SBDTD516
SBDTD516
SUPERINTENDING ENGINEER
ELECTRICITY TRANSMISSION DESIGN CIRCLE
U.P. POWER TRANSMISSION CORPORATION LTD.
10TH FLOOR, SHAKTI BHAWAN EXTENSION
14 – ASHOK MARG, LUCKNOW – 226 001
Phone: (0522) – 2218645, email: seetdc@upptcl.org
This Standard Bidding Document (SBD) is specifically designed for Procurement of Works
(Transmission Tower & Line) which is in line with the structure & provisions of the
Procurement Policy of Uttar Pradesh Power Transmission Corporation Limited (UPPTCL),
except where specific changes have been considered. This Document is also compatible with the
designated e-tendering Platform/Portal of the Uttar Pradesh Power Transmission Corporation
Limited (UPPTCL). The Standard Bidding Documents (SBD) has three volumes out of which
Volume-I & II will be available in .pdf form and Volume-III will be available in .xls sheet.
Volume-I document covers the bidding instructions, General, Special Condition of the Contract
and Forms & Annexure, Volume-II document contains technical specification, Drawings, GTP
& Design and Volume-III document contains BOQ & Price Schedule. While preparing the
Bidding Document for any specific Works, concerned Tender Inviting Authority shall modify
the NIT (Table-A), BDS, SCC, Employer’s Requirement and FORMs of Volume-I, Volume-II &
Volume-III to the extent required with due approval from the Competent Authority.
Contents
VOLUME-I
(Tendering Procedure, QR , Conditions of Contract &
Formats)
Section-1 Notice Inviting Tender (NIT):
This Section contains key information relating to invitation of
tender notice, window advertisement of the proposed works,
tendering schedules, communication Address, Tender Cost,
EMD etc. for clear and concise information for the Bidders.
Section-2 Instructions to Bidders (ITB):
This section specifies the course of actions to be taken by the
Bidders in the preparation and submission of their Bids and also
contains all the criteria that the UPPTCL shall use to evaluate
bids and qualify Bidders following a Two-Stage bidding
procedure. Information is also provided on the submission,
opening, and evaluation of bids and on the award of contract.
Section-3 Bid Data Sheet (BDS):
This section consists of provisions that are specific to each
procurement process and supplement the information or
requirements included in Section-1: Instructions to Bidders
(ITB) and it supersedes to that extent. The clause number of the
BDS is the corresponding clause number of the ITB.
Section-4 Owner’s/Employer’s Requirement:
This section includes brief scope of works/projects, specify the
Scope of works in terms of the quantity to assess the technical
qualifying requirement under the works and other specific
technical requirement which should be in line with the Volume-
II.
Section-5 General Conditions of Contract (GCC):
This Section contains the general clauses to be applied in all
contracts. These Conditions are subject to the variations and
additions set out in Special Conditions of Contract.
Section-6 Special Conditions of Contract (SCC):
This Section supplements the General Conditions of Contract
(GCC), the provisions herein shall prevail over those in the
GCC. The clause number of the SCC is the corresponding
clause number of the GCC.
Section-7 Annexure:
This Section contains the standard forms which are required to
submit as part of Bid and also required during execution of
contract.
Section-8 Other conditions of Contract(OCC)
VOLUME-II
Section-II Conductor
VOLUME-III
Size 8x8
Section-1
Uttar Pradesh Power Transmission Corporation Ltd, Lucknow (UPPTCL), Office of the Superintending
Engineer Electricity Transmission Design Circle,U.P. Power Transmission Corporation Ltd.,10th Floor, Shakti
Bhawan Extension,14 – Ashok Marg, Lucknow – 226 001,E-Mail: seetdc@upptcl.org invites bid (in e-tendering
mode only) under single stage two-envelop system from reputed Company/LLP incorporated under Companies
Act 1956/ Companies Act 2013, Proprietorship firm having domicile in India engaged in the business of
EPC/Turnkey Contracts for Replacement of existing ACSR Panther Conductor of approx. 23.90 Ckt km various
132 KV lines with HTLS Conductor(Except GAP type), including Design, manufacturing, testing & supply of
HTLS Conductor alongwith suitable Hardwares & Accessories, on Turn-key basis at an Estimated Cost of Rs.
7.38 Crores only. (Rupees Seven Crores Thirty Eight lakhs Only) on “EPC/Turnkey Contract Basis”. Complete
set of bidding document is available on the official e-tender portal of UPPTCL “etender.up.nic.in” and website of
UPPTCL “www.upptcl.org”from dt. 07.08.2025 17:00 Hrs up to dt. 01.09.2025 17:00 Hrs . Interested bidders
may visit UPPTCL’s official web site “www.upptcl.org” and official e-Tender Portal of UPPTCL
“etender.up.nic.in” for further detail.
Note: Bidders are requested to regularly visit website and official e-Tender Portal of UPPTCL only for
amendment /errata /corrigendum (if any) and any other information regarding these tenders, as the same shall be
published only on the website and official e-Tender Portal of UPPTCL.
Superintending Engineer
Electricity Transmission Design Circle,
U.P. Power Transmission Corporation Ltd.,
10th Floor, Shakti Bhawan Extension,
14 – Ashok Marg, Lucknow – 226 001,
Phone: (0522) – 2218645
E-Mail: seetdc@upptcl.org
Section-1
The intending bidder(s) can free view/download the tender documents (Volume –I) from the website of UPPTCL
“www.upptcl.org” and official e-tender portal of UPPTCL “www.etender.up.nic.in”. However, the tender document
(Volume –II) and Volume-III (in .XLS sheet) shall be available only to the bidder(s) who have enrolled themselves on
the official e-tender portal of UPPTCL “www.etender.up.nic.in” only.
1. The intending bidder(s) shall have to pay the non-refundable tender cost for an amount as mentioned in the
following TABLE-A, in the form of RTGS/ NEFT only in favour of the UPPTCL.
2. The intending bidder(s) shall have to submit the EMD in shape of Demand Draft, drawn in favour of the UPPTCL
or Irrevocable Bank Guarantee as per the format prescribed in the tender) for an amount as mentioned in the
following TABLE-A.
3. The bidder(s) shall scan the proof of Tender Cost submitted through RTGS/NEFT and Demand Draft/Bank
Guarantee towards EMD and shall upload the same in the prescribed attachment in .gif or .jpg or PDF format and
is required to submit the original documents to the undersigned within 07 days from the date of opening of
Technical Bid (Part-I).
4. Bank Guarantee should be submitted (in favour of the officer specified in tender notice) from a Scheduled
Commercial Bank in India, executed on a non-judicial stamp paper worth Rs. 5.00 per thousand subject to a
maximum of Rs. 10000.00 as per U.P. Stamp Act.
5. The prospective bidder(s) are advised to register their user ID, Password, company ID with official e-tender portal
of UPPTCL “www.etender.up.nic.in” by clicking on hyper link “Register Me”.
6. Any clarifications on the project can be had from the undersigned during office hours prior to the pre-bid
conference.
Superintending Engineer
Electricity Transmission Design Circle,
U.P. Power Transmission Corporation Ltd.,
10th Floor, Shakti Bhawan Extension,
14 – Ashok Marg, Lucknow – 226 001,
Phone: (0522) – 2218645
E-Mail: seetdc@upptcl.org
TABLE-A
Sl. No Particulars Remarks
A. Basic Details:
Superintending Engineer
Electricity Transmission Design Circle,
U.P. Power Transmission Corporation Ltd.,
10th Floor, Shakti Bhawan Extension,
14 – Ashok Marg, Lucknow – 226 001,
Phone: (0522) – 2218645
E-Mail: seetdc@upptcl.org
SECTION- 2
Instructions to Bidders
Section 2 - Instructions to Bidders
Table of Clauses
A. General
1. Scope of Bid
2. Definations
3. Corrupt Practices
4. Qualifying Requirment of Bidder(s)
4.1 General
4.2 Technical Qualification
4.3 Minimum Performance Requirement
4.4 Financial Qualification
4.5 Bidders Credibility Criteria
4.6 Bid Capacity
4.7 Additional Qualification/Instruction
4.8 Qualifying Requirement for Joint Venture/Consortium
4.9 Vendor’s Qualification
C. e-Bidding
7. e-tendering process
8. Sections of Bidding Document
9. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting
10. Amendment of Bidding Document
D. Preparation of Bids
G. Award of Contract
1. Scope of Bid 1.1 In connection with the Invitation for Bid indicated in the Notice Inviting Tender
(NIT), the Owner, issues this Bidding Document for the Procurement of Works
which inter-alia covers three volumes (Volume-I & Volume-II in .pdf form and
Volume-III in .xls form). Bidder(s) are required to refer Volume-I for bidding
process, eligibility and commercial terms and conditions of the tender, Volume-II
for detailed scope of works and technical particulars and Volume-III for detailed
Bill of Quantity (BOQ) & Price Schedule uploaded in .xls format for the purpose
of participation in the tender.
1.2 In case, there is any discrepancy in the item description between the BOQ of the
Price Schedule (Volume-III) and the Technical Specification (Volume-II), the
Technical Specification shall prevail over. Accordingly, the Bidder(s) is required
to quote their price bid.
1.3 Bidder(s) are requested to visit the proposed works site and get familiarized fully
with the site conditions & requirements before submitting the bid, preferably
before pre-bid conference, if any, at their own cost.
2.1 The following words and expressions shall have the meanings hereby assigned to
2. Definitions
them:
2.1.1 “Bid(s)” shall mean the proposal submitted by the Bidder(s) in response to the
tender invited by the Owner through Notice Inviting Tender (NIT) published in
the News Paper(s)/Electronics Platform(s) under Single Stage Two Part bidding
system (Part-I: Techno-Commercial Bid & Part-II: Price Bid).
2.1.2 “Bidder(s)” shall mean Corporate entity(ies) engaged in EPC/Turnkey Business
activities, incorporated under Companies Act 1956/ Companies Act 2013, who
has shown interest and submitted their bid through the official E-tender Portal of
the Owner, independently or by way of Joint Venture/Consortium against the
Notice Inviting Tender (NIT) published in the News Paper(s)/Electronics
Platform(s).
2.1.3 “Contract” means the Contract Agreement entered into between the Owner and
the Contractor, together with the Contract Documents referred to therein; they
shall constitute the Contract, and the term “the Contract” shall in all such
documents be construed accordingly.
2.1.4 “Contractor” means the successful bidder, who has been issued the Letter of
Award or Letter of Intent by the Employer and the same is accepted, is named as
contractor and it also includes the legal successors or permitted assigns of the
Contractor.
2.1.5 “e-Bidding Document” shall mean the document(s) prepared by the Tender
Issuing Authority for the purpose of Procurement of Works which contains
Volume-I, Volume –II & Volume-III and available in soft form on the website
and official e-tender portal of the Owner and shall include Corrigendum/ Errata/
Amendment/ Clarification issued by the Owner during the bidding process from
time to time.
2.1.6 “e-Tender Portal” shall mean the OFFICAL e-tender portal, “etender.up.nic.in”
used by UPPTCL for the purpose of invitation of Bid(s) through electronics
mode.
2.1.7 “Letter Of Award (LOA)” shall mean the detailed work order issued by the
Owner intimating the successful bidder for execution of the works which inter
alia includes the important provisions of the tender, Annexure, Formats, drawings
& designs, Technical Specifications and detailed BOQ & Price Bid.
2.1.8 “Letter of Intent (LOI)” shall mean the letter issued in favour of the successful
bidder intimating the award of works subject to compliance of certain conditions,
if required, prior to issue of the Letter of Award (LOA).
2.1.9 “Lowest Bidder(L-I)” shall mean the bidder whose price bid found to be lowest
after evaluation of the price bid.
2.1.10 “Negotiated Price” shall mean the price after considering the discount offered by
the Lowest bidder(L-I) on the quoted price in the negotiation process .
2.1.11 “Owner” shall means Uttar Pradesh Power Transmission Corporation Limited
(UPPTCL), Lucknow, a Uttar Pradesh Govt. undertaking and shall include it’s
Legal Representatives, Successors or permitted assigns.
2.1.12 “Price Bid(s)” shall mean the Part-II Bid (other than Techno-commercial Bid)
offered by the Bidder(s) and includes the price quoted by the bidder(s) against
each items of the Bill Of Quantity and Price Schedule available in the Official e-
tender platform of the Owner for the purpose of competing with the Techno-
Commercially Qualified Bidder(s) against the tender invited by the Owner
2.1.13 “Responsive Bid” shall mean the bids found to be responsive on preliminary
scrutiny regarding submission of EMD, Tender Cost etc. in the tender floated by
the Owner.
2.1.14 “Tender Issuing Authority” shall mean the head of the office from whom the
tender has been issued.
2.1.15 “Tender” shall mean the open tender invited by the Owner for the purpose of
procurement of works normally on single stage two-part bidding system or any
other mode of bidding system as prescribed in the e-Bidding Document.
2.1.16 “Techno-Commercial Bid(s)” shall mean the Part-I Bid (other than Price Bid)
submitted by the Bidder as per the instruction and guidelines given in the bidding
documents for the purpose of meeting the qualifying criteria against the tender
invited by the Owner.
2.1.17 “Techno-Commercially Qualified Bidder(s)” shall mean the bidder(s) who fulfills
the minimum Technical, Financial, Commercial and other qualifying criteria
prescribed in the tender and fulfil the bid capacity.
3. Corrupt 3.1 Bidder(s) are expected to observe the highest standard of ethics during the bidding
Practices process: For the purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice” means the offering, giving, receiving, or soliciting,
directly or indirectly, anything of value to influence improperly the
actions of another party;
(ii) “fraudulent practice” means any act or omission, including a
misrepresentation, that knowingly or deliberately misleads, or attempts to
mislead, a party to obtain a financial or other benefit or to avoid an
obligation;
(iii) “coercive practice” means impairing or harming, or threatening to impair
or harm, directly or indirectly, any party or the property of the party to
influence improperly the actions of a party;
(iv) “collusive practice” means an arrangement between two or more parties
designed to achieve an improper purpose, including influencing
improperly the actions of another party;
If a bidder is found to follow any one of the practices mentioned above, Owner will
reject a proposal for award, if it is established that the bidder recommended for
award has directly or through an agent, engaged in Corrupt, Fraudulent, Collusive,
or Coercive practices in competing for the Contract.
4. Qualifying 4.1 General: This bid is open to a corporate entity which is incorporated under the
Requirement Companies Act 1956/Companies Act 2013 having domicile in India engaged in
of the Bidder the business of EPC/Turnkey Contracts having valid HT/EHT license issued by
the competent licensing authority of India, who meets the following qualifying
requirement independently or in Joint Venture/ Consortium.
4.2 Technical Qualification: Unless otherwise specifically mentioned in the Bid
Data Sheet (BDS), The Bidder as a Tower Manufacturer and Principal
Contractor (Not as a Sub-Contractor) or as a partner in a Joint
Venture/Consortium shall demonstrate that it has successfully executed
Transmission line involving tower foundations, erection, stringing, testing and
commissioning with a cumulative line length of at least 50% of the Ckt-Km of the
Scope of works (rounded off to the next integer) as mentioned in the Scope of
Work under Owner’s Requirement of Chapter-4 to this document, on EPC
Contract (Engineering, Supply, Erection and Commissioning) basis in India for
any Transmission/ Generation Utility of State/ Central and/or for any
PSU/CPSU/Statutory Corporation/ Authority under State/Central and/or for any
Transmission Licensee under Tariff Based Competitive Bidding(TBCB) project in
India during last 7 (Seven) years reckoned from the last date of submission of bid,
so as to meet the Transmission Line Works Experience Criteria as reiterated
below for the purpose of clarity; However, Bidder’s Minimum Qualifying Works
Experience Criteria shall be:
(a) For 132 kV/ 220kV/ 400kV/ 765kV Transmission Tower & Line Works (
Manufacturing Experience) ;
Single entity JV/Consortium as a Lead partner Other
whole of the JV/ Partner(s) of
Consortium JV/
Consortium
Must be a Any one of the May not be a May not be a
Manufacturer of Partner must be a Manufacturer Manufacturer
the Tower having Manufacturer of the of the Tower of the Tower
production Tower having
capacity of production capacity
3000MT, having of 3000MT, having
minimum average minimum average
annual production annual production of
of 3000 MT in last 3000 MT in last 3
3 years. years.
* In case of a bidding for a Single Tower & Line, the QR is One.
(b) For 132 kV/ 220kV/ 400kV/ 765kV Tower &Transmission Line Works (Work
Experience);
Single entity JV/Consortium Lead partner of Other
as a whole the JV/ Partner of
Consortium JV/
Consortium
Must have Must have Must have Not
constructed constructed constructed 25%* Applicable
50%* of the 50%* of the of theCkt-KMs of
Ckt-KMs of line Ckt-KMs of line line as given in
as given in the as given in the the Scope of
Scope of works Scope of works works under
under Owner’s under Owner’s Owner’s
Requirement of Requirement of Requirement of
Chapter-4 Chapter-4 Chapter-4
(Rounded off to (Rounded off to (Rounded off to
nearest integer) nearest integer) nearest integer) in
in the same in the same the same voltage
voltage or voltage or or higher.
higher. higher.
* In case of a bidding for a Single Substation, the QR is One.
4.3 Minimum Performance Requirement: Unless otherwise specifically mentioned
in the Bid Data Sheet (BDS), Bidder’s Minimum Qualifying Performance
Experience Criteria shall be:
(a) For 132 kV/ 220kV/ 400kV/ 765kV Tower Works (Operational experience of
the Tower Manufacturer): The bidder shall demonstrate that at least 25%
(rounded off to the next Integer) of the average annual production of
manufactured towers/ Telecom towers / Sub- Station structures supplied during
last 3 years as above should have been under trouble free operation for a
minimum period of 01 (One) year reckoned from the date of original opening of
bid so as to meet the Minimum Qualifying Performance Criteria.
(b) For 132 kV/ 220kV/ 400kV/ 765kV Line Works (Performance experience of
the Line Works): The bidder shall demonstrate that at least 25% (rounded off to
the next Integer) of theCkt-KMs of line as stated in the Minimum Qualifying
Work Experience stated above should have been under successful operation for
a minimum period of 01 (One) year reckoned from the date of original opening
of bid so as to meet the Line Works Performance Experience Qualifying
Criteria.
The bidder(s) should not have any pending litigation with UPPTCL with
regard to any project/works or related activity. The bidder should
certify/ declare the same in unequivocal terms by way of an affidavit
duly sworn before a Magistrate/ Notary. Bid furnished by the bidder
shall not be eligible for consideration if it is not accompanied by the
Affidavit. Further, the Bid/LOA/LOI shall be liable for outright
rejection/ cancellation at any stage if any information contrary to the
affidavit is detected.
The bidder(s) shall also disclose if it was black listed by any utility in
the past and the blacklisting order was subsequently withdrawn by the
utility suo-moto or set aside by any court order. Detection of the
bidder’s non-disclosure of these facts at any stage will lead to rejection
of the bid or termination of the contract with forfeiture of EMD/ CPBG.
The bidder must not have been declared Insolvent. In such a case the bid
is liable to be rejected. In this respect one undertaking from the bidder
that they are not declared as Insolvent shall be submitted along with the
bid. Non-disclosure of this fact by the bidder will lead to rejection of the
bid or termination of the contract with forfeiture of EMD/CPBG.
The bidder should disclose, in case, it has been referred to NCLT, the
status of the case must be informed in the bid. The bid shall be liable for
rejection depending upon the status of NCLT case. Non-disclosure of
this fact by the bidder will lead to rejection of the bid or termination of
the contract with forfeiture of EMD and/or Contract Performance Bank
Guarantee (CPBG).
4.6 Bid Capacity: Unless otherwise specified in the BDS, a bidder is eligible to
participate in any of the Works invited under the tender notice subject to meeting
the Qualifying Criteria as mentioned under Clause-4 above. However, prior to
opening of the price bid of the Bidder(s), their bid capacity qualification shall be
considered for opening of the Price bid(s) in the manner as explained under;
i. Bidder’s Bidder’s eligibility shall be based on the
Eligibility qualifying requirement mentioned under
(Qualifying Requirements (QRs) of Bidder(s)
except Bidder’s Bid Capacity.
ii. Bidder’s Price The bidder shall be eligible for opening of the
Bid Opening Price Bid based on the available bid capacity
Eligibility defined as under;
based on the Available bid capacity:
Bidder’s Bid =[(2 x A) –(0.5 x B) – C )], should be equal to
Capacity or more than the tendered estimated price
Qualification. where ,
A= Highest Project Related Annual Turnover of
the Bidder on Standalone Basis (excluding it’s
Associated Companies/Holding Company as
the case may be) in any financial year during
last three financial years.
B= Total Order Value of Ongoing Work /LOAs
placed by UPPTCL and Other Organizations on
the Bidder on the date of opening of the
Technical bid excluding those which have been
commissioned.
C= Package(s)/Works finalized but yet to be
awarded in favour of the Bidder. This is
applicable for a tender having multiple
Package(s)/Works.
Note:
In respect of (B) & (C ) above for Joint
Venture/ Consortium, share of each partner
would be as per agreed profit/work sharing ratio
in the Joint Venture /Consortium Agreement. In
absence of the same, it would be considered as
equal sharing.
iii. Opening of the The price bid of all the Techno-commercial
Price Bid qualifying bidder(s) shall be opened
independently on the date and time as decided
by the UPPTCL and the same shall be
communicated to the eligible bidder through
tender portal. However, prior to opening of
price bid of the bidder(s) they shall be opened
subject to meeting the available bid capacity
limit considering Para-ii above.
The bid capacity shall be considered based on
estimated cost prior to the opening of the price
bid. If the evaluated price of the bidder
becomes (L-I), which exceeds the available bid
capacity, the price bid of the bidder shall not be
rejected on this ground.
iv. Opening of the The price bid opening of all the
Price Bid Projects/Works/Package of the Technically
eligible bidder(s) shall be on the date and time
as decided by the UPPTCL and communicated
to the eligible bidder through tender portal. The
price bid of the bidder shall be opened subject
to meeting the available bid capacity limit
considering Para-iii above.
The bid capacity shall be considered based on
estimated cost prior to the opening of the price
bid. If the evaluated price of the bidder
becomes (L-I), which exceeds the available bid
capacity, the price bid of the bidder shall not be
rejected on this ground.
4.7 Additional Qualification/Instruction: Unless otherwise specifically mentioned
in the Bid Data Sheet (BDS), Bidder(s) shall be required to fulfill the following
additional qualification to meet the qualifying requirement.
(a) The bidder must fulfill the e-tendering process guidelines.
(b) The bidder must upload proof of deposit of Tender Cost and EMD as per the
tender requirement and the original documents is required to be delivered at the
Address of the Tender Issuing Authority of the UPPTCL within 7 days from the
date of opening of the Part-I (Technical) bid. Bank Guarantee should be
submitted (in favour of the officer specified in tender notice) from a Scheduled
Commercial Bank in India, executed on a non-judicial stamp paper worth
Rs.5.00 per thousand subject to a maximum of Rs. 10000.00 as per U.P. Stamp
Act.
(c) The bidder must submit the qualification data, information and documents
incomplete shape giving the name of the Annexure and , Schedules as
prescribed for the e-tendering process.
(d) The bidder must furnish Affidavit in the prescribed format to the effect that the
documents and information furnished by them in its bid offer in respect of the
said tender are true and correct.
(e) The bidder must not canvass to UPPTCL in any form by himself or by any
other agency on their behalf during evaluation of Bid.
4.8 Qualifying Requirement Joint Venture/Consortium: Unless Otherwise
Specifically Mentioned in the Bid Data Sheet (BDS), Qualifying Requirement
for Joint Venture/Consortium shall be; In the vent Bid submitted by a Joint
Venture/Consortium Bidder shall have following qualifying requirement:
Sl. Qualifying Remarks
No. Requirements
01 Status of Joint All Partners of Joint Venture/Consortium
Venture/ shall be a Corporate entity incorporated
Consortium under the Companies Act 1956/Companies
Partners Act 2013 and domicile in India.
Lead partner of the Joint Venture /
Consortium should be an EPC/ TURNKEY
Electrical Contractors.
The partners of the Joint Venture/
Consortium together shall meet the Technical
Qualification & Financial Qualification
criteria and Credential criteria as mentioned
above.
Such Joint Venture/ Consortium shall be
formed through Joint Venture/Consortium
Agreement as per the format and manner
specified in the annexure to this Tender
Documents.
02 No. of Partner(s) Maximum number of Partners in a Joint
Venture/ Consortium for a Package is limited
to TWO (02) only including the lead partner.
03 Technical Joint Venture/Consortium Partners
Qualification together should meet 100% of the
Criteria Technical Qualification requirement.
However, Lead Partner of the Joint
Venture/Consortium shall meet at least
25% of the Technical qualifying
requirement (Line Work Experience)
mentioned above.
04 Financial Criteria
Joint Venture/Consortium Partners
together should meet 100% of the
financial qualifying requirement.
Lead Partner of the Joint
Venture/Consortium shall meet at least
20% of the financial criteria (MAAT &
Liquid Assets).
05 Contract In case of Joint Venture/ Consortium the
Performance Bank Contract Performance Bank Guarantee shall
Guarantee be ten percent (10%) of the Contract Price
which shall be submitted by the Partners
jointly in their profit/work sharing ratio.
06 Statutory Valid Partners of the Joint Venture/Consortium
Documents should submit the following documents as
part of qualifying criteria.
i. Valid Electrical (HT/EHT) license
issued by the Authority anywhere in
India (for the Lead partner of Joint
Venture/Consortium only).
ii. Certification of Incorporation.
iii. Proof of Production Capacity of Tower
Manufacturing.
iv. PAN (for both the partners of Joint
Venture/Consortium)
v. EPF registration.
vi. GST Registration Number. ( for both the
partners of Joint Venture/Consortium)
vii. Board Resolution towards forming of
Joint Venture/ Consortium and Power
Of Attorney to sign the tender
document.
viii. Joint Venture/Consortium Agreement.
ix. Power Of Attorney.
Note:
Lead partner in Joint Venture/Consortium
shall have to furnish, ESI and Labour license
within 45 days of receipt of the order on
behalf of both the partners.
07 Lead Partner of
Joint Venture/
One of the partners fulfilling the Technical
Consortium qualifying criteria prescribed for lead partner
shall be nominated as Lead Partner by the
Joint Venture/Consortium and the lead
partner shall be exclusively authorized to
incur liabilities and receive instruction for
and on behalf of Joint Venture/Consortium
and its other partner. This authorization
shall be evidenced by submitting a power of
attorney and Joint Venture/Consortium
agreement signed by legally authorized
signatories of the partners.
08 Liability of the All partners of the Joint Venture/Consortium
Joint Venture/ shall be jointly and severally liable for the
Consortium execution of the Contract.
Partner(s)
09 Conflict of Interest A Partner of a Joint Venture/ Consortium Bidder shall
not have a conflict of interest. A Joint
Venture/Consortium Bidder may be considered to
have a conflict of interest with other bidder(s) in the
bidding process, if:
a. A Partner of one Joint Venture/ Consortium is also
a Partner in another Joint Venture/ Consortium
participating in the bidding process, or
b. Any Partner of the Joint Venture/ Consortium
bidder participates independently in the bidding
process, or
c. In case of conflict of interest, all the concerned
bidders shall be disqualified & their bids shall be
summarily rejected.
5. Supporting 5.1 Unless otherwise specifically mentioned in the Bid Data Sheet (BDS),
Documentary Bidder(s) shall be required to submit the following documentary evidence in
Evidence: support of their qualifying requirement;
(a) General:The bidder must upload the Certificate of Incorporation, Electrical
HT/EHT License, PAN, GST Registration Certificate, EPF Registration
Certificate, Board’s Resolution towards Authorized Signatory etc..
(b) Work Order Abstract: The Bidder must upload copies of the relevant Work
Orders along with Handing Over and Taking over Certificate or Client certified
copies of Completion Certificate in proof of successful execution of Works,
tower supply & operation experiences and line work Performance Certificates
duly signed by the competent authority of the Principal Owner in proof of
successful operation of the above quantum of works as per the format
prescribed in Table-A.
Table-A
Sl. FY Name Work Qty. Date of Reference
No. of the Order ( Tower & Completion of Document up
Client Ref Line Commissioning loaded
(No. & Erected)
Date)
(c) MAAT: The bidder must upload the certificate obtained from the Statutory
Auditor in respect of the Project related Annual Turnover of the company on
Standalone Basis (excluding its Associated Companies) based on audited
accounts of the last Five Financial Years strictly as per the format prescribed in
Table-B.
Table-B
Sl. Financial Project Related Annual Turnover on Standalone
No Year Basis (excluding Associate companies) of the
Bidder as per the Audited Accounts (in INR Cr.)
1
5
(d) Liquid Assets: The bidder must upload certificate obtained from the Bank(s) in
respect of the liquid assets (Cash at Bank & Fixed Deposit) and Un-Utilised
credit facility(both Fund & Non Fund based) available from bank(s) strictly as
per the format prescribed in Table-C to be certified by Statutory Auditor of the
Bidder.
Table-C
Sl. Un-Utilised Credit Total (A+B)
Liquid Assets Month
No. Facility Month (In INR Cr.)
ending…
ending… (in INR
(in INR Cr.)
Cr.)
1. Cash
Cash in Hand Credit
2. LC and
Cash at Bank BG
3. Fixed Others (Pl
Deposits Specify)
Total –A Total -B
(e) Net Worth: The bidder must upload certificate obtained from the Statutory
Auditor in respect of the Net Worth of the Company/firm (excluding its
Associated Companies/firms on Standalone Basis) based on audited accounts
strictly as per the format prescribed in Table-D.
Table-D
Sl. Particulars Amount
No. (In Rs. Cr.)
01 Paid-up share capital
6. Documents to 6.1 The Bidder shall furnish/upload documents and Keyed in the .xls Schedules in
be furnished/ Technical Bid-Part-I & Price Bid –Part-II in the manner as prescribed below;
uploaded and 1. Technical Bid-Part-I:
Keyed in.
(a) The following documents shall be furnished in original before the Tender
Issuing Authority within 07 days from the date and opening of the Techno-
Commercial Bid as indicated in the NIT.
(i) Proof of RTGS/NEFT towards Tender Cost, RTGS receipt/ Demand Draft
/Bank Guarantee towards EMD. In case of exemption of Tender Cost &
EMD to Local MSME, the signed copies of the document in support of
exemption will have to be submitted by the bidder.
(ii) Power of Attorney /notarized copy for signing the bid document.
(iii) Joint Venture/Consortium Agreement & Power of Attorney of Joint
Venture/ Consortium (In case of Bids submitted through Joint
Venture/Consortium).
(iv) Original bank certificate towards Liquid Assets (Bank Balance & Fixed
Deposit Balance) and Un-utilized Credit facilities.
(v) Affidavits of Bidders in Original.
2. Financial Bid-Part-II:
Price Schedules (in. XLS format) available in the official e-Tender Portal of UPPTCL to
be keyed in by the Bidder(s) :
Sl. No. Particulars Schedules in XLS format
1 Components of Price Schedule-1-Supply,
Schedule-2- Erection,
7.3.3 Though adequate care has been taken while uploading the Bid document in the e-
tender portal of the UPPTCL, the Bidder should satisfy himself that documents
are complete in all respects and duly up-loaded in the e-tending portal of the
UPPTCL. Intimation of any discrepancy/ doubt shall be addressed in the pre-bid
conference, if any, or otherwise.
7.3.4 This document and the information contained herein are Strictly Confidential and
are for use of only the person (s) for whom it is loaded/ is participating or
intending to participate in the e-tendering process. It may not be copied or
distributed by the recipient to third parties (other than in confidence to the
recipient’s professional advisors).
7.3.5 Detailed Time Table for the various activities to be performed in e-tendering
process by the Bidder for quoting their offer is given in this Tender Document
under "Tender Schedule", Bidder should carefully note down the cut-off dates for
carrying out each e-tendering process / activity.
7.3.6 Every effort is being made to keep the e-Tender Portal of UPPTCL up to date and
running smoothly 24 x 7 by the UPPTCL and the Service Provider. However,
UPPTCL takes no responsibility, and will not be liable for, the e-Tender Portal of
UPPTCL being temporarily unavailable due to any technical issue at any point of
time.
7.3.7 UPPTCL will not be liable or responsible for any damages or expenses arising
from any difficulty, error, imperfection or inaccuracy with this e-Tender Portal of
UPPTCL.
7.3.8 Bidders must follow the time table of e-tendering process and get their activities of
e-tendering processes done well in advance so as to avoid last minute technical
problem, if any.
7.3.9 UPPTCL will not be responsible for any incomplete activity of e-tendering
process of the Bidder due to technical error/ failure of official e-Tender Portal of
UPPTCL and it cannot be challenged by way of appeal, arbitration and in the
Court of Law.
8. Sections of
Bidding 8.1 The Bidding Document consists of Volume-I, II, and III, which include all the
Document Sections indicated below, and should be read in conjunction with any Addenda/
corrigendum/ errata/ clarification/amendment issued prior to the date line of
submission of bid.
9.3 The Bidder and any of its personnel or agents will be granted permission by the
Owner to enter upon its premises and lands for the purpose of such visit, but only
upon the express condition that the Bidder, its personnel, and agents will release
and indemnify the Owner and its personnel and agents from and against all
liability in respect thereof, and will be responsible for death or personal injury,
loss of or damage to property, and any other loss, damage, costs, and expenses
incurred as a result of the inspection.
9.5 The Bidder is requested, as far as possible, to submit any question in writing, to
reach the Owner not later than one week before the pre-bid meeting, if any.
9.6 Clarification to the pre-bid queries raised in the pre-bid meeting, including the text
of the questions raised, a consolidated reply will be uploaded on the official e-
tender portal of the Owner and website of Owner. Any modification to the
Bidding Document that may become necessary as a result of the pre-bid meeting
shall be made by the Owner exclusively through the issue of an Addendum/
corrigendum/ errata/ clarification.
9.7 Non attendance at the pre-bid meeting, if any, will not be a cause for
disqualification of a Bidder.
10. Amendment of 10.1 At any time prior to the deadline for submission of bids, the Owner may amend
Bidding the Bidding Document and/or extend the dead line of the tender by issuing
Document addenda/ corrigendum/errata.
10.2 Any Addendum/ corrigendum/ errata issued shall be part of the Bidding
Document and to be uploaded on official e-procurement portal of Owner and
Owner’s website.
10.3 To give prospective bidders reasonable time in which to take an addendum into
account in preparing their bids, the Owner reserve rights, at its Own discretion,
extend the deadline for the submission of bid.
D. Preparation of Bids
11. Cost of 11.1 The Bidder shall bear all costs associated with the preparation and submission of
Bidding its Bid, and the Owner shall not be responsible or liable for those costs, regardless
of the conduct or outcome of the bidding process.
12. Language of 12.1 The Bid, as well as all correspondence and documents relating to the bid
Bid exchanged by the Bidder and the Owner, shall be written in the English language.
Supporting documents and printed literature that are part of the Bid may be in
another language provided they are accompanied by an accurate translation of the
relevant passages into the English language, in which case, for the purposes of
interpretation of the Bid, such translation shall govern and to be certified by any
Government Officer.
13. Local 13.1 It will be imperative on each Bidder to fully inform itself of all local conditions/site
Conditions and factors, which may have any effect on the execution of the Contract covered
under these documents and specifications. In this regard details of locations have
been provided to the extent possible.
It must be understood and agreed that such factors have properly been investigated
and considered while submitting the bid. No claim for financial adjustment shall be
permitted by Owner, which are based on the lack of such clear information or its
effect on the cost of the Works to the Bidder.
14. Mode of Bid 14.1 The Bid shall comprise single stage two envelopes system (one called the Technical
Bid-Part-I and the other is the Price Bid-Part-II) which will be uploaded by the
bidder in the official tender portal of the Owner prior to the deadline for submission
of the tender.
14.2 The bidder shall also be required to submit the hard form of technical bid
documents attached in .pdf along with the original documents as mentioned under
Clause-6.1 (a) above before the Tender Issuing Authority within 7 days of from the
date of opening of the Techno-Commercial (Part-I) tender.
14.3 The Price bid shall only be uploaded after entering the rates in the given price
schedule (in .xls sheet) available on the official tender portal of the Owner
“etender.up.nic.in”. Price Bid submitted through Hard Copy shall not be considered.
15. Alternative 15.1 Unless otherwise indicated in the BDS, alternative and or conditional bids like
and or alternative time schedule, technical alternative, alternative commercial conditions,
Conditional price preference etc. and or any conditional bid what so ever, they shall not be
Bids allowed and considered.
15.2 In the event alternative and/or conditional bid submitted by the bidder and the
same is discovered during the evaluation, in such case, their alternative and/or
conditional bid shall be summarily rejected at any stages of the evaluation.
16. Bid Prices and 16.1 Unless otherwise specified in the BDS, bidders shall quote for the entire works
Price on a “single responsibility” basis such that the total bid price covers all the
Variation Bidder’s obligations mentioned in or to be reasonably inferred from the bidding
document in respect of the design, manufacture, including procurement, delivery,
construction, installation and completion of the works. This includes all
requirements under the Bidder’s responsibilities for inspection (Pre & Post) ,
testing, pre-commissioning and commissioning of the plant and, where so required
by the bidding document, the acquisition of all permits, approvals and Electrical
licenses, etc.; the operation, maintenance and training services and such other
items and services as may be specified in the Bidding Document including Labour
Cess and discount, if any, all in accordance with the requirements of the General
Conditions. Items against which no price is entered by the Bidder will not be paid
for by the Owner when executed and shall be deemed to be covered by the prices
for other items.
16.2 Bidders are required to quote the price for the commercial, contractual and
technical obligations outlined in the bidding document without any deviations.
However, in case of any non-material deviations have accepted by the Owner,
bidder shall not be allowed any additional price benefit for such deviations.
16.3 Only one contract shall be entered with Trunkey/EPC Contractors for execution of
any work involving both supply of goods and services. However, for the sake of
convenience and administrative reasons, the Price Bid shall be broken into 4 major
components i.e. (i) Supply portion (ii) Erection, Installation & Commissioning
portion, (iii) mandatory Spares Portion and (iv) Associated Civil Works. Bidder(s)
shall give a breakdown of the prices in the manner and detail called for in the Price
Schedules.
16.4 In the Schedules, bidders shall be required to quote (i) item wise Taxable Value ii)
Applicable CGST plus UPGST or IGST, as the case may be and (iii) item wise
total price inclusive of applicable CGST plus UPGST or IGST, as the case may be
in official e-tender portal of the Owner. The details of price schedules are to be
duly filled in and uploaded in the e-tender portal as per the .XLS Price
Schedule(s). The benefit of input tax credit (ITC) available under the GST law
should be adjusted in the quoted value of supply and works.
16.5 The Taxable Value shall include the cost of manufacturing, packing, forwarding,
freight and insurance, other associated cost such as overheads and all taxes and
duties including labour cess and expenses associated with preparation and
submission of its bid including pre and post-bid discussions, if any, technical and
other presentations etc.
16.6 Unless otherwise stipulated in the BDS, the quoted price shall remain FIRM
during the work completion period of 18 months except statutory variation in the
rate of applicable GST, which shall be to the account of Owner against Tax
Invoice. During the original works completion period, any changes in the rates of
GST shall be to the account of Owner. In case, the original works completion
period gets extended and the reason of delay is not attributable to Bidder, the
variation (Upward) in the rate of GST may be allowed to the Bidder. In case, the
reason of delay is attributable to Bidder, any upward variation in the rate of GST
during extension period may not be allowed to the Bidder but any downward
variation in the rates of GST during the extended period, however will be applied
to the Bidder.
16.7 In case BDS stipulates the original work completion period for beyond 18
months, Price variation shall be allowed as per Wholesale Price Index(WPI) for
the Major items as mentioned below considering 85% of Taxable value as base
price (Taxable Value).
a. Transformer
b. Conductor
c. PVC/XLPE Insulated Power and Control cables.
d. Substation structures (Including Nut & bolts).
e. Civil works: PCC and RCC
16.8 The basis of Wholesale Price Index (WPI) given below shall govern price
adjustment on the supplied items.
i. Substation structures (Including Stubs & templates)- on the basis of WPI
for Steel Structures (under Head ‘Manufacture of fabricated metal products,
except machinery and equipment”)
ii. Nuts & Bolts (Including Washers) for sub-station structures – on the basis
of WPI for Bolts, screws, nuts & nails of Iron & steel (under sub-head
“Manufacture of other fabricated metal products of Head ‘Manufacture of
fabricated metal products, except machinery and equipment”)
iii. Power Transformers- on the basis of WPI of Transformers (under Head
“Manufacture of Electrical Equipment”)
iv. Conductor- on the basis of WPI of ACSR Conductor or Aluminium/ Alloy
Conductor as applicable (Manufacture of Electrical Equipment)
v. “Reinforced Cement Concrete” (RCC) & “Plain Cement Concrete” (PCC)
on the basis of monthly WPI of All Commodities.
vi. All other items/equipment are fixed rate items.
16.9 Following are the computational procedure of the price variation/ adjustment
(positive or negative) to worked out;
The monthly WPI for the month of tender opening is to be considered as
base month.
Index for the month of supply in case of supply of items/Joint
Measurement Certificate (JMC) in case of PCC & RCC to be considered
for updating the price. Price variation bills/debit or credit notes are to be
submitted by the firm for all items that are subject to variable price for a
quarter.
WPI data for a month are published around 14th of subsequent month.
However, WPI data for last two months of published data remain
provisional. As such, price variation computation can be done after final
WPI figures are available.
The price variation for an item is to be limited to (+ or -) 30% of Taxable
Value.
17. Currencies of 17.1 The currency(ies) of the bid shall be in Indian Rupees (INR) only.
Bid and 17.2 Statutory deductions (TAX, CESS etc.) as applicable shall be effected.
Payment
17.3 Payment for the works hall be made as per the Terms & Conditions of payment
mentioned in the General Condition of Contract.
16.4 Bidder shall furnish the details of Bank account in the Schedule of EFT Form as an
attachment to Bid Proposal Sheet (BPS) in order to facilitate Owner to release payment
electronically through Electronic fund Transfer system.
17.4 Any payment made by cheque/bank draft may be done with recording reasons and
with approval of Head of office. However, in case of Corporate office, the
approval of Director Finance shall be taken for payment to be made in
cheque/draft. Other mode of payment like Letter of Credit (L/C) facilities shall be
used in case of imported material.
17.5 In case of JV/Consortium bidder, payment is to be made to the lead partner unless
otherwise agreed upon between JV partners &Owner .
17.6 Other Payment viz; Statutory fees payable to Forest/Railway/NHAI/License fees
etc. shall be paid through RTGS by Owner directly to the Authority.
18. Taxes and 18.1 Since, Contracts under Owner L being considered as works contract as per GST
Duties Law, the contractor (s) shall use SAC code of Owner for Supply, Erection,
Installation & Commissioning and Associated Civil Works under the Works in the
TAX Invoice(s).
18.2 GST payable by the Contractor in respect of the transaction between the Contractor
and Owner shall be shown separately in the bid price.
18.3 Owner is to deduct GST TDS as per the extant provision of the GST Act from the
Tax invoices. The amount so deducted shall be deposited timely and necessary
return(s) filed. Income Tax TDS as per the provisions of the Income Tax Act, 1961
is also to be deducted from bills of contractor towards Erection and civil works.
TDS so deducted shall be deposited with the Income Tax Authorities by the Owner,
necessary return filed timely.
18.4 As the Basic Price(Taxable value) is inclusive of applicable Labour Cess @1% of
the Contract Value both for supply & erection, UPPTCL shall deduct Labour Cess
at applicable percentage (At present @1%) of the Basic Price from the Tax Invoice
towards Building and Other Construction Workers (RE&CS) Act,l996.
19. Period of 19.1 Unless otherwise specifically mentioned in the BDS, Bids shall remain valid for
Validity of the period of 180 days from the date of opening of the Part-I (Technical). A bid
Bids valid for a shorter period shall be rejected by the Owner as non-responsive.
19.2 In exceptional circumstances, Owner may solicit the bidder’s consent for
extension of the period of validity. The request and the response thereto shall be
made in writing (including FAX or email or tender portal). The EMD provided
above shall also be extended by the same period as the extension in the validity of
the bid. A bidder may refuse such a request. In such case EMD is not liable for
forfeiture.
20. Earnest 20.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part of its bid,
Money Deposit Earnest Money Deposit (EMD) in original form and in the amount and currency as
(EMD) specified in the NIT.
20.2 The Earnest Money Deposit (EMD) is required to protect the Owner against the
risk of Bidder’s conduct, which would warrant the guarantee forfeiture. Hence, all
bids shall be accompanied with requisite Earnest Money Deposit (EMD) unless
otherwise exempted in specific cases to the local MSMEs as per Government of UP
Policy.
20.3 The Earnest Money Deposit (EMD) may be deposited by way of payment through
RTGS/NEFT, submission in form of Bank Guarantee in the prescribed proforma
from the Scheduled Commercial Bank, or FDR/TDR from any Scheduled
Commercial Bank pledged in favour of Owner, as the case may be. The scanned
copy of the EMD duly countersigned by the Bidder shall be uploaded in the tender
portal and the original document shall be submitted before the Tender Issuing
Authority within seven days from the date of opening of the Technical Bid (Part-I).
20.4 Normally the EMD/Earnest Money Deposit (EMD) BG shall remain valid for a
period of 45 days over and above the bid validity period. Non-submission of
Earnest Money Deposit (EMD) in accordance with paras mentioned above will
make the bid non-responsive and liable for rejection by Owner.
20.5 In case the bid is submitted by a Joint Venture/Consortium, the EMD shall be in the
name of the Lead Partner of the Joint Venture/Consortium.
20.6 The Earnest Money Deposit (EMD) shall be forfeited:
a) If a Bidder withdraws its bid during the period of bid validity specified in the
bid documents or an extended bid validity period as agreed to by the Bidder
from the time to time; or
b) If a successful Bidder does not acknowledge the Letter Of Intent (LOI)/LOI
Letter of Award (LOA); or
c) If a successful bidder does not execute the contract agreement within the
stipulated time schedule; or
d) If the successful Bidder fails to furnish the Contract Performance Bank
Guarantee within the stipulated time schedule.
20.7 Non-Responsive Bidder’s EMD shall be discharged/ returned as promptly as
possible by Owner.
20.8 The unsuccessful but Techno-Commercial Qualified bidder(s) EMD shall be kept
valid and discharged upon the Successful Bidder’s signing of the contract
agreement and submission and acceptance of the Composite Performance Bank
Guarantee(CPBG).
20.9 The successful Bidder’s EMD shall be kept valid and discharged upon the Bidder’s
signing of the contract agreement and submission and acceptance of the Composite
Performance Bank Guarantee(CPBG).
20.10 No interest shall be payable by Owner on the EMD deposited in cash.
21. Signing of Bid 21.1 The original and all copies of the bid shall be stamped & signed by a person duly
authorized to stamp & sign on behalf of the Bidder prior to scanning and
uploading the scanned documents as an attachment while submitting the bid.
21.2 All pages of the bid where entries or amendments have been made shall be signed
or initialed by the person signing the bid.
21.4 Any interlineations, erasures, or overwriting shall be valid only if they are signed
or initialed by the person signing the bid.
21.5 The filled in documents (price schedule) shall be construed to be signed digitally
while uploading such documents (price schedule) in the official e-tender portal of
the Owner.
22. Mode of 22.1 The bidder shall submit the bid in Electronic Mode only in the approved official e-
Submission of tender portal of the Owner as given under e-NIT (Table-A). The bidder must ensure
Bids that the bids are received in the official e-tender portal of Owner by the date and
time indicated in the Tender notice.
22.2 Bids submitted by telex/telegram will not be accepted.
22.3 The Owner reserves the right to reject any bid, which is not submitted in electronic
mode and according to the instruction, stipulated above.
23. Deadline for 23.1 The hard form of original documents (Tender cost, EMD, Power of Attorney,
Submission of Joint Venture/Consortium Agreement & Power of Attorney of Joint
Bids Venture/Consortium Agreement (in case bid from Joint Venture/Consortium) and
Affidavits, Tender Cost & EMD exemption certificate) mentioned above must be
received by the Owner at the address within seven days from the date of opening
of the technical (Part-I).
23.2 The soft form of scanned documents (in.pdf) must be uploaded as an attachment
by the bidder on or before the due date & time given in the NIT. The keyed in
price schedule shall also be uploaded by the bidder on or before the due date &
time given in the NIT.
23.3 The Owner may, at its discretion, extend this deadline for submission of bids by
amending the Bidding Documents in accordance with ITB & for the reasons
specified therein at any time prior to the time and date of submission of bid, in
which case all rights and obligations of Owner and bidders will thereafter be
subject to the deadline as extended.
24. Late Bids 24.1 The hard form of original documents (Tender cost, EMD, Power of Attorney,
Joint Venture/Consortium Agreement & Power of Attorney of Joint
Venture/Consortium Agreement (in case bid from Joint Venture/Consortium) and
Affidavits, Tender Cost & EMD exemption certificate, if any) along with hard
copies of the entire technical bid (Part-I) must be submitted within seven days
from the date of opening of the technical (Part-I) before the Tender Issuing
Authority.
24.2 In case the bidder fails to submit the above documents within the dead line, the
same will considered as “Late Bid”, thus, liable for rejection.
25. Withdrawal, 25.1 Bidder may modify or withdraw its bids through the relevant provisions on the
Substitution, official e-tender portal of the Owner up to due date and time of submission of bid
and indicated in tender notification.
Modification
of Bids 25.2 The Bidder’s modifications shall be done and submitted as follows:
(i) Modified Electronic form of the bid as per the provision of portal therein.
(ii) Soft copy of the entire bid if any modification is there.
(iii) Duly filled in Price Schedule.
25.3 Bidder may withdraw its bid through the relevant provisions of portal only.
25.4 No bid shall be modified/ withdrawn subsequent to the dead line for submission of
bids unless otherwise specifically asked by the Owner to this effect.
25.5 Withdrawal/modification of submitted bid before the expiry of bid validity shall
result forfeiture of EMD.
26. Bid Opening 26.1 The Owner shall open the Technical Bid (Part-1) of the responsive bidder(s) after
due date and time mentioned in the NIT.
26.2 Alternative or conditional bids submitted by the bidder shall not be opened and
rejected.
26.3 Thereafter, price bid of the techno-commercially qualified bidders shall be opened
subject to meeting the available Bid Capacity.
27. Preliminary 27.1 The Owner shall examine the Technical Bid (part-I) to confirm that all required
Examination documents have been uploaded to determine the completeness of the bid.
of Bids/
27.2 In case, the scanned copies of Tender cost/EMD or copy of the Govt. notification
Responsivenes
towards exemption/relaxation of Tender Cost/EMD, if any, has not been
s
uploaded, the bid shall be considered as non-responsive and liable for rejection.
28. Clarification 28.1 Owner may, at its discretion, ask any Bidder for a clarification on its bid. Any
of Bids clarification submitted by a Bidder that is not in response to a request by the
Owner shall not be considered. The Owner’s request for clarification and the
response shall be in writing. If a Bidder does not provide clarifications on its bid
by the date and time set in the Owner’s request for clarification, its bid may be
rejected. Technical discussion with Bidder(s) shall be arranged, if needed. Bidder
shall depute its authorized representative(s) for attending the discussion. The
representative(s) attending the discussion shall produce authorization letter from
his organization to attend the discussion and sign the minutes of meeting on behalf
of the organization. The authorized representative must be competent and
empowered to settle all technical and commercial issues without any price
implication to Owner.
29. Evaluation of 29.1 The Owner shall examine the documents submitted towards Technical Bid (Part-I)
Technical Bid to confirm that all the required documents submitted by the bidder(s) are in order
(Part-I) and without any material deviation or reservation.
29.2 During the scrutiny, if a bid is found to have material deviation, reservation, or
omission, Owner may seek for additional information/clarification to ascertain for
complete understanding of the bidding document(s).
29.4 Owner reserve the rights to waive any non-conformities in the bid that do not
constitute a material deviation, reservation or omission.
30. Detailed 30.1 The Owner will carry out a detailed techno-commercial evaluation of the responsive
Evaluation of bidder in order to assess the Bidder(s) Qualifying Requirement mentioned above on the
Technical Bids basis of the documents in .pdf uploaded as attachment by the bidders.
30.2 If, Approved Vendors list is not available, Owner will also carry out a detailed techno-
commercial evaluation of the list of Vendor(s) suggested by the Bidder in order to
assess the Vendor(s) Qualifying Requirement mentioned above on the basis of the
documents uploaded by the bidders
30.3 A bidder may be Technically eligible for any of the works based on the Qualifying
Requirement mentioned above subject to Bid Capacity Qualification.
30.4 Thereafter, the price bid of the Techno-commercial Qualified Bidder(s) shall be
opened.
31. Opening of 31.1 Price Bid of those Bidders, whose Bids are considered Techno-Commercially
Price Part of responsive and meeting the available Bid Capacity Qualification Criteria shall be
Bid opened.
31.2 Thereafter, Bid Price of the bidders(s) uploaded in .xls sheet under the different
component of the BOQ & Price Schedule i.e. (i) Supply, (ii) Erection &
Commissioning and (iii) Civil Works (iv) Mandatory Spares as quoted by bidder(s)
shall be opened.
32. Correction of During the evaluation of Price Bids, the Owner shall correct arithmetical errors on the
Arithmetical following basis:
Errors (Price (a) The price of all such items(s) against which bidder has not quoted rates/amount
Bid) (viz. items left blank or against which “nil”/ “-“ / “0” is indicated) in the schedule
will be deemed to have been quoted free of cost or included in other item(s) and
covered in the total quoted bid price. Such item shall be supplied by the contractor
free of cost during execution of work and incase of quantity variation also it will be
supplied without any liability to Owner.
(b) The Bidder should ensure that the unit prices for the same item(s) furnished in
various price schedules of the tender are consistent with each other. In case of any
inconsistency in the Unit prices furnished in the price proposal of the bidder, the
same shall be identified. The highest unit price of the bidder shall be considered for
the purpose of evaluation. However, the contract shall be awarded at the lowest
unit price of the bidder.
(c) The prices quoted by the Bidders shall be checked for arithmetic correction, if any,
based on rate and amount filled by the Bidder in the respective price schedule. If
there is a discrepancy between unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and total price
shall be corrected. If there is a discrepancy in the quantity mentioned by the bidder
from the quantity mentioned in the tender, the tendered quantity will prevail.
33. Opening & 33.1 Price evaluation shall be made considering the total evaluated price inclusive of
evaluation of CGST plus SGST or IGST as the case may be, at applicable rate to arrive the total
Price Part of evaluated price.
Bid 33.2 Price evaluation shall be made considering the Bill of Quantity (BOQ) specified in
the Tender Document. In case of any deviation to the BOQ by the bidder, the BOQ
specified in the Tender document shall be final and binding on the bidder.
33.3 For the purpose of evaluation, loss capitalization of the Transformer, Time factor and
other technical superiority, price adjustment and alternative proposal etc. shall not be
considered.
33.4 Prices received in the price bid sheet (.XLS Format) shall be used for Tabulation /
Price Bid Comparison. The soft form of price bid filled in to the .XLS format shall be
final and binding on the Contractor.
33.5 The total evaluated prices of all the Bidders shall be compared to determine the
lowest evaluated price.
33.6 In the event any changes in taxes and duties quoted at the time of bidding and during
evaluation of price bid, the changes in taxes and duties shall be taken for the purpose
of evaluation of price bid(s).
34. Confidentiality 34.1 Information related to the examination, clarification, evaluation and comparison
of bid of bids and recommendations for award of contract shall not be disclosed to
evaluation Bidder or other person not officially concerned with such process.
process 34.2 Any effort by Bidder to influence Owner in processing of bidding or award
decisions may result in rejection of such Bidder’s Bid.
35. Minimum 35.1 Minimum Local Content shall be allowed as per the prevalent guidelines.
Local content
36. Owner’s Right 36.1 The Owner reserves the right to accept or reject any bid, and to annul the bidding
to Accept Any process and reject all bids at any time prior to award of contract without assigning
Bid, and to any reason. In such case, the Owner will not be liable for the loss suffered by the
Reject Any or Bidder(s).
All Bids
36.2 In case of annulment, all bids submitted and specifically, bid securities, shall be
promptly returned to the Bidders.
G. Award of Contract
37. Award Criteria 37.1 The Owner shall award the Contract to the Bidder whose offer has been found to be
the lowest evaluated bid and the total evaluated price is reasonable and within the
permissible limit of the estimated cost of the works as per the extant policy and
practice of the Owner.
37.2 However, before award of the contract, the Owner reserves the right to cancel the
award taking into cognizance of any significant adverse development against the
Bidder.
38. Letter Of 38.1 Letter Of Award (LOA) shall be issued in favour of successful bidder at L-I price
Award (LOA) with due adjustment of any discount/rebate agreed to by the bidder during
negotiations, if any.
38.2 The Letter Of Award (LOA) shall inter alia include the Scope of works in brief,
detailed Price Schedule, Terms and conditions etc..
38.3 During execution of the contract, the clauses mentioned in the LOA shall be
considered. In case any of the clauses not mentioned in the LOA, the clauses
mentioned in the reference Contract Document including SBD shall be final and
binding to the bidder.
38.4 The successful bidder shall acknowledge the LOA within a week un-
conditionally. Conditional acknowledgement of the LOA in all other cases shall
be construed as non-acceptance of the tender.
38.5 Owner shall also reserve rights to issue Letter of Intent (LOI) instead of entering
into contract in favour of the successful bidder with certain instruction to comply.
After such compliance by the bidder, LOA shall be issued.
38.6 In an event, the successful bidder doesn’t acknowledge the LOI/LOA within due date
, the works may be awarded to the bidder in ascending order of their evaluated
prices subject to matching the quoted L-I price of the lowest bidder and the EMD
of L-1 bidder shall be forfeited.
38.7 In the event, the L-I bidder backs out and on other techno commercially qualified
bidder(s) agree to match L-I price, the Owner may opt for snap bidding under special
circumstances.
39. Performance 39.1 Within twenty eight (28) days of the receipt of Letter Of Award from the Owner shall
Security be required to furnish a Contract Performance Bank Guarantee (as per the prescribed
(CPBG) format) issued by a scheduled commercial bank of India in favour of the Owner.
39.2 The Bank Guarantee is a composite one. It acts as Security against the risk towards
Successful Completion of works and there after covers the risk of Guarantee/
Warrantee given by the Successful Bidder.
39.3 The Contract Performance Bank Guarantee (CPBG) amount shall be equal to ten
percent (10%) of the Contract Price (including GST). The CPBG shall be valid for
45 days over and above the work completion period plus Guarantee Period (as
mentioned in the BDS). If the works completion period gets extended, the
Contract Performance Bank Guarantee shall be extended accordingly. In case the
contract price gets revised over and above five percent, the Contractor shall
submit the enhanced Bank Guarantee to that effect.
39.4 In case of Joint Venture/ Consortium the Contract Performance Bank Guarantee
shall be ten percent (10%) of the Contract Price which shall be submitted by the
Partners jointly in their profit/work sharing ratio.
39.5 The aforesaid CPBG shall be returned to the Contractor after successful
completion of the guaranteed obligations under the contract.
39.6 In case the successful bidder fail to submit the CPBG within the schedule time or
even after extension of time allowed to him, the Letter Of Award (LoA) is to be
cancelled and EMD will be forfeited.
40. Signing of 40.1 After submission and receipt of confirmation of CPBG from the Bank, within
Contract thirty days of issued of Letter of Award, the contractor shall sign the Contract
Agreement as per the prescribed format which contains e-Tender Document, Pre-
Bid minutes if any, Letter of Award including BOQ & Price Schedule etc.
Section3–
Bid Data Sheet
Section3 -BidDataSheet
<This section consists of provisions that require changes in Section-1:Instructions toBidders
(ITB) to be included to that extent. The clause no. of the BDS shall be
samecorrespondingclausenumber that of theITB>
A. General
ITB Technical Replacing the existing with new sub-clause ITB 4.8(03) as
4.8(03) qualification follows:
criteria
As specified in BDS clause no. 4.2.2.1.1(c) and 4.2.2.1.1
(d)
ITB Financial Replacing the existing with new sub-clause ITB 4.8(04) as
4.8(04) Criteria follows:
ITB 4.9 Vendor’s Replacing the existing with new sub-clause ITB 4.9 as follows:
Technical
Qualificatio
n Vendor’s technical qualification criteria already included
in the Pre-Qualifying Requirements in the ITB/BDS.
ITB 5.1(b) Replacing the existing with new sub-clause ITB 4.8(04) as
follows:
(a) The Bidder must upload copies of the relevant Work
Orders along with Handing Over and Taking over
Certificate or Client certified copies of Completion
Certificate in proof of successful execution of Works
& operation experiences and line work Performance
Certificates duly signed by the competent authority of
the Principal Owner in proof of successful operation of
the above quantum of works as per the format
prescribed in Table-A.
Table-A
Sl. FY Name Work Qty.in Date of Reference
No of the Order ckt. Km. Completion Document
. Client Ref (No. (Line of up loaded
& Date) Erected)
Commissio
ning
ITB 6.2 Replacing the existing with new sub-clause ITB 6.2 as follows:
Price schedules(in .XLS Format) available in the official e-
tender portal of UPPTCL to be keyed in by the bidders (s) :
Table-A
Sl. No. Particulars Schedules in .XLS format
Components of Schedule -1- supply
1 Price Schedule -2-Erection
RAC Guaranteed RAC Guaranteed value
2
Summary price Schedule-3 (Summary of Price)
3 proposal
ITB 9.1 Replacing the existing with new sub-clause ITB 9.1 as follows:
ITB 16.6 Replacing the existing with new sub-clause ITB 16.6 as
follows:
The quoted price shall remain FIRM in all respects except
statutory variation in the rate of applicable GST, which
shall be to the account of Owner against Tax Invoice.
During the original works completion period, any changes
in the rates of GST shall be to the account of Owner. In
case, the original works completion period gets extended
and the reason of delay is not attributable to Bidder, the
variation (Upward) in the rate of GST may be allowed to
the Bidder. In case, the reason of delay is attributable to
Bidder, any upward variation in the rate of GST during
extension period may not be allowed to the Bidder but any
downward variation in the rates of GST during the
extended period, however will be applied to the Bidder.
ITB 16.7, 16.8, 16.9 Replacing the existing clause 16.7, 16.8, 16.9 as follows:
The Price are firm in all respects and no price variation shall be
applicable on the quoted rates.
ITB 31.2 Replacing the existing clause 31.2 as follows:
<This section includes brief scope of Cable & Line works which specify in terms of
the quantity to assess the technical qualifying requirement under the works and
other specific technical requirement which should be in line with the Volume-II>
Section-4
Employer’s Requirement
1.1 U.P. Power Transmission Corporation Ltd. is proposing to replace existing ACSR Panther conductor of the various
identified lines, as mentioned below, by HTLS Conductor (except GAP type) on Turn-Key basis, to improve current
carrying capacity of the conductor on existing 132KV lines.
Table-1 : Lines for replacement of ACSR Conductor by Offered technology HTLS Conductor
S
Zone Name of line Existing conductor Ckt. Km.
N
1 132 KV Bijnaur-SGPGI ckt.–I Line ACSR Panther 11.95
TC
2 132 KV Bijnaur-SGPGI ckt.–II Line ACSR Panther 11.95
Total - 23.90 Ckt. km
1.2 The scope of work under this specification covers design, engineering, manufacturing, all types of testing, inspection,
packing, transit and 45 days storage insurance and delivery of HTLS conductor strictly as per technical specifications
given in this document, delivery of suitable hardware fittings & accessories, associated clamps, connectors etc. for
offered technology HTLS Conductor and all necessary accessories required to achieve the desired performance of HTLS
conductor, Site Inspection, Survey & profiling of existing line route, verification of availability of statutory electrical
clearances, dismantling of existing conductor alongwith it’s hardware and accessories, re-rolling of dismantled conductor
over empty drums, safe transportation of dismantled material to UPPTCL's store and replacement of the existing ASCR
conductor by Offered technology HTLS Conductor alongwith Hardwares & Accessories in shutdown condition or with
other circuit under live condition in case of Double circuit lines, testing & commissioning etc. The work of replacement
& supply of material shall be completed in strict accordance with the Tender & Technical Specifications, approved BOQ
and after due clearance. The firm shall have to arrange all the tools & equipments, supply & erect all the items/ material
necessary & associated with the replacement work and shall have testing & commissioning upto re-energisation to
achieve desired performance of the lines, irrespective of whether it is specifically mentioned in the tender/contract or not.
The Contractor shall, unless specifically excluded in the Contract, perform all such work and supply all such items and
materials not specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being
required for attaining Completion of the Facilities and desired objective, as if such work and/or items and materials were
expressly mentioned in the Contract.
1.3 If proposed conductor/core/hardwares & accessories are manufactured outside India, bidders shall be required to submit
an affidavit that any issue(s) pertaining to patent rights, intellectual property or any other issue(s) related with third party
shall have no covert/overt effect on the UPPTCL and this will be dealt solely and exclusively by the bidder and UPPTCL
will in no way be responsible for the same.
2. Evaluation of Ohmic Losses & Differential Price Loading
2.1 Based on the conductor parameters guaranteed by the bidders, average ohmic losses for different type of
conductors offered by the bidders shall be calculated as per the following formula:
Average Ohmic loss (kW) = Loss Load Factor X Line Length X No. of sub conductors X (Continuous operating
current)2 X AC Resistance corresponding to continuous operating current
(a) For 23.90 kms 132KV lines which ACSR Panther conductor is to be replaced
Where,
Rac(p) is the AC resistance per km of HTLS conductor eq. to ACSR Panther, guaranteed by the bidder at
temperature corresponding to the continuous operating current of 700 A under normal condition.
Therefore, the total loading of the package shall be = 10.539 * 103 * Rac(P) kW (Panther)
Differential Price evaluation for the conductors offered by the bidders shall be carried out considering the Average
Ohmic Losses calculated as above and considering Rs. 1,52,600/- per kW.
The best parameter of loss (lowest Ohmic Loss for conductor) corresponding to lowest AC resistance quoted among
bidders by any technically responsive and qualified bidder shall be taken as basis and that quoted by the particular
bidder shall be used to arrive at differential price to be applied for each bid.
3 Equipment Performance Guarantees
3.1 The Contractor guarantees that the Equipments shall attain the rating and performance requirements specified in
Appendix – 2 (Guarantees, Liquidated Damages for Non – Performance) to the Contract Agreement, subject to and
upon the conditions therein specified.
3.2 If the guarantees specified in Appendix – 2 (Guarantees, Liquidated Damages for Non – Performance) to the Contract
Agreement are not established, then the Employer shall, at the Employer’s discretion either
(a) reject the equipment, or
(b) accept the equipment after assessing liquidated damages in accordance with the provision given below
against the Contractor and such amounts shall be deducted from the Contract Price or otherwise recovered
from the Contractor.
3.2.1 Differential Price Factors for Liquidated Damages
Calculation of liquidated damages shall be as stipulated below:
The factors and the respective Indian Rupees value of differential loss (Average Ohmic Loss in kW= 10.539 * 103 *
Rac(P) kW )
where
Rac(p) = AC resistance per km guaranteed by the bidder at temperature corresponding to the continuous
operating current of 700 A for Offered technology HTLS Conductor proposed for replacement of Panther conductor
under normal condition.
Parameter to be taken for
S Value of F in Indian Rupees (applicable for Average
Item applying differential price
N Ohmic Loss) of parameter differential per KW
factor (F)
1. HTLS Differential losses (kW) (i.e. Rs. 1,52,600/-
Conductor Average Ohmic Loss) (Rs. One Lacs Fifty Two Thousand Six Hundred only)
The amount of liquidated damages so recoverable shall be as per the aforesaid ceiling and shall not prejudice the
Supplier's other liabilities under the Contract in any manner. The liquidated damages for shortfall in guaranteed
parameters and for delay in completion are independent of each other and shall be levied separately and concurrently.
3.3 In case the Employer exercises its option to reject the equipment, the Contractor shall at its cost and expense make
such changes, modifications and/or additions to the equipment or any part thereof as may be necessary to meet the
specified guarantees. The Contractor shall notify the Employer upon completion of the necessary changes,
modifications and/or additions, and shall request the Employer to repeat the Test until the level of the specified
guarantee has been met.
3.4 Whenever the Employer exercises its option to accept the equipment after levy of liquidated damages, the payment of
liquidated damages shall completely satisfy the Contractor’s guarantees under OCC Sub-Clause 24.2, and the
Contractor shall have no further liability whatsoever to the Employer in respect thereof.
4. SHUTDOWN PLAN
4.1 The replacement of existing conductor by Offered technology HTLS Conductor is to be done through expert gangs
only for which minimum time will be allowed. The shutdown of the lines connected with radial substations will be
provided for a minimum period and on day to day basis for maximum 10 hrs. per day. Line will have to be charged
daily after shutdown.
4.2 The work will have to be carried out & completed, as per shut-down periods allowed for the above work.
4.3 The Owner shall arrange shut down of one circuit at a time and the other circuit shall be kept under charged
condition, in case of double circuit lines. Contractor shall de-string the existing conductor and restring the circuit
with the Offered technology HTLS Conductor section by section and restore the line in original conditions as per
program finalized in co-ordination with site. Appropriate safety measures along with necessary safety tools and
equipments to carry out de-stringing and stringing operations under the above conditions including
mechanical/ structural safety of the towers, shall be the responsibility of the contractor. Necessary calculations
shall be carried out by the contractor to ensure that by replacing the existing conductor with the Offered
technology HTLS Conductor offered, the loadings on the towers due to conductor tensions as well as loads on
account of the re-conductoring activities shall be within specified limits. These calculations shall be submitted
by the contractor during detailed engineering.
4.4 In case of railway crossings, shutdown might not be available and therefore, contractor shall be required to
carry out re-conductoring under such condition i.e. without any shutdown/block of railways.
formats/schedules attached in the specification. The Bidder shall also furnish any other schedule information as in
their opinion is needed to give full description and details to judge the item(s) offered by them.
5.2 The data furnished in Guaranteed Technical Particulars should be the minimum or maximum value (as per the
requirement of the specification) required. A Bidder may guarantee a value more stringent than the specification
requirement. However, for testing purpose or from performance point of view, the material shall be considered
performed successfully if it achieves the minimum/maximum value required as per the technical specification. No
preference what so ever shall be given to the bidder offering better/more stringent values than those required as
per specification
.
6.0 PRICES & PRICE SCHEDULE :
6.1 The Bidder shall quote for unit Ex-works price ,freight, packing & Forwarding , insurance , GST
applicable & F.O.R rate for each item outlined in the price schedules. Foreign bidders shall quote their
prices in Indian rupees only
6.2 The quoted price shall be for delivery up to site/UPPTCL stores basis with break-up of each items & applicable
GST thereon as sought in price schedule, for contractor’s self manufactured items as well as for bought out-items
comprising of the following components:
(a) Ex-Works Prices
(b) Packing and Forwarding Charges
(c) Transportation charges
(d) Charges for transit insurance and 45 days storage after receipt of equipment at destination stores
against all risks.
Contractor shall have to indicate all rates exclusive of GST and GST on each item separately. The bidders must
clearly specify above components of quoted prices individually besides the destination prices and shall furnish
them in Price Schedule with full particulars.
6.3 The contractor shall inspect the entire stretch of transmission line and shall accordingly devise
appropriate methodology/procedure of carrying out the re-conductoring works during detailed
engineering.
6.4 The contractor shall deploy appropriate tools/equipments/machinery to ensure that the stringing
operation is carried out without causing damage to conductor and conductor is installed at the
prescribed sag-tension as per the approved stringing charts.
6.5 Further, the contractor having requisite experience has freedom to use helicopter for
stringing/destringing. The contractor intending to use helicopter shall furnish detailed description of
the procedure, type & number of helicopter & accessories etc., to be deployed for stringing operation.
6.6 The payment for stringing/de-stringing shall be done as per the unit rates of quoted prices under the
contract irrespective of the methodology adopted for stringing /de-stringing.
7.0 ANTI PROFITEERING :
7.1 As per Section 171 of CGST Act 2017, any reduction in rate of Tax on any supply of goods or services or
the benefit of input tax credit shall be passed on to the recipient by way of commensurate reduction in
prices. Hence, supplier/manufacturer to ensure to pass the benefit of reduced prices to UPPTCL. Further
prices quoted by supplier/manufacturer/ contractor is subject to scrutiny under above section.
7.2 Bidders shall give an undertaking, in the prescribed format as given in the tender, that Prices indicated are
after taking all the benefits of GST INPUT TAX CREDIT.
7.3 In Case any credit, refund or other benefit is denied or delayed to UPPTCL due to any non-compliance by
the contractor (Such as failure to upload the details of the supply on the GSTN portal , failure to pay GST to
the Government) or due to non-furnishing or furnishing of incorrect or incomplete document by the
contractor, contractor would reimburse UPPTCL the loss to UPPTCL including, but not limited to, the tax
loss, interest and penalty.
conformity with the technical specifications stipulated in this Bid document. No deviations are acceptable in the
Technical Specifications and its Packing etc. The Bidder should confirm this clearly stating that the material
These General Conditions of Contract (GCC) are based on the Standard Practices and in line with the
Procurement Policy of UPPTCL used in Domestic Competitive Bidding for Procurement of Works
(Transmission Tower and Line). The GCC contain general clauses to be applied on the execution of
Works (Transmission Tower and Line) contracts. The GCC in this Section, read in conjunction with
the Special Conditions of Contract in Section-6 and other documents listed therein, should be a
complete document expressing all the rights and obligations of the contracting parties. The General
Conditions herein shall not be altered.
Table of Clauses
A. Contract and Interpretation
1. Definitions
2. Contract Documents
3. Interpretation
4. Communications
5. Law and Language
D. Intellectual Property
27. Patent & Royalties
28. Confidential Information
G. Force Majeure
34. Force Majeure
K. Closure of Works
49. Punch Points
50. Handing Over and Taking Over
51. Material and Works reconciliation
52. Payment reconciliation and Final Payment
Section-5
General Conditions of Contract (GCC)
1. Definitions 1.1 The following words and expressions shall have the meanings
hereby assigned them:
“Contract Agreement” means the Contract Agreement entered into
between the UPPTCL and the Contractor, together with the Contract
Documents referred to therein; shall constitute the Contract, and the
term “the Contract” shall in all such documents be construed
accordingly.
“Contractor” means the successful bidder, who has been issued the
Letter of Award or Letter of Intent by the UPPTCL and the same is
accepted, is named as contractor and it also includes the legal
successors or permitted assigns of the Contractor.
“Contractor’s Machinery” means all facilities, equipment,
machinery, tools, apparatus, appliances or things of every kind
required in or for installation, completion and maintenance of
Facilities that are to be provided by the Contractor, but does not
include Plant, or other things intended to form or forming part of the
Facilities.
“Contractor’s Representative” means any person nominated by the
Board Of Directors / Authorized Officers of the Company to perform
the duties & responsibilities under the contract”.
“Completion” means that all the facilities have been completed
structurally and operationally and ready to use.
“Country of Origin” means the place where the plant and component
parts thereof are mined, grown, produced or manufactured, and from
which the services are provided. Plant components are produced
when, through manufacturing, processing, or substantial or major
assembling of components, a commercially recognized product results
that is substantially in its basic characteristics or in purpose or utility
from its components.
“Drawings” shall mean approved drawings provided by UPPTCL
and the drawings furnished by the Contractor and duly approved by
UPPTCL.
“Employer/Owner” shall mean Uttar Pradesh Power Transmission
Corporation Limited (UPPTCL), Lucknow, a Uttar Pradesh Govt.
undertaking and shall include its legal representatives, successors or
permitted assigns.
“Effective Date” means the date reckoned from the date of issuance
of Letter of Award.
“Engineer Of Contract” means the Officer so authorised by
UPPTCL to act as Engineer Of47 Contract (EOC) and shall represent
and act on behalf of UPPTCL for the pre-tendering and post tendering
activities as well as Management of the contract.
“Engineer In-Charge(EIC)” means the officer so appointed by
UPPTCL to act as Engineer In-charge (EIC) who is so delegated by
UPPTCL to look after day to day performance of the contract at site.
“Facilities” means the Goods and Services to be supplied, installed,
and commissioned and to meet the guaranteed obligation by the
Contractor under the Contract. The term ‘Facilities’ is used in this
document synonymously with ‘Works’.
“GCC” means the standard commercial terms and conditions
regulating the contract.
“Goods” means equipment, materials, machinery, apparatus, articles
and things of all kinds to be supplied and erected by the Contractor
under the Contract (including the spare parts to be supplied by the
Contractor), but does not include UPPTCLs Supplied Materials
(OSM) and Contractor’s Machineries.
“Guarantee Test(s)” means the test(s) specified in the UPPTCL’s
requirements to be carried out to ascertain whether the Facilities or a
specified part thereof is able to attain the Functional Guarantees in
accordance with the provisions of the contract documents.
‘Inspecting Officer’ shall mean officers nominated by UPPTCL or
any third party inspecting agency engaged by UPPTCL from time to
time for the purpose of factory inspection/site inspection.
“Pre-commissioning” means the testing, checking and other
requirements specified in UPPTCL’s requirements that are to be
carried out by the Contractor in preparation for Commissioning of the
complete facilities of the contract.
“SCC” means any requirement of addition/modification to the clauses
of GCC, incorporated in the SCC (Special Conditions of Contract)
which supersede the GCC to that extent.
“Services” means all those services ancillary to the supply of the
Goods for the facilities, to be provided by the Contractor under the
Contract, such as transportation, insurance, inspection, site preparation
works, survey, erection, testing, pre-commissioning, commissioning,
training including civil works etc. as the case may require under the
contract.
“Site” means the land and other places upon which the facilities are to
be erected, and such other land or places as may be specified in the
Contract as forming part of the Site.
“Trial Run” means the trial operation carried out during the pre-
commissioning period to attain the full load as specified in the
contract.
“Technical Specifications’ shall mean the standards mentioned in
the Technical Specifications (volume-II) to which the
materials/equipment supplied and works executed under the contract
must conform.
‘Taking Over’ shall mean UPPTCL’s acceptance of the entire
Works/Facilities performed under the Contract, after successful
completion and commissioning as specified in the Technical
Specifications or otherwise agreed in the Contract.
“Vendor” shall be the Manufacturer of the equipment/materials as
per the approved technical specification who meets the Techno-
Commercial Qualifying criteria and includes its legal successors or
permitted assigns from whom the Contractor intend to source/source
the equipment/materials.
“Works” means the Procurement of Goods & Services (Equipment
/Spares/ Materials, Labour, Services and Civil works), as per the
specifications, drawing & design covering supply, inspection,
erection, installation& commissioning, testing and putting into
satisfactory operation. The term ‘Works’ is used in this document
synonymously with ‘Facilities’.
‘Work Completion Schedule’ shall mean PERT/BAR Chart drawn
defining the due date of key mile stone activities stating from the Zero
date (Effective Date) to handing over of the works.
2. Contract 2.1 The term Contract Documents shall mean and include the
Documents following, which shall be deemed to form an integral part of the
Contract and they are intended to be correlative, complementary
and mutually explanatory and shall be read as a whole.
a. Contract Agreement.
b. e–NIT, e-Tender Document i.e.-Volume-I: ITB, BDS, GCC,
SCC, Annexure(s) etc., Volume-II: Scope of Works &
Technical Specifications and Volume-III: BOQ & Price
Schedule.
c. Pre-Bid minutes, if any.
d. Corrigendum/ Addendums, if any.
e. Technical and evaluated price bid. Any significant
correspondence made between UPPTCL and Contractor prior
to the Award of Contract except to the extent of repugnancy.
f. Letter of Intent/ Letter of Award including BOQ &Price
Schedule.
2.2 The Letter Of Award (LOA) and its subsequent amendment shall
supersede all communications, negotiations and agreements
(whether written or oral) of parties with respect thereto made prior
to the date of Contract.
3. Interpretation 3.1 In the Contract, except where the context requires otherwise:
(a) words indicating one gender include all genders;
(b) words indicating the singular also include the plural and
words indicating the plural also include the singular;
(c) provisions including the word “agree”, “agreed” or
“agreement” require the agreement to be record in writing;
(d) the word “tender” is synonymous with “bid”, “tenderer” with
“bidder” and “tender documents” with “bidding documents”;
and
(e) “written” or “in writing” means hand-written, type-written,
printed or electronically made, and resulting in a permanent
record.
The words in the margin and other headings shall not be taken
into consideration in the interpretation of these Conditions.
6. Change of Scope 6.1 Normally the works shall be executed as per the approved scope
of works specified in the LOA. However, changes in the BOQ
items of the LOA shall be considered on the following grounds;
(a) Change in the Lay Out ;
(b) Omission identified during the execution of the contract.
(c) Changes in the civil designs and drawings due to subsequent
development in the field condition;
(d) Inclusion of new work of any kind which is found to be
necessary for the completion of the works.
6.2 The valuation of changes in the BoQ items of the LOA shall be
done in the following manner;
In respect of quantity variations of the existing BoQ items of
the LOA, it shall be at the same unit price.
In respect of quantity variations of the substituted items, the
unit rate to be derived from the Unit Price available in the
existing LOA. In case it is not worked out, approved Cost data
/ SoR may be referred to for obtaining the rate or deriving the
rate.
7. Amendment of 7.1 In pursuance to GST Law, there shall be one Works Contract for
LOA jobs undertaken by EPC/Turnkey contractors covering supply of
Material / Equipment/ Spares, Erection, Installation&
Commissioning and Associated Civil Works, which together will
be treated as services carrying present applicable rate as specified
in the SCC. In case, the Works Contract envisaged herein is
considered as Govt. Contract, in which case the present GST rate
will switch over to the applicable rate of GST for Govt. Contracts.
8. Manner Of 8.1 Employer shall issue the Letter of Award (LOA) to the Contractor,
execution of which shall be acknowledged by the contractor duly signed by the
Contract Authorized Signatory and Stamped and sent to Employer within 07
(Seven) days of issuance of Letter of Award.
8.2 The Contractor shall finalise the Works Completion Schedule earlier
furnished at the time of the Bidding with UPPTCL within 28 days
from the date of LOA for approval. The agreed work completion
schedule shall form part of the contract agreement and also used for
applying price reduction schedule (Liquidated Damage). Subsequent
to approval of drawings & Design and based on the joint survey
report the revised/amended BOQ & Price Schedule shall be issued in
favour of the Contractor.
8.6 The Contractor shall provide free of cost to UPPTCL all the
Engineering data, drawings, and descriptive materials submitted with
the bid, in at least three (3) copies (01 Original &2 Copies) as a part
of the Contract immediately after issue of Letter of Award.
8.7 Besides, the Contractor shall provide 03 copies (01 Original & 2
Copies) of the contract document to UPPTCL within seven (07) days
after the signing of the Contract at his own cost.
8.10 Unloading and taking delivery of all materials including OSM items,
transporting them to the contractor depots, sorting and stacking them
in proper storage sheds and yards provided by the contractor, safe
custody of all materials.
8.11 Soil investigation ,Auger, soil, metal, sand, concrete and earth
resistivity test etc. whenever/wherever required by the Employer.
8.13 Tools and Plants required for construction of the transmission lines at
various stages shall be arranged by the contractor at his own cost.
8.16 Any other material, tools and plants, equipment, work etc. as may be
necessary for construction of the transmission line (s) which have not
been specifically mentioned in this contract but are necessary for the
successful operation of the lines are deemed to be included in the
scope. The Contractor shall, unless specifically excluded in the
Contract, perform all such work and/or supply all such items and
materials not specifically mentioned in the Contract but that can be
reasonably inferred from the Contract as being required for attaining
Completion of the Facilities and desired objective, as if such work
and/or items and materials were expressly mentioned in the Contract.
8.21 The rates for excavation include necessary earth work for casting of
foundation, backfilling, leveling including the cost of borrowed earth.
No separate charges shall be paid for fallen earth in the pit, when once
excavated. Charges for benching and leveling, if required, are
included in the rates for excavation and will not be paid extra. Same
rates for excavation shall be applicable for all types of foundations viz
Normal, Dry, Wet, Partially Submerged, Fully Submerged, Shallow,
Soft Rock, Gantry foundations for power line crossing, Special River
crossing towers, Anchor towers or any other special foundations.
8.22 The rates for stub-setting include all the works related to correct
setting of stub at exact locations and alignment in precisely correct
level with the help of stub-setting templates or otherwise. It will
however, not include items covered under excavation and concreting.
Rates for setting of foundation bolts of gantries, if any, required for
power line crossing shall not be paid extra.
8.23 The rates for concreting include cost of all materials including cost of
cement, dewatering forming, shoring and shuttering, concreting and
curing but excluding cost of reinforcement bars and their installation.
Concreting rates shall be common to all types of foundations viz. Dry,
Wet, Partially Submerged, Fully Submerged, Shallow, Soft Rock,
Hard Rock, Gantry foundations for power line crossing, Special River
crossing towers, Anchor towers.
8.24 Cement for foundation and revetment work, based on designs, shall
be arranged and supplied by the contractor without any extra charges
to the purchaser. Cement used shall be ordinary Portland cement
unless mentioned otherwise, conforming to the latest Indian standard
code IS : 269 or IS : 8112 or IS : 269. The cement of reputed ‘make’
should be used after getting approval of the Supervising Engineer.
The minimum consumption of cement shall be as under:-
8.25 Cement shall be supplied on the basis of number of bags, each bag
containing 50 kg of cement. Excess consumption of cement shall also
be arranged by the contractor at his own cost.
8.27 Tack welding of all the bolts, up to the height of first section of
towers or 5 meters whichever is higher, shall be done by the
contractor. The tack welding on River crossing and Anchor tower
locations shall be done as per instructions & approval of the
Supervising Engineer.
8.28 The rates for stringing of conductor are inclusive of laying, stringing,
tensioning, clamping, jointing etc. complete with ACSR Zebra on
220kV lines and ACSR Panther on 132kV lines including hoisting of
insulators, fitting of spacers, armour rod, damper and other
accessories etc for complete route Km. of all the six phases.
8.29 The rates for stringing of earth wire are inclusive of laying, stringing,
tensioning with TSE, clamping, jointing etc of 7/10 SWG on 132kV
lines including fitting of all necessary hardwares and accessories like
suspension and tension clamp, vibration dampers etc and such other
accessories as per necessity on such lines. OPGW wire is to be used
on 220kV lines & 132KV lines. Contractor shall have to lay OPGW
wire including fixing of all its hardwares& accessories.
8.30 The rate of stringing of conductor and Earthwire or OPGW shall also
include cost of un-winding and re-rolling of collapsed drums, if any.
8.31 The rates for pipe type grounding are for earthing in ordinary dry or
wet soils only and include excavation and backfilling. Coke and salt
for earthing will be arranged by the contractor at his own cost. The
rates for counterpoise earthing are including all materials, excavation
and backfilling.
8.33 The quantities given in price schedule are provisional only and can
vary to any extent consequent to actual execution of work. Payment
shall be made for the actual quantities of various items of work done.
8.34 The weights of the super structures given in Appendix - III is based
on designed sections. The weight may change due to substitution of
designed sections by alternative sections. But no extra charges shall
be paid on this account.
8.35 The contractor may be required to erect any other tower(s), column
and beam as per site conditions. In such cases the payment of all
items shall be made as per normal rates provided in the price
schedule.
8.36 The rates for stringing of OPGW are inclusive of laying, stringing,
tensioning, clamping, jointing, test & commissioning etc of OPGW
including installation of all necessary hardwares and accessories like
suspension and tension clamp, vibration dampers, approach cable,
FODP etc to provide end to end substation connectivity and testing of
complete line.
9. Commencement 9.1 The contractor shall commence the activities in the manner
of Activities & Time prescribed below with prior approval of Employer.
for Commencement
(A) SUPPLY OF TOWER MATERIALS
and Completion
1. Manufacture QAP, Proto Assembly, Approval
of Tower of vendors for steel & zinc, re-
rollers if any along with non
availability certificate from main
producers
2. Manufacture QAP, Vendor approval for Bolts
of Bolts & & nuts
Nuts
2. Despatch of Acceptance test & MDCC,
Towers, Bolts Certificate from main producers
& nuts & regarding non availability, re-
Tower roller‘s certificate that steel
accessories sections have been re-rolled from
and test billets of tested quality and the
certificates sections have been tested as per
IS.
(B) SUPPLY OF LINE MATERIAL
1. Manufacture Approval of Vendors, Drawing,
of line GTP & QAP
materials.
2. Despatch of Acceptance Tests & MDCC
line material
(C) CONSTRUCTION OF LINE(S)
1 Route profile Field quality plan, Tower Spotting
data and Sag-Template
2 Foundation Field quality plan, Foundation
work drawings, Classification of
foundation and stub setting work
and Quality Assurance Plan
3 Erection of Field quality plan, Quality
towers Assurance Plan for erection
4 Stringing of Stringing charts and stringing
wires method
9.2 The time and the date of completion of the work is the essence of
the Contract. Contractor shall so organize his resources and
perform his work so as to complete the entire works within the
original contract completion period mentioned in the SCC. In the
event, any extension to the original contract completion period, the
contractor shall complete the entire works not later than the date
agreed to.
9.3 The Contractor shall submit Work Completion Schedule consisting
of Key Mile Stones covering entire scope of work such as
engineering, procurement, manufacturing, shipment and field
erection activities including Civil works in line with the Work
Completion Schedule of UPPTCL, within Thirty (30) days of the
date of Letter of Award for approval of UPPTCL. The Work
Completion Schedule shall also indicate the interface facilities to
be provided by UPPTCL and the dates by which such facilities are
needed. The Contractor shall finalise the Work Completion
Schedule so submitted with UPPTCL and the same shall form part
of the Contract documents. Subsequent to approval of revised
BOQ based on the joint survey report & consequent Price
Schedule, the LOA shall be amended including final works
completion schedule which shall be used for applying price
reduction schedule. As provided in the clause of Terms of Payment
in this Section, final Work Completion Schedule will be taken as
due date of completion of key activities for price reduction while
releasing the payment in favour of the Contractor. During the
performance of the Contract, if in the opinion of the EOC/ EIC,
progress is not in line with the Work Completion Schedule,
suitable changes shall be made in the Contractor’s operations to
ensure proper progress without any cost implication to UPPTCL.
The corresponding interface facilities to be provided by UPPTCL
shall also be reviewed accordingly.
9.4 The Contractor shall commence work within the schedule time in
accordance with the agreed work completion schedule
(PERT/WBS).
9.5 The Contractor shall attain Completion of the works within the
stipulated time schedule or any extended time.
9.6 Work Completion Schedule as finalized shall be reviewed, updated
considering the progress of the work and site conditions and be
submitted to UPPTCL from time to time.
10. Contractor’s 10.1 The Contractor shall design, manufacture including associated
Responsibilities purchases and/or subcontracting, install and complete the
Facilities in accordance with the Contract. When completed, the
Facilities should be fit for the purposes for which they are
intended as defined in the Contract.
10.2 The Contractor confirms that it has entered into this Contract on
the basis of a proper examination of the data relating to the
Facilities including any data as to boring tests provided by the
Employer, and on the basis of information that the Contractor
could have obtained from a visual inspection of the Site if access
thereto was available and of other data readily available to it
relating to the Facilities. The Contractor acknowledges that any
failure to acquaint itself with all such data and information shall
not relieve its responsibility for properly estimating the difficulty
or cost of successfully performing the Facilities.
10.3 The Contractor shall acquire permits, approvals and/or licenses
from all local, state or national government authorities or public
service undertakings in the country where the Site is located
which such authorities or undertakings require the Contractor to
obtain in its name and which are necessary for the performance
of the Contract, including, without limitation, visas for the
Contractor’s and Subcontractor’s personnel and entry permits for
all imported Contractor’s Equipment. The Contractor shall
acquire all other permits, approvals and/or licenses that are not
the responsibility of the Employer and that are necessary for the
performance of the Contract.
10.4 The Contractor shall comply with all laws in force in the country
where the Facilities are to be implemented. The laws will
include all local, state, national or other laws that affect the
performance of the Contract and bind upon the Contractor. The
Contractor shall indemnify and hold harmless the Employer
from and against any and all liabilities, damages, claims, fines,
penalties and expenses of whatever nature arising or resulting
from the violation of such laws by the Contractor or its Vendor.
11. Inspection at All items to be supplied under the works shall be inspected (Pre-
Factory/Site Dispatch) mandatorily by UPPTCL Engineer and/or Third Party
Inspection Agency (TPIA). However, in exceptional
circumstances, the inspection of minor (non-critical) items may
be waived of by Chief Engineer with the recommendation of
EOC on recording the reasons. Stage Inspection may be carried
out in case of some critical items like Transformer, Circuit
Breaker etc. as per the quality assurance policy of the
Corporation.
11.1 Inspection calls shall be raised by the Contractor as per the
PERT chart/WBS Schedule giving at least ten days time through
official e-mail. EOC after receipt of the inspection call shall
verify the relevant documents, if found satisfactory, intimate the
inspecting Officer/TPIA for inspection.
11.2During Inspection, on any deviations identified with respect to
the approved specifications, the inspecting officer/TPIA shall
reject such materials out rightly and intimate the same through
the official e-mail to the /EOC. However, if minor deficiency is
noticed during the inspection, Inspecting Officer shall mention
the same in the inspection report and the equipment/material
would be accepted subject to rectification and satisfactory
conformation to the specification.
12.2 In case of delivery instruction issued for part supply items out of
the set/lot items of the BOQ, in such case DI should clearly
indicate the part supply item(s). The DI shall also indicate that the
free spares are included in the main items supply or not along
with details of free spares.
12.3 The Delivery Instruction letter shall inter alia contain the
following;
Chronological Unique number to be allotted viz, DI-1, DI-2
...,
LOA quantity, DI already issued (Cumulative), Quantity
inspected and current DI quantity.
Validity of the DI.
Destination/Place of delivery.
13. Indemnity 13.1 After receipt of the Delivery Instruction (DI), Contractor shall
Bond : arrange to supply the Materials/ Equipment as per the supply
schedule mentioned in the DI. The sealed Materials/Equipment
with serial number given in the DI shall be supplied at the
destination Work site.
13.2 On delivery of materials/equipment at the work site, EIC shall
prepare Material Acceptance Report (MAR).
13.3 After receipt of the equipment/material, these shall be handed
over to the Contractor for Erection and Commissioning for
which the Contractor shall be required to execute an Indemnity
Bond in favour of UPPTCL hypothecating the goods and also
be responsible for their safe custody.
13.4 If, UPPTCL provides Owner Supplied Material (OSM) as
specified in the SCC like Cables, Conductors, Tower Materials
etc. to Contractors for erection in the works, Contractor is also
required to provide Indemnity Bond for the same before
lifting/receipt of those OSM.
14. Obtaining 14.1 The acquisition of land for Sub-Station works and obtaining
Statutory Statutory Clearances shall be the sole responsibility of the
Approvals UPPTCL.
15.6 For the places where Railway crossings as well as railway TSS
& other Power line crossings are to be done in hot/live
conditions, the rates mentioned below shall be applicable
including Also, normal crossings of railway lines/power lines
shall also be done at the rates given in respective price schedule.
16.5 The Technical Committee from time to time shall review the
period of Guarantee against different equipment. The bid
document shall clearly mention the period of Guarantee.
16.6 If any trouble or defect is found with the design, materials,
workmanship or operating characteristics of any
materials/equipment at any time prior to the completion of
Guarantee period, the Contractor shall be intimated to
replace/rectify/repair (including the cost of dismantling,
transportation and reinstallation) at Contractor’s cost.
16.7 The Contractor is required to furnish a Performance Bank
Guarantee from any Nationalised / notified Scheduled
Commercial Bank within 28 days from the date of issue of LOA
for 10% contract value valid for a period of 45 days after
completion of guarantee period.
16.8 If during the Guarantee period, the equipment/materials failed to
perform and Contractor fails to rectify the same even after
repeated request/advice/instruction from UPPTCL, the
Performance Bank Guarantee shall be invoked/en-cashed.
17. Validity of BG 17.1 The Contract Performance Bank Guarantee (CPBG) is a
and Insurance: security against performance of the works/project and after
completion of the works/project, it covers the period of
guarantee. Therefore, CPBG shall remain valid till completion
of 45 days from the date of completion of guarantee period of
the project. Initially, Contractor is supposed to submit CPBG
covering the entire period. Wherever there is a delay in
completion of project, the contractor shall be instructed in
writing from time to time to extend the CPBG till revised date
of completion of guarantee period plus 45 days. However,
original Bank Guarantee(s) shall not be handed over to the
contractor for the purpose of extension of validity. They are
required to provide extension letter against original bank
guarantee from the issuing bank well before the expiry of
validity.
18. Ensuring Safety 18.1 The Contractor shall be solely responsible for the safety of plant
of Materials/ and equipment including the safety of all persons employed by
Equipment & it or its sub-contractor and all the properties under its custody
Workman during the performance of work including third party.
18.2 For this purpose, contractor(s) shall indemnify UPPTCL
towards all injury to person or damage to property resulting
from the negligence of the Contractor or its workmen or sub-
contractors or from defective design, or work under the works.
18.3 The Contractor will indemnify UPPTCL against all actions
suits, claims, demands, costs or expenses arising in connection
with injuries of persons employed by the Contractor or its sub-
contractor(s) on the work, whether under the Workmen
Compensation Act, 1923, or any other Statute in force during
the period of contract. The contractor is required to take
necessary policy or policies of insurance to cover such
indemnity.
18.4 UPPTCL shall also be required to establish well-defined Safety
Health & Environment (SHE) guidelines embedded in the
Contract Agreement.
18.5 It is mandatory for the Contractor to observe during the
execution of the works, requirements of Safety Rules. If the
Contractor observes all the Safety Rules and Codes, Statutory
Laws and Rules during the currency of Contract awarded by
UPPTCL and no accident occurs then UPPTCL may consider
the performance of the Contractor and award suitable
‘ACCIDENT FREE SAFETY AWARD’ as per scheme as may
be announced separately from time to time.
19. Time for 19.1 The time and the date of completion of the work is the essence
Commencement of the Contract. Contractor shall so organize its resources and
and Completion perform its work so as to complete the entire works within the
original contract completion period mentioned in the SCC. In
the event, any extension to the original contract completion
period, the contractor shall complete the entire works not later
than the date agreed to.
21. UPPTCL’s 21.1 The acquisition of land for Sub-Station works and obtaining
Responsibilities Statutory Clearances shall be the responsibility of the UPPTCL.
UPPTCL shall be responsible for acquiring and providing legal
and physical possession of the site and access thereto, and for
providing possession of and access to all other areas reasonably
required for the proper execution of the Contract, including all
requisite rights of way.
21.2 Necessary Statutory Approvals/ Permission/ Clearances/
Certificates from the Statutory Authorities like Forest and
Environment Authority, Urban developmental Authority,
Railway Authority, Aviation Authority, NHAI, Municipal
Corporation, Town Planning Board etc. as required need to be
obtained by the UPPTCL.
22. Electrical 22.1 HT/EHT license issued by the State Govt. Authority available
License. with the Contractor is sufficient for the purpose of participation
in the subject tender.
22.2 PROJECT LICENSE: All electrical jobs shall be carried out
only through contractors possessing valid project licenses from
Uttar Pradesh State.
22.3 Electrical safety clearances Certificate: The Contractor shall be
responsible for obtaining Electrical safety clearances Certificate
from the Electrical safety directorate from time to time at its
own cost.
C. Payment
23. Contract Price 23.1 The Contract Price shall be the total price for the entire scope
of works inclusive of applicable CGST plus UPGST or IGST
as the case may be, covering all the components i.e. Supply of
Material/Spares, Erection and Commissioning and Civil Works
as specified in the Letter of Award and subsequent
amendments thereto.
23.2 The Contract Price shall be a firm lump sum not subject to any
alteration, except in the event of a Change in the scope of
works or changes due to increase /decrease in rates of GST or
due to Price adjustment/variation clause or due to application
of any clauses as otherwise provided in the Contract.
23.3 The Contractor shall be deemed to have satisfied itself as to the
correctness and sufficiency of the Contract Price, which shall,
except as otherwise provided for in the Contract, cover all its
obligations under the Contract.
24. Mode Of 24.1 Unless otherwise specifically mentioned in the SCC, the
Payment mode of Payment shall be through RTGS to be released
directly to the Contractor.
24.2 Other Payment viz; Statutory fees payable to Forest/ Railway/
NHAI/ License fees etc. shall be paid through RTGS by
UPPTCL directly to the Authority.
24.3 In case the Contract is awarded to a Joint Venture/Consortium,
all payments shall be made directly to the Lead Partner of the
JV/Consortium Only.
24.4 All the payments made under the contract shall be treated as on
account payment. The final payment will be made on
completion of all works and on fulfillment by the Contractor of
all his liabilities under the Contract.
24.5 All payments under the Contract shall be in Indian Rupees
only.
24.6 The Payment shall be made progressively as per the terms of
payment within thirty (30) days of receipt of the Contractor’s
invoice, subject to fulfillment of all the conditions for release
of such payment.
25. Terms of 25.1 Unless otherwise specifically mentioned in the SCC, the
Payment Contract Price shall be paid in the manner as specified below;
A. Mobilization Advance:
The mobilization advance shall be up to Five (5%) of Contract Value
of supply of electrical equipment/ material (including mandatory
spares) which shall be paid as an interest bearing recoverable initial
advance after signing the contract Agreement and on submission of
and approval of;
(a) Unconditional acknowledgement of the Letter of Award by the
Contractor.
(b) Submission of “Tax Invoice”, in terms of the CGST and UPGST
Rules, as applicable under GST law in triplicate for claiming
such Mobilisation Advance.
(c) Advance Bank guarantee of 110% amount of mobilization
advance having validity up to three months after scheduled
completion period with six months claim period thereafter.
However, in case of delay of completion of works the validity of
this shall be extended by the period of such delay.
(d) Submission and approval of an unconditional Performance Bank
Guarantee towards faithful performance of the contract at the
rate 10% of contract value.
(e) Submission of detailed Bar Chart and its approval by UPPTCL.
(f) Establishment of Project Office.
(g) Execution of Contract Agreement.
STAGE-1:
Stage-1:
26. Taxes and 26.1 GST at the applicable rate on the Taxable Value shall be paid to
Duties the contractor on submission of Tax Invoice.
26.2 Except as otherwise specifically provided in the Contract, the
Contractor shall bear and pay all taxes, duties, levies, cess and
charges assessed on the Contractor, its associates or their
vendors by all municipal, state or national government
authorities in connection with the Facilities where the Site is
located.
26.3 If any rates of Tax are increased or decreased, a new Tax is
introduced, an existing Tax is abolished, or any change in
interpretation or application of any Tax occurs in the course of
the performance of Contract, an equitable adjustment of the
Contract Price shall be made to fully take into account any such
change by addition to the Contract Price or deduction there from,
as the case may be. However, any statutory variations in GST
rates beyond the original contract period shall be to the
UPPTCL’s account provided, the reason of delay is not
attributable to Contractor. Any upward revision in GST rate
during the extended contract period, if any, (beyond the
scheduled completion date) shall be to account of the Contractor,
if the reason of delay is attributable to Contractor.
26.4 TDS so made shall be deposited with the relevant tax
Authorities & TDS certificate shall be issued by UPPTCL.
D. Intellectual Property
27. Patent & 27.1 It is the responsibility of the Contractor to satisfy all demands
Royalties that may arises at any point of time towards royalties and fees
for patents covering materials, articles, devices, equipment or
processes used in the works. The Contractor shall also be liable
for any damages or claims for patent infringements and shall
keep UPPTCL indemnified in this regard.
27.2 The Contractor shall, at his own cost and expense, defend all
suits or proceedings that may be instituted for alleged
infringement of any patents, and, in case of an award of
damages, the Contractor shall pay for such award. In the event
of any suit or other proceedings instituted against UPPTCL, the
same shall be defended at the cost and expense of the Contractor
who shall also satisfy/comply with any decree, order or award
made against UPPTCL.
27.3 But it shall be understood that no such machine, plant, work,
material or thing has been used by UPPTCL for any purpose or
any manner other than that for which they have been supplied
and installed by the Contractor and specified in the tender
documents. Final payment to the Contractor by UPPTCL will
not be made, if the equipment, or any part thereof supplied by
the Contractor, is in such suit or proceedings held to constitute
infringement, the Contractor shall at his option and at his own
expense, either procure for UPPTCL, the right to continue the
use of said equipment or part thereof, replace it with non-
infringing equipment or modify it, so it becomes non-infringing
28. Confidential 28.1 UPPTCL and the Contractor shall keep confidential and shall
Information not, without the written consent of the other party hereto,
divulge to any third party any documents, data or other
information furnished directly or indirectly by the other party
hereto in connection with the Contract, whether such
information has been furnished prior to, during or following
termination of the Contract. Notwithstanding the above, the
Contractor may furnish to its Vendor(s)/Subcontractor(s), if any,
such documents, data and other information it receives from the
UPPTCL to the extent required for the Vendor(s)/
Subcontractor(s) to perform their work under the Contract, in
which event the Contractor shall obtain from such Vendor(s) /
Subcontractor (s) an undertaking of confidentiality similar to
that imposed on the Contractor under this clause.
28.2 UPPTCL shall not use such documents, data and other
information received from the Contractor for any purpose other
than the operation and maintenance of the Facilities. Similarly,
the Contractor shall not use such documents, data and other
information received from the UPPTCL for any purpose other
than the design, procurement of Plant, construction or such
other work and services as are required for the performance of
the Contract.
28.3 The obligation of a party, however, shall not apply to that
information which:
(a) Now or hereafter enters the public domain without any
fault of the either party.
(b) Can be proven to have been possessed by that party at the
time of disclosure and which was not previously obtained,
directly or indirectly, from the other party hereto.
(c) Otherwise lawfully becomes available to that party from a
third party that has no obligation of confidentiality.
28.4 The above provisions of this clause shall not in any way modify
any undertaking of confidentiality given by either of the parties
hereto prior to the date of the Contract in respect of the
Facilities or any part thereof.
The Contractor shall submit the list of the manpower with their
rank & position, duties and responsibility, for carrying out the
contract work at the time of execution of the contract.
30.2 Contractor’s Execution Plan:
30.3 Subcontracting:
30.5.3.3 The Contractor shall, at its own expense, handle all imported
materials and Contractor’s Equipment at the point(s) of import
and shall handle any formalities for customs clearance, and
contractor shall take all necessary steps to comply with such laws
or regulations.
F. Guarantees and Liabilities
31. Guarantee 31.1 The Contractor shall guarantee that the equipment/materials
&Warranty will be new, unused and in accordance with the Contract
documents and free from defects in material and workmanship
for a period (as mentioned in the SCC) commencing
immediately after the satisfactory commissioning of the entire
works under the contract.
31.7 The repaired or new parts will be supplied and erected free of
cost by the Contractor. If any repair is carried out on its behalf
at the site, the cost of such repairs shall be to the account of
contractor.
31.9 In the case of those defective parts, which are not repairable at
site but are essential for the operation of the equipment, the
Contractor and the EOC shall mutually agree to a program of
replacement or renewal, which will minimize interruption to the
maximum extent in the operation of the equipment.
31.11 The contractor shall not stand guarantee for the materials
supplied by UPPTCL but shall stand guarantee during the
erection of the materials.
32. Latent Defect 32.1 The period of latent defect warranty shall be 10 years reckoned
Warranty from the completion of one year guarantee/ warranty from
Commercial Date of Operation (CoD), i.e. one year after
satisfactory commissioning of the Works/Facility under the
contract. The latent defect warranty shall mean such warranties
which are ‘Latent’ to the equipment supplied or erected which
would not normally be discovered/seen by an inspection nor
discoverable during the trial run. These are concealed flaws
which one would normally not expect from the item during the
execution of the contract or during the guarantee period but a
manufacturing defect detected beyond guarantee period for
which the contractor shall remain liable for
replacement/rectification for such ‘Latent’ defect.
32.2 UPPTCL shall exercise the right of latent defect warranty for
replacement/rectification of Supply/Workmanship.
G. Force Majeure
34. Force 34.1 “Force Majeure” shall mean conditions beyond control of either
Majeure parties like war, hostility, acts of public enemy, civil commotion,
sabotage, serious loss or damage by fire, explosions, epidemics,
lockouts or acts of God that come under the legal concept of
Force Majeure (FM).
35. Contract Delay 35.1 To keep the contract, live, interim/provisional extension of time
may be allowed with the right to levy Penalty (Liquidated
Damage) at the time of final approval.
35.4 In all the above cases the contractor whether allowed extension or
not, will be liable to pay negative PV.
36. Liquidated 36.1 Normally, the Works shall be completed within the scheduled
Damage Completion Period. However, the Original Schedule Completion
Period gets extended from time to time due to delay on the part of
the Contractor or Handing Over of Land/Obtaining Statutory
Clearances/ Supply of OSM by UPPTCL/ Force Majeure
Incidence /Any Other reason as the case may be.
37. Event of Default 37.1 If the Contractor repeatedly breaches the contract on any of the
following events or occurrences which continue even after giving
15 days of notice for more than two times in writing to the
Contractor shall constitute Event of Default on the part of the
Contractor ;
iv. Take over the site and complete the balance works departmentally
or through another contractor on Debitable (Risk and Cost) basis
and to use the Contractor’s materials, equipment, temporary works
as UPPTCL think proper.
40.2 The cost of execution of the work is met from the balance due to
the Contractor which is sum total of CPBG and other BG
Encashment proceeds, Retention Amount available with
UPPTCL, Cost of material available at site for which no payment
has been made to the Contractor etc. minus any LD, Penalty, TDS
etc. due from the contractor etc. When the cost of execution of the
balance Works exceeds the amount due to the Contractor, the
Contractor is liable to pay such excess amount. However, the
execution of balance left over works shall not wait till the receipt
of the excess amount due from Contractor.
41. Debarring of 41.1 An order banning business with a Company for a period of six
Contractor (High months to two years may be issued where the conduct of the
Risk Contractor) Firm is not serious enough to merit blacklisting but at the same
time is of such a nature that debarring of contractor is justified in
the interest of UPPTCL.
42. Blacklisting of 42.1 Blacklisting of the Contractor(s) shall mean any Act or
Contractor(s) Commission by the Contractor which leads or would have led to
an unfair gain to it and loss to UPPTCL and where there are
sufficient reasons to believe that the Contractor has committed
serious offence under the following circumstances..
43.3 The Authority shall examine and deliberate the merits of the
Contractor’s complaint and the decision shall be communicated in
writing to the concerned Contractor within 30 days from the date
of receipt of the application.
44. Arbitration 44.1 In the event of the Authority fails to notify its decision within
thirty (30) days after being requested or the Contractor not being
satisfied with the decision of UPPTCL, the Contractor may
require that the matters in dispute be referred to arbitration.
UPPTCL may also refer the matter to arbitration.
Financial Strength-20
Project Execution.-20
Project Management Capability.-10
Engineering & QA Capability-10
Claims & Disputes-10
Availability of Machinery, Tools and Tackles .-10
Commitment towards Safety-10
Behavior towards officers of UPPTCL-10
46.3 If the total score found to be less than 40 (Forty) out of 100
(Hundred) marks, the Contractor shall be considered debarred for
participating in future tenders/award for no. of contracts as may
be decided by the Competent Authority for deciding on
Debarment.
47. In-eligibility for 47.1 Notwithstanding the provisions specified in ITB, if a bidder after
future tenders having been issued the Letter of Award, either does not sign the
Contract Agreement pursuant to ITB or does not submit
acceptable Contract Performance Bank Guarantee or does not
execute the contract or any debarment, termination and
blacklisting order issued by the UPPTCL against the contractor or
any litigation continued between the Contractor and UPPTCL ,
such contractor may be considered ineligible for participating in
future tender of UPPTCL for a period as may be decided by
UPPTCL.
48. Grafts & 48.1 Any graft, commission, gift or advantage given, promised or
Commissions offered by or on behalf of the Contractor or his partner(s),
agent(s), officer(s), director(s), employee(s) or servant(s) or any
one on his or their behalf in relation to the Contract with
UPPTCL, shall in addition to any criminal liability which it may
incur, be liable for cancellation of contract.
K. Closure of Works
49. Punch Points 49.1 Before a works is declared to be completed in all respect, it should
be physically inspected jointly by Executive Engineer of the
concerned division & Executive Engineer of adjoining division
nominated by Chief Engineer of the concerned Zone. They shall
verify all the checklist points of the works executed by the
Contractor under the works.
i. During physical inspection of the completed works, the
deficiencies/ defective/ non-conformity/minor incomplete works
etc. noticed by the Inspecting Authority shall be noted separately
as Punch Points under the contract.
ii. The works/projects shall not be treated as completed until and
unless these punch points have been cleared by the Contractor.
iii. The final completion certificate shall be issued, only when the
contractor has complied with all the punch points noted under
the contract.
49.2 While making the final payment to the contractor and before
releasing the CPBG (CPBG is returned after Guarantee period is
over), it should be ensured that there shall not be any pending
punch points left to be complied by the Contractor under the
works and discharged all its obligation under the contract.
50. Handing Over 50.1 Normally, the provisional handing over and taking over takes place
and Taking Over after substantial completion and commissioning of the project
pending compliance of punch points.
50.2 Final Handing Over and Taking Over takes place after completion
of the entire scope of works without any deficiencies/
shortcomings/ qualification (punch points). However, if any,
deficiencies/ shortcomings are identified by the Electrical
Inspectorate and Departmental Inspecting Team, the same shall be
rectified by the Contractor before handing over of the projects.
50.3 It shall be ensured that necessary testing, commissioning and trial
run etc. has been conducted successfully before signing the handing
over and taking over certificate.
50.4 The handing over and taking over certificate shall be supported with
the following documents;
Electrical Inspectorate Certificate
As built Drawings
List of Mandatory Spares handed over
List of Major items commissioned
Punch points
List of Tools & Tackles submitted
List of free spares.
User manual
Details of pending minor works.
Details of un-finished works, if any.
51. Material and 51.1 Normally, all the materials/equipment including OSM supplied
Works shall be utilized under the Projects/works without any surplus.
reconciliation 51.2 After completion of the entire works, Material Reconciliation
Statement (MRS) shall be prepared and to be approved by the
Engineer-in-Charge.
51.3 The un-utilised materials/equipment against which payment has
already been made, the same shall be returned back to UPPTCL.
51.4 The mandatory spares supplied under the works shall be handed
over to UPPTCL.
52. Payment 52.1 Prior to release of last ten percent retention amount on account
reconciliation and of closure of the projects/works, UPPTCL shall prepare Payment
Final Payment
Reconciliation statement to ensure that there is no liability
outstanding against the contractor on account of:
LD (Penalty for Delay in Completion);
Overpayments/ duplicate payments, if any;
Services availed from UPPTCL such as
accommodation, electricity, water, security, transport,
cranes and other machinery etc.;
Claims on account of surplus material (Payment for
which has been made)/ UPPTCL’s Supply Material
(OSM) not returned as per Material Reconciliation
statement;
Negative Price variations;
Deductions if any due to shortcomings in the works.
Recoveries on account of loss/theft/damage claim etc.
Statutory duties paid on behalf of the Contractor by
UPPTCL.
xxxxx
Section-6
Special Conditions of Contract
Section6 -Special Conditions of Contract
(The Special Conditions of Contract (SCC) shall supplement the General Conditions of
Contract (GCC).Whenever there is a conflict, the provisions herein shall prevail over
those in the GCC. The clause number of the SCC is the corresponding clause number of
the GCC.)
Section6 -Special Conditions of Contract (SCC)
<This section consists of provisions that require changes in the General Conditions Of
Contract (GCC) to be included to that extent. The clause no. of the SCC shall be same
corresponding clause number that of the GCC>
19.1 of GCC Supplementing GCC sub clause 19.1 with the following:
25.1 B & C of GCC Replacing the existing sub-clause 25.1 B & C with the
following:
The UPPTCL shall pay the Contractor in the following manner and at
the following times, on the basis of the Price Breakdown given in the
section on price schedules. Payments will be made in Indian Rupees
Only.. The Contractor may make applications for payment in respect of
part deliveries as work proceeds.
1. TERMS OF PAYMENT
In addition to the Conditions stipulated else where , the
following terms & Conditions will apply.
1.1 Supply Portion
A. For payment of Ex-works price component, as per 1.1(B) & (C)
below, it would be mandatory for Contractor to submit the
following documents/fulfill the following conditions within
twenty eight (28) days of award of LOI:
(a) Signing the Contract Agreement,
(b) Submission of Performance Securities in line , and
(c) Detailed PERT Network/Bar chart and its approval by
the Purchaser
B Progressive Payment
B.1 Sixty Five percent (65%) of the Ex-Works price shall be paid
progressively after delivery of the Plants and equipments and on
submission of documents indicated herein under:
(a) Evidence of dispatch (R/R or receipted L/R)
(b) Contractor’s detailed invoice & packing list identifying
contents of each shipment.
(c) Insurance policy/certificate
(d) Manufacturer’s/Contractor’s guarantee certificate of
Quality.
(e) Material Inspection Clearance Certificate (MICC) for
dispatch issued by the Purchaser’s representative and the
Contractor’s factory inspection report.
(f) Test certificate
C Final Payment
C.1 Ten percent (10%) of the Ex-works price component shall be
paid on submission of the certificate by the Purchaser’s
representative/consignee that the item(s) have been received and
on successful completion of Commissioning of the Facilities
wherein the Plants and equipments under the Contract are
installed and issuance of taking over certificate.
However, in case of delay in testing and commissioning &
issuance of taking over certificate by Purchaser beyond six (6)
months from the date of receipt of equipment at site, this 10% of
Ex-Works price shall be paid after issuance of a certificate by
Purchaser’s representative/consignee that the equipments have
been received in good conditions and on submission of a bank
guarantee (BG) of equivalent amount, which shall be kept valid
initially for a period of twelve (12) months or until three (3)
months after the expected date of commissioning (in case it is
possible to anticipate the same), whichever is earlier. If the
commissioning does not take place within the validity period of
BG, the validity of BG shall be extended from time to time. The
bank guarantee shall, however, be released within one month of
successful commissioning of Transmission Line by the
Purchaser.
25.2of GCC Replacing the existing sub-clause 25.2 with the following:
The Prices of all the items and services quoted in the Price
Schedules shall be shall remain “Fixed and Firm” in all respects
during the currency of the contract.
Execution of the Facilities
Supplementing GCC sub clause 29.1 with the following:
29.1of GCC
Details if EIC are as follows:
Superintending Engineer of concerned Electricity Transmission
Circle, UPPTCL of Executive Engineer of concerned division
duly authorized by him.
To,
The < Designation of Tender Issuing Authority>,
Dear Sirs,
Uttarpradesh Undertaking, having its. Registered Office at U.P. Power Transmission Corporation
Limited Shakti Bhawan, 14-A Ashok Marg Lucknow, U.P. 226001 (hereinafter called UPPTCL) has
…………………… work.
3. We undertake to pay to UPPTCL any money so demanded not withstanding any dispute or
disputes so raised by the bidder in any suit or proceeding instituted/pending before any
court or tribunal relating thereto, our liability under this present being absolute and
unequivocal. The payment so made by us under this bond shall be a valid discharge of our
liability for payment there under and the bidder shall have no claim against us for making
such payment.
4. We, the ______________________________ Bank further agree that the guarantee herein
contained shall remain in full force and effect during the aforesaid period of _______ days
[in words]……….. (as per Tender Specification) and it shall continue to be so enforceable
till all the dues of UPPTCL under or by virtue of the said Bid have been fully paid and its
claims satisfied or discharged or till UPPTCL certifies that the terms and conditions of the
said Bid have been fully and properly carried out by the said Supplier(s) and accordingly
discharge this guarantee. Unless a demand or claim under this guarantee is made on us in
writing on or before __________ we shall be discharged from all liability under this
guarantee thereafter.
Unless a demand or claim under this guarantee is made on us or our Branch Office at
Lucknow <Mention Name, Address & Code of the Branch Office at Lucknow of issuing
Bank> in writing on or before …………… (Date), we shall be discharged from all liability
under this guarantee thereafter.
6. This guarantee will not be discharged due to the change in the name, style and constitution
of the Bank and/or the Bidder.
Signature ……………………………………
Full name …………………………………….
Designation …………………………………
Power of Attorney No. ……………………….
Stamp ……………………………………….
WITNESS: (SIGNATURE WITH NAME AND ADDRESS)
(1)
Signature ……………………………………
Full name …………………………………….
(2)
Signature ……………………………………
Full name …………………………………….
N.B.:
1. Name of the Bidder.: ………………………
2. BG No &Date :………………………………
3. Amount (In Rs.):………………………………
4. Validity up to :…………………………………
5. E-NIT No………………………………………..
6. Package/Works No……………………………………..
7. Name, Address & Code of Issuing Bank:………………………………………………
8. Name, Address &Code Lucknow Branch of the Issuing Bank:………………………
9. The Bank Guarantee shall be accepted only after getting confirmation from the Issuing
Bank & Lucknow Branch of the Issuing Bank.
ANNEXURE –II
To,
The < Designation of Tender Issuing Authority>,
Uttarpradesh Undertaking, having its. Registered Office at U.P. Power Transmission Corporation
Limited Shakti Bhawan, 14-A Ashok MargLucknow, U.P. 226001 (hereinafter called UPPTCL) has
Address………………….. (herein after called the “Contractor”) for supply, erection, installation &
commissioning and associated civil works of < Sub-stations …………….> and whereas UPPTCL has
agreed (1) to exempt demand of security deposit under the terms and conditions of the LOA (2) to
release payment of the cost of the Contract Price as per terms and condition and (3) to exempt the
Performance Bank Guarantee (CPBG) of the value of 10% of the Contract Price of the said Agreement.
1. Now therefore, in consideration of UPPTCL having agreed to exempt the Contractor from the
demand under the terms and conditions of LOA No. _________________ dated _________________
for Supply, Erection, Installation & Commissioning and Associated Civil Works and for the due
fulfillment by the said Contractor of the terms and conditions contained in the said agreement, on
we the bank ______________ [Indicate bank Name , Address & Code ] (hereinafter referred to as “the
would be caused to or suffered by UPPTCL by reason of any breach by the said contractor of any of
2. We, the ________________________ Bank [indicate the name of the Bank, Address &
Code] do hereby undertake to pay the amounts due and payable under this guarantee without
any demur, merely on a demand from UPPTCL stating that the amount claimed is due by way
of loss or damage caused to or would be caused to or suffered by UPPTCL by reason of any
breach by the said contractor of any of the terms or conditions contained in the said agreement
or by reasons of any breach by the said Contractor’s failure to perform the said agreement.
Any such demand made on the bank shall be conclusive as regards the amount due and
payable by the bank under this guarantee. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs. ____________________( In Words).
3. We, the ……………… Bank also undertake to pay to UPPTCL any money so demanded not
withstanding any dispute or disputes raised by the Contractor in any suit or proceeding
instituted / pending before any court or tribunal relating thereto, our liability under this
present being absolute and irrevocable. The payment so made by us under this bond shall be a
valid discharge of our liability for payment there under and the Contractor shall have no claim
against us for making such payment.
4. We, the ____________________________ Bank further agree that the guarantee herein
contained shall remain in full force and effect during the aforesaid period of ______ days and
it shall continue to be so enforceable till all the dues of UPPTCL under or by virtue of the said
Agreement have been fully paid and its claims satisfied or discharged or till UPPTCL certifies
that the terms and conditions of the said Agreement have been fully and properly carried out
by the said contractor and accordingly discharge this guarantee and the said CPBG will not be
revoked by us during the validity of the guarantee period.
Unless a demand or claim under this guarantee is made on us or our Branch Office at
Lucknow<Mention Name, Address & Code of the Branch Office at Lucknow of issuing
Bank> in writing on or before …………… (Date), we shall be discharged from all liability
under this guarantee thereafter.
5. We, the ____________________________ Bank [indicate the name of the Bank, Address &
Code] further agree with the Board that UPPTCL shall have the fullest liberty without our
consent and without affecting in any manner our obligations hereunder to vary any of the
terms and conditions of the said Bid or to extend time or performance by the said
contractor(s) from time to time or to postpone for any time or from time to time only of the
powers exercisable by UPPTCL against the said contractor(s) and to forbear or enforce any of
the terms and conditions relating to the said Bid and we shall not be relieved from our liability
by reason of any such variation postponement or extension being granted to the said
contractor(s) or for any forbearance, act or omission on the part of UPPTCL or any
indulgence by UPPTCL to the said contractor(s) or by any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have effect of so
relieving us.
6.This guarantee will not be discharged due to the change in the name, style or constitution of
the Bank of the contractor(s).
7.We, the ____________________________ Bank [indicate the name of the bank, Address
&Code ]lastly undertake not to revoke this guarantee during its currency except with the
previous consent of UPPTCL in writing.
8.We,the ______________________ Bank (Name, Address & Code) further agree that this
guarantee shall be presented for invoke at our place of business at Lucknow (indicate Name,
Address & Code of the Branch at Lucknow) in the State of Uttarpradesh.
“Not withstanding anything contained herein”
a) Our liability under the bank guarantee shall not exceed Rs.-------------(in words Rupees-------
--------------------) only.
b) This Bank guarantee shall be valid up to -------------.
c) We or our Branch at Lucknow<Mention Name, Address & Code……….>are liable to
pay/proceeds for pay guaranteed amount or any part thereof depending on filing of claim
under this bank guarantee only and only if UPPTCL serve upon us or our Branch at Lucknow
a written claim or demand and received by us or by Branch at Lucknow on or before
………………(last date), otherwise Bank shall be discharged of all liability under this
guarantee thereafter.
To,
The < Designation of Tender Issuing Authority>,
.
Dear Sirs,
Please treat this as an integral part of the original Bank Guarantee to which it would be
attached.
Yours Faithfully,
For …………………………
Manager / Agent / Accountant
NOTE : The non-judicial stamp paper of appropriate value shall be purchased in the name of the
To,
The < Designation of Tender Issuing Authority>,
Uttarpradesh Undertaking, having its. Registered Office at U.P. Power Transmission Corporation
Limited Shakti Bhawan, 14-A Ashok MargLucknow, U.P. 226001 (hereinafter called UPPTCL) has
Dated……………… (herein after called “the Contract Agreement”) for supply, erection, installation
Provided always that the Bank’s obligation shall be limited to an amount equal to the
outstanding balance of the advance payment, taking into account such amounts that have been
repaid by the contractor from time to time in accordance with the terms of payment of the said
contract as evidenced by appropriate payment certificates.
4.This guarantee shall remain in full force from the date upon which the said advance payment
is received by the contractor until the date upon which the contractor has fully repaid the
amount so advanced to UPPTCL in accordance with the terms of the contract. At the time at
which the outstanding amount is NIL, this Guarantee shall become null and void, whether the
original is returned to us or not. Any claims to be made under this Guarantee must be received
by the Bank during its period of validity i.e. on or before ___________*(year, month, date).
5.The Bank also agrees that UPPTCL at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance without proceeding against the
Contractor and notwithstanding any security or other guarantee that UPPTCL may have in
relation to the Contractor'’ liabilities.
6.We,the ______________________ Bank (Name, Address & Code) further agree that this
guarantee shall be presented for invoke at our place of business at Lucknow (indicate
Name, Address & Code of the Branch at Lucknow) in the State of Uttarpradesh.
“Not withstanding anything contained herein”
a) Our liability under the bank guarantee shall not exceed Rs.-------------(in words Rupees-------
--------------------) only.
b) This Bank guarantee shall be valid up to -------------.
c) We or our Branch at Lucknow<Mention Name, Address & Code……….>are liable to
pay/proceeds for pay guaranteed amount or any part thereof depending on filing of claim under
this bank guarantee only and only if UPPTCL serve upon us or our Branch at Lucknow a
written claim or demand and received by us or by Branch at Lucknow on or before
………………(last date), otherwise Bank shall be discharged of all liability under this
guarantee thereafter.
For _____________________________________
( indicate the name of the Bank )
WITNESS
A. ........................................................ ...............................................................................
(Signature) (Signature)
B. ......................................................... ...............................................................................
(Name) (Name)
C. .......................................................... ...............................................................................
D. (Official Address) (Designation with Bank Stamp)
N.B.:
1. Name of the Contractor.: ………………………
2. BG No &Date :………………………………
3. Amount (In Rs.):………………………………
4. Validity up to :…………………………………
5. LOA No………………………………………..
6. Contract Agreement No……………………………………..
7. Name, Address & Code of Issuing
Bank:…………………………………………………
8. Name, Address &Code Lucknow Branch of the Issuing Bank:………………………
9. The Bank Guarantee shall be accepted only after getting confirmation from the Issuing
Bank &Lucknow Branch of the Issuing Bank.
ANNEXURE - V
INDEMNITY BOND
THIS INDEMNITY BOND is made this...................... day of ................... 20…. .........by M/s/
Shri……………….................. and Address …………….. a Company registered under the
Companies Act, 1956 & 2013/ Partnership Firm/ Proprietary Concern having its Registered
Office at ............................(hereinafter called as ‘Contractor’” which expression shall include
its successors and permitted assigns) in favour of Uttarpradesh Power Transmission
Corporation Ltd., a Govt of Uttarpradesh Undertaking, having its. Registered Office at U.P.
Power Transmission Corporation Limited Shakti Bhawan, 14-A Ashok MargLucknow, U.P.
226001 (hereinafter called “UPPTCL” which expression shall include its
successors/administrator and assign) :
WHEREAS THE UPPTCL has awarded to the Contractor vide its Letter of Award/Contract
Agreement No..................... Dated........................... and its Amendment No..............................
and Amendment No. …………………… (Applicable when amendments have been issued)
(Hereinafter called the “Contract”) for …………………in terms of which the Contractor is to
supply the Materials/Equipment at work site of UPPTCL, in consideration of payment received
against such Materials/Equipment from UPPTCL and also for Owners Supplied Materials
(OSM).
And WHEREAS by virtue of Clause No.................... of the said Contract, the Contractor is
required to execute an Indemnity Bond in favor of ................ UPPTCL *** for the purpose of
performance of the Contract.
2. That the Contractor is obliged and shall remain absolutely responsible for the
safe transit/ protection and custody of the Materials/Equipment at .......... *** project
Site against all risks, whatsoever till the Materials/Equipment are duly used/ erected in
accordance with the terms of the Contract and the Materials/Equipment duly erected
and commissioned in accordance with the terms of the Contract is taken over by
UPPTCL. The Contractor undertakes to keep UPPTCL harmless against any loss or
damage that may be caused to the Materials/Equipment.
4. That UPPTCL is and shall at all times remain the exclusive UPPTCL of the
Materials/Equipment free from all encumbrances, charges or liens of any kind,
whatsoever. The Materials/Equipment shall at all times be open to inspection and
checking by Engineer Of Contract (EOC) of the work to be performed by the Contractor
under the said contract and/or any officer or agents authorized by him in this regard.
Further, UPPTCL shall always be free at all times to take possession of the
Materials/Equipment that are likely to be endangered, mis-utilised or converted to uses
other than those specified in the Contract, by any acts of omission or commission on the
part of the Contractor or any other person or on account of any reason whatsoever and
the Contractor binds himself and undertakes to comply with the directions or demand of
UPPTCL to return the Materials/Equipment without any demur or reservation.
5. That this Indemnity Bond is irrevocable. If at any time any loss or damage
occurs to the Materials/ Equipment or any part thereof is mis-utilised in any manner
whatsoever, then the Contractor hereby agrees that the decision of the Engineer-Of
Contract(EOC) / Authorised / officer/representative of UPPTCL as to assessment of
loss or damage to the Materials/Equipment shall be final and binding on the Contractor.
The Contractor binds itself and undertakes to replace the lost and/or damaged
Materials/Equipment at his own cost and/or shall pay the amount of loss to UPPTCL
without any demur, reservation or protest. This is without prejudice to any other right or
remedy that may be available to UPPTCL against the Contractor under the Contract
and under this Indemnity Bond.
NOW THE CONDITION of this Bond is that the Contractor shall duly and punctually comply
with the terms and conditions of this Bond to the satisfaction of UPPTCL. The above Bond
shall be void after all the obligations under this Bond are fulfilled by the Contractor, otherwise,
it shall remain in full force and virtue.
IN WITNESS WHERE OF, the Contractor has hereunto set its hand through its authorized
representative under the common seal of the Company, the day, month and year first above
mentioned.
SCHEDULE
Materials/Equipment to be
supplied under the Contract
OSM Materials/Equipment
handed over under the Contract
M/s......................................
WITNESS
1. Signature . . . . . . . . . . . . . Signature. . . . ……... . . . . . .
2. Name . . . . . . . . . . . . . . Name . . . . . . . . . . ……... . .
.
3. Address . . . . . . . . . . . . . . Designation ……. . . . . . . . .
Authorised representative
1. Signature . . . . . . . . . . . .
2. Name . . .. . . . . . . . . . . . . (Common Seal )
3. Address .. . . . . ... ... . . . (In case of Company)
$ Indemnity Bonds are to be executed by the authorised person and (i) in case of Contracting
Company under common seal of the Company or (ii) having the Power of Attorney issued
under common seal of the company with authority to execute Indemnity Bond, (iii) In case of
(ii), the original Power of Attorney specifically executed for this Contract should be attached to
Indemnity Bond.
*** to insert the designation of the Authorised Person appointed by the by UPPTCL for this
purpose.
ANNEXURE-VI
PROFORMA FOR BANK BALANCE, FIXED DEPOSITS AND AVAILABILITY OF
CREDIT FACILITIES
BANK CERTIFICATE
This is to certify that M/s. …………………………………………………………… (Full Name &
Address), who are submitting their bid to UPPTCL against their Tender Specification vide Ref.
Their financial transactions with our Bank have been satisfactory. Their Current A/c Balance & Fixed
ACCOUNT(CURRENT/F
(Rs.in Cr)
D/RD/ANY OTHER)
They enjoy the following fund based and non fund based limits (Cash Credit, Bank Guarantees, L/C and
other credit facilities) with us against which the extent of utilization at the end of <Month><Year>is
(Rs. in Cr)
Sd/-
Name of Bank………………………..
Designation ………………………….
Address …………………………….
WHEREAS UPPTCL invited bids as per the above mentioned Specification for the
engineering,
supply and erection, testing and commissioning of Equipment/ Materials including associated
civil works stipulated in the bidding documents for the works < ………>
AND WHEREAS Qualification Requirement of the Bidder as per Instruction To Bidder (ITB),
forming part of the biding documents, stipulates that a Joint Venture/Consortium of two
qualified firms as partners, meeting the requirement for the bid as applicable may bid, provided
the Joint Venture/Consortium fulfills all other requirements jointly and in such a case, the BID
shall be signed by the Lead partners legally bind both the Partners of the Joint
Venture/Consortium, who will be jointly and severally liable to perform the Contract and all
obligations thereunder.
AND WHEREAS the Joint Venture/Consortium agreement shall be attached to the bid and the
contract performance guarantee will be submitted separately as per the format enclosed with
the bidding document without any restriction of liability for either party.
AND WHEREAS the bid has been submitted to UPPTCL vide Bid Proposal No ……dated
….by Lead Partner based on the Joint Venture/Consortium agreement between the Partners
under these presents and the bid in accordance with the requirements of Qualification
Requirement of the Bidders, has been signed by the partners.
In consideration of the above premises and agreement both the Partners to this Joint
Venture/Consortium do hereby now agree as follows:
2. In case of any breach of the said Contract by the Lead Partner or other Partner, we do
hereby agree to be fully responsible for the successful performance of the Contract and
to carry out all the obligations and responsibilities under the Contract in accordance
with the requirements of the Contract.
3. Further, if UPPTCL suffers any loss or damage on account of any breach in the
Contract or any shortfall in the performance of the Materials/equipment and Works in
meeting the performance guaranteed as per the specification in terms of the Contract,
the Partner(s) of these presents undertake to promptly make good such loss or damages
caused to UPPTCL, on its demand without any demur. It shall not be necessary or
obligatory for UPPTCL to proceed against Lead Partner to these presents before
proceeding against or dealing with the other Partner.
Signature…………………… Signature
Name…………………………… Name
Designation…………………… Designation
(Common Seal of the company)
WITNESS
1. Signature:
Name:
Official Address:
2. Signature:
Name:
Official Address:
ANNEXURE – VIII
PROFORMA OF POWER OF ATTORNEY FOR JOINT VENTURE/CONSORTIUM
(On Non –Judicial Stamp Paper of Appropriate value
to be Purchased in the Name of JOINT VENTURE/CONSORTIUM)
KNOW ALL MEN BY THESE PRESENTS THAT WE, the Joint Venture/Consortium
Partners whose details are given hereunder…………………………..have formed a Joint
Venture/Consortium under the laws of Intra India and having our Registered Office (s) / Head
Office (s) at ………………………………(each hereinafter called the ‘Joint
Venture/Consortium’ partly which expression shall unless repugnant to the context or meaning
thereof, include its respective successors, administrators and assign(s) and now acting through
M/s……………………...........................being the lead Partner in-charge do hereby constitute,
nominate and appoint M/s…………………………………………a company incorporated
under the laws of India and having its Registered/Head Office at …………as our duly
constituted lawful Attorney (hereinafter called “Attorney” or “Authorised Representative” or “
lead Partner in Charge”) to exercise all or any of the powers for and on behalf of the Joint
Venture/Consortium in regard to specification No………..for construction of
…………….Package of UTTARPRADESH POWER TRANSMISSION CORPORATION
LIMITED a Govt of Uttarpradesh Undertaking, having its. Registered Office at U.P. Power
Transmission Corporation Limited Shakti Bhawan, 14-A Ashok MargLucknow, U.P. 226001 (
hereinafter called the “UPPTCL”) and the bids for which have been invited by UPPTCL, to
undertake the following acts
It is clearly understood that the Partner in –charge (Lead Partner) shall ensure performance of
the contracts (s) and if one or more Partner fail to perform their respective portion of the
contracts (s), the same shall be deemed to be a default by all the partners.
It is expressly understood that this power of Attorney shall remain valid binding and
irrevocable till completion of the Latent Defect Period in terms of the contract.
The Joint Venture/Consortium partners hereby agree and undertake to ratify and confirm all the
actions whatsoever the said Attorney/ Authorised Representative / Partner in-charge takes.
The Common Seal has been affixed there unto in the presence of:
WITNESS
1.0 Signature ………………………..
Name ……………………….
Designation…………………….
Occupation……………………….
Name of Package/Works:
E-NIT Ref. No:
To
The Tender Issuing Authority,
< Address>
We have read the contents of the Fraud Prevention Policy of UPPTCL displayed on its tender
website http://www.UPPTCL.org ,www.etender.up.nic.in and undertake that we along with our
associates / collaborator / Vendor/sub-vendors/ consultants / service providers shall strictly
abide by the provisions of the fraud prevention policy of UPPTCL.
Yours Faithfully,
Date:
Place:
(Signature) ………………………….
(Designation) ………………………
This form shall be duly filled-up, signed by the bidder & uploaded as an attachment.
ANNEXURE – X
Performa Of Manufacturer’s Authorization
To : ____________________________
<Name of the Bidder>____________________ to submit a bid and subsequently sign the Contract, if he
We hereby extend our full guarantee, warranty and latent defects liability period for the above specified
NIT/Tender Specification. We also hereby authorize the said bidder to act on our behalf in fulfillment of
these guarantee, warranty and latent defects liability obligation. We, the Manufacturer will make our
technical and engineering staff fully available to the successful Bidder, on a reasonable and best effort
basis, in fulfilling the performance of all its obligations to UPPTCL under the Contract.
Signed : ………………….
Date …………………….
Place ……………………
(Signature) ………………………….
Bidder shall collect the information from the vendor and furnish the information duly filed in
formats along with supporting documents.
Sir,
1. I/We, the undersigned do hereby declare that, I/We have never failed to perform
satisfactorily in any work of UPPTCL/ Govt. Of Uttarpradesh /Central Govt./ in
any Govt. funded Project during last three financial years (and the current financial
year)and / or I/We do not stand currently debarred/blacklisted nor any litigation
pending by any of the Electricity Transmission Utility / Generation Utility
/UPPTCL / Govt. Of Uttarpradesh/ Central Govt. of India.
2. Further, I/We, the undersigned do hereby declare that, I/We have not been declared
as Insolvent or referred to National Company Law Tribunal (NCLT) under the
Insolvency and Bankruptcy Code (IBC), 2016.
3. In the event, any information is found out contrary to the above either during the
finalisation of the tender or during the execution of the contract, My/Our bid /
contract shall be liable for rejection / cancellation / termination without any notice
with forfeiture of EMD/CPBG at the sole discretion of UPPTCL.
Yours faithfully,
Place-
Date-
With seal
Note: The bidder shall also disclose, if he was debarred/black listed by any utility in the past
and if the debar/blacklisting order was subsequently withdrawn by the utility suo-moto or set
aside by any court order.
(This form shall be duly filled-up, signed by the bidder (including each of the Joint
Venture/Consortium partner), Core supplier, Hardware supplier & proposed erector(if any) &
uploaded as an attachment)
ANNEXURE – XIV
Ref.:
1. E- NIT No:…………………….
2. Package/Works Ref. No: …………………..
The following are the Technical Deviations and exceptions from the
specifications and documents for the subject works. These deviations
are exhaustive, except for these deviations, the entire works shall be
performed as per your specifications and documents.
Technical
As specified in the Technical
Volume/Clause Ref./Page No. deviations , if
Specification
any
Note:
1. Continuation sheets, of like size and format, may be used as per
Bidder’s requirements and annexed to this Schedule.
2. The deviations, if any, shall be brought out separately for each of the
equipment/Materials/works.
3. Deviations mentioned other than the above shall constitute Nil/No
deviation.
Date: (Signature)
…………………..
Place: (Printed Name)
……………….
(Designation)
…………………..
(Common Seal)
…………………
(This form shall be duly filled-up, signed by the bidder & uploaded as
an attachment)
ANNEXURE – XV
Dear Sirs,
We hereby undertake to execute the work without any deviation to the Commercial terms and
conditions of the Works contained in the tender specifications.
(This form shall be duly filled-up, signed by the bidder & uploaded as an attachment as a
token of acceptance towards the NIL/NO deviation to the Commercial Terms and
Conditions)
ANNEXURE – XVI
(Work Completion Format)
To
Dear Sir,
We hereby declare that the following work completion schedule shall be followed by us
in furnishing, erecting and commissioning the Construction of …………………………………
against Works Ref No:………………………..and e-NIT No. ………………….., in the State of
Uttarpradesh.
The period of various activities reckons from “the date of Letter of Award(LOA)” to us.
However, total duration for completion of work shall be within <……………………..>Months
from the date of issue of LOA.
9 Charging of Substation
10 Handing Over of Substation
(Authorised Signatory)
Note:
1. The works completion schedule shall be revised based on the approval of joint survey
and consequential issue of revised LOA, which shall be applied for price reduction.
2. UPPTCL shall finalize the detailed schedule of works (PERT/BAR Chart) for the
purpose of monitoring the works within the schedule completion period of the key mile
stone activities at the singing of the contract agreement.
(This form shall be duly filled-up, signed by the bidder & uploaded as an attachment)
ANNEXURE – XVII
9. Allahabad Bank
10. Andhra Bank
11. Bank of India
12. Bank of Maharasthra
13. Canara Bank
14. Central Bank of India
15. Corporation Bank
16. Dena Bank
17. Indian bank
18. Indian Overseas Bank
19. Oriental Bank of Commerce
20. Punjab National Bank
21. Punjab & Sind Bank
22. Syndicate Bank
23. Union Bank of India
24. United Bank of India
25. UCO bank
26. Vijaya Bank
27. Bank of Baroda
OTHER BANKS
Branch.
ANNEXURE – XVIII
AFFIDAVIT OF BIDDER
AND WHEREAS the said Tender No................. of UPPTCL requires the Bidder to solemnly
affirm the correctness of the document and information furnished in its bid, so offered to
UPPTCL.
NOW THEREFORE, in response to the requirement, the Tender No………………
…………………… of UPPTCL, and having been duly authorized by the Bidder, I Sri/ Mrs.
................................ aged about ............ years, Son/Daughter/Wife of Sri/Mrs. ......... ......
......., at present working as………………………………………. of
M/s…………………………… (The Bidder) do hereby solemnly affirm and state as follows:
1. That I am competent and have been duly authorized by the Bidder
M/s………………………………. to swear this affidavit on its behalf.
2. That the documents and information furnished by the Bidder in its bid offered in respect
to the said Tender No…………………………..of UPPTCL are true and correct.
3. That in the event any document and information as furnished by the Bidder in response to
the said Tender No of UPPTCL is found/ considered by UPPTCL at any time as to be not
correct/ wrong, UPPTCL shall be competent and at liberty without any show cause to the
Bidder to terminate its contract/ agreement With the Bidder, if any.
4. The UPPTCL shall also be competent, without any reference to the Bidder, to black list
the Bidder and debar the Bidder from participating in any other Tender of UPPTCL
pursuant to its consideration/ finding that the Bidder has furnished any incorrect/ wrong
document and information tendered/made pursuant to Tender No of UPPTCL.
5. That the affirmation made herein above is/are correct and true and nothing Stated herein
is false.
Identified by
DEPONENT
ADVOCATE
ANNEXURE – XIX
Contract Agreement
BETWEEN
WHEREAS the Employer has invited of the tender for engineering, design,
manufacture, test, deliver, install, complete and commission of Sub-Station Works
including Civil works [ Brief scope of works ] (“the WORKS”) vide NIT
no:……………………………… and Tender Specification
No………………………………
AND WHEREAS the Contractor has been selected for award of the works vide
LOA/LOI ref.
no…………………………………………………………………………………………
………………………….
Each party shall use its best efforts to fulfill the above
conditions for which it is responsible as soon as practicable.
Article 4 4.1 The address of the Employer for notice purposes, pursuant to
Communic GCC /SCC {Employer's address ].
ations
IN WITNESS WHEREOF the Employer and the Contractor have caused this Agreement
to be duly executed by their duly authorized representatives the day and year first above
written.
[ Signature ]
[ Title ]
in the presence of
[ Signature ]
[ Title ]
[ Signature ]
[ Title ]
in the presence of
[ Signature ]
[ Title ]
APPENDICES
To
The Tender Issuing Authority
<Address>
Dear Sir,
1. We, the undersigned Bidder having visited the Official e-Tender Portal of UPPTCL and
having read and examined in detail the Tender Documents [e-NIT, Free View Documents
(.pdf) and Bid Forms(in XLS formats)] including specifications of the works referred
therein , do here by propose to engineer and supply including all types of test at
manufacturer's works, ocean shipment, marine insurance, custom clearance, port
clearance and handling, inland transportation, inland transit insurance, delivery to site,
loading & unloading, storage, insurance during storage and inside site transportation and
erect and commission of the materials/Equipment supplied under this contract including
installation, performance testing and handing over to UPPTCL of the complete
Construction of works on EPC/Turnkey contract basis.
We, agree to the following major terms and conditions of the tender;
2.1 We declare that the prices quoted in our proposal are in accordance with your
“Instructions to Bidders” and as per the bid form (in.XLS formats) available in the
Official tender Portal of UPPTCL.
The Input Tax Credit (ITC) available on inward supply of goods or services, or both, as
the case may be for the contract has been fairly estimated and the benefit of the same
has been fully adjusted while quoting the bid price.
All the basic prices (taxable value)of the price schedule are FIRM during the period of
the contract (except for statutory variations in GST rates and price variations) in line
with your bid documents.
2.3 All the prices and other terms and conditions of this proposal are valid for a period of
180 (One Hundred Eighty ) Days from the date of opening of the Technical (Part-I)
bids.
2.4 The prices and the price components in line with the requirements of the bid documents
of the Volume-III (Price Schedules) are keyed-In and uploaded in the Official e-Tender
Portal of UPPTCL.
2.5 We hereby declare that our bid prices cover entire scope of the work to complete the
work in accordance with Bid Documents.
2.6 We hereby declare that prices left blank or indicating “nil/zero/0/dash/-/Not
Applicable/NA/any other notation other than price” in the Schedules will be deemed to
have been included in the prices of other items/total quoted Bid Price.
2.7 If there is a discrepancy between unit price and the total price that is obtained by multiplying the
unit price and quantity, the unit price shall prevail and total price shall be corrected. If there is a
discrepancy in the quantity mentioned by the bidder from the quantity mentioned in the tender
the tendered quantity (BOQ) will prevail.
2.8 We do not anticipate any change in Ownership of company/firm. If at all and there
would be a change in Ownership, we undertake that our obligation under the contract in
case we become successful bidder, shall stand.
3.1 We declare that towards the supply of goods & services by us, we will quote basic
GST for each of the items quoted. Alongside the basic price(taxable value) quoted by us for
each item, CGST plus OGST, or IGST, as the case may be, will also be quoted, which will
be added to quoted basic price(taxable value) to indicate quoted final value. Tax Invoice
shall constitute basic price, CGST plus UPGST, or IGST, as the case may be, and such
other details which are stipulated in GST Rules, 2017. No transaction between UPPTCL
and our vendors shall be recognized and the input credit on the supply of goods & services
by our vendors shall be considered in the basic price (taxable value) quoted to UPPTCL.
3.2 However, any statutory variation in GST on package supply (and not on individual goods
account.
3.3 As regards the Income Tax, surcharge on Income Tax, statutory payments and other
corporate taxes, we will be responsible for such payments to the concerned authorities.
3.4 The statutory deduction of taxes and duties at source as applicable, related to these works,
shall be made by UPPTCL from our bills for which we cannot claim any reimbursement.
TDS so deducted by UPPTCL shall be deposited by them with the relevant tax Authorities
& TDS certificates shall be issued by UPPTCL wherever so required under the respective
law.
3.5 we hereby agree to the modalities of price variations clause of the listed
4.0 DEVIATIONS
4.1 We hereby declare that work shall be performed strictly in accordance with the
Technical Specifications & Commercial Terms and conditions specified in the Bidding
Documents except for the deviation detailed out exhaustively in the following sheet.
(a) Commercial Deviations Attach …….pdf
(b) Technical Deviations Attach ……….pdf
Further, we confirm that any deviations found elsewhere in our proposal, other than
those stated in above deviation sheet, shall not be given effect to. Deviation on account
of better specification may be acceptable to UPPTCL, without any cost implication to
UPPTCL.
4.2 We have read the following major provisions of the ITB, BDS, Employer’s
Requirement & GCC and SCC and confirm that the specified stipulations of these
provisions are acceptable to us irrespective of whatever has been stated to the contrary
anywhere-else in our proposal.
(a) Terms of Payment
(b) Bid Security(EMD)
(c) Contract Performance Bank Guarantee (CPBG)
(d) LD
5.2 The details of the above Demand Draft(s)/Bank Guarantee are as follows;
Particulars DD/BG No. & Date Amount (In Rs.) Issuing Bank
Tender Cost
Bid Security(EMD)
6.2 In case, you require any further information in this regard, before evaluation of our bid,
we agree to furnish the original in time to your satisfaction.
6.3 We declare that the documentary evidence in support of the above qualifying
requirement and the information filled by us in this regard are correct to the best of our
knowledge and belief. We undertake that if any of these documentary
evidence/information are found incorrect, our bid shall be liable for rejection, and in the
event we emerge successful in the bidding process and are awarded the package/works,
we will be liable for all consequential damages apart from termination of the contract.
8.2 In case we participate through Joint Venture/Consortium, we and our partner together
shall also agree to the above bid capacity criteria.
9.2 We further agree that if the contract is awarded to us it will be on single source
responsibility basis and breach in any portion or part of one contract shall be construed
as a breach of the other contract as well, which will confer on you the right to terminate
the other contract, at our risk and cost.
10.1 If this proposal is accepted by you, we agree to submit engineering data, provide
services and complete the entire works from time to time in accordance with schedules
uploaded in the tender portal of UPPTCL in line with the ITB and acceptable to
UPPTCL.
10.2 We fully understand that the time schedule stipulated in the proposal is the essence of
the contract, if awarded. To this effect work completion schedule indicating key mile
stones have been uploaded in the tender portal.
10.3 We undertake to complete the works in a phased manner as per the work schedule
agreed to UPPTCL.
10.4 UPPTCL however reserves the right to re-schedule the completion period, if required.
11.1 We undertake to sign the Contract Agreement as per the proforma and in the manner as
13.1 We Certify that all the material supplied under this contract are new and guaranteed to
cover the guarantee period and shall conform to high standards of engineering and shall
be capable of performing in continuous commercial operation in a manner acceptable to
UPPTCL.
13.2 We declare that the ratings and the performance figures/parameters of the equipment/
plant furnished & erected by us are guaranteed in line with the GTP and Technical
Specifications of Volume-II to cover the entire guarantee period.
14.1 I/We, the undersigned do hereby declare that, I/We have never been blacklisted and / or
there were no debarring actions against us for any default in executing the EPC/Turnkey
Contract or in the performance of the contract entrusted to us in any of the Electricity
Transmission Utilities of India.
14.2 In the event of any such information pertaining to the aforesaid matter found at any
given point of time either during the course of the contract or at the bidding stage, my
bid / contract shall be liable for rejection/ cancellation / termination without any notice
at the sole discretion of UPPTCL.
15.1 We confirm having enclosed a check list duly keyed-in Schedule of this proposal and
confirm that all necessary data/information have been provided in our proposal as
required in the bidding documents.
16.1We undertake that we have conducted our own estimation and analysis and checked the accuracy,
reliability and completeness of the information contained in the bid Document (Tender
Notification, Free view Documents and Bid Forms) uploaded in the e-tendering portal and
obtained independent advice from appropriate sources in our own interest for the purpose of
bidding.
16.2 We understand that UPPTCL is not responsible for the e-Tender Portal of UPPTCL
being temporarily unavailable due to any technical issue at any point of time. In that
event UPPTCL will not be liable or responsible for any damages or expenses arising
from any difficulty, error, imperfection or inaccuracy with this e-Tender Portal of
UPPTCL.
16.3 We agree to follow the time table of e-tendering process and get the activities of e-
tendering processes done well in advance so as to avoid any inconvenience.
16.4 We undertake that in case of technical error/ failure of e-Tender Portal of UPPTCL,we
shall not challenge it by way of appeal, arbitration and in the Court of Law.
1. DECLARATION:
17.1 We, hereby declare that only the persons or firms interested in this proposal as
principals are named herein and that no other person or firm other than those mentioned
herein have any interest in this proposal or in the contract to be entered into if we are
awarded the contract, and that this proposal is made without any connection with any
other person, firm or party submitting a proposal and that this proposal is in all respect
for and in good faith, without collusion or fraud.
17.2 Further, We hereby declare that we have gone through and understood the bid
documents (including schedules in XLS available in the e-tender portal) in detail and
tender portal instructions for the purpose of participating in the bidding process and
enclose herewith attachments(in .pdf ) uploaded and Schedules (in XLS) Keyed-in both
in line with the original document.
Date : (Signature)
Place : (Printed Name)…………………………
(Designation)…………………………...
(Common Seal)…………………………
Business Address:
Enclosure:
A. Soft Form of Documents (Scanned Copy):
Sl. Description .Pdf file
No reference
1 Proof of RTGS/NEFT towards Tender Cost Attach 1.pdf
RTGS/NEFT/DD/BG towards EMD.
Note: In case of exemption of Tender cost & EMD, the
scanned copy of the document in support of exemption
will have to be uploaded by the bidder.
2 i. Power of Attorney /notarized copy for signing the Attach 2.pdf
bid document.
ii. Joint Venture/Consortium Agreement & Power of
Attorney of Joint Venture/Consortium (In case of
Bid from Joint Venture/ Consortium).
MAAT
Table-B
Liquid Assets
Table-C
Sl. Liquid Assets Month Un-Utilised Credit Facility Total (A+B)
No. ending… Month ending… (in INR Cr.) (In INR Cr.)
(in INR Cr.)
1.
Cash in Hand Cash Credit
2.
Cash at Bank LC and BG
3. Others (Pl Specify)
Fixed Deposits
Total –A Total -B
Net Worth
Table-D
Sl. No. Particulars Amount
(In Rs. Cr.)
01 Paid-up share capital
05 Total: (5=1+2-3-4)
ANNEXURE - XXII
f) Tolerance in
i) Clamp body
ii) Standard/AGS preformed rods
Date:
(Signature)……………………………
Place: (Printed Name)……………
(Designation &
SEAL)………………………….
Sheet no. -3 (total no. of pgs 2)
(Sheet to be furnished for Panther eq.)
Bidder's Name……………………………..
Specification No……………………………
GUARANTEED TECHNICAL PARTICULARS OF TENSION CLAMPS proposed for
…………conductor
Sl. Description Unit Value guaranteed
by the Bidder
Aluminium/ Steel
Alloy
6. Outside diameter of sleeve mm ……….. ………
before compression
7. Inside diameter of sleeve before mm ……….. ………
compression
8. Length of sleeve before ……….. ………..
compression
9. Dimensions of sleeve after
compression
(a) Corner to Corner ………… ………
Date: (Signature)…………………………
Place: (Printed Name)……………
(Designation)……………………
(Seal)………………
Sheet no. -4 (total no. of pgs 2)
(Sheet to be furnished for Panther eq.)
Bidder's Name……………………………..
Specification No……………………………
GUARANTEED TECHNICAL PARTICULARS OF MID SPAN COMPRESSION JOINT FOR
HTLS CONDUCTOR proposed for ………….. conductor
Sl. Description Unit Value guaranteed
by the Bidder
1. Name of Manufacturer ………………
2. Address of Manufacturer
Aluminium/ Steel
alloy
7. Outside diameter of sleeve before mm ……….. ………..
compression
8. Inside diameter of sleeve before mm ……….. ………..
compression
9. Length of sleeve before compression ……….. ………..
(b) Steel kg
(c) Total kg
Date: (Signature)……………
(Name)…
Place:
(Designation)…………
Sheet no. -5 (total no. of pgs 2)
(Sheet to be furnished for Panther eq.)
Bidder's Name……………………………..
Specification No……………………………
GUARANTEED TECHNICAL PARTICULARS OF REPAIR SLEEVE FOR ……………….type of
HTLS CONDUCTOR proposed for ………. conductor
Sl. Description Unit Value guaranteed
by the Bidder
2. Address of Manufacturer
Date: (Signature)……………………………
Place: (Printed Name)……………………….
(Designation)………………………….
( Seal)……………………….
Sheet no. -6 (total no. of pgs 3)
(Sheet to be furnished for Panther eq.)
Bidder's Name……………………………..
Specification No……………………………
GUARANTEED TECHNICAL PARTICULARS OF VIBRATION DAMPER FOR OFFERED
TECHNOLOGY HTLS CONDUCTOR proposed for ……… conductor
Sl. Description Unit Value guaranteed
by the Bidder
2. Address of Manufacturer
3 Drawing enclosed
Right Left
6. Diameter of each damper mass mm ……… ……….
Right
16. Resonance frequencies
(a) First frequency Hz ……… ……
(b) Second frequency Hz ……… ……
17 Designed clamping torque Kg-m ………………
Rs. 152,600/-
Offered technology
(Rupees One Hundred Fifty
1 HTLS Conductor
Two Thousand Six Hundred
(equivalent to Panther)
only)
3.0 If the aforementioned guarantees are not established at factory tests, then the Purchaser at his
discretion may reject or accept the equipment after assessing the liquidated damages as per table
above against the Contract and such amounts shall be deducted from the Contract Price or
otherwise recovered from the Contractor.
Signature..............................
Name : ....................................
Designation:...........................
Company seal:...............................
ANNEXURE - XXIV
................................................ ................................................................
(Name in Block Letter) (Name)
Dear Sir,
Whereas. U.P.Power Transmission Corporation Ltd, with its Registered Office at Shakti Bhawan,
14-Ashok Marg , Lucknow-226001 (hereinafter referred to be as the ‘ ’), having invited
bids for (Name of the package & Specification No.)
, in response to which M/s._ (Name of the
Bidder), with its Registered office at _ (Full
) are submitting the bid vide ref
date_ (hereinafter called the ‘Bid’).
We, (Name of the Core supplier) with its Registered Office at_
(Full Address (hereinafter referred to as the ‘Core Supplier’, which expression
shall unless repugnant to the context and meaning therefore include its successor, administrator, executor
and permitted assigns)do hereby undertake in the event of award of the Contract to supply required
quantity of HTLS core for supply of HTLS conductor covered under the scope of the Contract,
fulfilling all the requirements and construction schedule agreed under the Contract.
Signed on this day of 20... at_
(Signature)
Authorized signatory on behalf of M/s_ (Name)
(Designation)
Note: Separate undertaking to be provided in case of more than one core supplier proposed.
ANNEXURE - XXVI
PROFORMA OF UNDERTAKING BY THE PROPOSED AGENCY/ SUB CONTRACTOR
FOR DESTRINGING, STRINGING/ INSTALLATION WORKS
(On Non-Judicial Stamp Paper of appropriate value, wherever applicable)
To,
Superintending Engineer,
Electricity Transmission Design Circle
U.P.Power Transmission Corporation Ltd,
10 t h Floor,Shakti Bhawan Extension,
14-Ashok Marg ,
Lucknow-226001
Dear Sir,
Whereas. U.P.Power Transmission Corporation Ltd, with its Registered Office at Shakti Bhawan,
14-Ashok Marg , Lucknow-226001 (hereinafter referred to be as the ‘’), having invited bids for
(Name of the package & Specification
No.) , in response to which M/s._ (Name
of the
Bidder), with its Registered office at _ (Full
Address
) are submitting the bid vide ref
date_ (hereinafter called the ‘Bid’).
To
Sir,
WHEREAS, Messers ------------------------- a company incorporated under the Indian Companies
Act, it’s registered offices at -------------------------a firm registered under the Indian Partnership Act and
having its business office at -----------------. Sri …………………son of -------------------- resident of -----------
--------------carrying on business under the firm's name and style of Messers ------------------------- at --------
----------------- / Sri------------------------- son of -------------------------resident of -------------------------at -----------
----- / Sri -------------------------son of ------------------------- resident of ------------------------- / Sri -------------------
------ son of -------------------------resident of --------------- / Sri-------------------------son of -------------------------
resident of -----------------of--------partners carrying on business under the firm's name and style of
Messer -------------------------at-------------------------which is a registered partnership (hereinafter called
“The Bidder”) has/have in response to your Tender Notice against specification number--------- for -------
------offered to supply and/or execute the works contained in the Bidder's letter no------------------------.
AND WHEREAS the Bidder is required to furnish you a bank guarantee for the sum of Rs.-------
------------------as special earnest money against the tender's offer as aforesaid.
NOW THEREFORE in consideration of the promises We, the undersigned, hereby convenant that
the aforesaid tender of the Bidder shall remain open for acceptance by you during the period of validity
as mentioned in the tender or any extension there of as you and the Bidder may subsequently agree
and if the Bidder shall, for any reason back out, whether expressly or impliedly, from his said tender
during the period of its validity or any extension thereof as aforesaid we hereby guarantee to you the
payment of the sum of Rs.-------------------------on demand, notwithstanding the existence of any dispute
between the UP Power Transmission Corporation Ltd, and the Bidder in this regard AND We hereby
agree as follows:
a. That you may without affecting this guarantee grant time or other indulgence to or negotiate further
with the Bidder in regard to the conditions contained in the said tender and hereby modify these
conditions or add there to any further conditions as may be mutually agreed upon between you and
the Bidder.
b. That the guarantee herein before contained shall not be affected by any change in the constitution of
our Bank or in the constitution of the Bidder.
c. That any account settled between you and the Bidder shall be conclusive evidence against us of the
amount due here under and shall not be questioned by us.
d. That this guarantee commences from the date hereof and shall remain in force upto 03 months from
date of opening of tender or till the Bidder, if his tender is accepted by you, accepts the LOI or
furnishes the security as required under the said specifications, as therein provided whichever is
later
e. That the expressions “Bidder” and “The Bank” and “The UP Power Transmission Corporation Ltd.”
herein used shall, unless such interpretation is repugnant to the subject or context, include their
respective successors and assigns.
Yours faithfully
Section-8
OTHER CONDITIONS OF CONTRACT (OCC)
TABLE OF CLAUSES
Preamble
A. Definitions and Interpretation
1. Definitions
2. Interpretation
B. Subject Matter of Contract
3. Scope of Supply
4. Time for Commencement and Completion
5. Contractor’s Responsibilities
6. Employer’s Responsibilities
C. Payment
7. Contract Price
8. Terms of Payment
9. Securities
10. Taxes and Duties
D. Intellectual Property
11. Copy Right
12. Confidential Information
E. Execution of the Facilities
13. Representatives
14. Work Program
15. Subcontracting
16. Design and Engineering
17. Plant and Equipment
18. Installation
19. Test and Inspection
20. Completion of the Facilities and Operational Acceptance
15. Subcontracting
15.1 The corresponding Appendix (List of Approved Subcontractors) to the Contract Agreement
specifies major items of supply or services and a list of approved Subcontractors against
each item, including vendors. Insofar as no Subcontractors are listed against any such item,
the Contractor shall prepare a list of Subcontractors for such item for inclusion in such list.
The Contractor may from time to time propose any addition to or deletion from any such
list. The Contractor shall submit any such list or any modification thereto to the Employer
for its approval in sufficient time so as not to impede the progress of work on the Facilities.
Such approval by the Employer for any of the Subcontractors shall not relieve the
Contractor from any of its obligations, duties or responsibilities under the Contract.
15.2 The Contractor shall select and employ its Subcontractors for such major items from those
listed in the lists referred to in OCC Sub-Clause 15.1.
15.3 For items or parts of the Facilities not specified in the corresponding Appendix (List of
Approved Subcontractors) to the Contract Agreement for Supply Contract(s), the Contractor
may employ such Subcontractors as it may select, at its discretion.
16. Design and Engineering
16.1 Specifications and Drawings
16.1.1 The Contractor shall execute the basic and detailed design and the engineering work in
compliance with the provisions of the Contract, or where not so specified, in accordance
with good engineering practice.
The Contractor shall be responsible for any discrepancies, errors or omissions in the
specifications, drawings and other technical documents that it has prepared, whether such
specifications, drawings and other documents have been approved by the Project Manager
or not, provided that such discrepancies, errors or omissions are not because of inaccurate
information furnished in writing to the Contractor by or on behalf of the Employer.
16.1.2 The Contractor shall be entitled to disclaim responsibility for any design, data, drawing,
specification or other document, or any modification thereof provided or designated by or
on behalf of the Employer, by giving a notice of such disclaimer to the Project Manager.
16.2 Codes and Standards
Wherever references are made in the Contract to codes and standards in accordance with
which the Contract shall be executed, the edition or the revised version of such codes and
standards current at the date twenty-eight (28) days prior to date of bid submission shall
apply unless otherwise specified. During Contract execution, any changes in such codes and
standards shall be applied after approval by the Employer and shall be treated in accordance
with OCC Clause 33.
16.3 Approval/Review of Technical Documents
16.3.1 The Contractor shall prepare (or cause its Subcontractors to prepare) and furnish to the
Project Manager the documents listed in Appendix-7 (List of Documents for Approval or
Review) to the Contract Agreement for its approval or review as specified and as in
accordance with the requirements of OCC Sub-Clause 14.2 (Program of Performance).
Any part of the Facilities covered by or related to the documents to be approved by the
Project Manager shall be executed only after the Project Manager's approval thereof.
OCC Sub-Clauses 16.3.2 through 16.3.7 shall apply to those documents requiring the
Project Manager's approval, but not to those furnished to the Project Manager for its review
only.
16.3.2 Within twenty one (21) days after receipt by the Project Manager of any document requiring
the Project Manager's approval in accordance with OCC Sub-Clause 16.3.1, the Project
Manager shall either return one copy thereof to the Contractor with its approval endorsed
thereon or shall notify the Contractor in writing of its disapproval thereof and the reasons
therefor and the modifications that the Project Manager proposes.
16.3.3 The Project Manager shall not disapprove any document, except on the grounds that the
document does not comply with some specified provision of the Contract or that it is
contrary to good engineering practice.
16.3.4 If the Project Manager disapproves the document, the Contractor shall modify the document
and resubmit it for the Project Manager's approval in accordance with OCC Sub-Clause
16.3.2. If the Project Manager approves the document subject to modification(s), the
Contractor shall make the required modification(s), and upon resubmission with the required
modifications the document shall be deemed to have been approved.
The procedure for submission of the documents by the Contractor and their approval by the
Project Manager shall be discussed and finalized with the Contractor.
16.3.5 If any dispute or difference occurs between the Employer and the Contractor in connection
with or arising out of the disapproval by the Project Manager of any document and/or any
modification(s) thereto that cannot be settled between the parties within a reasonable period,
then such dispute or difference may be referred to an Arbitrator for determination in
accordance with OCC Sub-Clause 39 hereof. If such dispute or difference is referred to an
Arbitrator, the Project Manager shall give instructions as to whether and if so, how,
performance of the Contract is to proceed. The Contractor shall proceed with the Contract in
accordance with the Project Manager’s instructions, provided that if the Arbitrator upholds
the Contractor’s view on the dispute and if the Employer has not given notice under OCC
Sub-Clause 39 hereof, then the Contractor shall be reimbursed by the Employer for any
additional costs incurred by reason of such instructions and shall be relieved of such
responsibility or liability in connection with the dispute and the execution of the instructions
as the Arbitrator shall decide, and the Time for Completion shall be extended accordingly.
16.3.6 The Project Manager’s approval, with or without modification of the document furnished by
the Contractor, shall not relieve the Contractor of any responsibility or liability imposed
upon it by any provisions of the Contract except to the extent that any subsequent failure
results from modifications required by the Project Manager.
16.3.7 The Contractor shall not depart from any approved document unless the Contractor has first
submitted to the Project Manager an amended document and obtained the Project Manager’s
approval thereof, pursuant to the provisions of this OCC Sub-Clause 16.3. If the Project
Manager requests any change in any already approved document and/or in any document
based thereon, the provisions of OCC Clause 33 shall apply to such request.
17. Plant and Equipment
17.1 Subject to OCC Sub-Clause 10.2, the Contractor shall manufacture or procure and transport
all the Plant and Equipment in an expeditious and orderly manner to the Site.
17.2 Employer-Supplied Plant, Equipment, and Materials
If the corresponding Scope of Works and Supply by the Employer) to the Contract
Agreement provides that the Employer shall furnish any specific items of machinery,
equipment or materials to the Contractor, the following provisions shall apply:
17.2.1 The Employer shall, at its own risk and expense, transport each item to the place on or near
the Site as agreed upon by the parties and make such item available to the Contractor at the
time specified in the program furnished by the Contractor, pursuant to OCC Sub-Clause
14.2, unless otherwise mutually agreed.
17.2.2 The equipment & materials to be furnished by the Employer shall be supplied to the
Contractor at the depots established by the Contractor or the Employer. The Lorry Receipts
for the materials will be handed over to the Contractor by the representative of the Employer
as and when the same are received. The Contractor shall be responsible for taking delivery
of these materials from the railways/road transporter, unloading them from the transporter,
carting them to different stores built by him for the purpose, the unloading and cartage being
at the cost of the Contractor. However, any octroi or toll tax if legally payable by the
Contractor shall be reimbursed to him at actuals, subject to production of documentary
evidence. All wharfage and demurrage charges incurred due to delay in taking delivery will
be to the Contractor’s account, except those due to reasons beyond his control in which case
the Contractor shall immediately intimate the Engineer for settling the claims. The
Contractor shall be responsible for proper handling and storage of these materials from the
time of receipt upto the time of Taking Over of the Facilities by the Employer.
17.2.3 Yards and store provided by the Contractor for stacking and storage of materials shall be
open for inspection by the Employer as and when required. The cost of handling and storage
shall be to the Contractor’s account.
17.2.4 Upon receipt of such item, the Contractor shall inspect the same visually and notify the
Project Manager of any detected shortage, defect or default. For the material being arranged
by the Employer and supplied to the Contractor for erection, are received short, broken or
damaged, an entry shall be made in the delivery register of the railway authorities/road
transporter as far as possible and a report of the same giving full details of shortage and
damages along with a copy of report entered in the delivery register of the road
transporter/railways shall be submitted by the Contractor to the Project Manager and
Employer’s consignee immediately. The Employer shall immediately remedy any shortage,
defect or default, or the Contractor shall, if practicable and possible, at the request of the
Employer, remedy such shortage, defect or default at the Employer’s cost and expense.
After inspection, such item shall fall under the care, custody and control of the Contractor.
The provision of this OCC Sub-Clause 17.2.4 shall apply to any item supplied to remedy
any such shortage or default or to substitute for any defective item, or shall apply to
defective items that have been repaired.
17.2.5 The foregoing responsibilities of the Contractor and its obligations of care, custody and
control shall not relieve the Employer of liability for any undetected shortage, defect or
default, nor place the Contractor under any liability for any such shortage, defect or default
whether under OCC Clause 22 or under any other provision of Contract.
17.3 Transportation
17.3.1 The Contractor shall at its own risk and expense transport all the Plant and Equipment and
the Contractor’s Equipment to the Site by the mode of transport that the Contractor judges
most suitable under all the circumstances.
17.3.2 Unless otherwise provided in the Contract, the Contractor shall be entitled to select any safe
mode of transport operated by any person to carry the Plant and Equipment and the
Contractor’s Equipment.
17.3.3 Upon dispatch of each shipment of the Plant and Equipment and the Contractor’s
Equipment, the Contractor shall notify the Employer by telex, facsimile or Electronic Data
Interchange (EDI) of the description of the Plant and Equipment and of the Contractor’s
Equipment, the point and means of dispatch, and the estimated time and point of arrival in
the country where the Site is located, if applicable, and at the Site. The Contractor shall
furnish the Employer with relevant shipping documents to be agreed upon between the
parties.
17.3.4 The Contractor shall be responsible for obtaining, if necessary, approvals from the
authorities for transportation of the Plant and Equipment and the Contractor’s Equipment to
the Site. The Employer shall use its best endeavors in a timely and expeditious manner to
assist the Contractor in obtaining such approvals, if requested by the Contractor. The
Contractor shall indemnify and hold harmless the Employer from and against any claim for
damage to roads, bridges or any other traffic facilities that may be caused by the transport of
the Plant and Equipment and the Contractor’s Equipment to the Site.
17.4 Delivery and Documents
17.4.1 Delivery Documents
Upon shipment, the Contractor shall notify the Employer with full details of the dispatch
and shall furnish the documents as specified in the Contract Agreement
17.4.2 Packing
17.4.2.1 The Contractor shall provide such packing of the Plants and equipments as it is required to
prevent their damage or deterioration during transit to their final destination as indicated in
the Contract. The packing shall be sufficient to withstand, without limitation, rough
handling during transit and exposure to extreme temperatures, salt and precipitation during
transit and open storage. Packing case size and weights shall take into consideration, where
appropriate, the remoteness of the Plants and equipments final destination and the absence
of heavy handling facilities at all points in transit.
17.4.2.2 The packing, marking and documentation within and outside the packages shall comply
strictly with such special requirements as shall be expressly provided for in the Contract
and, subject to any subsequent instruction ordered by the Employer consistent with the
requirements of the Contract.
18. Installation
18.1 Setting Out/Supervision/Labor
18.1.1 Bench Mark: The Contractor shall be responsible for the true and proper setting-out of the
Facilities in relation to bench marks, reference marks and lines provided to it in writing by
or on behalf of the Employer.
If, at any time during the progress of installation of the Facilities, any error shall appear in
the position, level or alignment of the Facilities, the Contractor shall forthwith notify the
Project Manager of such error and, at its own expense, immediately rectify such error to the
reasonable satisfaction of the Project Manager. If such error is based on incorrect data
provided in writing by or on behalf of the Employer, the expense of rectifying the same shall
be borne by the Employer.
18.1.2 Contractor’s Supervision: The Contractor shall give or provide all necessary
superintendence during the installation of the Facilities, and the Construction Manager or its
deputy shall be constantly on the Site to provide full-time superintendence of the
installation. The Contractor shall provide and employ only technical personnel who are
skilled and experienced in their respective callings and supervisory staff who are competent
to adequately supervise the work at hand.
18.1.3 Labor:
(a) The Contractor shall provide and employ on the Site in the installation of the Facilities
such skilled, semi-skilled and unskilled labor as is necessary for the proper and timely
execution of the Contract. The Contractor is encouraged to use local labor that has the
necessary skills.
(b) Unless otherwise provided in the Contract, the Contractor at its own expense shall be
responsible for the recruitment, transportation, accommodation and catering of all
labor, local or expatriate, required for the execution of the Contract and for all
payments in connection therewith.
(c) The Contractor shall at all times during the progress of the Contract use its best
endeavors to prevent any unlawful, riotous or disorderly conduct or behavior by or
amongst its employees and the labor of its Subcontractors.
(d) The Contractor shall, in all dealings with its labor and the labor of its Subcontractors
currently employed on or connected with the Contract, pay due regard to all
recognized festivals, official holidays, religious or other customs and all local laws
and regulations pertaining to the employment of labor.
18.2 Contractor’s Equipment
18.2.1 All Contractor’s Equipment brought by the Contractor onto the Site shall be deemed to be
intended to be used exclusively for the execution of the Contract. The Contractor shall not
remove the same from the Site without the Project Manager’s consent that such Contractor’s
Equipment is no longer required for the execution of the Contract.
18.2.2 Unless otherwise specified in the Contract, upon completion of the Facilities, the Contractor
shall remove from the Site all Equipment brought by the Contractor onto the Site and any
surplus materials remaining thereon.
18.2.3 The Employer will, if requested, use its best endeavors to assist the Contractor in
obtaining any local, state or national government permission required by the Contractor for
the export of the Contractor’s Equipment imported by the Contractor for use in the
execution of the Contract that is no longer required for the execution of the Contract.
18.3 Site Regulations and Safety
The Employer and the Contractor shall establish Site regulations setting out the rules to be
observed in the execution of the Contract at the Site and shall comply therewith. The
Contractor shall prepare and submit to the Employer, with a copy to the Project Manager,
proposed Site regulations for the Employer’s approval, which approval shall not be
unreasonably withheld.
Such Site regulations shall include, but shall not be limited to, rules in respect of security,
safety of the Facilities, gate control, sanitation, medical care, and fire prevention.
18.3.1 Compliance with Labour Regulations
18.3.1.1 During continuance of the contract, the Contractor and his sub-contractors shall abide at all
times by all applicable existing labour enactments and rules made thereunder, regulations
notifications and byelaws of the State or Central Government or local authority and any
other labour law (including rules), regulations bye laws that may be passed or notification
that may be issued under any labour law in future either by the State or the Central
Government or the local authority. The employees of the Contractor and the Sub-contractor
in no case shall be treated as the employees of the Employer at any point of time.
18.3.1.2 The Contractor shall keep the Employer indemnified in case any action is taken against the
Employer by the competent authority on account of contravention of any of the provisions
of any Act or rules made thereunder, regulations or notifications including amendments.
18.3.1.3 If the Employer is caused to pay under any law as principal employer such amounts as may
be necessary to cause or observe, or for non observance of the provisions stipulated in the
notifications/ byelaws/Acts/ Rules/regulations including amendments, if any, on the part of
the Contractor, the Employer shall have the right to deduct any money due to the Contractor
under this contract or any other contract with the employer including his amount of
performance security for adjusting the aforesaid payment. The Employer shall also have
right to recover from the Contractor any sum required or estimated to be required for
making good the loss or damage suffered by the Employer.
Notwithstanding the above, the Contractor shall furnish to the Employer the
details/documents evidencing the Contractor’s compliance to the laws applicable to
establishments engaged in building and other construction works, as may be sought by the
Employer. In particular the Contractor shall submit quarterly certificate regarding
compliance in respect of provisions of Employees’ Provident Fund and Misc. Provisions
Act 1952 to the Employer.
18.3.1.4 Salient features of some major laws applicable to establishments engaged in building and
other construction works:
(a) Workmen Compensation Act 1923: The Act provides for compensation in case of
injury by accident arising out of and during the course of employment.
(b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on
satisfaction of certain conditions on separation if an employee has completed 5 years
service or more or on death at the rate of 15 days wages for every completed year of
service. The Act is applicable to all establishments employing 10 or more employees.
(c) Employee P.F. and Miscellaneous Provision Act 1952: The Act provides for monthly
contribution by the employer plus workers @10% or 8.33%. The benefits under the
Act are:
(i) Pension or family pension on retirement or death, as the case may be.
(ii) Deposit linked insurance on death in harness of the worker.
(iii) Payment of P.F. accumulation on retirement/death etc.
(d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to
women employees in case of confinement or miscarriage etc.
(e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain
welfare measures to be provided by the Contractor to contract labour and in case the
Contractor fails to provide, the same are required to be provided, by the Principal
Employer by law. The Principal Employer is required to take Certification of
Registration and the Contractor is required to take license from the designated Officer.
The Act is applicable to the establishments or Contractor of Principal Employer if
they employ 20 or more labour contract labour.
(f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the
Minimum Wages fixed by appropriate Government as per provision of the Act if the
employment is a scheduled employment. Construction of Buildings, Roads, Runways
are scheduled employments.
(g) Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid,
when it will be paid and what deductions can be made from the wages of the workers.
(h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for
work of equal nature to Male and Female workers and for not making discrimination
against Female employees in the matters of transfers, training and promotions etc.
(i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20
or more employees. The Act provides for payments of annual bonus subject to a
minimum of 8.33% of wages and maximum of 20% of wages to employees drawing
Rs. 3500/- per month or less. The bonus is to be paid to employees getting Rs. 2500/-
per month or above upto Rs. 3500/- per month shall be worked out by taking wages as
Rs. 2500/- per month only. The Act does not apply to certain establishments. The
newly set-up establishments are exempted for five years in certain circumstances.
Some of the State Governments have reduced the employment size from 20 to 10 for
the purpose of applicability of this Act.
(j) Industrial Dispute Act 1947: the Act lays down the machinery the procedure for
resolution of Industrial disputes, in what situations a strike or lock-out becomes illegal
and what are the requirements for laying off or retrenching the employees or closing
down the establishment.
(k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all
establishments employing 100 or more workmen (employment size reduced by some
of the States and Central Government to 50). The Act provides for laying down rules
governing the conditions of employment by the Employer on matters provided in the
Act and get the same certified by the designated Authority.
(l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade
unions of workmen and employers. The Trade Unions registered under the Act have
been given certain immunities from civil and criminal liabilities.
(m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of
children below 14 years of age in certain occupations and processes and provides for
regulation of employment of children in all other occupations and processes.
Employment of Child Labour is prohibited in Building and Construction Industry.
(n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service
Act 1979: The Act is applicable to an establishment which employs 5 or more inter-
state migrant workmen through an intermediary (who has recruited workmen in one
state for employment in the establishment situated in another state). The Inter-State
migrant workmen, in an establishment to which this Act becomes applicable, are
required to be provided certain facilities such as housing, medical aid, traveling
expenses from home upto the establishment and back, etc.
(o) The Building and Other Construction workers (Regulation of Employment and
Conditions of Service) Act 1996 and the Cess Act of 1996 : All the establishments
who carry on any building or other construction work and employ 10 or more workers
are covered under this Act. All such establishments are required to pay cess at the rate
not exceeding 2% of the cost of construction as may be modified by the Government.
The Employer of the establishment is required to provide safety measures at the
Building or construction work and other welfare measures, such as Canteens, First-
Aid facilities, Ambulance, Housing accommodations for workers near the work place
etc. The Employer to whom the Act applies has to obtain a registration certificate
from the Registering Officer appointed by the government.
(p) Factories Act 1948: The Act lays down the procedure for approval at plans before
setting up a factory, health and safety provisions, welfare provisions, working hours,
annual earned leave and rendering information regarding accidents or dangerous
occurrences to designated authorities. It is applicable to premises employing 10
persons or more with aid of power or 20 or more persons without the aid of power
engaged in manufacturing process.
Parameter to be taken
Sl. Value of F in Indian Rupees (applicable
for applying
Item for Average Ohmic Loss) of parameter
No. differential price
differential per KW
factor (F)
Differential losses Rs. 152,600/-
HTLS
1. (kW) (i.e. Average (Rupees One Hundred Fifty Two Thousand
Conductor
Ohmic Loss) Six Hundred only)
The amount of liquidated damages so recoverable shall be as per the aforesaid ceiling and shall
not prejudice the Supplier's other liabilities under the Contract in any manner. The liquidated
damages for shortfall in guaranteed parameters and for delay in completion are independent of
each other and shall be levied separately and concurrently.
24.3 In case the Employer exercises its option to reject the equipment, the Contractor shall at its cost
and expense make such changes, modifications and/or additions to the equipment or any part
thereof as may be necessary to meet the specified guarantees. The Contractor shall notify the
Employer upon completion of the necessary changes, modifications and/or additions, and shall
request the Employer to repeat the Test until the level of the specified guarantee has been met.
24.4 Whenever the Employer exercises its option to accept the equipment after levy of liquidated
damages, the payment of liquidated damages under OCC Sub-Clause 24.2, upto the limitation of
liability specified in the tender document, shall completely satisfy the Contractor’s guarantees
under OCC Sub-Clause 24.2, and the Contractor shall have no further liability whatsoever to the
Employer in respect thereof.
25. Patent Indemnity
25.1 The Contractor shall, subject to the Employer’s compliance with OCC Sub-Clause 25.2,
indemnify and hold harmless the Employer and its employees and officers from and against
any and all suits, actions or administrative proceedings, claims, demands, losses, damages,
costs, and expenses of whatsoever nature, including attorney’s fees and expenses, which the
Employer may suffer as a result of any infringement or alleged infringement of any patent,
utility model, registered design, trademark, copyright or other intellectual property right
registered or otherwise existing at the date of the Contract by reason of: (a) the installation
of the Facilities by the Contractor or the use of the Facilities in the country where the Site is
located; and (b) the sale of the products produced by the Facilities in any country.
Such indemnity shall not cover any use of the Facilities or any part thereof other than for the
purpose indicated by or to be reasonably inferred from the Contract, any infringement
resulting from the use of the Facilities or any part thereof, or any products produced thereby
in association or combination with any other equipment, plant or materials not supplied by
the Contractor, pursuant to the Contract Agreement.
25.2 If any proceedings are brought or any claim is made against the Employer arising out of the
matters referred to in OCC Sub-Clause 25.1, the Employer shall promptly give the
Contractor a notice thereof, and the Contractor may at its own expense and in the
Employer’s name conduct such proceedings or claim and any negotiations for the settlement
of any such proceedings or claim. If the Contractor fails to notify the Employer within
twenty-eight (28) days after receipt of such notice that it intends to conduct any such
proceedings or claim, then the Employer shall be free to conduct the same on its own behalf.
Unless the Contractor has so failed to notify the Employer within the twenty-eight (28) day
period, the Employer shall make no admission that may be prejudicial to the defense of any
such proceedings or claim.
The Employer shall, at the Contractor’s request, afford all available assistance to the
Contractor in conducting such proceedings or claim, and shall be reimbursed by the
Contractor for all reasonable expenses incurred in so doing.
25.3 The Employer shall indemnify and hold harmless the Contractor and its employees, officers
and Subcontractors from and against any and all suits, actions or administrative proceedings,
claims, demands, losses, damages, costs, and expenses of whatsoever nature, including
attorney’s fees and expenses, which the Contractor may suffer as a result of any
infringement or alleged infringement of any patent, utility model, registered design,
trademark, copyright or other intellectual property right registered or otherwise existing at
the date of the Contract arising out of or in connection with any design, data, drawing,
specification, or other documents or materials provided or designed by or on behalf of the
Employer.
26. Limitation of Liability
26.1 Except in cases of gross negligence or willful misconduct,
(a) the Contractor and the Employer shall not be liable to the other party for any indirect
or consequential loss or damage, loss of use, loss of production, or loss of profits or
interest costs, provided that this exclusion shall not apply to any obligation of the
Contractor to pay liquidated damages to the Employer and
(b) the aggregate liability of the Contractor to the Employer, whether under the Contract,
in tort or otherwise, shall not exceed the total Contract Price, provided that this
limitation shall not apply to the cost of repairing or replacing defective equipment, or
to any obligation of the Contractor to indemnify the Employer with respect to patent
infringement.
G. Risk Distribution
27. Transfer of Ownership
27.1 Ownership of the Plant and Equipment (including spare parts) to be imported into India
shall be transferred to the Employer upon loading on to the mode of transport to be used to
convey the Plant and Equipment from the country of origin to that country and upon
endorsement of the dispatch documents in favour of the Employer.
27.2 Ownership of the Plant and Equipment (including spare parts) procured in India, shall be
transferred to the Employer upon loading on to the mode of transport to be used to carry the
Plant and Equipment from the works to the site and upon endorsement of the despatch
documents in favour of the Employer.
27.3 Ownership of the Contractor’s Equipment used by the Contractor and its Subcontractors in
connection with the Contract shall remain with the Contractor or its Subcontractors.
27.4 Ownership of any Plant and Equipment in excess of the requirements for the Facilities shall
revert to the Contractor upon Completion of the Facilities or at such earlier time when the
Employer and the Contractor agree that the Plant and Equipment in question are no longer
required for the Facilities provided quantity of any Plant and Equipment specifically
stipulated in the Contract shall be the property of the Employer whether or not incorporated
in the Facilities.
27.5 Notwithstanding the transfer of ownership of the Plant and Equipment, the responsibility for
care and custody thereof together with the risk of loss or damage thereto shall remain with
the Contractor pursuant to OCC Clause 28 (Care of Facilities) hereof until Completion of
the Facilities and Taking Over pursuant to OCC Clause 20 or the part thereof, if any, as per
OCC Sub-Clause 1.1(e) in which such Plant and Equipment are incorporated.
28. Care of Facilities
28.1 The Contractor shall be responsible for the care and custody of the Facilities or any part
thereof until the date of Taking Over Certificate pursuant to OCC Clause 20 or, where the
Contract provides for Completion of the Facilities in parts, until the date of Completion of
the relevant part, and shall make good at its own cost any loss or damage that may occur to
the Facilities or the relevant part thereof from any cause whatsoever during such period. The
Contractor shall also be responsible for any loss or damage to the Facilities caused by the
Contractor or its Subcontractors in the course of any work carried out, pursuant to OCC
Clause 22. Notwithstanding the foregoing, the Contractor shall not be liable for any loss or
damage to the Facilities or that part thereof caused by any use or occupation by the
Employer or any third party (other than a Subcontractor) authorized by the Employer of any
part of the Facilities.
29. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification
29.1 The Contractor shall indemnify and hold harmless the Employer and its employees and
officers from and against any and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of whatsoever nature, including attorney’s
fees and expenses, in respect of the death or injury of any person or loss of or damage to any
property (other than the Facilities whether accepted or not), arising in connection with the
supply and installation of the Facilities and by reason of the negligence of the Contractor or
its Subcontractors, or their employees, officers or agents, except any injury, death or
property damage caused by the negligence of the Employer, its contractors, employees,
officers or agents.
29.2 If any proceedings are brought or any claim is made against the Employer that might subject
the Contractor to liability under OCC Sub-Clause 29.1, the Employer shall promptly give
the Contractor a notice thereof and the Contractor may at its own expense and in the
Employer’s name conduct such proceedings or claim and any negotiations for the settlement
of any such proceedings or claim.
If the Contractor fails to notify the Employer within twenty-eight (28) days after receipt of
such notice that it intends to conduct any such proceedings or claim, then the Employer shall
be free to conduct the same on its own behalf. Unless the Contractor has so failed to notify
the Employer within the twenty-eight (28) day period, the Employer shall make no
admission that may be prejudicial to the defense of any such proceedings or claim.
The Employer shall, at the Contractor’s request, afford all available assistance to the
Contractor in conducting such proceedings or claim, and shall be reimbursed by the
Contractor for all reasonable expenses incurred in so doing.
29.3 Notwithstanding anything in this Contract to the contrary, it is agreed that neither the
Contractor nor the Employer shall be liable to the other party for loss of production, loss of
profit, loss of use or any other indirect or consequential damages.
30. Insurance
30.1 To the extent specified in the corresponding Appendix-3 (Insurance Requirements) to the
Contract Agreement, the Contractor shall at its expense take out and maintain in effect, or
cause to be taken out and maintained in effect, during the performance of the Contract, the
insurances set forth below in the sums and with the deductibles and other conditions
specified in the said Appendix. The identity of the insurers and the form of the policies shall
be subject to the approval of the Employer, who should not unreasonably withhold such
approval.
(a) Marine Cargo Policy/Transit Insurance Policy:
(I)(i) Marine Cargo policy for imported equipment
The Contractor shall take the Marine Cargo Policy for Plant and Equipment
including Mandatory Spares to be supplied from abroad wherein
export/import including inland transit is involved for the movement of the
Plant and Equipment including mandatory Spares. The policy shall cover
movement of Plant and Equipment including mandatory Spares from the
manufacturer’s works to the project’s warehouse at final destination site. The
policy shall cover all risk for loss or damage that may occur during transit of
Plant and Equipment including mandatory Spares from the Contractor/sub-
Contractor’s works or stores until arrival at project’s warehouse/ store at final
destination. Institute Cargo Clause (ICC) ‘A’ along with war & Strike Riots &
Civil Commotion (SRCC) cover shall be taken.
(I)(ii) Transit Insurance Policy for indigenous equipment
Similarly, Transit Insurance Policy shall be taken wherein only inland transit
is involved for the movement of Plant and Equipment including mandatory
Spares supplied from within India. The policy shall cover movement of Plant
and Equipment including mandatory Spares from the manufacturer’s works to
the project’s warehouse at final destination site. Inland Transit Clause (ITC)
‘A’ along with war & Strike Riots & Civil Commotion (SRCC) extension
cover shall be taken.
II) If during the execution of Contract, the Employer requests the Contractor to
take any other add-on cover(s)/ supplementary cover(s) in aforesaid
insurance, in such a case, the Contractor shall promptly take such add-on
cover(s)/ supplementary cover(s) and the charges towards such premium for
such add-on cover(s)/ supplementary cover(s) shall be reimbursed to the
Contractor on submission documentary evidence of payment to the Insurance
company. Therefore, charges towards premium for such add-on cover(s)/
supplementary cover(s) are not included in the Contract Price.
III) The Contractor shall take the policy in the joint names of Employer and the
Contractor. The policy shall indicate the Employer as the beneficiary.
However, if the Contractor is having an open policy for its line of business, it
should obtain an endorsement of the open cover policy from the insurance
company indicating that the dispatches against this Contract are duly covered
under its open policy and include the name of the Employer as jointly Insured
in the endorsements to the open policy.
(b) Erection All Risk Policy/Contractor All Risk Policy:
(I) The policy should cover all physical loss or damage to the facility at site
during storage, erection and commissioning covering all the perils as provided
in the policy as a basic cover and the add on covers as mentioned at Sl. No.
(III) below.
(II) The Contractor shall take the policy in the joint name of Employer and the
Contractor. All these policies shall indicate Employer as the beneficiary. The
policy shall be kept valid till the date of the Operational Acceptance of the
project and the period of the coverage shall be determined with the approval
of the Employer.
If the work is completed earlier than the period of policy considered, the
Contractor shall obtain the refund as per provisions of the policy and pass on
the benefit to Employer. In case no refund is payable by the insurance
company then the certificate to that effect shall be submitted to Employer at
the completion of the project.
(III) The following add-on covers shall also be taken by the Contractor:
i) Earthquake
ii) Terrorism
iii) Escalation cost (approximately @10% of sum insured on annual basis)
iv) Extended Maintenance cover for Defect Liability Period
v) Design Defect
vi) Other add-on covers viz., 50-50 clause, 72 hours clause, loss
minimization clause, waiver of subrogation clause (for projects of more
than 100 crores, cover for offsite storage/fabrication (over 100 crores).
(IV) Third Party Liability cover with cross Liability within Geographical limits of
India as on ADD-on cover to the basic EAR cover:
The third party liability add-on cover shall cover bodily injury or death
suffered by third parties (including the Employer’s personnel) and loss of or
damage to property (including the Employer’s property and any parts of the
Facilities which have been accepted by the Employer) occurring in connection
with supply and installation of the Facilities.
(V) As per para 30.8 below, the cost of insurance premium is to be reimbursed to
the Contractor for Owner Supplied Materials (OSM) for which the insurer is
to be finalized by the Contractor as detailed therein. Alternatively, the
Contractor may take a single policy covering the entire cost of the project
including the cost of OSM. For this purpose, the Contractor shall submit
documentary evidence for the premium paid for the entire project to the
Employer and Employer shall reimburse to the Contractor the proportion of
premium equal to value of OSM to total sum insured.
(VI) If during the execution of Contract, the Employer requests the Contractor to
take any other add-on cover(s)/ supplementary cover(s) in aforesaid
insurance, in such a case, the Contractor shall promptly take such add-on
cover(s)/ supplementary cover(s) and the charges towards such premium for
such add-on cover(s)/ supplementary cover(s) shall be reimbursed to the
Contractor on submission documentary evidence of payment to the Insurance
company. Therefore, charges towards premium for such add-on cover(s)/
supplementary cover(s) are not included in the Contract Price.
(c) Automobile Liability Insurance
The Contractor shall ensure that all the vehicles deployed by the Contractor or its
Subcontractors (whether or not owned by them) in connection with the supply and
installation of the Facilities in the project are duly insured as per RTA act. Further the
Contractor or its Subcontractors may also take comprehensive policy (own damage
plus third party liability) of each individual vehicles deployed in the project on their
own discretion in their own name to protect their own interest.
(d) Workmen Compensation Policy:
(I) Workmen Compensation Policy shall be taken by the Contractor in
accordance with the statutory requirement applicable in India. The Contractor
shall ensure that all the workmen employed by the Contractor or its
Subcontractors for the project are adequately covered under the policy.
(II) The policy may either be project specific covering all men of the Contractor
and its Subcontractors. The policy shall be kept valid till the date of
Operational Acceptance of the project.
Alternatively, if the Contractor has an existing ‘Workmen Compensation
Policy’ for all its employees including that of the Subcontractor(s), the
Contractor must include the interest of the Employer for this specific Project
in its existing ‘Workmen Compensation Policy’.
(III) Without relieving the Contractor of its obligations and responsibilities under
this Contract, before commencing work the Contractor shall insure against
liability for death of or injury to persons employed by the Contractor
including liability by statute and at common law. The insurance cover shall be
maintained until all work including remedial work is completed including the
Defect Liability Period. The insurance shall be extended to indemnify the
Principal for the Principal’s statutory liability to persons employed by the
Contractor.
The Contractor shall also ensure that each of its Subcontractors shall effect
and maintain insurance on the same basis as the ‘Workmen Compensation
Policy’ effected by the Contractor.
(e) Contractor’s Plant and Machinery (CPM) Insurance
The Employer (including without limitation any consultant, servant, agent or
employee of the Employer) shall not in any circumstances be liable to the Contractor
for any loss of or damage to any of the Contractor’s Equipment or for any losses,
liabilities, costs, claims, actions or demands which the Contractor may incur or which
may be made against it as a result of or in connection with any such loss or damage.
30.2 The Employer shall be named as co-insured under all insurance policies taken out by the
Contractor pursuant to OCC Sub-Clause 30.1, except for the Third Party Liability,
Workmen Compensation Policy Insurances, and the Contractor’s Subcontractors shall be
named as co-insureds under all insurance policies taken out by the Contractor pursuant to
OCC Sub-Clause 30.1 except for the Cargo Insurance During Transport, Workmen
Compensation Policy Insurances. All insurer’s rights of subrogation against such co-
insureds for losses or claims arising out of the performance of the Contract shall be waived
under such policies.
30.3 The Contractor shall, in accordance with the provisions of the corresponding Appendix – 3
(Insurance Requirements) to the Contract Agreement, deliver to the Employer certificates of
insurance (or copies of the insurance policies) as evidence that the required policies are in
full force and effect. The certificates shall provide that no less than twenty-one (21) days’
notice shall be given to the Employer by insurers prior to cancellation or material
modification of a policy.
30.4 The Contractor shall ensure that, where applicable, its Subcontractor(s) shall take out and
maintain in effect adequate insurance policies for their personnel and vehicles and for work
executed by them under the Contract, unless such Subcontractors are covered by the policies
taken out by the Contractor.
30.5 The Employer shall at its expense take out and maintain in effect during the performance of
the Contract those insurances specified in the corresponding Appendix – 3 (Insurance
Requirements) to the Contract Agreement, in the sums and with the deductibles and other
conditions specified in the said Appendix. The Contractor and the Contractor’s
Subcontractors shall be named as co-insureds under all such policies. All insurers’ rights of
subrogation against such co-insureds for losses or claims arising out of the performance of
the Contract shall be waived under such policies. The Employer shall deliver to the
Contractor satisfactory evidence that the required insurances are in full force and effect. The
policies shall provide that not less than twenty-one (21) days’ notice shall be given to the
Contractor by all insurers prior to any cancellation or material modification of the policies.
If so requested by the Contractor, the Employer shall provide copies of the policies taken
out by the Employer under this OCC Sub-Clause 30.5.
30.6 If the Contractor fails to take out and/or maintain in effect the insurances referred to in OCC
Sub-Clause 30.1, the Employer may take out and maintain in effect any such insurances and
may from time to time deduct from any amount due the Contractor under the Contract any
premium that the Employer shall have paid to the insurer, or may otherwise recover such
amount as a debt due from the Contractor. If the Employer fails to take out and/or maintain
in effect the insurances referred to in OCC 30.5, the Contractor may take out and maintain
in effect any such insurances and may from time to time deduct from any amount due the
Employer under the Contract any premium that the Contractor shall have paid to the insurer,
or may otherwise recover such amount as a debt due from the Employer.
30.7 Unless otherwise provided in the Contract, the Contractor shall prepare and conduct all and
any claims made under the policies effected by it pursuant to this OCC Clause 30, and the
monies payable by any insurers under all the insurance except Third Party Liability
Insurance and Workmen Compensation Policy, shall be paid to the joint account of the
Employer and the Contractor as mutually agreed and such amounts paid shall be
apportioned between the Employer and the Contractor in accordance with the respective
responsibilities under the Contract. The Employer shall give to the Contractor all such
reasonable assistance as may be required by the Contractor. With respect to insurance
claims in which the Employer's interest is involved, the Contractor shall not give any release
or make any compromise with the insurer without the prior written consent of the Employer.
With respect to insurance claims in which the Contractor's interest is involved, the Employer
shall not give any release or make any compromise with the insurer without the prior written
consent of the Contractor.
30.8 Further all equipment and materials being supplied by Employer for the erection (as per
Technical Specification) shall be kept insured by the Contractor against any loss, damage,
pilferage, theft, fire, etc. from the point of unloading up to the time of taking over by
Employer including handling, transportation, storage, erection, testing and commissioning
etc. The premium paid to the Insurance company by the Contractor for such insurance shall
be reimbursed by Employer to the Contractor. The Contractor shall obtain competitive
quotation for such insurance and shall take prior approval from Employer before taking the
insurance. The insurable value of the equipment being supplied by Employer shall be
intimated to the Contractor for arranging the insurance.
30.9 It will be the responsibility of the Contractor to lodge, pursue and settle all claims with the
insurance company in case of any damage, loss, theft, pilferage or fire during execution of
Contract and Employer shall be kept informed about it. The Contractor shall replace the
lost/damaged materials promptly irrespective of the settlement of the claims by the
underwriters and ensure that the work progress is as per agreed schedules. The losses, if
any, in such replacement will have to be borne by the Contractor.
31. Change in Laws and Regulations
31.1 If, after the date seven (07) days prior to the date of Bid Opening, any law, regulation,
ordinance, order or by-law having the force of law is enacted, promulgated, abrogated or
changed in India (which shall be deemed to include any change in interpretation or
application by the competent authorities) that subsequently affects the costs and expenses of
the Contractor and/or the Time for Completion, the Contract Price shall be correspondingly
increased or decreased, and/or the Time for Completion shall be reasonably adjusted to the
extent that the Contractor has thereby been affected in the performance of any of its
obligations under the Contract. However, these adjustments would be restricted to direct
transactions between the Employer and the Contractor and not on procurement of raw
materials, intermediary components etc. by the Contractor for which the Employer shall be
the sole judge. Notwithstanding the foregoing, such additional or reduced costs shall not be
separately paid or credited if the same has already been accounted for in the price
adjustment provisions where applicable, in accordance with the the Contract Agreement.
32. Force Majeure
32.1 “Force Majeure” shall mean any event beyond the reasonable control of the Employer or of
the Contractor, as the case may be, and which is unavoidable notwithstanding the reasonable
care of the party affected, and shall include, without limitation, the following:
(a) war, hostilities or warlike operations (whether war be declared or not), invasion, act of
foreign enemy and civil war,
(b) rebellion, revolution, insurrection, mutiny, usurpation of government, conspiracy, riot
and civil commotion,
(c) earthquake, landslide, volcanic activity, flood or cyclone, or other inclement weather
condition, nuclear and pressure waves or other natural or physical disaster,
32.2 Neither party shall be considered to be in default or in breach of his obligations under the
Contract to the extent that performance of such obligation is prevented by any circumstances
of Force majure, which arises after date of Notification of Award.
32.3 If either party is prevented, hindered or delayed from or in performing any of its obligations
under the Contract by an event of Force Majeure, then it shall notify the other in writing of
the occurrence of such event and the circumstances thereof within fourteen (14) days after
the occurrence of such event.
32.4 The party who has given such notice shall be excused from the performance or punctual
performance of its obligations under the Contract for so long as the relevant event of Force
Majeure continues and to the extent that such party’s performance is prevented, hindered or
delayed. The Time for Completion shall be extended in accordance with OCC Clause 34.
In order for a joint venture to qualify, each of its partners or combination of partners must meet
the minimum criteria listed in the Qualification Requirement for the Bidder for an individual
Bidder for the component of the contract they are designated to perform. Failure to comply with
this requirement will result in rejection of the joint venture bid.
A firm can be a partner in only one joint venture; bids submitted by joint ventures including the
same firm as partner will be rejected.
SECTION-II CONDUCTOR
SECTION-I
CONTENTS
Clause No. Description
1.0 General Information and Scope
6.0 Tests
2.1 Requirement for supplier of core of any special material for offered high
temperature low sag (HTLS) conductor.
The Bidder may use Core of any special material which shall be supplied from the qualified
manufacture(s) meeting the following requirements:
(I) The Qualified Manufacturer should have manufactured, tested and supplied at least one
hundred (100)Km of the same type of core as used in the HTLS conductor being offered in
the package. Further, HTLS conductor manufactured from the supplied core of such
manufacturers should have been in satisfactory operation$ for a period of at least any two(2)
year within last 10 years.
OR
(II) In case of indigenous manufacturer of core, Manufacturer should have manufactured,
tested and supplied at least fifty(50)Km of the same type of core as used in the HTLS
conductor being offered in the package. Further, HTLS conductor manufactured from the
supplied core of such manufacturers should have been in satisfactory operation$ for a
period of at least any one (01) years within last 10 years. In such a case, the warranty
obligations for additional period of two (2) years over and above the warranty period as
specified in the bidding documents shall be applicable.
$
Satisfactory operation means Certificate issued by the User Utility
certifying the operation without any adverse remark.
(III) An undertaking by the proposed supplier of core of offered technology HTLS conductor
shall be submitted as per the Proforma enclosed in tender specification. Bidders shall also
furnish the details of the proposed supplier of conductor core in bid. In case the proposed
supplier does not meet the above mentioned qualification requirement, the bid shall be
rejected
Further, for the satisfaction of the purchaser, the bidder shall also submit
(a) complete address, email ID, contact nos. of key persons, year wise records
(documentary evidences) of supplies of offered technology core for last 05 years, list of
plant & machineries, testing facilities, details/qualification of persons working in the
facility & other details of the facility from where offered technology core shall be
manufactured & supplied to bidder for offered HTLS conductor to be manufactured.
(b) Copies of purchase orders & details of Utilities to which Offered technology HTLS
Conductor, having same manufactured core with the same core manufacturer as
proposed, have been supplied
(c) The submitted satisfactory operation performance certificate should have been issued by
User Utility and the offered technology core used in such mentioned HTLS Conductor
should have been manufactured & supplied from the same facility from where offered
core is proposed to be supplied for HTLS conductor to be manufactured for UPPTCL.
Details to be furnished.
The details of facilities/utilities for (a),(b) & (c) mentioned above, must indicate complete
postal address, email ID of key personnel(s) and office telephone no. as well as their mobile
nos. so that verification of documents/other facts may be done by UPPTCL.
2.3.2 The manufacturer(s) meeting the above requirement for any individual item or items shall
be considered qualified for the respective item or items only.
2.3.3 However, if the proposed manufacturer of Hardware fittings and Accessories for
conductor is not meeting the above requirements on its own, he should be qualified
licensee of a qualified manufacturer meeting the above specified requirements.
Further,
i) Manufacturer/licensees shall have adequate design infrastructure and manufacturing
facility and capacity and procedures including quality control.
ii) A qualified Licencee of a qualified manufacturer shall mean all of the following:
a) Any design undertaken by the licencee shall be approved by the licenser
b) Manufacturing by the licencee shall be done with the approval of the licensor and
Employer under a quality assurance programme approved and monitored by the
licenser.
c) Licencee must furnish back-up guarantee from the licenser for individual and
overall performance of all equipment and materials supplied under the contract.
d) Licenser must guarantee sequential and timely supply of equipment and materials
and submission of technical information and data as desired by the Employer so
as to meet the overall construction schedule, and
e) The agreement between licencee and licencer (copy to be submitted along with the
undertaking) shall be valid for a period of at least five(5) years after the
guarantee period of equipment and materials under supply is over.
2.3.5 For Indigenous Manufacturer*
The Indigenous manufacturer* of hardware fittings and accessories not meeting the
requirement of clause I(a) above can also supply provided they meet the following
requirements:-
The indigenous manufacturer* must have designed, manufactured, tested and supplied
fittings for suspension & tension strings and accessories for any type of conductor, viz.
ACSR, AACSR, AAAC etc. for 132 kV or above voltage transmission line as on date of
bid opening:
Further, the indigenous manufacturer* for any individual item(s) of clamp fittings and
accessories covered under the specification should have designed, manufactured and type
tested the item(s) for same technology of HTLS conductor as being offered in the tender
for application on 132 kV or above voltage transmission line as on date of bid opening.
The Contractor shall furnish a legally enforceable undertaking for extended warranty of
additional two (2) years over and above the warrantee period specified under the
specification.
*Indigenous manufacturer means a manufacturer who proposes to offer the fittings and
accessories for offered technology HTLS conductor from manufacturing facilities located
in India.
2.3.6 Bidders, in their bid, shall furnish letter of assured access of supply of Core, Hardware
fittings and accessories for Offered technology HTLS Conductor, from Qualified
Manufacturers meeting the minimum qualifying & technical requirements as per tender
specification. The bidder shall have to supply the material from same proposed qualified
manufacturer(s), as proposed in bid and/or otherwise approved by UPPTCL. If the
Contractor fails to supply the material from the same proposed/approved manufacturer,
UPPTCL at it’s sole discretion, may either approve another qualified manufacturer or
cancel the contract as per conditions of the contract.
Further, for the satisfaction of the purchaser, the bidder shall also submit
(a) complete address, email ID, contact nos. of key persons, year wise records(documentary
evidences) of supplies of Hardwares & accessories of offered technology HTLS
conductor for the last 05 years, list of plant & machineries, testing facilities,
details/qualification of persons working in the facility & other details of the facility
from where the Hardwares & accessories of offered technology HTLS Conductor shall
be manufactured & supplied.
(b) details/Copies of Purchase Orders & details of Utilities to which Hardwares &
accessories of Offered technology HTLS Conductor have been supplied with the same
manufacturer as proposed.
(c) The submitted satisfactory operation performance certificate(s) should have been issued
by User Utility and Hardwares & accessories of Offered technology HTLS Conductor
used in such line , as mentioned in the performance certificate, should have been
manufactured at the same facility from where they are proposed to be supplied for
offered HTLS conductor for UPPTCL. Details to be furnished.
The details of facilities/utilities for (a),(b) & (c) mentioned above, must indicate complete
postal address, email ID of key personel(s) and office telephone no. as well as their mobile
nos. so that verification of documents/other facts may be done by UPPTCL.
3.0 Table of compliance
Bidder shall use one copy of “Technical Specifications“ to indicate compliance status.
Within the right hand margin, Bidder shall indicate compliance status to each paragraph
along with a cross-reference to its proposal and an index key for any explanation or
comment.
In addition, The Bidder shall annotate the Table of contents of the above stated
volume to provide a high level summary of compliance status, In both cases, the following
symbols, and no others, shall be used:
C: Bid complies with all requirements in the adjacent paragraph
A: Bid is not compliant with the requirements in the adjacent
paragraph, but a functional alternative is proposed.
X: Bid takes exception to the requirements of the adjacent paragraph and no
functional alternative is proposed.
Only one symbol shall be assigned to a paragraph and shall indicate the worst case
level of compliance for that paragraph. The annotation may be hand written.
Bidder shall underline, on the compliance copy, all requirements to which exceptions
have been taken (X) or to which alternatives have been proposed (A).
Each alternative shall be clearly and explicitly described. Such descriptions shall use the
same paragraph numbering as the bid document sections addressed by the alternatives.
All alternative descriptions shall be in one contiguous section of the Bidder’s
proposal, preferably in the same volume, and titled “Alternatives”. A separate section
titled “Exceptions” should be provided containing any discussion or explanation Bidder
chooses to provide concerning exceptions taken.
Alternatives which do not substantially comply with the intent of the bid documents will
be considered exceptions. The Employer will assess the merits of each alternative and
exception and will be the sole judge as to their acceptance.
4.0 Technical Description
The technical description of Offered technology HTLS Conductor and its associated
fittings & accessories along with the tests and standards shall be as specified in
Section - II & III respectively of this Volume.
5.0 Tests
The following type, acceptance and routine tests and tests during manufacture shall be
carried out on the material. For the purpose of this clause:
5.1 Type Tests shall mean those tests which are to be carried out to prove the process of
manufacture and general conformity of the material to this Specification. These tests shall
be carried out on samples prior to commencement of commercial production against the
order. The Bidder shall indicate his schedule for carrying out these tests.
5.2 Acceptance Tests shall mean those tests which are to be carried out on samples taken
from each lot offered for pre-despatch inspection, for the purposes of acceptance of that
lot.
5.3 Routine Tests shall mean those tests, which are to be carried out on the material to
check requirements which are likely to vary during production.
5.4 Tests during manufacture shall mean those tests, which are to be carried out during the
process of manufacture and end inspection by the Supplier to ensure the desired quality of
the end product to be supplied by him.
5.5 The norms and procedure of sampling for these tests will be as per the Quality
Assurance Programme to be mutually agreed to by the Supplier and the Employer.
5.6 The standards and norms to which these tests will be carried out are listed against them.
Where a particular test is a specific requirement of this Specification, the norms and
procedure of the test shall be as specified in Annexure-A or as mutually agreed to
between the Supplier and the Employer in the Quality Assurance Programme.
5.7 For all type and acceptance tests, the acceptance values shall be the values specified in
this Specification or guaranteed by the Bidder, as applicable.
6.0 Guaranteed Technical Particulars
6.1 The Guaranteed Technical Particulars of the various items shall be furnished by
the Bidders in one original and four (4) copies in the prescribed schedules of the
specifications. The Bidder shall also furnish any other schedule information as in their
opinion is needed to give full description and details to judge the item(s) offered by them.
6.2 The data furnished in Guaranteed Technical Particulars should be the minimum or
maximum value (as per the requirement of the specification) required. A Bidder may
guarantee a value more stringent than the specification requirement. However, for testing
purpose or from performance point of view, the material shall be considered performed
successfully if it achieves the minimum/maximum value required as per the technical
specification. No preference what so ever shall be given to the bidder offering
better/more stringent values than those required as per specification
7.0 Details of Existing Transmission Line and Terrain
7.1 Bidders is advised to visit the line route to acquaint themselves with terrain/
topography etc and local conditions of the site and associated details of the existing
transmission line to be re-conductored with Offered technology HTLS Conductor before
bidding.
8.0 Access to the Line and Right of Way
Full co-operation will be provided in getting Right of way and way leave clearance shall
be arranged by the UPPTCL in accordance with work schedules. UPPTCL will secure
way leave and Right of Way in the Forest area. The crop compensation, if any, to the
farmers will be provided as per norms prevailing in the UPPTCL.
9.0 Line Data
9.1 Electrical System Data
1. Nominal Voltage 132KV ACSR Panther on 132KV
Single I Suspension strings are used for suspension towers and single tension strings are used
for tension towers. Single I Pilot Suspension strings are generally used for heavy angle towers
(C type towers) to restrict jumper movement. Double I Suspension are used for river crossing
towers and Double Tension strings are used for anchor towers.
9.4 Ruling Design span: 365 m for ACSR Panther
9.5 Sag-Tensions of the transmission line on Panther Conductor:
Tension Sag
Sl. No. Loading Condition
(Kgs) (meter)
i) Every day condition (32 deg C & no wind) 2286 7.09
The calculations for Ampacity shall be based on IEEE Standard 738-2006 in SI units. Ratio
of AC resistance & DC resistance for Offered technology HTLS Conductor shall be
calculated on the basis of JVChapter-2, EPRI AC Transmission Line Reference Book –
200 kV and Above or the formulae indicated as follows :-
Rac = Rdc X ( 1+ 0.00519 X (mr)n X k1 + k2) where, mr = 0.3544938 / (Rdc) ½
if mr < 2.8, then n = 4- 0.0616 + 0.0896 X mr – 0.0513 X(mr) 2
if mr > 2.8 < 5.0, then n = 4+ 0.5363 -0.2949X mr +0.0097 X(mr)2
p
k1 = {cos (90 (d/D) )}2.35 where,
p = 0.7 + 0.11Xmr – 0.04Xmr2 + 0.0094Xmr 3
k2 = 0.15 for single aluminium layer HTLS conductor
= 0.03 for three aluminium layer HTLS conductor
= 0.003 for two or four aluminium layer HTLS conductor
= 0 for composite core type HTLS conductor
where,
D= conductor outer diameter in metres
d = conductor inner diameter in metres
Rdc = dc resistance of conductor at given temperature, ohms/ km
Rac = ac resistance of conductor at given temperature, ohms/ km
The bidder in his bid shall furnish calculations for the ampacity based on the above for the
Offered HTLS Conductors proposed for replacement of ACSR Panther conductors .
1.2.2 The design of offered technology HTLS conductor, shall be suitable for operation at a
steady state conductor temperature experienced for AC current flow of 700 Amperes for
replacement of Panther conductor, design of offered technology HTLS Conductor under the
above ambient conditions based on ampacity calculations mentioned above. The bidder shall
also indicate the maximum permissible conductor temperature for continuous operation
without any deterioration of its electrical, mechanical & metallurgical properties.
The maximum permissible conductor temperature for continuous operation shall not be
considered more than 210 deg C. The bidder shall also furnish the maximum permissible
conductor temperature for short term operations including permissible duration of such short
term operation.
The UTS of conductor declared in the GTP shall be guaranteed UTS of conductor at room
temperature. Further, UTS of conductor achieved at elevated temperature (i.e. at the
designed maximum steady state conductor temperature corresponding to ampacity
requirement) shall not be less that 70 % of UTS declared in the GTP.
1. 3 Technical Particulars of Proposed HTLS Conductor
1.3.1 The Offered technology HTLS Conductor, proposed for replacement of Panther
conductor, shall meet the following minimum requirements:
Overall diameter of complete conductor Not exceeding 21.00 mm
Approx. mass of complete conductor Less than or equal to 974 kg/km
Direction of lay of outer layer Right Hand
1.3.2 The bidder shall indicate the technical particulars and details of the construction
of the proposed conductor in the relevant schedule of GTP. The bidder shall also
guarantee the DC resistance of offered technology H T L S conductor at 20 deg C and
AC resistance at the calculated temperature corresponding to 50Hz alternating current flow
of of 700 amperes in case of offered technology HTLS Conductor equivalent to ACSR
Panther) at specified ambient conditions (designed maximum temperature)
1.3.3 The bidder shall submit the supporting calculations for the AC resistance, at 700Amperes
for Offered technology HTLS Conductor proposed for replacement of Panther conductor
indicating details & justifications of values of temperature coefficient of resistance & DC to
AC resistance conversion factor(s) with due reference to construction / geometry of the
conductor.
1.4 Sag-Tension Requirements
1.4.1 The Offered technology HTLS Conductor, proposed for replacement of Panther
conductor shall meet the following sag tension requirements for ruling span of 365
meters-
Particulars Limiting value
Tension at every day condition (32°C, no wind) Not exceeding 25% of UTS of
proposed conductor
Sag at maximum continuous operating temp ≤ 8.834 meters
(corresponding to 700 amperes and ambient
conditions)
Tension at 32 deg C, full wind condition (45 kg/m2 < 2840 kg and not exceeding 70% of
wind Pressure) UTS of proposed conductor
Tension at 32 deg C, full wind condition (149.37 < 5081 kg and not exceeding 70% of
kg/m2 wind pressure) UTS of proposed conductor
1.4.2 The bidders are required to submit Sag-Tension chart of proposed Offered technology HTLS
Conductor, calculated at wind pressure of 149.37 Kg/m2 & 45 Kg/m2 both.
1.4.3 Calculations for Sag & tension shall be as described below:-
Sag-Tension calculations for HTLS conductor can be carried by using PLSCAD.
Following values shall be considered for the purpose of sag- tension calculation:-
i) Final values of modulus of elasticity of Aluminium/Aluminium alloy/core, Coefficient
of Linear Expansion of Aluminium/Aluminium alloy/core, Stress-Strain
coefficients & Creep coefficients of Aluminium/Aluminium alloy/core in the
cable data (.wir file) used for calculation of sag in PLSCAD shall be based on either
of the following :-
a) Existing ‘.wir’ files for offered conductor as available on PLS website
b) A file derived from existing standard file for conductor of equivalent/ near
equivalent stranding.
c) A file derived from type test conducted on conductor of same stranding.
In each of the above cases, proper justification in the form of test reports/ calculations/
print out of ‘.wir’ file as available on PLS website, etc. shall be required to be
submitted by the bidder during detailed engg or alongwith the bid as desired by
purchaser.
ii) PLSCAD Sagging criteria/conditions shall be based on the sag tension limits specified
above at Clause 1.4.1 and shall be carried out in a manner that the above mentioned
sag-tension limits are met in “After Creep” as well as in “After Load” condition.
However, for INVAR type HTLS conductor, following conventional methodology may also be
adopted for sag-tension calculations:
i) Modulus of Elasticity of Thermal resistant Al alloy strands: 55 GPa to 61.8 GPa (one
value from the above specified range to be selected conforming to the Al. alloy
strands in the offered conductor)
ii) Modulus of Elasticity of INVAR core strands: 155 GPa
iii) Coefficient of Linear Expansion of Thermal resistant Al. Alloy: 23 X 10-6 /deg C
iv) Coefficient of Linear Expansion of INVAR core strands (max.): 3.7 X 10-6 /deg C
v) Initial temperature in manufacturing conductor- not less than 15 deg C
In case the bidder proposes the coefficient of linear expansion of INVAR core strands less
than 3.7 X 10-6 /deg C, the bidder shall submit proper justification in the form of test reports,
documents, etc. alongwith the bid and during detailed engineering or as desired by purchaser.
1.4.4 Various conductor parameters (viz. modulus of elasticity, coefficient of linear expansion,
stress-strain and creep, etc.) considered above in the sag tension calculation shall be
verified during detailed engineering based on type tests conducted.
1.4.5 The bidder shall also furnish sag & tensions under no wind for various
temperatures starting from 0 deg C to maximum continuous operating temperature in steps
of 50C.
1.4.6 After award of the contract, the Supplier shall submit Sag-Tension calculations
for the proposed Offered technology HTLS Conductor corresponding to specified
conditions and for the ruling span and also all the spans as per detailed survey and spans
ranging from 100 m to 1100 m in intervals of 50 m.
1.4.8 Besides above, the Supplier shall also furnish during detailed engineering, details of
creep characteristics in respect of Offered technology HTLS Conductor based on
laboratory investigations/ experimentation (creep test as per IEE1138 or IEC 61395)
conducted on similar type of conductor and shall indicate creep strain values
corresponding to 1 month, 6 month, 1 year, 10 year & 20 year creep at everyday tension
& maximum continuous operating temperature as well as at room temperature.
1.5 Workmanship
1.5.1 All the conductor strands shall be smooth, uniform and free from all imperfections,
such as spills and splits, cracks, die marks, scratches, abrasions, rust etc.
1.5.2 The finished conductor shall be smooth, compact, uniform and free from all imperfections
including kinks (protusion of wires), wire cross over, over riding, looseness (wire being
dislocated by finger/hand pressure and/or unusual bangle noise on tapping), material
inclusions, white rust, powder formation or black spot (on account of reaction with
trapped rain water etc.), dirt, grit etc.
1.6 Joints in Wires
1.6.1 Aluminium/ Aluminium Alloy Wires
1.6.1.1 During stranding, no Aluminium/ Alloy wire welds shall be made for the purpose of
achieving the required conductor length.
1.6.1.2 No joints shall be permitted in the individual wires in the outer most layer of the finished
conductor. However joints are permitted in the inner layer(s) of the conductor
unavoidably broken during stranding provided such breaks are not associated with
either inherently defective wire or with the use of short lengths of Aluminium/ Alloy
wires. Such joints shall not be more than four (4) per conductor length and shall not be
closer than 15 meters from joint in the same wire or in any other Aluminium/Alloy wire
of the completed conductor. A record of such joints for each individual length of the
conductor shall be maintained by The Contractor for Employer’s review.
1.6.1.3 Joints shall be made by cold pressure butt welding and shall withstand a stress of not
less than the breaking strength of individual strand guaranteed.
1.6.2 Core Wires
There shall be no joint of any kind in the finished wire entering into the manufacture of
the strand. There shall also be no joints or splices in any length of the complete
core. However, during the production run, splicing of the galvanic protection barrier is
allowed, provided diameter specifications are maintained.
1.7 Tolerances
Manufacturing tolerances on the dimensions to the extent of one percent(+/-1%) shall be
permitted in general for individual strands and the complete conductor.
In case manufacturing tolerances more than one percent (+/-1 %) is proposed for
individual strands of a particular conductor as per applicable Indian/ International
standard, the same may be permitted subject to submission of supporting documents/
details by the Contractor while approval of GTP during detailed engineering.
In case of composite core, the tolerances shall be +/- 0.05 mm as per ASTM B987.
1.8 Materials
The materials used for construction of the conductor shall be such that the conductor
meets the specified technical and performance requirements.
1.8.1 Outer layer
The material of outer layer of HTLS conductor shall be of high temperature resistant
aluminum alloy added with zirconium or any other suitable element(s) etc. to
electrolytic aluminium or annealed aluminium (0 tempered) having purity not less than
99.5% and a copper content not exceeding 0.04%.The strands shall be manufactured
through appropriate manufacturing process to ensure consistent electrical mechanical
and metallurgical properties under continuous high temperature operation. Bidder shall
guarantee the chemical composition in the schedule GTP of BPS and also furnish
description of the manufacturing process in the Bid.
Average Ohmic loss (kW) = Loss Load Factor X Line Length X No. of sub conductors X
(Continuous operating current) 2 X AC Resistance
corresponding to continuous operating current
For 23.90 kms 132KV lines which ACSR Panther conductor is to be replaced
Average Ohmic loss (kW) =0.3 x (23.90) x 3 x (700)2 x Rac(P)/1000 = 10.539 X 103 X Rac(P)
Where, Rac(p) is the AC resistance per km of HTLS conductor eq. to ACSR Panther,
guaranteed by the bidder at temperature corresponding to the continuous operating current of
700 A under normal condition.
Differential price evaluation for the conductors offered by the bidders shall be carried out
considering the average ohmic losses calculated as above and considering Rs. 1,52,600/- per kW.
The best parameter of loss (lowest ohmic loss for conductor) corresponding to lowest AC
resistance quoted among bidders by any technically responsive and qualified bidder shall be
taken as basis and that quoted by the particular bidder shall be used to arrive at differential price to
be applied for each bid.
Strand Brittle fracture test (for polymer composite core : As per Annexure-A
e) only)
1.17 Strand Brittle fracture test (for polymer composite core only)
The sample shall be tensioned to approx. 25 % of UTS with simultaneous application of 1N-
HNO3 acid directly in contact with naked polymer composite core for 96 hrs. The contact
length of acid shall not be less than 40mm and thickness around the core not less than
10mm.The rod shall withstand UTS test after 96 hours.
1.18 Visual and Dimensional Check on Drums
The drums shall be visually and dimensionally checked to ensure that they conform to the
approved drawings.
1.26 Wrap test on Core wires (Applicable for steel/Al clad Steel/invar core only)
The wrap test on core strands shall be meet the requirements of IEC: 888. In case of
aluminium clad core wire, the same shall be wraped around a mandel of diameter of five
times that of the strand to form a helix of eight turns. The strand shall be unwrapped. No
breakage of strand shall occurred.
1.31 Glass Transition Temperature Test (for polymer composite core only)
Test shall be conducted as per ASTM B987. The minimum glass transition
temperature shall be either
(i) the temperature of core corresponding to the designed maximum
temperature of the offered HTLS conductor + 350C or
(ii) minimum glass transition temperature as per ASTM B987 i.e. 1800C+
250C; Whichever is lower.
In case, the temperature of core corresponding to the designed maximum temperature of
the offered HTLS conductor is more than the minimum glass transition temperature as per
ASTM B987 i.e. more than 1800C, the test shall be conducted as per ASTM B987 & the
minimum glass transition temperature shall be the temperature of core corresponding to
the designed maximum temperature of the offered HTLS conductor + 25 0C.
1.34 Chemical Analysis of Aluminium/ Aluminium Alloy and steel/INVAR Core Wires
Samples taken from the Aluminium /Aluminium Alloy and core coils/ strands shall be
chemically/spectrographically analysed. The same shall be in conformity to the particulars
guaranteed by the bidder so as to meet the requirements stated in this Specification.
1.35 Chemical Analysis of Zinc
Samples taken from the zinc ingots shall be chemically/ spectrographically analyzed. The
same shall be in conformity to the requirements stated in the Specification.
1.36 Bending test on polymer composite core (as Acceptance test)
Bending test on polymer composite core (CFC) shall be performed as per ASTM
B987/ B987M-17 on polymer composite core samples taken from stranded conductor.
For test after stranding the diameter of cylindrical mandrel shall be as following:
1) For high strength grade CFC: 60 times the diameter of CFC
2) For Extra high strength grade CFC: 70 times the diameter of CFC
*************
SECTION – III
TECHNICAL SPECIFICATIONS
SECTION-III
CONTENTS
Annexure-A
Annexure-B
TECHNICAL SPECIFICATIONS
(SECTION-III): Hardware Fittings
1. Technical Description of Hardware Fittings
1.1 General
This section details technical particulars of hardware fittings and suspension clamps &
compression type dead end clamps for the Offered technology HTLS Conductor to be
supplied for replacement of existing conductor by the bidder. Each fitting shall be
supplied complete in all respects.
1.2 The hardware fittings shall be suitable for use with e x i s t i n g insulators. The fittings
shall be suitable for attachment to suspension and tension insulator strings alongwith
hardware fittings and shall include 2.5 % extra fasteners and Aluminium filler plugs.
Each hardware fitting shall be supplied complete in all respect. The contractor shall be
responsible for satisfactory performance of complete conductor system along with
fittings offered by them for continuous operation at the designed maximum temperature
specified by them for the conductor.
The various limiting dimensions of the insulator strings shall generally be in
conformity with the dimensions of the hardware fittings. The Contractor shall be
required to verify the dimensions of the existing insulator strings and shall ensure that
the new fittings are generally conforming to the dimensions of the existing fittings.
1.3 Corona and RI Performance (for 400KV )
Sharp edges and scratches on all the hardware fittings shall be avoided. All surfaces
must be clean, smooth, without cuts and abrasions or projections. The Supplier shall be
responsible for satisfactory corona and radio interference performance of the materials
offered by him.
1.4 Maintenance
The hardware fittings offered shall be suitable for employment of hot line maintenance
technique so that usual hot line operations can be carried out with ease, speed and
safety. The technique adopted for hot line maintenance shall be generally bare hand
method & hot stick method.
1.5 Split Pins
Split pins shall be used with bolts & nuts.
1.6 Suspension Assembly
1.6.1 The suspension assembly shall be suitable for offered technology HTLS Conductor, the
bidder intends to supply. The technical details of the conductor shall be as proposed by
the bidder.
1.6.2 The suspension assembly shall include either free centre type suspension clamp
alongwith standard preformed armour rods or armour grip suspension clamp.
1.6.3 The suspension clamp alongwith standard preformed armour rods set shall be
designed to have maximum mobility in any direction and minimum moment of inertia
so as to have minimum stress on the conductor in the case of oscillation of the same.
1.6.4 The suspension clamp suitable for various type of Conductor alongwith standard
preformed armour rods/armour grip suspension clamp set shall have a slip strength in
conformity with relevant Indian/ International standards.
1.6.5 The suspension clamp shall be designed for continuous operation at the temperature
specified by the bidder for conductor.
1.6.6 The suspension assembly shall be designed, manufactured and finished to give it a
suitable shape, so as to avoid any possibility of hammering between suspension
assembly and conductor due to vibration. The suspension assembly shall be smooth
without any cuts, grooves, abrasions, projections, ridges or excrescence which might
damage the conductor.
1.6.7 The suspension assembly/clamp shall be designed so that it shall minimise the
static & dynamic stress developed in the conductor under various loading conditions as
well as during wind induced conductor vibrations. It shall also withstand power arcs &
have required level of Corona/RIV performance.
1.7 Free Centre Type Suspension Clamp
For the Free Centre Suspension Clamp seat shall be smoothly rounded and curved
into a bell mouth at the ends. The lip edges shall have rounded bead. There shall be at
least two U-bolts for tightening of clamp body and keeper pieces together.
1.13 Workmanship
1.13.1 All the equipment shall be of the latest design and conform to the best modern
practices adopted in the High Voltage field/Extra High Voltage field. The Bidder
shall offer only such equipment as guaranteed by him to be satisfactory and suitable for
132 kV & higher voltage class transmission lines and will give continued good
performance. For employer’s review of the offered design of clamps/ fittings, the
supplier shall submit document/design details of similar type of clamps/ fittings used in
past for similar type of Offered technology HTLS Conductor application
1.13.2 High current, heat rise test shall be conducted by the supplier to determine the
maximum temperature achieved in different components of fittings / accessories under
simulated service condition corresponding to operation of conductor at maximum
(emergency) operating temperature. The material of the components should be suitable
for continued good performance corresponding to these maximum temperatures. The
supplier shall submit relevant type/performance test certificates as per applicable
standards/product specifications to confirm suitability of the offered material.
1.13.3 The design, manufacturing process and quality control of all the materials shall be such
as to give the specified mechanical rating, highest mobility, elimination of sharp edges
and corners to limit corona and radio- interference, best resistance to corrosion and a
good finish.
1.13.4 All ferrous parts including fasteners shall be hot dip galvanised, after all machining
has been completed. Nuts may, however, be tapped (threaded) after galvanising and
the threads oiled. Spring washers shall be electro galvanised. The bolt threads shall
be undercut to take care of the increase in diameter due to galvanising. Galvanising
shall he done in accordance with IS 2629 / IS 1367 (Part-13) and shall satisfy the
tests mentioned in IS 2633. Fasteners shall withstand four dips while spring washers
shall withstand three dips of one minute duration in the standard Preece test. Other
galvanised materials shall have a minimum average coating of zinc equivalent to 600
gm/sq.m., shall be guaranteed to withstand at least six successive dips each lasting
one (1) minute under the standard preece test for galvanising.
1.13.5 The zinc coating shall be perfectly adherent, of uniform thickness, smooth,
reasonably bright, continuous and free from imperfections such as flux, ash rust,
stains, bulky white deposits and blisters. The zinc used for galvanising shall be grade
Zn 99.95 as per IS:209.
1.13.6 In case of casting, the same shall be free from all internal defects like shrinkage,
inclusion, blow holes, cracks etc. Pressure die casting shall not be used for casting of
components with thickness more than 5 mm.
1.13.7 All current carrying parts shall be so designed and manufactured that contact
resistance is reduced to minimum.
1.13.8 No equipment shall have sharp ends or edges, abrasions or projections and cause any
damage to the conductor in any way during erection or during continuous operation
which would produce high electrical and mechanical stresses in normal working.
The design of adjacent metal parts and mating surfaces shall be such as to prevent
corrosion of the contact surface and to maintain good electrical contact under service
conditions.
1.13.9 All the holes shall be cylindrical, clean cut and perpendicular to the plane of the
material. The periphery of the holes shall be free from burrs.
1.13.10 All fasteners shall have suitable corona free locking arrangement to guard against
vibration loosening.
1.13.11 Welding of aluminium shall be by inert gas shielded tungesten arc or inert gas
shielded metal arc process. Welds shall be clean, sound, smooth, uniform without
overlaps, properly fused and completely sealed. There shall be no cracks, voids
incomplete penetration, incomplete fusion, under-cutting or inclusions. Porosity
shall be minimised so that mechanical properties of the aluminium alloys are not
affected. All welds shall be properly finished as per good engineering practices.
1.14 Bid Drawings
1.14.1 The Bidder shall furnish full description and illustrations of materials offered.
1.14.2 Fully dimensioned drawings of the hardwares and their component parts shall be
furnished in five (5) copies alongwith the bid. Weight, material and fabrication details
of all the components should be included in the drawings.
(i) Attachment of the hanger or strain plate.
(ii) Suspension or dead end assembly.
(iii) Arcing horn attachment to the string as specified in clause 1.10 of this
technical Specification.
(iv) Yoke plates
(v) Hardware fittings of ball and socket type for inter connecting units
to the top and bottom Yoke plates.
(vi) Corona control rings/grading ring attachment to conductor and
other small accessories.
(vii) Links with suitable fittings.
1.14.3 All drawings shall be identified by a drawing number and contract number. All
drawings shall be neatly arranged. All drafting & lettering shall be legible. The
minimum size of lettering shall be 3 mm. All dimensions & dimensional
tolerances shall be mentioned in mm.
The drawings shall include:
(i) Dimensions and dimensional tolerance.
(ii) Material, fabrication details including any weld details & any specified finishes
& coatings. Regarding material designation & reference of standards are to be
indicated.
(iii) Catalogue No.
(iv) Marking
(v) Weight of assembly
(vi) Installation instructions
(vii) Design installation torque for the bolt or cap screw.
(viii) Withstand torque that may be applied to the bolt or cap screw without failure
of component parts.
(ix) The compression die number with recommended compression pressure.
(x) All other relevant terminal details.
1.14.4 After placement of award, the Contractor shall submit fully dimensioned drawing
including all the components in four (4) copies to the UPPTCL for approval. After
getting approval and successful completion of all the type tests, the Contractor
shall submit thirty (30) more copies of the same drawings to the UPPTCL for further
distribution and field use by all the site units
TABLE-1 (Details of Materials)
(b) Cotter bolts/ Mild Steel Hot dip galvanised As per IS-
Hangers, 226
Shackles, or IS-2062
Brackets
(c) U Bolts Stainless Steel Forged & & Heat AISI 302 or
or High Strength treated 304-L
Al alloy 6061/ ASTM-B429
65032
(d) P. A. Rod High Strength Al. Heat treatment ASTM-B429 Min. tensile
Alloy 4600/ LM-6 during strength of
or 6061/65032 manufacturing 35 kg/mm2
(b) Al insert & High Strength Al. Casted or forged IS:617or High
Retaining strap Alloy 4600/ LM- & Heat treated ASTM-B429 Strength Al.
6 or 6061/65032 Alloy 4600/
LM-6 or
6061/65032
(c ) Eye SS ASTM/IS
bolt/clevis/Tong
ue
5. Ball & Socket Class-IV Steel Drop forged & As per IS:
Fittings, normalized Hot 2004
dip galvanised
Note : Alternate materials conforming to other national standards of other countries also
may be offered provided the properties and compositions of these are close to the
properties and compositions of material specified. Bidder should furnish the details of
comparision of material offered viz a viz specified in the bid or else the bids are liable to be
rejected.
2.4.11 The damper placement chart shall be submitted for spans ranging from 100m to1100
m. Placement charts should be duly supported with relevant technical documents and
sample calculations.
2.4.12 The damper placement charts shall include the following
(1) Location of the dampers for various combinations of spans and line
tensions clearly indicating the number of dampers to be installed per
conductor per span.
(2) Placement distances clearly identifying the extremities between which the
distances are to be measured.
(3) Placement recommendation depending upon type of suspension clamps (viz
Free centre type/Armour grip type etc.)
(4) The influence of mid span compression joints, repair sleeves and armour rods
(standard and AGS) in the placement of dampers.
Note: 1) All the type test given in Clause No. 3.1.1 shall be conducted on Single 'I'
suspension & Single Tension insulator string.
2) All the type tests given under Clause No. 3.1.1 (a) to (c) shall also be conducted on
Single I Pilot, Double I Suspension & Double Tension insulator strings
3.1.2 On Hardware Fittings
a) Mechanical Strength Test on Tension Hardware fitting : As per Annex-A
b Mechanical Strength Test on Suspension Hardware fitting : As per Annex-A
3.1.3 On Suspension Clamp
a) Magnetic power loss test : As per Annexure-A b)
Clamp slip strength Vs torque test : As per Annexure-A c)
Ozone Test on elastomer : As per Annexure-A d)
Vertical damage load & Failure load test : IEC:61284
3.1.4 On Dead end Tension Assembly
a) Electrical resistance test for dead end Assembly : As per IS:2486-(Part-I)
b) Heating cycle test for dead end Assembly : As per Annexure-A
c) Slip strength test for dead end assembly : As per IS:2486-(Part-I)
d) Ageing test on filler (if applicable) : As per Annexure-A
3.1.5 Mid Span Compression Joint for Conductor
a) Chemical analysis of materials : As per Annexure-A
b) Electrical resistance test :As per IS:2121 (Part-II)
c) Heating cycle test :As per Annexure-A
d) Slip Strength Test : As per Annexure-A
e) Corona extinction voltage test (dry),if applicable : As per
Annexure-A
f) Radio interference voltage test (dry),if applicable : As per Annexure-A
3.1.8 Type tests specified under Clause 3.1.1 to 3.1.7 shall not be required to be carried out if a
valid test certificate is available for a similar design, i.e., tests conducted earlier(within last
07 years) should have been conducted in accredited laboratory (accredited based on
ISO/IEC guide 25/17025 or EN 41001 by the National Accreditation body of the
country where laboratory is located) or witnessed by the representative (s) of UPPTCL or
Utility.
In the event of any discrepancy in the test report (i.e., any test report not applicable due to
any design / material/manufacturing process change including substitution of components
or due to non compliance with the requirement stipulated in the Technical Specification)
the tests shall be be conducted by the Contractor at no extra cost to the Employer/
Employer/ Purchaser.
3.2 Acceptance Tests
3.2.1 On Both Suspension Clamp and Tension Hardware Fittings
a) Visual Examination : As per IS:2486-(Part-I)
b) Verification of dimensions : As per IS:2486-(Part-I)
BS British Standards,
British Standards Institution
101, Pentonvile Road, N - 19-ND
UK
The shore hardness at various points on the surface of the elastomer cushion
shall be measured by a shore hardness meter and the shore hardness number shall be
between 65 to 80.
1.11 Proof Load Test
Each component shall be subjected to a load equal to 50% of the specified minimum
ultimate tensile strength which shall be increased at a steady rate to 67% of the
UTS specified. The load shall be held for one minute and then removed. After
removal of the load the component shall not show any visual deformation.
1.12 Tests for Forging Casting and Fabricated Hardware
The chemical analysis, hardness test, grain size, inclusion rating and magnetic
particle inspection for forging, castings and chemical analysis and proof load test
for fabricated hardware shall be as per the iniiternationally recognised procedures for
these tests. The sampling will be based on heat number and heat treatment batch. The
details regarding test will be as in the Quality Assurance programme.
1.13 Ozone Test for Elastomer
This test shall be performed in accordance with ASTM D-1171 by the
Ozone chamber exposure method (method B). The test duration shall be
500 hours and the ozone concentration 50 PPHM. At the test compleion, there shall
be no visible crack under a 2 x magnification.
2.0 Tests on Accessories for Conductor
2.1 Mid Span Compression Joint for Conductor
(a) Slip Strength Test
The fitting compressed on conductor shall not be less than one metre in
length. The test shall be carried out as per IS:2121 (Part- ii)-1981 clause
6-4 except that the load shall be steadily increased to 95% of minimum
ultimate tensile strength of conductor and retained for one minute at this
load. There shall be no movement of the conductor relative to the fittings
and no failure of the fit tings during this one minute period.
(b) Heating Cycle Test
Heating cycle test shall be performed in accordance with IS 2121 (Part-II-
1981 ) with following modifications:-
i) Temperature of conductor during each cycle: 40 deg. C above designed
maximum operating temperature of the conductor.
ii) Number of cycle: 100
iii) Slip strength test shall also be carried out after heating cycle test.
2.2 Vibration Damper for Conductor
(a) Dynamic Characteristics, Test
The damper shall be mounted with its clamp tightened with torque
recommended by the manufacturer on shaker table capable of simulating
sinusoidal vibrations for aeolian vibration frequency band ranging from 5 to 40
Hz for damper for conductor. The damper assembly shall be vibrated
verticially with a + 1 mm amplitude from 5 to 15 Hz frequency and beyond
15 Hz at ± 0.5mm to determine following characteristics with the help of
suitable recording instruments:
(i) Force Vs frequency
(ii) Phase angle Vs frequency
(iii) Power dissipation Vs frequency
The Force Vs frequency curve shall not show steep peaks at resonance
frequencies and deep troughs between the resonance frequencies. The
resonance frequencies shall be suitably spread within the aeolian vibration
frequency-band between the lower and upper dangerous frequency, limits
determined by the vibration analysis of conductor without dampers.
Acceptance criteria for vibration damper.
(i) The above dynamic characteristics test on five damper shall be
conducted.
(ii) The mean reactance and phase angle Vs frequency curves shall be drawn with the
criteria of best fit method.
(iii) The above mean reactance response curve should lie within 0.191 f to 0.762 f
Kgf/mm limits where f is frequency in Hz.
(iv) The above mean phase angle response curve shall be between 25o to 130o
within the frequency range of interest.
(v) If the above curve lies within the envelope, the damper design shall be
considered to have successfully met the requirement.
(vi) Visual resonance frequencies of each mass of damper is to be recorded and to be
compared with the guaranteed values.
CONTENTS
Clause Description
1.0 Survey
2.0 Environmental Conditions
1.1.1.2. The detailed procedure for carrying out the re-conductoring shall be submitted
to the site Engineer-in-charge before taking up the work
1.1.1.4. Working months available during various seasons along the transmission line, with
period, time of sowing & harvesting of different type of crops and the importance
attached to the crops particularly in the context of way leave problems and
compensation payable shall be stated by the Contractor.
1.1.1.5. Some portions of the line may require clearance from various authorities.
The Contractor shall indicate the portion of the line so affected, the nature of clearance
required and the name of concerned organizations such as local bodies, municipalities,
P&T (name of circle), Inland navigation, Irrigation Department, Electricity Boards and
Zonal railways, Divisional Forest Authorities etc.
1.1.1.6 All the requisite data for processing the case of statutory clearances such as PTCC,
Forest and Railway shall be provided alongwith the report.
2.1 Forest
The line route passing through forest stretches if any shall be indicated to the
successful Bidder.
The maximum temperature during summer shall be of the order of 50°C and the
minimum temperature in the winter shall be of the order of 4°C. Normal everyday
temperature is 32°C.
2.3.2.1 The Codes and/or standards referred to in the specifications shall govern, in all cases
wherever such references are made. In case of a conflict between such codes and/or
standards and the specifications, latter shall govern. Such codes and/or standards,
referred to shall mean the latest revisions, amendments/changes adopted and published
by the relevant agencies.
3.1.2 The towers are of self supporting hot dip galvanised lattice steel type designed to carry
the line conductors with necessary insulators, earthwires and all fittings under
all loading conditions.
Note: The above towers are also used for longer span with smaller angle of
deviations.
3.2.2 Extensions
The towers are having 5M, 10M, 15M, 20M and 25 M body extensions/leg
extensions for maintaining adequate ground clearances without reducing the specified
factor of safety in any manner.
3.3 Span and clearances
3.3.1 Normal Span
The normal ruling span of the line for Panther is 365 m.
3.3.2 Wind Span
The wind span is the sum of the two half spans adjacent to the support under
consideration. For normal horizontal spans this equals to normal ruling span.
3.3.3 Weight span
The weight span is the horizontal distance between the lowest point of the conductors
on the two spans adjacent to the tower.
3.4 Electrical Clearances
3.4.1 Ground Clearance
The minimum ground clearance from the bottom conductor is not to be less than
7100 mm for 220KV line & 6100 mm for 132KV line, at the maximum
sag conditions corresponding to maximum continuous operating temperature and
still air.
4.0 De-stringing & Stringing of Conductor and Installation of
Line Materials
4.1 General
4.1.1 The scope of erection work shall include the cost of all labour, tools and plant and all
other incidental expenses in de-stringing and stringing work. The contractor shall
have to destring the existing conductor and restrung with the equivalent Offered
technology HTLS Conductor section wise and restore the line in original conditions
as per program finalized in co ordination with site. Destringing and stringing of the
line shall be carried out under induced voltage condition i.e. one circuit under
charged condition. Adequate safety measures and precautions shall be taken by the
Contractor during this erection work.
4.1.2 The Contractor shall be responsible for transportation to site of all the materials to be
provided by the Contractor as well as proper storage and preservation of the same at
his own cost, till such time the erected line is taken over by the Employer. Similarly,
the Contractor shall be responsible for proper storage, safe custody, and loss or
damage of all Employer’s supplied items, if any, as well as its
transportation to site for incorporation in the lines and shall maintain and render
proper account of all such materials at all times. The Contractor shall reimburse the
cost of any of the materials lost or damaged during storage and erection beyond the
limits permitted under this specification.
4.1.3 Contractor shall set up required number of stores along the line and the exact location
of such stores shall be discussed and agreed upon with the Employer.
4.1.4 Payment for de-stringing and stringing shall be done on the basis of per kilometer and
irrespective of number of tension/suspension towers.
4.1.5 The complete erection work including installation of line materials
(insulator strings, hardware and accessories for conductor) shall be supervised by a
team of supplier/Contractor’s engineers / supervisory staff/ workmen already
experienced in stringing work associated with the type of Offered technology HTLS
Conductor being supplied. The contractor shall furnish experience details of the
engineers /supervisory staff proposed to be deployed.
4.1.6 The scope of work of the contractor shall inter-alia include the following:-
i) De-stringing the existing conductor, dismantling of hardware
fittings, and accessories for conductor etc.
ii) R e r o l l i n g o f all the dismantled panther conductor on empty drums, a l l
line materials recovered from the existing line, their safe transportation to
UPPTCL’s store. Any additional empty drum required shall also be arranged by
the contractor.
iii) Installation of necessary hardware, hoisting of insulator strings, installing & stringing
of Offered technology HTLS Conductor including fixing of conductor accessories.
Corona control rings/arcing horn shall be fitted in an approved manner. Torque
wrench shall be used for fixing various line materials and components.
iv) Transportation of above drums and all insulators, conductor accessories including
suspension/tension clamps of conductor removed from the line to employer’s
designated stores situated along the line.
v) The contractor shall take necessary precautions to avoid damages/ wastage of line
materials during de-stringing of conductor. The Contractor shall be responsible for
proper reconciliation, accounting and safe storage of the materials at site and further
transportation to Employer’s stores.
4.3 Handling of Conductor
4.3.1 Running Out of the Conductors
4.3.1.1 The conductors shall be run out of the drums form the top in order to avoid
damage. The Contractor shall be entirely responsible for any damage to tower or
conductors during stringing.
4.3.1.2 A suitable braking device shall be provided to avoid damaging, loose running out and
kinking of the conductors. Care shall be taken that the conductors do not touch
and rub against the ground or objects which could scratch or damage the strands.
4.3.1.3 The sequence of running out shall be from the top down. Unbalanced loads on
towers shall be avoided as far as possible. Inner phase of line conductors shall be
strung before the stringing of the outer phases is taken up.
4.3.1.4 Tower not designed for one sided stringing shall be well guyed and step taken by
contractor to avoid damage. Guying proposal alongwith necessary calculation shall
be submitted by the contractor to Employer for approval. All expenditure related to
this work is deemed to be included in the bid price and no extra payment shall be
made for the same.
4.3.1.5 The Contractor shall take adequate safety precautions to protect personnel;
from the potentially dangerous voltage build up due to electromagnetic and
electrostatic coupling in the pulling wire, conductors during destringing and
stringing operations. These precautions includes measures taking in account the
other circuit on the line under live conditions.
4.3.1.6 The Contractor shall also take adequate safety precautions to protect personnel from
potentially dangerous voltage build up due to distant electrical storms/energized
lines.
4.3.2 Running Blocks
4.3..2.1 The groove of the running blocks shall be of such a design that the seat is
semicircular and larger than the diameter of the conductor and it does not slip over
or rub against the slides. The grooves shall be lined with hard rubber or neoprene to
avoid damage to conductor and shall be mounted on properly lubricated bearings.
4.3.2.2 The running blocks shall be suspended in a manner to suit the design of the cross-
arm. All running blocks, especially at the tensioning end will be fitted on the cross-
arms with jute cloth wrapped over the steel work and under the slings to avoid
damage to the slings as well as to the protective surface finish of the steel work.
4.3.3 Repairs to Conductors
4.3.3.1 The conductor shall be continuously observed for loose or broken strands or any other
damage during the running out operations.
4.3.3.2 Repairs to conductor where no more than two strands in the outermost layer are broken
shall be carried out with repair sleeve with approval of Engineer-Incharge.
4.3.3.3 Repairing of the conductor surface shall be carried out only in case of minor
damage, scuff marks, etc. The final conductor surface shall be clean, smooth and
free from projections, sharp points, cuts, abrasions, etc.
4.3.3.4 The Contractor shall be entirely responsible for any damage to the towers during
stringing.
4.3.4 Crossings
Derricks or other equivalent methods ensuring that normal services need not be
interrupted nor damage caused to property shall be used during stringing operations
where roads, channels, telecommunication lines, power lines and railway lines have
to be crossed. In case of railway crossings, shutdown might not be available and
therefore, contractor shall be required to carry out re-conductoring under such
condition i.e. without any shutdown of railways. However, shut down shall be
obtained when working at crossings of overhead power lines. The Contractor
shall be entirely responsible for the proper handling of the conductor and accessories
in the field.
4.4 Stringing of Conductor
4.4.1 The stringing of the equivalent HTLS conductor shall be done by the standard
stringing method suitable for the type of Offered technology HTLS Conductor
offered
4.4.1.1 The Contractor shall deploy appropriate tools/ equipments/ machinery to ensure that
the stringing operation is carried out without causing damage too conductor and the
conductor is installed at the prescribed sag tension as per the approved stringing
chart. Prior to taking up stringing work the Contractor shall submit for approval of
Site-In charge the complete details of stringing methods he proposes to follow.
4.4.1.2 If any special tools and tackles other than those generally used for stringing of
ACSR conductors are deployed for stringing of Offered technology HTLS
Conductor by the contractor, a set of those tools & tackles shall be supplied
by the contractor to the Employer, on completion of the project, at no extra cost.
The quantitiy of such tools & tackles shall be sufficient to carry out stringing
operations of the longest section (from angle tower to angle tower) of the existing
transmission line.
4.4.2 The contractor shall submit, for approval of site in-charge, the complete details of the
stringing methods he proposes to follow. Prior to stringing the Contractor shall
submit the stringing charts for the conductor showing the initial and final sags and
tension for various temperatures and spans alongwith equivalent spans in the lines
for the approval of the Employer.
4.4.3 A controlled stringing method shall be used. Conductors shall not be allowed to hang
in the stringing blocks for more than 96 hours before being pulled to the specified
sag.
Conductor creep are to be compensated by over tensioning the conductor at an
appropriate temperature lower than the ambient temperature based on creep
calculations to be furnished by the Contractor .
4.5 Jointing
4.5.1 When approaching the end of a drum length at least three coils shall be left in place
when the stringing operations are stopped. These coils are to be removed carefully,
and if another length is required to be run out, a joint shall be made as per the
approved drawing and procedures recommended by the manufacturer of joints.
4.5.2 Conductor splices shall not crack or otherwise be susceptible to damage in the stringing
operation. The Contractor shall use only such equipment/methods during conductor
stringing which ensures complete compliance in this regard.
4.5.3 All the joints on the conductor shall be of the compression type, in accordance
with the recommendations of the manufacturer, for which all necessary tools and
equipment like compressors, dies etc., shall be obtained by the Contractor. Each
part of the joint shall be cleaned by wire brush till it is free of dust or dirt etc., and
be properly greased with anti- corrosive compound. If required and as recommended
by the manufacturer, before the final compression is carried out with the
compressors. For composite core Offered technology HTLS Conductorsuitable
sleeve, collets, collet housing shall be used for jointing of core as per the offered
design and methodology applicable for similar type of design/application
4.5.4 All the joints of splices shall be made at least 30 metres away from the tower
structures. No joints or splices shall be made in spans crossing over main roads,
railways and small river tension spans. Not more than one joint per sub conductor
per span shall be allowed. The compression type fittings shall be of the self
centering type or care shall be taken to mark the conductors to indicate when the
fitting is centered properly. During compression or splicing operation; the
conductor shall be handled in such a manner as to prevent lateral or vertical bearing
against the dies. After compressing the joint the aluminium sleeve shall have all
corners rounded, burrs and sharp edges removed and smoothened.
4.5.5 During stringing of conductor to avoid any damage to the joint, the Contractor
shall use a suitable protector for mid span compression joints, in case they are to
be passed over pulley blocks/aerial rollers. The pulley groove size shall be such that
the joint alongwith protection can be passed over it smoothly.
4.6 Tensioning and Sagging Operations
4.6.1 The tensioning the sagging shall be done in accordance with the approved stringing
charts or sag tables. The “initial” stringing chart shall be used for the conductor.
The conductors shall be pulled up to the desired sag and left in running blocks for
at least one hour after which the sag shall be rechecked and adjusted, if necessary,
before transferring the conductors from the running blocks to the suspension clamps.
4.6.2 The sag will be checked in the first and the last section span for sections up
to eight spans, and in one additional intermediate span for sections with more than
eight spans. The sag shall also be checked when the conductors have been
drawn up and transferred from running blocks to the insulator clamps.
4.6.3 The running blocks, when suspended from the transmission structure for sagging,
shall be so adjusted that the conductors on running blocks will be at the same
height as the suspension clamp to which it is to be secured.
4.6.4 At sharp vertical angles, conductor and earthwire sags and tensions shall be checked
for equality on both sides of the angle and running block. The suspension insulator
assemblies will normally assume verticality when the conductor is clamped.
4.6.5 Tensioning and sagging operations shall be carried out in calm whether when rapid
changes in temperature are not likely to occur.
4.7 Clipping In
4.7.1 Clipping of the conductors into position shall be done in accordance
With the manufacturer’s recommendations.
4.7.2 Jumpers at section and angle towers shall be formed to parabolic shape as per existing
tower line diagrams to ensure minimum clearance requirements.
4.7.3 Fasteners in all fittings and accessories shall be secured in position. The security clip
shall be properly opened and sprung into position.
4.8 Fixing of Conductors Accessories
Conductor accessories including spacers, spacer dampers (for bundle conductor) and
vibration dampers shall be installed by the Contractor as per the design requirements
and manufacturer’s instruction within 24 hours of the conductor clamping. While
installing the conductor accessories, proper care shall be taken to ensure that the
surfaces are clean and smooth and that no damage occurs to any part of the accessories
or of the conductors. Torque wrench shall be used for fixing the Dampers/Spacer
Dampers, Suspension Clamps etc. and torque recommended by the manufacturer of
the same shall be applied.
4.9 Permitted Extra Consumption of Line Materials
4.9.1 The quantity of conductor to be incorporated in the line shall be worked out as per
the following norms.
Quantity of Conductor = Line Length* as per detailed survey
x 3( for 3 phases) x no. of conductor
per phase x 2 (for Double Circuit
Line)
HTLS Conductor 1
4.9.3 In case of conductor, the permitted extra consumption limit of one percent is inclusive of
sag, jumpering, damage, loss and wastage etc.
4.9.4 In case of other contractor supplied line materials viz. Conductor, associated fittings
and accessories, the extra consumption on account of damage, loss and wastage etc.
shall be to the Contractor’s account.
In respect of disc insulators & hardware fittings of existing line, which shall be
used/retained, permitted wastage towards damage/handling during destringing and
stringing shall be exclusive of quantities found defective during inspection. Required
quantities to replace the defective items including permitted wastage shall be supplied
by the Employer
4.9.5 The dismantled conductor removed from the existing line is envisaged for reuse by the
employer in other projects. The contractor shall maintain proper record of dismantled
conductor lengths removed during destringing of existing line.
4.9.6 De-strung length shall be measured after cutting/removal of dead end joint/mid span
compression joints/ Repair Sleeve and then to be rewound on drums. The Contractor shall
not be required to return to the UPPTCL these joints removed from the conductor length
as well as conductor jumper/ pieces/ bits of up to 100m and shall dispose off the same at
his cost. The details of length shall be stenciled legibly on the drums. The contractor shall
take proper care for the safety of dismantled material removed from the existing line. The
contractor shall utilize empty drums of HTLS conductor supplied by him, for rewinding
of dismantled conductor, in the presence of employer’s representative. The contractor
shall be responsible for the safety of the dismantled conductor & hardwares & accessories
from damage during handling/rewinding and transportation to the designated stores of
employer and shall take necessary precautions to protect the conductor surface.
Rewinding of the conductor on drums including all tools, plants, labour and materials etc.
required for proper rewinding of conductor is be deemed to be included in the scope of
work.
4.9.7 The Contractor shall return to the Employer the line materials viz. dismantled conductor
and all its accessories including suspension clamps, vibration dampers, spacers etc except
Mid span compression joints ,repair sleeves dead end clamps etc as removed from the
existing line during destringing and not incorporated in the works after proper
reconciliation jointly with the Employer. If the Contractor fails to return the same he shall
compensate the Employer suitably for the material which he is unable to return at rates
corresponding to the at the prevailing 'cost of procurement'.
4.9.8 The contractor shall return to the Employer, other Employer supplied materials viz.
insulators & hardware fittings, not incorporated in the works, except those quantities
permitted as extra consumption by the Employer as above. If the Contractor fails to
return the same , beyond the wastage permitted, he shall compensate the Employer
suitably for the material which he is unable to return at rates corresponding to the at the
prevailing 'cost of procurement' plus 25%.
Permissible wastage of porcelain/glass insulators, suspension clamps & conductor
accessories viz. vibration dampers & spacers, existing in the line, towards damage/
handling during de-stringing/ dismantling shall not be more than 5% of the total quantity
of above items in the line.
Permissible wastage of ACSR conductor towards damage/ handling during de-
stringing/dismantling including conductor jumper/ pieces/ bits of up to 100m shall not be
more than 5% of the total quantity of conductor in the line*.
* Total quantity of conductor in the line = Line length X 12
4.9.9 The quantities of line materials to be supplied by the contractor (i.e. Offered technology
HTLS Conductor and associated hardware fittings and accessories ) as indicated
in the Bill of materials are tentative. The actual quantities shall depend upon final
inspection report & site requirements & shall also include reasonable quantity of spares
(of the order of 2% approx.). Contractor shall be responsible for regulating the supplies
of contractor supplied materials based on actual requirements. The UPPTCL shall have
right not to take any surplus contractor supplied materials.
4.10 Final checking, Testing and Commissioning
After completion of the works, final checking of the line shall be carried out by the
Contractor to ensure that all foundation works, tower erection and stringing have been
done strictly according to the specifications and as approved by the Employer. All the
works shall be thoroughly inspected in order to ensure that :
a) The stringing of the conductors has been done as per the approved sag and tension
charts and desired clearances are clearly available;
b) All conductor accessories are properly installed;
c) The original tracings of profile are submitted to the Employer for reference and
record.
d) The insulation of the line as a whole is tested by the Supplier through
provision of his own equipment, labour etc., to the satisfaction of the Employer.
e) The line is tested satisfactorily for commissioning purpose.
5.0 Field Quality Plan
All field activity shall be carried out in accordance with Standard Field Quality plan
given in the Specification.
6.0 Standards
6.1 The design, manufacturing, fabrication, galvanising, erection procedure and
materials used for manufacture and erection of assorted tower members shall
conform to the following Indian Standards (IS)/International Standards which shall mean
latest revisions, with amendments/changes adopted and published, unless specifically
stated otherwise in the Specification. In the event of supply of material conforming to
Standards other than specified, the Bidder shall confirm in his bid that these Standards
are equivalent to those specified. In case of award, salient features of comparison
between the Standards proposed by the Bidder and those specified in this document will
be provided by the Contractor to establish their equivalence.
6.2 The material and services covered under these specifications shall be performed as per
requirements of the relevant standard code referred hereinafter against each set of
equipment and services. Other internationally acceptable standards which ensure equal
or higher performance than those specified shall also be accepted.
Sl. Indian Standard Title International
No. Standard
1. IS:209-1992 Specification for Zinc ISO/R/752
ASTM B6
2. IS 278-1991 Galvanised Steel Barbed wire ASTM A131
3. IS 800-1991 Code of Practice for General Building CSA 6.1
Construction in Steel
4(a). IS:802(Pa Code of Practice for General Building Construction in ASCE 52
rt 1) Sec Steel in Overhead Transmission Line Tower : IEC 1000
1-1995 BS 8100
Sec 2-1992 Materials, loads and Permissible Stress
Section- 1: Materials and loads
Section-2 : Permissible stresses.
4(b). IS:802(Part 2)- Code of Practice for use of structural steel in ASCE 52
1990 Overhead Transmission Line :
PRE-COMMISSIONING
PROCEDURES FOR
TRANSMISSION LINES
PRE-COMMISSIONING PROCEDURES FOR TRANSMISSION LINES
INTRODUCTION
Over all procedure, safety rules, Statutory Requirements, dispatch procedures, switching sequences,
observations, passing criteria and documentation of test results have been documented in this report.
The detailed inspection and handing over documents are required to be checked for the entire length of transmission line
before energization.
The detailed inspection/test procedures for each activity has been elaborated in separate section of this documentation. The
contents of this report are as following :
1. Definition
2. Overall Procedures
3. Safety procedures
4. Inspection
5. Statutory Requirements
6. Handing over
7. Protective system
8. Dispatch procedures
9. Switching procedures
10. Testing
11. Energization
12. De-energization
13. Observations and duration
14. Passing criteria
15. Documentation
1.0 DEFINITION
"Main Transmission Lines" means all high pressure cables and overhead lines (not being an essential part of
the distribution system of a licensee) transmitting electricity from a generating station to another
generating station or a sub-station, together with any step-up and step-down transformers, switch-gear and
other works necessary to and used for the control of such cables or overhead lines, and such buildings or part
thereof as may be required to accommodate such transformers, switch-gear and other works and the operating
staff thereof; "Power System" means a system under the control of the Government or any Board of
Generating Company or other agency and having one or more-
i) generating station; or
ii) main transmission lines and sub-stations; or
iii) generating stations and main transmission lines and substations; "Regional Electricity Board" means
any of the Boards as constituted immediately before the commencement of the Electricity Laws
(Amendment)Act, 1991, by resolution of the Central Government for ensuring integrated operation of
constituent system in the region;
"Regional Load Dispatch Centre" means the Centre so designated where the operation of each of the Regional
Electricity Grids constituting the country's power system is coordinated;
"Sub-Station" means a station for transforming or converting electricity for the transmission or
distribution thereof and includes transformers, convertors, switch-gear, capacitors, synchronous
condensers, structures cables and other appurtenant equipments and any buildings used for that purpose and
the site thereof, a site intended to be used for any such purpose and any buildings used for housing the staff of
the sub section;
"Tie-Line" means a line for the transfer of electricity between two power systems together with switchgear and
other works necessary to, and used for the control of such line.
2.0 OVERALL PROCEDURE
First it is to be ascertained that the transmission line to be energized is ready for operation and has been
properly handed over (released) in writing. This will include all safety aspects, Electrical inspector clearance,
PTCC clearance, Statutory clearance, and final inspection, if any.
Instructions for the work and supervision is given by the test leader (Line in charge). However all
switching and all operational activities will be executed by the concerned engineer .
Line charging instructions received from concerned department/units should be clearly understood by the Line
in charge and doubts, if any, are to be got clarified prior to the energisation of the line.
Once the line is handed over for charging no work shall be permitted without a valid WORKPERMIT.
Concerned division’s/cicle’s recommendations/ requirements are to be followed before putting the
system into continuous operation.
4.0 INSPECTION
Before the line is scheduled to be handed over for the pre- commissioning/energization the same shall be
inspected by representatives of UPPTCL and Construction Agency as follows :
Such an inspection shall include :
i) Right of way/way leave/electrical clearance
ii) Foundation and Revetments/Protection Work
iii) Tower and Tower accessories
iv) Hardware Fittings v) Insulators
vi) Conductors and Earthwire
vii) Accessories for conductor and Earthwire
viii) Aviation Warning Signals (Lights/globules/painting)
As per existing MOE&F guidelines/UPPTCL specification, the maximum width of right of way for the
transmission lines on forest land shall be as given in Table-1
TABLE NO. 1
CLEARANCE FOR RIGHT OF WAY
TRANSMISSION VOLTAGE (KV) MINIMUM RIGHT OF WAY(MTRS)
)
132 27
220 35
52
400
(S/C)
46
400
(D/C)
4.1.2. Electrical Clearance
In case of line crossings, clearance between lowest conductor of line and top conductor of the other line shall be
adequate as follows :
(Minimum clearances in mm between lines when crossing each other)
Sl. Nominal 132 kV 220 kV 400 kV 800 kV
No. System HVDC
Voltage
Jumpers in the tension tower are properly intact with conductor and form a parabolic shape in order to
achieve adequate clearance from super steel structure.
Minimum electrical clearance between Conductor & Trees considering
Maximum sag & swing of Conductor (minimum 35 deg.) shall be as follows.
Sl. Minimum clearance between
Voltage
No. conductors and trees (Mts)
1. 132 KV 4.0
2. 220 KV 4.7
3. 400 KV 5.5
4 765KV 9.0
5 500 kV HVDC 7.4
6 800 kV HVDC 10.7
The ground profile at the time of commissioning shall be checked with the profile approved at the time of
check survey.
Ground clearance of lowest conductors at critical points/where ever the lowest conductor is touching the
ground shall be checked in the field from any of the prevalent method and the values of ground clearance
at these critical points shall be recorded in the prescribed format.
In case of hilly Terrain and for building clearance, the side clearance from conductors and jumpers at
critical points shall also be checked and recorded for all phases of conductor/earthwire towards hill/
building side.
The permissible minimum ground clearances for different voltages are as given below.
TRANSMISSION GROUND CLEARANCE( MM)
VOLTAGE( IN KV )
132 6100
220 7015
400 8840
+/- 800 kV 18000 for rural & sub-urban areas &
HVDC 20000 for urban & populated areas
Clearance between line crossings each other, the minimum clearances between the Power line crossing
each other shall be as per 69.0, Part-III,Sec-4, of CEA’s Regulations 2010 (Measures relating to Safety and
Electric Supply) and UPPTCL specification.
132 2745
220 3050
400 4880
4.5 INSULATORS
All the damaged/broken insulators shall have to replace by the contractor. The isulators on this account
shall be provided by UPPTCL.
Unusual deflection in suspension strings if observed shall be rectified. The insulators shall be cleaned
during erection work & latest before charging.
*****************