 50, 100, 200mm2)
9 M/s Tirupati Plastomatics Pvt Ltd, B-141A, Road No. 9D, Vishwarkama, Industrial Area, Jaipur-302013 (30/100mm2)
10 M/s Shashi Cables Ltd., A-3, Amausi Industrial Area, Lucknow.
11 M/s Sanjay Conductors & Cables, G.T Road, Near Marked, Khanna, Punjab - 141401.
12 M/s Vinamra Cable Industries, H-1274, DSIDC, Industrial Park, narela, New Delhi-110040
ACSR Raccoon (80 mm² )& Dog(100 mm² )Conductor
1 M/s Durable Conductor, Santushti. Old Power House Road, Solan -173211 HP).
2 M/s Nu Line Industries Pvt Ltd., 36-37 Indl Area, Sector-1, Parwanoo -173220 (H.P)
3 M/s Hindusthan Vidyut Products Ltd., Kanchen Junga 7th Floor, 18, Barakhamba
Road,New Delhi-01.
4 M/s Allied Engineering Works, M-11. Badli Industrial Estate, Delhi-110042 (INDIA)
5 M/s Gupta Power Infrastructure Ltd., Cuttack Road, Bhubaneswar -751006, Orissa.
6 M/S GULATI METAL & ALLOYS JAMMU (J&K)
7 M/s Sanjay Conductors & Cables, G.T Road, Near Marked, Khanna, Punjab - 141401.
8 M/s Haryana Conductors (P) Ltd., 17th, Miles Stone, GT Road, Piao Maniyari, Nareal, Kundli, Distt. Sonepat.
9 M/s Sturdy Industries Ltd. 55, Indl. Area, Sector-1, Parwanoo, Solan (HP) – 173206
10 M/s Dynamic Cables (P) Ltd. F-260, Road No. 13, V.K.I Area, Jaipur
LT Portable Compact Static Online Meter Testing Equipments
1 M/s Signals & Systems (India) Pvt. Ltd. MF-7 CIPET Hostel Road, THIRU-VI-KA, Industrial Estate, Ekkaduthangal Chennai.
2 M/s Secure Meters Ltd., SCO No. 90, Ilnd Floor, Sector-46-C, Chandigarh
LT XLPE AB Cable of size i) 3Cx16+25 mm² ii) 3Cx50+35 mm²
1 M/s Capital Electricals Ltd. (Earlier M/s Mayur Electrical Industries P. Ltd.), A-44, Sector-58, Noida-201301.
2 M/s Kanha Cables (P) Ltd. A-336, RD No. 17, Vishwarkama Indl. Area, Jaipur.
3 M/s Tirupati Plastomatics (P) Ltd. B-141 A, Road No. 9 D, Vishwarkama Indl. Area, Jaipur.
4 M/s Grid India Power Cables Ltd Plot No. 63, Sector-5, IMT Manesar, Gurgaon (Haryana) 122050
5 M/s Unisef Cables Industries, A-84, Roop Nagar, Indl. Area, Loni, Ghaziabad (U.P)
6 M/s. Kapil Plastic Industries, S-1, Red Cross Road, MIE Part-II, Distt. Jhajjar, Bahadurgarh.
7 M/s Krishna Electrical Industries Ltd., J-16-9, First Floor, Lajpat Nagar-III, New Delhi
8 M/s Sriram Cable (P) Ltd., Flat No. 102, A-8-A, Ram Road, Adarsh Nagar, Delhi-110033.
9 M/s Rajesh Enterprises., A 10/3 Front Ground Floor, Vasant Vihar, 110057 New Delhi India
10 M/s Diamond Power Infrastructure Limited, B-205-07RG Complex, Motia Khan Paharganj,
New Delhi
LT XLPE AB Cable of size i) 3Cx25+25 mm² ii) 3Cx95+70 mm² iii) 3Cx120+70 mm²
1 M/s Sriram Cable (P) Ltd., Flat No. 102, A-8-A, Ram Road, Adarsh Nagar, Delhi-110033.
2 M/s Tirupati Plastomatics (P) Ltd. B-141 A, Road No. 9 D. Vishwarkama Indl. Area, Jaipur
3 M/s Manoj Cable Co. (P) Ltd. Dazzolite House, BH-739, Shalimor Bagh (E) Delhi-110088.
4 M/s Dynamic Cables (P) Ltd. F-260, Road No. 13, V.K.I Area, Jaipur
5 M/s Vindhya Telelinks Ltd. Udyog Vihar. P.O. Chorhata, Rewa (M.P)
6 M/s Krishna Electrical Industries Limited. J-60. First Floor, Lajpat Nagar-III. New Delhi-
110024.
7 M/s Kapil Plastic Industries. S-1, Red Cross Road. MIE Part-II, Distt. Jhajjar, Bahadurgarh.
8 M/s Capital Electricals Ltd., (Formerly Mayur Electrical Industries Pvt. Ltd.) Noida
9 M/s Paramount Communication Ltd. Paramount House. C-125, Naraina Indl. Area, Ph-I, New Delhi
10 M/s Hindusthan Vidyut Products Ltd., Kanchen Junga 7th Floor, 18, Barakhamba Road, New Delhi-01
11 M/s Anamika Conductors (P) Ltd., B-129, Rajender Marg, Bapu Nagar Jaipur -302015 (Raj.)
12 M/s Haryana Conductors (P) Ltd. A-39, Defence Colony, New Delhi
13 M/s Sturdy Industries Ltd. 55, Indl. Area, Sector-1, Parwanoo, Solan (HP) – 173206
14 M/s Super Tech. Forgings (India) Pvt. Ltd, Village Raowali Pathankot Road, Jallandhar (30, 50, 100, 200mm2)
15 M/s Tirupati Plastomatics Pvt Ltd, B-141A, Road No. 9D, Vishwarkama, Industrial Area, Jaipur-302013 (30/100mm2)
PCC Poles – 11 Meter long (400 Kg)
1 M/s Singla Const. Company, Village Kakrali, Ramgarh Maburikpur Road, Teh. Derabassi,Distt. Mohali-140201 (Pb.)
2 M/s Poonam Concrete, V. &P.O. Hazampur, Teh. Hansi (Hisar)
3 M/s Shree Prestress Concrete Product (P) Ltd., 25 KM Delhi-Bhagpat Road, Village-Naya Subhanpur (Bhagpat). P.O Madlauda:-201102
4 M/s Hanuman Concrete Products (P) Ltd, Maujla Hazipurviran, P.O Khera- 250101, District: Bhagpat (U. P)
5 M/s Lomax Concrete Product Industries, Umri-Indri Road, Village Butan Kheri, Tehsil Indri, District KarnaI, Haryana
6 M/s Raju Construction Company, Village-Alipur, Ramgar-Barwala Road, Panchkula
7 M/s JP Construction Company, 191, Industrial Area, Phase-I, Panchkula
8 M/s Haryana Concrete Products Ltd, House-No. 6, Model Town, Hansi-125033
9 M/s Shree Shiv Ganga, Near K.T. College, Sardulgarh Road, Ratia-125051
10 M/s Amravati Infrastructure Projects (P) Ltd, Vill. Kakrali, Ramgarh, Mubarakpur Road, Teh. DeraBassi, District- Mohali
11 M/s Shyam Concrete Products, Loharu-Bhiwani Road, Village Golagarh (Bhiwani).
12 M/s Shiv Concrete Products, The. Tosham, Village- Dulheri, Dist- Bhiwani (approved by CGM/PD&C, UHBVN, Panchkula vide his memo no. Ch- 325/EOI-25/Loose/DD-II dated 24.07.2013)
13 M/s Mangal Concrete Products, Tosham Jui Road, Village Dulheri, Distt- Bhiwani (Haryana)
14 M/s S.K.G Power Project, Opp. Panchayat Bhawan, Mohindergarh Road, Narnaul, email; [email protected] Mob:- 94160-65983
15 M/s Rajendra Prestress Concrete Industries, B-21, Mangal Puri, Industrial Area, Phase-II, Delhi-110034, Email: [email protected] Ph-011-27011966, Fax- 011-27012219
PCC Poles – 8 mtr. & 9 mtr. ( 200 Kg )
1 M/s Shree Prestress Concrete Products Pvt. Ltd. 25 KM Delhi – Baghpat Road, Vill. Naya Subhanpur (Baghhpat Road), PO Mandaula-201102
2 M/s Hanuman Concrete (P) Ltd.. Mauja- Hazimpurviran, x’P.O. Khekra-250101 Distt. Bhagpat (U.P)
3 M/s Singla Const. Company, Village Kakrali, Ramgarh Maburikpur Road, I. Derabassi, Distt. Mohali-140201 (Pb.)
4 M/s Raju Construction Company, Village-Alipur, Ramgar-Barwala Road, Panchkula
5 M/s Amrawati Infrastructure Projects (P) Ltd. Village Kakrali, Ramgarh, Mubarakpur Road, Derabassi
6 M/s J.P. Const. Company, Plot No. 191, In dustiral Area, Phase-I, Panchkula
7 M/s Poonam Concrete, V &P.O. Hazampur, I. Hansi (Hisar)
8 M/s Haryana Concrete Products Ltd, House No. 6, Model Town, Hansi-125033
9 M/s Bhagwati Enterprises, V.P.O Dudhala, Pipli (Haryana)
10 M/s Super Cement Works, Village Surajpur, I. Paonta Sahib, Distt. Sirmaur (HP)
11 M/s RLB Industries, Ramgarh Road, Mubarakpur, Distt. Mohali (Pb)
12 M/s Lomax Concrete Product Industries, Umri-Indri Road, Village Butan Kheri, Tehsil Indri, District Karnal
13 M/s Shree Shiv Ganga, Near K.T. College, Sardulgarh Road, Ratia-125051
14 M/s Lord Mahavira Industries, Village Kawi, I. Madlauda, District Panipat 132103
15 M/s Shyam Concrete Products, Loharu-Bhiwani Road, Village Golagarh (Bhiwani
16 M/s GRG Prestress Industries, E-43(A), Road No. 1-B, V.K.I Area, Jaipur-320013
17 M/s Rajindra Concrete Products Pvt. Ltd., New Delhi.
18 M/s Shiv Concrete Products, The. Tosham, Village- Dulheri, Dist- Bhiwani (approved by CGM/PD&C, UHBVN, Panchkula vide his memo no. Ch- 325/EOI-25/Loose/DD-II dated 24.07.2013)
19 M/s Mangal Concrete Products, Tosham Jui Road, Village Dulheri, Distt. Bhiwani (Haryana)
20 M/s Ridhi Sidhi Electrical Engineering & Const. Company, B-21-22, Nandan Vatika, Surkhab Chowk, Hisar road, Sirsa
21 M/s S.K.G Power Project, Opp. Panchayat Bhawan, Mohindergarh Road, Narnaul, email; [email protected] Mob:- 94160-65983
LT PVC Cables
1 M/s Unisef Cables Industries, A-84, Roop Nagar. Indl. Area, Loni, Ghaziabad (U.P)
2 M/s Tirupati Plastomatics Pvt. Ltd. Loni, B-141-A. Road No. 9 D, VKI Area Jaipur.
3 M/s New Mangla Cable Industries, 152, Near Bengali Mkt, Podi ka Ghar, Rohini, Delhi- 110085.
4 M/s Kapil Plastic Industries, S-1. Red Cross Road, MIE Part-II, Distt. Jhajjar. Bahadurgarh
5 M/s Kanha Cables (P) Ltd. A-336, RD No. 17, Vishwakarma Indl. Area, Jaipur
6 M/s Prestige Cable Industries, M-15, Badli Industrial Estate, Phase I, Delhi- 110042 Delhi
7 M/s Capital Urja Tech Ltd. F-55, Sector-11, Noida.
8 M/s Capital Electricals Limited, (Earlier M/s Mayur Electrical Industries Pvt. Ltd.). A-44, Sector-58, Noida-201301 (U.P)
9 M/s Century Infrapower Pvt. Ltd, S-23, Alankar Plaza, Central Spine, Vidhyadhar Nagar, Jaipur-302023
10 M/s Paramount Communication Ltd. Paramount House, C-125, Naraina Indl Area, Ph-I, New Delhi
11 M/s Guardian Cables & Conductors (P) Limited, C-408-409, DSIDC Inds Complex, Narela, Delhi - 40
12 M/s Krishna Electrical Idtinusres Limited, J-60, First Floor, Lajpat Nagar-Ill, New Delhi-110024
LT AB Cables
1 M/s Paramount Communication Ltd. Paramount House, C-125, Naraina Indl Area, Ph-I, New Delhi
2 M/s Tirupati Plastomatics (P) Ltd. B-141 A, Road No. 9 D, Vishwarkama Indl. Area, Jaipur
3 M/s Kanha Cables (P) Ltd. A 336, RD No. 17, Vishwakarma Indl. Area, Jaipur.
4 M/s Krishna Electrical Idtinusres Limited, J-60, First Floor, Lajpat Nagar-Ill, New Delhi-110024
5 M/s Capital Electricals Ltd.(Earlier M/s Mayur Electrical Industries P. Ltd.), A-44, Sector 58, Noida 201301.
Gl Wire 8 SWG
1 M/s R.K. Wire Products Ltd. 167, N.S. Road, Kolkata-700007.
2 M/s Himachal Wires Industries (P) Ltd. GT Road, Damtal, Distt. Kangra (HP)
3 M/s Bajrang Wire Products (P) Ltd. S-758-H, RD No. 9F-I, Vishwakarm Industrial Area, Jaipur-302013
4 M/s Ceebuild Co. Pvt. Ltd.23-A, Netaji Subhash Road, Second Floor, Room No.-19-20, Kolkata
GSS Wire 7/8 SWG & 7/14 SWG
1 M/s A.K. Power Industries (P) Ltd. Shrutineer APPT, 23/2/1/1, Bhagaban Chatterjee Lane (on H.I.T main road), Howrah-711101.
2 M/s R.K. Wire Products Ltd. 167, N.S. Road, Kolkata-700007.
3 M/s Himachal Wires Industries (P) Ltd. GT Road, Damtal, Distt, Kangra (HP)
4 M/s Bajrang Wire Products (P) Ltd. S-758-H, RD No. 9F-I, Vishwakarm Industrial Area, Jaipur-302013
CT's / PT's & NCT's
1 Ms Skipper Electricals (I) Ltd. 301. 302 3rd Floor, Vipul Majra Road, MG Road, Gurgaon.
2 M/s Concord Electrical Industries, 46-47/48 DSIDC Scheme-I, Okhla Industrial Area, Phase-II, New Delhi (33 kV CT’s & 11 kV NCTs).
3 M/s Vishal Tranformers & Switchgear (P) Ltd. Rithani Road, Meerut (UP).
4 M/s GYRO Laboratries (P) Ltd. P-33, MIDC, Moral, Mumbai
5 M/s Jai Durga Projects Private Limited, Shiv Mandir, 60 Feet Toad, Chawla Colony, Bahadurgah-121004 (Haryana) (33 KV CT’s / PT’s & 11 KV CTs/PTs)
6 M/s Continental Engineers, Off & Wks: 9, Moti Doongri Road, Near Unjara Garden, Jaipur, Rajasthan- 302004 Jaipur (LT CT’s)
7 M/s Secure Meters Ltd., Udaipur.
FRP Cross Arms
1 M/s Ercon Composites, F-123. MIA, II-Phase, BASNI, Jodhpur-342005 (India)
4-Star Rated Pumpsets
1 M/s Oswal Pumps Ltd. Oswal Estate-71/3, Mile Stone, Oswal Chownk, GT Road, Karnal-132001
LA's (9 kV, 5 kA)
1 M/s Oblum Electrical Industries Private Limited, A-16 & 17, Assisted Private Inds Estate Balanagar, HYDERABAD.
2 M/s Star Industries, 284/17 A, Zeenat Manzil, Salman Colony, Rampur Road, Roorkee, Uttaranchal.
3 M/s Rashtriya Electrical & Engg. Corp., C-3. Sector A-3. Tronica City. Loni, Ghaziabad
High tech Tamper Proof Polycarbonate seals
1 M/s Shreeji Industries, 23. Madhuram Complex, Near, Keshavnagar, Subhash Bridge, Ahmedabad-380027.
Copper control Cables of various sizes
1 M/s Century Infrapower Pvt. Ltd, S-23, Alankar Plaza, Central Spine, Vidhyadhar Nagar, Jaipur-302023
Termination Kits
1 M/s Compaq International, V&PO Shadipur, Guru Nanak Nagar. Khajuri Road, Yamuna Nagar-135001.
T-Clamps for ACSR 1 AAAC Panther Conductor
1 M/s Rashtriya Electrical & Engg. Corp., C-3. Sector A-3. Tronica City. Loni, Ghaziabad
Sr. No. Rating of
Transformers
Name of Firms
1 25 KVA 1. M/s Century Infra Power (P) Ltd., Jaipur.
2. M/s Mahashakti Energy Ltd. Bathinda
3. M/s Vijai Electrical Ltd., Hyderabad.
4. M/s J&G, Transformer’s Company, Gurgaon
2 63 KVA 1. M/s Century Infra Power (P) Ltd., Jaipur.
2. M/s Mahashakti Energy Ltd. Bathinda
3. M/s Vijai Electrical Ltd., Hyderabad.
4. M/s J&G, Transformer’s Company, Gurgaon
3 100 KVA 1. M/s Ganpati Enterprises, Jaipur.
2. M/s Mahashakti Energy Ltd. Bathinda
3. M/s Vijai Electrical Ltd., Hyderabad.
4. M/s J&G, Transformer’s Company, Gurgaon
5. M/s PP Industries, Dabwali Road, Bathinda.
4 200 KVA 1. M/s Jay Bee Industries., Nalagarh.
2. M/s Nucon Switchgears (P) Ltd., Ludhiana.
3. M/s Vijai Electrical Ltd., Hyderabad.
5 400 KVA 1. M/s Vijai Electrical Ltd., Hyderabad.
2. M/s Sudhir Intra Vidyut, Gurgaon- 122001
3. M/s Jay Bee Industries, Panchkula- 134113 Haryana
6 630 KVA 1. M/s Vijai Electrical Ltd., Hyderabad
2. M/s Telawane Power Equipments (P) Ltd., Navi Mumbai
3. M/s Sudhir Intra, Gurgaon
7 990 KVA 1. M/s Vijai Electrical Ltd., Hyderabad
2. M/s Telawane Power Equipments (P) Ltd., Navi Mumbai
3. M/s Sudhir Intra, Gurgaon
Appendix 5. Scope of Works and Supply by the Employer
The following Personnel, Facilities, works and supplies will be provided/supplied by the Employer,
and the provisions of GC Clauses 10, 21 and 24 shall apply as appropriate.
All Personnel, Facilities, works and supplies will be provided by the Employer in good time so as
not to delay the performance of the Contractor, in accordance with the approved Time Schedule
and Program of Performance pursuant to GC Sub-Clause 18.2.
Unless otherwise indicated, all Personnel, Facilities, works and supplies will be provided free of
charge to the Contractor.
Personnel Charge to Contractor (if any)
NIL None
Facilities Charge to Contractor (if any)
Works Charge to Contractor (if any)
NIL None
Supplies Charge to Contractor (if any)
NIL None
Appendix 6. List of Documents for Approval or Review
Pursuant to GC Sub-Clause 20.3.1, the Contractor shall prepare, or cause its Subcontractor to
prepare, and present to the Project Manager in accordance with the requirements of GC Sub-Clause
18.2 (Program of Performance), the following documents for
A. Approval
1.
2.
3.
B. Review
1.
2.
3.
Appendix 7. Functional Guarantees
The Performance Guarantee shall cover additionally the following guarantees to the Owner:
a) The Successful Bidder guarantees the successful and satisfactory operation of the material/
equipment furnished and erected under the Contract, as per the specifications and documents.
b) The successful Bidder guarantees that the material and equipment provided and installed by
him shall be free from all defects in design, material and Workmanship and shall upon written
notice from the Owner fully remedy free of expenses to the Owner such defects as developed
under the normal use of the said material and equipment within the period of guarantee specified
in the relevant Clause of the Conditions of Contract.
The Contract Performance Guarantee is intended to secure the execution/ performance of the
entire Contract.
The works shall be completed in all respects including supply of material, erection, testing and
commissioning including complete civil works i.e. switch house building, transformer plinth,
trenches and foundations etc. for substation equipments as per detail in the technical specifications,
within 12 (Twelve) months (& 9 (Nine) months in case of Augmentation of 33 kV Sub-stations and
work of construction/ augmentation of 33 kV Lines) from the date of issue of Letter of Intent.
One week after inspection & clearance by Chief Electrical Inspector shall be considered as date of
completion of work.
In addition to the above:
The warranty of equipments shall be for the period as per provisions made in the Technical
Specifications of the Nigam from date of commissioning and where the warranty period has not
been specified the same shall be 12 months.
Appendix 8. Labour Regulations
Contractor’s Labour Regulation
Short Title
These regulations may be called Haryana Public Works Department
Contractor’s Labour Regulations.
Definition
In these regulations, unless otherwise expressed or indicated the following
words and expressions shall have the meaning hereby assigned to them respectively that
is to say:
(1) Labour means workers employed by a Public Works Department contractors directly or
indirectly through a sub-contractor or other persons of by an agent on his behalf.
(2) Fair wages means, whether for item or place work, notified at the time of inviting tenders for
the work and where such wages have not been so notified the wages prescribed by the Public
Works, Department for the district in which the work is done.
(3) “Wages” shall have the same meaning as defined in the payment of Wages Act 1936 and
includes time and place rate wages.
Display of notice regarded wages etc.
The contractor shall before he commences his work on contract display and correctly
maintain & continue to display and correctly in a clean and legible condition in
conspicuous places on the work notice in English and in the Local Language spoken by
the majority of the Workers giving the fair wages notified or prescribed by the Haryana
Public Works Department and the hours of work for which such wages are earned.
Payment of Wages
(i) Wages due to every worker be paid to him directly.
(ii) All wages shall be paid in current coin or currency or in both.
Fixation of Wages Periods
(i) The contractor shall fix the wage periods in respect of which the wages shall be payable.
(ii) No wage period shall exceed one month.
(iii) Wages of every workman employed on the contract shall be paid before the expiry of ten
days after the last day of the wage period in respect of which the wages are payable.
(iv) When the employment of any worker is terminated by or on behalf of the Contractor, the
wages, earned by him shall be paid before the expiry of succeeding the one on which his
employment is terminated.
(v) All payment of wages shall be made on a working day.
Wages Book and Wages Slip etc.
(i) The contractor shall maintain a wage book of each worker in such form as may be convenient
but the same shall include the following particulars
(a) Rate of daily or monthly wages.
(b) Name of work on which employed.
(c) Total numbers of days worked during each wage period.
(d) Total amount payable for the work during each wage period.
(e) All deductions made from the wages with an indication in each case of the ground for
which the deduction is made.
(f) Wages actually paid for each wage period.
(ii) The contractor shall also maintain a wage slip for each worker employed on the work.
(iii) The authority competent to accept the contract may grant an exemption from the maintenance
of Wages book and Wage Slips to a contractor who in his opinion may not directly or
indirectly employ more than 100 persons in the work.
Fines and deductions which may be made from wages
(4) The wages of a worker shall be paid to him without any deduction of any kind except the
following:
(a) Fines.
(b) Deductions for absence from duty i.e. from the place or places where by the terms of his
employment he is required to work. The amount of deduction shall be in proportionate to
the person for which he was absent.
(c) Deductions for damage to or loss of goods expressly entrusted to the employed person for
custody or for loss of money for which he is required to account where such damage or
loss is directly attributable to his neglect or default.
2.) No fine shall be imposed on a worker and no deduction for damage or loss be made
from his wages until the worker has been given an opportunity of showing cause
against such fines or deductions.
3.). The total amount of fine which may be imposed in any one wage period on a worker shall
not exceed an amount equal to 50 paisa in a rupee of the wage payable to him in respect of
that wage period.
4.) No fine imposed on any worker shall be recoverable from him by installments or after the
expiry of 60 days from the date on which it was imposed.
Register of Fine etc.
1. The contactor shall maintain a register of fine and of all deductions for damage or loss
such Register shall maintain the reason for which fine was imposed or deduction for
damage or loss was made.
2. The contractor shall maintain, a list in English and local Indian Language clearly
defining acts and commissions for which penalty of fine can be imposed. He shall
display such list and maintain it in a clean and legible condition in conspicuous
places
on the work.
Preservation of Books
The wage book, the wage slips and the Register of lines, deductions required be
maintained under these regulations shall be preserved for 12 months after the date of
last entry made in them.
Power of Labour Welfare Officer to make Investigation of Enquiry
The Labour Welfare Officer or any person authorized by the Government on their
behalf shall have power to make enquiries with a view to ascertaining and enforcing
due and proper observance of the wage clause and provisions of their regulations. He
shall investigate into any complaint regarding the default made by the Contractor or
sub-Contractor in regard to such provisions.
Report of Labour Welfare Officer
The Labour Welfare Officer or any other person authorized aforesaid shall submit a
report of the result of his investigations enquiry to the Executive Engineer concerned
indicating the extent, if any, to which the default has been committed and the amount
of fine recoverable in respect of the acts or commission and omission of the labourer
with a note that necessary deduction from contractor’s will be made and the wages
and other dues be paid to the labourers concerned.
Appeal against the decision of Labour Welfare Officers
Any person aggrieved by the decision and recommendation of the Labour Welfare
Officer or other person so authorized may appeal against decision to the Labour
Commissioner but subject to such appeal the decision of the officer shall be final and
binding upon the Contractor.
No party shall be allowed to be represented by a lawyer during any investigation,
e n q u i r y appeal or any other proceedings under these regulations.
Inspection of Register
The contractor shall allow inspection of the Wage Book. Wage Slips to any of his
workers or to his agent at a convenient time and place after due notice is received, or
to the Labour Welfare Officer or any other person authorized by the Haryana
Government in his behalf.
Submission of Returns
The contractor shall submit periodical as may be specified from time to time.
Amendment
The Haryana Government may, from time to time and to amend these regulations, the
decision of the Labour Commissioner, Haryana Government or any other person
authorized by the Haryana Government in that behalf shall be final.
III-FAIR WAGESCLAUSES
FAIR WAGECLAUSES
(a) The Contractor shall pay not less than the fair wage to labourers engaged by him on the
work.
EXAMINATION :- Fair Wage’ means wage whether for time of piece work
notified from time to time for the area and where such wages have not been so notified
the wages specified by the Public Works ( B& R) Deptt. Haryana for the district in
which the work is done.
(b) The Contractor shall not withstanding the provisions of any agreement to the contrary,
caused to be paid fair wages to labour, indirectly engaged on the work including any
labour engaged by his sub-contractors in connection with the said work, as if the
labourers had been directly employed by him.
(c) In respect of labour directly or indirectly employed on the works for the performances of
the contractor’s part on this agreement the contractor shall comply with or cause to be
complied with the Haryana PWD Contractor’s Labour’s Regulations made by the
Government from time to time in regard to payment of wages wage period deductions
from wages recovery of wages not paid and deductions unauthorized made maintenance
of wage register wage book, wage slip, publication of wages and other terms of
employment inspection and submission of periodical returns and all other matters of a
limenature.
(d) The Executive Engineer or Sub Divisional Engineer concerned shall have the rights to
deduct, from the moneys due to the Contractor, any sum required or estimated to be
required for making good the loss suffered by a worker or workers by reason of non- full-
fillment of the conditions of the contract for benefit of the workers, non payment of
wages or deductions made from his or their wages, which are not justified by terms of the
contract for non observance of the regulations referred to in clause (c)above.
(e) Vis-à-vis the Haryana Government, the Contractor shall be primarily liable for all
payments to be made under and the observance of the regulations aforesaid without
prejudice to his right to claim indemnity from his sub Contractors.
(f) The regulations shall be deemed to be a part of this contract and any branch there shall be
deemed to be branch of this contract.
RULES FOR PROTECTION OF HEALTH &SANITARY ARRANGEMENTS
Rules for the Protection of Health and Sanitary Arrangements for Workers Employed by the
Haryana Public Works Department or its Contractors
The Contractor shall at his own expense provide or arrange for the provision of foot
wear for any labour doing cement mixing work (the Contractor has undertaken to
execute under this contract) to the satisfaction of the Engineer – in – charge and on
his failure to do so Government shall be entitled to provide the same and recover
the cost thereof from Contractor.
The Contractor shall submit by the 4th and 19th of every month to the Executive
Engineer a true statement showing in respect of the second half of the proceeding
month and the first half of the current month respectively (i) the number of
labourers employed by him on the work (ii) their working hours (iii) the wages paid
to them (iv) the accident that occurred during the said forthright showing the
circumstances under which they happened and the extent of damage and injury
caused by them and (v) the number of female workers who have been allowed
Maternity benefit according to clause 19-F and the amount paid to them failing
which the Contractor shall be liable to pay to Government a sum not exceeding Rs.
50/- for each default or materially incorrect statement. The decision of the
Executive Engineer shall be final in deducting from any bill due to the contractor
the amount levied as fine.
Maternity benefit for female workers employed by the Contractor, leave and pay
during leave shall be regulated as follow:-
1. LEAVE (i) in case of delivery/maternity leave not exceeding 8 weeks (4 weeks up to
and including the day of delivery and 4 weeks following that day) (ii) in case of
miscarriage : up to 3 weeks from the date of miscarriage.
2. PAY (i) In case of delivery, leave pay during maternity leave will be at the rate of the
woman’s average daily earning calculated on the total wages earned on the day when
full time work was done during a period of 3 months immediately preceding the date
of which she gives notice that she excepts to be confined or at the rate of Rs. 12/- per
day which ever is greater.
(ii) In case of miscarriage, Leave pay at the rate of average daily earning calculated on
the total wages earned on the days when full time work was done during a period of 3
months immediately proceeding the date of such miscarriage.
(iii) Conditions for the grant of Maternity leave :- No Maternity leave benefit shall be
admissible to a woman unless she produces a certificate of confinement and excepted
delivery within 4 weeks proceeding the date on she proceeds on leave.
3. FIRST AID (a) At every work place, there shall be maintained in readily accessible
place first aid appliances including an adequate supply of sterilized dressing and cotton
wools. The appliances shall be kept in good order and in large workplaces it shall be
placed under the charge of a responsible person who shall be readily available during
the working hours.
(b) All large work places where hospital facilities are not available within easy distance of
the work, first aid post shall be established and be run by a trained compounder.
(c) Where large work places are remote from regular hospital an indoor ward shall be
provided with one bed for every 250employees.
(d) Where large work places are situated in cities, towns in their suburbs and no beds are
considered necessary owing to the proximity of city or town hospitals a suitable
transport shall be provided to facilitate removal of urgent cases to these hospitals.
At other work place, the conveyance facilities such as car shall be kept readily
available to take injured or persons suddenly taken seriously ill, to the nearest
hospital.
SCALES OF ACCOMMODATION IN LATRINES URINALS
These shall be provided within the precinct of every work places, Latrines and
Urinals in an accessible place and the accommodation separately for each of them
shall not be less than the following scales :-
No. of Shades
(a) Where the number of persons does not exceed50 2
(b) Where the number of persons exceeding 50 but
does not exceeds100
3
(c) For every additional100 3 per100
In particulars cases the Executive Engineer shall have the powers to very the scale where
necessary.
Latrines and Urinals for women
If women are employed, separate latrines and urinals screamed from these for men
and marked in vernacular in conspicuous letters ‘FOR WOMEN ONLY’ shall be
provided on the scale laid in rules, Similarly those for men shall be marked ‘FOR
MEN ONLY’ A poster showing the figures of a man and women shall also be
exhibited at the entrance of latrine for each sex. There shall be adequate supply of
water close to latrines.
LATRINES AND URINAL
Except in work places provided with flush latrines concerned with a water borne
sewerages systems all latrines shall be provided with receptacies order earth system
which shall be in working order and kept in strictly sanitary conditions. The
receptacles shall be tarried inside and outside at least once a year.
The inside walls shall be constructed of masonry or some suitable heat resisting
non absorbent material and shall be cement washed inside and outside at least once
a year. The dates of cement shall be noted in register maintained for this purpose
and kept available for inspection.
DISPOSAL OF EXCRETA
Unless otherwise arranged for by the local sanitary authority arrangements for
proper disposal and a sanitary of excreta by incineration at the work place shall be
made by means of a suitable incineration approved by the Asstt. Director of Public
Health or Municipal Medical Officer of Health, as the case may be, in whose
jurisdiction the work place is situated. Alternately excreta
maybedisposedofbyputtingalayerofnightsoilatthebottomofpuccatankpreparedforthe
purpose and covering it with 9 inches layers of earth for a fortnight when it will
turn into a manure.
CRECHE:
At every work place these shall be provided free of cost two suitable sheds one
main and the other for the use of labour. The height of the shelter shall not be less
than eleven feet from the floor level to the lowest part of the roof.
PROVISION OR SHELTER DURING REST:
At every work place at which 50 or more women workers are ordinary employed,
these two huts for use of children under the age of six years belonging to such
women. One hut shall be used for infants “Games and to play” and the other as
their bed room. The hut shall not be constructed on a lower standard then the
following:-
(i) Thatched roofs.
(ii) Mud floors and walls.
(iii) Plants spread over mud floor and covered with mating.
The huts shall be provided with suitable and sufficient opening for light and
ventilations. There shall be adequate provision of sweepers to keep the place clean.
There shall be two day attendant. Sanitary, utensils shall be provided to the
satisfaction of Health Office of the area concerned. The use of the hut shall be
restricted to children, their attendant and mothers of the children.
CANTEEN:
A cooked food canteen on a moderate scale shall be provided for the benefit of workers
where over it is considered expedient.
GENERAL RULES AS TO SCAFFOLDS:
(i) Suitable scaffolds shall be provided for all workmen for all works that cannot be
safely done from a ladder or by other means.
(ii) A scaffolds shall not be constructed taken down or substantially altered except.
(a) Under the supervision of a competent and responsible person,and
(b) As far as possible by competent workers possessing adequate
experience in this kind of work.
(c) All scaffolds and appliances connected there with and ladder shall:-
1. be of sound material.
2. be of adequate strength having regard to the load and strains to which they will be subjected and.
3. be maintained in proper condition.
4. scaffolds shall not be overloaded and so far as practicable, the load shall be evenly
distributed.
5. scaffolds shall be so constructed that no part there of can be displaced in on normaluse.
6. Before installing, lifting gear on scaffolds special precautions shall be taken to ensure
the strength and stability of the scaffolds.
7. scaffolds shall be periodically inspected by the competent person.
8. before allowing a scaffold to be used by the workman, every care shall be taken to see
whether the scaffolds have been erected by his workmen and steps taken to ensure that
it complies fully with the requirement of thearticles.
9. Working platforms gangways and stairwaysshall.
(a) be so constructed that no part of the road iscovered.
(b) Be so constructed and maintained, having regard to the prevailing condition as
to reduce as for aspracticable.
(c) Be kept free from any unnecessary obstruction.
(d) In case of working platforms gangways place and stairways at a height
exceeding that to be prescribed by a national laws and regulations:-
(i) Every working platform and every gangway shall be closely boarded unless
other adequate measures are taken to ensure safety.
(ii) Every working platform and every gangway shall have adequate width,and.
Every opening in the floor of a building or in working platforms shall
except for the time and to the extent required to allow the access of
persons or the transport or shifting of material be provided with suitable
means to prevent the fall of persons or materials.
When persons are employed on a roof where there is a danger of failing
from a height exceeding that to be prescribed by national laws of
regulations suitable precautions shall be a taken to prevent the fall of
persons or materials.
Suitable precautions shall be taken to prevent persons being struck by
articles which might fall from scaffolds or other working places.
1. Soft means of access shall be provided to all working platforms an other working places.
2. Every place where work is carried on the means approach there to shall be adequately
lighted. 3. Every ladder shall be securely fixed of such length as to provide secure hand held and
foot at every position at which it is used.
4. Adequate precautions shall be taken to prevent danger from electrical equipment.
5. No material on the site shall be so stacked or placed as to cause danger to any person.
GENERAL RULES AS TO SAFETY EQUIPMENT AND FIRST AID
(1) All necessary personal safety equipment shall be kept and available for use of the
persons employed on the site be maintained in condition suitable for immediate use.
(2) The worker shall be required to use the equipment thus provided and the employed
shall take adequate steps to ensure proper use of the equipment by these concerned.
Adequate provision shall be made for prompt first aid treatment of all injuries
likely to be sustained during the course of the work.
Appendix 9
PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR
FOR THE EQUIPMENT HANDED OVER BY DHBVN FOR PERFORMANCE OF
ITS CONTRACT
(Entire Equipment consignment in one lot)
(On non-Judicial Stamp Paper of appropriate Value)
INDEMNITY BOND
This Indemnity Bond is made this………………. Day of ………………..2014 by
…………………………. A Company registered under the Companies Act, 1956 /
Partnership firm / proprietary concern having its Registered Office at ……………( here in
after called as ‘Contractor’ or ‘Obligator’ which expression shall include its successors and
permitted assigns) in favour of DAKSHIN HARYANA BIJLI VITRAN NIGAM LTD. ,
HISAR (hereinafter called DHBVN which expression shall include its successors and
assigns).
WHEREAS DHBVN has awarded to the Contractor a Contract for ……………… vide
its Letter of Award / Contract No………………….. dated …………. and its Amendment
No………………… and Amendment No………………. (applicable when amendments have
been issued) (hereinafter called the Contract ) in terms of which DHBVN is required to hand
over various Equipment to the Contractor for execution of the Contract.
And WHEREAS by virtue of Clause No. ………………………… of the said Contract,
the Contractor is required to execute an Indemnity Bond in favour of DHBVN for the
Equipment handed over to it by DHBVN for the purpose of performance of the Contract /
Erection portion of the Contract (hereinafter called the ‘Equipment’).
NOW THEREFORE, This Indemnity Bond witnessed as follows:
1. That in consideration of various Equipment as mentioned in the Contract, valued at
Rs. ………………. (Rupees……………………………..) handed over to the
Contractor for the purpose of performance of the Contract, the Contractor hereby
undertakes to indemnify and shall keep DHBVN indemnified, for the full value of the
Equipment. The Contractor hereby acknowledges receipt of the Equipment as per
dispatch title documents handed over to the Contractor duly endorsed in their favour
and detailed in the Schedule appended hereto. It is expressly understood by the
Contractor that handing over of the dispatch title documents in respect of the said
Equipment duly endorsed by DHBVN in favour of the Contractor shall be constructed
as handing over of the Equipment purported to be covered by such title documents
and the Contractor shall hold such Equipment in trust as Trustees for an on behalf of
DHBVN.
2. That the Contractor is obliged and shall remain absolutely responsible for the safe
transit / protection and custody of the Equipment at DHBVN project Site against all
risks whatsoever till the Equipment are duly used / erected in accordance with the
terms of the Contract and the Plant / Package duly erected and commissioned in
accordance with the terms of the Contract, is taken over by the DHBVN. The
Contractor undertakes to keep DHBVN harmless against any loss or damage that may
be caused to the Equipment.
3. The Contractor undertakes that the Equipment shall be used exclusively for the
performance / execution of the Contract strictly in accordance with its terms and
conditions and no part of the Equipment shall be utilized for any other work or
purpose whatsoever, It is clearly understood by the Contractor that non-observance of
the obligations under this Indemnity Bond by the Contractor shall inter-alia constitute
a criminal breach of trust on the part of Contractor for all intents and purpose
including legal / penal consequences.
4. That DHBVN is and shall remain the exclusive Owner of the Equipment free from all
encumbrances, charges or liens of any kind, whatsoever. The Equipment shall at all
times be open to inspection and checking by Chief Engineer/ Engineer or other
employees / agents authorized by him in this regard. Further, DHBVN shall always
be free at all times to take possession of the Equipments in whatever form the
Equipments may be, if in its opinion, the Equipment are likely to be endangered, mis-
utilized or converted to uses other than those specified in the Contract, by any acts of
omission or commission on the part of the Contractor or any other person or on
account of any reason whatsoever and the Contractor binds himself and undertakes to
comply with the directions of demand of UHBVN to return the Equipment without
any demur or reservation.
5. That this Indemnity Bond is irrevocable. If at any time any loss or damage occurs to
the Equipment or the same or any part thereof is mis-utilized in any manner
whatsoever, then the Contractor hereby agrees that the decision of the Engineer-in-
Charge / Engineer of DHBVN as to assessment of loss or damage to the Equipment
shall be final and binding on the Contractor. The Contractor binds itself and
undertakes to replace the lost and / or damaged Equipment at its own cost and / or
shall pay the amount of loss of DHBVN without any demur, reservation or protest.
This is without prejudice to any other right or remedy that may be available to
DHBVN against the Contractor under the Contract and under this Indemnity Bond.
6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and
punctually comply with the terms and conditions of this Bond to the satisfaction of
DHBVN THEN, the above Bond shall void, but otherwise, it shall remain in full
force and virtue.
IN WITNESS WHEREOF, the Contractor has hereunto set its hand through it authorized
representative under the common seal of the Company, the day, month and year first above
mentioned.
SCHEDULE
Particulars
of the
Equipment
handed over.
Quantity Particulars of
Dispatch title
documents
RR/GR No. Date
Bill Carrier of lading
Value of the
Equipment
Signature of
Attorney in
token of
receipt.
For and on behalf of M/S ……………………………………………….
……………………………………………………………………………
WITNESS:
1. i) Signature………………………… Signature…………………………..
ii) Name …………………………… Name ……………………………..
iii) Address ………………………… Designation ……………………….
………………………………… Authorized Representative
2. i) Signature…………………………
ii) Name ……………………………
iii) Address ………………………… (Common Seal)
………………………………… (In case of Company)
* Indemnity Bond are to be executed by the authorized person and (I) in case of contracting
Company under Common Seal of the Company or (ii) having the power of attorney issue
under common seal of the company with authority to execute Indemnity Bonds, (iii) in case
of (ii), the original Power of Attorney if it is specifically for this Contract or a Photostat copy
of the Power of Attorney if it is General Power of Attorney and such documents should be
attached to Indemnity Bond.
TRUST RECEIPT
(To be provided on Non judicial Stamp Paper)
TRUST RECEIPT
We, _______________________ (Name of Contractor), having principal place of business at
____________________________ (Address of Contractor) is having been awarded a Work
of Award No. _____________________ (Work Order No) valued at Rs. _______________
(Rupees ___________________________________________________ Only) (Contract
Value) towards Supply of material for erection, testing & commissioning of 33KV
Substations at ______________________________________________________________
on turnkey basis against Bid No - _________ from Dakshin Haryana Bijli Vitran Nigam
(DHBVN), Hisar.
We do hereby acknowledge the Plant, Equipment & Materials as are fully described &
mentioned in the schedule annexed attached hereto, which shall from an integral part of this
receipt as ‘Trustee’ of Dakshin Haryana Bijli Vitran Nigam (DHBVN).
The aforesaid material etc. so received by us shall be exclusively used in the successful
performance of the aforesaid contract & for no other purpose whatsoever. We have
undertaken not to create any charge, lien or encumbrances, over the aforesaid material etc. in
favor of any other person/ institution/ bank.
For and on behalf of M/S ……………………………………………….
……………………………………………………………………………
Date: ___________________
Place: ____________________
Performance Security Form - Bank Guarantee
[Guarantor letterhead or SWIFT identifier code]
Beneficiary: [insert name and address of Employer]
Date: [insert date of issue]
PERFORMANCE GUARANTEE No.: [insert guarantee reference number]
Guarantor: [insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that [insert name of Contractor, which in the case of a joint venture
shall be the name of the joint venture] (hereinafter called “the Applicant”) has entered into
Contract No. [insert reference number of the Contract] dated [insert date] with the
Beneficiary, for the execution of [insert name of Contract and brief description of Facilities]
(hereinafter called “the Contract”).
Furthermore, we understand that, according to the conditions of the Contract, a performance
guarantee is required.
At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in words]
([insert amount in figures]) 1 , such sum being payable in the types and proportions of
currencies in which the Contract Price is payable, upon receipt by us of the Beneficiary’s
complying demand supported by the Beneficiary’s statement, whether in the demand itself or
in a separate signed document accompanying or identifying the demand, stating that the
Applicant is in breach of its obligation(s) under the Contract, without the Beneficiary needing
to prove or to show grounds for its demand or the sum specified therein.
This guarantee shall be reduced by half upon our receipt of:
(a) a copy of the Operational Acceptance Certificate; or
1 The Guarantor shall insert an amount representing the percentage of the Contract Price specified in the Letter
of Acceptance and denominated either in the currency(ies) of the Contract or a freely convertible currency
acceptable to the Beneficiary.
(b) a registered letter from the Applicant (i) attaching a copy of its notice
requesting issuance of the Operational Acceptance Certificate and (ii) stating
that the Project Manager has failed to issue such Certificate within the time
required or provide in writing justifiable reasons why such Certificate has not
been issued, so that Operational Acceptance is deemed to have occurred.
This guarantee shall expire no later than the earlier of:1 90 days after the expiry of warranty
period
Consequently, any demand for payment under this guarantee must be received by the
Guarantor at its office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
4582, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.
_____________________
[signature(s)]
[Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.]
1 This text shall be revised as and where necessary to take into account (i) partial acceptance of the Facilities
in accordance with GC Sub-Clause 25.4. 2 As the case may be, ICC Publication No. 758 (or subsequent ICC Publications) may be used. In such cases,
modify the Publication number.
Annexure – A
Instructions to bidder on Electronic Tendering System These conditions will over-rule the conditions stated in the tender documents,
wherever relevant and applicable.
1. Registration of bidders on e-Procurement Portal:- All the bidders intending to participate in the tenders processed online are required to get
registered on the centralized e - Procurement Portal i.e.
https://haryanaeprocurement.gov.in. Please visit the website for more details.
2. Obtaining a Digital Certificate: 2.1 The Bids submitted online should be encrypted and signed electronically with a Digital
Certificate to establish the identity of the bidder bidding online. These Digital Certificates
are issued by an Approved Certifying Authority, by the Controller of Certifying
Authorities, Government of India. 2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN
Card) and Address proofs and verification form duly attested by the Bank Manager / Post
Master / Gazetted Officer. Only upon the receipt of the required documents, a digital
certificate can be issued. For more details please visit the website –
https://haryanaeprocurement.gov.in. 2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying
Authority or Sub-certifying Authority authorized by the Controller of Certifying
Authorities or may obtain information and application format and documents required for
the issue of digital certificate from:
M/s Nextenders (India) Pvt.
Ltd. O/o. DS&D Haryana,
SCO – 09, IInd
Floor, Sector – 16,
Panchkula –
134108
E - mail: [email protected]
Help Desk: 1800-180-2097 (Toll Free Number) 2.4 Bid for a particular tender must be submitted online using the digital certificate
(Encryption & Signing), which is used to encrypt the data and sign the hash during the
stage of bid preparation & hash submission. In case, during the process of a particular
tender, the user loses his digital certificate (due to virus attack, hardware problem,
operating system or any other problem) he will not be able to submit the bid online.
Hence, the users are advised to keep a backup of the certificate and also keep the
copies at safe place under proper security (for its use in case of emergencies). 2.5 In case of online tendering, if the digital certificate issued to the authorized user of a firm
is used for signing and submitting a bid, it will be considered equivalent to a no-objection
certificate/power of attorney /lawful authorization to that User. The firm has to authorize
a specific individual through an authorization certificate signed by all partners to use the
digital certificate as per Indian Information Technology Act 2000. Unless the certificates
are revoked, it will be assumed to represent adequate authority of the user to bid on
behalf of the firm in the department tenders as per Information Technology Act 2000.
The digital signature of this authorized user will be binding on the firm. 2.6 In case of any change in the authorization, it shall be the responsibility of management /
partners of the firm to inform the certifying authority about the change and to obtain the
digital signatures of the new person / user on behalf of the firm / company. The procedure
for application of a digital certificate however will remain the same for the new user. 2.7 The same procedure holds true for the authorized users in a private/Public limited
company. In this case, the authorization certificate will have to be signed by the directors
of the company. 3 Opening of an Electronic Payment Account:
Tender document can be downloaded online. Bidders are required to pay the tender
documents fees online using the electronic payments gateway service. For online
payments guidelines, please refer to the Home page of the e-tendering Portal
https://haryanaeprocurement.gov.in. 4 Pre-requisites for online bidding:
In order to bid online on the portal https://haryanaeprocurement.gov.in , the user machine
must be updated with the latest Java. The link for downloading latest java applet is
available on the Home page of the e-tendering Portal.
5 Online Viewing of Detailed Notice Inviting Tenders: The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the
tenders floated through the single portal eProcurement system on the Home Page at
https://haryanaeprocurement.gov.in.
6 Download of Tender Documents: The tender documents can be downloaded free of cost from the e-Procurement portal
https://haryanaeprocurement.gov.in. 7 Bid Preparation (Technical & Financial) Online/offline Payment of Tender
Document Fee, eService fee, EMD fees and Submission of Bid Seal (Hash) of
online Bids: 7.1 The online payment for Tender document fee, eService Fee & EMD can be done using
the secure electronic payment gateway. The Payment for Tender Document Fee and
eService Fee can be made by eligible bidders/ contractors online directly through Debit
Cards & Internet Banking Accounts and the Payment for EMD can be made online
directly through RTGS / NEFT .
The secure electronic payments gateway is an online interface between contractors and
Debit card / online payment authorization networks. 7.2 The bidders shall upload their technical offer containing documents, qualifying criteria,
technical specification, schedule of deliveries, and all other terms and conditions except
the rates (price bid).
The bidders shall quote the prices in price bid format. 7.3 Submission of bids will be preceded by submission of the digitally signed & sealed
bid (Hash) as stated in the time schedule (Key Dates) of the Tender. NOTE:-
(A) If bidder fails to complete the Online Bid Submission stage on the stipulated date
and time, his/hers bid will be considered as bid not submitted, and hence not appear
during tender opening stage. (B) Bidders participating in online tenders shall check the validity of his/her Digital
Signature Certificate before participating in the online Tenders at the portal
http://haryanaeprocurement.gov.in. (C) For help manual please refer to the ‘Home Page’ of the e-Procurement website at
https://haryanaeprocurement.gov.in, and click on the available link ‘Download’ to
download the file.