Sie sind auf Seite 1von 42

ISO 9001-2008, 14001-2004,

OHSAS 18001-2007

NORTH EASTERN ELECTRIC POWER CORPORATION LIMITED


(A Government of India Enterprise)

Contracts & Procurement Wing


Ranganadi Hydro Electric Plant
P.O. Ranganadi Project, Dist. Lower Subansiri
Pin 791119, Arunachal Pradesh.

BID DOCUMENT for

SUPPLY OF ACSR RACCOON


CONDUCTOR for RANGANADI H.E.
PLANT, ARUNACHAL PRADESH

NIT NO 14/2017 DATED 20/05/2017.


Contents
Page No
Section I Notice Inviting Tender 1-4
Section II Instruction to Bidders 1-8
Section III Condition of Contract
Part-A General Condition of Contract 15
Part-B Reverse Auction Process 15
Section IV Technical Specification 1 -10
Section V Schedule of Rates 1
(PRICE BID)
Section VI Forms
Part-A Undertaking 1-2
Part-B Warranty Form 3
Part-C Model Form of Bank Guarantee 4-5
in lieu of Security Deposit.
Part-D Process Compliance Form 6
Part-E Price Confirmation Form 7
in lieu of Security Deposit.

North Eastern Electric Power Corporation Limited
(A Govt. of India Enterprises)

/ OFFICE OF THE HEAD OF PLANT
:: RANGANADI HYDRO ELECTRIC PLANT
.. : P.O. : RANGANADI PROJECT
, /YAZALI, ARUNACHAL PRADESH-791119
ISO9001-2008, 14001-2004,
OHSAS 18001-2007

PH. No. 03809-222206, FAX: 03809-222212, e-mail: contracts.rhep@gmail.com, CIN U40101ML1976GOI001658

Notice Inviting Tender No 14


Dtd. 20 / 05 / 2016.
The undersigned, on behalf of the Corporation hereby invites sealed tender under Single stage Two
Envelope system through Domestic Competitive Bidding (DCB) route with a validity of 180 (One Hundred
Eighty Days) from interested bidders who are manufacturers, authorized dealers dealing in supply of 33kV
Electrical Line Materials for Supply of ACSR RACCOON Conductor for Ranganadi H.E. Plant,
Arunachal Pradesh, as detailed herein under:
1. Scope of work: The scope of work shall be the Supply of ACSR RACCOON Conductor for
Ranganadi H.E. Plant, Arunachal Pradesh. This shall include the supply of the items required for
erection of the 33kV line in Ranganadi H.E. Plant duly enclosed as Annexure A. The terms and
conditions governing this tender are detailed in the subsequent sections of the Bid Document.
2. Completion Time:
The delivery period against the materials as enclosed in Annexure A shall be 60 (sixty) days from the
issue of the detailed Work Order.
3. Qualifying requirements:
a) Technical: The bidders shall fulfill the requirements as stipulated below and furnish the relevant
documents in support of the requirement along with the bid document submitted.
(i) Trade License of the firm, showing his credential as a reputed repairing firm dealing in supply
of Electrical Line materials.
(ii) Certificate of incorporation in case of a company, partnership deed in case of a partnership firm
as the credential of the firm.
(iii) The bidders shall have executed supply works of all the Line Materials as indicted in the price
bid.
(iv) The bidder shall have supplied the materials in the order as specified below:
(a) A single order of not less than `. 7.50 lacs executed by the firm in the last 05(five) years
and the bidder shall submit the copy of the said supply order, or.
(b) Two orders of not less than `. 4.50 lacs each executed by the firm in the last 05(five)
years and the bidder shall submit the copies of the largest supply orders, or.
(c) Three orders of not less than `. 3.0 lacs each executed by the firm in the last 05(five)
years and the bidder shall submit the copies of the largest supply orders.
(v) The bidders shall also attach the following in support of his credentials:
(a) In case of authorized Dealer - Valid Dealership certificate of the particular brand of material
to be supplied as specified in the technical specifications, given by the manufacturer/
distributor of the item.
(b) In case of Manufacturers - Valid License showing the firm to be manufacturer of the
particular product.
(vi) Copy of VAT-TIN/CST-TIN Certificate, PAN number, Bank account No (along with IFSC
code) number should be submitted along with the Bid. The documents submitted in support of
the credential should be valid till the opening of the Bid as specified in the Tender.
4. Financial: The bidders shall fulfill the requirements as stipulated below and furnish the relevant
documents in support of the requirement along with the bid document submitted.
(i) Solvency certificate, not older than 6 months, by the firm from a nationalized / scheduled
bank specifying the firm is financially sound to execute the contract amounting to `. 7.50
Lacs.
CorporateOffice:BrooklandCompound,LowerNewColony,Shillong793003
Website:www.neepco.co.in,

Page1of4
(ii) Annual turnover by the firm in the best three financial years out of last five financial year
ending March 2016 should not be less than `. 11.00 Lacs.
b) Manufacturers Test Certificate: the Test certificate showing the conformity of the material
proposed to be supplied to the specifications given under Section IV of the Bid Document.
c) Authenticated documentary evidence in support of qualifying requirements, as mentioned under
Serial No. 3.0 above shall be submitted along with the containing Techno-Commercial bid under
Envelope I, along with EMD & copy of the Test Certificates. Bids submitted without fulfilling the
qualifying requirements shall be rejected.
d) Bidders shall submit a self declaration of ineligibility for corrupt and fraudulent practices, under
which circumstances the bid will be rejected, if the same is observed at any point of time.
e) The above requirements are minimum and the Corporation reserves the right to request for any
additional information and also reserves the right to reject the proposal of any bidder if, in the
opinion of owner, the qualification data furnished by the bidder is incomplete or the bidder is found
to be not qualified to perform the work satisfactorily.
f) Notwithstanding anything stated above, the Corporation reserves the right to assess bidders
capability and capacity to perform the work, should the circumstances warrant such an assessment, in
the overall interest of the Owner.
g) Each bidder shall submit only 1 (one) bid, either individually. A bidder who submits or participates
in more than 1 (one) bid will be disqualified
h) If an agent submits bid on behalf of one manufacturer/ dealer, the same agent shall not submit a bid
on behalf of another manufacturer/dealer in the same tender.
5. E-Tendering / E-Procurement :
This tender is being processed through e-tendering/e-procurement system. The bidding documents are to
be downloaded, filled in bids are to be submitted/ uploaded through e-tendering system of NEEPCO
Ltd. at https://neepco.abcprocure.com.
6. Participation in Bids:
5.1 Portal Registration: The bidders intending to participate in the e-tendering and download the
detailed bid document have to register themselves in the portal https://neepco.abcprocure.com.
Relevant information about the bidder required during the registration is available in the portal.
5.2 Vendor registration fee: The fees for Vendor Registration in the portal is `. 3000.00(Indian Rupees
three thousand) only per year. The bidder shall furnish the copy of the receipt of payment for vendor
registration at the e-mail id provided below to advise the service provider for approval of the vendor.
Bidders who are already registered in the system shall ensure to keep their registration valid
till completion of the entire bidding process.
5.3 Procedure for payment of vendor registration fee: Bidders shall make payment of vendor
registration fee of `. 3000.00 (Indian Rupees Three thousand only) at the following Account:
Name of Account: E Procurement Account, NEEPCO Ltd.
Account No: 913020005982636 of Axis bank IFS Code: UTIB0000270
7. Procedure for Payment of BID Fees and EMD:
6.1 Bid Fees
a) Bidder shall make payment of non refundable Bid fees of amount `. 1000/- (Rupees One
Thousand) only through Demand Draft/Bankers Cheque from Nationalized bank/Schedule bank
drawn in favour of NEEPCO Ltd and shall be payable at State Bank of India, Yazali Branch,
Arunachal Pradesh (Code 9917). The Demand Draft/Bankers Cheque shall be made available to
the Tendering authority of RHEP, NEEPCO before the schedule date of opening of the bid, detailed
hereafter. Further Documentary evidence of the Bid Fees paid shall accompany the Technical Bid.
b) Bids received online without Cost of Bid Documents shall be rejected
6.2 EMD
a) Bidder shall make payment of refundable EMD of amount `. 15,000/-- (Rupees Fifteen Thousand)
only through Demand Draft/Bankers Cheque from Nationalized bank/Schedule bank drawn in
favour of NEEPCO Ltd and shall be payable at State Bank of India, Yazali Branch, Arunachal
Pradesh (Code 9917). The Demand Draft/Bankers Cheque shall be made available to the Tendering
Page2of4
authority of RHEP, NEEPCO before the schedule date of opening of the bid, detailed hereafter.
Documentary proof of the payment made should also be accompanied along with the Bid
Submitted.
b) Bids received online without EMD shall be rejected.
6.3 The Bankers Cheque/Demand draft submitted as Bid Fees/EMD is to be submitted separately prior
to opening of the Bid as per the date and time indicated hereafter in separate covers super-scribed as
BID Fees against NIT No 14 Dtd 20.05.17 & EMD against NIT No 14 Dtd 20.05.17 to the
Tendering authority to the address given below:
(i) If the Offline Documents are delivered through post, then the same is to be delivered to the
address, prior to specified date, as given below:
Sr. Manager (E/M), C&P,
NEEPCO Transit Camp
C/o Green View Hotel, North Lakhimpur, Assam, 787 001.
(ii) If the Offline Documents are delivered by hand, then the same is to be handed over to the
address, prior to specified date, as given below:
Sr. Manager (E/M), C&P,
O/o the Head of Plant,
Ranganadi H.E. Plant, NEEPCO Ltd.,
43 km Yazali, Dist; L. Subansiri, Arunachal Pradesh 791 119
Relevant offline Documents received after the due date shall be returned to the bidders unopened and
the online bid shall not be considered.
6.4 Exemptions for MSMEs shall be applicable under the Govt. of India norms under PPC guidelines.
6.5 Also the Price preference as applicable to MSMEs as per Govt. of India Norms, during evaluation of
the Bid shall be applicable.
7. For any clarification related to e-procurement, bidders are requested to contact:-
Sr. Manager (E/M), C&P, O/o HOP, RHEP, NEEPCO, 43kmYazali, Dist: L.Subansiri, A.P. - 791119
Phone No: 03809 222206, Mobile no: 09435701311, e-mail ID: contracts.rhep@gmail.com
8. Bidders may also contact e-Procurement Technologies Ltd. (Service Provider) having the following
contact details:
e-Procurement Technologies Ltd
A - 201-208, Wall Street - II / Opp. Orient Club
Near Gujarat College / Ellisbridge
Ahmedabad - 380015.
Gujarat, India Tel: +91-79-40016802 - 77, Cell: 91-9374519754 | 9377988119
9. Submission and opening of Bids
9.1 Bidders shall prepare and submit their bids in the electronic form at
https://neepco.abcprocure.com. Online bidding forms will be available in the above website.
9.2 Bidders may view the tender opening results of techno-commercial and price bids at
https://neepco.abcprocure.com by marking their presence for online tender opening.
10. Bidders are requested to visit https://neepco.abcprocure.com and http://www.neepco.gov.in regularly
for any clarification of the bid document.
11. Submission of bids shall not automatically construe qualification for evaluation. The Owner reserves
the right to reject any or all bids, or to annul the bidding process and reject all the bids and reject all
the bids for any justified and genuine grounds, without thereby incurring any liability to the affected
bidders, nor does it have any obligation to inform the bidders of the ground for such action on the part
of the Owner.
12. Important information and dates:
Tender Fee `. 1000.00
Earnest Money Deposit (EMD)/ Bid Security `. 15,000.00
Bid validity Period 180 days
Date of commencement of downloading of 17:00 hrs. of 20.05.2017.
bid document from https://neepco.abcprocure.com
Page3of4
Last date & time for receipt of online bids: 10:00 hrs. of 19.06.2017.
Last date & time for receipt of offline documents (Bid Fees/EMD) 17:00 hrs. of 17.06.2017.
Date & time of online opening of bids 11:45 hrs. of 17.06.2017.

13. In the event the date of opening of bids is declared as a closed holiday for NEEPCO, the date of opening
of bids will be the following working day at the appointed times.

14. If the bidder is eligible for any concessional duties and taxes he should invariably mention this in the
bid. The price bid shall be evaluated on the basis of the information supplied by the bidder and hence
the actual payments of taxes and duties shall be limited to the extent mentioned in the bid or in
subsequent confirmation before opening of the price bids.
15. Any action on the part of the bidder to revise the price or to change the structure of the price at his own
instance after opening of the bid and within the validity of the offer shall not be possible.
16. NEEPCO reserves the right to extend the last date and time for submission of Bid.
17. NEEPCO is not liable for any delay in receipt of the documents as per the schedule given above.
Therefore bidders are requested to ensure that the off line documents are made available to the
tendering authority before the specified date.
18. In case of receipt of the off line documents after opening, the bid will not be considered for evaluation.

-Sd-
Sr. Manager (E/M) C&P
O/o the Head of Plant, RHEP,
NEEPCO Ltd.,
43 km, Yazali, A.P.

Page4of4
Bid Document for RHEP: NEEPCO LTD. 1
NIT NO 14/2017 Instruction to Bidders : Sec-II

INSTRUCTION TO BIDDERS:
LOCATION
Ranganadi Hydro Electric Plant is located in 2(two) districts of Arunachal Pradesh with
the Power House located in Papumpare District & the Dam/Tunnel intake located in the
Lower Subansiri District of Arunachal Pradesh. The Central Store is located in the
Administrative Complex situated at 43km, Yazali, L. Subansiri District, Arunachal
Pradesh.
The Plant is connected by road from state capital Itanagar as well as from North
Lakhimpur, the nearest town in the state of Assam. The Plant is also connected by
Railway, the nearest station is Naharlagun in Arunachal Pradesh, which is situated at a
distance of 60 Km (appx) from the Plant. The distance of the Plant is approximately
500km from the Guwahati.

CLIMATIC CONDITIONS :
Elevation : 573.00 m
Maximum Temperature of air : 35 Deg. C.
Minimum Temperature of air : 5 Deg. C.
Relative Humidity : 60% to 100%
Average Rainfall : 1232 mm
Basic Seismic co-efficient : a) 0.32 g - Horizontal
b) 0.16 g Vertical
Max. Wind pressure/wind speed : 150 Kg/ Mtr. Sq.

Note: Moderately hot & humid tropical climate conductive to rust & fungus growth. The
climatic conditions are also prone to wide variations in ambient conditions. Fog is also present
in the atmosphere. Heavy lightning also occurs during June to October.
1. Bidders are advised to submit the Bid based strictly on the terms & conditions and
specifications contained in the tender documents and not stipulate any deviations in normal
case.
2. Scope of Work: The scope of work shall be the Supply of ACSR Conductor RACOON for
Ranganadi H.E. Plant, Arunachal Pradesh. This shall include the supply of the items required
for erection of the 33kV line in Ranganadi H.E. Plant duly enclosed as Annexure A. The
terms and conditions governing this tender are detailed in the subsequent sections of the Bid
Document
3. The Bidder is advised to assess the entire scope of work as specified under the Technical
specifications of the Bid Document prior to his quoted rates. It is also advised that the bidder
may also carry out site visit to assess the scope of repairing work in totality.
4. The Bidder shall be deemed to have exhaustively examined the tender Documents including
the General Conditions of the Contract, Technical Specifications, to have obtained all
information and clarifications on all matters whatsoever that might affect the carrying out the
supply and to have satisfied himself as to the adequacy of his Tender. He is deemed to have
known the scope, nature and magnitude of the entire supply including the Technical
specifications commensurating to the relevant IS codes to supply of materials within the
specified time and that he has to complete the supply within the specified time, in accordance
with the Contract whatever be the defects, omissions or errors that may be found in the Tender
Documents. An undertaking to this effect shall be submitted in the prescribed format
enclosed in Section VI of Bid Document by the Contractor in the letterhead of the Firm
duly signed by the Authorized signatory bearing the credentials..
5. Before quoting the rate the Bidder should go through the specifications, scope of work, and get
himself conversant with them. No relaxation or request for revision of quoted/ accepted rates
shall be entertained, subsequent to bid opening on account of mobilization or safety costs.
Submission of Bid by a Bidder implies that he has read this notice and all the Bid documents,

Page 1 of 8
Bid Document for RHEP: NEEPCO LTD. 2
NIT NO 14/2017 Instruction to Bidders : Sec-II

and has made himself aware of the scope of supply and specifications of the material to be
supplied and of local conditions and other factors bearing on the execution of the same.
6. In consideration of the Owner opening and considering the Bid for purpose of award of
contract, the Bidder shall keep his Bid valid for a period of 180 (one hundred eighty) days
from the date of opening of the Bid, during which period the Bidder agrees not to vary, alter or
revoke his Tender in whole or in part. If the Bidder however, fails to keep his tender valid for
one hundred eighty days or varies its terms and conditions during the said period, then the
owner shall be entitled to forfeit the Earnest Money amount without any notice. The Bidder
shall submit his Bid in the E-Tender portal as detailed hereafter, as required along with the
letter of undertaking in the proforma enclosed herewith.
7. Bid Fees
a) Bidder shall make payment of non refundable Bid fees of amount `. 1000/- (Rupees One
Thousand) only through Demand Draft/Bankers Cheque from Nationalized bank/Schedule
bank drawn in favour of NEEPCO Ltd and shall be payable at State Bank of India, Yazali
Branch, Arunachal Pradesh (Code 9917). The Demand Draft/Bankers Cheque shall be
made available to the Tendering authority of RHEP, NEEPCO before the schedule date of
opening of the bid, detailed hereafter. Further Documentary evidence of the Bid Fees paid
shall accompany the Technical Bid.
b) Bids received online without Cost of Bid Documents shall be rejected.
8. EMD
a) Bidder shall make payment of refundable EMD of amount `. 15,000/- (Rupees Fifteen
Thousand) only through Demand Draft/Bankers Cheque from Nationalized bank/Schedule
bank drawn in favour of NEEPCO Ltd and shall be payable at State Bank of India, Yazali
Branch, Arunachal Pradesh (Code 9917). The Demand Draft/Bankers Cheque shall be
made available to the Tendering authority of RHEP, NEEPCO as specified in the NIT.
Documentary proof of the payment made should be accompanied along with the Bid
Submitted.
b) Bids received online without EMD shall be rejected.
8.1 Exemptions for MSMEs shall be applicable under the Govt. of India norms under PPC
guidelines.
8.2 EMD shall be made payable without any condition to the Owner. The EMD shall be valid
for a period of 180 (One hundred eighty) days after the date set for opening of bids.
8.3 EMD of unsuccessful bidders will be returned as promptly as possible. EMD of the
successful bidder shall be returned on receipt of 10% (Ten percent) Security Deposit.
8.4 Any bid not accompanied by a EMD shall be rejected by the Owner as non-responsive Bid.
8.5 No interest shall be payable by the Purchaser on the above EMD.
9. PRICE BASIS:
9.1 Price quoted for the scope of supply shall be on a per unit basis as indicated in the prescribed
format of the Financial Bid of the E-tender at FOR Central Store, 43kM, Yazali, A.P. Basis.
9.2 The quoted price for the supply of the items shall on FOR SITE Basis which shall be
inclusive of all Charges, but exclusive of VAT/CST and Arunachal Pradesh Entry Tax 12.5%
as Applicable, which shall be quoted separately in the prescribed format of the online Price
Bid. The Price shall remain FIRM during the tenure of contract and shall not be revised under
any circumstances for whatsoever reason.
9.3 The Taxes and duties are to be indicated in the Online Price Bid in the Prescribed format.
9.4 Bidders outside the State of Arunachal Pradesh should also take into account the Expenditure
against Entry Tax for the State of A.P.
9.5 Change in statutory laws of Tax after the date of bid of opening shall be reimbursed at actual on
production of proof of payment.

Page 2 of 8
Bid Document for RHEP: NEEPCO LTD. 3
NIT NO 14/2017 Instruction to Bidders : Sec-II

10. PREPARATION AND SUBMISSION OF BIDS:


10.1 Online submission:
10.1.1 Bids should be submitted in electronic form in https://neepco.abcprocure.com. Online
bidding forms (Techno commercial bid submission checklist and Price Schedule) will be
available in the website. Bid documents can be downloaded from this website after vendor
registration and payment of bid fee as mentioned in this section of the bid document.
10.1.2 In the online bid submission, bidders will submit their Techno-Commercial bids and Price
Bids in the online bidding forms (Techno commercial bid submission checklist and Price
Schedule) using their digital signatures. Bids submitted by prospective Bidders and
documents attached thereto shall be considered as forming a part of the Contract Agreement
documents.
10.1.3 Each sealed set of bids will contain the following sealed covers:
a) Envelope 1 (Techno Commercial bid submission checklist).
i) Techno-Commercial Bid along with Commercial Terms & Conditions, Copy of Test
certificates of the materials to be supplied and documents in support of qualifying
requirements.
ii) Bid Forms & Schedules, Commercial & Technical Data sheets.
b) Envelope 2 (Price Schedule I) Price Bid (Price Part).
10.1.4 The Sealed Cover-1 containing the documents indicated in clause 10.1.3 (a) shall be opened
first.
10.1.5 Modification and withdrawal of bid:
b) The bidders will be permitted to withdraw/modify his bid before the date set for opening of
Techno-Commercial bids. Bidders are allowed to withdraw their online bids and re-submit the same
within the scheduled date and time for bid submission.
10.1.6 The Bids will be opened online as per time and date set for opening of bids.
10.1.7 The date and time of opening of Price Bids shall be intimated online to the respective
techno-commercially qualified Bidders.
a) The Price Bid(s) of the Bidders whose Technical and Commercial Bids have been
found to be acceptable by the Owner will be opened online.
b) The Price Bid(s) of the Bidders whose Technical and Commercial Bid(s) have not
been accepted by the Owner will not be considered for opening and their EMD will
be returned after completion of evaluation of Technical-Commercial Bids.
10.2 The Owner reserves the right to reject any or all bids, in case the qualifying requirement and
EMD furnished do not satisfy the stipulation of this specification.
10.3 The Techno-Commercial bids of the qualified bidders would be analyzed and, wherever
essential, clarifications and confirmations on Techno-Commercial issues would be sought
from them so as to further analyse and evaluated the bid in terms of the requirements of the
specifications to the satisfaction of the Owner. The clarifications will be sought and received
online in the portal htpps://neepco.abcprocure.com. Scanned copies of letters seeking
clarifications and replies thereof may also be sent through e-mail/fax/post.
10.4 Bids not covering the scope covered in the specification shall be treated as incomplete and
shall be rejected.
10.5 Any action on the part of the bidder to revise the price or to change the structure of price at
his own instance after opening of the bids and within the validity of offer may result in
rejection of the bid and / or debarring the bidder from participation in future tenders of the
Owner. The Bid Guarantee (Earnest Money) obtained along with this bid, in that case, is also
liable to be forfeited.
10.6 The bidders are requested to submit the bid through online e-tendering system well before the
bid submission end date and time (as per server system clock). The Corporation shall not be
responsible for any sort of delay or difficulties faced during the submission of bids online by
the bidders at the eleventh hour.

Page 3 of 8
Bid Document for RHEP: NEEPCO LTD. 4
NIT NO 14/2017 Instruction to Bidders : Sec-II

10.7 The bidders are requested to submit the bid through online e-tendering system well before the
bid submission end date and time (as per server system clock). The Corporation shall not be
responsible for any sort of delay or difficulties faced during the submission of bids online by
the bidders at the eleventh hour.
11. SIGNATURE OF BIDS:
11.1 For online bids, all the documents submitted by the bidder must be signed and sealed by the
authorised signatory at each page by the Bidder with his usual signature before scanning and
uploading.
11.2 Bids by Corporation/Company must be signed with the legal name of the Corporation /
Company by the President, Managing Director or by the Secretary or other person or persons
authorized to bid on behalf of such Corporation / Company in the matter.
11.3 A bid by a person who affixes to his signature the word President, Managing Director,
Secretary, Agent, or other designation must be supported by his name.
11.4 The bidders name stated on the proposal shall be the legal exact name of the firm.
12. TAXES AND DUTIES:
12.1 The quoted price of the materials shall be exclusive of all Taxes and duties as applicable for
the supply of the item, which shall remain FIRM during the tenure of contract and shall not be
revised under any circumstances for whatsoever reason. The details of the taxes shall be
indicated separately in prescribed format of the Financial Bid of the E-tender.
12.2 As per the Corporation norms CST @2% is applicable against the Tax to be paid against
Supply along with an Entry Tax of 12.5% for the State of A.P. if the bidder is not from the
State of Arunachal Pradesh.
12.3 If the Bidder is from the State of A.P. then only the VAT at the rate of 14.5% is applicable.
Proof of the location of the firm should be indicated in the trade license submitted as a part of
the Techno Commercial Criteria.
12.4 Change in statutory laws of Tax after the date of bid of opening shall be reimbursed at actual
on production of proof of payment
12.5 Income Tax and Corporate Tax:
12.5.1 Income Tax and surcharge thereof leviable as per the taxation laws of India on the
Contractors company or its personnel in respect of income arising in favour of either of the
Company or its personnel under this Contract Agreement, shall be the absolute liability of the
Contractor and not of the Owner.
12.5.2 Payments stipulated under this Contract Agreement shall be made by the Owner to the
Contractor after deduction of income tax at source at the applicable rates. The Owner shall
provide the Contractor with certificates for tax deducted at source.
12.5.3 In this connection, attention of the Bidders is invited to the provisions of Indian Income Tax
Act and Corporate Tax Act and any other circular issued by the Central Board of Direct
Taxes, Government of India from time to time.
12.5.4 Any exemption in tax shall be accompanied by supporting documents certified by competent
authority.
13. EFFECTS AND VALIDITY OF BIDS:
13.1 The submission of any bid connected with these documents and specifications shall constitute
an Understanding/Agreement that the bidder shall have no cause of action or claim against the
Owner for rejection of his bid. The Owner shall always be at the liberty to reject any bid or
bids at his sole discretion and any such action will not be called into question and the bidder
shall have no claim in this regard against the Owner.
13.2 Bids should be kept valid for acceptance for a period of 180 (One Hundred Eighty) calendar
days from the date set for opening of the Techno-Commercial bid, exclusive of the date of
opening. If the bidder withdraws his bid before the said period or makes any modification in
the terms and conditions of the bid, the Owner shall, without prejudice to any other right or
remedy, be at liberty to forfeit the Bid Guarantee (Earnest Money).
13.3 Bids giving validity of less than 180 (One Hundred Eighty) calendar days will be rejected.

Page 4 of 8
Bid Document for RHEP: NEEPCO LTD. 5
NIT NO 14/2017 Instruction to Bidders : Sec-II

13.4 The Owner may request the bidders to extend the period of validity of Bid and Bid Guarantee
(Earnest Money) for a specified additional period. The request and the bidders response shall
be made in writing. A bidder may refuse the request without forfeiting his bid security. A
bidder agreeing to the request will not be required or permitted to otherwise modify his bid,
but will be required to extend the validity of bid and Bid Guarantee (Earnest Money) for the
period of extension.
14. OWNERS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:
The Owner reserves the right to accept or reject any bid, and to annul the bidding process and reject
any or all bids at any time prior to Contract award, without thereby incurring any liability to the
affected bidder or bidders. The bidding process may be cancelled if the responsive bids substantially
exceed the budget or the rates of the bid are obviously and clearly unreasonably high.
15. POLICY OF BIDS UNDER CONSIDERATION
15.1 Bid shall be deemed to be under consideration immediately after they are opened until such
time official intimation of award / rejection is made by the Owner to the bidders. While the
bids are under consideration, Bidders and / or their representatives or other interested parties
are advised to refrain from making correspondences and contacting by any means the Owner
and / or his Employees / representatives on matters related to the bids under consideration.
The Owner, if necessary, will obtain clarifications on the bids by requesting for such
information from any or all the bidders, either in writing or through personal contact, as may
be necessary. Bidders will not be permitted to change the Price Bid or substance of the bid
after the bid has been opened.
15.2 Any efforts by a bidder to influence the Corporation in the process of examination,
clarification, evaluation and comparison of bids and in any decision concerning award of
contract, may result in rejection of the bidders bid. Canvassing in connection with the bid is
strictly prohibited and the bids submitted by the bidders who resort to canvassing shall be
liable for rejection.
15.3 During the evaluation of techno-commercial bid, the Owner may seek / obtain clarifications,
confirmations or modifications if any. The clarifications shall be submitted online within the
due date and time indicated in the Tender.
15.4 Any action on the part of the bidder to revise the price or the structure of price or to change
the substance of the bid at his own instance after opening of Price bid and within the validity
period of the bid will result in rejection of the bid and/or debarring the bidder from
participating in future tenders of NEEPCO. The Bid Guarantee (Earnest Money), in that case,
is liable to be forfeited.
15.5 If the bidder withdraws his bid while it is under consideration and within the validity period
of bids, the Bid Guarantee (Earnest Money) shall be forfeited, along with other action, as the
Owner deems fit. All techno-commercial consultation and clarifications required by the
bidder should be completed before opening of Price Bid.
15.6 The Corporation shall notify the successful bidder through Letter of Intent issued online
through the portal or manually by FAX / E- Mail / Registered Letter and, in no case, this
notification should be construed as an Agreement with the bidder. The Corporation will enter
into an Agreement, subject to fulfilment of further requirements as stipulated in the bid
documents.
16. BID OPENING AND EVALUATION OF BIDS
16.1 OPENING OF BIDS:
16.1.1 The Owner will first open online the Envelope 1 containing Techno-Commercial Bid
(Technical Part) at the scheduled date and time. If there is any discrepancy in the information
furnished online by the bidder vis--vis documents submitted in hard copy, then the bid will
be cancelled with forfeiture of his EMD.
16.1.2 Envelope-2 containing the Price Bid(s) of the bidders, whose Technical and Commercial bids
have been found to be acceptable by the Owner will be opened online on the stipulated date,

Page 5 of 8
Bid Document for RHEP: NEEPCO LTD. 6
NIT NO 14/2017 Instruction to Bidders : Sec-II

which will be notified on-line to the techno-commercially qualified bidders. The bidders will
be given notice intimating the date of opening of the Price Bids.
16.1.3 The bidder may view tender opening results of techno-commercial and price bid in the online
portal by making their presence for online tender opening. The bidders may also depute
their authorized representative to be present during tender opening in the Office of the
O/o the HOP, RHEP, NEEPCO Ltd., Yazali, Arunachal Pradesh.
16.1.4 In the event of the specified date of bid opening being declared a holiday for the Owner, the
bids shall be opened at the appointed time and location on the next working day.
16.1.5 The Bidders names, Bid modifications or withdrawals, and the presence or absence of
requisite bid security and such other details as the Owner, at its discretion, may consider
appropriate, will be announced at the opening of the Techno-Commercial bids. No bid shall
be rejected at the time of bid opening, except for late bids, which shall be returned unopened
to the bidder. Bid not accompanied with the EMD will, however, be rejected.
16.1.6 Any hard copy of document submitted as per bid condition which is received by the Owner
after the deadline for submission of bids prescribed by the owner, will be rejected and / or
returned unopened to the bidder.
16.1.7 Bids that are not opened and declared at the time of bid opening shall not be considered further
for evaluation, irrespective of the circumstances.
17. EVALUATION AND COMPARISON OF BIDS:
17.1 General:
17.1.1 The bids will be evaluated by the Owner (Corporation) to ascertain the lowest evaluated
technically and commercially responsive bid for the complete scope of the proposal as
detailed in the bidding documents.
17.1.2 Evaluation of the bids will be carried out in two stages:
Stage 1 Evaluation of Techno-Commercial bids (Envelope -1) Stage 2 Comparison of Price bids
(Envelope -2) of the acceptable Techno-Commercial bids. Price Bids (Envelope-2) of only those
bidders whose Techno-Commercial bids have been evaluated as acceptable after Stage 1will be
evaluated in Stage 2.
If the bid, which results in lowest evaluated bid price, is seriously unbalanced or front- loaded in
relation to the Corporations estimate of the items of work to be performed under the Contract, the
Owner may request the bidder to produce detailed price analysis for the item in the Bill of
Quantities, to demonstrate the internal consistency of those prices.
If a bid price appears to be unusually low in relation to the services to be rendered, the bidder will
be requested to submit a written breakdown of his price calculation. If after review of the notes
submitted by the bidder reasonable doubt persists as to whether the required works can be provided
at the rates offered and if this is reasonably expected to pose a considerable risk to the performance
of the Contract, the bid in question will be excluded.
17.2 Stage 1: Evaluation of Techno-commercial Bids (Envelope 1)
17.2.1 During Techno-commercial evaluation of bids, the Owner may, at its discretion, request
bidders for clarifications on their bid. The request for clarification and the response shall be
online through the portal and no change in prices or substance of the bid shall be permitted.
17.2.2 The Owner will examine the bids to determine whether they are complete and conform to
the stipulated specification, whether the documents have been properly signed, whether all
the Forms, Datasheets have been filled up as per the formats provided in the bid documents
and whether the bids are generally in order. The Owner will determine the substantial
responsiveness of each bid to the bid documents. A substantially responsive bid is one which
conforms to all terms and conditions, technical specification of the bid documents without
material deviations. Deviations from or objections or reservations to critical provisions such
as those concerning performance security, warranty, force majeure, payment terms,
completion time, applicable law and taxes & duties will be deemed to be a material
deviation. The Owners determination of bids responsiveness shall be based on the contents
of the bid itself without recourse to extrinsic evidence. The Owner may waive any minor

Page 6 of 8
Bid Document for RHEP: NEEPCO LTD. 7
NIT NO 14/2017 Instruction to Bidders : Sec-II

infirmity or non-conformity or irregularity in a bid, which does not constitute major


deviation, provided such waiver does not prejudice or affect the relative ranking of any
bidder.
17.2.3 If a bid is not substantially responsive, it will be rejected by the Owner and shall not
subsequently be made responsive by the bidder by correction of the non-conformity. No bid
will be considered if the complete requirements covered in the bid documents are not
included in the bid.
17.2.4 To ascertain a substantially responsive bid, evaluation of the Techno-Commercial bids will
be carried out in two steps:
a) Preliminary evaluation
b) Detailed evaluation.
a) Preliminary evaluation
The Owner will examine the bids to determine whether they are complete, whether the documents
have been properly signed, whether all the forms, data sheets have been filled up as per the formats
provided in the bid documents and whether the bids are generally in order. Bid submitted without
fulfilling the Qualifying requirements as indicated in the Notice Inviting Tender, shall be rejected as
non- responsive. Techno-commercial bids that are accepted after preliminary evaluation will be
further considered for detailed evaluation.
b) Detailed evaluation
i) The Techno-Commercial proposals must principally demonstrate the adequacy of the bidders
appreciation of the scope of work, of the methods proposed for site mobilization works and
for the timely completion of the work themselves, of the arrangement of the logistic support
for the services to be rendered under the contract and of the Contractors quality control,
safety and environment procedures.
ii) The basis for the comparison of Techno-Commercial bids will be principally the information
and data provided by the bidders in the techno- commercial data sheets.
17.2.5 In view of the importance that bid evaluation should be completed in the shortest possible
time, all bidders are expressly intimated too prepare their Techno-Commercial bids, in
particular to the schedule of works, in the form and order as indicated in the data sheets and
as instructed above, and to ensure that all specific points on which information has to be
submitted, as detailed in the tender documents, are covered in full.
17.2.6 As the programme for bid evaluation is short, the Owner cannot accept any obligation to
request clarifications or supplementary information from bidders, after Techno-Commercial
bids have been opened, although the Owner at its discretion reserves the right to do this. In
consequence, any such inadequacies in data submitted in any bid may adversely affect the
ranking of that bid during technical evaluation.
17.2.7 Deviation from bid document / additional clauses
(a) All bidders are cautioned that bids containing any deviation from the basic parameters in
respect of General Terms and Conditions, Technical Specification and the Schedule of
Requirement, as contained in the bid documents, are liable for rejection.
(b) Acceptability / non acceptability of the deviation from the General Terms and Conditions,
Technical Specifications, as contained in the bid documents, shall be judged by the Owner.
The deviations / additional clauses that are considered as acceptable shall be dealt as per the
relevant clauses. The deviations / additional clauses which are not acceptable to the Owner
shall automatically stand withdrawn and all relevant clauses shall prevail and no claim,
whatsoever, in this respect shall be entertained. The Owner shall be the sole judge for
assessment of acceptability / non-acceptability of deviations / additional clauses. The
decision of the Owner in this respect shall be final and binding.
17.2.8 When determining the value of deviations, the Owner shall use the parameters consistent
with those specified in the specifications and documents and / or other information / data as
necessary and available and / or collected by the Owner.

Page 7 of 8
Bid Document for RHEP: NEEPCO LTD. 8
NIT NO 14/2017 Instruction to Bidders : Sec-II

17.3 Stage 2: Evaluation and comparison of price bids (Envelope 2)


17.3.1 After completion of Techno-Commercial evaluation, the date and time of opening of Price
Bid opening will be notified by the Owner. The Price Bids of those bidders, whose Techno-
Commercial bids have been evaluated and considered as acceptable to the Owner, shall only
be opened. A clear notice will be given to the bidders intimating the date of opening of the
Price Bids.
17.3.2 The evaluation of Price Bids will be done based on the grand total price as per Price
Schedule.
17.3.3 Deviations from the bid documents, in so far as practicable and minor omissions acceptable
to the Owner will be converted to a Rupee value and added to the bid price to compensate
for the deviations/omissions from the bid document while evaluating the bids. In
determining the Rupee value of the deviations / omissions, the Owner will use parameters
consistent with those specified in the specifications and documents and/or other information
as necessary and available to the Owner.
17.4 Stage 3: Finalization of price through Reverse Auction:
The Owner reserves the right to go for Reverse Auction process to finalize the tender or may
finalize without Reverse Auction. The detail is given in the Section III, part-B of the bid
document.
18. AWARD OF CONTRACT:
The Owner will award the Contract to the successful bidder whose bid has been determined to be
substantially responsive and has been determined as the lowest evaluated bid, provided further that
the bidder is determined to be qualified to perform the Contract satisfactorily. The successful bidder
will be notified of the award through the detailed Supply Order to be issued online/ in writing by
registered letter or fax, that his bid has been selected. The Supply Order along with the documents
supplied will constitute the formation of Contract. After issue of the detailed SO, the supplier shall
indicate acceptance of the SO, within the time specified in the same.
19. TIME SCHEDULE:
The supply of the materials shall be executed strictly as per the Time Schedule, indicated in the
tender documents. Intimation of the readiness of the materials shall be intimated to the tendering
authority for issuance of the Road permit required for the State of Arunachal Pradesh. All efforts
shall be made to complete the work prior to the stipulated delivery period indicated in the NIT.
20. JURISDICTION OF COURT:
The Contract shall be governed by the laws of India for the time being in force and shall be
subjected to the jurisdiction of the High Court of Judiciary at Shillong High Court, Meghalaya.
21. DOCUMENTS TO BE SUBMITTED AT THE TIME OF PHYSICAL DELIVERY AT
CONSIGNEE STORES:-
The following documents to be submitted by the vendors to the Consignee Sr. Manager (E/M),
S&T, at the time of despatch to stores by the vendors:-
a. Copy of Purchase Order.
b. Copy of Despatch Instruction.
c. Inspection Test Certificate.
d. Guarantee Certificate.
e. Proforma Invoice.
f. Challan in triplicate.
g. Way bill, if applicable
h. Proof of entry tax paid

End of Section-II

Page 8 of 8
Bid Document for RHEP: NEEPCO LTD. 1
NIT NO 14/2017 General Conditions of Contract : Sec-III, Part-A

SectionIIIConditionsofContract

1. LOCATION OF THE SITE OF THE PROJECT.

Ranganadi Hydro Electric Plant is located in the Lower Subansiri District of Arunachal Pradesh.
The nearest town in its vicinity is Yazali which is at a distance of 12km from the Plant HQ. The
Plant is connected by road from state capital Itanagar as well as from North Lakhimpur, the nearest
town in the state of Assam. The distance of the Plant is approximately 500km from the Guwahati
and around 85 km for the North Lakhimpur in Assam.

2. DEFINITIONS:
i. The "Purchaser" / "Corporation"/Owner/ "NEEPCO" shall mean the North Eastern Electric
Power Corporation Ltd., Shillong and shall include its legal representatives, successors and
permitted assigns.
ii. The Chairman- and-Managing Director" shall mean the administrative head of the North
Eastern Electric Power Corporation Ltd., Shillong.
iii. Contract means the agreement entered into between the Purchaser/Owner and the Contractor
as per the Contract Agreement signed between the parties including all attachments and
appendices thereto and all documents incorporated by reference therein.
iv. The "Contractor" shall mean the Tenderer /bidder whose tender/bid has been accepted by the
Purchaser for the award of Contract and shall include such successful bidders legal
representatives, successors and permitted assigns.
v. The "Engineer"/Engineer- in- Charge shall mean the Engineer Officer appointed by the
Corporation to sign or cause to sign the Contract Agreement on behalf of the Corporation and /
or the Engineer Officer appointed by the Corporation or its duly authorized representative to
direct, supervise and be in charge of work for the purpose of the contract.
vi. The word "Specifications" shall mean collectively, all the terms and stipulations contained in
this book including the conditions of contract, technical & financial forms and Annexure thereto
and list of corrections and amendments.
vii. Words imparting persons shall include firms, companies, corporations and association or body
of individuals, whether incorporated or not.
viii. Terms and expressions not herein defined shall have the same meaning as are assigned to
them in the Indian Sale of Goods Act (1930), failing that in the Indian Contract Act (1872) and
failing that in the General Clause Act (1897) including amendments thereof, if any.
ix. A Day shall mean a day of 24 hours from mid-night to mid-night irrespective of the number
of hours worked in that day.
x. Month shall mean calendar month.
xi. A week shall mean a continuous period of seven (7) days.
xii. Schedule(s) / Section (s) referred to in these conditions shall mean the relevant schedule (s)/
Section (s) annexed to the tender papers issued by the Corporation.

3. SCOPE OF WORK UNDER THE TENDER:


The scope of work shall be the Supply of ACSR Conductor RACOON for Ranganadi H.E.
Plant, Arunachal Pradesh
4. REGULATION OF CONTRACT:
The contract shall be performed as per Indian Contract Act 1872 & Indian Sale of Goods Act
1930 and amendment thereof. The Contractor shall take necessary steps to ensure that all
persons employed on any work in connection with this Contract that the Indian Official
Bid Document for RHEP: NEEPCO LTD. 2
NIT NO 14/2017 General Conditions of Contract : Sec-III, Part-A

Servants Act, 1923 (XIX of 1923) also applies to them and shall continue to apply even after
the execution of such works under the Contract.
5. QUALIFYING REQUIREMENTS:
a) Technical: The bidders shall fulfill the requirements as stipulated below and furnish the
relevant documents in support of the requirement along with the bid document submitted.
(i) Trade License of the firm, showing his credential as a reputed repairing firm dealing in
supply of Electrical Line materials.
(ii) Certificate of incorporation in case of a company, partnership deed in case of a
partnership firm as the credential of the firm.
(iii) The bidders shall have executed supply works of all the Line Materials as indicted in the
price bid.
(iv) The bidder shall have supplied the materials in the order as specified below:
(a) A single order of not less than Rs 16.0 lacs executed by the firm in the last 02(two)
years and the bidder shall submit the copy of the said supply order, or.
(b) Two orders of not less than Rs 8.0 lacs each executed by the firm in the last 02(two)
years and the bidder shall submit the copies of the largest supply orders, or.
(c) Three orders of not less than Rs 6.0 lacs each executed by the firm in the last 02(two)
years and the bidder shall submit the copies of the largest supply orders.
(v) The bidders shall also attach the following in support of his credentials:
(a) In case of authorized Dealer - Valid Dealership certificate of the particular brand of
material to be supplied as specified in the technical specifications, given by the
manufacturer/ distributor of the item.
(b) In case of other repairing agencies - Valid Trade License showing the firm to be
dealing in repairing works of Elevators / Other T&P items.
(vi) Copy of VAT-TIN/CST-TIN Certificate, PAN number, Bank account No (along with
IFSC code) number should be submitted along with the Bid. The documents submitted
in support of the credential should be valid till the opening of the Bid as specified in the
Tender.
b) Financial: The bidders shall fulfill the requirements as stipulated below and furnish the
relevant documents in support of the requirement along with the bid document submitted.
(i) Solvency certificate, not older than 6 months, by the firm from a nationalized /
scheduled bank specifying the firm is financially sound to execute the contract
amounting to`.16.00 Lacs.
(ii) Annual turnover by the firm in the best three financial years out of last five financial
year ending March 2016 should not be less than `.25.00.
c) While the above stated requirements need be fulfilled by the bidder as qualification
requirement, NEEPCO may also ask for any additional information as may be deemed
necessary. Documents in support of the above are to be submitted along with the bid, falling
which the bid will be treated as incomplete & will be rejected.

6. INFORMATION REQUIRED AGAINST THE TECHNICAL SPECIFICATIONOF


THE ITEM TO BE SUPPLIED.
6.1 The bidder tender shall clearly indicate the name of the manufacturer, type of the item proposed
to be supplied. The tender may also contain details of specifications and other comprehensive
descriptive materials in support of technical specifications in the prescribed format specified under
Section IV of the Bid Document.
6.2 The above information may be provided by the bidder in separate sheets added under the
Envelope I (Techno- Commercial Bid). Added information in the form of brochures, catalogues
etc may be uploaded in support of the information provided. The bidder should also enclose
manufacturers test certificate against the item proposed to be supplied.
6.3 If the brand / specification or any details indicating the conformity of the materials to be
specification in the BOQ is not met, the bid shall be treated as incomplete & shall be rejected.
Bid Document for RHEP: NEEPCO LTD. 3
NIT NO 14/2017 General Conditions of Contract : Sec-III, Part-A

7. NO CLAIM FOR COMPENSATION FOR SUBMISSION OF TENDER:


The tenderer whose tender is not accepted shall not be entitled to claim any costs, charges, expenses
of and incidental to or incurred by him through or in connection with his submission of tender, even
though the Corporation may elect to withdraw the invitation to tender.
8. AMENDENTS IN TENDER DOCUMENT
8.1 At any time prior to the due date for submission of the tender, NEEPCO may for any reason,
whether at its own initiative or as a result of a request for clarification/ suggestion by a prospective
bidder, amend the tender document by issuing a notice.
8.2 The amendments will be notified on the website at least 3 days before the last date of
submission of the tender. NEEPCO will bear no responsibility or liability arising out of non receipt
of the information in time or otherwise. If any amendment is required to be notified within 3 days
of the proposed date of submission of the tender, the last date of submission shall be extended for a
suitable period of time.
9. QUALITY AND SATISFACTORY PERFORMANCE
9.1 The contractor shall warrant that the item conform to Standards indicated under the Technical
Specifications of the Bid Document. The item shall be in accordance with the specified technical
parameters and should be new as well of the highest grade and consistent with established and
generally be as per accepted standards as mentioned in the Technical Specification.
9.2 If within the stipulated warranty period if any items are found defective, sub standard or not
conforming to the brand and standards, the bidder at his own expense, replace the said material to
the satisfaction of the Purchaser.
9.3 The contractor shall replace the material within the Guarantee/Warrantee period promptly to
enable usage of items supplied. In case the contractor does not comply NEEPCO may procure the
items from other sources at contractors expenses. In such circumstance NEEPCO shall have the
full liberty to recover the losses/penalty from the contractor pending claims, security deposit or in
other law full manner. The amount of losses/penalty shall be decided by Head of Plant, RHEP,
NEEPCO and will be binding on the contractor.
10. GUARANTEE/ WARRANTY:
The Guarantee/ Warrantee shall be 18 (Eighteen) months from date of successful completion
of the supply or 12 (Twelve) months from date of successful installation of the materials at
site.
11. INSPECTION AND TESTS
11.1 NEEPCO or its duly authorized representatives shall have the right to inspect and /or to test
the equipments/goods/Spares to confirm their quality according to the contract specifications after
receipt of the materials at site. NEEPCO shall notify the bidder in writing, in a timely manner of the
identity of the officials retained for these purposes.
11.2 The inspection and testing of the materials shall be carried out at site after the completion of
the supply. The Purchaser shall carry out the testing of the items in presence of the authorized
representatives of the supplier. The contractor shall be informed by NEEPCO through a written
notice regarding any material being tested at least 3 days in advance. Absence of suppliers
representative during testing shall not relieve the supplier to accept the test result of the items. The
purchaser may however waive the testing of the materials prior to acceptance of the same.
11.3 If any spares fails to meet the specifications, NEEPCO shall, give written notice to the
contractor, about any objection regarding the quality of the system. The contractor shall either
replace the rejected items or make the necessary modifications to remove the cause of such
objection. The same shall be done at no extra cost to the Corporation.
12. PERFORMANCE GUARANTEE.
From the Total contract sum, 10 % (ten percent) shall be retained by NEEPCO towards
Performance Guarantee of the supply, which shall be retained till expiry of the Warranty Period.
Only if the contractor expresses in writing that desires to submit a Bank Guarantee equal to 10%
(ten percent) of the Contract Value of the order, he shall be allowed to do so in the format enclosed
Bid Document for RHEP: NEEPCO LTD. 4
NIT NO 14/2017 General Conditions of Contract : Sec-III, Part-A

in the relevant section of the bid document. The contractor shall furnish a Bank Guarantee from
a Nationalised Bank or a Scheduled Bank for the above specified amount by way of guarantee
for the due and faithful performance of the agreement and for the due and faithful
performance of the Supply Order along with the other terms and conditions agreed to within
10 (Ten) days from the date of issue of Detailed Order.
13. ARBITRATION.
If any dispute or difference of opinion whatever shall arise between the Supplier and the Purchaser
upon or in relation there to or in connection with this contract, and if the matter is not settled
amicably by and between the parties and on rejection, such matter of dispute or difference of
opinion shall be referred to the Arbitration strictly in accordance with the provision contained in the
Arbitration and Conciliation Act 1996 (Act No 26 of 1996) and any amendment thereto. All suits
arising out of this Purchase Order if any are subject to the Jurisdiction in the city of Shillong only.
14. TIME OF COMPLETION
The supply shall be completed within 60(Sixty) days from the date of issue of the Order.
15. TERMS OF PAYMENT.
90% (Ninety percent) payment shall be paid after Successful completion of the work as certified by
the Engineer-In-Charge. The remaining 10% will be release after expiry of the Defect Liability
Period.
Or
100% (one hundred percent) payment shall be paid after Successful completion of the work as
certified by the Engineer-In-Charge, subject to submission of Bank Guarantee of 10% of the
Contract sum which will be released after expiry of Defect Liability Period.
16. CANCELLATION OF THE CONTRACT
The Corporation may without prejudice to any other remedy for breach of contract by written notice
of default reserves the right to cancel the Purchase Order, and shall be entailed to rescind the
contract wholly or in part in a written notice to the successful tenderer owing to any of the
following reasons:
a) If the successful tenderer fails to comply with the terms of the purchase order.
b) If the tenderer fails to perform any other obligation(s) under the Contract
c) The successful tenderer becomes bankrupt or goes into liquidation.
d) The successful tenderer fails to deliver goods on time and / or to replace the rejected goods
promptly.
e) The successful tenderer makes a general assignment for the benefit or creditors and a
receiver is appointed for any of the property owned by them
f) If the tenderer, in the judgment of Corporation has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract.
Upon receipt of the said cancellation notice the successful tenderer shall discontinue all work on the
Purchase order and matters connected with it. Ranganadi H.E. Plant in that event will be entitled to
procure the requirements in the open market and recover excess payment over the successful
tenderers agreed price, if any, from the successful tenderer reserving to itself the right to forfeit the
security deposit, if any, submitted by the successful tenderer against the contract.
17. LIQUIDATED DAMAGES.
The Purchaser reserves the right to recover from the Supplier a sum equivalent to 0.5% (half
percent) of the total Contract Price for each week of delay and part thereof subject to a maximum of
10 % (ten percent) of the total Contract Sum as Liquidated Damage (LD). However, the Purchaser
reserves the right not to accept the delayed items and cancel the order depending upon the
discretion of Purchasing Authority.
Bid Document for RHEP: NEEPCO LTD. 5
NIT NO 14/2017 General Conditions of Contract : Sec-III, Part-A

18. CONSIGNEE:
The Sr. Manager (E), S&T, RHEP, NEEPCO shall be the Consignee. The materials shall be
consigned to the following address:
Sr. Manager (E), S&T,
NEEPCO, RHEP, Yazali, Dist Lower Subansiri, Arunachal Pradesh
19. CLARIFICATION ON TENDER DOCUMENT
19.1 Any prospective bidder requiring any clarification on the bid document regarding various
provisions / requirements/ submission of the tender, may contact the Sr. Manager (E/M), C&P,
RHEP, NEEPCO in writing by letter or fax/ email (E-mail ID = contracts.rhep@gmail.com) within
the date as prescribed in the NIT. Queries received later than as prescribed in the NIT shall not be
entertained.
19.2 Verbal clarifications and informations shall not be entertained in any way.
20. EXEMPTION TO SMALL SCALE INDUSTRIES.
Statutory exemptions for participating bidders registered under Small Scale Industries as per the
Government of India Guidelines/ Norms shall be considered.
21. SIGNING OF CONTRACT / AGREEMENT
A formal signing of the agreement is avoided. The unconditional acceptance of the Order and the
EMD submitted along with the supply order shall be treated as the binding contract against this
supply.
22. SUBLETTING OF CONTRACT
The Contractor shall not sub-let, transfer or assign the whole or any part of the supply work under
the Contract. However, the employment of piece rate workers shall not be construed as subletting.
23. FORCE MAJEURE
23.1 The term Force Majeure shall, herein, mean riots (other than among the Contractors
employees), Civil commotion (to the extent not insurable), war (whether declared or not),
invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection,
military or usurped power, damage from aircraft, nuclear fission, acts of God, such as floods,
earthquake, lightning, fires not caused by Contractors negligence and other such cause over
which the Contractor has no control and are accepted as such, by the Engineer-in-Charge,
whose decision shall be final and binding. In the event of either party being rendered unable
by Force Majeure to perform any obligation required to be performed by them under the
Contract, the relative obligation of the party effected by such Force Majeure shall be treated
as suspended for the period during which such Force Majeure cause lasts, provided the
party alleging that it has been rendered unable, as aforesaid, thereby shall notify within
10(ten) days of the alleged beginning and ending thereof giving full particulars and
satisfactory evidence in support of such cause.
23.2 On occurrence of Force Majeure the liability of either party shall be dealt with in
accordance with the provisions of the Contract.
23.3 There should be a request for extension of time arising out of Force Majeure the same
shall be considered in accordance with the provision of completion time and extension clause.
No compensation, whatsoever, will be allowed to the Contractor for the delay arising out of
Force Majeure condition.
24 INSPECTION OF SITE BEFORE TENDER:
The Contractor shall inspect and examine the site and its surrounding and shall satisfy himself
before submitting his tender so as to verify the nature of the supply & site, and the means of access
to the site, obtain necessary information as to risk contingencies and other circumstances that may
have a bearing / effect on his tender. No extra charges consequent on misunderstanding or
otherwise shall be allowed.
End of Section - III
Bid Document for RHEP: NEEPCO LTD
NIT NO 14/2017 Reverse Auction Process: Sec-III, Part-B

REVERSE ACUTION PROCESS


1. SCOPE:
1.1 The Owner reserves the right to go for Reverse Auction process to finalize the tender or may
finalize the tender without Reverse Auction. The decision to conduct Reverse Auction or not
will be conveyed to the techno- commercially qualified bidders after opening of price bid.
The business Rules and General Terms & Conditions for Reverse Auction is given in Section-
VII of the bid document.
1.2 Bidders shall furnish the undertaking to participate in RA as per Form-DECLARATION (Part
-D, Sec-VI) along with the techno commercial bid in their letter head.
1.3 Bidders not confirming to participate in Reverse Auction if conducted by the Owner, their
original quoted price shall be treated as final quotation.
1.4 The techno-commercially qualified bidders who have confirmed acceptance to the Owner on
Reverse Auction, but finally do not participate in Reverse Auction process, their original
quoted price shall be considered as final.
1.5 If a bidder does not want to quote any price below the starting /ceiling price during Reverse
Auction, their Logged In during Reverse Auction itself shall be considered as Participation.
Their original quoted price shall be considered as final.
1.6 After opening the price bids and arriving at evaluated cost to the Owner after due commercial
loading and other price impacts if any as per bid condition, the bidders whose price bids have
been opened shall qualify for participating in the Reverse Auction event conducted as per
business rules of RA.
1.7 It shall be Owners discretion to use the Lowest Evaluated Cost already evaluated amongst
the Price Bids or any other price as the Starting Price in RA.
1.8 In case the Owner decides not to go for the reverse auction procedure for the tender, the price
bids already opened and evaluated shall be considered for finalizing the tender.
1.9 The Owner reserves the right to award the contract as per Purchasers discretion irrespective
of the live Auction Rank.
1.10 After completion of RA, the L1 bidder has to e-mail the duly signed price confirmation in
the prescribed format given in the bid document with breakup of prices as per Price Schedules
of NIT within 24 hrs of completion of auction without fail.
1.11 If no bid is received during reverse auction within the specified time duration of the online
reverse auction, the original quoted price of the bidders shall be processed to evaluate the
lowest bid.
1.12 If the L1 bidder as per the original quoted prices does not participate in the RA and the L1
bid received during RA happens to be the same as the L1 price evaluated as per original
quoted prices of the bidders, then the L1 bid received during RA shall prevail and shall be
considered for evaluation and award.
1.13 The prices quoted in the e-RA shall be the total lump sum prices for the scope of work as
per tender inclusive of all taxes & duties, levies deviations considering the loading factor
furnished by the Purchaser on his quoted prices.
1.14 Bidding in the last minutes and seconds should be avoided in the bidders own interest.
Neither the Service Provider nor NEEPCO will be responsible for any lapses /failure on
the part of the Bidder, in such cases.

2. General Terms & Condition


Against this Enquiry for the subject item/system with detailed scope of procurement as per
the specification, NEEPCO may resort to REVERSE AUCTION PROCEDURE i.e.
ONLINE BIDDING on INTERNET with due intimation to the Techno-Commercially
qualified bidders. General Terms & Conditions for Reverse Auction are:

Page1of5

Bid Document for RHEP: NEEPCO LTD


NIT NO 14/2017 Reverse Auction Process: Sec-III, Part-B

2.1 The philosophy followed for reverse auction shall be English Reverse (No ties).
2.2 For the proposed reverse auction, technically and commercially acceptable bidders only
shall be eligible to participate.
2.3 NEEPCO will engage the services of a service provider who will provide all necessary
training and assistance before commencement of on line bidding on Internet.
2.4 NEEPCO will inform the Bidder in writing in case of reverse auction, the details of service
provider to enable them to participate.
2.5 Business rules like event date, time, start price, bid decrement, extensions, etc. also will be
communicated through service provider for compliance.
2.6 Bidders have to fax/mail the PROCESS COMPLIANCE FORM (Section-VI, Part-D) in the
prescribed format before start of Reverse auction. Without this, the Bidder will not be
eligible to participate in the event.
Reverse auction will be conducted on schedule date & time.
2.7 At the end of reverse auction event, the lowest bidder value will be known on the network.
2.8 The lowest bidder has to fax/mail the duly signed filled in the prescribed format
PRICE CONFIRMATION as provided (Section-VI, Part-E) to NEEPCO through
service provider within 24 hours of auction without fail.
2.9 Any variation between the on-line bid value and signed document will be considered as
sabotaging the tender process and will invite disqualification of the bidder to conduct
business with NEEPCO as per prevailing procedure.
2.10 In case NEEPCO decides not to go for Reverse auction procedure for this tender
enquiry, the price bids already opened and evaluated may be considered for finalizing the
tender.
2.11 The reverse auction will be treated as closed only when the bidding process gets
closed in all respects for the item listed in the tender.
2.12 All the bidders should have a VALID DIGITAL CERTIFICATE to participate
in the online event. Under no circumstances will the bidders be allowed to participate
in the online event without Digital Certificate.

3. BUSINESS RULE:
NEEPCO may finalize the procurement against this Tender through reverse auction mode.
NEEPCO has made arrangement with M/s. e-Procurement Technologies Ltd, Ahmedabad,
(ETL) who shall be NEEPCOs authorized service provider for the same.
The bidders are required to read carefully the guidelines given below and submit their
acceptance/compliance to the same along with the Techno-Commercial Bid.
3.1 Computerized Reverse auction shall be conducted by NEEPCO, on pre-specified date & time,
while the Bidders shall be quoting from their own offices/place of their choice. Internet
connectivity and other paraphernalia requirements shall have to be ensured by Bidders
themselves.
In the event of failure of their Internet connectivity, (due to any reason whatsoever it may be) it
is the bidders responsibility / decision to send fax communication, immediately to E-
Procurement Technologies Ltd (ETL) furnishing the price, the bidder wants to bid online, with
a request to ETL to upload the faxed price on line on behalf of the Bidder. The Bidder shall note
clearly that the concerned bidder communicating this price to service provider has to solely
ensure that the fax message is received by ETL in a readable / legible form and also the Bidder
should simultaneously check up with ETL over phone about the clear receipt of the price faxed.
It shall also be clearly understood that the bidder shall be at liberty to send such fax
communications of prices to be up loaded by ETL only before the closure of Bid time and under
no circumstances it shall be allowed beyond the closure of bid time. Such bidders have to
Page2of5

Bid Document for RHEP: NEEPCO LTD


NIT NO 14/2017 Reverse Auction Process: Sec-III, Part-B
ensure that the service provider is given a reasonable required time by the bidders, to upload
such faxed prices online and if such required time is not available at the disposal of ETL at the
time of receipt of the fax message from the bidders, ETL will not be uploading the prices. It is
to be noted that either NEEPCO or ETL are not responsible for these unforeseen circumstances.
In order to ward-off such contingent situation, bidders are requested to make all the necessary
arrangements / alternatives whatever required so that they are able to circumvent such situation
and still be able to participate in the reverse auction successfully. However, the Bidders are
requested not to wait till the last moment to quote their bids to avoid any such complex
situations.
3.2 ETL shall arrange to train bidders nominated person(s), without any cost. All the Rules related
to the Reverse Auction/ Business Rules Document to be adopted along with bid manual shall be
explained by ETL. The Bidder may accordingly contact ETL.
3.3 LOG IN NAME & PASSWORD: Each Bidder shall be assigned a Unique User Name &
Password by ETL. The Bidders are requested to change the Password after the receipt of initial
Password from ETL. All bids made from the Login ID given to the bidder will be deemed to
have been made by the bidder.
3.4 LOWEST BID OF A BIDDER: In case the bidder submits more than one bid, the lowest bid
will be considered as the bidders final offer to reverse auction process& to execute the work in
the event of successful bidder.
3.5 BIDDING CURRENCY AND UNIT OF MEASUREMENT: Bidding will be conducted in
Indian Rupees (INR).
3.6 Starting Bid/Bid Decrement: The opening price of the RA and the bid decrement value shall
be available to the bidders on their bidding screen.
3.7 BID PRICE: The Bidder has to quote the Total cost to NEEPCO for the items specified.
Calculation sheet, if any, to arrive at the Total cost to NEEPCO should be kept ready by the
bidder.
3.8 VALIDITY OF BIDS: The Bid price shall be kept valid for a period specified in the tender
document and shall not be subjected to any change whatsoever.
3.9 Procedure of Reverse Auctioning
a. REVERSE AUCTION TYPE: English Reverse Auction- No Ties shall be followed.
b. NEEPCO will declare its Opening Price (OP), which shall be visible to the all bidders
during the start of the Reverse Auction. The Bidder will be required to start bidding after
announcement of Opening Price and decrement amount.
The start price of the tender in online reverse auction is open to all the participating bidders.
Any bidder can start bidding, in the online reverse auction, from the start price itself.
The Bidder shall note that, the first online bid that comes in the system during the online
reverse auction can be equal to the auction's start price, or lesser than the auction's start
price by one decrement, or lesser than the auction's start price by multiples of
decrement. The second online bid and onwards will have to be lesser than the last
Accepted bid rate by one decrement value, or lesser than the last Accepted Rate by
multiples of the decrement value.
c. BID DECREMENT: The minimum Bid decrement shall be available to the Bidders at
the start of the auction. The bidder can view the same at the start of the auction. The
bidder can bid lower than the Lowest Bid in the auction by a decrement, multiple of the
minimum Bid decrement or at least of minimum bid decrement plus multiples of Bid
Decrement.
Page3of5

Bid Document for RHEP: NEEPCO LTD


NIT NO 14/2017 Reverse Auction Process: Sec-III, Part-B
d. Reverse Auction shall be for a period of 1 Hour (60 minutes). If a bidder places a Bid in
the last 5 minutes of Closing of the Auction, the auction shall get extended
automatically for another 5 minutes. In case, there is no Bid in the last 5 minutes of
closing of Auction, the Auction shall get closed automatically without any
extension. The bidder shall note that if there are more than one item in a single auction,
the auto-extension will be applicable to the entire event i.e. whenever a bidder places an
acceptable bid in the last 5 minutes of the closing of the auction, the auction shall get
extended automatically for another 5 minutes from the time of this bid for all the items
in the auction.
e. Auto Bid : (If Applicable)
i. The Auto Bid feature allows Bidders to place an automated bid against other
Bidders in an auction and bid without having to enter a new amount each time a
competing Bidder submits a new offer.
ii. Bidders are supposed to quote their best lowest price in confirmation to the
decrement value. The auto bid value can be entered only once for a particular
Item in a particular event. The bidders can at no point of time, during the course
of the auction, revise/delete their auto bid values. The bidders have the facility to
revise their auto bid value prior to the start of the event.
iii. This feature can be used only once during a particular Reverse Auction and only
after the L1 rate is equal to or less than the minimum bid amount that the bidder
has put in the system will he get the option to manually bid for the same. In no
case during the bidding till the L1 rate or less is not reached as equivalent to the
minimum bid amount offered by the bidder, will the bidder get the option to
manually bid for the same.
iv. The situation wherein manual bidder quote the same price quoted by other bidder
who has opted for the auto bid feature (although auto bid price is neither visible to
any of the other bidders nor NEEPCO nor ETL), manual bidder would get a
precedence over the auto-bidder. In no case auto bid can be stopped or cancelled.
v. In case all the participants opt for auto bid, the bidder who has entered the value
first will get the precedence in that order
3.10 During English Reverse (no ties), if no bid is received within the specified time, NEEPCO,
at its discretion, may decide to revise Opening price / scrap the reverse auction process /
proceed with conventional mode of tendering.
3.11 Bidders bid will be taken as an offer to execute the contract as per scope of the tender. Bids
once made, cannot be cancelled / withdrawn and the Bidder shall be bound to
supply/execute the work ( as mentioned above at their final bid price). Should the Bidder
back out and not supply/work as per the rates quoted, NEEPCO shall take action as
appropriate.
3.12 Bidders will be able to view the following on the screen along with the necessary fields in
the English Reverse (no ties) {Reverse Auction}:
a. Leading Bid in the Auction (L1 Price)
b. Bid Placed by him
c. Rank of the respective bidder
d. Start Price & Bid Decrement Value
3.13 At the end of the Reverse Auction, NEEPCO will decide upon the winner. NEEPCOs
decision on award of Contract shall be final and binding on all the Bidders.
3.14 The Bidder quoting lowest price (L1) shall be required to submit the final prices, quoted
during the English Reverse (no ties) exactly as issued by NEEPCO/Service provider after
the completion of Auction to NEEPCO, duly signed and stamped as token of acceptance
without any new condition other than those already agreed to before start of auction.

Page4of5

Bid Document for RHEP: NEEPCO LTD


NIT NO 14/2017 Reverse Auction Process: Sec-III, Part-B
3.15 After completion of the reverse auction event, the bidder quoting lowest price (L1) will have
to submit the price break up as per the tender document along with the price confirmation
letter.
3.16 NEEPCO shall be at liberty to cancel the reverse auction process / tender at any time, before
ordering, without assigning any reason.
3.17 NEEPCO shall not have any liability to bidders for any interruption or delay in access to the
site irrespective of the cause.
3.18 Other terms and conditions shall be as per the techno-commercial offers and other
correspondences /final confirmation against the NIB.
3.19 DURATION OF AUCTION: The auction will be of 60 Mins duration with auto extension
as detailed under Cl. 9 (d). Bidders are advised not to wait till the last minute or last few
seconds to enter their bid during the auto-extension period to avoid complications related
with internet connectivity, network problems, system crash down, power failure, etc. ( IF
THERE IS ANY CHANGE IN THE SCHEDULE , THE SAME SHALL BE
COMMUNICATED TO BIDDER).
3.20 OTHER TERMS & CONDITIONS:
- The Bidder shall not involve himself or any of his representatives in Price
manipulation of any kind directly or indirectly by communicating with other suppliers /
bidders.
- The Bidder shall not divulge either his Bids or any other exclusive details of
NEEPCO to any other party.
- NEEPCOs decision on award of Contract shall be final and binding on all the
Bidders.
- NEEPCO along with ETL can decide to extend, reschedule or cancel any Auction.
Any changes made by NEEPCO and / or ETL, after the first posting will have to be
accepted if the Bidder continues to access the site after that time.
- ETL shall not have any liability to Bidders for any interruption or delay in access to
the site irrespective of the cause.
- ETL is not responsible for any damages, including damages that result from, but are
not limited to negligence. ETL will not be held responsible for consequential damages,
including but not limited to systems problems, inability to use the system, loss of
electronic information etc.

ANNEXURE- I
(Item Description)
The List of Items to be procured along with the Quantities and the Auction Start Time & Close
Time is as follows:
ITEM DESCRIPTION:

Item Quantity, Unit, Opening Bid Decrement in Opening Closing


Rate, Amount etc Prices in Rs Rs Time Time

Will be Will be Visible As per As per


Visible during bidding Schedule Schedule
during
bidding

Page5of5

NIT 14/ 2017 Technical Specification: Sec-IV


Supply of ACSR Conductor RACCOON Ranganadi H.E. Plant NEEPCO
TECHNICAL SPECIFICATION FOR THE ACSR CONDUCTOR
RACOON.

A. Specifications for ACSR RACCOON conductor.

TECHNICAL SPECIFICATION FOR 33kV ACSR RACCOON Conductors


0.0 SCOPE
This section covers supply and delivery of RACCOON ACSR Conductor of size 7/1/4.10 mm at
F.O.R Site, which is the Central store of Ranganadi H.E. Plant, NEEPCO.
1.0 STANDARDS
1.1 The Conductor shall also comply in all respects with the IS: 398 (Part-II) 1996 with latest
amendments unless otherwise stipulated in this specification or any other International Standards
which ensure equal or higher quality material.
1.2 The ACSR Conductor shall also conform to the following standards
Sl. Indian Standards Title International
No. Standards
1. IS: 209 Specification BS:3436 for Zinc
2. IS: 398(Part I to V) Specification IEC 209 for aluminium
As Relevant. BS 215 conductor for (Part II)
overhead transmission purpose.
3. IS:1778 Reels and BS: 1559 drums for bare
conductors.
4. IS:1521 Method of Ten ISO/R-89 site testing
of Steel wire.
5. IS:2629 Recommended practice for Hot Dip
galvanising of Iron and Steel.
6. IS:2633 Method of Testing uniformity of
coating of zinc coated articles.
7. IS:4826 Galvanising coating quoting on ASTM A 472 729
round steel wire.
8. IS:6745 Methods of determination of weight BS : 443
of zinc coating of zinc coated iron
and steel articles.
9. IS:8263 Method of Radio Interference tests IEC : 437
on HV Insulators. NEMA : 107
10. IS:1841 EC grade aluminium rod produced
by rolling (Second Revision)
11. IS:5484 EC grade aluminium rod produced
by continuous casting and
rolling(first revision)

1.3 However, in an event where the supplier offers ACSR conductor conforming to standards other than
the above, then the salient points of comparison between the standards adopted and the standards
quoted herein shall be detailed in relevant schedule with an authenticated English version of such
standards referred to.
2.0 GENERAL TECHNICAL REQUIREMENTS
The General Technical Requirements are given in Clause-31.0. The Conductor shall conform to these
technical requirements.
2.1 Materials/ Workmanship
2.1.1 The material offered shall be of best quality and workmanship. The steel cored aluminium
conductor strands shall consist of hard drawn aluminium wire manufactured from not less than
99.5% pure electrolytic aluminium rods of E.C. grade and copper content not exceeding 0.04%.

Page1of10

NIT 14/ 2017 Technical Specification: Sec-IV


Supply of ACSR Conductor RACCOON Ranganadi H.E. Plant NEEPCO
They shall have the same properties and characteristics as prescribed in IEC:889- 1987. The
steel wire shall be made from material produced either by the acid or basic open hearth process
or by electric furnace process or basic oxygen process. Steel wire drawn from Bessemer Process
shall not be used.
2.1.2 The steel wires shall be evenly and uniformly coated with electrolytic high grade, 99.95% purity
zinc complying with the latest issue of IS-209 for zinc. The uniformity of zinc coating and the
weight of coating shall be in accordance with standard specification and shall be tested and
determined according to the latest IS-2633 or any other authoritative standard.
2.1.3 The steel strands shall be hot dip galvanized and shall have a minimum zinc coating of 250
gm/Sq.m after stranding. The coating shall be smooth, continuous, and of uniform thickness,
free from imperfections and shall withstand minimum three dips after stranding in standard
preece test. The steel strands shall be preformed and post-formed in order to prevent spreading
of strands in the event of cutting of composite core wire. The properties and characteristics of
finished strands and individual wires shall be as prescribed in IEC: 888- 1987.

3.0 CONDUCTOR PARAMETERS


3.1 The Parameters of individual strands and composite steel-cored aluminium conductor shall be in
accordance with the standard specification values.
3.2 Creep in a conductor is attributed partly due to settlement of strands and partly due to non-elastic
elongation of metal when subjected to load. The manufacturer of conductor shall furnish the amount
of creep which will take place in 10, 20, 30, 40 and 50 years along with the supporting calculations.
The calculations should be based on everyday temperature of 32C and everyday tension of 25% of
UTS of conductor of 33 KV Lines.
4.0 TOLERANCES
4.1 The tolerances on standard diameter of Aluminium and Steel wires shall be as detailed in specific
technical requirements.
4.2 The cross-section of any wire shall not depart from circularity by more than an amount
corresponding to the tolerance on the standard diameter.
4.3 The details of diameters, lay ratios of Aluminium and steel wires shall be in accordance with the
standard specification.
5.0 SURFACE CONDITIONS
All aluminium and steel strands shall be smooth, and free from all imperfections, spills/and splits. The
finished conductor shall be smooth, compact, uniform and free from all imperfections including spills and
splits, die marks, scratches, abrasions, scuff marks, kinks(protrusion of wires), dents, pressmarks, cut
marks, wire cross-over, over-riding looseness, pressure and/or unusual bangle noise on tapping, material
inclusions, white rust, powder formation or black spots (on account of reaction with trapped rain water
etc.,), dirt, grit, etc. The surface of conductor shall be free from points, sharp edges, abrasions or other
departures from smoothness or uniformity of surface contour that would increase radio interference and
corona losses. When subjected to tension upto 50% of the ultimate strength of the conductor, the surface
shall not depart from the cylindrical form nor any part of the component parts or strands move relative to
each other in such a way as to get out of place and disturb the longitudinal smoothness of the conductor.
6.0 JOINTS IN WIRES
7.1 Aluminium wires
6.1.1 During stranding, no aluminium wire welds shall be made for the purpose of achieving the
required conductor length.
6.1.2 No joint shall be permitted in the individual aluminium wires in the outer most layer of the
finished Conductor. However, joints in the 12 wire & 18 wire inner layer of the conductor are
permitted but these joints shall be made by the cold pressure butt welding and shall be such that no
two such joints shall be within 15 meters of each other in the complete stranded conductor.
7.2 Steel wires
There shall be no joints in finished steel wires forming the core of the steel reinforcedaluminium
conductor.
7.0 STRANDING

Page2of10

NIT 14/ 2017 Technical Specification: Sec-IV


Supply of ACSR Conductor RACCOON Ranganadi H.E. Plant NEEPCO
7.1 The wires used in construction of the stranded conductor, shall, before stranding, satisfy all
requirements of IS-398 (Part-II)1996.
7.2 In all constructions, the successive layers shall be stranded in opposite directions.
7.3 The wires in each layer shall be evenly and closely stranded round the underlying wire or wires. The
outer most layers of wires shall have a right hand lay. The lay ratio of the different layers shall be
within the limits as per standard specification.
8.0 PACKING
8.1 The conductor shall be supplied in non-returnable strong wooden drums provided with lagging of
adequate strength constructed to protect the conductor against any damage and displacement during
transit, storage and subsequent handling and stringing operations in the field. The drums shall
generally conform to IS-1778-1980 and latest version except as otherwise specified hereinafter. The
conductor drums shall be adequate to wind one standard length of 3000 meters RACCOON ACSR
conductor.
8.2 The drums shall be suitable for wheel mounting and for letting off the conductor under a minimum
controlled tension of the order of 5KN. The conductor drums shall be provided with necessary
clamping arrangements so as to be suitable for tension stringing of power conductor.
8.3 The bidders should submit their drawings of the conductor drums along with the bid. After placement
of letter of intent the supplier shall submit copies of fully dimensioned drawing of the drum for
purchaser's approval.
8.4 All wooden components shall be manufactured out of seasoned soft wood free from defects that may
materially weaken the component parts of the drums. Preservative treatment for anti-termite/anti
fungus shall be applied to the entire drum with preservatives of quality which is not harmful to the
conductor.
8.5 All flanges shall be 2-ply construction with 64 mm thickness. Each ply shall be nailed and clenched
together at approximately 90 . Nails shall be driven from the inside face of the flange, punched and
then clenched on the outer face. Flange boards shall not be less than the nominal thickness by more
than 2 mm. There shall not be less than 2 nails per board in each circle.
8.6 The wooden battens used for making the barrel of the conductor shall be of segmental type. These
shall be nailed to the barrel supports with at least two nails. The battens shall be closely butted and
shall provide a round barrel with smooth external surface. The edges of the battens shall be rounded
or chamfered to avoid damage to the conductor.
8.7 Barrel studs shall be used for construction of drums. The flanges shall be holed and the barrel
supports slotted to receive them. The barrel studs shall be threaded over a length on either end,
sufficient to accommodate washers, spindle plates and nuts for fixing flanges at the required spacing.
8.8 Normally, the nuts on the studs shall stand protruded of the flanges. All the nails used on the inner
surface of the flanges and the drum barrel shall be countersunk. The ends of the barrel shall generally
be flushed with the top of the nuts.
8.9 The inner cheek of the flanges and drum barrel surface shall be painted with bitumen based paint.
8.10Before reeling, card board or double corrugated or thick bituminised waterproof bamboo paper shall
be secured to the drum barrel and inside of flanges of the drum by means of a suitable commercial
adhesive material. The paper should be dried before use. Medium grade kraft paper shall be used in
between the layers of the conductor. After reeling the conductor the exposed surface of the outer
layer of conductor shall be wrapped with thin polythene sheet across the flanges to preserve the
conductor from dirt, grit and damage during transportation and handling and also to prevent ingress
of rain water during storage/transport.
8.11A minimum space of 75 mm shall be provided between the inner surface of the external protective
lagging and outer layer of the conductor. Outside the protective lagging, there shall be a minimum of
two binders consisting of hoop iron/galvanised steel wire. Each protective lagging shall have two
recesses to accommodate the binders.
8.12Each batten shall be securely nailed across grains as far as possible to the flange edges with at least 2
nails per end. The length of the nails shall not be less than twice the thickness of the battens. The nail
shall not protrude above the general surface and shall not have exposed sharp edges or allow the
battens to be released due to corrosion.

Page3of10

NIT 14/ 2017 Technical Specification: Sec-IV


Supply of ACSR Conductor RACCOON Ranganadi H.E. Plant NEEPCO
8.13The conductor ends shall be properly sealed and secured with the help of U-nails on one side of the
flanges.
8.14Only one standard length of conductor shall be wound on each drum. The method of lagging to be
employed shall be clearly stated in the tender.
8.15As an alternative to wooden drum Bidder may also supply the conductors in non- returnable painted
steel drums. The painting shall conform to IS: 9954-1981,reaffirmed in 1992.
9.0 LABELLING AND MARKING
9.1 The drum number shall be branded or gauged or stencilled into the flange. An arrow shall be
marked on the sides of the drum, together with the words "Roll this way". Each drum shall have
the following information provided on the outside of the flange stencilled with indelible ink.
a) Manufacturer's name and address.
b) Contract/Specification number.
c) Size and type of conductor.
d) Net weight of the conductor.
e) Gross weight of the conductor and drum.
f) Length of the conductor.
g) Position of the conductor end.
h) Drum and lot number.
i) Name and address of the consignee.
j) Month and year of manufacture.
1. The drum may also be marked with standard specification as per which the conductor is
manufactured.
10.0 STANDARD LENGTHS
10.1The standard length of the conductor shall be 2500 metres. Bidder shall indicate the standard length
of the conductor to be offered by them. A tolerance of plus or minus 5% on the standard length
offered by the bidder shall be permitted. All lengths outside this limit of tolerance shall be treated as
random lengths.
10.2Random lengths will be accepted provided no length is less than 70% of the standard length and
total quantity of such random length shall not be more than 10% of the total quantity order. When
one number random length has been manufactured at any time, five (5) more individual lengths,
each equivalent to the above random length with a tolerance of +/-5% shall also be manufactured
and all above six random lengths shall be dispatched in the same shipment. At any point, the
cumulative quantity supplied including such random lengths shall not be more than 12.5% of the
total cumulative quantity supplied including such random lengths. However, the last 20% of the
quantity ordered shall be supplied only in standard length as specified.
10.3Bidder shall also indicate the maximum single length, above the standard length, he can
manufacture in the guaranteed technical particulars of offer. This is required for special stretches
like river crossing etc. The Purchaser reserves the right to place orders for the above lengths on the
same terms and conditions applicable for the standard lengths during the pendency of the Contract.
11.0 TESTING
11.1Selection of Test samples for Type Tests.
11.1.1 The samples shall be taken from a continuous length of conductor and subjected to all the tests
specified in clause 14.
11.2 Selection of Test samples for Acceptance Tests
11.2.1 Before dispatch from the works individual wire and finished steel cored aluminium conductor
shall be subjected to the tests as specified in IS: 398 or any other authoritative standard.
11.3 Sample for individual wires for test shall be taken before stranding from outer ends of not less
than ten per cent of the spools in the case of aluminium wire and ten per cent of the wire coils in
the case of steel wires. If samples are taken after stranding, they shall be obtained by cutting 1.2
metres from the outer ends of the finished conductor from not more than 10 per cent of the
finished reels.
11.4 The routine tests shall be same as acceptance test and shall be carried out on each coil.
12.0 TESTS
The following tests shall be carried out on sample/samples of conductor.

Page4of10

NIT 14/ 2017 Technical Specification: Sec-IV


Supply of ACSR Conductor RACCOON Ranganadi H.E. Plant NEEPCO
12.1 Type Tests
a) Visual examination
b) Measurement of diameters of individual aluminium and steel wires.
c) Measurement of lay ratio of each layer
d) Breaking load test
e) Ductility test
f) Wrapping test
g) Resistance test on aluminium wires.
h) DC resistance Test on Composite Conductor.
i) Galvanizing test
j) Surface condition test.
k) Stress Strain test
l) Procedure qualification test on welded joint of Aluminium Strands.
NOTE: -The tenderer should submit type test certificates of a standard laboratory along with the tender,
failing which the tender is liable for rejection.
12.2 Acceptance tests and Routine tests
a) Visual and dimensional check on drum.
b) Visual examination
c) Measurement of diameters of individual aluminium and steel wires.
d) Measurement of lay ratio of each layer
e) Breaking load test
f) Ductility test
g) Wrapping test
h) Resistance test on aluminium wires.
i) DC resistance Test on Composite Conductor.
j) Galvanizing test
12.3 Tests during Manufacture
The following tests during manufacture shall be carried out.
a) Chemical analysis of zinc used for galvanising,
b) Chemical analysis of aluminium used for making aluminium strands,
c) Chemical analysis of steel used for making steel strands,
12.4 Visual examination
The conductor shall be examined visually for good workmanship and general surface finish of the
conductor. The conductor drums shall be rewound in the presence of authorised representative of
Ranganadi H.E. Plant. The Inspector will check that the conductor shall generally conform to the
requirements of the specifications/IS 398(Part-II)-1996.
12.5 Measurement of diameters of individual Aluminium and Steel Wires.
The diameters of individual Aluminium and Steel Wires shall be checked to ensure that they conform to
the requirements of this specification.
12.6 Measurement of lay-ratios
The lay-ratios of each layer of the conductor shall be measured and checked to ensure that they conform
to the requirements of this specification and IS:398 (Part- II)-1996.
12.7 Breaking load test
12.7.1 Breaking load test on complete conductor.
Circles perpendicular to the axis of the conductor shall be marked at two places on a sample of
conductor of minimum 5m length between fixing arrangement suitably fixed on a tensile testing
machine. The load shall be increased at a steady rate upto 50% of minimum specified UTS and held for
one minute. The circles drawn shall not be distorted due to relative movement of strands. Thereafter the
load shall be increased at steady rate to 100% of UTS and held for one minute. The Conductor sample
shall not fail during this period. The applied load shall then be increased until the failing load is reached
and the value recorded.
12.7.2 Breaking load test on individual Aluminium and Galvanized steel wires.
This test shall be conducted on both Aluminium and Galvanized steel wires. The breaking load of one
specimen cut from each of the samples taken shall be determined by means of suitable tensile testing

Page5of10

NIT 14/ 2017 Technical Specification: Sec-IV


Supply of ACSR Conductor RACCOON Ranganadi H.E. Plant NEEPCO
machine. The load shall be applied gradually and the rate of separation of the jaws of the testing
machine shall not be less than 25 mm/min. and not greater than 100 mm. / min. The ultimate breaking
load of the specimens shall be not less than the values as per standard specification.

12.8 Ductility Test


For the purpose of this test both torsion and elongation tests shall be carried out on galvanized steel
wires only.
12.9 Torsion Test
One specimen cut from each of the samples taken shall be gripped in two vices exactly 15 cms apart. One
of the vices shall be made to revolve at a speed not exceeding one revolution per second and the other
shall be capable of moving longitudinally to allow for contraction or expansion during testing. A small
tensile load not exceeding 2 (two) percent of the breaking load of the wire shall be applied to the samples
during testing. The test shall be continued until fracture occurs and the fracture shall show a smooth
surface at right angles to the axis of the wire. After fracture, the specimen shall be free from helical splits.
The sample shall withstand a number of twists equivalent to not less than 18 on length equal to 100 times
the diameter. When twisted after stranding the number of complete twists before fracture occurs shall be
not less than 16 on a length equal to 100 times the diameter of the wire. In case test sample length is less
or more than 100 times the stranded diameter of the strand, the minimum number of twists will be
proportioned to the length and if number comes in the fraction then it will be rounded off to the next
higher whole number. The fracture shall show a smooth surface at right angles to the axis of the wire.
12.10 Elongation Test
The elongation of one specimen cut from each of the samples taken shall be determined. The specimen
shall be straightened by hand and an original gauge length of 200 mm. shall be marked on the wire. A
tensile load shall be applied and the elongation shall be measured after the fractured ends have been fitted
together. If the fracture occurs outside the gauge marks, or within 25 mm. of either mark and if the
required elongation is not obtained, the test shall be disregarded and another test conducted. When tested
before stranding, the elongation shall be not less than 4 percent and when tested after stranding, the
elongation shall be not less than 3.5 percent.
12.11 Wrapping Test
This test shall be conducted on both Aluminium and Galvanised steel wires.
12.11.1 Aluminium wires
One specimen cut from each of the samples of aluminium wires shall be wrapped round a wire of its own
diameter to form a close helix of 8 turns. Six turns shall then be unwrapped and closely wrapped in the
same direction as before. The wire shall not break or show any crack.
12.11.2 Galvanized steel wires
One specimen cut from each of the samples of galvanized steel wire taken shall be wrapped round a
mandrel of diameter equal to 4 times the wire diameter to form a close helix of 8 turns. Six turns shall
then be unwrapped and again closely wrapped in the same direction as before. The wire shall not break.
12.12 Resistance Test
This test shall be conducted on aluminium wires only, conforming to procedure as perIEC: 889. The
electrical resistance of one specimen of aluminium wire cut from each of the samples taken shall be
measured at ambient temperature. The measured resistance shall be corrected to the value corresponding
to 20 C. by means of following formula.
R20 = RT {1+ alpha x (T-20)}
WhereR20 = Resistance corrected at 20 C.
RT = Resistance measured at T C.
alpha = Constant mass temperature coefficient of resistance 0.004.
T = Ambient temperature during measurement
This resistance calculated to 20 C shall be not more than the maximum value specified in
standard specification.
12.13 Galvanising Test
This test shall be conducted on galvanized steel wires only. The uniformity of Zinc coating and the
weight of coating shall be in accordance with IS 4826-1979.
12.14 Surface Condition Test

Page6of10

NIT 14/ 2017 Technical Specification: Sec-IV


Supply of ACSR Conductor RACCOON Ranganadi H.E. Plant NEEPCO
A sample of the finished conductor for use in 33 KV system having a minimum length of 5 meters with
compression type dead end clamps compressed on both ends in such manner as to permit the conductor to
take its normal straight line shape, shall be subjected to a tension of 50percent of the UTS of the
conductor. The surface shall not depart from its cylindrical shape nor shall the strands move relative to
each other so as to get out of place or disturb the longitudinal smoothness of conductor. The measured
diameter at any place shall be not less than the sum of the minimum specified diameters of the individual
aluminium and steel strands.
12.15 Stress- Strain Test
The test is contemplated only to collect the creep data of the conductor from the manufacturer. A sample
of conductor of minimum 10 meters length shall be suitably compressed with dead end clamps.
13.0 TEST SET-UP
13.1The test sample shall be supported in a trough over its full length and the trough adjusted so that the
conductor will not be lifted by more than 10mm under tension. This shall be ascertained by actual
measurement.
13.2The distance between the clamp and the sleeve mouth shall be monitored with callipers during the
test to ensure that, after the test, it does not change by more than 1mm + 0.1mm from the value
before the test.
13.3The conductor strain shall be evaluated from the measured displacements at the two ends of the
gauge length of the sample. The gauge reference targets shall be attached to the clamps which lock
the steel and aluminium wires together. Target plates may be used with dial gauges or displacement
transducers and care shall be taken to position the plates perpendicular to the conductor. Twisting
the conductor, lifting it and moving it from side-to side by the maximum amounts expected during
the test should introduce no more than 0.3mm error in the reading.
14.0 TEST LOADS FOR COMPLETE CONDUCTOR
The loading conditions for repeated stress-strain tests for complete conductor shall be asfollows:
14.11KN load shall be applied initially to straighten the conductor. The load shall be removed after
straightening and then the strain gauges are to be set at zero tension.
14.2For non-continuous stress-strain data, the strain readings at 1KN intervals at lower tensions and 5
KN intervals above 30% of UTS shall be recorded.
14.3The sample shall be reloaded to 30% of UTS and held for 1 hour. Readings are to be noted after 5,
10,15, 30, 45 and 60 minutes during the hold period. The load shall be released then after the hold
period.
14.4The sample shall be reloaded to 50% of UTS and held for 1 hour. Readings are to be noted after 5,
10,15, 30, 45 and 60 minutes during the hold period. The load shall be released then after the hold
period.
14.5Reloading up to 70% of UTS shall be done and held for 1 hour. Readings are to be noted after 5,
10,15, 30, 45 and 60 minutes. The load shall be released.
14.6Reloading up to 85% of UTS shall be done and held for 1 hour. Readings are to be noted after 5, 10,
15, 30, 45 and 60 minutes and the load shall be released then.
14.7Tension shall be applied again and shall be increased uniformly until the actual breaking strength is
reached. Simultaneous readings of tension and elongation shall be recorded up to 90% of UTS at
the intervals.
15.0 TEST LOADS FOR STEEL CORE ONLY
The loading conditions for repeated stress-strain tests for the steel core of ACSR shall be as follows:
15.1The test shall consist of successive applications of load applied in a manner similar to that for the
complete conductor at 30%, 50%, 70% and 85% of UTS.
15.2The steel core shall be loaded until the elongation at the beginning of each hold period corresponds
to that obtained on the complete conductor at 30%, 50%, 70% and 85% of UTS respectively.
16.0 STRESS STRAIN CURVES.
The design stress-strain curve shall be obtained by drawing a smooth curve through the 0.5 and 1 hour
points at 30%,50% and 70% of UTS loadings. The presence of any aluminium slack that can be related to
any observed extrusion entering the span from the compression dead ends shall be removed from the
lower ends of the design curves. Both the laboratory and standard stress-strain curves shall be submitted
to the purchaser along with test results.

Page7of10

NIT 14/ 2017 Technical Specification: Sec-IV


Supply of ACSR Conductor RACCOON Ranganadi H.E. Plant NEEPCO
The stress-strain data obtained during the test shall be corrected to the standard temperature i.e. 20 .C.
17.0 DC RESISTANCE TEST ON COMPOSITE CONDUCTOR
On a conductor sample of minimum 5m length, two contact clamps shall be fixed with a predetermined
bolt torque. The resistance of the sample shall be measured by a Kelvin double bridge by placing the
clamps initially zero metre and subsequently one metre apart. The test shall be repeated at least five times
and the average value recorded. The value obtained shall be corrected to the value at 20 C as per clause
no.12.8 of IS: 398 (Part-II)-1982/1996.The corrected resistance value at 20 C shall conform to the
requirements of this specification.
18.0 PROCEDURE QUALIFICATION TEST ON WELDED ALUMINIUM STRANDS.
Two Aluminium wires shall be welded as per the approved quality plan and shall be subjected to tensile
load. The breaking strength of the welded joint of the wire shall not be less than the guaranteed breaking
strength of individual strands.
19.0 CHEMICAL ANALYSIS OF ALUMINIUM AND STEEL
Samples taken from the Aluminium and Steel ingots / coils/ strands shall be chemically/
spectrographically analysed. The same shall be in conformity with the requirements stated in this
specification.
20.0 CHEMICAL ANALYSIS OF ZINC
Samples taken from the zinc ingots shall be chemically / spectrographically analysed. The same shall be
in conformity with the requirements stated in this specification.
21.0 VISUAL AND DIMENSIONAL CHECK ON DRUMS
The drums shall be visually and dimensionally checked to ensure that they conform to the requirements of
this specification.
22.0 REJECTION AND RETEST
In case of failure in any type test, the supplier is either required to manufacture fresh sample lot and
repeat all the tests successfully once or repeat that particular type test three times successfully on the
sample selected from the already manufactured lot at his own expenses.
In case a fresh lot is manufactured for testing then the lot already manufactured shall be rejected.
If samples are taken for test after stranding and if any selected reel fails in the retest, the manufacturer
may test each and every reel and submit them for further inspection. All rejected material shall be suitably
marked and segregated.
23.0 CHECKING AND VERIFICATION OF LENGTH OF CONDUCTOR
The contractor should arrange for inspection by the representative of the purchaser specially authorized
for this purpose. At least 50% of the total number of drums of conductor subject to minimum of two taken
at random should be checked to ascertain the length of conductor.
Arrangements should be made available in the works of the manufacturer for transferring the conductor
from one reel to another at the same time measuring the length of the conductor so transferred by means
of a meter.
24.0 ADDITIONAL TESTS
The Owner reserves the right of having at his own expenses any other test(s) of reasonable nature carried
out at Bidder's premises, at site, or in any other standard Laboratory in addition to the aforesaid type,
acceptance and routine tests to satisfy himself that the materials comply with the specifications.
25.0 TESTING EXPENSES
25.1 The breakup of the testing charges for the type tests specified shall be indicated separately. Bidder
shall indicate the laboratories in which they propose to conduct the type test.
25.2 They shall ensure that adequate facilities are available in the laboratories and the tests canbe
completed in these laboratories within the time schedule guaranteed by them.
25.3 The entire cost of testing for the acceptance and routine tests and tests during manufacture
specified herein shall be treated as included in the quoted unit price of the conductor, except for
the expenses of the inspector/Purchaser's representative.
25.4 In case of failure in any type test, if repeat type tests are required to be conducted then all the
expenses for deputation of Inspector/Purchaser's representative shall be deducted from the contract
price. Also if on receipt of the supplier's notice of testing, the Purchaser's representative does not
find 'plant' to be ready for testing, the expenses incurred by the Purchaser for re-deputation shall
be deducted from contract price.

Page8of10

NIT 14/ 2017 Technical Specification: Sec-IV


Supply of ACSR Conductor RACCOON Ranganadi H.E. Plant NEEPCO
26.0 TEST REPORTS
26.1Copies of type test reports shall be furnished along with the Techno Commercial Bid. In case of
manufacturer the test reports shall be duly certified by the Purchaser only after which the
commercial production of the material shall start.
26.2Record of Routine test reports shall be maintained by the supplier at his works during inspection by
the Purchaser's representative.
26.3Test certificates of Tests during manufacture shall be maintained by the supplier. These shall be
produced for verification as and when desired by the Purchaser.
27.0 TEST FACILITIES
The following additional test facilities shall be available at the manufacturers works:
a) Calibration of various testing and measuring equipment including tensile testing machine, resistance
measurement facilities, burette, thermometer, barometer, etc.
b) Standard resistance for calibration of resistance bridges.
c) Finished Conductor shall be checked for length verification and surface finish on separator winding
machine at reduced speed(variable from 8 to 16 meters per minute. The rewinding facilities shall have
appropriate clutch system and be free of vibrations, jerks etc with traverse laying facilities.
28.0 INSPECTION
28.1The Owner's representative shall, at all times, be entitled to have access to the works and all places
of manufacture where conductor shall be manufactured and the representative shall have full
facilities for unrestricted inspection of the Bidder's works, raw materials and process of
manufacture and conducting necessary tests as detailed herein.
28.2The Bidder shall keep the Owner informed in advance of the time of starting and of the progress of
manufacture of conductor in its various stages so that arrangements can be made for inspection.
28.3The contractor will intimate the purchaser about carrying out of the tests at least 15 days in advance
of the scheduled date of tests during which the purchaser will arrange to depute his representative/s
to be present at the time of carrying out of the tests. Six (6) copies of the test reports shall be
submitted.
28.4No material shall be dispatched from its point of manufacture before it has been satisfactorily
inspected and tested, unless the inspection is waived off by the owner in writing. In the later case
also, the conductor shall be dispatched only after satisfactory testing for all tests specified herein
has been completed and approved by the owner.
28.5The acceptance of any quantity of material shall in no way relieve the Bidder of any of his
responsibilities for meeting all requirements of the specification, and shall not prevent subsequent
rejection if such material is later found to be defective.
28.6At least 50% of the total number of drums subject to minimum of two in any lot put up for
inspection, shall be selected at random to ascertain the length of conductor by the following
method:"At the works of the manufacturer of the conductor, the conductor shall be transferred from
one drum to another at the same time measuring its length with the help of a graduated pulley and
Cyclometer. The difference in the average length thus obtained and as declared by the Bidder in the
packing list shall be applied to all the drums if the conductor is found short during checking".
29.0 SCHEDULE OF DEVIATIONS/VARIATIONS
If the tenderer has any exceptions to any of the clause/s laid down in this specification, these should be
clearly stated in the schedule of deviations / variations.

Page9of10

NIT 14/ 2017 Technical Specification: Sec-IV


Supply of ACSR Conductor RACCOON Ranganadi H.E. Plant NEEPCO

30.0 Guaranteed Technical Particulars for Racoon Conductors.

Sl. Particulars of Racoon Specification/ Value To be filled up by


No. Conductors required Bidder
1. Line Voltage (kV) 33
2. Highest System Voltage (kV) 36
3. Frequency HZ 50
4. Neutral effectively earthed Yes
5. Short circuit level (KA) 31.8
TECHNICAL
REQUIREMENTS
7. Conductor RACCOON ACSR
8. IS applicable IS-398 (part-II)1996
latest revision
9. Overall Wire diameter 12.3
Aluminium (mm) 6/4.10
Steel (mm) 1 /4.10
10 Number of Strands 7(Seven)
Steel centre 1 (One)
Aluminium layer 6 (Six)
11. Total Sectional Area 92.41
Sectional Area of Aluminium 79.21
(sq mm.)
Sectional Area of Steel (sq mm.) 13.20
12. Approximate weight 320
Aluminium (kg/km) 217
Steel (kg/km) 103
13. Calculated D.C. resistance at 0.3623
20C (/km)
14. Calculated Breaking Load (kN) 27.2
15. Coefficient of Linear expansion 23 X 10- /C

Page10of10

NIT NO 14/2017 Price Bid : Sec-V

PRICE SCHEDULE.
The detailed breakup of prices should be given by the tenderer as given below:
Annexure-A

Sl. PARTICULARS Quantity Price in REMARKS


No. Rupees.
1. i) ACSR Conductor 10 km Basis of Price on FOR SITE Basis,
RACCOON Details Given in the Online Price
Bid
2. Excise duty & Education (Applicable only in case of
Cess Manufacturer. Amount quoted to be
also indicated in terms of percentage
of Basic price)
3. VAT/CST To be given in % terms, Norms for
CST evaluation is 2% against issue of
C-Form
4. Entry Tax Applicable for the bidders outside the
state of Arunachal Pradesh, to be
given in % terms
Grand Total(A) =

NB:
(i) The prices against supply of items should be quoted on FOR Site basis.
(ii) In case taxes and duties are not mentioned specifically, it shall be construed that the rate is all
inclusive.
(iii)The L1 status shall be arrived at taking into consideration of all Taxes as applicable for the
tendered item and as such all taxes are to be clearly stated. The successful tender shall
have to submit all relevant documents in this regard.

-Sd-
Sr. Manager (E/M) C&P
O/o the Head of Plant,
RHEP, NEEPCO Ltd.,
43 km, Yazali, A.P.
UNDERTAKING
(IN COMPANY LETTER HEAD DULY SIGNED BY AUTHORISED SIGNATORY)

Tender No Date .

To,
(Name & Address of the Purchaser)
______________________
______________________

Dear Sir,

1. I / We having read and examined the following, relating to Supply of ACSR RACCOON
Conductor for Ranganadi H.E. Plant, Arunachal Pradesh,
Section I Notice Inviting Tender
Section II Instruction to Bidders
Section III Condition of Contract
Section IV Technical Specification
Section V Schedule of Rates, (PRICE BID).
Section VI Forms
Part-A Undertaking
Part-B Warranty Form
Part-C Model Form of Bank Guarantee in lieu of Security Deposit.

2. I/ We hereby tender for Supply of ACSR RACCOON Conductor for Ranganadi H.E. Plant,
Arunachal Pradesh, referred to in the documents mentioned in paragraph-1 above upon the terms and
conditions contained or referred to in the aforesaid documents and in accordance to all respects with the
specifications and other details given therein and at the rates contained in the Price Schedule and within
the period(s) as given in Sec-1 and subject to such terms and conditions as stipulated in the General
Conditions of Contract

3. I / We undertake to undertake the works of Supply of ACSR RACCOON Conductor for Ranganadi
H.E. Plant, Arunachal Pradesh, In addition, the supply of the items will be made as per the
Technical Specifications, Section - IV of the Bid Document.

4. The requisite amount of Earnest Money in the form of Demand Draft/Bankers cheque issued in favour
of NEEPCO of _______________________________ (name of bank) is submitted along with the bid.

5. I / We agree that if I/We fail to keep the validity open, as aforesaid or make any modification in the
terms and conditions of my/our tender of our own accord and/or after the acceptance of our tender or if
I/We fail to submit the security deposit and enter into contract or fail to commence the execution of the
works as provided in the documents referred to in paragraph-1 above, I/We shall become liable for
forfeiture of my/our Earnest Money, as aforesaid, and the Corporation shall without prejudice to any other
right or remedy, be at liberty to forfeit the said Earnest Money absolutely.

Should the tender be accepted, I / We agree to abide and fulfill all the terms and conditions and provisions
of the above tender documents.
6. We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening and it shall
remain binding upon us and may be accepted of any time before the expiration of that period.

7. This Bid together with our written acceptance thereof in your notification of award/letter of intent shall
constitute a binding contract between us.

8. We understand that you are not bound to accept the lowest or any bid, you may receive.

Dated this ..Day of 2016.

Signature in the capacity of ____________________ Date: ________________


Duly authorised to sign the tender on behalf of the bidder (In block letters)

PermanentAddress______________________________________________________________

Postal / OfficeAddress____________________________________________________________

Phone ___________________ Fax ______________________

Email address _______________________________________


(To be submitted in the Company Letter Pad)

WARRANTY FORM

M/s .. having its registered office at


(hereinafter referred to as contractor) having carefully studied all the documents, specifications, etc.
pertaining to the contract for the supply of the vehicle and the local and site conditions having undertaken
to execute the contract do hereby warrant that:-

1. The contractor is familiar with all the requirement of the contract.


2. The contractor has investigated the site condition and satisfied himself regarding the character of
the supply that may affect the performance of the contract during the entire period of the supply.
3. The contractor is satisfied that the supply can be provided and completed as required in the
contract.
4. The contractor accepts all the risks directly or indirectly connected with the performance of the
contract.
5. The contractor has no collusion with other supplier / contractors, with any of the men of the
Engineer-In-Charge or with any other person in the corporation to perform duty according to the
terms and conditions of the said contract.
6. The Contractor has not been influenced by any statement or promise of the corporation or Engineer-
In-Charge but only by the contract document.
7. The Contractor is financially solvent.
8. The Contractor is experienced and competent to perform the contract to the satisfaction of the
Engineer-In-Charge.
9. The statement submitted by the contractor is true.
10. The contractor is familiar with all general and special laws, Acts, Ordinances, Rules and regulations
of the Local Bodies, Municipalities, statutory Bodies, District, state and Central Government that
may affect the work, its performance or personnel employed therein.

Date:-
(Signature)
(For and on behalf of the contractor)
MODEL FORM OF BANK GUARANTEE
(In lieu of Security Deposit)
(To be stamped in accordance with Stamp Act)
Ref No.. Bank Gurantee No
Date.
To,
In consideration of North Eastern Electric Power Corporation Ltd., (herein after referred to as the
Purchaser which expression shall unless repugnant to the context or meaning thereof include its
successors, administrators or and assigns) having awarded to M/s
.......................
.. (Name of the Contractor) with its Registered/ Head Office at . (Address
of the Contractor) (herein after referred to as the Contractor which expression shall unless repugnant to
the context or meaning thereof include its successors, administrators or and assigns) a contract by issue of
Purchasers Letter of Intent No .. dtd .. and the same having
been unequivocally accepted by the Contractor resulting in a Contract valued at `
(Rupees) only for (Scope of the Contract) the Contractor having agreed to provide a
contract performance Guarantee for the faithful performance of the entire Contarct Equivalent to 10 (Ten)
percent of the said value of the contract to the Purchaser.
We, the (Name & address of the Bank) at
a Nationalized Bank of India having its registered office at
......( herein after referred to
as the Bank which expression shall unless repugnant to the context or meaning thereof include its
successors, administrators , executors or and assigns) do hereby guarantee and undertake to pay the
Purchaser, on demand any and all money payable by the contractor to the extents of as aforesaid at any
time up to .. (Day/ month / Year) with out any demur, reservation, contest, recourse of protest and
without any reference to the Contractor. Any such demand made by the Purchaser on the Bank shall be
conclusive and binding not withstanding any difference between the Purchaser and the Contractor or any
dispute pending before any court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to
revoke this guarantee its currency without previous consent of the Purchaser and further agree that the
guarantee herein contained shall continue to be enforceable till the Purchaser discharge this guarantee.
The Purchaser shall have the fullest liberty without affecting in any way the liability of the Bank
under this guarantee from time to time to extend the time for performance of the contract by the Contractor.
The Purchaser shall have the fullest liberty without affecting this guarantee, to postpone from time to time
the exercise of the any powers vested in them or of any right which they might have against the Contractor
and to exercise the same at any time in any manner and either to enforce to forbear to enforce any
covenants, contained or implied in the Contract between the Purchaser and the Contractor or any other
coarse or remedy or security available to the Purchaser. The Bank shall not be released of its obligations
under these presents by any exercise by the Purchaser of its liberty with reference to the matters aforesaid
or any of them or any reasons or any other acts of omission or commission on the part of the Purchaser or
any other indulgence shown by the Purchaser or any other matter or thing whatsoever which under law
would, but for this provision, have the effect of relieving the Bank.
The Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor in the first instance without proceeding against the Contractor and
not withstanding any security or other guarantee the Purchaser may have in relation to the Contractors
Liabilities.
The Liability or obligation of the Bank under this guarantee bond shall not be affected or suspended
by any dispute between the purchaser and the supplier and the payment under this guarantee a\bond need
not wait till the disputes are decided by a Competent Court or Tribunal or any other authority and that any
payment made by the Bank to the Purchaser under the guarantee bond shall be deemed to have been
rightfully and lawfully made.
Lastly the Bank also assures that the guarantee bond will not be discharged due to the change in the
constitution of the Bank or the Contractor.
Not withstanding anything contained herein above our liability under this guarantee is restricted to
Rs (Rupees.) only and it will remain in force upto and including .. and
shall be extended from time to time for such periods as may be advised by the Purchaser who is the
beneficiary under this guarantee and in the events if the contractors fail to comply such extension within
the validity period, this shall be treated as a claim by the Purchaser on the Bank.
Dated (this day ).of .
Witness
. ....
Signature Signature

Name Name
.
Official Address Authority as per Power of Attorney No.
Date ..
Banks Rubber stamp
Note:
For proprietary Concern :
Shri..s/o. resident of carrying on business
under the name and style of .at ..( hereinafter called
the said Contractor which expression shall unless the context requires otherwise include his heirs,
executors, administrators and legal representative ).
For Partnership Concern :
M/s..a partnership firm with its registered office at ( hereinafter
called the said Contractor which expression shall unless the context requires otherwise include their
respective heirs, executors, administrators and legal representatives ), the names of their partners being
1. Shris/o 2. Shri .s/o..
For Companies :
M/s. a company registered under the Companies Act, 1956 and
having its registered office at in the state of ..(hereinafter called the
said Contractor which expression shall unless the context requires otherwise include its heirs,
executors, administrators and legal representatives ).
Process Compliance Form
(The bidders are required to print this on their companys letter head and sign, stamp before sending)

To,
Date:
Sr. Manager(E/M),C&P Wing,
RHEP, NEEPCO LTD.,
Yazali, Dist. Lower Subansiri, A.P.
Email id: contracts.rhep@gmail.com Mobile No. 94357-01311

Sub: Agreement to the Process related Terms and Conditions for the Reverse Auction
Dear Sir,
This has reference to the Terms & Conditions for the Reverse Auction mentioned in the Tender document
against NIT No. ..for .
This letter is to confirm that:
1) The undersigned is authorized representative of the company.
2) We have studied the Commercial Terms and the Business rules governing the Reverse Auction as
mentioned in NIT No. ..dtd. of NEEPCO as well as this document and confirm our
agreement to them.
3) We also confirm that we have taken the training on the auction tool and have understood the
functionality of the same thoroughly.
4) We confirm that NEEPCO and ETL(Service provider) shall not be liable & responsible in any
manner whatsoever for my/our failure to access & bid on the e-auction platform due to loss of
internet connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen
circumstances etc. before or during the auction event.
5) We understand that in the event we are not able to access the auction site, we may authorize ETL to
bid on our behalf by sending a intimation/information containing our offer price before the auction
close time and no claim can be made by us on either NEEPCO or ETL regarding any loss etc.
suffered by us due to acting upon our authenticated instructions.
6) I/we do understand that ETL may bid on behalf of other bidders as well in case of above mentioned
exigencies.
7) We also confirm that we have a valid digital certificate issued by a valid Certifying Authority.
8) We also confirm that we will send the price confirmation within 24 hour of the completion of the
reverse auction and the format as requested by NEEPCO/ ETL.
9) We, hereby confirm that we will honor the Bids placed by us during the auction process.
With regards

Signature with company seal


Date:
Name
Company / Organization
Designation within Company / Organization
Address of Company / Organization

A Copy to be sent to :M/s. e-Procurement Technologies Ltd.(abcprocure)


A -201,Wall street 2,
Opposite Orient club,
Near Gujarat College, Ellis bridge,
Ahmedabad 380006
Price Confirmation
To,
Senior Manager(E/M), C&P
RHEP, NEEPCO LTD.,
Yazali -791119

Sub: Final price quoted during reverse auction against NIT No.Dtd

Ref: 1. Reverse Auction dt.


2. Our Offer No. ___________ Dt. Against NIT No.

Dear Sir,

We confirm that we have quoted Rs. (In figure) ( Rupees (in words) ) as our final rate
for total quantity during the Reverse Auction conducted on ..
Thanking you.
Yours sincerely,
For _________________
Name:
Company:
Date:
Seal:
COPY TO:
M/s. e-Procurement Technologies Ltd.
A -201, Wall street 2,
Opposite Orient club,
Near Gujarat College, Ellis bridge,
Ahmedabad 380006
CONTACT INFORMATION

M/s. e-Procurement Technologies Ltd.,


Ahmedabad (ProcureTiger) NEEPCO Ltd.
A -201,Wall street 2,
Opposite Orient club,
Near Gujurat College, Ellis bridge,
Ahmedabad 380006 Shri. Dipankar Roy
Sr. Manager( E/M), C&P
Phone No. : +91 79 40016 802 / 879/ 883 / e-mail : contracts.rhep@gmail.com
823/ 835 / 885 /891 /837/ 865/ 800 Mobile No. 9435701311
Fax no. 079 40016 876

Mr. Kapil
Phone: 079-40006852
E-mail : kapil.purohit@procuretiger.com

Das könnte Ihnen auch gefallen