| What's New || Related Link || Site Map || F.A.Q. || Contact Us |
   
Current Tenders
• Tender Archive
Tender Enquiry
 
<<BACK

ORISSA POWER TRANSMISSION CORPORATION LIMITED
(A Govt. of Orissa Undertaking)
Registered Office: Janpath, Bhubaneswar- 751 022
Phone: (0674) 2541320/2542320

CORRIGENDUM TO TENDER CALL NOTICE NO-09/2008-09,12/2008-09 AND 13/2008-09

DETAILS OF MODIFIED TERMS AND CONDITIONS 

Superceding to all other terms and conditions for the minimum qualifying criterion and other special terms and conditions against the above mentioned tenders and the tender specification Nos : 15,16,17,26,27,28,29 & 30 / 08-09 for execution of turn Key projects of OPTCL the following additional terms , conditions and technical specification comes to force.

QUALIFYING CRITERION FOR AWARD OF  OPTCLTURNKEY TRANSMISSION PROJECTS

(A) GENERAL QUALIFYING CRITERION

Limitation for awarding OPTCL turnkey projects to Firms/Contractors

(1) (i) One firm either individually or in J.V. will not be eligible to participate in the turnkey projects of OPTCL, if the Firm individually or with J.V has got contracts of three nos. of OPTCL ongoing turnkey projects.

(ii)The firm with individual financial turnover of more than Rs 200 Crores per annum for the last three financial years, based on the audited accounts, can participate in more no. of projects, not exceeding five nos provided their past performances are satisfactory.

(iii)The Firms/Contractors, who are executing OPTCL projects currently and the projects are at the verge of completion or have been completed, shall be allowed to participate in new projects as per their eligibility at Sl-1 or 2, provided, OPTCL authority decides that their performance in past are satisfactory.

(2) The performance B.G. to be submitted by the Firms shall be capable of encashment at the operating branch of the Bank at Bhubaneswar.
(3) In case bidders intend to bid for the project in joint venture with another firm, the parties together must be able to meet the required aforesaid qualifying criteria. Maximum two nos of Joint venture Partners are allowed as per the detailed terms and conditions in this regard are contained in the bid documents.

(B)MINIMUM TECHNICAL QUALIFYING CRITERION

(1)FOR CONSTRUCTION OF 2X12.5 MVA, 132KV/33 KV GRID SUB-STATIONS AND ASOCIATED 132 KV LINES AT (i)Purusottampur(ii)Chandpur (iii)Banki and (iv) Kauunga, with construction of associated 132 KV transmission line for all the sub Stations.

(a) The bidder should be HT/EHT electrical contractor having a valid license from the competent licensing authority on the date of opening of the tender.

(b) The contractor should have executed minimum one no of 110KV or 132 KV/33KV Sub- Stations with one no of 132 KV Transformer Bay and one no of 132 or 110 KV Feeder Bay in Turn Key Basis & completed successfully.
Or, Must have completed two nos of 110 KV or more Transformer Bays in turn key basis earlier & completed successfully.
Or Must have completed 5 nos 110 KV or more feeder Bays earlier in turnkey basis & completed successfully.
Or Must have erected, tested and commissioned minimum 2 nos 110 KV or more capacity Transformer Bays and 6 Nos of 110 KV or more Capacity Feeder Bays © The contractor must have completed 10 Km of 110 KV or more capacity Transmission line in turn key basis earlier & completed successfully.
Or The contractor must have erected, tested and commissioned 30 km of 110 KV or more capacity D.C line and completed successfully earlier.
(d) The contractor has to get project license from ELBO within one month of issue of LOI, at his own cost.

(2) FOR CONSTRUCTION OF 2X160 MVA, 220KV/132KV/33 KV GRID SUB-STATIONS AT KARADAGADIA AND 20 MVA, 220 KV/33 KV SUB STATION AT MENDHASAL AND ASOCIATED 220 KV LINE IN MULTICIRCUIT TOWERS.

(a) The bidder should be HT/EHT electrical contractor having a valid license from the competent licensing authority on the date of opening of the tender.

(b) The contractor should have executed minimum two nos of 110 KV or 132 KV/33KV or one no of 220 KV/132 KV Sub- Stations with 2 nos of 220 KV or 132 KV Transformer Bays and 2 nos of 132 or 110 KV Feeder Bays in Turn Key Basis earlier & completed successfully.
Or, Must have completed five nos of 110 KV or more Transformer Bays in turn key basis earlier & completed successfully.
Or Must have completed 8 nos 110 KV or more feeder Bays earlier in turnkey basis & completed successfully.
Or Must have erected, tested and commissioned minimum 2 nos 220 KV or more capacity Transformer Bays and 6 Nos of 220 KV or more Capacity Feeder Bays successfully.
© The contractor must have completed 20 Km of 220 KV or more capacity Transmission line in turn key basis
or erected, tested and commissioned 50 KM of 220 KV line earlier & completed successfully.
Or commissioned 50 Km of 110 KV or more capacity Transmission line in turn key basis earlier.
Or Constructed and commissioned minimum 5 Kms of 400 KV Line successfully
(d) The contractor has to get project license from ELBO within one month of issue of LOI, at his own cost.

(3) FOR CONSTRUCTION OF 132 KV LINES FROM JAGATSINGHPUR GRID SUBSTATION TO PARADEEP GRID SUB-STATION AND BAY EXTENTION AT BOTH ENDS
(a) The bidder should be HT/EHT electrical contractor having a valid license from the competent licensing authority on the date of opening of the tender.

(b) The contractor should have executed minimum 10 Km of 220 KV or 20 Km of 110 KV or 132 KV Transmission line in Turn Key Basis earlier& completed successfully .
Or, Must have erected, tested and commissioned 50 Km of 110 KV or above Capacity Transmission line earlier and completed successfully.
Or Constructed and commissioned minimum 5 Kms of 400 KV Line earlier

©The contractor should have executed minimum 3000m of 375 mm or 500 mm dia under reamed piling earlier
(d)The contractor has to get project license from ELBO within one month of issue of LOI, at his own cost and shall deposit all statutory fees from his account.

©MINIMUM FINANCIAL QUALIFYING CRITERION

TURN OVER-The Contractor should have an average annual turnover of at least 75% of the estimated cost of the project in the last three financial years as per the audited accounts. Incase the contractor bids for more than one project, the average annual turnover shall be at least 75% of the aggregate estimated cost of the projects. This criterion of financial turnover shall not be applicable to Firms participating in more than three projects, as in such cases. In their case the financial turnover of Serial-1(ii) of General qualifying criterion, shall apply. The estimated cost of Projects are enclosed as

Annexure-I

(D) SPECIAL TERMS AND CONDITIONS OF THE BID
(i) Mobilization advance of 10 % value of the contract value (Both supply portion and erection portion) shall be paid against equivalent amount of BG from any nationalized bank having Branch at Bhubaneswar. The mobilization advance shall be recovered proportionately from each running bills of the contractor by OPTCL.10% simple interest shall be charged on the mobilisation advance paid to the firms.
(ii) The extra quantities, if any, to be executed by the firm, shall be billed as per the unit price quoted by the firm.
(iii) The unit price quoted by the firm shall be FIRM for all items except as provided in Clause (F) (Viii).
(iv) Where valid type test certificate of materials during last five years are available OPTCL shall not insist for further type test.

(E)PAYMENT TERMS
(a) payment against Supply of equipment and materials shall be effected as follows-
(i) 50 % of cost of the material shall be paid on receipt of the material at site against production of Lorry Receipt.
(ii)10% cost of material shall be paid after verification by the consignee.
(iii)30% cost of the material shall be paid after erection of the material at site
(iv) Balance 10 % cost of material shall be paid after successful commissioning of the Sub-Station or Line and handing over to OPTCL
(b) Payment for Erection and commissioning work
(i)90% cost of erection shall be paid as running bill on production of the bill to the engineer in charge and verification thereof after completion of a sizeable amount of erection work.
(ii)Balance 10 % cost of the erection shall be paid only after satisfactory commissioning of the project and handing over to OPTCL

(F) OTHER IMPORTANT TERMS AND CONDITIONS

(i) OPTCL shall invite a pre-bid discussion for which the contractors should contact the Sr. G.M., Central Procurement Cell, Head Qrs. Office, OPTCL, Bhubaneswar.
(ii) The firms shall include the work contract Taxes in their quoted price
(iii) The Firm shall not include Entry Tax and Service Taxes in their quoted price, which shall be reimbursed to them as per prevailing rate subject to production of documentary evidence.
(iv) For delay in completion of the project, Penalty shall be recovered from the contractor, at the rate of 0.5% per week of delay subject to maximum of 5% of the total contract price.
(v) Bids of the Firms not complying the minimum qualification criterion, not furnishing bid security, furnishing incomplete data's /price bid, not furnishing firm price, except as provided in clause (F)(viii), shall be out rightly rejected.

(vi) SOLVING OF ROW-The contractor shall have to solve the entire Right of Way problem at his own cost.
(vii)ENGAGEMENT OF SECURITY- The Contractor shall have to engage his own security at his own cost till final handing over of the entire work to OPTCL
(viii)PRICE VARIATION CLAUSE- PV as per IEEMA formula taking July 2008 as the base date shall be allowed on (a)All transmission line Galvanised Structures(b) All Sub- Station Structures and the equipment structures(c) All type of ACSR and AAAC Conductors (d) All type of GI Bolts and Nuts and washers (e) All type of Tor Steel.
(ix) QUANTITY VARIATION- Extra quantities executed if any by the firm shall be billed as per the unit quoted rate of the Firm and there shall be no limitation for the extra quantity to be executed.
(x) WORK OFF LOADED FROM FIRMS
Firms from whom, OPTCL have off loaded works due to non-performance, during last FIVE years, shall not be eligible to participate in any of the OPTCL turnkey tenders.

ESTIMATED COSTS OF THE PROJECTS (Annexure-I)

Serial No

Name of the project

Estmated Cost in Lakh

1

2

3

1

Construction of 132 KV/33 KV Sub- Station at Purusottampur , with construction of  associated 132 KV transmission line 

1150.00

2

Construction of 132 KV/33 KV Sub- Station at Chandpur, with construction of  associated 132 KV transmission line 

1150.00

3

Construction of 132 KV/33 KV Sub- Station at Banki , with construction of  associated 132 KV transmission line 

 

1620.00

4

Construction of 132 KV/33 KV Sub- Station at Kauunga  , with construction of  associated 132 KV transmission

1150.00

5

CONSTRUCTION OF 2X160 MVA, 220KV/132KV/33 KV GRID SUB-STATIONS AT KARADAGADIA ASOCIATED 220 KV and 132 KV LINE IN MULTICIRCUIT TOWERS

4000.00

6

CONSTRUCTION OF 132 KV LINES FROM JAGATSINGHPUR GRID SUBSTATION TO PARADEEP GRID SUB-STATION AND BAY EXTENTION AT BOTH ENDS

1674.00

7

Power Supply to RTSS  at Bansapani 

 

600.00

8

  CONSTRUCTION OF 20 MVA, 220 KV/33 KV BAY EXTENTION AT MENDHASAL

200.00

 


TECHNICAL CLARIFICATIONS FOR

(1) Banki (2) Chandpur (3) Kalunga & (4) Karadagadia (5) Purusottampur and (6) Mendhasal

(1) For all above packages the size of G.I flat for the earth mat shall be 75mm x 10mm instead of 75mm x 8 mm and for riser the size of G.I. flat shall be 50 x 6mm.

(2) Price variation shall be allowed for ACSR/AAAC Conductor, Galvanised Sub-station and transmission line structures, G.I. Bolts & Nuts, GI Flats and M.S. Steel materials. The P.V. shall be as per IEEMA formula and the base date shall be July'2008.

(3) The bus bar arrangement for the 220KV, 132KV and 33KV system shall be ACSR Double Moose, ACSR Double Zebra and ACSR Double Zebra respectively.

(4) For 220KV Karadagadia S/S, there shall be three bus system,i.e Main-I, Main-II and Transfer bus.

(5) The cable trench size for all Sub-stations shall be as follows:-
(a) Type-A- 1400mm inside width, 1200mm inside depth and 150mm thick concrete walls having three tire cable tray arrangement of 450mm wide.
(b) Type-B: Inside width 600mm, inside depth 600mm, and 150mm thick concrete wall having two nos. 300mm wide cable trays arrangement.
(c) Type-C: Inside width 300mm, inside depth 300mm and 100mm thick concrete walls.

(6) The ratio of RCC for cable trench shall be 1: 2: 4.

(7) The length of cable trenches for 220KV S/S except Mendhasal shall be, Type-A- 600 mtr, Type-B- 200 mtrs. and Type-C- 200 mtrs.
7(a) The cable trench length for 220 KV/33 KV Mendhasal Grid Sub sub station shall be (Tender Spn No-17/2008-09)
Type-A- 100 mtr, Type-B- 100 mtrs. and
Type-C- 100 mtrs.

(8) The length of cable trenches for 132KV Sub-stations- Type-A 300 mtrs., Type-B- 200 mtrs. & Type-C- 200 mtrs.

(9) The retaining wall/Toe wall shall be of R.R.H.G machinery of 1:5 ratio, all the firms shall quote for 500 cum of above machinery work inclusive of cost of all materials and erection in their quoted price.

(10) The bidders shall quote six nos. D.C. emergency points including provision of automatic changeover from the D.C. system for the emergency lighting of control room, PLCC room.

(11) Store room flooring shall be ordinary A.S. flooring.

(12) Control room shall be of two stored type catering a guest house & office room in the 1st floor.

(13) TDS from the bills of the contractors shall be deducted at the sources.

(14) Bid validity period shall be 240 days from the date of submission of the bid for all tenders.




SR. GENERAL MANAGER [C.P.C.]

 
<<BACK
* Last Modified on 11th Aug. 08
© 2003, Grid Corporation Of Orissa Ltd., Regd. Office, Janpath, Bhubaneswar - 751022. ™ ® all rights reserved. || Disclaimer
Site Powered By : Addsoft Technologies Pvt. Ltd.
HOME