Upload
espro
View
240
Download
1
Embed Size (px)
Citation preview
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
1/363
CHENNAI PETROLEUM CORPORATION LIMITED(A group company of Indian Oil)
Manali, Chennai- 600 068.
TENDER ENQUIRY DOCUMENT
FOR
110KV SWITCHYARD
DOMESTIC TENDER
(TENDER ENQUIRY DOCUMENT NO. 6104 EL SPC 610 001)
FICHTNER Consulting Engineers (India) Private Limited
Cost of the Tender Enquiry Document: Rs.5, 000/- (Non- refundable)
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
2/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001Overall contents SWYD
Rev. : R0 Page: I
Table of Contents
PART - I : COMMERCIAL
SECTION NO DESCRIPTION
SECTION A ISSUE OF TENDERENQUIRY DOCUMENT
SECTION B INSTRUCTION TO BIDDERS
SECTION C GENERAL CONDITIONS OF CONTRACT(GCC)
SECTION D SPECIAL CONDITIONS OF CONTRACT
(SCC)
SECTION E SAMPLE FORMS AND PROCEDURES
PART - II : TECHNICAL
SECTION A SCOPE OF WORK
SECTION B TECHNICAL SPECIFICATION FORELECTRICAL
WORKS
SECTION C TECHNICAL SPECIFICATION FOR CIVIL &
STRUCTURAL WORKS
SECTION D PRICE SCHEDULE
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
3/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001Content for Part I Swyd
Rev. : R0 Page: I
PPAARRTT -- II
Commercial
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
4/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001Content for Part I Swyd
Rev. : R0 Page: II
Table of Contents
PART - I : COMMERCIAL
SECTION NO DESCRIPTION
SECTION A ISSUE OF TENDERENQUIRY DOCUMENT
SECTION B INSTRUCTION TO BIDDERS
SECTION C GENERAL CONDITIONS OF CONTRACT
(GCC)
SECTION D SPECIAL CONDITIONS OF CONTRACT
(SCC)
SECTION E SAMPLE FORMS AND PROCEDURES
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
5/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec A-Swyd
Rev. : R0 Page : A : 1
SSEECCTTIIOONN AA
IIssssuuee ooffTTeennddeerr EEnnqquuiirryy DDooccuummeenntt
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
6/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec A-Swyd
Rev. : R0 Page : A : 2
TTaabbllee ooffCCoonntteennttss
SECTION A-1 ISSUE LETTER OF TENDER ENQUIRY DOCUMENT.........................3
SECTION A-2 NOTICE INVITING TENDER...................................................................4
SECTION A-3 NOTICE INVITING TENDER ABRIDGED VERSION.........................8
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
7/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec A-Swyd
Rev. : R0 Page : A : 3
SECTION A-1
ISSUE LETTER OF TENDER ENQUIRY DOCUMENT
Tender Enquiry Document No.: 6104-EL-SPC-610-001
6104 / -November2004
Subject: Tender for Lump sum Turnkey Contract:
Design, Engineering, Manufacture, shop testing, inspection, supply, transportation to
site, unloading, storage, installation and commissioning and performance testing of110kV switchyard with control room and accessories as per specification for the 5.8
MGD Sea Water Desalination Project for Chennai Petroleum Corporation Limited
(CPCL) at North Chennai, Tamilnadu
One set of tender enquiry document containing the following:
(i) One copy marked ORIGINAL
(ii) One copy of schedule of prices marked PRICE BID
(iii) One copy marked BIDDERS COPY
Is issued to
Name of the bidder : ..
Address of the bidder .
...
...
...
The fee for this tender enquiry document is Rs.5,000/- (Rupees five thousand only) non refundable.
The tender enquiry document is sold vide receipt No. dated
Project Manager (CPCL)
FICHTNER Consulting Engineers (India) Private Ltd.
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
8/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec A-Swyd
Rev. : R0 Page : A : 4
SECTION A-2
NOTICE INVITING TENDER
TENDER ENQUIRY DOCUMENT NO. 6104-EL-SPC-610-001
(Domestic Competitive Tendering)
1.0 Sealed Lumpsum turnkey (LSTK) tenders are invited from competent firms with sound
technical and financial capability for the installation of switchyard for 5.8 MGD (26.367
MLD) seawater Desalination Project for CPCL at North Chennai, Tamilnadu, India.
Name of Work
Price of Tender
EnquiryDocument
Sale Period
Last date for
submission ofbid
Design, engineering, manufacture
shop testing, inspection, supply,
transportation to site, unloading,
storage, installation and
commissioning of 110kV
switchyard with control room and
accessories as per specification.
Rs. 5,000/-Nov 25, 2004
To
Dec 09, 2004
Dec.21, 2004.
2.0 QUALIFICATION CRITERIA
The bidders who intend to participate shall meet following qualification criteria:
2.1 EXPERIENCE CRITERIA
The bidder should be a turnkey contractor having executed one switchyard project of double
main bus scheme having minimum five bays and voltage levels not less than 110kV on a
lump sum turnkey basis of value not less than Rs.340 Lakhs during the last seven years. The
executed project shall be in satisfactory operation for a period not less than one year.
Certificate from client for one year satisfactory operation after commissioning shall be
furnished by the bidder.
The seven-year period shall be reckoned as on 31.10.2004.
2.2 FINANCIAL CRITERIA
a) The average annual financial turnover of the bidder during the last three financial
years ending 31st March 2004 should be at least Rs. 425 Laks.
b) The net worth of the bidder shall not be negative.
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
9/363
5.8 MGD Seawater Desalination ProjectTender Enquiry Document for 110 kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec A-Swyd
Rev. : R0 Page : A : 5
4.0 GENERAL
1) Non-transferable tender enquiry document can be purchased on any working day
(Monday to Friday)from 25.11.2004 to 09.12.2004 between 10.00 am to 16.00 hrs
from
Project Manager [CPCL]
FICHTNER Consulting Engineers (India) Pvt. Ltd.,
Ganesh Chambers,
64, Eldams Road,
Chennai -600018.
Ph -+91 4424359158
Fax -+91 44 24344579
e-mail: [email protected] .
on written request and upon payment of non- refundable document fee as per
the price details mentioned abovepayable through crossed demand draft only infavor of FICHTNER Consulting Engineers (India) Private Ltd, payable at
Chennai. Request for sending Tender enquiry document by Post by Courier or down
loading from web site or any other mode shall not be entertained. If any of the day
identified above happens to be FICHTNER holiday, the next working day shall be
implied.
2). Tenders will be received at the Office of
M.KALAIVANAN
Room No. 210, Project Building
Senior Manager Contracts Cell
Chennai Petroleum Corporation Limited(A group company of Indian Oil)
Manali, Chennai -600 068Tamilnadu, India
Ph -+91 4425944336
Fax: +91 4425941216.
Tamilnadu, India
Ph -+91 4425944336
Fax: +91 4425941216.
up to 14.00 hrs. on 21.12.2004. The unpriced part of tender shall be opened on the
same day i.e on 21.12.2004 at 14.30 hrs, in the presence of authorised representative
(s) of attending bidder(s). Time and date of opening of price bids shall be intimatedonly to qualified and techno-commercially acceptable bidder(s) at a later date.
Tenders must be accompanied by Earnest Money Deposit (EMD) in the form of
Crossed Demand Draft or Bank Guarantee from any scheduled / Nationalised
Bank in favour of Chennai Petroleum Corporation Limited. Tenders not
accompanied with requisite EMD or EMD not being in the requisite form specified in
Notice Inviting Tender shall be considered as non-responsive and such tenders will be
rejected. Value of Earnest Money deposit is Rs.8,50,000 (Rupees eight laks fifty
thousand only)
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
10/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec A-Swyd
Rev. : R0 Page : A : 6
3) The experience and financial turnover of the bidding entity shall only be considered
for Pre-qualification.
4) Bidders to note that the experience are financial credentials of the group companies,
affiliates, subsidiaries of the bidding entity shall not be taken into account forqualification.
5) The experience and financial criteria shall be met by the bidder who shall submit or
who have submitted bid.
6) Bids on consortium or joint venture basis shall not be considered.
7) Bidders shall submit PF and ESI Registration Certificate on their own company name
along with the techno-commercial cover of the tender.
8) The Bidders shall furnish documentary evidence by way of copies of work orders,
completion certificates of previously completed jobs and Annual turn over statementsupported with Audited Balance Sheets, Profit & Loss Account statement along with
the Bid to establish their experience and finance credentials in line with pre-
qualification criteria as given in the NIT. The details shall be furnished as per the
FORMATS C&D specified under the section Sample forms & Procedures of tender
enquiry document. Bidders to note that the reference(s) furnished by them alone in
the above formats shall be considered for evaluation. Further, the bidders shall submit
all the documents as specified in bidding document.
9) If the bidder has executed/completed similar nature of work (as called in Experience
Criteria of NIT), is a part of combined work order, then it is the responsibility of the
bidder to produce documentary evidence from Client to establish value and
description of such works etc., shall meet the experience criteria of tender
10) Bidder shall ensure submission of complete information / documentation in the first
instance itself. CPCL/FICHTNER reserve the right to complete the evaluation based
on the details furnished by the agencies without seeking any subsequent additional
information. Bids not in compliance with Bidding document or with incomplete
information / documents are liable for rejection.
11) Issuance of tender enquiry document or submission of tender enquiry document by
itself shall not amount to pre-qualification or entitle the agency to participate in the
bidding.
12) Bidder submitting their bids should not be under liquidation, court receivership or
similar proceedings for which necessary self declaration has to be furnished.
13) CPCL/FICHTNER reserve the right to use in-house information for assessment of
capability of Bidder.
14) CPCL/FICHTNER shall not be responsible for any costs or expenses incurred by
Bidder in connection with the preparation of delivery of Bids, including costs and
expenses related with visits to the site.
15) CPCL/FICHTNER take no responsibility for delay, loss or non-receipt of bid
documents sent by post and offers received late are liable to be rejected.
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
11/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec A-Swyd
Rev. : R0 Page : A : 7
16) Fax / Telex / Telegraphic / E-Mail / Computer Floppy bids will not be accepted.
17) Canvassing in any from by the agency himself or by any other agency on their behalf
may lead to disqualification of their bid.
18) The Indian experience shall only be considered for the purpose of qualification.
19) Central public sector enterprises shall be extended price preference as per Govt.
guidelines in force from time to time.
20) Bids received late due to any reason whatsoever shall be rejected.
21) CPCL/FI reserve the right to reject partly or wholly any / all bids without assigning
any reasons thereto.
22) Clarification, if any, can be obtained on or before 13.12.04 from
Project Manager [CPCL]
FICHTNER Consulting Engineers (India) Pvt. Ltd.,
Ganesh Chambers,
64, Eldams Road,
Chennai -600018.
Ph -+91 4424359158
Fax -+91 4424344579
e-mail:[email protected]
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
12/363
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
13/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec B-Swyd
Rev. : R0 Page : B : 1
SSEECCTTIIOONN BB
IInnssttrruuccttiioonnss ttoo BBiiddddeerrss
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
14/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec B-Swyd
Rev. : R0 Page : B : 2
TABLE OF CONTENTS
1.0 GENERAL.......................................................... ........................................................... ......................... 3
2.0 TENDER DOCUMENTS..................................................... ........................................................... ..... 3
3.0 VALIDITY PERIOD OF THE OFFER.......................................................... ................................... 3
4.0 SUBMISSION OF THE TENDER......................................................... ............................................ 3
5.0 GENERAL CONDITIONS OF TENDER...................................................... ................................... 3
6.0 BIDDERS RESPONSIBILITY FOR TENDER..................................................... ......................... 7
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
15/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec B-Swyd
Rev. : R0 Page : B : 3
SECTION B
INSTRUCTIONS TO BIDDERS
1.0 GENERAL
The Bidder is advised to read these instructions carefully and to ensure that his response
complies fully with the requirements of the tender. Failure to provide the information and
documents required by this Invitation to Bid may render the Bid to be unacceptable. A
detailed set of Instruction to Bidders (ITB) in covered under Section 2 of the General
Conditions of Contract (GCC). These set supplement those in the GCC.
Acknowledgement
Bidder shall complete and return the acknowledgement letter as per format furnished in
section E Sample forms and procedures confirming whether or not he will be submitting thebid. Bidder must indicate the address of his bidding office in the acknowledgement letter /
fax.
2.0 TENDER DOCUMENTS
Two sets of tender documents are provided herewith, marked ORIGINAL and BIDDERS
COPY. Bidder shall return the ORIGINAL tender document along with his offer and
BIDDERS COPY shall be retained by him as his reference copy. Bidder shall sign and
stamp each page of original tender document as token of his acceptance to the terms and
conditions prescribed therein. The tender document is not transferable to any other agency.
See also clause 2.3 of the General Conditions of Contract.
3.0 VALIDITY PERIOD OF THE OFFER
Tender submitted by Bidders shall remain valid for acceptance for a minimum period of 6
(six) months from the date of opening of the tender. All the other conditions of tender validity
shall be as per clause 2.18 of GCC.
4.0 SUBMISSION OF THE TENDER
4.1 Tender must be submitted by the time and date mentioned in the Notice Inviting Tender at the
address stated therein.
4.2 Tender must be submitted in one original + five copies in the manner prescribed in theInvitation to Bid and Section 2 of GCC.
5.0 GENERAL CONDITIONS OF TENDER
5.1 Unpriced commercial
The bidder is advised that Owner/Consultant intends to fully evaluate the technical and
unpriced commercial submissions. It is important that bidder clearly establish his ability
giving to Owner/Consultant a high level of confidence that the bidder will be able to perform
the works within the Time Schedule and meeting the criteria requirements listed in the tender
document. Failure to do so may result in disqualification of the tender.
The general information required from the bidder along with his offer are listed in clause 2.4
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
16/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec B-Swyd
Rev. : R0 Page : B : 4
of the GCC. As a minimum, the following shall be covered in support of his ability to perform
the works to the satisfaction of the Owner and as per the intent of the specifications:
5.1.1 Information about Bidder's Firm
Information about bidder as per Appendix-II, Page 82 of the GCC along with the following
details:
a) In case the Bidder is a Partnership firm, certified copy of the partnership deed
together with a certified extract from the registrar of firms containing names and
addresses of all the partners of the firm should be furnished along with the bid.
b) In case of a company (whether private or public) certified copy of the Certificate of
Incorporation together with certified Memorandum of Articles of Association and a
list containing names and addresses of all the directors should accompany the bid.
c) In case of a proprietorship firm, the name and address of proprietor, should be
furnished.
In addition he shall furnish the following documents
(a) Audited Balance sheet including Profit and Loss Accounts for the preceding three (3)
years.ie., 2001-02,2002-03,2003-04
(b) Income Tax PAN No.
(c) Attested copy of registration certificate under State Sales Tax Act in the prescribed
proforma.
(d) Solvency Certificate from a Nationalised Bank.
5.1.2 Safety Policy and Quality Assurance
A brief description of the bidder's safety policy and quality assurance systems and a statementdetailing how these will be implemented for the project.
A list of procedures, practices and work instructions which will be used to control the
engineering, procurement and inspection activities
5.1.3 Experience Details
The bidder should submit Details of experience and Concurrent commitments as per
APPENDIX-III in Page 89 of the GCC.
5.1.4 Equipment Details
The Bidder should submit complete details of Construction equipments, other tools and
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
17/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec B-Swyd
Rev. : R0 Page : B : 5
tackles to be deployed at site in the proforma enclosed as ANNEXURE- IV in page 90 of the
GCC.
5.1.5 Concurrent Commitments
The tender is required to furnish information on the other ongoing works he is executing and
the status of these in the proforma furnished in Appendix-V in page 91 of the GCC.
5.1.6 Bar Chart
The Bidder shall prepare and submit the proposed completion schedule bar chart in
accordance with the overall completion date.
5.1.7 Organisation chart for Execution of Works
Organisation charts together with an assignment schedule. The bidder shall also furnish a
write up on the execution methodology of the proposed package.
5.2 Price Bid
All rates set forth in Bidder's quotation, shall be in Indian Rupees.
5.3 Language of Bid
The tenders and all correspondence incidental to and concerning this tender shall be in the
English language only. The lump sum price schedule as well as break up of the same shall be
in figures as well as in words in English language and duly signed by the bidder.
5.4 Tender Opening
5.4.1 On the date of opening of tenders only Part 1 of the tender shall be opened as noted in the
Invitation to bid. The Price Part (Part 2) of the only technically acceptable bidders shall be
opened at a later date. Bidder shall be prepared to furnish clarification / information and
attend discussions as required by the Owner at short notices. Tenders from those bidders who
fail to furnish the required clarifications called for within the time frame stipulated by the
Owner / Consultant to his satisfaction may not be considered for further evaluation.
5.4.2 During the opening of unpriced Part (Part 1) only the names of firms who have submitted the
tender and EMD furnished by them shall be read out and no other information, whatsoever
shall be given.
5.4.3 During the opening of priced part (Part 2), only the summary of prices quoted shall be read
out and no other information, whatsoever shall be given.
5.5 Power of Attorney
5.5.1 The tender shall be signed by the legally authorized person to act on behalf of the bidder.
Bidder shall submit Power of Attorney in favour of the person who is authorized to enter into
commitments of behalf of the bidder. Refer clause 2.7.2 of the GCC.
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
18/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec B-Swyd
Rev. : R0 Page : B : 6
5.5.2 The Owner will not be bound by any Power of Attorney granted by the Bidder or changes in
the composition of the firm made subsequent to submission of the bid or the award of the
contract. Owner may, however, recognise such Power of Attorney and changes after
obtaining proper legal advice, the cost of which will be chargeable to the Bidder.
5.6 Purchase Preference to Public Sector Enterprises
Owner / Consultant reserve the right to give Price Preference to public sector enterprises as
admissible under the existing Indian Government Policy, on merits of the case.
5.7 Earnest Money
5.7.1 Earnest Money Deposit (EMD) shall be paid by crossed demand draft or through a Bank
Guarantee (BG) from any Nationlised / Scheduled Bank in the format furnished as per
Appendix VI of GCC in favour ofChennai Petroleum Corporation Limited. If the earnest
money deposit is furnished in the form of a Bank Guarantee, it shall be on a stamp paper ofvalue not less than Rs. 60 /- (Rupees Sixty only). The Bank Guarantee shall be valid for a
period of eight (8) months from the date of opening of the tender.
5.7.2 The claim period for the BG shall be valid for 60 days beyond the validity of the bid. This
additional time period is to ensure that owners interests are protected till the acceptance of
the order by the successful bidder. The validity of the BG shall be extended in case of
extensions in bid validity sought during bid evaluation.
Tenders without the earnest money deposit will be rejected.
If EMD is paid through demand draft then the demand draft shall be drawn in favour of
Chennai Petroleum Corporation Limited payable at State Bank of India, MRL branch (CodeNo: 2233), Manali, Chennai 600 068, India.
5.7.3 The EMD shall not be accepted and the bid shall be rejected under the following
circumstances:
- The name of the package mentioned in the BG is different from the package for
which bids have been invited.
- The firm on whose behalf the BG has been furnished is different from the bidder.
- The EMD is not of the prescribed value.
5.7.4 EMD shall not be applicable in the following cases:
- In line with the Indian Government Directives, Small Scale Industrial Units registered
with National Small Scale Industries Corporation (NSIC) under the Single Point
Registration Scheme shall be exempted from submitting EMD for items registered
with NSIC and up to the monetary limit specified in the registration certificate.
- Indian Central Public Sector Enterprises
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
19/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec B-Swyd
Rev. : R0 Page : B : 7
5.7.5 If the bidder, after submitting his tender, revokes his offer or modifies the terms and
conditions thereof during the validity of his offer except where the owner has given
opportunity to do so, the earnest money shall be liable to be forfeited.
5.7.6 Should an Invitation to Bid be withdrawn or cancelled by the Owner, which it shall have
the right to do at any time, the earnest money paid with the bid will be returned.
5.7.7 Should the successful bidder fail or refuse to sign the agreement or furnish the security
deposit as per Section 4 of GCC, the earnest money shall be forfeited without prejudice to his
being liable to any further loss or damage incurred in consequence by the owner.
5.8 Cost of Tendering
All direct and indirect cost for preparation of Bidders tender shall be to Bidders account.
5.9 Arrangement of Tender
The tender shall be neatly arranged and typewritten on white paper with consecutively
numbered pages. They should not contain any terms and conditions printed or otherwise,
which are not applicable, to the tender.
Insertions, postscripts, additions and alterations shall not be recognised unless confirmed by
the Bidder's signature.
6.0 BIDDERS RESPONSIBILITY FOR TENDER
6.1 Although all the details presented in this tender enquiry document such as conditions of
contract, scope of work, Technical specifications and drawings have been compiled with all
reasonable care, it is the Bidder's responsibility to ensure that the information provided is
adequate and clearly understood.
6.2 Bidder shall inspect the site and surroundings area and shall satisfy himself of the existing
facilities and shall collect any other information that he may require before submitting the bid.
Claims and objections due to ignorance of existing conditions will not be considered after
submission of the bid and during implementation.
6.3 Bidder's tender is the responsibility of Bidder and no relief or consideration can be given for
errors and omissions.6.4 Clarifications / Amendments by Owner / Consultant
6.4.1 Owner / Consultant may issue clarifications/amendments in the form of
addendum/corrigendum during the bidding period and may also issue amendments subsequent
to receiving the bids. For the addendum/corrigendum issued during the tendering period,
Bidders shall confirm the inclusion of addendum/corrigendum in their bid. For clarifications
issued by Owner/Consultant subsequent to receiving the tenders, the Bidder shall confirm
receipt and for any impact on the quoted prices, the Bidder shall follow the instructions issued
along with addendum/corrigendum.
6.4.2 Bidders shall examine the tender documents thoroughly and submit to Consultant any
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
20/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec B-Swyd
Rev. : R0 Page : B : 8
apparent conflict, discrepancy or error. Consultant shall issue appropriate clarification or
amendment, if required.
6.4.3 Any failure by Bidder to comply with the aforesaid shall not excuse the bidder from
performing the services in accordance with the agreement, if subsequently awarded thecontract.
6.5 Exceptions or Deviations
No deviations or exceptions shall be accepted to the following tender conditions:
i) Security deposit.
ii) Defect Liability period.
iii) Suspension & Termination
iv) Time Schedule
v) Schedule of Lumpsum Prices
vi) Penalty/Compensation for delay/Liquidated damages
vii) Force Majeure
viii) Arbitration
ix) Scope of work and scope of supply
Deviation on other conditions, if felt absolutely necessary should be furnished as per format
furnished in Section E Sample forms and Procedures under Part I of this tender enquiry
document. Such deviations, if acceptable shall be cost on the quoted prices, wherever
applicable.
6.6 Confidentiality of Documents
Bidder shall treat the tender documents and contents therein as private and confidential. If at
any time, during the tender preparation period, bidder decides to decline to bid, all documents
must be immediately returned to Consultant.
6.7 Caution and Disclaimer
Bidder shall make his own interpretation of any and all information provided in the tender
enquiry document. Owner / Consultant shall not be responsible for the accuracy or
completeness of such information and/or interpretation. Bidder shall be responsible for
obtaining and verifying all necessary data and information and although certain information is
provided in the tender enquiry document it shall be confirmed by the bidder
6.8 Bid Evaluation Criteria
6.8.1 Tender is the responsibility of Bidder and no relief or consideration can be given for errors
and omissions made by the Bidder inadvertently or advertently. Tender with incomplete
information is liable for rejection.
6.8.2 The Techno-commercial part of Tender shall be evaluated as per Bid evaluation criteria,
wherever indicated in the Tender document.
6.8.3 Non-submission of details / documents as specified in this tender document above may lead to
rejection of Tender.
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
21/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec B-Swyd
Rev. : R0 Page : B : 9
6.8.4 The complete scope of work has been defined in the Tender document. Only those Bidders
who undertake total responsibility for the complete scope of work as defined in the Tender
document shall be considered.
6.8.5 The time schedule for completion is given in the Tender document. Bidder is required to
confirm to the completion period unconditionally.
The Tender of the Bidder quoting completion time more than the time schedule specified in
the Tender document may not be considered for evaluation.
6.8.6 In case the Tender does not fully comply to the requirement of Tender document and the
Bidder stipulates / retains exceptions and deviation to the clauses of Tender document
considered unacceptable in the opinion of Owner/ Consultant, the Tender will be rejected.
6.8.7 Proposed deployment of resources like manpower, equipment, tools and tackles shall belooked into to ensure performance of work within stipulated time period.
6.8.8 Owner/Consultant reserve the right to assess Bidders capability to execute the work by
taking into account various aspects such as Concurrent Commitments, performance etc. and
accordingly decide whether respective price bids shall be opened and considered for further
evaluation. Performance will be based on inhouse data of Owner/ Consultant.
6.9 Opening of Price Part of Tender
Priced commercial part of only those Bidders, whose Tenders are considered techno-
commercially acceptable shall be opened. Bidders selected for opening of their Price Part
shall be informed about the date of Price Part opening for deputing their authorisedrepresentative (limited to one person only) to attend the opening. During Price Part
opening, only Total Price shall be read out. The date of opening of the tender shall be
intimated to technically and commercially acceptable Bidders at a later date.
6.10 Evaluation of Price Bid
6.10.1 The Lumpsum price quoted by the Bidder shall be considered for the purpose of evaluation
and comparison.
6.10.2 If necessary, to arrive at the evaluated price, wherever applicable, loading on total quoted
lumpsum price shall be done as detailed in Bid Evaluation Criteria.
6.10.3 Priced Bids containing overwritings / erasures in the quoted rates shall be liable to be
rejected. Cutting shall be avoided. However, in case any cutting is unavoidable same shall be
duly attested by the signatory of Tender, failing which such Priced Bids shall be liable for
rejection.
6.10.4 In arriving at the final evaluated prices of the Bidders, any uncalled for lumpsum/ percentage /
or adhoc reduction, if any, offered by the Bidders in the Schedule of Price shall not be
considered for the purpose of evaluation. However, such reduction / rebate is from therecommended Bidder, then, such rebate shall be taken into account while awarding the work.
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
22/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec C-Swyd
Rev. : R0 Page : C : I
SSEECCTTIIOONN CC
GGeenneerraall CCoonnddiittiioonnss ooffCCoonnttrraacctt
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
23/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 1
SSEECCTTIIOONN DD
SSppeecciiaall CCoonnddiittiioonnss ooffCCoonnttrraacctt
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
24/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 2
TABLE OF CONTENTS
1.0 GENERAL.................................................................................................................................5
2.0 SCOPE OF SUPPLY OF MATERIALS, SERVICES & FACILITIES .................................... 5
3.0 MEASUREMENT OF WORKS & TERMS OF PAYMENT ...................................................5
4.0 CONSTRUCTION WATER AND POWER............................................................................. 6
5.0 INSURANCE FOR MEN & MATERIALS .............................................................................. 6
6.0 TIME SCHEDULE .................................................................................................................... 6
7.0 INCOME TAX........................................................................................................................... 6
8.0 CONTRACT ..............................................................................................................................6
9.0 SALES TAX, EXCISE & CENVATABLE AND BENEFITS .................................................6
10.0 LABOUR LAWS & REGULATIONS...................................................................................... 7
11.0 ESCALATION........................................................................................................................... 7
12.0 STIPULATIONS AND DEVIATIONS TO TENDER CLAUSES........................................... 7
13.0 PRICE SCHEDULE .................................................................................................................. 8
14.0 UNDERGROUND AND OVERHEAD STRUCTURES..........................................................8
15.0 DEDUCTION FOR UNCORRECTED WORK ........................................................................ 8
16.0 DRAWINGS ..............................................................................................................................8
17.0 CONSTRUCTION EQUIPMENT AND SITE ORGANISATION:.......................................... 9
18.0 CONSTRUCTION..................................................................................................................... 9
19.0 TEMPORARY WORKS.......................................................................................................... 10
20.0 EXECUTION OF WORK AND CONSTRUCTION EQUIPMENTS.................................... 10
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
25/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 3
21.0 RESPONSIBILITIES OF CONTRACTOR/COORDINATION WITH OTHERAGENCIES .......................................................................................................................... 10
22.0 EXISTING SERVICES ........................................................................................................... 11
23.0 FRONTS FOR WORKS WHERE OTHER AGENCIES ARE INVOLVED.......................... 11
24.0 MATERIAL SUPPLY ............................................................................................................. 11
25.0 CONTRACTOR'S FIELD OFFICE, GODOWN, WORKSHOP AND CAMPFACILITIES ............................................................................................................................ 11
26.0 UTILISATION OF LOCAL RESOURCES ............................................................................ 12
27.0 MAINTENANCE OF WORKS............................................................................................... 12
28.0 TESTING & TEST CERTIFICATES...................................................................................... 12
29.0 TESTS AND INSPECTION:................................................................................................... 12
30.0 QUALITY ASSURANCE: ...................................................................................................... 13
31.0 STATUTORY APPROVALS:................................................................................................. 13
32.0 PROJECT SCHEDULING & MONITORING:....................................................................... 13
33.0 ACCEPTANCE OF OFFER.................................................................................................... 16
34.0 SUB-LETTING OF THE WORK............................................................................................ 16
35.0 SUB-CONTRACTOR.............................................................................................................. 16
36.0 FAILURE OF THE CONTRACTOR...................................................................................... 16
37.0 MECHANICAL COMPLETION ............................................................................................ 17
38.0 TRIAL OPERATION .............................................................................................................. 17
39.0 FINAL TEST ............................................................................................................................ 17
40.0 LIQUIDATED DAMAGES & PENALTY ............................................................................. 17
41.0 COMPLETION DOCUMENT: ............................................................................................... 18
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
26/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 4
42.0 CONTRACT DOCUMENT..................................................................................................... 18
43.0 DEFECTS LIABILITY PERIOD ............................................................................................ 18
44.0 SPARE PARTS & SPECIAL TOOLS & TACKLES.............................................................. 19
45.0 DISTRIBUTION SCHEDULE FOR ELECTRICAL, CIVIL AND STRUCTURALDOCUMENTS / DRAWINGS ................................................................................................ 20
ANNEX 1 TO SPECIAL CONDITIONS OF CONTRACT ........................................................... 21
ANNEX - 2 TO SPECIAL CONDITIONS OF CONTRACT............................................................ 22
ANNEX - 3 TO SPECIAL CONDITIONS OF CONTRACT........................................................... 23
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
27/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 5
SECTION D
SPECIAL CONDITIONS OF CONTRACT
1.0 GENERAL
1.1 The Special Conditions of Contract shall be read in conjunction with the general
conditions of contract, Schedule of Rates, specifications of work, drawings and any other
document forming part of this contract wherever the context so requires.
1.2 Not withstanding the sub divisions of the document into these separate sections and
volumes every part of each shall be deemed to be supplementary to and complementary
of every other part and shall be read with and into the contract so far as it may be
applicable to do so.
1.3 Where any portion of the Special Conditions of Contract is repugnant to or at variancewith any provisions of the General Conditions of Contract then unless a different
intention appears, the provision of the Special Conditions of Contract shall be deemed to
override the provisions of the General Conditions of Contract only to the extent that such
repugnancy or variations in the Special Conditions of Contract are not possible of being
reconciled with the provisions of General conditions of Contract.
1.4 Wherever it is stated any where in this tender document that such and such supply has to
be effected or such and such a work is to be carried out, it shall be understood that the
same shall be effected / carried out by the Contractor at his own cost, unless a different
intention is specifically and expressly stated herein or otherwise explicit from the context.
1.5 The materials, design and workmanship shall satisfy the applicable standards,
specifications contained herein and Codes Referred to. Where the Technical
Specifications stipulate requirements in additional to those contained in the Standard
Codes and Specifications, those additional requirements shall also be satisfied. In the
absence of any Standard / Specifications covering any part of the work covered in this
tender document, the instructions / directions of Engineer-in-Charge will be binding on
the Contractor.
1.6 The items given in Price Schedule shall be read in conjunction with materials and job
specifications and in case of any irreconciliable conflict between them, the provisions in
the item under Price Schedule will override the corresponding provision only of the
material and job specifications, which cannot be reconciled. In such cases, the decision ofthe Engineer-in-Charge shall be final and binding on the Contractor.
2.0 SCOPE OF SUPPLY OF MATERIALS, SERVICES & FACILITIES
The Scope of supply of materials, services and facilities shall be as detailed in Annex 1
to the Special Conditions of Contract.
3.0 MEASUREMENT OF WORKS & TERMS OF PAYMENT
The mode of measurement, billing and terms of payment shall be as detailed in
Annexure-2 to this Special Conditions of Contract.
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
28/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 6
4.0 CONSTRUCTION WATER AND POWER
Clause 6.6.& 6.7 of GCC are modified to include the intent as hereunder.
Construction Water and Construction Power will not be provided by Owner for this work.
Contractor shall make his own arrangement for Supply of Construction Water and Power
for execution of this work.
5.0 INSURANCE FOR MEN & MATERIALS
The contractor shall take a comprehensive insurance policy covering the material and
men including that of his sub contractors involved in the entire scope of his contract
including but not limited to freight, storage, erection and construction and
commissioning.
6.0 TIME SCHEDULE
6.1 The works shall be executed strictly as per the time schedule attached as Annexure 3 to
the Special Conditions of Contract.
6.2 Monthly / weekly construction programmes will be drawn up by the Contractor in
consultation with the Engineer-in-charge and approved by him based on availability of
materials, work fronts and the joint programme of execution as referred to above. The
Contractor shall scrupulously adhere to the Targets / Programmes by deploying adequate
Personnel, Construction Equipment, Tools and Tackles and also by timely supply or
required materials coming within his scope of supply as per contract. In all matters
concerning the extent of Targets set out in the monthly/weekly programme and the degree
of achievement, the decision of Engineer-in-Charge will be final and binding on the
Contractor.
6.3 Contractor shall give every day category-wise labour and equipments report along with
the progress of work done on previous day in the proforma prescribed by the Engineer-in-
Charge.
7.0 INCOME TAX
Income Tax at the prevailing rate as applicable from time to time shall be deducted from
the Contractors bills as per Income Tax Act, and quoted rates shall be deemed to include
this.
8.0 CONTRACT
The entire work covered in this Tender document shall be treated as works contract.
Bidder should quote for this work accordingly. The quoted price should be firm and
should include all taxes, duties, octroi, excise, and freight. Insurance (Inclusive of
transportation, storage, erection and commissioning, workmen insurance) etc.,
whatsoever.
9.0 SALES TAX, EXCISE & CENVATABLE AND BENEFITS
9.1 The quoted price shall be deemed to be firm and inclusive of all taxes including Sales Tax
on Works Contract, duties, octroi, levies and applicable cenvatable benefits etc. till the
completion of the Contract and the Contractor shall not be eligible for any increase
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
29/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 7
whatsoever even there is increase in statutory levies etc., by the order of the state/central
Govts.
9.2 Excise duty if applicable should be included by the Contractor in their quoted rates and
no increase on this account will be entertained by the Owner under any circumstances.
9.3 Cenvatable Excise duty paid by the bidder shall be reimbursed at actuals on production of
documentary evidence. Bidders shall indicate the Cenvatable Excise duty considered by
them in their offer as per proforma enclosed and furnish documents so that Owner can
avail the CENVAT benefit. Even though Cenvatable Excise duty shall be reimbursed by
Owner at actuals on documentary evidence, this shall be limited to the Cenvatable Excise
duty component indicated by the bidders in their offer. Further in case the actual amount
of Cenvatable Excise Duty paid falls less than the amount indicated in their offer, the
shortfall shall be recovered from the Lumpsum Price. The Cenvatable Excise duty shall
be included in the rates quoted by the bidder. For both indigenous and imported materials
supplied, bidder shall furnish the documents to the Owner to avail the CENVAT benefit.
i) It is to be noted that the agency shall be required to submit the documentary
evidence(s) for Cenvatable Excise duty paid by them to the concerned authorities for
Owner to claim CENVAT benefit.
ii) Necessary invoice indicating Ex-works Cenvatable Excise duty paid shall be raised
to enable Owner to claim Cenvat. The details of Cenvatable Excise duty paid shall be
submitted with each RA bill for release of payment.
iii) In case documentary support for claiming Cenvat as per Excise Rules is not submitted
to the OWNER, the Cenvatable Excise duty element included in the bill shall be
recovered.
10.0 LABOUR LAWS & REGULATIONS
10.1 Contractor shall obtain licenses from rates concerned authorities under all applicable laws
and regulations and furnish copy of the same to Owner, before starting of work.
11.0 ESCALATION
The prices shall be kept FIRM till the completion of work. No escalation will be
admissible under any circumstances.
12.0 STIPULATIONS AND DEVIATIONS TO TENDER CLAUSES
Bidders are advised to submit quotations strictly based on the terms, conditions and
specifications contained in the Tender documents and not to stipulate any deviations.
However, if becomes unavoidable, deviations should be stipulated with reference to the
Clause No. Para and Page no of the relevant specification as given in the tender document
and should be submitted only in the prescribed form given in the tender document.
Deviations, if any, mentioned anywhere else shall not be taken cognizance of. Any
wilful attempt by the Bidders to camouflage the deviations by giving them in the covering
letter or in any other documents that are enclosed may render the tender itself non-
responsive.
Owner / Consultant reserves the right to evaluate the offers containing deviations with
financial implications after accounting cost for such deviations as determined by Owner/Consultant.
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
30/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 8
13.0 PRICE SCHEDULE
All items of work in the Price schedule shall be carried out as per the Specifications,
Drawings and instructions of the Engineer-in-Charge and the Rates quoted are inclusive
of all materials, consumable, labour, supervision, tools and tackles as well as preparatory,
incidental, immediate/auxiliary/ancillary or enabling works.
14.0 UNDERGROUND AND OVERHEAD STRUCTURES
All existing structures, overhead lines, existing pipelines and utilities have to be identified
by the Contractor and noted by him before taking up the execution of work irrespective of
whether the same has been intimated to him by the owner or not. Contractor shall execute
the work in such a manner that the existing structures, utilities, pipelines etc. are not
disturbed / damaged during implementation of work under this contract and it is the
responsibility of the bidder to make good any such losses.
15.0 DEDUCTION FOR UNCORRECTED WORK
If the Engineer-in-Charge deems it inexpedient to correct work damaged or not done in
accordance with the Contract, an equitable deduction from the contract price shall be
made thereof and the decision of the Owner / Consultant shall be final.
16.0 DRAWINGS
The drawings accompanying the tender document are indicative of nature of work and
issued for tendering purpose only. Purpose of these drawings is to enable the Bidder to
make an offer in line with requirements of the Owner. However, no extra claim
whatsoever shall be entertained for any variation in the "Approved for Construction" and
"Tender Drawings" regarding any changes/units. Construction shall be as per
drawings/specifications issued approved by the Engineer-in-Charge during the course of
execution of work. Detailed construction drawings on the basis of which actual execution
of work is to proceed will be furnished to the Contractor progressively based on the
detailed construction programme evolved after the award of work and also based on
construction progress achieved.
16.1 Chief Electrical Inspectorate to Government
The contractor has to prepare necessary physical, schematic electrical layout drawingsconforming to Indian Electricity rules and shall get it approved by the electrical
inspectorate at his risk and cost. The additional works insisted by the electrical
inspectorate during the course of approval is to the account of contractor only. The
contractor who is a Electrical A grade contractor has to examine such items of work in
tender stage itself and offer in the tender itself.
The actual execution of the works has to proceed based on the detailed working drawings
only. This will be furnished from time to time during the progress of the work. The
Contractor shall be deemed to have gone through the drawings and bring to the notice of
the Engineer-in-Charge discrepancies if any, therein before actually carrying out the
work.
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
31/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 9
Copies of all detailed working drawings relating to the works shall be kept at the
Contractor's office on the site and shall be made available to the Engineer-in- Charge at
any time during execution of the contract. The drawings and other documents issued by
the Owner shall be returned to the Owner on completion of the works.
17.0 CONSTRUCTION EQUIPMENT AND SITE ORGANISATION:
17.1 CONSTRUCTION EQUIPMENT
The Contractor shall without prejudice to his overall responsibility to execute and
complete the work as per specifications and Time schedule, progressively deploy
adequate equipments and tools and tackles and augment the same as decided by the
Engineer-in-Charge depending on the exigencies of the work so as to suit the construction
schedule. The Bidder shall submit a list of construction equipments he proposes to deploy
for the subject work. No construction equipment will be supplied by the Owner.
17.2 SITE ORGANISATION
Subject to the provisions in the tender document and without prejudice to Contractor's
liabilities and responsibilities to provide adequate qualified and skilled personnel on the
work, Contractor shall deploy site organisation and augment the same as decided by the
Engineer-in-charge depending on the exigencies of work.
The Bidder shall submit the details of minimum site organisation proposed by him, as per
Proposal Form given in the tender document.
18.0 CONSTRUCTION
18.1 RULES AND REGULATIONS
CONTRACTOR shall observe in addition to Codes specified in respective specification,
all national and local laws, ordinances, rules and regulations and requirements pertaining
to the WORK and shall be responsible for extra costs arising from violations of the same.
The contractor has to abide by IE rules and regulations and take appropriate action to
employ Rule 3 person on their own in time and required electrical "C certificate holders
during execution.
18.2 PROCEDURES
Various procedures, field quality plan and method statements to be adopted by Contractor
during the construction as required in the respective specifications shall be submitted to
Owner in due time for approval. No such construction activity shall commence unless
approved by Engineer-in-charge in writing.
18.3 FIELD INSPECTION
Contractor shall have at all times during the performance of the WORK, a competent
superintendent with required qualification in electrical engineering on the premises. Any
instruction given to such Superintendent shall be construed as having been given to the
contractor.
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
32/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 10
The contractor has to arrange for inspection by electrical inspectorate and as well as
TNEB authorities for issue of safety certificate and energisation of power, HT service
respectively.
19.0 TEMPORARY WORKS
All temporary works, ancillary works, enabling works, including de-watering of surface
and subsoil water, preparing approaches and working areas, wherever they are required
for execution of the work, shall be the responsibility of the Contractor, and all costs
towards the same shall be deemed to have been included in the quoted rates / prices
20.0 EXECUTION OF WORK AND CONSTRUCTION EQUIPMENTS
The Contractor shall be entirely responsible for executing the work covered under this
Tender document in a workmanlike and expeditious manner as per the time schedule,
specifications, drawings and construction aids such as arc welding sets, gas cutting sets,cranes, chain pulley blocks, transportation equipments, tools and tackles as well as testing
appliances such as test pumps, air compressors etc and the necessary supervisory
personnel, skilled, semi-skilled and unskilled labour shall be provided by the Contractor
to achieve the monthly/weekly targets and the overall time schedule. Preparing
approaches and working area fur the movement and operation of cranes, leveling the
areas for assembly and erection shall be the responsibility of the Contractor.
21.0 RESPONSIBILITIES OF CONTRACTOR/COORDINATION WITH OTHER
AGENCIES
The Contractor's responsibility covers the coordination of all the works involved and the
expenses of site mobilisation and demobilisation including clearing activities. The quotedrates for various items are deemed to have appropriately catered for these and no separate
claim whatsoever is entertainable.
Work shall be carried out in such a manner that the work of other agencies operating at
the site is not hampered due to any action/inaction of the Contractor. Proper co-ordination
with other agencies will be Contractor's responsibility. It shall be the responsibility of the
Contractor to obtain the approval for any revision and/ or modifications decided by the
Contractor from the Owner/Engineer-in-Charge before implementation. Also such
revisions and/or modifications if accepted/approved by the Owner/Engineer-in-Charge
shall be carried out at no extra cost to the Owner. Any changes required during and/or
after approval of detailed construction drawings due to functional requirements or forefficient running of system keeping the basic parameters unchanged and which has not
been indicated by the Contractor in the data-drawings furnished along with the offer will
be carried out by the Contractor at no extra cost to the Owner.
It shall be entirely the Contractor's responsibility to provide, operate and maintain all
necessary construction equipment, scaffoldings and safety gadgets, cranes and other
lifting tackles, tools and appliances to perform the work in a workman like and efficient
manner and complete all the jobs as per time schedule.
Preparing approaches and working area for the movement and operation of the equipment
including side booms and cranes, leveling the areas for assembly, laying,
installation/erection shall also be the responsibility of the Contractor. The Contractor shall
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
33/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 11
acquaint himself with access availability to provide suitable allowances in his quotation.
The Contractor may have to build temporary access roads to aid his own work which
shall also be taken care while quoting for the work.
The procurement and supply in sequence and at the appropriate time of all materials and
consumables shall be entirely the Contractor's responsibility and his rates for execution of
work will be inclusive of supply of all these items. Contractor shall not use any of the
equipment or materials issued to him by Owner for installation purposes for laying
temporary lines, manufacturing erection aids etc. Misuse of materials will be seriously
viewed and deduction at penal rates will be made from the Contractor's bill for such
quantities that are misused.
22.0 EXISTING SERVICES
22.1 Structures, drains, pipes, cables, overhead wires and similar utility services encountered
in the course of the works shall be protected from damages by the contractor at his owncost.
22.2 Should any damage be done by the contractor to any of the existing structures, mains,
pipes, cables or utilities whether above or below ground etc, whether or not shown on the
drawings the contractor must make good or bear the cost of making good the same
without delay to the satisfaction of the Engineer-in-Charge / utility departments..
23.0 FRONTS FOR WORKS WHERE OTHER AGENCIES ARE INVOLVED
The work involved under this contract includes such works as have to be taken up and
completed after other agencies on the job have completed their jobs. The Contractor will
be required and bound to take up and complete such works as and when the fronts areavailable for the same and no claim of any sort whatsoever shall be admissible to the
Contractor on this account. Only extension of time limit shall be admissible, if the
availability of work fronts to the Contractor is delayed due to any reasons not attributable
to the Contractor.
24.0 MATERIAL SUPPLY
24.1 The procurement and supply in sequence and at appropriate time of all equipment, plants,
accessories, materials (under Contractor's scope of supply) and consumables required for
completion of works under this contract should be entirely contractors responsibility.
24.2 It shall be the responsibility of the contractor to supply the best equipment, new and in
first class condition for the work. The specifications provided in the contract are to
provide the contractor with performance criteria for all major equipment, components and
facilities.
25.0 CONTRACTOR'S FIELD OFFICE, GODOWN, WORKSHOP AND CAMP
FACILITIES
Contractor shall, if required by him, for the entire duration of the execution of the work
arrange construction of Contractor's office, warehouse, workshops and Camp
Facilities/Residential Accommodation and for any purpose in connection with providing
infrastructure required for the execution of the Contract. The Contractor shall at his owncost construct all temporary buildings/facilities and provide suitable water supply and
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
34/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 12
sanitary arrangement as required. Such facilities as constructed by Contractor shall be
maintained by Contractor at his own cost.
26.0 UTILISATION OF LOCAL RESOURCES
26.1 The Contractor shall ascertain the availability of local sub-Contractors and
skilled/unskilled manpower and engage them to the extent possible for performance of
works.
26.2 The Contractor shall not recruit personnel of any category from among those who are
already employed by the other agencies working at the site but shall make maximum use
of local labour available.
27.0 MAINTENANCE OF WORKS
27.1 The Contractor shall take care for cleaning the work site from time to time and keep theapproach road for easy access to work site and also from safety point of view.
27.2 Working site should be always kept cleaned upto the entire satisfaction of the Engineer-
in-Charge. Before handing over any work to Owner, the Contractor in addition to other
formalities to be observed as detailed in the document shall clear ' the site to the entire
satisfaction of Engineer-in-Charge.
28.0 TESTING & TEST CERTIFICATES
The Contractor shall carry out tests, when directed and submit certificates for every batch
of materials as required by and for the approval of the Engineer-in-Charge.
29.0 TESTS AND INSPECTION:
The Contractor shall carry out the various tests as enumerated in the Technical
Specification of this tender and technical documents that will be furnished to him during
the performance of the work at no extra cost to the owner.
All the tests either on the field or at outside laboratory concerning the execution of the
work and supply of materials by the Contractor shall be carried out by the Contractor at
his own cost.
The work is subject to inspection at all times by the Engineer-in-Charge. The Contractor
shall carry out all instructions given during inspection and shall ensure that the work is
being carried out according to the technical specifications of this tender, the technical
documents that will be furnished to him during performance of work and the relevant
codes of practice.
The Contractor shall provide for purpose of inspections access ladders, lighting,
equipment for testing necessary instrument etc. at his own cost, low voltage lighting
equipment for tray fixing and inspection work.
Compressed air for carrying out the works shall be arranged by the Contractor at his own
cost. Any work not conforming to the execution drawings, specifications or codes shall berejected forthwith and the Contractor shall carry out the rectification at his own cost.
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
35/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 13
All results of inspection and test will be recorded in the inspection reports, proforma of
which will be approved by the Engineer-in-Charge. These reports shall form part of the
Completion Documents. Any work not conforming to the execution drawings,
specifications or codes shall be rejected and the Contractor shall carry out the rectification
at his Own risk and cost.
30.0 QUALITY ASSURANCE:
30.1 Bidder shall include in his offer the Quality Assurance Programme containing the overall
quality management and procedures which is required to be adhered to during the
execution of contract, After the award of the contract, detailed quality assurance
programme to be followed for the execution of contract under various divisions of works
will be mutually discussed and agreed to.
31.0 STATUTORY APPROVALS:
31.1 The approval from any authority required as per statutory rules and regulations of Central
/ State Government shall be the Contractor's responsibility unless otherwise specified in
the tender document.
31.2 The application on behalf of the Owner for submission to relevant authorities along with
copies of required certificates complete in all respects shall be prepared and submitted by
the Contractor well ahead of time so that the actual construction/commissioning of the
work is not delayed for want of the approval inspection by concerned authorities. The
inspection of the works by the authorities shall be arranged by the Contractor and
necessary coordination and liason work in this respect shall be the responsibility of the
Contractor. However statutory fees paid, if any, for all inspections and approvals by suchauthorities shall be reimbursed at actuals by the Owner to the Contractor on production of
documentary evidence.
30.3 Any change/addition required to be made to meet the requirements of the statutory
authorities shall be carried out by the Contractor free of charge. The inspection and
acceptance of the work by statutory authorities shall, however, not absolve the Contractor
from any of his responsibilities under this contract.
32.0 PROJECT SCHEDULING & MONITORING:
The following schedules/documents/reports shall be prepared and submitted by theBidder/Contractor for review/ approval at various stages of the contract.
32.1 ALONG WITH TENDER:
32.1.1 Time Schedule:
The Bidder is required to submit a Project Time Schedule in Bar Chart Form, along with
the Tender. The Schedule shall cover all aspects like sub-ordering, manufacturing and
delivery, sub-contracting and construction within the completion time indicated in the
Tender Document. The Owner interface activities shall be clearly identified with their
latest required dates. Owner reserves the right to disqualify the Bidder if the above
Schedule submitted by the Bidder is not in line with the overall project requirement.
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
36/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 14
32.1.2 Scheduling & Monitoring System:
The Bidders should describe their system of Project Scheduling and monitoring, the
extent of computerisation, level of detailing, tracking methodology etc. with the name ofcomputer packages and sample outputs.
32.2 AFTER THE AWARD OF CONTRACT
32.2.1 Overall Project Schedule:
The Contractor shall submit within 4 weeks off FAX OF ACCEPTANCE, a sufficiently
detailed overall, Project Schedule in the activity network/bar chart form, clearly
indicating the major milestones, inter-relationship/interdependence between various
activities together with analysis of critical path and floats.
The network/bar chart will be reviewed and approved by Engineer-in-Charge and
comments if any shall be incorporated in the network/bar chart before issuing the same
for implementation. The network thus finalised shall form part of the contract document
and the same shall not be revised without the prior permission from Engineer-in-Charge
during the entire period of contract.
32.2.2 Progress Measurement Methodology:
The Contractor is required to submit within four weeks of award of WORK, the
methodology of progress measurement of sub-ordering, manufacturing/delivery sub-
contracting, construction and commissioning works and the basis of computation of
overall services/physical progress reported. Owner reserves the right to modify themethodology in part or in full.
32.2.3 Functional Schedules.
The Contractor should prepare detailed functional schedules in line wit network/bar chart
for functional monitoring and control and submit schedule progress charts/graphs for each
function viz. engineering ordering, manufacturing/delivery and construction.
32.3 PROJECT REVIEW MEETINGS:
The Contractor shall present the programme and status at various review meetings asrequired.
32.3.1 Weekly Review Meeting:
Level of Participation:
Contractor/Consultant/ Site In charge and Job Engineers.
Agenda
a) Weekly programme viz actual achieved in the past week and programme for nextweek.
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
37/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 15
b) Remedial Actions and hold up analysis.
c) Client query/approval.
32.3.2 Monthly Review Meeting:
Level of Participation :
Senior Officers of Owner/Consultant and Contractors.
a) Progress Status/Statistics.
b) Completion Outlook.
c) Major hold ups/short fall
d) Assistance required / remedial measures
e) Critical issues /solutions
f) Client query/approval
32.4 PROGRESS REPORTS:
32.4.1 Monthly Progress Report :
This report shall be submitted on a monthly basis within Ten Calender days from cut-off
date as agreed upon, covering overall scenario of the work. The report shall include but
not be limited, to the following:
a) Brief introduction of the work.
b) Activities executed/achievements during the month
c) Schedule v/s actual percentage progress and graphs/charts for engineering, sub-
ordering, manufacturing / delivery, sub-contracting, construction and overall work.
d) Quantum wise status of purchase orders against schedule shall also be indicated.
e) Areas of concern/problem/hold ups, impact and action plans.
t) Resources deployment status.
g) Annexures giving status summary for Material Requisitions and deliveries,' sub-
contracting and construction.
Distribution: Owner : Two copies
Consultant : Two copies.
Consultant Site office : One Copy
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
38/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 16
B. Weekly Report:
This report (6 copies) will be prepared and submitted by the Contractor on weekly basis
and will cover following items:
a) Activities programmed and completed during the week.
b) Resource deployed men and machine.
c) Quantity achieved against target in construction.
d) Record of Mandays utilised.
e) Construction percentage progress, schedule and actual.
33.0 ACCEPTANCE OF OFFER
The Bidder shall acknowledge the receipt of ORDER / FAX OF ACCEPTANCE/
LETTER OF ACCEPTANCE within 15 days of mailing of the same and any delay in
acknowledging the receipt will be a breach of contract and compensation for the loss
caused will be recovered by the Owner by forfeiting the Earnest Money Deposit/Tender
bond.
34.0 SUB-LETTING OF THE WORK
The Bidder shall indicate in his offer the works, which he intends to sublet to the sub-Contractors. The Contract Agreement will specify the major works for which the
Contractor proposes to engage the Sub-Contractor. The Contractor from time to time
propose any addition or deletion to the list and will submit proposals in this regard to the
Engineer-in-Charge for approval well in advance so as maintain the progress of work.
Such approval of the Engineer-in-Charge will not relieve the Contractor from any of his
obligations, duties and responsibilities under the contract.
35.0 SUB-CONTRACTORAt the commencement of the job the Contractor shall supply to the Engineer-in- Charge,
list of all Sub-Contractors or other persons or firms engaged by the Contractor to work at
the Site. Any Bidder who had submitted the tender for this tender and does not get thecontract because of his being not the lowest will be prohibited from working as sub-
Contractor for execution of this contract. List of unsuccessful Bidders shall be provided
for in the Contract Agreement.
36.0 FAILURE OF THE CONTRACTOR
If the Contractor fails to complete the work and the order is cancelled, the amount due to
the Contractor on account of work executed, if payable, shall be paid only after due
recoveries as per the provisions of the contract and that too after alternative arrangements
to complete the work has been made.
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
39/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 17
37.0 MECHANICAL COMPLETION
When the construction of the PLANT/UNIT/SYSTEM has been completed, other than in
minor aspects which do not prevent commissioning, all civil engineering is completed, all
equipment and machinery are installed and aligned, all piping and instrumentation
services are completed, all electrical works are completed, all hydrostatic/pneumatic
testing is done, safety valves & pressure relief valves set and checked, speed and direction
of rotation of all prime movers is checked, relays are set and all scales, meters, measuring
devices and recorders are calibrated and set, etc, then the PLANT is treated as
mechanically completed and ready for pre-commissioning activities.
The date of readiness for pre-commissioning as aforesaid shall be deemed to be the date
of mechanical completion of the PLANT (hereinafter called MECHANICAL
COMPLETION) for the purpose of this CONTRACT.
38.0 TRIAL OPERATION
After mechanical completion of the complete works under the scope of the contractor
shall commission all the equipment under the scope of works and demonstrate to the
various parameters as per the contract specification to .the Engineer in Charge. On
successful completion of the same the Engineer in charge shall certify that the equipment
under the scope of works is ready for Final Test.
39.0 FINAL TEST
The contractor in advance shall submit to Engineer in charge procedure for Final Test and
the final test shall be carried out as per the approved procedure. Final test is deemed to
have been completed when the contractor with proper intimation to engineer in chargeshall demonstrate the parameters of complete system (along with all mechanical,
electrical and C&I components of the system) as applicable in the contractors scope for a
period of seven consecutive days. Other conditions as specified in clause 8.3 of GCC
shall also applicable for the Final Test.
40.0 LIQUIDATED DAMAGES & PENALTY
Liquidated damages payable by contractor to the owner for the delay in completion of
each part shall be as follows:
1. An amount of 0.5% of contract price for every week of delay or part there of up to a
maximum of 10% of contract price shall be levied for delay in engineering on part ofthe contractor.
Delay in Engineering:
Delay in the submission of drawings as per the approved drawings schedule, extended
to the individual deliverables of the contractor.
2. An amount of 0.5% of contract price for every week of delay or part there of up to a
maximum of 10% of contract price shall be levied for delay in completion of final test
as per the approved procedure for final test.
Successful Final Test:
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
40/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 18
Successful Final Test is deemed to have been completed when the contractor with
proper intimation to owners engineer shall demonstrate the parameters of complete
system (along with all mechanical, electrical and C&I components of the system) as
applicable in the contractors scope for a period of seven consecutive days.
40.1 PENALTY CLAUSE ON EQUIPMENT PERFORMANCE
Penalty will be calculated as follows
- Performance of the system up to 95% of guaranteed value No penalty
- Below 95% for every percentage of drop the procedure to arrive at penalty will be as
per the guidelines given in the tender document.
- Below 90% the system will be rejected and CONSULTANT/OWNER will have the
right to invoke the performance bank guarantee of the contractor.
41.0 COMPLETION DOCUMENT:
41.1 The following document shall be submitted by the Contractor, in triplicate, as a part of
the completion documents. These will be in addition to those mentioned in relevant
clauses of the General Conditions of Contract.
a) The Technical document according to which the work was carried out.
b) Completion Certificates for embedded and covered up work.
c) Certificate of final levels as set out for various work.
d) Test Report qualifying the details of tests carried out on equipment/materials.
e) Six sets of construction drawings and one set of reproducible drawing showing therein
the work as executed duly approved by Engineer-in- Charge. Reproducible of the
latest drawings shall be provided to the Contractor for preparation of constructiondrawings.
42.0 CONTRACT DOCUMENT
42.1 The following shall form the contract documents:
a) Statement of Agreed Variations, if any.
b) The detailed Letter of Acceptance along with its enclosures.
c) Fax of Acceptance awarding the works to the Contractor.
d) Addendum/Corringendum to tender documents issued if any.
e) Original tender documents issued with its enclosures.
42.2 All other documents and correspondence exchanged prior to issue to fax of
Acceptance/Letter of Acceptance whichever is earlier, shall be treated as null and void.
43.0 DEFECTS LIABILITY PERIOD
43.1 Defects liability Period for all switchyard equipment including mechanical, electrical and
instrumentation 12 Months from the date specified in the Completion Certificate as the
date of completion of the Work.
43.2 Defect liability for all civil works and buildings works - 60 Months from the date
specified in the Completion Certificate as the date of completion of the Work.
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
41/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 19
43.3 The Contractor shall carry out all the necessary works and all associated activities as may
become necessary for rectification or replacement of the defective equipment or structure
during the defects liability Period entirely at his cost.
The portion of the works so rectified Ireplaced shall be liable for guarantee for a further
period of one (1) year for items falling under sub clause 42.1 and for five (5) years for
items falling under sub clause 42.2 from the date of successful completion of the
replacementIrectification.
During the aforesaid defect liability the contractor shall pay and make good to CPCL and
all other persons or parties legally entitled thereto all losses, damages, costs and expenses
they or any of them may incur or be put or be liable to by reason or in consequence of the
operations of the contractor or of the failure from whatever causes of the works or any of
them during the time the contractor is responsible thereof or parties as aforesaid from and
against the same and from and against all actions. Suits, claims and demands whatsoeverby reason of an account thereof or CPCL will be at liberty to encash the Performance
Bank Guarantee and pay to such other persons or parties entitled as aforesaid the amount
of such losses, damages, cost of expenses without prejudice to CPCL's right to seek
additional compensation if any through legal means.
44.0 SPARE PARTS & SPECIAL TOOLS & TACKLES
44.1 FOR COMMISSIONING
The Contractor shall procure and supply spare parts for start-up and commissioning and
are included in his scope of work. The Lumpsum quoted price shall be deemed to be
inclusive of provision of such spares and additional spares, if any, required duringcommissioning. All the commissioning spares shall be procured by the contractor well
before start up and commissioning.
44.2 FOR TWO YEARS NORMAL OPERATION & MAINTENANCE
The Bidders shall submit the list including unit & quantity of recommended spares for
two years normal operation & maintenance in unpriced part as per format and item wise
price shall be submitted in priced part. Prices of Spares shall remain valid during
currency of contract; Owner may order -such spares any time during currency of contract.
Spare Parts will be delivered at site, preferably along with the equipment, if not, latest by
the completion of the work.
The Contractor shall also procure and supply the Mandatory Spares listed elsewhere in
this document. The Lumpsum quoted prices shall be deemed to be inclusive of provision
of such spares.
Special Tools & tackles
One set of special Tools and tackles required for testing, commissioning and normal
operation of the entire equipment is included in the scope of work .
7/28/2019 TYPICAL DETAILS OF SWITCHYARD REQUIREMENT
42/363
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard
FICHTNER India Doc. No.6104-EL-SPC-610-001P1Sec D-Swyd
Rev. : R0 Page: D : 20
45.0 DISTRIBUTION SCHEDULE FOR ELECTRICAL, CIVIL AND STRUCTURAL
DOCUMENTS / DRAWINGS
The distribution of Electrical, Civil and Structural documents / drawings shall be as
follows:
Distribution
OwnerSl.
No.Document
Total
CopiesHQ SITE
Consultant
1 All drawings, calculations,
documents, write-ups for all
revisions
12 4 2 6
2 Approved drawings, calculations,
documents etc.
- Hard Copy 12 4 4 4
- Soft Copy 2 1 - 1
3 As built drawings
- Hard Copy 12 5 5 2
- Soft Copy 2 1 - 1
4 Reproducible of approved & As
built drawings
2 1 1 -
The construction work shall only start after design & drawing is approved by the Owners