You are on page 1of 50

1

SECTION - II :: INSTRUCTIONS TO BIDDERS (ITB)

1.0 1.1 Source of Funds:


APTRANSCO intends to construct (i) New 400/220kV Substation at Mylavaram,
Kadapa Dist. of A.P. (ii) 2 Nos. 400kV Bay Extensions at existing 400/220/132kV
Jammalamadugu Substation in Kadapa (iii) 400KV Jammalamadugu – Mylavaram
QMDC Line – 10.5 Kms (approx.) on turnkey basis funded by APTRANSCO/
Funding Agency.

1.2 Eligible Bidders: This is local competitive bidding. This Invitation of Bids is open to
all bidders from India only.

2.0 Scope of the Bid:

The scope of the contract shall be on the basis of single bidder’s (Lead partner)
responsibility completely covering all the equipment, material, and services specified under
the accompanying technical specification.

Scope of the bid covers Supply, Civil & construction, Erection, testing and commissioning
of the following on Turn key basis.

(i) New 400/220kV Substation at Mylavaram, Kadapa Dist. of A.P.


(ii) 2 Nos. 400kV Bay Extensions at existing 400/220/132kV Jammalamadugu
Substation in Kadapa
(iii) 400KV Jammalamadugu – Mylavaram QMDC Line – 10.5 Kms (approx.)

2.1 Design, engineering, manufacture, testing, supply on FAD site/ store basis, including
transportation, insurance, storage, erection, testing and commissioning of the following
equipment/ materials, complete in all respects.

A. Scope for 400KV Substation:

(a) 400kV & 220kV Circuit breakers, Isolators, Current transformers,


Capacitor voltage transformers, Potential Transformers and Surge arresters.

(b) 630 KVA, 33/0.430 kV Station supply transformers along with 33kV CBs, Isolators,
33kV Surge arresters, Horn gap fuses and LT Station and all other station power supply
facilities.
(c) Fire protection, Detection and Alarm system.
(d) Air Conditioning and Ventilation system.

(e) Complete Lighting and illumination system (out door & indoor) for the switchyard,
Control Room and all other auxiliary buildings, street lighting for the roads etc.

(f) LT switchgear (AC/DC Distribution boards), Marshalling boxes.

(g) Diesel Generator Set.

(h) Batteries & Battery Chargers.


2

(i) Complete Substation Automation System for 400/220kV Sub-station.

(j) Power & Control cables along with complete accessories including cabling between
marshalling box of 400/220/33kVAuto transformers and bay kiosks/control room.
Laying of co-axial/OPGW cable from yard to control room, laying of cables in
HDPE pipes, supply and laying of control cable from relay panels to Telecom room
for protection signaling, supply and laying of copper/OPGW cable from 48V DCDB
to Telecom panels. All the cabling and termination works as per the approved
drawings for completeness of sub-station.

(k) Aluminum tubes, insulator hardware, spacers for conductors, bus post insulators,
clamps & connectors, bay marshalling boxes, AC Kiosks, construction of cable
trenches/ cable trays for control room, trench covers, cabling accessories, junction
boxes etc., grounding mat – M.S. Rod and earth pipes etc. as specified in the Bidding
documents.

(l) Mandatory spares.

(m) All works relating to supply, preparation of fabrication drawings for all main
structures including lightning masts and equipment support structures, fabrication,
galvanization, transportation to and storage at site and erection of these structures as
detailed in Section Structures including required lightning masts to meet the
illumination level specified for the switchyard area.

(m) Drawings for the Main (Towers & Booms) structures and their foundations as available
shall be provided by APTRANSCO for Substations. Wherever the drawings and
designs are provided by APTRANSCO, the suitability of these design and drawings
shall be verified by the bidder for design requirements as per standards, site and soil
conditions based on the soil investigation and the detailed design verification
calculations shall be furnished before execution if sought by APTRANSCO.
Substitutions if any of steel sections of the tower parts of higher size due to non-
availability or otherwise, shall be to the contractors account. The purchaser will not
accept any liability on this account. The supplier shall raise the invoices as per standard
BOMs approved after proto inspection only. Where design drawing of a particular
structure is not available with the purchaser or where any modification in the design or
new design is required, the bidder shall have to design the same to APTRANSCO
including detailing proto testing, furnishing of Bill of Material (BOMs) drawing etc.
All the relevant drawings along with reproducible tracings in such cases shall also be
supplied to the purchaser by the successful bidder at free of cost. Support structures for
circuit breakers shall be as per CB manufacturer's design.

(n) Bus Post Insulators (including requirement for wave traps), insulator strings and
hardware, clamps & connectors, (including terminal connectors for Purchaser supplied
Auto transformers), Aluminum tubes, Bus bar and earthing materials, Bay marshalling
box, spacers, cable trenches/Cable trays & covers, Cabling accessories, junction boxes,
buried cable trenches, Grounding mat, Earthing of equipment or panels/ kiosks/
transformers etc. – M.S. Rod, GI/MS Flats and earth pipes etc. as specified in the Bidding
documents.

(o) The Bidder shall take delivery of equipment at substation site supplied by him
directly from his transporter and store them in his safe custody. However if any of
the equipment / material is diverted from APTRANSCO stores loading and
unloading, transportation charges from stores to site will be paid as per SSR rates
prevailing on the date of transport. Please note that APTRANSCO reserves the right
to allot material available in stores to the project.
3
All inspection expenses ie., to and fro charges, local conveyance, Boarding, Lodging
etc., are to be borne by contractor for carrying out inspection of materials and works
at all stages.

The design rights provided by the APTRANSCO to the contractor for completion of
the works will be strictly reserved with APTRANSCO and the contractor shall not use
it for any other work in future.

(p) Any other equipment/material required to complete the specified scope.

(q) Civil works - The scope of work for Substation shall include but shall not be limited to
civil works for the following.

(a) Soil investigation including soil resistivity measurement

(b) Leveling of site.

(c) Construction of Compound wall, Gate, Security posts and Switchyard Fencing.

(d) Foundation of 315 MVA Auto transformers (purchaser supplied), and


associated auxiliaries along with jacking pad and pylon supports, rail track and fire
resistant wall between transformers.
(e) Foundation for Lattice & pipe structures and all equipments.
(f) Foundation for Bay kiosks, AC Kiosks

(g) Foundation for Lighting poles, Bay marshalling boxes, panels and
control cubicles of equipments and DG set.
(h) Cable trenches along with covers and sump pits.
(i) Cable trench crossings, rail tracks, culverts etc.

(j) All roads including the approach road including culvert to Substation
shall be in the scope of the bidder. All roads shall be Concrete road.

(k) Stone spreading including PCC and anti weed treatment of complete
switchyard area.

(l) Drainage system in the substation.

(m) Laying of ground mat conductors and connection to the equipment support
structures, lighting masts etc. and then form a complete earthing system.

(n) Civil works relating to 33kV/433V Station Auxiliary supply facilities


including foundation for auxiliary transformer, Survey and site clearance of
33kV Line etc.

(o) Provision of base channels in control house flooring/AC Kiosks and


wherever required for C & R Panels, AC & DC Distribution Boards etc.

(p) Final grading and metalling after completing of the foundations.

(q) Store room, platforms, 33kV yard, Deluge valve rooms etc.
4
(r) Permanent water supply for control room, Fire fighting pump house building,
and fire fighting system.

(s) Substation fencing and gates.

(t) Building for Fire fighting pump house and fire water tank.

(u) Control room building/AC Kiosks for the substation.

(v) Supply of cement and steel for all the above works.

B. Scope for 400KV Transmission Line :

(a) Furnishing of technical details of the material to be supplied.

(b) Complete manufacture of all the units including their shop testing and galvanization.

(c) Proto type assembly at works before dispatch, supply including packing, loading and
transportation from the manufacturer's works to the contractor site stores/
APTRANSCO stores with unloading and stacking and safe keep until these material
are utilized for erection as specified.

(d) Furnishing of reproducible / AUTO CAD structural drawings of towers, shop


drawings, bills of materials and foundations drawings, data, test reports,
operation/instruction manuals etc., for purchaser's approval and on approval bound
volumes of the same for future record wherever applicable in 10 sets.

(e) The structural drawings for towers and their foundations shall be provided by
APTRANSCO as available. Wherever the drawings and designs are provided by
APTRANSCO, the suitability of these design and drawings shall be verified by the
bidder for design requirements as per standards, site and soil conditions based on the
soil investigation and furnish the detailed design verification calculations before
execution if sought by APTRANSCO. Standard BOMs for towers, stubs will be
communicated to the contractor after placement of Purchase Order. Substitutions if
any of steel sections of the tower parts with higher size due to non-availability or
otherwise, shall be to the contractors account. The purchaser will not accept any
liability on this account. The supplier shall raise the invoices as per standard BOMs.
In case of minor variation in BOM approved after proto inspection, only the approved
standard BOM will be invoiced and paid.

All the templates required shall be manufactured and got proto inspected and
approved by the purchaser before starting the erection work. New set each of the
templates for all types of towers & their extensions shall be handed over to
APTRANSCO after completion of Tr. Line erection work.

(f) Where design of a particular Tower/Tower


extension /Leg extension for Tr. Line is not available with the purchaser or where any
modification in the design or new design is required, the bidder shall have to design
the same to APTRANSCO at no additional cost, including detailing, proto testing,
furnishing of Bill of Material (BOMs) drawing etc. All the relevant drawings in
AUTO CAD to the scale with reproducible tracings in such cases shall also be
supplied to the purchaser by the successful bidder at free of cost. The new tower
designs developed shall be got approved by CPRI Bangalore.
5
(g) The scope of work also includes redrawing of existing structural and shop drawings of
all the towers being used in the project using AutoCAD with scale duly certifying
their correctness and to be handed over to APTRANSCO in hard and soft copies
before clearing the material for mass fabrication.

(h) Supply of Tower accessories, 120 kN & 160 kN Disc Insulators/Long Rod Porcelain
Insulators, ACSR Moose Conductor, GSS Earthwire, OPGW,OFAC and Hardware &
Accessories required for Earth wire and OPGW and GPS as detailed in technical
specification. The type testing of these material should have been done within 5 years
from the date of NIT. If the purchaser feels that the type test has to be conducted for
his satisfaction or any revision in the relevant IS, the tests should be conducted at free
of cost. Please note that APTRANSCO reserves the right to allot ACSR Moose
Conductor and any surplus material from APTRANSCO stores to project site and in
such cases transportation charges will be paid as per SSR rates and the contractor has to
transport such material invariably and the balance quantity of material shall only be
offered for supply.

(i) The scope also covers detailed survey (if and where required), check survey, laying of
conventional/pile foundations, Design of foundations, river crossing works (if any),
erection, testing and commissioning of the 400kV DC transmission lines employing
Twin Moose bundled ACSR conductor per phase and one no. 7/3.66 mm GSS earth wire
and 1 No. OPGW. The bidder shall indicate whether the river crossing works (if any)
including pile foundations will be carried out by them or by other agency in their name.
In both cases the required proof of documentation (such as P.O., satisfactory completion
and performance) as required by APTRANSCO on execution of river crossing works
shall be furnished in the bid for necessary approval. In case of other agency, an
authorization letter to that extent shall be furnished in the bid for carrying out river
crossing works on behalf of the bidder for satisfactory completion as per the terms and
conditions of the specification.
(j) Scope also covers Supply of Scientific Instruments as indicated in Schedules.
(k) Testing and Commissioning of the materials required for the line.
2.3 Please note that the contract is on TURN KEY basis and hence any other items not
specifically mentioned in the specification but which are
required for erection, testing and commissioning and satisfactory operation of the
Substation and Tr. Line are deemed to be included in the scope of the specification
unless specifically excluded. The same shall be arranged by contractor unconditionally.
Quantities wherever indicated in the Bidding documents are tentative only for the scope of
the works and will be considered only for the evaluation of Bids. Actual quantity will be as
per the approved design and drawings, profiles for the complete scope of the works based
on system requirement.

2.4 Any of the joint venture contractors in one bid shall not associate with any other bidders as
joint venture for the same tender. The equipment/ material shall be supplied from the
approved vendors of APTRANSCO published in website only. However, bidders shall
ensure in advance that that the vendors/sub-vendors for procurement and supply of
equipment/material against this project are registered in APTRANSCO website as approved
vendors. Before offering the material from a Sub-Vendor (even though the company name
is indicated in the approved Sub-Vendors / Manufacturers list), the contractor shall take
approval from APTRANSCO by submitting all the credentials to meet the qualifying
requirements. The bidder should own/lease/procure the minimum tools & plants, testing
equipments required for the execution of works in time as per the contract. The required T
& P and testing equipments shall be indicated together with quantity.
6
2.5 Before proceeding with the construction work of the Substation and Tr. Line in existing
sub-stations, the Contractor shall fully familiarize himself with the site conditions and
General arrangements & scheme etc. Though the Purchaser shall endeavor to provide the
information, it shall not be binding for the Purchaser to provide the same. The bidders are
advised to visit the sites and acquaint themselves with the topography, infrastructure and also
the design philosophy. The bidder shall be fully responsible for providing all equipment,
materials, system and services specified or otherwise which are required to complete the
supply, construction and successful commissioning, operation & maintenance of the
Substation and Tr. Line in existing sub-stations in all respects. All materials including
cement & steel required for the Civil and construction/installation work shall be supplied by
the Contractor.

2.6 The complete design both electrical and civil (unless specified otherwise in specification
elsewhere) and detailed engineering including preparation and submission of Layouts,
drawings and design shall be done by the Contractor.

2.7 The Contractor shall also be responsible for the overall co-ordination with
internal/external agencies, project management, training of Purchaser's manpower,
loading, unloading, handling, moving to final destination including Purchaser
supplied material if any for successful erection, testing and commissioning of the
Substation and Tr. Line.

2.8 Design of Substation/ Bay extensions in existing sub-stations (if any) and its associated
electrical & mechanical auxiliaries systems includes preparation of single line diagram,
electrical layouts, erection key diagrams, and electrical and physical clearance diagrams,
design calculations for Earth mat, Direct Stroke Lightning Protection (DSLP). Substation
Automation & Control and protection schematics, wiring and termination schedules,
design of Fire fighting system, Lighting/illumination and other relevant drawings &
documents required for engineering of all facilities within the fencing to be provided
under this contract, are covered under the scope of the Contractor.

2.9 APTRANSCO reserves the right to allot any surplus material from APTRANSCO stores to
project site and in such cases loading and unloading, transportation charges will be paid as per
SSR rates prevailing on the date of transport (insurance charges as per actual) and the
contractor has to transport, store and insure such material invariably and the balance quantity
of material shall only be offered for supply.

2.9.1 It is intended to install Substation Automation System, in the above 400/220kV Substation
control room. Components/switches/Modules/Contacts/Transducers required to be provided
for interfacing with the monitoring /automation system shall also be responsibility of the
supplier.

2.10 Specific exclusions

The following items of work are specifically excluded from the scope of the contract:

Supply, erection, testing, commissioning of 315 MVA, 400/220kV Auto Transformers.

3.0 SUBMISSION OF BIDS :

3.1 Procedure for bid submission : The bidders who are desirous of participating in ‘e’-
procurement shall submit their Technical bids, Price bids etc., in the standard formats
prescribed in Tender documents, displayed at ‘e’- market place. The bidders should invariably
upload the scanned copies in support of their bids. Bidder should take care that the scanned
copies are clear & visible. The bidders shall sign on all the statements, documents, certificates,
being uploaded by them, owning responsibility for their correctness / authenticity. Schedules,
7
formats and other documents in the PDF format only. For the Price Bid (Schedule-A, B
& C) the bidder shall submit both the downloaded commercial bid in XL file and also
signed and scanned PDF file. The Quantities and description against the items of the
Schedules shall not be modified. The Bidder should not upload price schedules in
technical bid.

1. The Department will not hold any risk and responsibility for the loss in transit during
uploading of the scanned document, for the invisibility of the scanned document
online, and any other problem(s) encountered by the bidders while submitting his bids
online.

2. The following certificates, documents etc., are to be scanned and uploaded on to the
‘e’- procurement platform at www.eprocurement.gov.in
a) Copy of contractor’s registration certificate if any.
b) Copy of Latest valid Income Tax Clearance certificate / PAN Card and latest
income tax returns.
c) Copy of GST Registration certificate.
d) All the relevant certificates / enclosures required.
e) Regarding TIN.
f) Authenticated evidence by the Chartered Accountant in support of Qualifying
requirements in prescribed formats as indicated in specification ie. for
Technical experience and Financial requirements.

3. Any other condition regarding receipt of tenders in conventional method appearing in


Tender document may be treated as Non-applicable.

3.2 If any bidder uploads the bid without paying BID SECURITY/Transaction fee, the bidder will be
black listed. Similarly, if any of the certificates, documents, etc., furnished by the bidder is/are
found to be false/fabricated/bogus, the bidder will be black listed and his BID SECURITY
forfeited. The bidder shall submit to the bid a certificate of Income Tax verification from the
appropriate Income Tax Authority on the form prescribed. If the certificate had already been
produced by the bidder during the calendar year in which the bid is made, it will be sufficient if
particulars of the previous occasion are given.

3.3 As per G.O. No. Ms. No. 174, Dt.: 01.09.2008 and T.O.O. CE(Construction/400kV) Ms. No.
154, Dt: 30.10.2009.
i. Submission of original hard copies of the uploaded scan copies of DD/ BG towards
EMD by participating bidders to the tender inviting authority before opening of the
price bid be dispensed forthwith.

ii. All the bidders shall invariably upload the scanned copies of DD/BG in e-procurement
system and this will be the primary requirement to consider the bid as responsive.

iii. The Department will notify the successful bidder for submission of original hard copies
of all uploaded documents and DD/BG towards EMD prior to issue of Letter of Intent.

iv. The Department will not take any responsibility for any delay in receipt /non receipt of
original DD/BG towards EMD, certificates /documents, from the successful bidder
before the stipulated time.
[

v. On receipt of documents the department shall ensure the genuinity of the DD/BG
towards EMD and all other certificates / documents uploaded by the bidder in e-
procurement system in support of the qualification criteria before issuing of letter of
intent. The successful bidder shall invariably furnish the original DD/BG towards EMD,
8
certificates/ documents of the uploaded scanned copies to the Tender inviting authority
before placing of LOI either personally or through courier or post and the receipt of the
same within the stipulated date shall be the responsibility of the successful bidder. The
department will not take any responsibility for any delay in receipt/non receipt of
original DD/BG towards EMD, certificates/documents, from the successful bidder
before the stipulated time.

vi. If any successful bidder fails to submit the original hard copies of uploaded certificates/
documents, DD/BG towards EMD with in the stipulated time or if any variation is
notices between the uploaded documents and the hard copies submitted by the bidder,
the successful bidder will be suspended from participating in the tenders on e-
procurement platform for a period of 3 years. Besides this, APTRANSCO shall invoke
all processes of law including criminal prosecution of such defaulting bidder as an act
of extreme deterrence to avoid delays in the tender process for execution of the
development schemes taken up by the Government.

3.4 The bids shall be submitted in complete shape with all particulars called for in the schedules
enclosed to specification. There shall not be any deviation from the contents of the schedule.

3.5 The dates stipulated in the tender notice are firm and under any circumstances they will not
be relaxed unless officially extended. The bidder has to keep track of any changes by
viewing the addendum / corrigendum issued by the Tender inviting Authority on time-to-
time basis in the e-procurement platform. The Department calling for tenders shall not be
responsible for any claims/ problems arising out of this.

3.6 The bidder should upload scanned copies as specified in checklist and all enclosures required
for the schedules and Appendices. Contractor should produce the originals of all documents
for verification if asked for by the Competent Authority within 3 (Three) days.

3.7 The bidders are advised to ensure that their bids are uploaded in complete shape in the first instance
itself. Post bid rebates, revisions or deviation in quoted price and/or conditions or any such
offers which will give benefit to the bidder over others will not only be rejected straight but the
original bid itself will get disqualified on this account and the bidder’s bid security amount will
be forfeited.

3.8. Transaction fee and Bid Security: It is mandatory for all the participating bidders to pay
electronically (online) the transaction fee to M/s. Vupadhi Techno Services Pvt. Ltd,
Hyderabad through “Payment Gateway Service on e-procurement platform”. Bidders shall
submit transaction fee at 0.03% of ECV plus (+) 18% GST on 0.03% of ECV. The
participating bidders have to pay transaction fee of 0.03% on estimated Contract value (ECV)
with a cap of Rs10,000/- (Rupees ten thousands only) plus 18% GST for all tenders with
ECV up to Rs.50 Crores and Rs.25,000/- (Rupees Twenty five thousand only) plus 18% GST
for tenders with Estimated Contract Value (ECV) above Rs.50.00 Crores through online to
M/s. Vupadhi Techno Services Pvt. Ltd, Hyderabad at the time of bid submission
electronically.
As per G.O.Ms.No.13, Payment of Transaction fees through online payment Gateway is
made Mandatory from 2nd Feb 2007. All the Tenders have to pay the above non-refundable
service charge through online payment gateway with any MASTER/ VISA credit card issued
by any bank and through Net Banking facility with ICICI, HDFC Banks, Axis Bank.
18% GST + Bank Charges for Credit Card Transaction of 1.85% on the transaction Amount
Payable to M/s. Vupadhi Techno Services Pvt. Ltd, Hyderabad shall be applicable.
Bid Security :
Bid Security should be scanned and uploaded on line.
Bid Security shall be paid as indicated in the NIT. D.D’s / Bank Guarantees towards bid
securities shall be submitted by the bidders invariably from the list of Banks enclosed to the
9
bidding documents. Demand Drafts shall be valid for a period of 6 months from the date of
tender notice. The Bank guarantee shall be valid for a period of 30 days over and above the
validity of bid of 90 days (i.e., 90 + 30 = 120 days from the date of bid opening).

Bid Security will be forfeited


a) If the bidder withdraws the tender during Tender validity period.
b) In case of successful bidder if he fails to sign the agreement for whatsoever reason.
c) If he fails to furnish the required performance security.
The Bid Security of the unsuccessful bidder will be permitted to be withdrawn either after
finalisation of the tenders or after the tender validity period whichever is later. THE BID
SECURITY deposited by the bidders will not carry any interest and it will be dealt with as
provided in the conditions stipulated in the tenders.

BIDS ON E-PROCUREMENT PLATFORM, WHICH DO NOT CONTAIN THE


SCANNED COPY OF BID SECURITY, WILL BE REJECTED WITHOUT ANY
CONSIDERATION WHATSOEVER. Bids with insufficient value or validity of bid
security will be rejected without consideration whatsoever. The APTRANSCO will not be
responsible for any omissions in this regard on the part of the bidders, which result in the
rejection of the bids and the bidders will be blacklisted by the APTRANSCO.

3.9 Successful bidder shall pay the Corpus fund to APTS @ 0.04% on ECV in the form of DD
payable at Vijayawada and drawn in favour of MD, APTS, Vijayawada to sustain ‘e’
procurement initiatives, research and development of software application for automation for
process in user departments.

3.10 The successful bidder is expected to complete the work within the time period specified in
the NIT.

4.0 Bidders eligible to Tender:

(i) This is a local competitive bidding. This invitation of bid is open to all bidders who
had incorporated and registered in India as per Companies Act, 1956. Bidders / firms
in India who have the valid registered corporate office in India as per Indian
Companies Act 1956 are only eligible to participate in this tender.

(ii) The Bidders/ Firms who

(a) Are not blacklisted or debarred or suspended by the Government for whatever
the reason, prohibiting them to continue in the contracting business.

(b) Have complied with the eligibility criteria specified in the NIT are the eligible.

5.0 Bidders ineligible to Tender:

(i) A retired officer of the Govt. of AP or Govt. of India executing works is disqualified
from tendering for a period of two years from the date of retirement without the prior
permission of the Government.

(ii) The Bidder who has employed any retired officer as mentioned above shall be
considered as an ineligible Bidder.

(iii) The Bidder himself or any of his employee is found to be Gazetted Officer who retired
from Government Service and had not obtained permission from the Government for
10
accepting the Bidder’s employment within a period of 2 years from the date of his
retirement.

(iv) The Bidder or any of his employees is found at any time after award of contract, to be
such a person who had not obtained the permission of the Government as aforesaid
before submission of the tender or engagement in the Bidder’s service.

v) Bidder shall not be eligible to tender for works in AP Transco where any of his near
relatives are employed in the rank of Assistant Engineer or Assistant Executive
Engineers and above on the Engineering side and Assistant Accounts Officer and above
on the accounts side. The Bidder shall intimate the names of persons who are working
with him in any capacity or are subsequently employed. He shall also furnish a list of
Gazetted /Non-Gazetted State Government Employees related to him. Failure to furnish
such information Bidder is liable to be removed from the list of approved Bidders and his
contract is liable for cancellation.

Note: Near relatives include


Sons, step sons, daughters, and step-daughters.
Son-in-law, and daughter-in-law.
Brother-in-law, and sister-in-law.
Brothers and Sisters.
Father and Mother.
Wife / Husband.
Father-in-law and Mother-in-law
Nephews, nieces, uncles and aunts
Cousins and
Any person residing with or dependent on the Bidder.

6.0 Last date / time for Submission of the Tenders.

1. Tenders must be submitted online not later than the date and time specified in NIT.
2. The tender inviting authority may extend the dates for issue and receipt of Tenders by
issuing an amendment in which case all rights and obligations of the tender inviting
authority and the bidders will remain same as previously.
3. The bidders are requested to check / verify the web site before scheduled closing date for
any changes/ amendments in the tender.

7.0 Late Tenders :

Tenders will not be received after the last date / time prescribed in NIT.

8.0 Modification to the Tender :

Bidders can modify their Tender percentage online before the last date/time prescribed in
NIT. No Tender shall be modified after the last date /time of submission of Tenders.
The successful bidder is expected to complete the work within the time period specified in
the NIT.

9.0 Qualification requirements of the Bidders:

9.1 The Bidder shall furnish the following particulars in the formats provided online and
supported documentary evidence shall be uploaded.

Attested copies of documents relating to the Registration of the firm, Commercial Tax
Registration, Latest Income Tax Clearance certificate /latest IT return and PAN number from
11
IT Department etc. Availability of key personnel for administration /site management and
execution viz., technical personnel required for the work.

9.2 Qualification criteria for opening of the price bid: Bidders qualified in the Technical / Pre
qualification Bid are eligible.

9.3 Even though the bidders meet the above qualification requirements, they are liable to be
disqualified / debarred / suspended / blacklisted if they have

Furnished false / fabricated particulars in the forms, statements and /Annexures submitted in
proof of the qualification requirements and / or

Not turned up for entering into agreement, when called upon with in the time specified in the
letter of acceptance.

Record of poor progress such as abandoning the work, not properly completing the contract,
inordinate delays in completion, litigation history or financial failures etc. and/or

Participated in the previous bidding for the same work and had quoted unreasonably high
tender percentage and as history of criminal record in which the bidder is involved if any.

Even while execution of the work, if found that the work was awarded to the bidder based on
false /fake certificates of experience, the bidder will be blacklisted and work will be taken
over invoking clause 61 of PS to APSS. History of litigation with Govt. during the last 5
years in which the bidder is involved.
12
10.0 ELIGIBILITY OF THE BIDDER

This is a local competitive bidding. This invitation of Bids is open to all bidders who had
incorporated and registered in INDIA, as per Indian companies Act.

Eligibility of a bidder will be based on meeting the minimum criteria specified in Part-A
below regarding the Bidder’s technical experience and financial position. The bidder shall
also be required to furnish the information specified in Part-B below in their Bid. Technical
experience and financial resources of any proposed subcontractor shall not be taken into
account in determining the Bidder’s compliance with the qualifying criteria.
The bid shall be submitted by an individual firm or a JV not exceeding two partners.

APTRANSCO reserves the right to waive minor deviations if they do not materially affect
the capability of the Bidder to perform the contract.The Purchaser may assess the capacity
and capability of the bidder, to successfully execute the scope of work covered under the
package within stipulated completion period. This assessment shall inter-alia include (i)
document verification; (ii) bidders work/manufacturing facilities (iii) manufacturing capacity,
details of works executed, works in hand, anticipated in future & the balance capacity
available for the present scope of work; (iv) details of plant and machinery, manufacturing
and testing facilities, manpower and financial resources; (v) details of quality systems in
place; (vi) past experience and performance; (vii) customer feedback; (viii) Banker’s
feedback etc.

10.1 PART-A
10.1.1 Technical Experience :
A. The bidder as a Prime contractor/as a Lead partner must have successfully executed (1)
One No. 400kV or higher class sub-station in single contract and surveyed, optimized
tower locations, erected, strung with tension stringing equipment, not less than route
length of 10 kM Quad Moose Line of 400 kV class or above in single contract during
last 7 years as on the date of bid opening and which must be in satisfactory operation for
at least 1 (one) year as on the date of Bid opening. The bidder shall enclose the proof of
successful operation of 1 year for both Substation and Line obtained from the Power
Utility by an officer not below the rank of Executive Engineer or equivalent cadre
indicating date of commissioning failing which the bid will become non-responsive. In
case of PGCIL the certificate issued by Chief Manager/Contract Division / Gurgaon is
also accepted.

B. The 400kV and 220kV class Circuit breaker being offered are from manufacturer(s) who
have designed, manufactured, type tested and supplied the Circuit Breaker of 400kV or
above class which must be in satisfactory operation for at least 2 (two) years as on the
date of bid opening.

C. Manufacturing Facilities for 400kV Tr. Line


The Bidder should have his own manufacturing facilities for the Transmission Line
towers and tower parts having the following minimum manufacturing capacities and
manufacturing experience: -
Manufacturing capacity : It shall be double of the quantity (i.e. 200%) proposed in this
tender specification per financial year. Necessary certificate as per Prequalification
Annexure in the specification shall be enclosed.
Manufacturing experience: Tower quantity manufactured (400 kV / 765 kV ) and has
supplied in any one financial year, during the last two years should not be less than
100% of the quantity proposed.
13
Alternatively, the Bidders who intend to participate and propose to supply towers from a
manufacturer who meets the above manufacturing facilities as mentioned in 10.1.1(C)
shall furnish a Joint Deed of Undertaking (format enclosed) along with the manufacturer
to guarantee quality & timely supply of towers and confirming to furnish a performance
guarantee of 10% of the cost of such towers from the manufacturer/bidder. This is in
addition to the 10% Contract Performance Guarantee to be submitted by the Contractor
on award of Contract. The tower manufacturer proposed by the bidder should have
manufactured and supplied towers ( 400 kV / 765 kV) to PGCIL/APTRANSCO/Any
Other State Power Utilities. The said supply shall be evidenced by documentary proof
from any of aforesaid utilities.

10.1.2 Financial Position:


(i) The bidder should have achieved an Annual Financial Turnover (AFT) of at least
100% of the estimated cost in any one year during the last five financial years.

(ii) The Bidder shall have BG, Cash limits & LC limits of not less than 30% of the
estimated cost.
The Banker certificate furnished as per proforma in the bidding documents with
balance available limits indicated for BG, Cash limits & LC limits shall be within 30
days as on the date of bid submission only will be considered for evaluation. Please
note any other formats or prior to 30 days date are not considered for evaluation.

10.1.3 Joint Venture Firms:


10.1.3.1 In case the bid is submitted by a joint venture (JV) (JV of not more than two firms as
partners), joint venture must have been formed before the bid submission date. The
qualifying criteria of the both the partners of JV shall be added together to determine the
bidder’s compliance with minimum QR criteria set out at para 10.1.1 & 10.1.2 above,
However in order the JV to qualify they shall meet the following minimum criteria. :

The JV partners :

(a) Technical Experience : The Lead partner and Associate partner shall meet 100%
Technical Experience of either 400kV Sub station or 400kV Tr. Line or both 400kV
Tr. Line and Sub station set out at para 10.1.1 above.

(b) Financial Experience : The Lead partner and Associate partner shall meet not less
than 40% of the estimated cost for AFT in any one year during the last five financial
years and 15% of the estimated cost for BG, Cash limits & LC limits set out at para
10.1.2 above.

10.1.3.2 In case of Joint Venture the following condition shall also apply:

a) 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 shall be done
with the Lead Partner and payment under the contract shall be received by the Lead
Partner on behalf of the Joint Venture as per power conferred to him in the Power of
Attorney. The authorization shall be evidenced by submitting a Power of Attorney
signed by legally authorized signatory of all the partners as per Proforma in
specification.

b) All partners of the Joint Venture shall be liable jointly and separately for the
execution of the Contract in accordance with the Contract terms and a copy of the
14
agreement entered into by the joint venture partners having such a provision shall be
submitted with the bid.
c) In case of Joint Venture, the lead partner should only submit the bid in e-procurement
plat form duly obtaining the Digital Signature Certificate from Andhra Pradesh
Technology Services (APTS), Vijayawada otherwise the bid will be rejected at pre-
qualification stage itself. In case of Joint Venture the Bid security shall be submitted
by the Lead partner (or) Joint Venture Firms together. The Joint Venture must have
been formed before the Bid submission date. They shall submit documentary
evidence to that extent.

A statement to this effect shall be included in the authorization mentioned under (a)
above as well as in the Bid Form (in case of a successful bid). However satisfying the
above, the JV (including partner) shall put together meet not less than 100% financial
capacity.

10.2.0 PART-B :

10.2.1 The Bidder shall also furnish following documents/details with its bid:

i) A certificate from banker (as per format) indicating various fund based/non fund
based limits (BG, Cash limits & LC limits) sanctioned to the bidder and the extent of
utilization as on one month prior to the date of bid submission. Such certificate
should have been issued not earlier than one month prior to the date of bid
submission. Wherever necessary APTRANSCO may make queries with the Bidder’s
bankers.

The Banker certificate furnished as per proforma in the bidding documents with
balance available limits indicated for BG, Cash limits & LC limits (one month prior
to the date of bid submission) only will be considered for evaluation. Please note any
other formats or prior to 30 days date are not considered for evaluation.

The complete annual reports together with Audited statement of accounts of the
company for last five years of its own (separate) immediately preceding the date of
submission of bid.

ii) Bidder shall have adequate sub-station design infrastructure and erection facilities and
capacity and procedures including quality control.

iii) The bidder should own / lease / procure the minimum tools & plants required for the
execution of the works in time as per the contract period. The required T & P shall be
indicated together with quantity.
The bidder should own or have access to the following key Tr. Line erection
equipment :
Tension Stringing Equipment of 8 /15 Tonnes Capacity (Quad Bundled Conductor):
The bidder should own Minimum Four (4) Nos. TSE of 8 /15 Tonnes capacity and
required no. of rollers for Quad Bundled Conductor shall also be made available. The
bidders should also have access to engage the above facilities from other agencies. In
such case they should furnish the details of such agencies along with their consent
letters.
15
iv) The bidder should indicate number of technical persons along with their qualifications
available with him for execution of the works as follows.
For 400/220kV Substation :

Project 1No. Graduate Engineer


Manager
Site Incharge 1No. Electrical Graduate Engineer and 1 No Civil
Graduate Engineer with Five Years of experience in
similar project.
Technical 3 Nos. Electrical & 3 Nos Civil Diploma holders OR 3
persons Nos. each ITI holders Electrical & Civil with
experience of five years in similar project.

For 400kV Tr. Line :

Project Manager 1 No. Graduate Engineer (Elec.)


Planning Engineer 1 No. Graduate Engineer (Elec.)
Section In-charge 1 No. Graduate Engineer (Elec.)
Site Engineers 2 Nos. 1 No. Graduate Engineer (Elec.) +
1 No. Graduate Engineer (Civil)
Supervisors 3 Nos. Electrical Diploma holders +
2 Nos Diploma Civil

10.2.2 Any of the joint venture contractors in one bid shall not associate with any other
bidders as joint venture for the same tender. The equipment shall be supplied
from the approved vendors of APTRANSCO only. The list of approved vendors is
given in Volume-I.

10.3 Litigation History:


The bidder should provide detailed information on any litigation or arbitration arising
out of contracts completed or under execution by it over the last five years. A
consistent history of awards involving litigation against the Bidder may result in
rejection of Bid.
10.3.1 Even though the bidder meets the above qualifying criteria, they are subject to be
disqualified if they have

a. Made misleading or false representations in the forms statements and


attachments submitted in proof of qualification requirements and / or

b. Record of poor performance such as not properly completing the contract,


inordinate delays in supply completion, litigation history or financial failure
etc.
Not withstanding anything stated above the purchaser reserves the right to assess
bidder’s capability and capacity to perform the contract should circumstances warrant
such an assessment in the overall interest of the purchaser. It is the sole discretion of
APTRANSCO to allot the work to any bidder. Merely becoming of L1 (Lowest
quoted) bidder does not automatically entitle any rights on any bidder for award
of contract. The past performance of the contractor will be taken into account while
awarding the contract. The APTRANSCO reserves the right to reject any bid/bids on
account of past performance in the earlier awarded works at any stage of evaluation of
bids.
16
10.4 Please note that Bidders who are executing three (3) Nos. 400 kV contracts in
APTRANSCO as on date of tender opening date shall submit a Bank Guarantee for
5% of total contract value in addition to the performance Bank Guarantee in case
becoming L1. The bidder shall submit an undertaking in their bid on confirmation of
submission of 5% BG, failing which the bid will not be considered. This 5% BG shall
be valid till commissioning of the Substation and Tr. Line. This is in addition to the
Performance Security Bank Guarantees to be submitted by the contractor towards
supply and erection.

10.5 QUALIFICATION REQUIREMENTS FOR SUB-VENDOR:


The bidder shall procure sub-vendor items required for 400 kV transmission lines/
Substations from reputed manufacturers who are approved sub vendors of
APTRANSCO published in APTRANSCO website having qualifying requirements as
detailed below:

a) Tower Accessories and Earth wire :


For supply of materials covered under sub-vendor items, the sub-vendor should have
designed, manufactured, tested and supplied (each of material) quantity equivalent to
the quantity as mentioned in tenders for which the Bidder quotes in any consecutive
period of twelve (12) months during the last five (5) financial years.
b) ACSR Moose Conductor, Insulators and Hardware & Accessories :
The Sub-Vendor should be a manufacturer who must have designed, manufactured,
tested as per IS/ IEC of similar/ higher grade materials offered and supplied to power
utilities at least 40% of the quantity of each materials indicated in the “Schedule of
Prices (Supply)” in a continuous period of 12 months and its financial turnover during
any one year of the last five years should have been equal or more than 100% value of
the material mentioned in tender. At least 20% of the quantity of similar material/
higher-grade materials indicated in the “Schedule of Prices (Supply)” should be in
successful operation since 2 years as on the date of opening of the Bid.

c) OPGW and Hardware & Accessories:


The bidder shall offer OPGW from a manufacturer, who has been manufacturing
OPGW for the last three (3) years and at least 200kM of OPGW manufactured and
supplied by such manufacturer shall have been in satisfactory operation on 110kV or
higher voltage EHV transmission lines for at least two (2) years as on the date of
opening of bids.

d) Submission of Type test reports :-


The successful Bidder at the time of sub-vendor’s approval shall furnish Type test
Reports of sub vendor items in complete shape as per the relevant IS/IEC Standards in
a recognized laboratory as per the latest revision of the Technical specification not
later than 5 years subject to no alteration in the design. If the purchaser feels if it is
necessary to conduct the type test for his satisfaction then it should be done at free of
cost.

e) Approval of Sub vendor :


The list of sub-vendors from (invariably from approved sub vendors of APTRANSCO
website) whom the Bidders intends to procure the material may be furnished along
with the bid. After the award of contract the contractor should submit Qualification
Requirements of sub-vendors along with credentials as detailed below for approval:
17
i) Documentary evidence (clients certificate) in support of information on past
supplies and satisfactory operation of the material as specified.

ii) Copies of original documents defining the constitution or legal status, place of
registration and principle place of business of the company or firm or
partnership etc.,

iii) The sub-vendor should furnish a brief write-up, backed with adequate data,
explaining his available capacity and experience (both technical and
commercial) for the manufacture and supply of the required material without
the specified time of completion after meeting all their current commitments.

The sub-vendor should clearly confirm that all the facilities exist in his factory for
inspection and testing and these will be made available to the purchaser or his
representative for inspection.

11.0 One Tender per Bidder:

Each Bidder shall submit only one Tender for the work. A Bidder who submits more
than one Tender will cause dis-qualification of all the Tenders submitted by the Bidder.

12.0 Language of the bidding documents:

Bids shall be submitted in English language only.

13.0 Cost of Tendering :

The Bidder shall bear all costs associated with the preparation and submission of his
Tender and the tender inviting authority will in no case be responsible and liable for
those costs.

14.0 Cumulative Financial capability:

If the bidder is bidding for more than one contract, the aggregate requirement of
turnover and credit facility will be counted for awarding more than one contract.
Bidder shall furnish the certified profit & loss account statements for the last five
years.

15.0 Site Visit :

The bidders are advised to visit and examine the site of proposed Substations / Tr. Lines
and obtain all information that may be necessary for preparing the bid such as access to
site, communication, transport, leads and availability for water, sand, metal etc., right of
way, the quantity of various items of work, the availability of local labour, availability
and rates of materials, local working conditions, uncertainties of weather and working
seasons etc. The cost of visiting the site shall be at bidder’s own expense. Ignorance of
site conditions shall not be accepted by APTRANSCO as basis for any extra claim or
additional rates or any compensation at a later date. The submission of a bid by the
bidder will be construed as evidence that such an examination was made and later
claims/disputes in this regard shall not be entertained.

It is the responsibility of the bidder to satisfy himself that sufficient quantities of


construction materials required for the works shall exist in the borrow areas or quarries
sites. The APTRANSCO does not accept any responsibility either in identifying the
quarries or procuring the material or any other facilities in this regard. The bidder will
18
not be entitled for any extra cost/ rate or claim for the misjudgment on his part for
quantity and quality of materials available in the quarries.

16.0 Clarification on Bidding Documents :

A prospective Bidder requiring any clarification on the Bidding Documents may


notify the tender inviting authority in writing or by fax at the tender inviting
authority's mailing address indicated in the Invitation for Bids. The clarifications
sought by the bidders received 15 days earlier to the date of opening of the pre-
qualification bid will be clarified provided these clarifications as found necessary
only in case of any ambiguity in the bidding documents brought out by the bidder. In
all other cases the specification provisions in the bidding documents prevail.

Pre-bid Meeting : Pre bid meeting will be conducted within 10 days of uploading the
bid specification. The date and time for pre bid meeting will be intimated in the e-
procurement platform. All the prospective bidders are requested to attend the pre-bid
meeting for any clarification in the bidding documents with proper authorization
letters. The minutes/clarifications of pre-bid meeting will be intimated through e-
procurement platform only.

17.0 Amendment of Bidding Documents :

At any time prior to the deadline for submission of bids, the Purchaser may, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective Bidder,
modify the Bidding Documents by amendment.
All such amendments would be available on the e-procurement platform/APTRANSCO website
and are binding on the respective Bidder.
In order to allow prospective Bidders reasonable time to take the amendment into account in
preparing their bids, the Purchaser may, at his discretion, extend the deadline for the submission
of bids.

18.0 PRICES:

The estimates / Schedules are prepared with prices FADS inclusive of packing and
forwarding, GST@ 18%, Seignorage charges, Labour welfare Cess @ 1%, handling charges
to cover the transport from destination to site / stores, unloading at destination and insurance
(transit and storage at site including erection risks), civil, erection, testing and
commissioning.

It is the responsibility of the Bidder to know the prevailing statutory taxes. APTRANSCO
considers evaluation bid price on the basis of prevailing tax rates as on the date of “Tender
calling date”.

APTRANSCO is registered as a dealer under GSTIN No.37AABCT0088P1ZU.

Estimates/Schedules are prepared with prices FADS inclusive of packing and forwarding,
GST based on HSN/SAC codes, siegnorage charges, Labour welfare Cess and other legally
permissible duties and levies where ever applicable, handling charges to cover the transport
to stores/site, unloading and insurance ( Transit and storage at site including erection risks),
civil, erection testing and commissioning. Evaluation will be done considering that all the
bidders quoted % excess/Less with GST only.

No extra claim will be considered with a plea that the taxes and levies of the estimate are not
equal to the taxes and duties applicable at the time of bidding.
19

The Bidder has to quote in Schedule-C, the percentage (both in words and figures) Excess/
On Par/ Less over the total estimated contract value given in Schedule – C (ie. Schedule-A +
Schedule-B). The detailed contract order will be released to the successful bidder, duly
applying the quoted percentage on Schedule-A + Schedule-B. The bidder is entirely
responsible for considering correct taxes, other local taxes or levies if any, license fee etc.,
that they have to incur until completion of project, while quoting the percentage excess / on
par / less on the total estimated Contract Value.

(a) For Equipment & Materials:


The total estimate price of all the equipment and material required for the project, including
all taxes, levies, freight and insurance etc. are given in Schedule - A. GST @ 18% is
included in all supply items on Unit Rate + F&I. It is to be noted that the bidder is
responsible for considering correct taxes for items of the schedule - A while quoting the
excess / on par / less percentage over ECV.

The quoted rates are variable for the following items of Equipment / Materials :

Substation:
Circuit Breakers, Instrument transformers, Lightning arresters, Isolators, Substation
Structures, M.S Rod/Flat, G.I Flat, Moose ACSR conductor and Power and Control cables.
Tr. Line :
Tower parts including Bolts & Nuts, ACSR Moose Conductor and GSS Earth wire.

The Price variation clause applicable is mentioned below.

All other equipment /material prices shall be firm on all accounts such as increase in
quantity of Equipment / Materials over that provided in the contract, execution of contract
beyond the scheduled completion period for whatever reasons, increase in the rates of
material during and beyond the completion period etc.
(b) For Works:
GST @ 18% is included in all works items on Unit Rate + Labour cess. TDS will be
recovered as applicable. The rates duly loaded with quoted tender percentage for all the
items of works covered in Schedules B, except for the items Cement, Reinforcement Steel
shall be firm on all accounts such as (i) increase in quantum of work over that provided in the
contract,(ii) execution of contract beyond the scheduled completion period for whatever
reasons, (iii) increase in the rates of material and labour both during and beyond the
completion period etc. These prices shall include all the Taxes and levies wherever
applicable. Price variation is applicable for items Cement, Reinforcement Steel which is as
per Price Variation clause mentioned below.

18.2 The percentage excess / on par/ less on ECV quoted shall be considering all taxes and levies
including Labour cess etc., packing, forwarding, loading, unloading, transportation to
site/stores/storage and insurance to cover transport, storage, erection, testing & commissioning
etc. till Sub-station/Tr. Line is taken over by APTRANSCO.

All the information required in the various schedules must be complete, otherwise the bids
are likely to be rejected. Under no circumstances shall a bidder alter his price during the
validity period after bids are opened. Any bidder who does so resulting in recalling of bids
by the APTRANSCO or additional expenditure to the APTRANSCO shall not only lose his
bid security but also run the risk of being blacklisted by the APTRANSCO which reserves
the right under the law to recover damages resulting there from.
20
Evaluation will be done on prices inclusive of all taxes and other levies if any, license fee
etc., Bidder has to incur till completion of the contract.

Bidder shall indicate bid prices in Indian Rupees only.

19.0 PRICE VARIATION (PV) CLAUSES :

PRICE VARIATION CLAUSES FOR SUBSTATION ITEMS :

19.1 The Price Variation clause for steel and cement utilized in civil works:

The Price Variation applicable in respect of steel and cement utilized in civil works
shall be as per G.O.Ms.No.94, Dt: 16-04-2008 and T.O.O CE (Civil) Ms.No.24, Dt:
23-04-2008 of APTRANSCO with subsequent amendments subject to the following
conditions:

a) The Price adjustment shall be applicable for both upward and downward variation in
prices of respective items within original contract period or period extended on
grounds of the departmental delays and valid reasons and shall not be applicable to
the extensions granted on account of the contractors fault.

b) The price adjustment shall be applicable for actual components of items of works
actually carried out during the period of bill and allow to adopt price adjustment for
steel and cement utilized in civil works by the absolute variation between the
estimated rate and the rate approved by the Govt. based on the recommendation of
Board of Chief Engineers for the month.

The Basic rate of reinforcement steel and cement as taken in the estimate were as informed
by Government March 2018 i.e., Rs. 43,800/- per MT of Reinforcement steel, Rs. 43,000/-
per MT of Structural steel and Rs. 3,882/- per MT of Cement.

c) i) The price adjustment will be applied where the variation in rates only to the extent
where it is above 5% over the estimates rates. Thus if the price excess is 10%,
payment will be made only to the extent of 5% (10% - 5%). Further, the same
procedure should be also followed for Negative Price variation.

ii) For the time extension period due to


a) department fault, price variation (Both +ve and –ve ) is applicable.
a) contractors fault, only negative price variation is applicable.

d) Necessary supplemental proposal regarding differential rate payable or difference


rate recoverable on agreement rates of steel and cement utilized in civil works and
structural steel due to price adjustment is to be submitted to the agreement
concluding authority for approval.

e) The completion schedule approved in the form of bar chart shall be the basis for
timing of the each activity for calculating the Price Variation during a month. If the
schedule is not complied by the contractor as per the above programme due to the
reasons like right-of-way, the particular activity or task can be rescheduled by
moving upward or downward on the time axis of the bar chart within the agreement
period, as agreed by the Concerned Executive Engineer (field officer), as per the
actual site conditions. In such cases, the concerned Executive Engineer will record
the reasons for re-scheduling / delay of the work.

f) In specific cases like substation site being not handed over to the contractor in time
by the APTRANSCO due to delay in land acquisition, natural calamities, right-of-
21
way problems, for which the contractor is not responsible, extension of the
agreement period may be given duly rescheduling the programme of completion with
the approval of competent authority. In all such cases, APTRANSCO will consider
application of Price variation clause case to case.

19.1.1 Price variation clause for Sub-Station Structures, Substation Earth Rod / Flat :

19.1.1.1 The Price Variation applicable in respect of Sub-Station Structures, Earth Rod / Flat
(in Earthing) shall be as per G.O. Ms. No. 94, Dt: 16.04.2008, the T.O.O. (CE -
Construction) Ms. No. 50, dt.10-06-2008 and the T.O.O. (CE - Construction) Ms. No.
87, Dt : 29-07-2008, T.O.O. (CE – Construction-2) Ms. No. 242, Dt : 08-11-2012
subject to the following conditions:

a) Price variation shall be applicable for both upward and downward variation in
prices of respective items.

b) The price adjustment for sub-station Structures, Earth Rod / Flat shall be
as per absolute variation between the estimated rate and the rate approved by
the APTRANSCO based on the Govt. of AP orders.

c) Basic Rate for Galvanised Structures, Earth Rod / Flat will be communicated
every month. The adjustment scheme will be applied in all cases where the
variation between the estimated rates and the approved rates (increase or
decrease) is more than 5% for the month. Thus if the price excess is 10%,
payment will be made only to the extent of 5% (10%-5%). Further, the same
procedure should be also followed for Negative Price variation.

d) For the purpose of Price adjustment where material are supplied within the
scheduled delivery period, the date of delivery is the date on which the
material is notified as being ready for inspection / dispatch. (In the absence of
such notification, the date of manufacturer’s dispatch note shall be considered
as the date of delivery). If the date of delivery is beyond the scheduled
delivery period, the scheduled delivery date or the actual delivery date (as
indicated in Form – 13 date) whichever is advantageous to the Purchaser will
form the basis for calculation of price variation. For the purpose of calculation
of price variation, the prices of Sub-Station Structures, shall be taken as those
prevailing on the first working day of the calendar month two months prior to
the date of delivery and the prices of Earth Rod / Flat shall be taken as those
prevailing on the first working day of the calendar month one month prior to
the date of delivery.

e) For the time extension period due to department fault, the price variation is
applicable (both +ve and –ve). For the time extension period due to
contractor’s fault, only –ve price variation is applicable. The price variation
amount can be claimed for each batch of supplies made from time to time (out
of total quantity) and will be payable after due verification.

g) The Basic rate of Substation Structures and Earth Rod/Flat (G.I/M.S) as taken in
the estimate are as per Circular Reference : Lr. No. 144/18, Dt.: 14.05.2018 as
follows.

Month/Year – December
Sl. No. Material
2017
1 Transmission Line Towers per MT. Rs. 69,962.00
2 Substation structures per MT. Rs. 62,189.00
22
3 M.S. Flat/Rod Rs. 37,650.00
4 GI Flat per MT Rs. 54,846.00

The above rates are inclusive of fabrication and galvanization charges, all
taxes and levies. For Sub-station structures (Lattice structures) Transmission
Line towers rate is considered in the estimate as these meant for Quad Moose.
For Pipe structures Substation structures rate is considered.

h) The total adjustment for structural steel and earth flat/Rod shall be subject to a
maximum ceiling of (+50%) individually of the respective Ex-works
prices/bid prices. However there is no ceiling for negative variation.

19.2 Price variation clause for Circuit Breaker, Instrument transformers, Surge Arresters,
Isolators and cables :

19.2.1 The Price Variation applicable in respect of Circuit Breaker, Instrument transformers, Surge
Arresters, Isolators and cables is subject to the following conditions:

a) Price variation shall be applicable for both upward and downward variation in prices
of respective items. Price variations for all equipments and cables have been updated
with IEEMA.
b) The prices are variable. Price variation will be calculated as per IEEMA formulas
mentioned under clause 19.2.2 below.
c) For the purpose of Price adjustment where material are supplied within the scheduled
delivery period, the date of delivery is the date on which the material is notified as
being ready for inspection / dispatch. (In the absence of such notification, the date of
manufacturer’s dispatch note shall be considered as the date of delivery) or the
contracted delivery date (including any agreed extension thereto) whichever is earlier.
If the date of delivery is beyond the scheduled delivery period, the scheduled delivery
date or the actual delivery date (as indicated in Form – 13 date) whichever is
advantageous to the Purchaser will form the basis for calculation of price variation.

d) The price variation amount can be claimed for each batch of supplies made from time
to time (out of total quantity) and will be payable after due verification.

e) The total adjustment for Circuit Breaker, Instrument transformers, Surge Arresters,
Isolators and cables shall be subject to a maximum ceiling of (+50%) individually of
the respective Ex-works prices/bid prices (own manufactured/bought out items as the
case may be). However there is no ceiling for negative variation.
f) Notwithstanding the formula applicable for regulating the price variation, if at any
time any documentary evidence proof or certificate in regard to the price variation
bills is required by the purchaser, the supplier will have to furnish the same to the
purchaser.
g) IEEMA indices have been taken into consideration for arriving the base rates of all
equipments, cables, etc.
23
19.2.2. Price Variation Formula for Equipment and Cables :

A- PRICE VARIATION FORMULA APPLICABLE FOR CIRCUIT BREAKERS

P= Po 19 + 17 x IS + 17 x C +13 x AL + 19 x IN + 15 x W
100 ISo Co ALo INo Wo
Wherein,
P = Price payable as adjusted in accordance with the above formula.
P0 = Price quoted/accepted.
IS0 = Wholesale price index number for 'Iron & Steel (Base: 1993-94=100)
This index number is as applicable for the week ending 1 st Saturday of the
month, three months prior to the date of tender opening.

C0 = Average LME settlement price of copper wire bars.


This price is as applicable for the month, two months prior to the date of tender
opening.

AL0= Price of Busbar grade Aluminum.


This price is as applicable on the 1 st working day of the month, one month prior
to the date of tender opening.

INo= IEEMA Index for Insulator (Base: January 2003=100)


This index number is as applicable on the 1st working day of the month, one month
prior to the date of tender opening.
W0 = All India average consumer price index number for industrial workers, as published by the
Labour Bureau, Ministry of Labour, Govt of India (Base 2001 = 100)

This index number is as applicable on the first working day of the month, four months
prior to the date of tender opening.
IS = Whole sale price index number for “Iron & Steel (Base : 1993-94=100)’
This index number is as applicable for the week ending 1st Saturday on the month, four
months prior to the date of delivery.
C= Average LME settlement price of copper wire bars
This price is as applicable for the month, three months prior to the date of delivery.
AL = Price of Busbar grade Aluminium
This price is as applicable on the 1st working day of the month, two months prior to the date
of delivery.
IN = IEEMA index for insulator (Base: January 2003=100)
This price is as applicable on the 1st working day of the month, two months prior to the date
of delivery.
W= All India average consumer price index number for industrial workers, as published by the
Labour Bureau, Ministry of Labour, Govt. of India (Base 2001 = 100)
This index is as applicable on the first working day of the month, five months prior to the
date of delivery.
24
The above prices and indices are as published by IEEMA vide circular reference number
IEEMA(PVC)/SWGR (R-2)/_/_ prevailing as on first working day of the month, one month prior to
the date of tender opening.
B - PRICE VARIATION FORMULA APPLICABLE FOR INSTRUMENT TRANSFORMERS
(CT & CVT)

P= Po 18 + 13 x C + 12 x ES +12 x IS + 23 x IM + 6 x TB +16 x W]
100 Co ESo ISo IMo TBo Wo
Wherein,
P = Price payable as adjusted in accordance with the above formula.
P0 = Price quoted/ accepted.

Co = Average LME settlement price of copper wire bars.


This price is as applicable for the month, two months prior to the date of tender opening.
ESo = C & F price of CRGO Electrical Steel Sheets
This price is as applicable on the 1st working day of the month, one month prior to the date
of tender opening.
ISo = Wholesale price index number for ‘Iron & Steel’ (Base: 1993-94=100)
This index number is as applicable for the week ending 1st Saturday of the month, three
months prior to the date of tender opening.
IMo = IEEMA index for Insulator. (Base : January 2003=100)
This index is as applicable on the 1st working day of the month, one month prior to the date
of tender opening.
TBo = Price of Transformer Oil Base Stock.
This price is as applicable on the 1st working day of the month, two months prior to the date
of tender opening.
Wo = All India average consumer price index number for industrial workers, as published by the
Labour Bureau, Ministry of Labour, Govt. of India (Base 1982=100)
This index number is as applicable on the first working day of the month, three months prior
to the date of tender opening.
C= Average LME settlement price of copper wire bars.
This price is as applicable for the month, two months prior to the date of delivery.
ES = C & F price of CRGO Electrical Steel Sheets
This price is as applicable on the 1st working day of the month, one month prior to the date
of delivery.
IS = Wholesale price index number for ‘Iron & Steel’ (Base: 1993-94=100)
This index number is as applicable for the week ending 1st Saturday of the month, three
months prior to the date of delivery.
IM = IEEMA index for Insulator. (Base : January 2003=100)
25
This index is as applicable on the 1st working day of the month, one month prior to the date
of delivery.
TB = Price of Transformer Oil Base Stock.
This price is as applicable on the 1st working day of the month, two months prior to the date
of delivery.
W = All India average consumer price index number for industrial workers, as published by the
Labour Bureau, Ministry of Labour, Govt. of India (Base 1982=100)
This index number is as applicable on the first working day of the month, three months prior
to the date of delivery.
The above index numbers are as published by IEEMA vide circular reference number IEEMA
(PVC)/INST.TR./ ) /_/_ prevailing as on first working day of the month, one month prior to the date
of tender opening.

C - PRICE VARIATION FORMULA APPLICABLE FOR ZINC OXIDE GAPLESS


LIGHTNING ARRESTER

P= Po 20 + 15 x ZN + 15 x CO +10 x BI + 10 x BC + 10 x FP +15 x W + 5 x AL
100 ZNo COo Blo BCo FPo Wo ALo

Wherein,
P = Price payable as adjusted in accordance with the above formula.
P0 = Price quoted/accepted.

ZN0 = Price of electrolytic high grade zinc.


This price is as applicable on the first working day of the month, one month prior to the
date of tender opening.
CO0 = Price of Cobalt.
This price is as applicable on the first working day of the month, one month prior to the
date of tender opening.
BI0 = Price of Bismuth.
This price is as applicable on the first working day of the month, one month prior to the
date of tender opening.
BC0 = Price of Ball Clay.
This price is as applicable on the first working day of the month, one month prior to the
date of tender opening.
AL0 = Price of Aluminium Ingots.
This price is as applicable on the first working day of the month, one month prior to the
date of tender opening.
FP0 = Whole scale price index number for fuel, power, Light & Lubricants.
This index number is as applicable for the 1st Saturday of the month, three months prior to
the date of tender opening.
W0 = All India Average Consumer Price index number for industrial workers, as published by the
Labour Bureau, Ministry of Labour, Govt. of India (Base 1982 = 100)
This index number is as applicable for the month, three months prior to the date of tender
opening.
26
ZN = Price of electrolytic high grade zinc.
This price is as applicable for the first working day of the month, two months prior to the
date of delivery.
CO = Price of Cobalt.
This price is as applicable for the first working day of the month, two months prior to the
date of delivery.
BI = Price of Bismuth.
This price is as applicable for the first working day of the month, two months prior to the
date of delivery.
BC = Price of Ball Clay.
This price is as applicable for the first working day of the month, two months prior to the
date of delivery.
AL = Price of Aluminium Ingots.
This price is as applicable for the first working day of the month, two months prior to the
date of delivery.
FP = Whole scale price index number for fuel, power, Light & Lubricants.
This index number is as applicable for the 1st Saturday of the month, four months prior to
the date of delivery.
W= All India Average Consumer Price index number for industrial workers, as published by the
Labour Bureau, Ministry of Labour, Govt. of India (Base 1982 = 100).
This index number is as applicable for the month, four months prior to the date of delivery.
The above index numbers are as published by IEEMA vide circular reference number
IEEMA (PVC)/ARSTR./ ) /_/_ prevailing as on first working day of the month, one month
prior to the date of tender opening.

D - PRICE VARIATION FORMULA APPLICABLE FOR ISOLATORS

i) Price Variation Calculation for Insulator Portion of Isolators :

P= Po 15 + 5 x Zn + 53 x IN-INSLR + 27 x W
100 Zno INo-INSLR Wo
Wherein,
P = Price payable as adjusted in accordance with the above formula.
P0 = Price quoted/accepted.

ZN0 = Price of electrolytic high grade zinc.


This price is as applicable on the first working day of the month, one month prior to
the date of tender opening.
INo-INSLR0 = Index number for Insulators based on relative prices and weightages (as
given in brackets) of Wholesale price index number for Fuel, Power, Light and
Lubricants (28), Wholesale price index number for Basic metals, Alloys, and
Metal Products (15), Wholesale price index number for wood and wood products
(6), and Ball Clay (4) calculated considering their values as on 1st January 2003 as
base equal to 100.
27
This index number is as applicable on the first working day of the month, one
month prior to the date of tender opening.

W0= All India average consumer price index number for industrial workers, as
published by the Labour Bureau, Ministry of Labour, Govt of India
(Base 1982 = 100)
This index number is as applicable on the first working day of the month,
three months prior to the date of tender opening.
ZN = Price of electrolytic high grade zinc.
This price is as applicable on the first working day of the month, two months
prior to the date of delivery.
INo-INSLR = Index number for Insulators based on relative prices and weightages (as
given in brackets) of Wholesale price index number for Fuel, Power, Light and
Lubricants (28), Wholesale price index number for Basic metals, Alloys, and
Metal Products (15), Wholesale price index number for wood and wood
products (6), and Ball Clay (4) calculated considering their values as on 1 st
January 2003 as base equal to 100.
This index number is as applicable on the first working day of the month,
two month prior to the date of delivery.

W = All India average consumer price index number for industrial workers, as
published by the Labour Bureau, Ministry of Labour, Govt of India
(Base 1982 = 100)
This index number is as applicable on the first working day of the month,
four months prior to the date of delivery.
The above index numbers are as published by IEEMA vide circular reference
number IEEMA (PVC)/INSLR./ )/_/_ prevailing as on first working day of the
month one month prior to the date of tendering.
ii) Price Variation Calculation for Metallic Portion of Isolators :

P= Po 19 + 17 x IS + 17 x C +13 x AL + 19 x IN + 15 x W
100 ISo Co ALo INo Wo
Wherein,
P = Price payable as adjusted in accordance with the above formula.
P0 = Price quoted/accepted.
IS0 = Wholesale price index number for 'Iron & Steel (Base: 1993-94=100)
This index number is as applicable for the week ending 1 st Saturday of the
month, three months prior to the date of tender opening.

C0 = Average LME settlement price of copper wire bars.


This price is as applicable for the month, two months prior to the date of tender
opening.

AL0= Price of Busbar grade Aluminium.


This price is as applicable on the 1 st working day of the month, one month prior
to the date of tender opening.
28
IN0= IEEMA Index for Insulator (Base: January 2003=100)
This index number is as applicable on the 1st working day of the month, one month
prior to the date of tender opening.
W0 = All India average consumer price index number for industrial workers, as published by the
Labour Bureau, Ministry of Labour, Govt of India (Base 2001 = 100)

This index number is as applicable on the first working day of the month, four months
prior to the date of tender opening.
IS = Whole sale price index number for “Iron & Steel (Base : 1993-94=100)’
This index number is as applicable for the week ending 1st Saturday on the month, four
months prior to the date of delivery.
C= Average LME settlement price of copper wire bars
This price is as applicable for the month, three months prior to the date of delivery.
AL = Price of Busbar grade Aluminium
This price is as applicable on the 1st working day of the month, two months prior to the date
of delivery.
IN = IEEMA index for insulator (Base: January 2003=100)
This price is as applicable on the 1st working day of the month, two months prior to the date
of delivery.
W= All India average consumer price index number for industrial workers, as published by the
Labour Bureau, Ministry of Labour, Govt. of India (Base 2001 = 100)
This index is as applicable on the first working day of the month, five months prior to the
date of delivery.
The above prices and indices are as published by IEEMA vide circular reference number
IEEMA(PVC)/SWGR (R-2)/_/_ prevailing as on first working day of the month, one month prior to
the date of tender opening.

E - PRICE VARIATION FORMULA APPLICABLE FOR CABLES

i) For Aluminium conductor PVC Insulated Cables :

P = P0 +AIF(AI-AIo)+CCFAI(CC-CCo) + FeF( Fe – Feo)


Wherein,
P = Price payable as adjusted in accordance with the above formula in Rs per Km

P0 = Price quoted/accepted in Rs per Km


AIF= Variation factor for Aluminium applicable depending upon type and size of the cable.
AIo= Price of EC grade aluminium rods (properzi rods)
This price is as applicable on the 1 st working day of the month, one month prior to
the date of tender opening.
CCFAI = Variation factor for PVC Compound applicable depending upon type and size of the
cable.
29
CCo = Price of PVC Compound
This price is as applicable on the 1 st working day of the month, one month
prior to the date of tender opening.
AI = Price of EC grade aluminium rods (properzi rods)
This price is as applicable on the 1 st working day of the month, two months
prior to the date of delivery.
CC = Price of PVC Compound
This price is as applicable on the 1 st working day of the month, two months
prior to the date of delivery.

ii) For Steel Armoured PVC Insulated Copper Control Cables :

P = P0 +CuF(Cu-Cuo)+CCFCu(CC-CCo) + FeF(Fe-Feo)
Wherein,
P = Price payable as adjusted in accordance with the above formula in Rs per Km

P0 = Price quoted/accepted in Rs per Km


CuF= Variation factor for Copper applicable depending upon type and size of the cable.
Cuo= Price of CC copper rods
This price is as applicable on the 1 st working day of the month, one month prior
to the date of tender opening.
CCFCu = Variation factor for PVC Compound applicable depending upon type and size of the
cable.
CCo = Price of PVC Compound
This price is as applicable on the 1 st working day of the month, one month prior
to the date of tender opening.
FeF= Variation factor for Steel for Steel Armoured PVC Insulated Copper Control Cables
applicable depending upon type and size of the cable.
Feo = Price of steel strips/steel wires
This price is as applicable on the 1 st working day of the month, one month prior
to the date of tender opening.
Cu = Price of CC copper rods
This price is as applicable on the 1 st working day of the month, two months prior to
the date of delivery.
CC = Price of PVC Compound
This price is as applicable on the 1 st working day of the month, two months prior to
the date of delivery.
Fe = Price of steel strips/steel wires
30
This price is as applicable on the 1 st working day of the month, two months prior to
the date of delivery.

19.3 Price variation clause for ACSR Moose Conductor :

19.3.1. The price of ACSR Moose Conductor shall be based on and subject to adjustment due to
variation in the following factors:
i) E.C. Grade Aluminum : The ex-works cost of indigenous E.C. grade aluminum
wire rod based on average price of M/s. Nalco, Balco, Hindalco, and Malco as given
in CACMAI circulars prevailing as on 30 days prior to the Bid opening.

ii) HTGS Wire : The ex-works cost per MT of HTGS wire exclusive of duties and taxes
prevailing as on 30 days prior to the Bid opening corresponding to 3.00 to 4.09 mm
designation, as given in CACMAI circulars prevailing as on 30 days prior to the Bid
opening.

iii) The above basic prices of raw materials will remain unaltered during the execution of
contract.

iv) For any variation up or down in the prices of raw materials as defined above, for
every one rupee change in the rate of one MT of EC grade aluminium wire rod and
HTGS wire the corresponding increase or decrease in price per KM of finished
conductor allowable shall be as given below :

Variation in Rs. Per Km of Conductor


CONDUCTOR TYPE
For Aluminium For HTGS wire 2.79 mm to 4.09 mm
MOOSE ACSR CONDUCTOR 1.467 0.537
P=Po + (Al- Alo) x 1.467 + (St - Sto) x 0.537.

v) For the purpose of calculation of price variation, the prices of HTGS wire and EC
grade aluminium shall be taken as those prevailing on the first working day of the
calendar month one month prior to the date of delivery.

vi) The Base and final prices/ indices shall correspond to same manufacturers as given in
the CACMAI.

vii) The proportionate taxes and duties on such increase or decrease in the price conductor
is to the APTRANSCO’s account, as per actual on production of the gate pass relating
to the consignments for which price variation is claimed.

viii) The date of delivery shall be the date of receipt of materials in good condition at
destination stores (i.e. check measurement date as per Form-13) for the purpose of the
price variation calculations.

ix) If the delivery of the material is within the scheduled delivery period, the Price
variation applicable will be based on the actual delivery.

x) In the case the purchaser advance the delivery, the price variation applicable will be
based on the actual delivery.

xi) Irrespective of increase in the prices of raw materials, the price increase per KM of
the conductor in the Ex-works price will be limited to a maximum of 50% over the
original ex-works price/accepted price mentioned above (own manufactured/bought
31
out items as the case may be). However there is no ceiling for negative variation.

xii) The price variation amount can be claimed for each batch of supplies made from time
to time (out of total quantity) and will be payable after due verification.

xiii) In case of conductors, where the supplier makes his own arrangements to get the Rod
made out of Aluminium Ingots, the prices of Aluminium Rod as per CACMAI
mentioned above will only be taken into consideration for arriving at the price
variation claims irrespective of whatever expenditure the supplier might have incurred
in getting the ingot converted into Rod.

xiv) If the date of delivery as defined in the P.V. formula is beyond the scheduled delivery
date, the scheduled delivery date or the actual delivery date (i.e. check measurement
date as per Form-13) whichever is advantageous to the Purchaser will form the basis
for calculation of price variation.

xv) Notwithstanding the formula applicable for regulating the price variation, if at any
time any documentary evidence proof or certificate in regard to the price variation
bills is required by the purchaser, the supplier will have to furnish the same to the
purchaser.

PRICE VARAITION CLAUSES FOR 400KV TRANSMISSION LINES ITEMS :

(i) For supply


The Price Variation applicable in respect of the items Transmission towers including Bolts &
Nuts, Moose ACSR Conductor and GSS earth wire is subject to the following conditions:
(a) Price variation shall be applicable for both upward and downward variation in prices
(b) The indices adopted for calculation of price variation shall be
For Transmission line towers including Bolts & Nuts - IEEMA
For ACSR Moose Conductor - CACMAI
For Earth wire - CACMAI
(c) The price variation is limited to maximum of 50% over the Price quoted/accepted
mentioned above (own manufactured / bought out items as the case maybe). However
there is no ceiling for negative variation.

(d) If the delivery of the material is within the scheduled delivery period, the Price
variation applicable will be based on the actual delivery (the date on which
Transmission line towers are notified as being ready for inspection / dispatch) for
transmission towers and check measurement date as per Form-13 in case of
conductor and earth wire.

(e) In the case the purchaser advance the delivery, the price variation applicable will be
based on the actual delivery (the date on which Transmission line towers are notified
as being ready for inspection / dispatch) for transmission towers and check
measurement date as per Form-13 in case of conductor and earth wire.

(f) If the date of delivery as defined in the P.V. formula is beyond the contracted delivery
date, the contracted delivery date (the date on which Transmission line towers are
notified as being ready for inspection / dispatch) for transmission towers and check
measurement date as per Form-13 in case of conductor and earth wire whichever is
advantageous to the Purchaser will form the basis for calculation of price variation.
32
(g) Notwithstanding the formula applicable for regulating the price variation, if at any
time any documentary evidence or certificate in regard to the price variation bills is
required by the purchaser, the supplier will have to furnish the same to the purchaser.

(h) The proportionate taxes and duties on such increase or decrease in the price is to the
APTRANSCO’s account, as per actual on production of the gate pass relating to the
consignments for which price variation is claimed.

(i) The price variation amount can be claimed for each batch of supplies made from time
to time (out of total quantity) and will be payable after due verification.

(j) In specific cases for which the contractor is not responsible, extension of the
agreement period may be given duly rescheduling the programme of delivery with the
approval of competent authority. In all such cases, APTRANSCO will consider
application of Price variation clause case to case.

(ii) Applicable formula for calculating Price Variation for Transmission towers
including Bolts &Nuts

Prices are variable . Price Variation will be calculated according to IEEMA formula
as given below.

P = Po ( 11 + 32 x SBLR + 25 x SBIR + 09 x Zn + 23 x W )
100 SBLRo SBIRo Zno Wo

Wherein,
P = Price payable as adjusted in accordance with the above formula.

Po = Price quoted/accepted

SBLRo = Price of Steel Blooms Retail


This price is as applicable on the 1st working day of the month,
One month prior to the date of tender opening.
.
SBIRo = Price of Steel Billets Retail
This price is as applicable on the 1st working day of the month,
One month prior to the date of tender opening.

Zno = Price of Electrolytic high grade zinc


This price is as applicable on the 1st working day of the month,
One month prior to the date of tender opening.

Wo = All India average consumer price index number for industrial


workers, published by the Labour Bureau, Ministry of Labour,
Govt of India (Base : 2001 = 100). This index number is as
applicable on the first working day of the month, three months
prior to the date of tender opening.

SBLR = Price of Steel Bloom Retail


This price is as applicable on the 1st working day of the month,
Two months prior to the date of delivery.
SBIR = Price of Steel Billets Retail
This price is as applicable on the 1st working day of the month,
two months prior to the date of delivery.
33
Zn = Price of Electrolytic high grade zinc
This price is as applicable on the 1st working day of the month,
two months prior to the date of delivery.
W = All India average consumer price index number for industrial
workers, as published by the Labour Bureau, Ministry of
Labour, Govt of India (Base : 2001 = 100). This index number is
as applicable on the first working day of the month, four months
prior to the date of delivery.
The date of delivery is the date on which Transmission line towers are notified as
being ready for inspection / dispatch (in the absence of such notification, the date of
manufacturer’s dispatch note is to be considered as the date of delivery).

(iii) PRICE VARIATION FOR ACSR MOOSE CONDUCTOR

The price shall be based on and subject to adjustment due to variation in the following
factors:

i) E.C. Grade Aluminium : The ex-works cost of indigenous E.C. grade


aluminium wire rod based on average price of M/s. Nalco, Balco, Hindalco,
and Malco as given in CACMAI circulars prevailing as on 30 days prior to
the Bid opening.

ii) HTGS Wire : The ex-works cost per MT of HTGS wire exclusive of duties
and taxes prevailing as on 30 days prior to the Bid opening corresponding to
3.00 to 4.09 mm size, as given in CACMAI circulars prevailing as on 30 days
prior to the Bid opening.

i) The above basic prices of raw materials will remain unaltered during the
execution of contract.
ii) For any variation up or down in the prices of raw materials as defined above,
for every one rupee change in the rate of one MT of EC grade aluminium wire
rod and HTGS wire the corresponding increase or decrease in price per KM of
finished conductor allowable shall be as given below:

Variation in Rs. Per Km of Conductor


CONDUCTOR TYPE For For HTGS wire 3.00
Aluminium mm to 4.09 mm
MOOSE ACSR
1.467 0.537
CONDUCTOR

P = P0 + 1.467 *(Al-Al0 ) + 0.537* (St -St0 )


iii) For the purpose of calculation of price variation, the prices of HTGS wire and
EC grade aluminium shall be taken as those prevailing on the first working
day of the calendar month one month prior to the date of delivery.
iv) The Base and final prices/ indices shall correspond to same manufacturers as
given in the CACMAI.
v) The date of delivery shall be the date of receipt of materials in good condition
at destination stores (i.e. check measurement date as per Form-13) for the
purpose of the price variation calculations.
vi) Irrespective of increase in the prices of raw materials, the price increase per
kM of the conductor in the Price quoted / accepted will be limited to a
maximum of 50% over the original Price quoted / accepted mentioned above
34
(own manufactured / bought out items as the case maybe). However there is
no ceiling for negative variation.
vii) In case of conductors, where the supplier makes his own arrangements to get
the Rod made out of Aluminium Ingots, the prices of Aluminium Rod as per
CACMAI mentioned above will only be taken into consideration for arriving
at the price variation claims irrespective of whatever expenditure the supplier
might have incurred in getting the ingot converted into Rod.

(iv) PRICE VARIATION FOR GSS EARTHWIRE:


Prices are Variable :
i) The formula for calculation of the price adjustment to be applied to the Price quoted /
accepted component of Galvanised Steel Earth wire is as below:

ECEW1 = ECEW [0.15 + 0.74 (A1/A0) + 0.11(L1/L0)] - ECEW

Where,
ECEW1 = Price adjustment amount payable on Price quoted / accepted of Earth
wire, shipment-wise.

ECEW = Ex-works price for Earth wire, shipment-wise.

A = Published price indices for high tensile steel galvanized wire, as


published by CACMAI.

L = All India consumer price index for industrial workers as published by


Labour Bureau, Shimla (Govt. of India).

a) Subscript '0' refers to indices as on thirty (30) days prior to date of


opening of Bids, for materials & labour.

b) Subscript '1' refers to indices as on 60 (sixty) days prior to the date of


delivery, for materials & labour.

ii) The Base and final prices/ indices shall correspond to same manufacturers as given in
the CACMAI.
iii) The date of delivery shall be the date of receipt of materials in good condition at
destination stores (i.e. check measurement date as per Form-13) for the purpose of the
price variation calculations.
iv) Irrespective of increase in the prices of raw materials, the price increase per KM of
the conductor in the Price quoted / accepted will be limited to a maximum of 50%
over the original Price quoted / accepted mentioned above(own manufactured /
bought out items as the case maybe. However there is no ceiling for negative
variation.

For Erection:
i) Price variation shall be applicable for both upward and downward variation in
prices of respective items if the delivery of goods / work completion is within
the stipulated period mentioned in the purchase order.
ii) Wholesale Price Index, released from Ministry of Commerce & Industry,
35
Govt. of India will be considered for the items cement, reinforcement steel.
ii) The completion schedule enclosed to the specification in the form of bar chart
shall be the basis for timing of the each activity for calculating the Price
Variation during a month. If the schedule is not complied by the Contractor as
per the above programme due to the reasons like right-of-way, the particular
activity or task can be rescheduled by moving upward or downward on the
time axis of the bar chart within the agreement period, as agreed by the
Concerned Executive Engineer (Field Officer), as per the actual site
conditions. In such cases, the concerned Executive Engineer will record the
reasons for re-scheduling/delay of the work.

iii) Price adjustment shall be calculated separately for reinforcement steel &
cement components in proportion to the cost of work done involving the above
materials during the billing period as given in the formula given below. The
percentage of reinforcement steel & cement components is based on estimated
rate only. The price variation amount so obtained will be added to the cost of
work done calculated on quoted rate, put up for billing.
vi) The concerned Field Executive Engineer will calculate the Price Variation for
the billing period, preferably monthly. For this purpose the contractor shall
submit invoice supported by calculation as per formula specified along with
documentary evidence for different indices applicable for Price Adjustment.
vii) Price variation will be limited to the amount arrived based on schedule date of
completion or actual date of completion whichever is earlier. Lower of the two
indices values will be considered.
viii) In specific cases like right-of-way problems, for which the contractor is not
responsible, extension of the agreement period may be given duly
rescheduling the programme of completion with the approval of competent
authority. In all such cases, APTRANSCO will consider application of Price
variation clause case to case.

v) Applicable formula for calculating Price Variation for Re-inforcement steel,


Cement:
The Price Variation applicable in respect of steel and cement utilized in civil works
shall be as per G.O.Ms.No.94, Dt: 16-04-2008 and T.O.O CE (Civil) Ms.No.24, Dt:
23-04-2008 & T.O.O CE (Civil) Ms.No.84, Dt: 12.06.2012 of APTRANSCO subject
to the following conditions:

a) The price adjustment shall be applicable within original contract period or


period extended on grounds of the departmental delays and valid reasons and
shall not applicable to the extension granted on account of the Contractors
fault.
b) The price adjustment shall be applicable for actual components of items of
works actually carried out during the period of bill and is allowed for steel and
cement utilized in civil works, considering the absolute variation between the
estimated rate and the rate approved by the Govt. based on the
recommendation of Board of Chief Engineers for the month.

The Basic rate of Reinforcement steel and Cement as taken in the estimate
are as informed by Government for the month of March 2018 i.e., Rs
43,800/-per MT of Reinforcement steel and Rs. 3,882/- per MT of
Cement.
36
c) i) The price adjustment will be applied where the variation in rates only to the
extent where it is above 5% over the estimated rates. Thus if the price excess
is 10%, payment will be made only to the extent of 5% (10% - 5%). Further,
the same procedure should be also followed for Negative Price variation.
ii) For the time extension period due to
a) Department fault, price variation (Both +ve and –ve ) is applicable.
b) Contractor’s fault, only negative price variation is applicable.

Necessary supplemental proposal regarding differential rate payable or


difference rate recoverable on agreement rates of steel and cement utilized in
civil works and structural steel due to price adjustment is to be submitted to
the agreement concluding authority for approval.

Further as per the AP standard revised data, 14% extra on estimate value of each item is
added towards contractor profit and overhead charges.

The over head charges include the following elements:


Site accommodation, Setting up plant, Access road, Water supply, Electricity and General
site arrangements. Site accommodation in a well ventilated cabin with furniture for
APTRANSCO staff in Substation site as per requirement of site in-charge of APTRANSCO
for carrying project monitoring works.

Office furniture, Equipment and communications expenditure on :


Corporate office of contractor site supervision documentation and “as built” drawings
mobilization/de-mobilazation of resources labour camps with minimum amenities and
transportation to work sites.
Light vehicles for sites supervision including administrative and managerial requirements.
Laboratory equipment and quality control including field and laboratory testing.
Minor T & P and survey instruments and setting outworks, including verification of line,
dimensions, trial pits and bore holes where required.
Watch and ward, Traffic management during construction.

** AP revised standard data special condition


Photographs shall be taken by the contractor at all important stages of work like excavation,
leveling, foundations, laying of columns, beams, slab etc. The photographs should be clear
and hard copy or soft copy (2 Nos.) shall be submitted to the Engineer- in- charge
immediately.

Changes in the Quantities(Civil):


The contractor is bound to execute all supplemental items that are found essential,
Incidental and inevitable during execution of main works, at the rates to be worked out as
detailed below :

(a) Supplemental items directly deducible from similar items in the original agreement :

The rates shall be derived by adding to or subtracting from the agreement rates of such
similar items, the cost of the difference in quantity of material or labour between new item
and the similar item in the agreement worked out with reference to the schedule of rates
adopted in the sanctioned estimate with which the tenders were compared plus or minus
overall tender percentage.

(b) New Items :


37
It is decided as per T.O.O.(CE-Construction-1) Ms.No.492, Dt. 28/02/2011 and T.O.O.
(CE-Construction-1) Ms. No. 505, Dt. 30/03/2012 that Supplementary items ( i.e. New
items not covered in the contract order ) shall be paid as per the current SSR rates during the
period of execution plus or minus tender premium.

(c) Addition of provision towards importation of labour, labour amenities, dewatering etc, in
working out supplemental items.

If the new item is in substitution of an old item, which allowed for importation of labour,
labour amenities, dewatering etc. Those factors may be taken in to account in computing the
substituted items also at the same rates at which they were originally provided.

In respect of the new items the case has to be considered on its merits and provision for
importation of labour, labour amenities, dewatering etc, has to be fully justified .

20.0 BID FORM:

The Bidder shall complete the Bid Form and all the bidding schedules for Part-I of the bid
and Price schedules for Part- II furnished in the bidding documents.

21.0 Bid Currency :


The bid prices shall be quoted in Indian rupees only.

22.0 Additional Security Deposit:

For tendered percentage below 10%, Additional Security Deposit shall be furnished for the
less percentage below 10 percentage. Ex. If the bidder quotes 20% below ECV, then he
shall furnish ASD (Additional Security Deposit) of 10% of the estimated contract value on
receipt of detailed order along with Performance security within prescribed time, failing
which the order will be cancelled and the bid security will be forfeited. ASD amount will
not be accepted by cheque, cash or money order. The ASD shall be paid in the form of
D.D/B.G from any Nationalized or scheduled bank approved by APTRANSCO (list
enclosed) with validity till date of commissioning of the Sub-Station /Tr. Line with two (2)
months claim period thereafter.

23.0 Validity of Tenders:

Tenders shall remain valid for a period of not less than 90 days from the date of opening
of bid specified in NIT or as per amendments whichever is later.

During the above-mentioned period no plea by the bidder for any sort of modification of the
tender based upon or arising out of any alleged misunderstanding of misconceptions or
mistake or for any reason will be entertained.

24.0 FORFEITURE OF PERFORMANCE SECURITY AND ADDITIONAL SECURITY


DEPOSIT:

The Performance and Additional Securities will be forfeited in the following cases :

1. When the successful bidder does not fulfills the obligations under the contract or proven to
be false submission of the information either in the bid or the information relating to the
contract.

2. When the successful bidder fails to execute the work in accordance with the clauses under
this specification.
38

3. When the successful bidder executing the work with in-ordinate delays or with poor quality
which hampers the prime object of the contract, the securities will be en-cashed and will be
adjusted towards such losses incurred by APTRANSCO or towards risk purchase.

4. When the successful bidder pleads his inability to erect the Substation and backs out of his
obligations after issue of the preliminary acceptance letter or the letter of intent, the
APTRANSCO will forfeit his performance/ additional/ bid securities and also recover the
loss, if any, sustained by the APTRANSCO as a consequence of such backing out. In
addition, the company will be blacklisted.

25.0 The APTRANSCO reserves its right to place orders for the entire work on one bidder or divide
the work suitably and place orders on different bidder on different dates during the validity
period, reject any or all the bids and not to accept the lowest or any other without assigning
reasons.

TENDER OPENING AND EVALUATION

26.0 Tender opening :

The bids will be opened online by the Chief Engineer/400kV Construction / AP Transco or
his assignee at the time and date as specified in the tender documents. All the Statements,
Documents, Certificates, Demand Draft etc., uploaded by the Tenders will be verified and
downloaded, for technical evaluation. The clarifications, particulars, if any, required from
the bidders, will be obtained either online or in the conventional method by addressing the
bidders.

27.0 Clarification on the Bid:

1. Please note that No post bid clarifications/submission of documents is entertained.


Submission of tender documents in e-procurement platform is final.

2. Pre-bid Meeting : Pre bid meeting will be conducted within 10 days of uploading the bid
specification. The date and time for pre bid meeting will be intimated in the e-procurement
platform. All the prospective bidders are requested to attend the pre-bid meeting for
any clarification in the bidding documents with valid authorization from their
companies. The minutes/clarifications of pre-bid meeting will be intimated through e-
procurement platform only. No individual clarifications will be issued in the form of
letters/fax/mail.

3. Pre-bid Meeting : Pre bid meeting will be conducted within 10 days of uploading the bid
specification. The date and time for pre bid meeting will be intimated in the e-procurement
platform. All the prospective bidders are requested to attend the pre-bid meeting for any
clarification in the bidding documents with valid authorization from their companies. The
minutes/clarifications of pre-bid meeting will be intimated through e-procurement platform
only.

28.0 BID OPENING (Part-I).


Examination of technical Bids and Determination of Responsiveness:

1. The tender opening authority and/or his assignee will evaluate whether each bidder
is satisfying the eligibility criteria prescribed in the tender document and declares
them as an eligible bidder.
39
2. If any alteration is made by the bidder in the tender documents, the conditions of the
contract, the drawings, specifications or statements / formats or quantities the tender
will be rejected.

3. Only those Bids which contain full information and which comply with the
requirements regarding technical and financial qualifications, experience will qualify
for opening of Part-II i.e. Price Bid.

29.0 Price Bid ( Part – II) Opening :

1. At the specified date and time, the bids of the qualified bidders will be opened online by
the Tender Opening authority and the result will be displayed on the ‘e’- market place
which can be seen by all the bidders who participated in the Tenders.

2. Tenders shall be scrutinized in accordance with the conditions stipulated in the Tender
document. In case of any discrepancy or non-adherence to the conditions, the Tender
accepting authority shall communicate the same to the bidder, which will be binding on
the bidder. In case of any ambiguity, the decision taken by the Competent Authority on
the tenders shall be final.

30.0 Evaluation and Comparison of Bids :

30.1 The bids will be opened on-line by bid inviting authority or assignee at the time and date
specified in the Bid documents. The tender opening authority and/or his assignee will
evaluate and compare the price bids of all the qualified bidders.
30.2 Negotiations at any level are strictly prohibited. However, good gesture rebate, if offered by
the lowest bidder prior to finalization of bids may be accepted by the tender accepting
authority.
30.3 Physical and Financial capacities of all the bidders will be evaluated based on the
documentary evidence furnished along with the bid. Evaluation of Technical/ Commercial
and Price bids will be made based on the available documentary evidence submitted along
with the bid. However, the Tender opening Authority may seek clarification with the bidder
as per specification clause, if required. If any information furnished in the bid is proved to
be false later, the bid will not only be rejected but the bidder will be black listed.

30.4 If any significant discrepancies are observed in the Technical/Price schedules of any bid, due to
which the bidder becomes lowest, the bid will be liable for rejection and forfeiture of Bid
security and also liable for black listing of the bidder.

30.5 While being equal or compatible in other aspects preference will be given to those bidders who
have good experience / proven performance, past experience is superior in terms of quality and
timely completion in similar works.

30.6 It is the sole discretion of APTRANSCO regarding finalisation of the bids. Mere quoting and
becoming of LI (Lowest quoted) bidder shall not automatically entitle any rights for any bidder
for award of contract. The past performance of the contractor and performance of the contractor
in the ongoing works shall be taken into account while finalising the bids. APTRANSCO
reserves its right to reject any or all the bids and not to accept the lowest or any other without
assigning reasons. APTRANSCO reserves its rights to cancel the tender at any stage without
assigning the reasons.

30.7 Performance based experience :


In case of any bidders who are already having one or more works awarded to them by
APTRANSCO which are under execution at the time of bidding and who fails to execute the
works already awarded as per the stipulated time schedule or mutually agreed schedule of
completion and the progress of work is not satisfactory bids of such bidders will not be
40
considered. The decision of the APTRANSCO as to whether or not the contractor failed to
achieve the targets as per the programme is final and binding on the contractor. There need not
be any termination of the contract to arrive at a conclusion that performance of the contractor is
poor.

30.8 Awarding contract for more than work :


In case of firm / joint venture quoting for more than one work / tender at similar time and
becomes lowest in more than one work, the aggregate requirement of erection experience,
satisfactory performance, manufacturing capacity and experience, availability of own TSE’s and
financial capability will be examined at the time of awarding based on the works already
awarded / to be awarded / under consideration by APTRANSCO.

30.9 The Bids are liable for rejection for any of the deviations mentioned below.
No Bid Security or Insufficient Value or Validity of Bid Security
Insufficient Validity of the Bid.
Non-uploading of the required documents, schedules, forms, supporting documents for
Qualifying Requirement. Insufficient or illegible supporting documents, schedules, forms.
Deviation from the Delivery /Completion schedule of the Specification.
Deviation from the Payment terms of the Specification.
Deviation from the General terms and Commercial conditions
Deviation from the Technical Specification.
Non-Compliance with the Qualifying Requirements.
Record of Poor Performance in the previous / on-going works. Record of poor progress i.e.
abandoning the work, not properly completing the contract, inordinate delays etc.
Record of Black listing in any other Power Utilities / Government Department.
Record of financial failures if any.
History of litigation with Government/APTRANSCO during the last 5 years.
History of criminal record in which the Bidder is involved.
Non-uploading of the Price schedules. Insufficient or illegible Price Schedules. Change of
Quantities / Description of the work / materials items in the Price Schedule uploaded by
APTRANSCO.
Furnishing of false / fabricated/mislead particulars in the forms, statements and annexure,
submitted in proof of the qualification requirements.

30.10 Very Important Note to the bidders: -

1) In case of discrepancy between the amount calculated by adopting the percentage rate quoted
for Sl.No.2(i) of Schedule – C and amount quoted in Sl.No.3 of Schedule - C, the percentage
rate quoted in words in Sl.No.2 (ii) of Schedule – C shall govern.

2) In case of discrepancy between the amount calculated by adopting the percentage rate quoted
for Sl.No.4 (i) of Schedule – C and amount quoted in Sl.No.5 of Schedule – C, the percentage
rate quoted in words in Sl.No.4 (ii) of Schedule – C shall govern.

3) DIFFERENCE IN e-PROCUREMENT LUMPSUM AMOUNT AND SCHEDULES AMOUNT :


1. Where there is a discrepancy between the total lump sum rate quoted in the e-
procurement platform and in the schedules submitted, the total lump sum rate quoted in the
e-procurement platform will govern for deciding L1.

2 (a) If after evaluating the schedules of L1 by taking into consideration the words and
figures, correct Taxes and multiplication and totaling mistakes:-
41
(i) If the amount arrived is less than the e-procurement lump sum amount, the lesser
amount shall be taken for award of contract.
(ii) If the amount arrived is more than the e-procurement lump sum amount, the e-
procurement lump sum amount shall be taken for award of contract. The unit ex-
works prices shall be adjusted to match the e-procurement lump sum amount.
2 (b) The GST shall be @18% as per the statutory rate.
Discount offered elsewhere other than in the above schedule at S. No. 4 of Schedule – C
will not be accepted.

31.0 Process to be Confidential:

1. Information relating to the examination, clarification, evaluation and comparison of


Tenders and recommendations for the award of a contract shall not be disclosed to
bidders or any other persons not officially concerned with such process until the
award to the successful bidder has been announced by the tender accepting authority.
Any effort by a bidder to influence the processing of Tenders or award decisions
may result in the rejection of his Tender.

2. No bidder shall contact the officer inviting tenders or any authority concerned with
finalization of tenders on any matter relating to this Tender during the period from
the date of Tender opening to the date of award of Contract.

3. Before recommending /accepting the tender, the tender recommending /accepting


authority shall verify the correctness of certificates submitted to meet the eligibility
criteria.

4. Tenders will be finalized by the authority inviting tenders on the recommendation of


the competent technical authority. The authority will scrutinize the tenders in
accordance with the conditions stipulated in the tender document. In case of any
discrepancy or non-adherence to the conditions, the same shall be communicated to
the bidder, which will be binding on the bidder. The decision taken by the
concerned authority on the tender shall be final.

AWARD OF CONTRACT

32.0 Award Criteria:

1. The Chief Engineer /400kV Construction / APTransco/Vidyut Soudha / Gunadala/


Vijayawada will award or recommend to the Competent tender accepting authority for
award of the contract to the Bidder who is found Technically qualified as per the Tender
conditions and whose bid is the lowest.

2. The tender accepting authority reserves the right to accept or reject any Tender or all
tenders and to cancel the Tendering process, at any time prior to the award of Contract,
without thereby incurring any liability to the affected Bidder or Bidders or any
obligation to inform the affected Bidder or Bidders of the reasons for such action.

3. If deemed necessary by Purchaser, the purchase orders may be issued suitably to separate
supply and erection. However, the Contractor will solely be responsible to carry out the
scope of two purchase orders as if they are one and splitting shall not and will not absolve
the contractor to comply with the terms and conditions of this Contract including the
Taxes and levies etc. applicable on the gross value of the supplies and works covered
under the scope of the bidding documents. Bidder shall quote the bid prices accordingly
42
specifically confirming as above. Purchaser is not liable to bear the taxes and levies on
any account other than the amounts quoted in the bid prices by the bidder in his bid.

33.0 Notification of Award and Signing of Agreement :

1. The Bidder whose Tender has been accepted will be notified of the award of the contract
by the Chief Engineer / 400kV Construction /AP Transco / Vidyut Soudha / Gunadala/
Vijayawada, prior to expiration of the Tender validity period by registered letter. This
letter (hereinafter and in the Conditions of Contract called “Letter of Acceptance”) will
indicate the sum that the Transmission Corporation of Andhra Pradesh Limited (AP
Transco) will pay the Contractor in consideration of the execution, completion, and
maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter
and in the Contract called the “Contract Amount”).

2. When a tender is to be accepted, the concerned Bidder shall attend the office of the Chief
Engineer/ 400kV Construction /AP Transco / Vidyut Soudha / Gunadala/ Vijayawada,
on the date fixed in the Letter of acceptance. Upon intimation being given by the CE/
400kV Construction / AP Transco / Vidyut Soudha / Gunadala/ Vijayawada, of
acceptance of his tender, the Bidders shall make payment of the Security Deposit and
additional security deposit wherever needed by way of Demand Draft or unconditional
and irrevocable Bank Guarantee obtained from a Nationalized Bank/Scheduled bank
with required validity period. And sign an agreement in the form prescribed by the
department for the due fulfillment of the contract. Failure to attend the office of the
Chief Engineer/ 400kV Construction /AP Transco/Vidyut Soudha/ Gunadala/
Vijayawada, on the date fixed, in the written intimation, to enter into the required
agreement shall entail forfeiture of the bid security deposited. The written agreement to
be entered into between the Contractor and the Chief Engineer/ 400kV Construction /
AP Transco / Vidyut Soudha / Gunadala/ Vijayawada, as may be authorized, shall be the
foundation of the rights and obligations of both the parties and the contract shall not be
deemed to be completed until the agreement has first been signed by the Contractor and
then by the officer authorized to enter into contract on behalf of the Transmission
Corporation of Andhra Pradesh Limited (or ‘AP Transco’ or ‘Corporation’).

3. The successful Bidder has to sign an agreement within a period of 30 days from the date
of acceptance of Performance Security. Sufficient no. of copies (minimum 10 Nos) of
specification, purchase orders, quality plan, list of drawings and other related documents
shall be supplied by the bidder as requested by the purchaser for distribution at field,
accounts & this office use. The expenses for the preparation of copies of such documents
shall be to the account of the Contractor / bidder.

4. On receipt of the “Letter of Acceptance” the successful bidder has to furnish the breakup
of taxes, freight & insurance amounts for the direct transaction between the purchaser
and the contractor i.e. own manufactured equipment /material and breakup of freight and
insurance amounts for all the bought out materials / equipment to be supplied under the
contract.

5. The kick off meeting shall be held by Chief Engineer within 15 days from the issue of the
Letter of Intent for all works. The targets are to be fixed in the Kick-off meeting which
shall be signed by Chief Engineer / 400kV Construction and the contractor which shall
become a part of the agreement. A copy of the targets fixed and minutes of the Kick-off
meeting will be reviewed in the teleconference.
43
6. The contractor or his representative shall invariably attend the meetings whenever called.
The representative of the contractor who attends the kick-off meetings and review
meetings shall be qualified and shall be authorized by the contractor with the details of
qualification and responsibility and designation of the authorized person.

34.0 Corrupt or Fraudulent Practices:

The AP Transco require that the bidders / suppliers / contractors under Government financed
contracts; observe the highest standard of ethics during the procurement and execution of
such contracts. In pursuance of this policy, the Government

(a) Define for the purposes of the provision, the terms set forth below as follows:

(i) “Corrupt practices” means the offering, giving, receiving or soliciting of any thing of
value to influence the action of a Government official in procurement process or in
contract execution: and

ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a


procurement process or the execution of a contract to the detriment of the
Government and includes collusive practice among Bidders (prior to or after Tender
submission) designed to establish in Tender prices at artificial non-competitive levels
and to deprive the Government of the benefits of free and open competition.

(b) Will reject a proposal for award if it determines that the Bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract in
question.

(c) Will blacklist / or debar a firm, either indefinitely or for a stated period of time, if at
any time determines that the firm has engaged in corrupt or fraudulent practices in
competing for, or in executing a Government Contract.

(d) Further more, Bidders shall be aware of the provisions stated in the General
Conditions of Contract.

The decision of Chief Engineer/ 400kV Construction / AP Transco / Vidyut Soudha/


Hyderabad, to accept any tender and to reject any or all tenders is final.

35.0 PERFORMANCE SECURITY:

Within 15 days of the issue of letter of intent from the Purchaser, the successful Bidder shall
furnish the Performance Security for an amount equivalent to sum of 10% of the supply value
and 5% of the erection value of the contract along with additional performance securities if
any in accordance with the contract, in the Performance Security form provided in the
bidding documents or any other form acceptable to the purchaser.

The Performance Security/additional performance securities shall cover the 12 months over
and above completion period of contract, with a further claim period of two months
thereafter.
The Purchaser will discharge the Performance Security after completion of the warranty/
Guarantee period of substation and Tr. Line.
Failure of the successful Bidder to furnish the Performance Security as specified within 15
days of award of contract shall constitute sufficient grounds for the annulment of the Award
and forfeiture of the bid guarantee, in such case the Purchaser may Award the said contract to
44
the next lowest evaluated Bidder or call for new bids. Any further correspondence made by
the bidder in this regard will not be entertained.

Bidders who are executing three (3) Nos. 400 kV contracts in APTRANSCO as on
date of tender opening shall submit a Bank Guarantee for 5% of total contract value in
addition to the performance Bank Guarantee in case becoming L1. The bidder shall
submit an undertaking in their bid on confirmation of submission of 5% BG, failing
which the bid will not be considered. This 5% BG shall be valid till commissioning of
the Sub-station and Tr. line.

This is in addition to the Performance Security Bank Guarantees to be submitted by


the contractor towards supply and erection.

Performance security may in the form of


(i) A Bank Guarantee from any Scheduled Bank (list specified) as per list enclosed in
the specification, State Bank of India or its associate banks/ Nationalized banks in
favour of Chief Engineer / 400kV Construction.
(ii) A Banker cheque, crossed Demand Draft, pay order on any Nationalized Bank /
Scheduled Bank/ State Bank of India or its associate banks in the Headquarters in
favour of Pay Officer/APTRANSCO.
All Bank Guarantees, which are executed in accordance with this specification, shall be only
on Andhra Pradesh State Non- Judicial Stamp paper purchased in Andhra Pradesh State to the
value of not less than Rs.100/- (Rupees one hundred only). Bank Guarantee executed on the
Non- Judicial stamp paper of value less than Rs.100/- will not be accepted.

In case of the non-execution of works within the stipulated completion period the bidder shall
extend the bank guarantee suitably to cover the 12 Months performance and 2 Months claim
period from the expected date of commission of the project.

In case of replacement/repair of any material/works after commissioning of the Sub-Station /


Tr. Line and before expiry of Guarantee / Warranty period, the contractor shall furnish
separate bank guarantee valid for 12 Months with 2 months claim period from the date of
repair / replacement covering the value of such materials / works.
The purchaser will discharge the Performance Security after completion of the contract and
within 60 days of the expiry of the warranty.

35.1 FORFEITURE OF PERFORMANCE SECURITY AND ADDITIONAL SECURITY


DEPOSIT:
The Performance and Additional Securities will be forfeited in the following cases :

1. When the successful bidder does not fulfills the obligations under the contract or
proven to be false submission of the information either in the bid or the information
relating to the contract.
2.  When the successful bidder fails to execute the work in accordance with the clauses
under this specification.
3. When the successful bidder executing the work with in-ordinate delays or with poor
quality which hampers the prime object of the contract, the securities will be en-
cashed and will be adjusted towards such losses incurred by APTRANSCO or
towards risk purchase.
4.   When the successful bidder pleads his inability to erect the Substation and backs out
of his obligations after issue of the preliminary acceptance letter or the letter of intent,
45
the APTRANSCO will forfeit his performance/ additional/ bid securities and also
recover the loss, if any, sustained by the APTRANSCO as a consequence of such
backing out. In addition, the company will be blacklisted.

36.0 COMPLETION PERIOD:


The contractor shall take up and commence the work as per the instructions of concerned
Superintending Engineer/400KV and complete the work as indicated in Schedule-D.

37.0 VARIATIONS IN QUANTITIES :

The quantities indicated in the Schedule-A (Materials / Equipment) and Schedule-B (Works) are
only provisional and are likely to change during actual execution.

(a) For material and equipment covered in Schedule – A :

The rates accepted for individual items of material / equipment (except for
material/equipment for which Price variation is applicable) covered under Schedule-A
shall hold good for the actual quantities of material supplied, including any increase
necessitated during actual execution.

(b) For Works items covered in Schedule – B :

For quantities increased over and above the Scheduled quantities: The rates accepted
for individual items shall hold good over and above the agreement quantities.

38.0 PURCHASER’S RIGHT TO VARY THE SCOPE DURING THE PERIOD OF


CONTRACT:

Purchaser may change the scope of the contract (No. of Bays/Line length in Kms etc.) based
on the priorities and may subsequently extend/reduce for balance scope with the prices
quoted if required.

Purchaser reserves the right to increase or decrease the scope as per requirement up to + or -
50% total contract value during the execution of the order with quoted prices. The quantities
incorporated in the tender are purely tentative. As such, APTRANSCO at his discretion may
increase/decrease/delete/add items/quantities at the time of placement of order and during the
execution.

SUPPLEMENTAL/NEW ITEMS AND PROCEDURE FOR WORKING OUT RATES

The contractor is bound to execute Supplemental / new items that are found essential, incidental
and inevitable during execution of the contract at the rates to be worked out as below:

For the items relating to the Schedule-B where the rate can be deduced from the estimate or
APTRANSCO / DISCOMS / Common SSR, the rate applicable will be the estimated / SSR
rate +/- tender percentage quoted/ accepted by the bidder for Schedule –B. The schedule of
rates adopted for supplemental items / new items shall be from the current SSR applicable
during the execution period.

For the items relating to the Schedule-A or Schedule-B where the rates of new items cannot
be deduced from the estimate / SSR, the rate payable will be arrived based on the prevailing
market rates duly enquiring / collecting quotations and observing the reasonableness of the
rates by the Purchaser.
46
The Schedule time required to complete the new / supplemental items including the balance
work will be indicated in the approval letter issued for new / supplemental items.

The contractor shall plan and procure the materials indicated in Schedule – A duly verifying
with the approved layout and profile so that the procured quantities match with actual
requirements to avoid excess supply of materials.

39.0 STATUTORY VARIATION:

Any variation up or down in statutory levy or new levies introduced after Tender calling
(Part-1 bid) Date will be to the account of APTRANSCO. These will be regularized at the
time of placement of award.
Statuary variation is permissible on the payments for the supply of materials/ works executed
during the delivery period. In case of delayed delivery, the Statuary variation prevailed on the
date of actual delivery or the Statuary variation applicable on the contractual delivery period
whichever is less shall be admitted.

40.0 TAXES AND DUTIES :

40.1 The Bidder is entirely responsible for payment of taxes and levies, license fee, etc., till the
completion of the contract.

a) Supply items :

The APTRANSCO Substation has been prepared with GST @ 18% on Unit Rate +
F&I for all supply items. Evaluation will be done considering that all the bidders
quoted % excess/Less with GST only.

b) Works items :
GST @ 18% is included in all works items on Unit Rate + Labour cess (1%). TDS
will be recovered as applicable.
40.2 It is the responsibility of the bidder to make sure about the correct rates of statutory levies at
the time of bidding. If the rate assumed by the bidder are less than the current rates prevailing
at the time of the tendering, the APTRANSCO will not be responsible for the mistake. If the
rates assumed by the bidder are higher than the current rates prevailing at the time of bidding,
the statutory levies prevailing at the time of bidding will only be paid.

40.3 The Bidder will be entirely responsible for payment of taxes and duties, other local taxes or
levies if any, license fee, etc., which are to be borne by the company/contractor until the
completion of the contract.
40.4 Deleted

40.5 Reverse charge mechanism is not applicable in respect of purchases made from the
composition dealer / registered dealer. In case the service provider is an unregistered dealer,
the GST is payable on reverse charge basis by the APTRANSCO.

40.6 Purchaser shall not bear any tax liability ie., Income Tax, surcharge on Income Tax and any
other Corporate Tax, irrespective of the mode of contracting. The contractor shall be liable
and responsible for payment of taxes, under the provision of the law. The Purchaser as per the
respective acts will make deduction towards Income Tax, Goods and Service Tax (GST) and
Labour cess at source.
40.7APTRANSCO is registered as a dealer under GSTIN No.37AABCT0088P1ZU.
47
40.8 For all items in the price schedules GST that is applicable shall be shown in the price
schedule. Any sub-sequent variation in these tax after tender calling date will be to the
account of APTRANSCO.
40.9 In case of Installation services, the contractor shall bear all taxes, levies etc. incurred until
completion of work and no separate claim/ exemption on this behalf will be entertained by
the Employer.
40.10 For supply of material/ equipment e-way bills are to be provided by the bidder only.
APTransco will not provide any way bills for the supplies against this tender.
40.11 As per the standing instructions of Government of India on the deduction of TDS for Income
tax and GST at source, recovery will be made.

41.0 Import License :

Obtaining import license shall be of contractors' responsibility for imported goods


considered in the Bid. The purchaser has no responsibility what so ever in this regard and
any customs duty incurred by the bidder on the imported goods considered in the bid will
not be born / reimbursed by the purchaser.

42.0 Performance Guarantee / Warranty :

The materials/ equipment supplied and erected shall be guaranteed for satisfactory operation
for a minimum period of 12 months from the date of commissioning of woks/ project. Where
the suppliers / Manufacturers provided longer period of warranty than the period mentioned
above, APTRANSCO shall be entitled for such longer warranty. By the time of completion of
commissioning, Bank Guarantee for performance security and Bank Guarantee for final
payment shall be valid to cover Guarantee/warranty period. The supplier will further
guarantee that the material / equipment will conform to the technical specification.

Equipment, sub-assemblies or mandatory spare parts replaced under warranty will have
further warranty from the date of acceptance, for a further period of 12 months.

The supplier will warrant that the materials / equipment supplied under the contract are new,
unused, of the most recent or current models, and that they incorporate all recent
improvements in design and materials unless provided otherwise in the contract. The
supplier will further warrants that all materials / equipment supplied under the contract will
be free from defects, arising from a design and/ or use of materials as required by the
purchaser’s specifications or from any act of omission of the supplier that may develop
under normal use of the supplied materials / equipment.

All the material will be of the best class and will be capable of satisfactory operation in the
topics under the service conditions indicated without distortion or deterioration. No welding,
filling or plugging of defective parts will be permitted. Unless otherwise specified, they will
conform to the requirements of the appropriate Indian Standards. (Where a standard
specification covering the material in question has not been published, the standards of the
American Society for Testing of Materials should be followed).

The entire design and construction will be capable of withstanding the severest stresses
likely to occur in actual service and be capable of resisting rough handling during transport.

The supplier will in addition, comply with the performance guarantees specified under the
contract. If, for reasons attributable to the supplier, these guarantees are not attained in
whole or in part, the supplier will at its discretion either,

(a) make such charges, modifications, and / or additions to the materials / equipment or
any part thereof as may be necessary in order to attain the contractual guarantees
48
specified in the contract at its own cost and expense and to carry out further
performance tests as per the relevant standards.

(b) replace the material / equipment at his own expense.

The purchaser will promptly notify the supplier in writing of any claims arising under this
warranty.

Upon receipt of such notice, the supplier will within 15 days repair or replace the defective
materials / equipment or parts thereof, free of cost at the ultimate destination. The supplier
will take over the replaced parts / materials / equipment at the time of their replacement. No
claim whatsoever will lie on the purchaser for the replaced parts / materials / equipment
thereafter. In the event of any correction of defects or replacement of defective material
during the warranty period, the warranty for the corrected / replaced material will be
extended to a further period of 12 months.

If the supplier, having been notified, fails to remedy the defect(s) within the above period,
the purchaser may proceed to take such remedial action as may be necessary, at the
supplier’s risk and expense duly deducting the expenditure from subsequent bills / bank
guarantee and without prejudice to any other rights which the purchaser may have against
the supplier under the contract. Should any damage occur to any other equipment covered
under this bidding document due to defective part supplied under this contract, the Bidder
should be responsible for making good, the said damage.

If the work or any portion thereof shall be damaged in any way excepting by the acts of the
APTRANSCO, or if defects not readily detected by prior inspection shall develop before the
final completion and acceptance of the whole work, the CONTRACTOR shall forthwith
make good, without compensation, such damage or defects in a manner satisfactory to the
APTRANSCO. In no case shall defective or imperfect work be retained.

If the contractor fails to remove or repair any defect within a reasonable time, the purchaser
shall do so by themselves or by any other agencies at the contractor's cost and risk and cost of
such repairs/removals will be adjusted against the amount due to the contractor.

43.0 Splitting of Contract :

If deemed necessary by Purchaser, the purchase orders may be issued suitably to separate
supply, civil works and erection, testing and commissioning. However, the contractor will
solely responsible to carry out the scope of two or more purchase orders as if they are one
and splitting shall not and will not absolve the contractor to comply with the terms and
conditions of this contract including the Taxes, levies etc. applicable on the gross value of
the supplies and works covered under the scope of the bidding documents. Bidder shall
quote the bid prices accordingly specifically confirming as above. Purchaser is not liable to
bear the taxes and levies on any account other than the amounts quoted in the bid prices by
the bidder in his bid.

44.0 Work Schedule:

The successful Bidder shall furnish a detailed program as per the bar chart in the form of a
master network, along with his program for manufacturing and delivery of the equipment /
material offered by him, approval of drawings, dates by which the Purchaser supplied
equipment may be handed over to him and erection, testing and commissioning of various
equipment and the completion schedule of Sub-station/Tr. Line within one month of
acceptance of letter of award. The detailed network schedules based on Master Network
(mutually agreed by the Purchaser and Bidder) shall show the logic and duration of
following activities.
49
a) Detailed engineering, procurement (bought out items and raw material),
manufacture, shop inspection, testing, dispatch and receipt at site activities.
b) Fabrication, galvanization of steel structures
c) Civil works
d) Erection, site testing and commissioning
e) Inputs required from Purchaser, co-ordination activities with other manufacturer's.
f) Monitoring of Processing of claims for supply, erection, testing and commissioning
and releasing payments.
g) Monitoring of Quality control for erection works.

45.0 Delay beyond Contractor’s control :

The Contractor shall not be entitled to claim compensation on account of delays or hindrances
to the works for any cause whatsoever. Should the cause of delay or hindrance not be the
responsibility of the Contractor, the Chief Engineer may consider extension of time to
compensate for this delay or hindrance based on the merits of the case. The Contractor will not,
however, be eligible for any compensation by way of increase in the rates for the works
executed beyond the contract period.

46.0 Extension of time for contract completion :

When a work cannot be completed within the completion period indicated for reasons beyond
the control of the contractor, the contractor shall represent for the same and extension of time
shall be granted only on the issue of an undertaking by the contractor that he will not put forth
at a later date, claims for extra payments towards increased overheads, labour costs etc.

47.0 Mile Stones:

Bar chart assigning definite time period for each of the activity to be ensured for total
completion period of work is enclosed for strict adherence to the payment terms mentioned in
Clause No.15 of GCC (Terms of payment). The bidders are requested to give specific
acceptance in the form of an undertaking as per schedule specified in specification at the time
of bidding. Bids received without this undertaking are liable to be overlooked.

48.0 Deviation in Price after award of Contract :

“Estimate amount is subject to revision even after award of contract if any deviations are found
in preparation of estimate from the standard procedures of APTRANSCO”.

49.0 TECHNICAL AUDIT ON COMPLETED WORKS:

i) All the completed works shall be technically audited by Quality Assurance wing within two
months of the completion / commissioning of the project for the correctness of project in
terms of agreements, specifications, detailed project report / technical sanction, deviation in
quantities & rates.
ii) All the remarks which are pointed out by Quality Assurance wing in the above technical audit
shall invariably attend by 400 kV Field Wing within one month and in case the remarks are
pertaining to the execution of work which is in the scope of the agreement, the Contractor has
to attend the remarks without insisting of any additional payment.
50

You might also like