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.] |