Professional Documents
Culture Documents
VOLUME-VI
Contents
Page No.
Reference Description
From To
Letter-1 Letter of Technical Bid 4 4
Letter-2 Letter of Price Bid 5 5
Schedule-I Summary of Prices 6 6
Estimated Cost based on SOR price for
Schedule-I(A1) equipments and materials to be supplied for sub- 7 10
stations and feeder bays
Estimated Cost based on SOR price materials to be
Schedule-I(A2) 11 11
supplied for transmission lines
Schedule-I(A3) Estimated Cost based on SOR price for Civil Works. 12 12
Estimated Cost based on SOR price for Erection,
Schedule-I(A4) Testing & Commissioning of Outdoor & Indoor 13 18
Equipments
Estimated Cost based on SOR price for Erection,
Schedule-I(A5) 19 20
Testing & Commissioning of Transmission line
Schedule-II Details of exemption or any concession 21 21
Schedule-III Financial Information of the Bidders 22 22
Schedule-IV Current Contract Commitments 23 23
Completion Schedule for supply of plant
Schedule- V(A) 24 24
Equipments & other materials
Completion Schedule for Civil, Erection, Testing &
Schedule- V(B) 25 25
Commissioning of Sub-stations and feeder bays.
Completion Schedule for Erection, Testing &
Schedule- V(C) 26 26
Commissioning of transmission lines.
Schedule- VI(A) Specific Experience Criteria (Sub-station) 27 27
Schedule-VI(B) Specific Experience Criteria (Transmission Line) 28 28
List of tools and plants available for construction of
Schedule-VII 29 29
facilities
Schedule-VIII Commercial Questionnaire 30 34
Schedule-IX Details of Organization setup 35 35
Schedule-X Deviation from terms & conditions of Bid Document 36 36
Schedule-XI Quality Assurance Plan 37 37
Under taking for confirmation in regard to
Schedule-XII 38 38
guaranteed technical particulars of equipments
Important technical particulars of 50 MVA Power
Schedule-XIII 39 39
Transformers
Schedule-XIV Acceptance to FIRM Price 40 40
Schedule- XV Manufacturer's Authorization 41 41
Schedule- XVI Check List 42 43
Annexure –1 A List of Vendors for major items of Transformer 44 46
List of preferred experienced manufacturers for
Annexure –1 B 47 49
equipments
(a) We have examined and have no reservations to the Bidding Documents, including
Addenda/corrigendum/amendment issued, if any. [insert the number and issuing date of
each Addendum];
(b) We, including any Subcontractors/ manufacturers, for any part of the Contract, meet
the eligibility requirements in accordance with Section-II, ITB;
(c) Our offer is in conformity with the Bidding Documents, the following Plant and
Installation Services: [insert a brief description of the Plant and Installation Services];
(d) Our Bid shall be valid for a period of Six Months from the date fixed for the Bid
submission deadline in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted at any time before the expiration of that
period;
(f) We hereby certify that we have taken steps to ensure that no person acting for us or
on our behalf will engage in any type of fraud and corruption.
Title of the person signing the Bid [insert complete title of the person signing the Bid]
Signature of the person named above [insert signature of person whose name and capacity are
shown above]
Date signed [insert date of signing] day of [insert month], [insert year]
*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint
Venture as Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be
attached with the Bid.
(a) We have examined and have no reservations to the Bidding Documents, including
Addenda/corrigendum/amendment issued, if any. [insert the number and issuing date of
each Addendum];
(b) Our offer is in conformity with the Bidding Documents, the following Plant and
Installation Services: [insert a brief description of the Plant and Installation Services];
(c) The total price of our Bid, excluding any discounts offered in item (d) below is:
Total price of the Bid [insert the total price of the Bid in words and figures]
(e) Our Bid shall be valid for a period of Six Months from the date fixed for the Bid
submission deadline in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted at any time before the expiration of that
period;
(g) We understand that this Bid, together with your written acceptance thereof included
in your Letter of Acceptance, shall constitute a binding Contract between us, until a
formal Contract is prepared and executed; and
(h) We understand that you are not bound to accept the lowest evaluated Bid or any
other Bid that you may receive.
Title of the person signing the Bid [insert complete title of the person signing the Bid]
Signature of the person named above [insert signature of person whose name and capacity are
shown above]
Date signed [insert date of signing] day of [insert month], [insert year]
*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint
Venture as Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be
attached with the Bid.
SCHEDULE-I
SUMMARY OF PRICES
Step 1 (i) For offering prices "above" or "at par" of SOR price of item no. 6, please
indicate percentage rate accordingly against item no. 7(i) below e.g. (xx.x).
(ii) For offering prices "below" of SOR price of item no. 6, please indicate
percentage rate accordingly with negative sign preceding percentage rate
against item no. 7(i) below e.g. (-xx.x).
Step 2 Please enter percentage in figures up to one digit of decimal against Sr. No.
7(i) in Column 3 e.g. (xx.x). In case bidder enters percentage in two digits of
decimal i.e. (xx.xx), then the same will be rounded off to one digit of decimal
i.e. (xx.x) in Sr. No. 7(ii) for the purpose of calculation, evaluation and award of
contract.
Note-1 The evaluation of Bid shall be done considering percentage rate rounded off to
one digit of decimal as displayed at Sr. No. 7(ii). The same will also be
considered for award of contract.
2 In case of tie, the tender will be decided through revised offers of L1 bidders.
However bidders are not allowed to increase the rate.
Supply of all materials and complete construction of 132/33kV substation Bhitarwar Distt.
Gwalior with associated feeder bays and associated 132kV DCSS transmission line from
220kV S/s Datiya to 132kV S/s Bhitarwar on total turnkey basis against TR-39/2017.
Schedule-1(A1)
Qty. for
Qty. for
S. Feeder Total Unit SOR Total SOR
Particulars Unit Bhitarwar
No. Bay at Qty. Price (₹) Price (₹)
S/s
Datiya
1 2 3 4 5 6=4+5 7 8=6*7
A 132KV EQUIPMENTS
1 Circuit Breaker Nos 3 1 4 752815.60 3011262.40
2 132KV CT 800/1-1-1 Amp. Nos 0 0 0 107019.00 0.00
3 132KV CT 400/1-1-1Amp Nos 9 3 12 102916.00 1234992.00
4 Isolator with E/S With Nos 1 1 2 262857.75 525715.50
Structure & Insulator
5 Isolator without E/S With Nos 8 2 10 244828.75 2448287.50
Structure & Insulator
6 PT Nos 3 0 3 105347.00 316041.00
7 LA Nos 9 3 12 32164.00 385968.00
8 C&R Panel (for 132/33KV Nos 1 0 1 352024.20 352024.20
Xmer)
9 C&R Panel (for Feeder) Nos 1 1 2 333368.00 666736.00
10 C&R Panel (for Bus coupler) Nos 1 0 1 333368.00 333368.00
11 Solid Core Insulators for Nos 9 6 15 12034.00 180510.00
substation work
B 33KV EQUIPMENTS
1 Vacuum Circuit Breaker Nos 7 0 7 225099.60 1575697.20
2 33KV CT 1200/1-1-1-1 Amp. Nos 3 0 3 53196.00 159588.00
3 33KV CT 800/1-1-1 Amp. Nos 0 0 0 39479.00 0.00
4 33KV CT 400/1-1 Amp. Nos 18 0 18 27335.00 492030.00
5 NCT with structure Nos 1 0 1 27351.00 27351.00
6 LA 36kV Nos 3 0 3 9537.00 28611.00
7 LA 33kV Nos 18 0 18 9537.00 171666.00
8 PT Nos 3 0 3 24915.00 74745.00
9 Isolator (with E/S) With Nos 4 0 4 75427.64 301710.56
Structure & Insulator
10 Isolator (without E/S) With Nos 14 0 14 66319.64 928474.96
Structure & Insulator
11 Isolator (without E/S) 1200 Nos 1 0 1 77209.64 77209.64
Amps. With Structure &
Insulator
12 C&R Panel (for 1T+1F) Nos 1 0 1 203341.60 203341.60
13 C&R Panel (for 3 F) Nos 1 0 1 178346.30 178346.30
14 C&R Panel (for 1 F) Nos 1 0 1 105846.00 105846.00
15 C&R Panel for CAP BANK Nos 1 0 1 110952.60 110952.60
16 Solid Core Insulators for Nos 12 0 12 2321.00 27852.00
substation work
17 Solid Core Insulator special Nos 1 0 1 37763.00 37763.00
set with structures
18 36kV 12MVAR Capacitor Bank Nos 1 0 1 1025893.00 1025893.00
with structures and
accessories(SET)
C TRANSFORMER &
ASSOCIATED EQUIP.
1 50MVA 132/33KV Transformer Nos 1 0 1 25680310.70 25680310.70
(with Oil and associated
eqipments)
Qty. for
Qty. for
S. Feeder Total Unit SOR Total SOR
Particulars Unit Bhitarwar
No. Bay at Qty. Price (₹) Price (₹)
S/s
Datiya
1 2 3 4 5 6=4+5 7 8=6*7
D 132KV CARRIER COMMUNICATION
EQUIPMENT
1 Carrier Cabinet Without Nos 0 0 0 195090.50 0.00
Protection coupler
2 Coupling Devices (LMU) Set 0 0 0 75883.50 0.00
3 RTU & Telemetering (SET) Set 1 0 1 1826645.70 1826645.70
4 EPAX (16/8 lines) Nos 1 0 1 188173.70 188173.70
5 Telephone Sets Nos 12 0 12 613.80 7365.60
6 Coaxial Cable (KM) Km 0 0 0 104472.50 0.00
7 Telephone Cable Km 1 0 1 124539.80 124539.80
(KM)Armoured
8 132kV Wave Trap Nos. 0 0 0 100953.60 0.00
9 132kV Coupling Capacitors Nos. 0 0 0 96789.00 0.00
10 CABLES & ACCESSORIES FOR Set 1 1 2 191336.20 382672.40
OPGW TERMINATION (SET)
11 FOTE for Optical fibre Set 1 1 2 2543200.00 5086400.00
communication (SET)
E 132KV STRUCTURE & 33
KV Structure
Total Quantity of Steel
Structures
1 Total weight of structures MT 60 14 74 62773.70 4645253.80
2 Total G.I. Foundation bolts, MT 6 2 8 98308.10 786464.80
G.I. Bolts & Nuts, Spring,
plain and pack washers for
structures as per Sl. no. E(1)
above
F BUSBAR, EARTHING
MATERIAL
1 Zebra Conductor (in Kms) Km 5 1 6 275256.30 1651537.80
2 M.S.Flat for earthing ( 75 X 8 ) MT 0 0 0 38082.00 0.00
3 M.S.Flat for earthing ( 65 X 8 ) MT 30 1 31 38082.00 1180542.00
4 M.S.Flat for earthing ( 50 X 6 ) MT 15 1 16 38082.00 609312.00
5 Earthing rods ( 25 mm X Nos 90 10 100 700.70 70070.00
3000mm ) In Nos.
6 GI Pipe 40 mm Dia., 4mm Thk Mtr 225 15 240 209.00 50160.00
along with clamp for Earth
Pit(in Mtrs)
7 Power Cable 3.5 core Km 0.5 0 0.5 449779.00 224889.50
150sq.mm (in km)
8 Screening conductor/O.H. Km 2 0.5 2.5 60267.90 150669.75
Sheild Wire (in km)
9 Junction Box (36 Ways) Nos 9 2 11 3199.90 35198.90
10 Junction Box (64 Ways) Nos 12 0 12 8352.30 100227.60
11 Junction Box (128 Ways) Nos 0 0 0 12008.70 0.00
16 Fire fighting equipments
set
a) Dry-Chemical Powder (DCP) Set 1 0 1 18201.70 18201.70
Type, Capacity-75Kg, Trolly
Mounted
b) CO2 Type , Capacity-22.5Kg, Set 2 0 2 12669.80 25339.60
Trolly Mounted
c) Mechanical Foam Type, Set 2 0 2 7835.30 15670.60
Cpacity-50Ltr, Trolly Mounted
( Cylinder Type)
d) Set Of Fire Buckets Set 2 0 2 5110.60 10221.20
Comprising 6 Nos Buckets,
Capacity-9Kg , Each with
Stand ( Set )
17 Rail 52Kg 3 Mtr long for Power Nos 2 0 2 8192.80 16385.60
Transformer
Qty. for
Qty. for
S. Feeder Total Unit SOR Total SOR
Particulars Unit Bhitarwar
No. Bay at Qty. Price (₹) Price (₹)
S/s
Datiya
1 2 3 4 5 6=4+5 7 8=6*7
18 R S Joist 175X85, 11Mtr Long Nos 2 0 2 10195.90 20391.80
for Station Transformer
Qty. for
Qty. for
S. Feeder Total Unit SOR Total SOR
Particulars Unit Bhitarwar
No. Bay at Qty. Price (₹) Price (₹)
S/s
Datiya
1 2 3 4 5 6=4+5 7 8=6*7
3 8Core 2.5 Sq.mm Km 5 0.5 5.5 103851.00 571180.50
Unarmoured (in Km)
4 12Core 2.5 Sq.mm Km 5 0 5 155540.00 777700.00
Unarmoured (in Km)
5 19Core 2.5 Sq.mm Km 6 0.5 6.5 287925.00 1871512.50
Unarmoured (in Km)
I SUB STATION CLAMPS
1 T CLAMPS
a) TWIN ZEBRA RUN-ZEBRA TAP Nos 33 3 36 755.70 27205.20
b) ZEBRA RUN-ZEBRA TAP Nos 123 21 144 412.50 59400.00
2 P.G.CLAMPS
a) ZEBRA -ZEBRA Nos 9 3 12 474.10 5689.20
b) ZEBRA -PANTHER Nos 21 3 24 458.70 11008.80
c) ZEBRA-RECOON Nos 12 0 12 1099.00 13188.00
3 P.I. CLAMPS 132 KV
a) SINGLE ZEBRA Nos 9 3 12 430.10 5161.20
b) TWIN ZEBRA Nos 6 3 9 968.00 8712.00
4 P.I. CLAMPS 33 KV
a) SINGLE ZEBRA Nos 12 0 12 430.10 5161.20
b) TWIN ZEBRA Nos 9 0 9 968.00 8712.00
J SPACERS (Twin Zebra) Nos 44 10 54 462.00 24948.00
K Earth wire clamps Nos 26 5 31 352.00 10912.00
M Total Amount (₹) 68076904.75
Schedule-1(A2)
Schedule-1(A3)
Sr.
Particulars Amount (₹)
No.
1 Control Room (Type V-A) 4336774.40
2 Structure Foundations 4636914.00
3 Earth Pits 185154.40
4 Cable trench 1977186.25
5 Yard fencing 2198802.00
6 Yard Metalling 1786904.00
7 Leveling 1363460.00
8 Retaining wall 1118191.00
9 WBM Road 1555435.00
10 Culvert 161158.10
11 Total 19319979.15
12 GST @18% 3477596.25
13 Total including GST 22797575.40
Note:
2. The work of item no. 8 "Retaining Wall" wherever required shall Not be executed
without prior approval of CE(EHT-Const.).
Schedule-1(A4)
Qty. for
Qty. for
S. Feeder Total Unit SOR Total SOR
Particulars Unit Bhitarw
No. Bay at Qty. Price (₹) Price (₹)
ar S/s
Datiya
1 2 3 4 5 6=4+5 7 8=6*7
Shifting, Installation, Erection, Testing and Commissioning of following
equipment/material:
Qty. for
Qty. for
S. Feeder Total Unit SOR Total SOR
Particulars Unit Bhitarw
No. Bay at Qty. Price (₹) Price (₹)
ar S/s
Datiya
1 2 3 4 5 6=4+5 7 8=6*7
31 Cable Termination
(a) 2Core 2.5 Sq.mm Unarmoured Mtr 36 3 39 80.46 3137.94
(b) 4Core 2.5 Sq.mm Unarmoured Mtr 94 12 106 121.14 12840.84
(c) 8Core 2.5 Sq.mm Unarmoured Mtr 10 0 10 164.05 1640.50
(d) 12Core 2.5 Sq.mm Unarmoured Mtr 9 0 9 204.77 1842.93
(e) 19Core 2.5 Sq.mm Unarmoured Mtr 16 5 21 246.67 5180.07
(f) Power Cable 3.5 core Mtr 1 0 1 330.00 330.00
70/150sq.mm
(g) Coaxial Cable Km 0 0 0 7.86 0.00
32 Earthing works
(a) M.S.Flat for earthing ( 75 X 8 ) MT 0 0 0 44.15 0.00
/(in Mtr)
(b) M.S.Flat for earthing ( 65 X 8 ) MT 7380 246 7626 42.60 324867.60
/(in Mtr)
(c) M.S.Flat for earthing ( 50 X 6 ) MT 6360 424 6784 44.72 303380.48
/(in Mtr)
(d) Earthing rods ( 25 mm X 3000mm Nos 90 10 100 807.86 80786.00
) In Nos.
(e) Preparation of Earth Pits and Nos 15 1 16 10581.45 169303.20
associated brick Messonary work
33 AC Board Nos 1 0 1 4950.00 4950.00
34 DC Board Nos 2 0 2 4950.00 9900.00
35 Fitting of lighting fixtures with Nos 60 0 60 545.55 32733.00
poles
36 Installation of HPSV/HPMH lighting Nos 13 5 18 545.55 9819.90
fixtures (250 Watt ) on gantry
columns
37 110V 300Ah Battery Nos 1 0 1 7562.50 7562.50
38 110V 300Ah Battery Charger Nos 1 0 1 5500.00 5500.00
39 48V 300Ah Battery Nos 1 0 1 3300.00 3300.00
40 48V 300Ah Battery Charger Nos 1 0 1 5500.00 5500.00
41 12 MVAR Capacitor bank with NCT Set 1 0 1 23100.00 23100.00
and Special Solid Core Insulator
set complete with structures(Set)
42 Stringing & Jumpering (in
Mtrs)
(a) Twin Zebra conductor (in Mtrs) Mtr 1395 105 1500 51.64 77460.00
(b) Single Zebra conductor (in Mtrs) Mtr 2210 790 3000 41.17 123510.00
(c) Screening conductor/O.H. Sheild Mtr 2000 500 2500 19.38 48450.00
Wire
43 Total Amount (₹) 2414658.94
44 GST @18% 434638.61
45 Total including GST (₹) 2849297.55
S.
Description of work
No.
1 2
(A) Structures :
i) Erection of structures including tightening and punching of nuts, bolts.
(B) Stringing of overhead gantries, vertical droppers with ACSR conductor including fixing of
insulator string, spacers, clamps etc.
i) Twin Zebra
ii) Single Zebra
iii) Stringing of overhead shield wire with 7/3.66 mm standard galvanized steel complete with fixing
of strain clamps at the structures.
(C ) Installation of transformers
I. Complete assembly and erection of power transformer with connections etc including installation
of marshalling boxes, control cabinets, air sealing radiators, cooling fans, all accessories etc for
transformer including their preliminary checks. Unloading /handling of transformer accessories,
handling and filling of transformer oil along with associated equipments.
II. STATION TRANSFORMER
i) Shifting of 33/0.4 KV Station transformer up to plinth and placing on plinth & connection to
bushing & earth connection alongwith associated work etc.
(D) Installation and erection of out-door equipments.
I. CIRCUIT BREAKERS
i) 132 KV SF-6 circuit breakers (3 phase)
a) Erection of structures and alignment, shifting of breaker upto the place and placement of all 3
circuit breaker poles on structure and alignment.
b) Complete assembly of circuit breaker including erection of control cabinet & mechanism box,
interconnecting piping work, erection of all accessories for the equipment.
c) SF-6 gas filling for which gas cylinder & filling equipments shall be provided by Company.
d) Preliminary check, test including test for leakage of air/gas.
ii) 33 KV Vacuum circuit breakers (3 Phase)
a) Erection of structures and alignment, shifting of breaker upto the place and placement of circuit
breaker on structure and alignment.
b) Complete assembly of circuit breaker including erection of control cabinet & mechanism box,
interconnecting piping work erection of all accessories for the equipment.
c) Preliminary check, test including test for leakage of air/gas.
b) Erection/ mounting of mechanism box, interconnection, pipings, alignment of contacts & all
associated activities to make the installation complete including checking of successful
mechanical and electrical operation.
i) B 132 KV isolators (Single Phase)
a) Shifting upto civil foundation & placements of complete isolator in all Single phase of isolator
structure.
b) Erection/ mounting of mechanism box, interconnection, pipings, alignment of contacts & all
associated activities to make the installation complete including checking of successful
mechanical and electrical operation.
ii) 33 KV isolators (3 phase)
a) Shifting upto civil foundation & placement of complete isolator in all 3 phase of isolator
structure.
S.
Description of work
No.
1 2
b) Erection/mounting of mechanism box, interconnection, piping alignment of contacts & all
associated activities to make the installation complete including checking of successful
mechanical and electrical operation.
III. Isolators with earth switch (3 Phase)
i) 132 KV isolators (3 phase)
a) Shifting upto civil foundation & placement of complete isolator in all 3 phase of isolator
structure.
b) Erection/ mounting of mechanism box, interconnection, piping alignment of contacts & all
associated activities to make the installation complete including checking of successful
mechanical and electrical operation.
ii) 33 KV isolators (3 Phase)
a) Shifting upto civil foundation & placement of complete isolator in all 3 phase of isolator
structure.
b) Erection/ mounting of mechanism box, interconnection, piping alignment of contacts & all
associated activities to make the installation complete including checking of successful
mechanical and electrical operation.
IV. Shifting of CT/NCT upto civil foundation and placement on structure and fixing of
junction box including all accessories etc.
a) 132 KV
b) 33 KV CT/NCT
V. Shifting of CC/CVT/P.T. upto civil foundation & placement on structure and fixing of
junction box including all accessories etc.
a) 132 KV
b) 33 KV
VI. Erection of lightning arrestors (LAs) :
i. Shifting of surge/lightening arrestors & placement of equipments on structure including all
accessories and making all connections also include checking & installation of insulator base and
surge counters.
a) 132 KV LA
b) 33 KV LA
VII. Erection of Solid Core Insulators (PI):
a) 132 KV PI
b) 33 KV PI
VIII. Wave trap with overhead suspension and other accessories.
a) 132 KV W/T
IX. Installation of Set of coupling devices (line matching unit) for PLCC purposes.
X. Erection of 36 kV 12 MVAR Capacitor bank with structures and accessories complete in
all respect.
i) 25 mm dia X 3000 mm long M.S. rod earth electrodes installation directly driven/drilled (40 to
50 mm dia) into earth including excavation (irrespective of type of soil encountered) backfilling
with betonite soil (to be arranged by contractor) welding to earth conductor etc.
ii) Providing of steel risers and making earth mat (duly buried at a depth of 0.5 mtrs) including
backfilling with black cotton soil (to be arranged by the contractor) welding etc. and bolting of
risers to the structure at desired place.
a) MS flat 75 X 8 mm
b) MS flat 65X 8 mm
S.
Description of work
No.
1 2
c) MS flat 50X 6 mm
(F) Preparation of earthing pits (1.5X1.5.X3 Mtrs.) as per drawing attached with bid document,
which includes excavation (Irrespective of the soil encountered) embedding of 4 No. GI Pipes of
size 40 mm dia, 3 Mtrs. long, back filling with B.C. soil (to be arranged by the contractor) free
from boulders and harmful mixture. These GI pipes are to be welded with MS flats by making
mesh frame and cutting of pipes as also making holes in the pipe for water seepage. The earth
pit is to be connected with earth mesh of MS flat.
(G) Yard Lighting :
i) Erection of pole for yard lighting and fitting of fixtures.
ii) Installation of light fixtures on gantry columns, supply connections to the light fitting from the
nearest lighting board in the yard etc.
Shifting up to control room (including storage if required) and placement complete with all relays
& accessories. The placement of C&R panel to be done on MS channel frame and MS Channel
frame will suitable grouted in control room as per drawing. The cutting, welding & fabrication of
MS channel frame is to be done as per drawing. Proper alignment of C&R panel to be done. The
earthing of C&R Panel to be done. Making of all interconnections for the control & relay panel on
terminal block as per drawing including all AC & DC connections.
(v) RTU & Tele metering (Set):
Shifting up to control room (including storage if required) and placement complete with all relays
& accessories. The placement of RTU to be done on MS channel frame and MS Channel frame
will suitable grouted in control room as per drawing. The cutting, welding & fabrication of of MS
channel frame is to be done as per drawing. Proper alignment of RTU to be done. The earthing
of RTU to be done. Making of all interconnections for the RTU on terminal block as per drawing
including all AC & DC connections.
(vi) CARRIER CABINET:
Shifting up to control room (including storage if required) and placement in control room .The
cabinet will be suitably grouted in control room as per drawing. The proper alignment of panel to
be done on MS channel frame and MS Channel frame will be suitably grouted in control room.
The earthing of panel to be done. Making of all AC/DC connections in terminal block as per
drawing.
(vii) EPAX:
Shifting up to control room (including storage if required) and placement in control room with all
accessories.
(viii) FOTE for Optical Fiber Communication
S.
Description of work
No.
1 2
Shifting (including storage if required) and placement at designated place. The cabinet will be
suitably grouted as per drawing. The earthing of panel to be done. Making of all AC/DC
connections in terminal block as per drawing. Final Installation, commissioning and testing
including Cable laying and termination.
(ix) 110V Battery
a) Shifting of 110V Battery set (having 55 cells of 1.2 V) up to control room along with battery
stand & electrolyte containers shifting up to control room with all accessories. Checking of
breakage and condition of cover seals.
b) Erection of mounting racks, placement of battery cells (after proper cleaning of cells) on battery
set including their interconnections and connections to their battery chargers. Providing number
identification sticker / plates for each cell.
c) Charging of batteries as per manufacturer’s recommendation under guidance of engineer in
charge including two to three charge/discharge cycle complete with maintaining record of
battery charging. This work includes initial filling of electrolyte topping up of electrolyte/distilled
water during charge/discharge cycle.
(ix) 110V Battery Charger
Shifting up to control room & placement in AC/DC room with all accessories. The grouting of
charger to be done as per drawings. Proper alignment and earthing of Charger to be done.
Making of all AC/DC connection in terminal block as per drawing.
(xi) 48V Battery
a) Shifting of 48V Battery set (having 24 cells of 1.2 V) up to control room along with battery stand
& electrolyte containers shifting up to control room with all accessories. Checking of breakage
and condition of cover seals.
b) Erection of mounting racks, placement of battery cells (after proper cleaning of cells) on battery
set including their interconnections and connections to their battery chargers. Providing number
identification sticker / plates for each cell.
c) Charging of batteries as per manufacturer’s recommendation under guidance of engineer in
charge including two to three charge/discharge cycle complete with maintaining record of
battery charging. This work includes initial filling of electrolyte topping up of electrolyte/distilled
water during charge/discharge cycle.
(xii) 48V Battery Charger
Shifting up to control room & placement in AC/DC room with all accessories. The grouting of
charger to be done as per drawings. Proper alignment and earthing of Charger to be done.
Making of all AC/DC connection in terminal block as per drawing.
(K) Cable terminations including fixing of cable glands, lugs etc. for each type of control/ power
cables, including terminations at both ends. I.R. value between cores and I.R. value with respect
to its armouring is to be verified. The continuity of all cores is also to be verified. Both work to
be done before connecting cable to the terminal block. Making suitable hole in bottom/side plate
of C&R panel, AC/DC Board, Marshaling box, CT/PT sec box and CB mechanism box for fixing
cable glands in addition to cable gland holes already provided. The hole should be free from
burrs. Fixing all cables in respective cable glands and refixing gland plate to its original place. All
cable identification plate is to be provided on both ends of each cable. Stripping of outer
insulation cover, armoring etc. of cable, fixing ferrules on each core at both ends. Stripping all
cores to suitable length, making eye, crimping terminal lugs (as the case may be) and fixing it to
terminal block as per drawing followed by proper bending/ dressing of all cores.
a 2 Core x 2.5 Sq.mm.(Unarmoured)
b 4 Core x 2.5 Sq.mm.(Unarmoured)
c 8 Core x 2.5 Sq.mm. (Unarmoured)
d 12 Core x 2.5 Sq.mm. (Unarmoured)
e 19 Core x 2.5 Sq.mm. (Unarmoured)
f Coaxial Cable
g 3.5 Core x 70 /150 Sq. mm. Power Cable
(L) Laying of copper cables (armoured /unarmoured) on racks/cable trays/ angle support overhead
racks conduits including dressing of cables with accessories for copper conductor & armored
control cables.
Schedule-1(A5)
Qty. for
132kV DCSS Unit SOR Total SOR
S. No. Particulars Unit
Datiya- Price (₹) Price (₹)
Bhitarwar
1 2 3 4 5 6=4*5
1 Survey including site clearance & tree Kms. 35 10659.00 373065.00
cutting
2 Check survey Kms. 36.5 7251.00 264662.00
3 Excavation for Tower :
i) Normal soil Cum. 996 311.00 309756.00
ii Wet soil Cum. 4623 311.00 1437753.00
iii) Black cotton soil Cum. 4965 311.00 1544115.00
iv) Soft rock Cum. 2350 871.00 2046850.00
v) Hard rock Cum. 53 1518.00 80454.00
4 Tower Foundation :
For E/ND-Series & Anchor tower :
a) Setting of Template & Stub
i) E0/ND0 type tower Per Loc. 82 4228.00 346696.00
ii) E30/ND30 type tower Per Loc. 15 4228.00 63420.00
iii) E60/ND60 type tower Per Loc. 20 4228.00 84560.00
iv) MD60 type tower Per Loc. 2 7663.00 15326.00
b) Earthing of towers in four legs Per Loc. 119 494.00 58786.00
c) Earthing of Gantry Column by Per Loc. 6 296.00 1776.00
providing two earth sets
d) Concreting including back filling, muffing, copping & curing (Including
gantry)
i) Concrete Ratio 1:1½:3 (M20) Cum. 1621 8083.00 13102543.00
ii) Concrete Ratio 1:2:4 (M15) Cum. 42 7625.00 320250.00
iii) Concrete Ratio 1:3:6 (M10) Cum. 525 5661.00 2972025.00
e) Cost of laying reinforcement steel MT 83 68983.00 5725589.00
including cost of materials
5 Tower erection (including tightening &
punching) :
a) E/ND-Series Tower :
i) Tower erection (including tightening & MT 658 5946.00 3912468.00
punching) Including Gantries
ii) Peripheral welding of nuts & bolts Nos. 111508 17.00 1895636.00
6 Stringing :-
i) Double Ckt. Single Strung with Panther Kms. 35 113190.00 3961650.00
& OPGW
ii) 2nd Ckt. Stringing with Panther Kms. 1.5 79200.00 118800.00
Conductor with one ckt. Live
iii) Stringing : OPGW with one ckt. live Km. 1.5 69124.00 103686.00
(for replacemenr of E/W)
7 (A) Final checking & rectification, Per Loc 119 6090.00 724710.00
fixing of anticlimbing device,
danger board & number plate
7 (B) Dismantling
i) Dismantling: Earthwire with one circuit Kms. 1.5 30443.00 45665.00
live
ii) Transportation of dismantled material MT per 1 2640.00 2640.00
100KM
8 MISCELLANEOUS WORKS :
(i) Excavation (for tower site leveling and revetment work).
(a) Dry soil Cum. 875 138.00 120750.00
(b) Wet soil Cum. 875 138.00 120750.00
(c) Soft rock Cum. 875 447.00 391125.00
(d) Hard rock Cum. 87.5 1240.00 108500.00
(ii) (a) Cost of building revetment with Cum. 700 3666.00 2566200.00
stones with 1:5 cement mortar per
Cum of stone masonry.
TR- 39/2017 Page 19 of 76
Volume-VI
Qty. for
132kV DCSS Unit SOR Total SOR
S. No. Particulars Unit
Datiya- Price (₹) Price (₹)
Bhitarwar
1 2 3 4 5 6=4*5
(b) Cost of top seal cover of revetment Cum. 17.5 5415.00 94763.00
wall with 1:2:4 mix concrete.
(c) Back filling and levelling of the Cum. 175 132.00 23100.00
volume enclosed by revetment walls in
Cum.
(d) Cost of concrete 1:3:6 mix required Cum. 70 4948.00 346360.00
for base padding including all material
including cement.
(iii) (a) Erection of counterpoise earthing Per 240 128.00 30720.00
including all material, excavation and laying
back filling. Meter
(b) Cost of providing additional Per Loc. 4 9669.00 38676.00
earthing at the each counterpoise wire
incl.cost of material.
9 Sub Total 43353825.00
10 * Less cost of Check survey work (Sr. no 2 above) not to be included in total 264662.00
commitment
11 Total of (Sr. no.9 – Sr. No.10) 43089163.00
12 GST @18% (on 11 above) 7756049.34
13 Total amount including GST taken to Schedule-I (11+12) 50845212.34
* Note: - The Detail survey includes cost of check survey also. Therefore, at sections of
line route where Detail survey is carried out by the contractor, no payment of check
survey shall be made for such sections.
SCHEDULE-II
Details of Exemptions / concession
Date:
Signature:
Name:
Seal :
SCHEDULE-III
Financial Information of the Bidders
(in case of JVA, the information shall be submitted separately in respect of each partner of the JVA)
Part-A
1. Total Assets
2. Total outside Liabilities
3. Net Worth (1-2)
Part-B
4. Current Assets
5. Stock / Inventories
6. Prepaid Expenses
7. Contractual Advance
payment liability
8. Liquid Assets (4-5-6-7)
Information from Profit & Loss Statement for Previous Three(3) or Five(5) Years as per the Tender
Document
Item no. of Profit &
Year 1 Year 2 Year 3 Year 4 Year 5 Loss Account
Part-C
FY……….. FY……… FY……….. FY……… FY……….. Considered for
Calculating Figures
8. Total
Turnover
9. Average
Turnover
Attached are copies of Financial Statements (Balance Sheets, including all related notes, and income
statements ) for the years required above complying with the following conditions:
All such documents must reflect the financial information of the bidder or partner to a JVA, and not
sister or parent companies.
Historic financial Statements must be audited by the Statutory Auditor. In case the bidder does not
have a statutory auditor, then it should provide the certificate from a chartered Accountant that
ordinarily audits the annual accounts of the bidder.
Historic financial Statements must be complete, including all noted to the financial Statements.
Historic financial Statements must correspond to accounting periods already completed and audited
(no statements for partial periods shall be requested or accepted, until allowed in tender).
SCHEDULE-IV
CURRENT CONTRACT COMMITMENTS
(to be submitted by Sole bidder. In case of JV, by the Lead Partner of JV)
Date:
Signature:
Name:
Seal :
SCHEDULE-V(A)
COMPLETION SCHEDULE FOR SUPPLY OF PLANTS,
EQUIPMENTS & OTHER MATERIALS
Period in weeks
S.
Description of work from the
No.
effective date
[A] Proto type of substation structures
i. 132 kV
ii. 33 kV
[B] Supply of sub-station structures
i. 132 kV
ii. 33 kV
Supply of indoor equipments along
[C]
with accessories
i. 132 kV
ii 33 kV
Supply of outdoor equipments along
[D]
with accessories
i. 132 kV
ii 33 kV
[E] Supply of earthing materials
i. Supply of 40 MM round bars
ii MS FLAT (65X8 MM)
iii MS FLAT (50X6 MM)
Hot dip galvanized earthing rods 25
iv
mm dia, 3 Mtr length.
Date: Signature:
Name:
Seal :
SCHEDULE- V(B)
COMPLETION SCHEDULE FOR CIVIL, ERECTION TESTING &
COMMISSIONING OF SUB-STATION
(To be submitted separately for each work supported with Bar Chart)
Signature:
Date:
Name:
Seal:
SCHEDULE- V(C)
COMPLETION SCHEDULE FOR ERECTION TESTING AND
COMMISSIONING OF TRANSMISSION LINE
(To be submitted separately for each transmission line work supported with Bar Chart)
S. Description of work Period in months from
No. Effective date
1 Opening of site office & store
2 Detailed/Check survey
a Commencement
b Completion
3 Inspection of proto assemblies.
a Commencement
b Completion
4 Manufacturing and supply of stub & cleats
a Commencement
b Completion
5 Manufacturing and supply of tower parts
a Commencement
b Completion
6 Supply of Conductor, Earth wire, disc Insulators,
Hardware & Accessories for Conductor & Earth wire
a Commencement
b Completion
7 Foundation of towers
a Commencement
b Completion
8 Erection of towers
a Commencement
b Completion
9 Stringing
a Commencement
b Completion
10 Pre commissioning
a Commencement
b Completion
11 Final commissioning
Note:- 1. The Completion Schedule must indicate date of commencement & date of
completion of all the activities in such a manner so that overall completion period
should match with Time schedule specified in Section-IV.
2. While Bar Chart shall be submitted with the Bid, the bidder after acceptance of
his Bid will be permitted to make minor adjustments, in activity & Time Schedule
subject to following conditions:-
(a) Total Completion Schedule for each work will not be changed due to
minor adjustment in Time Schedule of other sub activities.
(b) Bar Chart after discussion shall be approved & accepted by the Employer
and then only it would become a part & parcel of the contract.
Date: Signature:
Name:
Seal:
SCHEDULE-VI(A)
SPECIFIC EXPERIENCE CRITERIA
(Sub-station)
Contract
Contract No . . . . . . of . . . . . .
Identification
Award Date Completion date
Role in Contract Management Subcontract
Contractor
Contractor or
SCHEDULE-VI(B)
SPECIFIC EXPERIENCE CRITERIA
(Transmission Line)
Contract
Contract No . . . . . . of . . . . . .
Identification
Award Date Completion date
Role in Contract Management Subcontract
Contractor
Contractor or
Total Contract Amount INR
If partner in a JV or Subcontractor , specify
Percent of Total Amount
participation of total contract amount
Employer’s Name
Address
Telephone Number
Fax Number
E-mail
SCHEDULE-VII
Under this schedule, list of tools and plants required for execution of various
activities excavation, structure foundation, concreting and erection, testing &
commissioning etc. available with the Contractor should be indicated.
S.
Name of activity List of tools and plants with quantity.
No.
Date:
Signature:
Name:
Seal :
SCHEDULE - VIII
COMMERCIAL QUESTIONNAIRE
Note: Bidders may please note that submission of this questionnaire duly and
properly filled in is essential. While replying the questions given below no reference
should be made to comments entered elsewhere in the bid. All queries should be
answered and these answers should be complete in themselves. Please note that none
of the column should be left blank and clear reply against all columns should be
furnished.
S.
Particulars Details
No.
1. (a) Name and address of Bidder
Phone (R):
Mobile No:
FAX No:
E-mail address:
2. (i) Whether you are a State or Central Govt.
undertaking.
(ii) If yes, whether documentary evidence in support of
the above has been enclosed. (In absence of
documentary evidence your claim to be State/Central
Govt. undertaking shall be ignored).
3. Whether photocopy of following documents (duly
validated) has been furnished.
(i) "A" Class Electrical contractor certificate
(ii) EPF Account No:
(iii) GST Registration No:
4. Please refer clause 2.04 and indicate here whether you
have submitted your tender as individual firm or as
joint venture and in case of joint venture, please
indicate number of joint venture partners, their name
and address.
(a) No. of JV Partners:
(b)Name(s) of JV Partners:
(c) Address of JV Partners:
(d)Contact details of JV Partners:
5. In case of Joint Venture participation please confirm
the following :-
S.
Particulars Details
No.
venture.
S.
Particulars Details
No.
2.03 of Section-II of Volume-I & also confirm that all
required documents/schedules as required have been
enclosed with your offer to substantiate compliance
with MPPTCL’s financial criteria.
16. Please confirm that you have noted our requirement of
“Financial Resources” as per clause no. 2.03.03 of
Section-II of Volume-I & also confirm that all required
documents/schedules as required have been enclosed
with your offer.
17. Please confirm that you have noted and agreed to our
stipulations for “conflicting provisions” as per clause no.
8 of Section-II of Volume-I.
18. Please confirm that you have noted and agreed to the
stipulations made for “Non-Responsive Bids” as per
clause no. 10 of Section-II of Volume-I.
19. Please confirm that you have noted our requirement for
“Documents Comprising the Bid” as per clause no. 12
of Section-II of Volume-I and the bid has been
submitted in line with the requirements.
20. Please confirm that you have noted & agreed to our
requirement for “Subcontractors proposed by the
Bidder” and MPPTCL reserves the right to delete any
proposed Subcontractor from the list as per clause no.
12.02 (d) of Section-II of Volume-I.
21. Please confirm that you have noted our requirement
that Alternative bids or offer are not acceptable as per
clause no. 12.02(f) of Section-II of Volume-I.
22. Please confirm that you have noted and agreed to the
stipulations made for “Additional Information” as per
clause no.12.02(g) of Section-II of Volume-I.
23. Please confirm that you have noted our requirement of
FIRM Prices as detailed in clause no. 14.07 of Section-
II of Volume-I of the Bid Document.
24. Please confirm that you have noted that Bid Security
must be submitted in the form of Bank Guarantee and
the amount of bid security shall be as per clause no. 16
of Section-II of Volume-I.
25. Please indicate the details of Bid Security e.g., Name of
Bank, Amount of BG etc.
26. Please confirm that you have noted that Bid Security
issued by Punjab National Bank shall not be
accepted by MPPTCL and the BG shall be valid for 7
months from the date of Bid opening, as per clause
no. 16.02 of Section-II of Volume-I.
27. Please confirm that you have noted that Bid shall be
valid for 6 months from the date of Bid opening, as per
clause no. 17 of Section-II of Volume-I.
28. Please confirm that you have noted stipulations of
clause 19, 20, 21 and 22 of Section-II of Volume-I and
have submitted your Bid accordingly.
29. Please confirm that you have noted and agreed to our
stipulations made in clause no. 25 of Section-II of
Volume-I.
S.
Particulars Details
No.
30. Please confirm that you have noted and agreed to our
stipulations for “Technical Evaluation” as per clause no.
28 of Section-II of Volume-I.
31. Please confirm that you have noted and agreed to our
stipulations for “Commercial Evaluation” as per clause
no. 29 of Section-II of Volume-I.
32. Please confirm that you have noted & agreed to “Scope
of Facilities” as stipulated in clause no. 3 of Section-III
of Volume-I.
33. Please confirm that you have noted & agreed to
provision for “Effective Date” as stipulated in clause
no. 4.2 of Section-III of the Bid document.
34. Please confirm that you have noted & agreed to
“Contractor’s Responsibility” as stipulated in clause no.
5 of Section-III of Volume-I.
35. Please confirm that you have noted & agreed to our
requirement of Performance Security with a validity
upto 90 days beyond the Defect Liability Period as
stipulated in clause no. 9.2 of Section-III of the Bid
document.
36. Please confirm that you have noted the responsibility
for payment of taxes, duties, license fees etc. shall be
of the contractor as stipulated in clause no. 10 of
Section-III of Volume-I
37. Please confirm that you have noted our requirement of
Subcontracting as stipulated in clause no. 15 of
Section-III of Volume-I
38. Please confirm that you have noted our requirement of
Design & Drawing as stipulated in clause no. 16 of
Section-III of Volume-I
39. Please confirm that you have noted our requirement for
Plants & Equipments as stipulated in clause no. 17 of
Section-III of Volume-I and as specified in Section-I of
Volume-II
40. Please confirm that you have noted & agreed to our
requirement for Civil works as specified in Volume-III.
41. Please confirm that you have noted & agreed to our
requirement for Installation/ Erection work, compliance
with Labor Regulations, Protection of Environment and
Safety Precautions etc. as stipulated in clause no.18 of
Section-III of Volume-I
42. Please confirm that you have noted & agreed to our
requirement of Test and Inspection as stipulated in
clause no. 19 of Section-III of Volume-I.
43. Please confirm that you have noted & agreed to our
requirement of completion of the facility & operational
acceptance as stipulated in clause no. 20 of Section-III
of Volume-I.
44. Please confirm that you have noted & agreed to our
requirement of completion time guarantee as stipulated
in clause no. 21 of Section-III of Volume-I.
S.
Particulars Details
No.
45. Please confirm that you have noted & agreed to our
requirement of defect liability guarantee of 24 months
from the date of Taking over of facilities as stipulated in
clause no. 22 of Section-III of Volume-I.
46. Please confirm that you have noted & agreed to our
requirement of equipment performance guarantees as
stipulated in clause no. 23 of Section-III of Volume-I.
47. Please confirm that you have noted & agreed to our
requirement stipulated in clause no. 28 of Section-III of
Volume-I.
48. Please confirm that you have noted & agreed to our
“Insurance Requirements” as stipulated in clause no.
29 of Section-III of Volume-I and as detailed in clause
no. 10 of Section-IV of Volume-I
49. Please confirm that you have noted & agreed to our
conditions for Suspension and Termination of Contract
as detailed in clause no. 35 & 36 of Section-III of
Volume-I.
50. Please confirm that you have noted & agreed to our
conditions for Settlement of Disputes as detailed in
clause no. 38 of Section-III of Volume-I.
51. Please confirm that you have noted & agreed to our
requirement of Completion period as stipulated in
Clause 1, Section-IV of Volume-I.
52. Please confirm that you have noted & agreed to
adjustment of Unit SOR price in case of change in taxes
and duties as stipulated in Clause 2.6, Section-IV of
Volume-I.
53. Please confirm that you have noted & agreed to our
Terms of Payment for supply of Plants,
Equipments/Materials, installation/erection & civil work
as stipulated in clause 3, Section-IV of Volume-I.
54. Please confirm that you have noted & agreed to our
requirement of compliance with regulations as
stipulated in Clause 13, Section-IV of Volume-I.
55. Please confirm that you have noted the details given in
Annexure-1A & 1B of Volume-VI regarding preferred
experienced manufacturers of various equipments.
56. Please confirm that all details and requirements of
Section-I, II, III & IV of Volume-I have been carefully
noted by you.
57. Whether schedule of check list has been enclosed Duly
filled in.
Date: Signature:
Name:
Seal:
SCHEDULE-IX
The bidder should furnish an undertaking that they have required skilled
manpower and qualified engineers and technical staff for taking up erection
works and have required expertise and technical infrastructure to organize
construction of civil foundation works & control room meeting modern
quality standards.
Date: Signature:
Name:
Seal :
SCHEDULE- X
The bidder shall state under this schedule, how his offer deviates,
varies or departs from the MPPTCL's Specification.
--------------------------------------------------------------------------------
S. No. Subject MPPTCL's Proposed Reasons
Specification deviation for such
Clause reference by the deviations
and page bidder
--------------------------------------------------------------------------------
1. 2. 3. 4. 5.
-------------------------------------------------------------------------------
-------------------------------------------------------------------------------
Date: Signature:
Name :
Status :
Seal :
SCHEDULE- XI
Date: Signature :
Name :
Designation:
Seal :
SCHEDULE – XII
The decision of MPPTCL in this regard shall be final and binding on us. We
further confirm that in case the alternative make equipment is not
acceptable to MPPTCL, we shall supply the equipment from the preferred
experienced manufacturers only indicated in Annexure-1.
Date: Signature :
Name :
Seal :
SCHEDULE – XIII
IMPORTANT TECHNICAL PARTICULARS OF 50MVA TRANSFORMERS
Values
1 Losses (at rated output, rated voltage and rated frequency at 75ºC)
a. No load Losses
(KW) (max ceiling
limit 25KW)
b. Load Losses
including stray
losses (KW)
c. Auxiliary losses
(KW)
d. Load including
Stray Losses +
Aux. Losses (i.e
total losses – no
load losses ) (KW)
(max ceiling limit
125KW)
2 Impedance voltage
(Percentage)
Date: Signature :
Name :
Seal :
SCHEDULE- XIV
Date: Signature :
Name :
Seal :
SCHEDULE- XV
Manufacturer's Authorization
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. This letter of authorization should be signed by a person with
the proper authority to sign documents that are binding on the Manufacturer. The
Bidder shall include it in its bid, if so indicated in the BDS.]
Date: [insert date (as day, month and year) of Bid Submission]
Tender Specification No.: [insert tender spec. number of bidding process]
To:
WHEREAS
We hereby extend our full guarantee and warranty in accordance with Conditions of
Contract, with respect to the goods offered by the above firm.
Duly authorized to sign this Authorization on behalf of: [insert complete name of
Bidder]
SCHEDULE- XVI
CHECK LIST
Declaration
S. strike out
Items Reference
No. whichever not
applicable
Declaration
S. strike out
Items Reference
No. whichever not
applicable
Under taking for confirmation
in regard to guaranteed
19. Schedule- XII Yes/No
technical particulars of
equipments
Important technical particulars
20. Schedule- XIII Yes/No
of 50 MVA Power Transformers
21. Acceptance to FIRM Price Schedule- XIV Yes/No
22. Manufacturer's Authorization Schedule-XV Yes/No
Date: Signature:
Name:
Seal:
ANNEXURE -1A
LIST OF VENDORS FOR MAJOR ITEMS OF TRANSFORMER
The vendors of various major items from whom procurement was made by various suppliers of
transformers and quality of which was found acceptable are listed below. However, Major items/inputs
in transformers have to conform to highest quality standards and these items/inputs procured from
any vendors meeting the required specification would be acceptable.
No. Name of Item Supplier
1. CRGO M/s Nippon steel corporation, Japan
M/s JFE Steel corp., Japan ( Erstwhile M/s Kawasaki Corp.
Japan)
M/s AK Steel,USA
M/s Armco, USA,
M/s Posco,Korea
M/s Covefi, France
M/s Salzgittar, Germany
M/s Usinor, France
M/s Transfer, France
M/s Mitsubishi, Japan.
M/s AST Terni, Italy
M/s EBG India Pvt Limited, (Indian Agent) for M/s GELSE
NKIRCHEN, Germany
M/s British Steel Corporation , UK
M/s Thyseen Krupp Group of Companies
2. Winding copper & M/s Invex Filli Isolati Speciali s.p.a. Italy
(a) conductor M/s Sam Dong Korea
M/s Asta, Austria
M/s Smit Draad, Holland
M/s Incab Industries, Jamshedpur
M/s Sterlite Industries, Mumbai
M/s Hindalco Industries
M/s Bhandary Powerlines Private Limited (BPPL), Manipal.
M/s BCPL Conductors Private Limited, Manideep, Bhopal.
M/s Bhandary Powerlines Private Limited (BPPL),Vadodara.
M/s Shakti Insulated Wires,Mumbai
M/s KSH International Pvt Limited, Taloja
M/s Delta-Trans Conductor, Mumbai
M/s Vijay Electricals, Hyderabad
M/s RIMA Transfomers & Conductors Pvt. Limited, Bangalore.
M/s Lacroix and Kress (GMBH) germany
M/s Pirellicavi Italy
M/s Shree Cable & Conductors
M/s Chandra Metals,allahabad
(b) CTC Conductor M/s Sam Dong Korea
M/s Invex Filli Isolati Speciali s.p.a. Italy
M/s Loc Roix AND KRESS – Germany
M/s Chandra Portico ltd silvassa
M/s KSH International Pvt Ltd, Chakan
3. Precompressed press M/s H. Weidmann, Switzerland
Board & press Board M/s Fige Holms Brruk, Swedan
components M/s Senapathy Whiteley, Banglore
TR- 39/2017 Page 44 of 76
Volume-VI
ANNEXURE -1B
LIST OF PREFERRED EXPERIENCED MANUFACTURERS FOR OTHER
EQUIPMENTS
S.No. Equipment Approved Makes
160 MVA and 40 MVA Power
1 BHEL/BBL/EMCO /CGL /TELK/ALSTOM/ABB
Transformers
2 Circuit Breakers
400KV SF6 ABB/ALSTOM/ SIEMENS
220KV SF6 ABB/ ALSTOM / CGL/ SIEMENS
132KV SF6 ABB/ ALSTOM / CGL/Siemens
33KV Vacuum BHEL/ ABB/ MEGAWIN/ ALSTOM / CGL/ ANDREW
YULE/STELMEC
3 C&R Panels
400KV & 220KV ABB/ VENSON/ ALSTOM /GE
132KV ABB/ VENSON/ ALSTOM /GE/ UNIVERSAL
CONTROLS/SIEMENS/DANISH/MAKTEL
33KV HERTZ/ SYSTEM/ VENSON/ MAKTEL/ GE/ ALSTOM
/ABB/ POPULAR/ UNIVERSAL CONTROLS/AARTEK
SOLONIKS/DANISH
4 Instrument Transformer
400 KV Current Transformers BHEL/ABB/ALSTOM/TELK/CGL
220 KV Current Transformers ABB/BHEL /TELK/ ALSTOM/MEHRU/CGL
132 KV Current Transformers ABB/BHEL /TELK/ MEHRU/ HEPTACARE/CGL
33 KV Current Transformers UNIVERSAL /VISHAL/ LAMCO/ LAXMI ENGG
/AMBARNATH / HEPTACARE/MEHRU/VIDYUT
400 KV CVT BHEL / ABB / ALSTOM / CGL/SIEMENS
220 KV CVT BHEL / ALSTOM / CGL/SIEMENS/ABB
220 KV Potential Transformers BHEL/ CGL /MEHRU
132 KV Potential Transformers BHEL / MEHRU / CGL/HEPTACARE
33 KV Potential Transformers UNIVERSAL / VISHAL / LAMCO / AMBARNATH /
LAXMI ENGG/ EPTACARE/MEHRU/VIDYUT/KAPCO
5 Lightning Arrester
390 KV OBLUM/ CGL / LAMCO / ELPRO
198 KV OBLUM/ CGL / LAMCO/ ELPRO
120 KV OBLUM/ CGL / LAMCO/ ELPRO
30 KV OBLUM/ CGL / LAMCO/ ELPRO
6 Isolators
400 KV HIVELM / SIEMENS / BIMCO/SWITCHGEAR &
STRUCTURALS /CGL/ALSTOM
220 KV HIVELM / GR POWER / STERLING / SWITCHGEAR
& STRUCTURALS/ ELEKTROLITES / UNIVERSAL /
BIMCO/SIEMENS/ CGL/ALSTOM
132KV GR POWER / UNIVERSAL / STERLING /
BIMCO/ELEKTROLITES /SIEMENS/ SWITCHGEAR
& STRUCTURALS / ALSTOM/CGL
33 KV ELEKTROLITES / G.NANDY / GR POWER / ROMA /
UNIVERSAL / SIEMENS/ SWITCHGEAR &
STRUCTURALS /RAMA ENGG/ CGL/ ALSTOM
7 Solid Core Insulators
400 KV WS INDUSTRIES/ADITYA BIRLA /
MODERN/SARAVANA/ BHEL/IEC
220 KV WS INDUSTRIES / ADITYA BIRLA / MODERN / IEC/
TR- 39/2017 Page 47 of 76
Volume-VI
APPENDIX-1
IS-808 Specification for Rolled Steel Beam, Channel and angle sections
IRS T-12 Specification for Rail Pole-IU (Industrial Use) Grade (R 52) High
IRS T-18 conductivity rail 52Kg/m.
2) In Clause No. 5.0, page 206 “Size of Various types of Steel Section should
be as follows:-
3) In Clause No. 9.0 page 207 “Length” of various types of Steel Section should
be as follows:- 1. MS FLATS - 5.5 mtr TO 15 mtr
Format: 1
BID SECURITY
To be executed on Non-Judicial Stamp Paper as per prevailing rules in the state of Madhya Pradesh
(present rate is 0.25% of BG amount subject to minimum of Rs. 500/- and maximum of Rs.
25,000/- with 1/- revenue stamps)
Note: - The Bank Guarantee issued from Punjab National Bank shall not be accepted.
Bank’s Name and complete address with PIN code of Issuing Branch or
Office………….………………………………………………………………………………………
…………………………………………………………………………………………………………..
FAX No.: ………………………….... e-mail:…………………………………
In case of failure of RTGS, the payment shall be made through Demand Draft
immediately.
Consequently, any demand for payment under this guarantee must be received by us
at the office on or before that date.The courts of Jabalpur shall have exclusive
jurisdiction in all matters of disputes in respect of above Bank Guarantee.
. . . . . . . . . . . .Bank’s seal and authorized signature(s) . . . . . . . . . .
Note: All italicized text is for use in preparing this form and shall be deleted from the
final document
Format: 2
FOR CONTRACT AGREEMENT
(Single Participation)
(To be executed on Non-Judicial Stamp Paper worth 500/ and 1/- revenue
stamps).
AND WHEREAS the MPPTCL has accepted the bid of the Contractor vide Work
Order No. ________________________ dtd. ____________for
___________________________________ for the sum of ` ______________
(In words ` __________________________________________________)
upon the terms and subject to the condition hereinafter mentioned;
2. For the work done under the scope of the MPPTCL's Work Order referred
above, the MPPTCL shall pay to the Contractor `________________________
(In words `____________________________________________________)
or such other sum as may become payable in accordance with the said work
order.
3. In all matters arising under out of or in relation to this agreement, the terms
and conditions contained in the aforesaid Work Order No.
________________________ dtd. ____________ shall apply and all such
matters shall be determined accordingly.
IN WITNESS whereof the parties hereto have signed this agreement on the
dates and year mentioned against their respective signature.
Signature of Witnesses:
***
Format: 3
BANK GUARANTEE FOR CONTRACT PERFORMANCE
To be executed on Non-Judicial Stamp Paper as per prevailing rules in the state of Madhya Pradesh
(present rate is 0.25% of BG amount subject to minimum of Rs. 500/- and maximum of Rs.
25,000/- with 1/- revenue stamps)
Note: - The Bank Guarantee issued from Punjab National Bank shall not be accepted.
1. Vide Notification of Award / Contract issued on …….( insert number and date of
the notification of award / Contract) by you (MPPTCL) to M/s
………………………………….. (the Contractor), having its Principal place of
business at ………………………………………… and Registered Office at
……………………………("the Contractor") concerning …………………………………………………….
(Name & Scope of Contract) …………………………………………… on turnkey basis against
Tender Specification No. ……………………..
3. By this letter we, the undersigned, …………….. (insert name & address of the
issuing bank), a Bank (which expression shall include its successors,
administrators, executors and assigns) organized under the laws of
............................ and having its Registered/Head Office at ……………….(insert
address of registered office of the bank)waiving all objections and defenses under
the aforementioned contract, hereby irrevocably and independently guarantee to
pay on your first Notice of Demand any amount up to a total of ……………….(in
words: ....................................) (insert amount of BG).
6. This guarantee shall not be affected by any change in the constitution of our Bank
or of the contractor or for any other reason whatsoever.
7. In the event of any claim under this guarantee, payment shall be immediately
effected On Same Day to your Bank through RTGS in the following account:
9. Except for the Notice for Demand, as per Annexure-I no other document or other
action shall be required not withstanding any applicable Law or Regulation.
10. The Court of Jabalpur shall have exclusive Jurisdiction in all matters of all
disputes in respect of above Bank Guarantee.
11. This guarantee shall expire no later than DD/MM/YYYY or upto extended period.
By this date we must have received any claims for payment by demand letter
sent to us through e-mail or through Fax or in person. For this purpose e-mail
address & other details of Bank & Beneficiary are as under:
.................................................
Place: Guarantor Seal & Signature
Date:
Note:
1. For the purpose of executing the Bank Guarantee, the non-judicial stamp papers
of appropriate value shall be purchased in the name of Bank who issues the ‘Bank
Guarantee’. 2. The Bank Guarantee shall be signed on all the pages by the Bank
Authorities indicating their POA nos. and should invariably be witnessed.
3. The Bank Guarantee should be in accordance with the proforma as provided.
However, in case the issuing bank insists for additional paragraph for limitation of
liability, the following may be added at the end of the proforma of the Bank Guarantee
[i.e., end paragraph of the Bank Guarantee preceding the signature(s) of the issuing
authority(ies) of the Bank Guarantee]:
Quote
“Notwithstanding anything contained herein:
1. Our liability under this Bank Guarantee shall not exceed (value in figures)
___________ [(value in words) ____________].
2. This Bank Guarantee shall be valid upto ________ (validity date) __________.
3. We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only & only if we receive a written claim or demand on or before ________
(validity date) __________.”
Unquote
Format: 4
INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR
(To be executed on Non-Judicial Stamp Paper worth 500/- and 1/- revenue stamps)
INDEMNITY BOND
And WHEREAS by virtue of Clause No. ……………………….of the said Contract, the
Contractor is required to execute an Indemnity Bond in favor of MPPTCL for the
Equipment handed over to it by MPPTCL for the purpose of performance of the
Contract/Erection portion of the Contract (hereinafter called the ‘Equipment’)
interalia constitute a criminal breach of trust on the part of the Contractor for all
intents and purpose including legal/penal consequences.
4. That MPPTCL is and shall remain the exclusive Purchaser of the Equipment free
from all encumbrances, charges or liens of any kind, whatsoever. The equipment
shall at all times be open to inspection and checking by the Purchaser’s
Representative or other employees/Agents authorized in this regard. Further,
MPPTCL shall always be free at all times to take possession of the Equipments in
whatever form the Equipments may be, if in its opinion , the Equipments are likely
to be endangered, mis-utilized or converted to uses other than those specified in
the contract by any acts of omission or commission on the part of the Contractor or
any other person or on account of any reason whatsoever and the Contractor binds
himself and undertakes to comply with the directions of demand of MPPTCL to
return the equipment without any demur or reservation.
5. That this Indemnity Bond is irrevocable. If at any time any loss or damage occurs
to the Equipment or the same or any part thereof is mis-utilized in any manner
whatsoever, then the Contractor hereby agrees that the decision of the Purchaser’s
Representative as to assessment of loss or damage to the Equipment shall be final
and binding on the Contractor. The Contractor binds itself and undertakes to
replace the lost and/or damaged Equipment at its own cost and/or shall pay the
amount of loss to MPPTCL without any demur, reservation or protest. This is
without prejudice to any other right or remedy that may be available to MPPTCL
against the Contractor under the Contract and under this Indemnity Bond.
6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and
punctually comply with the terms and conditions of this Bond to the satisfaction of
MPPTCL, THEN, the above Bond shall be void, but otherwise, it shall remain in full
force and virtue.
IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its
authorized representative under the common seal of the MPPTCL, the day, month
and year first above mentioned.
Authorized representative
(Common Seal)
FORMAT: 5
FORMAT FOR UNDERTAKING BY THE JOINT VENTURE PARTNERS
THIS JOINT DEED OF UNDERTAKING executed on this………. day of……….. Two Thousand
and………....... by …………………………………………….. a company incorporated under the laws
of ………………… and having its Registered Office at ........................(hereinafter called
the “Party No.1” which expression shall include its successors, executors and permitted
assigns) and M/s……………a company incorporated under the laws of ………..……………and
having its Registered Office at ………..………… (hereinafter called the “Party No.2” which
expression shall include its successors, executors and permitted assigns ) and M/s.. .. ..
.. . .. . . . . .. . .. .. .... ..a Company incorporated under the laws of ……………….. and
havingits Registered Office at …………….(hereinafter called the “Party No.3” which
expression shall include its successors, executors and permitted assigns) for the purpose
of making a bid and entering into a contract [hereinafter called the “Contract”{in case of
award)] against the Specification No TR-…….for …… (insert name of the package along
with project name) ………………………………….………of M. P. Power Transmission Co. Ltd, a
Company incorporated under the Companies Act of1956 having its registered office at
Block No. 2, Shakti Bhawan, Rampur, Jabalpur (hereinafter called the “MPPTCL”).
WHEREAS the Party No.1, Party No.2 and Party No.3 have entered into an Agreement
dated ................
AND WHEREAS the MPPTCL invited bids as per the above mentioned Specification for the
design, manufacture, supply, erection, testing and commissioning of Equipment/
Materials stipulated in the bidding documents under …… (insert name of the package
along with project name) ……………
The above clause further states that this Undertaking shall be attached to the
bid and the Contract performance guarantee will be as per the format enclosed
with the bidding document without any restrictions or liability for either party.
AND WHEREAS the bid is being submitted to the Purchaser vide proposal
No…………………..dated ……..... by Party No.1 based on this Undertaking between all the
parties; under these presents and the bid in accordance with the requirements of Tender
specification & Qualification Criteria has been signed by all the parties.
In consideration of the above premises and agreements all the parties of this Deed of
Undertaking do hereby declare and undertake:
1. In requirement of the award of the Contract by the MPPTCL to the Joint Venture
Partners, we, the Parties do hereby undertake that M/s……… the Party No.1, shall
act as Lead Partner and further declare and confirm that we the parties to the Joint
Venture shall jointly and severally be bound unto the MPPTCL for the successful
TR- 39/2017 Page 60 of 76
Volume-VI
performance of the Contract and shall be fully responsible for the design,
manufacture, supply, erection, testing, commissioning and successful performance
of the equipment/ material in accordance with the Contract:
2. In case of any breach or default of the said Contract by any of the parties to the
Joint Venture, the party(s) do hereby undertake to be fully responsible for the
successful performance of the Contract and to carry out all the obligations and
responsibilities under the Contract in accordance with the requirements of the
Contract.
3. Further, if the MPPTCL suffers any loss or damage on account of any breach in the
Contract or any shortfall in the performance of the equipment/ material in meeting
the performances guaranteed as per the specification in terms of the Contract, the
Party(s) of these presents undertake to promptly make good such loss or damages
caused to the MPPTCL, on its demand without any demur. It shall not be necessary
or obligatory for the MPPTCL to proceed against Lead Partner to these presents
before proceeding against or dealing with the other Party(s), the MPPTCL can
proceed against any of the parties who shall be jointly and severally liable for the
performance and all other liabilities/obligations under the Contract to the MPPTCL.
4. The financial liability of the Parties of this Deed of Undertaking to the MPPTCL, with
respect to any of the claims arising out of the performance or non-performance of
the obligations set forth in this Deed of Undertaking, read in conjunction with the
relevant conditions of the Contract shall, however not be limited in any way so as
to restrict or limit the liabilities or obligations of any of the Parties of this Deed of
Undertaking.
5. It is expressly understood and agreed between the Parties to this Undertaking that
the responsibilities and obligations of each of the Parties shall be as delineated
below:
It is further undertaken by the parties that the above sharing of responsibilities and
obligations shall not in any way be a limitation of joint and several responsibilities of
the Parties under the Contract.
9. It is further agreed that this Deed of Undertaking shall be irrevocable and shall
form an integral part of the bid and shall continue to be enforceable till the MPPTCL
discharges the same or upon the completion of the Contract in accordance with its
provisions, whichever is earlier. It shall be effective from the date first mentioned
above for all purposes and intents.
IN WITNESS WHEREOF, the Parties to this Deed of Undertaking have through their
authorized representatives executed these presents and affixed Common Seals of their
companies, on the day, month and year first mentioned above.
WITNESS :
I. ………………………………
II. ………………………………
WITNESS :
I. ………………………………
II. ………………………………
Name ………………………..
Designation …………………. (Signature of the authorized
Signature ……………………. representative)
WITNESS :
I. ………………………………
II. ………………………………
Note:
1. The non-judicial stamp papers of appropriate value shall be purchased in the
name of Joint Venture and the date of purchase should not be later than six
months of date of execution of the Undertaking.
2. The Undertaking shall be signed on all the pages by the authorized
representatives of each of the partners and should invariably be witnessed.
FORMAT: 6
FORMAT FOR CONTRACT AGREEMENT
(JV Participation)
(To be executed on Non-Judicial Stamp Paper worth 500.00 & 1.00 revenue
stamps).
AND WHEREAS the MPPTCL has accepted the bid of the Contractor vide Work
Order No. ________________________ dtd. ____________for
___________________________________ for the sum of ______________
(In words __________________________________________________)
upon the terms and subject to the condition hereinafter mentioned;
2. For the work done under the scope of the MPPTCL's Work Order referred
above, the MPPTCL shall pay to the Contractor ________________________
3. In all matters arising under out of or in relation to this agreement, the terms
and conditions contained in the aforesaid Work Order No.
________________________ dtd. ____________ shall apply and all such
matters shall be determined accordingly.
IN WITNESS whereof the parties hereto have signed this agreement on the
dates and year mentioned against their respective signature.
2. Signature :_________
Name: ________
Address:
Signature of Witnesses :
2. Signature :_________
Name: ________
Address:
FORMAT: 7
FORMAT FOR POWER OF ATTORNEY FOR JOINT VENTURE
(To be executed on Non-Judicial Stamp Paper worth 500.00 & 1.00 revenue
stamps)
KNOW ALL MEN BY THESE PRESENTS THAT WE, the Partners whose details are
given hereunder ................................................................................. have
formed a Joint Venture under the laws of ............................................ and
having our Registered Office(s)/Head Office(s) at
............................................... (hereinafter called the 'Joint Venture' which
expression shall unless repugnant to the context or meaning thereof, include its
successors, administrators and assigns) acting through M/s
................................................................................. being the Partner in-
charge do hereby constitute, nominate and appoint
M/s................................................... a Company incorporated under the laws
of .............................…………………….... and having its Registered/Head Office at
........................................... as our duly constituted lawful Attorney
(hereinafter called "Attorney" or "Authorized Representative" or "Partner In-
charge") to exercise all or any of the powers for and on behalf of the Joint
Venture in regard to Specification No TR-............................. the bids for which
have been invited by Chief Engineer (procurement), Block No. 3, Shakti Bhawan,
Rampur, Jabalpur of M. P. Power Transmission Co. Ltd. (MPPTCL) to undertake
the following acts :
ii) To negotiate with the MPPTCL the terms and conditions for award of the
Contract pursuant to the aforesaid Bid and to sign the Contract with the
MPPTCL for and on behalf of the "Joint Venture".
iii) To do any other act or submit any document related to the above.
iv) To receive, accept and execute the Contract for and on behalf of the "Joint
Venture".
The Joint Venture hereby agrees and undertakes to ratify and confirm all
the whatsoever the said Attorney/Authorized Representatives/Partner in-
charge quotes in the bid, negotiates and signs the Contract with the
MPPTCL and/or proposes to act on behalf of the Joint Venture by virtue of
this Power of Attorney and the same shall bind the Joint Venture as if
done by itself.
.............................................
.............................................
.............................................
The Common Seal has been affixed there unto in the presence of:
WITNESS
1. Signature......................................................
Name ............................................…...........
Designation ...................................…..........
Occupation ......................................…........
2. Signature.................................................….
Name ..................................................….....
Designation ........................................…....
Occupation ...............…..............................
Note:
1. The non-judicial stamp papers of appropriate value shall be purchased in
the name of Joint Venture and the date of purchase should not be later
than six months of date of execution of the Agreement.
FORMAT: 8
BANK GUARANTEE FORM FOR ADVANCE PAYMENT
To be executed on Non-Judicial Stamp Paper as per prevailing rules in the state of Madhya Pradesh
(present rate is 0.25% of BG amount subject to minimum of Rs. 500/- and maximum of Rs.
25,000/- with 1/- revenue stamps)
Note: - The Bank Guarantee issued from Punjab National Bank shall not be accepted.
1. Vide Notification of Award / Contract issued on …….(insert number and date of the
notification of award / Contract) by you (MPPTCL) to M/s
………………………………….. (the Contractor), having its Principal place of
business at ………………………………………… and Registered Office at
……………………………("the Contractor") concerning …………………………………………………….
(Name & Scope of Contract) …………………………………………… on turnkey basis against
Tender Specification No. ……………………..
3. By this letter we, the undersigned, ………….. (insert name & address of the issuing
bank), a Bank (which expression shall include its successors, administrators,
executors and assigns) organized under the laws of ............................ and
having its Registered/Head Office at ……………….(insert address of registered office
of the bank)waiving all objections and defenses under the aforementioned
contract, hereby irrevocably and independently guarantee to pay on your first
Notice of Demand any amount up to a total of ……………….(in words:
............................................) (insert amount of BG).
6. This guarantee shall not be affected by any change in the constitution of our Bank
or of the contractor or for any other reason whatsoever.
7. In the event of any claim under this guarantee, payment shall be immediately
effected On Same Day to your Bank through RTGS in the following account:
9. Except for the Notice for Demand, as per Annexure-I no other document or other
action shall be required not withstanding any applicable Law or Regulation.
10. The Court of Jabalpur shall have exclusive Jurisdiction in all matters of all
disputes in respect of above Bank Guarantee.
11. This guarantee shall expire no later than DD/MM/YYYY or upto extended period.
By this date we must have received any claims for payment by demand letter
sent to us through e-mail or through Fax or in person. For this purpose e-mail
address & other details of Bank & Beneficiary are as under:
Bank: Name of Bank with complete postal address (E-mail)…… (Fax No.)…..
.................................................
Place: Guarantor Seal & Signature
Date:
Note:
1. For the purpose of executing the Bank Guarantee, the non-judicial stamp papers
of appropriate value shall be purchased in the name of Bank who issues the ‘Bank
Guarantee’.
2. The Bank Guarantee shall be signed on all the pages by the Bank Authorities
indicating their POA nos. and should invariably be witnessed.
TR- 39/2017 Page 69 of 76
Volume-VI
Quote
“Notwithstanding anything contained herein:
1. Our liability under this Bank Guarantee shall not exceed (value in figures)
___________ [(value in words) ____________].
2. This Bank Guarantee shall be valid upto ________ (validity date) __________.
3. We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only & only if we receive a written claim or demand on or before ________
(validity date) __________.”
Unquote
FORMAT: 9
Date :___/__/______
BANK CERTIFICATE
S. Sanctioned Utilization
Type of facility
No. limit as on date as on date
1 Cash credit
2 Overdraft
3 Working Capital Loan
Total :
This is to certify that such loans, which has been sanctioned for the purpose
other than working capital, has not been considered above.
FORMAT: 10
BANK GUARANTEE FORM FOR RETENTION MONEY GUARANTEE
To be executed on Non-Judicial Stamp Paper as per prevailing rules in the state of Madhya Pradesh
(present rate is 0.25% of BG amount subject to minimum of Rs. 500/- and maximum of Rs.
25,000/- with 1/- revenue stamps)
Note: - The Bank Guarantee issued from Punjab National Bank shall not be accepted.
1. Vide Notification of Award / Contract issued on …….(insert number and date of the
notification of award / Contract) by you (MPPTCL) to M/s
………………………………….. (the Contractor), having its Principal place of
business at ………………………………………… and Registered Office at
……………………………("the Contractor") concerning …………………………………………………….
(Name & Scope of Contract) …………………………………………… on turnkey basis against
Tender Specification No. ……………………..
3. By this letter we, the undersigned, ……………… (insert name & address of the
issuing bank), a Bank (which expression shall include its successors,
administrators, executors and assigns) organized under the laws of
............................ and having its Registered/Head Office at ……………….(insert
address of registered office of the bank)waiving all objections and defenses under
the aforementioned contract, hereby irrevocably and independently guarantee to
pay on your first Notice of Demand any amount up to a total of ……………….(in
words: ............................................) (insert amount of BG).
6. This guarantee shall not be affected by any change in the constitution of our Bank
or of the contractor or for any other reason whatsoever.
7. In the event of any claim under this guarantee, payment shall be immediately
effected On Same Day to your Bank through RTGS in the following account:
9. Except for the Notice for Demand, as per Annexure-I no other document or other
action shall be required not withstanding any applicable Law or Regulation.
10. The Court of Jabalpur shall have exclusive Jurisdiction in all matters of all
disputes in respect of above Bank Guarantee.
11. This guarantee shall expire no later than DD/MM/YYYY or upto extended period.
By this date we must have received any claims for payment by demand letter
sent to us through e-mail or through Fax or in person. For this purpose e-mail
address & other details of Bank & Beneficiary are as under:
Bank: Name of Bank with complete postal address (E-mail)…… (Fax No.)…..
.................................................
Place: Guarantor Seal & Signature
Date:
Note:
1. For the purpose of executing the Bank Guarantee, the non-judicial stamp papers
of appropriate value shall be purchased in the name of Bank who issues the ‘Bank
Guarantee’.
2. The Bank Guarantee shall be signed on all the pages by the Bank Authorities
indicating their POA nos. and should invariably be witnessed.
Quote
“Notwithstanding anything contained herein:
1. Our liability under this Bank Guarantee shall not exceed (value in figures)
___________ [(value in words) ____________].
2. This Bank Guarantee shall be valid upto ________ (validity date) __________.
3. We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only & only if we receive a written claim or demand on or before ________
(validity date) __________.”
Unquote
Notice of Demand
To,
The Manager,
Dear Sirs,
Since the Contractor is in breach of its obligation under the contract / have not
submitted validity extension deed of the BG despite our request, hence, we
hereby demand for encashment of aforesaid Bank guarantee for it's full
amount. It is requested to remit the full amount immediately through RTGS as
per details given in B.G. In case of failure of RTGS, the payment be made
through Demand Draft immediately and handover the same to the bearer of
this Notice.
Yours sincerely,
Copy to: -
1. The Reserve Bank of India, …………………………
Proforma-‘I’
UNDERTAKING
(Completeness of Plants)
We undertake to deliver and install any minor item, which might not have
been mentioned in the subject schedule but may be necessary for satisfactory
operation of the plant.
We undertake to deliver any minor item, which might not have been
mentioned in the subject schedule but may be necessary for satisfactory
operation of the plant.
Place:-
Date:-
Signature of Authorised
Signatory with seal
of the Company