0% found this document useful (0 votes)
21 views350 pages

SBDTD516

This is a 2nd tender notice of HTLS Conductor

Uploaded by

anuragthakur0502
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
21 views350 pages

SBDTD516

This is a 2nd tender notice of HTLS Conductor

Uploaded by

anuragthakur0502
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 350

U.P.

POWER TRANSMISSION CORPORATION LIMITED


TENDER SPECIFICATION NO. TD- 516/25
FOR
Replacement of existing ACSR Panther Conductor of 132KV lines with HTLS Conductor (Except
GAP type), including Design, manufacturing, testing & supply of HTLS Conductor along with
suitable Hardwares & Accessories, on Turn-Key basis, as per following details :

Replacement of ACSR Panther conductor of :


132 KV Bijnour-SGPGI ckt.–I Line :11.95 Ckt. Km.
132 KV Bijnour-SGPGI ckt.–II Line :11.95 Ckt. Km.

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

Price : Rs. 2950=00


(Cost of Tender document : Rs. 2500/-)
( GST (@ 18%) : Rs. 450/-)

Last Date & Time of Submission of e-Tender : 01.09.2025 at 17:00 Hrs.


Date & Time of opening of e-Tender(Part-I) : 02.09.2025 at 15:30 Hrs
Preface

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

Sections Particulars Page No.

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

(Technical Specification-Separately enclosed to this


Document)

Section-I General Information & Scope

Section-II Conductor

Section-III Hardware Fittings & Accessories

Section-IV Stringing And Commissioning of Line

VOLUME-III

(Price Schedule in .xls Sheet will be available in the Official


e-tender portal of the UPPTCL)

A. Bill of Quantities & Price Schedule: (In.XLS Sheet)

Schedule-1 Supply Portion of the Works:


This schedule includes the activity wise BOQ of the
equipment/materials required to be supplied under the works
Schedule-2 Corresponding Erection/Commissioning Portions of works:
This schedule includes the BOQ of the corresponding activity
wise erection/ commissioning of the equipment/materials.

Schedule-3 Summary of Total Price Schedule:


This schedule includes the schedule wise summary of the Total
Price quoted by the bidder. This schedule is auto linked to
Schedule-1& 2 of the BOQ and price Schedule.

RAC This schedule includes RAC Guaranteed value .


Guaranteed
Section-1

Notice Inviting Tender (NIT)


E-TENDER NOTICE
Tender Specification No. TD-516/25
UTTAR PRADESH POWER TRANSMISSION CORPORATION LTD.
m0iz0 ikoj VªkUlfe’ku dkjiksjs’ku fy0
bZ&fufonk vkea=.k lwpuk
bZ&fufonk fof'k"Vh la0&Vh0Mh0& 516@25
^^ mÙkj çns'k ds vUrxZr yxHkx 23-90 lfdZV fdeh 132 dsoh
fctukSj&,lthihthvkbZ ykbu ds lfdZV&1 ,oa 2 ds orZeku ,lh,lvkj iSUFkj
d.MDVj dks le:Ik ,pVh,y,l d.MDVj ¼xSi Vkbi dks NksM+dj½ ls cnyus ds
dk;Z dks VuZ&dh vk/kkj ¼fMtkbu] VsfLVax ,oa vkiwfrZ lfgr½ ij djk;k tkuk^^ gsrq
bZ&fufonk vkeaf=r dh xbZ gS ftls https://etender.up.nic.in. ij fn0
07@08@2025 dks izdkf'kr fd;k x;k gSA dk;Z dh vuqekfur ykxr :0
7,38,00,000.00 ek=] dk;Z dh vof/k 06 ekg] /kjksgj /kujkf'k :0 7-38 yk[k
gSA vkWuykbu fufonk Hkjus dh vafre frfFk fn0 01-09-2025 ¼17%00 cts rd½ gSA
dk;Z dh dqy ek=k] fufonk fof'k"Vhdj.k o vU; fu;e ,oa 'krsZ bZ&fufonk
osclkbV miyC/k gSA fcuk dkj.k crk;s v/kksgLrk{kjh dks fufonk fujLr djus dk
vf/kdkj gksxkA
fu/kkZfjr frfFk ds foLrkj rFkk 'kqf) i= ls lEcfU/kr lwpuk] ;fn dksbZ gksxh rks
dsoy mDr osclkbV ij izdkf'kr dh tk;sxhA vr% Lo;a dks viMsV j[kus ds fy;s
mijksDr osclkbV dks fu;fer ns[krs jguk pkfg,A
v/kh{k.k vfHk;Urk] fo0ik0ifj0ea0] 10oka ry]'kfDr Hkou foLrkj] y[kuÅA
i=kad% 1413 fnukad% 07-08-2025
Size 8x8

U.P. POWER TRANSMISSION CORPORATION LTD.


E-Tender Notice
E-TENDER No. TD-516/25.
Online e-Bids are invited for " Replacement of existing ACSR Panther
Conductor of approx. 23.90Ckt km of 132 KV Bijnaur-SGPGI Ckt.-
I&II lines with HTLS Conductor(Except GAP type), including Design,
manufacturing, testing & supply of HTLS Conductor alongwith
suitable Hardwares & Accessories, on Turn-Key basis". E-tender has
been uploaded on 07.08.2025 on e-tender website https://etender.up.nic.in.
Estimated cost of the work: Rs 7,38,00,000.00 only. Time Period is
06 Months. EMD Cost: Rs. 7.38 Lacs. Last date of online tender
submission is 01.09.2025 upto 17:00 Hrs. Total quantity of work, tender
specification and other terms and condition are as per tender document
available on the e-tender website. Undersigned reserve the right to cancel
the e-Bids without assigning any reason.
Corrigendum, Addendum, date Extensions, if any, shall be uploaded only
on the above website. Bidders are advised to visit the website regularly for
updated information.

Superintending Engineer, ETDC, 10th floor, Shakti Bhawan Extn.,


Lucknow
i=kad-1413 fnukad- 07-08-2025

Size 8x8
Section-1

Notice Inviting Tender (NIT)

TENDER NOTICE NO.: TD-516/25 Date. 07.08.2025

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

Notice Inviting Tender (NIT)

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:

1. NIT No. & date TD-516/25 dt.07.08.2025


2. Tender Issuing Department U.P. Power Transmission Corporation Ltd
3. Tender Reference Number TD-516/25
4. Tender ID TD-516/25
5. Tender Type Open Tender
6. No. Of Cover 02
7. Tender Category Works
8. Stages Of Bidding Single Stage
9. Bid Validity 180 days from date of opening of Technical
Part-I Bids.
B. Payment Instruction:
1. Off Line -
2. On Line NEFT/RTGS
C. Cover Information:
1. Fee/Pre-Qualification/Technical: Document type:.pdf , (Techno-Commercial
Bid)
2. Finance-BOQ: Document type: .xls, (Price Bid)
D. Tender Cost & Fee Details:
1. Tender Cost Rs. 2950/-
2. Mode of payment-Tender Cost NEFT/RTGS
3. Tender Cost Payable to ICICI Bank A/C No. “628105038318”
(IFS Code ICIC0006281) in favour of
“Dy. GM Head Quarter Payment Unit
UPPTCL”
4. Tender Cost exemption allowed to NA
E. EMD Fee Details:
1. EMD Amount 7.38 Lakhs
2. EMD Fee Type Fixed
3. Mode of Payment RTGS/NEFT/Demand Draft/Bank
Guarantee/FDR/TDR
4. EMD Payable to ICICI Bank A/C No. “628105038318”
(IFS Code ICIC0006281) in
favour of “Dy. GM Head Quarter
Payment Unit UPPTCL”
5. EMD exemption allowed to NA
F. Work Details:
1. Title TD-516/25
2. Brief description of works Replacement of existing ACSR Panther
Conductor of approx. 23.90 Ckt km of 132
KV Bijnaur-SGPGI ckt-I&II lines with
HTLS Conductor(Except GAP type),
including Design, manufacturing, testing &
supply of HTLS Conductor alongwith
suitable Hardwares & Accessories, of
UPPTCL, on Turn-key basis
3. Place of the Works Uttar Pradesh
4. Estimated Cost Of the Tender Rs.7.38 crores
5. Project Completion Period 06 months
6. Pre-Bid Meeting Date & Time -
7. Pre-Bid Meeting Venue -
G. Critical Dates & time:
1. Document Uploading Date & Time 07.08.2025 after 05:00 PM
2. Document Download/Sale-Start Date &
07.08.2025 after 05:00 PM
Time
3. Document Download/Sale-End Date &
01.09.2025 at 05:00PM
Time
4. Clarification- Start Date & Time 07.08.2025 after 05:00 PM
5. Clarification- End Date & Time No later than 07 days prior to the deadline for
submission of bids
6. Bid Submission –Start Date & Time 07.08.2025 after 05:00 PM
7. Bid Submission –End Date & Time 01.09.2025 at 05:00 PM
8. Bid Opening (Part-I)-Date & Time 02.09.2025 at 03:30 PM
9. Price Bid Opening (Part-II)-Date & <Will be intimated through official e-tender
Time portal of the Owner>

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

B. Important Instruction to Bidder(s)

5. Supporting Documentary Evidence


6. Documents to be furnished/uploaded/keyed in

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

11. Cost of Bidding


12. Language of Bid
13. Local Conditions
14. Mode Of Bidding
15. Alternative Bids and or Conditional Bid
16. Bid Prices and Price Variations
17. Currencies of Bid and Payment
18. Taxes and Duties
19. Period of Validity of Bids
20. EMD
21. Signing of the Bid

E. Submission and Opening of Bids42

22. Mode Of Submission of Bids


23. Deadline for Submission of Bids
24. Late Bids
25. Withdrawal, Substitution, and Modification of Bids
26. Bid Opening

F. Evaluation and Comparison of Bids

27. Preliminary Examination of Technical Bids


28. Calrification of Bids
29. Evaluation of Techncial Bid (Part-I)
30. Detailed Evaluation of Technical Bids
31. Opening of price bid
32. Correction of Arithmetical Errors (price Bid)
33. Evaluation of Price Bid
34. Confidentiality of bid evaluation process
35. Minimum Local Content
36. Owner’s Right to Accept Any Bid, and to Reject Any or All Bids

G. Award of Contract

37. Award Criteria


38. Letter of Award
39. Performance Security(CPBG)
40. Signing of Contract
Section 2 - Instructions to Bidders
A. General

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.

4.4 Financial Qualification: Unless otherwise specifically mentioned in the Bid


Data Sheet (BDS), Bidder’s Financial Qualification shall be;
(a) Minimum Average Annual Turnover (MAAT): The Minimum Average
Annual Turnover (MAAT) shall be Average of the Best Three Financial Years
Turnover out of the Last Five/Four Financial Years preceding to the year of
NIT. In case the Bidder is in existence for less than four financial years the
Minimum Average Annual Turnover shall be average of the turnover of the
completed no of financial years. The bidder, who is in existence for less than
one complete financial year, shall not be qualified. The MAAT shall not be less
than the Amount [Estimated Cost/Schedule Completion Period in year]. The
project related turnover of the bidding company on standalone basis only
(excluding its Associate companies/Holding Company) shall be considered for
this purpose. The bidder shall meet the MAAT Qualifying Criteria as shown
herein below:
Single JV/Consortium Lead partner of Other Partner (s) of
entity as a whole the JV/ JV/ Consortium
Consortium
Must Must meet Must meet at Must meet at least
meet 100% least 20% 20%
100%
(b) Liquid Assets & Access To or Availability Of Credit; The liquid assets
(Cash at Bank & Fixed Deposit) and Un-Utilised credit facility (both Fund &
Non Fund based) available from bank(s) duly certified by the Bank(s) at the end
of Month preceding to the previous Month of Tender opening, shall not be less
than 15% (Fifteen Percent) of estimated cost of the package(s)/works. For this
purpose the liquid Assets and Un-Utilized Credit facilities of Partners of Joint
Venture/Consortium shall be considered together. The bidder shall meet the
Liquid Assets & Access to or Availability of Credit Qualifying Criteria as
shown herein below:
Single entity JV/Consortium Lead partner of Other Partner (s) of JV/
as a whole the JV/ Consortium
Consortium
Must meet Must meet Must meet at Must meet at least 20%
100% 100% least 20%
(c) Net Worth: Net worth of bidder as per the audited financial results shall be
positive on the last day of the preceding financial year. Net Worth means the
sum total of the paid-up share capital and free reserves(excluding reserves
created out of the revaluation of assets, write back of depreciation provisions
and amalgamation& Capital Reserve) net of P&LA/C (Dr. balance) and
miscellaneous expenses to the extent not adjusted or written off.
4.5 Bidders Credibility Criteria: Unless otherwise specifically mentioned in the
Bid Data Sheet (BDS), Bidders Credibility Qualification Criteria shall be;
 The bidder(s) who stand currently debarred / by UPPTCL/Any
DISCOM of UP / Govt. Of UP or black listed by any other Distribution
/ Transmission / Generation Utility in India as on the initial date of
opening of bid shall not be eligible to participate in this tender. This is
also applicable to Joint Venture (Joint Venture/Consortium) bidder. If
any one of the Joint Venture partner suffers from any of the above
disqualification, the bids submitted by the Joint Venture/ Consortium
shall be rejected.

 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.

4.9 Vendor’s Technical Qualification: Unless otherwise specifically mentioned in


the Bid Data Sheet (BDS), Vendor’s Technical Qualification of the Equipment/
Materials (Other than Owners Supplied Materials-OSM mentioned in the
Employer’s Requirement under Section-4) which are to be sourced from the
approved vendor(s) of UPPTCL as mentioned in the Employer’s Requirement
under Section-4. In the absence of list of approved vendor, the Contractor(s) shall
be allowed to source such equipment/materials from the Manufacturer(s) only
who meets the Vendor’s Technical Qualification Criteria given as under;
 The Vendor should have Manufacturing facilities and having own
service base in India. In case Vendor’s/ Manufacturer’s Manufacturing
facilities is situated outside India, they should have a tie up with Indian
Manufacturer having adequate service base in India from where they
will be providing after sales services of the equipment/ materials
supplied under this contract.
 The equipment/materials shall have Valid Type Test Report conducted
at the Accredited Laboratory of repute such as CPRI/EREDA. Such
Type of Test Reports (TTRs) shall remain valid for the period
mentioned in the CEA Guidelines as issued from time to time reckoned
from the date of submission of the tender.
 The Equipment/Materials to be supplied shall meet the minimum
guaranteed Technical Particulars specified in the Volume-II of this
tender.
 The Vendor should have supplied at least 50% of the tender quantity to
any State Transmission/Distribution Utility and/or to any
PSU/CPSU/Statutory Corporation/Authority under State/Central and/or
to any Transmission Licensee executed project under Tariff Based
Competitive Bidding (TBCB) during last 5 (five years) reckoned from
the last date of Submission of the Bid.
 The supplied quantity must have one-year successful operation.
 In this respect, prospective bidder shall submit the name of the vendor,
Manufacturing facilities, possession of valid type test report, and supply
experience and supply performance in the prescribed formats in Section-
7. Bidder also furnish Manufacturer Authorisation certificate as per the
prescribed format in Section-7 and up load documentary proof of their
technical qualification in .pdf attachment.
B. Important Instruction to Bidder – (Documents)

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

02 Free Reserves excluding the reserves created out


of the following;
i. Revaluation of assets.
ii. Write Back of depreciation Provisions.
iii. Amalgamation.
iv. Capital Reserve
03 Less, P&L A/C (Dr. balance)

04 Less, Miscellaneous expenses to the extent not


written off.
05 Total: (5=1+2-3-4)
(f) The bidder must upload the undertaking certificate in support of their
Credential Qualification criteria strictly as per the prescribed format.
(g) The Bidder must also upload documentary evidence in support of the Vendor’s
qualifying requirement mentioned above.

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.

(b) Following scanned documents in .PDF file to be uploaded on the Official e-


Tender Portal of UPPTCL “www.etender.up.nic.in” as an attachment along with
Bid Proposal Sheet (BPS).
Sl. Description .Pdf file
No reference
1 Proof of RTGS/NEFT towards Tender Attach 1.pdf
Cost 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 Attach 2.pdf
signing the bid document.
ii. Joint Venture/Consortium Agreement
& Power of Attorney of Joint
Venture/Consortium (In case of Bid
from Joint Venture/ Consortium).
3 Following documents/Credential in Attach 3.pdf
support of meeting Technical Qualifying
requirement of the Bidder:
i. Work Orders/LOA (including
detailed bill of quantity for supply
& erection works)
ii. Commissioning and Operational
Certificate/ Handing Over and
Taking Over Certificate/Client
Certified copies of completion
certificate in respect of the work
orders furnished as above.
iii. Performance Certificate in respect
of the work orders furnished as
above.
iv. Valid HT/EHT Electrical License
of the EPC/ Turnkey Contractor
available from anywhere in India.
(In case of Joint
Venture/Consortium Valid
HT/EHT license available from
anywhere in India possesses by the
Lead partner).
v. Certificate of Incorporation (Tower
Manufacturer).
vi. Tower Manufacturing Production
Capacity
4 Scanned copy of Documents/credential Attach 4.Pdf
in support of meeting the Financial QR
of the Bidder:
i. Audited Annual Accounts for last
05(five) years.
ii. MAAT Schedule (Table-A)
iii. Liquid Assets and Un-Utilised
Credit Facility Schedule (Table-
B)
iv. Net Worth Schedule (Table-C)
v. Total Order Value of UPPTCL
work-in-Hand (if any) (Table-D)
5 Scanned copies of Statutory Documents Attach 5.pdf
of the Bidder;
i. Certificate of Incorporation.
ii. IT PAN.
iii. IT Return of last three years.
iv. GST Registration Certificate.
v. EPF Registration Certificate etc.
vi. HT/EHT License
6 Documents/Credential in support of Attach 6.Pdf
Technical Qualifying requirement of the
Vendor (In the absence of approved list
of Vendors).
i. Evidence of Manufacturing base
in India or outside.
ii. Evidence of service base in India
or agreement with the Indian
Manufacturer having for after
sales service.
iii. Supply experience (Certified
Copies of Purchase Orders)
iv. Clients Performance Certificate
v. Type Test certificate
vi. Manufacturer (Vendor’s)
Authorization Form as per the
format (Annexure-XI)
7 Commercial Deviation Schedule to be Attach 7.pdf
submitted as per the prescribed format
duly signed. (Annexure-XV)
8 Technical Deviation Schedule to be Attach 8.pdf
submitted as per the prescribed format
duly signed and uploaded ( Annexure-
XIV)
9 Work Completion Schedule to be signed Attach 9.pdf
and uploaded as per the format
(Annexure-XVI)
10 Self Declaration Form as per the format Attach 10.pdf
(Annexure-XIII)
11 Fraud Prevention Declaration as per the Attach 11.pdf
format (Annexure-X)
12 Affidavit of Bidder (Annexure-XVIII) Attach 12.pdf
13 Bidder’s Information includes Bank Attach 13.pdf
Details
14 BPS Attach 14.pdf
15 Any Other relevant documents < As per Attach 15.pdf
requirement of the tender>

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,

2 Summary Price Schedule-3 (Summary of Price )


Proposal
C. e-Bidding

7. E-tendering 7.1 e-Tendering information:


Process
7.1.1 Tender documents can be downloaded from the official e-Tendering Portal of
UPPTCL, “www.etender.up.nic.in” and website of the Owner
“www.upptcl.org”.
7.1.2 Tenderers should have valid Class-III Digital Signature Certificate (DSC) obtained
from any Certifying Authorities for registration in the official e-tender portal of
UPPTCL “www.etender.up.nic.in”.
7.1.3 The prospective bidders are advised to register their user ID, Password, company
ID with official e-tender portal “www.etender.up.nic.in” by clicking on hyper
link “Register Me” for the use of Electronic Tendering.
7.2 Processing of Tender:
7.2.1 The Tendering Authority will first verify the documents submitted with it and
determine the responsive bidder(s).
7.2.2 The Tendering Authority will then open the Technical Bid of all the Responsive
Bidder(s).
7.2.3 The downloaded documents are to be scrutinised by the UPPTCL to short list the
Techno-commercially qualified bidder(s).
7.2.4 The short listed Techno-Commercially qualified Bidder(s) will be intimated by
email for the due date & time of opening of the price bid.
7.2.5 The Price bid of the shortlisted Techno-Commercially qualified Bidder(s) shall be
opened and evaluated by UPPTCL to ascertain the lowest evaluated price.
7.3 Disclaimer to the e-tendering
7.3.1 This Document includes statements, schedules, forms under the category viz;
Tender Notification, Bid Documents and Bid Forms (In .XLS Formats) uploaded
in the official e-tendering portal of the UPPTCL, which reflect various
assumptions, which may or may not be correct. In this respect the Bidder(s) shall
submit Affidavit as per the Format enclosed. Bidder should conduct its own
estimation and analysis and should check the accuracy, reliability and
completeness of the information in this document and obtain independent advice
from appropriate sources in their own interest.
7.3.2 Neither UPPTCL nor its employees will have any liability whatsoever to any
Bidder or any other person under the Cyber law or Law of contract, the principles
of restitution or otherwise for any loss, expense or damage whatsoever which may
arise from or be incurred or suffered in connection with anything contained in this
Document, any matter deemed to form part of this Document, provision of
Services and any other information supplied by or on behalf of UPPTCL or its
employees, or otherwise arising in any way from the selection process for the
contract provision of Services for the Project.

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.

VOLUME I Bidding Procedures


Section 1 - Notice Inviting Tender(NIT)
Section 2 - Instructions to Bidders (ITB)
Section 3 - Bid Data Sheet (BDS)
Section 4 – Owners Requirement (ERQ)
Section 5 – General Conditions Of Contract (GCC)
Section 6 – Special Conditions Of Contract (SCC)
Section 7 - Bidding Forms (BDF)& Annexure

VOLUME II Technical Specification


Section 1 - Technical Details & Guaranteed Technical Parameters (GTP) of
Major Materials/ Equipment
Section 2 - Erection Conditions
VOLUME III Price Schedule
Schedule-1:Supply portion of the Scope of Works
Schedule-2: Corresponding Line Erection & commissioning portion of the
Works
Schedule-3: Summary of total Price Schedule
8.2 The Owner is not responsible for the completeness of the Bidding Document and
its addenda, if they were not obtained directly from the source stated by the
Owner in the Invitation for Bids.
8.3 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Document. Failure to furnish all information or
documentation required by the Bidding Document may result in the rejection of
the bid.
9. Clarification 9.1 A prospective Bidder requiring any clarification of the Bidding Document shall
of Bidding contact the Owner in writing at the Owner’s address indicated in the BDS or
Document, raise queries during the pre-bid meeting, if any. The Owner will respond to any
Site Visit, Pre- request for clarification, provided that such request is received no later than fifteen
Bid Meeting days (15) days prior to the deadline for submission of bids. The Owner’s response
shall be in writing with copies to all Bidders who have acquired the Bidding
Document.
9.2 The Bidder is advised to visit and examine the site where the work is to be
executed and its surroundings and obtain for itself on its own responsibility all
information that may be necessary for preparing the bid and entering into a
contract for the provision of plant and services. The costs of visiting the site shall
be at the Bidder’s own expense.

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.

9.4 The Bidder’s designated representative is invited to attend a pre-bid meeting, if


any. The purpose of the meeting will be to clarify issues and to answer questions
on any matter that may be raised at that stage.

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.

21.3 A bid submitted by a JV shall be signed so as to be legally binding on all partners.

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.

E. Submission and Opening of Bids

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.

F. Evaluation and Comparison of Bids

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).

29.3 Even after submission of additional information/clarification, the material deviation,


reservation, or omission exist, it shall be rejected by the Owner. The material
deviation, reservation, or omission will be one;
(a) if accepted, would affect in any substantial way the scope, quality, or
performance of the plant and services specified in the Contract; or
(b) if rectified, would unfairly affect the competitive position of other Bidders
presenting substantially responsive bids.

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

Replacing the existing clause 4.2,4.3 & 4.4 with the


ITB 4.2, 4.3,4.4 following:
4.2 PRE QUALIFYING REQUIREMENTS :
4.2.1 Qualification of the Bidder
Qualification of bidder will be based on meeting the
minimum pass/fail criteria specified below regarding the
Bidder’s Technical Experience, Equipment Capabilities and
Financial Position as demonstrated by the Bidder’s responses
in the corresponding Bid Schedules. Technical experience
and financial resources of any proposed sub-contractor shall
not be taken into account in determining the bidder’s
compliance with the qualifying criteria, except for
requirement stipulated herein below for Erection Experience
and Equipment Capabilities.

Bidder may offer HTLS conductor (except GAP type)


meeting the stipulated requirements of the technical
specification.

The Employer may assess the capacity and capability of the


bidder to ascertain that the bidder can successfully execute
the scope of work covered under the package within
stipulated completion period. The assessment shall inter-
alia include (i) document verification; (ii) bidder’s works/
manufacturing facilities visit; (iii) manufacturing capacity,
details of work executed, works in hand, anticipated in
future & balance capacity available for the present scope of
work; (iv) details of plant and machinery, manufacturing
and testing facilities, manpower and financial resources;
(v) details of quality system in place; (vi) past experience
and performance; (vii) customer feedback; (viii) Banker’s
feedback etc.
UPPTCL reserves the sole right to waive minor deviations if
they do not materially affect the capability of the Bidder to
perform the contract.
4.2.2 Technical Experience :
4.2.2.1 Manufacturing Experience:-
4.2.2.1.1 Manufacturing Experience
4.2.2.1.1 (a)The Qualified Manufacturer shall be a manufacturer
of Conductor/Core for the last Five years.
The Qualified Manufacturer should have manufactured, tested
and supplied at least one hundred(100) km of High
Temperature Low Sag (HTLS) Conductor/Core of same
technology as that of the conductor being offered in the
package having minimum thirty(30) number of strands or 100
sq. mm. aluminum cross section area in last ten(10) years as
on originally scheduled date of bid opening and same should
have been in satisfactory operation$ for a period of at least any
two(2) year within those 10 years,
OR
4.2.2.1.1 (b) An indigenous manufacturer of conductor/core not
meeting the requirement stipulated in cl. 4.2.2.1.1(a)
above can also participate provided he meets the
following requirements as on scheduled date of bid
opening :
The indigenous conductor manufacturer must be a
manufacturer of conductor/core for the last five years.
The indigenous conductor manufacturer must have
manufactured, tested, supplied at least fifty (50) km of High
Temperature Low Sag (HTLS) conductor/core of same
technology as that of the conductor being offered in the
package having minimum thirty (30) number of strands or 100
sq. mm. aluminum cross section area in last ten (10) years as
on originally scheduled date of bid opening and the same
should have been in satisfactory operation$ for a period of at
least any one (01) year within those 10years.
Note: In case of clause 4.2.2.1.1(b) above, 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.
OR
4.2.2.1.1 (c) Indigenous conductor manufacturer not meeting
the qualification requirements stipulated at para
4.2.2.1.1(a) or 4.2.2.1.1(b) above can submit bid as
one of the partners in Joint Venture of two conductor
manufacturers (Requirements specific to Joint
Ventures of two manufacturers are given under Para
4.2.2.1.1(d) below) provided that:-

The Indigenous conductor manufacturer is a


manufacturer of conductor for the last five years & has
manufactured, tested and supplied at least one thousand
(1000) km of ACSR/AAAC/ACAR/ AACSR conductor
having at least same or more number of strands as that of
the conductor being offered in the package during last
five (5) years as on the date of bid opening mentioned
above.
Note: In case of clause 4.2.2.1.1(c) above, indigenous conductor
manufacturers submitting bid as a partner in JV with
Qualified Manufacturer, shall provide warranty
obligations for additional period of two(2) years over and
above the warranty period as specified in the bidding
documents.
4.2.2.1.1 (d) Requirements specific to Joint Venture of
conductor manufacturers:
In case, bid is submitted by Joint Venture (JV) of two
Conductor Manufacturer as partners, JV shall meet
collectively the complete requirements e.g conductor
manufacturing experience, manufacturing experience of core,
erection experience & equipments capabilities, requirements
of Hardwares & Accessories and Financial Qualifications
and they must meet the following requirements:
(i) One of the partners(s) of JV shall meet the Technical
Experience criteria as under :
The Qualified Manufacturer shall be a manufacturer of
conductor for the last Five years and should have
manufactured, tested and supplied at least one
hundred(100) km of High temperature low sag (HTLS)
conductor of same technology as that of the conductor
being offered in the package having minimum thirty(30)
number of strands or 100 sq. mm. aluminium cross
section area in last ten(10) years as on scheduled date of
bid opening and the same should have been in
satisfactory operation for a period of at least any two(2)
years within those 10 years, and,

(ii)The other partner of JV should be an Indigenous conductor


manufacturer meeting the manufacturing experience criteria
stipulated under 4.2.2.1.1(c) and should have adequate
design infrastructure and manufacturing facility and capacity
and procedures including quality control provided that:-
a) Indigenous Conductor Manufacturer enter into a valid
technology transfer agreement for design, manufacturing,
testing and supply of HTLS conductor based on
technological support with the other partner of JV who
meets the Technical Experience criteria stipulated in
4.2.2.1.1(d)(i) above and,
b) A legally enforceable undertaking jointly by such
Indigenous conductor Manufacturer and partner of JV
who meets the Technical Experience criteria stipulated in
4.2.2.1.1(d) (i) above, is furnished along with the bid, to
guarantee quality, timely supply, performance and
warranty obligations as specified, for the conductor to be
manufactured and supplied from the works of such Indian
conductor Manufacturer in India and,
c) In such case, each of the partners of JV, shall be required
to supply at least 33% of the total quantity of HTLS
conductor
(iii) All the partners of the JV shall meet individually the
Financial Position criteria given at 4.2.3.3 i.e Net worth
for last 3 financial years should be positive
(iv) The lead partner shall meet not less than 40% of the
Financial Position minimum criteria given at Para
4.2.3.1(MAAT) & 4.2.3.2(LA)
(v) The other partner shall meet not less than 25% of the
minimum Financial Position criteria (MAAT & LA)
given at Para 4.2.3.1& 4.2.3.2
The figure of average annual turnover and liquid assets/credit
facilities for each of the partners of the JV shall be added
together to determine the JV’s compliance with the minimum
qualifying criteria(MAAT & LA) set out in para 4.2.3.1 &
4.2.3.2.
The bidder shall submit documentary evidences in support of
qualification requirements stipulated above.
OR
4.2.2.1.1 (e) Indigenous conductor manufacturer not meeting the
qualification requirements stipulated at para
4.2.2.1.1(a) or 4.2.2.1.1(b) above can submit bid as a
Qualified Licensee of a Qualified Manufacturer
(Licensor) meeting the requirements stipulated at para
4.2.2.1.1(a) (Requirements specific to Licensor-
Licensee route are given under Para 4.2.2.1.1(f) below),
provided that:-
The Indigenous conductor manufacturer is a
manufacturer of conductor for the last five years & has
manufactured, tested and supplied at least one thousand
(1000) km of ACSR/ AAAC/ ACAR/ AACSR
conductor having at least same or more number of
strands as that of the conductor being offered in the
package during last five (5) years as on the date of bid
opening mentioned above.

Note: In case of clause 4.2.2.1.1(e) above, indigenous


conductor manufacturers submitting bid as a Qualified
Licensee of a Qualified Licensor shall provide warranty
obligations for additional period of two (2) years over
and above the warranty period as specified in the bidding
documents.
4.2.2.1.1 (f) Requirements specific to Licensor-Licensee
route:-
In case an Indigenous conductor manufacturer
participates as a Qualified Licensee of a Qualified
Manufacturer (Licensor) meeting the qualification
requirements set forth in para 4.2.2.1.1(a), the Licensee
should meet the following conditions:
i) Qualified Licensee shall have adequate design
infrastructure and manufacturing facility and
capacity and procedures including quality control.
ii) In case Bid is submitted by a Qualified Licensee of a
Qualified Manufacturer, the financial requirements
stipulated at Clause 4.2.3.1, 4.2.3.2 & 4.2.3.3 above shall
be met by the Licensee.
iii) A Qualified Licensee of a Qualified Manufacturer shall
comply with all of the following requirements and
furnish a joint undertaking by the licensor along with the
bidder in its bid (Form enclosed with the tender
Documents) :
(a) Any design undertaken by the Licensee shall be
approved by the Licensor.
(b) Manufacturing by the Licensee shall be done with
the approval of the Licensor under a quality
assurance programme approved and monitored by the
Licensor.
(c) In addition to the Contract Security-cum-
Performance BG to be furnished by the bidder, the
Licensor/Licensee shall furnish back up performance
security in the form of bank guarantee for 5% of the
total cost of the HTLS conductor as per format
provided in the bid documents for successful
performance of HTLS conductor to be manufactured
and supplied by the Licensee under the contract.
(d) Licensee must guarantee sequential and timely
supply of 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 Licensee and Licensor (copy
to be submitted along with the bid) shall be valid for
a period of at least one (01) years after the guarantee
period of equipment and materials under supply is
over.
In case bidder is a holding company, the technical experience
shall be of that holding company only (i.e. excluding its
subsidiary/group companies). In case bidder is a subsidiary of a
holding company, the technical experience shall be of that
subsidiary company only (i.e. excluding its holding companies).
OR
4.2.2.1.1 (g) An indigenous conductor manufacturer, who is a
manufacturer of conductor for the last five years, can also submit
their bid provided that, as on scheduled date of bid opening,
(i) bidder has manufactured, tested and supplied at least one
thousand(1000)km of ACSR/ AAAC/ACAR/AACSR
conductor having at least same or more number of strands as
that of the conductor being offered in the package during last
five(5) years, and
(ii) bidder have established manufacturing facility & developed
High Temperature Low Sag conductor(HTLS) of same
technology as that of the conductor being offered in the
package having minimum thirty(30) number of strands or
100 sq. mm Aluminium cross section area and should have
carried out at least UTS test & DC resistance test on
stranded HTLS conductor, and
(iii) Type test requirements on offered HTLS conductor shall be
applicable as mentioned in clause 4.2.2.1.1(h).
Note -
Indigenous conductor manufacturer submitting bid under this
clause, shall have to submit, within 15 days of LOI, a
Performance BG of 15% of contract value (in addition
to other BGs, if any) applicable for entire performance
period & extended warrantee period and the warranty
obligations shall be for additional period of three (03)
years over and above the warranty period of five (05)
years i.e total warranty obligations of Eight(08) years
shall be applicable in this case. Bidder shall submit an
undertaking to this effect alongwith the bid.
4.2.2.1.1 (h) Type Test Requirements
(i) The offered HTLS conductor and suitable Hardwares
& Accessories should be type tested as per relevant
standards.
(ii) If the offered HTLS Conductor and/or suitable Hardwares
& Accessories are not type tested, their offer may be
considered subject to the condition that the equipment
shall have to be got type tested before commencement of
supply at no additional cost to UPPTCL but type test
should have been successfully completed before
completion schedule and completion schedule should not
be affected on this account.
(iii) If offered HTLS conductor and/or suitable Hardwares &
Accessories does not successfully pass type tests within
scheduled date of completion given under the contract, all
BGs submitted against the contract shall be got
encashed/forfeited and Firm shall be debarred &
blacklisted for 03 years or for a period as decided by
UPPTCL. Bidder shall submit an undertaking for (ii) &
(iii).
(iv) If the offered HTLS conductor and/or suitable
hardwares & accessories are already type tested, the
relevant type test reports should be of within last
seven(07) years as on originally scheduled date of
opening.
4.2.2.1.2 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 document. Bidders shall also
furnish the details of the proposed supplier of core. In case
the proposed supplier does not meet the above mentioned
qualification requirement, the bid shall be rejected.
4.2.2.1.3 The bidder/manufacturers/vendors must have all necessary
facilities at their works for carrying out such routine and
acceptance tests as prescribed in the relevant ISS/
International standard and any other routine and acceptance
test as specified in the specification. Documentary evidence
of existence of such facilities should be given along with the
tender.
4.2.2.2 Qualification Requirement for Erection contractor
4.2.2.2.1(a) Erection Experience
The bidder should have completed stringing of not less than 50 km of
cumulative route length of transmission lines of 132 KV or
higher voltage class as a prime contractor or as a partner in
+
Joint Venture within the last seven (7) years as on the date of
bid opening.
+Note: In case of works executed under a contract that had been
awarded on a Joint Venture, the experience of individual
Joint Venture partner shall be considered limited to the scope
of that partner under the said contract.
4.2.2.2.1 (b) Equipment Capabilities
The bidder should own or have access to minimum One(1)
no. for Tension Stringing Equipment of 8 Tons Capacity.
In case bidder is proposing above facilities from other
agencies, he shall furnish the details of such agencies along
with their consent letters.
(Note: The requirement of TSE shall not be less than the sum
of the requirements stipulated for the packages he proposes to
qualify for)

4.2.2.2.2 (a) In case, a foreign conductor manufacturer is submitting


its bid,
i) he should have completed stringing of not less
than 50 km of cumulative route length of
transmission lines of 132kV or higher voltage
class in India, as on the date of bid opening
OR
ii) he should have, in its bid, proposed an Indian
Associate for signing & executing Contract,
as per the provisions of tender documents.
The proposed Indian Associate shall meet the
Erection Experience and Equipment
Capabilities Criteria stipulated at para
4.2.2.2.1(a) & 4.2.2.2.1(b) above.

4.2.2.2.2 (b) In case, the bid is submitted by an


Indigenous Manufacturer as a Single Bidder or as
a Joint Venture Partner, or as a qualified licensee
of a qualified Licensor, does not meet the Erection
Experience and Equipment Capabilities criteria
stipulated at para 4.2.2.2.1(a) & 4.2.2.2.1(b) above,
on his own, bidder can propose a Sub-Contractor
meeting the above criteria, in it's bid. The name &
credentials of the sub-contractor should be given
in the bid documents.
In case the Indian Associate/Sub-Contractor is
proposing the Equipment Capabilities from other agencies,
the bidder shall furnish the details of such agencies along
with their consent letters.
An Indian Associate/Sub-contractor cannot to be
proposed by more than one bidder for carrying out de-
stringing/stringing/installation works covered under the
scope of the work.
Bidders shall furnish details of experience by himself or proposed
subcontractor in the bid.

4.2.2.2.3 Additional Mandatory Clause For foreign


bidders :
(1) If a Foreign Bidder is proposing to qualify through route
specified at Clause No. 4.2.2.2.2(a) (ii) of Pre-Qualification
Requirement as above, the bidder shall, in it’s bid, necessarily
propose qualified Indian Associate for signing & executing
Contract, as per the provisions of tender documents, failing
which such bid shall be rejected.
(2) The proposed Indian Associate must meet the minimum
criteria for the Associate stipulated in the Pre Qualification
Requirements. Further, capacity, capability and experience of
the Associate(s) shall also be taken into account for the
purpose of award of contract(s). Therefore, in the event of the
proposed Associate(s) not meeting the specified Pre
Qualification Requirements and / or not having requisite
capacity and capability, the bid of such bidder will be rejected.
Further, the bidder has the option to propose more than one
Indian associate so that in case of one of the proposed
Associate not found acceptable by UPPTCL, other proposed
Associate can be considered by UPPTCL. However, such
bidder can propose up to maximum of only 3(three) Indian
Associates, indicating their order of preference for acceptance
by UPPTCL. In case, no order of preference has been
indicated then order, in which the names of proposed
Associates have been listed, shall be deemed to be the order of
preference.
(3) The foreign bidder & his Indian Associate shall equally be
responsible for all the supplies & works in India, whether they
are from outside India or from within India.
(4) Further, In case of successful Foreign Bidder with their
proposed Indian Associate in its bid, the said Associate shall
also provide Security-cum-Performance BG equivalent to
10%(Ten Percent) of the value of Contract, in addition to the
Security-cum-Performance BG to be provided by the Bidder
for 10% (Ten percent) of the contract price, for the due
performance of Contract, within thirty (30) days of the LOI.
4.2.2.3 Qualification Requirement for Contractor’s Supplied Line
Materials
The Bidder should have assured access to supply the Hardware
fittings and accessories for offered technology HTLS Conductor
from Qualified Manufacturers meeting the minimum
requirements as given in relevant Technical specifications and
must demonstrate that based on known commitments they will
be available for use in the proposed contract.
4.2.2.4 The bidder shall submit a letter of assured access of supply of
Hardwares & accessories from the OEM which should be on the
letterhead of the Manufacturer and should be signed by a person
competent and having Power of Attorney to legally bind the
Manufacturer. It shall be included by the bidder in its bid.
Power of Attorney for signing the undertaking should also be
submitted with bid. Also, this undertaking shall be registered or
notarized so as to be legally enforceable.
4.2.3 Financial Qualification
4.2.3.1 Minimum Average Annual Turnover* (MAAT) of the bidder
for best three years out of last five financial years as annualized
should be as given in Table-2 below.
* Note: Annual total income as incorporated in the profit and
loss account except non-recurring income i.e. sales of
fixed assets.
4.2.3.2 Bidder shall have liquid assets (L.A) and/or evidence of access
to or availability of credit facilities of not less than as given in
Table-2 below
(LA shall be calculated as Unutilized fund base limit + net
current asset- Inventory, as mentioned in latest audited balance
sheet & current Banker's Certificate)
4.2.3.3 Net worth for last 3 financial years should be positive.
(Net worth of bidder shall be calculated as Share
Capital + Reserves & Surplus as given in audited
balance sheets)
In case bidder is a holding company, MAAT, LA & NET
WORTH referred above shall be of that holding company only
(i.e. excluding its subsidiary/ group companies). In case bidder is
a subsidiary of a holding company, MAAT, LA & NET WORTH
referred above shall be of that subsidiary company only (i.e.
excluding its holding company).
4.2.3.4 The bidder shall also produce Banker’s Certificate of
Unutilized Fund based limits as on date, a certificate of Financial
qualifications of the Firm, duly certified by a Chartered
Accountant alongwith audited balance sheets of the company.
Table-2
S Net
Financial Qualifications MAAT LA
N Worth
1 Rs Cr. 7.38 1.11 Positive
4.2.4 The Bidder shall furnish documentary evidences & balance
sheets in support of the qualifying requirement stipulated as
above.
4.2.5 The purchaser reserves the right to reject the proposal of the
Bidder & forfeit the EMD for any of the following reasons:
(a) The bidder made misleading or false representation in the
form of statements and attachments submitted in proof of
the qualification requirements.
(b) Has a record of poor performance such as abandoning the
works, not properly completing the contract, inordinate
delays in completion.
© If the Bidder withdraws its bid during the period of bid
validity specified by the Bidder in the Bid Form
(d) If a Bidder does not accept the corrections to arithmetical
errors identified during preliminary evaluation of his bid
(e) If, as per the requirement of Qualification Requirements
the Bidder is required to submit a Deed of Joint
Undertaking and he fails to submit the same, duly attested
by Notary Public of the place(s) of the respective
executants(s) or registered with the Indian Embassy/High
Commission in that Country, within specified period
allowed;
(f) In the case of a successful Bidder, if the Bidder fails
within the specified time limit
(i) to sign the Contract Agreement or
(ii) to furnish the required security-cum-performance
BG(s) and/or to keep the EMD valid as per the
requirement
4.2.6 In case Bid is submitted by a Qualified Licensee of a
Qualified Manufacturer, the financial requirements stipulated
at Clause 4.2.3.1, 4.2.3.2 & 4.2.3.3 above shall met by the
Licensee.
4.2.7 For all bidders
4.2.7.1 In case, bidder submits satisfactory operation/supply
experience certificates, issued by foreign utility, in
support of fulfilment of PQRs, Bidder shall be
required to submit a additional special BG of the
value of 5% of the estimated value of the package(s)
against which he is bidding. This BG shall be
submitted alongwith the bid and shall be valid for 03
months from scheduled date of opening of tender.
4.2.7.2 UPPTCL may visit/inspect manufacturing plant or
site location or other related sites (in India or abroad)
pre-award/post award of the order, for which entire
cost of such visits/inspections (including Visa, travel,
Boarding & lodging expenses of UPPTCL officers)
shall have to be borne by the bidder. The bidder,
alongwith bid, shall have to submit an undertaking
in this regard.
4.2.7.3 The special BG shall be furnished against guarantee that
certificates/documents, issued by foreign utility, in
support of fulfillment of PQRs are true & correct or the
manufacturing plant/facilities of JV partners/core
manufacturers/collaborators/site locations, claimed in the
bid are true & correct. This special BG may be returned,
in due course of time, after satisfaction of the purchaser
or may be forfeited (alogwith forfeiture of other BGs) if
something found fake/incorrect/misleading alongwith
other actions as found deemed fit.
However, returning of the special BG at any stage does
not absolve the bidder of his responsibility of
documents/information furnished against the tender.
Bidder shall be solely responsible for all the documents
submitted against the Bid at all times. If at the stage of
finalization of tendering process or during execution stage
or at any stage, any of the documents/information are
found to be fake/fabricated/false or statements/facts are
found concealed, action may be taken against the firm
which may include Cancellation of Bid/Termination of
Contract, forfeiting of all BGs, Debarring & blacklisting
of the Firm and any other legal action deemed fit in the
eyes of Law.

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:

 Joint venture/consortium partners together should meet


100% of the financial qualifying requirement.

 Lead partner/JV partner should meet the criteria as


specified in BDS clause no. 4.2.2.1.1(d) (iii), (iv) & (iv)

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:

A prospective Bidder requiring any clarification of the Bidding


Document shall contact the Owner in writing at the Owner’s
address indicated in the BDS or raise queries during the pre-bid A
prospective Bidder requiring any clarification of the Bidding
Document shall contact the Owner in writing at the Owner’s
address indicated in the BDS or raise queries during the pre-bid
meeting, if any. The Owner will respond to any request for
clarification, provided that such request is received no later than
seven days (07) days prior to the deadline for submission of bids.
The Owner’s response shall be in writing with copies to all Bidders
who have acquired the Bidding Document.

Supplementing ITB clause 9.1 with the following:

Owner’s Address- 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

ITB 16.3 Replacing the existing clause 16.3 as follows:


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) RAC Guaranteed
(iv) Summary of price. Bidder(s) shall give a breakdown of the
prices in the manner and detail called for in the Price Schedules.

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:

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) RAC Guaranteed
(iv) Summary of price as quoted by bidder(s) shall be opened.

ITB 33.3 Replacing the existing clause 33.3 as follows:

For the purpose of evaluation, price differential loading based


on average omhic losses will be done as per the formulae given
the relevant clause.

ITB 35 Add a new sub-clause ITB 35.2 as follows:

35.2 Ministry of Finance, Department of Expenditure Public


Procurement division vide circular no. F. No. 6/18/2019-PPD
dt. 23.07.2020 have issued guidelines for the bidders from
country which shares a land border with India. Accordingly,
Bidders are instructed to ensure that provisions made in
Ministry of Finance, Department of Expenditure Public
Procurement division vide circular no. F. No. 6/18/2019-PPD
dated 23.07.2020 and latest revisions thereof are adhered to.

ITB 39.3 Supplementing ITB clause 39.3 with the following:

Guarantee Period: Guarantee Period shall be 60 months/84


months/96 months from date of Taking Over of facilities
for all equipment /materials depending upon the PQR
clauses by which bidder qualify the PQR criteria.
Section4–
Employer’sRequirement
Section4-Employer’s Requirement

<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. Brief Scope of Works:

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

considering single conductor per phase,


loss load factor = 0.3, continuous operating current of 700 Amp;
Average Ohmic loss (kW) =(0.3 * (23.90) * 3 * (700)2 * Rac(P) ) / 1000 = 10.539 * 103 * Rac(P) kW.

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.

5.0 GUARANTEED TECHNICAL PARTICULARS :


5.1 The bidders are required to submit the Guaranteed Technical Particulars of the material /equipment in relevant

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.

8.0 REFERENCE AND STANDARDS


8.1 The codes, and / or standards referred to in the relevant sections of this specification shall govern, in all the cases
wherever such references are made. In case of conflict between such codes and/or standards and the specification/
contract the later shall govern. Such codes and /or standards referred to shall mean the latest revisions/
amendments /changes adopted and published by relevant agencies. In case of any further conflict in this matter,
the same shall be referred to the Engineer, whose decision shall be final and binding. THE REFERENCE &
STANDARDS will be applicable as adopted in UPPTCL/PGCIL.

9.0 SPLITTING OF TENDERS


9.1 UPPTCL reserves the right to split work among as many bidders as it may deemed fit.
10.0 LOADING :
10.1 The details of financial loadings indicated elsewhere in this specification are only for the purpose of evaluating
the comparative prices of various tenders. Bidder shall, however, have no claim whatsoever if this tender is finally
accepted for award of the contract based on these loadings.
11.0 Construction of the Contract :
11.1 Single Work Contract shall be executed on a single source responsibility basis which will relate to the Work of
replacement of existing Conductor by HTLS Conductor including Supply of equipment and material alongwith
testing and commissioning etc. as specified in the bidding documents.
11.2 Contractor will not, in any way, be diluted from responsibility for successful completion of work and fulfillment of
all obligations as per Bidding Documents and that any breach in Contract will will confer on the owner the right to
terminate the Contract at contractor’s risk and cost and / or recover damages under the Contracts.
12.0 SURPLUS MATERIALS
12.1 Contractor shall be allowed the wastage and surplus of material as specified in technical specifications.
12.2 On completion of the work all materials, left surplus over the actual requirement of the line and the unaccountable
wastage out of materials supplied by UPPTCL for erection, shall be handed over to UPPTCL at the UPPTCL’ store
at the expense of the contractor. Surplus materials shall be returned progressively during the execution of work. In
case the contractor fails to deliver the balance surplus materials or any part thereof within three months of
completing the work, the undelivered portion of the balance materials shall be recovered from the contractor’s
pending bills or otherwise at the rates prevailing at the time of actual recovery but not less than UPPTCL’s
procurement price plus 25% extra.
12.3 Empty drums of conductor shall not be required to be returned to contractor. However, the dismantled ACSR
conductor shall be re-rolled over them/other empty drums by the contractor.
12.4 The contractor is required to deposit all materials taken out from the line to UPPTCL stores as directed by
Supervising Engineer. In the interim period of replacement, the material shall remain in safe custody of contractor.
Up keep of this material safely shall be contractor’s liability.
13.0 QUALITY ASSURANCE PLAN (QAP)
13.1 The Quality Assurance Plan (QAP) covering the manufacturing activities of the equipment, as stipulated in
tender document shall be required to be submitted by the successful Bidder to the Engineer of the contract
within specified time. The QAP, if found acceptable, shall be approved by the engineer.
13.2 The contractor shall follow the approved QAP in true spirit. If desired by the purchaser, he shall give
access to all the documents and equipments to satisfy the purchaser that QAP is being followed properly.

14.0 TECHNICAL CONDITIONS OF THE CONTRACT :


14.1 The design, engineering, manufacture and performance testing of the equipment/ material shall be in strict

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

conforms to these Technical Specifications in all respects.

15.0 List of Owner’s Supplied Materials (OSM),if any: NA


16.0 Standard Technical Parameters:
The offered HTLS conductor and suitable hardware & accessories shall conform to the Indian / International
Standards, which shall mean latest herein before. International and Internationally recognized standards to which
these standards generally correspond are also listed in technical part of this SBD.
Section5 –
General Conditions of Contract
Section 5 - General Conditions of Contract

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

B. Terms & Conditions of Contract


6. Change of Scope
7. Amendment Of LOA
8. Manner Of execution of Contract
9. Commencement of Activities & Time for Commencement and Completion
10. Contractor’s Responsibilities
11. Inspection at Factory/Site
12. Delivery Instruction (DI)
13. Indemnity Bond
14. Obtaining Statutory Approvals
15. Solving Right Of way / Way leave
16. Contract Performance Bank Guarantee (CPBG)
17. Validity of BG and Insurance
18. Ensuring Safety of Materials/Equipment & Workman
19. Time for Commencement and Completion
20. Grant of extension of Time
21. UPPTCL’s Responsibilities
22. Electrical License.
C. Payment
23. Contract Price
24. Mode Of Payment
25. Terms of Payment
26. Taxes and Duties

D. Intellectual Property
27. Patent & Royalties
28. Confidential Information

E. Execution of the Facilities


29. Representatives
30. Work Program

F. Guarantees and Liabilities


31. Guarantee and Warranty
32. Latent Defect Warranty
33. Limitation of Liability

G. Force Majeure
34. Force Majeure

H. Contract Delay and Default


35. Contract Delay
36. Liquidated Damage
37. Event of Default
38. Termination of Contract
39. Short Closure
40. Execution of Balance Works
41. Debarring of Contractor (High Risk Contractor):
42. Blacklisting of Contractor(s)

I. Disputes, Arbitration and Jurisdiction


43. Dispute Resolution
44. Arbitration
45. Jurisdiction of the Court
J. Performance Evaluation, In-Eligibility and Grafts & Commission
46. Contractors Performance Feedback & Evaluation System
47. In-eligibility for future tenders
48. Grafts & Commissions

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)

A. Contract and Interpretation

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.

4. Communication 4.1 Wherever the Conditions provide for giving or issuing of


approvals, consents, notices, requests and discharges, these
communications shall be:
(a) In writing and delivered to recipient’s address as stated in the
Letter Of award (LOA); and/or
(b)Mailed to the official e-mail as stated in the Letter Of award
(LOA).
5. Law and 5.1 The Contract shall be governed by and interpreted in accordance
Language with laws of India.
5.2 The ruling language of the Contract shall be English and or Hindi.
5.3 The language for communications shall be English and or Hindi.

B. Terms & Conditions of Contract

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.

7.2 The Supply portion of the contract will relate to engineering,


manufacturing, testing & inspection at manufacturer's works,
packing, forwarding and transportation of equipment and
materials, special tools & tackles and spares etc. from
manufacturing works/place of dispatch (both in India/abroad) to
project site including transit insurance as per Bidding documents.
The Erection portion of the contract will relate to unloading,
handing at site, storage, storage-cum-insurance and preservation at
site, erection, testing, commissioning including all associated
Mechanical, Electrical, Civil and Construction of all associated
Structural & architectural works etc. Tower & Line & associated
works or any other item as per the Scope of works.

7.3 Notwithstanding above, for the material & equipment (Supplied


by the Contractor as well as Owner’s Supply Material-OSM )
handed over to the contractor for erection and commissioning, the
Contractor shall at the time of taking delivery of the Materials/
dispatch documents be required to execute an Indemnity Bond in
favour of UPPTCL in the form acceptable to UPPTCL for the
Materials/Equipment Supplied and under the safe custody of the
Contractor after supply of such Materials/Equipment for Erection,
Installation& Commissioning and Services and to utilize the same
exclusively for the purpose of the said Contract.
7.4 It is clearly understood that the total consideration for the
Contract(s) has been broken up into various components/key Mile
Stones (Work Completion Schedule) for the convenience of
payment under the Contract(s) and for the measurement of
deviations or modifications under the Contract(s).

7.5 The contractor shall ensure that the materials/equipment shall be


supplied under the contract as per the agreed work completion
schedule. For this purpose UPPTCL shall issue Material Dispatch
Clearance Certificate (MDCC) in a staggered manner based on the
utilization of such materials/equipment. Similarly, for Erection,
Installation& Commissioning services including Civil Works shall
be executed as per the agreed Work Completion Schedule.

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.

8.3 The Contractor shall provide Contract Performance Bank Guarantee,


appropriate power of attorney and other requisite documents within
21 days from the date of LOA. However, due to any circumstances on
the part of the contractor if they fail to submit the acceptable Contract
Performance Bank Guarantee (CPBG) within 30 days from the date of
LOA, the contractor can request for submission of the same beyond
the above period. The UPPTCL may allow a time period of maximum
up to another 30 (Thirty) days depending on the merit of the request
provided the Bid Security (EMD) is valid for a period one (1) month
beyond the extension being sought by the successful bidder. In such
case, the contractor has to submit the fresh CPBG/rectified CPBG as
the case may be. In no case the contract signing should be extended
beyond 60 days from the date of LOA.

8.4 The Contractor shall ensure setting up of Project/Site Office,


Engagement of Personnel under the Contract and Establishment of
Central/Site Store within 21 days from the date of LOA for approval
of UPPTCL. The Contractor shall furnish documentary evidence in
support of such information.

8.5 The contractor shall execute Contract Agreement within 30 (Thirty)


days of submission of PBG at the office of UPPTCL or the extended
period, if any. The Contract Agreement will be signed in 02 copies
(01 original &01copy) and the Contractor shall be provided with one
signed copy and original will be retained by UPPTCL.

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.

8.8 The Contractor or its representative shall conduct a Joint Survey


(preliminary and final) along with representative of the Employer and
submit the Revise BOQ & Price Schedule of the works for approval
of Employer.
8.9 The contractor shall conduct profiling, tower spotting and preparing
tower schedule, peg marking, excavation, stub setting, concreting,
erection of all types of towers , gantry structures ,special structures
like structures for river crossing, if any, tack welding of bolts and
nuts including supply and application of Zinc rich primers and two
coat of enamel paint at the welding point with fixing of accessories,
installation of hardware and insulator strings, stringing of conductor
and earth wire, fixing of conductor and earth wire accessories, testing
and commissioning of erected line (s).

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.

8.12 The Contractor shall be responsible for distribution of all materials to


the respective tower sites. Supply of cement, stone, metal, sand, stone
pad etc. to be used in foundation work shall be arranged and supplied
by the contractor without any extra cost to 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.

8.14 Safe custody and proper maintenance of completed transmission lines


till the same is taken over by the Employer.

8.15 Return of stub setting template and all surplus materials to


UPPTCL’s nearest departmental stores.

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.

8.17 Other necessary provisions of rules & regulations of Indian Govt.


relating to navigation, Railways, Roads, PTCC etc. are to be complied
by the contractor.

8.18 The erection and installation of aviation requirements materials


conforming to IS 5613 shall be in the scope of contractor.

8.19 Unless otherwise specifically mentioned in the SCC Casting of well


and pile foundation is not in scope of contract, if required, shall be
arranged by UPPTCL.

8.20 Check Survey’ shall be conducted to make a check on the detailed


survey and to locate and peg mark the tower positions on ground
conforming to the survey charts. The pit centers shall also be marked
according to the excavation charts. The levels up and down of each pit
centers with respect to the center of the tower location shall be noted
and recorded for determining the amount of earth work required.
Payment shall be made after completion of check survey and peg
marking.

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:-

(i) For 1:2:4 mix concrete : 330 kg per cu-m

(ii) For 1:3:6 mix concrete : 220 kg per cu-m

(iii) For 1:5 cement mortar for masonry work of revetment. : 82


kg per cu-m

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.

8.26 The erection rates of superstructures given in the price schedule


include all expenses in connection with erection of complete
superstructure and extensions, as per approved drawings. These shall
include fixing of Danger, Number, Phase plate, Circuit plates. These
shall also include tightening and punching of bolts. Payment of
superstructure erection shall be made on the basis of weight of
fabricated members only as per B.O.M. excluding weight of stub,
bolts nuts and washers. Same rates shall also be applicable for
erection of special/ gantry structure.

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.

8.32 Reinforcement bars for installation in R.C.C. foundations shall


conform to the ISS: 1786 /1985. The rates for installation of
reinforcement bars include cost of steel, cutting, bending, placing,
binding etc.

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.

8.37 Construction of river crossing

8.37.1 In case of river crossing constructed on special River crossing towers,


the rates of following items shall be as per the Unit rate of Price
Schedule. However, rates of other activities such as survey,
excavation, concreting, tack welding, grounding, installation of steel
reinforcement etc shall be same as for normal towers.

8.37.2 In case of river crossing constructed on normal towers (with or


without extensions) the rates of all the items shall be the same as for
normal towers as per the Price Schedule.

8.37.3 Casting of well / pile foundations, if required, shall be arranged by


UPPTCL.

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.

10.5 The Contractor shall permit the Employer or it’sAuthorised


Representative(s) to inspect the Contractor’s own records,
manufacturing facilities and also it’s Vendors relating to the
performance of the Contractor, if so required by the Employer or
its Agency.
10.6 If the Contractor is a joint venture or consortium, all such
persons shall be jointly and severally liable to the Employer for
the fulfillment of the provisions of the Contract and shall
designate one of such persons to act as a leader with authority to
bind the joint venture or consortium. The composition or the
constitution of the joint venture or consortium shall not be
altered without the prior consent and approval of the Employer.
10.7 The Contractor shall arrange for Pre-dispatch &Post Dispatch
Inspection of the equipment/materials supplied under the
contract. Even during progress of the works, contractor shall
arrange for inspection during key stages works executed and also
after completion of works.
10.8 The contractor is responsible for proper storage, insurance,
security and dandling of equipment and materials supplied under
the contract till the same is utilized in the works and handed over
the same to the UPPTCL. Any equipment / materials found
defective or wear and tear during the storage, contractor is solely
responsible for such act.
10.9 The contractor is responsible to fulfill all the statutory
obligations arising out of the contract.
10.10 The contractor is responsible Maintenance Of Monuments ,
Safety & Protection of workers, paid the Minimum Wages and
obey the Local Rules and Regulations during execution of the
contract.
10.11 The contractor is responsible for payment of damage &
compensation arising out of the contract and make payment to
their associates wherein UPPTCL is not directly responsible for
such act.
10.12 The contract is required to submit Progress Report to the
UPPTCL on Daily/Weekly/ Monthly /Quarterly/ annually as the
case may be from time to time.
10.13 The contractor is responsible for deposit of statutory fees
including electrical inspection fees before the Authority for the
purpose of work.
10.14 The contractor shall endeavor all such facilities as mentioned
under the clauses of the GCC and or SCC.

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.

11.3 The materials/equipment received at stores/site shall be


physically inspected by the EIC/TPIA. If any, deficiencies
noticed during the inspection at site, at the first instance the
contractor shall be given a notice in writing to rectify such
defects. If the defectscan not be rectified at site, the
equipment/material may not be accepted and returned back.

11.4 Normally, the total quantity of materials/equipment under the


contract shall be inspected in maximum four lots based on the
progress of the works. However, if required Competent Authority
(EOC) may allow inspection of materials/equipment in more
than four lots.

11.5If any, disputes/ambiguity arises during the inspection


(Factory/Site), the Inspecting Officer/TPIA shall intimate the
matter in writing to the EOC. The same shall be placed before
the Technical Committee for their suggestion and next course of
action.

11.6For conducting smooth inspection mentioned above, the EPC


contractor shall intimate about the readiness of the
Equipment/Materials, detail address of the Manufacturing Unit,
name & phone no of the Contact Person and relevant documents
(Calibration Certificate, Raw Materials order copies, Type Test
Certificate, Designs, Drawings, GTP and Routine Test
Certificate) through the inspection call notice to the UPPTCL
giving at least 10 days time. Contractor shall ensure that during
the inspection their representative also accompany with the
inspecting officers of UPPTCL.
12. 12.1 Delivery Instruction shall be issued only after obtaining
Delivery Instruction inspection report without any deviation. In the event any
(DI) : deviation noted by the Inspecting Officer, the same shall be
complied prior to supply of such inspected materials without fail.

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.

14.2 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. need to be obtained by
the UPPTCL.

14.3 It is the responsibility of the contractor to obtain all other


necessary approvals as may be required for the purpose construction
of the works at his own cost.
15. Solving Right Of 15.1 UPPTCL shall initiate all steps to resolve all Right Of Way
way / Way leave : (ROW)/Way Leave in connection with works. However, the
Contractor shall act as per direction of UPPTCL for resolving
the Right Of Way (ROW)/Way Leave.

15.2 UPPTCL shall pay/deposit the statutory fees for obtaining


statutory Clearances as well as for obtaining ROW/Way Leave
directly to the Authorities/Party Concerned.
15.3 Expenditure towards auxiliary services such as power, water,
solid & liquid waste disposal system, street lighting and other
civic services etc. shall be borne by the Contractor.
15.4 Proposals for way leave and right of way shall be prepared and
submitted by the contractor complete with details of type /size
(diameter /circumference) and number of trees along with the
name of the UPPTCL thereof duly verified by local District /
Revenue authorities. UPPTCL shall not be held responsible for
any claim on account of damage done by the contractor or his
gangs to trees, crops or other property. If any litigation/court
case crop up due to lapse(s)on the part of the contractor, the
contractor shall resolve the same themselves and it will be his
liability. Crop compensation and compensation for tree cutting
and payment for any other clearance shall be borne by the
tenderer and payment of the same will be made afterwards at
actuals, on the production of requisite documents.
15.5 The contractor shall take all possible steps so that the damage to
crops etc. is kept to a minimum and in the event of unavoidable
extensive damage to the ripe or the partially developed crops,
the contractor is to note the extent of damage, the time of
occurrence, name of the crop, plot number the name of the
Person and the contractor must submit such reports to the
Supervising Engineer. However, no financial liability in such
case shall be borne by Employer.

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.

15.7 Contractor shall have to deposit Bank Guarantee for each


railway crossings/power line crossing, as the case may be. BG
value shall be conveyed by railway authorities at the time of
submission of railway crossing proposal. At present, this value
is Rs. 5,00,000/-(Rs. Five Lacs only) per crossing.

16. Contract 16.1 The Contract Performance Bank Guarantee (CPBG) is a


Performance Bank composite one. It acts as Security against the risk towards
Guarantee (CPBG) Successful Performance of Execution of Works and there after
and Guarantee covers the risk of Guarantee/ Warrantee given by the
Of Equipment Contractor.
16.2 If the contractor fails to execute the works as per the contract or
abandon the work mid way, CPBG is invoked/en-cashed after
giving adequate opportunity to the contractor. The amount so
received on encashment of CPBG would be utilized to carry out
the balance work at the risk and cost of the Contractor, surplus
amount if any, would be refunded back to the contractor.
16.3 UPPTCL shall ensure that the equipment/materials supplied by
the Contractor shall be new, unused and in accordance with the
technical specification mentioned in the tender document and it
shall remain free from defects in materials and workmanships
for a period mentioned below commencing immediately from
the date of installation of such materials/ equipment or from the
date of supply of such materials/ equipment respectively
whichever is earlier.
16.4 Unless otherwise specifically mentioned in the SCC;the
guarantee period for the Tower and Line Materials shall be 12
months from the date of installation or 18 months from the date
of supply.

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.

17.2 The Contractor is required to take Storage-cum-Erection


Insurance policy for the value of the material handed over to the
contractor on receipt of Indemnity Bond as well as cost of OSM
material. The contractor is required to take the policy in the
name of UPPTCL as principal insured. The validity period of
the Insurance Policy submitted under the contract shall also be
renewed from time to time by the Contractor prior to its expiry.
The contractor is responsible to lodge the claim against any loss
or damage under intimation to UPPTCL and also required to
expedite the release of the claim from the insurance company.

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.

19.2 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, 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 may revise the Work
Completion Schedule so submitted with UPPTCL, if required
and the same shall form part of the Contract documents
following approval of UPPTCL.
19.3 Subsequent to approval of revised BOQ based on the joint
survey report & consequent Price Schedule, the LOA may be
amended including final works completion schedule by
UPPTCL which shall be used for applying Liquidated Damage
(LD). 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 Liquidated Damage
(LD)while releasing the payment in favour of the Contractor.
19.4 During the performance of the Contract, if in the opinion of the
EOC, progress is not in line with the Work Completion
Schedule, suitable changes may 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 may also be reviewed accordingly.
19.5 The Contractor shall commence work within the schedule time
in accordance with the agreed work completion schedule
(PERT/WBS).
19.6 The Contractor is required to attain Completion of the works
within the stipulated time schedule or any extended time.

19.7 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.
20. Grant of 20.1 To keep the contract live, interim/provisional extension of time
extension of Time : may be allowed by UPPTCL with its right to levy Penalty
(Liquidated Damage) at the time of final approval, if the reasons
of delay is found to be attributable to the contractor.
20.2 On the request of the Contractor, approval of extension of time
may be considered based on the facts and circumstances of the
case. The extension of the whole of the period or partial period
of delay will be allowed if, the reasons of delay are not
attributable to Contractor. In case, approval of extension of time
is allowed, there will be no deduction of LD and the Contractor
will be entitled for upward revision of Tax. Where the reasons
of delay are attributable to Contractor, extension of time is
allowed with the imposition of LD.
20.3 In all the above cases the contractor whether allowed extension
or not will be liable to pay negative PV. In the event extension
of time is allowed, the woks completion schedule shall be
rescheduled accordingly

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.

21.3 The Contractor is required to assist the UPPTCL in obtaining all


permits, approvals or licenses necessary for the execution of the
Contract timely from all local, state or national government
authorities or public utilities/, as the case may be.
21.4 UPPTCL shall make payment, 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.
21.5 UPPTCL shall make endeavour to provide all such facilities as
mentioned in the contract document and fulfil its obligations
imposed by the Contract.

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.

Note: This advance payment is an optional payment. The contractor


has the option of taking the interest bearing initial advance or
otherwise. In case, the contractor opts for this interest bearing initial
advance, the same shall be paid to the contractor on fulfillment of
above conditions and an interest will be charged at the rate of 10% per
annum or as fixed by UPPTCL from time to time. In case of
mobilization advance, liability of GST, if any, as per GST Act shall be
borne by the contractor. The Mobilization advance shall be recovered
from the running bill at the same percentage (i.e. 5%) of gross value
of the bill along with interest. Advance BG shall be released 03
months after 100% adjustment of mobilization advance amount.

B.Supply Portion of the Contract:


UPPTCL shall release progressive payment of supply portion of the
contract in three stages as specified below subject to submission
of the relevant documents for each stages;

STAGE-1:

Payment of 90% of Transmission Tower &Line supply material value


shall be made on receipt of the material in good conditions. However
payment for supplies shall be done only after completion of minimum
erection work as per details below:
Sl. No. Progressive Payment Minimum erection work required
Towards Tower & for payment of supplies (Inter-Lock)
Line Supplies
( Quantity wise)
1 50% stubs &100% On start of Survey
templates
2 Beyond 50% stubs 70% of survey & profiling
3 25% Towers After completion of 10% foundation
work
4 25% Tower to 50% After completion of 50% foundation
Tower and 10% erection work
5 Beyond 50% Towers After completion of 65% foundation
and up to 75%towers and 25% of erection work.
6 Beyond 75% Towers After completion of 80% foundation,
and up to 100% towers 50 % of erection work and start of
stringing work.
7 Line Material (Minor After completion of 25% Tower
materials) erection work
1 50% stubs &100% On start of Survey
templates

Documents required to be submitted for Stage-1 Supply Payment;


i. Tax Invoice of 90% of the Taxable Value of Supplies
alongwith CGST plus UPGST, or IGST on 90% of the Taxable
Value of Supplies as the case may be in triplicate.
ii. Evidence of dispatch (Tax Invoice of the Vendor),R/R or L/R,
Challan& packing list identifying contents of each shipment,
Copy of Contractor’s e-way bills.
iii. Storage-Cum-Erection Insurance Policy / Certificate endorsing
UPPTCL as principal insured.
iv. Contractor’s Guarantee Certificate of Quality covering the
entire Guarantee period.
v. Material Dispatch Clearance Certificate (MDCC) issued by
UPPTCL.
vi. Physical Verification and Acceptance of Equipment/Materials
(MVAC) after receipt at site.
vii. Approved Inspection certificate.
viii. Submission of Indemnity Bond equivalent to the total
cost of the Materials/Equipment supplied including Owner’s
Supplied Materials (OSM).
ix. Any other document as required by Engineer In Charge (EIC).
Satge-2:
The balance 10% of the Line Supply materials made as under;
Sl. No. Final Payment Minimum erection work required
Towards Supplies ( for payment of supplies (Inter-Lock)
Quantity wise)
1 Final 10% payment of After 100% completion of
supplied Tower & Transmission Tower & Line works
Line Materials after and civil works adjustment of
erection and liquidated damages, if any,
commissioning Completion of Material
Reconciliation, settlement of Price
Variation if applicable (Positive or
Negative) and Issue of Taking Over
Certificate

Documents required to be submitted for Stage-2 Supply Payment;


i. Submission of Final Tax Invoice of 10% of the Taxable Value of
Supplies along with CGST plus UPGST, or IGST on 10% of the
Taxable Value of Supplies as the case may be in triplicate.
ii. Copy of Certificate from Electrical Inspectorate.
iii. Copy of evidence of test charge of the works.
iv. Submission and acceptance of final Material Reconciliation Statement
for the entire works under the contract based on the MVAC vis-à-vis
JMC.
v. Adjustment of excess payment made, if any, arising out of the final
material reconciliation statement.
vi. Submission and approval of amended Contract Performance Bank
Guarantee for the extended work completion period, if any.
vii. Evidence of Return of dis-mantled items, if any, to UPPTCL.
viii. Evidence of Return of Unused OSM items, if any, to UPPTCL.
ix. Work Completion Certificate for each completed work duly certified by
the Engineer In-Charge (EIC).
x. Signing of Handing over and Taking Over Certificate.
xi. Besides above, any other documents as required by the Engineer In
Charge (EIC).

C. Erection Portion Of the Contract including Civil Works:

UPPTCL shall release progressive payment of Erection portion of the

contract including Civil works in two stages as specified below subject to


submission of the relevant documents for each stages;

Stage-1:

Stages Terms of Payment Details of Works ( Quantity


wise)
Stage-1 Progressive payment of 90% On erection of Transmission
of the Erection Running Bills Tower &Line Materials
submitted Monthly. including Civil works.

Documents required to be submitted for Stage-1 Erection Payment;

i. Tax Invoice on the 90% of the Taxable Value of Erection


portion along with 90% of the CGST plus UPGST, or
IGST on the Taxable Value of Erection portion in
Triplicate duly certified by the Engineer-In-Charge.
ii. Joint Measurement certificate (JMC) jointly signed by the
Executive Engineer of Site and the Contractor.
iii. Return of dismantled materials, if any, duly acknowledged
/ certified by the concerned Engineer-In-Charge(EIC)
iv. Copies of all statutory documents such as Project License,
Valid Labour License, GST Registration certificate and
Storage-Cum-Erection Insurance Certificate shall be
furnished against the first running bill.
v. Besides above, any other documents as required by the
Engineer In Charge (EIC).
Stage-2:

Stages Terms of Payment Details of Works ( Quantity


wise)
Stage-2 10% payment of Erection After satisfactory
Running Bill. commissioning of entire
Transmission & Line works,
& Civil works, adjustment of
liquidated damages, if any,
Completion of Material
Reconciliation, settlement of
Price Variation if applicable
(Positive or Negative) and
issuance of taking over
certificate
Documents required to be submitted for Stage-2 Erection Payment;

i. On Submission of Final Tax Invoice on the 10% of the


Taxable Value of Erection portion along with 10% of the
CGST plus UPGST, or IGST on the Taxable Value of Erection
portion certified by the Engineer-In-Charge.
ii. Copy of Certificate from Electrical Inspectorate.
iii. Copy of evidence of test charge of the works.
iv. Submission and acceptance of final Material Reconciliation
Statement for the entire works under the contract based on the
MVAC vis-à-vis JMC.
v. Submission and approval of amended Performance Bank Guarantee
for the extended work completion period, if any.
vi. Evidence of Return dis-mantled items, if any, to UPPTCL.
vii. Evidence of Return of Unused OSM items, if any, to UPPTCL.
viii. Work Completion Certificate for each completed work duly certified
by the Engineer In-charge(EIC).
ix. Signing of Handing over and Taking Over Certificate.
x. Besides above, any other documents as required by the Engineer In
Charge (EIC).
25.2 Unless otherwise specifically mentioned in the SCC,
payment towards price variations/ adjustment will made in the
manner as specified below;
Payment towards Price Variations/Adjustment: if applicable

i. Any variation in Contract Price due to Price Adjustment provision


shall be effected on presentation of calculations as per formula
specified along with documentary evidence.
 The monthly WPI for the month of tender opening is to be
considered as base month.
 Price variation bills are to be submitted by the firm for all
items that are subject to variable price along with erection
bills.
 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.
ii. The price variation for an item is to be limited to (+ or -) 30% of
Taxable Value for supply of Material/Equipment portion and
Installation Service Portion.
iii. Any increase in Contract Price due to price adjustment shall be paid
Hundred Percent (100%) both for supply of material/equipment
portion and Installation Services portion separately provided that the
said material/equipment has been supplied and Installation Services
provided and payment released there against accordingly.
iv. Any reduction in Contract Price due to price adjustment provision
above shall be effected by recovering 100% of the reduction amount
from any of the Contractor’s invoices falling immediately due for
payment or any other payments.
v. The price adjustment claims are to be submitted separately through
invoice with the erection bill along with the relevant document and
referring to the original Invoices released earlier.

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.

E. Execution of the Facilities

29. Representatives 29.1 UPPTCL’s Engineer-In-Charge (EIC):UPPTCL shall notify


the Engineers-In-Charge (EIC) in the SCC. The Scope of
duties of the Engineer-In-Charge, pursuant to the contract, will
include but not be limited to the following:
i. Supervise the work at site and ensure quality with reference
to the approved design, drawings, and technical
specifications.
ii. Monitor the progress of work in accordance with the
approved Bar Chart/WBS Inspect, accept, reject, or
authorize his representative to inspect / accept or reject the
material/equipment supplied by the Contractor at site or at
any other place where Contractor’s site store is located.
iii. Certify the work for progressive payment as well as final
payment.
iv. Review and suggest modifications and improvement in
completion schedule from time to time.
v. Supervise the Quality Assurance Programme
implementation at all stages of the work.
vi. Upon successful completion and commissioning of the Sub-
station works, the EIC shall ensure reconciliation of material
issued to the contractor. If no claim is pending against the
contractor, the Supervising Engineer shall issue the
certificate to this effect.
vii. Issue notices, instructions, orders, certificates, approvals and
other communications under the Contract
viii. Any other work relating to performance of the Contract.

29.2 UPPTCL’s Engineers Of Contract (EOC):


UPPTCL shall notify the Engineers Of Contract (EOC) in the
SCC. The EOC shall represent and act for the UPPTCL at all times
during the performance of the Contract. The Scope of duties of the
Engineer-Of-Contract, pursuant to the contract, will include but not
be limited to the following.
i. Discharge the function diligently in respect of entire Pre-
award activities.
ii. Issue of LoA following the completion of tendering process
and approval of competent authority.
iii. Acceptance of CPBG, keeping in safe custody, ensuring
renewal from time to time etc.
iv. Signing of Contract and keeping it in safe custody Contract
Agreement along with all necessary documents.
v. Review and approval of contractor’s drawings, engineering
data etc.
vi. Administer the process of inspection of equipment/material
and issue of DI.
vii. Look after approval of additional quantity of work and
make an endeavour to secure prior approval from
competent authority.
viii. Monitor the progress of work, consider the extension time
for the reasons not attributable to Contractor, and place it
before competent Authority.
ix. Look after the Dispute Resolution with the Contractor.
x. Issue notices, instructions, orders, certificates, approvals
and other communications under the Contract.
ix. Any other work relating to performance of the Contract.

29.3 Contractor’s Project Manager:


The Contractor shall appoint a Project Manager having adequate
qualifications and shall request UPPTCL in writing to approve
the person so appointed before signing of the Contract
Agreement. The Contractor can change the Project Manager from
time to time with the consent of UPPTCL. The Project Manager
shall supervise all work done at the Site by the Contractor and
shall remain present at the Site throughout normal working hours.

30. Work Program 30.1 Contractor’s Manpower Chart:

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:

It is agreed by the Contractor to execute the contract works


within the scheduled time and as per the agreed mile stone
(PERT/WBS). In this respect, the Contractor shall submit the
detailed PERT/WBS to the EOC for approval which shall be the
base for monitoring & execution of the contract works.

30.3 Subcontracting:

 The Contractor is not allowed to transfer, assign or otherwise


part with the Contract or any part thereof, either directly or
indirectly to any other party without the prior approval of
UPPTCL.
 However, prior approval of UPPTCL is not required for
specialized nature of work, where, the contractor may engage
Sub-Contractor/Associates for such specialized works, if
already specified in the contract.
 Further, the contractor, if so desires, may engage sub-contractor
with the prior approval of UPPTCL. UPPTCL shall evaluate the
capability of the sub-contractor before giving its approval for
engagement of Sub-Contractor. These Sub-Contractor(s) shall
not be entitled to any or payment/compensation from UPPTCL
and it would be sole responsibility of the Contractor to deal
with its Sub-Contractor(s).

30.4 Progress Report:

 The Contractor shall monitor the progress of all such activities


specified in the PERT/WBS and shall furnish a progress report
on Supply, Erection, deployment of gang, physical projections,
Financial projections, reason of delay in execution of works, if
any, etc. to the EIC on weekly basis and to EoC on monthly
basis as agreed between the Contractor and UPPTCL.

 The progress report shall contain the percentage completion


achieved compared with the planned percentage completion for
each activity and where any activity is behind the schedule, its
plan to make- up the delay.

30.5 Manner of 30.5.1 Materials/Equipment including Spares:


Procurement The Contractor shall submit the materials/equipment requirement
proposal as per the PERT/WBS. The contractor shall ensure that
there shall not be any surplus materials/equipment under the
contract for which contractor shall replenish the supply order in
such a manner that there will not be any surplus after completion
of works and also there will not be any shortage of
materials/equipment.
30.5.2 Employer-Supplied Materials (OSM)
Unless Otherwise specifically mentioned the Employers
Requirement, the Employer shall the Power Transformers as
required under the Contract in the manner as explained under;
30.5.2.1 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, unless otherwise mutually
agreed.
30.5.2.2 Upon receipt of such item, the Contractor shall inspect
the same visually and notify the EOC of any detected
shortage, defect or default. 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.
30.5.2.3 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 GCC Clause or under any other provision of
Contract.
30.5.3 Transportation
30.5.3.1 The Contractor shall at its own risk and expense
transport all the materials and the Contractor’s Equipment
to the Site by the mode of transport which shall be the
safest mode of transport to carry the materials and the
Contractor’s Equipment.

30.5.3.2 The Contractor shall be responsible for obtaining, if


necessary, approvals from the authorities for transportation
of the materials 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 materials and the Contractor’s
Equipment to the Site.

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.

31.2 However, critical components covered under the contract such


as AAA ACSR Conductor, XLPE Cables and Tower Materials
etc , shall have extended defect liability period beyond the
normal performance guarantee period as mentioned in the
SCC.

31.3 The Contractor’s liability shall be to the extent of


repair/replacement of such defective equipment/material either
arising from faulty design or defective equipment/materials
and/or bad workmanship. Such defective equipment/materials
shall be handed over to the Contractor for repair or replacement
by a new one, unless otherwise repairable at site.

31.4 The Contractor shall complete the repair/replacement work


within the reasonable time frame intimated by the EOC. If any
defects are not remedied within the time frame, the EOC may
proceed to do the work at the Contractor’s risk and cost but
without prejudice to any other rights, which UPPTCL may have
against the Contractor in respect of such defects.

31.5 In the event of any emergency, where in the judgment of the


EOC, delay would cause serious loss or damages, repair may be
made by the EOC or a third party chosen by the EOC without
advance notice to the Contractor and the cost of such work shall
be recovered from the Contractor. In the event such action is
taken by the EOC, the Contractor will be notified in due course
and he shall assist wherever possible in making necessary
corrections. This shall not relieve the Contractor of his
liabilities under the terms and conditions of the Contract.
31.6 If it becomes necessary for the Contractor to replace or renew
any defective portions of the works the provision of this clause
shall apply to portion of the works so replaced or renewed until
the expiry of guarantee period.

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.

31.8 The cost of any special or general overhaul rendered necessary


during the maintenance period due to defects in the equipment
or defective work carried out by the Contractor, the same shall
be borne by the Contractor. The acceptance of the equipment or
works by the EOC shall in no way relieve the Contractor of its
obligations under this clause.

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.

31.10 At the end of the guarantee period and or Defect Liability


period, the Contractor’s liability ceases except for latent defects
warranty.

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.

32.3 UPPTCL will have a claim in damages against the contractor if


the defects are a result of the contractor’s breach of contract
and/or negligence and UPPTCL suffers loss as a result.

33. Limitation of 33.1 Except in cases of criminal negligence or willful misconduct,


Liability the final payment by UPPTCL in pursuance of the Contract
shall mean the release of the Contractor from all its liabilities
under the Contract except for liabilities under Guarantee period
and Latent Defect Warranty period.

33.2 Such contractual liabilities and responsibilities of the


Contractor shall prevail till expiry of the Latent Defect
Warranty period. Notwithstanding anything to the contrary
mentioned herein and to the extent permitted by law, the
aggregate liability of Contractor to UPPTCL, whether in
contract, tort or otherwise, will be limited to 100% of the
contract value.

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).

34.2 Force Majeure shall not include the following occurrences:

 Late delivery of materials caused by congestion of Vendor’s


facilities or elsewhere, and oversold condition of the market,
inefficiencies, or similar occurrences.
 Late performance by Contractor and / or Vendor caused by
unavailability of raw materials, supervisors or labour,
inefficiencies of similar occurrences
 Mechanical breakdown of any item of Contractor’s or its
Vendor’s equipment, plant or machinery
 Delays due to ordinary storm or inclement weather
 Non-conformance by Vendor/Sub vendor.
 Financial distress of Contractor or its Vendor (s).

34.3 Delays in performance of contractual obligations under influence


of Force Majeure conditions are condonable by the other party
without any right to termination or damages, provided, notice of
the happening of any such event is given by the affected party to
the other within 30 (thirty) days from the date of occurrence.

34.4 Works under the contract shall be resumed as soon as practicable


after such event has come to an end or cease to exist. However,
if such event continues for a period exceeding 180 days, either
party may at its option terminate the contract by giving notice to
the other party.

34.5 Any delay or failure in performance by either party hereto shall


not give rise to any claims for damages or loss of anticipated
profits if and to the extent, such delay or failure is caused by
Force Majeure.

H. Contract Delay and Default

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.

35.2 On the request of the Contractor, extension of time may be


considered based on the facts and circumstances of the case. The
extension of the whole or part of the period of delay may be
allowed if it is found that the reasons of delay cannot be
attributable to Contractor. In such case, Contractor will be eligible
for upward revision of Tax, if any during extension period.

35.3 Where reasons of delay is attributable to the contractor, extension


of time is allowed with the imposition of LD.

35.4 In all the above cases the contractor whether allowed extension or
not, will be liable to pay negative PV.

35.5 In the event extension of time is allowed, the woks completion


schedule shall be rescheduled accordingly.

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.

36.2 For such extension of time, the Contractor shall be required to


request before the concerned Engineers Of Contract (EOC) giving
the reasons of delay. The Engineers of Contract (EOC) after due
examination may recommend provisional extension from time to
time with right to levy LD. However, the reason of delay
identified by the EOC shall be placed before the Competent
Committee

36.3 In the event of reason of delay is attributable to the Contractor,


LD so imposed shall be recovered from the final 10% bill.

36.4 Amount of Liquidated Damages for delay in Completion for the


reasons of delay attributable to the Contractor shall be @0.5%
(Half percent) of the contract value (exclusive of GST) per week
or part thereof subject to limit of 5% of the Contract value
(exclusive of GST).

36.5 GST shall be charged on the LD amount as per applicable rate

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 ;

i. Consistent failure to complete the work within the time


period(s) specified in the contract, or any extension thereof
granted.
ii. Prolonged failure or refusal to supply materials/equipment
or to execute work conforming to the technical
specifications;
iii. Repeated failure to respond or carry out the instructions in
relation to poor progress or rectification of defective work,
material or plant;
iv. Continuous failure to perform any other obligation under
the contract within the period specified in the contract or
any extension thereof;
v. Repeated failure or refusal to pay any amount due under
the Contract;
vi. Any breach of contract or fraud under the contact;
vii. Continued negligence of the works, or inability to honour
important stipulations of the contract;
viii. Inability to honour the contract;
ix. Becomes bankrupt or otherwise becomes insolvent or
undergoes liquidation or loses substantially the technical or
financial capability based on which it was selected for
award of contract;
38. Termination of 38.1 If default occurs because of any of the conditions under “Event Of
Contract Default” without prejudice to any other right granted by law, or
the Contract, UPPTCL may take up any or all of the following
actions after giving adequate opportunity to the contractor of
being heard.

i. Termination of the Contract.

ii. Invocation of CPBG;

iii. Recover any losses and / or additional expenses, UPPTCL may


incur as a result of Contractor’s Default from any other BG
/Security /Mobilisation BG etc./ all pending bills.

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.

39. Short Closure 39.1 If termination occurs because of UPPTCL’s requirement, a


suitable 15 days’ notice has to be sent to the contractor for
Termination of the Contract, in whole or in part, inter alia,
indicating the date with effect from which the termination will
become effective.

39.2 Based on the certificate of Engineer-In-charge, the value of works


executed, value of any materials lying at site, reasonable cost of
removal of equipment, demobilization of gang, repatriation of
project staff, etc., the amount payable to the Contractor shall be
worked out and after considering deduction/recovery of (i)
pending advances; (ii) other recoveries (iii) taxes & duties as due
etc., the final amount payable to the Contractor may be derived at
and released.

40. Execution of 40.1 In case of termination of contract due to Contractor’ Default,


Balance Works UPPTCL will take up the execution of balance left over work on
Risk and Cost/ Debitable basis of Original Contractor.

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.

41.2 The grounds of Debarring may be as follows:

i. Persistent and intentional violation of important terms of the


contract.
ii. Consistent Failure to execute the works satisfactorily,
iii. Inordinate delay in progress of execution of Work,
iv. Misbehavior to department officials or,
v. Disregarding safety measures and causing any loss of life or property.
vi. Scoring less than 40 (Forty) out of 100 (Hundred) in the performance
evaluation process of Contractors.

41.3 Procedure of debarring a contractor is as follows;

i. A SHOW CAUSE NOTICE will be issued to the contractor


seeking its explanation for the lapses committed by it and in
case of Joint Venture, /consortium, the SHOW CAUSE
NOTICE will be issued to all the parties of Joint
Venture/Consortium. The notice will be sent to the contractor
through E-mail/ Speed Post/ Registered Post/Courier on its
official E-Mail Id/ Postal Address.
ii. The Contractor’s explanation will be expected within 15 days
from the issue of the notice. In case the explanation is not
found satisfactory, decision of debarring contractor for a period
ranging from six months to two years, depending upon the
severity of lapses, will be taken.
iii. Even after debarring, the contractor will be allowed to
complete the ongoing works, unless otherwise rescinded by
competent authority on the grounds of breach of conditions of
contract.
iv. In case of JV/consortium, all the partners shall be debarred.
41.4 Approval for debarring & debarment time period;

i. UPPTCL may temporarily ban the Contractor for a short period


for six months. However, order of banning to a Contractor may
be extended for a period up to two years depending upon the
quantum of guilt.
ii. In this respect, an office order shall be issued intimating the
concerned departments for information.
iii. All such debarment order shall be uploaded in the UPPTCL
website for information of Public.

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..

42.2 Circumstances of Blacklisting:

i. If, found to be involved in any sort of tender fixing/cartel formation/


collusive bidding.
ii. If, contractor has submitted documents found to be false/
fabricated/forged.
iii. If Contractor has defrauded UPPTCL in terms of quality of the
equipment supplied and erection.
iv. If UPPTCL has suffered a huge financial loss due to the act of
Contractor,
v. If, there is security consideration including questions of loyalty to
State as per recommendations of Ministry of Home Affairs.

42.3 Procedure of blacklisting of contractor:

 A SHOW CAUSE NOTICE will be issued to the contractor


seeking his explanation for the lapses committed by it. The
notice will be sent to the contractor through E-mail/ Speed
Post/ Registered Post/Courier on its official E-Mail Id/ Postal
Address.
 The Contractors explanation will be expected with 15 days
from the issue of notice.
 In case the explanation is not found satisfactory, Contractor
will be blacklisted for a period ranging from two years to
five years depending upon the severity of lapses.
 A blacklisting order shall be issued in the name of the
contractor with due intimation to the other department
concerned. The black listing order shall also be uploaded in
the UPPTCL’s website

I. Disputes, Arbitration and Jurisdiction

43. Dispute 43.1 Any dispute(s) or difference(s) arising out of or in connection


Resolution with the Contract shall, to the extent possible, be settled amicably
between the EoC, UPPTCL and the Contractor.

43.2 If any dispute or difference of any kind, whatsoever, is not settled


amicably, Contractor may make an application before the Director
(W&P) in respect of such dispute in writing within 15 days, from
the date of such decision, action or omission.

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.

44.2 The arbitration shall be conducted by three arbitrators, one each to


be nominated by the Contractor and the UPPTCL and the third to
be appointed as a Presiding Arbitrator by both the arbitrators in
accordance with the Arbitration & Conciliation Act 1996. If other
party fails to appoint its arbitrator within sixty (60) days after
receipt of a notice from the party invoking the Arbitration clause,
the arbitrator appointed by the party invoking the arbitration
clause shall become the sole arbitrator to conduct the arbitration.

44.3 The place and venue of arbitration shall be at Lucknow, Uttar


Pradesh. The decision of the majority of the arbitrators shall be
final and binding upon the parties.

44.4 In the event of any of the aforesaid arbitrator’s death, negligence,


resignation or being unable to act for any reason, the party
concerned shall nominate another arbitrator in place of the
outgoing arbitrator.

44.5 Save as hereinafter provided, during settlement of disputes and


arbitration proceedings, both parties shall be obliged to carry out
their respective obligations under the Contract.
45. Jurisdiction of 45.1 The Honb’le Courts of Lucknow, Uttar Pradesh shall have
the Court exclusive jurisdiction in all matters arising under this Contract.

45.2 Writ Jurisdiction shall come under Allahabad High Court.

45.3 The place of arbitration shall be at The Honb’le Courts of


Lucknow, Uttar Pradesh.

J. Performance Evaluation, In-Eligibility and Grafts & Commission

46.Contractors 46.1 UPPTCL established ‘Contract Performance Feedback and


Performance Evaluation System’ against all closed contract(s).
Feedback &
Evaluation 46.2 The performance of the Contractor(s) shall be evaluated on the
System
following aspects on a five-point scale;

 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.

52.2 Based on the financial reconciliation, the net amount payable/


recoverable from the contractor shall be calculated by the
concerned Finance department. The financial statement so
prepared shall be re-checked/pre-audited before release of the
final payment to the contractor.
52.3 However, it shall be ensured by the concerned finance department
that the Contractor shall submit the No Claim certificate before
releasing the final payment.

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>

Subject Matter of Contract:


7.1 of GCC Supplementing GCC sub clause 7.1 with the following:

Present applicable rate for GST on work contract is 18 %

9.1of GCC Table mentioned at 9.1 shall be replaced as following:-

(A)1 S.N Activity Items for which prior


approval is necessary from
purchaser
A SUPPLY OF MATERIAL
1. Manufacture of line materials GTP & QAP
and HTLS conductor and
accessories
2. Despatch of material Acceptance Test & MDCC
B Reconductoring of HTLS As per approved profile
Conductor
9.2 of GCC Supplementing GCC sub-clause 9.2 with the following:

The completion schedule of the replacement works, including supply of


material, shall be 06 month from the issue of LOI.

The above completion schedule includes all activities in the


scope of work under the contract.
 After award of the contract, the contractor shall have to
prepare & submit its survey report and BOQ of the
material required for each line to the concerned consignee,
alongwith a copy to SE,ETDC, at the earliest and same
shall be approved by consignee as per provisions of
contract. Also, contractor will submit the shut
down/execution/work plan for the work of replacement and
will get it approved by concern consignees with mutual
discussions. The work of dismantling & replacement of
conductor shall be completed as per approved shutdown
schedule subject to the actual allowance of the shutdown.
 The Contractor guarantees that it shall attain Completion
of the Facilities (or a part for which a separate time for
completion is specified in the SCC) within the Time for
Completion specified in the contract or within such
extended time to which the Contractor shall be allowed.
 The bidder’s & subcontractor’s team including expert
supervisor should be available at site at least one hour
before scheduled shutdown of the line. If at any time, any
negligence or non availability of contractor team is
noticed, the contractor shall have to bear penal amount to
be decided by Supervising Engineer.
 The scope of the package shall inter-alia include re-
conductoring works at site as per the approved procedure
& plan during the entire period of stringing. The stringing
works including installation of HTLS conductor & its
fittings & accessories shall be supervised by a team
of supplier’s engineers/supervisory staff/ workmen already
experienced in stringing work associated with the type of
Offered technology HTLS Conductor being supplied. In
case the stringing is carried out by sub contractor, the
bidder shall co-ordinate with the sub contractor and train
their workers for carrying out re-conductoring works.
 Charges for supervision by core supplier (if required) shall
be deemed to be included in the charges for installation &
stringing of the offered technology HTLS Conductor as per
the Technical specification. Further, cost for supply of one
set of all the special tools & tackles required for stringing
of the offered technology HTLS Conductor shall be
considered to be included in the bid price.

13.4 of GCC Supplementing GCC sub-clause 13.4 with the following:

Owner Supplied Material (OSM) - None

16. 4 of GCC Replacing the existing sub-clause 16.4 with the


following:
Guarantee Period shall be 60 months/84 months/96 months
from date of Taking Over of facilities for all equipment
/materials depending upon the PQR clauses by which bidder
qualify the PQR criteria.

19.1 of GCC Supplementing GCC sub clause 19.1 with the following:

The completion schedule of the replacement works, including supply of


material, shall be 06 month from the issue of LOI.

The above completion schedule includes all activities in the


scope of work under the contract.
Payment:

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.

C.2 Balance 25% (Twenty Five percent) of the Ex-works price


component shall be paid on submission of the certificate by
the Purchaser’s representative that one year of satisfactory
operation has been attained after installation of
Equipment/Materials supplied under the contract. For
which, the period would be reckoned from the date of
Commissioning of the Facilities wherein the Plants and
equipments under the Contract are installed.
1.2 Type Test Charges
Not Applicable
1.3 Inland Transportation & Insurance Charges
Inland transportation and insurance charges shall be paid to the
Contractor on pro-rata basis, as per the unit rates indicated in the
Contract Agreement, after receipt of materials/items at site and
on presentation of the invoices alongwith supporting documents
by the Contractor. However, these charges will be subject to a
limitation that the aggregate of all invoices does not exceed the
total amount indicated in the Contract Agreement.
1.4 Price Component for Installation
A. For payment of Installation price component, as per 1.4(B), (C)
& (D) below, it would be mandatory for Contractor to submit
the following documents/fulfill the following conditions:
(a) Establishment of Contractor’s site offices for
preparatory to mobilisation for Installation
establishment,
(b) Performance Securities in line with tender document.
B Progressive Payment
Sixty Five percent (65%) for each of the items of work, shall be
paid progressively, monthly on pro-rata basis at unit rates based
on quantum of work done and certification by Employer’s
representative and on successful completion of quality check
point involved in Installation.
Further, one of the conditions for release of first progressive
payment/subsequent payment shall be submission of ‘Safety
Plan’ alongwith all requisite documents in line with OCC clause
on Safety Precaution and proforma provided and approval of the
same by the Engineer In-Charge.
C. Final Payment
Balance 10% (ten percent) of the Installation price component
shall be paid after successful Completion of the Facilities under
execution and issuance of Taking Over Certificate.

D. Balance 25% (Twenty Five percent) of the Installation price


component, shall be paid on submission of the certificate by the
Purchaser’s representative that one year of satisfactory
operation has been attained after installation of
Equipment/Materials supplied under the contract. For which, the
period would be reckoned from the date of Commissioning of
the Facilities wherein the Plants and equipments under the
Contract are installed.
1.5 Payment towards Price adjustment
Not Applicable.
1.6 Payment towards Taxes and Duties
Taxes and duties (excluding entry tax/octroi duty) applicable as
per Indian Tax laws, in respect of transaction between the
Purchaser and the Contractor shall be paid by the Purchaser as
per the Contract after each shipment. Invoices raised by the
Contractor, Vatable invoices raised by the Contractor and pre-
numbered invoices duly signed by authorized signatory shall be
considered for payment of sales tax, VAT and excise duty
respectively. Entry tax/octroi duty will be reimbursed by the
Purchaser as per Contract on submission of invoice together with
documentary evidence alongwith progressive payment (to be
released against receipted LR) for the corresponding shipment.
Payment towards taxes & duties shall be released by the
Purchaser directly to the Contractor.

2.0 ‘Commissioning’ for the purpose of payments shall mean


satisfactory completion of all supplies, erection, commissioning
checks and successful completion of all site tests and charging of
the transmission line at rated voltage as per the Contract and to
the satisfaction/approval of the Employer.

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.

Supplementing GCC sub clause 29.2 with the following:


29.2of GCC Details if EOC are as follows:
Superintending Engineer, ETDC, UPPTCL
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

E. Guarantees and Liabilities

Supplementing GCC sub clause 31.1 with the following:


31.1of GCC
Guarantee Period shall be 60 months/84 months/96 months
from date of Taking Over of facilities for all equipment
/materials depending upon the PQR clauses by which bidder
qualify the PQR criteria.

Supplementing GCC sub clause 31.1 with the following:


31.2of GCC
Defect liability period for the work shall be 60 months/ 84 months/
96 months from the date of commissioning of the facilities
wherein the plants and equipment under the contract are installed
depending upon the PQR clauses by which bidder qualify the PQR
criteria.
Section7 –Annexures
ANNEXURE –I

PROFORMA OF BANK GUARANTEE FOR BID SECURITY (EMD)


(To be stamped in accordance with Stamp Act)

The Non-Judicial Stamp Paper should be in the name of Issuing Bank


Ref. No: …………………….
Bank Guarantee No. ……………………….
Date:………………………………………
BG Amount:……………………………….
Validity Period:…………………………..
Claim Period:……………………………..

To,
The < Designation of Tender Issuing Authority>,

Dear Sirs,

This Guarantee Bond is executed this……………… day of …………………… by us

the………………………… Bank at ……………… , P.O………………… , Dist………………,

State………………… and Code No……………..

Whereas the UTTAR PRADESH 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 Marg Lucknow, U.P. 226001 (hereinafter called UPPTCL) has

invited Tender vide e-NIT No………………. Dated……………… for the purpose of

…………………… work.

1. Now, therefore, in accordance with Notice Inviting Tender (e-NIT)


No………………..Dated …………… of UPPTCL,
Ms/Shri……………………Address……………….................... Wish / wishes to participate
in the said tender and as a Bank Guarantee for the sum of Rs…………………. [ Rupees ----
----------------------------------------------------------- valid for a period of ………….………) is
required to be submitted by the bidder, as per Tender Specification, we the
______________________________ ) [indicate the name of the bank] [hereinafter referred
to as “Bank”] at the request of Ms/Shri……………………………………... [hereinafter
referred to as “Bidder” do hereby unequivocally and unconditionally guarantee and
undertake to pay during the above said period on written request by the Tender Issuing
Authority of UPPTCL an amount not exceeding Rs………………………. to UPPTCL.,
without any reservation. The guarantee would remain valid upto ……….. [date] and if any
further extension to this is required, the same will be extended on receiving instruction from
UPPTCL.

2. We, the _______________________________ [indicate the name of the Bank, Address,


Code] do hereby further 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 bidder of any of the terms or conditions and failure to
perform said Bid. 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………………… ( Rupees in
words………)

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.

5. We the __________________________ Bank further agree with UPPTCL 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 of performance by the said Bidder 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 Bidder 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
granted to the Bidder or for any forbearance, act or omission on the part of UPPTCL or any
indulgence by UPPTCL to the said Bidder 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 and constitution
of the Bank and/or the Bidder.

7. We ______________________ [indicate the name of 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.

Dated, the _____________Day of ____________________________

For _______________________ [Indicate name of Bank]

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

PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE (CPBG)


(To be stamped in accordance with Stamp Act)
Ref No:- …………………….
Bank Guarantee No. ……………………….
Date: ………………………………………
BG Amount:……………………………….
Validity Period:…………………………..
Claim Period:……………………………..

To,
The < Designation of Tender Issuing Authority>,

This Guarantee Bond is executed this……………… day of …………………… by us

the………………………… Bank at ……………… , P.O………………… , Dist………………,

State………………… and Code No……………..

Whereas the 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 UPPTCL) has

issued Letter of Award (LOA)No……………………………… Dated……………… for the purpose of

…………… work (herein after called “the Agreement”) to M/s/Shri ……………………………….. ,

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

Contractor from Performance Guarantee on furnishing by the Contractor to UPPTCL a Contract

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

production of a Bank Guarantee for Rs.________________ (Rupees____________________) only,

we the bank ______________ [Indicate bank Name , Address & Code ] (hereinafter referred to as “the

Bank”) at the request of M/s/Shri _____________________ contractor do hereby undertake to pay to

UPPTCL, an amount not exceeding Rs._______________ (Rupees

__________________________________) only against any loss or damage caused to or suffered 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.

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.

Dated, the _____________Day of ____________________________

For _______________________ [Indicate name of Bank]

WITNESS: (SIGNATURE WITH NAME AND ADDRESS)


1.
2.
N.B.:
1. Name of the Contractor.: ………………………
2. BG No &Date :………………………………
3. Amount (In Rs.):………………………………
4. Validity up to :…………………………………
5. LOA No………………………………………..
6. Package 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.
Note:
1. In case a Contractor is a Joint Venture/Consortium, The CPBG shall be submitted by the
Partner(s) of the Joint Venture/Consortium mentioning the Name & Address of the Lead
Partner & Other Partner.
ANNEXURE-III
PROFORMA OF EXTENSION OF BANK GUARANTEE

(To be stamped in accordance with Stamp Act)

Ref No:- ……………………. Date:- ………………………………………

To,
The < Designation of Tender Issuing Authority>,
.

Dear Sirs,

Sub: Extension of Bank Guarantee No. ……………………..for Rs. …………………


favouring yourselves, expiring on ……………………….on account of
M/s. …………………………………. in respect of LOA No. ………………………
dated ………………. (hereinafter called original Bank Guarantee).

At the request of M/s. ……………………………………., we…………………… Bank,


branch office at ……………………………..and having its Head Office at …………….. do
hereby extend our liability under the above mentioned Guarantee No. ………………. Dated
…………………..for a further period of ……………………..years / months/ days from
………………………. to expire on …………………..except as provided above, all other
terms and conditions of the original Bank Guarantee No. ……………….. dated ……………….
Shall remain unaltered and binding.

Please treat this as an integral part of the original Bank Guarantee to which it would be
attached.

Yours Faithfully,

For …………………………
Manager / Agent / Accountant

Power of Attorney No. ………

Dated ………………………..SEAL OF BANK

NOTE : The non-judicial stamp paper of appropriate value shall be purchased in the name of the

Bank, which has issued the Bank Guarantee.


ANNEXURE-IV

PROFORMA BANK GUARANTEE FOR MOBILISATION ADVANCE


(To be stamped in accordance with Stamp Act)
Ref No:- …………………….
Bank Guarantee No. ……………………….
Date: ………………………………………
BG Amount:……………………………….
Validity Period:…………………………..
Claim Period:……………………………..

To,
The < Designation of Tender Issuing Authority>,

This Guarantee Bond is executed this……………… day of …………………… by us

the………………………… Bank at ……………… , P.O………………… , Dist………………,

State………………… and Code No……………..

1.Whereas the 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 UPPTCL) has

signed the contract with M/s/Shri ……………………………….. , Address………………….. (herein

after called the “Contractor”) following Letter of Award (LOA) No………………………………

Dated……………… (herein after called “the Contract Agreement”) for supply, erection, installation

and commissioning and associated civil works of < Sub-stations ……..> .

2. In consideration of UPPTCL, which expression shall, unless repugnant to the context or


meaning thereof include its successors, administrators and assigns having signed the Contract
bearing No....................... dated .................. (hereinafter called the 'Contract Agreement’) with
M/s………………….. which expression shall unless repugnant to the context or meaning
thereof, include its successors, administrators, executors and assigns and the ‘UPPTCL’ having
agreed to make an advance payment to the Contractor for performance of the above Contract
amounting to ................................. (in words and figures ) as inception cost against Bank
Guarantee to be furnished by the Contractor.

3.We, the Bank .........................................(Name of the Bank) do hereby guarantee and


undertake to pay to UPPTCL, immediately on demand any or, all monies payable by the
Contractor to the extent of Rs. ..................................... at any time upto ........ ( this date shall be
ninety 90 days over and above the scheduled date of completion period mentioned in the
LOA),without any demur, reservation, contest, recourse or protest and / or without any
reference to the Contractor. Any such demand made by UPPTCL on the Bank shall be
conclusive and binding notwithstanding any difference between UPPTCL and the Contractor or
any dispute pending before any Court, Tribunal, Arbitrator or any other authority. We agree
that the guarantee herein contained shall be irrevocable and shall continue to be enforceable till
UPPTCL discharges this guarantee.

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 )

Dated this ..............Day of .........20......... at .........................................

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

PROFORMA OF INDEMNITY BOND


(On non-Judicial stamp paper of appropriate value)

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 Such Materials/Equipment are required to be delivered , erected and


commissioned by the contractor at contractor’s site for execution of the Contract.

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.

NOW THEREFORE, This Indemnity Bond witnesseth as follows:

1. That in consideration of various Materials/Equipment as mentioned in the Contract,


valued at Rs. ………………….. (Rupees...................................................................)
delivered by the Contractor and remaining in their custody for the purpose of execution
of the Contract, the Contractor hereby undertakes to indemnify and shall keep …....
UPPTCL *** indemnified, for the full value of the Materials/Equipment. The
Contractor hereby acknowledges receipt of payment against the Materials/Equipment as
supplied by the Contractor and it is expressly understood by the Contractor that in
consideration of the fact that materials/equipment is in their custody for execution of
the contract, the said Materials/Equipment duly endorsed by ................ UPPTCL *** in
favour of the Contractor shall be construed as handing over of the Materials/Equipment
purported to be covered by such title documents and the Contractor shall hold such
Materials/Equipment in trust as a Trustee for and on behalf of ............ UPPTCL ***.

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.

3. The Contractor undertakes that the Materials/Equipment shall be used


exclusively for the performance/ execution of the Contract strictly in accordance with
its terms and conditions and no part of the Materials/equipment shall be utilized for any
other work or purpose whatsoever. It is clearly understood by the Contractor that non-
observance of the obligations under this Indemnity Bond by the Contractor shall inter-
alia constitute a criminal breach of trust on the part of the Contractor for all intents and
purpose including legal/ penal consequences.

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

Value of the Materials/


Particulars Quantity
Equipment

Materials/Equipment to be
supplied under the Contract

OSM Materials/Equipment
handed over under the Contract

For and on behalf of

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.

No…………………….& Date ………………….is our Customer for the past……. Years.

Their financial transactions with our Bank have been satisfactory. Their Current A/c Balance & Fixed

Deposit Balance at the end of <Month><Year> is also indicated below:

SL.NO. TYPE OF ACCOUNT NUMBER BALANCE

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

also indicated below:


SL.NO. TYPE OF FACILITY SANCTIONED LIMIT UTILISATION AVAILABLE

AS ON DATE AS ON DATE AS ON DATE

(Rs. in Cr)

This letter is issued at the request of M/s………………………………………………….

Sd/-

Name of Bank………………………..

Name of Authorised Signatory ……..

Designation ………………………….

Phone No. …………………………..

Address …………………………….

SEAL OF THE BANK.

N.B. : To be issued by the Issuing Bank in their Letter Head.


ANNEXURE-VII

PROFORMA OF JOINT VENTURE/CONSORTIUM AGREEMENT


(On Non-Judicial Stamp Paper of Appropriate Value to be
Purchased in the Name of Joint Venture/Consortium)

JOINT VENTURE/CONSORTIUM AGREEMENT BETWEEN …………………………


AND ………………………… FOR BID SPECIFICATION NO…………………OF
(UPPTCL)

THIS JOINT VENTURE/CONSORTIUM AGREEMENT executed on this …………..day of


…………….Two thousand and ………………………………between M/s………...
……..……………….a company incorporated under the laws of …………………. and having
its Registered Office at…………………………………………………….. (hereinafter called
the “Lead Partner” which expression shall include its successors, executors and permitted
assigns) and M/s………………………………………. a company incorporated under the laws
of ………………………………….. and having its Registered Office at (hereinafter called the
“Other Partner” which expression shall include its successors, executors and permitted assigns)
for the purpose of making a bid and entering into a contract (in case of award) against the
Tender Specification No.:……………………………………. for Supply, Erection, Installation,
Testing & Commissioning and Associated Civil Works <………………………………Works>
………… of UPPTCL, 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”).

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.

NOW THIS AGREEMENT WITNESSETH AS UNDER:

In consideration of the above premises and agreement both the Partners to this Joint
Venture/Consortium do hereby now agree as follows:

1. In consideration of the award of the Contract by UPPTCL to the Joint


Venture/Consortium partners, we, the Partners to the Joint Venture/Consortium
agreement do hereby agree that M/s…………………………………… shall act as Lead
Partner and further declare and confirm that we shall jointly and severally be bound
unto UPPTCL for the successful performance of the Contract and shall be fully
responsible for the engineering, supply, erection and successful performance of the
equipment and workmanship in accordance with the Contract.

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.

4. The financial liability of the Partners of this Joint Venture/Consortium agreement to


UPPTCL, with respect to any of the claims arising out of the non-performance of the
obligation set forth in the relevant conditions of the Contract shall, however, not be
limited in any way so as to restrict or limit the liabilities of any of the Partners of the
Joint Venture/Consortium agreement.

5. It is expressly understood and agreed between the Partners to this Joint


Venture/Consortium agreement that of each of the Partners shall be as delineated
hereunder.
a. the sharing of responsibilities and obligation.
b. Extent of participation of each party in the Joint Venture/Consortium.
c. Commitment of each party to furnish the Performance Security to the extent of his
participation in the Joint Venture/Consortium.
d. Responsibility of each Partner of Joint Venture/Consortium (in terms of Physical and
Financial involvement).
e. Working Capital arrangement of Joint Venture/Consortium.
f. Provision that NEITHER party of the Joint Venture/Consortium shall be allowed to
sign, pledge, sell or otherwise dispose all or part of its respective interests in Joint
Venture/Consortium to any party including existing partner (s) of the Joint
Venture/Consortium. The UPPTCL derives right for any consequent action (including
blacklisting) against any or all Joint Venture/Consortium partners in case of any breach
in this regard.
g. Management Structure of Joint Venture/Consortium with details.
h. Lead Partner to be identified who shall be empowered by the Joint Venture/Consortium
to incur liabilities on behalf of Joint Venture/Consortium and to receive instructions for
and on behalf of the Partners of Joint Venture/Consortium, whether jointly or severally,
and entire execution of contract (including Payment) shall be Carried out exclusively
through lead partner.
i. the Profit Sharing Ratio of the partners of the Joint Venture/Consortium.
6. This Joint Venture/Consortium agreement shall be construed and interpreted in
accordance with the laws of India and the courts of Lucknow (Uttarpradesh) shall have
the exclusive jurisdiction in all matters arising there under.
7. In case of an award of Contract, We the Partners to the Joint Venture/Consortium
agreement do hereby agree that we shall be jointly and severally responsible for
furnishing a contract performance security from a bank in favour of UPPTCL in the
forms acceptable to UPPTCL for value of 10% of the Contract Price in the profit
sharing ratio of our share in the Joint Venture/Consortium Agreement.
8. It is further agreed that the Joint Venture/Consortium agreement shall be irrevocable
and shall form an integral part of the Contract, and shall continue to be enforceable till
UPPTCL discharges the same. It shall be effective from the date mentioned above for
all purposes and intents.
IN WITNESS WHERE OF the Partners to the Joint Venture/Consortium agreement have
through their authorized representatives executed these presents and affixed Common Seals of
their companies, on the day, month and year mentioned above.

1. Common Seal………………...of For Lead Partner has been affixed in my/our


pursuant to the Board of Director’s dated………………..

(Signature of authorized resolution representative)


Signature…………………… Signature
Name…………………………… Name
Designation…………………… Designation
(Common Seal of the company)

2. Common Seal………………...of For Other Partner has been affixed in my/our


pursuant to the Board of Director’s dated………………..

(Signature of authorized representative)

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)

POWER OF ATTORNEY FOR 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

1. To submit proposal and participate in the aforesaid Bid – Specification of UPPTCL on


behalf of the “Joint Venture/Consortium”.
2. To negotiate with UPPTCL the terms and conditions for award of the contract pursuant to
the aforesaid Bid and to sign the contract with UPPTCL for and on behalf of the “Joint
Venture/Consortium”.
3. To do any other act or submit any document related to the above.
4. To receive, accept and execute the contract for and on behalf of the “Joint Venture/
Consortium”.
5. To receive payment on behalf of the Joint Venture/Consortium.
6. To submit Bank Guarantee on behalf of the Joint Venture/Consortium.

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.

It is proposed on behalf of the Joint Venture/Consortium by virtue of this Power of Attorney


and the same shall bind the Joint Venture/Consortium as if done by itself.
IN WITNESS THEREOF the Partners Constituting the Joint Venture/Consortium as aforesaid
have executed these presents on this …………….day of …………under the Common Seal (s)
of their Companies.

for and on behalf of


the Partners of Joint Venture/Consortium
………………………………

The Common Seal of the above Partners of the Joint Venture/Consortium:

The Common Seal has been affixed there unto in the presence of:

WITNESS
1.0 Signature ………………………..
Name ……………………….
Designation…………………….
Occupation……………………….

2.0 Signature ………………………..


Name ……………………….
Designation…………………….
Occupation……………………….
ANNEXURE – IX
PROFORMA OF ACCEPTANCE OF FRAUD PREVENTION POLICY

Name of Package/Works:
E-NIT Ref. No:

To
The Tender Issuing Authority,
< Address>

Ladies and / or Gentleman,

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) ………………………….

Printed Name) ……………………..

(Designation) ………………………

(Common Seal) ……………………

This form shall be duly filled-up, signed by the bidder & uploaded as an attachment.
ANNEXURE – X
Performa Of Manufacturer’s Authorization

(To be filled in non-judicial stamp paper of worth Rs.100/-)

To : ____________________________

WE M/s _________________________________________, manufacturers of equipment for

………………… having production facilities at _______________________, do hereby authorize M/s

<Name of the Bidder>____________________ to submit a bid and subsequently sign the Contract, if he

becomes successful against e-NIT No………………….. and Tender Specification No………………...

We hereby extend our full guarantee, warranty and latent defects liability period for the above specified

Material/ Equipment offered by the bidder, M/s ………………………………against the above e-

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.

For and on behalf of the Manufacturer.

Signed : ………………….

Date …………………….

Place ……………………

(Signature) ………………………….

Printed Name) ……………………..


Note 1. The letter of Undertaking should be on the letterhead of the Manufacturer and should be signed by a
person competent and having Power of Attorney to legally bind the Manufacturer. It shall be
included by the bidder in its bid.
2. Above undertaking shall be registered or notarized so as to be legally enforceable.
Annexure-XI

Vendor’s Information Sheet

Bidder shall collect the information from the vendor and furnish the information duly filed in
formats along with supporting documents.

Sl. Name of Name Address of Valid Total Successful Documentar


No equipment of the Manufacturin type test Supply operation y proof
. / vendo g facilities report experienc performanc submitted
Materials r (yes/No e during e (yes / No)
) last 5
years

Authorised Signature of the Bidder


Annexure-XII

Bidder’s Information Sheet

Sl. No. DETAILS TO BE FILLED IN BY THE BIDDER


1 BIDDER’S NAME
BIDDER’S SITE NAME (Name
2
of the BUSINESS PLACE)
3 ADDRESS
4 CITY
5 STATE
6 COUNTRY
7 PIN CODE
8 PHONE NO.
9 FAX NO.
10 GST REGISTRATION NO.
11 PAN NO.
12 TAN NO.
13 CONTACT PERSON’S NAME
POSITION / DEPARTMENT OF
14
CONTACT PERSON
CONTACT PERSON’S E MAIL
15
ID
CONTACT PERSON’S PHONE
16
NO. AND MOBILE NO.
17 CONTACT PERSON’S FAX NO.
BANK A/C PARTICULARS OF
18 THE BIDDER FOR EFT
PAYMENT

Authorised Signature of the Bidder


ANNEXURE – XIII

PROFORMA OF SELF DECLARATION-


BLACK LISTING/ DEBARRING ACTION

Name of the Bidder: ----------------------------

e-Tender Notice No: -------------------------------------------

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-

Signature of the bidder

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

TECHNICAL DEVIATION SHEET


Bidder’s Name & Address
To
The Tender Issuing Authority

Ref.:
1. E- NIT No:…………………….
2. Package/Works Ref. No: …………………..

Sub: Technical Deviation Sheet.


Dear Sirs,

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

COMMERCIAL DEVIATION SHEET

Bidder’s Name & Address


To

The Tender Issuing Authority


< Address>
Ref.:
1. E- NIT No:…………………….
2. Works Ref. No: …………………..

Sub: Commercial Deviation Sheet.

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.

Tender Clause Commercial Deviation,


Sl. No. Reference Page Ref. No. if any

Date: (Signature of the Bidder)


Place: ( Printed Name) ……………….
(Designation) …………………..
(Common Seal) …………………

Note: 1. Deviations, if any, mentioned elsewhere shall constitute Nil/No deviation.

(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)

Scope of Works “ Construction of ……………………………….ON EPC/TURNKEY


CONTRACT BASIS”.

Bidder’s Name & Address:

To

The Tender Issuing Authority,

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.

Sl. Stages of Supply & Works Bidder to submit number of


No. Days from the date of issue
of LOA i.e. ZERO-“0”date
for the key mile stone
activity to be Completed(in
Days)
1 Acknowledgement of LOA

2 Signing of Contract Agreement

3 Detailed Technical Survey of works


and submission of survey report
4 Finalisation of BOQ after Survey

5 Supply of Materials/Equipment at Site


(To be supplied in a Phased Manner)
6 Civil works of the Works
(To be executed as per the PERT/BAR Chart)
7 Erection& installation work of the Works
(To be executed as per the PERT/BAR Chart)
8 Testing and Pre-Commissioning

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

LIST OF BANKS FROM WHICH BANK GUARANTEE CAN BE ACCEPTED


SCHEDULE COMMERCIAL BANKS

SBI AND ASSOCIATES

1. State Bank of India


2. State Bank of Bikaner and Jajpur
3. State Bank of Hyderabad
4. State Bank of Indore
5. State Bank of Mysore
6. State Bank of Patiala
7. State Bank of Saurashtra
8. State Bank of Travancore
NATIONALISED BANK

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

28. IDBI BANK


29. HDFC BANK
29. AXIS BANK
30. ICICI BANK
31. THE FEDERAL BANK

ANY OTHER SCHEDULED COMMERCIAL BANK NOTIFIED BY THE RBI.


Important Note : The claim against the subject bid security shall be lodged with their Lucknow

Branch.
ANNEXURE – XVIII
AFFIDAVIT OF BIDDER

BEFORE Sri/ ........................................................................................... , Notary, At-……………


…………………………………………………………………………………………………
Affidavit

WHEREAS the Uttarpradesh Power Transmission Corporation Ltd., Lucknow(UPPTCL) a


Govt of Uttarpradesh Undertaking, having its. Registered Office at U.P. Power Transmission
Corporation Limited Shakti Bhawan, 14-A Ashok MargLucknow, U.P. 226001has floated its
Tender No…………………………………………………………………………...inviting bids
from eligible bidder to execute the work of <……………………….>

AND WHEREAS M/s ......................... ...............................................................(briefly "Bidder")


has offered its bid on ……………………………………in response to the said Tender
No…………………………of UPPTCL expressing its interest to execute the work as specified
therein.

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

THIS AGREEMENT made the ________ day of ________________________, _____,

BETWEEN

(1) UTTARPRADESH TRANSMISSION CORPORATION LIMITED , a Govt. Of


Uttarpradesh Undertaking having its register office at U.P. Power Transmission
Corporation Limited Shakti Bhawan, 14-A Ashok MargLucknow, U.P. 226001
(hereinafter called “the Employer”), and (2) [ name of Contractor ], a corporation
incorporated under the laws of India and having its principal place of business at [
address of Contractor ] (hereinafter called “the Contractor”). < In case of Joint
Venture/Consortium, Name & address of the Partners to be mentioned>

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…………………………………………………………………………………………
………………………….

AND WHEREAS pursuant to acknowledgement of the LOI/LOA by the Contractor, the


Employer desires to engage the Contractor and the Contractor have agreed to such
engagement upon and subject to the terms and conditions hereinafter appearing.

NOW IT IS HEREBY AGREED as follows:

Article 1 1.1 Contract Documents (Reference GCC Clause …….)


Contract The following documents shall constitute the Contract
Documents between the Employer and the Contractor, and each shall be
read and construed as an integral part of the Contract:

(a) This Contract Agreement and the Appendices hereto


(b) Price Bid and Price Schedules submitted by the
Contractor
(c) Technical Bid and Technical Proposal submitted by the
Contractor
(d) Special Conditions
(e) General Conditions
(f) Technical Specification
(g) Other completed Bidding Forms submitted with the
Letters of Technical and Price Bids
(h) Any other documents part of the Employer’s
Requirements

However, terms and conditions and clauses does not mentioned


herein above, the same shall be guided as per the provisions
contained in the Standard Bidding Documents ( Volume-I,
Volume-II & Volume-III) and they shall be formed as the integral
part of the contract which shall be bidding to both the parties.

1.2 Order of Precedence (Reference GCC Clause 2)


In the event of any ambiguity or conflict between the
Contract Documents listed above, the order of precedence
shall be the order in which the Contract Documents are listed
in Article 1.1 (Contract Documents) above.

1.3 Definitions (Reference GCC Clause 1)


Capitalized words and phrases used herein shall have the
same meanings as are ascribed to them in the General
Conditions.

Article 2 2.1 Contract Price (Reference GCC Clause ………..)


Contract The Employer hereby agrees to pay to the Contractor the
Price and Contract Price in consideration of the performance by the
Terms of Contractor of its obligations hereunder. The Contract Price
Payment shall be the aggregate of: [. . . amounts in words . . . ], [. . .
amounts in figures. . . ] as specified in Price Schedule
(Grand Summary), or such other sums as may be determined
in accordance with the terms and conditions of the Contract.

2.2 Terms of Payment (Reference GCC Clause ……….)


The terms and procedures of payment according to which the
Employer will reimburse the Contractor are given in the
Terms and Procedures of Payment hereto.

2.3 Payment towards Price variation (Reference GCC Clause


……….)
The terms and procedures of payment of price variations
shall be in accordance with the Terms and Procedures of
Payment hereto.

Article 3 3.1 Effective Date (Reference GCC Clause ……….)


Effective The Effective Date upon which the period until the Time for
Date Completion of the Facilities shall be counted from is the date
when all of the following conditions have been fulfilled:

(a) This Contract Agreement has been duly executed for


and on behalf of the Employer and the Contractor;

(b) The Contractor has submitted to the Employer the


performance security and the advance payment
guarantee;

(c) The Employer has paid the Contractor the advance


payment.

(d) The Contractor has been advised to finalise the


PERT/WBS.

(e) The Employer approve the GTP and drawings of the


Plant & Equipment submitted by the Contractor.

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

4.2 The address of the Contractor for notice purposes, pursuant


to GCC/SCC is: [ Contractor's address ].

4.3 In case of Joint Venture/Consortium , all the communication


shall be resorted only to the Lead Partner of the Joint
Venture/Consortium.

Article 5. 5.1 The Appendices listed in the attached List of Appendices


Appendices shall be deemed to form an integral part of this Contract
Agreement.
5.2 Reference in the Contract to any Appendix shall mean the
Appendices attached hereto, and the Contract shall be read
and construed accordingly.

5.3 Clauses not specifically mentioned in the attached


appendices, the same shall be governed as per the available
clauses of the tender document which shall be binding by the
both parties.

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.

Signed by, for and on behalf of the Employer

[ Signature ]

[ Title ]

in the presence of

[ Signature ]

[ Title ]

Signed by, for and on behalf of the Contractor

[ Signature ]
[ Title ]

in the presence of

[ Signature ]
[ Title ]

APPENDICES

Appendix 1 - Time Schedule


Appendix 2 - List of Approved Vendors
Appendix 3 - Scope of Works
Appendix 4 - List of Documents for Approval
Appendix 5 - Terms Of Payment.
Appendix 6 – Letter Of Award including BOQ & Price Schedule.
Appendix 7 - Any other Documents
ANNEXURE-XX
BID PROPOSAL SHEET
Bidder’s Proposal Reference No. and Date:
Bidder’s Name & Address :
Contact Person :
Designation :
Telephone No. : Mobile No. :
Fax No. E-mail :

To
The Tender Issuing Authority
<Address>

Sub: Proposal for Engineering, Supply, Erection, Testing & Commissioning of


…………………… on EPC/Turnkey Contract.

Ref. : 1. NOTICE INVITING TENDER(NIT) NO ……………………..


2. TENDER DOCUMENT REFERENCE NO………………………....
3. Works: No……………...

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;

2.0 PRICES AND VALIDITY:

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.

3.0 TAXES& DUTIES AND PRICE VATIATION:

3.1 We declare that towards the supply of goods & services by us, we will quote basic

prices(taxable value) inclusive of Packing, Forwarding and Freight& Insurance excluding

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

and services components) supplied by us during the contract period is to UPPTCL’s

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

equipment/materials under the contract.

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.

However, we understand that any deviations with respect to the Technical


Specifications & Commercial Terms and conditions specified in the Bidding
Documents not acceptable to UPPTCL may render my bid non-responsive.

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

(e) Price Basis & Payments


(f) Price Variations
(g) Guarantee Period
(h) Contract Completion Period
(i) Latent Defect Warranty
We further confirm that any deviations to the above clauses at Sl.No. (a) through (i)
found anywhere in our bid proposal implicit or explicit shall stand unconditionally
withdrawn, without any cost implications whatsoever to UPPTCL.

5.0 TENDER COST, AND BID SECURITY:


5.1 We have scanned and uploaded the Demand Draft(s)/Bank Guarantee as applicable
towards Tender Cost, and Bid Security. The bid security has been submitted as per the
format prescribed by UPPTCL valid for a period of ………………………… days from
the date of opening of the bids as mentioned in the original tender notice. We have also
submitted the above in original in a separate sealed envelope superscribing the works
No…., Bid ref. No. and Name.

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)

6.0 QUALIFICATION DATA:


6.1 We confirm having uploaded(attachment.pdf)/keyed-in(Schedules) against the
Technical and Financial qualification requirement on your official tender portal as per-
qualifying criteria specified in the Instruction to bidders, Vol.-I.

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.

7.0 OTHER STATUTORY DOCUMENTS:


7.1 We have also uploaded (as an attachment .pdf) all the statutory documents mentioned in
the ITB in support of the qualifying criteria.

8.0 BID CAPACITY:


8.1 We confirm that we have uploaded (documents attachemnt.pdf)/Keyed-in the schedules
to meet our bid capacity criteria. We undertake to abide by the bid capacity and award
criteria assessed by UPPTCL as per the following bid capacity qualification, if found
successful in the bidding process;

8.2 In case we participate through Joint Venture/Consortium, we and our partner together
shall also agree to the above bid capacity criteria.

9.0 CONSTRUCTION OF CONTRACT:


9.1 We understand that in case of award, the contract to be entered into shall be treated as
single contract. Supply portion of the contract consisting of engineering, manufacturing,
testing & inspection at manufacturer's works, packing, forwarding and transportation of
equipment and materials, special tools & tackles and spares etc. from manufacturing
works to project site including transit insurance as per Bidding documents. The Erection
portion of the contract will relate to unloading, handing at site, storage, storage-cum-
insurance and preservation at site, erection, Installation, testing, commissioning
including all associated Mechanical, Electrical, Civil works and Construction of all
associated Structural & architectural works etc. for Construction of <Sub-Stations,
…………….> and other associated civil works as per bidding documents.

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.

10.0 WORK COMPLETION SCHEDULE:

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.

11.0 SIGNING OF THE CONTRACT AGREEMENT:

11.1 We undertake to sign the Contract Agreement as per the proforma and in the manner as

specified in the tender.

12.0 CONTRACT PERFORMANCE BANK GUARANTEE:


12.1 We agree that if our proposal is accepted, we shall provide an irrevocable Contract
Performance Bank Guarantee (from list of Banks mentioned in the annexure to this
documents) in non-judicial stamp paper of appropriate value (as per the prescribed
format) within …………. days from the date LOA issued in favour of the Uttarpradesh
Power Transmission Corporation Ltd., Registered Office at U.P. Power Transmission
Corporation Limited Shakti Bhawan, 14-A Ashok MargLucknow, U.P. 226001 The
Bank Guarantee amount shall be equal to ten percent (10%) of the Contract Price. The
bank guarantee shall be valid for 03months over and above work completion period plus
Guarantee Period. If the work completion period gets extended the Contract
Performance Bank guarantee shall be extended accordingly.

12.2 In case we have participated through Joint Venture/Consortium, the Contract


Performance Bank Guarantee shall be submitted in the manner as specified in the ITB.

13.0 PERFORMANCE GUARANTEE:

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.

13.3 We also undertake to take up the rectification/repair/replacement of materials or works,


if any, during the defect liability period and latent defect liability.

14.0 SELF DECLARATION FORM:

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.

15.0 CHECK LIST:

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.

16.0 ACKNOWLEDGEMENT OF DISCLAIMER:

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.

Dated this ….…...…………day of …………………20….. at………………………….

Thanking you, we remain,


Yours faithfully,

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).

3 Following documents/Credential in support of meeting Attach 3.pdf


Technical Qualifying requirement of the Bidder:
i. Work Orders/LOA (including detailed bill of
quantity for supply & erection works)
ii. Commissioning and Operational Certificate/
Handing Over and Taking Over Certificate/Client
Certified copies of completion certificate in
respect of the work orders furnished as above.
iii. Performance Certificate in respect of the work
orders furnished as above.
iv. Valid HT/EHT Electrical License of the EPC/
Turnkey Contractor available from anywhere in
India. (In case of Joint Venture/Consortium Valid
HT/EHT license available from anywhere in
India possesses by the Lead partner).
v. Certificate of Incorporation
(Company/LLP/Proprietorship firm)(Tower
Manufacturer).
vi. Tower Manufacturing Production Capacity
4 Scanned copy of Documents/credential in support of Attach 4.Pdf
meeting the Financial QR of the Bidder:
i. Audited Annual Accounts for last 05(five)
years.
ii. MAAT Schedule (Table-A)
iii. Liquid Assets and Un-Utilised Credit Facility
Schedule (Table-B)
iv. Net Worth Schedule (Table-C)
v. Total Order Value of UPPTCL work-in-Hand
(if any) (Table-D)
5 Scanned copies of Statutory Documents of the Bidder; Attach 5.pdf
i. Certificate of Incorporation
(Company/LLP/Proprietorship firm)
ii. IT PAN.
iii. IT Return of last three years.
iv. GST Registration Certificate.
v. EPF Registration Certificate etc.
vi. HT/EHT License
6 Documents/Credential in support of Technical Attach 6.Pdf
Qualifying requirement of the Vendor (In the absence
of approved list of Vendors).
i. Evidence of Manufacturing base in India or
outside.
ii. Evidence of service base in India or agreement
with the Indian Manufacturer having for after
sales service.
iii. Supply experience (Certified Copies of
Purchase Orders)
iv. Clients Performance Certificate
v. Type Test certificate
vi. Manufacturer (Vendor’s) Authorization Form
as per the format (Annexure-XI)
7 Commercial Deviation Schedule to be submitted as per Attach 7.pdf
the prescribed format duly signed. (Annexure-XV)

8 Technical Deviation Schedule to be submitted as per Attach 8.pdf


the prescribed format duly signed and uploaded (
Annexure-XIV)
9 Work Completion Schedule to be signed and uploaded Attach 9.pdf
as per the format (Annexure-XVI)
10 Self Declaration Form as per the format (Annexure- Attach 10.pdf
XIII)
11 Fraud Prevention Declaration as per the format Attach 11.pdf
(Annexure-X)
12 Affidavit of Bidder (Annexure-XVIII) Attach 12.pdf
13 Bidder’s Information includes Bank Details Attach 13.pdf
14 BPS Attach 14.pdf
15 Any Other relevant documents < As per requirement of Attach 15.pdf
the tender>

B. Schedules (XLS format)in the e-Tender Portal of UPPTCL :


Sl. Particulars Schedules in XLS format
No.
1 Components of Price Schedule- (1-Tower Supply, 2-Line Supply, , 3-
Tower Erection, 4-Line Erection 5-Mandatory
Spares Supply and 6-Civil Works)
2 Summary Price 7. Schedule (Summary of Price )
Proposal
ANNEXURE- XXI

Work Order Abstract


Table-A
Sl. FY Name of Work Order No. of Sub-Stations) Date of Reference
No. the Ref (No. & Installed / Erected Completion of Document
Client Date) Commissioning up loaded

MAAT
Table-B

Sl. Financial Project Related Annual Turnover on Standalone Basis (excluding


No Year Associate companies) of the Bidder as per the Audited Accounts (in
INR Cr.)
1

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

02 Free Reserves excluding the reserves created out of the


following;
i. Revaluation of assets.
ii. Write Back of depreciation Provisions.
iii. Amalgamation.
iv. Capital Reserve
03 Less, P&L A/C (Debit balance)

04 Less, Miscellaneous Expenses to the extent not written off.

05 Total: (5=1+2-3-4)
ANNEXURE - XXII

SHEET NO. – 1 (total no. of pages 7)


Bidder's Name……………………………..
Tender Specification No……………………………
GUARANTEED TECHNICAL PARTICULARS OF OFFERED TECHNOLOGY HTLS CONDUCTOR
proposed for Replacement of ACSR Panther Conductor
Name of Type of Offered technology HTLS Conductor………………………
Values
Sl. Description Unit guaranteed by
the Bidder
1. Name & address of Manufacturer
2.1 Type of HTLS conductor ( HTLS Technology)

2.2 Construction of conductor/ Designation of conductor


as per IEC:1089
3.1 PARTICULARS OF RAW MATERIALS Panther eq.
3.1 Outer Layers
a) Applicable Standard(if any) %
b) Type of Aluminum/ alloy %
c) Minimum purity of aluminum %
d) Maximum Copper content %
e) Zirconium content %
i) Maximum %
ii) Minimum
e) Other elements----------
i) ----------
ii) ----------
3.2 Inner Core
a) Applicable Standard(if any) %
b) Material of core %
c) Chemical composition of core
i) ----------
ii) ----------
3.3 Zinc used for galvanization of inner core (if
applicable) %
a) Minimum purity of zinc
3.4 Chemical Composition of Misch Metal coating on
core wires (if applicable)
i) Zinc %
ii) Aluminium %
iii) Other elements---------- ---------- %
3.5 Aluminium used for Aluminium Cladding (if
applicable)
a) Minimum purity of aluminum %
b) Maximum Copper content %
c) Other elements---------- %
i) ---------- %
ii)………..
4. OUTER STRANDS AFTER STRANDING
4.1 Number of outer layers Nos.
4.2 Number of strands
a) 1st Layer from core Nos.
b) 2nd Layer from core Nos.
c) 3rd Layer from core Nos.
…………………… …….
4.2 Diameter of strands mm
a) Nominal mm
b) Maximum mm
c) Minimum
4.3 Minimum Breaking load of strand
a) Before stranding kN
b) After stranding kN
4.4 Resistance of 1m length of strand at 20 deg. C Ohm
4.5 Final Modulus of elasticity Kg/sq. mm
4.6 Final Coefficient of linear expansion Per 0 C
5 INNER CORE STRANDS/ INNER CORE
AFTER STRANDING
5.1 Number of layers in inner core (excluding central
wire)
5.2 Number of strands
a) 1st Layer from centre (excluding central wire) Nos.
b) 2nd Layer from centre Nos.
c) 3rd Layer from centre Nos.
5.3 Diameter
a) Nominal mm
b) Maximum mm
c) Minimum mm
5.3 Minimum Breaking load of strand/Core
a) Before stranding kN
b) After stranding kN
5.4 Resistance of 1m length of strand at 20 deg. C Ohm
5.5 Final Modulus of elasticity Kg/sq. mm
5.6 Final coefficient of linear expansion Per 0 C
5.7 no. of twists which a single strand shall withstand
during torsion test for a gauge length equal to
100times dia of wire
(a) Before stranding Nos.
(b) after stranding Nos.
5.8 Minimum elongation of strand for a gauge length of %
250 mm(after break)
5.9 Aluminum cladding of core(if applicable)
(a) Thickness of cladding
i) Maximum mm
ii) Minimum mm
5.10 Galvanising/ Misch Metal coating (if applicable)
a) Minimum mass of zinc coating per sqm. of gm
uncoated wire surface (if applicable)
b) Minimum mass of Misch metal coating per sqm. gm
of uncoated wire surface (if applicable)
5.11 Composite core (if applicable)
a) Minimum elongation of core which the core will %
achieve during elongation test
b) Flexural strength of core N/ mm2
c) Glass Transition Temperature of Core Deg C
d) Galvanic protection barrier layer thickness mm
6 FILLER (if applicable)
6.1 Type & Designation of Filler
6.2 Chemical composition of Filler
6.3 Mass of Filler Kg/km
7 COMPLETE HTLS CONDUCTOR
7.1 Cross section drawing of the offered conductor Yes/No
enclosed
(a) Cross section area of complete conductor Sq. mm
(b) Cross section area of Aluminum/aluminum alloy Sq. mm
© Cross section area of Core Sq. mm
7.2 Diameter of conductor
a) Nominal mm
b) Maximum mm
c) Minimum mm
7.2.1 Diameter of CORE
a) Nominal mm
b) Maximum mm
c) Minimum mm
7.3 UTS (minimum) of Conductor KN
7.3.1 UTS (minimum) of Core KN
7.4 Lay ratio of conductor (max. & Min. values)
a) 1st layer from centre (excluding central wire)
b) 2nd Layer
c) 3rd Layer and so on
7.5 DC resistance of conductor at 20oC Ohm/ km
7.6 Final Modulus of elasticity
a) Upto transition temperature Kg/sq. mm
b) Above transition temperature Kg/sq. mm
7.7 Coefficient of linear expansion
a) Upto transition temperature Per deg C
b) Above transition temperature Per deg C
7.8 Calculation for transition temperature enclosed Yes/No
7.9 Transition temperature (corresponding to 365 ruling Deg C
span for Panther respectively and tension at ruling
conditions as specified in tender)
7.10 Minimum Corona Extinction Voltage (line to kV(rms)
ground) under Dry condition (if applicable)
7.11 RIV at 1MHz and 154 kV (rms) under dry Micro-volts
conditions (if applicable)
7.12(A) Maximum permissible conductor temperature for Deg C
continuous operation
7.12(B) Maximum permissible conductor current for Amp
continuous operation (700A)
7.13(A) Maximum permissible conductor temperature for Deg C
short term operation
7.13(B) Maximum permissible conductor current for short Amp
term operation
7.14 Permissible duration of above short term operation Minutes
7.15 Steady state conductor temperature at conductor Deg C
current of 700 A and under Ambient conditions
detailed in Clause 1.2.1 of Section-II of the Technical
Specification (Vol-III) for Offered technology HTLS
Conductor proposed for ACSR Panther replacement
7.16 AC resistance at maximum continuous operating Ohm/
temperature corresponding to specified maximum km
operating current (700 A under ambient condition
enclosed as per Clause 1.2.1 of Section-II of the
Technical Specification ) for Offered technology
HTLS Conductor proposed for Panther replacement
7.17 Details of Creep characteristic for Offered Yes/No
technology HTLS Conductor enclosed (as per Clause
1.4.3 of Section-II of the Technical Specification
(Vol-III)) (separate sheet for each type of conductor)
7.18 Sag Tension Calculation
7.18.1 Sag Tension Calculation enclosed for each type of Yes/No
conductor (clause 1.4.1 of Sec-II of TS)
7.18.2 Tension at 32 deg. C & no wind Kg
7.18.3 Sag & tension at maximum continuous operating Meters &
temperature (corresponding to current of 700A for Kgs
panther replacement ) and Ambient conditions
detailed in Section-II of the Technical Specification
i) Tension at 32 deg. C & full wind kg
(wind pressure of 45 kg/m2 )
ii) Tension at 0 deg. C & 2/3 rd of full wind condition kg
(wind pressure of 30 kg/m2 )
iii) Tension at 32 deg. C & full wind kg
( wind pressure of 149.37 kg/m2 )
iv) Tension at 0 deg. C & 2/3rd wind condition (wind kg
pressure of 100 kg/m2)
7.18.4 Sag & Tension at minimum temperature meters & kg
7.18.5 Tension at designed maximum temperature and no Kg
wind condition
7.18.6 Tension at designed maximum temperature and full kg
wind condition (wind pressure of 45 kg/m2 )
7.18.7 Tension at designed maximum temperature and full Kg
wind condition(wind pressure of 149.37kg/m2 )
7.18.8 Tension at transition temperature kg
7.18.9 Designed maximum temperature of offered HTLS Deg C
7.19 Direction of Lay for outside layer
7.20 Linear mass of the Conductor
a) Standard Kg/km
b) Minimum Kg/km
c) Maximum Kg/km
7.21 Standard length of conductor m
7.22 Maximum length of conductor that can be offered as m
single length
7.23 Tolerance on standard length of conductor %
7.24 Drum is as per specification ( Steel or Hybrid Drums Yes/ No
only )
7.25 No. of cold pressure butt welding equipment Nos.
available at works
7.26 Cross-sectional area of complete conductor Sq. mm
7.27 Any other relevant information
SHEET no. -2 (total no. of pgs 2)
(Sheet to be furnished for Panther eq.)
Bidder's Name……………………………..
Specification No……………………………
GUARANTEED TECHNICAL PARTICULARS OF SUSPENSION CLAMPS FOR HTLS
CONDUCTOR proposed for…………. conductor
Sl. Description Unit Value guaranteed
by the Bidder

1. Name & address of Manufacturer ………………

2. Address of Manufacturer ………………

3. Drawing enclosed Yes/No

4. Maximum magnetic power loss of suspension Watt ……………..


clamp at 700 amperes

5. Slipping strength of suspension assembly kN ……………..


(c!amp torque Vs slip curve shall be
enclosed)
6. Particulars of standard/AGS Standard /
AGS preformed armour rod set for
suspension assembly
a) No. of rods per set No. ………………

b) Direction of lay ………………

c) Overall length after fitting on conductor mm ………………

d) Actual length of each rod along its helix mm ………………

e) Diameter of each rod mm ………………

f) Tolerance in

i) Diameter of each rod ±mm ………………

ii) Length of each rod ±mm ………………

iii) Difference of length between the ±mm ………………


longest and shortest rod in a set

g) Type of Aluminium alloy used for ………………


manufacture of PA rod set

h) UTS of each rod Kg/mm2 ………………


Particulars of Elastomer
7.
(For AGS Clamp only)
a) Supplier of elastomer ………………

b) Type of elastomer ………………

c) Shore hardness of elastomer ………………

d) Temperature range for which elastomer is ………………


designed
e) Moulded on insert Yes/No

8. UTS of suspension clamp Yes/No

9. Purity of Zinc used for galvanising % ………………

10. Maximum permissible continuous operating


temperature of

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

1. Name of Manufacturer …………

2. Address of Manufacturer ……..

3. Drawing enclosed Yes/ No

4. Purity of aluminum used for % ………………


aluminum sleeve
5. Material for steel sleeve

(i) Type of material with chemical ………………


composition
(ii) Range of Hardness of material BHN From …….to ……..
(Brinnel Hardness)
(iii) Weight of zinc coating gm/m2 ………………

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 ………… ………

(b) Surface to Surface ……….. …


10. Length of sleeve after …………. ………
compression
11. Weight of sleeve
(a) Aluminium/ aluminum Alloy kg ………………

(b) Steel kg ………………

(c) Total kg ………………

12. Electrical resistance of dead end % ……..


assembly as a percentage of equivalent
length of Conductor
13. Slip strength of dead end assembly kN ……..

14. UTS of dead end asembly kN ……..

15. Purity of Zinc used for galvanising % ……..

16. Maximum permissible continuous


operating temperature of dead end
assembly

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

3. Drawing enclosed Yes/No

4. Suitable for conductor size mm ………………

5. Purity of aluminium used for % ………………


aluminium sleeve
6. Material for steel sleeve

(i) Type of material with chemical ………………


composition
(ii) Range of Hardness of material BHN From …….to ……..
(Brinnel Hardness)
(iii) Weight of zinc coating gm/m2 ………………

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 ……….. ………..

10. Dimensions of sleeve after


compression
(a) Corner to Corner ………… ………..

(b) Surface to Surface ……….. ……….


11. Length of sleeve after compression …………. ………..

12. Weight of sleeve


(a) Aluminium kg

(b) Steel kg

(c) Total kg

13. Slip strength kN


14. Resistance of the compressed unit %
expressed, as percentage of the
resistivity of equivalent length of bare
conductor.
15. Minimum Corona extinction voltage kV (rms)
under dry condition

16. Radio interference voltage at 1 MHz for Microvolt


phase to earth voltage of 154 kV under
dry condition
17. Maximum permissible continuous Deg. C
operating temperature of mid span
compression joint

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

1. Name of Manufacturer ………………

2. Address of Manufacturer

3. Drawing enclosed Y es/No

4. Suitable for conductor size mm ………………

5. Purity of Aluminium / Al Alloy type % ………………


6. Dimension of sleeve before compression
mm ………………
i) Inside diameter of sleeve
mm ………………
ii) Outside dimensions of sleeve
mm ………………
iii) Length of sleeve
7. Dimension of sleeve after compression
i) Corner to Corner mm ………………
ii) Surface to Surface mm ………..……….
iii) Length of sleeve mm
8. Weight of sleeve Kg ………………

9. Minimum Corona extinction voltage kV (rms) ………………


under dry condition

10. Radio interference voltage at 1 MHz for μV ………………


phase to earth voltage of 154 kV dry
condition)

11. Maximum permissible continuous Deg. C


operating temperature of Repair Sleeve

NOTE: Tolerances, wherever applicable, shall also be specified.

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

1. Name of Manufacturer ………………

2. Address of Manufacturer

3 Drawing enclosed

(a) Design Drawing YES / NO


(b) Placement Chart YES / NO
4. Suitable for conductor size mm ………………

5. Total weight of one damper kg

Right Left
6. Diameter of each damper mass mm ……… ……….

7. Length of each damper mass mm ………. ……

8. Weight of each damper mass kg ………. ……

9. Material of damper masses ………………

10. Material of clamp ………………

11. Material of the stranded messenger cable ………………

12. Number of strands in stranded messenger ………………


cable
13. Lay ratio of stranded messenger cable ………………

14. Minimum ultimate tensile strength of Kg/mm2 ………………


stranded messenger cable

15. Slip strength of stranded messenger cable kN


(mass pull off) ………………

Right
16. Resonance frequencies
(a) First frequency Hz ……… ……
(b) Second frequency Hz ……… ……
17 Designed clamping torque Kg-m ………………

18. Slipping strength of damper clamp


(a) Before fatigue test kN ………………

(b) After fatigue test kN ………………

19. Magnetic power loss per vibration damper watts ………………


for
(a) 700 amps, 50 Hz Alternating Current
for ACSR panther

20. Minimum corona Extinction voltage kV kV ………………


(rms) under dry condition

21. Radio Interference Voltage at 1 MHz for μV ………………


phase to earth voltage of 154 kV (rms)
Microvolts under dry condition

22. Maximum permissible continuous operating Deg. C


temperature of Vibration Damper
23. Percentage variation in reactance after % ………………
fatigue test in comparison with that before
fatigue test
24. Percentage variation in power dissipation % ………………
after fatigue test in comparison with that
before fatigue test

NOTE: Tolerances, wherever applicable, shall also be specified.


\Date: (Signature)……………………………
Place: (Name)……………………….
ANNEXURE - XXIII
GUARANTEES, LIQUIDATED DAMAGES FOR NON – PERFORMANCE
1.0 The equipment offered shall meet the rating and performance requirements stipulated in Technical
Specification for various equipment or indicated in Data requirement.
2.0 The ratings and performance figures of the below mentioned equipment are guaranteed by you.
Guaranteed AC Resistance (RAC ) in Ohm
per km of Offered technology HTLS Rate of Liquidated
S Conductor (equivalent to Panther) at Damages in Indian Rupees
Item
N temperature corresponding to the (applicable for Average
continuous operating current of 700 A Ohmic Loss)
under normal condition

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

FORM OF JOINT UNDERTAKING BY THE LICENSOR ALONGWITH THE LICENSEE


On Non-Judicial Stamp Paper of Appropriate Value
THIS DEED OF UNDERTAKING executed this ..................... day of ................ Two Thousand
.................... by ................... a Company incorporated under the laws of ........................ and having its
Registered Office at ................................ (hereinafter called the "Licensor" which expression shall include
its successors, executors and permitted assigns) and .......................... a Company incorporated
under the Companies Act, 1956 having its Registered Office at ......................... (hereinafter called the
"Licensee" which expression shall include its successors, executors and permitted assigns) in favour of
U.P.Power Transmission Corporation Ltd, having its Registered Office at Shakti Bhawan, 14-Ashok Marg
, Lucknow-226001 (hereinafter called the "Employer" which expression shall include its successors,
executors and permitted assigns).
WHEREAS the Employer invited Bids as per its Specification No. ....................... for the construction of
transmission line which inter alia include design, manufacture, testing, supply on Final Destination
delivery at site basis for Hardware Fittings/ Clamps and Accessories for HTLS Conductor/ Composite
Insulators for .................................... Transmission Lines.
AND WHEREAS Tender specifications, forming part of the Bidding Document inter alia stipulates that
the Licensee alongwith its Licensor must fulfill the Qualifying Requirements and be jointly and severally
bound and responsible for the successful performance of the equipment and shall be fully responsible for
the design, manufacture, testing, supply and final destination delivery at site basis in the event the Bid is
accepted by the Employer resulting in a "Contract".
AND WHEREAS ................................ a company incorporated Companies Act 1956, having its
Registered Office at ..................................... (hereinafter called the "Bidder"/"Contractor" which expression
shall include its successors, executors and permitted assigns) the Bidder has submitted its Bid for the
Employer for ..................................... Transmission Line having Specification No.
................................... vide Proposal No. ..................... dated ...................... based on the License of
the Licensor.
ANNEXURE-A
Page 2 of 3
NOW THEREFORE THIS UNDERTAKING WITNESSETH AS UNDER :
1.0 In consideration of the award of Contract by the Employer to the Bidder (hereinafter referred to as
the "Contract") we, the Licensor and the Licensee do hereby declare that we shall be jointly and
severally bound unto the UPPTCL (Employer)/the Bidder for the successful performance of the
equipment and shall be fully responsible for the design, manufacture, testing, supply and final
destination delivery at site basis and successful performance of equipment in accordance with the
Contract specifications.
2.0 Without in any way affecting the generality and total responsibility in terms of this Deed of
Undertaking the Licensor in particular hereby agrees to depute their technical experts to the
Licensee's works as considered necessary by the Employer, Bidder and the Licensor to ensure proper
design, manufacture, Quality Management, testing, supply on final destination delivery at site
basis and successful performance of the equipment in accordance with Contract Specifications
and if necessary the Licensor shall advise the Licensee suitable modifications of the designs and
implement necessary corrective measures to discharge the obligations under the Contract.
3.0 As a security, the Licensor/Licensee shall apart from the Contractor's performance guarantee, furnish
an additional Performance BG from its Bank in favour of the Employer in a form acceptable to
Employer. The value of such guarantee shall be equal to 5% of the total cost of the HTLS conductor
under the contract awarded by the Employer to the Contractor and it shall be part of guarantee
towards the faithful performance/of this Deed of Undertaking in terms of the Contract. The
Guarantee shall be unconditional, irrevocable and valid for the entire period of the contract,
namely till the end of the warranty period under the Contract. The Bank Guarantee amount shall be
payable to the Employer on demand without any reservation or demur.
4.0 Licensee undertakes to guarantee sequential and timely supply of equipments and materials and
submission of technical information and data as designed of the Employer so as to meet the overall
construction schedule.
5.0 We, the Licensor and the Licensee confirm that the License agreement shall be valid for a period of
at least one (1) years after the guarantee period/defect liability period of the equipment and
materials to be supplied under the Contract is over.
6.0 This Deed of Undertaking shall be constructed and interpreted in accordance with the Laws of India
and the courts in Delhi shall have exclusive jurisdiction in all matters arising under the undertaking.
7.0 We the Licensor and the Licensee agree that this undertaking shall be irrevocable and shall form
an integral part of the Contract and further agree that this undertaking shall continue to be
enforceable till the Employer and the Bidder discharge it. It shall become operative from the
effective date of Contract.
IN WITNESS WHEREOF the Licensor and the Licensee have through their authorized
Representative executed these presents and affixed Common Seals of their respective Companies,
on the day, month and year first above mentioned.
WITNESS FOR LICENSEE
................................................. ................................................................
1.
(Signatures) (Signature of Authorized Representative)
ANNEXURE-A
Page 3 of 3
................................................ ................................................................
(Name in Block Letter) (Name)

................................................. Designation ...........................................


(Office Address) Commo Seal of Company

WITNESS FOR LICENSOR


1. ................................................. ................................................................
(Signatures) (Signature of Authorized Representative)

................................................ ................................................................
(Name in Block Letter) (Name)

................................................. Designation ...........................................


(Office Address) ( Seal of Company)
Note : (i) This deed of joint undertaking should be attested by Notary Public of the place of the
respective executants.
(ii) To be filled separately for each item.
ANNEXURE - XXV
PROFORMA OF UNDERTAKING BY THE PROPOSED SUPPLIER OF CORE OF HTLS
CONDUCTOR
(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
) 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’).

We, (Name of the Agency) with its Registered Office at_


(Full Address (hereinafter referred to as the ‘Agency’, 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 execute the
destringing, stringing & installation works 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 agency proposed.
ANNEXURE - XXVII
FORM OF ADDITIONAL BANK GUARANTEE
(For depositing 5% special earnest money in case, bidder submits satisfactory operation/supply
experience certificates, issued by foreign utility, in support of fulfilment of PQRs. This BG shall
be submitted alongwith the bid and shall be valid for 03 months from scheduled date of opening
of tender.)

To

U.P. Power Transmission Corporation Limited, Lucknow

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.

AND WHEREAS we -------------------------------------------------- (name of the Bank), have at the


request of the Bidder agree to give you his guarantee as hereinafter contained.

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

F. Guarantees and Liabilities


21. Completion Time Guarantee
22. Defect Liability
23. Functional Guarantees
24. Equipment Performance Guarantees
25. Patent Indemnity
26. Limitation of Liability
G. Risk Distribution
27. Transfer of Ownership
28. Care of Facilities
29. Loss of or Damage to Property; Accident or Injury to Workers;
Indemnification
30. Insurance
31. Change in Laws and Regulations
32. Force Majeure
H. Change in Contract Elements
33. Change in the Facilities
34. Extension of Time for Completion
35. Suspension
36. Termination
37. Assignment
I. Resolution of Disputes
38. Settlement of Disputes
39. Arbitration
OTHER CONDITIONS OF CONTRACT (OCC)
Preamble
This Section of the Bidding Documents [named as Other Conditions of Contract (OCC) provides all the
rights and obligations of the parties under the Contract. This Section contains provisions that are to be
used unchanged unless ITB/BDS/GCC/SCC states otherwise as any changes in OCC or any
complementary information that may be needed has been shown in ITB/BDS/GCC/SCC. If there is a
conflict between the provisions of this Section & ITB/BDS/GCC/SCC, the provisions of later shall
prevail.
A. Definitions and Interpretation
1. Definitions
1.1 The following words and expressions shall have the meanings hereby assigned to them:
(a) “Arbitrator” means the person or persons appointed by agreement between the
Employer and the Contractor to make a decision on or to settle any dispute or
difference between the Employer and the Contractor referred to him or her by the
parties pursuant to OCC Sub-Clause 39.1 (Arbitration) hereof.
(b) “Associate” means a party who has been conjoined by the Contractor to independently
execute a pre-selected part of facilities of the contract and grant him the associated
contractual rights and obligations, without diluting the overall responsibility of the
contractor in respect of the Facilities under the contract.
(c) “Collaborator” or “Parent Company” means the firms/corporations who has provided
technological support to the manufacturer for establishing production line for the
specific Equipment.
(d) “Commissioning” means operation of the Facilities or any part thereof, if any, as per
OCC Sub-Clause 1.1(e) by the Contractor as specified in the Technical Specifications,
which operation is to be carried out by the Contractor as provided in OCC Sub-Clause
20.1.3 (Commissioning), for the purpose of Trial – Operation (OCC Sub-Clause
20.1.4).
(e) “Completion” means that the Facilities (or a specific part thereof where specific parts
are specified in the SCC) have been completed operationally and structurally and put
in a tight and clean condition and that all works in respect of pre-commissioning of
the Facilities (or a specific part thereof where specific parts are specified in the SCC)
has been completed (wherever required, as per Technical Specifications) and
Commissioning followed by Trail – Operation has been completed, as provided in
OCC Sub-Clause 20.1 (Completion of Facilities) hereof.
(f) “Contract” means the Contract Agreement entered into between the Employer and the
Contractor together with the Contract Documents referred to therein.
(g) “Contract Documents” means the documents of the Form of Contract Agreement
(including any amendments thereto).
(h) “Contract Price” means the sum specified in the Contract Agreement, subject to such
additions or deductions therefrom, as may be made pursuant to the Contract. For the
purpose of Liquidated Damages and Contract Performance Guarantee, the “Contract
Price” means Contract Price of the Contract Agreement.
(i) “Contractor” means the firms whose bid to perform the Contract has been accepted by
the Employer and is named in the Contract Agreement, and includes the legal
successors or permitted assigns of the Contractor.
(j) “Contractor’s Equipment” means all plant, 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 and Equipment, or other things intended to form or forming
part of the Facilities.
(k) “Contractor’s Representative” means any person nominated by the Contractor and
approved by the Employer in the manner provided in OCC Sub-Clause 13.2
(Contractor’s Representative and Construction Manager) hereof to perform the duties
delegated by the Contractor.
(l) “Day” means calendar day of the Gregorian Calendar.
(m) “Defect Liability Period” means the period of validity of the warranties given by the
Contractor commencing at Completion of the Facilities or a part thereof, if any, as per
OCC Sub-Clause 1.1(e), during which the Contractor is responsible for defects with
respect to the Facilities (or the relevant part thereof) as provided in OCC Clause 22
(Defect Liability) hereof.
(n) “Effective Date” means the date of Notification of Award from which the Time for
Completion shall be determined.
(o) “Employer” means the firm/corporation/ government entity, named in the tender
document, who is responsible for getting the Facilities implemented. The Employer
may be Owner himself or an agency appointed by the Owner and shall include the
legal successors or permitted assigns of the Employer.
(p) “Facilities” means the Plant and Equipment to be supplied and installed, as well as all
the Installation Services to be carried out by the Contractor under the Contract.
(q) “OCC” means the other Conditions of Contract hereof.
(r) “Guarantee Test(s)” means the test(s) specified in the Technical Specifications to be
carried out to ascertain whether the Facilities or a specified part thereof is able to
attain the Functional Guarantees specified in the Technical Specifications in
accordance with the provisions of OCC Sub-Clause 20.2.1 (Guarantee Test) hereof
during/after successful Commissioning followed by Trial - Operation.
(s) “Installation Services” means all those services ancillary to the supply of the Plant and
Equipment for the Facilities, to be provided by the Contractor under the Contract; e.g.,
transportation and provision of marine or other similar insurance, inspection,
expediting, site preparation works (including the provision and use of Contractor’s
Equipment and the supply of all construction materials required), installation, testing,
pre-commissioning, commissioning, operations, maintenance, the provision of
operations and maintenance manuals, training, etc.
(t) “Month” means calendar month of the Gregorian Calendar.
(u) “Notification of Award” means the official notice/LOI issued by the Employer
notifying the Contractor that his bid has been accepted.
(v) “Operational Acceptance” means the acceptance by the Employer of the Facilities (or
any part of the Facilities where the Contract provides for acceptance of the Facilities
in parts), which certifies the Contractor’s fulfillment of the Contract in respect of
Functional Guarantees of the Facilities (or the relevant part thereof) in accordance
with the provisions of OCC Sub-Clause 20.2.2 (Operational Acceptance) hereof after
successful Commissioning followed by Trial - Operation.
(w) “Owner” means the UPPTCL who has decided to set up the Facilities and shall
includes the legal successors or permitted assigns of the Owner.
(x) “Plant and Equipment” means permanent plant, equipment, machinery, apparatus,
articles and things of all kinds to be provided and incorporated in the Facilities by the
Contractor under the Contract (including the spare parts to be supplied by the
Contractor under OCC Sub-Clause 3.3 hereof), but does not include Contractor’s
Equipment.
(y) “Precommissioning” means the testing, checking and other requirements specified in
the Technical Specifications that are to be carried out by the Contractor in preparation
for Commissioning as provided in OCC Sub-Clause 20.1.2 (Pre-Commissioning)
hereof.
(z) “Project Manager/supervising ENGINEER” means the person appointed by the
Employer in the manner provided in OCC Sub-Clause 13.1 hereof to perform the
duties delegated by the Employer.
(aa) “SCC” means the Special Conditions of Contract.
(bb) “Site” means the land and other places upon which the Facilities are to be installed,
and such other land or places as may be specified in the Contract as forming part of
the Site.
(cc) “Subcontractor”/”vendor”/”sub-vendor” means firms/ corporations/government
entities to whom execution of any part of the Facilities, including preparation of any
design or supply of any Plant and Equipment, is sub-contracted directly or indirectly
by the Contractor with the consent of the Employer in writing, and includes its legal
successors or permitted assigns.
(dd) “Taking Over” means the Employer’s written acceptance of the Facilities under the
Contract, after successful Trial – Operation for the specified period in accordance
with the Contract, as provided in OCC Sub-Clause 20.1.5.
(ee) “Time for Completion” means the time within which Completion of the Facilities is to
be attained in accordance with the specifications, as a whole (or of a part of the
Facilities where a separate Time for Completion of such part has been prescribed in
the SCC) and “Taking Over” by the Employer is to be attained.
2. Interpretation
2.1 Contract
The Contracts to be entered into with the successful Bidder shall be as defined in ITB/BDS.
2.1.1 The Contracts to be entered into with the successful Bidder shall be as under :
- First Contract: For Ex-Works supply of all equipments and materials (whether in India or
abroad) including mandatory spares and Type Test to be conducted (whether in India or
abroad) (Ex-Works Supply Contract)
- Second Contract: For providing all services i.e. port handling and custom clearance of
imported plants and equipments and loading, inland transportation for delivery at site,
insurance, unloading, storage, handling at site, installation, Testing and Commissioning
including performance testing in respect of all the equipments supplied under the "First
Contract", Training to be imparted (whether in India or abroad) and any other services
specified in the Contract Documents (Services Contract).
2.1.2 The award of two separate Contracts shall not in any way dilute the responsibility of the
Contractor for the successful completion of the facilities as per Specification and a breach in
one Contract shall automatically be construed as a breach of the other Contract(s) which will
confer a right on the Employer to terminate the other Contract(s) also at the risk and the cost
of the Contractor.
2.1.3 The Contract will be signed in two originals and the Contractor shall be provided with one
signed original and the rest will be retained by the Employer.
2.1.4 The Contractor shall provide free of cost to the Employer all the engineering data, drawing
and descriptive materials submitted with the bid, in at least two (2) copies to form a part of
the Contract immediately after Notification of Award.
2.1.5 Subsequent to signing of the Contract, the Contractor at his own cost shall provide the
Employer with at least Twenty (20) true copies of Contract Agreement within fifteen (15)
days after signing of the Contract.
2.2 Contract Documents
All documents forming part of the Contract (and all parts thereof) are intended to be
correlative, complementary and mutually explanatory to the Contract Agreement. The
Contract shall be read as a whole.
2.3 Language
The ruling language of the Contract and the language for communications shall be English.
2.4 Singular and Plural
The singular shall include the plural and the plural the singular, except where the context
otherwise requires.
2.5 Headings
The headings and marginal notes in the General Conditions of Contract are included for ease
of reference, and shall neither constitute a part of the Contract nor affect its interpretation.
2.6 Entire Agreement
Subject to OCC Sub-Clause 12.4 hereof, the Contract constitutes the entire agreement
between the Employer and Contractor with respect to the subject matter of Contract and
supersedes all communications, negotiations and agreements (whether written or oral) of
parties with respect thereto made prior to the date of Contract.
2.7 Amendment
No amendment or other variation of the Contract shall be effective unless it is in writing, is
dated, expressly refers to the Contract, and is signed by a duly authorized representative of
each party hereto.
2.8 Independent Contractor
The Contractor shall be an independent contractor performing the Contract. The Contract
does not create any agency, partnership, joint venture or other joint relationship between the
parties hereto.
Subject to the provisions of the Contract, the Contractor shall be solely responsible for the
manner in which the Contract is performed. All employees, representatives or
Subcontractors engaged by the Contractor in connection with the performance of the
Contract shall be under the complete control of the Contractor and shall not be deemed to be
employees of the Employer, and nothing contained in the Contract or in any subcontract
awarded by the Contractor shall be construed to create any contractual relationship between
any such employees, representatives or Subcontractors and the Employer.
2.9 Joint Venture
If the Contractor is a joint venture of two or more firms, all such firms shall be jointly and
severally bound to the Employer for the fulfillment of the provisions of the Contract and
shall designate one of such firms to act as a leader with authority to bind the joint venture.
The composition or the constitution of the joint venture shall not be altered without the prior
written consent of the Employer.(Deleted)
2.10 Non-Waiver
2.10.1 Subject to OCC Sub-Clause 2.10.2 below, no relaxation, forbearance, delay or indulgence
by either party in enforcing any of the terms and conditions of the Contract or the granting
of time by either party to the other shall prejudice, affect or restrict the rights of that party
under the Contract, nor shall any waiver by either party of any breach of Contract operate as
waiver of any subsequent or continuing breach of Contract.
2.10.2 Any waiver of a party’s rights, powers or remedies under the Contract must be in writing,
must be dated and signed by an authorized representative of the party granting such waiver,
and must specify the right and the extent to which it is being waived.
2.11 Severability
If any provision or condition of the Contract is prohibited or rendered invalid or
unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or
enforceability of any other provisions and conditions of the Contract.
2.12 Country of Origin
“Origin” means the place where the materials, equipment and other supplies for the
Facilities are mined, grown, produced or manufactured, and from which the services are
provided. Plant and equipment are produced when, through manufacturing, processing or
substantial and major assembling of components, a commercially recognized product results
that is substantially different in basic characteristics or in purpose or utility from its
components.
2.13 Notices
2.13.1 Unless otherwise stated in the Contract, all notices to be given under the Contract shall be in
writing, and shall be sent by personal delivery, special courier, telegraph, facsimile or
Electronic Data Interchange (EDI) to the address of the relevant party set out in the Contract
Agreement, with the following provisions:
(a) Any notice sent by telegraph, facsimile or EDI shall be confirmed within two (2) days
after dispatch by notice sent by special courier, except as otherwise specified in the
Contract.
(b) Any notice sent by special courier shall be deemed (in the absence of evidence of
earlier receipt) to have been delivered ten (10) days after dispatch. In proving the fact
of dispatch, it shall be sufficient to show that the envelope containing such notice was
properly addressed, stamped and conveyed to the postal authorities or courier service
for transmission by special courier. Provided further that whenever the postal
authorities or courier service provide a proof of delivery, the same shall also be
applicable for presenting the fact of dispatch.
(c) Any notice delivered personally or sent by telegraph, facsimile or EDI shall be deemed
to have been delivered on date of its dispatch.
(d) Either party may change its postal, facsimile or EDI address or addressee for receipt of
such notices by ten (10) days’ notice to the other party in writing.
2.13.2 Notices shall be deemed to include any approvals, consents, instructions, orders and
certificates to be given under the Contract.
2.14 Governing Law & its Jurisdiction
The Contract shall be governed by and interpreted in accordance with laws of Union of
India and the Courts of New Delhi shall have exclusive jurisdiction in all maters arising
under this Contract.

B. Subject Matter of Contract


3. Scope of Facilities
3.1 Unless otherwise expressly limited in the Technical Specifications, the Contractor's
obligation shall include the provision of all Plant and Equipment and the performance of all
Installation Services required for the design, the manufacture (including procurement,
quality assurance, construction, installation, associated civil works, Pre-commissioning and
delivery) of the Plant and Equipment and the installation, completion, commissioning and
performance testing of the facilities in accordance with the plans, procedures, specifications,
drawings, codes and any other documents as specified in the Technical specifications. Such
specifications include, but are not limited to, the provision of supervision and engineering
services; the supply of labour, materials, equipment, spare parts (as specified in OCC Sub-
Clause 3.3 below) and all accessories; Contractor's Equipment; construction utilities and
supplies; temporary materials, structures and facilities; transportation (including without
limitation, custom clearance, port handling, unloading and hauling to, from and at the Site);
storage and training except for supplies of insulators, that will be provided or performed by
the UPPTCL, to the Contract Agreement.
3.2 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.
3.3 The supply of Mandatory Spare Parts, if any, shall be included in the Contract. Beside the
aforesaid Mandatory Spares parts, the Contractor shall ensure the availability of spare parts
required for the operation and maintenance of the Facilities to the Employer for a minimum
period of 15 years from Completion of the Facilities. The Contractor shall carry sufficient
inventories to ensure an ex-stock supply of consumable spares for the plant and equipment.
If so desired by the Employer, the Contractor shall submit the specifications, price and the
terms and conditions relating to the supply thereof for such spares identified by the
Employer with validity period of 6 months within 30 days of receipt of request from
Employer for its consideration and placement of order.
3.4 The Contractor shall guarantee that in the event of termination of production of spare parts
by the Contractor or his Sub-Contractor:
(i) The Contractor shall send advance notification to the Employer of the pending
termination, with 2 (two) years time to permit the Employer to procure needed
requirements, and
(ii) Following such termination, the Contractor shall furnish at no cost to the Employer
the blueprints, drawings and specification of the spare parts, if requested.
3.5 In case the Contractor fails to supply the spares parts in accordance with the terms stipulated
above, the Employer shall sanction the Contractor declaring them ineligible for a stated
period of time for future projects.
4. Time for Commencement and Completion
4.1 The Contractor shall commence work on the Facilities from the Effective Date of Contract
and without prejudice to OCC Sub-Clause 21.2 hereof, the Contractor shall thereafter
proceed with the Facilities in accordance with the time schedule specified in the
corresponding Time Schedule to the Contract Agreement or later as agrred.
4.2 The Contractor shall attain Completion of the Facilities (or of a part where a separate time
for Completion of such part is specified in the Contract) within the time stated under Time
for Completion or within such extended time to which the Contractor shall be entitled under
OCC Clause 34 hereof.
5. Contractor’s Responsibilities
5.1 The Contractor shall design, manufacture (including associated purchases and/or
subcontracting), install and complete the Facilities with due care and diligence in
accordance with the Contract.
5.2 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 as of the date twenty-eight (28) days
prior to bid submission. 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.
5.3 The Contractor shall acquire in its name all 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 that 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 under OCC Sub-Clause 6.3
hereof and that are necessary for the performance of the Contract.
5.4 The Contractor shall comply with all laws in force in India. 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 personnel,
including the Subcontractors and their personnel, but without prejudice to OCC Sub-Clause
6.1 hereof.
5.5 Any Plant, Material and Services that will be incorporated in or be required for the Facilities
and other supplies shall have their origin as specified under OCC Sub-Clause 2.12 (Country
of Origin).
5.6 The Contractor shall permit the Employer to inspect the Contractor’s accounts and records
relating to the performance of the Contractor.
6. Employer’s Responsibilities
6.1 The Employer shall ensure the accuracy of all information and/or data to be supplied by the
Employer as described in the corresponding part of the Contract, except when otherwise
expressly stated in the Contract.
6.2 The Employer 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, as specified in the corresponding part of the Contract Agreement.
The Employer shall give full possession of and accord all rights of access thereto on or
before the date(s) specified.
6.3 The Employer shall acquire and pay for all 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 Employer to obtain
them in the Employer's name, are necessary for the execution of the Contract (they include
those required for the performance by both the Contractor and the Employer of their
respective obligations under the Contract), including those specified in the Contract
Agreement.
6.4 If requested by the Contractor, the Employer shall use its best endeavors to assist the
Contractor in obtaining in a timely and expeditious manner all permits, approvals and/or
licenses necessary for the execution of the Contract from all local, state or national
government authorities or public service undertakings that such authorities or undertakings
require the Contractor or Subcontractors or the personnel of the Contractor or
Subcontractors, as the case may be, to obtain.
6.5 Unless otherwise specified in the Contract or agreed upon by the Employer and the
Contractor, the Employer shall provide sufficient, properly qualified operating and
maintenance personnel; shall supply and make available all raw materials, utilities,
lubricants, chemicals, catalysts, other materials and facilities; and shall perform all work and
services of whatsoever nature, to enable the Contractor to properly carry out
Commissioning, all in accordance with the provisions of the Contract Agreement at or
before the time specified in the program furnished by the Contractor under OCC Sub-Clause
14.2 (Program of Performance) hereof and in the manner thereupon specified or as
otherwise agreed upon by the Employer and the Contractor.
6.6 The Employer shall be responsible for the continued operation of the Facilities after Taking
Over, in accordance with OCC Sub-Clause 20.1.5.
6.7 All costs and expenses involved in the performance of the obligations under this OCC
Clause 6 shall be the responsibility of the Employer.
C. Payment
7. Contract Price
7.1 The Contract Price shall be as specified in Contract Agreement.
7.2 The Contract Price shall be subject to adjustment & shall be increased or reduced on
account of variation in quantity in accordance with provisions of contract..
7.3 Subject to OCC Sub-Clauses 5.2 and 6.1 hereof, 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.
8. Terms of Payment
8.1 The Contract Price shall be paid as specified in the corresponding part of the Contract
Agreement. The procedures to be followed in making application for and processing
payments shall be those as per UPPTCL procedure.
8.2 All payments under the Contract shall be made in Indian Rupees.
9. Securities
9.1 Issuance of Securities
The Contractor shall provide the securities specified below in favor of the Employer at the
times, and in the amount, manner and form specified below.
9.2 Advance Payment Security
9.2.1 The Contractor shall, within twenty-eight (28) days of LOI, provide a security in an amount
equal to the advance payment calculated in accordance with the corresponding part of the
Contract Agreement, and in the same currency(ies) with initial validity of up to forty five
(45) days beyond the date of Completion of the Facilities in accordance with OCC Sub-
Clause 20.1. The same shall be extended by the Contractor time to time till forty five (45)
days beyond the actual date of Completion of the Facilities, as may be required under the
Contract.
9.2.2 The security shall be in the Form of unconditional Bank Guarantee. The security shall be
discharged after completion of the facilities or relevant part thereof.
- Procedure for effective reduction in the Advance Payment Security
The Advance Payment Security shall be allowed to be reduced every six (06) months after
First Running Account Bill/Stage payment under the Contract if the validity of the Bank
Guarantee is more than one year. The cumulative amount of reduction at any point of time
shall not exceed seventy five percent (75%) of the advance corresponding to cumulative
value of the Facilities completed as per a certificate to be issued by the Project Manager. It
should be clearly understood that reduction in the value of advance Bank Guarantee shall
not in any way dilute the Contractor's responsibility and liabilities under the Contract
including in respect of the Facilities for which reduction in the value of security is allowed.
9.3 Performance Security
9.3.1 The contractor shall, within twenty-eight (28) days of the LOI, provide a performance
security for the due performance of the Contract in the amount equivalent to Ten percent
(10%) of the Contract Price, with a validity upto forty five (45) days beyond the Defect
Liability Period. The same shall be extended by the contractor time to time till forty five
(45) days beyond the actual Defect Liability Period, as may be required under the Contract.
The performance security shall be reduced to fifty percent of the value after
completion of satisfactory operation for a period of twenty four (24) months from the
date of Commissioning of the Facilities wherein the Plants and equipments under the
Contract are installed.
9.3.2 The performance security shall be in the Form of unconditional Bank Guarantee in the
prescribed format
9.3.3 Reduction in the security pro rata to the Contract Price of any part of the Facilities is not
admissible. However, if the Defects Liability Period has been extended on any part of the
Facilities pursuant to OCC Sub-Clause 22.8 hereof, the Contractor shall issue an additional
security in an amount proportionate to the Contract Price of that part. The security shall be
returned to the Contractor immediately after its expiration, provided, however, that if the
Contractor pursuant to OCC Sub-Clause 22, is liable for an extended warranty obligation,
the performance security shall be reduced to ten percent (10%) of the value of the
component covered by the extended warranty.
9.3.4 In case of award of the contract to a Joint Venture, the Bank Guarantees for performance
security and the Bank Guarantee for advance payment shall be submitted in the name of all
the partner(s) of the Joint Venture
9.4 Issuing Banks
The Bank Guarantee for Advance Payment Security and Performance Security are to be
provided by the Contractor, which should be issued either :
(a) by a Public Sector Bank located in India, or
(b) a scheduled Indian Bank having paid up capital (net of any accumulated losses) of Rs.
1,000 Million or above (the latest annual report of the Bank should support
compliance of capital adequacy ratio requirement), or
9.5 Indemnity
9.5.1 For the equipment/material to be provided by the Contractor, it will be the responsibility of
the Contractor to take delivery, unload and store the materials at Site and execute an
Indemnity Bond and obtain authorisation letter from Employer as per proforma enclosed, in
favour of the Employer against loss, damage and any risks involved for the full value of the
materials. This Indemnity Bond shall be furnished by the Contractor before commencement
of the supplies and shall be valid till the scheduled date of Taking Over of the equipment by
the Employer.
9.5.2 In case of divisible Contracts, where the Employer hands over his equipment to the
Contractor for executing the Contract, then the Contractor shall, at the time of taking
delivery of the equipment through Bill of Lading or other despatch documents, furnish trust
Receipt for Plant, Equipment and Materials and also execute an Indemnity Bond in favour
of the Employer in the form acceptable to the Employer for keeping the equipment in safe
custody and to utilize the same exclusively for the purpose of the said Contract. Samples of
proforma for the Trust receipt and Indemnity Bond .The Employer shall also issue a separate
Authorization Letter to the Contractor to enable him to take physical delivery of plant,
equipment and materials from the Employer as per proforma
10. Taxes and Duties
10.1 The Contractor shall be entirely responsible for payment of all taxes, duties, licence fees and
other such levies legally payable/incurred until delivery of the contracted supplies to the
Employer.
If it is statutory requirement to make deductions towards such taxes and duties or any other
applicable taxes and duties, the same shall be made by the Employer and a certificate for the
same shall be issued to the Contractor.
10.2 The Contractor shall be solely responsible for the taxes that may be levied on the
Contractor's persons or on earnings of any of his employees and shall hold the Employer
indemnified and harmless against any claims that may be made against the Employer. The
Employer does not take any responsibility whatsoever regarding taxes under Indian Income
Tax Act, for the Contractor or his personnel. If it is obligatory under the provisions of the
Indian Income Tax Act, deduction of Income Tax at source shall be made by the Employer.
10.3 In respect of direct transaction between the Purchaser and the Supplier, the EXW price is
inclusive of all cost as well as duties and tax (viz., custom duties & levies, duties, sales
tax/VAT etc.) paid or payable on components, raw materials and any other items used for
their consumption incorporated or to be incorporated in the Plants and equipments.
Sales tax/VAT, excise duty, local tax and other levies for the equipment/items under ‘direct
transaction’ including octroi/entry tax as applicable for destination site/state are not included
in the EXW price. These amounts will be payable (along with subsequent variation if any),
by the Purchaser on the supplies made by the Supplier but limited to the tax liability on the
transaction between the Purchaser and the Supplier. Purchaser shall, however, issue requisite
sales tax declaration form.
In respect of bought-out finished items, which shall be dispatched directly from the sub-
vendor’s works to the Purchaser’s site (sale-in-transit), the EXW price is inclusive of all cost
as well as duties and taxes (viz., custom duties & levies, duties, sales tax/VAT etc.) paid or
payable and any such taxes, duties, levies additionally payable will be to Supplier's account
and no separate claim on this behalf will be entertained by the Purchaser. Purchaser, shall,
however, issue requisite sales tax declaration forms.
Further, the EXW price of (i) imported Equipments/items offered as ‘Off the Shelf’ or
dispatched directly from the Indian Port of disembarkation and/or (ii) bought-out finished
Equipments/items as ‘Off the Self’ items or dispatched directly from the Supplier’s works are
inclusive of all cost as well as duties and taxes (viz., custom duties & levies, duties, sales
tax/VAT etc.) paid or payable and no separate claim on this behalf will be entertained by the
Purchaser. Purchaser shall, however, issue requisite sales tax declaration form. If any tax
exemptions, reductions, allowances or privileges may be available to the Contractor in the
Country where the site is located, the Purchaser shall use its best endeavors to enable the
Contractor to benefit from such tax savings to the maximum allowable extent.
For payment/reimbursement of Sales Tax, wherever applicable, in respect of despatches
made directly from Supplier's works, invoices raised by the Supplier shall be accepted as
documentary evidence and for payment/reimbursement of VAT, VATABLE invoices raised
by the Supplier shall be accepted as documentary evidence. Similarly, pre-numbered invoices
duly signed by authorized signatory shall be considered as evidence for payment of Excise
Duty.
10.4 Octroi/entry tax as applicable for destination site/state on all items of supply including
bought-out finished items, which shall be dispatched directly from the sub-
vendor’s works to the Employer’s site (sale-in-transit) are not included in the Contract price.
The applicable octroi/entry tax in respect of all the items of supply would be reimbursed to
the Contractor separately by the Employer subject to furnishing of documentary proof.
However, in case the same is required to be paid by Employer, the same shall be paid
directly.
10.5 Employer would not bear any liability on account of Service Tax. Employer shall, however,
deduct such tax at source as per the rules and issue necessary Certificate to the Contractor.
10.6 Sales Tax/VAT on Works Contract, Turnover Tax or any other similar taxes under the Sales
Tax/VAT Act for services to be performed in India, as applicable is included in Contract
Price and Employer would not bear any liability on this account. Employer shall, however,
deduct such taxes at source as per the rules and issue Tax Deduction at Source (TDS)
Certificate to the Contractor.
10.7 For the purpose of the Contract, it is agreed that the Contract Price specified in the Contract
Agreement is based on the taxes, duties, levies and charges prevailing at the date seven (07)
days prior to the last date of bid submission (hereinafter called “Tax” in this OCC Sub-
clause 10.7). 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 the Contract, which was or will be assessed on the
Contractor in connection with performance of the 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 therefrom, as the case may be, in accordance with OCC Clause
31 (Changes in Laws and Regulations) hereof. However, these adjustments would be
restricted to direct transactions between the Employer and the Contractor for which the taxes
and duties are reimbursable by the Employer as per the Contract. These adjustments shall
not be applicable on procurement of raw materials, intermediary components etc by the
Contractor and also not applicable on the bought out items dispatched directly from sub-
vendor’s works to site.
In respect of raw materials, intermediary components etc and bought out items, neither the
Employer nor the Contractor shall be entitled to any claim arising due to increase or
decrease in the rate of Tax, introduction of a new Tax or abolition of an existing Tax in the
course of the performance of the Contract.
D. Intellectual Property
11. Copy Right
11.1 The copyright in all drawings, documents and other materials containing data and
information furnished to the Employer by the Contractor herein shall remain vested in the
Contractor or, if they are furnished to the Employer directly or through the Contractor by
any third party, including supplies of materials, the copyright in such materials shall remain
vested in such third party.
The Employer shall however be free to reproduce all drawings, documents and other
material furnished to the Employer for the purpose of the Contract including, if required, for
operation and maintenance.
11.2 The copyright in all drawings, documents and other materials containing data and
information furnished to the Contractor by the Employer herein shall remain vested in the
Employer.
12. Confidential Information
12.1 The Employer and the Contractor shall keep confidential and shall 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
Subcontractor(s) such documents, data and other information it receives from the Employer
to the extent required for the Subcontractor(s) to perform its work under the Contract, in
which event the Contractor shall obtain from such Subcontractor(s) an undertaking of
confidentiality similar to that imposed on the Contractor under this OCC Clause 12.
12.2 The Employer 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 Employer for any purpose other than the design, procurement of Plant and
Equipment, construction or such other work and services as are required for the performance
of the Contract.
12.3 The obligation of a party under OCC Sub-Clauses 12.1 and 12.2 above, however, shall not
apply to that information which
(a) now or hereafter enters the public domain through no fault of that 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.
12.4 The above provisions of this OCC Clause 12 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.
12.5 The provisions of this OCC Clause 12 shall survive termination, for whatever reason, of the
Contract.
E. Execution of the Facilities
13. Representatives
13.1 If the Project Manager is not named in the Contract, then within fourteen (14) days of the
Effective Date, the Employer shall appoint and notify the Contractor in writing of the name
of the Project Manager. The Employer may from time to time appoint some other person as
the project Manager in place of the person previously so appointed, and shall give a notice
of the name of such other person to the Contractor without delay. The Employer shall take
all reasonable care to see that no such appointment is made at such a time or in such a
manner as to impede the progress of work on the
Facilities. The Project Manager shall represent and act for the Employer at all times during
the currency of the Contract. All notices, instructions, orders, certificates, approvals and all
other communications under the Contract shall be given by the Project Manager, except as
herein otherwise provided.
All notices, instructions, information and other communications given by the Contractor to
the Employer under the Contract shall be given to the Project Manager, except as herein
otherwise provided.
13.2 Contractor’s Representative & Construction Manager
13.2.1 If the Contractor’s Representative is not named in the Contract, then within fourteen (14)
days of the Effective Date, the Contractor shall appoint the Contractor’s Representative and
shall request the Employer in writing to approve the person so appointed. If the Employer
makes no objection to the appointment within fourteen (14) days, the Contractor’s
Representative shall be deemed to have been approved. If the Employer objects to the
appointment within fourteen (14) days giving the reason therefor, then the Contractor shall
appoint a replacement within fourteen (14) days of such objection, and the foregoing
provisions of this OCC Sub-Clause 13.2.1 shall apply thereto.
13.2.2 The Contractor’s Representative shall represent and act for the Contractor at all times during
the currency of the Contract and shall give to the Project Manager all the Contractor’s
notices, instructions, information and all other communications under the Contract. All
notices, instructions, information and all other communications given by the Employer or
the Project Manager to the Contractor under the Contract shall be given to the Contractor’s
Representative or, in its absence, its deputy, except as herein otherwise provided. The
Contractor shall not revoke the appointment of the Contractor’s Representative without the
Employer’s prior written consent, which shall not be unreasonably withheld. If the
Employer consents thereto, the Contractor shall appoint some other person as the
Contractor’s Representative, pursuant to the procedure set out in OCC Sub-Clause 13.2.1.
13.2.3 The Contractor’s Representative may, subject to the approval of the Employer (which shall
not be unreasonably withheld), at any time delegate to any person any of the powers,
functions and authorities vested in him or her. Any such delegation may be revoked at any
time. Any such delegation or revocation shall be subject to a prior notice signed by the
Contractor’s Representative, and shall specify the powers, functions and authorities thereby
delegated or revoked. No such delegation or revocation shall take effect unless and until a
copy thereof has been delivered to the Employer and the Project Manager. Any act or
exercise by any person of powers, functions and authorities so delegated to him or her in
accordance with this OCC Sub-Clause 13.2.3 shall be deemed to be an act or exercise by the
Contractor’s Representative.
13.2.3.1 Notwithstanding anything stated in OCC Sub-Clause 13.1 and 13.2.1 above, for the purpose
of execution of Contract, the Employer and the Contractor shall finalize and agree to a
Contract Co-ordination Procedure and all the communication under the Contract shall be in
accordance with such Contract Coordination Procedure.
13.2.4 From the commencement of installation of the Facilities at the Site until Operational
Acceptance, the Contractor's Representative shall appoint a suitable person as the
construction manager, (hereinafter referred to as "the Construction Manager"). The
Construction Manager shall supervise all work done at the Site by the Contractor and shall
be present at the Site through-out normal working hours except when on leave, sick or
absent for reasons connected with the proper performance of the Contract. Whenever the
Construction Manager is absent from the Site, a suitable person shall be appointed to act as
his or her deputy.
13.2.5 The Employer may by notice to the Contractor object to any representative or person
employed by the Contractor in the execution of the Contract who, in the reasonable opinion
of the Employer, may behave inappropriately, may be incompetent or negligent, or may
commit a serious breach of the Site regulations provided under OCC Sub-Clause 18.3. The
Employer shall provide evidence of the same, whereupon the Contractor shall remove such
person from the Facilities.
13.2.6 If any representative or person employed by the Contractor is removed in accordance with
OCC Sub-Clause 13.2.5, the Contractor shall, where required, promptly appoint a
replacement.

14. Work Program


14.1 Contractor’s Organization
The Contractor shall supply to the Employer and the Project Manager a chart showing the
proposed organization to be established by the Contractor for carrying out work on the
Facilities. The chart shall include the identities of the key personnel together with the
curricula vitae of such key personnel to be employed within twenty-one (21) days of the
Effective Date. The Contractor shall promptly inform the Employer and the Project Manager
in writing of any revision or alteration of such an organization chart.
14.2 Program of Performance
Within twenty-eight (28) days after the date of Notification of Award, the Contractor shall
prepare and submit to the Project Manager a detailed program of performance of the
Contract (L2 Network) in the form of the Critical Path Method (CPM), the PERT network,
or other internationally used programs and showing the sequence in which it proposes to
design, manufacture, transport, assemble, install and pre-commissioning the Facilities, as
well as the date by which the Contractor reasonably requires that the Employer shall have
fulfilled its obligations under the Contract so as to enable the Contractor to execute the
Contract in accordance with the program and to achieve Completion, Commissioning and
Acceptance of the Facilities in accordance with the Contract. The program so submitted by
the Contractor shall accord with the Time Schedule included in the Contract Agreement and
any other dates and periods specified in the Contract. The Contractor shall update and revise
the program as and when appropriate or when required by the Project Manager, but without
modification in the Times for Completion under OCC Sub-Clause 4.2 and any extension
granted in accordance with OCC Clause 34, and shall submit all such revisions to the
Project Manager.
14.3 Progress Report
The Contractor shall monitor progress of all the activities specified in the program referred
to in OCC Sub-Clause 14.2 above, and supply a progress report to the Project Manager
every month.
The progress report shall be in a form acceptable to the Project Manager and shall indicate:
(a) percentage completion achieved compared with the planned percentage completion for
each activity; and (b) where any activity is behind the program, giving comments and likely
consequences and stating the corrective action being taken.
14.4 Progress of Performance
If at any time the Contractor’s actual progress falls behind the program referred to in OCC
Sub-Clause 14.2, or it becomes apparent that it will so fall behind, the Contractor shall, at
the request of the Employer or the Project Manager, prepare and submit to the Project
Manager a revised program, taking into account the prevailing circumstances, and shall
notify the Project Manager of the steps being taken to expedite progress so as to attain
Completion of the Facilities within the Time for Completion under OCC Sub-Clause 4.2,
any extension thereof entitled under OCC Sub-Clause 34.1, or any extended period as may
otherwise be agreed upon between the Employer and the Contractor.
14.5 Work Procedures
The Contract shall be executed in accordance with the Contract Documents and the
procedures given in the section on Sample Forms and Procedures of the Contract
Documents.
The Contractor may execute the Contract in accordance with its own standard project
execution plans and procedures to the extent that they do not conflict with the provisions
contained in the Contract.

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.

18.3.2 Protection of Environment


The Contractor shall take all reasonable steps to protect the environment on and off the Site
and to avoid damage or nuisance to persons or to property of the public or others resulting
from pollution, noise or other causes arising as consequence of his methods of operation.
During continuance of the Contract, the Contractor and his Sub-contractors shall abide at all
times by all existing enactments on environmental protection and rules made thereunder,
regulations, notifications and bye-laws of the State or Central Government, or local
authorities and any other law, bye-law, regulations that may be passed or notification that
may be issued in this respect in future by the State or Central Government or the local
authority.
Salient features of some of the major laws that are applicable are given below:
The Water (Prevention and Control of Pollution) Act, 1974, This provides for the prevention
and control of water pollution and the maintaining and restoring of wholesomeness of water.
‘Pollution’ means such contamination of water or such alteration of the physical, chemical
or biological properties of water or such discharge of any sewage or trade effluent or of any
other liquid, gaseous or solid substance into water (whether directly or indirectly) as may, or
is likely to, create a nuisance or render such water harmful or injurious to public health or
safety, or to domestic, commercial, industrial, agricultural or other legitimate uses, or to the
life and health of animals or plants or of aquatic organisms.
The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention,
control and abatement of air pollution. ‘Air Pollution’ means the presence in the atmosphere
of any ‘air pollutant’, which means any solid, liquid or gaseous substance (including noise)
present in the atmosphere in such concentration as may be or tend to be injurious to human
beings or other living creatures or plants or property or environment.
The Environment (Protection) Act, 1986, This provides for the protection and improvement
of environment and for matters connected therewith, and the prevention of hazards to human
beings, other living creatures, plants and property. ‘Environment’ includes water, air and
land and the inter-relationship which exists among and between water, air and land, and
human beings, other living creatures, plants, micro-organism and property.
The Public Liability Insurance Act, 1991, This provides for public liability insurance for the
purpose of providing immediate relief to the persons affected by accident occurring while
handling hazardous substances and for matters connected herewith or incidental thereto.
Hazardous substance means any substance or preparation which is defined as hazardous
substance under Environment (Protection) Act, 1986, and exceeding such quantity as may
be specified by notification by the Central Government.
18.3.2.1 (i) The Contractor shall (a) establish an operational system of managing environmental impacts,
(b) carry out all the monitoring and mitigation measures set forth in the environment
management plan attached to the tender document and (c) allocate the budget required to
ensure that such measures are carried out. The Contractor shall submit to the Employer
(quarterly) semi-annual reports on the carrying out of such measures.
(ii) The Contractor shall adequately record the conditions of roads, agricultural land and
other infrastructure prior to transport of material and construction commencement, and shall
fully reinstate pathways, other local infrastructure and agricultural land to atleast their pre-
project condition upon construction completion.
(iii) The Contractor shall undertake detailed survey of the affected persons during
transmission line alignment finalization under the Project, where applicable. and
(iv) The Contractor shall conduct health and safety programme for workers employed under
the Contract and shall include information on the risk of sexually transmitted diseases,
including HIV/AIDS in such programs.
18.3.3 Safety Precautions
18.3.3.1 The Contractor shall observe all applicable regulations regarding safety on the Site.
Unless otherwise agreed, the Contractor shall, from the commencement of work on Site
until Taking Over, provide:
a) fencing, lighting, guarding and watching of the Works, and
b) temporary roadways, footways, guards and fences which may be necessary for the
accommodation and protection of Employer / his representatives and occupiers of
adjacent property, the public and others.
18.3.3.2 The Contractor shall ensure proper safety of all the workmen, materials, plant and
equipment belonging to him or to Employer or to others, working at the Site. The Contractor
shall also be responsible for provision of all safety notices and safety equipment required
both by the relevant legislations and the Project Manager, as he may deem necessary.
18.3.3.3 The Contractor will notify well in advance to the Project Manager of his intention to bring
to the Site any container filled with liquid or gaseous fuel or explosive or petroleum
substance or such chemicals which may involve hazards. The Project Manager shall have
the right to prescribe the conditions, under which such container is to be stored, handled and
used during the performance of the works and the Contractor shall strictly adhere to and
comply with such instructions. The Project Manager shall have the right at his sole
discretion to inspect any such container or such construction plant/equipment for which
material in the container is required to be used and if in his opinion, its use is not safe, he
may forbid its use. No claim due to such prohibition shall be entertained by the Employer
and the Employer shall not entertain any claim of the Contractor towards additional safety
provisions/conditions to be provided for/constructed as per the Project Manager’s
instructions.
Further, any such decision of the Project Manager shall not, in any way, absolve the
Contractor of his responsibilities and in case, use of such a container or entry thereof into
the Site area is forbidden by the Project Manager, the Contractor shall use alternative
methods with the approval of the Project Manager without any cost implication to the
Employer or extension of work schedule.
18.3.3.4 Where it is necessary to provide and/or store petroleum products or petroleum mixtures and
explosives, the Contractor shall be responsible for carrying-out such provision and/or
storage in accordance with the rules and regulations laid down in Petroleum Act 1934,
Explosives Act, 1948 and Petroleum and Carbide of Calcium Manual published by the Chief
Inspector of Explosives of India. All such storage shall have prior approval of the Project
Manager. In case, any approvals are necessary from the Chief Inspector (Explosives) or any
statutory authorities, the Contractor shall be responsible for obtaining the same.
18.3.3.5 All equipment used in construction and erection by Contractor shall meet
Indian/International Standards and where such standards do not exist, the Contractor shall
ensure these to be absolutely safe. All equipment shall be strictly operated and maintained
by the Contractor in accordance with manufacturer’s Operation Manual and safety
instructions and as per Guidelines/rules of Employer in this regard.
18.3.3.6 Periodical examinations and all tests for all lifting/hoisting equipment & tackles shall be
carried-out in accordance with the relevant provisions of Factories Act 1948, Indian
Electricity Act 1910 and associated Laws/Rules in force from time to time. A register of
such examinations and tests shall be properly maintained by the Contractor and will be
promptly produced as and when desired by the Project Manager or by the person authorized
by him.
18.3.3.7 The Contractor shall be fully responsible for the safe storage of his and his Sub-Contractor’s
radioactive sources in accordance with BARC/DAE Rules and other applicable provisions.
All precautionary measures stipulated by BARC/DAE in connection with use, storage and
handling of such material will be taken by the Contractor.
18.3.3.8 The Contractor shall provide suitable safety equipment of prescribed standard to all
employees and workmen according to the need, as may be directed by the Project Manager
who will also have right to examine these safety equipment to determine their suitability,
reliability, acceptability and adaptability.
18.3.3.9 Where explosives are to be used, the same shall be used under the direct control and
supervision of an expert, experienced, qualified and competent person strictly in accordance
with the Code of Practice/Rules framed under Indian Explosives Act pertaining to handling,
storage and use of explosives.
18.3.3.10 The Contractor shall provide safe working conditions to all workmen and employees at the
Site including safe means of access, railings, stairs, ladders, scaffoldings etc. The
scaffoldings shall be erected under the control and supervision of an experienced and
competent person. For erection, good and standard quality of material only shall be used by
the Contractor.
18.3.3.11 The Contractor shall not interfere or disturb electric fuses, wiring and other electrical
equipment belonging to the Employer or other Contractors under any circumstances,
whatsoever, unless expressly permitted in writing by Employer to handle such fuses, wiring
or electrical equipment
18.3.3.12 Before the Contractor connects any electrical appliances to any plug or socket belonging to
the other Contractor or Employer, he shall:
a. Satisfy the Project Manager that the appliance is in good working condition;
b. Inform the Project Manager of the maximum current rating, voltage and phases of the
appliances;
c. Obtain permission of the Project Manager detailing the sockets to which the
appliances may be connected.
18.3.3.13 The Project Manager will not grant permission to connect until he is satisfied that;
a. The appliance is in good condition and is fitted with suitable plug;
b. The appliance is fitted with a suitable cable having two earth conductors, one of
which shall be an earthed metal sheath surrounding the cores.
18.3.3.14 No electric cable in use by the Contractor/Employer will be disturbed without prior
permission. No weight of any description will be imposed on any cable and no ladder or
similar equipment will rest against or attached to it.
18.3.3.15 No repair work shall be carried out on any live equipment. The equipment must be declared
safe by the Project Manager and a permit to work shall be issued by the Project Manager
before any repair work is carried out by the Contractor. While working on electric
lines/equipment, whether live or dead, suitable type and sufficient quantity of tools will have
to he provided by the Contractor to electricians/workmen/officers.
18.3.3.16 The Contractors shall employ necessary number of qualified, full time electricians/electrical
supervisors to maintain his temporary electrical installation.
18.3.3.17 The Contractor employing more than 250 workmen whether temporary, casual, probationer,
regular or permanent or on contract, shall employ at least one full time officer exclusively as
safety officer to supervise safety aspects of the equipment and workmen, who will
coordinate with the Project Safety Officer. In case of work being carried out through Sub-
Contractors, the Sub-Contractor’s workmen/employees will also be considered as the
Contractor’s employees/workmen for the above purpose.
The name and address of such Safety Officers of the Contractor will be promptly informed
in writing to Project Manager with a copy to Safety Officer-In charge before he starts work
or immediately after any change of the incumbent is made during currency of the Contract.
18.3.3.18 In case any accident occurs during the construction/ erection or other associated activities
undertaken by the Contractor thereby causing any minor or major or fatal injury to his
employees due to any reason, whatsoever, it shall be the responsibility of the Contractor to
promptly inform the same to the Project Manager in prescribed form and also to all the
authorities envisaged under the applicable laws.
18.3.3.19 The Project Manager shall have the right at his sole discretion to stop the work, if in his
opinion the work is being carried out in such a way that it may cause accidents and endanger
the safety of the persons and/or property, and/or equipment. In such cases, the Contractor
shall be informed in writing about the nature of hazards and possible injury/accident and he
shall comply to remove shortcomings promptly. The Contractor after stopping the specific
work can, if felt necessary, appeal against the order of stoppage of work to the Project
Manager within 3 days of such stoppage of work and decision of the Project Manager in this
respect shall be conclusive and binding on the Contractor.
18.3.3.20 The Contractor shall not be entitled for any damages/compensation for stoppage of work
due to safety reasons as provided in OCC Sub-Clause 18.3.3.19 above and the period of
such stoppage of work will not be taken as an extension of time for completion of work and
will not be the ground for waiver of levy of liquidated damages.
18.3.3.21 It is mandatory for the Contractor to observe during the execution of the works,
requirements of Safety Rules which would generally include but not limited to following:
Safety Rules
a) Each employee shall be provided with initial indoctrination regarding safety by the
Contractor, so as to enable him to conduct his work in a safe manner.
b) No employee shall be given a new assignment of work unfamiliar to him without
proper introduction as to the hazards incident thereto, both to himself and his fellow
employees.
c) Under no circumstances shall an employee hurry or take unnecessary chance when
working under hazardous conditions.
d) Employees must not leave naked fires unattended. Smoking shall not be permitted
around fire prone areas and adequate fire fighting equipment shall be provided at
crucial location.
e) Employees under the influence of any intoxicating beverage, even to the slightest
degree shall not be permitted to remain at work.
f) There shall be a suitable arrangement at every work site for rendering prompt and
sufficient first aid to the injured.
g) The staircases and passageways shall be adequately lighted.
h) The employees when working around moving machinery, must not be permitted to
wear loose garments. Safety shoes are recommended when working in shops or places
where materials or tools are likely to fall. Only experienced workers shall be
permitted to go behind guard rails or to clean around energized or moving equipment.
i) The employees must use the standard protection equipment intended for each job.
Each piece of equipment shall be inspected before and after it is used.
j) Requirements of ventilation in underwater working to licensed and experienced
divers, use of gum boots for working in slushy or in inundated conditions are essential
requirements to be fulfilled.
k) In case of rock excavation, blasting shall invariably be done through licensed blasters
and other precautions during blasting and storage/transport of charge material shall be
observed strictly.
18.3.3.22 The Contractor shall follow and comply with all Employer Safety Rules, relevant provisions
of applicable laws pertaining to the safety of workmen, employees, plant and equipment as
may be prescribed from time to time without any demur, protest or contest or reservations.
In case of any discrepancy between statutory requirement and Employer Safety Rules
referred above, the latter shall be binding on the Contractor unless the statutory provisions
are more stringent.
18.3.3.23 If the Contractor fails in providing safe working environment as per Employer Safety Rules
or continues the work even after being instructed to stop work by the Project Manager as
provided in OCC Sub-Clause 18.3.3.19 above, the Contractor shall promptly pay to
Employer, on demand by the Employer, compensation at the rate of Rs. 5,000/- per day of
part thereof till the instructions are complied with and so certified by the Project Manager.
However, in case of accident taking place causing injury to any individual, the provisions
contained in OCC Sub-Clause 18.3.3.24 shall also apply in addition to compensation
mentioned in this Clause.
18.3.3.24 If the Contractor does not take adequate safety precautions and/or fails to comply with the
Safety Rules as prescribed by the Employer or under the applicable law for the safety of the
equipment and plant or for the safety of personnel or the Contractor does not prevent
hazardous conditions which cause injury to his own employees or employees of other
Contractors or Employer’s employees or any other person who are at Site or adjacent
thereto, then the Contractor shall be responsible for payment of a sum as indicated below to
be deposited with the Employer, which will be passed on by the Employer to such person or
next to kith and kin of the deceased:
a. Fatal injury or accident causing death Rs. 1,000,000/- per person

b. Major injuries or accident causing 25% or moreRs. 100,000/- per person


permanent disablement

Permanent disablement shall have same meaning as indicated in Workmen’s Compensation


Act. The amount to be deposited with Employer and passed on to the person mentioned
above shall be in addition to the compensation payable under the relevant provisions of the
Workmen’s Compensation Act and rules framed there under or any other applicable laws as
applicable from time to time. In case the Contractor does not deposit the above mentioned
amount with Employer, such amount shall be recovered by Employer from any monies due
or becoming due to the Contractor under the contract or any other on-going contract.
18.3.3.25 If the Contractor observes all the Safety Rules and Codes, Statutory Laws and Rules during
the currency of Contract awarded by the Employer and no accident occurs then Employer
may consider the performance of the Contractor and award suitable ‘ACCIDENT FREE
SAFETY MERITORIOUS AWARD’ as per scheme as may be announced separately from
time to time.
18.3.3.26 The Contractor shall also submit ‘Safety Plan’ as per proforma specified in the Bidding
Documents alongwith all the requisite documents mentioned therein and as per check-list
contained therein to the Engineer In-Charge for its approval within 60 days of award of
Contract.
Further, one of the conditions for release of first progressive payment / subsequent payment
towards Services Contract shall be submission of ‘Safety Plan’ alongwith all requisite
documents and approval of the same by the Engineer In-Charge.

18.4 Opportunities for Other Contractors


18.4.1 The Contractor shall, upon written request from the Employer or the Project Manager, give
all reasonable opportunities for carrying out the work to any other contractors employed by
the Employer on or near the Site.
18.4.2 If the Contractor, upon written request from the Employer or the Project Manager, makes
available to other contractors any roads or ways the maintenance for which the Contractor is
responsible, permits the use by such other contractors of the Contractor’s Equipment, or
provides any other service of whatsoever nature for such other contractors, the Employer
shall fully compensate the Contractor for any loss or damage caused or occasioned by such
other contractors in respect of any such use or service, and shall pay to the Contractor
reasonable remuneration for the use of such equipment or the provision of such services.
18.4.3 The Contractor shall also so arrange to perform its work as to minimize, to the extent
possible, interference with the work of other contractors. The Project Manager shall
determine the resolution of any difference or conflict that may arise between the Contractor
and other contractors and the workers of the Employer in regard to their work.
18.4.4 The Contractor shall notify the Project Manager promptly of any defects in the other
contractors’ work that come to its notice, and that could affect the Contractor’s work. The
Project Manager shall determine the corrective measures, if any, required to rectify the
situation after inspection of the Facilities. Decisions made by the Project Manager shall be
binding on the Contractor.
18.5 Emergency Work
If, by reason of an emergency arising in connection with and during the execution of the
Contract, any protective or remedial work is necessary as a matter of urgency to prevent
damage to the Facilities, the Contractor shall immediately carry out such work.
If the Contractor is unable or unwilling to do such work immediately, the Employer may do
or cause such work to be done as the Employer may determine is necessary in order to
prevent damage to the Facilities. In such event the Employer shall, as soon as practicable
after the occurrence of any such emergency, notify the Contractor in writing of such
emergency, the work done and the reasons therefor. If the work done or caused to be done
by the Employer is work that the Contractor was liable to do at its own expense under the
Contract, the reasonable costs incurred by the Employer in connection therewith shall be
paid by the Contractor to the Employer. In case such work is not in the scope of the
Contractor, the cost of such remedial work shall be borne by the Employer.
18.6 Site Clearance
18.6.1 Site Clearance in Course of Performance: In the course of carrying out the Contract, the
Contractor shall keep the Site reasonably free from all unnecessary obstruction, store or
remove any surplus materials, clear away any wreckage, rubbish or temporary works from
the Site, and remove any Contractor’s Equipment no longer required for execution of the
Contract.
18.6.2 Clearance of Site after Completion: After Completion of all parts of the Facilities, the
Contractor shall clear away and remove all wreckage, rubbish and debris of any kind from
the Site, and shall leave the Site and Facilities clean and safe.
18.7 Watching and Lighting
The Contractor shall provide and maintain at its own expense all lighting, fencing, and
watching when and where necessary for the proper execution and the protection of the
Facilities, or for the safety of the owners and occupiers of adjacent property and for the
safety of the public.
18.8 Work at Night and on Holidays
18.8.1 Unless otherwise provided in the Contract, no work shall be carried out during the night and
on public holidays of the country where the Site is located without prior written consent of
the Employer, except where work is necessary or required to ensure safety of the Facilities
or for the protection of life, or to prevent loss or damage to property, when the Contractor
shall immediately advise the Project Manager, provided that provisions of this OCC Sub-
Clause 18.8.1 shall not apply to any work which is customarily carried out by rotary or
double-shifts.
18.8.2 Notwithstanding OCC Sub-Clauses 18.8.1 or 18.1.3, if and when the Contractor considers it
necessary to carry out work at night or on public holidays so as to meet the Time for
Completion and requests the Employer’s consent thereto, the Employer shall not
unreasonably withhold such consent.
19. Test and Inspection
19.1 The Contractor shall at its own expense carry out at the place of manufacture and/or on the
Site all such tests and/or inspections of the Plant and Equipment and any part of the
Facilities as are specified in the Contract.
19.2 The Employer and the Project Manager or their designated representatives shall be entitled
to attend the aforesaid test and/or inspection, provided that the Employer shall bear all costs
and expenses incurred in connection with such attendance including, but not limited to, all
traveling and board and lodging expenses.
19.3 Whenever the Contractor is ready to carry out any such test and/or inspection, the
Contractor shall give four weeks advance notice of such test and/or inspection and of the
place and time thereof to the Project Manager. The Contractor shall obtain from any relevant
third party or manufacturer any necessary permission or consent to enable the Employer and
the Project Manager (or their designated representatives) to attend the test and/or inspection.
19.4 The Contractor shall provide the Project Manager with a certified report of the results of any
such test and/or inspection.
If the Employer or Project Manager (or their designated representatives) fails to attend the
test and/or inspection, or if it is agreed between the parties that such persons shall not do so,
then the Contractor may proceed with the test and/or inspection in the absence of such
persons, and may provide the Project Manager with a certified report of the results thereof.
19.5 The Project Manager may require the Contractor to carry out any test and/or inspection not
required by the Contract, provided that the Contractor’s reasonable costs and expenses
incurred in the carrying out of such test and/or inspection shall be added to the Contract
Price. Further, if such test and/or inspection impedes the progress of work on the Facilities
and/or the Contractor’s performance of its other obligations under the Contract, due
allowance will be made in respect of the Time for Completion and the other obligations so
affected.
19.6 If any Plant and Equipment or any part of the Facilities fails to pass any test and/or
inspection, the Contractor shall either rectify or replace such Plant and Equipment or part of
the Facilities and shall repeat the test and/or inspection upon giving a notice under OCC
Sub-Clause 19.3.
19.7 If any dispute or difference of opinion shall arise between the parties in connection with or
arising out of the test and/or inspection of the Plant and Equipment or part of the Facilities
that cannot be settled between the parties within a reasonable period of time, it may be
referred to an Arbitrator for determination in accordance with OCC Sub-Clause 39.
19.8 The Contractor shall afford the Employer and the Project Manager, at the Employer’s
expense, access at any reasonable time to any place where the Plant and Equipment are
being manufactured or the Facilities are being installed, in order to inspect the progress and
the manner of manufacture or installation, provided that the Project Manager shall give the s
20. Completion of the Facilities and Operational Acceptance
20.1 Completion of the Facilities
20.1.1 Physical Completion
20.1.1.1 As soon as the Facilities or any part thereof has, in the opinion of the Contractor, been
completed operationally and structurally and put in a tight and clean condition as specified
in the Technical Specifications, excluding minor items not materially affecting the operation
or safety of the Facilities, the Contractor shall so notify the Employer in writing.
20.1.2 Pre-Commissioning
20.1.2.1 Within seven (7) days after receipt of the notice from the Contractor under OCC Sub-Clause
20.1.1.1, the Project Manager shall deploy the operating and maintenance personnel and
other material if so specified in the corresponding Appendix – 6 (Scope of Works and
Supply by the Employer) to the Contract Agreement for Precommissioning of the Facilities
or any part thereof.
20.1.2.2 As soon as reasonably practicable after the operating and maintenance personnel have been
deployed by the Employer and other materials have been provided by the Employer in
accordance with OCC Sub-Clause 20.1.2.1, the Contractor shall commence
Precommissioning of the Facilities or the relevant part thereof, in presence of the
Employer’s representatives, as per procedures detailed in Technical Specifications in
preparation for Commissioning.
20.1.2.3 As soon as all works in respect of Precommissioning are successfully completed and, in the
opinion of the Contractor, the Facilities or any part thereof is ready for Commissioning, the
Contractor shall notify the Project Manager in writing.
20.1.2.4 The Project Manager shall, within fourteen (14) days after receipt of the Contractor’s notice
under OCC Sub-Clause 20.1.2.3, notify the Contractor in writing of any defects and/or
deficiencies.
20.1.2.5 If the Project Manager notifies the Contractor of any defects and/or deficiencies, the
Contractor shall then correct such defects and/or deficiencies, and shall repeat the procedure
described in OCC Sub-Clause 20.1.2.2. If in the opinion of the Contractor, the Facilities or
any part thereof is now ready for Commissioning, the Contractor shall again notify the
Project Manager in writing. If further defects and/or deficiencies are not notified by the
Project Manager and if the Project Manager is satisfied that the Precommissioning of
Facilities or that part thereof have been successfully completed, the Project Manager shall,
within seven (7) days after receipt of the Contractor’s such notice, advise the Contractor to
proceed with the Commissioning of the Facilities or part thereof.
20.1.2.6 If the Project Manager fails to inform the Contractor of any defects and/or deficiencies
within fourteen (14) days after receipt of the Contractor’s notice under OCC Sub-Clause
20.1.2.4 or within seven (7) days after receipt of the Contractor’s notice on completion of
repeat procedure under OCC Sub-Clause 20.1.2.5, then the Precommissioning of the
Facilities or that part thereof shall be considered to have been successfully completed as of
the date of the Contractor’s notice.
20.1.2.7 As soon as possible after Precommissioning, the Contractor shall complete all outstanding
minor items so that the Facilities are fully in accordance with the requirements of the
Contract, failing which the Employer will undertake such completion and deduct the costs
thereof from any monies owing to the Contractor.
20.1.2.8 In the event that the Contractor is unable to proceed with the Precommissioning of the
Facilities pursuant to Sub-Clause 20.1.2 for reasons attributable to the Employer either on
account of non-availability of other facilities under the responsibilities of other
contractor(s), or for reasons beyond the Employer's control, the following provisions shall
apply:
When the Contractor is notified by the Project Manager that he will be unable to proceed
with the activities and obligations pursuant to above OCC Sub-Clause 20.1.2.8, the
Contractor shall be entitled to the following:
a) the Time of Completion shall be extended for the period of suspension without
imposition of liquidated damages pursuant to OCC Sub-Clause 21.2.
b) payments due to the Contractor in accordance with the provisions specified in relevant
clauses (Terms and Procedures of Payment) to the Contract Agreement, which would
have not been payable in normal circumstances due to non-completion of the said
activities and obligations, shall be released to the Contractor against submission of a
security in the form of a bank guarantee of equivalent amount acceptable to the
Employer, and which shall become null and void when the Contractor will have
complied with its obligations regarding these payments, subject to the provisions of
OCC Sub-Clause 21.2.9 below.
c) the expenses payable by the Contractor to the Bankers toward the extension of above
security and extension of other securities under the Contract, of which validity need to
be extended, shall be reimbursed to the Contractor by the Employer against
documentary evidence.
d) the additional charges toward the care of the Facilities pursuant to OCC Sub-Clause
28.1 shall be reimbursed to the Contractor by the Employer for the period between the
notification mentioned above and the notification mentioned in OCC Sub-Clause
20.1.2.10 below. The provisions of OCC Sub-Clause 29.2 shall apply to the Facilities
during the same period.
20.1.2.9 In the event that the period of suspension under OCC Sub-Clause 20.1.2.8 actually exceeds
one hundred eighty (180) days, the Employer and the Contractor shall mutually agree to any
additional compensation payable to the Contractor.
20.1.2.10 As and when, after the period of suspension under OCC Sub-Clause 20.1.2.8, the Contractor
is notified by the Project Manager that the Facilities are ready for Precommissioning, the
Contractor shall proceed without delay in performing all activities and obligations under the
Contract.
20.1.3 Commissioning
20.1.3.1 Commissioning of the Facilities or any part thereof shall be commenced by the Contractor
immediately after being advised by the Project Manager, pursuant to OCC Sub-Clause
20.1.2.5 or immediately after the Precommissioning is considered to be completed under
OCC Sub-Clause 20.1.2.6.
20.1.3.1.1 Commissioning of the Facilities or any part thereof shall be completed by the Contractor as
per procedures detailed in Technical Specifications.
20.1.3.2 The Employer shall, to the extend specified in Appendix – 6 (Scope of works and supply by
the Employer), deploy the operating and maintenance personnel and supply all raw
materials, utilities, lubricants, chemicals, catalysts, facilities, services and other materials
required for commissioning.
20.1.3.3 In the event that the Contractor is unable to proceed with the Commissioning of the
Facilities pursuant to Sub-Clause 20.1.3 for reasons attributable to the Employer either on
account of non-availability of other facilities under the responsibilities of other
contractor(s), or for reasons beyond the Employer's control, the provisions of OCC Sub-
Clause 20.1.2.8 to 20.1.2.9 shall apply.
20.1.3.4 As and when, after the period of suspension under OCC Sub-Clause 20.1.2.8, the Contractor
is notified by the Project Manager that the Facilities are ready for Commissioning, the
Contractor shall proceed without delay in performing all activities and obligations under the
Contract.
20.1.4 Trial - Operation
20.1.4.1 Trial – Operation of the Facilities or any part thereof shall be commenced by the Contractor
immediately after the Commissioning is completed pursuant to OCC Sub-Clause 20.1.3.1.1.
20.1.4.2 Trial – Operation of the Facilities or any part thereof shall be completed by the Contractor
for the period specified in Technical Specification (or for a continuous period of 24 hours
where such period in not specified in Technical Specification) and as per procedures
detailed in Technical Specifications.
20.1.4.3 At any time after the events set out in OCC Sub-Clause 20.1.4.2 have occurred, the
Contractor may give a notice to the Project Manager requesting the issue of an Taking Over
Certificate in the form provided in the Bidding Documents or in another form acceptable to
the Employer in respect of the Facilities or the part thereof specified in such notice as of the
date of such notice.
20.1.4.4 The Project Manager shall within twenty-one (21) days after receipt of the Contractor's
notice, issue an Taking Over Certificate.
20.1.5 Taking Over
20.1.5.1 Upon successful Trial – Operation of the Facilities or any part thereof, pursuant to OCC
Sub-Clause 20.1.4, the Project Manager shall issue to the Contractor a Taking Over
Certificate as a proof of the acceptance of the Facilities or any part thereof. Such certificate
shall not relieve the Contractor of any of his obligations which otherwise survive, by the
terms and conditions of Contract after issue of such certificate.
20.1.5.2 If within twenty one (21) days after receipt of the Contractor's notice, the Project Manager
fails to issue the Taking Over Certificate or fails to inform the Contractor in writing of the
justifiable reasons why the Project Manager has not issued the Taking Over Certificate, the
Facilities or the relevant part thereof shall be deemed to have been Taken Over as at the date
of the Contractor's said notice.
20.1.5.3 Upon Taking Over of the Facilities or any part thereof, the Employer shall be responsible
for the care and custody of the Facilities or the relevant part thereof, together with the risk of
loss or damage thereto, and shall thereafter take over the Facilities or the relevant part
thereof.
20.2 Operational Acceptance
20.2.1 Guarantee Test
20.2.1.1 The Guarantee Test (and repeats thereof), if any specified in the SCC and/or the Technical
Specification, shall be conducted by the Contractor after successful Trial – Operation of the
Facilities or the relevant part thereof to ascertain whether the Facilities or the relevant part
can attain the Functional Guarantees specified in the Contract Documents or if otherwise
required as per the Technical Specifications. The Contractor's and Project Manager's
advisory personnel may witness the Guarantee Test. The Contractor shall promptly provide
the Employer with such information as the Employer may reasonably require in relation to
the conduct and results of the Guarantee Test (and any repeats thereof).
20.2.1.2 If for reasons not attributable to the Contractor, the Guarantee Test of the Facilities or the
relevant part thereof cannot be successfully completed within the time stipulated in the
Technical Specifications the period for completing the same shall be as agreed upon by the
Employer and the Contractor.
20.2.2 Operational Acceptance
20.2.2.1 Operational Acceptance shall occur in respect of the Facilities or any part thereof as
mentioned below:
(I) In case no Functional Guarantees are applicable, Operational Acceptance shall occur
when the Facilities or part thereof have been successfully Commissioned and Trial –
Operation for the specified period have been successfully completed
(II) In case Functional Guarantees are applicable, Operational Acceptance shall occur
when the Functional Guarantees are met or the Contractor has paid liquidated
damages specified in OCC Sub-Clause 23.3 hereof; or
20.2.2.2 At any time after any of the events set out in OCC Sub-Clause 20.2.2.1 have occurred, the
Contractor may give a notice to the Project Manager requesting the issue of an Operational
Acceptance Certificate in the form provided in the Bidding Documents or in another form
acceptable to the Employer in respect of the Facilities or the part thereof specified in such
notice as of the date of such notice.
20.2.2.3 The Project Manager shall within twenty-one (21) days after receipt of the Contractor's
notice, issue an Operational Acceptance Certificate.
20.2.2.4 Upon Operational Acceptance, pursuant to OCC Sub-Clause 20.2.2.2, the Project Manager
shall issue to the Contractor a Operational Acceptance Certificate as a proof of the final
acceptance of the Plant and Equipment. Such certificate shall not relieve the Contractor of
any of his obligations which otherwise survive, by the terms and conditions of Contract after
issue of such certificate.
20.2.2.5 If within twenty one (21) days after receipt of the Contractor's notice, the Project Manager
fails to issue the Operational Acceptance Certificate or fails to inform the Contractor in
writing of the justifiable reasons why the Project Manager has not issued the Operational
Acceptance Certificate, the Facilities or the relevant part thereof shall be deemed to have
been accepted as at the date of the Contractor's said notice.
20.3 Partial Acceptance
20.3.1 If the Contract specifies that Commissioning shall be carried out in respect of parts of the
Facilities, the provisions relating to Commissioning including the Trial – Operation and
Guarantee Test shall apply to each such part of the Facilities individually, and the
Operational Acceptance Certificate shall be issued accordingly for each such part of the
Facilities.
F. Guarantees and Liabilities
21. Completion Time Guarantee
21.1 The Contractor guarantees that it shall attain Completion of the Facilities (or a part for
which a separate time for completion is specified in the SCC) within the Time for
Completion specified in the SCC pursuant to OCC Sub-Clause 4.2, or within such extended
time to which the Contractor shall be entitled under OCC Clause 34 hereof.
21.2 If the Contractor fails to comply with the Time for Completion in accordance with Clause
OCC 21 for the whole of the facilities, (or a part for which a separate time for completion is
agreed) then the Contractor shall pay to the Employer a sum equivalent to half percent
(0.5%) of the Contract Price for the whole of the facilities, (or a part for which a
separate time for completion is agreed) as liquidated damages for such default and not as
a penalty, without prejudice to the Employer's other remedies under the Contract, for each
week or part thereof which shall elapse between the relevant Time for Completion and the
date stated in Taking Over Certificate of the whole of the Works (or a part for which a
separate time for completion is agreed) subject to the limit of five percent (5%) of Contract
Price for the whole of the facilities, (or a part for which a separate time for completion
is agreed). The Employer may, without prejudice to any other method of recovery, deduct
the amount of such damages from any monies due or to become due to the Contractor. The
payment or deduction of such damages shall not relieve the Contractor from his obligation
to complete the Works, or from any other of his obligations and liabilities under the
Contract.
21.3 No bonus will be given for earlier Completion of the Facilities or part thereof.

22. Defect Liability


22.1 The Contractor warrants that the Facilities or any part thereof shall be free from defects in
the design, engineering, materials and workmanship of the Plant and Equipment supplied
and of the work executed.
22.2 The Defect Liability Period shall remain valid for a period of Sixty (60) months from the
date of Commissioning of the Facilities wherein the Plants and equipments under the
Contract are installed.
If during the Defect Liability Period any defect should be found in the design, engineering,
materials and workmanship of the Plant and Equipment supplied or of the work executed by
the Contractor, the Contractor shall promptly, in consultation and agreement with the
Employer regarding appropriate remedying of the defects, and at its cost, repair, replace or
otherwise make good (as the Contractor shall, at its discretion, determine) such defect as
well as any damage to the Facilities caused by such defect. The Contractor shall not be
responsible for the repair, replacement or making good of any defect or of any damage to
the Facilities arising out of or resulting from any of the following causes:
(a) improper operation or maintenance of the Facilities by the Employer
(b) operation of the Facilities outside specifications provided in the Contract
(c) normal wear and tear.
22.3 The Contractor’s obligations under this OCC Clause 22 shall not apply to
(a) any materials that are supplied by the Employer under OCC Sub-Clause 17.2, are
normally consumed in operation, or have a normal life shorter than the Defect
Liability Period stated herein
(b) any designs, specifications or other data designed, supplied or specified by or on
behalf of the Employer or any matters for which the Contractor has disclaimed
responsibility herein
(c) any other materials supplied or any other work executed by or on behalf of the
Employer, except for the work executed by the Employer under OCC Sub-Clause
22.7.
22.4 The Employer shall give the Contractor a notice stating the nature of any such defect
together with all available evidence thereof, promptly following the discovery thereof. The
Employer shall afford all reasonable opportunity for the Contractor to inspect any such
defect.
22.5 The Employer shall afford the Contractor all necessary access to the Facilities and the Site
to enable the Contractor to perform its obligations under this OCC Clause 22. The
Contractor may, with the consent of the Employer, remove from the Site any Plant and
Equipment or any part of the Facilities that are defective if the nature of the defect, and/or
any damage to the Facilities caused by the defect, is such that repairs cannot be
expeditiously carried out at the Site.
22.6 If the repair, replacement or making good is of such a character that it may affect the
efficiency of the Facilities or any part thereof, the Employer may give to the Contractor a
notice requiring that tests of the defective part of the Facilities shall be made by the
Contractor immediately upon completion of such remedial work, whereupon the Contractor
shall carry out such tests.
If such part fails the tests, the Contractor shall carry out further repair, replacement or
making good (as the case may be) until that part of the Facilities passes such tests.
22.7 If the Contractor fails to commence the work necessary to remedy such defect or any
damage to the Facilities caused by such defect within a reasonable time (which shall in no
event be considered to be less than fifteen (15) days), the Employer may, following notice to
the Contractor, proceed to do such work, and the reasonable costs incurred by the Employer
in connection therewith shall be paid to the Employer by the Contractor or may be deducted
by the Employer from any monies due the Contractor or claimed under the Performance
Security.
22.8 Upon receipt of such notice, the Supplier shall, within 30 days, expeditiously repair or
replace the defective Plants and equipments or parts thereof, at no cost to the Purchaser.
The Supplier shall take over the replaced parts/plants and equipments at the time of their
replacement. No claim whatsoever shall lie on the Purchaser for the replaced parts/plants
and equipments thereafter.
In the event of any correction of defects or replacement of defective plants and equipments
during the Defect Liability Period, the Defect Liability Period for the corrected/replaced
plants and equipments shall be extended by a period mentioned in OCC Sub-Clause 22.2
from the time of such correction of defects or replacement of defective plants and
equipments.
Upon correction of the defects in the Facilities or any part thereof by repair/replacement,
such repair/replacement shall have the Defect Liability Period extended by a period
mentioned in OCC Sub-Clause 22.2 from the time of such replacement/repair of the
facilities or any part thereof.
22.8.1 At the end of the Defect Liability Period, the Contractor's Liability ceases except for latent
defects. The Contractor's liability for latent defects warranty shall be limited to period of ten
(10) years from the end of Defect Liability Period. For the purpose of this clause, the latent
defects shall be the defects inherently lying within the material or arising out of design
deficiency, which do not manifest themselves during the Defect Liability Period defined in
this OCC Clause 22, but later.
22.9 Except as provided in OCC Clauses 22 and 29, the Contractor shall be under no liability
whatsoever and howsoever arising, and whether under the Contract or at law, in respect of
defects in the Facilities or any part thereof, the Plant and Equipment, design or engineering
or work executed that appear after Defect Liability Period except for the liability towards
obligations that may survive in terms of the Contract after Defect Liability Period, except
where such defects are the result of the gross negligence, fraud, criminal or willful action of
the Contractor.
23. Functional Guarantees
23.1 The Contractor guarantees that the Facilities and all parts thereof shall attain the Functional
Guarantees specified in the Technical Specifications, subject to and upon the conditions
therein specified applicable for HTLS Conductor
23.2 If, for reasons attributable to the Contractor, the minimum level of the Functional
Guarantees specified in the Technical Specifications are not met either in whole or in part,
the Contractor shall at its cost and expense make such changes, modifications and/or
additions to the Plant or any part thereof as may be necessary to meet at least the minimum
level of such 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 Guarantee Test until the minimum level of the Guarantees has been met. If the
Contractor eventually fails to meet the minimum level of Functional Guarantees, the
Employer may consider termination of the Contract pursuant to OCC Sub-Clause 36.2.2 and
recover the payments already made to the Contractor.
23.3 If, for reasons attributable to the Contractor, the Functional Guarantees specified in the
Technical Specifications are not attained either in whole or in part, but the minimum level of
the Functional Guarantees specified in the Technical Specifications is met, the Contractor
shall, at the Contractor’s option, either
(a) make such changes, modifications and/or additions to the Facilities or any part thereof
that are necessary to attain the Functional Guarantees at its cost and expense within a
mutually agreed time and shall request the Employer to repeat the Guarantee Test, or
(b) pay liquidated damages to the Employer in respect of the failure to meet the
Functional Guarantees in accordance with the provisions in the tender document.
23.4 In case the Employer exercises its option to accept the equipment after levy of liquidated
damages, the payment of liquidated damages under OCC Sub-Clause 23.3, upto the
limitation of liability specified in the tender document, shall completely satisfy the
Contractor’s guarantees under OCC Sub-Clause 23.3, and the Contractor shall have no
further liability whatsoever to the Employer in respect thereof. Upon the payment of such
liquidated damages by the Contractor, the Project Manager shall issue the Operational
Acceptance Certificate for the Facilities or any part thereof in respect of which the
liquidated damages have been so paid.
4. Equipment Performance Guarantees
24.1 The Contractor guarantees that the Equipments, named in the SCC, shall attain the rating
and performance requirements specified in relevant annexure (Guarantees, Liquidated
Damages for Non – Performance) to the Contract Agreement, subject to and upon the
conditions therein specified.
24.2 If the guarantees specified in relevant annexure (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 in the tender document against the Contractor and such amounts shall be
deducted from the Contract Price or otherwise recovered from the Contractor.
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 X 103 X Rac(Panther), 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
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.

H. Change in Contract Elements


33. Change in the Facilities
33.1 Introducing a Change
33.1.1 Subject to OCC Sub-Clause 33.2.5, the Employer shall have the right to propose, and
subsequently require, that the Project Manager order the Contractor from time to time
during the performance of the Contract to make any change, modification, addition or
deletion to, in or from the Facilities (hereinafter called “Change”), provided that such
Change falls within the general scope of the Facilities and does not constitute unrelated
work and that it is technically practicable, taking into account both the state of advancement
of the Facilities and the technical compatibility of the Change envisaged with the nature of
the Facilities as specified in the Contract.
33.1.2 The Contractor may from time to time during its performance of the Contract propose to the
Employer (with a copy to the Project Manager) any Change that the Contractor considers
necessary or desirable to improve the quality, efficiency or safety of the Facilities. The
Employer may at its discretion approve or reject any Change proposed by the Contractor,
provided that the Employer shall approve any Change proposed by the Contractor to ensure
the safety of the Facilities.
33.1.3 Changes made necessary because of any default of the Contractor in the performance of its
obligations under the Contract shall be not be deemed to be a Change, and such change shall
not result in any adjustment of the Contract Price or the Time for Completion.
33.1.4 The procedure on how to proceed with and execute Changes is specified in OCC Sub-
Clauses 33.2 and 33.3.
33.2 Changes Originating from Employer
33.2.1 The pricing of any Change shall, as far as practicable, be calculated in accordance with the
rates and prices included in the Contract. If such rates and prices are inequitable, the parties
thereto shall agree on specific rates for the valuation of the Change.
33.2.2 The Contract Price for (i) the items for which quantities have been indicated as lumpsum or
lot or set and/or (ii) where the quantities are to be estimated by the Contractor shall remain
constant unless there is change made in the Scope of Work by Employer. The quantities and
unit prices (i) subsequently arrived while approving the Bill of Quantities (BOQ)/Billing
breakup of lumpsum quantities/lot/Set and/or (ii) estimated by the Contractor shall be for on
account payment purpose only. In case additional quantities, over and above the quantities
in BOQ/billing breakup and /or estimated by the Contractor, are required for successful
completion of the scope of work as per Technical Specification, the Contractor shall execute
additional quantities of these items for which no additional payment shall be made over and
above the lumpsum Contract Price. In case quantities of these items supplied at site are in
excess of that required for successful completion of scope of work, such additional
quantities shall be the property of the Contractor and they shall be allowed to take back the
same from the site for which no deduction from the lumpsum Contract Price shall be made.
Further, in case actual requirement of quantities for successful completion of scope of work
is less than the quantities identified in the approved BOQ /billing breakup and/or estimated
by the Contractor, the lumpsum contract price shall remain unchanged and no deduction
shall be made from the lumpsum price due to such reduction of quantities.
It shall be the responsibility of the Contractor to pay all statutory taxes, duties and levies to
the concerned authorities for such surplus material which would otherwise have been,
lawfully payable in case of non-deemed export contracts. The Contractor shall submit an
indemnity bond to keep Employer harmless from any liability, before release of such
material to the Contractor by Employer.
Set/Lot/Lumpsum shall be governed as per the requirement of the corresponding item
description read in conjunction with relevant provisions of Technical Specifications and the
Billing breakup referred to above shall be issued by the Employer based on Contractor’s
request, if and as may be required during the currency of the Contract.
33.2.3 If before or during the preparation of the Change Proposal it becomes apparent that the
aggregate effect of compliance therewith and with all other Change Orders that have
already become binding upon the Contractor under this OCC Clause 33 would be to
increase or decrease the Contract Price as originally set forth in Article 2 (Contract Price
and Terms of Payment) of the Contract Agreement by more than the percentage specified in
SCC, the Employer and the Contractor shall mutually agree on specific rates for valuation
of the Change beyond the specified percentage.
For the said purpose, the Contract Price means the Contract Price of the Facilities
notwithstanding the Construction of the Contract.
33.2.4 If rates and prices of any change are not available in the Contract, the parties thereto shall
agree on specific rates for the valuation of the change and all matters therein related to the
change. Based on the same, the Employer shall, if it intends to proceed with the Change,
issue the Contractor with a Change Order.
33.2.5 The Employer shall issue the Contractor with a Change Order pursuant to OCC Sub-Clause
33.2 by way of amendment to the Contract or in any other manner deemed appropriate.
Even if the Employer and the Contractor cannot reach agreement on the price for the
Change, an equitable adjustment to the Time for Completion, or any other matters related to
the Change Proposal, the Employer may nevertheless instruct the Contractor to proceed with
the Change by issue of a “Pending Agreement Change Order” (“Pending Agreement
Amendment”).
Upon receipt of a Pending Agreement Change Order, the Contractor shall immediately
proceed with effecting the Changes covered by such Order. The parties shall thereafter
attempt to reach agreement on the outstanding issues under the Change Proposal.
If the parties cannot reach agreement within sixty (60) days from the date of issue of the
Pending Agreement Change Order, then the matter may be referred to the Arbitrator in
accordance with the provisions of OCC Clause 38 & 39.
33.3 Changes Originating from Contractor
33.3.1 If the Contractor proposes a Change pursuant to OCC Sub-Clause 33.1.2, the Contractor
shall submit to the Project Manager a written “Request for Change Proposal”, giving
reasons for the proposed Change and which shall include the following:
(a) brief description of the Change
(b) effect on the Time for Completion
(c) estimated cost of the Change
(d) effect on Functional Guarantees (if any)
(e) effect on any other provisions of the Contract.
Upon receipt of the Request for Change Proposal, the parties shall follow the procedures
outlined in OCC Sub-Clauses 33.2.1 and 33.2.5. However, should the Employer choose not
to proceed, the Contractor shall not be entitled to recover the costs of preparing the Request
for Change Proposal.
34. Extension of Time for Completion
34.1 The Time(s) for Completion specified in the SCC shall be extended if the Contractor is
delayed or impeded in the performance of any of its obligations under the Contract by
reason of any of the following:
(a) any Change in the Facilities as provided in OCC Clause 33
(b) any occurrence of Force Majeure as provided in OCC Clause 32
(c) any suspension order given by the Employer under OCC Clause 35 hereof or
reduction in the rate of progress pursuant to OCC Sub-Clause 35.2 or
(d) any changes in laws and regulations as provided in OCC Clause 31 or
(e) any other matter specifically mentioned in the Contract
by such period as shall be fair and reasonable in all the circumstances and as shall fairly
reflect the delay or impediment sustained by the Contractor.
34.2 Except where otherwise specifically provided in the Contract, the Contractor shall submit to
the Project Manager a notice of a claim for an extension of the Time for Completion,
together with particulars of the event or circumstance justifying such extension as soon as
reasonably practicable after the commencement of such event or circumstance. As soon as
reasonably practicable after receipt of such notice and supporting particulars of the claim,
the Employer and the Contractor shall agree upon the period of such extension. In the event
that the Contractor does not accept the Employer’s estimate of a fair and reasonable time
extension, the Contractor shall be entitled to refer the matter to Arbitration, pursuant to OCC
Sub-Clause 39.
34.3 The Contractor shall at all times use its reasonable efforts to minimize any delay in the
performance of its obligations under the Contract.
35. Suspension
35.1 The Employer may request the Project Manager, by notice to the Contractor, to order the
Contractor to suspend performance of any or all of its obligations under the Contract. Such
notice shall specify the obligation of which performance is to be suspended, the effective
date of the suspension and the reasons therefor. The Contractor shall thereupon suspend
performance of such obligation (except those obligations necessary for the care or
preservation of the Facilities) until ordered in writing to resume such performance by the
Project Manager.
If, by virtue of a suspension order given by the Project Manager, other than by reason of the
Contractor’s default or breach of the Contract, the Contractor’s performance of any of its
obligations is suspended for an aggregate period of more than ninety (90) days, then at any
time thereafter and provided that at that time such performance is still suspended, the
Contractor may give a notice to the Project Manager requiring that the Employer shall,
within twenty-eight (28) days of receipt of the notice, order the resumption of such
performance or request and subsequently order a change in accordance with OCC Clause
33, excluding the performance of the suspended obligations from the Contract.
If the Employer fails to do so within such period, the Contractor may, by a further notice to
the Project Manager, elect to treat the suspension, where it affects a part only of the
Facilities, as a deletion of such part in accordance with OCC Clause 33 or, where it affects
the whole of the Facilities, as termination of the Contract under OCC Sub-Clause 36.1.
35.2 If the Contractor’s performance of its obligations is suspended or the rate of progress is
reduced pursuant to this OCC Clause 35, then the Time for Completion shall be extended in
accordance with OCC Sub-Clause 34.1, and any and all additional costs or expenses
incurred by the Contractor as a result of such suspension or reduction shall be paid by the
Employer to the Contractor in addition to the Contract Price, except in the case of
suspension order or reduction in the rate of progress by reason of the Contractor’s default or
breach of the Contract.
35.3 During the period of suspension, the Contractor shall not remove from the Site any Plant
and Equipment, any part of the Facilities or any Contractor’s Equipment, without the prior
written consent of the Employer.
36. Termination
36.1 Termination for Employer’s Convenience
36.1.1 The Employer may at any time terminate the Contract for any reason by giving the
Contractor a notice of termination that refers to this OCC Sub-Clause 36.1.
36.1.2 Upon receipt of the notice of termination under OCC Sub-Clause 36.1.1, the Contractor
shall either immediately or upon the date specified in the notice of termination
(a) cease all further work, except for such work as the Employer may specify in the notice
of termination for the sole purpose of protecting that part of the Facilities already
executed, or any work required to leave the Site in a clean and safe condition
(b) terminate all subcontracts, except those to be assigned to the Employer pursuant to
paragraph (d) (ii) below
(c) remove all Contractor’s Equipment from the Site, repatriate the Contractor’s and its
Subcontractors’ personnel from the Site, remove from the Site any wreckage, rubbish
and debris of any kind, and leave the whole of the Site in a clean and safe condition
(d) In addition, the Contractor, subject to the payment specified in OCC Sub-Clause
36.1.3, shall
(i) deliver to the Employer the parts of the Facilities executed by the Contractor up
to the date of termination
(ii) to the extent legally possible, assign to the Employer all right, title and benefit
of the Contractor to the Facilities and to the Plant and Equipment as of the date
of termination, and, as may be required by the Employer, in any subcontracts
concluded between the Contractor and its Subcontractors
(iii) deliver to the Employer all non-proprietary drawings, specifications and other
documents prepared by the Contractor or its Subcontractors as at the date of
termination in connection with the Facilities.
36.1.3 In the event of termination of the Contract under OCC Sub-Clause 36.1.1, the Employer
shall pay to the Contractor the following amounts:
(a) the Contract Price, properly attributable to the parts of the Facilities executed by the
Contractor as of the date of termination
(b) the costs reasonably incurred by the Contractor in the removal of the Contractor’s
Equipment from the Site and in the repatriation of the Contractor’s and its
Subcontractors’ personnel
(c) any amounts to be paid by the Contractor to its Subcontractors in connection with the
termination of any subcontracts, including any cancellation charges
(d) costs incurred by the Contractor in protecting the Facilities and leaving the Site in a
clean and safe condition pursuant to paragraph (a) of OCC Sub-Clause 36.1.2
(e) the cost of satisfying all other obligations, commitments and claims that the
Contractor may in good faith have undertaken with third parties in connection with
the Contract and that are not covered by paragraphs (a) through (d) above.
36.2 Termination for Contractor’s Default
36.2.1 The Employer, without prejudice to any other rights or remedies it may possess, may
terminate the Contract forthwith in the following circumstances by giving a notice of
termination and its reasons therefor to the Contractor, referring to this OCC Sub-Clause
36.2:
(a) if the Contractor becomes bankrupt or insolvent, has a receiving order issued against
it, compounds with its creditors, or, if the Contractor is a corporation, a resolution is
passed or order is made for its winding up (other than a voluntary liquidation for the
purposes of amalgamation or reconstruction), a receiver is appointed over any part of
its undertaking or assets, or if the Contractor takes or suffers any other analogous
action in consequence of debt
(b) if the Contractor assigns or transfers the Contract or any right or interest therein in
violation of the provision of OCC Clause 37.
(c) if the Contractor, in the judgment of the Employer has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract.
For the purpose of this Sub-Clause:
“corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly,
of anything of value to influence improperly the actions of another party;
“fraudulent practice” is any act or omission, including a misrepresentation, that
knowingly or recklessly misleads or attempts to mislead, a party to obtain a financial
or other benefit or to avoid an obligation;
“collusive practice” is an arrangement between two or more parties designed to
achieve an improper purpose, including to influence improperly the actions of another
party;
“coercive practice” is 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;
“obstructive practice” is
(aa) deliberately destroying, falsifying, altering or concealing of evidence material to
the investigation or making false statements to investigators in order to
materially impede a Employer’s investigation into allegations of a corrupt,
fraudulent, coercive or collusive practice; and/or threatening, harassing or
intimidating any party to prevent it from disclosing its knowledge of matters
relevant to the investigation or from pursuing the investigation;
or
(bb) acts intended to materially impede the exercise of the Employer’s inspection and
audit rights.
In persuasions of its policy, the Employer will sanction a firm or individual, including
declaring ineligible, either indefinitely or for a stated period of time, to be awarded a
contract if it at any time determines that the firm has, directly or through an agent,
engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in
competing for, or in executing, a contract.
36.2.2 If the Contractor
(a) has abandoned or repudiated the Contract
(b) has without valid reason failed to commence work on the Facilities promptly or has
suspended (other than pursuant to OCC Sub-Clause 35.2) the progress of Contract
performance for more than twenty-eight (28) days after receiving a written instruction
from the Employer to proceed
(c) persistently fails to execute the Contract in accordance with the Contract or
persistently neglects to carry out its obligations under the Contract without just cause
(d) refuses or is unable to provide sufficient materials, services or labor to execute and
complete the Facilities in the manner specified in the program furnished under OCC
Sub-Clause 14.2 at rates of progress that give reasonable assurance to the Employer
that the Contractor can attain Completion of the Facilities by the Time for Completion
as extended,
then the Employer may, without prejudice to any other rights it may possess under the
Contract, give a notice to the Contractor stating the nature of the default and requiring the
Contractor to remedy the same. If the Contractor fails to remedy or to take steps to remedy
the same within fourteen (14) days of its receipt of such notice, then the Employer may
terminate the Contract forthwith by giving a notice of termination to the Contractor that
refers to this OCC Sub-Clause 36.2.
36.2.3 Upon receipt of the notice of termination under OCC Sub-Clauses 36.2.1 or 36.2.2, the
Contractor shall, either immediately or upon such date as is specified in the notice of
termination,
(a) cease all further work, except for such work as the Employer may specify in the notice
of termination for the sole purpose of protecting that part of the Facilities already
executed, or any work required to leave the Site in a clean and safe condition
(b) terminate all subcontracts, except those to be assigned to the Employer pursuant to
paragraph (d) below
(c) deliver to the Employer the parts of the Facilities executed by the Contractor up to the
date of termination
(d) to the extent legally possible, assign to the Employer all right, title and benefit of the
Contractor to the Facilities and to the Plant and Equipment as of the date of
termination, and, as may be required by the Employer, in any subcontracts concluded
between the Contractor and its Subcontractors
(e) deliver to the Employer all drawings, specifications and other documents prepared by
the Contractor or its Subcontractors as of the date of termination in connection with
the Facilities.
36.2.4 The Employer may enter upon the Site, expel the Contractor, and complete the Facilities
itself or by employing any third party. The Employer may, to the exclusion of any right of
the Contractor over the same, take over and use with the payment of a fair rental rate to the
Contractor, with all the maintenance costs to the account of the Employer and with an
indemnification by the Employer for all liability including damage or injury to persons
arising out of the Employer’s use of such equipment, any Contractor’s Equipment owned by
the Contractor and on the Site in connection with the Facilities for such reasonable period as
the Employer considers expedient for the supply and installation of the Facilities.
Upon completion of the Facilities or at such earlier date as the Employer thinks appropriate,
the Employer shall give notice to the Contractor that such Contractor’s Equipment will be
returned to the Contractor at or near the Site and shall return such Contractor’s Equipment to
the Contractor in accordance with such notice. The Contractor shall thereafter without delay
and at its cost remove or arrange removal of the same from the Site.
36.2.5 Subject to OCC Sub-Clause 36.2.6, the Contractor shall be entitled to be paid the Contract
Price attributable to the Facilities executed as of the date of termination, the value of any
unused or partially used Plant and Equipment on the Site, and the costs, if any, incurred in
protecting the Facilities and in leaving the Site in a clean and safe condition pursuant to
paragraph (a) of OCC Sub-Clause 36.2.3. Any sums due to the Employer from the
Contractor accruing prior to the date of termination shall be deducted from the amount to be
paid to the Contractor under this Contract.
36.2.6 If the Employer completes the Facilities, the cost of completing the Facilities by the
Employer shall be determined.
If the sum that the Contractor is entitled to be paid, pursuant to OCC Sub-Clause 36.2.5,
plus the reasonable costs incurred by the Employer in completing the Facilities, exceeds the
Contract Price or the entire Facilities if entire Facilities have been completed or the price for
part of the Facilities if part of the Facilities have been completed, the Contractor shall be
liable for such excess.
If such excess is greater than the sums due the Contractor under OCC Sub-Clause 36.2.5,
the Contractor shall pay the balance to the Employer, and if such excess is less than the
sums due the Contractor under OCC Sub-Clause 36.2.5, the Employer shall pay the balance
to the Contractor. For facilitating such payment the Employer shall encash the Bank
Guarantees of the Contractor available with the Employer and retain such other payments
due to the Contractor under the Contract in question or any other Contract that the Employer
may have with the Contractor.
The Employer and the Contractor shall agree, in writing, on the computation described
above and the manner in which any sums shall be paid.
36.3 In this OCC Clause 36, the expression “Facilities executed” shall include all work executed,
Installation Services provided, and all Plant and Equipment acquired (or subject to a legally
binding obligation to purchase) by the Contractor and used or intended to be used for the
purpose of the Facilities, up to and including the date of termination.
36.4 In this OCC Clause 36, in calculating any monies due from the Employer to the Contractor,
account shall be taken of any sum previously paid by the Employer to the Contractor under
the Contract, including any advance payment paid pursuant to the corresponding Appendix
(Terms and Procedures of Payment) to the Contract Agreement.
37. Assignment
37.1 Neither the Employer nor the Contractor shall, without the express prior written consent of
the other party (which consent shall not be unreasonably withheld), assign to any third party
the Contract or any part thereof, or any right, benefit, obligation or interest therein or
thereunder, except that the Contractor shall be entitled to assign either absolutely or by way
of charge any monies due and payable to it or that may become due and payable to it under
the Contract.
I. Resolution of Disputes
38. Settlement of Disputes
38.1 If any dispute of any kind whatsoever shall arise between the Employer and the Contractor
in connection with or arising out of the Contract, including without prejudice to the
generality of the foregoing, any question regarding its existence, validity or termination, or
the execution of the Facilities, whether during the progress of the Facilities or after their
completion and whether before or after the termination, abandonment or breach of the
Contract, the parties shall seek to resolve any such dispute or difference, to the extent
possible, amicably by mutual consultation.
38.2 If the parties fail to resolve such a dispute or difference by mutual consultation at the
execution site level, then the dispute shall be referred by the Contractor to the Project
Manager, who, within a period of thirty (30) days after being requested by Contractor to do
so, shall give written notice of his decision.
38.2.1 The decision/instruction of the Project Manager shall be deemed to have been accepted by
the Contractor unless notified by the Contractor of his intention to refer the matter for
Arbitration within thirty (30) days of such decision/instruction.
38.2.2 In the event the Project Manager fails to notify his decision as aforesaid within thirty (30)
days, the Contractor, if he intends to go for Arbitration, shall notify his intention to the
Project Manager within 30 days of expiry of the first mentioned period of thirty days failing
which it shall be deemed that there are no dispute or difference between the Employer and
the Contractor.
38.3 In case of dispute or difference between the Employer and the Contractor, if the Employer
intends to go for Arbitration, he shall notify such intention to the Contractor.
39. Arbitration
39.1 All disputes or differences in respect of which the decision, if any, of the Project Manager
and/or the Head of the Implementing Authority has not become final or binding as aforesaid
shall be settled by arbitration.
40.0 Eligible Bidders
40.1 This Invitation for Bids, issued by the UPPTCL is open to all firms including company(ies),
Government owned Enterprises registered and incorporated in India as per Companies Act,
1956, barring Government Department as well as foreign bidders/MNCs not registered and
incorporated in India and those bidders with whom business is banned by the Employer.
40.2 A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of
interest shall be disqualified. A Bidder may be considered to have a conflict of interest with
one or more parties in this bidding process, if :
(a) they have a controlling partner in common; or
(b) they receive or have received any direct or indirect subsidy from any of them; or
(c) they have the same legal representative for purposes of this bid; or
(d) they have a relationship with each other, directly or through common third parties, that
puts them in a position to have access to information about or influence on the bid of
another Bidder, or influence the decisions of the Employer regarding this bidding
process; or
(e) a Bidder submits more than one bid in this bidding process, either individually
[including bid submitted as a agent/authorized representative on behalf of one or more
manufacturer(s) or through Licensee – Licensor route, wherever permitted as per the
provision of Qualification Requirements for the Bidders in tender document] or as a
partner in a joint venture, except for alternative offers permitted. This will result in the
disqualification of all such bids. However, this does not limit the participation of a
Bidder as a subcontractor in another bid, or of a firm as a subcontractor in more than
one bid; or
(f) a Bidder or any of its affiliates participated as a consultant in the preparation of the
design or technical specifications of the Plant and Installation Services that are the
subject of the bid; or
(g) A Bidder or any of its affiliates has been hired (or is proposed to be hired) by the
Employer as Project Manager for the contract.
40.2 The Bidder, directly or indirectly shall not be a dependent agency of the Employer.
40.3 Unless otherwise mentioned in tender specification, bids submitted by a joint venture of two or
more firms as partners, if allowed as per stipulated Qualification Requirements, shall comply
with the following requirements:
(i) The bid shall include all the information required for each joint venture partner
(ii) The bid shall be signed so as to be legally binding on all partners.
(iii) One of the partners responsible for performing a key component of the contract shall be
designated as leader; this authorization shall be evidenced by submitting with the bid a
power of attorney signed by legally authorized signatories as per Format given in the
tender specification.
(iv) The leader shall be authorized to incur liabilities and receive instructions for and on behalf
of any and all partners of the joint venture, and the entire execution of the contract,
including payment, shall be done exclusively with the leader, provided otherwise
requested by the joint venture and agreed between the Employer and the leader.
(v) All partners of the joint venture shall be liable jointly and severally for the execution of the
contract in accordance with the contract terms.
(vi) A copy of the agreement entered into by the joint venture partners shall be submitted with
the bid as per Format, including interalia delineation of responsibilities and obligations of
each partners appended thereto, notwithstanding the joint and several liability.
(A) The joint venture agreement should indicate precisely the responsibility of all members
of JV in respect of planning, design, manufacturing, supply, installation, commissioning
and training. All members of JV should have active participation in execution during the
currency of the contract. This should not be varied/modified subsequently without prior
approval of the Employer;

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.

41.0 Eligible Plant, Equipment, and Services


41.1 For the purposes of these Bidding Documents, the words “facilities,” “plant and equipment,”
“installation services,” etc., shall be construed in accordance with the respective definitions
given to them in the General Conditions of Contract.
41.2 All plant and equipment to be supplied and installed and services carried out under the
contract shall have their origin in any country barring those countries against whom sanction
for conducting business is imposed by Government of India and barring those firms with
whom business is banned by the Employer.
41.3 For purposes of this clause, “origin” means the place where the plant and equipment or
component parts thereof are mined, grown, or produced. Plant and equipment are produced
when, through manufacturing, processing or substantial and major assembling of
components, a commercially recognized product results that is substantially different in
basic characteristics or in purpose or utility from its components.
41.4 The origin of the plant, equipment, and services is distinct from the nationality of the
Bidder.
41.5 Bidder shall conform the guaranteed performance or efficiency of Equipments, in response
to the Technical Specifications. Equipments offered shall have minimum performance
specified in Technical Specification to be considered responsive. Bids offering Equipment
with a performance less than the specified may be rejected.
42.0 Amendment of Bidding Documents
42.1 At any time prior to the deadline for submission of bids, the UPPTCL may, for any reason,
whether at its own initiative, or in response to a clarification requested by a prospective
Bidder, amend the Bidding Documents.
42.2 The amendment will be notified only through the official website www.upptcl.org. The
communication/alert regarding the notification of amendment may also be sent to all the
prospective bidders. The amendments to the Bidding Documents will be binding on the
bidders and the notification of the amendment through website, sent to the prospective
bidders, shall be deemed to be construed that such amendment(s) to the Bidding Documents
have been taken into account by the Bidder in its bid.
42.3 A firm can be a partner in only one joint venture; bids submitted by joint ventures or
consortia including the same firm as partner will be rejected.
43.0 Subcontractors Proposed by the Bidder
43.1 The Bidder shall include in its bid details of all major items of supply or services that it
proposes to purchase or sublet, and shall give details of the name and nationality of the
proposed Subcontractor, including vendors, for each of those items. Bidders are free to list
more than one Subcontractor against each item of the facilities. Their participation should
be confirmed with a letter of intent between the parties, as needed, in Attachment 8. Quoted
rates and prices will be deemed to apply to whichever Subcontractor is appointed, and no
adjustment of the rates and prices will be permitted.
43.2 The Bidder shall be responsible for ensuring that any Subcontractor proposed complies with
the requirements of above clause 40.0, and that any plant, equipment or services to be
provided by the Subcontractor comply with the requirements of Clause 41.0 above and
Qualification Requirement for the Bidder and Qualification Requirement for subcontractors
or Sub-vendors given in Technical Specification.
43.3 The Employer reserves the right to delete any proposed Subcontractor from the list prior to
award of contract, and after discussion between the Employer and the Contractor, the
corresponding Appendix to the form of Contract Agreement shall be completed, listing the
approved Subcontractors for each item concerned.
43.4 A subcontractor can be proposed with only one bidder. Bids submitted by joint ventures
including the same firm as partner will be rejected.
----- End OCC ----
PART-III
TECHNICAL C O N DI T I O NS O F T H E C O NT R AC T
CONTENTS

SECTION-I GENERAL INFORMATION & SCOPE

SECTION-II CONDUCTOR

SECTION-III HARDWARE FITTINGS AND ACCESSORIES

SECTION-IV STRINGING AND COMMISSIONING OF LINE


SECTION – I
TECHNICAL SPECIFICATIONS

SECTION-I

CONTENTS
Clause No. Description
1.0 General Information and Scope

2.0 Bidder's Qualifying Requirements

3.0 Technical Qualification Requirement for manufacturer(s) of fittings and


accessories for high temperature low sag conductor
4.0 Table of compliance

5.0 Technical Description

6.0 Tests

7.0 Guaranteed Technical Particulars

8.0 Details of Transmission Line Routes and Terrain

9.0 Access to Line & Right of Way

10.0 Line Data

11.0 Service Conditions

12.0 Reference standards


TECHNICAL SPECIFICATIONS
SECTION-I
1.0 General Information & Scope
1.1 General Information
1.1.1 UPPTCL, intends to carryout work under the scope of subject re-conductoring of its
Transmission Lines as mentioned in the Employer’s Requirement.
1.2 Scope
1.2.1 The scope of work under this specification covers design, engineering, manufacturing, all
types of testing including performance 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 related hardware fittings, accessories, associated
clamps, connectors etc. for Offered technology HTLS Conductor and all necessary
accessories required to achieve the desired performance of the replaced line, Site
Inspection, Survey & profiling of existing line route using Total stations, verification of
availability of statutory electrical clearances, dismantling of existing panther conductor
alongwith its 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 along with
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 mentioned in the
tender/contract or not. 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.
1.2.2 Bidder may offer any type of HTLS conductor (except GAP type) meeting the
stipulated requirements of the technical specification.
1.2.3 The material to be supplied on final destination at site basis as covered in the bidding
documents shall be designed, manufactured, tested, supplied and installed as per the
requirements specified in this volume. The requirements , conditions, appendices etc. as
specified in other Sections of bidding documents shall also apply to.
1.2.4 The entire quantity of dismantled conductor shall have to be re-rolled over empty
drums and these drums of conductor & any other hardware fittings & conductor
accessories etc. removed from the existing line shall be transported safely to the
UPPTCL's store by the contractor at his own cost.
1.2.5 UPPTCL shall arrange shut down of one circuit at a time and the other circuit shall be kept
under charged condition. The 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 ACSR Panther 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.
1.2.6 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.
1.2.7 The materials covered in this package shall be supplied complete in all respects,
including all components, fittings and accessories which are necessary or are usual for their
efficient performance and satisfactory maintenance under the various operating and
atmospheric conditions. The supplier shall be responsible for ensuring
compatibility with associated fittings and accessories and satisfactory performance of
complete conductor system (along with associated fittings and accessories) for continuous
operation at the designed continuous operating temperature of the offered HTLS
conductor. Such parts shall be deemed to be within the scope of the Contract, whether
specifically included or not in the Specification or in the Contract Schedules. The Supplier
shall not be eligible for any extra charges for such material.
1.2.8 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.
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.
Further, the contractor having requisite experience has freedom to use helicopter for
stringing/ de-stringing. 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.
The payment for stringing shall be done as per the unit rates of stringing under the
contract irrespective of the methodology adopted for stringing.
1.2.9 The scope of the package shall inter-alia include re-conductoring works at site as per the
approved procedure during the entire period of stringing. The stringing works including
installation of HTLS conductor & its fittings & all accessories shall be supervised by
a team of supplier’s engineers/supervisory staff/ workmen already experienced in
stringing work associated with the type of Offered technology HTLS Conductor being
supplied. In case the stringing is carried out by sub contractor, the bidder shall co-ordinate
with the sub contractor and train their workers for carrying out re-conductoring works.
Charges for supervision by core supplier (if required) shall be deemed to be included in the
charges for installation & stringing of the offered technology HTLS Conductor as per the
Technical specification. Further, cost for supply of one set of all the special tools & tackles
required for stringing of the offered technology HTLS Conductor shall be considered to be
included in the bid price.
2.0 Requirements for manufacturer of Offered technology HTLS Conductor
The qualifying requirement shall be as specified under the clause 4.2: Pre Qualifying
Requirements of BDS in tender document.
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 HTLS Conductor 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 the offered technology
HTLS Conductor shall be manufactured & supplied.
(b) Copies of purchase orders & details of lines & Utilities to which Offered technology
HTLS Conductor have been supplied & is manufactured in the same facility with same
offered technology as offered in the tender.
(c) The submitted satisfactory operation performance certificate should have been issued by
User Utility and the Offered technology HTLS Conductor should have been
manufactured & supplied from the same facility from where offered technology HTLS
Conductor is proposed to be manufactured & supplied to 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.

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.

2.2 Requirements for Erection contractor


2.2.1 The qualifying requirement shall be as specified in the clause 4.2 of BDS : Pre Qualifying
Requirements in tender document.
2.2.2 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 stringing of offered technology HTLS conductor for the last
05 years, list of tools & tackles & machineries, testing facilities etc. of stringing agency.
(b) details of lines & Utilities for which stringing of Offered technology HTLS Conductor
have been done by stringing agency in the last 07 years.
(c) The submitted satisfactory operation performance certificate(s) should have been issued
by User Utility and the stringing of offered technology HTLS conductor should have
been done by the same stringing agency. Details to be furnished.
2.2.3 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 Requirement for Contractor’s Supplied Line Materials
The Bidder shall offer Hardware fittings and accessories for offered technology high
temperature low sag conductor covered under the scope of supply from the qualified
manufacture(s)meeting the following requirements:-
2.3.1 For Qualified Manufacturer
The qualified manufacturer(s) should 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 qualified manufacturer(s) for any individual item(s) of clamp fittings and
accessories covered under the package should have designed, manufactured, tested and
supplied the item(s) of clamp fittings and accessories for High temperature low sag
(HTLS) conductor of same technology as that of conductor being offered in the
package(s) for application on 132kV or above voltage transmission line and the same
should have been in satisfactory operation$ for a minimum period of one(1) years as on
date of bid opening. The manufacturer(s) meeting the above requirement for any individual
item or items shall be considered qualified for the respective item or items only.
$
Satisfactory operation means Certificate issued by the User Utility certifying
the operation without any adverse remark.

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

2. Maximum system voltage 145KV

9.2 Details of Line Materials: ACSR Panther Conductor


Sl no. Description Conductor
1. Type ACSR Panther
2. Stranding & wire diameter
a) Aluminum 30/3.00 mm
b) Steel 7/3.00 mm
3. Conductor per phase 1
4. Overall diameter 21.00 mm
5. Unit mass 974 kg/km
6. MIN. UTS 89.67 KN
9.3 Details of Insulator Strings with Porcelain Disc insulator

Single ‘I’ Double I Double


Sl Single ‘I’ Single
Particulars Suspension Suspension tension (for
N o. Suspension Tension
Pilot (for RC towers) anchor towers)
No of Standard
1. Insulator Disc 1x9 1x9 2x9 1x 10 2 x 10
E& M Strength
2. of each disc KN 70 70 2 X 70 120 2 X 120
Size and
Designation of pin
3. ball shank (mm) 16 16 16 20 20

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

ii) Continuous operating condition ( 750C, no wind) 1836 8.834


iii) 32 deg C & full wind (45 kg/m2) 2840 -
9.6 Right of Way for existing line : 27 meters for 132KV lines
10.0 Service Condition
Equipment/material to be supplied against this specification shall be suitable for
satisfactory continuous operation under conditions as specified below:
Maximum ambient temperature (0C) :50
0
Minimum ambient temperature ( C) :4
Relative humidity (% range) :10-100
Maximum annual rainfall & snowfall (Cm) :as per published
Meteorological/
climatologically data
Wind zone (as per IS: 875) :4
Maximum wind velocity (m/sec.) :47 m/sec. (as per IS:875)
Maximum altitude above mean sea level (Metre :Upto 1000
)
ISO keraunic level (days/years) :50
Climate varies from moderately hot and humid tropical climate to cold climate

11.0 Reference Standards


Sl. No. Indian Standard Title
1. IS: 802(Part-I) Code of practice for General Building Construction in
Section 1-1995 Steel in Overhead Transmission Line tower Material,
Section 2-1992 Loads and Permissible stresses
Section-1: Materials and Loads
Section-2: Permissible stresses
2. IS:802 1977
3. IS: 5613 Code of practice for Design, installation and
Maintenance of Overhead Power lines
Section 1: Design
Section 2: Installation and Maintenance
4. Indian Electricity Rules
5. Guide to the installation of overhead transmission line
conductors (IEEE STD524with latest revision)with
additional instructions and precautions for live line
working.
SECTION – II
TECHNICAL SPECIFICATIONS
SECTION-II

Clause No. Description

1.0 Technical Description of HTLS conductor

2.0 Tests and Standards

3.0 Annexure-A ( Sec-II,Part-III)


TECHNICAL SPECIFICATIONS
SECTION-II
1. Description of High Temperature Low Sag Conductor and its Technical
Requirements
1.1 The offered technology HTLS Conductor shall be capable of providing the ampacity
requirement of at least 700 A after replacement of Panther conductor at a continuous
operating conductor temperature not exceeding the maximum permissible operating
temperature for continuous operation of the Offered HTLS Conductor without exceeding
the level of maximum permissible sag indicated below at Clause 1.2.1
The physical and operating performance requirements of the transmission line with
Offered technology HTLS Conductor are mentioned below. The bidder shall offer HTLS
Conductor for replacement complying with the specified requirements. The Bidder shall
indicate particulars of the proposed HTLS Conductor in the relevant GTP schedules
along with calculations to establish compliance with the specified requirements. The
bidder shall submit detailed calculation in support of the various parameter quoted by him
in the Guaranteed Technical Particulars and the same shall be verified to establish
compliance with the specified requirements i.e. Current Carrying Capacity, Physical
dimensional , sag-tension etc.
During detailed engineering, in case any changes are required in the design of HTLS
conductor to comply the stipulated requirements of the technical specification, the same
shall be carried out by contractor without any extra cost to Employer. The ac resistance/
Ohmic losses at temperature corresponding to the specified ampacity shall not exceed the
value guaranteed by the bidder in relevant Schedule of bid.

1.2 Current Carrying Capacity /Ampacity Requirements


1.2.1 Offered HTLS Conductor, proposed to replace Panther conductor shall be suitable to carry
minimum 700 Amperes of 50 Hz alternating current under the ambient conditions &
maximum conductor sag specified below while satisfying other specified technical
requirements/ parameters:-
Elevation above sea level =0m
Ambient temperature = 45 deg C
Solar Absorption coefficient =0.8
Solar Radiation = 1045 watt/sq.m
Emisitivity Constant = 0.45
Wind velocity considering angle between wind & axis of conductor as 90
degrees = 0.56 m/sec
Effective angle of incidence of sun’s rays= 90 deg
Maximum permissible Conductor sag for 365 m span at steady state conductor
temperature and nil wind corresponding to 50 Hz alternating current of 700 Amperes per
conductor under ambient conditions specified above = 8.834 m, for replacement of Panther
conductor.

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

Tension at designed maximum temperature and Not exceeding 25% of UTS at


no wind condition designed maximum temperature
Tension at designed maximum temperature and full not exceeding 70% of UTS of
wind Pressure proposed conductor
Tension at knee point temperature & no wind Not exceeding 40% of UTS of core@
of proposed conductor
@UTS of core shall be equal to the Breaking strength of individual core wires after
stranding X no. of wires in the core of offered 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:

This methodology is illustrated at Annexure-C to the section. Following values shall be


considered for the purpose of sag-tension calculation:-

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.

In case of fully annealed type (0 tempered) alluminium/ alloy strands round


wire/trapezoidal/Z-shaped wire shall be accepted.
1.8.2 Core
1.8.2.1 The core wire strand(s) shall be of galvanized steel/ Invar wires or Zinc-5% Aluminium
– Misch metal alloy coated steel/invar wires or aluminium clad steel/invar wires or
composite materials etc. and shall have properties conforming to the technical
performance requirements of the finished conductor. In case, the designed maximum
temperature of the offered HTLS conductor exceeds 180 deg C, ordinary zinc coating/
galvanizing of the Steel or Invar core wires shall not be accepted and only aluminium
clad or Misch metal coated wires shall be permitted. Bidder shall furnish properties and
composition of the core wire strand(s) in the GTP which shall be based on the relevant
Indian/International Standards.
1.8.2.2 The zinc used for galvanizing of core(if used) shall be electrolytic High Grade Zinc of
99.95% purity. It shall conform to and satisfy all the requirements of IS: 209. The
minimum mass of zinc coating shall conform to the requirements of relevant standard.
Zinc-5% Aluminium –Mischmetal alloy coating, if used, shall conform to and satisfy all
the requirements of ASTM B 803 / B 958.
1.8.2.3 The aluminium cladding of wires shall be with aluminium having purity not less than
99.5 % and shall be thoroughly bonded to the core wire strand(s). The minimum
thickness of aluminium cladding shall be 0.07mm to achieve a minimum conductivity of
14% of IACS.
1.8.2.4 Where composite material confirming to ASTM B987 is offered for core, the material
shall be either of high strength grade or extra high strength grade. The materials shall be
of such proven quality that its properties are not adversely influenced by the normal
operating conditions of 220KV & 132KV kV transmission line in tropical environment
conditions as experienced by the existing line. The bidder shall provide adequate details
including specifications/ test reports/ operating experience details/ performance
certificates etc. in support of the suitability of the offered materials.
1.9 Standard Length
1.9.1 The standard length of the conductor shall be indicated by the bidder in the guaranteed
technical particulars of offer. A tolerance of +/-5% on the standard length offered by the
Bidder shall be permitted. Standard Length shall not be more than 2500 m. All lengths
outside this limit of tolerance shall be treated as random lengths.
1.9.2 Random lengths will be accepted provided no length is less than 70% of the standard
length and the total quantity of such random lengths shall not be more than 10% of
the total quantity ordered. When one number random length has been manufactured
at any time, five (5) more individual lengths each equivalent to the above random length
with a tolerance of +/- 5% shall also be manufactured and all the above six random
lengths shall be dispatched in the same shipment. At no point, the cumulative quantity
supplied of such random lengths shall not be more than 12.5% of the total cumulative
quantity supplied including such random lengths. However, the last 20% of the quantity
ordered shall be supplied only in standard lengths as specified.
1.9.3 Bidder shall also indicate the maximum single length, above the standard length, he can
manufacture in the guaranteed technical particulars of offer. This is required for special
stretches like river crossing etc. The Employer reserves the right to place orders for the
above lengths on the same terms and conditions applicable for the standard lengths
during the pendency of the Contract.

1.10 Evaluation of Ohmic Losses & Differential Price Loading


1.10.1 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
For 23.90 kms 132KV lines which ACSR Panther conductor is to be replaced

considering single conductor per phase,


loss load factor = 0.3, continuous operating current of 700 Amp;

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.

2.0 Tests and Standards


2.1 Type Tests
2.1.1 Type Tests on Stranded Conductor/ Stranded wire
The following tests shall be conducted once on sample/samples of conductor from each
manufacturing facility:
(i) On complete Conductor
a) DC resistance test on stranded conductor : As per Annexure-A
UTS test on stranded conductor at i) room temperature : As per Annexure-A
b)
and ii) elevated temperature
Radio interference voltage test (dry),applicable for
c) : As per Annexure-A
220KV and above Voltage rating
: As per Annexure-A and
Corona extinction voltage test (dry),applicable for
d) in accordance with IEC-
220KV and above Voltage rating
60437

e) Stress- Strain test on stranded conductor and core at : IEC 1089


room temperature
f) Stress-strain test on stranded conductor and As per Annexure-A
core at elevated temperature
g) High temperature endurance & creep test on stranded : As per Annexure-A
conductor
h) Sheaves Test : As per Annexure-A

i) Axial Impact Test : As per Annexure-A

j) Radial Crush Test : As per Annexure-A

k) Torsional Ductility Test : As per Annexure-A

l) Aeolian Vibration Test : As per Annexure-A

m) Temperature Cycle Test : As per Annexure-A


(ii) On Conductor Strand/core

a) Heat resistance test on Aluminium Alloy strands : As per Annexure-A


b) Bending test on aluminium clad core (if applicable) : As per Annexure-A
Compression test on aluminium clad core (if : As per Annexure-A
c) applicable)
d) Coefficient of linear expansion on core wire : As per Annexure-A

Strand Brittle fracture test (for polymer composite core : As per Annexure-A
e) only)

Bending test on polymer composite core : As per ASTM B987


f)
2.1.2 Type tests specified under Clause 2.1.1 shall not be required to be carried out if a
valid test certificate is available for the offered design, i.e., tests conducted earlier
should have been conducted within 07 years and 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 conducted by the Contractor at no extra cost to the
Employer/ Employer/ Purchaser.
2.2 Acceptance Tests
a) Visual and dimensional check on drum As per Annexure-A
Visual check for joints scratches etc. and length measurement of As per Annexure-A
b)
conductor by rewinding
Dimensional check on core strands and Aluminium /Aluminium As per Annexure-A
c)
Alloy strands
d) Check for lay-ratios of various layers As per Annexure-A
e) Galvanising test on core strands (if applicable) As per Annexure-A
Coating Test on Zinc-5% Al-Misch-metal alloy coating (if As per ASTM
f)
applicable) B803/ B 958
Adherence of Coating Test on Zinc-5% Al-Mischmetal alloy As per ASTM
g)
coating (if applicable) B803/B 958
h) Thickness of aluminum on aluminium clad wire As per Annexure-A
i) Torsion and Elongation tests on core strands As per Annexure-A
Breaking load test on core strands and Aluminium/Aluminium Alloy As per Annexure-A
j)
strands
Wrap test on core strands (if applicable) and Aluminium/ As per IEC:888 &
k) Aluminium Alloy strands IES:889
Minimum conductivity test on thermal resistant Aluminium Alloy / As per IEC:889
l)
Aluminium strands
Procedure qualification test on welded joint of Aluminium/ As per Annexure-A
m)
Aluminium Alloy strands
n) Heat resistance test on Aluminium Alloy strands . As per Annexure-A
o) Ageing test on filler (if applicable) As per Annexure-A
Minimum conductivity test on aluminium clad core wires (if As per Annexure-A
p)
applicable)
q) Glass transition temperature test (For Polymer Composites only) As per Annexure-A
r) Flexural Strength test (For Polymer Composites only) As per Annexure-A
Galvanic Protection Barrier Layer Thickness test on polymer As per ASTM
s)
composite core B987
t) Bending Test on Composite Core As per Annexure-A
Note: All the above tests except (m) shall be carried out on Aluminium Alloy and core strands after
stranding only

2.3 Routine Test


a) Check to ensure that the joints are as per Specification
b) Check that there are no cuts, fins etc., on the strands.
c) Check that drums are as per Specification
d) All acceptance tests as mentioned above to be carried out on 10 % of drums

2.4 Tests During Manufacture


a) Chemical analysis of zinc used for galvanizing,if any : As per Annexure-A
b) Chemical analysis of Aluminium alloy used for : As per Annexure-A
making Aluminium Alloy strands
c) Chemical analysis of core strands : As per Annexure-A
(not on polymer composite core)

2.5 Testing Expenses


2.5.1 As indicated in Clause 2.1.2, no type test charges shall be payable to the supplier.
2.5.2 In case of failure in any type test the Supplier is either required to manufacture
fresh sample lot and repeat the entire test successfully once or repeat that particular type
test three times successfully on the sample selected from the already manufactured lot at his
own expenses. In case a fresh lot is manufactured for testing then the lot already
manufactured shall be rejected.
2.5.3 Bidder shall indicate the laboratories in which they propose to conduct the type tests, if
required. They shall ensure that adequate facilities are available in the laboratories and the
tests can be completed in these laboratories within the time schedule guaranteed by them.
2.5.4 The entire cost of testing for the acceptance and routine tests and Tests during manufacture as
well as type tests, if required, specified herein shall be treated as included in the quoted unit
price of conductor, except for the expenses of the inspector/Employer's representative.
2.5.5 In case of failure in any type test, if repeat type tests are required to be conducted,
then all the expenses for deputation of Inspector/Employer's representative shall be deducted
from the contract price. Also if on receipt of the Supplier's notice of testing, the Employer's
representative does not find material/ testing facilities to be ready for testing, the expenses
incurred by the Employer for re-deputation shall be deducted from contract price.
2.5.6 The Supplier shall intimate the Employer about carrying out of the type tests alongwith
detailed testing programme at least 3 weeks in advance (in case of testing in India) and at
least 6 weeks in advance (in case of testing abroad) of the schedule date of testing during
which the Employer will arrange to depute his representative to be present at the time of
carrying out the tests.
2.5.7 The entire cost of testing for type test(s) of material, acceptance tests, routine tests, tests
during manufacture of material, any other tests & site activities specified herein shall
be treated as included in unit price of the material. In case, any test(s) (type
test/acceptance test/any other test) on HTLS Conductor/Core/ Hardware & Accessories
is to be conducted and/or witnessed out of India, all expenses (including visa, travel,
fooding & lodging etc) towards testing & witnessing by UPPTCL officer(s) shall be
borne by the contractor.
2.6 Additional Tests
2.6.1 The Employer reserves the right of having at his own expenses any other test(s) of
reasonable nature carried out at Supplier’s premises, at site or in any other place in addition
to the aforesaid type, acceptance and routine tests to satisfy himself that the materials comply
with the Specifications.
2.6.2 The Employer also reserves the right to conduct all the tests mentioned in this specification at
his own expense on the samples drawn from the site at Supplier’s premises or at any other
test centre. In case of evidence of non compliance, it shall be binding on the part of
Supplier to prove the compliance of the items to the technical specifications by repeat
tests, or correction of deficiencies, or replacement of defective items all without any extra
cost to the Employer.

2.7 Sample Batch For Type Testing


2.7.1 The Supplier shall offer material for selection of samples for type testing only after getting
Quality Assurance Plan approved from Employer’s Quality Assurance Deptt. The sample
shall be manufactured strictly in accordance with the Quality Assurance Plan approved by
Employer.
2.7.2 The Supplier shall offer at least three drums for selection of sample required for conducting
all the type test.
2.7.3 The Supplier is required to carry out all the acceptance tests successfully in presence of
Employer’s representative before sample selection.
2.8 Test Reports
2.8.1 Copies of type test reports shall be furnished in at least three copies along with one
original. One copy will be returned duly certified by the Employer only after which the
commercial production of the material shall start.
2.8.2 Record of routine test reports shall be maintained by the Supplier at his works for
periodic inspection by the Employer’s representative.
2.8.3 Test Certificates of tests during manufacture shall be maintained by the Supplier.
These shall be produced for verification as and when desired by the Employer.
2.9 Inspection
2.9.1 The Employer’s representative shall at all times be entitled to have access to the works
and all places of manufacture, where conductor shall be manufactured and representative
shall have full facilities for unrestricted inspection of the Supplier’s works, raw materials
and process of manufacture for conducting necessary tests as detailed herein.
2.9.2 The Supplier shall keep the Employer informed in advance of the time of starting and
of the progress of manufacture of conductor in its various stages so that arrangements can
be made for inspection.
2.9.3 No material shall be dispatched from its point of manufacture before it has been
satisfactorily inspected and tested, unless the inspection is waived off by the Employer in
writing. In the latter case also the conductor shall be dispatched only after satisfactory
testing for all tests specified herein have been completed.
2.9.4 The acceptance of any quantity of material shall in no way relieve the Supplier of
any of his responsibilities for meeting all requirements of the Specification, and shall not
prevent subsequent rejection it such material is later found to be defective.
2.10 Test Facilities
2.10.1 All testing facilities are required to be available at supplier’s/vendor’s works. The following
additional test facilities shall be available at the Supplier’s works:
a) Calibration of various testing and measuring equipment including tensile testing
machine, resistance measurement facilities, burette, thermometer, barometer etc.
b) Standard resistance for calibration of resistance bridges.
c) Finished conductor shall be checked for length verification and surface finish
on separate rewinding machine at reduced speed (variable from 8 to 16 meters per
minute). The rewinding facilities shall have appropriate clutch system and free of
vibrations, jerks etc. with traverse laying facilities.
2.11 Packing
2.11.1 The conductor shall be supplied in non-returnable, strong, wooden/painted steel/hybrid
(painted steel cum wood) drums provided with lagging of adequate strength, constructed
to protect the conductor against all damage and displacement during transit, storage and
subsequent handling and stringing operations in the field. As an alternative to wooden
drum Bidder may also supply the conductors in returnable painted steel drums or
returnable wood-Steel hybrid drums. The Supplier shall select suitable drums for supply
of conductor and shall be responsible for any loss or damage to conductor and/or drum
during transportation handling and storage due to improper selection of drum or packing.
Wooden/Steel drum/Wood-Steel hybrid drum will be treated at par for evaluation
purpose and accordingly the Bidder should quote in the package.
2.11.2 After completion of stringing works, the supplier shall take back or dispose off the
empty drums on his own, except for the drums of spare conductor, if any, which shall be
kept by the Owner.
2.11.3 The drums shall be suitable for wheel mounting and for letting off the conductor
under a minimum controlled tension of the order of 5 KN.
2.11.4 The Bidder should submit their proposed drum drawings along with the bid.
2.11.5 One conductor length only shall be wound on each drum.
2.11.6 The conductor ends shall be properly sealed and secured on the side of one of the flanges
to avoid loosening of the conductor layers during transit and handling.
2.11.7 All wooden components shall be manufactured out of seasoned soft wood free from
defects that may materially weaken the component parts of the drums. Preservative
treatment shall be applied to the entire drum with preservatives of a quality which is not
harmful to the conductor.
2.11.8 The flanges shall be of two ply construction with each ply at right angles to the adjacent
ply and nailed together. The nails shall be driven from the inside face flange, punched and
then clenched on the outer face. The thickness of each ply shall not vary by more than
3mm from that indicated in the figure. There shall be at least 3 nails per plank of ply with
maximum nail spacing of 75mm. Where a slot is cut in the flange to receive the inner end
of the conductor the entrance shall be in line with the periphery of the barrel.
2.11.9 The wooden battens used for making the barrel of the conductor shall be of segmental
type. These shall be nailed to the barrel supports with at least two nails. The battens shall
be closely butted and shall provide a round barrel with smooth external surface. The
edges of the battens shall be rounded or chamfered to avoid damage to the conductor.
2.11.10 Barrel studs shall be used for the construction of drums. The flanges shall be holed and
the barrel supports slotted to receive them. The barrel studs shall be threaded over a
length on either end, sufficient to accommodate washers, spindle plates and nuts for
fixing flanges at the required spacing.
2.11.11 Normally, the nuts on the studs shall stand protruded of the flanges. All the nails used on
the inner surface of the flanges and the drum barrel shall be counter sunk. The ends of
barrel shall generally be flushed with the top of the nuts.
2.11.12 The inner cheek of the flanges and drum barrel surface shall be painted with a bitumen
based paint.
2.11.13 Before reeling, card board or double corrugated or thick bituminised water-proof bamboo
paper shall be secured to the drum barrel and inside of flanges of the drum by means of a
suitable commercial adhesive material. After reeling the conductor, the exposed surface
of the outer layer of conductor shall be wrapped with water proof thick bituminised
bamboo paper to preserve the conductor from dirt, grit and damage during transport and
handling.
2.11.14 A minimum space of 75 mm for conductor shall be provided between the inner surface of
the external protective tagging and outer layer of the conductor.
2.11.15 Each batten shall be securely nailed across grains as far as possible to the flange, edges
with at least 2 nails per end. The length of the nails shall not be less than twice the
thickness of the battens. The nails shall not protrude above the general surface and shall
not have exposed sharp, edges or allow the battens to be released due to corrosion.
2.11.16 The nuts on the barrel studs shall be tack welded on the one side in order to fully secure
them. On the second end, a spring washer shall be used.
2.11.17 A steel collar shall be used to secure all barrel studs. This collar shall be located between
the washers and the steel drum and secured to the central steel plate by welding.
2.11.18 Outside the protective lagging, there shall be a minimum of two binders consisting of
hoop iron/galvanised steel wire. Each protective lagging shall have two recesses to
accommodate the binders.
2.11.19 The conductor ends shall be properly sealed and secured on the side of one of the flanges
to avoid loosening of the conductor layers during transit and handling.
2.11.20 As an alternative to wooden drum, Bidder may also supply the conductors in returnable/
non-returnable painted steel drums. After preparation of steel surface according to
IS:9954, synthetic enamel paint shall be applied after application of one coat of primer.
Wooden/Steel drum will be treated at par for evaluation purpose and accordingly the
Bidder should quote in the package.
2.11.21 In case of returnable steel drums for conductor, following clauses shall apply:-
a) The ownership of the empty conductor drums shall lie with the conductor supplier who
shall ultimately take back the empty conductor drum from the Project site(s) from the
erection contractor’s designated stores after the running out of conductor from the
drum.
b) The erection contractor shall intimate the Conductor supplier and Employer regarding
empty steel drums at their designated stores. Necessary coordination for taking back
the empty steel drums in this regard shall be done by the Conductor Supplier with the
erection Contractor.
c) The empty drum shall be taken back by the conductor supplier from the stores of
UPPTCL for rerolling of dismantled conductor as & when these are available after
usage of conductor. However, Conductor supplier shall be required to take back the
spare empty steel drum but, 2% of the total drums shall not be returned to the
conductor supplier as these may be used for storage of spare conductor by the
Purchaser.
d) The steel drums may get damage and wear & tear due to transportation, normal
handling & operation at site, which shall be rectified by the conductor supplier before
re-use. However, 2% of the total drums shall not be returned on account of damages /
wastage. Thus, 4% of total drums shall not be returnable to the conductor supplier.
2.11.22 As an alternative to outer wooden lagging, in case of returnable/ non-returnable steel
drums, solid polypropylene sheet (of min 5mm thickness) can be used for outer covering
of conductor. In case of PP sheets are proposed to be used by the supplier, the conductor
supplier shall supply two nos additional binders per drum for re-wrapping PP sheet with
each lot of conductor and 5 nos. crimping machines with the first lot of conductor for
crimping the binders at site.
2.11.23 Marking
Each drum shall have the following information stenciled on it in indelible ink along
with other essential data :
(a) Contract/Award letter number.
(b) Name and address of consignee.
(c) Manufacturer’s name and address.
(d) Drum number
(e) Size of conductor
(f) Length of conductor in meters
(g) Arrow marking for unwinding
(h) Position of the conductor ends
(i) Distance between outer-most Layer of conductor and the inner surface
of lagging.
(k) Barrel diameter at three locations & an arrow marking at the location of the
measurement.
(l) Number of turns in the outer most layer.
(m) Gross weight of drum after putting lagging.
(n) Tear weight of the drum without lagging.
(o) Net weight of the conductor in the drum.
The above should be indicated in the packing list also.
2.12 Verification of Conductor Length
The Employer reserves the right to verify the length of conductor after unreeling
at least ten (10) percent of the drums in a lot offered for inspection.
2.13 Standards
2.13.1 The conductor shall conform to the following Indian/International Standards, which shall
mean latest revisions, with amendments/changes adopted and published, unless
specifically stated otherwise in the Specification.
2.13.2 In the event of the supply of conductor 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
Supplier and those specified in this document will be provided by the Supplier to
establish their equivalence.

Sl. Indian Title International


No. Standard Standard
1. IS: 209-1992 Specification for zinc BS:3436-1986
2. IS: 398-1982 Specification for Aluminium Conductors for Overhead IEC:1089-1991
Transmission Purposes BS:215-1970
3. IS:398-1990 Aluminum Conductor Galvanised BS;215-1970
Part-II Steel Reinforced IEC:1089-1991
4. IS:398-1992 Aluminum Conductor Galvanised Steel- Reinforced For IEC:1089-1991
Part-V Extra High Voltage (400 KV) and above BS:215-1970

5. IS : 1778-1980 Reels and Drums for Bare Conductors BS:1559-1949

6. IS : 1521-1991 Method of Tensile Testing of Steel Wire ISO 6892-1984

7. IS : 2629-1990 Recommended Practice for Hot Dip


Galvanising of Iron and Steel
8. IS : 2633-1992 Method of Testing Uniformity of Coating on Zinc
Coated Articles
9. IS : 41000- Galvanised Coating on Round Steel IEC : 888-1987
1992 Wires BS:443-1969
10. IS : 6745-1990 Methods of Determination of Weight of Zinc Coating of BS:433-1969
Zinc Coated Iron and Steel Articles ISO 1460 – 1973
11. IS : 10003- Method of Radio Interference Tests on High Voltage IEC:437-1973
1990 Insulators NEMA:107-
1964 CISPR
12. IS : 9997-1988 Aluminium Alloy Redraw Rods IEC 104 - 1987
13. Zinc Coated steel wires for stranded IEC : 888-1987
Conductors
14. Hard drawn Aluminium wire for overhead line IEC : 889-1987
conductors
15. IS:398 Aluminium Alloy stranded conductor IEC : 208-1966
(Part-IV) BS-3242-1970
16. Aluminium clad steel wires IEC:1232
17. Method of measurement of resistivity of metallic IEC:468
materials
18 Ampacity IEEE738
19. Thermal resistant Aluminium Alloy IEC 62004
20 Carbon Fiber Composite core (CFCC/TS) for use in ASTM B987
Overhead Electrical Conductors

The standards mentioned above are available from:


Reference
Name and Address
Abbreviation
BS British Standards, British Standards Institution,
101, Pentonvile Road, N - 19-ND UK
IEC/CISPR International Electro technical Commission,
Bureau Central de la Commission, electro Technique international, 1 Rue de
verembe, Geneva SWITZERLAND
BIS/IS Beureau Of Indian Standards.Manak Bhavan,
9, Bahadur Shah Zafar Marg, New Delhi - 110001. INDIA
ISO International Organisation for Standardization.
Danish Board of Standardization ,Danish Standardizing Sraat, Aurehoegvej-
12, DK-2900, Heeleprup, DENMARK.
NEMA National Electric Manufacture Association,
155, East 44th Street., New York, NY 10017, U.S.A.
ASTM ASTM International 100 Barr Harbor Drive, PO Box C700, West
Conshohocken, PA 19428-2959 USA
Annexure-A (SECTION -2,Part-III)
1. Tests on Conductor
1.1 UTS Test on Stranded Conductor at i) room temperature, and ii) elevated
temperature
(a) UTS test on stranded conductor at room temperature*
Circles perpendicular to the axis of the conductor shall be marked at two places on a
sample of conductor of minimum 5 m length between fixing arrangement suitably fixed
by appropriate fittings on a tensile testing machine. The load shall be increased at a
steady rate upto 50% of minimum specified UTS and held for one minute. The circles
drawn shall not be distorted due to relative movement of strands. Thereafter the load
shall be increased at steady rate to minimum UTS and held for one minute. The
Conductor sample shall not fail during this period. The applied load shall then be
increased until the failing load is reached and the value recorded.
(*the test is to be conducted at ambient temperature, between minimum and maximum
ambient temperature of 0 deg C and 50 deg C respectively)
(b) UTS test on stranded conductor at elevated temperature
UTS Test on Stranded Conductor shall be conducted as per clause no. 1.1(a) specified above
keeping conductor temperature at the designed maximum temperature.
1.2 Corona Extinction Voltage Test (for 400KV only)
The sample of the conductor of 5 m length shall be strung at a height not exceeding 7.01 m
above ground. The sample assembly when subjected to power frequency voltage shall have a
corona extinction voltage of not less than 154 kV (rms) line to ground under dry condition.
There shall be no evidence of corona on any part of the samples. The test should be conducted
without corona control rings. However, small corona control rings may be used to prevent
corona in the end fittings. The voltage should be corrected for standard atmospheric conditions.
1.3 Radio Interference Voltage Test (for 400KV only)
Under the conditions as specified under (1.2) above, the conductor samples shall have radio
interference voltage level below 1000 microvolts at one MHz when subjected to 50 Hz AC
voltage of 154 kV line to ground under dry conditions. This test may be carried out with
corona control rings and arcing horns.
1.4 D.C. Resistance Test on Stranded Conductor
On a conductor sample of minimum 5m length two contact-clamps shall be fixed with a
predetermined bolt torque. The resistance shall be measured by a Kelvin double bridge or
using micro ohm meter of suitable accuracy by placing the clamps initially zero metre and
subsequently one metre apart. The test shall be repeated at least five times and the average
value recorded. The value obtained shall be corrected to the value at 20deg C as per IS:398-
(Part- IV)/(Part-V). The resistance corrected at 20deg C shall conform to the requirements of
this Specification.
1.5 Stress-strain test at elevated temperature
Stress-strain test as per IEC-1089 shall be conducted keeping conductor temperature at
designed maximum temperature. RTS for this test shall be 70% of the UTS guaranteed in the
GTP.

1.6 High Temperature endurance & creep test


Two conductor samples of length equal to at least 100 X d + 2 X a (where, d is the conductor
diameter and is the distance between the end fitting and the gauge length) shall be strung at
tension equal to 25 % of conductor UTS. The distance, a, shall be at least 25 % of the gauge
length or 2 m whichever is the smaller. The conductor samples shall be subjected to tests as
indicated below:
(i) On one of the conductor samples, the conductor temperature shall be maintained at 20 deg C
for 1000 hours. The elongation/creep strain of the conductor during this period shall be
measured and recorded at end of 1 hour, 10 hour, 100 hour and subsequently every 100
hour upto 1000 hours time period.
(ii) On other conductor sample, the conductor temperature shall be increased to designed
maximum temperature in steps of 20 deg. C and thermal elongation of the conductor sample
shall be measured & recorded at each step. The temperature shall be held at each step for
sufficient duration for stabilization of temperature. Further, the temperature of the conductor
shall be maintained at maximum continuous operating temperature (+10 Deg. C) for 1000
hours. The elongation/creep strain of the conductor during this period shall be measured
and recorded at end of 1 hour, 10 hour, 100 hour and subsequently every 100 hour upto
1000 hours time period. After completion of the above, the core of the conductor sample
shall be subjected to UTS test as mentioned above at clause 1.1 of Annexure-A.
The conductor core shall withstand a load equivalent to 95 % of UTS. In case of polymer
composite core conductor, the flexural strength & glass transition temperature of the core shall
also be evaluated and the same shall not be degraded by more than 10 % over the value
guaranteed in GTP. The supplier shall plot the thermal elongation with temperature.
The supplier shall furnish details of creep characteristic in respect of the conductor based on
laboratory test and other laboratory investigations/ experimental 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 & continuous designed temperature as well as
room temperature.

1.7 Sheaves Test


The conductor sample of minimum length of 35 meter shall be tensioned at 22 % of the
UTS and shall be passed through pulleys having diameter of 32 times that of the conductor
with angle of 20 deg. between the pulleys. The conductor shall be passed over the pulleys 36
times a speed of 2 m/sec. After this test UTS test on the conductor shall be carried out. In case
of polymer composite core conductors, the core shall be inspected for any sign of damage or
cracking through dye penetration test as per ASTM D5117.
1.8 Axial Impact Test
The conductor sample shall be suspended vertically and load applied by dropping a 650 Kg
from an elevation of 4 meters above the sample. The impact velocity shall be not be less
than 8 m/sec. with an initial pre-tension of 200kgs. The curve for load vs time shall be
recorded and recorded load of failure for core shall not be less than UTS of core.
1.9 Radial Crush Test
A section of conductor is to be crushed between two six inch steel platens. Load shall be held
at 350Kgs for 1 minute and then released. Core shall be subsequently disassembled and
tensile tested. Core shall exhibit full strength retention.

1.10 Torsional Ductility Test


The conductor sample of 10-15 m shall be loaded to 20% of UTS and then rotated in
increasing steps of +/-180 deg. In case of INVAR type HTLS conductor, the entire conductor
shall withstand at least 16 such rotation and there shall not be any damage to Aluminium Alloy
or INVAR core wires.
In case of composite core conductors, after 4 rotations or after separation of aluminium
strands, the aluminium wires shall be cut and removed from the conductor and the exposed
core shall be twisted and shall withstand upto 16 rotations.
1.11 Aeolian Vibration Test
The conductor and supporting hardware shall be loaded to 25% of UTS. A dynamometer,
load cell, calibrated beam or other device shall be used to measure the conductor tension.
Some means should be provided to maintain constant tension to allow for temperature
fluctuations during the testing. The overall span between system terminations shall be a
minimum of 30 m. The span shall be supported at a height such that the static sag angle of the
cable to horizontal is (1.5 + 0.5) deg in the active span. Means shall be provided for
measuring and monitoring the mid-loop (antinode) vibration amplitude at a free loop, not a
support loop. An electronically controlled shaker shall be used to excite the conductor in the
vertical plane. The shaker armature shall be securely fastened to the conductor so it is
perpendicular tothe conductor in the vertical plane. The shaker should be located in the span
to allow for a minimum of six vibration loops between the suspension assembly and the shaker
The test shall be carried out at one or more resonance frequencies (more than 10 Hz) . The
amplitude at the antinode point shall be one third of conductor diameter. The assembly shall be
vibrated for not less than 10 million cycles without any failure. After the test, the
conductor should not exhibit any damage (broken strands). The conductor shall be tested to
demonstrate that it retains at least 95% UTS.
1.12 Temperature Cycle Test
The purpose of this test is verification of degradation characteristics of metallic and non-
metallic material when subjected to thermal cycling temperature cycling can create large
internal stresses due to thermal expansion mismatch between constituents.
Test Methods:-
-Mechanical tension, 20 % UTS, marks on the conductor at the edge of the conductor
-100 cycles from room temperature up to maximum temperature. Hold at maximum
temperature + 2.5 deg. C for 5 minutes
-After the above mentioned 100 cycles, the mechanical tension shall be increased up to 70 %
UTS at room temperature and kept at this tension for 24 H. Thereafter, release to 20 % UTS.
- This cycling test shall be repeated 5 times.
- During the test, temperature of connectors, conductor and resistance are recorded according
to ANSI C 119.
- A breaking load test is applied at the end of the test. Conductor strength has to be higher
than 95 % UTS.
- In case of polymer composites, after thermal cycling, the flexural strength and the Glass
Transition temperature (Tg) shall not degrade by more than 10 % of the value guaranteed in
GTP. Flexural strength shall be obtained on the basis of test procedure indicated at 1.32
below. The value of Tg after the test, shall however, in no case be less than the temperature
of core corresponding to the designed maximum temperature of conductor.

1.13 Heat Resistance test on Aluminium Alloy wire


Breaking load test as per clause 1.21 above shall be carried out before and after heating
the sample in uniform heat furnace at following temperature for one hour. The breaking
strength of the wire after heating shall not be less than the 90% of the breaking strength
before heating:-
Maximum continuous operating
Test Temperature
temperature of the conductor

Upto 150 deg. C 230 degC (+5/-3 degC)


More than 150 deg. C & upto 210 deg. C 280 degC (+5/-3 degC)
More than 210 deg. C & upto 230 deg. C 400 degC (+5/-3 degC)

1.14 Bending test on aluminium clad core wire (if applicable)


A sample of aluminium clad invar strand measuring 30 cm in length shall be subject to
bending with help of a vise. The vised length of wire should be 5 cm and radius of bend
4.8 mm. The bending should be first 90 degrees left and 90 degree right. After this
operation the strand should cut at the bending point. There should be no separation of core
and aluminium at the bending point after this operation.

1.15 Compression test on aluminium clad wires (if applicable)


A sample of aluminium clad core strand 10 mm in length is to be compressed by a plate with
a load of 3600 kgs. The aluminium and core strand should not break.

1.16 Coefficient of linear expansion for core/ core wires


The temperature and elongation on a sample shall be continuously measured and recorded at
interval of approximately 15 degree C from 15 degree C to maximum continuous operating
temperature corresponding to rated current (as per conductor) by changing the temperature
by suitable means. Coefficient of linear expansion shall be determined from the measured
results.

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.

1.19 Visual Check for Joints, Scratches etc.


Conductor drums shall be rewound in the presence of the Employer. The Employer shall
visually check for scratches, joints etc. and that the conductor generally conform to the
requirements of this Specification. Ten percent (10%) drums from each lot shall be
rewound in the presence of the Employer's representative.
1.20 Dimensional Check on Core Wires and Aluminium/Aluminium Alloy Wires
The individual strands shall be dimensionally checked to ensure that they conform to the
requirement of this Specification.
1.21 Check for Lay-ratios of Various Layers
The lay-ratios of various layers shall be checked to ensure that they conform to the
guaranteed values furnished by the Contractor.
1.22 Galvanising Test
The test procedure shall be as specified in IEC: 888. The material shall conform to
the requirements of this Specification. The adherence of zinc shall be checked by wrapping
around a mandrel four times the diameter of steel wire.
1.23 Aluminum thickness on aluminum clad wires (if applicable)
The thickness of aluminium of the specimen shall be determined by using suitable
electrical indicating instruments operating on the permeameter principle, or direct
measurement. Measurements shall be read to three decimal places, and number rounded
to two decimal places is considered as measured thickness. For reference purposes,
direct measurement shall be used to determine aluminium thickness on specimens taken
from the end of the coils.
1.24 Torsion and Elongation Tests on Composite Core/ Core wires
The test procedures for Torsion and Elongation Tests on Core wires shall be as per clause
No. 6.3.3 and 6.3.2 b) of IEC 61232 respectively. In torsion test, the number of complete
twists before fracture shall not be less than the value specified in the GTP on a length equal
to 100 times the standard diameter of the strand. In case test sample length is less or more
than 100 times the stranded diameter of the strand, the minimum number of twists will be
proportioned to the length and if number comes in the fraction then it will be rounded off
to next higher whole number. In elongation test, the elongation of the strand shall not be
less than the value specified in the GTP for a gauge length of 250 mm.
In case of composite core HTLS conductor, the following procedure shall be applicable:-
i) Elongation Test:- The elongation of the composite core sample at shall be
determined using extensometer. The load along the core shall be gradually increased.
The elongation achieved on reaching the tensile strength of the core shall not be
less than the value guaranteed in the GTP.
ii) Torsion Test : The purpose of the test is to determine the resilience of the
composite core to twisting and to show that after the composite core has experienced
the prescribed twisting, it will not crack or have a loss in tensile strength due to the
twisting. The sample length shall be such that the gauge length in between the gripping
fixtures is 170 times the diameter of the core in case of High Strength Grade composite
cores and 340 times the diameter of the composite core in case of Extra High strength
composite core. However, the gauge length shall not be more than 4m. One grip shall
then be fixed so that it does not twist and the other end shall be twisted a full 360
degrees and then fixed in this position for 2 minutes. Once the twist time is completed,
the core is untwisted and inspected for any crazing or other damage. If no damage is
observed, the composite core is then tensile tested to failure and the final load
recorded. For the test to be accepted, the composite core must withstand at least 100%
of its rated tensile strength. Two samples need to be completed in order to satisfy the
testing requirement
1.25 Breaking load test on Aluminium/Aluminium Alloy & Composite core/ Corewires
and D.C Resistance test on Aluminium/ Aluminium Alloy wire
The above tests shall be carried out as per IEC: 888/889 or relevant international
standards and the results shall meet the requirements of the specification.

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.

1.27 Minimum conductivity test on thermal resistant aluminium alloy wire


Resistivity test as per IEC-468/IEC 889 shall be conducted to confirm
minimum conductivity as per specification requirement.

1.28 Procedure Qualification test on welded Aluminium/ Aluminium Alloy wire.


Two Aluminium/ Aluminium Alloy wire shall be welded as per the approved quality plan
and shall be subjected to tensile load. The breaking strength of the welded joint of the
wire shall not be less than the guaranteed breaking strength of individual strands.

1.29 Ageing Test on Filler (if applicable)


The test shall be done in accordance with Grease drop point test method. The specimen
should not drop as a droplet when kept at a temperature 40 deg. C above designed
maximum temperature of the conductor for 30 minutes. The temperature shall then be
increase till one droplet drops and the temperature recorded.

1.30 Aluminium conductivity test on aluminium clad wire (if applicable)


Resistivity test as per IEC-468 shall be conducted to confirm minimum
conductivity as per specification requirement.

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.

1.32 Flexural Strength Test (for polymer composite core only)


Supplier can carry out the test as per ASTM D4475. The flexural strength shall not be less
than the value guaranteed in the GTP.
1.33 Bending Test on Composite Core:
Bending test on polymer composite core (CFC) before stranding shall be performed
as per ASTM B987/B987M-17 on polymer composite core samples taken from
composite core at conductor manufacturing unit before stranding of conductor.
Alternatively, supplier may carry out bending test on polymer composite core (CFC)
before stranding on the samples taken at the core manufacturing unit, from the same
reel being supplied to conductor manufacturer subject to proper traceability of the
same at the conductor manufacturers works.
Bending test on polymer composite core (CFC) shall also 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:
For high strength grade CFC: 60 times the diameter of CFC.
For Extra high strength grade CFC: 70 times the diameter of CFC

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

Clause No. Description

1.0 Technical Description of Hardware Fittings

2.0 Accessories for Conductor

3.0 Tests and Standards

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.

1.7.1 Standard Preformed Armour Rod Set


1.7.1.1 The Preformed Armour Rods Set shall be used to minimise the stress developed in
the conductor due to different static and dynamic loads because of vibration due to
wind, slipping of conductor from the suspension clamp as a result of unbalanced
conductor tension in adjacent spans and broken wire condition. It shall also withstand
power arcs, chafing and abrasion from suspension clamp and localised heating effect
due to magnetic power losses from suspension clamps as well as resistance losses
of the conductor.
1.7.1.2 The preformed armour rods set shall have right hand lay and the inside diameter of the
helics shall be less than the outside diameter of the conductor to have gentle but
permanent grip on the conductor. The surface of the armour rod when fitted on the
conductor shall be smooth and free from projections, cuts and abrasions etc.
1.7.1.3 The pitch length of the rods shall be determined by the Bidder but shall be less than
that of the outer layer of conductor and the same shall be accurately controlled to
maintain uniformity and consistently reproducible characteristic wholly independent
of the skill of linemen.
1.7.1.4 The length and diameter of each rod shall be furnished by the bidder in the GTP.
The tolerance in length of the rods between the longest and shortest rod in complete
set should be within the limits specified in relevant Indian/International Standards .
The ends of armour rod shall be parrot billed/ball end.
1.7.1.5 The number of armour rods in each set shall be as per supplier’s design to suit Offered
technology HTLS Conductor offered Standards . Each rod shall be marked in the
middle with paint for easy application on the line.
1.7.1.6 The armour rod shall not loose their resilience even after five applications.
1.7.1.7 The conductivity of each rod of the set shall not be less than 40% of the conductivity
of the International Annealed Copper Standard (IACS).
1.8 Armour Grip Suspension Clamp
1.8.1 The armour grip suspension clamp shall comprise of retaining strap, support
housing, elastomer inserts with aluminium reinforcements and AGS preformed rod set.
1.8.2 Elastomer insert shall be resistant to the effects of temperature up to maximum
conductor temperature guaranteed by the bidder corresponding to peak current,
Ozone, ultraviolet radiations and other atmospheric contaminants likely to be
encountered in service. The physical properties of the elastomer shall be of approved
standard. It shall be electrically shielded by a cage of AGS performed rod set.
The elastomer insert shall be so designed that the curvature of the AGS rod shall follow
the contour of the neoprene insert.
1.8.3 The supplier shall submit relevant type/performance test certificates as per
applicable standard/product specifications for elastomer to confirm suitability of the
offered elastomer for the specified application.
1.8.4 The AGS preformed rod set shall be as detailed in relevant clause in general except for the
following.
1.8.5 The length of the AGS preformed rods shall be such that it shall ensure sufficient
slipping strength and shall not introduce unfavourable stress on the conductor under all
operating conditions. The length of the AGS preformed rods shall be indicated in the
GTP.
1.9 Envelope Type Suspension Clamp
1.9.1 The seat of the envelope type suspension clamp shall be smoothly rounded &
suitably curved 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. Hexagonal
bolts and nuts with split-pins shall be used for attachment of the clamp.
1.10 Dead end Assembly
1.10.1 The dead end assembly shall be suitable for the offered HTLS Conductor.
1.10.2 The dead end assembly shall be of compression type with provision for compressing
jumper terminal at one end. The angle of jumper terminal to be mounted should be 30°
with respect to the vertical line. The area of bearing surface on all the connections shall
be sufficient to ensure positive electrical and mechanical contact and avoid local
heating due to I2R losses. The resistance of the clamp when compressed on
Conductor shall not be more than 75% of the resistance of equivalent length of
Conductor.
1.10.3 Die compression areas shall be clearly marked on each dead-end assembly
designed for continuous die compressions and shall bear the words ‘COMPRESS
FIRST’ suitably inscribed near the point on each assembly where the compression
begins. If the dead end assembly is designed for intermittent die compressions it shall
bear identification marks ‘COMPRESSION ZONE’ AND ‘NON-COMPRESSION
ZONE’ distinctly with arrow marks showing the direction of compressions and
knurling marks showing the end of the zones. The letters, number and other markings
on the finished clamp shall be distinct and legible. The dimensions of dead end
assembly before & after compression alongwith tolerances shall be guaranteed in the
relevant schedules of the bid and shall be decided by the manufacturer so as to suit
the conductor size & conform to electrical & mechanical requirement
stipulated in the specification. These shall be guaranteed in the relevant schedules of
bid.
1.10.4 The assembly shall not permit slipping of, damage to, or failure of the complete
conductor or any part there of at a load less than 95% of the ultimate tensile strength of
the conductor.
1.10.5 Jumper bolting arrangement between jumper terminal/cone and terminal pad/plate of dead
end assembly of tension hardware fittings shall be designed to suit the specification
requirements of ampacity and shall conform to the relevant Indian/International
standards
1.10.6 For composite core HTLS Conductor, dead end assembly shall inter-alia include
collets ,collet housing, inner sleeve etc., suitable for the offered design of HTLS
conductor
1.11 Fasteners: Bolts, Nuts and Washers
1.11.1 All bolts and nuts shall conform to IS 6639. All bolts and nuts shall be galvanied as
per IS 1367 (Part-13)/IS 2629. All bolts and nuts shall have hexagonal heads, the heads
being forged out of solid truly concentric, and square with the shank, which must be
perfectly straight.
1.11.2 Bolts up to M16 and having length up to 10 times the diameter of the bolt should be
manufactured by cold forging and thread rolling process to obtain good and reliable
mechanical properties and effective dimensional control. The shear strength of bolt for
5.6 grade should be 310 MPa minimum as per IS 12427. Bolts should be provided with
washer face in accordance with IS 1363 (Part-1) to ensure proper bearing.
1.11.3 Nuts should be double chamfered as per the requirement of IS 1363 Part- III 1984. It
should be ensured by the manufacturer that nuts should not be over tapped beyond 0.4
mm oversize on effective diameter for size upto M16.
1.11.4 Fully threaded bolts shall not be used. The length of the bolt shall be such that the
threaded portion shall not extend into the place of contact of the component parts.
1.11.5 All bolts shall be threaded to take the full depth of the nuts and threaded enough to permit
the firm gripping of the component parts but no further. It shall be ensured that the
threaded portion of the bolt protrudes not less than 3 mm and not more than 8 mm
when fully tightened. All nuts shall fit and tight to the point where shank of the bolt
connects to the head.
1.11.6 Flat washers and spring washers shall be provided wherever necessary and shall be
of positive lock type. Spring washers shall be electro- galvanised. The thickness of
washers shall conform to IS:2016.
1.11.7 The Contractor shall furnish bolt schedules giving thickness of components
connected, the nut and the washer and the length of shank and the threaded portion of
bolts and size of holes and any other special details of this nature.
1.11.8 To obviate bending stress in bolt, it shall not connect aggregate thickness more than
three time its diameter.
1.11.9 Bolts at the joints shall be so staggered that nuts may be tightened with spanners
without fouling.
1.11.10 To ensure effective in-process Quality control it is essential that the manufacturer should
have all the testing facilities for tests like weight of zinc coating, shear strength, other
testing facilities etc, in-house. The manufacturer should also have proper Quality
Assurance system which should be in line with the requirement of this specification and
IS-.14000 services Quality System standard.
1.11.11 Fasteners of grade higher than 8.8 are not to be used and minimum grade for bolt shall
be 5.6.
1.12 Materials
The materials of the various components shall be as specified hereunder. The Bidder
shall indicate the material proposed to be used for each and every component of
hardware fittings stating clearly the class, grade or alloy designation of the material,
manufacturing process & heat treatment details and the reference standards.
1.12.1 The details of materials for different component are listed as in Table No-1

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)

Sl. Material Process of


Name of item Reference Remarks
No. treatment Standard
1. Security Clips Stainless Steel/ - AISI 302 or
Phospher Bronze 304-L/ IS-
1385
2. For Free Centre /Envelope type clamps
(a) Clamp Body, High Strength Al. Casted or forged IS:617or
Keeper Piece Alloy 4600/ LM- & Heat treated ASTM-B429
6 or 6061/65032

(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

3. For AGS type clamp


(a) Supporting High Strength Casted or forged IS:617or
House Corrosion & Heat treated ASTM-B429
resistant Al. Alloy
4600/ LM-6 or
6061/65032

(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) Elastomer Moulded on Al.


reinforcement

4. For Dead End Assembly


(a) Outer Sleeve EC grade Al of
purity not less
than 99.50%

(b) Steel Sleeve Mild Steel Hot Dip IS:226/


Galvanised IS-2062

(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

6. Yoke Plate Mild Steel Hot dip As per IS-


galvanized 226
or IS-2062
8(a). Corona Control High Strength Al. Heat treated Hot ASTM-B429 Mechanical
ring/ Grading Alloy tube dip galvanized or as per IS strength of
ring (6061/6063/ 1100 welded joint
type or shall not be
65032/ 63400 less than 20
Type) KN
8(b). Supporting High Strentgth Heat treated Hot ASTM-B429
Brackets & Al Alloy 7061/ dip galvanized or as per
Mounting Bolts 6063/ 65032/63400 IS:226 or
Type) or Mild IS:2062
Steel

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.

2.0 Accessories for the HTLS Conductor


General
2.1.1 This portion details the technical particulars of the accessories for Conductor.
2.1.2 2.5% extra fasteners, filler plugs and retaining rods shall be provided.
2.1.3 The supplier shall be responsible for satisfactory performance of complete conductor
system along with accessories offered by him for continuous operation at temperature
specified for the HTLS Conductor.

2.2 Mid Span Compression Joint


2.2.1 Mid Span Compression Joint shall be used for joining two lengths of conductor. The
joint shall have a resistively less than 75% of the resistivity of equivalent
length of conductor. The joint shall not permit slipping off, damage to or failure of
the complete conductor or any part thereof at a load less than 95% of the ultimate
tensile strength of the conductor. It must be able to withstand the continuous
design temperature of conductor.
2.2.2 The dimensions of mid span compression joint before & after compression
alongwith tolerances shall be shall be guaranteed in the relevant schedules of the bid
and shall be decided by the manufacturer so as to suit the conductor size & conform to
electrical & mechanical requirement stipulated in the specification. For composite core
conductor, suitable sleeve, collets, collet housing shall be used for core jointing.
2.3 Repair Sleeve
Repair Sleeve of compression type shall be used to repair conductor with not more
than two strands broken in the outer layer. The sleeve shall be manufactured from
99.5% pure aluminium / aluminium alloy and shall have a smooth surface. It shall be
able to withstand the continuous maximum operating temperature of conductor. The
repair sleeve shall comprise of two pieces with a provision of seat for sliding of the
keeper piece. The edges of the seat as well as the keeper piece shall be so
rounded that the conductor strands are not damaged during installation. The
dimensions of Repair sleeve alongwith tolerances shall be guaranteed in the relevant
schedules of the bid and shall be decided by the manufacturer so as to suit the
conductor size & conform to electrical & mechanical requirement stipulated in the
specification.
2.4 Vibration Damper
2.4.1 Vibration dampers of 4R-stockbridge type with four (4) different resonances
spread within the specified aeolian frequency band width corresponding to wind speed
of 1 m/s to 7 m/s are installed in the existing line at suspension and tension points on
each conductor in each span to damp out aeolian vibration as well as sub- span
oscillations,. One damper minimum on each side per conductor for suspension points
and two dampers minimum on each side per conductor for tension points shall be
used for a ruling design span of 320 meters.
2.4.2 The bidder shall offer damping system including Stockbridge type dampers for
proposed Offered technology HTLS Conductor for its protection from wind induced
vibrations which could cause conductor fatigue /strand breakage near a hardware
attachment, such as suspension clamps.
Alternate damping systems with proven design offering equivalent or better
performance also shall be accepted provided the manufacturer meets the
qualifying requirements stipulated in the Specifications. Relevant technical
documents including type test reports to establish the technical suitability of alternate
systems shall be furnished by the Bidder alongwith the bid. The damper shall be
designed to have resonance frequencies to facilitate dissipation of vibration
energy through interstrand friction of the messanger cable and shall be effective in
reducing vibration over a wide frequency range (depending upon conductor dia) or
wind velocity range specified above. The vibration damper shall meet the requirement
of frequency or wind velocity range and also have machanical impedence closely
matched with the offered HTLS conductor. The vibration dampers shall be installed at
suitable positions to ensure damping effectiveness across the frequency range. The
power dissipation of the vibration dampers shall exceed the wind power so that the
vibration level on the conductor is reduced below its endurence limit ie 150 micro
strain. The bidder shall clearly indicate the method for evaluating performance of
dampers including analytical and laboratory test methods. The bidder shall indicate the
the type tests to evaluate the performance of offered damping system .
2.4.3 The clamp of the vibration damper shall be made of high strength aluminium
alloy of type LM-6. It shall be capable of supporting the damper and prevent
damage or chafing of the conductor during erection or continued operation. The
clamp shall have smooth and permanent grip to keep the damper in position on the
conductor without damaging the strands or causing premature fatigue failure of the
conductor under the clamp. The clamp groove shall be in uniform contact with the
conductor over the entire clamping surface except for the rounded edges. The
groove of the clamp body and clamp cap shall be smooth, free from
projections, grit or other materials which could cause damage to the conductor when
the clamp is installed. Clamping bolts shall be provided with self locking nuts and
designed to prevent corrosion of threads or loosening in service.
2.4.4 The messenger cable shall be made of high strength galvanised steel/stain less steel
with a minimum strength of 135 kg/sqmm. It shall be of preformed and postformed
quality in order to prevent subsequent droop of weight and to maintain consistent
flexural stiffness of the cable in service. The number of strands in the messenger
cable shall be 19. The messenger cable other than stainless steel shall be hot dip
galvanised in accordance with the recommendations of IS:41000 for heavily coated
wires.
2.4.5 The damper mass shall be made of hot dip galvanised mild steel/cast iron or a
permanent mould cast zinc alloy. All castings shall be free from defects such as
cracks, shrinkage, inclusions and blowholes etc. The surface of the damper masses
shall be smooth.
2.4.6 The damper clamp shall be casted over the messenger cable and offer sufficient and
permanent grip on it. The messenger cable shall not slip out of the grip at a load
less than the mass pull-off value of the damper. The damper masses made of
material other-than zinc alloy shall be fixed to the messenger cable in a suitable
manner in order to avoid excessive stress concentration on the messenger cables
which shall cause premature fatigue failure of the same. The messenger cable
ends shall be suitably and effectively sealed to prevent corrosion. The damper
mass made of zinc alloy shall be casted over the messenger cable and have
sufficient and permanent grip on the messenger cable under all service conditions.
2.4.7 The damper assembly shall be so designed that it shall not introduce radio
interference beyond acceptable limits.
2.4.8 The vibration damper shall be capable of being installed and removed from
energized line by means of hot line technique. in addition, the clamp shall be capable
of being removed and reinstalled on the conductor at the designated torque without
shearing or damaging of fasteners.
2.4.9 The contractor must indicate the clamp bolt tightening torque to ensure that the slip
strength of the clamp is maintained between 2.5kN and 5kN. The clamp when
installed on the conductor shall not cause excessive stress concentration on the
conductor leading to permanent deformation of the conductor strands and premature
fatigue failure in operation.
2.4.10 The vibration analysis of the system, with and without damper and dynamic
characteristics of the damper as detailed under Annexure-A, shall have to be
submitted. The technical particulars for vibration analysis and damping design of the
system are as follows:
Sl. No. Description Technical particulars
1. Span length in meters
365 meters
i) Ruling design span
2. Configuration Single Circuit/ Double Ckt with
single conductor per phase in
vertical configuration
3. Tensile load in Conductor As per Sag – tension
at temperature of 0 deg. C calculations
and still air
4. Armour rods used Standard preformed armour rods
/AGS
5. Maximum permissible +/- 150 micro strains
Dynamic strain ie
endurance limit.

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.

2.5 Material and Workmanship


2.5.1 All the equipment shall be of the latest proven design and conform to the best modern
practice adopted in the high voltage field. The Bidder shall offer only such
equipment as guaranteed by him to be satisfactory and suitable for 132 kV & 220KV
transmission line application with single conductors and will give continued good
performance at all service conditions. For employer’s review of the offered design of
accessories, the supplier shall submit document/design details of similar type of
accessories used in past for similar type of Offered technology HTLS Conductor
application
2.5.2 The design, manufacturing process and quality control of all the materials shall be such
as to achieve requisite factor of safety for maximum working load, highest mobility,
elimination of sharp edges and corners, best resistance to corrosion and a good finish.
2.5.3 High current, heat rise test shall be conducted by the supplier to determine the
maximum temperature achieved in different components of fittings under simulated
service condition corresponding to continuous operation of conductor at rated
maximum 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.
2.5.4 All ferrous parts 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 as per grade 4 of IS-1573. The bolt threads
shall be undercut to take care of increase in diameter due to galvanising. Galvanising
shall be’done in accordance with IS:2629/ IS-1367 (Part-13) and satisfy the tests
mentioned in IS-2633. Fasteners shall withstand four dips while spring washers shall
withstand three dips. Other galvanised materials shall have a minimum average
coating of Zinc equivalent to 600 gm/sq.m and shall be guaranteed to
withstand at least six dips each lasting one minute under the standard Preece test for
galvanising unless otherwise specified.
2.5.5 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 of
grade Zn 99.95 as per IS:209.
2.5.6 In case of castings, the same shall be free from all internal defects like shrinkage,
inclusion, blow holes, cracks etc.
2.5.7 All current carrying parts shall be so designed and manufactured that contact
resistance is reduced to minimum and localised heating phenomenon is averted.
2.5.8 No equipment shall have sharp ends or edges, abrasions or projections and shall
not 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 all service conditions.
2.5.9 Particular care shall be taken during manufacture and subsequent handling to
ensure smooth surface free from abrasion or cuts.
2.5.10 The fasteners shall conform to the requirements of IS:6639-1972. All fasteners
and clamps shall have corona free locking arrangement to guard against vibration
loosening.
2.6 Compression Markings
Die compression areas shall be clearly marked on each equipment designed for
continuous die compressions and shall bear the words ‘COMPRESS FIRST’
‘suitably inscribed on each equipment where the compression begins.If the
equipment is designed for intermittent die compressions, it shall bear the
identification marks ‘COMPRESSION ZONE’ and ‘NON-COMPRESSION ZONE’
distinctly with arrow marks showing the direction of compression and knurling
marks showing the end of the zones. The letters, number and other markings on
finished equipment shall be distinct and legible.

2.7 Bid Drawings


2.7.1 The Bidder shall furnish detailed dimensioned drawings of the equipments
and all component parts. Each drawing shall be identified by a drawing number and
Contract number. All drawings shall be neatly arranged. All drafting and lettering
shall be legible. The minimum size of lettering shall be 3 mm. All dimensions and
dimensional tolerances shall be mentioned in mm.
2.7.2 The drawings shall include
(i) Dimensions and dimensional tolerances
(ii) Material. fabrication details including any weld details and any specified
finishes and coatings. Regarding material, designations and 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 technical details

2.7.3 Placement charts for spacer/spacer damper and damper


2.7.4 The above drawings shall be submitted with all the details as
stated above alongwith the bid document. After the placement of award. the
Contractor shall again submit the drawings in four copies for approval. After approval
and successful completion of all type tests, 20 (twenty) more sets of drawings shall be
submitted to UPPTCL for further distribution and use by field units

3.0 Tests and Standards


3.1 Type Tests
3.1.1 On the complete Insulator Strings with Hardware Fittings
a) Power frequency voltage withstand test with corona control : As per IEC:60383
rings/grading ring and arcing horns under wet
b)
condition
b) Impulse voltage withstand test under dry condition : As per IEC:60383
c) Mechanical Strength test : As per Annex-A

d) Vibration test : As per Annex-A

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

3.1.6 Repair Sleeve for Conductor

a) Chemical analysis of materials : As per Annexure-A


b) Corona extinction voltage test (dry),if applicable : As per Annexure-A

c) Radio interference voltage test (dry),if applicable : As per Annexure-A


3.1.7 Vibration Damper for Conductor
a) Chemical analysis of materials : As per Annexure-A
b) Dynamic characteristics test* : As per Annexure-A
c) Vibration analysis : As per Annexure-A
d) Clamp slip test : As per Annexure-A
e) Fatigue tests : As per Annexure-A
f) Magnetic power loss test (if applicable) : As per Annexure-A
g) Corona extinction voltage test (dry),if applicable,if applicable : As per Annexure-A
h) Radio interference voltage test (dry),if applicable, if applicable: As per Annexure-A
i) Damper efficiency test : As per IS:9708
* Applicable for 4 R Stockbridge dampers. For alternate type of vibration dampers
(permitted as per clause 2.4.2), as an alternative to dynamic characteristic test,
damper efficiency test as per IEEE-664 may be proposed/ carried out by the supplier.

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)

c) Galvanising/Electroplating test : As per IS:2486-(Part-I)

d) Mechanical strength test of each component : As per Annexure-A

e) Mechanical strength test for corona control ring/ : As per BS:3288(Part-I)


grading ring and arcing horn
f) Test on locking device for ball and : As per IEC:372 (2)
socket coupling
g) Mechanical Strength test of welded joint : As per Annexure-A

h) Chemical analysis, hardness tests, grain size, : As per Annexure-A


inclusion rating & magnetic particle inspection
for forgings/castings

3.2.2 On Suspension Clamp only


a) Clamp Slip strength Vs Torque test for : As per Annexure-A
suspension clamp

b) Shore hardness test of elastomer cushion for : As per Annexure-A


AG suspension clamp
c) Bend test for armour rod set : As per IS:2121(Part-I),
Clause 7.5,7,10 & 7.11
d) Resilience test for armour rod set : As per IS:2121(Part-I),
Clause 7.5,7,10 & 7.11
e) Conductivity test for armour rods set : As per IS:2121(Part-I),
Clause 7.5,7,10 & 7.11

3.2.3 On Tension Hardware Fittings only


a) Slip strength test for dead end assembly : As per IS:2486 (Part-I)
Clause 5.4
b) Ageing test on filler (if applicable)
: As per Annexure-B

3.2.4 On Mid Span Compression Joint for Conductor


a) Visual examination and dimensional : As per IS:2121(Part-II),
verification Clause 6.2, 6.3 7 6.7

b) Galvanising test : As per Annexure-B

c) Hardness test : As per Annexure-B

d) Ageing test on filler (if applicable) : As per Annexure-B


3.2.5 Repair Sleeve for Conductor
a) Visual examination and dimensional : As per IS:2121(Part-II)
verification Clause 6.2, 6.3

3.2.6 Vibration Damper for Conductor


a) Visual examination and dimensional : As per IS:2121(Part-II)
verification Clause 6.2, 6.3 7 6.7
b) Galvanising test : As per Annexure-B
(i) On damper masses : As per Annexure-B
ii) On messenger cable : As per Annexure-B
c) Verification of resonance frequencies : As per Annexure-B
d) Clamp slip test : As per Annexure-B
e) Clamp bolt torque test : As per Annexure-B
f) Strength of the messenger cable : As per Annexure-B
g) Mass pull off test : As per Annexure-B
h) Dynamic characteristics test* : As per Annexure-B
* Applicable for 4 R stockbridge dampers. For alternate type of vibration dampers
(permitted as per clause 2.4.2), as an alternative to dynamic characteristic test,
damper efficiency test as per IEEE-664 may be proposed/ carried out by the supplier.
3.3 Routine Tests
3.3.1 For Hardware Fittings
a) Visual examination
As per IS:2486 (Part-I)

b) Proof Load Test : As per Annexure-A

3.3.2 For conductor accessories


a) Visual examination and dimensional : As per IS:2121(Part-II)
verification Clause 6.2, 6.3 7 6.
3.4 Tests During Manufacture on all components as applicable
a) Chemical analysis of Zinc used for galvanising IS:2486-(Part-I)
b) Chemical analysis mechanical metallographic : As per Annexure-A

test and magnetic particle inspection for


malleable castings
c) Chemical analysis, hardness tests and magnetic : As per Annexure-A
particle inspection for forging
3.5 Testing Expenses
3.5.1 No type test charges shall be payable. In case type testing is required due to non
availability of type test reports, the Contractor has to arrange it at his own cost.
3.5.2 Bidder shall indicate the laboratories in which they propose to conduct the type
tests. They shall ensure that adequate facilities for conducting the tests are
available in the laboratory and the tests can be completed in these laboratories
within the time schedule guaranteed by them in the appropriate schedule.
3.5.3 The entire cost of testing for type tests, acceptance and routine tests and tests during
manufacture specified herein shall be borne by the bidder & shall be treated as
included in the quoted price.
3.5.4 In case of failure in any type test, repeat type tests are required to be conducted,
then, all the expenses for deputation of Inspector/ Owner’s representative shall be
deducted from the contract price. Also if on receipt of the Contractor's notice of
testing, the Owner’s representative/Inspector does not find material & facilities to
be ready for testing the expenses incurred by the Owner’s for re-deputation shall be
deducted from contract price.
3.5.5 The Contractor shall intimate the Owner about carrying out of the type tests alongwith
detailed testing programme at least 3 weeks in advance (in case of testing in India
and at least 6 weeks advance in case of testing abroad) of the scheduled date of testing
during which the Owner will arrange to depute his representative to be present at the
time of carrying out the tests.
3.6 Sample Batch For Type Testing
3.6.1 The Contractor shall offer material for sample selection for type testing only after
getting Quality Assurance Programme approved by the Owner.
The Contractor shall offer at least three times the quantity of materials required for
conducting all the type tests for sample selection. The sample for type testing will
be manufactured strictly in accordance with the Quality Assurance Programme
approved by the Owner.
3.6.2 Before sample selection for type testing the Contractor shall be required to conduct all the
acceptance tests successfully in presence of Owner’s representative.

3.7 Schedule of Testing and Additional Tests


3.7.1 The Bidder has to indicate the schedule of following activities in their bids
(a) Submission of drawing for approval.
(b) Submission of Quality Assurance programme for approval.
(c) Offering of material for sample selection for type tests.
(d) Type testing.
3.7.2 The Owner reserves the right of having at his own expense any other test(s) of
reasonable nature carried out at Contractor’s premises, at site, or in any other place in
addition to the aforesaid type, acceptance and routine tests to satisfy himself that the
material comply with the specifications.
3.7.3 The Owner also reserves the right to conduct all the tests mentioned in this
specification at his own expense on the samples drawn from the site at Contractor’s
premises or at any other test centre. In case of evidence of non compliance, it shall be
binding on the part of Contractor to prove the compliance of the items to the technical
specifications by repeat tests, or correction of deficiencies, or replacement of
defective items, all without any extra cost to the Owner.
3.8 Test Reports
3.8.1 Copies of type test reports shall be furnished in at least six copies alongwith one
original. One copy shall be returned duly certified by the UPPTCL, only after which
the commercial production of the concerned material shall start.
3.8.2 Copies of acceptance test report shall be furnished in at least six copies. One copy shall
be returned, duly certified by the Owner, only after which the materials will be dispatched.
3.8.3 Record of routine test report shall be maintained by the Contractor at his works for
periodic inspection by the Owner’s representative.
3.8.4 Test certificates of tests during manufacture shall be maintained by the Contractor. These
shall be produced for verification as and when desired by the Owner.
3.9 Inspection
3.9.1 The Owner’s representative shall at all times be entitled to have access to the works and
all places of manufacture, where the material and/or its component parts shall be
manufactured and the representatives shall have full facilities for unrestricted
inspection of the Contractor’s, sub- Contractor’s works raw materials. manufacturer’s
of all the material and for conducting necessary tests as detailed herein.
3.9.2 The material for final inspection shall be offered by the Contractor only under packed
condition as detailed in clause 4.11 of this part of the Specification. The engineer shall
select samples at random from the packed lot for carrying out acceptance tests.
3.9.3 The Contractor shall keep the Owner informed in advance of the time of starting and of
the progress of manufacture of material in its various stages so that arrangements
could be made for inspection.
3.9.4 Material shall not be dispatched from its point of manufacture before it has been
satisfactorily inspected and tested unless the inspection is waived off by the Owner
in writing. In the latter case also the material shall be dispatched only after all tests
specified herein have been satisfactorily completed.
3.9.5 The acceptance of any quantity of material shall in no way relieve the Contractor of his
responsibility for meeting all the requirements of the Specification, and shall not
prevent subsequent rejection, if such material are later found to be defective.
3.10 Packing and Marking
3.10.1 All material shall be packed in strong and weather resistant wooden cases/crates. The
gross weight of the packing shall not normally exceed 200 Kg to avoid handling
problems.
3.10.2 The packing shall be of sufficient strength to withstand rough handling during transit,
storage at site and subsequent handling in the field.
3.10.3 Suitable cushioning, protective padding, dunnage or spacers shall be provided to prevent
damage or deformation during transit and handling.
3.10.4 Bolts, nuts, washers, cotter pins, security clips and split pins etc. shall be packed duly
installed and assembled with the respective parts and suitable measures shall be
used to prevent their loss.
3.10.5 Each component part shall be legibly and indelibly marked with trade mark of the
manufacturer and year of manufacture. However, in such type of component/item,
which consists of many parts and are being supplied in assembled condition(
suspension clamp, vibration damper, etc.), the complete assembly shall be legibly and
indelibly marked on main body/on one of the parts.
3.10.6 All the packing cases shall be marked legibly and correctly so as to ensure safe arrival
at their destination and to avoid the possibility of plants and equipments being lost or
wrongly despatched on account of faulty packing and faulty or illegible markings.
Each wooden case/crate shall have all the markings stencilled on it in indelible ink.
3.11 Standards
3.11.1 The Hardware fittings; conductor and earthwire accessories shall conform to the
following Indian/International Standards which shall mean latest revisions, with
amendments/changes adopted and published, unless specifically stated otherwise in the
Specification.
3.11.2 In the event of the supply of hardware fittings; conductor accessories 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 Contractor and those specified in this document
will be provided by the Contractor to establish their equivalence.
Sl. Indian Standard Title International
No. Standard
1. IS: 209-1992 Specification for zinc BS:3436-1986

2. IS:398-1992 Aluminum Conductor Galvanised Steel- IEC:1089-1991


Part-V Reinforced For Extra High Voltage (400 BS:215-1970
KV) and above

3. IS 1573 Electroplated Coating of Zinc on iron and


Steel

4. IS : 2121 (Part-II) Specification for Conductor and


Earthwire Accessories for Overhead
Power lines:

5. IS:2486 (Part-I) Mid-span Joints


Specification forand RepairFittings
Insulator Sleevesfor
for
Overhead power Lines with Nominal
Voltage greater than 1000 V:

General Requirements and Tests


6. IS:2629 Recommended Practice for Hot Dip
Galvanising of Iron and Steel
7. IS:2633 Method of Testing Uniformity of Coating
on Zinc Coated Articles

8. Ozone test on Elastomer ASTM- D1 171

9. Tests on insulators of Ceramic material or IEC:383-1993


glass for overhead lines with a nominal
voltage greater than 1000V
10. IS:41000 Galvanised Coating on Round Steel ASTM A472-729
Wires BS:443-1969
11. IS:6745 Methods of Determination of Weight of BS:433
Zinc Coating of Zinc Coated Iron and ISO : 1460 (E)
Steel Articles

12. IS:10003 Method of Radio Interference Tests on IEC:437


High Voltage Insulators NEMA:107
CISPR

13. IS:6639 Hexagonal Bolts for Steel Structures ISO/R-272

14. IS:9708 Specification for Stock Bridge Vibration


Dampers for Overhead Power Lines
The standards mentioned above are available from:
Reference Abbreviation Name and Address

BS British Standards,
British Standards Institution
101, Pentonvile Road, N - 19-ND
UK

IEC/CISPR International Electro technical Commission,


Bureau Central de la Commission, electro
Technique international,
1 Rue de verembe, Geneva
SWITZERLAND

BIS/IS Beureau Of Indian Standards.


Manak Bhavan,
9, Bahadur Shah Zafar Marg, New Delhi -
110001.
INDIA

ISO International Organisation for


Standardization.
Danish Board of Standardization Danish
Standardizing Sraat, Aurehoegvej-12
DK-2900, Heeleprup,
DENMARK.

NEMA National Electric Manufacture Association,


155, East 44th Street.
New York, NY 10017
U.S.A.
ANNEXURE – A (section-3: Technical Spcn.)
1.0 Tests on Complete Strings with Hardware Fittings
1.1 Mechanical Strength Test
The complete insulator string along with its hardware fitting excluding arcing horn,
corona control ring, grading ring and suspension assembly/dead end assembly shall
be subjected to a load equal to 50% of the specified minimum ultimate tensile
strength (UTS) which shall be increased at a steady rate to 67% of the minimum
UTS specified. The load shall be held for five minutes and then removed. After
removal of the load, the string components shall not show any visual deformation
and it shall be possible to disassemble them by hand. Hand tools may be used to
remove cotter pins and loosen the nuts initially. The string shall then be
reassembled and loaded to 50% of UTS and the load shall be further increased at a
steady rate till the specified minimum UTS and held for one minute. No fracture
should occur during this period. The applied load shall then be increased until the
failing load is reached and the value recorded.
1.2 Mechanical Strength Test for Suspension/Tension Hardware Fittings
The complete string without insulators excluding arcing horn, corona control
rings/grading ring and suspension assembly/dead end assembly shall be subjected
to a load equal to 50% of the specified minimum ultimate tensile strength
(UTS) which shall be increased at a steady rate to 67% of the minimum UTS
specified. This load shall be held for five minutes and then removed. After
removal of the load, the string component shall not show any visual deformation and
it shall be possible to disassemble them by hand. Hand tools may be used to remove
cotter pins and loosen the nuts initially. The string shall then be reassembled and
loaded to 50% of UTS and the load shall be further increased at a steady rate till the
specified minimum UTS is reached and held for the one minute. No fracture should
occur during this period. The applied load shall then be increased until the failing
load is reached and the value recorded.
1.3 Magnetic Power Loss Test for Suspension Assembly
An alternating current over the range of 1000 amps to 1500 shall be passed
through each tube. The reading of the wattmeter with and without suspension
assemblies alongwith line side yoke plate, clevis eye shall be recorded. Not less
than three suspension assemblies shall be tested. The average power loss for
suspension assembly shall be plotted for each value of current. The value of the
loss corresponding to 1000 Amperes shall be read off from the graph and the same
shall be limited to the value guaranteed by the supplier.
1.4 Galvanising/Electroplating Test
The test shall be carried out as per Clause no. 5.9 of IS: 2486-(Part-1) except
that both uniformity of zinc coating and standard preecee test shall be carried out and
the results obtained shall satisfy the requirements of this specification.
1.5 Mechanical Strength Test of Each Component
Each component shall be subjected to a load equal to the specified minimum ultimate
tensile strength (UTS) which shall be increased at a steady rate to 67% of the
minimum UTS specified. The load shall be held for five minutes and then removed.
The component shall then again be loaded to 50% of UTS and the load shall be
further increased at a steady rate till the specified UTS and held for one minute. No
fracture should occur. The applied load shall then be increased until the failing
load is reached and the value recorded.
1.6 Mechanical Strength Test of Welded Joint
The welded portion of the component shall be subjected to a Load of 2000 kgs for
one minute. Thereafter, it shall be subjected to die-penetratration/ ultrasonic test.
There shall not be any crack at the welded portion.
1.7 Clamp Slip Strength Vs Torque Test for Suspension Clamp
The suspension assembly shall be vertically suspended by means of a flexible
attachment. A suitable length of conductor shall be fixed in the clamp. The clamp
slip strength at various tightening torques shall be obtained by gradually
applying the load at one end of the conductor. The Clamp slip strength vs torque
curve shall be drawn. The above procedure is applicable only for free centre type
suspension clamp. For AG suspension clamp only clamp slip strength after assembly
shall be found out. The clamp slip strength at the recommended tightening torque
shall be as indicated in GTP
1.8 Heating Cycle Test
Heating cycle test shall be performed in accordance with IS 2486 (Part-I)
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.
1.9 Ageing Test on Filler (if applicable)
The test shall be done in accordance with Grease drop point test method. The
specimen should be drop as a droplet when kept at a temperature 40 deg. C above
designed maximum operating temperature of the conductor for 30 minutes. The
temperature shall then be increase till one droplet drops and the temperature
recorded.
1.10 Shore Hardness Test for Elastomer Cushion for AG Suspension
Assembly

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.

(b) Vibration Analysis


The vibration analysis of the conductor shall be done with and without damper
installed on the span. The vibration analysis shall be done on a digital computer
using energy balance approach. The following parameters shall be taken into
account for the purpose of analysis:
(i) The analysis shall be done for single conductor without armour rods as per the
parameters given under clause
2.5.13 and 3.3.8 of this part of the Specification. The tension shall be taken from
Sag & Tension calculation (0 deg. C & no wind condition ruling span for 365m for
Panther) for a span ranging from 100 m to 1100.
(ii) The self damping factor and flexural stiffness (El) for conductor shall be calculated on
the basis of experimental results. The details for experimental analysis with these
data should be furnished.
(iii) The power dissipation curve obtained from Dynamic Characteristics Test shall
be used for analysis with damper.
(iv) Examine the Aeolian vibration level of the conductor with and without vibration
damper installed at the recommended location or wind velocity ranging from 0 to
30 Km per hour, predicting amplitude, frequency and vibration energy input.
(v) From vibration analysis of conductor without damper, anti-node
vibration amplitude and dynamic strain levels at clamped span extremities as well
as antinodes shall be examined and thus lower and upper dangerous frequency
limits between which the Aeolian vibration levels exceed the specified limits shall
be determined.
(vi) From vibration analysis of conductor with damper/dampers installed at the
recommended location, the dynamic strain level, at the clamped span extremities,
damper attachment point and the antinodes on the conductor shall be determined.
In addition to above damper clamp vibration amplitude and anti-node
vibration amplitudes shall also be examined.
The dynamic strain levels at damper attachment points, clamped span
extremities and antinodes shall not exceed the specified limits. The damper
clamp vibration amplitude shall not be more than that of the specified fatigue limits.
(c) Clamp Slip and Fatigue Tests
(i) Test Set Up
The clamp slip and fatigue tests shall be conducted on a laboratory set up with a
minimum effective span length of 30 m. The conductor shall be tensioned at tension
corresponding to 0 deg & no wind condition and ruling span 400 from sag –tension
calculation and shall not be equipped with protective armour rods at any point.
Constant tension shall be maintained within the span by means of lever arm
arrangement. After the conductor has been tensioned, clamps shall be installed to
support the conductor at both ends and thus influence of connecting hardware fittings
are eliminated from the free span. The clamps shall not be used for holding the
tension on the conductor. There shall be no loose parts, such as suspension clamps,
U bolts on the test span supported between clamps mentioned above. The span shall
be equipped with vibration inducing equipment suitable for producing steady
standing vibration. The inducing equipment shall have facilities for stepless speed
control as well as stepless amplitude arrangement. Equipment shall be available for
measuring the frequency, cumulative number of cycles and amplitude of vibration at
any point along the span.
(ii) Clamp Slip test
The vibration damper shall be installed on the test span. The damper clamp, after
lightning with the manufacturer’s specified tightening torque, when subjected to a
longitudinal pull of 2.5 kN parallel to the axis of conductor for a minimum duration
of one minute shall not slip i.e. the permanent displacement between conductor and
clamp measured after removal of the load shall not exceed 1.0 mm. The load
shall be further increased till the clamp starts slipping. The load at which the
clamp slips shall not be more than 5 kN.
(iii) Fatigue Test
The vibration damper shall be installed on the test span with the manufacturer’s
specified tightening torque. It shall be ensured that the damper shall be kept
minimum three loops away from the shaker to eliminate stray signals influencing
damper movement.
The damper shall then be vibrated at the highest resonant frequency of each damper
mass. For dampers involving resonant frequencies, tests shall be done at torsional
modes also in addition to the highest resonant frequencies at vertical modes. The
resonance frequency shall be identified as the frequency at which each damper mass
vibrates with the maximum amplitude on itself. The amplitude of vibration of the
damper clamp shall be maintained not less than ± 25/f mm, where f is the frequency
in Hz.
The test shall be conducted for minimum ten million cycles at each resonant
frequency mentioned above. During the, test if resonance shift is observed the test
frequency shall be tuned to the new resonant frequency.
The clamp slip test as mentioned hereinabove shall be repeated after fatigue test
without re-torquing or adjusting the damper clamp, and the clamp shall withstand a
minimum load equal to 80% of the slip strength for a minimum duration of one
minute.
After the above tests, the damper shall be removed from conductor and subjected to
dynamic characteristics test. There shall not be any major deterioration in the
characteristic of the damper. The damper then shall be cut open and inspected. There
shall not be any broken, loose, or damaged part. There shall not be significant
deterioration or wear of the damper. The conductor under clamp shall also be free
from any damage.
For the purpose of acceptance, the following criteria shall be applied.
(1) There shall not be any frequency shift by more than +2 Hz for frequencies lower than
15 Hz and ± 3 Hz for frequencies higher than 15 Hz.
(2) The force response curve shall generally lie within guar anteed % variation in
reactance after fatigue test in comparison with that before fatigue test by the
Contractor.
(3) The power dissipation of the damper shall not be less than guaranteed %
variation in power dissipation before fatigue test by the Contractor. However, it
shall not be less than minimum power dissipation which shall be governed by lower
limits of reactance and phase angle indicated in the envelope.

2.3 Corona extinction voltage test (dry),if applicable


The sample when subjected to power frequency voltage shall have a corona
extinction voltage of not less than 154 kV rms line to ground under dry condition.
There shall be no evidence of corona on any part of the sample. The atmospheric
condition during testing shall be recorded and the test results shall be accordingly
corrected with suitable correction factor as stipulated in IS:731- 1971.
2.4 Radio interference voltage test (dry),if applicable
Under the conditions as specified under (3.8) above, the sample shall have a radio
intertiference voltage level below 1000 microvolts at one MHz when subjected
to 50 Hz AC voltage of 154 kV rms line to ground under dry ccondition. The test
procedure shall be in accordance with IS:10003.
3.0 Tests on All components (As applicable)
3.1 Chemical Analysis of Zinc used for Galvanizing
Samples taken from the zinc ingot shall be chemically analysed as per IS-
209-1979. The purity of zinc shall not be less than 99.95%.
3.2 Tests for Forgings
The chemical analysis hardness tests and magnetic particle inspection for forgings,
will be as per the internationally recognised procedures for these tests. The,
sampling will be based on heat number and heat treatment batch. The details
regarding test will be as discussed and mutually agreed to by the Contractor and
Owner in Quality Assurance Programme.
3.3 Tests on Castings
The chemical analysis, mechanical and metallographic tests and magnetic particle
inspection for castings will be as per the internationally recognised
procedures for these tests. The samplings will be based on heat number and heat
treatment batch. The details regarding test will be as discussed and mutually agreed
to by the Contractor and Owner in Quality Assurance Programme.
ANNEXURE-B (section-3: Technical Spcn.)
Acceptance Tests
1 Mid Span Compression Joint for Conductor
(a) Hardness Test
The Brinnel hardness at various points on the steel sleeve of conductor core
and tension clamp shall be measured.
2. Vibration Damper for Conductor
(a) Verification of Resonance Frequencies
The damper shall be mounted on a shaker table and vibrate at damper clamp
displacement of +/-0.5 mm to determine the resonance frequencies. The
resonance shall be visually identified as the frequency at which damper
mass vibrates with maximum displacement on itself. The resonance
frequency thus identified shall be compared with the guaranteed value. A
tolerance of ± 1 Hz at a frequency lower than 15 Hz and ± 2 Hz at a
frequency higher than 15 Hz only shall be allowed.
(b) Clamp Slip Test
Same as Clause 2.2 (c) (ii) of Annexure-A.
(c) Clamp Bolt Torque Test
The clamp shall be attached to a section of the conductor/earthwire. A
torque of 150 percent of the manufacturer’s specified torque shall be
applied to the bolt. There shall be no failure of component parts. The test set
up is as described in Clause 2.2 (c) (i), Annexure-A.
(d) Strength of the Messenger Cable
The messenger cable shall be fixed in a suitable tensile testing machine and
the tensile load shall be gradually applied until yield point is reached.
Alternatively, each strand of messenger cable may be fixed in a suitable
tensile testing machine and the tensile load shall be gradually applied until
yield point is reached. In such a case, the 95% of yield strength of each
wire shall be added to get the total strength of the cable. The load shall be
not less than the value guaranteed by the Contractor

(e) Mass Pull off Test


Each mass shall be pulled off in turn by fixing the mass in one jaw and the
clamp in the other of a suitable tensile testing machine. The longitudinal
pull shall be applied gradually until the mass begins to pull out of the
messenger cable. The pull off loads shall not be less than the value
guaranteed by the Contractor.

(f) Dynamic Characteristics Test


The test will be performed as acceptance test with the procedure
mentioned for type test with sampling mentioned below
Vibration Damper of - 1 Sample for 1 000 Nos.
& below Conductor

- 3 Samples for lot above 1 000


& upto 5000 nos.
- Additional 1 sample for
every additional 1500 pieces above
5000.

The acceptance criteria will be as follows


(i) The above dynamic characteristics curve for reactance & phase angle
will be done for frequency range of 5 Hz to 40 Hz.
(ii) If all the individual curve for dampers are within the envelope
as already mentioned for type test for reactance & phase angle, the
lot passes the test.
(iii) If individual results do not fall within the envelope, averaging of
characteristics shall be done.
(a) Force of each damper corresponding to particular frequency
shall be taken & average force of three dampers at the frequency
calculated.
(b) Similar averaging shall be done for phase angle.
(c) Average force Vs frequency and average phase Vs
frequency curves shall be plotted on graph paper. Curves of best fit
shall be drawn for the entire frequency range.
(d) The above curves shall be within the envelope specified.
****************
SECTION-IV
SECTION-IV

CONTENTS

Clause Description

1.0 Survey
2.0 Environmental Conditions

3.0 Details of Transmission Towers in


existing line

4.0 De-stringing& Stringing of Conductor and


Installation of Line Materials

Pre commissioning procedure for


transmission line
TECHNICAL
SPECIFICATIONS
SECTION-IV
1.0 Site Inspection & Survey

1.1. Site Inspection Report


1.1.1. The contractor shall visit the site to inspect the transmission line and collect
observations/information which would be useful for restringing activity & bidding.
Complete BOQ of the each transmission line for re-conductoring shall be furnished in
the report & is to be got approved.
1.1.1.1. All observations/ informations which the Contractor thinks would be useful to
implement the re-conductoring of the existing transmission line mentioned under scope
of work are to be reported & timely.

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

1.1.1.3. Suggestions regarding location for setting up stores during line


construction in consultation with Employer representative shall also be provided by the
contractor.

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.

1.1.1.7 Copies of survey reports shall be furnished by the contractor to


the UPPTCL
1.1.1.8 The complete profiling along the route shall be carried out using modern surveying
equipments viz. total stations, GPS, digital theodolite, long range scanners etc. Reference
levels at every 20 metres along the route are to be recorded. R/Ls at other undulations
along the route as well as in the route plan and other en-route details viz. crossings,
building & structures, trees & other infrastructure etc shall also be recorded. The
locations and type of existing towers shall also be recorded on this profile. The complete
profiling details shall be digitized and the data shall be prepared & stored in the format
compatible to computer-aided tower spotting software PLS-CADD.
1.1.1.9 A printed/plotted output of the digitized ground profiling shall be submitted by the
contractor to Employer’s site-in-charge for review before taking up computer-aided
profiling of HTLS conductor.
1.1.1.10 The Contractor shall then plot the profile of the HTLS conductor under hot and cold
conditions using the above ground profile & existing tower details, verify the various
statutory electrical clearances & span limitations on the profile using the sag tension
calculations of the HTLS conductor

2.0 Environmental Conditions

2.1 Forest

The line route passing through forest stretches if any shall be indicated to the
successful Bidder.

2.2 General Climatic Conditions


Climatic conditions shall be of tropical nature having summer period for 8 months
and winter period for 4 months in a year. Working season shall be approximately 9
months/year and balance 3 months shall be monsoon period.

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 Statutory Regulations and Standards

2.3.1 Statutory Regulations

The Contractor is required to follow local statutory regulations stipulated in Electricity


(Supply) Act 1948, Indian Electricity Rules, 1956 as amended and other local rules
and regulations referred in this Specifications.

2.3.2 Reference Standards

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.

2.3.2.2 Other internationally accepted standards which ensure equal or better


performance than those specified shall also be accepted, subject to prior approval by
the Employer.

3.0 Details of Transmission Towers in existing line

3.1 General Description of the Tower

3.1.1 The towers are of the following types:


a) Double Circuit (DA, DB & DC)
b) Single Circuit (A, B & C)

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.

3.2 Type of Towers


3.2.1 The towers in the existing line are classified as given below:

Type of Deviation Typical Use


Tower Limit

A/DA 0 deg i) Used as tangent tower.

B/DB 0 deg - 30 deg i) Angle towers with tension insulator string.


ii) Also to be used for Anti Cascading Condition.
B/DB 0 deg i) Used as Section Tower.

C/DC 30 deg-60 deg i) Angle tower with tension insulator string.


iii) Also to be used for anti cascading condition.
iv) Used for river crossing anchoring with longer wind
span

C/DC 0 deg i) Used as section tower.


ii)Dead end with 0 deg. To 15 deg. Deviation both on
line side and sub-station side ( slack span)

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)

* For calculation of conductor requirement in hilly stretches, inclined distance


between the towers may be considered instead of horizontal distance (considered
for line length).
4.9.2 The Contractor shall make every effort to minimise breakage, losses and wastage of
the line materials during erection. However, the Contractor shall be permitted an
extra consumption of line materials up to the limits specified in Table 6 and shall
be permitted to dispose off the scrap, if any at the end.
Table 6
Permitted extra consumption/wastage of line materials
Item % of permitted extra consumption

HTLS Conductor 1

Hardware Fittings (installed on nil


existing lines)

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 :

Fabrication, Galvanising, inspection & Packing


4(c). IS:802(Part 3)- Code of Practice for use of structural steel in ASCE 52
1990 Overload Transmission Line: IEC 652
Tower testing
5. IS:808-1991 Dimensions for Hot Rolled Steel Beam, Column,
Channel and Angle Sections.

6. IS:875-1992 Code of Practice for Design Loads (other than


Earthquakes) for Buildings and Structures.
7. IS:1363-1990 Hexagon Nuts (size range M5 to M36)
8. IS:1367-1992 Technical Supply Conditions for
Threaded Steel/ Fasteners
9. IS:1477-1990 Code of practice for Painting of Ferrous
Metals in Buildings:
10. IS:1573-1991 Electro-Plated Coatings of inc on iron and Steel
11. IS:1852-1993 Rolling and Cutting Tolerances of Hot
Rolled Steel Products
12. IS-1893-1991 Criteria for Earthquake Resistant IEEE 693
Design of Structures
13. IS:2016-1992 Plain Washers ISO/R887
ANSIB18-
14. IS:2062-1992 Steel for general structural purposes 22.1
15. IS:2074-1992 Ready Mixed Paint. Air Drying, Oxide. Zinc Chrome,
Priming Specification.

16. IS:2551-1990 Danger Notice Plates


17. IS:2629-1990 Recommended Practice for Hot Dip
Galvanising of iron and steel.
18. IS:2633-1992 Method of Testing Uniformity of ASTM A123
Coating of Zinc Coated Articles CSA G164
19. IS:3043-1991 Code of Practice for Earthing
20. IS:3063-1994 Single coil Rectangular section Spring DIN-127
Washers for Bolts, Nuts Screws
21. IS:3757-1992 High Strength Structural Bolts
22. IS:4759-1990 Specification for Hot zinc coatings on structural steel
and other Allied products
23. IS:5369-1991 General Requirements for Plain
Washers
24. IS:5613-1993 Code of Practice for Design installation and
Maintenance of Overhead Power Lines
25. IS:6610-1991 Section-1: Design
Specification Part 2,Washers for
for Heavy
Steel structures
26. IS:6623-1992 High Strength Structural Nuts
27. IS:6639-1990 Hexagon Bolts for Steel Structure. ASTM A394
ASTM A90
28. IS:6745-1990 Method for Determination of weight of ASTM A90
Zinc coated iron and Steel Articles.
29. IS:8000-1992 Specification for Weldable Structural Steel
(Medium & High Strength Qualities)
30. IS:10238-1989 Step Bolts for Steel Structures

31. IS:12427-1988 Bolts for Transmission Line Towers

32. IS:12427-1988 Indian Electricity Rules.


33. Publication No. Regulation for Electrical Crossing of
19(N)/700 Railway Tracks
APPENDIX-2

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.

3.0 SAFETY PROCEDURES


Energization implies an abrupt and serious change of the working conditions in the plant.
In order to avoid serious accidents, thorough information must be imparted to all personnel involved in the
work of transmission line. Incharge of the Transmission line (Divisional head) must ensure that due publicity
has been made to the public in all the villages/areas along the line route cautioning them against climbing the
towers etc. and that the line is proposed to be charged on so and so date. It is also to be confirmed that the
AGENCIES involved in the construction activities shall not carry out any job on the said line without a valid
WORK PERMIT.
It shall be ensured before charging that all men, material, Tools and plants and any temporary earthing
on any part of the entire length of line are removed.
It must be ensured that any power supply / low voltage charging used as anti-theft measure must be
disconnected and isolated to avoid accidental connection.
All equipment tests and pre-commissioning tests must have been completed, reterminated (in case cables were
isolated for testing purpose) and documented.
The system must be formally declared ready for energization and handed over for operation in writing.

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)

4.1 RIGHT OF WAY/WAY LEAVE/ELECTRICAL CLEARANCE


4.1.1 Right of way/Way leave clearance
Ensure that no tree/tree branches are falling within the zone of minimum clearance specified as per Fig. 1.

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

1. 132 KV 3050 4580 5490 9040


2. 220 KV 4580 4580 5490 9040
3. 400 KV 5490 5490 5490 9040

4. 800 kV HVDC 9040 9040 9040 9040

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

4.1.2 Electrical clearance


All statutory electrical clearance of transmission lines w.r.t. ground, building,
Structures, Power line crossings, Railway & Road crossings etc. as stipulated under CEA’s
Regulations, 2010 (Measures relating to Safety and Electric Supply) &UPPTCL specification shall
be ensured.

4.1.2.1. Ground clearance


Normally at the time of construction adequate clearance is provided between lowest conductor and ground,
but due to delay in charging/commissioning there arc chances of dumping/heaping soil, earth and concrete
etc. or staking bricks etc. which may cause reduction in ground clearance. In such cases the stored materials
shall be removed.
Ensure that there is no temporary or permanent construction of houses or shades below the line. If the
same has been constructed they shall be removed before charging. The various clearances are given
below as guidance however all the clearances indicated by Approved Drawings by Engg. Deptt./CC are
to be referred.
Ground clearance shall be as per clause 58.0 Part-III, Sec-4 of CEA’s Regulations, 2010 (Measures relating
to Safety and Electric Supply) &UPPTCL specification. Further Electrical clearances (Horizontal as well as
vertical clearances) from building/structures shall be as per clause 61.0, Part-III, Sec-4 CEA’s Regulations,
2010 (Measures relating to Safety and Electric Supply).

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.

4.1.2.2. Clearance for Telephone line crossings


The minimum clearances between the conductors of the power line and telecommunication lines are
specified as follows :
TRANSMISSION VOLTAGE (KV) CLEARANCE ( MM)

132 2745
220 3050
400 4880

The vertical clearances between conductors and between conductor and


earth-wire shall be checked randomly say in any one span of all sections and
10 sections of hilly areas from single line diagram of the towers.

4.4. HARDWARE FITTINGS


Tightening of all bolts and nuts are to be checked upto specified torque. Check the fixing of all security
clips (W/R type clips).
Surface condition of corona control rings and distance/alignment between Tower side arcing horn
(wherever applicable) and line side arcing horn/corona control ring to be checked as per approved
drawings.
To restrict the swing of jumpers, the provision of Pilot strings in case of
Tension Towers shall be verified from the approved drawings.

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.

4.6. CONDUCTORS and EARTHWIRES Surface Condition


Surface of the conductors shall be free from scratches/rubs.
Ensure that conductor strands are not cut and opened up. Wherever strands are found
cut/damaged/scratched, they must be repaired with repair sleeves/repair protective rods in case the nos. of
damaged strands are within specified limits(normally upto 1/6th nos. of strands in the outer layer). ***
4.7. ACCESSORIES FOR CONDUCTOR
4.7.1. Joints
All joints on conductor shall be away from the tower at a distance of at least 30 metres or as provided in
the Technical specification (TS).
Ensure that not more than one joint in a conductor is provided in one span or provided.
Ensure that no mid span joint is provided in major crossings for main roads, railway crossing and major
rivers etc. or provided in TS.
Ensure that all mid span joints on conductors and repair sleeves of compression type are free from sharp
edges, rust and dust. Wherever grease are specified the same shall be applied in the joints.
4.7.2. Clipping
Ensure that conductor is not over tightened in the suspension clamps.
4.7.3 Spacers, vibration dampers and copper bonds
Placement and no. of dampers on each phase shall be verified as per damper placement chart.
Spacing of Vibration dampers from the tower and spacing between damper to damper in case two
Vibration Dampers (VD) were provided, shall be verified as per the damper placement chart. All loose/
displaced VD shall be properly tightened/relocated and missing VDs shall be provided.
To be ensured that no copper bond is loose/missing.
4.7.4 Jumpers
Verify Electrical clearance of jumpers to tower body as per design.
All the jumpers shall be checked properly. In case, jumpers
(conductor/earthwire) is found loose, it shall be tightened sufficiently.
4.7.5 Foreign material
Ensure that all foreign materials viz dead bird. fallen tree branches, bird nests etc. on conductors,
earthwires, Jumper, insulator string, cross arms are re- moved.
4.7.6. Others
It shall be ensured that all temporary/local earthing, guys, T & P (Tools and Plants), foreign
material and other loose material which were used during stringing/tower erection have been removed.
In case there is any change in the ground profile before commissioning of line from the approved
profile, the extra earth/obstruction
/temporary sheds/any other construction shall be removed.

5.0 STATUTORY REQUIREMENT


5.1. The concerned authorities shall be informed before commissioning the lines and ,if necessary, their
approval shall be obtained in accordance with Indian Electricity Act, 1910 and Indian Electricity Rule,
1956. and Electricity Act 2003.
6.0 HANDING OVER
The transmission line shall be inspected prior to energization and a formal handing over document to be
jointly signed by the representative of Contractor and UPPTCL. However all contractual taking over has to
be resolved separately as per the terms and conditions of the contract. The Handing over shall be limited to
the completion of Erection and ready for Energization. Any outstanding points or remaining activities are
to be listed jointly by UPPTCL and contrctor and signed jointly. These documents are also to be retained
at Head Quarter with a copy to Consignee. The remaining activities/outstanding points are classified in
the following category.
Details of the SECTIONS :
A. List of outstanding activities remaining in any part of the line
B. A list of temporary arrangements introduced.
C. Check list records properly documented, completed and signed.
D. Original tracing of Profile, Route Alignment, Tower Design, Structural Drawings,
Bill of Materials, Shop Drawings, Stringing charts (initial and final as applicable) etc. of all
towers/line submitted to UPPTCL.
With the outstanding activities mentioned above are solved or with only minor points without influence on
the charging remain (minor issues handing over of the transmission line shall be accepted by the pre-
coinmissioning team. This handing over for energization with or without remaining activities shall be
made by the group head to the commissioning in charge in writing .
Shortcomings noticed during the inspection, "List of outstanding activities" shall be recorded and a copy of
the format is to be given to the responsible parties like SUPPLIER(s) and ERECTION AGENCY etc. for
corrective action to be taken on a time schedule.
7.0 PROTECTIVE SYSTEM
Before energization it must be ascertained that all protective systems for the unit to be energized are
operative.
This includes confirmation that the protections have been properly tested and that the tests have been
documented.
It also includes verification by inspection or otherwise, if necessary by repetition of trip test, that the
protections are actually functionally enabled. This verification serves to prevent that energization takes
place of a unit where a protection has been disabled for test or other reason.
8.0 DISPATCH PROCEDURES
All operational activities (switching etc.) must be coordinated and communicated with the system
dispatcher i.e. I0CC / CPCC / RLDC.
In this respect the general procedures already established by UPP T CL
will be followed.
9.0 SWITCHING PROCEDURES
For each activity the instructions to the operators and the communications to the dispatchers will be made
in writing or by confirmed telephone messages. The switching procedures first to be properly documented
step by step and understood by everybody involved in the switching operation prior to the energisation.
Any clarification required in the procedures must be resolved. The format established by UPPTCL
for switching orders and operational data logging shall be followed.
The implication of this is that each and every activity must be listed and described, so that complete
information is available for detail investigation, if required in future.
10.0 TESTING AND MEASUREMENT PROCEDURES
10.2.2 Conductor Continuity Test
10.2.2.1 The objective of this test is to verify that each conductor of the overhead line properly connected
electrically (the value of electrical resistance of line does not vary abnormally from that of a continuous
conductor of the same size and length). The electrical resistance of the conductor shall be measured with
a Whetstone bridge or other suitable instrument, if available taking the safety aspects of Equipment as well
as testing Engineer.
11.0 ENERGIZATION
Execution of the energization is simply the last event in the switching sequence, switching of the close
control button for the relevant circuit breaker.
12.0 DE-ENERGIZATION
Instructions about de-energization will be given only if this is part of the test. Otherwise de-energization
will be considered part of regular operation.
13.0 OBSERVATION AND DURATION
Visual and audible inspection (look and listen) of the relevant equipment and reading of permanent
instrumentation will be made.
The system shall be charged at least for 8 hours. During this time continuous monitoring and inspection
will be maintained in control room, auxiliary systems areas and switch yards.
This will include frequent, scheduled inspection of all equipment and reading of all permanent
instruments and recorders, and surge arrester counters, especially system parameters as per standard
procedures adopted by UPPTCL.
14.0 PASSING CRITERIA
Neither insulation breakdown nor protective system actions must occur. No irregular equipment behaviour
noise, vibration, high temperature is permitted.
Corona discharges may not be “unreasonable”. Local discharges that may be attributable to sharp points
shall be carefully located and recorded. After termination of the energization the equipment shall be
closely inspected and the points rounded or covered.
No unscheduled changes of system nor of equipment is permitted during the 8 hour energized condition.
15.0 DOCUMENTATION
Switching and operational activities will be recorded in regular manner in the operators log. Likewise all
readings of permanent instruments. Copies of this log, notes on special observations from inspections and
other measurements will constitute the test records.

*****************

You might also like