100 Dhol

Download as pdf or txt
Download as pdf or txt
You are on page 1of 13

PART-I SCC

SPECIAL CONDITIONS OF CONTRACT


1.0 General Particulars :

This part of the Bid Document relates to certain specific/special terms and conditions
particular to the Contract. The provisions herein are to be read and understood in
conjunction with the relevant provisions elsewhere in the General Conditions of Contract
(GCC) and Erection Conditions of Contract (ECC). The intent of provisions herein are
specific to this contract and are, in general, supplementary to related provisions under
GCC and ECC. However, in certain provisions which are contrary to those in GCC and
ECC, the provisions in these Special Conditions of Contract will prevail.
2.0 Tender Fee :

The tender fee plus GST as applicable specified in notice inviting tender is payable by
(RTGS/NEFT) at Vadodara drawn on any Scheduled Bank in favour of Gujarat Energy
Transmission Corporation Ltd. The same will be furnished in Cover-1 of Bid along
with EMD (Bid Security).

3.0 Earnest Money Deposit (EMD):(Ref.Cl.12.1 of GCC)

The EMD is payable as under:


50 % of EMD by DD in favour of Gujarat Energy Transmission Corporation Ltd. on
any Scheduled Bank in Vadodara. Balance 50 % by Bank Guarantee (validity of 06
Months from the date of submission of bid of the tender) from any Nationalized
Bank in the format provided herein. 100% EMD by DD is acceptable.
Payment by Cheque/Co.op Bank Guarantee/ Company Guarantee is not permissible.

4.0 Declaration by Bidder:

The Bidder shall sign the Declaration enclosed to this SCC and not furnishing the
same will make the Bid invalid.

5.0 QUALIFYING REQUIREMENT

Qualification of Bidder will be based on meeting the minimum pass/fail criteria


specified below regarding the bidder’s Technical Experience and Financial
Position as demonstrated by Bidder’s response in corresponding Bid Schedules.
Technical experience and financial resources of any proposed subcontract shall
not be taken into account in determining the Bidder’s compliances with the
qualifying criteria.

The Employer may assess the capacity and capability of the bidder, to successfully
execute the scope of work covered under the package within stipulated completion
period. This assessment shall inter-alia include (i) document verification; (ii)
bidders work/manufacturing facilities visit (iii) manufacturing capacity, details of
works executed, works in hand, anticipated in future & the balance capacity
available for present scope of works; (iv) details of plant and machinery,
manufacturing and testing facilities, manpower and financial resources; (v) details
of quality systems in place; (vi) past experience and performance; (vii) customer
feedback; (viii) banker’s feedback etc.

Seal & Signature of Bidder 82


[A] Technical Requirement:

1.0 Individual Bidders

a) The Bidder shall be Original Equipment Manufacturer (OEM) of GIS. The


Bidder must have designed, manufactured, type tested, supplied and
supervised erection, testing, commissioning of equipments as per relevant
IS/IEC/ANSI with latest amendments.

b) The Bidder shall have supplied at least two (2) Gas insulated substation of
220KV or above voltage class S/s during last 8 years with Transmission
Utility or major industries in India or Abroad (Min. 5 GIS bays*) /
Substation.

c) At least one Gas insulated Sub-Station supplied as per 1(b) shall be


performing satisfactorily for at least two (2) years as on the originally
scheduled date of bid opening. Supporting documents/Certificates of
original customer to be submitted along with the bid.

1. In case, the bidder is Indian GIS manufacturer who is not


meeting therequirement stipulated in 1.0 above on its own, he
shall also be considered if
The bidder has manufactured, supplied and supervised erection and
commissioning of at least one (1) GIS substation having five (5) Circuit Breaker
bays* of 220kV or above which should be in operation as on the originally
scheduled date of bid opening
and
the parent company (Principals) or collaborator(s) or subsidiary company of the
bidder meets qualifying requirements as per clause 1 (b) and 1 (c) mentioned
above, provided further that:

the bidder shall furnish Joint Deed of Undertaking as per FORM-A

a) a legally enforceable undertaking (jointly with the parent company


(Principals) or collaborator(s) or subsidiary company) to guarantee quality,
timely supply, performance and warranty obligations as specified for the
equipment(s)
b) A confirmation letter from the collaborator(s) stating that the
collaborators(s) shall furnish performance guarantee for an amount of 10% of
the ex-work cost of such equipment(s). This performance guarantee shall be in
addition to contract Performance Guarantee to be submitted by the bidder.
c) such manufacturer should submit valid collaboration agreement for
technology transfer / license to design, manufacture, test and supply GIS
equipments in India.

Seal & Signature of Bidder 83


(*For the purpose of qualifying requirement, one no. of circuit breaker bay shall be
considered as a bay used for controlling a line or a transformer or a reactor or a
bus section or a bus coupler and comprising of at least one circuit breaker, one
Disconnector and three nos. of single phase CTs / Bushing CTs.)

[B] Financial Requirement

1. Minimum Annual Average Turnover (MAAT) for best three individual years out of last five
audited financial years shall not be less than estimated cost. (Provisional Financial Statement
i.e. Turnover, Net worth, Profitability, MATT etc. shall not be considered.)

2. Last quarter’s Liquid Assets should not be less than 20 % of estimated amount as on
invitation of tender. Note: For the purpose of arriving at LA Current Assets Less Inventories
shall be considered.

3. Bidder’s Net Worth for Last 3 financial years should be positive.

4. The bidder should not have been referred to NCLT under Insolvency & Bankruptcy Code
(IRP has been appointed or Liquidation proceedings have been initiated under IBC).

5. If the bid is submitted under the parent company (Principals) or collaborator(s) or subsidiary
company under (2), then the financial criteria under FORM –A shall be applicable.

6.0 Additional Documents:


Apart From various documents to be furnished along with the Bid as required in the GCC
and ECC, the following documents/details are to be furnished by the Bidder:
1. GST Registration No. date/ issuing authority.
2. Regn. No. under Shops & Estt. Act/issuing authority
3. Details of Partners/Directors of the Firm/Company.
4. Experience Record and details of orders pending / executed for various utilities
5. Last five years audited accounts
6. Details of Manufacturing/Fabrication facilities
7. Factory registration/License details

7.0 COMPLETION PERIOD


7.1 Overall Completion periods for this Contract as per tender scope shall be – 24 Months
(Twenty four).
7.2 No mobilization period, idling or stoppage period will be allowed during this period of the
Contract.
7.3 The completion date will be deemed to be the date on which all works on the Contract
are demonstrated to be complete to the satisfaction of the GETCO/Engineer and is
complete in all respects as per the terms and conditions of this Contract.
8.0 Instructions before submitting your bid.

The Bid evaluation shall be carried out on total end cost.


1. All the drawings, i.e. elevation, side view, plan, cross sectional view etc., in AutoCAD
DXF format and manuals in PDF format, for offered item shall be submitted by
successful bidder. Also the hard copies as per specification shall be submitted.

Seal & Signature of Bidder 84


2. The bidder shall submit Quality Assurance Plan (QAP) & Field Quality Plan (FQP) with
the technical bid.
3. The bidder must fill up all the point of GTP for offered item/s. Instead of indicating refer
drawing, or as per IS/IEC”, the exact value/s must be filled in.
4. All the points other than GTP, which are asked to confirm in technical specifications
must be submitted separately with the bid.
5. Please note that the evaluation will be carried out on the strength of content of bid only.
No further correspondence will be made.
6. The bidder shall bring out all the technical deviation/s only at the specified annexure.
7. Design and engineering of SLD (Single line Diagram), layout drawing, sectional view,
BOQ, DSLP, Earth mat design, lighting & Illumination calculation of switchyard and all
drawings shall be carried out by successful bidder.
8. Preparing of Erection Key Diagram (EKD) indicating all the quantity required for
successful erections, testing and commissioning of GIS & shall be submitted for
approval. All equipments, material shall be supplied as per approved EKD
(Drawing/BOQ).
9. Bar chart with completion period in MS PROJECT shall be submitted.
10. After the commissioning of S/S, contractor shall arrange thermoscaning of entire
switchyard & submit detailed reports. However this will not be contractual hold point.
GETCO reserves the right to ask the contractor to conduct the same on entire S/S
under full load condition.

9.0 Addendum to the technical specifications.


The addition /alternations mentioned here under will supersede the related clauses of
respective technical specifications, if differs with original clause.
All the hardwares, conductor accessories, clamps and connector used in switchyard
erections shall have corona free performance and related type tests as per standards
shall have to be submitted.
1. The complete design, detailed engineering are to be done by the successful bidder.
2. Design calculations for SC forces , thermal capability of bus and each equipment
component of GIS , vibration, DSLP , Earth Mat , Illuminations , structures and other
calculations required for GIS are to be submitted by successful bidder.
3. All the drawings are to be submitted by the successful bidder and got approved
from GETCO before execution.
4. Detailed Engineering BOQ to be submitted by the successful bidder and got
approved after due scrutiny considering actual requirement, standard clearances
(CLD) etc.
10. Special Notes:
The “Interse” revised bidding shall be carried out on the same day of price bid
opening. The L1 price shall be put up for starting price for “Interse” revised bidding.
“Interse” revised bidding shall be for reducing the price and the bidders have to
reduce their quoted price in decrement of value as decided before start of “Interse”
revised bidding.
If any bidder bids in last 2 minutes of deadline for submission of bid for “Interse
Revised Bidding” then, the time for “ Interse Revised Bidding” shall be extended for
further 5 minutes from its previous closing time.
Time of the Interse Revised Bidding shall be intimated to bidder along with the
intimation of price bid opening.

Seal & Signature of Bidder 85


The procedure to be followed for elimination of Bidders for Interse Revised Bidding
shall be as below:
Sr. No. No. of Particulars
bidders
1 1 No scope of bidding. Re-invite tender
2 2 Scope of Interse Revised Bidding. No elimination.
3 3 or 4 Scope of elimination:
(A) Within 10% of L-1 bidder price - No elimination.
(B) Above 10% of L-1 Bidder price - Eliminate H1
4 5 or more Scope of elimination:
bidders (A) Within 10% of L-1 bidder price - No elimination.
(B) Above 10% of L-1 Bidder price - H1 and H2 to be
eliminated
[A]
i) INTRODUCTION OF LEAVY OF TCS.
TCS @ 0.075% / 0.1% will be payable extra subject to fulfilment of the
conditionsof sub section (1H) of section 206C of Income Tax Act, 1961.
ii) Deduction of TDS under GST:
As per provisions of GST act, “TDS under GST @ 2 % (1 % CGST & 1 %
SGSTor 2 % IGST, as applicable) or at the applicable rate from time to
time, will be deducted from the bill of the Suppliers / Contractors at the
time of credit or payment, whichever is earlier. TDS certificates in the
prescribed format will be issued as per prescribed rules under GST.”.
iii) INCOME TAX (TDS)
 TDS under Income Tax will be deducted on purchase of goods by
GETCO @0.1% of the sum exceeding Rs. 50 lacs
u/s 194Q from the bill ofsuppliers/contractors at
the time of credit or payment whichever is earlier. TDS will be
deducted onadvance payment being also made by GETCO to
supplier.Further in some of thecases, where TCS u/s 206 (1H) is
applicable also along with TDS u/s 194Q, then onlyTDS on purchase of
Goods u/s 194Q shall be deductible, as TDS u/s 194Qoverrides
TCS u/s 206C (1H).
 As per the Section 206AB of Income Tax Act, TDS under Income Tax
will be deducted at higher rates of the following rates: (non-fillers of ITRs
for the pasttwo
fiscal years will be subjected to higher TDS).
(a) At twice the rate specified in the relevant provision of the Act
(b) At twice the rates in force
(c) At the rate of 5%

[B]

 All the financial documents/work done complication certificate/ on


going contract on hand to be submitted certified by CA and satisfactory
completion certificate from respectivedepartment should be submitted
in notarized.
Seal & Signature of Bidder 86
1. Responsibility for correctness of the information submitted in the bid lies
with bidder. Ifany information furnished in the bid is proved to be false at
a later date, GETCO reserveright to reject the bid and the bid will not only
be rejected but the bidder will be BLACKLISTED as per GUVNL Policy.
2. The bidder shall have in house design facility with full-fledged engineering
team responsible for designing primary drawings (Layout plan, section
drawings & SLD) as well as secondary drawings ’s engineering of
Protection SLD, Protection and automationincluding earthmat layout with
BOM, DSLP drawings etc in co-ordination with the GIS OEM.
3. All the credential of work executed/performance certificate/documents
required as per qualifying requirement shall be notarized
4. Successful bidder has to depute his expert to visit site annually for the
period of five years from the date of commissioning to inspect GIS for
carrying out status evaluation of GIS performance. This is intended to
share the operational challenges and confirming the maintenance followed
by GETCO.
5. Note: 50 lacs rupees will be withhold from cumulative supply bills against
as provision against above requirement and 20% i.e. 10 lacs rupees will
be releasedevery year against successful site visit of GIS engineers to
the satisfaction of concern Executive engineer (TR) against joint minutes
of meeting signed by both.
No interest is payable on this withhold amount. The visit to be
compulsory carried out within maximum 3 months from due date of
inspection. Failing which 50% amount due for the year i.e. 5 lacs will
be deducted as penalty and in case of delay more than 6 months
entire amount for the year i.e. 10 lacs will be deducted as penalty.
1st Due date of visit will be 1 year from TOC date. As amount is
already deducted and available with GETCO no BG is required
against this payment.
6. ASSIGNMENT AND SUB-LE TTING OF CONTRACT
Sub clause . 66.1 (2nd Para of GCC)
In case of Erection/Civil activity, the contractor may after getting written
approval from CE(Project), assign or sublet any part of erection or as a
whole. To do so contractor have to apply for such subletting with a clear
proposal stating details & experience of the subletting agency, along with
the tender or within 30 days from the date of LOI & decisionthereof will be
conveyed within 30 days thereafter by GETCO. The proposed
erection/civil agency shall have experience of executing similar job of
voltage class of 220Kv & above during last five years. (Experience shall
be as per Annexure – A) The decision of competent authority in this regard
shall remain final and binding to the agency
– The approval will be given based on assessments (Quality, timely
execution of work, safety required machinery, of subletting contractor, his
past performacne, financial, ongoing contracts on hand and fulfilling other
legal requirements. Subletting will not be allowed to the bidders having
more than 3 PROJECTs on hand (having value more than 50% of this
contract for civil and electrical part individually) and having total contracts
on hand, having total value equivalent to 150% of erection cost for
electrical and civil cost for civil work. If sublating contractor is working in
civil as well as electrical he will be evaluated as above considering 100%
cost as total of civil and electrical cost.

Seal & Signature of Bidder 87


Annexure – A – For subletting work
Sr no For Civil work For Electrical work
Registration : Civil agency shall have Registration : Electrical agency
1 registration in appropriate class with shall have registration in
GETCO/Central/State Government / appropriate class with GETCO or
Railway/Semi. Govt. Organizations. Transmission Utility or major
industries
2 Experience: Bidder should have Experience: The proposed
experience of similar work including RCC erection/civil agency shall have
frame structure building under single experience of executing similar job
contract as main contractor for minimum of of voltage class of 220Kv & above
50% value of award cost of Civil with under single contract as main
GETCO/ GEB / Central / State Government contractor for value equivalent to
/ Railway / Semi- Government / Public erection portion award cost during
Sector Organization within last 5 years. last five years with GETCO or
Attested Xerox copy of work orders Transmission Utility or major
executed from GETCO/ GEB / Central / industries.
State Government / Railway / Semi- Attested Xerox copy of work orders
Government / Public Sector Organization executed from GETCO or
and satisfactory completion certificate from Transmission utility or major
respective department should be Industries and satisfactory
submitted. completion certificate from
– The approval will be given based on respective department should be
assecment (Quality, timely execution of submitted.
work, safety required machinery, of The decision of competent
subleting contractor, his past performacne, authority in this regard shall remain
financial, ongoing contracts on hand and final and binding to the agency –
fulfilling other legal requirements. The approval will be given based on
Subletting will not be allowed to the bidders assessment (Quality, timely
having more than 3 projects on hand execution of work, safety required
(having value more than 50% of this machinery, of subleting contractor,
contract for civil work ) and having total his past performacne, financial,
contracts on hand having total value ongoing contracts on hand and
equivalent to 150% of civil cost for civil fulfilling other legal requirements.
work. Subletting will not be allowed to the
bidders having more than 3 projects
on hand (having value more than
50% of this contract for electrical
work) and having total contracts on
hand having total value equivalent
to 150% of erection cost for
electrical work.
3 Solvency : Latest bank solvency certificate Solvency : Latest bank solvency
from any Nationalized/Scheduled Bank of a certificate from any
sum of minimum 20 % of the estimated cost Nationalized/Scheduled Bank of a
shown in the tender. The solvency should sum of minimum 20 % of the
be in the name of “To Whomsoever it may estimated cost shown in the tender.
concern” or “GUJARAT ENERGY The solvency should be in the name
TRANSMISSION CORPORATION of “To Whomsoever it may
LIMITED (GETCO)”. concern” or “GUJARAT ENERGY
TRANSMISSION CORPORATION
LIMITED (GETCO)”.
Seal & Signature of Bidder 88
4 Provident Fund Code: Separate provident Provident Fund Code: Separate
fund code number towards firm registered provident fund code number
with Regional P. F. Commissioner. towards firm registered with
Regional P. F. Commissioner.
5 Profit & Loss Account Statement: The Profit & Loss Account
Bidder should submit certified Xerox audited Statement: The Bidder should
copy of the Balance sheet with profit and submit certified Xerox audited copy
loss account of last Five Years. of the Balance sheet with profit and
loss account of last Five Years.

6 Nature of Firm : Attested copy of Nature of Firm : Attested copy of


Partnership Deed with recent Form- Partnership Deed with recent
Form-G
G obtained from Registrar of firms for
the current year, Power of Attorney, if obtained from Registrar of firms
any, for signing the bid documents in case for the current year, Power of
of partnership firm & self-affidavit for Attorney, if any, for signing the bid
proprietorship firm. In case the Form-G documents in case of partnership
is not available for current year Affidavit firm & self-affidavit for
cum Undertaking of the firm declaring no proprietorship firm. In case the
change in Form-G is to be submitted. Form-G is not available for current
However this affidavit cum undertaking year Affidavit cum Undertaking of
should be executed only by partnership the firm declaring no change in
firm. The party shall be liable to give fresh Form-G is to be submitted.
affidavit cum undertaking, after completion However this affidavit cum
of its one year. All such documents shall undertaking should be executed
have to be NOTARISED. only by partnership firm. The
party shall be liable to give fresh
affidavit cum undertaking, after
completion of its one year. All such
documents shall have to be
NOTARISED.
7 Goods & Service Tax (GST) Goods & Service Tax (GST)
Registration: The Bidder shall be Registration: The Bidder shall be
registered under the GST Act and a registered under the GST Act
certified copy of such registration and a certified copy of such
under the GST act indicating the GSTIN registration under the GST act
shall have to be submitted along with indicating the GSTIN shall have
the bid by the bidder to be submitted along with the
bid by the bidder
8 I.T. PAN CARD: The bidder should submit I.T. PAN CARD: The bidder should
the attested zerox copy of PAN Card of submit the attested zerox copy of
their firm. PAN Card of their firm.

Note: If subletting contractor is working in civil as well as electrical work, agency will be
evaluated as above considering 100% cost as total of civil and electrical cost and documents
as mentioned above

Seal & Signature of Bidder 89


7. In case of those not having installed with SCADA, technical backup with
qualified supplier must be furnished along with tender
8. All the Equipments proposed to be supplied shall have valid type test
certificates from any NABL accredited/Government laboratory of India or
abroad not older than 10 years& must be valid till the expiry of validity of
offer.
9. The bidder shall have valid Electrical Contract License, registered under
GST Act and should have CPF/PF registration certificate.
10. Bidder should follow the GOI guideline of Restrictions under rule 144 (xi)
of the GeneralFinancial Rules (GFRs), 2017 vide office memorandum no.
F.No.6/18/2019-PPD Dt: 23.07.2020
11. For PLCC BOQ at 400KV Pachham S/s, 400KV Pachham-Dholera Line
bay CVT already existing, hence line CVT not considered at 400KV
Pachham S/s end but 6 nos of 400KV Metering CVT in supply is
considered and shall be erected at 400KV Pachham ss on Existing
foundation of BPIs with modification in Structure drawing of proposed
CVT. While quoting the bid bidder may please note that.
[C]

1. The scope covers Civil and Electrical design of GIS substation. G.A.
drawing and tentative layout plan is given in the tender document. Bidder
has to design on the basisof these drawings, specifications and relevant
applicable standards. Soil investigation Report (SIR) is given in tender
document are for the reference purpose only. Bidder hasto visit the site
and for the purpose of afore said design, fresh soil investigation shall be
carried out without any price implication to GETCO.
2. Technical specifications for the following items put as tender document
are generally framed for GETCO AIS substations, hence, any irrelevance
with respect to GIS may please be ignored and items/ parameters as per
relevant standards may please be considered for this PROJECT. Bidder
shall highlight such issues in the technical bid.
1. Technical specification for illumination
2. Technical specification for installation and erection guide lines.
3. Successful bidder shall submit all the designs calculations and drawings for
approval.
4. Successful bidder shall submit detailed BOQ for approval
before procurement.Technical specifications are generalized
for all Voltage class substations.
5. BCU/BCPU shall have sufficient Inputs and Outputs as per LCC scheme design.
6. Layout and BOQ is prepared after considering 66 kV cable entry and
11 kV D.P.s as shown in G A Drawing.
7. Modular Multi diameter Cable sealing system shall be provided for all the
types of cableentries in GIS building.
8. The Price quoted by the bidder shall remain firm during the contract
period and shall notbe subject to variation on any account or for change
in quantity.
9. The Panels supplied shall have been manufactured by Relay OEM.
10. External surface of GIS enclosure shall be painted with anti-corrosive PU
basedpaint having minimum 50 micron coating.
11. All the GIS Equipment structure, GIB duct supoort str. & outdoor
equipmentstructures, Gantry structures and LM structures shall have GI
coating considering marine atmosphere as per specifications.
12. All outdoor equipments LA,CVT, BPI , SF6 bushings etc shall be
Seal & Signature of Bidder 90
polymer housed and have creepage distance of 31 mm/KV.
13. No further extension will be given against rain period and this rain period
shall beconsidered as working period. While quoting the bid , Bidder have
to consider thisperiod.
14. Scope of work for this packages are clearly mentioned in tender. For any
clarity bidder mayask in pre bid query only otherwise GETCO reserves
the right to take the decision duringdetailed engineering/execution.
15. Please consider non-judicial stamp paper of Rs.300 in all format and
anywhere mention
in the tender. While quoting the bid bidder may please note that.
16. ‘PROPERTY OF GETCO’ must be embossed on each kit.
17. Guarantee/Warrantee of all kits shall be 3 years after successful
commissioningat GETCO substation.
18. Supply & Erection of any 400/220kV Transformers are not in the scope of
bidder, but bidder will erect the items other than the scope of transformer
manufacturer and witness during the erection and testing of the same and
provide all the result in as built drawings/documents.
19. Cable sealing end with termination kit suitable for 3 Run 1CX630sq.mm
power cable/Phase for Transformer Bay & Interconnecting Bay and 1 Run
1Cx 630 sq.mm power cable/Phase for line bays are in the scope of GIS
manufacturer. It shall be installed in co-ordination with cable laying agency
by EPC contractor.
20. Lightning Masts shall be provided for Switchyard area as per DSLP
calculation . DSLP for GIS Buildings, Control room building etc. shall be
as per IS 2309 .
21. Submission of study report of Very Fast Transient Over Voltage (VFTO)
shall be inthe scope of bidder.
22. Successful bidder has to depute his expert to visit site annually for the
period of five
years from the date of commissioning to inspect GIS for carrying out status
evaluation of GIS performance. This is intended to share the operational
challenges and confirmingthe maintenances followed by GETCO.
23. LCC of 400,220 and 66kV GIS shall be front openable. LCC shall be installed
in such a way that facing of front side of LCC and GIS module is same.
Opposite to LCC panel, C&R panels shall be arranged exactly in line with
GIS module. Sufficient maintenance space shall be kept between LCC &
C&R panel.
24. Mounting channels to be grouted in flooring for GIS support shall be
designed and verified by GIS OEM only.
25. Perforated GI tray along with GI cover shall be considered for
26. supporting cables on GIS module also up to cable trench.
27. 06 Nos. of 400kV Metering CTs shall be erected at 400kV Pachham SS on
existing foundations of BPIs with modification in structure drawing of proposed
CTs.

11. Training
Successful bidder has to arrange for training at their expense for GETCO engineers as per
the clause no.3.22 of the Technical specifications for GIS equipment. Complete training
materials in soft & hard copy shall be given to participants.

Seal & Signature of Bidder 91


12.Progress Report (Refer Cl. No. 9.00 of ECC)

The successful bidder shall submit progress report monthly for supply activities &
fortnightly for erection activities along with site photographs.

As it is not possible to specify / indicate the detailed requirement of the GIS


it is a responsibility of the bidder for the complete design, manufacturing, supply at
site, storage, preservation, erection, testing and commissioning of the GIS as per
the technical specifications.

The layout of the GIS is to be prepared considering the various statutory laws of
local statutory body. Successful bidder has to make his own arrangement for
collecting the required documents from local statutory body and such documents are
to be furnished along with the submission of the layout of GIS.
Requirement of testing during commissioning shall be fulfilled by successful bidder
by arranging the required HV Testing equipment at no extra cost to
GETCO. No delay shall be permitted on account of the non-availability of the HV test
equipment.

13. Bidder’s Responsibility


As it is not possible to specify / indicate the detailed requirement of whole substation
it is a responsibility of the bidder for the complete design, manufacturing, supply at
site, storage, preservation, erection, testing and commissioning of the substation as
per the technical specifications.

14. Payment (refer GCC Cl. No 47.0)


1) Successful bidder must submit “No Claim certificate “along with final bill.
2) Tender specification gives only BOQ asking for unit rate & accordingly bidder
shall quote the prices against each unit and payment will be made accordingly.
Price break up if any for supply items will be considered for billing purpose & not
for actual payment.

15. Clarification
Clarification on the tender document if any shall reached to CE (P&C) on or Before
15.05.2023. Clarification received thereafter will not be considered & out Rightly ignored.

16. Bonus: (Not Applicable)

17. Rain period:


No further extension will be given against rain period and this rain period shall be
considered as working period. While quoting the bid, Bidder have to consider this
period.
(18) Commercial :

1) All the equipment to be supplied under this package shall be subject to Guarantee clause
of no 37.0 of GCC i.e 24 months from TOC irrespective of any time mention else were in
tender.

2) All the Annexure, forms, certificate are the standard documents of tender however, only
related document based on the qualifying requirement are applicable.
Seal & Signature of Bidder 92
3) The Bid evaluation shall be carried out on final end cost only.

4) Payment of steel structure mentioned in Price Schedule is only for the Gantry structure
based on the approved design and BOM. The structure for equipment, GIS and the bus
support structure of GIS are to be supplied along with the respective equipment and no
payment shall be made against this steel structure.

5) WCT is applicable on all payment related to Supply, Erection and Civil portion subject to
provisions of GST Act. TDS is not applicable supply portion.

6) Welfare Cess will be applicable on Supply, Erection and Civil Portion. Welfare Cess shall
be paid by concerned bidder only.

7) The following is the method of award of contract:


_ LOI shall be issue to bidder having lowest end cost.
_ Bidder have to accept the LOI within 5 days.
_ GETCO shall issue LOA (Letter of Award) mentioning the end cost of package covering
break up of Civil, Supply and Erection part and acceptance to be given by bidder within
5 days.
_ Bidder have to pay Security Deposit as per Tender terms and condition within 30 days.
_ A/T shall be issued from above.
_ Commencement period shall be from LOA date and same shall be consider for schedule
PROJECT time.

19. SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE DEPOSIT

19.1 The successful bidder has pay security deposit-cum-performance deposit within 15 days
of receipt of LOA i.e. Letter of Award.

19.2 The successful bidder will be required to pay an amount equivalent to 10 % of the value
of the order (END cost) as a Security Deposit for satisfactory execution of the contract
and as performance guarantee. Such Security Deposit will be payable either in DD
payable at Vadodara / Bank guarantees from Scheduled / Nationalized Banks will be
acceptable, if the amount of security deposit payable exceeds ` 50,000/- Bank
Guarantees will be furnished. The Bank Guarantees furnished should have clear
one time validity till the completion of the order in all respect and up to the expiry
of the Guarantee period of 25 Months (2 years +1 month) from the date of
Commissioning of Substation. Bank Guarantee for interim period will not be allowed.
If by any reason the contract period is extended, then contractor should undertake to
renew the Bank Guarantee at least one month before the expiry of the validity failing
which Board will be at liberty to redeem the same, without entering into further
correspondence in the matter.

19.3 No interest will be allowed on amount of Security deposit.

19.4 The Security Deposit-cum-performance Guarantee deposit as above on total shall


be kept deposited up to 2 years + 1 month from the date of charging of line.

19.5 This security deposit is for the performance of contract and the same is liable to be
forfeited by the GETCO in event of non fulfillment of the term and conditions of this
contract by the contractor.

Seal & Signature of Bidder 93


19.6 Corporate Guarantees are not admissible.

19.7 The ‘Signing of Contract‘ and ‘Contract Agreements’ will be done as per
prevalent GETCO Terms and Conditions on the basis of LOA.
20. Inspection : ( Ref : Cl – 4.0 GENERAL INFORMATION (TECHNICAL) :
For inspection at manufacturing works, Supplier is responsible for to and fro expenses of
GETCO inspectors and all local incidental expenses including lodging and boarding if it
is out side India
21. All the equipments/ hard-wares proposed to be supplied shall have valid type test
certificates from any accredited NABL laboratory not older than 10 years & must be valid
up to the expiry of validity of offer

Seal & Signature of Bidder 94

You might also like