100 Dhol
100 Dhol
100 Dhol
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).
The Bidder shall sign the Declaration enclosed to this SCC and not furnishing the
same will make the Bid invalid.
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.
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.
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.
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.
[B]
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
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.
The successful bidder shall submit progress report monthly for supply activities &
fortnightly for erection activities along with site photographs.
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.
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.
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.
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.
19.5 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.
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