Home : Delhi Transco Limited

49

Transcript of Home : Delhi Transco Limited

Page 1: Home : Delhi Transco Limited
Page 2: Home : Delhi Transco Limited

Page 1 of 10

Annexure-I

S.No.

CLARIFICATIONS ON PRE BID QUERIES OF TENDER No. T15P080101 FOR HTLS RECONDUCTORING OF 220 kV BAMNAULI TO MEHRAULI AND MEHRAULI TO BTPS TRANSMISSION LINE

Queries of the bidders DTL Clarification 1 Qualification Requirements

Bidder has requested to modify the qualifying requirements as under:

A) Bidder should be an experienced firm with requisite knowledge of HTLS conductor having hands on experience of providing supervision service of installation.

Revised QR is Attached as Annexure-A.

B) Bidder should associate with a qualified manufacturer of HTLS conductor having experience of supplies on Indian project in operation.

Revised QR is Attached as Annexure-A.

2 Under clause 1.1 it is indicated that conductor shall be suitable without exceeding the level of maximum permissible sag of the existing ACSR Zebra conductor at 750

Re-Conductoring is to be done on the existing line and the tower profile is as per NIT. Maximum permissible sag for a normal span of 325 mtr. shall not exceed 8.143 mtr as per CBIP manual.

C. However, existing sag value not given.

3 Under clause 1.3 – The bidder shall guarantee the dc resistance of conductor at 200

The ohmic loss calculations at 615 Amps corresponding to Zebra conductor is for evaluation purpose only. The minimum current carrying capacity of each conductor in the HTLS conductor is revised from 1500 Amp. to 1200 Amp. per conductor at 50 Hz alternating current under ambient conditions and other technical parameters as specified in NIT.

C and ac resistance at the calculated temperature corresponding to 50 Hz alternating current flow of 1500 amps per conductor. Whereas under clause 1.10 ohmic losses calculation have been asked at ac resistance corresponding to 615 Amps.

4 Under clause 1.4.1 – Sag tension requirement shall be as per Annexure-1. However in Annexure-1 sag tension requirement for following parameters not mentioned. a) Sag at maximum continuous operating temp

(corresponding to 1500 amp per conductor and ambient conditions specified at 1.2.1.

b) Limiting value of tension at every day condition shall not exceed.

c) Tension at 0o

a) Re-Conductoring is to be done on the existing line and the tower profile is as per NIT.

C, 36% full wind.

Maximum permissible sag for a normal span of 325 mtr. shall not exceed 8.143 mtr as per CBIP manual.

b & c) Data/value shall be provided by bidder. The minimum current carrying capacity of each conductor in

Page 3: Home : Delhi Transco Limited

Page 2 of 10

the HTLS conductor is revised from 1500 Amp. to 1200 Amp. per conductor at 50 Hz alternating current under ambient conditions and other technical parameters as specified in NIT.

5 Under clause 1.9.1 - standard drum length requirement not given.

Drum length may be finalized during detailed engineering. However drum should be of maximum length restricted to handling of drum and to avoid joints.

6 You have specified all type of HTLC conductor except GAP type as mentioned in your tender document (Technical’s Spec. page no.1 of 23) i) What is the basis of excluding GAP type conductor? ii) Does DTL have any experience of GAP conductor? OR

it is an outcome of any external agency recommendations in writing to DTL on selection criteria of HTLS conductor prohibiting GAP Conductor?

iii) Has DTL carried out any Techno- Economic study keeping all types of HTLS conductor while working out the Capex and Opex to reach to such decision to exclude Gap conductor?

iv) When Indian manufacturer is also able to offer the same type of conductor (GAP) from indigenous sources then why the same has been excluded by DTL?

As per NIT requirement and CEA’s Planning Criteria on transmission.

7 GAP type of HTLS conductor as proven on the field with an operational experience of approximately about 4000 Kms in operations for many years on Indian power transmission network. Therefore DTL should not exclude GAP type of conductor as a technical option which grants higher techno –economical benefit to the utility meeting with all other technical specification.

-do-

8 Draft Guideline of CEA encourages the users and power utilities should not invite bids for one specified type of HTLS conductor as other type HTLS conductor are also available to cater to similar requirement. In the process the utility will get the product at a competitive price as competition generally leads to significant benefits to consumers through reduction of capital cost.

-do-

9 In fact DTL should be more concerned to get the scope of work done in the lowest possible capital cost rather than restricting the tender specification in such a manner that kills the open competition, at the bidding stage itself.

-do-

10 Hence tender specification may please be modified from utility consideration i) To include GAP conductor also in your Technical

Specification as an option for the bidders to quote. Let the conductor be decided on its technical merit and strength alone.

ii) To include EPC bidder or Authorized representative of

(i) -do-

(ii) Revised QR is Attached as

Page 4: Home : Delhi Transco Limited

Page 3 of 10

qualified manufacturer of India or abroad to quote for the above tender.

Annexure-A.

11 Clause no : 1.6 INV and clause no: 26.3 of INB – 3 copies of BID and 3 copies of qualifying data are to be submitted separately as hard copy, please clarify.

As per NIT

12 INB 6/24 – Stringing is required to be done with other circuits under LIVE condition. We understand that firstly one circuit shall be strung with HTLS, secondly the second circuit will be strung with HTLS strung circuit live.

As per NIT

13 Rate of Octroi and Entry Tax prevailing in Delhi. There is no such tax in the name of Entry Tax/octroi prevailing in Delhi, at present. The only formality which is required is online filing of DS-2 form before entering of vehicle in Delhi in which goods are being carried from outside Delhi.

14 Page No: 3/26 clause no 4.2- in which price schedule, bidders are required to assess/estimate the quantity and quote the prices.

As per NIT.

15 Required current carrying is 1500 Amperes which appears to be on very higher side for zebra equivalent HTLS conductor. In this connection we may refer Tender No: CC-CS/442-ERI/CD-2324/3/G4 (CD02) of PGCIL wherein they have specified the requirement of current carrying capacity as 1092 Amp. extracts enclosed herewith.

Required current carrying is 1200 Amperes. The minimum current carrying capacity of each conductor in the HTLS conductor is revised from 1500 Amp. to 1200 Amp. per conductor at 50 Hz alternating current under ambient conditions and other technical parameters as specified in NIT.

16 The HTLS conductor to be designed as per sag Tension of annexure 1 of the Tender where tension at 320C full wind pressure of 260 Kg/ Sq-m is 4083 kg which is the same as calculated for ACSR Zebra conductor at 320

Required current carrying is 1200 Amperes. The minimum current carrying capacity of each conductor in the HTLS conductor is revised from 1500 Amp. to 1200 Amp. per conductor at 50 Hz alternating current under ambient conditions and other technical parameters as specified in NIT.

C and full wind at 52 kg/sq m with such high wind pressure values it is almost impossible to designed a HTLS conductor with 1500 Amp CCC. This aspect may be reviewed and if felt necessary amendments to the tender may be issued.

17 Date of opening may be kindly be extended at least for a further period of four weeks.

May kindly refer the revised date of opening as per web notification.

18

Vol.- II Technical Specification- 1.1 1. In HTLS Conductor Bidder is asked not to exceed the

maximum sag of ACSR Zebra at 75 deg C with 1500 A at maximum designed continuous operating temperature. But the value of existing sag of ACSR Zebra for 320 m span at 75 deg C is not provided in the tender document Annuxure-1.

1. Re-Conductoring is to be done on the existing line and the tower profile is as per NIT.

Maximum permissible sag for a normal span of 325 mtr. shall not exceed 8.143 mtr as per CBIP manual.

Page 5: Home : Delhi Transco Limited

Page 4 of 10

2. At worst loading conditions only the tension levels has to be considered irrespective of sag. So, we request DTL to check the tension level of HTLS conductor at worst conditions where value of sag is not considered and amend this clause to : “ The HTLS conductor tension limits shall not exceed the existing tension levels of ACSR Zebra conductor at worst loading conditions. “

2. As per NIT specifications.

19

Vol.-II Technical Specification 1.2.1 Please clarify which ambient temperature needs to be considered for current carrying capacity of HTLS conductor (Single temperature).

Maximum ambient temperature of 500 C.

20

Vol.-II Technical Specification 1.4.1 With 3322 kg (as per annexure-1) of initial tension for ACSR Zebra conductor, existing tension at 32 deg. C full wind 4083 kg is not meeting as per Annexure 1 of technical specification. Existing tension is coming 9402 kg @ 32 dec full wind for ACSR Zebra – (for 320 m riling span and wind pressure 260 kg/sqm) Kindly clarify. The tension limit for 00, 36% full wind is not provided in annexure-1 of technical specification (for 320 m ruling span and wind pressure 260 kg/sqm). Kindly provided the same.

As per NIT. Re-Conductoring is to be done on the existing line and the tower profile is as per NIT. Maximum permissible sag for a normal span of 325 mtr. shall not exceed 8.143 mtr as per CBIP manual. Data/value of tension limit shall be provided by bidder.

21

Vol.-II Technical Specification -1.4.3 We request you to amend this clause to “Besides above, the supplier shall also furnish details of creep characteristics in respect of HTLS conductor based on laboratory investigations/ experimentation (creep test as per IEE 1138 or IEC 61395) conducted on similar type of conductor and shall indicate creep strain values corresponding to 1 month, 6 month, 1 year & 10 year creep at everyday tension & at designed maximum continuous operating temperature.

As per NIT.

22

Vol. - II Technical Specifications on Annexure-A 1.6 We request you to amend the Test procedure of High Temperature endurance & Creep Test

As per NIT.

23

Vol. - II Technical Specification Annexure - A 1.9 We request you to amend the test procedure of Radial Crush Test

As per NIT.

24

GTP clause No: 6.1.1 As per tender specification, it is asked to calculate Rac At 615 A. Please conform whether the “ Value of normal current in the conductor” stands for 615 A or not under ambient condition enclosed as per clause 1.2.1 of the technical specifications )

The minimum current carrying capacity of each conductor in the HTLS conductor is revised from 1500 Amp. to 1200 Amp. per conductor at 50 Hz alternating current under ambient conditions and other technical parameters as specified in NIT.

25 Conductor length shall not be standard and it shall come in cut length as this is ACCC which is manufactured as per section length.

As per clause 1.9 of Technical Specification of HTLS conductor.

Page 6: Home : Delhi Transco Limited

Page 5 of 10

26 The line involves sections longer than 3 kms, we shall need to install mid span joint in between. Please approve.

As per clause 1.9 of Technical Specification of HTLS conductor.

27 Tee- taps shall be required at substation end. Total of 24 nos. need o be incorporated in the schedule.

Tee-taps required as per site condition for execution of work. Bidders are required to supply and install these Tee-taps. Cost of the same has been included in tender cost.

28 DTL is asking us to handover old conductor & hardware to DTL, please confirm following for the same – 1. It is possible to include scrapping of old material in

bidder scope. 2. If not, what will be the modality and wastage

permissible in the old material on account of site wastage, oxidation and corrosion.

As per cl. 1.2.4 of Section-Project, Vol.II of NIT.

29 DTL shall ensure ROW payment and approval from railway, highway and other authorities for the reconductoring work.

As per NIT provision.

30 Survey should be a separate line item in execution price schedule

As per NIT provision.

31 There is no wastage permissible in line material to be supplied in project. Please keep at least 1% in wastage which is standard practice in all utilities.

As per NIT provision.

32 Please confirm if the tower schedule available in PO is final one as in previous project we have seen change in tower type and route length due to metro or other diversions.

As per NIT provision.

33 We propose to use pilot string fitting with counter weight as wind velocity is higher in Delhi. Please specify in contract.

Bidders are required to use pilot string fitting with counter weight. Cost of the same has been included in tender cost.

34 Clause No 1.2.1 : Out of the specified reference and maximum ambient temperature, which temperature to be used in Current Capacity Calculation Proposed Change / Clarification: Confirmation required on ambient temperature value to be considered for Current capacity calculation

Maximum ambient temperature of 500 C.

35 Clause No : 1.2.1 The maximum sag as per Annexure-1 indicates 7.626m @ 320m span & 4.808m @ 225m span which is corresponding to 67°C & 65°C temperature & still wind condition of the existing ACSR Zebra conductor. Where as per our understanding the limiting value of sag for the new HTLS conductor shall be based on operating temperature of 75°C of the existing ACSR Zebra Conductor. Proposed Change / Clarification: Maximum allowable value of SAG is requested to be specified with span length of 320m & 225m considering the operating temperature of existing ACSR Zebra conductor as 75°C

Re-Conductoring is to be done on the existing line and the tower profile is as per NIT. Maximum permissible sag for a normal span of 325 mtr. shall not exceed 8.143 mtr as per CBIP manual.

36 Clause No : 1.4.1 The limiting tension values as indicated in the table shall be

Data/value shall be provided by bidder.

Page 7: Home : Delhi Transco Limited

Page 6 of 10

according to values specified in Annexure – 1, however the same is not available in Annexure-1. Although Tension at every day condition (32°C, no wind) is specified, this specification value do not hold any importance. Proposed Change / Clarification: The value to be specified

37 Annexure – 1 The tension values considered at 32°C & Still wind corresponds to 20.44% UTS of ACSR Zebra conductor. Whereas it should be based on Factor of safety of 4.0 as 25% UTS. Proposed Change / Clarification: Confirmation required for maximum tension of new HTLS conductors at 32°C & Still wind with 225m span to be taken as 25% UTS of ACSR Zebra Conductor. i.e. max 3322 Kg

As per Cl. 1.4.1 of Section- Technical Specifications of HTLS Conductor, Vol. II of NIT.

38 Annexure – 1 The wind pressure to be used in sag tension calculation as indicated in the header of table is 195 Kgf/m². However the values of tensions for 0°C & 2/3rd full wind and 32°C & Full Wind if back calculated is found to be calculated on 45Kgf/m². If the Sag tension of ACSR Zebra conductor is calculated with span length of 225m & Wind pressure of 195Kgf/m² and considering the everyday tension as 2715Kg, the values of tensions for 0°C & 2/3rd full wind and 32°C & Full Wind comes out as 5791 Kg & 6289Kg respectively. Proposed Change / Clarification: Confirmation requested on the following 1. whether to consider the wind pressure as 195Kgf/m² or 45Kgf/m² 2. If wind pressure of 195Kgf/m² to be considered then the tension values for 0°C & 2/3rd full wind and 32°C & Full Wind to be corrected as 5791 Kg & 6289Kg respectively.

For Broad base towers, Kindly refer Sag Tension details as per Annexure-1 of Section Technical Specifications of HTLS Conductor Vol.II of NIT. The minimum current carrying capacity of each conductor in the HTLS conductor is revised from 1500 Amp. to 1200 Amp. per conductor at 50 Hz alternating current under ambient conditions and other technical parameters as specified in NIT.

39 Annexure – 1 The wind pressure to be used in sag tension calculation as indicated in the header of table is 260 Kgf/m². However the values of tensions for 5°C & 2/3rd full wind and 32°C & Full Wind if back calculated is found to be calculated on 52 Kgf/m². If the Sag tension of ACSR Zebra conductor is calculated with span length of 320m & Wind pressure of 260Kgf/m² and considering the everyday tension as 3322Kg, the values of tensions for 5°C & 2/3rd full wind and 32°C & Full Wind comes out as 7933 Kg & 9401 Kg respectively. Proposed Change / Clarification: Confirmation requested on the following 1. whether to consider the wind pressure as 260Kgf/m² or 52Kgf/m². 2. If wind pressure of 260Kgf/m² to be considered then the tension values for 5°C & 2/3rd full wind and 32°C & Full Wind to be corrected as 7933 Kg & 9401 Kg respectively.

As per NIT. The minimum current carrying capacity of each conductor in the HTLS conductor is revised from 1500 Amp. to 1200 Amp. per conductor at 50 Hz alternating current under ambient conditions and other technical parameters as specified in NIT.

40 Clause No : 2.1, Type tests There is no provision of submitting the type test reports of

For meeting the qualifying requirement bidders are required

Page 8: Home : Delhi Transco Limited

Page 7 of 10

offered conductor design if already type tested to be furnished for approval. Proposed Change / Clarification: We propose to Modify the clause that in case the offered design has been successfully type tested earlier for DTL projects meeting the type test requirements of that particular project, the same shall be accepted as type tested and no further or fresh type test shall be required.

to submit the type test reports of all the tests mentioned in revised Qualifying Requirement at Annexure-A of Section-SCC. Copy of the revised QR is Attached as Annexure-A. DTL also intends to carry out the test as specified in cl. 2.0 Section Technical Specifications of HTLS Conductor Vol. II of NIT

41 Clause No : 2.11 The drums are required as non-returnable and to be covered with laggings. Supply of conductors in Returnable steel drums and Polypropylene sheet covering as an alternative to wooden lagging is not specified. Proposed Change / Clarification: Provision for supplying conductors in returnable steel drums and alternative to outer wooden lagging, polypropylene sheet covering is requested to be allowed.

As per NIT.

42 Addition of New section of Technical Qualification Requirement for supplier of core of any special material for HTLS conductor in the bidding document.

As per NIT.

43 Clause No: 2.1.1 Type Tests on Stranded Conductor/ Stranded wire Proposed Change / Clarification: The following tests shall be conducted once on sample/samples of conductor

(i) On complete Conductor c) Radio interference voltage test (dry)

d) Corona extinction voltage test (dry) As per the test procedure it is presumed that the test to be performed on single conductor. Proposed Change / Clarification: Bundle configuration to be confirmed

Single HTLS conductor.

f) Stress-strain test on stranded conductor and core at elevated temperature The test procedure as per Sr.No.1.5 of Annexure-A specifies to conduct the test as per IEC 1089 keeping conductor temperature at designed maximum temperature." Data from an elevated temperature stress-strain test does not accurately define the stress-strain and sag performance of a conductor when it is operating in service at high temperatures. Also IEC 1089 do not specify the test procedure and acceptance norms at elevated temperature. Proposed Change / Clarification: 1. As per our understanding "designated maximum temperature" is referred to corresponding guaranteed operating temp of 1500 Amperes. - Please confirm. 2. Test procedure and acceptance norms for Stress Strain test required on elevated temperature.

As per NIT/IS/IEC. The minimum current carrying capacity of each conductor in the HTLS conductor is revised from 1500 Amp. to 1200 Amp. per conductor at 50 Hz alternating current under ambient conditions and other technical parameters as specified in NIT

g) High temperature endurance & creep test on stranded conductor The test specified to be conducted on sample length of 20m

As per NIT/IS/IEC. The minimum current carrying

Page 9: Home : Delhi Transco Limited

Page 8 of 10

and keeping the conductor at designed maximum temperature. Proposed Change / Clarification: As per our understanding "designated maximum temperature" is referred to corresponding guaranteed operating temp of 1500 Amperes. - Please confirm.

capacity of each conductor in the HTLS conductor is revised from 1500 Amp. to 1200 Amp. per conductor at 50 Hz alternating current under ambient conditions and other technical parameters as specified in NIT

j) Radial Crush Test As per the test procedure specified in sr. No. 1.9 of Annexure-A, All the strands shall be disassembled after 350 kg crush force and tensile tested. Conductors utilizing fully annealed aluminium do not rely on the strands for a majority of their strength, this requirement should not apply to conductors with annealed aluminium and composite carbon fibre core. Proposed Change / Clarification: We recommend changing the protocol to require removal of the composite core and testing it to failure after the conductor has been loaded with 350 kg crush force .

As per NIT/IS/IEC.

k) Torsional Ductility Test As per the test procedure specified in sr. No. 1.10 of Annexure-A, The conductor shall be loaded to 25% of UTS and then rotated in increasing steps of +/-180 deg. The conductor shall withstand at least 16 such rotation. The tension value of 25% UTS is very high and no where specified in any of the Utilities specification including the earlier DTL specification. The test procedure specified in IEC 60794-1-2 and Cigre Doc No. 426 specifies to conduct the test on 20% UTS which is in line with other utilities. Proposed Change / Clarification: We propose to amend the tension requirement as 20% UTS in the tests procedure.

As per NIT/IS/IEC.

(ii) Clause No 2.1.1(ii) : On Conductor Strand/Core a) Heat resistance test on Aluminium Alloy strands or core

The test is meant for Thermal Resistant aluminium alloy conductor (AL+Zr Alloy) only as per IEC 62004 standard. The test for annealed aluminium will not be applicable. Proposed Change / Clarification: For conductors utilizing fully annealed aluminium strands, the Al strands are already at the minimum tensile strength. Suggest eliminating for fully annealed conductors.

As per NIT/IS/IEC.

c) Compression test on core The test procedure specified for aluminium clad core strand in Sr. no. 1.15 of TS. The test shall not be applicable for Composite core. Proposed Change / Clarification: The test is not applicable for composite carbon fiber core - Please confirm

As per NIT/IS/IEC.

e) Strand Brittle fracture test (for polymer composite core only) The test procedure specified in Sr.No. 1.17 of Annexure-A do not specify the tension value to be used for the test. Proposed Change / Clarification: The value of tension in terms of % of UTS of core to be specified.

As per NIT/IS/IEC.

(iii) Clause No : 2.2

Page 10: Home : Delhi Transco Limited

Page 9 of 10

Acceptance Tests e) Galvanising test on core strands

Not applicable as galvanized steel wires are not used. As per NIT/IS/IEC.

f) aluminum thickness on aluminium clad wires Not applicable as Al. Clad wires are not used.

As per NIT/IS/IEC.

i) Wrap test on core strands and Aluminium Alloy strands The test as per sr.no.1.26 of Annexure-A is applicable for Steel wires only and not applicable for Composite cores.

As per NIT/IS/IEC.

j) Minimum conductivity test on thermal resistant Aluminium Alloy strands (As per IEC : 889) The test as per sr.no.1.27 of Annexure-A is applicable for thermal resistant aluminium alloy strands. Not Applicable for Annealed aluminium.

As per NIT/IS/IEC.

l) Heat resistance test on Aluminium Alloy strands The test is meant for Thermal Resistant aluminium alloy conductor (AL+Zr Alloy) only as per IEC 62004 standard. The test for annealed aluminium will not be applicable. Proposed Change / Clarification: For conductors utilizing fully annealed aluminium strands, the Al strands are already at the minimum tensile strength. Suggest eliminating for fully annealed conductors.

As per NIT/IS/IEC.

m) Ageing test on filler (if applicable) Not Applicable since no filler is used.

As per NIT/IS/IEC.

n) Minimum conductivity test on aluminium clad core strands Not Applicable since Aluminium clad wires are not used.

As per NIT/IS/IEC.

o) Glass transition temperature test (for polymer composites only) p) Flexural Strength test (for polymer composites only) The availability of test facilities is very limited at few laboratories worldwide including the core manufacturer. These tests are being performed by core manufacturer as routine tests and test reports issued. The solid core as received from the core supplier is used in manufacturing conductor where aluminium wires are helically stranded over the core. i.e. No further processing of core is done. Proposed Change / Clarification: The test shall not be required for conductor manufacturer to be performed and the routine test report of core supplier to be accepted for compliance of this clause.

As per NIT/IS/IEC.

(iv) Clause No 2.3 Routine Test

a)Check to ensure that the joints are as per specification b)Check that there are no cuts, fins etc., on the strands c)Check that drums are as per Specification d) All acceptance tests as mentioned above to be carried out on each coil /drum It seems to be a typographical error mentioning each coil/drum. Routine tests as per IS / BS / IEC / EN etc and other international standards specify to conduct on 10% of the drums. The earlier DTL specification for HTLS conductors specified the tests on 10% of the drums. Proposed Change / Clarification: We propose to amend

As per NIT/IS/IEC.

Page 11: Home : Delhi Transco Limited
Page 12: Home : Delhi Transco Limited

Page 1 of 7

Annexure-II

S.No.

AMENDMENT IN BIDDING DOCUMENT OF TENDER No. T15P080101 FOR HTLS RECONDUCTORING OF 220 kV BAMNAULI TO MEHRAULI AND MEHRAULI TO BTPS TRANSMISSION LINE

Clause No. Description Existing Clause (Not to be considered)

Amended Clause (To Be considered)

1 Volume I, Section SCC: Annexure A

Qualification Requirement

Qualification Requirement as at Annexure A of Section SCC of the Bidding Document has been revised.

Revised Annexure A of Section SCC (Qualification Requirement) is attached herewith.

2 Volume I, Section SCC: Annexure 3

Proforma of Undertaking by the Proposed Agency/ Sub Contractor for Destringing, Stringing/ Installation Works

Proforma of Undertaking by the Proposed Agency/ Sub Contractor for Destringing, Stringing/ Installation Works as at Annexure 3 of Section SCC of the Bidding Document has been deleted.

Deleted.

3 Volume I, Section SCC: Annexure 4

Form of Joint

Venture/Consortium

Agreement

NIL New Annexure 4 (Form of Joint Venture/ Consortium Agreement) is attached herewith in Revised Annexure A of Section SCC (Qualification Requirement).

4. Volume I, Section SCC: Annexure 5

Form of Power of

Attorney for Joint

Venture/Consortium

NIL New Annexure 5 (Form of Power of Attorney for Joint Venture/Consortium) is attached herewith in Revised Annexure A of Section SCC (Qualification Requirement).

5 Volume-III, Attachment 3

Qualification Requirement

Data

Attachment 3 (Qualification Requirement Data) required to be filled by the bidders has been revised.

Revised Attachment 3 (Qualification Requirement Data) is attached herewith.

6 Volume-II, Section Project, Clause 9.0, 9.1

NIL New Cl. 9 The bidder should have assured access to supply Line Material from sub-vendor/contractor meeting the “Qualification Requirement for Contractor’s Supplying Line Material” as given below under clause 9.1. 9.1 Qualification Requirement for Contractor’s Supplying Line Material: The Bidder should have assured

Page 13: Home : Delhi Transco Limited

Page 2 of 7

access to supply the Composite long rod insulator, Hardware fitting and accessories for HTLS Conductor from Qualified Manufacturers meeting the following minimum requirements and must demonstrate that based on known commitments they will be available for use in the proposed contract. 9.1.1 Composite Long rod Insulators The Qualified Manufacturer shall be a manufacturer of composite Insulators for the last five years. The manufacturer’s experience should include the following:- (i) The Qualified Manufacturer

should have designed, manufactured, tested and supplied 160 KN or above electro mechanical strength of Composite long rod insulators for 220 KV or above voltage transmission lines and minimum 25% of tender quantity of 160 KN or above rating should have been in satisfactory operation for a minimum period of two years as on originally scheduled date of bid opening.

(ii) The manufacturer should also have successfully completed at least the following tests on insulator units and insulator string (of Composite long rod insulators) as on originally scheduled date of bid opening.

a) Tests on individual units as per IEC 61109-1995 or IEC 61109-2008.

b) Following Type tests on insulator strings assembly for 220 KV or above voltage transmission lines with 160 KN or above electromechanical strength

Page 14: Home : Delhi Transco Limited

Page 3 of 7

insulators: - Power Frequency Voltage

withstand test (Wet) - Lightning Impulse Voltage

Withstand test (Dry) - Radio Interference Voltage

Test (Dry) c) Accelerated ageing test of

5000 hrs as described in Appendix-C of IEC 61109 or Test at Multiple stresses of 5000 hrs as described in Annex-B of IEC-62217.

9.1.2 Hardware Fitting (except clamps)

The qualified manufacturer should have designed, manufactured, tested and supplied hardware fitting for at least 25% of tender quantity of tension string and 25% of tender quantity of suspension strings for 220 kV or above voltage transmission line and same should have been in satisfactory operation for a minimum period of two years as on date of bid opening. 9.1.3 Suspension & dead end Clamps and Accessories for HTLS Conductor The qualified manufacturer (s) should have designed, manufactured, tested and supplied fittings for suspension & tension strings and accessories for conductor for 220 kV or above voltage transmission line for any conductor. Further, the qualified manufacturer (s) for any individual item(s) of clamp fittings and accessories covered under the package should have designed, manufactured, tested and supplied the item(s) of clamp fittings and accessories covered under the package or the item(s) of similar nature/ comparable nature for application on 220 kV or above voltage transmission line with

Page 15: Home : Delhi Transco Limited

Page 4 of 7

type of HTLS conductor being supplied for the package and the same should have been in satisfactory operation for a minimum period of two (2) years as on date of bid opening. 9.1.4 The manufacturer(s) meeting the above requirement for any individual item or items shall be considered qualified for the respective item or items only. 9.1.5 However, if the proposed manufacturer of Composite long rod insulators, Hardware fittings and Clamps & Accessories for conductor is not meeting the above requirements on its own, he should be qualified licensee of a qualified manufacturer meeting the above specified requirements. i) Manufacturer/ licensees shall have adequate design infrastructure and manufacturing facility and capacity and procedures including quality control. ii) A qualified Licensee of a qualified manufacturer shall mean all of the following: a) any design undertaken by the licensee shall be approved by the licenser b) Manufacture by the licensee shall be done with the approval of the licensor and Employer under a quality assurance programme approved and monitored by the licenser. c) Licensee must furnish back-up guarantee from the licenser for individual and overall performance of all equipments and material supplied under the contract and in such case Licensee should provide additional bank guarantee of 5% of material cost. d) Licenser must guarantee sequential and timely

Page 16: Home : Delhi Transco Limited

Page 5 of 7

supply of equipments and materials and submission of technical information and data as desired by the Employer so as to meet the overall construction schedule and e) The agreement between licensee and licenser submitted along with the bid (as per format at Annexure-2, Section SCC, Volume I) shall be valid for a period of five (5) years after the guarantee period of equipment and materials under supply is over.

7 Volume II, (a) TS of HTLS Conductor Clause 1.2.1, 1.2.2, 1.3 1.4.1, Annexure A – Clause 1.16 (b) TS of HTLS Accessories A – Clause 1.1 (c) GTP of HTLS Conductor & Accessories, Schedule – 1, S.No. 6.8, 6.10 & 6.13.3 and Schedule – 2, S.No.4.

Current Carrying Capacity of HTLS Conductor

1500 A The current carrying capacity is to be read as 1200 A instead 1500 A with all other conditions remains same.

8 Volume I, Section INB: Clause 24.7 (d)

Joint Venture

The Bid Security may be forfeited: d) If, as per the Qualifying Requirements the Bidder has to submit a Deed of Joint Undertaking and bidder fails to submit the same, duly attested by Notary Public of the place(s) of the respective executant (s) or registered with

The Bid Security may be forfeited: d) If, as per the Qualifying Requirements the Bidder has to submit a Deed of Joint Undertaking and bidder fails to submit the same, duly attested by Notary Public of the place(s) of the respective executant (s) or registered with the Indian

Page 17: Home : Delhi Transco Limited

Page 6 of 7

the Indian Embassy/ High Commission in that country, before opening of price bid. “This clause is not applicable for this tender”

Embassy/ High Commission in that country, before opening of price bid.

9 Volume I, Section GCC: Clause 32.6.1

Joint Venture

Mode of Payment : The payment shall be through Electronic Clearance System (ECS). For this the contractor shall have to provide their Bank A/c Number, Name of the Bank and other details to our AM (Finance) SB / AM (Finance) Works, IInd Floor, Pre-Fabricated Building, Rajghat Power House, New Delhi – 110002. In case of Joint Venture, the payments shall be made in the Bank account, which is in the name of the Joint Venture, covering all the partners of the Joint Venture. Joint Venture is not applicable for this Tender.

Mode of Payment : The payment shall be through Electronic Clearance System (ECS). For this the contractor shall have to provide their Bank A/c Number, Name of the Bank and other details to our AM (Finance) SB / AM (Finance) Works, IInd Floor, Pre-Fabricated Building, Rajghat Power House, New Delhi – 110002. In case of Joint Venture, the payments shall be made in the Bank account, which is in the name of the Joint Venture, covering all the partners of the Joint Venture.

10 Volume I, Section SCC: Clause 10.5

Joint Venture

In case the Contract is awarded on a Joint Venture, the Advance Bank Guarantees (if applicable) as well as Contract Performance Guarantees shall be in the name of the Joint Venture covering all the partners of the Joint Venture and not in the name of the Lead Partner or any partner(s) of the Joint Venture alone. This clause is not applicable for this Tender.

In case the Contract is awarded on a Joint Venture, the Advance Bank Guarantees (if applicable) as well as Contract Performance Guarantees shall be in the name of the Joint Venture covering all the partners of the Joint Venture and not in the name of the Lead Partner or any partner(s) of the Joint Venture alone.

11 Volume I, Section SCC: Clause 10.8

Joint Venture

MODE OF PAYMENT Payments shall be made by DTL within thirty (30) days of receipt of Contractor’s invoice, complete in all respects and supported by the requisite documents and fulfillment of stipulated conditions, if any. All the payment shall be released to the Contractor directly through ECS. For this the contractor shall have to provide their Bank Account No., Bank Name, RTGS /

MODE OF PAYMENT Payments shall be made by DTL within thirty (30) days of receipt of Contractor’s invoice, complete in all respects and supported by the requisite documents and fulfillment of stipulated conditions, if any. All the payment shall be released to the Contractor directly through ECS. For this the contractor shall have to provide their Bank Account No., Bank Name, RTGS / MICR / IFSC and other

Page 18: Home : Delhi Transco Limited
Page 19: Home : Delhi Transco Limited

‘Annexure A’ Qualification Requirement

Re-conductoring package for HTLS Re-conductoring of 220KV D/C Bamnauli to Mehrauli and Mehrauli to BTPS Transmission line including supply of HTLS Conductor, Composite long rod Insulator, Hardware fittings and Accessories for Strengthening of transmission networks of Delhi Transco ltd (Delhi).

1.0 General

QUALIFICATION OF THE BIDDER

Qualification of bidder will be based on meeting the minimum pass/fail criteria specified below regarding the Bidder’s Technical Experience and Financial Position as demonstrated by the Bidder’s responses in the corresponding Bid Schedules.

The Employer may assess the capacity and capability of the bidder to successfully execute the scope of work covered under the package within stipulated completion period. The assessment shall inter-alia include (i) document verification; (ii) bidder’s works/ manufacturing facilities visit; (iii) manufacturing capacity, details of work executed, works in hand, anticipated in future & balance capacity available for the present scope of work; (iv) details of plant and machinery, manufacturing and testing facilities, manpower and financial resources; (v) details of quality system in place; (vi) past experience and performance; (vii) customer feedback; (viii) Banker’s feedback etc.

DTL reserves the right to waive minor deviations if they do not materially affect the capability of the Bidder to perform the contract.

a) Manufacturer of Conductor having experience of manufacturing, supply, stringing, testing & commissioning of EHV transmission line Conductors as per the experience criteria mentioned for Manufacturing and ETC of Conductors as per clause 2.1 & 2.2 respectively.

1.1 Eligible Bidder

OR

b) Manufacturer of Conductor having experience of manufacturing, supply of conductor as

per criteria mentioned in clause 2.1 and erection is carried out through a erector meeting experience criteria as per clause 2.2. The bid shall include consent letter (as per format annexure-D1) from the proposed erector.

OR

c) Erectors who have the experience as per the criteria mentioned in 2.2 below and supply HTLS conductor from such manufacture(s) who fulfills the criteria mentioned at 2.1 below. The bid shall include consent letter (as per format Annexure-D2) from the proposed HTLS Conductor manufacturer. The bidder shall furnish an additional performance guarantee for an amount of 10% of the cost of such HTLS conductor in the

Page 20: Home : Delhi Transco Limited

form of BG. This performance guarantee shall be in addition to the contract performance guarantee to be submitted by the bidder.

OR

d) A Joint venture/Consortium consisting of two or more partners including the lead partner

meeting the following conditions : (i) All the Partners of JV/Consortium shall meet collectively the requirement of

Clause 2.1 & 2.2 below.

(ii) Each of the partners of the joint venture/Consortium must meet the minimum qualifying requirements as mentioned in clause No. 2.1 or 2.2 below.

2.0 Technical Experience 2.1 Experience of Manufacturer:

The Bidder shall be a manufacturer of conductor for the last five years. The Manufacturer’s experience should include the following:

(i) The Manufacturer should have manufactured, tested and supplied at least Twenty Five

(25) km of High Temperature Low Sag (HTLS except GAP type) conductor having at least same or more number of strands or having minimum 150 sq. mm. Aluminium cross section area as that of the conductor being offered in the package during last five (5) years and the same should have been in satisfactory operation for a period of at least 02 years as on the original date of bid opening.

OR

(ii) Indian Conductor manufacturer not meeting the requirement as stipulated above at clause 2.1(i) can also participate provided such manufacturers have manufactured, tested and supplied at least one thousand (1000) km of ACSR/ AAAC/ ACAR/ AACSR conductor and ten (10) km High Temperature Low Sag (HTLS except GAP type) conductor having at least same or more number of strands or having minimum 150 sq. mm. Aluminium cross section area as that of the conductor being offered in the package during last five (5) years as on the original date of bid opening. However, the warrantee obligations for additional period of Two (2) years over and above the warrantee period as specified in the bidding documents shall be applicable for which an amount of 10% of cost of material in the form of BG shall be furnished. This performance guarantee shall be in addition to the Contract Performance Guarantee to be submitted by the bidder.

Note: Such Indian Conductor Manufacturer having experience of manufacturing and supply of conductors as mentioned at 2.1 (ii) above except HTLS Conductor should have established manufacturing facility in India and manufactured High Temperature Low

Page 21: Home : Delhi Transco Limited

Sag conductor (HTLS) of same technology as that of the conductor being offered in this package having minimum 150 sq. mm. Aluminium cross section area, and should have carried out following tests as on date of bid opening mentioned above:-

A) On complete Conductor i) DC resistance test on stranded conductor ii) UTS test on stranded conductor B)*

i) Heat resistance test on Aluminum Alloy strands (not applicable for annealed

On Conductor Strand/core

aluminum) ii) Torsion and Elongation tests on core strands/composite core iii) Breaking load test on core strands and Aluminum/Aluminum Alloy strands iv) Conductivity test on thermal resistant Aluminum/Aluminum Alloy strands v) Glass transition temperature test (For composite core only) vi) Flexural Strength test (For composite core only) * Note: The tests indicated at B) above should have been carried out by the manufacturer on his own or by his supplier of aluminum alloy strands, core/core strands. “In case bidder is a holding company, the technical experience referred to in clause 2.1 above shall be of that holding company only (i.e. excluding its subsidiary/group companies). In case bidder is a subsidiary of a holding company, the technical experience referred to in clause 2.1 above shall be of that subsidiary company only (i.e. excluding its holding company).” Foreign manufacturers/suppliers should submit performance certificate from an end user located in a country other than the country where the product has been manufactured in support of satisfactory operation of the product offered for at least two years or more as on the original date of bid opening.

2.2 Experience of Erector The erector should have completed stringing of HTLS conductor for transmission line of cumulative circuit kilometers not less than 25 kms of 66 kV or higher voltage class in India as a prime contractor or as a partner in a Joint Venture+

OR

within the last five (5) years and the same should have been in satisfactory operation for a period of at least 02 years as on the originally date of bid opening.

Page 22: Home : Delhi Transco Limited

The erectors who have not experienced for HTLS conductor stringing shall also be considerd if he have completed stringing of any type of conductor of 220 kV or Higher voltage transmission line for cumulative circuit kilometers of not less than 50 km in India as a prime contractor or as a partner in a Joint Venture+

3.0 Techno- Commercial and Legal Arrangement of Joint Venture/consortium:

within the last five (5) years and the same should have been in satisfactory operation for a period of at least 02 years as on the originally date of bid opening +Note: In case of works executed under a contract that had been awarded on a Joint Venture, the experience of individual Joint Venture partner shall be considered limited to the scope of that partner under the said contract.

In case of Joint Venture/consortium, the following conditions shall also apply:

i. The bid, and in case of successful bid, the specified Form of Agreement shall be

signed so as to be legally binding on all partners (Form enclosed).

ii. Each of the Partners of the Joint Venture/consortium must meet the minimum qualifying requirements given under clause 2.1 or 2.2. However, all the partners of Joint Venture/consortium shall meet collectively, the requirements of Clauses 2.1 and 2.2 above.

iii. One of the partners shall be nominated as Lead Partner, and the Lead Partner shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the Joint Venture/consortium. Thus the lead partner shall be authorized to represent the Joint Venture/consortium for the purspose of execution of the contract. The payment shall be in the name of Joint Venture/consortium. The authorization shall be evidenced by submitting a Power of Attorney signed by legally authorized signatory of all the partners as per bidding documents

iv. All the partners of the joint venture/consortium shall be liable jointly and severally

for the execution of the Contract in accordance with the Contract terms, and a statement of this effect shall be included in the authorization mentioned under (iii) above as well as in the Bid Form and in the Contract Form (in case of a successful bid);

v. Agreement entered into by the Joint Venture/consortium partners shall be submitted with the bid.

Page 23: Home : Delhi Transco Limited

4.0 Financial Position

4.1 Individual Firms

a) Net worth for last 3 financial years should be positive. b) Minimum Average Annual Turnover* (MAAT) for best three years i.e. 36 months out of

last five financial years of the bidder should not be less than

MAAT (Rs.) = (1.5xEstimated cost)/completion period in years.

* Note: Annual total income as incorporated in the profit and loss account except non-recurring income i.e. sales of fixed assets etc.

c) Bidder shall have liquid assets (L.A) or/and evidence of access to or availability of credit facilities of not less than

LA (Rs.) = (3xEstimated Cost)/Completion period in months.

Note: In case the completion period is less than one (1) year the denominator to calculate MAAT and LA shall be considered as one (1) and twelve (12) respectively. In case bidder is a holding company, financial position criteria referred to in clause 4.1 above shall be of that holding company only (i.e. excluding its subsidiary/group companies). In case bidder is a subsidiary of a holding company, financial position criteria referred to in clause 4.1 above shall be of that subsidiary company only (i.e. excluding its holding company).

4.2 Joint Venture/consortium Firms:

The figures for each of the partners of the joint venture/consortium shall be added together to determine the bidder’s compliance with the minimum qualifying criteria set out in Clause 4.1 (a), (b) & (c) above. However, in order for a joint venture to qualify, partners of the joint venture/consortium must meet the following minimum criteria:

The lead partner shall meet, not less than 40% of the minimum criteria given at Para 4.1 (a), (b) & (c) above.

Each of the other partner(s) shall meet not less than 25% of the criteria given at 4.1 (a), (b) & (c) above.

5

The Bidder shall furnish documentary evidence in support of the qualifying requirement stipulated as above.

Page 24: Home : Delhi Transco Limited

ANNEXURE-1

FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT

FACILITIES

BANK CERTIFICATE

This is to certify that M/s ……………………………. (Full Name & Address) ……………………………………………………………………………………………….. Who are submitting their bid to Delhi Transco Ltd. as sole bidder*/partner of JV*# against their tender specification vide Ref. No.________________ & date ___________ is our Customer for the past _________________ years.

Their financial transactions with our bank have been satisfactory. They enjoy the following fund based and non-fund based limits including for guarantees, L/C and other credit facilities with us against which the extent of utilization as on date is also indicated below :

This letter is issued at the request of M/s. _________________________________

Sd/- Name of Bank __________________ Name of Authorized Signatory __________________ Designation __________________ Phone No. __________________ Fax No. __________________ Address __________________

SEAL OF THE BANK :

Note: * Strike out whichever is not applicable. # Separate details to be furnished by different partners of JV.

S. No. Type of Facility Sanctioned Limit as on Date

Utilization as on Date

Page 25: Home : Delhi Transco Limited

ANNEXURE-2

FORM OF JOINT UNDERTAKING BY THE LICENSOR

ALONGWITH THE LICENSEE

On Non-Judicial Stamp Paper of Appropriate Value

THIS DEED OF UNDERTAKING executed this ..................... day of ................ Two Thousand

.................... by ................... a Company incorporated under the laws of ........................ and

having its Registered Office at ................................ (hereinafter called the "Licensor" which

expression shall include its successors, executors and permitted assigns) and .......................... a

Company incorporated under the Companies Act, 1956 having its Registered Office at

......................... (hereinafter called the "Licensee" which expression shall include its successors,

executors and permitted assigns) in favour of DELHI TRANSCO LTD (hereinafter called the

"Owner" which expression shall include its successors, executors and permitted assigns).

WHEREAS the Owner invited Bids as per its Specification No. ....................... for the Re-

conductoring of transmission line which inter alia include design, manufacture, testing, supply

on Final Destination delivery at site basis for Composite Long rod Insulators, Hardware Fittings

and Clamps & Accessories for HTLS Conductor for re-conductoring package of 220KV D/C

Bamnauli to Mehrauli and Mehrauli to BTPS Transmission line.

AND WHEREAS Clause 2.2.5 (ii) (e) of Section-I, Vol-II, forming part of the Bidding

Document inter alia stipulates that the Licensee along with its Licensor must fulfil the Qualifying

Requirements and be jointly and severally bound and responsible for the successful performance

of the equipment and shall be fully responsible for the design, manufacture, testing, supply and

final destination delivery at site basis in the event the Bid is accepted by the Employer resulting

in a "Contract".

AND WHEREAS ................................ a company incorporated under Companies Act 2013,

having its Registered Office at ..................................... (hereinafter called the

"Bidder"/"Contractor" which expression shall include its successors, executors and permitted

assigns) the Bidder has submitted its Bid for the owner for ..................................... Transmission

Line having Specification No. ................................... vide Proposal No. ..................... dated

...................... based on the License of the Licensor.

Page 26: Home : Delhi Transco Limited

NOW THEREFORE THIS UNDERTAKING WITNESSETH AS UNDER:

1.0 In consideration of the award of Contract by the Employer to the Bidder (hereinafter

referred to as the "Contract") we, the Licensor and the Licensee do hereby declare that

we shall be jointly and severally bound unto the DELHI TRANSCO LTD

(Employer)/the Bidder for the successful performance of the equipment and shall be

fully responsible for the design, manufacture, testing, supply and final destination

delivery at site basis and successful performance of equipment in accordance with the

Contract specifications.

2.0 Without in any way affecting the generality and total responsibility in terms of this

Deed of Undertaking the Licensor in particular hereby agrees to depute their technical

experts to the Licensee's works as considered necessary by the Employer, Bidder and

the Licensor to ensure proper design, manufacture, Quality Management, testing, supply

on final destination delivery at site basis and successful performance of the

equipment in accordance with Contract Specifications and if necessary the Licensor

shall advise the Licensee suitable modifications of the designs and implement

necessary corrective measures to discharge the obligations under the Contract.

3.0 As a security, the Licensor shall apart from the Contractor's performance guarantee,

furnish a Performance Security from its Bank in favour of the Employer in a form

acceptable to Employer. The value of such guarantee shall be equal to 5% of the

Contract Price of equipment/material proposed to be manufactured and supplied by

the Licensee under the contract awarded by the Employer to the Contractor and it shall

be part of guarantee towards the faithful performance/compliance of this Deed of

Undertaking in terms of the Contract. The Guarantee shall be unconditional,

irrevocable and valid for the entire period of the contract, namely till the end of the

warranty period of ...................... package under the Contract. The Bank Guarantee

amount shall be payable to the Employer on demand without any reservation or demur.

4.0 We, the Licensor undertake to guarantee sequential and timely supply of equipments

and materials and submission of technical information and data as desired by the

Employer so as to meet the overall construction schedule.

5.0 We, the Licensor and the Licensee confirm that the License agreement shall be valid

for a period of five (5) years after the guarantee period of the equipment and

materials to be supplied under the Contract is over.

6.0 This Deed of Undertaking shall be constructed and interpreted in accordance with the

Page 27: Home : Delhi Transco Limited

Laws of India and the courts in Delhi shall have exclusive jurisdiction in all matters

arising under the undertaking.

7.0 We the Licensor and the Licensee agree that this undertaking shall be irrevocable and

shall form an integral part of the Contract and further agree that this undertaking shall

continue to be enforceable till the Employer and the Bidder discharge it. It shall

become operative from the effective date of Contract.

IN WITNESS WHEREOF the Licensor and the Licensee have through their

authorised Representative executed these presents and affixed Common Seals of their

respective Companies, on the day, month and year first above mentioned.

WITNESS FOR LICENSEE

1. ................................................. ................................................................

(Signatures) (Signature of Authorised Representative)

................................................ ................................................................

(Name in Block Letter) (Name)

. ................................................ Designation ...........................................

(Office Address) Common Seal of Company

WITNESS FOR LICENSOR

1. . ................................................ ................................................................

(Signatures) (Signature of Authorised Representative)

................................................ ................................................................

(Name in Block Letter) (Name)

................................................. Designation ...........................................

(Office Address) Common Seal of Company

Note : (i) This deed of joint undertaking should be attested by Notary Public of the

place of the respective executants.

(ii) To be filled separately for each item.

Page 28: Home : Delhi Transco Limited

AND WHEREAS the bid has been submitted to the Employer vide proposal No……………………….. dated……………….by Lead partner based on the joint venture/consortium agreement between all the partners under these present and the bid in

ANNEXURE 4

FORM OF JOINT VENTURE/CONSORTIUM AGREEMENT (On non-judicial stamp paper of appropriate value to be purchased in the name of joint venture/consortium) PERFORMA OF JOINT VENTURE/CONSORTIUM AGREEMENT BETWEEN …………………………. AND …………………………….. FOR BID SPECIFICATION NO…………………………. OF DELHI TRANSCO LIMITED THIS joint venture/consortium agreement executed on this …………………… day of Two thousand……………. between M/s ……………………. a company incorporated under the laws of …………………………….. and having its registered office at……………………………( hereinafter called the “Lead partner” which expression shall include its successors executors and permitted assigns), M/s …………………………. a company incorporated under the laws of …………………………….. and having its registered office at……………………………………………( hereinafter called “the partner” which expression shall include its successors executors and permitted assigns) and M/s …………………………. a company incorporated under the laws of …………………………….. and having its registered office at………………………..……(hereinafter called “the partner” which expression shall include its successors, executors and permitted assigns) for the purpose of making a bid and entering into a contract (in case of award) against the specification No……………………………… for…………………………(Name of the Package) …………………..under………………(Name of the project) …………………………….of Delhi Transco limited ,a company incorporated under the Companies Act of 1956 having its registered Shakti Sadan, Kotla Road New Delhi-110002, India (hereinafter caller the; “Employer”) Whereas the employer invited bids as per the above mentioned Specification for the design, manufacture, supply, installation, testing and commissioning of equipment/materials stipulated in the bidding documents for…………………(Name of the Package) …………….under…………………………….(Name the project) AND WHEREAS Annexure-A, section-ITB (qualification of the bidder) forming part of the bidding documents, .stipulates that a joint venture/consortium of two or more qualified firms as partners, meeting the joint venture/consortium fulfills all other requirements under Annexure-A, Section ITB (qualification of the bidder) and in such a case, the BID FROM shall be signed by all the partners so as to legally bind all the partners of the Joint venture/consortium, who as will be jointly and severally liable to perform the contract and all obligations hereunder. The above clause further states that the joint venture/consortium agreement shall be attached to the bid and the contract performance guarantee will be as per the format enclosed with the bidding document without any restriction or liability for either party.

Page 29: Home : Delhi Transco Limited

accordance with the requirements of Annexure-A, section ITB (Qualification of the Bidders), has been signed by all the partners. NOW THIS INDENTURE WITNESS AS UNDER: In consideration of the above premises and agreements all the partners to this joint venture/consortium do hereby now agree as follow: 1. In consideration of the award of the contract by the Employer to the joint venture/consortium

partners, we, the partners to the joint venture/consortium agreement do hereby agree that M/s ……………………….. shall act as lead partner and further declare and confirm that we shall joint and severally be bound unto the Employer for the successful performance of the Contract and shall be fully responsible for the design, manufacture, supply, and successful performance of the of the equipments in accordance with the Contract.

2. In case of any breach of the said Contract by the Lead Partner of other partner(s) of the joint

venture/consortium agreement, the partner(s) do hereby agree to be fully responsible for the successful performance of the contract and carry out all the obligations and responsible under the Contract in accordance with the requirements of the Contract.

3. Further if the Employer suffers any loss or damage on account of any breach in the Contract

or any shortfall in the performance of the equipment in meeting the performance guaranteed as per the specification in terms if the Contract, the partner(s) of these present undertake to promptly make good such loss or damages caused to the Employer, on its demand without any demur. It shall not be necessary or obligatory for the Employer to proceed against Lead Partner to these presents before proceeding against or dealing with the other Partner(s).

4. The financial liability of the partner of this joint venture/consortium agreement to the

Employer, with respect to any of the claims arising out of the performance or non- performance of the obligations set forth in the said joint venture/consortium agreement, read in conjunction with the relevant conditions of the Contract shall, however, not be limited in any way so as to restrict or limit the liabilities of any of the partners of the joint venture/consortium agreement.

5. It is expressly understood and agreed between the partners to the joint venture/consortium

agreement that the responsibilities and obligations of each of the partners shall be as delineated in Appendix-I (* To be incorporated suitably by the partners) to this agreement. It is further agreed by the partners that the above sharing of responsibilities and obligations shall not in any way be a limitation of joint and servable responsibilities of the partners under this Contract.

6. This joint venture/consortium agreement shall be constructed and interpreted in accordance with the laws of India and the courts of Delhi shall have the exclusive jurisdiction in all matters arising there under.

7. In case of an award of a Contract, we the partners to the joint venture/consortium agreement

do hereby agree that we shall be jointly and severe ally responsible for furnish a contract performance security from a bank in favour of the Employer in the currency/currencies of the Contract.

Page 30: Home : Delhi Transco Limited

8. It is further agreed that the venture agreement shall be irrevocable and shall from an integral

part of the Contract, and shall continue to be enforceable till the Employer discharges the same. It shall be effective from the date first mentioned above for all purpose and intents.

IN WITNESS WHEREOF, the partners to the joint venture/consortium agreement have through their authorized representatives executed these present and affixed Common Seals of their companies, on the day, month and year first mentioned above. 1. Common Seal of …………… has been affixed in my/our presence pursuant to the Board of Director's resolution dated... Signature............................... Name.................................... Designation……………….. 2. Common Seal of …………… has been affixed in my/our presence pursuant to the Board of Director's resolution dated... Signature............................... Name.................................... Designation……………….. WITNESSES: 1 ……………………………….. (Signature) Name………………………….. …………………………………. (Official address) 2. ……………………………….. (Signature) Name………………………….. …………………………………. (Official address)

For Lead partner (Signature of authorized representative) Name............................................... Designation.................................... Common Seal of the company

For partner (Signature of authorized representative) Name............................................... Designation.................................... Common Seal of the company ………...........................................

Page 31: Home : Delhi Transco Limited

i) To submit proposal and participate in the aforesaid Bid Specification of the Employer on behalf of the “Joint venture/consortium”.

ANNEXURE - 5

FORM OF POWER OF ATTORNEY FOR JOINT VENTURE/CONSORTIUM (On Non-judicial Stamp paper of Appropriate Value to be purchased in the name of joint venture/consortium) KNOW ALL MEN BY THESE PRESENTS THAT WE, the partners whose details are given hereunder …………………………….. have formed a Joint venture/consortium under the laws of …………………………. And having our Registered Office(S) / Head Office (s) at ………………………………………… ( hereinafter called the Joint venture/consortium which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators and assigns) acting through M/s ……………………………being the partner in-charge do hereby constitute, nominate and appoint M/s ………………………………… a Company incorporated under the laws of …………………………………and having its registered / Head Office at …………….. as our duly constituted lawful Attorney (hereinafter called “ Attorney” or “ Authorized Representative” or “ Partner In- charge”) to exercise all or any of the powers for and on behalf of the joint venture/consortium in regard to Specification No………………… Package ……………………… the bids for which have been invited by Delhi Transco Limited, Shakti Sadan Building, Kotla Road, New Delhi, India ( hereinafter called the “ Employer”) to undertaking the following acts :

ii) To negotiate with the employer the terms and conditions for award of the Contract

pursuant to the aforesaid Bid and to sign the Contract with the Employer for and on behalf of the ‘JOINT VENTURE/CONSORTIUM’.

iii) To do any other act or submit any document related to the above.

iv) To receive, accept and execute the Contract for and on behalf of the “Joint

venture/consortium”. It is clearly understood that the partner In-charge (Lead Partner) shall ensure performance of the Contract(s) and if one or more partner fail to perform their respective portions of the Contract(s), the same shall be deemed to be default by all the partners. It is expressly understood that this Power of Attorney shall remain valid binding and irrevocable till completion of the Defect Liability Period in terms of the Contract. The joint venture/consortium hereby agrees and undertaking to ratify and confirm all the whatsoever the said Attorney/ Authorized Representatives/Partner in- charge quotes in the bid, negotiates And signs the Contract with Employer and / or proposes to act on behalf of the Joint venture/consortium by virtue of this Power of Attorney and the same shall bind the joint venture/consortium as if done by itself. In WITNESS THEREOF the partners Constituting the joint venture/consortium as aforesaid have executed these present on this …………… day of …………………. Under the Common Seal(s) of their Companies.

Page 32: Home : Delhi Transco Limited

for and on behalf of the Partners of joint venture/consortium ……………….. …………………. …………………. The Common Seal of the above Partners of the Joint venture/consortium: The Common Seal has been affixed the unto in the presence of: WITNESS

1. Signature……………………….. Name………………………….. Designation …………………….. Occupation………………………. 2. Signature……………………….. Name………………………….. Designation …………………….. Occupation……………………….

Page 33: Home : Delhi Transco Limited

Annexure-D1

1. That, we shall carry out Stringing, testing and commissioning of HTLS conductor for M/s ………… meeting the technical specification as specified in Delhi Transco Limited said Tender No. T15P080101.

CONSENT LETTER FROM ERECTOR (To be submitted on the letterhead of the Company)

To Dt. ………. Delhi Transco Ltd. Shakti Sadan, Kotla Road New Delhi-110002. In respect of Turnkey Package for HTLS Re-Conductoring of 220kV D/C Bamnauli to Mehrauli and Mehrauli to BTPS Transmission Line including Supply of HTLS Conductor, Composite Long Rod Insulator, Hardware Fittings and Accessories for Strengthening of Transmission Networks of Delhi Transco Limited (Delhi) against Tender No. T15P080101. Dear Sir, The undersigned on behalf of M/s…………….having its registered office at…………… wish to confirm as under:

2. That, we as a Erector meet the qualifying criteria as specified in Clause 2.2 of Annexure

A, Section SCC, Volume-I of the said Tender No. T15P080101. 3. That, we shall carry out Stringing, testing and commissioning of HTLS conductor in line

with the agreed Time Schedule between Delhi Transco Limited and M/s…………..

4. That, documentation in respect of our qualification and experience is enclosed with this consent letter as per the requirement of Tender Specifications.

That, Undersigned is authorized to submit this consent/confirmation letter on behalf of M/s………(Authorization letter enclosed). For and on behalf of M/s……… Signature:……… Name:…………. Designation:…… Seal:…………

Page 34: Home : Delhi Transco Limited

Annexure-D2

1. That, we shall supply HTLS Conductor to M/s ………… meeting the technical specification as specified in Delhi Transco Limited said Tender No. T15P080101.

CONSENT LETTER FROM HTLS CONDUCTOR MANUFACTURER (To be submitted on the letterhead of the Company)

To Dt. ………. Delhi Transco Ltd. Shakti Sadan, Kotla Road New Delhi-110002. In respect of Turnkey Package for HTLS Re-Conductoring of 220kV D/C Bamnauli to Mehrauli and Mehrauli to BTPS Transmission Line including Supply of HTLS Conductor, Composite Long Rod Insulator, Hardware Fittings and Accessories for Strengthening of Transmission Networks of Delhi Transco Limited (Delhi) against Tender No. T15P080101. Dear Sir, The undersigned on behalf of M/s…………….having its manufacturing units at ………………. and registered office at…………… wish to confirm as under:

2. That, we as a HTLS Conductor Manufacturer meet the qualifying criteria as specified in

Clause 2.1 of Annexure A, Section SCC, Volume-I of the said Tender No. T15P080101.

3. That, we shall supply the HTLS Conductor in line with the agreed Time Schedule between Delhi Transco Limited and M/s…………..

4. That, we shall undertake supervision of HTLS conductor stringing and commissioning in case of award of Contract to M/s……………...

5. That, documentation in respect of our qualification and experience is enclosed with this consent letter as per the requirement of Tender Specifications.

That, Undersigned is authorized to submit this consent/confirmation letter on behalf of M/s………(Authorization letter enclosed). For and on behalf of M/s……… Signature:……… Name:…………. Designation:…… Seal:…………

Page 35: Home : Delhi Transco Limited

.................................................................................................................................................................... Qualifying Requirement Page 1 of 15

ATTACHEMENT-3 Re-conductoring package for HTLS Re-conductoring of 220KV D/C Bamnauli to Mehrauli and Mehrauli to BTPS Transmission line including supply of HTLS Conductor, Composite long rod Insulator, Hardware fittings and Accessories for Strengthening of transmission networks of Delhi Transco ltd (Delhi) on Turnkey basis. Bidder's Name & Address:

To, DGM (T) Contract, Delhi Transco Limited, Room No.-105, 1ST Floor Pre-Fabricated Building, Rajghat Power House, New Delhi-110002 (India), Tele No. 23275290, Fax No. 011-23275289.

(Qualifying Requirement Data)

Dear Sir,

In support of the Qualification Requirements (QR) for bidders, stipulated in Annexure-A (SCC) of the Special Conditions of Contract (SCC), Volume-I of the Bidding Documents, we furnish herewith our QR data/details/documents etc., along with other information, as follows (The QR stipulations have been reproduced in italics for ready reference, however, in case of any discrepancy the QR as given in SCC shall prevail):

*We have submitted bid as Individual Firm/ *We have submitted bid as Joint Venture/Consortium of following firms: (* Strike-off whichever is not applicable) (i) ………………………………………………………. (ii) ………………………………………………………. (iii) ………………………………………………………. *We wish to qualify through clause No. 1.1 (a), Annexure-A (SCC) of Volume-I. *We wish to qualify through clause No. 1.1 (b), Annexure-A (SCC) of Volume-I. *We wish to qualify through clause No. 1.1 (c), Annexure-A (SCC) of Volume-I. *We wish to qualify through clause No. 1.1 (d), Annexure-A (SCC) of Volume-I. (* Strike-off whichever is not applicable) A. Attached copies of original documents defining:

a) The constitution or legal status;

Page 36: Home : Delhi Transco Limited

.................................................................................................................................................................... Qualifying Requirement Page 2 of 15

b) The principal place of business; c) The place of incorporation (for bidders who are corporations); or the place of

registration and the nationality of the Owners (for applicants who are partnerships or individually-owned firms).

B. Attached original & copies of the following documents.

a) Written power of attorney of the signatory of the Bid to commit the bidder.

1.0 General Information [The information in this form is to be completed for individual firms and each Partner

of a Joint Venture]

Where the Bidder proposes to use named subcontractor(s) for critical components of the works or for work contents in excess of 10 percent of the bid price, the following information should also be furnished for the subcontractor(s). Sl. No.

Particulars For Individual

Firm

In case of Joint Venture For

Lead Partner

For Other

Partner - 1

For Other

Partner - 2

1 Name of the Firm

2. Head Office/ Registered Office Address

3. Telephone 4. Fax 5. Contact Person 6. Place of Incorporation/ Registration

7. Year of Incorporation/ Registration 8. Authorized signatory of the bid 9. Whether copy of Power of Attorney

of the signatory to commit the bidder is attached

○ Yes ○ No

○ Yes ○ No

○ Yes ○ No

○ Yes ○ No

10. Details/documentary evidence submitted in support of stated work design infrastructure and erection facilities and capacity and procedures including quality control

(Necessary documents to establish legal status of the bidder should be enclosed with the bid)

2 Technical Requirements : Bidder is required to submit the essential documents as per following requirements:

[Reference Annexure-A (SCC) of the Special Conditions of Contract (SCC), Volume-I]

Page 37: Home : Delhi Transco Limited

.................................................................................................................................................................... Qualifying Requirement Page 3 of 15

2.1

a) Manufacturer of Conductor having experience of manufacturing, supply, stringing, testing & commissioning of EHV transmission line Conductors as per the experience criteria mentioned for Manufacturing and ETC of Conductors as per clause 2.1.1 & 2.1.2 respectively.

Eligible Bidder

OR

b) Manufacturer of Conductor having experience of manufacturing, supply of conductor

as per criteria mentioned in clause 2.1.1 and erection is carried out through a erector meeting experience criteria as per clause 2.1.2. The bid shall include consent letter (as per format annexure-D1) from the proposed erector.

OR

c) Erectors who have the experience as per the criteria mentioned in 2.1.2 below and supply HTLS conductor from such manufacture(s) who fulfills the criteria mentioned at 2.1.1 below. The bid shall include consent letter (as per format Annexure-D2) from the proposed HTLS Conductor manufacturer. The bidder shall furnish an additional performance guarantee for an amount of 10% of the cost of such HTLS conductor in the form of BG. This performance guarantee shall be in addition to the contract performance guarantee to be submitted by the bidder.

OR

d) A Joint venture/Consortium consisting of two or more partners including the lead

partner meeting the following conditions : (i) All the Partners of JV/Consortium shall meet collectively the requirement of

Clause 2.1.1 & 2.1.2 below. (ii) Each of the partners of the joint venture/Consortium must meet the minimum

qualifying requirements as mentioned in clause No. 2.1.1 or 2.1.2 below. 2.1.1 Experience of Manufacturer:

The Bidder shall be a manufacturer of conductor for the last five years. The Manufacturer’s experience should include the following:

(i) The Manufacturer should have manufactured, tested and supplied at least Twenty

Five (25) km of High Temperature Low Sag (HTLS except GAP type) conductor having at least same or more number of strands or having minimum 150 sq. mm. Aluminium cross section area as that of the conductor being offered in the package during last five (5) years and the same should have been in satisfactory operation for a period of at least 02 years as on the original date of bid opening.

OR

Page 38: Home : Delhi Transco Limited

.................................................................................................................................................................... Qualifying Requirement Page 4 of 15

(ii) Indian Conductor manufacturer not meeting the requirement as stipulated above at clause 2.1(i) can also participate provided such manufacturers have manufactured, tested and supplied at least one thousand (1000) km of ACSR/ AAAC/ ACAR/ AACSR conductor and ten (10) km High Temperature Low Sag (HTLS except GAP type) conductor having at least same or more number of strands or having minimum 150 sq. mm. Aluminium cross section area as that of the conductor being offered in the package during last five (5) years as on the original date of bid opening. However, the warrantee obligations for additional period of Two (2) years over and above the warrantee period as specified in the bidding documents shall be applicable for which an amount of 10% of cost of material in the form of BG shall be furnished. This performance guarantee shall be in addition to the Contract Performance Guarantee to be submitted by the bidder.

Note: Such Indian Conductor Manufacturer having experience of manufacturing and supply of conductors as mentioned at 2.1.1 (ii) above except HTLS Conductor should have established manufacturing facility in India and manufactured High Temperature Low Sag conductor (HTLS) of same technology as that of the conductor being offered in this package having minimum 150 sq. mm. Aluminium cross section area, and should have carried out following tests as on date of bid opening mentioned above:-

A) On complete Conductor i) DC resistance test on stranded conductor ii) UTS test on stranded conductor B)*

i) Heat resistance test on Aluminum Alloy strands (not applicable for annealed

On Conductor Strand/core

aluminum) ii) Torsion and Elongation tests on core strands/composite core iii) Breaking load test on core strands and Aluminum/Aluminum Alloy strands iv) Conductivity test on thermal resistant Aluminum/Aluminum Alloy strands v) Glass transition temperature test (For composite core only) vi) Flexural Strength test (For composite core only) * Note: The tests indicated at B) above should have been carried out by the manufacturer on his own or by his supplier of aluminum alloy strands, core/core strands. “In case bidder is a holding company, the technical experience referred to in clause 2.1.1 above shall be of that holding company only (i.e. excluding its subsidiary/group

Page 39: Home : Delhi Transco Limited

.................................................................................................................................................................... Qualifying Requirement Page 5 of 15

companies). In case bidder is a subsidiary of a holding company, the technical experience referred to in clause 2.1.1 above shall be of that subsidiary company only (i.e. excluding its holding company).” Foreign manufacturers/suppliers should submit performance certificate from an end user located in a country other than the country where the product has been manufactured in support of satisfactory operation of the product offered for at least two years or more as on the original date of bid opening.

2.1.2 Experience of Erector

The erector should have completed stringing of HTLS conductor for transmission line of cumulative circuit kilometers not less than 25 kms of 66 kV or higher voltage class in India as a prime contractor or as a partner in a Joint Venture+ within the last five (5) years and the same should have been in satisfactory operation for a period of at least 02 years as on the originally date of bid opening.

OR The erectors who have not experienced for HTLS conductor stringing shall also be considerd if he have completed stringing of any type of conductor of 220 kV or Higher voltage transmission line for cumulative circuit kilometers of not less than 50 km in India as a prime contractor or as a partner in a Joint Venture+

i. The bid, and in case of successful bid, the specified Form of Agreement shall be signed so as to be legally binding on all partners (Form enclosed).

within the last five (5) years and the same should have been in satisfactory operation for a period of at least 02 years as on the originally date of bid opening +Note: In case of works executed under a contract that had been awarded on a Joint Venture, the experience of individual Joint Venture partner shall be considered limited to the scope of that partner under the said contract.

2.1.3 Techno- Commercial and Legal Arrangement of Joint Venture/consortium:

In case of Joint Venture/consortium, the following conditions shall also apply:

ii. Each of the Partners of the Joint Venture/consortium must meet the minimum

qualifying requirements given under clause 2.1.1 or 2.1.2. However, all the partners of Joint Venture/consortium shall meet collectively, the requirements of Clauses 2.1.1 and 2.1.2 above.

iii. One of the partners shall be nominated as Lead Partner, and the Lead Partner shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the Joint Venture/consortium. Thus the lead partner

Page 40: Home : Delhi Transco Limited

.................................................................................................................................................................... Qualifying Requirement Page 6 of 15

shall be authorized to represent the Joint Venture/consortium for the purspose of execution of the contract. The payment shall be in the name of Joint Venture/consortium. The authorization shall be evidenced by submitting a Power of Attorney signed by legally authorized signatory of all the partners as per bidding documents

iv. All the partners of the joint venture/consortium shall be liable jointly and

severally for the execution of the Contract in accordance with the Contract terms, and a statement of this effect shall be included in the authorization mentioned under (iii) above as well as in the Bid Form and in the Contract Form (in case of a successful bid);

v. Agreement entered into by the Joint Venture/consortium partners shall be submitted with the bid.

2.1.4 On a separate page, using the following format, each Bidder is requested to list the contracts of a nature similar to the proposed contract(s) for which the Bidder wishes to qualify, undertaken during the last five (05) years. The information is to be summarised for each such contract separately.

(The bidder shall attach documentary evidence, such as copies of utility certificates etc., in support of its general experience as listed in the following proforma for each experience/ Contract just below it)

Name of the Bidder (as per 2.1.1 above) (Single Firm/Lead Partner/ Partner of a Joint Venture)

Format A: Format for the bidders in respect of clause 2.1.1: (Lead partner in case of Joint Venture) [In case of Joint Venture bidder, the QR data of each of the other partner (in support of meeting the requirement Annexure-A (SCC), Section-SCC, Volume-I of the bidding documents] is also is to be furnished, as applicable, using this format

1. No. of years the bidder is a manufacturer of Conductor

Last ___________ years.

2. Name of Contract 3. Contract Reference No. &

Date of Award

4. Name and Address of the Purchaser/Utility for whom the Contract was executed by bidder/Partner

e-mail ID Telephone No.

Fax No.

____________________ ____________________

Page 41: Home : Delhi Transco Limited

.................................................................................................................................................................... Qualifying Requirement Page 7 of 15

5 Scope of work involved in the supply of ACSR/AAAC/ACAR/AACSR and High Temperature Low Sag (HTLS) Conductor (having at least same or more number of strands as that of the conductor being offered in the package) under the above Contract

□ Manufacture □Testing □ Supply - for the above Contract for Conductor. (Tick only whichever is/are applicable)

5.1 Total no. of Kms. of ACSR/AAAC/ACAR/AACSR and High Temperature Low Sag(HTLS) Conductor supplied in the above Contract No. of strands supplied in the Contract detailed above (Bidder to furnish details of only ACSR/AAAC/ACAR/AACSR and High Temperature Low Sag(HTLS) Conductor having at least same or more number of strands as that of the conductor being offered in the package supplied in the Contract)

__________ Kms. ________ Nos.

5.2 Date of completion of the above Contract ______________ (dd/mm/yyyy)

5.3 No. of years the above referred Conductor is in operation as on the date of bid opening

______________ years

5.4 Details of documents submitted in support of stated experience/Contract/ design, infrastructure and manufacturing facilities and capacity and procedures including quality control

Page 42: Home : Delhi Transco Limited

.................................................................................................................................................................... Qualifying Requirement Page 8 of 15

6 Whether the Indian conductor Manufacturer have established manufacturing facility in India & Manufactured High temperature low sag conductor(HTLS) of same technology as that of the conductor being offered in this package having minimum 150 sq. mm. Aluminum cross section area, and have carried out following tests as on date of bid opening:- A) On complete Conductor i) DC resistance test on stranded conductor ii) UTS test on stranded conductor B)* On Conductor Strand/core i) Heat resistance test on Aluminum Alloy strands (not applicable for annealed aluminum) ii)Torsion and Elongation tests on core strands/composite core iii) Breaking load test on core strands and Aluminum/Aluminum Alloy strands iv) Conductivity test on thermal resistant Aluminum/Aluminum Alloy strands v) Glass transition temperature test (For composite core only) vi) Flexural Strength test (For composite core only) * Note: The tests indicated at B) above should have been carried out by the manufacturer on his own or by his supplier of aluminium alloy strands, core/core strands.

□ Established manufacturing facility

□ Developed HTLS conductor □ Manufacture □ Testing □ Supply (Tick only whichever is/are applicable)

6.1 To be qualified for award of contract, whether bidder has provided evidence to the satisfaction of the Owner of their capability and adequacy of resources to carry out the contract effectively.

□ Yes □ No

6.2 Details of documents submitted in support of stated experience/Contract/ design, infrastructure and manufacturing facilities and capacity and procedures including quality control

(Use separate sheet for each experience/ Contract)

Page 43: Home : Delhi Transco Limited

.................................................................................................................................................................... Qualifying Requirement Page 9 of 15

Name of the Erector (as per 2.1.2 above) (Single Firm/Lead Partner/ Partner of a Joint Venture)

Format B: Format for the Erector in respect of clause 2.1.2: (Lead partner in case of Joint Venture) [In case of Joint Venture bidder, the QR data of each of the other partner (in support of meeting the requirement Annexure-A (SCC), Section-SCC, Volume-I of the bidding documents] is also is to be furnished, as applicable, using this format

1. No. of years of experience of erector Last ___________ years.

2. Name of Contract 3. Contract Reference No. &

Date of Award

4. Name and Address of the Purchaser/Utility for whom the Contract was executed by Erector

e-mail ID Telephone No.

Fax No.

____________________ ____________________

5 Scope of work for carrying out stringing works under the above Contract

□ Stringing of HTLS Conductor □ Stringing of Other Conductor (Specify the type of Conductor) - for the above Contract for (Tick only whichever is/are applicable)

5.1 Total no. of Kms. of carrying out stringing works in the above Contract

__________ Kms. ________ Nos.

5.2 Date of completion of the above Contract ______________ (dd/mm/yyyy)

5.3 No. of years the above Line/Work is in operation as on the date of bid opening

______________ years

5.4 Details of documents submitted in support of stated experience/Contract and capacity and procedures including quality control

5.5 To be qualified for award of contract, whether bidder has provided evidence to the satisfaction of the Owner of their capability and adequacy of resources to carry out the contract effectively.

□ Yes □ No

(Use separate sheet for each experience/ Contract)

Page 44: Home : Delhi Transco Limited

.................................................................................................................................................................... Qualifying Requirement Page 10 of 15

2.2 Financial Position 2.2.1 Individual Firms

a) Net worth for last 3 financial years should be positive.

b) Minimum Average Annual Turnover* (MAAT) for best three years i.e. 36 months out of last five financial years of the bidder should not be less than INR 43,51,03,138/-

* Note: Annual total income as incorporated in the profit and loss account except non-recurring income i.e. sales of fixed assets etc.

c) Bidder shall have liquid assets (L.A) or/and evidence of access to or availability of credit facilities of not less than INR 7,25,17,190/-

In case bidder is a holding company, financial position criteria referred to in clause 2.2.1 above shall be of that holding company only (i.e. excluding its subsidiary/group companies). In case bidder is a subsidiary of a holding company, financial position criteria referred to in clause 2.2.1 above shall be of that subsidiary company only (i.e. excluding its holding company).

2.2.2 Joint Venture/consortium Firms:

The figures for each of the partners of the joint venture/consortium shall be added together to determine the bidder’s compliance with the minimum qualifying criteria set out in Clause 2.2.1 (a), (b) & (c) above. However, in order for a joint venture to qualify, partners of the joint venture/consortium must meet the following minimum criteria:

The lead partner shall meet, not less than 40% of the minimum criteria given at 2.2.1 (a), (b) & (c) above.

Each of the other partner(s) shall meet not less than 25% of the criteria given at 2.2.1 (a), (b) & (c) above.

2.2.3 In support of its ‘Financial Position’, in line with the above, the Bidder must provide

the relevant information, alongwith documentary evidence, in the following formats A & B:

Name of the Bidder

A. Average Annual Turnover details:

Sl. No.

Financial year Average annual turnover in Rs.

1 2 3 4 5

Page 45: Home : Delhi Transco Limited

.................................................................................................................................................................... Qualifying Requirement Page 11 of 15

Average annual turnover for best three years is:

B. Liquid Assets

Details of evidence of having Liquid assets (LA) Or Details of evidence of access to or availability of credit facilities

___________________ ___________________

2.2.4 In support of its ‘Financial Position’, in line with 2.2.1 (a) above, the Bidder must

provide the relevant information, alongwith documentary evidence, in the following format:

[in INR ]

SN Financial Parameters 2015-16

2014-15

2013-14

2012-13

2011-12

2010-11

1 Net Worth a) Paid Up Capital b) Free Reserves and Surplus * c) Misc expenses to the extent not

written off Net Worth (a+b-c) 2 Annual Turnover ** 3 Liquid Assset (Total Current

Asset - Inventories)

* Free Reserve and Surplus should be Exclusive of Revaluation Reserve, written back of

Depreciation Provision and Amalgamation. ** Annual total Income/turnover as incorporated in the Profit and Loss Account excluding

non recurring income, i.e. sale of fixed asset etc.

3.0 The Bidder shall furnish documentary evidence in support of the qualifying requirement stipulated as above.

4.0 The bidder should have assured access to supply Line Material from sub-

vendor/contractor meeting the “Qualification Requirement for Contractor’s Supplying Line Material” as given below under clause 4.1.

Page 46: Home : Delhi Transco Limited

.................................................................................................................................................................... Qualifying Requirement Page 12 of 15

4.1 Qualification Requirement for Contractor’s Supplying Line Material: The Bidder should have assured access to supply the Composite long rod insulator, Hardware fittings and accessories for HTLS Conductor from Qualified Manufacturers meeting the following minimum requirements and must demonstrate that based on known commitments they will be available for use in the proposed contract.

4.1.1 Composite Long rod Insulators

The Qualified Manufacturer shall be a manufacturer of composite Insulators for the last five years. The manufacturer’s experience should include the following:-

(i) The Qualified Manufacturer should have designed, manufactured, tested and supplied 160 KN or above electro mechanical strength of Composite long rod insulators for 220KV or above voltage transmission lines and minimum 25% of tender quantity of 160 KN or above rating should have been in satisfactory operation for a minimum period of two years as on originally scheduled date of bid opening.

(ii) The manufacturer should also have successfully completed at least the following

tests on insulator units and insulator strings (of Composite long rod insulators) as

on originally scheduled date of bid opening.

a) Tests on individual units as per IEC 61109-1995 or IEC 61109-2008.

b) Following Type tests on insulator strings assembly for 220KV or above voltage

transmission lines with 160 KN or above electromechanical strength insulators:

- Power Frequency Voltage withstand test (Wet)

- Lightning Impulse Voltage Withstand test (Dry)

- Radio Interference Voltage Test (Dry)

c) Accelerated ageing test of 5000hrs as described in Appendix-C of IEC 61109 or Test

at Multiple stresses of 5000 hrs as described in Annex-B of IEC-62217.

4.1.2 Hardware Fittings (except clamps)

The qualified manufacturer should have designed, manufactured, tested and supplied hardware fittings for at least 25% of tender quantity of tension strings and 25% of tender quantity of suspension strings for 220 kV or above voltage transmission line and same should have been in satisfactory operation for a minimum period of two years as on date of bid opening.

4.1.3 Suspension & dead end Clamps and Accessories for HTLS Conductor The qualified manufacturer (s) should have designed, manufactured, tested and

supplied fittings for suspension & tension strings and accessories for conductor for 220 kV or above voltage transmission line for any conductor.

Page 47: Home : Delhi Transco Limited

.................................................................................................................................................................... Qualifying Requirement Page 13 of 15

Further, the qualified manufacturer(s) for any individual item(s) of clamp fittings and accessories covered under the package should have designed, manufactured, tested and supplied the item(s) of clamp fittings and accessories covered under the package or the item (s) of similar nature/ comparable nature for application on 220 kV or above voltage transmission line with type of HTLS conductor being supplied for the package and the same should have been in satisfactory operation for a minimum period of two (2) years as on date of bid opening.

4.1.4 The manufacturer(s) meeting the above requirement for any individual item or items shall be considered qualified for the respective item or items only.

4.1.5 However, if the proposed manufacturer of Composite long rod insulators, Hardware fittings and Clamps & Accessories for conductor is not meeting the above requirements on its own, he should be qualified licensee of a qualified manufacturer meeting the above specified requirements.

i) Manufacturer/licensees shall have adequate design infrastructure and manufacturing

facility and capacity and procedures including quality control.

ii) A qualified Licensee of a qualified manufacturer shall mean all of the following: a) any design undertaken by the licensee shall be approved by the licenser b) Manufacture by the licensee shall be done with the approval of the licensor and

Employer under a quality assurance programme approved and monitored by the licenser.

c) Licensee must furnish back-up guarantee from the licenser for individual and overall performance of all equipments and material supplied under the contract and in such case Licensee should provide additional bank guarantee of 5% of material cost.

d) Licenser must guarantee sequential and timely supply of equipments and materials and submission of technical information and data as desired by the Employer so as to meet the overall construction schedule and

e) The agreement between licensee and licenser submitted along with the bid (as per format at Annexure-2 of QR) shall be valid for a period of five (5) years after the guarantee period of equipment and materials under supply is over.

4.2 The bidder shall submit the details/documents in support of qualification requirement for contractor’s supplying line material as required under clause 4.1 above.

Page 48: Home : Delhi Transco Limited

.................................................................................................................................................................... Qualifying Requirement Page 14 of 15

5.0 Litigation History

Information regarding any current litigation in which the bidder is involved, the parties concerned and disputed amount.

Year Name of client, cause of litigation/arbitration and matter in dispute

Details of Contract and

date

Award for or against the bidder

Disputed amount

6.0 OTHER INFORMATION 6.1 Financial Data

Financial information in Rs.

Actual previous three years

Projection for next five years

1. Total Assets 2. Current Assets 3. Total Liability 4. Current Liability 5. Profit before taxes 6. Profit after taxes

6.2 Current Contract Commitments of works in progress Bidders should provide information on their current commitments on all contracts that

have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.

Name of Contract Value of outstanding work

(Rs.) Estimated completion date

6.3 Description of Plant

Item of equipment Equipment Information

1. Name of Manufacturer 2. Model and power rating 3. Capacity 4. Year of manufacture

Current Status 5. Current Location 6. Details of current commitments ……………………………………………………………..

Source 7. Indicate source of the equipment (tick) Owned Rented Leased Specially manufactured

Omit the following information for equipment owned by the Bidder or Partner.

Page 49: Home : Delhi Transco Limited

.................................................................................................................................................................... Qualifying Requirement Page 15 of 15

Owner 8. Name of Owner

9. Address of Owner …………………………………………………………………… Telephone Contact name and title Fax Telex

Agreement Details of rental/lease/manufacture agreements specific to the project. ………………………………………………………………….

For each manufacturer, separate sheet should be used.

Date:.................... (Signature) ………......................................... Place:................... (Printed Name) .........................................….

(Designation) ....….......................................... (Common Seal) …..........................................