Sie sind auf Seite 1von 14

SECTION - F

ANNEXURE-I

LEAD PARTICULARS FOR CONSTRUCTION MATERIALS

-----------------------------------------------------------------------------------------------
Sl. . Materials Place of Distance to
No Stores/Quarry work site (km)
-----------------------------------------------------------------------------------------------
1. Cement {} To be supplied by the
2. Steel {} Contractor. ---

3 Broken stone In and around Nallambakkam 83

4. River sand Panapakkam 63

5. a) Sand for Mortar Panapakkam 63


b)Sand for filling Source at site 2

-------------------------------------------------------------------------------------------------
NOTES:
1. The lead particulars given above are only `Approximate'.

2. The CONTRACTOR has to verify the quarries himself personally


about quality and quantity. It is the responsibility of the
CONTRACTOR to arrange for the best class of materials as per
I.S.S.

3. The BOARD is not responsible for any variation in the above


particulars and the CONTRACTOR is not eligible for any extra
payment due to variation in lead.

4. The CONTRACTOR has to take into account the above and quote
the rates accordingly.
SECTION - F
ANNEXURE -II
PROFORMA FOR SUBMISSION OF TENDER
(LUMPSUM)
To
The Chief Engineer/ Projects,
Tamil Nadu Electricity Board,
5th Floor/ N.P.K.R.R. Maaligai,
144, Anna Salai,
Chennai-600 002.

Sir,
1. I / We do hereby tender, and if this tender be accepted undertake to
execute the following work, viz. Construction of RCC channel
including Intake, Forebay Pump house with all accessories for
drawal of cooling water from Ennore Port Basin for NCTPS Stage- II
(2 x 600 M W) on EPC basis ,shown in the drawings and described
in the specification prepared in the office of the Chief Engineer/
Projects, 5th Floor, NPKRR Maaligai, Electricity Avenue, 144, Anna
Salai, Chennai-600 002 with such variations by way of alterations
and additions to, and omissions from the said works and method of
payment as are provided for in the conditions of contract for the
sum as quoted in price bid or such other sum as may be arrived at
under the clause of the standard preliminary specification relating
to payment on lumpsum basis or by final measurement at unit
prices.

2. I / We, have also completed the price list of items of schedule


annexed (in words and figures) for which I/We agree to execute the
work when the lumpsum payment under the terms of the agreement
is varied by payment on measured quantities.

3. I/We, hereby distinctly and expressly declare and acknowledge that,


before the submission of my/our tender, I/We have carefully read the
Tamil Nadu Building Practice and the General Conditions of Contract
therein, and that I/We have made such examination of the contract
documents and of the plans, specifications and quantities and of the
location where the said work is to be done and such investigation of
the work is to be done and such investigation of the work required to
be done and in regard to the materials required to be furnished as
to enable me/us to thoroughly understand the intention of same
and the requirements, covenants, agreements, stipulations and
restrictions contained in the contract, and in the said plans and
specifications and distinctly agree that I/We will not hereafter make
any claim or demand on the Tamil Nadu Electricity Board based
upon or arising out of any alleged misunderstanding or
misconception or mistake on my/our part of the said
requirements, convenants, agreements stipulations, restrictions
and conditions.
SECTION - F

4. I/We enclose Certified copies of Auditor Certificate/ Annual


Accounts. I/We enclose the necessary Demand Draft/ Banker’s
cheque (tick the mode of payment and strike out the other) for the
payment of the sum of Rs………… (Rupees
……………………………………………… only) as the Earnest Money
not to bear interest. If my/ our tender is not accepted, this sum shall
be returned to me/us on my / our application, when intimation is sent
to me/us of rejection or on the expiration of 180days from the date of
opening of this tender whichever is earlier. If my/our tender is
accepted, the earnest money shall be retained by the Tamil Nadu
Electricity Board as Security for the fulfillment of the Contract if upon
written intimation to me/us by the Chief Engineer / Projects / NPKRR
Maaligai, Electricity Avenue, 144, Anna Salai, Chennai-600 002.
I/We fail to attend the said office before the end of the period
specified on such intimation, the tender will not be considered and
upon intimation being given to me/us by the Chief Engineer/
Projects, NPKRR Maaligai, Electricity Avenue, 144, Anna Salai,
Chennai-600 002 of acceptance of my/our tender, I/We fail to make
the additional Security Deposit or to enter into the required
agreement as defined in the tender notice, then I/We agree to the
forfeiture of the earnest money. Any notice required to be served on
me/us hereunder shall be sufficiently served on me/us by post to
me/us (registered or left at my/our address given) such notices shall
if sent by post in due course of post, it would be delivered at the
address to which it is sent.

5. I/We fully understand the written agreement to be entered into


between me/us and the Tamil Nadu Electricity Board shall be the
foundation of rights of both the parties and the contract shall not be
deemed to be complete until the agreement is first signed by me/us
and then by the proper officer authorised to enter into contracts
on behalf of Tamil Nadu Electricity Board, I am/We are
professionally qualified and am/are agreeable to Clause C.7.0 of
Section-C of this Specification and my/our qualification(s) are
given below:
SECTION - F

--------------------------------------------------------------------------------------------
Sl.No. Name Qualification
-------------------------------------------------------------------------------------------

--------------------------------------------------------------------------------------------
6. I/We will employ the following technical staff for supervising the work
as per clause 7.0 of Section-C of this specification including the
penalty in the clause and will see that one of them is always at
site during working hours personally checking all items of works
and paying extra attention, (eg.) reinforced concrete work.

-----------------------------------------------------------------------------------------
Sl. Name of members of technical
No. Staff proposed to be employed Qualification
-------------------------------------------------------------------------------------------

----------------------------------------------------------------------------------------

NOTE:

The TENDERER should score out the last clause or the


penultimate, accordingly as they are themselves professionally
qualified or undertaken to employ technical staff under them.

CONTRACTOR
SECTION - F

ANNEXURE-III

PARTICULARS OF EMPLOYMENT OF EX-SERVICE PERSONNEL

I/We undertake to employ at any time during the execution of this


contract, the following ex-service personnel, if available.
-----------------------------------------------------------------------------------------
Sl.No. NAME
----------------------------------------------------------------------------------------
1.

2.

3.

4.

5.

6.

7.

-----------------------------------------------------------------------------------------

SIGNATURE OF THE TENDERER


SECTION - F
ANNEXURE-IV

UNDERTAKING IN- LIEU OF PAYMENT OF EMD (in Stamp Paper for a


value of Rs.80/-)

THIS UNDERTAKING Executed at _____________ on this the ______ day


of ___________ Two thousand and nine by M/s. ______________________ a
company registered under Companies Act, 1956, having its registered office at
_______________ hereinafter called the "Tenderer" TO AND IN FAVOUR OF
THE Tamil Nadu Electricity Board, a Body Corporate constituted under The
Electricity (Supply) Act, 1948 having its office at NPKRR Maaligai, Electricity
Avenue, 144, Anna Salai, Chennai-600 002 represented by ______________
(hereinafter called the `Board')

WHEREAS the contract is for the supply and erection/construction


etc._____________ in terms of the Tender Specification
No.______________ dated ______________.

AND WHEREAS in accordance with clause of the above said tender


specification the tenderer has to furnish E.M.D. of Rs………. (Rupees
……………………… only).

AND WHEREAS the tenderer has requested the Board to accept an


undertaking in lieu of payment in cash of the E.M.D.

AND WHEREAS the Board has accepted the request of the tenderer
subject to his executing an undertaking to pay to the Board not exceeding
Rs…………. (Rupees ……………………………… only) representing the Earnest
Money Deposit together with costs in cash for non-fulfillment of the conditions
stipulated in the Tender Specification or the conditions stipulated in the contract
by the tender.

IN CONSIDERATION of the Board having agreed to accept an undertaking


from the tenderer in lieu of payment of Earnest Money Deposit in cash, the
tenderer undertakes to pay the sum of Rs……………. (Rupees
…………………………………………………only) immediately when a demand is
raised by the Board against the tenderer without any demur in the event of the
following:
i) if he withdraws his tender or backs out after acceptance of the
tender or fails to remit the Security Deposit.
ii) if he revises any of the terms quoted during the validity period.
iii) if he violates any of the conditions of the tender Specification.

NOW THE CONDITION OF THE ABOVE WRITTEN UNDERTAKING


is such that if the tenderer shall duly and faithfully observe and perform the
terms and conditions specified in terms of the above, then the above written
undertaking shall be void, otherwise the same shall remain in full force.
SECTION - F

The tenderer undertakes not to revoke this guarantee till the contract is
completed under the terms of contract.

The expressions, `Tenderer' and `the Board' herein before used shall
include their respective successors and assigns in office.

IN WITNESS WHEREOF THIRU.......................... for and behalf of the


tenderer has signed this undertaking on the day, the month and year first above
written.

SIGNATURE

In the presence of witnesses:

1.

2.
SECTION - F

ANNEXURE-V

SCHEDULE OF EQUIPMENT

The BIDDER shall indicate herein below the equipment, he has in


possession and the equipment he proposes to bring to the site, in case
the work is awarded to him.

----------------------------------------------------------------------------------------------------
Sl. Type and Description Numbers the bidder Number he proposes
No. of the equipment has in possession to bring on to site
1. 2. 3. 4.
-------------------------------------------------------------------------------------------------------
-

--------------------------------------------------------------------------------------------------------

Bidder hereby confirms that the quantity and type of tools he will employ
for construction will not be less than those listed above, and agree to
bring more equipment, if so warranted, in the opinion of the Engineer.

SIGNATURE :

DESIGNATION :

COMPANY :

DATE :

COMPANY SEAL :
SECTION - F

ANNEXURE-VI

BIDDER'S EXPERIENCE

The BIDDER shall furnish here a list of similar jobs executed by him to
whom a reference may be made by the OWNER in case the OWNER
considers such a reference necessary.

----------------------------------------------------------------------------------------------------
Sl. Name and Value of Period of Client Persons
No. Designation work construction to whom
& date reference
may be
made
1. 2. 3. 4. 5. 6.
------------------------------------------------------------------------------------------------------

----------------------------------------------------------------------------------------------------------

SIGNATURE :

DESIGNATION :

COMPANY :

DATE :

COMPANY SEAL :
SECTION - F

ANNEXURE-VII

SCHEDULE OF DEVIATION FROM TECHNICAL SPECIFICATION

All deviations from the Specification shall be filled in by the BIDDER,


clause by clause in this schedule.
----------------------------------------------------------------------------------------------------
SECTION SPECIFICATION No. CLAUSE No. DEVIATION
----------------------------------------------------------------------------------------------------

------------------------------------------------------------------------------------------------------

The BIDDER hereby certifies that the above mentioned are the only
deviation from Technical Specification of the enquiry.

SIGNATURE :

DESIGNATION :

COMPANY :

DATE :

COMPANY SEAL :
SECTION - F

ANNEXURE-VIII

SCHEDULE OF DEVIATION FROM GENERAL CONDITIONS

All deviations from the General Condition shall be filled in by the BIDDER,
clause by clause in this schedule.

---------------------------------------------------------------------------------------------------
-
SECTION SPECIFICATION No. CLAUSE No. DEVIATION
----------------------------------------------------------------------------------------------------

-----------------------------------------------------------------------------------------------

The BIDDER hereby certifies that the above mentioned are the only
deviation from General Conditions of Contract.

SIGNATURE :

DESIGNATION :

COMPANY :

DATE :

COMPANY SEAL :
SECTION - F

ANNEXURE-IX

DETAILS OF TECHNICAL PERSONNEL OF THE TENDERER'S


ORGANISATION

-----------------------------------------------------------------------------------------------
Sl. Designation Name Length of Qualifi- Professional experience &
No service in cations details of work carried out
the firm
-------------------------------------------------------------------------------------------------

1. Project Manager

2. Works Manager or
Senior Engineer

3. Engineers (Civil)

4. Engineers (Mech..)
and Electrical)

5. Assistant Project
Engineer

6.

7.

8.

9.

---------------------------------------------------------------------------------------------------

SIGNATURE OF TENDERER
SECTION – G

The following drawings are enclosed in the specification.

i) Alignment of proposed cooling water channel.

ii) General arrangement of cooling water pump house


ANNEXURE TO TECHNICAL DETAILS

LIST OF DOCUMENTS ENCLOSED

(1) Bore hole details nearby alignment of cooling water channel


(2) Sounding Levels of sea bed at intake location
(3) Details of existing cooling water channel/ Hot water channel

Salient Details of existing cooling water channel / Hot water channel

Description Level wrt Chart Datum RL (wrt Karachi MSL)


Power House Floor
4.445 +10.00
Stage II
Power House Floor
3.945 +9.50
Stage I
Highest High Water level 1.785 +7.34
High Tide Level 1.165 +6.720
Mean Sea Level 0.545 +6.10
Low Tide Level 0.025 +5.58
Chart Datum 0.0 +5.555
Lowest Low Water Level (-) 0.205 +5.350
Karachi Mean Sea Level (-)0.545 0.00
Sea bed level
(-)5.00 (+)0.555
(Preferable)
Sill Level of Intake (-)3.50 (+)2.055
Top of Skimmer Bay (-) 0.50 (+) 5.055
Sill Level starting
(-)4.405 (+)1.150
Channel
Cooling Water Channel
6.0 m x 9.0 m
Size
Bed slope 1 in 5500
Sill Level of Fore Bay (-)7.705 (+)2.150
MDDL (-) 0.855 (+)4.700
Maximum Water Level (+) 2.445 (+)8.000
Top of Fore Bay (+)3.445 (+)9.000
Hot Water Channel size 15m x 3 m
Hot water channel at
(+)1.560 7.110
starting Point
Hot water channel at
(+)1.245 6.800
End Point
Hot water channel Seal
(+)4.345 9.90
Well top level
Sill level of Pressure
(-)1.765 3.79
tunnel near Seal well

Das könnte Ihnen auch gefallen