Sunteți pe pagina 1din 14

ODISHA POWER TRANSMISSION CORPORATION LIMITED

NOTICE INVITING TENDER-NIT NO. CPC-36/ 2013-14


TENDER SPECIFICATION NO: Sr. G.M- CPC-TENDER- PACKAGE- 36 / 2013-14
NAME OF THE WORK:
PACKAGE 36:
(a) Constructionof 2X20MVA, 132/33kvSubstationat CHIKITI withassociated132KV DC line
fromDigapahandi S/S toproposedCHIKITI S/S (Approximatelinelength- 32.876kms).
(b) Constructionof 2X20MVA 132/33kvsub-stationat TIRTOL withassociatedLILO linefrom
132kV J agatsinghpur-Pardeeptransmissionline(Approximatelinelength- 20kms).
(c) Constructionof 2X20MVA 132/33kvsub-stationat SATASANKHA withassociatedDC linefrom
proposed220/132/33kV S/S, Samaghara(Puri) toSATASANKHA (Approximatelinelength- 30.13
kms).
(d) Constructionof 132kvSC lineonDC tower fromJ AYANAGAR substationtoTENTULIKHUNTI
substation& associated132KV Feeder bayextensionsat bothendof thesub-station(Approximateline
length- 52.798kms).

BIDDER'S INFORMATION
Sl.No. DETAILS TOBE FILLED IN BY THE BIDDER
1 BIDDERSNAME
2 BIDDERSSITE NAME (Nameof thePlace)
3 ADDRESS
4 CITY
5 STATE
6 COUNTRY
7 PIN CODE
8 PHONE NO.
9 FAX NO.
10 CST REGISTRATION NO.
11 VAT REGISTRATION NO.
12 SERVICE TAX REGISTRATION NO.
13 PAN NO.
14 TAN NO.
15 CONTACT PERSONSNAME
16 POSITION / DEPARTMENT OF CONTACT
PERSON
17 CONTACT PERSONSE MAIL ID
18 CONTACT PERSONSPHONE NO. AND
MOBILE NO.
19 CONTACT PERSONSFAX NO.
20 DETAIL ADDRESSOF J V PARTNER(IF ANY,
WITH EMAIL ID/FAX NO/CONTACT NO).
PACKAGE :36/2013-14
NAME OF THE BIDDER
NAME OF THE BIDDER
Sl.No. Volume ClauseNo. SectionPageNo. Asspecified intheSpecification Statement of Deviations/ Variations Cost of withdrawal of
Deviations/ Variations
1
2
3
4
5
6
ODISHA POWER TRANSMISSION CORPORATION LIMITED
NAME OF THE WORK:
PACKAGE 36:
(a) Constructionof 2X20MVA, 132/33kvSubstationat CHIKITI withassociated132KV DC linefromDigapahandi S/S toproposedCHIKITI S/S (Approximateline
length- 32.876kms).
(b) Constructionof 2X20MVA 132/33kvsub-stationat TIRTOL withassociatedLILO linefrom132kV J agatsinghpur-Pardeeptransmissionline(Approximateline
length- 20kms).
(c) Constructionof 2X20MVA 132/33kvsub-stationat SATASANKHA withassociatedDC linefromproposed220/132/33kV S/S, Samaghara(Puri) to
SATASANKHA (Approximatelinelength- 30.13kms).
(d) Constructionof 132kvSC lineonDC tower fromJ AYANAGAR substationtoTENTULIKHUNTI substation& associated132KV Feeder bayextensionsat both
endof thesub-station(Approximatelinelength- 52.798kms).
SCHEDULE-5 (COMMERCIAL DEVIATIONS)
To,
ODISHA Power TransmissionCorporationLtd. Bhubaneshwar.
Dear Sir,
Sub. : ThefollowingaretheCommercial DeviationsandVariationsfromandexceptionstothespecificationanddocumentsfor thesubject Package. Thesedeviationsandvariationsare
exhaustive. Except for thesedeviationsandvariations, theentirework shall beperformedasper your specificationsanddocuments.
Further, weagree, that anyadditional conditions, variationsdeviationsetc. if foundelsewhereinour proposal documentsother thanthosestatedinthis/ deviationSchedulesavethose
pertainingtoanyrebatesoffered, shall not begiveneffect to.
PACKAGE: 36/2013-14

NOTICE INVITING TENDER-NIT NO. CPC-36 / 2013-14
TENDER SPECIFICATION NO: Sr. G.M- CPC-TENDER- PACKAGE- 36 / 2013-14
NAME OF THE BIDDER
Sl No Volume/Clause Ref./Page No. As specified in the specification Technical deviation and variation to the
specification
Cost of withdrawal of
Deviations / Variations
1
2
3
4
5
6
PACKAGE: 36/2013-14
ODISHA POWER TRANSMISSION CORPORATION LIMITED
To,
ODISHA Power TransmissionCorporationLtd. Bhubaneshwar.
Dear Sir,
Sub.: Technical Deviation/ComplianceforPACKAGE:36/2013-14: Constructionof Sub-stations, Transmissionlines& associatedsystemonTurnkeyBasis. Hereby, it is
certifiedthat offeredtechnical specificationareconfirmingwiththetechnical specificationsanddocumentsfor thesubject packageandnodeviationshasbeentaken. However,
thefollowingaretheTechnical DeviationsandVariationsfromtheandexceptionstothespecificationsanddocumentsfor thesubject Packagewhichareunavoidable. These
deviationsandvariationsareexhaustiveexcept for thesedeviationstheentirework shall beperformedasper your specificationsanddocuments.
Further, weagree, that anyadditional conditions, variations, deviationsetc. if foundelsewhereinour proposal documentsother thanthosestatedindeviationsschedulesave
thosepertainingtoanyrebatesofferedshall not begiveneffect to.
NAME OF THE WORK:
PACKAGE 36:
(a) Constructionof 2X20MVA, 132/33kvSubstationat CHIKITI withassociated132KV DC linefromDigapahandi S/S toproposedCHIKITI S/S
(Approximatelinelength- 32.876kms).
(b) Constructionof 2X20MVA 132/33kvsub-stationat TIRTOL withassociatedLILO linefrom132kV J agatsinghpur-Pardeeptransmissionline
(Approximatelinelength- 20kms).
(c) Constructionof 2X20MVA 132/33kvsub-stationat SATASANKHA withassociatedDC linefromproposed220/132/33kV S/S, Samaghara(Puri) to
SATASANKHA (Approximatelinelength- 30.13kms).
(d) Constructionof 132kvSC lineonDC tower fromJ AYANAGAR substationtoTENTULIKHUNTI substation& associated132KV Feeder bayextensions
at bothendof thesub-station(Approximatelinelength- 52.798kms).
SCHEDULE-6(TECHNICAL DEVIATIONS)
NOTICE INVITING TENDER-NIT NO. CPC-36 / 2013-14
TENDER SPECIFICATION NO: Sr. G.M- CPC-TENDER- PACKAGE- 36 / 2013-14
TECHNICAL CRITERIA Pdf filereference Biddersresponse
1 Para- [A]: SUB-STATION WORK:
5.1.1 The Bidder should have Designed, Constructed and Commissioned minimumOne (01)
Number 110 KV or higher voltage class sub-station having minimum02 (two) Nos. Bays on
Turn-Key basis.
OR
5.1.2 The Bidder should have Erected Tested and Commissioned minimum03(three) Nos.
of 110 KV or higher voltage class Bays.

The above works ( 5.1.1 or 5.1.2 ) should have been completed during last 10 (ten) years and
should be in successful operation for a minimumperiod of One (01) year reckoned fromthe
date of opening of Techno-Commercial Bids
2 Para- [B]: 132 KV TRANSMISSION LINE WORK:
5.1.3 Thebidder shouldhavecompletedconstructionof Transmissionlineprojectsof 110 KV or,
higher class, involving supply of materials, tower foundations, erection, stringing, testing and
commissioningwith a cumulative line length of not less than 50% (FIFTY PERCENT) (to be
quantified against each package rounded off to the next whole No.) against each package and
shouldhavebeencompletedduringlast 10 (ten) years andshouldbeinsuccessful operationfor a
minimumperiodof One(01) year reckonedfromthedateof openingof Techno- Commercial Bids.
OR
5.1.4 Thebidder shouldhavecompletedconstructionof Transmissionlineprojectsof 110 KV or,
higher, involving erection of Tower & Foundation, stringing, testing and commissioningwith a
cumulative line length of not less than 75% (SEVENTY- FIVE PERCENT) ( to be quantified
against eachpackageroundedoff tothenext wholeNo) indicatedagainst eachpackageandshould
havebeencompletedduringlast10(ten) yearsandshouldbeinsuccessful operationfor aminimum
periodof One(01) year reckonedfromthedateof openingof Techno-Commercial Bids.
5.1.5 In addition to the above(5.1.1 or 5.1.2) & (5.1.3 or 5.1.4), the Bidder should haveown
tower manufacturingfacilityor shouldhaveaccesswithTransmissionlinetower manufacturer for
supplyof tower materials. (Format of undertakingplacedat Annexure-XVIII inVol.-IA of bidding
document).
3 5.1.6 TheBidder either shouldhaveexperiencefor thePilingworksinTransmissionLineor should
havearrangement withanexpert firm/contractor, whohasadequateexperienceon pilingworksin
TransmissionLineandwhocantakeupthepilingwork inTransmissionas andwhenrequiredand
tothat effect theBidder hastogiveanundertakingfromthefirm/contractor alongwithall relevant
document insupport of experienceanditscapacityandcapabilityinexecutionof pilingwork in
TransmissionLine. (Format of undertakingplacedat Annexure-XXIV inVol.-IA of bidding
document). (Applicable, wherepilingwork isinvolved).
4 (f) NOTE: QualifyingRequirement relatingtowork experiencetobesubmittedasper below.
I. If the work executed as main contractor to the principal employer, then a work completion
certificateas well as a certificateregardingsatisfactory operationof theinstallationfor One(01)
year fromthedateof commissioningshouldbesubmitteddulyissuedbythePrincipal employer.
II. In casethework executedas sub-contractor to themaincontractor of thePrincipal Employer,
then a work completion certificate fromthe main contractor and a certificate that the same
installation have been in satisfactory operation for more than One (01) year fromthe date of
commissioningshouldbesubmittedduly issuedby thePrincipal Employer. However, if themain
contractor isaCPSU/SPSU thentheycanissueboththecertificates.
5 5.1.7 InadditiontotheaboveTechnical QR,thebidder shouldbeaHT/EHT electrical contractor
havingavalidlicensefromthecompetent licensingauthorityonthedateof submissionand
openingof thetender.( Attachscannedcopyof ValidHT/EHT license)
6 5.5: BID CAPACITY :Asper Tender specificationClauseNo.30, Bidcapacity, Vol-I, thebidders
arerequiredtofurnishthecurrent contract commitment/worksinprogressinFIN-No.3for the
ongoingworksundertakenbyyou. FurnishtheFIN-No.3indicatingthecurrent commitment with
theself undertakinginanonjudicial stamppaper worthRs. 100/-(RupeesOnehundredonly) that
Theabovedeclarationrelatingtocurrent contract commitment/worksinprogressistrueasondate
& if anydeviationtothedeclarationisnoticedafterwordsthebid/theawardof thecontract isliable
for rejectionandtheEMD BG/PerformanceBG isliablefor encashment. Actionasdeemedfit may
alsobeinitiatedbyOPTCL. Yes/No
(i)
Whether FIN No1, FIN No2& FIN No3isfurnished( IndicateYES/ NO)
(ii)
Wheter theundertakingrelatingtoauthenticityof declarationinformat FIN NO1,2& 3are
furnished(IndicateYES/NO)
(iii)
Availablebidcapacity(IndicateinINR)
Cl Vol-I: 9.0: Unsatisfactoryperformanceof abidder withrespecttoorders/jobsexecutedbythem
inthepast inOPTCL, Orissa.If theperformanceof any bidder isseennot satisfactorywithrespect
toorders/ jobsexecutedby theminthepast sevenyearsinOPTCL, thebidfromsuchbidder shall
not beconsideredfor evaluation. Thedecisionastotheunsatisfactoryperformanceof abiddershall
betakenbyOPTCL andthesameshall befinal.
5.3: Whether YouaredebarredfromparticipatinginOPTCL tendersbasinguponthe
PERFROMANCE RATING(IndicateYES/ NO)
FINANCIAL CRITERIA
8 Clause No 5.4 : Financial Criteria
Clause 5.4(a), MinimumAverage Turnover (MAAT) Year Amount (INR): 63.86Crore (i)
PACKAGE: 36/2013-14
ODISHA POWER TRANSMISSION CORPORATION LIMITED (ODISHA)
SCHEDULE-11(For Lead Partner)
(QualifyingRequirement DataApplicablefor BiddersSeekingQualificationunder Clause
5.0, Section-INV of BidDocuments)
To
ODISHA Power TransmissionCorporationLtd. Bhubaneshwar.
Dear Sir,
PACKAGE:36/2013-14: Constructionof Sub-stations,Transmissionlines& associated
system onTurnkeyBasis. Against thesubject Packagetosatisfytherequirementsof
Clause5.0, Section-INV, weconfirmthat wemeet thequalifyingrequirement specifiedat
Para-5.0of INV (Vol-I) of BiddingDocuments. Thedetailsof whicharegivenbelow:
NOTICE INVITING TENDER-NIT NO. CPC-36 / 2013-14
TENDER SPECIFICATION NO: Sr. G.M- CPC-TENDER- PACKAGE- 36 / 2013-
14
NAME OF THE WORK:
PACKAGE 36:
(a) Constructionof 2X20MVA, 132/33kvSubstationat CHIKITI withassociated132KV
DC linefromDigapahandi S/S toproposedCHIKITI S/S (Approximatelinelength-
32.876kms).
(b) Constructionof 2X20MVA 132/33kvsub-stationat TIRTOL withassociatedLILO
linefrom132kV J agatsinghpur-Pardeeptransmissionline(Approximatelinelength- 20
kms).
(c) Constructionof 2X20MVA 132/33kvsub-stationat SATASANKHA withassociated
DC linefromproposed220/132/33kV S/S, Samaghara(Puri) toSATASANKHA
(Approximatelinelength- 30.13kms).
(d) Constructionof 132kvSC lineonDC tower fromJ AYANAGAR substationto
NAME OF THE BIDDER
Bid Proposal No. / Dated
7
(a) for Fin. Year
(b) for Fin. Year
(c) for Fin. Year
AverageTurnover
AverageTurnover (MAAT) asper QR
Annual turnover statement for last 05(five) yearsenclosedas(Indicatethepdf file)
(ii) Clause 5.4(b), Turn over Certificate:
Thebidder hastofurnishtheauditedaccount certificatefromtheChartedAccountant indicating
theaboveTurnover statement isexcludingall incomewhichareother thanfromproject related
works. (Indicatethepdf filereference)
Clause No 5.4(c), Line of credit
TheUnutilizedLineof Credit for fundbased& nonfundbasedlimit withcashandbank balance
includingfixeddeposit of companyasondatenot earlier thanfifteen(15) daysprior tothedateof
bidopeningdulycertifiedbytheBankers
Asondate Amount (INR): 21.72Crore
(a) SanctionedLineof Credit
(b) UtilizedLineof Credit
(c) UnutilizedLineof Credit
(d)Unutilisedlineof credit asstipulatedinQR
(e) Whetherthecomfortletter isissuedbythebanktoenhancethecreditlimituptorequiredlimitis
enclosed(If YES, indicatethepdf filereference)
(f) Indicatepdf filereferenceinrespct to thebanker'scertificateissuedinrespect of unutilizedline.
(g) Net worthasonlast dayof theprecedingfinancial year ispositive.
( IndicateYES/ NO)
Litigation History
Awardfor or against Bidder
(Withyear of Award)
Nameof Client causelitigationandmatter indispute
(iii)
9
NOTE:
1) InCasebidissubmittedasaJ oint Venture(J V) asper ConditionstipulatedinQR, boththepartnersarerequiredtofill thisscheduleseparately.
2) Bidder hastostrictlyfollowthisformat whilefillingthisscheduletoestablishmeetingthequalifyingrequirement.
3) Documentaryevidenceviz. copyof awardletter, commissioningcertificateof transmissionline/substation, certificateof performanceinsupport of satisfactoryoperation, undertakingfromtheTower
Manufactureregardingaccessfor supplyof tower materials, work experiencecertificatefor thePilingWorks/undertakingfromexpert firm/contractor, (whocantakeupthepilingworks), completeannual
reportstogether withAuditedstatement of accountsof thecompanyfor last 5yearsimmediatelyprecedingdateof submissionof bid. Bank certificatefor credit limit, comfort letter frombank (if required) with
relevant documentsinsupport of experienceanditscapacity& capabilityonmeetingtheminimumQR asstipulatedinthetender shouldbeuploaded(scannedcopyof documents) aspdf files(named3A.pdf,
3B.pdf, 3C.pdf)
TECHNICAL CRITERIA Pdf filereference Biddersresponse
1 Para- [A]: SUB-STATION WORK:
5.1.1 The Bidder should have Designed, Constructed and Commissioned minimumOne (01)
Number 110 KV or higher voltage class sub-station having minimum02 (two) Nos. Bays on
Turn-Key basis.
OR
5.1.2 The Bidder should have Erected Tested and Commissioned minimum03(three) Nos.
of 110 KV or higher voltage class Bays.

The above works ( 5.1.1 or 5.1.2 ) should have been completed during last 10 (ten) years and
should be in successful operation for a minimumperiod of One (01) year reckoned fromthe
date of opening of Techno-Commercial Bids
2 Para- [B]: 132 KV TRANSMISSION LINE WORK:
5.1.3 Thebidder shouldhavecompletedconstructionof Transmissionlineprojectsof 110 KV or,
higher class, involving supply of materials, tower foundations, erection, stringing, testing and
commissioningwith a cumulative line length of not less than 50% (FIFTY PERCENT) (to be
quantified against each package rounded off to the next whole No.) against each package and
shouldhavebeencompletedduringlast 10 (ten) years andshouldbeinsuccessful operationfor a
minimumperiodof One(01) year reckonedfromthedateof openingof Techno- Commercial Bids.
OR
5.1.4 Thebidder shouldhavecompletedconstructionof Transmissionlineprojectsof 110 KV or,
higher, involving erection of Tower & Foundation, stringing, testing and commissioningwith a
cumulative line length of not less than 75% (SEVENTY- FIVE PERCENT) ( to be quantified
against eachpackageroundedoff tothenext wholeNo) indicatedagainst eachpackageandshould
havebeencompletedduringlast10(ten) yearsandshouldbeinsuccessful operationfor aminimum
periodof One(01) year reckonedfromthedateof openingof Techno-Commercial Bids.
5.1.5 In addition to the above(5.1.1 or 5.1.2) & (5.1.3 or 5.1.4), the Bidder should haveown
tower manufacturingfacilityor shouldhaveaccesswithTransmissionlinetower manufacturer for
supplyof tower materials. (Format of undertakingplacedat Annexure-XVIII inVol.-IA of bidding
document).
3 5.1.6 TheBidder either shouldhaveexperiencefor thePilingworksinTransmissionLineor should
havearrangement withanexpert firm/contractor, whohasadequateexperienceon pilingworksin
TransmissionLineandwhocantakeupthepilingwork inTransmissionas andwhenrequiredand
tothat effect theBidder hastogiveanundertakingfromthefirm/contractor alongwithall relevant
document insupport of experienceanditscapacityandcapabilityinexecutionof pilingwork in
TransmissionLine. (Format of undertakingplacedat Annexure-XXIV inVol.-IA of bidding
document). (Applicable, wherepilingwork isinvolved).
4 (f) NOTE: QualifyingRequirement relatingtowork experiencetobesubmittedasper below.
I. If the work executed as main contractor to the principal employer, then a work completion
certificateas well as a certificateregardingsatisfactory operationof theinstallationfor One(01)
year fromthedateof commissioningshouldbesubmitteddulyissuedbythePrincipal employer.
II. In casethework executedas sub-contractor to themaincontractor of thePrincipal Employer,
then a work completion certificate fromthe main contractor and a certificate that the same
installation have been in satisfactory operation for more than One (01) year fromthe date of
commissioningshouldbesubmittedduly issuedby thePrincipal Employer. However, if themain
contractor isaCPSU/SPSU thentheycanissueboththecertificates.
5 5.1.7 InadditiontotheaboveTechnical QR,thebidder shouldbeaHT/EHT electrical contractor
havingavalidlicensefromthecompetent licensingauthorityonthedateof submissionand
openingof thetender.( Attachscannedcopyof ValidHT/EHT license)
6 5.5: BID CAPACITY :Asper Tender specificationClauseNo.30, Bidcapacity, Vol-I, thebidders
arerequiredtofurnishthecurrent contract commitment/worksinprogressinFIN-No.3for the
ongoingworksundertakenbyyou. FurnishtheFIN-No.3indicatingthecurrent commitment with
theself undertakinginanonjudicial stamppaper worthRs. 100/-(RupeesOnehundredonly) that
Theabovedeclarationrelatingtocurrent contract commitment/worksinprogressistrueasondate
& if anydeviationtothedeclarationisnoticedafterwordsthebid/theawardof thecontract isliable
for rejectionandtheEMD BG/PerformanceBG isliablefor encashment. Actionasdeemedfit may
alsobeinitiatedbyOPTCL. Yes/No
(i)
Whether FIN No1, FIN No2& FIN No3isfurnished( IndicateYES/ NO)
(ii)
Wheter theundertakingrelatingtoauthenticityof declarationinformat FIN NO1,2& 3are
furnished(IndicateYES/NO)
(iii)
Availablebidcapacity(IndicateinINR)
Cl Vol-I: 9.0: Unsatisfactoryperformanceof abidder withrespecttoorders/jobsexecutedbythem
inthepast inOPTCL, Orissa.If theperformanceof any bidder isseennot satisfactorywithrespect
toorders/ jobsexecutedby theminthepast sevenyearsinOPTCL, thebidfromsuchbidder shall
not beconsideredfor evaluation. Thedecisionastotheunsatisfactoryperformanceof abiddershall
betakenbyOPTCL andthesameshall befinal.
5.3: Whether YouaredebarredfromparticipatinginOPTCL tendersbasinguponthe
PERFROMANCE RATING(IndicateYES/ NO)
FINANCIAL CRITERIA
8 Clause No 5.4 : Financial Criteria
Clause 5.4(a), MinimumAverage Turnover (MAAT) Year Amount (INR): 63.86Crore
(a) for Fin. Year
(b) for Fin. Year
(c) for Fin. Year
AverageTurnover
AverageTurnover (MAAT) asper QR
Annual turnover statement for last 05(five) yearsenclosedas(Indicatethepdf file)
(ii) Clause 5.4(b), Turn over Certificate:
Thebidder hastofurnishtheauditedaccount certificatefromtheChartedAccountant indicating
theaboveTurnover statement isexcludingall incomewhichareother thanfromproject related
works. (Indicatethepdf filereference)
(i)
NAME OF THE BIDDER
Bid Proposal No. / Dated
7
Clause No 5.4(c), Line of credit
TheUnutilizedLineof Credit for fundbased& nonfundbasedlimit withcashandbank balance
includingfixeddeposit of companyasondatenot earlier thanfifteen(15) daysprior tothedateof
bidopeningdulycertifiedbytheBankers
Asondate Amount (INR): 21.72Crore
(a) SanctionedLineof Credit
(b) UtilizedLineof Credit
(c) UnutilizedLineof Credit
(d)Unutilisedlineof credit asstipulatedinQR
(e) Whetherthecomfortletter isissuedbythebanktoenhancethecreditlimituptorequiredlimitis
enclosed(If YES, indicatethepdf filereference)
(f) Indicatepdf filereferenceinrespct to thebanker'scertificateissuedinrespect of unutilizedline.
(g) Net worthasonlast dayof theprecedingfinancial year ispositive.
( IndicateYES/ NO)
Litigation History
Awardfor or against Bidder
(Withyear of Award)
Nameof Client causelitigationandmatter indispute
(iii)
9
NOTE:
1) InCasebidissubmittedasaJ oint Venture(J V) asper ConditionstipulatedinQR, boththepartnersarerequiredtofill thisscheduleseparately.
2) Bidder hastostrictlyfollowthisformat whilefillingthisscheduletoestablishmeetingthequalifyingrequirement.
3) Documentaryevidenceviz. copyof awardletter, commissioningcertificateof transmissionline/substation, certificateof performanceinsupport of satisfactoryoperation, undertakingfromtheTower Manufactureregardingaccess
for supplyof tower materials, work experiencecertificatefor thePilingWorks/undertakingfromexpert firm/contractor, (whocantakeupthepilingworks), completeannual reportstogether withAuditedstatement of accountsof the
companyfor last 5yearsimmediatelyprecedingdateof submissionof bid. Bank certificatefor credit limit, comfort letter frombank (if required) withrelevant documentsinsupport of experienceanditscapacity& capabilityon
meetingtheminimumQR asstipulatedinthetender shouldbeuploaded(scannedcopyof documents) aspdf files(named3A.pdf, 3B.pdf, 3C.pdf)
ODISHA POWER TRANSMISSION CORPORATION
NOTICE INVITING TENDER-NIT NO. CPC-36 / 2013-14
TENDER SPECIFICATION NO: Sr. G.M- CPC-TENDER- PACKAGE- 36 /
2013-14
NAME OF THE WORK:
PACKAGE 36:
(a) Constructionof 2X20MVA, 132/33kvSubstationat CHIKITI withassociated132
KV DC linefromDigapahandi S/StoproposedCHIKITI S/S(Approximatelinelength-
32.876kms).
(b) Constructionof 2X20MVA 132/33kvsub-stationat TIRTOL withassociated
LILOlinefrom132kV J agatsinghpur-Pardeeptransmissionline(Approximateline
length- 20kms).
(c) Constructionof 2X20MVA 132/33kvsub-stationat SATASANKHA with
associatedDC linefromproposed220/132/33kV S/S, Samaghara(Puri) to
SATASANKHA (Approximatelinelength- 30.13kms).
(d) Constructionof 132kvSC lineonDC tower fromJ AYANAGAR substationto
TENTULIKHUNTI substation& associated132KV Feeder bayextensionsat bothend
of thesub-station(Approximatelinelength- 52.798kms).
SCHEDULE-12 (For Lead Partner) (Work Experience &
Capacity/Capability Assessment Data)
To
ODISHA Power TransmissionCorporationLtd. Bhubaneshwar
Dear Sir,
Thegivenbelowisthequalificationdatainsupport of our meetingthequalification
requirements, Clause2.0of Section-INB Vol.-I.
NAME OF THE BIDDER
Description Bidders response
1 Schedule-12A Detailsof financial capacitystatus.
2 Schedule-12B Detailsof manufacturingcapacity
3 Schedule-12C Detail of order executed/order inhand
4 Schedule-12D Present Order Book position
5 Schedule-12E Past PerformanceData
6 Schedule-12F Dataregardingkeyconstructionpersonal
7 Schedule-12G Manpower Deployment Data
8 Wefurther understandandagreethat anymisleadingor falseinformationfurnishedby
usmayresult insummaryrejectionor our bid.
PACKAGE: 36/2013-14
Sl No ScheduleNo
Note : InCasebidissubmittedasaJ oint Venture(J V) asper conditionstipulatedinQR, boththepartnersarerequiredtofill thisscheduleseparately
ODISHA POWER TRANSMISSION CORPORATION
NOTICE INVITING TENDER-NIT NO. CPC-36 / 2013-14
TENDER SPECIFICATION NO: Sr. G.M- CPC-TENDER- PACKAGE- 36 /
2013-14
NAME OF THE WORK:
PACKAGE 36:
(a) Constructionof 2X20MVA, 132/33kvSubstationat CHIKITI withassociated
132KV DC linefromDigapahandi S/StoproposedCHIKITI S/S(Approximateline
length- 32.876kms).
(b) Constructionof 2X20MVA 132/33kvsub-stationat TIRTOL withassociated
LILOlinefrom132kV J agatsinghpur-Pardeeptransmissionline(Approximateline
length- 20kms).
(c) Constructionof 2X20MVA 132/33kvsub-stationat SATASANKHA with
associatedDC linefromproposed220/132/33kV S/S, Samaghara(Puri) to
SATASANKHA (Approximatelinelength- 30.13kms).
(d) Constructionof 132kvSC lineonDC tower fromJ AYANAGAR substationto
TENTULIKHUNTI substation& associated132KV Feeder bayextensionsat both
endof thesub-station(Approximatelinelength- 52.798kms).
SCHEDULE-12 (For Other Partner) (Work Experience &
Capacity/Capability Assessment Data)
To
ODISHA Power TransmissionCorporationLtd. Bhubaneshwar
Dear Sir,
Thegivenbelowisthequalificationdatainsupport of our meetingthequalification
requirements, Clause2.0of Section-INB Vol.-I.
NAME OF THE BIDDER
Description Bidders response
1 Schedule-12A Detailsof financial capacitystatus.
2 Schedule-12B Detailsof manufacturingcapacity
3 Schedule-12C Detail of order executed/order inhand
4 Schedule-12D Present Order Book position
5 Schedule-12E Past PerformanceData
6 Schedule-12F Dataregardingkeyconstructionpersonal
7 Schedule-12G Manpower Deployment Data
8 Wefurther understandandagreethat anymisleadingor falseinformationfurnishedby
usmayresult insummaryrejectionor our bid.
PACKAGE: 36/2013-14
Sl No ScheduleNo
Note : InCasebidissubmittedasaJ oint Venture(J V) asper conditionstipulatedinQR, boththepartnersarerequiredtofill thisscheduleseparately
ODISHA POWER TRANSMISSION CORPORATION LIMITED
NOTICE INVITING TENDER-NIT NO. CPC-36 / 2013-14
TENDER SPECIFICATION NO: Sr. G.M- CPC-TENDER- PACKAGE- 36 / 2013-14
NAME OF THE WORK:
PACKAGE 36:
(a) Constructionof 2X20MVA, 132/33kvSubstationat CHIKITI withassociated132KV DC
linefromDigapahandi S/StoproposedCHIKITI S/S(Approximatelinelength- 32.876kms).
(b) Constructionof 2X20MVA 132/33kvsub-stationat TIRTOL withassociatedLILOline
from132kV J agatsinghpur-Pardeeptransmissionline(Approximatelinelength- 20kms).
(c) Constructionof 2X20MVA 132/33kvsub-stationat SATASANKHA withassociatedDC
linefromproposed220/132/33kV S/S, Samaghara(Puri) toSATASANKHA (Approximate
linelength- 30.13kms).
(d) Constructionof 132kvSC lineonDC tower fromJ AYANAGAR substationto
TENTULIKHUNTI substation& associated132KV Feeder bayextensionsat bothendof the
sub-station(Approximatelinelength- 52.798kms).
SCHEDULE-16(Check List, Reference Clause 20.0 of Proposal of
BPS, Volume-IB)
NAME OF THE BIDDER
Reference Declaration
1 Proposal BPSProposal Form(Vol. I-B)
2 BidGuaranteeenclosedinseparatesealed
cover
ClauseNo. 22.0of & Section-INB (Vol.-
I) 23.0of SCC (Vol.-IA)
3 Certificateof Acceptanceof Important
Conditions.
ClauseNo. 11.2of Section-INB
(Vol.-I.), and Appendix-I (Vol-IB)
4 Letter of Undertakingenclosed. Anex-IV (Vol. IA),
5 Whether joint deedof undertakingwith
collaborator(s) associates(s)
(if applicable) furnished
Annexure-X (Vol.-IA)
6 Biddersqualifyingdatafurnished. ClauseNo. 2of Section-INB (Vol.-I)
ClauseNo. 6of INV Section-BPS,
(Vol.IB) (Vol-I) Schedule-11
7 SummaryPriceProposal filledinSection-
BPS,
Schedule-1(Vol.IB)
8 Equipment PackagePriceandFreight
&InsurancePriceBreakupfilledin
Schedule-2A, 2B Section-BPS, (Vol.IB)
9 Equipment ErectionPricebreak upfilled
inSection-BPS, (Vol.-IB)
Schedule-2C,
10 Itemwisepriceof MandatorySpares Schedule-3, Section-BPS, (Vol.-IB)
11 Minimumvalueof equipment and
materialsdirectlydespatchable
Schedule-4, Section-BPS, (Vol.-IB)
12 Commercial DeviationsSchedulefilledin Schedule-5,Section-BPS, (Vol.-IB)
13 Technical DeviationSchedulefilledin Schedule-6, Section-BPS, (Vol.-IB)
14 GuaranteedTechnical Parameters
Schedulefilledin(Not applicable)
Schedule-7, Section-BPS, (Vol.-IB)
15 PriceAdjustment DataScheduleSfilledinchedule-8, Section-BPS, (Vol.-IB)
16 Special Maintenance/ErectionToolsand
TacklesSchedulefilledin
Schedule-9, Section-BPS, (Vol.-IB)
17 Scheduleof Construction/ Erection
Equipment filledin
Schedule-10Section-BPS, (Vol.-IB)
18 Work ExperienceandCapability
Assessment Data
Schedule-12to12G , Section-BPS, (Vol.-
IB)
19 Additional Information Schedule-13, Section-BPS, (Vol.-IB)
20 Work Completion Schedule-14, Section-BPS, (Vol.-IB)
21 Import Content Schedule-15, Section-BPS, (Vol.-IB)
22 Master Index Appendix-III-BPS(Vol-IB)
PACKAGE :36/2013-14
Sl.No. ItemDescription
ODISHA POWER TRANSMISSION CORPORATION LIMITED
NOTICE INVITING TENDER-NIT NO. CPC-36 / 2013-14
TENDER SPECIFICATION NO: Sr. G.M- CPC-TENDER- PACKAGE- 36 / 2013-14
NAME OF THE WORK:
PACKAGE 36:
(a) Constructionof 2X20MVA, 132/33kvSubstationat CHIKITI withassociated132KV DC linefrom
Digapahandi S/StoproposedCHIKITI S/S(Approximatelinelength- 32.876kms).
(b) Constructionof 2X20MVA 132/33kvsub-stationat TIRTOL withassociatedLILOlinefrom132kV
J agatsinghpur-Pardeeptransmissionline(Approximatelinelength- 20kms).
(c) Constructionof 2X20MVA 132/33kvsub-stationat SATASANKHA withassociatedDC linefrom
proposed220/132/33kV S/S, Samaghara(Puri) toSATASANKHA (Approximatelinelength- 30.13kms).
(d) Constructionof 132kvSC lineonDC tower fromJ AYANAGAR substationtoTENTULIKHUNTI
substation& associated132KV Feeder bayextensionsat bothendof thesub-station(Approximateline
length- 52.798kms).
APPENDIX-I
(PROFORMA FOR CERTIFICATE REGARDING ACCEPTANCE OF IMPORTANT
CONDITIONS)
NAME OF THE BIDDER
BidProposal No. / Dated
Dear Sir,
Withreferencetobidproposal mentionedabove, submittedtoOPTCL against NOTICE
INVITING TENDER-NIT NO. 29/ 2013-14TENDER SPECIFICATION NO Sr.G.M- CPC-
TENDER- PACKAGE- 29-01/ 2013-14., weherebyconfirmthat wehavereadtheprovisionsof
thefollowingclausesandfurther of thesethat notwithstandinganythingstatedelsewheretothe
contrary, thestipulationsof theseclausesareacceptabletous, andwehavenot takenany
deviationtothetheseclauses.
Declaration
1.(a) Terms of Payment -ClauseNo. 34.0 Section-GCC,
Vol-IA & Clause 8.0 of Special Conditions of
Contract, Vol.-IA.
(b) Bid Guarantee-Clause No. 22.0 of Section-INB,
Vol.-I & 23.0of Special Conditionof Contract, Vol.-
IA.
(c) Contract Performance-Clause No. 41.0. Section-
INB, Vol.-I andClauseNo.11.0of GuaranteeSpecial
Conditionof Contract, Vol.-IA.
(d) Penalty for delay in completion-Clause No. 14.0
Section-GCC, Vol-IA and Clause 12.0 of Special
Conditionsof Contract, Vol.-IA
(e) Price Basis & Payments-Clause No. 13.0 & 15.0,
Section-INB Vol.I and Clause 4.0 & 5.0 of Special
Conditionsof Contract, Vol.-IA
(f) Guarantee / Warranty-Clause No. 15.0 Section-
GCC, Vol-IA .
(g) Settlement of disputs-Clause No. 47 Section-GCC,
Vol-IA.
(h) Completion Time-ClauseNo. 10, Section-SCC, Vol-
IA.
(i) Solving Right of Way-ClauseNo.35 , Section-SCC,
Vol-IA.
2 Wefurther confirmthat anydeviationtotheaboveclausesat Sl. No. (a) through(i) found
anywhereinour bidproposal, implicit or explicit, shall standunconditionallywithdrawn, without
anycost implicationwhatsoever toOPTCL.
Sl No Refernce
PACKAGE :36/2013-14
ODISHA POWER TRANSMISSION CORPORATION
LIMITED
NOTICE INVITING TENDER-NIT NO. CPC-36 / 2013-14
TENDER SPECIFICATION NO: Sr. G.M- CPC-TENDER- PACKAGE- 36 / 2013-14
NAME OF THE WORK:
PACKAGE 36:
(a) Constructionof 2X20MVA, 132/33kvSubstationat CHIKITI withassociated132
KV DC linefromDigapahandi S/StoproposedCHIKITI S/S(Approximatelinelength-
32.876kms).
(b) Constructionof 2X20MVA 132/33kvsub-stationat TIRTOL withassociated
LILOlinefrom132kV J agatsinghpur-Pardeeptransmissionline(Approximateline
length- 20kms).
(c) Constructionof 2X20MVA 132/33kvsub-stationat SATASANKHA with
associatedDC linefromproposed220/132/33kV S/S, Samaghara(Puri) to
SATASANKHA (Approximatelinelength- 30.13kms).
(d) Constructionof 132kvSC lineonDC tower fromJ AYANAGAR substationto
TENTULIKHUNTI substation& associated132KV Feeder bayextensionsat bothend
of thesub-station(Approximatelinelength- 52.798kms).
APPENDIX-II
(BANK GUARANTEE VERIFICATIONCHECK LIST)
CHECKLIST DECLARATION
I. Doesthebank guaranteecompareverbatimwithstandard
OPTCL Proformafor BG
II. a) HastheExecutingOfficer of BG indicatedhisname
designation& Power of AttorneyNo. / Signingpower
number etc. onBG
b) Iseachpageof BG duly signed/ initialedbytheexecutant
andlast pageissignedwill full particularsrequiredinthe
OPTCL standardPerformaof BG andunder theseal of the
Bank.
c) Doesthelast pageof theBG carrythesignaturesof
witnessesalongsidethesignaturesof theexecutingBank
Manager.
III. a) IstheBG onnon-judicial stamppaper of appropriate
value& purchasedinthenameof issuingbank.
b) Isthedateof saleof non-judicial stamppaper shownonthe
BG andthestamppaper isissuednot morethansixmonths
prior tothedateof executionof BG.
IV. a) Arethefactual detailssuchasBidDocument No. LOA
No. Contract Price, etc. correct
b) Whether overwriting/cuttingif anyontheBG
authenticatedunder signature& seal of executant.
V. Istheamount andvalidityof BG inlinewithcontract
provisions
VI. Istheforeignbank guaranteeconfirmedbyaNationalised/
ScheduledBank inIndia(asapplicable).
VII. Whether theBG hasbeenissuedbya Nationalised
Bank/Non-NationalisedBank acceptableto
OPTCL/ScheduleBank inIndia(theapplicabilityof the
Bank shouldbeinlinewiththeprovisionsof bidding
documents).
VIII Incasethebidissubmittedbyajoint venture, theBid
Guaranteeshall beinthenameof theJ oint Venturecovering
all thepartnersof theJ oint Ventureandnot inthenameof
theLeadPartner or anypartner(s) of theJ oint Venturealone.
PACKAGE :36/2013-14
NAME OF THE BIDDER
ODISHA POWER TRANSMISSION CORPORATION LIMITED
NOTICE INVITING TENDER-NIT NO. CPC-36 / 2013-14
TENDER SPECIFICATION NO: Sr. G.M- CPC-TENDER- PACKAGE- 36 / 2013-14
NAME OF THE WORK:
PACKAGE 36:
(a) Constructionof 2X20MVA, 132/33kvSubstationat CHIKITI withassociated132KV DC linefrom
Digapahandi S/StoproposedCHIKITI S/S(Approximatelinelength- 32.876kms).
(b) Constructionof 2X20MVA 132/33kvsub-stationat TIRTOL withassociatedLILOlinefrom132kV
J agatsinghpur-Pardeeptransmissionline(Approximatelinelength- 20kms).
(c) Constructionof 2X20MVA 132/33kvsub-stationat SATASANKHA withassociatedDC linefromproposed
220/132/33kV S/S, Samaghara(Puri) toSATASANKHA (Approximatelinelength- 30.13kms).
(d) Constructionof 132kvSC lineonDC tower fromJ AYANAGAR substationtoTENTULIKHUNTI substation
& associated132KV Feeder bayextensionsat bothendof thesub-station(Approximatelinelength- 52.798kms).
APPENDIX-III
PROFORMA OF CERTIFICATE REGARDING FULFILLMENT OF STIPULATED AT
MASTER INDEX CONDITIONS
Techno-commercial/un-pricedBid(PART-I) containthefollowingdocumentsasper Master Indexgivenat Clause
26.1.2of Instructionof Bidder, Vol-I:
NAME OF THE BIDDER
Bid Proposal No. / Dated
SL NO MASTER INDEX DECLARATION
i) Submissionof BidProposal of BPSalongwithother Schedules
ii) BidSecurity/ Guaranteeasper clause3of INV (Inaseparate
Envelope)
iii) Power of Attorneyinfavour of signatory(ies) of theBid.
iv) All theschedulesasper BPSof Vol-IB, however Schedule-1, 2A, 2C
& 3, Blank copy(without price) dulysignedandstampedmentioning
against eachitemQUOTED, NOT QUOTED or NOT
APPLICABLE asthecasemaybe. Scannedcopyof all theabove
documentsaretobeuploadedalongwiththetender.
v) Letter of undertakingasper Annexure-IV of Volume-1A.
vi) Acceptanceof terms& Conditionasper Appendix-I, of Vol-IB.
vii) Technical offer andEngineeringdetailsrequiredasper Bidding
Document.
viii) Qualifyingrequirement dataasper INV, Vol-I.
ix) Submissionof DeclarationregardingPF.
x) VAT/SalesTax, ServiceTaxRegistrationCertificate.
xi) Copiesof Addendum/Amendment (s), if any, issuedsofar.
xii) Copyof Electrical Licenceissuedbycompetent authority
xiii) J V agreement withAppendix-I (tobeincorporatedsuitablebythe
partnerssothat theabovesharingof responsibilityisspecifiedbythe
partnesunder thisagreement) andPower of attorneyinfavor of lead
partner byother partner if J V routeistakenfor qualifying.
xiii) DeclarationregardingAnticipationinchangeinownershipof the
company.
xiv) Anyother informationrequiredintheBiddingDocumentsor
consideredrelevant bytheBidder.
xv) Filled up Price schedules 2A, &2C (for substation and Line) and
abstract of Price schdule on line.
PACKAGE :36/2013-14
NAME OF THE
BIDDER
Bid Proposal
No. / Dated
Attachment
No
Description Whether uploaded or
not!
Pdf file reference
1 Scannedcopyof Tender cost, Bidsecurity, Tender processingfee.
2 Scannedcopyof Power of attorney(Incaseof J V, J V agreement & Power
of attorneyfor signingonbehalf of J V shouldbeattached).
3 Credential insupport of meetingTechnical QR for substation/ transmission
line(ClauseNo5.0, MinimumQualifyingrequirement)[Thebidder hasto
uploadscannedcopyof work order (comprisingof detailedbill of quantity
for supply, erection& civil works), commissioningcertificate(substation,
Line, bayextensionwork), performancecertificate, validHT license, Piling
experience(whererequired), undertaking/authorizationfromtower
structuremanufacturer]
4 Credential insupport of meetingbidcapacity(ClauseNo30.0). Thebidder
hastouploadscannedcopyof FIN no1, 2& 3, (asper OPTCL format)
andtheundertakingregardingauthenticityof declarationasindicatedin
minimumQualifyingrequirement.
5 Credential insupport of meetingFinancial QR against clauseNo5.3,
5.3(a), 5.3(b), 5.3(c)(MinimumQualifyingrequirement). (Thebidder has
touploadscannedcopyof Auditedbalancesheet for last 05(five) years,
Turnover certificatedulysignedbyCharteredaccountant(asper OPTCL
format), Lineof credit certificatefromthebanker)
6 Work CompletionSchedule(BAR Chart)
7 Other documents( Certificateof Incorporation, IT PAN, VAT/ST, PF
certificate andanyother relevant documents)
8 Bidproposal dulysignedbytheauthorizedsignatory.
9 Unpricedschedules Blank copyall theschedules1, 2A & 2C (asper
BPSof Vol-IB) (without price), dulysignedandstampedmentioning
against eachitemQUOTED, NOT QUOTED or NOT
APPLICABLE asthecasemaybe( tobeuploadedinportal).QUOTED
or NOT APPLICABLE asthecasemaybe( tobeuploadedinportal).
10 Scannedcopyof schedule4,7,8,9,10,12A, 12B,12C,12D,
12E,12F,12G,,13,14,15,16.(refer Vol-IB)
ODISHA POWER TRANSMISSION CORPORATION LIMITED
NAME OF THE WORK:
PACKAGE 36:
(a) Constructionof 2X20MVA, 132/33kvSubstationat CHIKITI withassociated132KV DC linefromDigapahandi S/Sto
proposedCHIKITI S/S(Approximatelinelength- 32.876kms).
(b) Constructionof 2X20MVA 132/33kvsub-stationat TIRTOL withassociatedLILOlinefrom132kV J agatsinghpur-Pardeep
transmissionline(Approximatelinelength- 20kms).
(c) Constructionof 2X20MVA 132/33kvsub-stationat SATASANKHA withassociatedDC linefromproposed220/132/33kV
S/S, Samaghara(Puri) toSATASANKHA (Approximatelinelength- 30.13kms).
(d) Constructionof 132kvSC lineonDC tower fromJ AYANAGAR substationtoTENTULIKHUNTI substation& associated
132KV Feeder bayextensionsat bothendof thesub-station(Approximatelinelength- 52.798kms).
ATTACHMENT TO BID PROPOSAL SHEET
Thefollowingattachments(filesinpdf format) aretoattachedtobidproposal sheet (Mandatory)
PACKAGE 36/2013-14
NOTICE INVITING TENDER-NIT NO. CPC-36 / 2013-14
TENDER SPECIFICATION NO: Sr. G.M- CPC-TENDER- PACKAGE- 36 / 2013-14

S-ar putea să vă placă și