tender document · tungabhadra board hydro electric scheme vidyut soudha, gunadala,...

75
1 TENDER DOCUMENT

Upload: others

Post on 03-Apr-2020

7 views

Category:

Documents


1 download

TRANSCRIPT

1

TENDER DOCUMENT

2

TUNGABHADRA BOARD HYDRO ELECTRIC SCHEME

VIDYUT SOUDHA, GUNADALA, VIJAYAWADA-520004

TENDER SPECIFICATION No. Ap e-proc-03/CE(HPC&HP)/TBHES/RLA Study/2018

(TWO PART BID)

RESIDUAL LIFE ASSESSMENT (RLA) / LIFE EXTENSION (LE) STUDY OF DAM POWER

HOUSE (4X9MW) AND HAMPI POWER HOUSE (4X9MW) OF TUNGABHADRA

HYDRO ELECTRIC (JOINT) SCHEME

Online Bids invited On

AP e-procurement Platform

INSTRUCTIONS TO TENDERERS, CONDITIONS OF CONTRACT, GENERAL REQUIREMENTS,

TECHNICAL SPECIFICATION & SCHEDULES.

Phone No : 0866 - 2526802/8332988818 Fax No : 0866 - 2526323 Email : [email protected]

SUPERINTENDING ENGINEER HYDEL-II/APGENCO

VIDYUTSOUDHA, VIJAYAWADA-520004

3

INDEX

S. No. Description Page No.

PART - I (TECHNICAL BID)

I) Summary Sheet 5 - 6

II) SECTION - I

Pre-Qualification Bid requirements & Special Instructions 8 - 14 III) SECTION - II

Technical Specification 15 - 23

IV) SECTION - III

1) Instructions to Bidders 24 - 29 Abbreviation/Definition 30

V) SECTION - IV

1) General Conditions of Contract & Appendices 31 - 52

2) Financial Conditions 53 - 54

3) Guide lines for submission of Bank Guarantee & Proformas of Bank Guarantees 55 – 58

VI) Schedules I to XV (To be filled and uploaded along with PQB) 59 - 75

4

PART – I

TECHNICAL BID

5

SUMMARY SHEET:

NOTICE INVITING TENDER (AP e-procurement platform) 1 Department Name Tungabhadra Board Hydro Electric Scheme (TBHES) 2 Circle/ Division O/o. Chief Engineer / HPC & Hydel Projects

/APGENCO, Vidyut Soudha, Gunadal – 520004, Vijayawada.

3 Tender Number Ap e-proc-03/CE(HPC&HP)/TBHES/RLA Study/2018 4 Tender Subject Residual Life Assessment (RLA) / Life Extension (LE)

Study Of Dam Power House (4X9MW) and Hampi Power House (4X9MW) of Tungabhadra Hydro Electric (Joint) Scheme

5 Name of Project TBHES 6 Estimated Contract Value

(ECV) NA

7 Tender Type Open Tender (Two Part Bidding). 8 Tender Category Common products. 9 AMC Not applicable.

10 Form of Contract Item wise. 11 EMD/Bid Security

(a) 0.5% of your quoted Price in the form of Demand Draft drawn in favour of Deputy Chief Accountant/TBHES, TB DAM payable at Hospet from any Nationalized/Scheduled Bank. **Note: (b) In case of Permanent E.M.D Holders, PEMD approval letter from TB BOARD may be furnished. (c) Further, PEMDs/PSDs with APGENCO/ APTRANSCO ARE NOT APPLICABLE TO TB BOARD. All the bidders shall invariably upload the scanned copies of DD towards EMD/PEMD approval letter, along with the Bid, in AP e-procurement platform and this will be the primary requirement to consider the bid responsive. Details are indicated in Section-I.

12 Tender Fee Not Applicable 13 Tender Fee Payable To Not Applicable 14 Process Fee Not Applicable 15 Process Fee Payable To Not Applicable 16 Transaction Fee Payable to

Service Provider (Online) Transaction Fee and Other charges, if any, applicable for Transactions on AP e-procurement platform, are payable extra, as per the rules & guidelines in force.

17 Tender Schedule Available Date & Time

02.04.2018 from 18:00Hrs onwards Tender Schedule/document is available for download, free of cost, from www.apeprocurement.gov.in.

18 Schedule Closing Date & Time

23.04.2018 @ 13:00Hrs

6

19 Bid Submission Closing Date & Time

23.04.2018 @ 15:00Hrs

20 Pre-Qualification & Technical Bid Opening Date & Time

24.04.2018 @ 12:00Hrs

21 Price/Commercial Bid Opening Date & Time

07.05.2018 @ 12:00Hrs.

22 Bid Submission Online, through AP e-procurement platform, as detailed in SECTION-I of the tender document.

23 Pre - Qualification requirements/ Eligibility Criteria

As per tender document (Section-I).

24 Samples Required (Yes/No) No. 25 Place Of Tender Opening O/o. The Superintending Engineer (Hydel-II),

APGENCO, 4th Floor, Vidyut Soudha, Gunadala – 520004, Vijayawada.

26 Officer Inviting Bids Superintending Engineer (Hydel-II) 27 Address/E-mail id O/o Chief Engineer (TB Board), 4th Floor, Vidyut Soudha,

Gunadala – 520004, Vijayawada. Email: [email protected] , [email protected]

28 Contact Details/ Telephone, Fax

Ph: (0866) 2526 802, (0866) 2526309 Fax: (0866) 2526323.

29 Validity of Tender 180 days from the date of opening of the Price Bid. 30 General Terms & Conditions As per tender document.

Note: (1) Responsibility for correctness of the information submitted in the online bid

lies with bidder. If any information furnished in the bid is proved to be false at a later date, the bid will not only be rejected but the bidder will be BLACKLISTED.

(2) TB Board shall not be liable & responsible in any manner whatsoever for your failure to access & submit offer on the e-tendering site due to loss of internet connectivity, electricity failure, virus attack, problem with PC, digital signature certificate or any other unforeseen circumstances etc.

SUPERINTENDING ENGINEER

(HYDEL-II) APGENCO, VS, GUNADALA

7

CHECK LIST

i) Softcopies are to be uploaded during online bid submission.

REQUIRED

S.No. Description of documents SOFT COPY

HARD COPY

1 Bid Security (EMD) * The Bidders

should

produce the

originals of

all

documents

for

verification

if asked for

by the

Competent

Authority

within 3

(Three)

days.

2 Transaction fee paid receipt * 3 Appendix-A: Description of the Services * 4 Appendix-B: Reporting Requirements * 5 Appendix-C: R&M Consultants sub consultants and key

personnel *

6 Appendix-D: Duties of Owner * 7 Break up of Contract Price * 8 Schedule-I: General Particulars of Bidder * 9 Schedule-II: Firms References * 10 Schedule-III: Approach on methodology proposed for

performing the assignment *

11 Schedule-IV: Details of testing Machinery/Equipment proposed for study

*

12 Schedule-V: Qualification of the Tenderer if he is professionally qualified

*

13 Schedule-VI: Comments/Suggestions of consultant * 14 Schedule-VIII: Work Programme and time schedule for key

personnel *

15 Schedule-X: Work plan time Schedule * 16 Schedule-XI: Details regarding financial standing of the

Tenderer *

17 Schedule-XII: Schedule of deviations from specification * 18 Schedule-XIII: General Terms and Condition * 19 Performance /experience certificates from end users along

with copies of orders *

20 Schedule-XIV: (Un-priced schedule. indicating the tenderers scope)

*

21 GST registration certificate. *

8

SECTION – I

QUALIFICATION REQUIREMENTS & SPECIAL INSTRUCTIONS 1.0 TB Board standard terms & conditions are stipulated in the Sections-III&IV.

Requirements specific to this tender are stipulated in the remaining sections and these will take precedence over the standard terms, in case of any ambiguity.

2.0 QUALIFICATION REQUIREMENTS 2.1 The bidder should fulfill the following requirements for qualifying in pre-qualification

bid. (a) The firms should have minimum 3 years previous experience in conducting

Residual Life Assessment (RLA) / Life Extension (LE) Studies in Hydel Power Generating Units of Capacity 9 MW or more.

(b) The firms should have executed at least three purchase orders over the past Twenty years on Residual Life Assessment (RLA) / Life Extension (LE) Studies in Hydel Power Generating Units of Capacity 9MW or more. Out of three purchase orders, at least one purchase order must be executed in Government Hydel Power Generating Utility like NHPC or any other State Government Power Generating Utility.

(c) The scope of work of at least one purchase order must cover Residual Life Assessment (RLA) / Life Extension (LE) Study of Turbine & auxiliaries, Generator and Generator Transformer, Hydro Mechanical components, Gates and Penstock Spiral casing.

(d) The firm shall upload/furnish copies of purchase orders and work execution satisfactory certificate/acceptance of final reports issued by Hydel Power Utilities in support as a documentary evidence to the item Nos. 1 (a) & 1 (b).

2.2 Not withstanding anything stated above, TB Board reserves the right to assess the

tenderers’ capability to execute the contract, should the circumstances warrant such assessment in the Overall interest of TB Board. In respect of Qualification of the tenderers, the decision of TB Board is final.

3.0 DOCCUMENTS TO BE SUBMITTED:

(a) Documents evidencing the qualification requirements indicated in S.No.(2.0) above, such as, copies of the following. Invoice, Inspection Reports etc, evidencing supplies. Purchases Order copies.

(b) All relevant Bid Schedules, duly filled in, signed & stamped, along with supporting documentation.

9

4.0 Tenders received from those not having EMD, the past experience, manufacturing &

financial capacity, sufficient field organization etc., will not be considered. 5.0 EARNEST MONEY DEPOSIT (EMD): (To be read with clause No.1 of Section-III) 5.1 The tenderer should furnish an EMD of 0.5% of your quoted Price in the form of

Demand Draft drawn in favour of Deputy Chief Accountant/TBHES, TB DAM payable at Hospet from any Nationalized/Scheduled Bank.

5.2 In case of PEMD holders: Bidders having PEMD Facility accorded by TB Board, with adequate validity. A copy of

PEMD approval letter issued by TB Board shall be enclosed. 5.3 All the bidders shall invariably upload the scanned copies of Demand Draft towards

EMD or PEMD approval letter, along with the Bid, in AP e-procurement platform, failing which their offer shall be liable for rejection.

6.0 ONLINE BID SUBMISSION PROCEDURE: 6.1 Bids are invited, ONLINE, on AP e-procurement platform/website, in Two Parts, viz.,

-- Part-I or Pre-Qualification Bid (PQB) and -- Part-II or PRICE BID (also referred as COMMERCIAL BID on AP

e-procurement Platform). 6.2 Registration with AP e-procurement platform:

The bidders shall register on the AP e-procurement market place of Govt. of India, i.e., on www.apeprocurement.gov.in or https://tender.eprocurement.gov.in and submit their bids online. On registration on the AP e-procurement market place, they will be provided with a user ID and password through which they can submit their bids on line. Only those Bidders, who are registered on the AP e-procurement Platform, are eligible to participate. For any queries on registration and online bid submission, on AP e-procurement platform, the bidders may contact HELP DESK of the Service Provider on www.apeprocurement.gov.in. Offline bids will not be entertained by the Tender Inviting Authority, for the tenders published in AP e-procurement platform. Any offline bid submission clause in the tender document could be neglected.

6.3 Tender Document:

(a) The Bidder is requested to download the Tender document from the AP e-procurement website (from the date of publication, up to the time & date indicated in the tender notice), and read all the terms and conditions mentioned in the tender Document and seek clarification, if any, from the Tender Inviting Authority. Any downloading soft copy of tender documents from web site is at the sole risk and responsibility of the bidder. TB Board will not be responsible for any delay/difficulty/inaccessibility of the downloading facility for any reason whatsoever.

10

The Bidder is also requested to down load the Training Kit, along with above Tender document and use the same to acquaint with the procedure.

(b) The Bidder has to keep track of any changes by viewing the Addendum/ Corrigenda issued by the Tender Inviting Authority, from time to time, in the AP e-procurement platform. The Department Inviting tenders will not be responsible for any claims/problems arising out of bidders not keeping track of changes that are informed by way of amendment to NIT.

(c) The bidders shall submit their eligibility and qualification details, Technical bid, Financial bid etc., in the online standard formats displayed in AP e-procurement web site. The bidders shall also upload in the AP e-procurement web site the scanned copies of DD/BG towards EMD or reference approved letter of PEMD deposited with TB Board as case may be, all the relevant certificates, documents including contractor Registration, experience certificates, EPF, GIS/ESI, GST registration certificates etc., in support of their eligibility criteria/technical bids as asked for in NIT and tender Documents.

6.4 Online Bid Submission:

The Bidder registered on the AP e-procurement Platform, shall submit his Bid online, on AP e-procurement platform of the Govt. of India, i.e., www.apeprocurement.gov.in, as per the procedure given below. (a) Scanned copies of each of the following shall be uploaded to the AP e-

procurement platform and linked to the present Tender. These will constitute the Bidder’s online Offer against this Tender. The contractors have to upload the information preferably in Win Zip format.

(i) Earnest Money Deposit, in specified form, and for requisite amount. (ii) All schedules (as per the formats in the Tender Specification),

furnishing all requisite details, signed and seal & date affixed. Each Schedule shall be accompanied by supporting documentation, as stipulated therein. These shall include documents evidencing compliance with Qualification Requirements, stipulated in this Section.

(b) For Bids invited under COMMON PRODUCTS category, Scanned copies as detailed above, shall be submitted in respect of all documents except Price Schedule. Prices & Price components have to be entered online directly, on AP e-procurement platform, in requisite forms. The Price Schedule format enclosed, if any, is only for reference, for the purpose of indicating the various price components that are envisaged.

(c) Please note that, on the AP e-procurement platform, under Common Products category, the Basic Prices & the various Price Components are required to be quoted on per unit/per pc basis. Moreover, the basis for calculation of various

11

Price Components on AP e-procurement Platform, is found to be different from that adopted by TB Board which is detailed in the relevant Sections of the Tender Specification.

(d) The bidder shall sign on all the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity.

(e) Digital Certificate authentication: (i) The bidder shall authenticate the bid with his Digital Certificate for

submitting the bid electronically on AP e-procurement platform. Bids not authenticated by digital certificate of the bidder will not be accepted on the AP e-procurement platform.

(ii) For obtaining Digital Signature Certificate, you may please Contact: Andhra Pradesh Technology Services Limited, Flat No.302, 3rd Floor, Bhanu Krishna Nilayam, Velanki Ram Mohan Rao Street, Ashok Nagar, Vijayawada, Phone: 0866 – 2490021/31, (OR) Any other Registration Authority of TCS-CA in India. The city-wise list of RAs can be accessed by clicking the link "Apply for a Class-3 Certificate" under "Enroll" section in the website https://www.tcs-ca.tcs.co.in/mca21/ index.jsp. 6.5 Bid Submission Acknowledgement:

The bidder shall complete all the processes and steps required for Bid submission. The system will generate an acknowledgement with a unique bid submission number after completing all the prescribed steps and processes by the bidder. Users may also note that the bids for which an acknowledgement is not generated by the AP e-procurement system are treated as invalid or not saved in the system. Such invalid bids are not made available to the Tender Inviting Authority for processing the bids. The Government of AP and Service Provider are not responsible for incomplete bid submission by users.

6.6 Submission of Hard copies:

(a) As per GO No.174 dt.1/9/2008, the requirement for Submission of Original Hard Copies of the uploaded scanned copies of DD/BG towards EMD etc, before opening of Price Bids shall be dispensed with.

(b) All the bidders shall invariably upload in AP e-procurement system the scanned copies of DD/BG towards EMD or reference approved letter of PEMD deposited with TB Board as case may be, Certificates/Documents in support of eligibility criteria as mentioned in NIT/Tender documents and this will be the primary requirement to consider the bid responsive.

12

(c) Technical Bid evaluation shall be carried out, solely based on the Documents/ Certificates etc uploaded in the AP e-procurement system and Price Bids of the responsive Bidders shall be opened.

(d) The Purchaser Department shall notify the successful bidder for submission of original hard copies of all uploaded documents, DD/BG towards EMD etc, for ensuring their genuineness/authenticity, prior to entering into agreement or LOI/placement of Order. The Successful Bidder shall, at his sole risk & responsibility, submit the same to the Tender Inviting Authority, before stipulated date & time. The department will not take any responsibility for any delay in receipt/non-receipt of original certificates/documents DD/BG towards EMD, Certificates/ Documents from the successful bidder before the stipulated time. On receipt of documents, the department shall ensure the genuinity of the DD/BG towards EMD and all other certificates/documents uploaded by the bidder in AP e-procurement system in support of the qualification criteria before release of purchase order/sale order / LOI as case may be.

(e) In case of variation in the uploaded documents and Failure of submission of original hard copies: If any successful bidder fails to submit the original hard copies of uploaded certificates/documents, DD/BG towards EMD or reference letter of PEMD deposited with TB Board within stipulated time or if any variation is noticed between the uploaded documents and the hardcopies submitted by the bidder, the successful bidder will be suspended from participating in the tenders on AP e-procurement platform for a period of 3 years. The AP e-procurement system would deactivate the user ID of such defaulting bidder based on the trigger/recommendation by the Tender Inviting Authority in the system. Besides this, the department shall invoke all processes of law including criminal prosecution of such defaulting bidder as an act of extreme deterrence to avoid delays in the tender process for specified work/materials. If any of the documents/information furnished by the bidder is found, at any point of time, to be false/fabricated/bogus, such Bidder is liable for black listing, forfeiture of the EMD, cancellation of Purchase order/LOI as case applicable and criminal prosecution.

6.7 Payment of Transaction Fee:

All the participant bidders shall pay online, a non-refundable TRANSACTION FEE, to M/s.APTS LTD, through "Payment Gateway Service on AP e-procurement platform". The amount payable is 0.03% of the Estimated Contract Value (ECV), with a cap of Rs.10,000/- for ECV upto Rs.50.0 crores and Rs.25,000/- for ECV above Rs.50.0 crore. The Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by

13

any bank and Direct Debit facility/Net banking of select Banks such as ICICI Bank, HDFC, Axis Bank etc, to facilitate the transaction. Service tax, Bank Charges for Credit Card Transactions etc, will be applicable.

6.8 Corpus Fund or AP e-procurement Fund: User departments shall collect, towards AP e-procurement fund, 0.04% of ECV

(Estimated Contract Value) with a cap of Rs.10,000/- for ECV upto Rs.50.0 crores and Rs.25,000/- for ECV above Rs.50.0 crore, from successful bidders on AP e-procurement platform, before entering into agreement/ issue of purchase orders. The amount shall be paid in favour of the Managing Director, APTS. There shall not be any charge towards AP e-procurement fund in case of works, goods and services with ECV upto Rs.10 lakhs.

7.0 OPENING OF TENDERS: 7.1 Part-I i.e., ‘Pre-qualification Bid’ or PQB, will be opened ONLINE, on the date, time

and place indicated. 7.2 Only those tenders which contain full information and which comply with the

requirements regarding experience, technical and financial requirements etc, will qualify for opening of Part-II: ’Price Bid’ or ‘COMMERCIAL BID’. The date and time of opening of Part-II will be intimated to the qualified bidders, separately.

7.3 It is the responsibility of the Bidder to ensure that the PRICE BID, is completely in line with the PQB. In case the terms indicated in Part-II are found to be different from those indicated in Part-I, TB Board reserves the right to either consider the terms more favourable to TB Board, or to reject the Bid, outright.

7.4 Bidders are requested to ensure that they do not upload Part-II, i.e., Price Bid/ Commercial Bid, along with Part-I: i.e., Pre-Qualification/Technical Bid. TB Bord reserves the right to disqualify those Bidders, whose PQBs are found to contain Price Bids.

8.0 DISCLAIMER: 8.1 TB Board reserves the right to change or alter the bid conditions before the final

date of submission of the bids by issuing an addenda. The Notice Inviting Tender (NIT), any subsequent addenda/amendments etc, will be made available on AP e-procurement platform and APGENCO’s website, and can be downloaded free of cost. The Bidders shall be solely responsible, for ensuring that their Bids are completely in line with the requirements stipulated therein.

8.2 The Specifications stipulated in these documents, are indicative only. It is the responsibility of the Bidders to ensure correctness of the same. If necessary, they may depute their representatives to Site, to collect all necessary particulars etc.

14

8.3 Any discrepancies in the requirements stipulated in these documents, shall be brought to the notice of the undersigned, and clarifications shall be obtained prior to submission of Offer itself. Bidders are advised not to make any assumptions or inferences, on their own.

8.4 TB Board reserves its right, without prejudice to other rights under terms and conditions of NIT and tender documents or other remedy available, to cancel tenders without assigning any reasons, and will not entertain any correspondence in the matter. TB Board accepts no liability whatsoever and will not be liable for any loss or damage arising directly or indirectly (including special, incidental or consequential loss or damage) from use of AP e-procurement web site or from cancellation of tenders. TB Board also reserves the right to split the order on more than one bidder, in any manner or reject any or all tenders without assigning any reason.

8.5 Regarding Online Bidding: (i) Notwithstanding the particulars/guidelines stipulated in this document, all the

bidders are advised to get themselves acquainted with the latest rules & regulations governing submission of Bids, payment of Transaction Fee/Corpus Fund etc, on the AP e-procurement platform.

(ii) It is the responsibility of the Bidder, to ensure that the scanned copies uploaded to the AP e-procurement platform, are legible.

(iii) The Bidder shall be solely responsible for ensuring that all requisite documents are not only successfully uploaded, but also linked to the present tender. Online Offers which are found to be either incomplete or corrupted, are liable to be rejected.

15

SECTION-II TECHNICAL SPECIFICATION

1.0 Scope of Tender: 1.1 The specification is to conduct residual Life Assessment study and Uprating study on

Turbines, Generators and power house auxiliaries and to conduct scientific study at site, to examine the feasibility to go in for Renovation and Modernisation or Renovation, Modernisation and uprating of all machines at Dam Power House (4 x 9MW) &Hampi Power House (4 x 9MW) and to prepare tender specification for R&M or RMU as indicated in clause 6.0 of section V. Based on the spot residual Life Assessment tests and uprating study of all units and associated auxiliaries, collected data, a basic preliminary report is to be prepared and submitted with 10 hard copies and 1 soft copy in CD. The outcome of the Basic Study Report is to be used as basis for preparation of DPR which would eventually form the basis for preparation of the tender specification for implementation of R&M/ R,M&U schemes. Operation of TB Dam Power house depends on Irrigation water requirement through power canal. Hampi Power House depends on the operation of the TB Dam Power House 4 X 9 MW. This aspect is also to be considered while preparing draft DPR. A draft detailed project report (DDPR) for (a) R& M and (b) R,M&U is to be prepared and submitted to the CE/TBHES,TB Board ( 3 hard copies and 3 soft copies in CDs). After duly considering the views of TB Board on draft DPR, final Detailed project Report should be submitted. 10 (Ten) hard copies and 5 soft copies in CDs of final DPR is to be submitted. Taking into consideration of the possibility to uprate the units and Residual Life of the Equipments etc., and to execute the scheme under TURNKEY basis, the draft technical specification for R &M or R M &U based on the decision taken on DPR has to be prepared. One hard copy and 1 soft copy in CD of draft specification for R &M or R M &U to be submitted. TB Board’s comments on draft technical specification should be considered for preparation of final specification for R &M or R M &U. 10 (Ten) hard copies of final technical specification for R &M or R M &U with 5 soft copies in CDs are to be submitted to CE/TBHES, TB Board. The present offer should cover the following in the Part-I technical Bid: a. Probable time of commencement of RLA. b. Duration of RLA study for one unit.

16

c. Period of shutdown required for conducting RLA study. d. Details of tests to be conducted and the time required. The scope of tests should include the following categories of tests besides other tests to be specified by you:

i) Dynamic behavior studies on the hydro turbine and generator ii) Metallurgical studies iii) Study on Auxiliary Systems of hydro turbine and generator iv) Generator insulation studies

1.2 Details of water conducting system, details of all the equipments in service in this

Power House, date of commissioning of the equipments etc., Hydraulic data such as rainfall pattern, Inflow pattern, fore bay details are enclosed at Annexure to this specification. Location of the Power House, the nearest town etc, are also enclosed as Annexure to the specification.

1.3 The intending contractor shall visit the power house to have a first hand information about the machines and to have any other technical particulars to conduct the study. All expenditures related to their visit will be to their account only.

1.4 These works shall be done in the best manner using the modern technology and scientific methods so that maximum benefits are derived at minimum cost / carrying out barest minimum and necessary works.

2.0 Details of scope of work:

a) RLA study shall be undertaken on the Turbine, generator and its auxiliaries, inlet valves, Butterfly valves etc. of units at TB Dam PH & units at Hampi PH.

b) Substation equipments are excluded from the study. c) Study of water conducting system and specific problems that may be required

to be set right and to suggest replacement/ refurbishment of necessary items with appropriate latest technology to get all the units uprated as well as renovated.

d) On the spot scientific study to be conducted to confirm the economic viability of R&M/ R,M&U of all the units of TB Dam PH & Hampi PH.

e) It is preferred to execute these schemes without carrying out any major modification to the civil structure/ water conducting system.

f) Adequacy of bearings and lubrication system to take on additional stresses for uprated capacity.

g) Adequacy of Runner, Generator, Rotor and shafts for uprated capacity with calculations.

17

h) Adequacy of HP/LP penstocks to discharge additional quantity of water for uprated capacity with supporting calculations (including surge shaft).

i) Stability of scroll casing/ manifold to withstand uprated capacity. j) Adequacy of the coupling bolts to withstand the uprated capacity. k) Healthiness of Generator Stator frame and core. l) Upgrading of protection & control and metering & instrumentation systems. m) Supervisory Control and Data Acquisition system and Man - machine interface

are to be envisaged. n) Adequacy of the existing main field winding to meet uprated requirement. o) Adequacy of the existing foundations to withstand uprated stress. p) Structural integrity of existing components. q) Structural suitability for further continued operation and uprated capacity. r) Residual stress of rotating parts, Spiral Case and Penstock. s) Bearing and shaft vibrations. t) Pressure variation/ difference at different parts/ components of the Turbine

from inlet valve to draft tube discharge. u) Adequacy of EOT crane facility to handle uprated equipment, whether

overhaul necessary. v) Preparation of (i) Preliminary Report (ii) Detailed Project Report (iii)Tender

Specification based on the RLA studies as discussed in detail in subsequent clauses.

Necessary L.C and dismantling works for study and reassembling works after completion of study will be arranged by TB Board. You are requested to quote the duration of study to enable TB Board to arrange for L.C. As this is to be arranged without affecting the Grid operation, prior intimation regarding the programme of study and mobilization of men and materials is to be given in advance to the SE/TBHES,TB Board.

Tests proposed to be conducted and methodology of evaluation of test results may be detailed.

3.0 Preliminary Report:

Based on the study/testing, collection of data covered and discussion with TBHES/ TB Board officials, a preliminary report is to be prepared and submitted to CE/TBHES, TB Board to be followed by draft DPR. 3 (Three) hard copies and 3 soft copies in CDs of preliminary report is to be submitted to CE/TBHES, TB Board. The study report shall include the following besides the other data. Date and time of test, Ambient Temperature, frequency, active and reactive components of generator output, temperature of different parts, data observed,

18

inferences arrived at and list of test equipments used, measured water head discharge, vibration at different levels and stress of different components.

4.0 Detailed Project Report(DPR): After detailed study, a draft DPR is to be submitted to CE/TBHES, TB Board for approval/comments. Based on the approval of TB Board on draft DPR, finalization of Detailed Project Report should be done duly considering the views of TB Board.DPR should cover justification for the schemes and also every item of work apart from cost benefits with reference to investment. 10 (Ten) hard copies with 5 soft copies in CDsof final DPR is to be submitted to TB Board.

DPR should cover the following: i. Ultimate capacity to which the units can be uprated with the existing water

conducting system and hydrology. ii. The best period to go in for R&M/R, M&U, the tentative period of completion,

estimated cost for both the options(R&M and R,M&U) may also be included in the report.

iii. List of modifications suggested. iv. Scheme justification report duly considering the space availability and stability

of civil and mechanical structures. v. Brief description and salient features of the proposed modifications and new

equipments. vi Additional generation that could be achieved with the proposed

modifications(without uprating and with uprating). vii Pay back period, cost benefit analysis, NPV, IRR work sheet. viii Cost estimates specifying the assumptions made.

ix Time schedule for scheme implementation after considering the local conditions and also to minimize loss in generation by properly choosing the time of shutdown of units/plants. This should be supported by PERT/Bar charts.

Among the other things the Detailed Project Report should cover the following salient features: a. Brief History of the existing project. b. Salient features of the existing project and performance review. c. Need for the project and justification. d. Hydrology.

19

e. Renovation and Modernisation/ Renovation, Modernisation and Uprating studies with descriptive narration of tests on different components, discussions and interpretations of test observations.

f. Renovation and Modernisation/ Renovation, Modernisation and Uprating possibility and proposals.

g. Project implementation Schedule. h. Environmental aspects. i. Manpower and training. j. Capital cost and Financial Analysis. k. Conclusion and Recommendation.

5.0 Tender Specification: 5.1 Taking into consideration of the possibility to uprate the units and Residual life of the

equipments etc, and to execute the scheme under TURNKEY basis, the Technical specifications for R&M or R,M&U schemes has to be prepared duly incorporating the following aspects based on the study results. i. Design, manufacture, Testing at vendor’s works, supply, erection, testing and

commissioning of items/ equipments separately for each scheme. ii. These specifications should include fire fighting system, cooling water system,

protection and control system, Generator, Power Transformer, MIV, Brake set, HS Lub oil System, Bearings, pressurized air system, HP/LP valves, OPUs, Governors, AVRs, Excitation system, metering,all LT/HT and control cables, LT power supply system, etc., apart from Turbine and Generator, whichever is applicable/necessary so that the life of the machines gets extended and capacity uprated to the maximum extent possible.

iii. Any other item that may be required to achieve the targeted Generation capacity as per the report of the consultants subject to TB Board’s approval.

iv. While evolving specification for the equipments, all minor items required to commission the equipments, related cables, piping, power supply, minor civil works etc., should be included so that the package is complete in all respect. Design details for such works are to be furnished.

The specification on R&M/R, M& U schemes should include the following. a. Generator, Turbine, Mechanical equipment such as MIV, Brake System and

Governor b. Protection and control & Metering Equipment c. LT switch gear /MCC d. Electric Motors, cooling water system, pressurized air system e. Cables- LT,HT, Power and control cables f. Generator Transformer

20

g. Miscellaneous h. SCADA & Instrumentation i. Fire fighting system including emulsifier for transformer yard j. Ventilation System & Air conditioning of control room k. Overhaul of EOT crane l. Notice inviting tender, BQR, Formats, Price Schedule m. Bid evaluation Procedure. n. Draft contract.

5.2 TB Board’s comments on the draft technical specifications should be considered for preparation of final specification. 10 (Ten) copies of final technical specifications along with 5 soft copies in CDs for each scheme have to be submitted to TB Board.

6.0 Details to be furnished by TB Board: 6.1 As the power house is more than 60 years old, only limited detailed drawings that are

in routine use are available at power house and HQs. Hence it may not be possible to provide copy of all drawings to the consultant. Only limited number of drawings that are available will be spared. Wherever tracings are available, prints will be taken and copies will be furnished. Hence all the Bidders may inspect the power house/HQs of TB Boardbefore giving their offer to know about the availability of crucial drawings. If necessary, assistance will be provided for preparing the drawings required to finalise the specification to a limited extent and this service will be only for preparing drawings based on consultant’s technical details. The Superintending Engineer/TBHES, Divisional Engineer/TB Dam PH and Divisional Engineer/Hampi PH are in-charge of power houses.

6.2 Accommodations at site will be provided to the consultants on ‘To Pay basis’ subject to availability. All other requirements are to be arranged by the consultants. Regarding scientific instruments, Tools and plants required to carry out testing etc. at site, the consultants are requested to make their own arrangements to meet their requirements and TB Board will not provide them.

6.3 After finalization of the order and on receipt of your readiness to carry out study/test/analysis, a programme is to be charted and approval of TB Board is to be obtained in advance so that Line clear is arranged with the concurrence of Load Despatch centre to the maximum extent possible on the dates proposed. The period required for the study for each machine may clearly be given in your offer so as to programme the above works. On the part of TB Board , every effort will be made to carry out such study etc., as per the programme as well without any problem/minimum inconvenience in managing the Grid demand, loss in generation, irrigation demand etc.

The machines will be dismantled and will be handed over to you. After completion of study on the unit, the unit will be re erected and commissioned by TB Board.

21

7.0 Special Conditions: i. Power Facility: 415 V 3 phase AC supply if required will be provided free of

cost. Necessary cables, switchboard etc. shall be arranged by the contractor. ii. Tools & Plants and instruments: All instruments and tools and plants required

for the study shall be arranged by the contractor at his own cost. Special tools and tackles if any required for the works will be spared, if available at free of cost on returnable basis at the discretion of Superintending Engineer/TBHES. EOT Crane facility will be made available at free of cost.

iii. Contractor shall have to make his own arrangements for accommodation and food of his personnel. Subject to availability, office and residential accommodation will be provided on chargeable basis. LT supply for these purposes will be charged on appropriate LT Tariff for commercial /residential as applicable.

iv. Man Power Requirement: Required number of skilled and unskilled man power to be arranged by the contractor.

The offer should cover the following: a. Probable time of commencement of RLA. b. Duration of RLA study for each unit and all the three units and plant as a

whole. c. Details of tests to be conducted and the time required. d. Period of shutdown required for conducting RLA and Uprating Study.

8.0 The Technical particulars of Turbine, Generator and Transformers for Dam & Hampi Power Houses of TBHES as follows.

Ist stage of Dam Power House:

I) Turbine : Ist stage of Dam Power House Make : Escherwyss, Zurich, Switzerland Type : Kaplan Rating : 13800BHP at 88 Ft. met head at 1550Cusecs. Normal Speed: 214.3RPM II) Generator : Ist stage of Dam Power House Make : Brown Boveri Company, Switzerland Type : 3 Vertical shaft salient pole alternator. Out – Put : 10,600KVA Frequency : 50 CPs Voltage of Generation : 11,000V

22

Ampers : 557A Power Factor : 0.85

IInd stage of Dam Power House:

I) Turbine : IInd stage of Dam Power House Make : Hitachi Limited, Japan Type : Kaplan Rating : 12960BHP at 88 Ft. net head at 1443Cusecs. Normal Speed: 214RPM II) Generator : IInd stage of Dam Power House Make : Toshiba Shibaura Electrical Company Ltd., Japan Type : 3 Vertical shaft salient pole alternator. Out – Put : 10,600KVA Frequency : 50 CPs Voltage of Generation : 11,000V Ampers : 557A Power Factor : 0.85

Ist stage of Hampi Power House: I) Turbine : Ist stage of Hampi Power House Make : Charmilles, Switzerland Type : Francis Rating : 12500BHP at 100 Ft. net head. Normal Speed: 214 RPM II) Generator : Ist stage of Hampi Power House Make : Brown Boveri Company, Switzerland Type : 3 Vertical shaft salient pole alternator. Out – Put : 10,600KVA Frequency : 50 CPs Voltage of Generation : 11,000V Ampers : 557A Power Factor : 0.85

IInd stage of Hampi Power House:

I) Turbine : IInd stage of Hampi Power House Make : Hitachi Limited, Japan

23

Type : Francis Rating : 12500BHP at 110 Ft. net head at 1114Cusecs. Normal Speed: 214RPM II) Generator : IInd stage of Hampi Power House Make : Toshiba Shibaura Electrical Company Ltd., Japan Type : 3 Vertical shaft salient pole alternator. Out – Put : 10,600KVA Frequency : 50 CPs Voltage of Generation : 11,000V Ampers : 557A Power Factor : 0.85 Step-up Power Transformers: Stage –I of Dam & Hampi Power houses Make : English Elec. Co. England Rating : 10,600KVA Voltage on LV side : 11,000V Voltage on HV side : 66,000V Vector group : 32YD1 Step-up Power Transformers: Stage –II of Dam & Hampi Power houses Make : Toshiba Shibaura Electrical Company Ltd., Japan Rating : 10,600KVA Voltage on LV side : 11,000V Voltage on HV side : 66,000V Vector group : 32YD1

24

SECTION – III

INSTRUCTIONS TO BIDDERS Intent of Bid The intent of the bid is to invite proposal from the bidders capable to undertake Residual Life Assessment (RLA) and Life Extension Studies (LES) of Turbine & auxiliaries, Generator and Generator Transformer of Dam Power House & Hampi Power House of TBHES operating under Tunabhadra Board Hydro Electric Scheme. The bidder shall carry out Residual life assessment/Life extension studies with a view of making improvement in plant load factor (PLF) and plant availability factor, bringing out unit in original operating parameters, heat rate and efficiency, meeting statutory requirements regarding environment and safety of Dam Power House (4X9MW) and Hampi Power House (4X9MW) at TBHES and submit their report recommendation for run/repair/replace recommendation with cost benefit/techno economic evaluation and cost effective technique and capital investment justification.

Cost of Bidding The bidder shall bear all costs associated with the preparation and submission of his bid proposal including visits to the owner if any, and of negotiating the contract. The Owner shall in no case be responsible or liable to make any payment towards costs incurred by the bidder on account of these. Project/Scheme Information Project/Scheme information is provided in the technical specification. However, to obtain first hand information on the Assignment and on the local conditions, bidders are encouraged to visit to the Owner’s plant before submitting a proposal and attend a pre-bid meeting if so specified in the Data Sheet. Bidder’s representative must meet the officials named in the Data sheet. It must be ensured that these officials are advised of the visit in adequate time to allow them to make appropriate arrangements. Bidder must fully inform himself of local conditions and take them into account in preparing his bid. The owner will provide the inputs specified in the Data Sheet, and will assist the bidders in obtaining licenses and permits needed to carry out the services, and make available relevant project data and reports. The instructions given below must be read very carefully, as failure in compliance with any of these may render the Offer liable for rejection. If a bidder has any doubt about the meaning of any stipulation herein, General & Special Conditions of Contract, Technical Specification or any other enclosed document, he should immediately obtain the clarification/ information in writing from the executive who has issued these documents.

25

1.0 Earnest Money Deposit (EMD) 1.1. Offers must accompany EMD of requisite amount as specified in tender enquiry

failing which offer shall be liable for rejection. EMD can be furnished by way of DD/Pay Order/Banker’s Cheque.

1.2. Submission of EMD in any other form shall not be considered and shall be treated as disqualification.

1.3. The EMD shall be forfeited, if

i) Bidder withdraws the bid before expiry of its Validity. ii) Successful bidder does not accept the order/LOI or fails to enter into a contract within validity period of offer. iii) Successful bidder fails to furnish Security Deposit within 30 days from the date of issue of P.O./ LOI iv) The offer is disqualified for the reasons outlined in clause 2.3. v) Bidder submits false/manipulated documents/wrong information apart from

banning the firm for future proposals.

1.5 Permanent/Standing EMD: The bidder may deposit with TB Board, the permanent fixed deposit of Rs.2,50,000/-

(Two lakhs and fifty thousands) as EMD in the form of DD/Pay order/ Banker’s cheque. In case of BG, it shall be valid for a period of three years constituting the said sum as security for due compliance with the obligations undertaken in the offer submitted by the bidder. No interest will be payable on such amount.

1.6 The EMD of unsuccessful bidders shall be returned to them, as soon as purchase decision against the tender is taken.

1.7 The EMD of successful bidder shall be returned after acceptance of order and

furnishing of Security Deposit. 2.0 Due date and time and submission of Offers: 2.1 Post tender rebates or deviation in quoted prices and/ or conditions or any such offers

which will give a benefit to the bidder over others will not only be rejected outright but also the original offer itself will get disqualified on this account, and bidder’s EMD shall be forfeited.

2.2 The quoted prices must be written in both figures and words in capital letters. Alterations, if any, shall be made clearly by crossing the whole-entered rate and bidder with his full signature and rubber stamp should attest such correction. There

26

shall NOT be any overwriting under any circumstances; as such offers are liable for rejection. In case of any discrepancy between figures and words, the rates in words shall be considered for the purpose of evaluation.

2.3 Bidders may note that due date and time of opening the bids shall strictly be adhered to and accordingly. However, due to declaration of unexpected holiday or any unforeseen circumstances, bids are not opened on due date, the same shall be opened on next working day at the same time.

2.4 Standard printed conditions attached to the tender will not be accepted. Only those mentioned in the body of the Offer will be considered.

2.5 The bidder shall certify that the quoted rates are as applicable to Government Dept. / Public Sector Undertaking and in support of this they shall furnish copies of Purchase Orders received from these organizations.

3.0 Validity of Offers:

The Offers shall be valid for a period of 180 days from the date of opening of Price Bid. The period of validity cannot be counted from any other date other than the date of opening the bids. During this period bidder shall not be permitted to withdraw or vary their offers, once made and if they do so, the EMD shall be forfeited.

4.0 Income Tax Clearance Certificate:

The firm shall furnish the copy of PAN card and copy of latest income tax returns submitted along with proof of receipt.

5.0 Past Experience:

The list of customers to whom the bidder had carried out the studies in the past along with P.O. details shall be furnished

6.0 Acceptance of TB Board Payment Terms : The standard payment terms shall be “100 % of the all inclusive price will be paid within 30 days from the date of Submission and acceptance of Comprehensive Final Report.”

7.0 Security Deposit (SD) The Supplier shall furnish security deposit equal to 2.5% of value of purchase order within one month from the date of issue of PO for proper fulfillment of the terms and conditions of the contract and full execution of the supplies thereof either in the form of DD on any scheduled bank, payable to TB Board or Bank Guarantee in lieu of cash from any nationalized bank.

27

Security deposit shall be returned back to the contractor as soon as order is fully executed and contractor has met all contractual obligations and there is nothing outstanding either against this purchase order or any other purchase order placed by the corporation on the contractor.

8.0 Price Basis: The price quoted shall include all charges for carrying out the tests and submission of comprehensive test reports. Prices shall be firm. Any taxes, duties like service tax and any other government levies applicable shall be clearly indicated.

9.0 Insurance: The insurance for the bidder’s personnel who work at site shall be taken care by the

bidder. 10.0 Taxes and duties: Kindly indicate clearly as to whether the offered prices are inclusive or exclusive of

GST and other taxes, if any. The rate and nature of Tax applicable shall be shown separately.

Price break-up for RLA/LE Study of Turbine & auxiliaries, Generator and Generator

Transformer shall be given separately. 11.0 Cost Compensation for Deviation: Deviations specifically declared by the bidders in the Schedule of Deviations

(Schedule-XII) only will be taken into account for the purpose of evaluation. The bidders are required to declare the prices for the withdrawal of the deviations declared by them in the Deviation Schedules. Such prices declared by the bidders for the withdrawal of the deviations in the Deviation Schedule shall be added to the bid prices to compensate for these deviations. In case prices for the withdrawal of deviations not furnished by the bidder, the owner shall convert such deviations into a Rupee value and add to the bid price to compensate for these. In determining the Rupee Value of the deviations, the owner will use parameters consistent with those specified in the specifications and documents and/ or other information as necessary and available with TB Board. In case the bidder refuses to withdraw the deviations at the cost of withdrawal indicated by the bidder in the deviation schedule, the EMD of bidder shall be forfeited. Bidder may note that deviation variations and additional conditions etc. found elsewhere in the bid other than those stated in the Deviation

28

schedules, save those pertaining to any rebates, shall not be given effect to in evaluation and it will be assumed that the bidder complies with all the conditions of Bidding Documents. In case bidder refuses to withdraw, without any cost to TB Board, those deviations, which the bidder did not state in the Deviation Schedules, the EMD of the bidder may be forfeited.

12.0 Offers should strictly be in conformity with specifications/ drawings/ samples as

stipulated in the enquiry. In case no deviations are indicated, it shall be taken for granted that item (s) has/ have been offered strictly as per the requirements given in the enquiry.

13.0 Completion Period: The work shall be started within 7 days of notice to commence

work and the work shall be completed with in shortest possible time and with in a maximum of 25 days. The final report shall be submitted with in 90 days from the completion of study. The detailed schedule of study is given at Clause No. 6.0 of technical specification.

14.0 It is not binding on TB Board to accept the lowest or any bid. The Corporation reserves

the right to place orders for individual items with different bidders and to revise the quantities at the time of placing the order. The quoted rates, terms and conditions shall apply. TB Board further reserves the right to accept or reject any/ all bids without assigning any reasons thereof.

15.0 JURISDICTION:

All and any disputes or differences arising out of or touching this order shall be decided only by Courts or Tribunals situated in Bellary Dist. No suit or other legal proceedings shall be instituted elsewhere.

16.0 Orders placed against this tender enquiry shall be subject to ‘General Purchase

Conditions’ of TB Board, a copy of which is enclosed. Bidders are requested to confirm acceptance in to their Offer.

17.0 If the bidder is on DGS & D Rate Contract for item (s) covered in tender enquiry. A

copy of the same shall be enclosed along with the offer. 18.0 The owner will provide the following inputs:

(a) Accommodation to the personnel (b) Power, Air, water, EOT crane, facility at site free of cost

29

19.0 Officer in-charge of Power Station: The Superintending Engineer/ TBHE Scheme, TB Dam – 583 225, Via Hospet, Bellary (Dist.) Bidder may visit the site to have complete details of site. For site visit, the bidder may contact or coordinate with the following Officer.

Divisional Engineer\Dam PH, Cell No. 09449868601 Divisional Engineer\Hampi PH, Cell No. 09449868602

20.0 The reports must be written in English language only.

21.0 Addressed to: The Bids must be addressed to O/o. The Superintending Engineer (Hydel-II),

APGENCO, 4th Floor, Vidyut Soudha, Gunadala – 520004, Vijayawada.

30

Abbreviation/Definition

Table-I

The following are defined for use in the bid documents and applicable. RLA : Residual Life Assessments of the Plant/Equipment. R&M : Renovation & Modernisation of the Plant/Equipment. LES : Life Extension Studies of Thermal Power Plant/Specified Category of equipment and System of Thermal Power Plant OWNER : Power Plant Authorities pertaining to SEBs, SGCs, SGDs and

CPSUs SEB : State Electricity Boards SGC : State Generating Corporations SGD : State Government Departments CPSU : Central Power Sector Utility GOI : Govt. of India PFC : Power Finance Corporation Limited, New Delhi. BIDDER : Any Company/Firm who submits the Bid Proposal to undertake RLA, R&M and LES TPS : Thermal Power Station CEA : Central Electricity Authority FI : Financial Institution R&M and LES: Renovation & Modernisation and Life Extension Study i.e., Studies to

be undertaken to identify action required for Renovation and Modernisation as well as Life Extension of Thermal Power Plant/Specified category of equipment relating to TPS

CV : Curriculum Vitae CPM : Critical Path Method PERT : Program Evaluation Review Technique R&M Consultant: The bidder (firm/company) who has been awarded the contract work

of R&M and LES by the owner for carrying out the services in accordance with the bidding document

31

SECTION – IV

GENERAL CONDITIONS OF CONTRACT 1. GENERAL PROVISIONS The following terms and expressions used herein shall have the meaning as indicated

herein: “Supplier/ Vendor/Contractor”: shall mean the individual firm or company whether incorporated or otherwise in whose name the purchase order shall be addressed and shall include its permitted assigns and successors.

“ Buyer/ Purchaser/ Board/ TB Board/TBHES ” : Shall mean Tungabhadra Board (A

Govt. of India Undertaking) “Contract / Agreement”: shall mean the Purchase Order. Definitions:

Unless the context otherwise requires, the following terms whenever used in this Contract have the following meanings: a) “Government” means the Government of INDIA. b) “Applicable Law” means the laws and any other instruments having the force

of law in India, as they may be issued and in force from time to time. c) “GC” means these General Conditions of Contract. d) “Local Currency” means Indian Rupees. e) “Foreign Currency” means any currency other than Indian Rupees. f) RLA/LE Consultant means the bidder who has been awarded the contract

work of RLA/LE studies by the owner for carrying out the services in accordance with the bidding document.

g) “Contract” means the Contract signed by the parties to which these General Conditions of Contract are attached, together with all the documents listed in Clause 1 of such signed Contract.

h) “Contract Price” means the price to be paid for performance of the service in accordance with Clause-6.

i) “Effective Date” means the date on which this Contract comes into force and

effect pursuant to Clause GC.2.1. j) “Local Personnel” means such persons who at the time of being so hired had

their domicile inside India.

32

k) “Foreign Personnel” mean such persons who at the time of being so hired had their domicile outside India.

l) “Member”, in case the Consultants consist of a joint venture of more than one entity, means any of these entities and “Members” means all of these entities.

m) “Party” means the Owner or the RLA/LE Consultants, as the case may be, and Parties means both of them.

n) “Personnel” means persons hired by the RLA/LE Consultants or by any Sub- Consultant as employees and assigned to the performance of the Services or any part or thereof.

o) “Services” means the work to be performed by the RLA/LE Consultants pursuant to this Contract for the purpose of the Project, as described in Appendix-A hereto.

p) ‘SC’ means the Special Conditions of Contract by which these General Conditions of Contract may be amended or supplemented.

q) “Sub-consultant” means any entity to which the Consultants sub-contract any part of the Services in accordance with the provisions of Clause GC 3.6 and

r) ‘Third Party’ means any person or entity other than the Government, the Owner and the RLA/LE consultants or Sub-consultants.

1.2 Relation between the Parties

The Consultants subject to this Contract have complete charge of Personnel Performing the Services and shall be fully responsible for the Services performed by them or on their behalf hereunder.

1.3 Law Governing Contract

This Contract, its meaning and interpretation, and the relation between the parties shall be governed by the Applicable Law.

1.4 Language

This Contract has been executed in the language specified in the SC, which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this Contract.

1.5 Headings The heading shall not limit, alter or affect the meaning of this contract.

33

1.6 Notices 1.6.1 Any notice, request or consent required or permitted to be given or made pursuant to

this Contract shall be in writing. Any such notice, request or consent shall be deemed to have been given or made when delivered in person to an authorized representative of the Party to whom the communication is addressed, or when sent by registered mail, telex, telegram or facsimile to such Party at the address specified in the SC.

1.6.2 Notice will be deemed to be effective as specified to the SC. 1.6.3 A Party may change its address for notice hereunder by giving the other Party Notice of

such change pursuant to the provisions listed in the SC with respect to Clause GC 1.6.2 1.7 Authority of Member in Charge

In case the Consultants consist of a joint venture of more than one entity, the Members hereby authorize the entity specified in the SC to act on their behalf in exercising the entire Consultants’ rights and obligations towards the Owner under this Contract, including without limitation the receiving of instructions and payments from the Owner.

1.8 Authorized Representatives

Any action required or permitted to be taken, and any documents required or permitted to be executed, under this Contract by the Owner or the Consultants may be taken or executed by the officials specified in the SC.

2.0 COMMENCEMENTS, COMPLETION, MODIFICATION AND TERMINATION

OF CONTRACT 2.1 Effectiveness of contract

This Contract shall come into force and effect on the date (the “Effective Date” of the Owner’s notice to the Consultants instructing the Consultants to being carrying out the Services. This notice shall confirm that the effectiveness conditions, if any, listed in the SC have been met.

2.2 Termination of Contract for Failure to Become Effective If this Contract has not become effective within such time period after the date of the Contract signed by the Parties as specified in the SC, either Party may, by not less than four (4) weeks written notice to the other Party, declare this contract to be null and void, and in the event of such a declaration by either Party, neither Party shall have any claim against the other Party with respect here to.

34

2.3 Commencement of Services The Consultants shall being carrying out the services at the end of such time Period after the Effective Date as specified in the SC.

2.4 Expiration of Contract Unless terminated earlier pursuant to Clause.2.9 hereof, this Contract shall expire when services have been completed and all payments have been made at the end of such time period after the Effective Date as specified in the SC.

2.5 Entire Agreement This Contract contains all covenants, stipulations and provisions agreed by the Parties. No agent of representative of either Party has authority to make, and the Parties shall not be bound by or be liable for, any statement, representation, promise of agreement not set forth herein.

2.6 Modification Modification of the terms and conditions of this Contract, including any modification of the scope of the Services or of contract price, may only be made by written agreement between the Parties. However, each Party shall give due consideration to any proposals for modification made by the other Party. The total variation in contract shall be limited to 20% of original contract value.

2.7 Force Majeure 2.7.1 Definition

a) For the purposes of this Contract, “Force Majeure” means an event, which makes a Party’s performance of its obligations under the contract impossible or so impractical as reasonably to be considered impossible in the circumstances. Force Majeure includes, but is not limited to, war, riots, civil disorder, earthquake, fire, explosion, storm, flood or other adverse weather conditions, strikes, lockouts or other industrial action (except where such strikes, lockouts or other industrial action are within the power of the Party invoking Force Majeure to prevent), confiscation or any other action by Government agencies.

b) Force Majeure shall not include (i) any event which is caused by the negligence or intentional action of a party or such Party’s Sub-Consultants or agents or employees, nor (ii) any event which a diligent Party could reasonably have been expected to both (A) take into account at the time of the conclusion of this Contract and (B) avoid or overcome in the carrying out of its obligations hereunder.

35

c) Force Majeure shall not include insufficiency of funds or failure to make any payment required hereunder.

2.7.2 No Breach of Contract The failure of a Party to fulfill any of its obligations under the contract shall not be

considered to be a breach of, or default under, this Contract in so far as such inability arises from an event of Force majeure, provided that the Party affected by such an event has taken all reasonable precautions, due care and reasonable alternative measures, in order to carry out the terms and conditions of this Contract, and has informed the other Party as soon as possible about the occurrence of such an event.

2.7.3 Measures to be taken

a) A Party affected by an event of Force Majeure shall take all reasonable measures to remove such Party’s inability to fulfill its obligations hereunder with a minimum of delay.

b) A Party affected by an event of Force Majeure shall notify the other Party of such event as soon as possible, and in any event not later than fourteen (14) days following the occurrence of such event, providing evidence of the nature and cause of such event, and shall similarly give notice of the restoration of normal conditions as soon as possible.

c) The Parties shall take all reasonable measures to minimize the consequence of any event of Force Majeure.

2.7.4 Extension of Time Any period within which a Party shall, pursuant to this Contract, complete any action

or task, shall be extended for a period equal to the time during which such Party was unable to perform such action as a result of Force Majeure.

2.7.5 Consultation

Not later than thirty (30) days after the consultants, as the result of an event of Force Majeure, have become unable to perform a material portion of the Services, the parties shall consult with each other with a view to agreeing on appropriate measures to be taken in the circumstances.

2.8 Suspension

The Owner may, by written notice of suspension to the consultants, suspend all payments to the consultants hereunder if the consultants fail to perform any of their obligations under this contract, including the carrying out of the services, provided that such notice of suspension (i) shall specify the nature of the failure, and (ii) shall

36

request the consultants to remedy such failure with in a period not exceeding thirty (30) days after receipt by the consultants of such notice of suspension.

2.9 Termination 2.9.1 By the Owner

The Owner may by not less than thirty (30) days written notice of termination to the RLA/LE Consultants (except in the event listed in paragraph (f) below, for which there shall be written notice of not less than sixty (60) days), such notice to be given after the occurrence of any of the events specified in paragraphs (a) through (f) of this Clause- 2.9.1, terminate this Contract.

a) If the RLA/LE Consultants fail to remedy a failure in the performance of their

obligations under the contract, as specified in a notice of suspension pursuant to Clause 2.8 herein above, within thirty (30) days of receipt of such notice of suspension or within such further period as the Owner may have subsequently approved in writing.

b) If the RLA/LE Consultants become (or, if the RLA consultants consist of more than one entity, if any of their Members becomes) insolvent or bankrupt or enter into any agreement with their creditors for relief of debt or takes advantage of any law for the benefit of debtors or go into liquidation or receivership whether compulsory or voluntary.

c) If the RLA/LE consultants fail to comply with any final decision reached as a result of arbitration proceedings pursuant to Clause-8 hereof.

d) If the RLA/LE Consultants submit to the Owner a statement which has a material effect on the rights, obligations of interests of the Owner and which the Consultants know to be false.

e) If, as a result of Force-majeure, the consultant are unable to perform a material portion of the services for a period of not less than sixty (60) days, or.

f) If the Owner, in its sole discretion and for any reason whatsoever, decides to terminate this contract.

2.9.2 By the RLA/LE Consultants

The RLA/LE Consultants may by not less than thirty (30) days written notice to the Owner, such notice to be given after the occurrence of any of the events specified in paragraphs (a) through (b) of this clause 2.9.2 terminates this contract. a) If the Owner fails to pay any money due to the RLA/LE Consultants pursuant to

this Contract and not subject to dispute pursuant to Clause-8 hereof within forty

37

five (45) days after receiving written notice from the Consultants that such payment is overdue.

b) If the Owner is in material breach of its obligations pursuant to this Contract and has not remedied the same within forty five (45) days (or such longer period as the Consultants may have subsequently approved in writing) following the receipt by the Owner of the Consultants notice specifying such breach.

c) If, as the result of Force majeure, the RLA/LE Consultants are unable to perform

a material portion of the services for a period of not less than sixty (60) days, or d) If the Owner fails to comply with any final decision reached as a result of

arbitration pursuant to Clause-8 hereof. 2.9.3 Cessation of Rights and Obligations

Upon termination of this Contract pursuant to Clauses-2.2 or 2.9 hereof, or upon expiration of this Contract pursuant to Clause 2.4 hereof, all rights and obligations of the parties hereunder shall cease, except (i) such rights and obligations as may have accrued on the date of termination of expiration (ii) the obligations of confidentiality set forth in Clause-3.3 hereof, (iii) The Consultants obligation to permit inspection, copying and auditing of their accounts and records hereof and (iv) any right which a Party may have under the Applicable Law.

2.9.4 Cessation of Services

Upon termination of this contract by notice of either Party to the other pursuant to Clauses 2.9.1 or 2.9.2 hereof, the Consultants shall, immediately upon dispatch or receipt of such notice, take all necessary steps to bring the services to a close in a prompt and orderly manner and shall make every reasonable effort to keep expenditure for this purpose to a minimum. With respect of documents prepared by the Consultants and equipment and materials furnished by the Owner, the Consultants shall proceed as provided, respectively, by Clauses 3.8 or 3.9 hereof.

2.9.5 Payment upon Termination Upon termination of this Contract pursuant to Clause 2.9.1 or 2.9.2 hereof, the Owner shall make the following payments to the Consultants (after offsetting against these payments any amount that may be due from the Consultant to the Owner) i) Remuneration pursuant to Clause-8 hereof for services satisfactorily performed

prior to the effective date of termination. ii) Except in the case of termination pursuant to paragraph (a) through (d) of Clause

2.9.1 hereof, reimbursement of any reasonable cost incident to the prompt and

38

orderly termination of the contract including the cost of the Return travel of the RLA/LE Consultants personnel and their eligible dependants.

2.9.6 Disputes about Events of Termination

If either Party disputes whether an event specified in paragraphs (a) through (e) of Clause-2.9.1 or in Clause–2.9.2 hereof has occurred, such Party may, within forty-five (45) days after receipt of notice of termination from the other Party, refer the matter to arbitration pursuant to Clause-8 hereof, and this Contract shall not be terminated on account of such event except in accordance with the terms of any resulting arbitral award.

3.0 OBLIGATIONS OF THE CONSULTANTS 3.1 General 3.1.1 Standard of Performance

The RLA/LE Consultants shall perform the Services and carry out their obligations hereunder with all due diligence, efficiency and economy, in accordance with generally accepted professional techniques and practices, and shall observe sound management practices, and employ appropriate advanced technology and safe and effective equipment, machinery, materials and methods. The RLA/LE Consultants shall always act, in respect of any matter relating to this Contract or to the Services, as faithful advisers to the Owner, and shall at all times support and safeguard the Owner’s legitimate interests in any dealings with Sub Consultants or Third Parties.

3.1.2 Law Governing Services The RLA/LE Consultants shall perform the Services in accordance with the applicable Law and shall take all practicable steps to ensure that any Sub-Consultants, as well as the Personnel and agents of the R&M Consultants and any Sub-Consultants, comply with the Applicable Law. The Owner shall advise the Consultants in writing of relevant local customs and the RLA Consultants shall, after such notifications, respect such customs.

3.2 Conflict of interest 3.2.1 Consultants not to Benefit from Commissions, Discounts etc.

The remuneration of the RLA/LE Consultants pursuant to Clause-6 hereof shall constitute the RLA/LE Consultants sole remuneration in connection with this Contract or the Services and the Consultants shall not accept to their own benefit any trade commission, discount or similar payment in connection with activities pursuant to this Contract or to the Services or in the discharge of their obligations hereunder, and the RLA Consultants shall use their best efforts to ensure that any Sub-Consultants, as

39

well as the Personnel and agents of either of them, similarly shall not receive any such additional remuneration.

3.2.2 Procurement Rules of Funding Agencies If the Consultants, as part of the Services, have the responsibility of advising the Owner on the procurement of goods, works or services, the RLA/LE Consultants shall comply with any applicable procurement guidelines as the case may be and shall at all time exercise such responsibility in the best interest of the Owner. Any discounts or commissions obtained by the RLA/LE Consultants in the exercise of such procurement responsibility shall be for the account of the Owner.

3.2.3 Prohibition of Conflicting Activities Neither the Consultants nor their Sub-Consultants nor the Personnel of either of them shall engage, either directly or indirectly, in any of the following activities.

a) During the terms of this Contract, any business of professional activities which would conflict with the activities assigned to them under this Contract or

b) After the termination of this Contract, such other activities as are specified in the SC.

3.3 Confidentiality

The Consultants, their Sub-Consultants and the Personnel of either of them shall not, either during the term or within two (2) years after the expiration of this Contract, disclose any propriety or confidential information relating to the Project, the Services, this Contract or the Owner’s business or operations without the prior written consent of the Owner.

3.4 Liability of the Consultants Subject to additional provisions, if any, set forth in the SC, the Consultants liability under this contract shall be as provided by the Applicable Law.

3.5 Insurance to be taken out by the RLA/LE Consultants

The RLA/LE Consultants (i) shall take out and maintain and shall cause any Sub-Consultants to take out and maintain, at their (or the Sub-Consultants’, as the case may be) own cost but on terms and conditions approved by the Owner, insurance against the risks, and for the coverage, as specified in the Special conditions (SC), and (ii) at the Owner’s request shall provide evidence to the Owner showing that such insurance has been taken out and maintained and that the current premiums therefore have been paid.

40

3.6 RLA/LE Consultants Actions requiring Owner’s prior Approval The R&M Consultants shall obtain the Owner’s prior approval in writing before taking any of the following actions.

a) Appointing such members of the Personnel as are listed in Appendix-C (“Consultants, ‘Sub-Consultants’ and Key Personnel”)

b) Entering into a Sub-contract for the performance of any part of the services. c) Any other action that may be specified in the SC.

3.7 Reporting Obligations The RLA/LE Consultants shall submit to the Owner the reports and documents specified in Appendix-B hereto, in the form, in the numbers and within the time period set forth in the said Appendix.

3.8 Documents prepared by the RLA/LE Consultants to be the Property of the Owner All plans, drawings, specifications, designs, reports and other documents and software prepared by the RLA/LE Consultants in performing the Services shall become and remain the property of the Owner, and the RLA/LE Consultants shall not later than upon termination or expiration of this Contract, deliver all such documents and software to the Owner, together with a detailed inventory thereof. The Consultants may retain a copy of such documents and software Restrictions about the future use of these documents, if any, shall be specified in the SC.

3.9 Equipment and Materials furnished by the Owner Equipment and materials made available to the Consultants by the Owner, or purchased by the RLA/LE Consultants with funds provided by the Owner, shall be the property of the Owner and shall be marked accordingly. Upon termination or expiration of this contract, the RLA/LE Consultants shall make available to the Owner an inventory of such equipment and materials and shall dispose of such equipment and materials in accordance with the Owner’s instructions. While in possession of such equipment and materials, the RLA/LE Consultants, unless otherwise instructed by the Owner in writing, shall insure them at the expense of the Owner in an amount equal to their replacement value.

4.0 CONSULTANTS PERSONNEL 4.1 GENERAL

The RLA/LE Consultants shall employ and provide such qualified and experienced Personnel as are required to carry out the Services.

4.2 Description of Personnel

41

The titles, agreed job descriptions, minimum qualifications and estimated periods of engagement in the carrying out of the Services of each of the Consultants’ Key Personnel are described in Appendix-C.

4.3 Removals and/or Replacement of Personnel a) Except as the Owner may otherwise agree, no changes shall be made in the Key

Personnel. If, for any reason beyond the reasonable control of the Consultants, it becomes necessary to replace any of the Personnel, the Consultants shall forthwith provide as a replacement a person with qualifications and experience acceptable to the Owner.

b) If the Owner (i) finds that any of the Personnel has committed serious misconduct or has been charged with having committed a criminal action, or (ii) has reasonable cause to be dissatisfied with the performance of any of the personnel, then the RLA/LE Consultants shall, at the Owner’s written request specifying the grounds therefore, forthwith provide as a replacement a person with qualifications and experience acceptable to the Owner.

4.4 Resident Project Manager

If required by the SC, the Consultants shall ensure that at all time during the R&M Consultants performance of the Services in India a resident project manager, acceptable to the Owner, shall take charge of the performance of such services.

5.0 OBLIGATIONS OF THE OWNER 5.1 Assistance and Exemptions

Unless otherwise specified in the SC, the Owner shall use its best efforts to ensure that the Government shall

a) Provide the RLA/LE Consultants, Sub-Consultants and Personnel with work permits and such other documents as may be necessary to enable the Consultants, Sub-Consultants as may be necessary to enable the Consultants, Sub-Consultants or Personnel to perform the Services.

b) Arrange for the Personnel and, if appropriate, their eligible dependants to be provided promptly with all necessary entry and exit visas, residence permits, exchange permits and any of the documents required for their stay in the Country.

c) Facilitate prompt clearance through customs of any property required for the services and of the personnel effects of the Personnel and their eligible dependants.

42

d) Issue to officials, agents and representatives of the Government all such instructions as may be necessary or appropriate for the prompt and effective implementation of the Services.

e) Provide to the RLA/LE Consultants, Sub-Consultants and Personnel any such other assistance as may be specified in the SC.

5.2 Access to Site

The Owner warrants that the RLA/LE Consultants shall have, free of charge unimpeded access to all work places in respect of which access is required for the performance of the services. The Owner will be responsible for any damage to such land or any property thereon resulting from such access and will indemnify the RLA/LE Consultants and each of the personnel in respect of liability for any such damage, unless such damage is caused by the default or negligence of the Consultants or any Sub-Consultant or the Personnel of either of them.

5.3 Changes in the Applicable Law If, after the date of this Contract, there is any change in the Applicable Law with respect to taxes and duties which increases or decreases the cost or reimbursable expenses incurred by the RLA/LE Consultants in performing the Services, then the remuneration and reimbursable expenses otherwise payable to the RLA/LE Consultants under this Contract shall be increased or decreased accordingly by agreement between the parties hereto, and corresponding adjustments shall be made to the amounts specified in Clause-6.2.

5.4 Services, Facilities and Property of the Owner The Owner shall make available to the RLA/LE Consultants and the Personnel, for the purposes of the Services and free of any charge, the services, facilities and property described in Appendix-D at the time and in the manner specified in said Appendix-D, provided that if such services, facilities and property shall not be made available to the Consultants as and when so specified, the Parties shall agree on (i) any time extension that it may be appropriate to grant to the Consultants for the performance of the Services (ii) the manner in which the Consultants shall procure any such services, facilities and property from other sources and (iii) the additional payments, if any, to be made to the Consultants as a result thereof pursuant to Clause 6.1 hereafter.

5.5 Payment In consideration of the Services performed by the RLA/LE Consultants under this Contract, the Owner shall make to the Consultants such payments and in such manner as is provided by Clause-6 of this Contract.

43

5.6 Counterpart Personnel a) If so provided in Appendix-G hereto, the Owner shall make available to the

RLA/LE Consultants, as and when provided in such Appendix-G, and free of charge, such counterpart personnel to be selected by the Owner with the R&M Consultants advice as shall be specified in such Appendix-G. Counterpart personnel shall work under the exclusive direction of the RLA/LE Consultants. If any member of the counterpart personnel fails to perform adequately any work assigned to him by the RLA/LE Consultants, which is consistent with the position occupied by such member, the R&M Consultants may request the replacement of such member, and the Owner shall not unreasonably refuse to act upon such request.

b) If counterpart personnel are not provided by the Owner to the RLA/LE Consultants as and when specified in Appendix-G, the Owner and the RLA/LE Consultants shall agree on (i) how the affected part of the Services shall be carried out and (ii) the additional payments, if any to be made by the Owner to the RLA/LE Consultants as a result thereof pursuant to Clause 6.3 hereof.

6.0 PAYMENTS TO THE RLA/LE CONSULTANTS 6.1 Lump sum Price Consultant’s Remuneration

The RLA/LE Consultant’s remuneration shall be a fixed lump sum including all staff costs, sub-consultant costs, printing, communications, travel, accommodation and the like and all other costs incurred by the Consultant in carrying out the Services described in Appendix-A. Except as provided in Clause 5.3, the Contract Price may only be increased above the amounts stated in Clause 6.2 if the Parties have agreed to additional payments.

6.2 Contract Price The price payable in is set forth in the SC.

6.3 Payment for Additional Services For the purpose of determining the compensation, due for additional services as may be agreed, break up of the lump sum price is provided in Appendix-E.

6.4 Terms and Conditions of Payments Payments will be made to the account of the RLA/LE Consultants and according to the payment schedule stated in the SC. Unless otherwise stated in the SC, the first payment shall be made against the provision by the RLA/LE Consultant of a Bank Guarantee for the same amount and valid for the period stated in the SC.

6.5 Interest on Delayed Payments If the Owner has delayed payments beyond 15 days after the due date stated in the SC, interest shall be paid to the Consultants for each day of delay at the rate stated in SC.

44

7.0 FAIRNESS AND GOOD FAITH 7.1 Good Faith

The Parties undertake to act in good faith with respect to each other’s rights under this Contract and to adopt all reasonable measures to ensure the realization of the objectives of this Contract.

7.2 Operation of the Contract The Parties recognizes that it is impractical in this Contract to provide for every contingency which may arise during the life of the Contract, and the Parties hereby agree that it is their intention that this Contract shall operate fairly as between them and without detriment to the interest of either of them, and that, if during the term of this Contract either Party believes that this Contract is operating unfairly, the Parties will use their best efforts to agree on such action as may be necessary to remove the cause or causes of such unfairness but no failure to agree on any action pursuant to this Clause shall give rise to a dispute subject to arbitration in accordance with Clause-8 hereof.

8.0 SETTLEMENT OF DISPUTES 8.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out of or in connection with this Contract or the interpretation thereof.

8.2 Dispute Settlement Any dispute between the Parties as to matters arising pursuant to this Contract, which cannot be settled amicably within thirty (30) days after receipt by one Party of the other Party’s request for such amicable settlement may be submitted by either Party for settlement in accordance with the provisions specified in the SC.

45

APPENDIX-A

DESCRIPTIPON OF THE SERVICES

(Reference Clause 1.1 of Contract)

[Give detailed descriptions of the Services to be provided; dates for completion of various

tasks, place of performance for different tasks; specific tasks to be approved by owner, etc.]

46

APPENDIX-B

REPORTING REQUIREMENTS

(Reference Clause 3.8 of Contract)

[List format, frequency and contents of reports, persons to receive them, dates of submission,

etc., if no reports are to be submitted, state here “Not applicable”]

47

APPENDIX-C

R&M CONSULTANTS’ SUBCONSULTANTS AND KEY PERSONNEL

(Reference Clause 4.2 of Contract)

[List under: C-1 Titles (and names, if already available), detailed job descriptions and

minimum qualifications of foreign personnel to be assigned to work in India, and staff-months

for each.

C-2 Same as C-1 for key foreign personnel to be assigned to work outside India.

C-3 List of approved Sub consultants [if already available]; same information with

respect to their personnel as in C-1 or C-2

C-4 Same information as C-1 for key local personnel]

48

APPENDIX-D

DUTIES OF OWNER

(Reference Clause 5.4 of Contract)

List here under:

D-1 Services, facilities and property to be made available to the RLA/LE consultants by

owner

D-2 Counterpart personnel to be made available to the RLA/LE consultants by the owner

1. Accommodation to the personnel

2. Power, water, EOT crane, free of cost

3. The bidder will be allowed to utilize the scaffolding, already available

49

APPENDIX–E

BREAK UP OF CONTRACT PRICE

(Reference Clause 6.1 & 6.4 of Contract)

(List here the elements of cost used to arrive at the breakdown of the Lump sum price.)

1. Monthly rates for Personnel (Key Personnel and other Personnel)

2. Other reimbursable expenditures a. Per Diem rates for subsistence allowance for foreign short-term

Personnel, plus totals.

b. Living allowance for long-term foreign Personnel, plus totals.

c. Cost of local transportation.

d. Cost of other local services, rentals, utilities, clerical assistance etc.

3. Computer software cost.

4. Cost of various tests.

50

APPENDIX–F FORM OF BANK GUARANTEE FOR ADVANCE PAYMENTS

(To be stamped in accordance with Stamp Act)

Ref: ___________________ Bank Guarantee: _____________

Date: _________________

In consideration of Tungabhadra Board (Herein after referred as the ‘Owner’, which expression shall, unless repugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded to M/s. _______ (herein-after referred to as the ‘Consultant’ which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), a Contract by issue of Owner’s Contract Agreement No. ____________ dated ____________ and the same having been unequivocally accepted by the Consultant, resulting in a Contract valued at ___________for (Scope of Work). Contract (herein-after called the ‘Contract’) and the Owner having agreed to make an advance payment to the Consultant for performance of the above Contract amounting to ________________(in words and figures) as an advance against Bank Guarantee to be furnished by the Consultant. We______________ (Name of the Bank) having its Head Office at _____(hereinafter referred to as the Bank), which expression shall, unless repugnant to the context or meaning thereof, include it successors, administrators executors and assigns) do hereby guarantee and undertake to pay the Owners immediately on demand any or all money payable by the Consultant to the extent of ________ as aforesaid at any time up to ___________ without any demur, reservation, context, recourse or protest and/or without any reference to the Consultant. Any such demand made by the Owner on the Bank shall be conclusive and binding not withstanding any difference between the Owner and the Consultant or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. We agree that the guarantee herein contained shall be irrevocable and shall continue to be enforceable till the Owner discharges this guarantee. The Owner shall have the fullest liberty without affecting in any way the liabilities of the Bank under this Guarantee, from time to time to vary the advance or the extend the time for performance of the Contract by the Consultant. The owner shall have the fullest liberty without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them of any right which they might have against the owner and to exercise the same at any time in any manner and either to enforce or to forbear to enforce any covenants, contained or implied, in the Contract between the Owner and the Consultant any other course or remedy or security available to the Owner. The bank shall not be relieved of its obligations under these presents by any exercise by the Owner of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of commission or commission on the part of the Owner or any other indulgence shown by the Owner or by any other matter or thing whatsoever which under law would but for this provision have the effect or relieving the Bank. The Bank also agrees that the Owner 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

51

Consultant and not withstanding any security or other Guarantee that the Owner may have in relation to Consultant’s liabilities. Notwithstanding anything contained herein above our liability under this Guarantee is limited to ____________________ and it shall remain in force up to and including ___________________@ ____________________ and shall be extended from time to time for such period (not exceeding one year), as may be desired by M/s. _______________ on whose behalf this guarantee has been given. Date this ___________________ day of __________ 2018 ___________ at ____________ WITNESS ____________________ ____________________ (Signature) (Signature) _____________________ ____________________ (Name) (Name) _____________________ __________________________ (Official Address) Designation (With Bank Stamp) Attorney as per power of Attorney No._________________ Dated: _____________________ Strike out whichever is not applicable The date will be ninety (90) days after the date of completion of Contract. Note: 1) The stamp papers of appropriate value shall be purchased in the name of

Bank who issues the ‘Bank Guarantee’ 2) The bank guarantee shall be from a Nationalised Indian Bank.

52

APPENDIX–G

OWNER’S COUNTERPART PERSONEL

(Reference Clause 5.6 of Contract)

The owner shall make available to the Consultants the Counterpart Personnel listed by name

and title, and as and when specified below:

[Note: List here the Counterpart personnel, and specify when it shall be made available. If

there are no Counterpart personnel, state here: “Not applicable”.]

53

FINANCIAL CONDITIONS

1.0 Prices: Price (s) mentioned in the purchase order shall be firm and not subject to escalation on any account, till the order is executed in full and it’s subsequent amendments accepted by the supplier even though the completion/ execution of order may take longer time than delivery period incorporated and accepted in purchase order.

2.0 Taxes, Levies and Duties: GST and any other levies payable shall be shown separately in the invoice. These shall be to the account of Corporation, unless otherwise mentioned in the purchase order.

2.1. Variation in Statutory Levies:

Any variation, upward or downward, in statutory levies or new levy is introduced after opening of the bids/placement of Order under this Purchase Order shall be to the account of Corporation, unless otherwise mentioned in the P.O. provided that in cases where delivery schedule is not adhered to by the supplier and there are upward variation/ revision after the agreed delivery date, the bidder shall bear the impact of such increased levies and if there is downward variation/ revision, the corporation shall be given advantage to that extent.

2.2. All royalties for patent or charges for the use or infringement thereof that may be involved in the construction or use of any equipment shall be included in the bid price. The bidder shall protect the Corporation against any and all claims arising on account of the use thereof the Corporation agreeing to furnish the Consultant any appropriate information or assistance.

3. Security Deposit (SD):

(a) The successful bidder shall furnish within one month from the date of issue of LOI/ PO security deposit equal to 2.5% of value of purchase order for proper fulfillment of the terms and conditions of the contract and full execution of supplies thereof. The amount of security shall be forfeited to the extent of financial loss suffered by the Corporation, if supplier fails to execute the order and fulfill its terms and conditions.

(b) SSI/ NSIC Units will be exempted from payment of SD.

(c) Security deposit may be furnished in the shape of cash, by Demand Draft drawn on any scheduled bank, payable to TB Board or bank guarantee in lieu of cash from any scheduled bank in prescribed proforma which shall be furnished along with purchase order (Bank guarantee shall be accepted only if amount of SD is above Rs. 10,000) or Government Securities duly endorsed in favour of TB Board.

(d) Security deposit will be returned back to the supplier as soon as order is fully executed and supplier has met all contractual obligations and there is nothing

54

outstanding either against the purchase order or any other purchase order placed by the corporation on the supplier.

4.0 Payment Terms

100% of the all inclusive price will be paid within 30 days from the date of Submission and acceptance of Comprehensive Final Report.

Payments shall be made through Account Payee Cheques only. If the bidder has received any over payments by mistake or if any amounts are due to the Corporation due to any other reasons, when it is not possible to recover such amount under the Contract resulting out of this Order the Corporation reserves the right to collect the same from any other amounts and/ or Bank Guarantee given by the Supplier due to or with the Corporation.

5.0 Liquidated Damages/ Failure and Termination: In case of any delay in conduction of tests and submission of test reports beyond the

stipulated date of completion schedule, for reasons not attributable to TB Board, TB Board may at its option demand and recover from CONTRACTOR an amount equivalent to half percent (0.5%) of the value of the undelivered portion, for every week of delay or part there-of, subject to a maximum of five percent (5%).

6.0 Cancellation of Order:

The Corporation reserves the right to cancel the order in part or in full by giving two weeks notice thereby if: - The Contractor fails to comply with any of the terms of the order. - The Contractor becomes bankrupt or goes into liquidation. - The Contractor makes general assignment for the benefit of the creditors and

Any Receiver is appointed for the property owned by the supplier.

55

BANK GUARANTEE PROFORMAS

& GUIDE LINES

56

Guidelines for submission of BANK GUARANTEES

The BANK GUARANTEE submitted shall fulfill the following conditions, failing which they will be treated as INVALID. (1) The Bank Guarantee shall be executed by State Bank of India or any other

NATIONALIZED Bank only.

(2) It shall be executed for requisite value, on ₹ 100/- non-judicial paper(s), purchased in the name of the Bank.

(3) The Non-judicial Stamp Paper(s) shall be used within SIX Months from the date of purchase.

(4) Content of the Bank Guarantee, shall be as per the stipulated format.

(5) The Executor of the Bank Guarantee, viz., the Bank Authority, shall indicate the following on the Bank Guarantee.

-- Name & designation. -- No. & Date of the Power of Attorney executed in his/her favour, authorizing

him/her to sign the Document (Photostat copy of Power of Attorney may be produced)

(6) Each of the corrections, deletions etc, in the Bank Guarantee shall be authenticated by the Signature of the Bank Official signing the Bank Guarantee.

(7) Each Page of the Bank Guarantee shall bear the following. -- No. and Date of the Bank Guarantee. -- Signature of the Executor & seal of the Bank. (8) The Last Page of the Bank Guarantee shall carry Signatures of Two persons as witnesses,

along with their full names & addresses.

57

This Bank Guarantee has to be executed on a Non-Judicial Stamped paper worth Rs. 100/-

PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT In consideration of the Tungabhadra Board (herein after called ‘the Board’) have agreed to accept ___________________ (herein after called the ‘said contractors’) from the demand, under the terms and conditions of the P.O.No. ______________________ dt _________ made between the Board and M/s ________________ for _______________ (herein after called ‘the said agreement’) of Security Deposit for the due fulfillment by the said contract of the terms and conditions contained in the said agreement, on production of a Bank Guarantee for Rs _____________ (Rupees ______ ________________________ only). we ___________________ Bank Ltd., do hereby undertake to indemnify and keep indemnified the Board to the extent of Rs. ______________ against any loss or damage caused to or suffered by the Board by reason of any breach by the said contractors of any of the terms and conditions contained in the said agreement. We ____________________ Bank Ltd., further agree that the guarantee herein contained shall remain in full force and effect during the period and effect up to and inclusive of …………………… (the date referred above) or the expiry of the extended period if any and that it shall continue to be enforceable till all the dues of the Board under by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till the Chief Engineer Elecy(TB Board) certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said contractors and accordingly discharge the guarantee, subject to however that the Board shall have no right under this bond after expiry of _________ (period) from the date of its execution. We the guarantor Bank under take to pay the amount guaranteed here under or such part their of as required within one week of the sum being demanded by the Board without referring to the supplier and without questioning the right of the Board to make such demand or the propriety or legality of the demand. Notwithstanding anything contained in the foregoing our liability is restricted to Rs. ______________ (Rupees ____________________ only). Our guarantee shall remain in force until __________ unless a claim under the guarantee is made against us within 6 months from that date, all your rights under this guarantee shall be forfeited and we shall be relived and discharged from all liabilities here under. Furthermore, we________________Bank limited accept that

i) This Bank Guarantee is unconditional and absolute ii) Claim against this Bank Guarantee will be honoured without any delay or

demur; and iii) This Bank guarantee covers all the losses, claims, damages and costs

suffered by the Board against the said agreement. We __________________ Bank Ltd., lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Board in writing. Dated the ____________day of _________ for __________________Bank Ltd.,

Signature Designation Address Seal of the Bank

58

(Proforma of PBG for 10% of contract value)

This has to be executed on Non-Judicial stamped Paper worth Rs.100/-. In consideration of the Tungabhadra Board, (hereinafter called ‘the Board’) having agreed to accept this……………………….Bank Guarantee No. …………..in lieu of Cash Deposit required from M/s…………………………for making 100% payment for the due fulfillment by them of the terms and conditions of the Purchase Order No……………made between ………………and Tungabhadra Board for…..…… ……… …………………(hereinafter called “said Agreement”) during the period of ________- to _________, or the extended period if any, we _________ Bank, do hereby undertake to indemnify and keep indemnified the Tungabhadra Board to the extent of Rs………….. (Rupees………………………… only) representing 10% of the value of the contract against any loss / damages caused to or suffered by the Board by reason of any breach by the said M/s…………………of any terms and conditions of the said agreement. We…………………Bank Ltd., further agree that the guarantee herein contained shall remain in full force and effect upto and inclusive of …………………… (the date referred above) or the expiry of the extended period if any and that it shall continue to be enforceable till all the dues of the Board under or by virtue of the said agreement, have been fully paid and its claims satisfied or discharged or till the Chief Engineer Elecy (TB Board), certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said M/s……………………………….. and accordingly discharges the guarantee subject to however, that the Board shall have no right under this bond after the expiry of…….

We the guarantor Bank undertake to pay the amount guaranteed hereunder or such part thereof as required within one week of the same being demanded by the Board without reference to the supplier and without questioning the right of the Board to make such demand or the proprietary or legality of the demand. Notwithstanding anything contained in the foregoing our liability under this guarantee is restricted to Rs…………….. (Rupees……………………………………only). Our guarantee shall remain in force until………………Unless a claim on the guarantee is made against us within 6 months from that date, all your rights under this guarantee shall be forfeited and we shall be relieved and discharged from all liabilities hereunder. Furthermore, we …………………. Bank limited accepted that,

(i) This bank guarantee is unconditional and absolute (ii) Claim against this bank guarantee will be honored without any delay or demur,

and (iii) This bank guarantee covers all the losses, claims, damages and costs suffered by

the Board against the said agreement. We …………………….. Bank Limited lastly undertake not to revoke this guarantee during its

currency except with prior consent of the Board in writing. Dated the………day of…………..20 for …………………..……. Bank Ltd.,

Signature: Designation: Address:

Ph.No. Fax.No.

Seal of the Bank

59

The Bidders have to fill all the schedules and upload along with supporting Documentation, while submitting the e-tenders along with PQB.

SCHEDULE – I

Schedule of General Particulars of Bidder

1 Name of the Bidder :

2 Address of the Bidder :

3 Telegraphic/Telex address of the Bidder : 4 Bidder’s proposal Number and date : 5 Bid Validity Period (not less than 180 days

from the date of opening of Price Bid) : Yes

6 All Schedules filled in : Yes 7 All deviations brought out in the schedule of

deviations i.e., Schedule - XII : Yes

8 Details of corporate existence of the company such as articles of association, partner ship deed etc.,

:

9 Particulars of registration with Government, Quasi-Government or Public Undertaking

:

10 Name of Bidder’s Officer to whom reference may be made for expeditious coordination

:

11 Residence and office telephone No. :

12 Telex/Fax No. : 13 Whether the terms of payment as stipulated

in bid documents is acceptable. :

Note: Bidder shall furnish complete company profile with the name of the Directors along with their office and residence telephone numbers.

Signature: Name: Designation: Company: Date:

Seal of the Company

60

SCHEDULE - II FIRM’S REFERENCES

Details of relevant Services carried out/Current commitments on hand in the last five years which best illustrate qualifications. The following information should be provided in the format below for each reference assignment for which your firm either individually as a corporate entity or as one of the major companies within a consortium was legally contracted the client below: Assignment Name:

Country:

Location within Country:

Professional Staff Provided by your firm:

Name of Client:

No. of Staff:

Addresses:

No of staff Months:

Start Date (Month/Year)

Completion:

Date:

(Month/Year):

Name associated firm (s), if any:

No. of Months of Professional Staff Provided by Associated firm (s)

Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions performed: Narrative Description of Project: Description of actual Services Provided by your Staff:

Signature: Name: Designation: Company: Date:

Seal of the Company

61

SCHEDULE - III

APPROACH PAPER ON METHODOLOGY PROPOSED FOR PERFORMING THE ASSIGNMENT

Signature:

Name:

Designation:

Company:

Date:

Seal of the Company

62

SCHEDULE- IV

Details of Testing Machinery/Equipment Proposed for Study Sl. No.

Name of Equipment

No. of Units Make Capacity Age/

Condition Present location Remarks

1 2 3 4 5 6 7 8

N.B: Details of each item may be furnished in enclosures.

(Sl. Nos. if any)

Signature:

Name:

Designation:

Company:

Date:

Seal of the Company

63

SCHEDULE-V

Qualification of the Tenderer if he is professionally qualified.

____________________________________________________________________________

Sl No. Name Qualification ____________________________________________________________________________

_____________________________________________________________________________________

Signature:

Name:

Designation:

Company:

Date:

Seal of the Company

64

SCHEDULE-VI

COMMENTS/SUGGESTIONS OF CONSULTANT

On the Technical Specifications: 1. 2. 3. 4. 5. 6. 7.

On the Data Services and facilities to be provided by the Client indicated in Technical specifications 1. 2. 3. 4. 5. 6. 7.

Signature:

Name:

Designation:

Company:

Date:

Seal of the Company

65

SCHEDULE-VII

Format of Curriculum Vitae (CV) for Proposed Key Staff Proposed Position: __________________________________________________ Name of the firm: __________________________________________________ Name of Staff: __________________________________________________ Profession: __________________________________________________ Date of Birth: __________________________________________________ Years with Firm: __________________________________________________ Nationality: __________________________________________________ Membership of: __________________________________________________ Professional Societies: _______________________________________________ Detailed Tasks assigned: _____________________________________________

Key Qualifications: (Give on outline of staff member’s experience and training most pertinent to tasks on assignment. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations. Use up to half a page) Education: (Summarize college/university and other specialized education of staff member with degrees obtained. Use up to a quarter page) ____________________________________________________________________________ Employment Record: (Starting with present position list in reserved order every employment held. List all positions held by staff member since graduation, giving dates, names of employing organization title of positions held and location of assignments. For experience in last ten years, also, give types of activities performed and client references, where appropriate. Use up to three quarters of a page) __________________________________________________________________

66

Languages: (Indicate proficiency in speaking, reading and writing of each language by “excellent”, “good”, fair, or “poor”) Certification: I, the undersigned certify that to the best of my knowledge and belief, this Bio-Data correctly describes myself, my qualifications and experience.

Signature:

Name:

Designation:

Company:

Date:

Seal of the Company

67

SCHEDULE-VIII

WORK PROGRAMME AND TIME SCHEDULE FOR KEY PERSONNEL

Months (in the form of Bar Chart) ____________________________________________ S. No Name Position Reports 1 2 3 4 5 6 7 8 9 10 11 12 Number Due/ of Activities Months 1. Sub-Total (1) 2. Sub-Total (2) 3. Sub-Total (3) 4. Sub-Total (4) ___________________________________________________________________________________

Full Time: ____________________ Part Time: _______________

Reports due: ____________________

Activities: ____________________

Duration

Signature:

Name:

Designation:

Company:

Date:

Seal of the Company

68

SCHEDULE-IX

COMPOSITION OF THE TEAM PERSONNEL AND THE TASK, WHICH WOULD

BE ASSIGNED TO EACH TEAM MEMBER

1. Technical/Managerial Staff S. No. Name Position Task Assignment 1.

2.

3.

4.

5.

____________________________________________________________________________ 2. Support Staff S. No Name Position Task assignment 1.

2.

3.

4.

5.

____________________________________________________________________________

Signature:

Name:

Designation:

Company:

Date:

Seal of the Company

69

SCHEDULE-X WORK PLAN TIME SCHEDULE

A. Field Investigation

(1st, 2nd etc., are months from the date of assignment) Month wise program (in the form of BAR CHART) _________________________________________ S. No Item of work/ 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th Activities 1. ___________________ 2. ___________________ 3. ___________________ B. Completion and Submission of Reports (As indicated under Appendix-B enclosed with GCC) Reports: Program: 1. Inspection Report 2. Interim Progress Reports (a) First Status Report (b) Second status Report 3. Draft Report 4. Final Report

Signature:

Name:

Designation:

Company:

Date:

Seal of the Company

70

SCHEDULE-XI

Details regarding financial standing of the Tenderer

______________________________________________________________________________

(Here the balance sheet of last financial year annual turnover, debt, equity ratio and other relevant

financial parameters and the proof of their credit standing may be furnished). The following

particulars may be filled in

______________________________________________________________________________ Sl.No. Name of Bank Actual balance Permission Total Remarks At the credit of overdraft. Credit Tenderer. ______________________________________________________________________________ 1 2 3 4 5 6 ______________________________________________________________________________ _________________________________________________________________

Signature:

Name:

Designation:

Company:

Date:

Seal of the Company

71

SCHEDULE-XII

SCHEDULE OF DEVIATIONS

Bidder’s Name and Address To Andhra Pradesh Power Generation Corporation Ltd

__________________________________________ Dear Sirs, Sub:- RLA/LE Study of Turbine & auxiliaries, Generator and Generator

Transformer of Dam power House & Hampi Power house of TBHES against enquiry/NIT No.__________________ dated________________.

***

We confirm that following are the only deviations and variations from any exception to specifications and tender documents for the above mentioned subject supplies against enquiry/NIT No.________ which are irrespective of what-so-ever has been stated to the contrary anywhere else of our offer. These deviations and variations are exhaustive. Except for these deviations, the entire work shall be executed as per specifications and tender documents. Further, we agree those additional conditions, if any, found in our offer other than those stated below, save that pertaining to any rebates offered shall not be given effect to. ____________________________________________________________________________ SL. No. Description Ref. of page, *Monetary Implications of the conditions of deviation Clause of Bid in case of withdrawal documents ₹ (in figures) ₹ (in words) ___________________________________________________________________________ (A) Technical (B) Commercial ___________________________________________________________________________

*Note: Here the tenderer should indicate the amount of money, if any, which he would, charge extra (i.e. in addition to the rates quoted by him) for withdrawal of his conditions/deviations and accepting the condition as stipulated in tender documents. (Use additional sheet of the same size and format if necessary).

Signature: Name: Designation: Company: Date:

Seal of the Company

72

SCHEDULE-XIII

Proforma for terms and conditions (To be uploaded along with the PQB)

Bidders are requested to fill in the blank space and upload, while submitting e-tenders along with PQB. 01. Tender Enquiry No., date and due date : ___________________________

02. Offer/quotation No. & Date : ____________________________

03. Name of the bidder : ____________________________

04. GST Registration No. : _____________________

05. DGS&D’s Registration No., if any : ___________________________ (Please enclose copy of rate contract, if any)

06. NSIC/SSI Registration No., if any : ____________________________ (Copy of certificate to be enclosed)

07. Whether quoted for full scope of work as per tender document : ______________________

08. Price Basis (F.O.R.) : ____________________________

09. Discount, if any : _____________________________

10. Terms of payment. : ____________________________

11. Bank charges : To be borne by seller

12. Completion Period : The work shall be started within ___ days of notice to commence work and the work shall be completed with in

shortest possible time and with in a maximum of __ days. The final report shall be submitted with in ____ days from the completion of study.

13. Earnest Money Deposit Details : ___________________________

(TB Board reserves the right to reject/consider offers without EMD) (If Permanent EMD deposited, indicate Certificate No.)

73

We Confirm acceptance towards the following:

14. Insurance to Personnel : To be provided by the bidder

15. Validity of offer : 180 days from the date of opening of Price Bid.

16. Recovery of Liquidated : In case of delay in Execution of order beyond Damages stipulated completion period, TB Board reserves

the right to recover from the vendor Liquidated Damages equivalent to 0.5% of the value of work for each week or part there of subject to maximum of 5% of total value of Purchase Order.

17 Price Variation : The prices quoted shall remain firm till execution

of full order. 18. Rate Certificate : It is certified that prices quoted herein are the same

as applicable to other Government Departments/ Public Sector Undertakings.

19. Security Deposit : Will be submitted for 2.5% of the Total Order value, as per TB Board’s terms.

Signature:

Name:

Designation:

Company:

Date:

Seal of the Company

74

SCHEDULE-XIV

TUNGABHADRA BOARD (HYDRO ELECTRIC SCHEME)

Proforma of Summary Price Proposal (To be filled in by the Tenderer and submitted with Price Bid)

Name & Address of Bidder: To, The Chief Engineer

TB Board, 4th Floor, Vidyut Soudha, Gunadala Vijayawada

Dear Sirs,

Ref: Our offer No ________dated _________against tender enquiry No.

___________ dated __________________.

*** We declare that following are our prices for _____________________. These prices

are for the entire scope of work as indicated in your specification and documents, terms and conditions mentioned in Bid Documents except deviation incorporated in Statement of Deviations SL. Item Description Rates (Rs.) No. In Figure In Words 1. Ex-works Price (break up price shall also be furnished) 2. GST 3. Other tax, if any 4. Packing and forwarding charges 5. Any other levy

6. Transit Insurance 7. Freight for transportation to TBHE Scheme

Total for ___________Power Station ___________(in Words) ________(In Figures) Date Signature------------------------ Place Name---------------------------- Designation---------------------

(Company’s Seal---------------)

75

SCHEDULE - XV SCHEDULE OF PRICES

(Not to be filled and to be quoted on price bid proforma through APe-platform) SCHEDULE OF PRICES

S.No

Item Description Unit of Measure

Qty Unit Price

Total Price Amount (a)+(b) (S) (E)

LS (S) (E) (a) (b) 1 Residual Life Assessment (Rla) / Life

Extension (Le) Study of Dam Power House

consisting of (4X9MW)

1

2 Residual Life Assessment (Rla) / Life

Extension (Le) Study of Hampi Power House

consisting of (4X9MW)

1

Signature of Tenderer