Professional Documents
Culture Documents
BID DOCUMENT
FOR
ON
“TURNKEY” MODE
SECTION -1
Sealed Tenders are invited from experienced & financially sound Electrical Contractor(s) (individual or
joint venture)/Firm(s) having valid electrical contractor license up to 33kV issued by the competent authority of the
Govt. of Assam for construction/shifting of H T line. L T Line along with 11/0.4 KV substations at different
locations at JMM Road (SH-31) under Jorhat Electrical Division -I, APDCL UAR under deposit work
scheme.on “Turnkey” mode.
Cost of Tender Paper:- Rs 6000.00 (Rupees Six thousand) only in the form of A/C payee Demand
Draft/Bankers cheque (non refundable) duly pledged in favour of “ ASSAM POWER DISTRIBUTION COMPANY
LIMITED”. Tender papers can be purchased in all working days up to 4 PM w.e.f 20-05-2014 to 30-05-2014. from
the office of the Chief General Manager (D),UAR,APDCL,Bijulee Bhawan,Paltanbazar, 6 th floor Guwahati-1
Copy to: -
1. PS to the Chief Managing Director, APDCL, Bijulee Bhawan for kind appraisal of the CMD.
2. The GM, Jorhat Zone, APDCL, Jorhat, for information.
3. The DGM, Jorhat Electrical Circle, APDCL (UAR), Tinsukia, for information & necessary action.
4. The PRO, ASEB.Bijulee Bhawan.Paltanbazar, Ghy. for publication of the above tender in one issue of
“The Sentinel” and “Dainik Janambhumi”.
5. . The OSD to MD, APDCL, Bijiulee Bhawan, Paltanbazaar, Guwahati for publication in the official website.
Sealed Tenders are invited from experienced & financially sound Electrical Contractor(s) (individual or joint
venture)/Firm(s) having valid electrical contractor license up to 33kV issued by the competent authority of the Govt.
of Assam for construction/shifting of H T line. L T Line along with 11/0.4 KV substations at different
locations at JMM Road (SH-31)under Jorhat Electrical Division -I, APDCL UAR under deposit work
scheme on “Turnkey” mode.
Tender papers can be purchased in all working days up to 4 PM w.e.f. 20-05-2014 to 30-05-2014 from the
office of the Chief General Manager (D), APDCL, UAR, Bijulee Bhawan, Paltan bazaar, 6 th Floor, Guwahati-1.
Cost of Tender Paper for the Package: Rs.6000.00, only against the package, in the form of ‘A/C
Payee Demand Draft/Banker’s Cheque (non-refundable) duly pledged in favour of “ASSAM POWER
DISTRIBUTION COMPANY LIMITED”. Tender paper can be purchased on all working days w.e.f.
20-05-2014 to 30-05-2014 from the office of the Chief General Manager (D), APDCL (UAR), Bijulee
Bhawan, 6 th Floor Guwahati-1.
Alternatively, the Bid document can be downloaded from the APDCL’s website:
www.apdcl.gov.in for tender submission purpose. The Bid can be down loaded up to 4 pm of 30-05-
2014. The bidder using downloaded document will attach with their Bid an A/C payee demand
Page | 6
draft/Banker’s cheque (non- refundable) of Rs. 6000.00 (Rupees Six thousand) only duly pledged in
favour of ASSAM POWER DISTRIBUTION COMPANY LIMITED.Guwahati-1” as cost of the tender
paper. Bidder will ensure that the payment instrument submitted against the Bid must be
procured on or before the closing date of sale for Bid documents & also ensure that the
documents in full is downloaded and used. Any Bid without the payment of cost of tender paper
as above will be rejected outright.
SECTION 2
2. Scope of Work
The various activities under the scope of work shall among other related aspects cover the following.
i. Procurement and supply of all materials required for the work.
ii. Site unloading, storage and handling of all materials supplied including watch and ward for safe custody.
iii. Site fabrication work as per requirement.
iv. Submission of implementation schedule from the date of award of contract for: -
3. Basic specification of the various equipment/ works to be supplied and carried out.
i. All equipment supplied shall conform to the requirement of relevant ISS (BIS) as approved by Company and that
of REC specification and construction standards.
ii. For ready reference, the basic specification of major items, namely- Conductor, Disc insulator 45 KN, Disc
attachment for Raccoon/Weasel/Squirrel conductor, HT/LTPin insulator, G.I Channel, HT Stay set, Guy insulator,
Stay wire, CI earth pipe, GI wire 8/6 SWG, Nuts & bolts, P S C pole, Danger plate, pole clamps, etc. are to be
provided in the Technical Specification Section. Based on this, the vendor shall draw total specification for
procurement after approval of Company.
iii. All materials supplied shall be erected, protected as per approved standard practice for proposed type of
electrical work so as to supply electricity to the consumer most effectively and in an intrinsically safe manner.
iv. All equipment supplied and installed shall provide easy and effective:
All equipment supplied and installed shall be provided stable and adequate weather protection, system earthing etc.
Page | 9
v. All items, which may require frequent opening up/ dismantling for maintenance, shall be adequately sealed
against any tampering/ theft etc.
vi. All supporting structures shall be of steel as per IS 2602 appropriate grade.
vii. Generally supply and erection of materials and system shall meet the requirement of construction standard
being followed in the electrification works.
vii. Basic qualifying requirement:
The prospective bidder must fulfill the following pre-bid qualifying requirement
a. The bidder must have valid electrical Contractor License and Supervisor License (HT) up to at least 33KV
issued by the Licensing Authority of Govt. of Assam. .
b. The bidder must have adequate experience of doing H T/LT Line construction job on turnkey basis for at least
100 KM and minimum of 25 nos of 11/0.4 KV substations in total and which must be in satisfactory operation for
at least 1(one) year as on the date of bid opening .
c. Average annual turnover of the bidder for last three consecutive financial years should be at least as per the
requirement shown in the table against particular package or packages and the annual turnover should be certified
by a registered Chartered Accountant with balance sheet.
e. The bidder shall furnish latest Income Tax clearance certificate and sales tax registration and valid Labour
License, Employees’ P.F registration and WCT registration Certificate, VAT & Service Tax certificate.
f. The bidder shall furnish details of the work / works along with its value already in hand either of APDCL, or in
any other successor companies of ASEB along with date of completion as per Letter of Award and actual date of
completion duly certified by the competent authority as per format enclosed as Annexure-IA. This requirement
shall be treated as one of the major qualifying criteria for technical evaluation of the bid.
4. Joint Venture Requirement
i. The bid and, in case of successful Bid, the form of agreement shall be signed so as to be legally binding
both the partners.
ii. One of the partners shall be authorized to be as the lead partner and this authorization shall be evidence by
submitting a Power of Attorney signed by legally authorized signatories of the partners.
iii. The lead partner shall be authorized to incur liabilities, receive payments and received instruction for and on
behalf of any or all partners of the joint venture and the entire execution of the contract.
iv. All the partners of the joint venture shall be jointly and severally liable for the execution of the contract in
accordance with the contract terms and a relevant statement to this effect shall be included in the authorization
mentioned under (ii) above as well as in the Bid form and the form of agreement ( in case of successful bidder).
v. A copy of the agreement entered into by the joint venture partners shall be submitted with the bid.
vi. The figure of average annual turnovers for the joint venture partners shall be added together to determine the
bidder’s compliance with the minimum average turnover requirement of the package. However, the lead partner
must be meeting at least 40% and other partner must be meeting at least 25% of the minimum average annual
turnover criteria given in the tender.
5. Other requirements:
The Tendered
i) Should be acquainted himself or his associate with relevant conditions of the local geography and socio-
economic setup of the different location of the State and being capable accordingly to mobilize, organize and
expedite the activities.
ii) Should have adequate working personnel comprising of Electrical/ Mechanical engineers, electrical
supervisor, skilled and unskilled labours to be deputed to the proposed assignment.
iii) Should be conversant with the code/ standards applicable to proposed type of work. ISS, REC guidelines.
6. Submission of bid:
The Techno Commercial Bid should be submitted in a sealed envelope; Superscribing “ Techno-Commercial bid
with EMD” with name of bidder ,full address and NIT reference and under this will be included and defined
vendors scope of work, responsibilities, guarantees, specification of equipment(GTP), commercial terms and
conditions, vendor’s company credentials, experience of similar assignments, registration details, etc. as per
requirement. Tender format for techno-commercial Bid is enclosed as Annexure-I.
released on finalization of the tenders. The EMD to the successful bidder will be released on submission of
Security Deposit at the time of execution of the agreement as per clause 11.3
Page | 10
a) With bids.-
i) Detail list of makes and materials offered with catalogues, technical specification with necessary GTPs &
drawing of materials, etc.
ii) Certificates and testimonials in support of credentials of the bidder’s organization. Turnover of the vendor has to
be certified by Chartered Account.
iii) Details past experience to be substantiated through certificate issued by an engineer not below the rank of
DGM/CEO along with supporting copies of the work executed under any reputed utility/department..
iv) Brief write-up on methodology to carry out the assignment, if awarded.
v) Details of manpower to be engaged for the assignments, Employees’P.F. registration.
vi) Any other information, the vendor may feel facilitative in evaluating the bid.
vii) Copies of contractor and supervisor’s license, Income Tax clearance certificate, turnover, etc.
viii) Photo copy of the PAN card.
ix.) Solvency certificate from Bank.
x). Certificate in support of performance of the bidder.
xi) Latest VAT registration and clearance certificate, WCT, CST registration certificate, Service Tax registration,
Employee Provident Fund and valid labour license.
The Tender must be accompanied with earnest money as mentioned in the NIT against each package to be
deposited in the form of Bank Guarantee (BG) of nationalized Bank/ NSC/KVP/Term Deposit/FD/Bank Call
Deposit, pledged in favour of “ASSAM POWER DISTRIBUTION CO. LTD. Guwahti-1”. The earnest money
should be submitted along with Techno-Commercial Bid. The earnest money to the unsuccessful bidders will be
returned after finalization of the bid/issue of work order to successful bidder.
d. Price Bid
The Price Bid should be submitted in a separate sealed envelope super scribing “price bid” with name of bidder,
NIT reference No. Under this will include rates of supply and erection of different items for electrification
according to the BOQ. The tender proforma for price Bid is enclosed as Annexure-II.
e. Submission of bid
Both the envelope should be placed in a bigger envelope duly sealed superscribing name of bidder, NIT
reference and address to the CGM (D), APDCL,UAR Bijulee Bhawan, Paltanbazar, Guwahati-1
Note:-:
a. If there is discrepancy between the unit price and the total price that is obtained by multiplying the unit price and
quantity, the unit price shall prevail and total price should be corrected. If there is a discrepancy between the words
and figures, the amount in word should prevail. If the bidder does not accept the correction of the errors as above,
his bid will be rejected and the amount of bid guarantee/security will be forfeited.
b. No separate declaration offering discount on price will be allowed. Offered price in the price schedule
will be final.
7. (A) Estimation of material requirement: The total quantity of materials required is indicated in the BOQ
B) Quantity Variation: There may be increase or decrease in quantity of individual item subject to the
condition that the corresponding change in total contract value does not increase or decrease by more than 15%
keeping the unit rate of individual material and labour unchanged.
8. Award of work:
i) The evaluation of bids will be carried out, first of techno-commercial bid and thereafter opening the price bid of
only those bidders who qualify and meet the technical requirements.
ii) Company reserves the right not to order/ award the job to the price-wise lowest party if the party during any
part of evaluation is found technically non responsive.
iii) Work should be started within fifteen (15) days from the date of issue of the work order, failing which order
will be cancelled without further correspondence.
iv) The line after completion also should be under custody of the contractor till the date of commissioning and
charging. The properties will be taken over by APDCL only after satisfactory commissioning and charging.
Page | 11
9.0 Period of completion: 150(one hundred fifty) days from the date of issue of the work order.
9.1 Implementation schedule:
EXECUTION PERIOD
Sl
Description
40 days
40 days
50 days
7 days
7 days
6 days
no.
1 Signing of Agreement
2 Survey works
Manufacture & supply
3
of materials
Erect
4
ion of equipments
Testing &
5
commissioning
Company reserves the right to terminate the work order at any stage in accordance with the Company’s General
Condition of Supply and Erection.
11. Terms of Payment:
11.1 During currency of the Contract, maximum 3(Three) nos. of progressive Bills will be allowed for
progressive Bill should contain items of works which are completed in all respect of supply, erection for the
identified locations. 80% of each progressive Bill shall be paid retaining 20% by the company (APDCL). Final
Bills will be paid comprising balance works beyond the works already claimed in the progressive Bills along with
20% of the amount retained against the progressive Bills subject to testing and commissioning & fulfilment of
clause-14(d).
11.2 All payment shall be made from the office of the CGM (F&A), APDCL on the bill submitted to the concerned
CGM (D) after due verification by the concerned SDE and duly passed by the AGM concerned and countersigned
by the DGM concerned and on submission of work progress report (as per format which will be enclosed at the
time of awarding work order). Bills whether progressive or final shall be entertained only after completion of both
supply and erection of work of specified items.
In Consideration of the tight schedule of the project, the successful bidder(s) /Contractor(s) shall exercise
systematic closely controlled project management system with the aid of commonly used soft tools. Following are
the major activities/deliverables to be organized /generated for submission to the Board.
(I) Liaison/Construction offices will be established in each Circle of APDCL.
Page | 12
All offices shall be adequately furnished and staffed so as to take all site decisions independently without frequent
references to head Work’s/offices.
a) Liquidated Damages (LD): The proposed work is on top priority of Government of Assam and therefore has to
be completed within stipulated/agreed schedule. Any delay beyond that will attract penalty as per Company’s
general condition of supply and erection.
b) Equipment and system installed shall be guaranteed individually for integrated operations for a period of 18
(Eighteen) months from date of commissioning of the same. In case of detection of any defect in individual
equipment or system as a whole, the same shall be replaced by the vendor free of cost within 15 days of intimation
by the Company’s representative.
c) Warranty from the manufacturer shall be produced along with manufacturer’s test certificate for all equipments/
materials covered under Manufacturers Warranty.
d) A performance Bank Guarantee from a Nationalized Bank/Scheduled Bank in APDCL’s standard format on
Non judicial stamp paper of appropriate value with a validity of 18 (eighteen) months @ 10% of total value of
work executed shall have to be furnished by the Contractor before final payment.
e) All Bank Guarantees (BG) to be submitted as per the clauses above should be from any branch of nationalized or
scheduled Bank of RBI having their regional offices in Assam.
14. Approvals/Clearances:
1. Concerned DGM, APDCL, shall approve all site and documents prepared by the contractor for construction of
the Line.
2. GTP and drawings of all equipment/ materials shall be approved by CGM (D), APDCL (CAR).
3. The contractor shall obtain all statutory approvals and clearances from the statutory authorities before charging
the system at his/her own
While carrying out the assignment, no damage to environment /forests will be caused by the contractor. If so done,
the contractor will have to compensate the same to the satisfaction of the concerned authority.
While the Company will make every endeavor to extend necessary facilitation in expediting the work, the
contractor shall be responsible to organize and arrange all necessary inputs right from mobilization activities up
to completion of the project. Company will not entertain any failure / delay on such accounts. Also, Company will
Page | 13
not be responsible for any compensation, replenishment, damage, theft etc. as may be caused due to negligent
working, insufficient coordination with Government / non Government / Local Authority by the contractor and/ or
his personnel deputed for work. The contractor shall take necessary coverage under LIC/GIC etc. for his working
personnel and the goods in store as well as in transit. The contractor will be deemed to have made him acquainted
with the local working conditions at site(s) and fully provide for into the bid submitted.
Terms and conditions, which are not specified, herein above will be governed by the Company’s General
Terms and Conditions of supply and erection in force.
Page | 14
Annexure - 1
Tender Proforma part – 1 (Techno-commercial)
NIT No.CGM CGM (D)/APDCL (UAR)/ PWD/DEP/2014-15(JEC)/01
ANNEXURE-I(A)
List of ongoing & completed projects of APDCL & other Successor companies of ASEB
Sl Name of Order No Length of Contact Scheme Stipulated date Date of actual Remarks
No work Line/Quantu Value of completion completion /
m of work as per w/order present status
NB : This annexure must be certified by concern officer not below the rank of DGM.
Page | 16
ANNEXURE-I(B)
A LEGAL
3 Registered/Notarized Power of Attorney of the signatory of the Bidder to participate in the bid
5 Information regarding any litigation, current or during the last five yrs. In which the bidder is
involved, the parties concerned, and disputed amount
B Financial
1 Audited Balance Sheet, Profit & loss account,Auditors report for last three yrs.
3 Evidence of adequacy of working capital for this contract (access to line(s) of credit &
availability of other financial resources)
6 Value of similar work performed by the bidder in each of the last 5 years-statement
7 Proposals for subcontracting components of the works amounting to more than 10 percent of
the contract price
1 Experience in works of a similar nature and volume for each of the last 5(five) yrs & details of
work under way or contractually comimitted including full address of client for communication
statement
2 Certificate issued by an Engineer not below the cadre of DGM/SE along with supporting photo
copies of agreement for the works executed in in any one year
3 Detailed activity plan & methology supported with layout & necessary drawing & calculation
(detailed) to allow the employer to review their proposals
5 List of technical personnel & their qualification & experience with organization chart
6 Proof of availability of the tools,tackles,spareparts etc for carrying out the works
D Technical particulars of equipements and Materials offered in the Bill of Material and their
GTPs
Page | 17
SECTION-3
BILL OF QUANTITIES
&
PRICE BIDDING SCHEDULE
Page | 18
BOQ for construction/shifting of HT/LT line & 11/0.4KV S/S at JMM Road (SH-31) under JED
JED- I
Length of Line from Commisioner Tiniali to Murmuria Tiniali HT= 5.7 Km. & LT= 4.2 Km.
Length of line from Lahoty Rail Crissing to Tokolai Exp. Station HT= 2.9 Km. & LT= 2.5 Km.
Total HT line = 8.6 Km. & LT line = 6.7 Km. , 11/0.4KV S/S = 9 nos.
Package No. JEC/2014-15/01
Sl. Item Specification Unit Qnty.
PSC Pole, 9.75Mtr. no.
1 268
G.I Steel Tubular Pole, SP-76 no.
2 37
GI Channel Cross arm, 100x50x6x3200 mm no.
3 166
11KV composit Polymeric Disc Insulator , 45KN no.
4 501
Tension clamp for Raccon conductor no.
5 501
Disc Hardware fitting, B&S Set
6 501
11KV Composite Polymeric Pin Insulator no.
7 715
11KV GI T- cross arm no.
8 193
AAA Raccon Conductor Km.
9 29
AAA Rabbit Conductor Km.
10 30
GI Nut & Bolt with washer (assorted) Kg.
11 1050
HT Stay Set with Guy Insulator Set
12 85
Stay wire 7/10 swg Kg.
13 850
G.I Pole Clamp of flat (50x6mm) no.
14 678
HT Danger Plate no.
15 305
C.I. Earth Pipe, 1.8 mt. long no.
16 100
Copper Wire 6swg Kg.
17 112
G.I. wire, 6 swg for earthing/guarding Kg.
18 1500
Guard cross Arm (75x40x6x2200mm) no.
19 148
11KV D.O. Fuse 150A Set
20 9
11KV L.A. 5KA Set
21 9
11/0.4Kv, 250KVA Transformer no.
22 3
11/0.4Kv, 100KVA Transformer no.
23 3
11/0.4Kv, 63KVA Transformer no.
24 3
Cubicle for 11/0.4Kv, 250KVA DTR no.
25 3
Cubicle for 11/0.4Kv, 100KVA DTR no.
26 3
Cubicle for 11/0.4Kv, 63KVA DTR no.
27 3
Page | 19
Annexure - II
erection/dismantlin
FORD cost of g of materials &
materials. testing & Work
Sl. Total Price Service Grand Total
Item Unit Qty commissioning contract
No (Rs) Tax (Rs) (Rs)
tax (Rs)
Unit Unit
Total Total
Rate Rate
(3Phase, 4 wire)
30
Supply, fitting and fixing of Barbed wire for anti No. 305
climbing device as per direction and TS (1.75Kg/pole)
SECTION-4
GENERAL REQUIREMENTS
Page | 26
GENERAL REQUIREMENTS
The bidder shall comply with the following general requirements along with other
specifications.
1.01 The bidder shall invariably furnish the following information along with his
offer failing which the offer shall be liable for rejection. Information shall be
separately given for individual type of equipment offered.
i) The structure of organization
ii) The duties and responsibilities assigned to staff ensuring quality of work
iii) The system of purchasing, taking delivery and verification of materials
iv) The system for ensuring quality of workmanship
v) The quality assurance arrangements shall confirm to the relevant requirement of
ISO 9001 on ISO 9002 as applicable.
vi) Statement giving list of important raw materials, names of sub-supplies for the
raw materials, list of standards according to which the raw material are tested,
list of tests normally carried out on raw material in the presence of suppliers
representative, copies of test certificates.
vii) Information and copies of test certificates as on (i) above in respect of bought
out items
viii) List of manufacturing facilities available
ix) Level of automation achieved and list of areas where manual processing exists.
x) List of areas in manufacturing process, where stage inspections are normally
carried out for quality control and details of such test and inspection.
xi) List of testing equipment available with the bidder for final testing of equipment
specified and test plant limitation, if any vis-à-vis the type. Special acceptance
and routine tests specified in the relevant standards. These limitations shall be
very clearly brought out in "Schedule of Deviations" from the specified test
requirement.
1.02 The contractor shall within 30 days of placement of order, submit the
following information to the purchaser.
i) List of the raw material as well as bought out accessories and the names of
sub-suppliers selected from those furnished along with the offer.
ii) Type test certificated of the raw material and bought out accessories if
required by the purchaser.
iii) Quality Assurance Plant (QAP) with hold points for purchasers’ inspection.
QAP and purchasers hold points shall be discussed between the purchaser
and contractor before the QAP is finalized.
The contractor shall submit the routine test certificates of bought out accessories and
central excise asses for raw material at the time of routine testing if required by the
purchaser and ensure that the quality assurance requirements of specification are
followed by the sub-contractor.
1.03 The Quality Assurance Programmed shall give a description of the Quality
System and Quality Plans with the following details.
i) Quality System
The structure of the organization.
The duties and responsibilities assigned to staff ensuring quality of work.
The system of purchasing, taking delivery of verification of materials
Page | 27
3.01 The Owner's representative or third party nominee shall at all times be
entitled to have access to the works and all places of manufacture, where
insulator, and its component parts shall be manufactured and the
representatives shall have full facilities for unrestricted inspection of the
Contractor's and sub-Contractor's works, raw materials, manufacture of the
material and for conducting necessary test as detailed herein.
3.02 The material for final inspection shall be offered by the Contractor only
under packed condition as detailed in the specification. The Owner shall
select samples at random from the packed lot for carrying out acceptance
tests. Insulators shall normally be offered for inspection in lots not exceeding
5000 nos. the lot should be homogeneous and should contain insulators
manufactured in the span of not more than 3-4 consecutive weeks.
3.03 The Contractor shall keep the Owner informed in advance of the time of
starting and the progress of manufacture of material in their various stages so
that arrangements could be made for inspection.
3.04 No material shall be dispatched from its point of manufacture before it has
been satisfactorily inspected and tested unless the inspection is waived off by
the Owner in writing. In the latter case also the material shall be dispatched
only after satisfactory testing for all tests specified herein have been
completed.
3.05 The acceptance of any quantity of material shall be no way relieve the
Contractor of his responsibility for meeting all the requirements of the
specification and shall not prevent subsequent rejection, if such material are
later found to be defective.
Page | 28
4.01 The Owner reserves the right of having at his own expense any other test(s)
of reasonable nature carried out at Contractor's premises, at site, or in any
other place in addition to the type, acceptance and routine tests specified in
these bidding documents against any equipments to satisfy himself that the
material comply with the Specifications.
4.02 The Owner also reserves the right to conduct all the tests mentioned in this
specification at his own expense on the samples drawn from the site at
Contractor's premises or at any other test center. In case of evidence of non-
compliance, it shall be binding on the part of the Contractor to prove the
compliance of the items to the technical specifications by repeat tests or
correction of deficiencies, or replacement of defective items, all without any
extra cost to the Owner.
5.01 Copies of type test reports shall be furnished in at least six (6) copies along
with one original. One copy shall be returned duly certified by the Owner
only after which the commercial production of the concerned materials shall
start.
5.02 Copies of acceptance test reports shall be furnished in at least six (6) copies.
One copy shall be returned duly certified by the Owner, only after which the
material shall be dispatched.
5.03 Record of routine test reports shall be maintained by the Contractor at his
works for periodic inspection by the Owner's representative.
codes of practices. The equipment shall conform in all respects to high standards
of engineering, design, workmanship and latest revisions of relevant standards at
the time of ordering and purchaser shall have the power to reject any work or
materials which, in his judgment is not in full accordance therewith.
6.03 The successful Bidder shall within 2 weeks of notification of award of
contract submit three sets of final versions of all the drawings as stipulated in the
purchase order for purchaser's approval. The purchaser shall communicate his
comments/approval on the drawings to the supplier within two weeks. The
supplier shall, if necessary, modify the drawings and resubmit three copies of the
modified drawings for their approval. The supplier shall within two weeks.
Submit 30 prints and two good quality report copies of the approved drawings
for purchaser's use.
6.04 Eight sets of operating manuals/technical leaflets shall be supplied to each
consignee for the first instance of supply.
6.05 One set of routine test certificates shall accompany each dispatch
consignment.
6.06 The acceptance test certificates in case pre-dispatch inspection or
routine test certificates in cases where inspection is' waived shall be got
approved by the purchasers.
7.0 Any Item specification if not available in this document Contractor shall supply and
execute the items meeting the relevant IS specification with the approval of the
purchaser
Page | 30
SECTION-5
STANDARD TECHNICAL
SPECIFICATION
.
Page | 31
The scope covers the survey of the proposed route, tree clearance wherever
necessary transport of materials to the locations, erection of the line testing of
the line and handing over to the APDCL (UAR) as per specification. Materials
such as steel, cement, top cleats, clamps, washers, earth wires, HBG metal,
sand, water, cost of bolts and nuts etc., as given in Annexure-1 are to be
procured by the contractor cost of which shall be included in the bid.
2.0 General :
The Contractor should be well acquainted with the IE Rules 1956 as amended
from time to time and with the Indian Telegraph Act 1889 so that necessary
provisions therein may be followed.
The Contractor is required to carry out the detailed survey of the route of the line
and fix up the locations at the average span indicated in the schedule and mark
the locations and submit a detailed route map to the Engineer in charge of the
work within 30 days for approval. In the course of surveying by the contractor,
any conspicuous variations in the change and physical feature to those indicated
in the route map and as actually existing are noticed, the deviations must be
brought to the notice of the APDCL (UAR) Engineer. The APDCL (UAR)
Engineer if considered necessary shall make alterations, which shall be carried
out accordingly and the APDCL (UAR) after inspecting the surveyed route and
the revised route map shall be given for final approval in writing. The contractor
shall not commence the work until the final approval of the route map is given by
the Engineer in charge in writing to the contractor.
Proposals for way leaves and right of way shall be submitted by the contractor.
Permission will be obtained by the APDCL (UAR) within reasonable time for
which due notice shall be given by the Contractor. The Contractor shall arrange
for tree cutting or tree branches cutting also.
The widths of tree clearance to be adopted for lines of various voltages are as
detailed below:
Page | 32
a) 11 KV LINE
All growth within 6.096 M (20 ft) from the center line of support and all trees
which may fall and foul the line.
The Contractor shall take all possible steps to see that standing crops, etc.
are not damaged while attending to tree cutting. When such damage is
inevitable the compensation will be borne by the APDCL (UAR) provided the
damage is with the prior concurrence of the Engineer. The Contractor shall
bear the compensation for damage caused by the gangs without prior
concurrence of the Engineer concerned.
No trees shall be cut until the APDCL (UAR) has made necessary
arrangement with the authorities concerned and permission is given to the
Contractor to fell such trees. The contractor shall arrange to remove the
obstacles as soon as possible.
At such times, when it may not possible for APDCL(UAR) to arrange right-of-
way for excavation of pole pits or erecting the poles of stringing the line, then
at all such times, the contractor shall shift his gangs to other areas. The rates
quoted shall cover all such contingencies and no extra payments shall be
claimed for such contingencies.
checked and set right by visual check. The verticality’s of the poles are to be
checked with a spirit level on both transverse and longitudinal directions.
Having satisfied that the verticality and alignment are all right, earth filling or
concreting is to be done.
In swampy and special locations, however, before earth filing, the poles are to be
concreted up to ground level of the pit.
After the poles have been set the temporary anchors are to be removed. The
supports shall be buried to a depth as per sketch enclosed.
Generally, for angles of deviation more than 20° double pole structures of
spacing 1.2 mts (4.0 ft) may be erected. The pits are to be excavated as per
bisection of the angle of deviation.
After the poles are erected, the horizontal / cross bracing should be fitted and the
supports held in a vertical position with the help of temporary guys of manila rope
of at least 25 mm dia. Ensuring that the poles are held in a vertical position (this
can be checked with a spirit level) the concreting of the poles with cement,
granite chips of size 20/30 mm mesh and sand in the ratio M400 conforming to
ISS is to be done from the bottom of the support to the ground level. Before
lifting the pole in the pit, concrete padding of not less than 75 mm thickness may
be put for the distribution of the load of the support on the soil.
After the concreting is done, the pit may be filled with earth after curing of the
concrete is completed.
Four stays along the line, two in each direction and two stays along the bisection
of angle of deviation are to be provided.
Guys are to be provided to the supports at the following places (i) Angle
locations, (ii) Dead end locations, (iii) Tee-off points, (iv) Steep gradient locations
to avoid uplifted on the poles.
The installation of guy will involve the following works:
i) Excavation of pit and fixing of stay rod.
ii) Fastening guy wire to the support.
iii) Tightening guy wire and fastening to the anchor
The marking of the guy pit for excavation, the excavation of pits and setting of
the anchor rod must be carefully carried out. The stay rod should be placed in
Page | 34
the position such that the angle of inclination of the rod with the vertical face of
the point is 30°/45° as the case may be. The concreting of the stay at the bottom
should then be carried out. The back filling and ramming must be well done
thereafter, and allowed to set for at least 7 days. The free end of the guy wire is
passed through the eye of the anchor rod, bent back parallel to the main portion
of the guy and bound after inserting the G.I. Thimble. The loop is protected by
the G.I. Thimble, where it bears on the anchor rod. Where the existence of guy
wire proves hazardous, it should be protected with suitable asbestos pipe, filled
with concrete of about 2 mts length above the ground level, duly painted with
white and black stripe so that it may be visible at night. The turn buckle shall be
mounted at the pole end of the stay and guy wire so fixed that the eye bolt turn
buckle is half way in the working position, thus giving the maximum movement
for tightening or loosening.
Guy insulators are placed to prevent the lower part of the guy from becoming
electrically energized by a contact of the guy when the conductors snap and fall
on them of due leakage. No guy insulator shall be located less than 2.6 mts. from
the ground.
The anchoring and providing guys for supports (Single guy Bow guy fly guy) shall
be done as per sketch enclosed. Bow guy and fly guy shall be provided as per
field conditions.
8.0 INSULATORS
The pins for insulators shall be fixed in the holes provided in the cross arms
and the pole top brackets. The insulators shall be mounted in their places
over pins and tightened. In the case of strain or angles supports, where strain
fittings are provided for this purpose, one strap of the strain fitting is placed
over the cross arm before placing the bolts in the hole of the cross arms. The
nut of the strap is so tightened that the strap can move freely in horizontal
direction, as this is necessary to fix the strain insulator.
The insulator shall be cleaned and examined for defects before fixing, it shall
be ensured that all the current carrying parts are smooth and without dirt,
cracks or chips.
DO’s
i. Use proper equipment for handling aluminum conductors at all
times.
ii. Use skids, or similar method for lowering reels or coils from
transport or ground.
iii. Examine reel before unreeling for presence of nails or any other
object, which might damage the conductor.
iv. Rotate the reel or coil while unwinding conductor.
v. Grip all strands while pulling out the conductor.
vi. Control the unreeling speed with suitable braking arrangement.
vii. Use wooden guards of suitable braking arrangement.
viii. Use long straight, parallel jaw grip with suitable liners when
pulling conductor thus avoiding nicking or kinking of the
conductor.
ix. Use free running sleeves or blocks with adequate grooves for
drawing/paving conductors.
x. Use proper sag charts.
xi. Mark conductors with crayons or adhesive tape of such (other)
material, which will not damage the strand.
xii. Make all splicing with the proper tools.
xiii. Use a twisting wrench for twisting the joints.
xiv. Chromites or graphite conducting oxide-inhibiting grease should
be used before cleaning with wire brush.
DON’Ts
i. Do not handle conductors without proper tools at any stage.
ii. Do not pull conductors without ensuring that there are no
obstructions on the ground.
iii. Do not pull out excess quantity of conductor than is required.
Page | 36
The mid span jointing of conductors can be carried by twisting the joint at the
ends and the wire should project a few centimeter, beyond the end of the
sleeves. The projected wires are given a sharp bend to keep them from
slipping out of the sleeve. The end of the sleeves are then held tightly by
twisting wrenches and then 4 to 5 turns in one direction generally anti-clock
wise direction. Crimping Tools are preferably to be used for joints and
jumpers.
On the completion of the paving of the conductors and making mid span joints
if any, tensioning operations will commence. Temporary guys will have to be
provided for both the anchoring supports in the section where the stringing
has to be done. At the tensioning end, one of the conductors is pulled
manually up to a certain point and then come along clamp is fixed to the
conductor to be tensioned. The grip to the come along clamp is attached to
double sleeve pulley block or the pulley lift machine and gradually tensioned.
The conductor should then be sagged in accordance with the sag temperature
chart for the particular conductor and span. The sag should then be adjusted
in the middle span of the section. The sag chart is to be provided. The stretch
of the conductor has to be taken out before stringing in order to avoid the
gradual increase in sag due to the setting down of the individual wires. There
are ways of accomplishing this:
a) Pre-stressing
In this method the conductor is pulled up to tension considerably above the
correct figures, but never exceeding 50% of breaking load for a short period of
say twenty minutes. As this method requires more time and involves the use
of stronger tackle to secure the higher tension the other method of over
tensioning is commonly adopted.
B) Over-tensioning
This method consists of pulling up the conductor to a tension a little above the
theoretical tension for prevailing temperature and fixed it up at that tension
with correspondingly reduced sag. After a certain time the conductor will settle
down to the correct sag and tension. A tension of five to eight percent more
than the theoretical value has been found to be suitable for the sizes of ACSR
and AAAC conductors standardized by REC. The ambient temperature during
sagging may be recorded correctly.
Page | 38
Conductors can be sagged correctly only when the tension is the same in
each span throughout the entire length of section. Use of snatch blocks
reduces the friction and chances of inequality of tension in various spans.
When sagging is completed, the tension clamps shall be fixed. The clamp can
be fitted on the conductor without releasing the tension. A mark is made on
the conductor at a distance from the cross-arm equal to the length of
complete strain insulator. Before the insulator set is raised to position, all nuts
should be free. Come along clamp is placed on the conductor beyond the
conductor clamp and attached to the pulling unit. The conductor is pulled in
sufficiently to allow the insulator assembly to be fitted to the clamp. After the
conductor is clamped to insulator, assembly unit may be released gradually.
The next step is to place the conductor on the top of the pin insulator from the
snatch block and removing snatch blocks. Conductors are then fastened to
insulator by the use of aluminum wires. The following points should be
observed:
i) Proper size of the tie binding wire which can be readily handled
and with adequate strength is to be used.
ii) The length of tie wire should be sufficiently long for making
complete tie including the end allowances for gripping with ends.
iii) A good tie should provide a secure binding between the line
conductor and insulator and should reinforce the conductor on
either side of the insulator.
iv) The use of cutting pliers for binding the tie wire should be avoided.
v) The tie wire which has been used previously should be reused
Before tying the conductor to the insulator two layers of Aluminum tapes
should be wrapped over the conductor in the portion where it touches the
insulator. The width and thickness of aluminum tape to be used for a specific
size of conductors has been specified in hand books of aluminum conductor
Page | 39
manufacturers and the same be referred to. The Aluminum tapes should also
be used at the tension clamp and for proper grip.
Normally in straight runs of line, the conductors are run on the top of
insulators. When there is small of deviation the conductor is placed inside
groove and bound. Accordingly, there are two methods of tying the
conductors to insulators. The binding wire/tie wire has to be procured by the
contractor and the bid price shall include the cost of this.
11.7 The contractor shall be entirely responsible for any damage to the supports,
other accessories and conductor. He shall also be responsible for proper
distribution of the conductor drums to keep number and lengths of cut pieces of
the conductor to a minimum.
11.9 No joints or splice be made in span’s crossing over main roads, railways,
small rivers or intension spans. Not more than one joint per conductor shall be
allowed in one span. The strength of the joint shall conform to IE Rule 75.
11.10 STRINGING.
Whatever necessary ground clearances have to be measured to ensure
obtaining adequate line clearance as per IE Rule 77 (i)
12.0 EARTHING
13.0 CONCRETING
13.01 The cement concrete used for the foundations shall be of M 400 grade.
13.02 The full concreting for the poles if erected in excavated act shall be
done so that the complete block will be of dimensions( 0.6 X 0.6 X 1.6) +
0.2 X 0.2 Mtr. (0.6 X 0.6 X 1/35) + 0.2 X 0.2 X 0.2 Mtrs. so as to maintain
as exposed portion for 0.2 Mtrs height above the ground level.
13.03 If augur is used for making pole pits, ramming shall be done after
erection of pole.
14.0 WORKMANSHIP
The contractor shall entirely be responsible for correct erection of all support
as per the approved drawings, and their correct setting and alignment, as
approved by the engineer. If the supports and D.P. structures after the
erection are found to differ from approved route maps and drawings or to be
out of alignment, the contractor shall dismantle and re-erect them correctly at
his own cost without extension of time. The supports must be truly vertical and
in plumb after erection and no straining will be permitted to bring them to
vertical position. Verticality of each support shall be measured by the
contractor and furnished to the Engineer.
15.0 Location numbers for each pole shall be painted on the pole.
i) Sufficient back filled earth is lying over each foundation pit and it is
adequately compacted.
ii) Concreting and coping of poles are in good and finally shaped
conditions.
Page | 41
iii) All the accessories and insulators are strictly as per drawings and are
free from any defects or damages, what-so-ever.
iv) All the bolts and nuts should be of G.I material and as per contractual
provisions.
v) The stringing on the conductor has been done as per approved sag
and desired clearances are available.
vi) No damage, minor or major to the conductor, earth wire, accessories
and insulator strings still unattended are noticed.
vii) For all points double jumpers shall be provided to each phase. The
jumpers provided at the cut points are connected rigidly to the tension
hardware utilizing all the jointing bolts provided for the purpose.
The contractor shall submit a report to the above effect to the Engineer. In
case, it is noticed later that some or any of the above are not fulfilled the
Engineer will get such items rectified through other agencies and recover the
cost of such works from the bills payable to the contractor against that
contract or any other contract executed by him for APDCL(UAR).
After final checking, the lines shall be tested for insulation in accordance with
tests prescribed by the Engineer. All arrangements for such testing or any
other tests desired by the Engineer shall be done by the Contractor and
necessary labour, transport and equipment shall be provided by him. Any
defects found out as a result of such tests, shall be rectified by the Contractor,
forthwith, without any extra charges to APDCL (UAR).
In addition to the above, the Contractor shall be responsible for testing and
ensuring that the total and relative sags of the conductors are within the
specified tolerance. Such tests shall be carried out at selected points along
the route as required by the Engineer and the Contractor shall provide all
necessary equipment and labour to enable the tests to be carried out.
The APDCL (UAR) will arrange statutory inspection of the line and indicate
the defects noticed. The Contractor has to rectify all such defects and intimate
to APDCL (UAR) Engineer.
After satisfactory tests on the line and an approval by the Engineer the line
shall be energized at full operating voltage before handing over.
The Contractor has to make his own arrangements for procurement, supply
and use of construction materials like cement, M.S. rods, HBG metal and
sand.
17.1 CEMENT
The contractor has to make his own arrangements for the procurement of
cement to require specifications required for the work subjected to the follows:
Page | 42
a) The contractor shall procure cement, required for the works only from
reputed cement factories (Man producer) acceptable to the Engineer-in-
Charge. The contractor shall be required to be furnished to the Engineer-in –
Charge bills of payment and test certificates issued by the manufacturers to
authenticate procurement of quality cement from the approved cement
factory. The contractor shall make his own arrangement for adequate storage
of cement.
c) The contractor should store the cement of 60 days requirement at least one
month in advance to ensure the quality of cement so brought to site and shall
not remove the same without the written permission of the Engineer-in-
Charge.
The contractor shall forthwith remove from the works area any cement that
the Engineer-in-Charge may disallow for use, an account of failure to meet
with required quality and standard.
(a) Cement which has been unduly long in storage with the contractor or
alternatively has deteriorated due to inadequate storage and thus become
unfit for use in the works will be rejected by the department and no claim will
be entertained. The contractor shall forthwith remove from the work area, any
cement the Engineer-in-Charge may disallow for use on work and replace it
by cement complying with the relevant Indian Standards.
Page | 43
17.2 STEEL
The contractor shall procure mild steel reinforcement bars, high yield strength
deformed(HYSD) bars, rods and structural steel etc. required for the works
only from the main or secondary producers manufacturing steel to the
prescribed specifications of Bureau of Indian Standards or equivalent and
licensed to affix ISI or other equivalent certification marks and acceptable to
the Engineer-in-Charge. Necessary ISI list certificates are to be produced to
Engineer-in-Charge before use on works. The unit weight and dimensions
shall be as prescribed in the relevant Indian Standard specification for steel.
Failure by the Bidder to have done all the timings which is in accordance
with this condition he is deemed to have done shall not relieve the
successful Bidder of the responsibility for satisfactorily completing the work
as required at the rates quoted by him.
Page | 44
SECTION -6
GUARANTEED TECHNICAL
PARTICULARS
Page | 46
GUARANTEED TECHNICAL PARTICULARS FOR PSC POLES [9.75M, 8.5MT & 7.5 MT ]
b) LV & HV
c) HV phase to phase
d) End insulation clearance to earth
e) Any point of winding to tank
15 Efficiency at 75°C
a) Unity pf
b) 0.8 pf
i) 125% load
ii) 100% load
iii) 75% load
iv) 50% load
v) 25% load
16 Regulation at
a) Unity pf
b) 0.8 pf at 75°C
17 % impedance at 75°C
18 Flash test
19 HV 28 KV/50 Hz for 1 Minute
20 LV 3 KV/50 Hz. for 1 Minute
21 Over potential test double
22 Voltage & double frequency for 1 minute
23 Impulse test
24 Weight content of
a) Core lamination (min)
b) Winding (min)
C) Tank & fittings
d) Oil
e) Oil qty. (min)
f) Total weight
25 Oil data
a) Qty. for first filing (min)
b) Grade of oil used
c) Maker’s name
d) BDV at the time of filling
26 Transformer
Overall length X breadth X height
27 PERFORMANCE GUARANTEE OF DTR
Page | 49
22 Details of Packing
License number and date for using ISI certification mark if
23
any
24 Ammeter for discharge current
a) Type & Make
b) Accuracy
c) Range (mA)
25 Residual voltage
26 Follow Current
27 PERFORMANCE GUARANTEE
Page | 53
1. Standard applicable
2. Type
3. Rated Voltage (KV)
4. Rated normal current Amp
5. Rated frequency Hz
6. Rated lightning impulse
i) To earth and between poles
ii) Across the pole distance
7. Power frequency one minute withstand voltage
i) To earth and between pole
ii) Across the pole distance
8. Rated short time current
9. Rated breaking current
10. Creepage distance
11. Rated line charging breaking current (A)
12. Total weight
13. Performance guarantee
Page | 54
GU
UARANTEED TECHNICAL PARTICULARS OF 11 kV PIN INSUL ATOR (Polymeric)
A. Isolating Switches
B.
Name of Manufacturer of Isolating Switches
Particulars for Isolating Switches
a. MVA Ratings
b. Number of Poles
c. Voltage Rating
d. Current rating (Amps)
i. Normal
ii. Maximum
iii. Short Time
e. Temperature rise of the following at the full rated
current in Degree °C over in ambient 50°C
i. Terminals
ii. Contacts
iii. Metal parts
f. Thickness in mm of Silver Plating / Tin Plating
g. Voltage drop across:
i. Each Contact
ii. Terminals
h. Frequency
i. Short Time Current and duration
j. Type of Materials used in Contacts
k. Materials used in Contacts
l. Type & Materials of the Terminal connectors provided
m. Diameter and length of the channels of GI Operating Pipe
n. Size & Length of the channels provided for
mounting three phases
o. Minimum clearance between phases.
(i.e. the centre distance between the insulating of
the adjacent phases in the assembled position of
the Switches
p. Minimum clearance in air
i. Between the poles
ii. Between live parts & earth
q. Type & Detail of operating Mechanism
i. Rotating Insulator Stack
ii. Operating Shaft
r. Whether the switch is complete with the
necessary universal joints Guides locking
arrangements with padlock and key and stops
etc.
s. Type of monitoring
t. Number of Breaks per phase
u. Number of breaks
v. Materials of the rotating parts
w. Weight of insulators & mechanism
Page | 57
2 Type of insulator
4 Dimensions
6 Color of glaze
15 Performance guarantee
Page | 60
2 Type of Insulator
4 Dimensions
6 Color glaze
18 PERFORMANCE GUARNATEE
Page | 61
A. G.I.Wire (4 mm dia) :
1. Size of Wire :
3. Tensile strength :
4. Wrapping list :
5. Galvanising conforming to IS : :
4826 – 1968
6. Guarantee :
B. G.I.Wire (5 mm dia) :
1. Size of Wire :
3. Tensile strength :
4. Wrapping list :
5. Galvanising conforming to IS : :
4826 – 1968
6. Performance guarantee :
Page | 62
1. Length of Pipe :
2. Diameter of Pipe :
4. Thickness of Pipe :
6. Thickness of Socket :
13. Guarantee :
Page | 63
Sl.
Description Unit 11KV , 45 KN , T& C type
no
Name of Manufacturer & Address
1. Type of Insulator
2. Standard according to which the
Insulator manufacture and tested
3. Name of material used in manufacture
Of the insulator with class/grade
(a) Material of core (FRP rod)
i) E-glass or ECR- glass
ii) Boron content
(b) Material of housing &Weather sheds
Silicon content by weight
Sl. Particulars
No.
1 2 3
1. Name & address of manufacturer.
2. Type and make of cable
3. Location of factory.
4. Standard specification to which cable shall conform.
5. Standard specification to which core shall conform.
6. Voltage rating.
7. Permissible variation in voltage, frequency & combined voltage &
frequency.
8. Standard specification to which drum shall conform.
9. CONDUCTOR :
9.1 Material and its composition.
9.2 Shape of conductor.
9.3 Total area of conductor.(In Sq. mm)
9.4 Stranding details :-
i) No. of nominal strands in a core.
ii) Dia of each strand in a core (before stranding) (in mm)
9.5 Maximum D.C Resistance/Core at 20°C (In Ohms/Km.)
10. INSULATION :
10.1 Type of Insulation
10.2 Composition of Insulation
10.3 Nominal thickness of Insulation (in mm).
10.4 Tolerance on thickness of Insulation.
10.5 Dia of core over insulation.
10.6 Minimum volume resistivity at 27°C (Ohm.Cm.)
10.7 Minimum volume resistivity at 70°C (Ohm.Cm.)
10.8 Minimum tensile strength of Insulation material.
10.9 Minimum Elongation percentage
10.10 Average di-electric strength (KV/MM)
10.11 Suitability with regard to Moisture, Ozone, Acid, Oil and Alkaline
surroundings.
11.0 SHEATHING DETAILS
11.1 OUTER SHEATH :
i) Material & composition
ii) Type of sheathing by extrusion ST-1
iii) Thickness of sheathing (in mm)
iv) Tolerance on thickness of sheathing.
v) Calculated diameter under the sheath (in mm).
vi) Nominal diameter of cable over outer sheath (in mm)
vii) Whether anti termite treatment has been given in the outer
sheath.
12. ELECTRICAL PROPERTIES
12.1 i) Under continuous full load (in DC)
ii) Under transient conditions ( in DC)
12.2 Thermal resistivity of Soil (DC Cm/W)
12.3 Thermal Resistivity of XLPE (DC Cm/W)
12.4 Depth of laying (in Cm.) (To the highest point of cable laid direct in
the ground or to the top surface of ducts.
12.5 Current ratings of the cable under basic assumptions :
Page | 66
SECTION – 7
General Conditions of
Supply
&
Erection of APDCL
Page | 68
GENERAL CONDITIONS
OF SUPPLY AND ERECTION
1.0 INTRODUCTION :
1.1 Assam Power Distribution Company Limited was constituted under the
provisions of Electricity Act, 2003 and is a public sector company
registered under ‘Company Act,1956’. It was formed out of Assam
State Electricity Board in 2003 and was notified as the State Electricity
Distribution Utility. It is entrusted with the responsibility of promoting
the co-ordinated development of power distribution and its efficient
management in the entire state of Assam.
1.2 Assam Power Distribution Company Limited hereinafter referred to as
APDCL, has its Corporate Office at Bijulee Bhawan, Paltanbazar,
Guwahati, Assam. For further information, one may refer to APDCL’s
official web site: www.laedcl.gov .in.
1.3 Assam is one of the seven states of North East India and its boundary
encompasses almost the entire valleys of Brahmaputra and Barak rivers.
The state is well connected with rest of the country by broad gauge
railways and several national highways, one of which is a part of the four
lane east-west corridor. It also has important airports at Guwahati,
Jorhat, Silchar, Tezpur & Dibrugarh.
1.4 Relevant guidelines and rules connected with all departmental supply and
erection works have been laid down in this document General
Conditions of Supply & Erection of Assam Power Distribution Company
Limited adopted in 2009. This document supersedes earlier conditions of
contract. It is intended that contractual clauses of this document will be
generally followed in all contractual works. Any modification of a
contractual clause considering requirement of a particular project shall
be made in the NIT/ Tender document for the specific project.
3.2.1. Tenderer may purchase the tender document by paying the requisite fee
as stipulated in the NIT. Alternatively, the tenderer may download tender
document from the company’s website: www.laedcl.gov.in and pay the
above requisite fee by way of a demand draft separately along with
Page | 70
earnest money. Tenderer shall be responsible for any error etc., on the
downloaded tender document.
during the period of last 5 (five) years along with total value of
supplies shall be furnished. A separate list of supplies/ works/
services not exactly same as the one offered but similar to it,
supplied during the last five years shall also be furnished.
The tenderer shall state clearly if they had supplied similar
material including the offered product, to Assam Power
Distribution Company Limited/ ASEB in the past. If so, reference
of the purchase orders, the ordering authority and the consignees
shall also be furnished.
3.4.9. SAMPLES:
A sample shall be submitted along with the tender if asked for in
the NIT and as per .its terms. Non-submission or late submission
of sample may disqualify the tender .
3.4.10.2. The Contractor must register for VAT with the concerned
department of Government of Assam within a reasonable time
after award of contract if not already registered.
12.0 WARRANTY :
12.1. Each tender shall stipulate a warranty clause of products offered
covering a minimum period for rectification/free replacement
thereof. The term “period of warranty” shall mean the period of 12
(Twelve) months from the date of commissioning and successful
operation of the equipment. In any case, this period shall not be
less than 18 months from the date the materials are received in
the purchaser’s store in good and acceptable conditions. During
the period of warranty, the Contractor shall rectify all defects in
design, materials and workmanship that may develop under
normal use of the equipment upon written notice from the
Engineer who shall indicate in what respects the equipment is
faulty .This rectification/ free replacement must be carried i out
within a reasonable period as determined and directed by the
Engineer. The cost of rectification/ free replacement will be to the
Contractor’s account.
12.2. If the Contractor fails to rectify the defects within the reasonable
time, the Purchaser/ Employer may fix a date by which the
Contractor would rectify the defects, failing which the Engineer
may
(a) Carry out remedial works himself or through by others, in a
reasonable manner and at the contractor’s risk and cost. The
costs incurred by the Purchaser/ Employer in remedying the
defect shall be recoverable from the Contractor by the Purchaser/
Employer;
(b) Determine and certify a reasonable reduction in the contract
price; or
(c) May terminate the contract in respect of such parts of the works
and the Engineer shall be entitled to recover all sums paid for
such parts of the work.
whatsoever, other than for raw materials or for minor details or for
any part of the work of which the Sub-contractors are named in
the tender provided any such consent shall not relieve the
Contractor from any obligation, duty or responsibility under the
contract.
23.0 INSURANCE:
23.1. The Contractor shall, unless otherwise specified by the Purchaser,
insure the materials through their underwriter at their cost and
shall keep it insured against any loss/ damage/ pilferage in transit,
destruction or damage by fire/ flood, exposure to vagaries of
weather or through riot, civil commotion, war or rebellion, for the
full value of the materials until the materials are received at the
Purchaser’s destination store.
23.2. The Contractor shall be responsible for safe arrival of the goods at
destination, their unloading and their receipt by the consignee.
The Assam Power Distribution Company Limited will discharge
consignee’s responsibilities only and shall not be responsible for
any damage/ loss/ pilferage/ non-delivery by the carriers.
23.3. In case of any loss / damage / pilferage / non-delivery / short
delivery by carriers etc. the supplier shall replace free of cost the
missing / damaged / lost materials within 30 (thirty) days from the
receipt of report thereof from the consignee without waiting for
settlement of their claims with their carriers/ under-writers.
Normally such reports from the consignee to the supplier shall be
initiated within a period of 30 (thirty) days from the date of receipt
of each consignment by him.
23.4. If it is considered necessary that the damaged equipment either in
part or in full be sent back to the manufacturer’s works for repair,
the manufacturers/ suppliers will furnish the Bank Guarantee for
the full value of equipment needing repairs and such Bank
Guarantee shall remain valid till such time the equipment are
repaired and returned to the consignee in good condition. The to
and fro freight, handling and insurance charges in such cases will
be borne by the Contractor.
23.5. Unless otherwise mutually agreed upon, in case of failure by the
supplier to replenish/ make good of the loss/ damage/ short
supplied quantities, within the stipulated period, the Purchaser
reserves the right to forfeit the security deposit and/ or adjust any
outstanding payment to the Contractor with APDCL or take any
other appropriate action.
23.6. All materials will be dispatched against clear door delivery basis
unless otherwise agreed by the Purchaser.
25.6. If the Engineer is satisfied that the supplies/ works have reached
completion, the Engineer shall, within seven (7) days after receipt
of the Contractor’s repeat notice, issue a Completion Certificate
stating that the supplies/ works have reached Completion on the
date of the Contractor’s repeat notice.
25.7. If the Engineer is not so satisfied, then he shall notify the
Contractor in writing of any defects and/or deficiencies within
seven (7) days after receipt of the Contractor’s repeat notice, and
the above procedure shall be repeated.
25.8. If the Engineer fails to issue the Completion Certificate and fails
to inform the Contractor of any defects and/ or deficiencies within
fourteen (14) days after receipt of the Contractor’s notice under
Sub-Clause 25.4 or within seven (7) days after receipt of the
Contractor’s repeat notice under Sub-Clause 25.6 then the
supplies / works shall be deemed to have reached completion on
the date of the Contractor’s notice or repeat notice, as the case
may be.
28.0 REJECTION:
28.1. In the event, any of the Equipment supplied by the Contractor is
found defective in materials or workmanship or otherwise not in
conformity with the requirements of the contract specifications,
the Purchaser shall either reject the equipment or request the
Contractor in writing to rectify the same. The Contractor, on
receipt of such notification shall either rectify or replace the
defective equipment free of cost to the Purchaser. If the
Contractor fails to do so, the Purchaser may at his option:
(a) Replace or rectify such defective equipment and recover the
extra cost so involved from the Contractor plus 15% fifteen
percent thereof, or
(b) Terminate the contract for default, or
(c) Acquire the defective equipment at a reduced price as considered
equitable under the circumstances. The provision of this article
shall not prejudice the Purchaser’s right under clause 26.0
31.1. At any stage after tendering, the Purchaser/ Employer shall deal
with the Supplier/ Contractor only in the name and the address
under which he submitted the tender. All the liabilities/
responsibilities for due execution of the contract shall be that of
the Supplier/ Contractor. The Purchaser may however, in his
discretion deal with agents/ representatives/ distributors/
manufacturers/ associates/ principals/ sister concerns and such
dealings shall not absolve the Supplier/ Contractor from the
responsibilities/ obligations/ liabilities to the Purchaser/ Employer
under the contract.
31.2. Any change/ alteration of name/ constitution/ organization of
supplier shall be duly notified to the Purchaser/ Employer and the
Purchaser/ Employer reserves the right to determine the contract,
in case of any such notification.
33.0 ARBITRATION:
33.1. If at any time, any question, disputes or differences whatsoever
shall rise between the Purchaser and the Contractor, upon or in
relation to or in connection with the contract, either party may
forthwith give notice to the other in writing of the existence of such
question of dispute or difference and the same shall be referred to
the adjudication of three Arbitrators, one to be nominated by the
Purchaser the other by the Contractor and the third by the
President of the International Chamber of Commerce in the case
of foreign contractors and in case of local contractors by the
President of the Institution of Engineers, India/ Retired or Sitting
Judge not below the status of a retired Judge of High Court of
India. If either of the parties fail to appoint its arbitrators within 60
(sixty) days after receipt of notice of the appointment of arbitrators
then President of International Chamber of Commerce or the
President of the Institution of Engineers retired or sitting Judge of
India, as the case may be shall have the power at request of
either of the parties, to appoint an Arbitrator. A certified copy of
Page | 84
END