Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender...

218
Bangladesh Power Development Board TENDER DOCUMENT FOR PROCUREMENT OF MACHINERIES & EQUIPMENT WITH DESIGN, INSTALLATION, TESTING & COMMISSIONING OF SPUN PRECAST CONCRETE (SPC) POLE FACTORY ON TRUNKEY BASIS AT SAIDPUR 20MW DIESEL POWER PLANT COMPLEX AREA, NILPHAMARI, BANGLADESH UNDER POWER DISTRIBUTION SYSTEM DEVELOPMENT PROJECT, RANGPUR ZONE OF BANGLADESH POWER DEVELOPMENT BOARD(BPDB) (INTERNATIONAL OPEN TENDER, SINGLE STAGE TWO ENVELOPE METHOD) Invitation for Tender No: 27.11.0000.101.14.035.17-3260 Issued on: 25.10.2017 Tender Package No: 88 Secretary, Bangladesh Power Development Board WAPDA Building (1 st floor), Motijheel C/A, Dhaka-1000. Fax: +880 2 9554209, Phone: +880 2 956 7350

Transcript of Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender...

Page 1: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

Bangladesh Power Development Board

TENDER DOCUMENT

FOR PROCUREMENT OF MACHINERIES & EQUIPMENT WITH DESIGN, INSTALLATION, TESTING & COMMISSIONING OF SPUN PRECAST CONCRETE (SPC) POLE

FACTORY ON TRUNKEY BASIS AT SAIDPUR 20MW DIESEL POWER PLANT

COMPLEX AREA, NILPHAMARI, BANGLADESH UNDER POWER DISTRIBUTION

SYSTEM DEVELOPMENT PROJECT, RANGPUR ZONE OF BANGLADESH POWER

DEVELOPMENT BOARD(BPDB)

(INTERNATIONAL OPEN TENDER,

SINGLE STAGE TWO ENVELOPE METHOD)

Invitation for Tender No: 27.11.0000.101.14.035.17-3260 Issued on: 25.10.2017 Tender Package No: 88

Secretary,

Bangladesh Power Development Board

WAPDA Building (1st floor), Motijheel C/A, Dhaka-1000.

Fax: +880 2 9554209, Phone: +880 2 956 7350

Page 2: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

Table of Contents

Tender Notice..............................................................................................................................................

Section 1. Instructions to Tenderers ................................................................................................ 1

A. General ....................................................................................................................... 1 1. Scope of Tender ............................................................................................................. 1 2. Interpretation ................................................................................................................ 1 3. Source of Funds ............................................................................................................. 1 4. Corrupt, Fraudulent, Collusive or Coercive Practices .................................................. 2 5. Eligible Tenderers ......................................................................................................... 3 6. Eligible Goods and Related Services ............................................................................. 4 7. Site Visit ......................................................................................................................... 4

B. Tender Document....................................................................................................... 4 8. Tender Document: General ........................................................................................... 4 9. Clarification of Tender Documents .............................................................................. 5 10. Pre-Tender Meeting ...................................................................................................... 5 11. Addendum to Tender Documents................................................................................. 6

Section 1.02 ..................................................................................................................... 6 C. Qualification Criteria .................................................................................................. 6

12. General Criteria ............................................................................................................. 6 13. Litigation History .......................................................................................................... 7 14. Experience Criteria ....................................................................................................... 7 15. Financial Criteria ........................................................................................................... 7 16. Appointment of Subcontractor .......................................................................................... 7

D. Tender Preparation ................................................................................................... 7 17. Only One Tender ........................................................................................................... 7 18. Cost of Tendering .......................................................................................................... 8 19. Issuance and Sale of Tender Document ....................................................................... 8 20. Language of Tender ....................................................................................................... 8 21. Contents of Tender ........................................................................................................ 8 22. Alternatives ................................................................................................................... 9 23. Tender Prices, Discounts .................................................................................................. 9 24. Tender Currency ......................................................................................................... 12 25. Documents Establishing the Conformity of the Goods and Related services ........... 12 26. Documents Establishing Qualifications of the Tenderer ........................................... 12 27. Validity Period of Tender ........................................................................................... 13 28. Extension of Tender Validity and Tender Security .................................................... 13 29. Tender Security ........................................................................................................... 13 30. Form of Tender security ............................................................................................ 14 31. Authenticity of Tender Security ................................................................................. 14 32. Return of Tender Security .......................................................................................... 14 33. Forfeiture of Tender Security .......................................................................................... 14 34. Format and Signing of Tender .................................................................................... 15

E. Tender Submission .................................................................................................. 15 35. Sealing, Marking and Submission of Tender .............................................................. 15 36. Deadline for Submission of tenders ........................................................................... 16 37. Late tender .................................................................................................................. 16 38. Modification, Substitution or Withdrawal of Tenders .............................................. 16 39. Tender Modification .................................................................................................... 16 40. Tender Substitution .................................................................................................... 17 41. Withdrawal of Tender ................................................................................................. 17

F. Tender Opening and Evaluation .............................................................................. 17 42. Tender Opening ........................................................................................................... 17 43. Evaluation of Tenders ................................................................................................. 18 44. Evaluation process ...................................................................................................... 19

Page 3: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

45. Preliminary Examination ............................................................................................ 19 46. Technical Examinations & Responsiveness ................................................................... 20 47. Clarification on Tender ............................................................................................... 21 48. Restrictions on the Disclosure of Information Relating to the Procurement Process

..................................................................................................................................... 21 49. Correction of Arithmetical Errors .............................................................................. 22 50. Conversion to Single Currency.................................................................................... 22 51. Domestic Preference ................................................................................................... 22 52. Financial Evaluation .................................................................................................... 23 53. Assessing the Price of Unpriced Items ....................................................................... 24 54. Evaluation of Domestic Preference ............................................................................ 24 55. Price Comparison ........................................................................................................ 25 56. Negotiation .................................................................................................................. 25 57. Post-qualification ........................................................................................................ 25 58. Rejection of All Tenders .............................................................................................. 26 59. Informing Reasons for Rejection ................................................................................ 26

G. Contract Award ........................................................................................................ 26 60. Award Criteria ............................................................................................................. 26 61. Purchaser’s Right to Vary Quantities ......................................................................... 27 62. Notification of Award .................................................................................................. 27 63. Performance Security ................................................................................................. 27 64. Form and Time Limit for furnishing of Performance security .................................. 28 65. Validity of Performance Security ................................................................................ 28 66. Authenticity of performance Security ........................................................................ 28 67. Contract Signing .......................................................................................................... 28 68. Publication of Notification of Award of Contract ....................................................... 28 69. Debriefing of Tenderers .............................................................................................. 29 70. Right to Complain ........................................................................................................ 29

Section 2. Tender Data Sheet ............................................................................................................ 30 A. General ..................................................................................................................... 30 B. Tender Document..................................................................................................... 31 C. Qualification Criteria ................................................................................................ 31 E. Submission of Tender............................................................................................... 37 F. Opening and Evaluation of Tenders ......................................................................... 38 G. Award of Contract .................................................................................................... 40

Section 3. General Conditions of Contract .................................................................................... 41 1. Definitions ................................................................................................................... 41 2. Contract Documents .................................................................................................... 42 3. Corrupt, Fraudulent, Collusive or Coercive Practices ................................................ 42 4. Interpretation .............................................................................................................. 43 5. Documents Forming the Contract in order of precedence ........................................ 44 6. Eligibility ..................................................................................................................... 44 7. Governing Language .................................................................................................... 44 8. Governing Law ............................................................................................................. 44 9. No fees/Gratuities ....................................................................................................... 44 10. Use of Contract Documents & Information ................................................................ 45 11. Communications & Notices ............................................................................................. 45 12. Trademark, Patent and Intellectual Property Rights ................................................ 45 13. Copyright ..................................................................................................................... 45 14. Assignment .................................................................................................................. 45 15. Sub contracting ............................................................................................................ 45 16. Supplier’s Responsibilities .............................................................................................. 46 17. Purchaser’s Responsibilities ........................................................................................... 46 18. Scope of Supply ............................................................................................................ 46 19. Amendment to Order .................................................................................................. 46 20. Instances When Amendment to Order May be Issued ............................................... 47 21. Adjustments in Contract Price and/or Delivery Schedule in Amendment to Order 47 22. Packing and Documents .............................................................................................. 47

Page 4: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

23. Delivery and Documents ............................................................................................. 48 24. Acceptance ................................................................................................................... 48 25. Contract Price .............................................................................................................. 48 26. Transportation ............................................................................................................... 49 27. Terms of Payment ....................................................................................................... 49 28. Insurance ..................................................................................................................... 49 29. Taxes and Duties ......................................................................................................... 49 30. Performance Security ................................................................................................. 50 31. Specifications and Standards ...................................................................................... 50 32. Inspections and Tests .................................................................................................. 50 33. Warranty...................................................................................................................... 51 34. Delays in Delivery and Extensions of Time ................................................................ 52 35. Liquidated Damages .................................................................................................... 52 36. Limitation of Liability ................................................................................................. 53 37. Change in Laws and Regulations ................................................................................ 53 38. Definition of Force Majeure ........................................................................................ 53 39. Notice of Force Majeure .............................................................................................. 54 40. Duty to Minimise Delay ............................................................................................... 54 41. Consequences of Force Majeure....................................................................................... 54 42. Termination for Default .............................................................................................. 54 43. Termination for insolvency ........................................................................................ 55 44. Termination for Convenience ..................................................................................... 55 45. Procedures for Termination of Contracts ................................................................ 56 46. Contract Amendment .................................................................................................. 57 47. Settlement of Disputes ................................................................................................ 57

Section 4. Particular Conditions of Contract ............................................................................... 59 Section 5. Tender and Contract Forms .......................................................................................... 75

Tender Submission Letter (Form PG4 – 1A) ................................................................. 76 Tender Submission Letter (Form PG4 – 1B) ................................................................. 78 Tenderer Information Sheet (Form PG4-2) .................................................................. 81 Price Schedule for Goods (Form PG4-3A) ............................ Error! Bookmark not defined. Schedule for Goods (Form PG4-3B) ............................................................................... 83 Price Schedule for Goods (Form PG4-3C) ...................................................................... 85 Price and Completion Schedule - Related Services (Form PG4-3D) .............................. 92 Specifications Submission and Compliance Sheet ........................................................ 94 (Form PG4-4) ................................................................................................................. 94 Manufacturer’s Authorisation Letter (Form PG4 - 5) .................................................... 95 Bank Guarantee for Tender Security (Form PG4 – 6) ................................................... 96 Notification of Award (Form PG4 - 7) ............................................................................ 97 Contract Agreement (Form PG4 - 8) .............................................................................. 98 Bank Guarantee for Performance Security ................................................................... 99 (Form PG4 – 9)............................................................................................................... 99 Bank Guarantee for Advance Payment (Form PG4 – 10) ............................................ 100

Deviation List (Form PG4-11)...........................................................................................................88 Warranty Certificate (Form PG4-12)................................................................................89 Section 6. Schedule of Requirements ............................................................................................. 90

Section 7. Technical Specifications ...................................................................................................... Section 8. Drawings ...................................................................................................................................

Page 5: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 1

Section 1. Instructions to Tenderers

A. General

1. Scope of Tender 1.1 The Purchaser named in the Tender Data Sheet (TDS) (hereinafter referred to as the “Purchaser”) wishes to issues these Tender Documents for the supply of Goods, and Related Services incidental thereto, as specified in the TDS and as detailed in Section 6: Schedule of Requirements.

(a) 1.2 The name of the Tender and the number and identification of its constituent lot(s) are stated in the TDS.

(b) 1.3 The successful Tenderer will be required to complete the delivery of the goods and related services (when applicable) as specified in the GCC Clause 18.

2. Interpretation 2.1 Throughout this Tender Document

(a) the term “in writing” means communication written by hand or machine duly signed and includes properly authenticated messages by facsimile or electronic mail;

(b) if the context so requires, singular means plural and vice versa; and

(c) “day” means calendar days unless otherwise specified as working days;

(d) "Tender Document ", means the Document provided by a Purchaser to a Tenderer as a basis for preparation of its Tender;

(e) "Tender ", depending on the context, means a Tender submitted by a Tenderer for delivery of Goods and Related Services to a Purchaser in response to an Invitation for Tender ;

3. Source of Funds 3.1 The Purchaser has been allocated public funds from the source as indicated in the TDS and intends to apply a portion of the funds to eligible payments under the contract for which this Tender Document is issued.

3.2 For the purpose of this provision, “public funds” means any funds allocated to a Purchaser under Government budget, or loan, grants and credits placed at the disposal of a Purchaser through the Government by the development partners or foreign states or organizations.

3.3 Payments by the development partner, if so indicated in the TDS, will be made only at the request of the Government and upon approval by the development partner in accordance with the applicable Loan/Credit/Grant Agreement, and will be subject in all respects to the terms and conditions of that Agreement.

Page 6: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 2

4. Corrupt, Fraudulent, Collusive or Coercive Practices

4.1 The Government requires that Procuring Entities, as well as Tenderers shall observe the highest standard of ethics during implementation of procurement proceedings and the execution of Contracts under public funds.

4.2 The Government requires that Procuring Entities, as well as Tenderers and Suppliers shall, during the Procurement proceedings and the execution of Contracts under public funds, ensure-

(a) strict compliance with the provisions of Section 64 of the Public Procurement Act 2006 (Act 24 of 2006);

(b) abiding by the code of ethics as mentioned in the Rule127 of the Public Procurement Rules, 2008;

(c) that neither it’s any officer nor any staff or any other agents or intermediaries working on its behalf engages in any practice as detailed in ITT Sub Clause 4.3.

4.3 For the purposes of ITT Sub-clause 4.2 the terms set forth as bellows:

(a) corrupt practice means offering, giving or promising to give, receiving, or soliciting, either directly or indirectly, to any officer or employee of a Purchaser or other public or private authority or individual, a gratuity in any form; employment or any other thing or service of value as an inducement with respect to an act or decision or method followed by a Purchaser in connection with a Procurement proceeding or contract execution;

(b) fraudulent practice means the misrepresentation or omission of facts in order to influence a decision to be taken in a Procurement proceeding or Contract execution;

(c) collusive practice means a scheme or arrangement between two (2) or more Persons, with or without the knowledge of the Purchaser, that is designed to arbitrarily reduce the number of Tenders submitted or fix Tender prices at artificial, non competitive levels, thereby denying a Purchaser the benefits of competitive price arising from genuine and open competition; or

(d) coercive practice means harming or threatening to harm, directly or indirectly, Persons or their property to influence a decision to be taken in a Procurement proceeding or the execution of a Contract, and this will include creating obstructions in the normal submission process used for Tenders.

4.4 Should any corrupt, fraudulent, collusive or coercive practice of any kind come to the knowledge of the Purchaser, it will, in the first place, allow the Tenderer to provide an explanation and shall, take actions only when a satisfactory explanation is not received. Such exclusion and the reasons thereof, shall be recorded in the record of the procurement proceedings and promptly communicated to the Tenderer concerned. Any communications between the Tenderer and the Purchaser related to matters of alleged fraud or corruption shall be in writing.

Page 7: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 3

4.5 If corrupt, fraudulent, collusive or coercive practices of any kind determined by the Purchaser against any Tenderer alleged to have carried out such practices, the Purchaser shall -

(a) exclude the concerned Tenderer from further participation in the particular Procurement proceeding; or

(b) reject any recommendation for award that had been proposed for that concerned Tenderer or;

(c) declare, at its discretion, the concerned Tenderer to be ineligible to participate in further Procurement proceedings, either indefinitely or for a specific period of time.

4.6 The Tenderer shall be aware of the provisions on corruption, fraudulence, collusion and coercion in Section 64 of the Public Procurement Act, 2006 and Rule 127 of the Public Procurement Rules, 2008 and others as stated in GCC Clause 3.

5. Eligible Tenderers

5.1 This Invitation for Tenders is open to eligible Tenderers from all countries, except for any specified in the TDS. A Tenderer will be eligible if it is a citizen, or is constituted, registered and operates in conformity with the provisions of the laws of that country.

5.2 A Tenderer may be a physical or juridical individual or body of individuals, or company, association invited to take part in public procurement or seeking to be so invited or submitting a Tender in response to an Invitation for Tenders.

5.3 Government-owned enterprises in Bangladesh shall be eligible only if they can establish that they (i) are legally and financially autonomous, (ii) operate under commercial law, and (iii) are not a dependent agency of the Purchaser.

5.4 Tenderers shall have the legal capacity to enter into the Contract. A Tenderer that is under a declaration of ineligibility by the Government of Bangladesh in accordance with applicable laws at the date of the deadline for Tender submission or thereafter shall be disqualified.

5.5 Tenderers and all parties constituting the Tenderer shall not have a conflict of interest pursuant to Rule 55 of the Public Procurement Rules, 2008.

5.6 Tenderers in its own name or its other names or also in the case of its Persons in different names, shall not be under a declaration of ineligibility for corrupt, fraudulent, collusive or coercive practices as stated under ITT Sub Clause 4.3.

5.7 Tenderers are not restrained or barred from participating in public Procurement on grounds of execution of defective supply in the past under any Contract.

5.8 Tenderers are not under a declaration of ineligibility by an international financing agency such as World Bank, Asian Development Bank or any other international agency.

Page 8: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 4

5.9 Tenderers shall not be insolvent, be in receivership, be bankrupt, be in the process of bankruptcy, be not temporarily barred from undertaking business and it shall not be the subject of legal proceedings for any of the foregoing.

5.10 Tenderers shall have fulfilled its obligations to pay taxes and social security contributions under the provisions of laws and regulations of the country of its origin. In the case of foreign Tenderers, a certificate of competent authority in that country of which the Tenderer is citizen shall be provided.

5.11 Tenderers shall provide such evidence of their continued eligibility satisfactory to the Purchaser, as the Purchaser will reasonably request.

5.12 These requirements for eligibility will extend, as applicable, to Sub-contractor proposed by the Tenderer.

6. Eligible Goods and Related Services

6.1 All goods and related services to be supplied under the contract are eligible, unless their origin is from a country specified in the TDS.

6.2 For purposes of this Clause, the term “goods” includes commodities, raw material, machinery, equipment, and industrial plants; and “related services” includes services such as insurance, transportation, installation, and commissioning, training, and initial maintenance.

6.3 For purposes of this clause, “origin” means the country where the goods have been mined, grown, cultivated, produced, manufactured or processed; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components.

6.4 The origin of goods and services is distinct from the nationality of the Tenderer. The nationality of the firm that produces, assembles, distributes, or sells the goods shall not determine their origin.

7. Site Visit 7.1 For goods contracts requiring installation/ commissioning/ networking or similar services at site, the Tenderer, at the Tenderer’s own responsibility and risk, is encouraged to visit and examine the Site and obtain all information that may be necessary for preparing the Tender and entering into a contract for the supply of goods and related services.

7.2 The Tenderer should ensure that the Purchaser is informed of the visit in adequate time to allow it to make appropriate arrangements.

7.3 The costs of visiting the Site shall be at the Tenderer’s own expense.

B. Tender Document

8. Tender Document: General

8.1 The Sections comprising the Tender Document are listed below and should be read in conjunction with any addendum issued under ITT Clause 11.

Section 1 Instructions to Tenderers (ITT)

Section 2 Tender Data Sheet (TDS)

Page 9: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 5

Section 3 General Conditions of Contract (GCC)

Section 4 Particular Conditions of Contract (PCC)

Section 5 Tender and Contract Forms

Section 6 Schedule of Requirements

Section 7 Technical Specifications

Section 8 Drawings

8.2 The Purchaser shall reject any Tender if the Tender Document was not purchased directly from the Purchaser, or through its agent as stated in the TDS.

8.3 The Tenderer is expected to examine all instructions, forms, terms, and specifications in the Tender Document as well as addendum to Tender Documents.

9. Clarification of Tender Documents

9.1 A prospective Tenderer requiring any clarification of the Tender Document shall contact the Purchaser in writing at the Purchasers address indicated in the TDS before two-third of time allowed for preparation and submission of Tender elapses.

9.2 A Purchaser is not obliged to answer any clarification received after that date requested under ITT Sub-Clause 9.1.

9.3 The Purchaser shall respond in writing within five (5) working days of receipt of any such request for clarification received under ITT Sub-Clause 9.1

9.4 The Purchaser shall forward copies of its response to all those who have purchased the Tender Document, including a description of the enquiry but without identifying its source.

9.5 Should the Purchaser deem it necessary to amend the Tender Document as a result of a clarification, it shall do so following the procedure under ITT Clause 11.

10. Pre-Tender Meeting

10.1 To clarify issues and to answer questions on any matter arising in the Tender Document, the Purchaser may, if stated in the TDS, hold a Pre-Tender Meeting at the place, date and time as specified in the TDS. All Potential Tenderers are encouraged to attend the meeting, if it is held.

10.2 Minutes of the pre-Tender meeting, including the text of the questions raised and the responses given, together with any responses prepared after the meeting, will be transmitted within one week (7 days) after holding the meeting to all those who purchased the Tender Document and even those who did not attend the meeting.

10.3 Any amendment to the Tender Document listed in ITT Sub-Clause 8.1 that may become necessary as a result of the pre-Tender meeting shall be made by the Purchaser exclusively through the issue of an Addendum as stated under ITT Sub-Clause 11 and not through the minutes of the pre-Tender meeting.

10.4 Non-attendance at the pre-Tender meeting will not be a cause for

Page 10: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 6

disqualification of a Tenderer.

11. Addendum to Tender Documents

11.1 At any time prior to the deadline for submission of Tenders, the Purchaser on its own initiative or in response to a clarification request in writing from a Tenderer, having purchased the Tender Document or as a result of a Pre-Tender meeting, may revise the Tender Document by issuing an addendum pursuant to Rule 95 of the Public Procurement Rules, 2008.

11.2 The addendum issued under ITT Sub-Clause 11.1 shall become an integral part of the Tender Document and shall have a date and an issue number and shall be circulated by fax, mail or e-mail, to Tenderers who have purchased the Tender Documents within five (5) working days of issuance of such addendum, to enable Tenderers to take appropriate action.

11.3 The Tenderer shall acknowledge receipt of an addendum.

11.4 Tenderers who have purchased the Tender Documents but have not received any addendum issued under ITT Sub-clause 11.1 shall inform the Purchaser of the fact by fax, mail or e-mail before two-third of the time allowed for the submission of Tenders has elapsed.

11.5 Procuring Entities shall also ensure posting of relevant addenda with the reference number and date on their website.

11.6 To give a prospective Tenderer reasonable time in which to take an amendment into account in preparing its Tender, the Purchaser may, at its discretion, extend the deadline for the submission of Tenders, pursuant to Rule 95(6) of the Public Procurement Rule, 2008 and under ITT Clause 36.

11.7 If an addendum is issued when time remaining is less than one-third of the time allowed for the preparation of Tenders, a Purchaser shall extend the deadline by an appropriate number of days for the submission of Tenders, depending upon the nature of the Procurement requirement and the addendum. The minimum time for such extension shall not be less than seven (7) days.

Section 1.02

C. Qualification Criteria

12. General Criteria 12.1 The Purchaser requires the Tenderer to be qualified by meeting predefined, precise minimum requirements, which entails setting pass/fail criteria, which if not met by the Tenderer, will result in rejection of its Tender.

(i) 12.2 In addition to meeting the eligibility criteria, as stated in ITT Clause 5, the Tenderer must satisfy the other criteria stated in ITT Clauses 13 to 15 inclusive.

12.3 To qualify for a multiple number of lots in a package for which tenders are invited in the Invitation for Tenders, The Tenderer shall demonstrate having resources and experience sufficient to meet the aggregate of the qualifying criteria for the individual lot. The requirement of overall

Page 11: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 7

experience and specific experience under ITT Sub-Clause 14.1 (a) and 14.1 (b) shall not be separately applicable for individual lot.

13. Litigation History

13.1 The maximum number of arbitration awards against the Tenderer over a period shall be as specified in the TDS.

14. Experience Criteria

14.1 Tenderers shall have the following minimum level of supply experience to qualify for supplying the Goods and Related Services under the contract:

(a) A minimum number of years of overall experience in the supply of goods and related services as specified in the TDS; and

(b) Specific experience of satisfactory completion of supply of similar goods of minimum value stated in the TDS under maximum number of contracts stated in TDS within the period stated in TDS; and

(c) A minimum supply and/or production capacity of Goods as specified in the TDS.

15. Financial Criteria

15.1 Tenderers shall have the following minimum level of financial capacity of qualify for the supply of goods under the contract:

(a) Availability of minimum liquid assets or working capital or credit facilities from a Bank, as specified in the TDS.

16. Appointment of Subcontractor

16.1 Tenderer, pursuant to Rule 53 of the PPR2008, is allowed to sub-contract a portion of the Supply.

16.2 The Tenderer shall specify in its Tender all portion of the Goods that will be Subcontracted, if any, including the entity(ies) to whom each portion will be subcontracted to, subject to the maximum allowable limit for subcontracting of Goods specified in the TDS.

16.3 All subcontracting arrangement must be disclosed at the time of Tendering, and subcontractors must be identified in the Tender submitted by Tenderer.

16.4 A Subcontractor may participate in more than one Tender, but only in that capacity.

16.5 Subcontractors must comply with the provision of ITT Clause 5. For this purpose contractor shall complete the Subcontractor’s information in Form PG4-1 for submission with tender.

16.6 If the Purchaser determines that a subcontractor is ineligible, the subcontracting of such portion of the Goods assigned to the ineligible subcontractor shall be disallowed.

D. Tender Preparation

17. Only One Tender

17.1 If a Tender for Goods is invited on ‘lot-by-lot’ basis, each lot shall constitute a Tender. A Tenderer shall submit only one (1) Tender for each lot, A Tenderer who submits or participates in more than one (1) Tender for each lot will cause all the Tenders with that Tenderer’s participation to be rejected.

Page 12: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 8

18. Cost of Tendering

18.1 Tenderers shall bear all costs associated with the preparation and submission of its Tender, and the Purchaser shall not be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering process.

19. Issuance and Sale of Tender Document

19.1 A Purchaser, pursuant to Rule 94 of the Public Procurement Rules,2008 shall make Tender Documents available immediately to the potential Tenderers, requesting and willing to purchase at the corresponding price if the advertisement has been published in the newspaper pursuant to Rule 90 of the Public Procurement Rules,2008.

19.2 Full contact details with mailing address, telephone and facsimile

numbers and electronic mail address, as applicable, of those to whom Tender Documents have been issued shall be recorded with a reference number by the Purchaser or its agent.

19.3 There shall not be any pre-conditions whatsoever, for sale of Tender Document and the sale of such Document shall be permitted up to the day prior to the day of deadline for the submission of Tender.

20. Language of Tender

20.1 Tenders shall be written in English language. Supporting documents and printed literature furnished by the Tenderer may be in another language provided they are accompanied by an accurate translation of the relevant passages into the English language, in which case, for purposes of interpretation of the Tender, such translation shall govern.

20.2 Tenderers shall bear all costs of translation to the governing language and all risks of the accuracy of such translation.

21. Contents of Tender

21.1 The Tender prepared by the Tenderer shall comprise the following:

(a) Tender Submission Letter (Form PG4-1) as furnished in Section 5: Tender and Contract Forms;

(b) Tenderer information sheet (Form PG4-2) as furnished in Section 5: Tender and Contract Forms;

(c) The completed Price Schedule for Goods and Related Services (Form PG4-3A, 3B, 3C and PG4-3D) as furnished in Section 5: Tender and Contract Forms as stated under ITT Clauses 23 and 24;

(d) Tender Security as stated under ITT Clause 29,30 and 31;

(e) The completed Specifications Submission and Compliance Sheet (Form PG4-4) as furnished in Section 5: Tender and Contract Forms as stated under ITT clause 25.2;

(f) Alternatives, if permitted, as stated under with ITT Clause 22;

(g) Written confirmation authorising the signatory of the Tender to commit the Tenderer, as stated under ITT Sub-Clause 34.3;

(h) The completed eligibility declarations, to establish its eligibility as stated under ITT Clause 5, in the Tender Submission Sheet (Form PG4-1), as furnished in section 5: Tender and Contract Forms;

(i) An affidavit confirming the legal capacity stating that there are no existing orders of any judicial court that prevents either the Tenderer or employees of a Tenderer entering into or signing a

Page 13: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 9

Contract with the Purchaser as stated under ITT clause 5;

(j) An affidavit confirming that the Tenderer is not insolvent, in receivership or not bankrupt or not in the process of bankruptcy, not temporarily barred from undertaking their business for financial reasons and shall not be the subject of legal proceedings for any of the foregoing as stated under ITT Clause 5;

(k) A certificate issued by the competent authority stating that the Tenderer is a Tax payer having valid Tax identification Number (TIN) and VAT registration number or in lieu any other document acceptable to the Purchaser demonstrating that the Tenderer is a genuine Tax payer and has a VAT registration number as a proof of fulfillment of taxation obligations as stated under ITT Clause 5. In the case of foreign Tenderers, a certificate of competent authority in that country of which the Tenderer is citizen shall be provided ;

(l) Documentary evidence demonstrating that they are enrolled in the relevant professional or trade organizations registered in Bangladesh or in case of foreign tenderer in their country of origin or a certificate concerning their competency issued by a professional institution in accordance with the law of the country of their origin, as stated under ITT Clause 5;

(m) The country of origin declarations, to establish the eligibility of the Goods and Related Services as stated under ITT Clause 6, in the Price Schedule for Goods and Related Services (Form PG4-3B, 3C and PG4-3D) as, applicable, furnished in Section 5: Tender and Contract Forms;

(n) Documentary evidence as stated under ITT Clauses 25, that the Goods and Related Services conform to the Tender Documents;

(o) Documentary evidence as stated under ITT Clause 26 that the Tenderer’s qualifications conform to the Tender Documents;

(p) Documents establishing legal and financial autonomy and compliance with commercial law, as stated under ITT Sub-clause 5.3 in case of government owned entity; and

(q) Any other document as specified in the TDS.

21.2 The Tenderer shall submit the Tender Submission Letter (Form PG4-1) as furnished in Section 5: Tender and Contract Forms. This form must be completed without any alterations to its format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.

21.3 The Tenderer shall submit the completed Price Schedule for Goods and Related Services (Form PG4-3A, 3B, 3C and PG4-3D), according to their origin as appropriate as furnished in section 5: Tender and Contract Forms.

22. Alternatives 22.1 Unless otherwise stated in the TDS, alternatives shall not be considered.

23. Tender Prices, Discounts

23.1 The prices and discounts quoted by the Tenderer in the Tender Submission Letter (Form PG4-1) and in the Price Schedule (Form PG4-3A, 3B, 3C and PG4-3D) shall conform to the requirements specified below.

Page 14: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 10

23.2 All lots or items as listed in Section 6: Schedule of Requirements must be listed and priced separately on the Price Schedule following the Form PG4-3A, 3B, 3C and PG4-3D as applicable.

23.3 Tenders are being invited either for a single lot or for a number of lots on ‘lot-by-lot’ basis, as specified in the TDS.

23.4 Each lot shall constitute a Tender, If Tenders for Goods are invited on ‘lot-by-lot’ basis.

23.5 Tenders being invited for a single lot or for a number of lots on ‘lot-by-lot’ basis, price quoted shall correspond to 100% of the items specified for each lot and to 100% of the quantities specified for each item of that particular lot and shall correspond to 100% of the total offered lot value, unless otherwise stated in the TDS

23.6 A Lot Tender not offering minimum number of items of those being priced based on percentage of the total number of items, and, the corresponding minimum value based on percentage of the total lot value, as specified in the ITT Sub-Clause 23.5 shall also be considered non-responsive.

23.7 Subject to ITT Sub-Clause 23.5, a Lot tender not offering a particular item which represents more than fifty percent (50%) of the estimated lot value identified by the Purchaser and specified in the TDS, even if it complies with the requirement of minimum number of items based on percentage of the total number of items as stated under ITT Sub Clause 23.5, shall be considered non-responsive.

23.8 The price to be quoted in Tender Submission Letter (Form PG4-1) shall be the total price of the Tender, excluding any discounts offered, only in case of being awarded more than one lot, by the Tenderer

23.9 The Tenderer wishing to offer any discount shall indicate the methodology for their application in the Tender Submission Letter (Form PG4-1) for being awarded of more than one lot.

23.10 Prices shall be quoted as specified in each Price Schedule (Form PG4-3A, 3B, 3C and PG4-3D) as applicable. The dis-aggregation of price components is required solely for the purpose of facilitating the comparison of tenders by the Purchaser. This shall not in any way limit the Purchaser’s right to contract on any of the terms offered. In quoting prices, the Tenderer shall be free to use transportation through carriers registered in any eligible Countries. Similarly, the Tenderer may obtain insurance services from any eligible country. Prices shall be entered in the following manner:

23.11 For Goods, manufactured within Bangladesh, the prices in the Price schedule (Form PG4-3A) shall be entered separately in the following manner:

(a) the price of the Goods quoted EXW (ex works, ex factory, ex warehouse, ex showroom, or off-the-shelf, as applicable), including all customs duties and import vat and other taxes already paid or payable on the components and raw material used in the

Page 15: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 11

manufacture or assembly of the Goods;

(b) VAT payable on account of supplier, if the contract is awarded ; and

(c) the price for inland transportation, insurance, and other local costs for the delivery of the Goods to their final destination (Project Site) specified in the TDS.

23.12 For Goods, manufactured outside Bangladesh, to be imported, the prices in the Price schedule (Form PG4-3B) shall be entered separately in the following manner:

(a) the price of the Goods, quoted CIP (named place of destination, in the Bangladesh ) or CIF (named port of destination, in Bangladesh) as specified in the TDS;

(b) VAT payable on account of supplier, if the contract is awarded; and

(c) the price for inland transportation, insurance, and other local costs for the delivery of the Goods to their final destination (Project Site) specified in the TDS;

(d) in addition to the CIP/CIF prices specified in 23.12(a) above, the price of the Goods to be imported may be quoted in other INCOTERM and shall be governed by the rules prescribed in the current edition of INCOTERM published by the International Chamber of Commerce, Paris, if so specified in the TDS;

23.13 For Goods, manufactured outside Bangladesh, already imported, the prices in the Price schedule (Form PG4-3C) shall be entered separately in the following manner:

(a) the price of the Goods, including the original import value of the Goods; plus any mark-up ; plus any other related local cost, and custom duties, import VAT and other import taxes already paid on the Goods already imported.

(b) the custom duties, import VAT and other import taxes already paid (need to be supported with documentary evidence) on the Goods already imported;

(c) the price of the Goods, obtained as the difference between (a) and (b) above;

(d) VAT payable on account of supplier, if the contract is awarded; and

(e) the price for inland transportation, insurance, and other local costs for the delivery of the Goods to their final destination (Project Site) specified in the TDS.

[For previously imported Goods, the quoted price shall be distinguishable from the original import value of these Goods declared to customs and shall include any rebate or mark-up of the local agent or representative and all local costs except import duties and taxes, which have been paid. For clarity the tenderers are asked to quote the price including import duties, and additionally to provide the import duties and the price net of import duties which is the difference of those values.]

Page 16: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 12

23.14 for Related Services, other than inland transportation and other services required to convey the Goods to their final destination, whenever such Related Services are specified in the Schedule of Requirements, the prices in the price schedule (Form PG4-3D) shall be entered in the following manner :

(a) the price of each item comprising the Related Services (inclusive of any applicable taxes).

24. Tender Currency

24.1 For expenditures that will be incurred in Bangladesh, the Tenderer shall quote the prices in Bangladesh Taka.

24.2 Suppliers offering Goods manufactured or assembled in Bangladesh, are permitted to submit their Tender in a combination of local and foreign currencies.

24.3 For expenditures that will be incurred outside Bangladesh, the Tenderer may quote the prices in USD or GBP or EUR or JPY as specified in TDS.

25. Documents Establishing the Conformity of the Goods and Related services

25.1 To establish the conformity of the Goods and Related Services to the Tender Documents, the Tenderer shall furnish as part of its Tender the documentary evidence that the Goods and Related services conform to the technical specifications and standards in Section 7, Technical Specifications.

25.2 Documentary evidence of conformity of the Goods and services to the Tender Documents may be in the form of literature, drawings, and data, and shall consist of:

(a) a detailed description of the essential technical and performance characteristics of the Goods;

(b) if so required in TDS, tenderer shall also furnish a list giving full particulars, including available sources and current prices of spare parts, special tools, etc., necessary for the proper and continuing functioning of the Goods during the period specified in the TDS, following commencement of the use of the Goods by the Purchaser ; and

(c) an item-by-item commentary on the Purchaser’s Technical Specifications demonstrating substantial responsiveness of the Goods and Related services to those specifications, or a statement of deviations and exceptions to the provisions of Section 7. Technical Specifications.

26. Documents Establishing Qualifications of the Tenderer

26.1 The documentary evidence of the Tenderer’s qualifications to perform the contract if its Tender is accepted shall establish to the Purchaser’s satisfaction:

(a) that the Tenderer meets each of the qualification criterion specified in Sub-Section C, Qualification Criteria of the ITT;

(b) that, if required in the TDS, a Tenderer that does not manufacture or produce the Goods it offers to supply shall submit the Manufacturer’s Authorization Letter (Form PG4-5) furnished in Section 5: Tender and Contract Forms, to demonstrate that it has been duly authorized by the manufacturer or producer of the Goods to supply the Goods to

Page 17: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 13

Bangladesh.; and

(c) that, if required in the TDS, in case of a Tenderer not doing business within Bangladesh, the Tenderer is or will be (if awarded the contract) represented by an Agent in the country equipped and able to carry out the Supplier’s maintenance.

27. Validity Period of Tender

27.1 Tender validities shall be determined on the basis of the complexity of the Tender and the time needed for its examination, evaluation, approval of the Tender and issuance of the Notification of Award pursuant to Rule 19 and 20 of the Public Procurement Rules,2008.

27.2 Tenders shall remain valid for the period specified in the TDS after the date of Tender submission deadline prescribed by the Purchaser, as stated under ITT Clause 36. A Tender valid for a period shorter than that specified will be rejected by the Purchaser as non- responsive.

28. Extension of Tender Validity and Tender Security

28.1 In justified exceptional circumstances, prior to the expiration of the Tender validity period, the Purchaser following Rule 21 of the Public Procurerment Rules,2008 may solicit, not later than ten (10) days before the expiry date of the Tender validity, compulsorily all the Tenderers’ consent to an extension of the period of validity of their Tenders.

28.2 The request for extension of Tender validity period shall state the new date of the validity of the Tender.

28.3 The request from the Purchaser and the responses from the Tenderers will be made in writing.

28.4 Tenderers consenting in writing to the request made by the Purchaser under ITT Sub-Clause 28.1 shall also correspondingly extend the validity of its Tender Security for twenty-eight (28) days beyond the new date for the expiry of Tender validity.

28.5 Tenderers consenting in writing to the request under ITT Sub-Clause 28.1 shall not be required or permitted to modify its Tender in any circumstances.

28.6 If the Tenderers are not consenting in writing to the request made by the Purchaser under ITT Sub-Clause 28.1, its Tender will not be considered for subsequent evaluation.

29. Tender Security 29.1 The Tender Security and its amount shall be determined sufficient to discourage the submission of frivolous and irresponsible tenders pursuant to Rule 22 of the Public Procurement Rule,2008 and shall be expressed as a rounded fixed amount and, shall not be stated as a precise percentage of the estimated total Contract value.

29.2 The Tenderer shall furnish as part of its Tender, in favour of the Purchaser or as otherwise directed on account of the Tenderer as specified in TDS.

29.3 Amount of the Tender security may be determined on the basis of different percentages for each lot, but the amount in fixed and currency as specified in TDS, if so indicated that the Tenders are invited on lot-by-lot basis under ITT Sub Clause 23.3

Page 18: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 14

30. Form of Tender security

30.1 The Tender Security shall be in the form of an irrevocable bank guarantee issued by an internationally reputable bank and shall require to be endorsed by its any correspondent bank located in Bangladesh, to make it enforceable, in the format (Form PG4-6) furnished in Section 5: Tender and Contract Forms;

30.2 be payable promptly upon written demand by the Purchaser in the case of the conditions listed in ITT Clause 33 being invoked; and

30.3 remain valid for at least twenty eight (28) days beyond the expiry date of the Tender Validity in order to make a claim in due course against a Tenderer in the circumstances detailed under ITT Clause 33 and pursuant to Rule 25 of the Public Procurement Rules,2008.

31. Authenticity of Tender Security

31.1 The authenticity of the Tender security submitted by a Tenderer shall be examined and verified by the Purchaser in writing from the Bank issuing the security, prior to finalization of the Evaluation Report pursuant to Rule 24 of the Public Procurement Rule, 2008.

31.2 If a Tender Security is found to be not authentic, the Tender which it covers shall not be considered for subsequent evaluation and in such case the Purchaser shall proceed to take punitive measures against that Tenderer as stated under ITT Sub-Clause 4.6, pursuant to Rule 127 of the Public Procurement Rules, 2008 and in accordance with Section 64(5) of the Public Procurement Act, 2006.

31.3 Tender not accompanied by a valid Tender Security as stated under Sub-Clause 29, 30 and 31, shall be considered as non-responsive.

32. Return of Tender Security

32.1 No Tender security shall be returned by the Tender Opening Committee (TOC) during and after the opening of the Tenders pursuant to Rule 26 of the Public Procurement Rules 2008.

32.2 No Tender security shall be returned to the Tenderers before contract signing, except to those who are found non-responsive.

32.3 Tender securities of the non-responsive Tenders shall be returned immediately after the Evaluation Report has been approved by the Purchaser.

32.4 Tender securities of the responsive Tenderers shall be returned only after the lowest evaluated responsive Tenderer has submitted the performance security and signed the contract , that being even before the expiration of the validity period specified in Clause 27.

32.5 Tender Securities of the Tenderers not consenting within the specified date in writing to the request made by the Purchaser under ITT Sub-Clause 28.1 in regard to extension of its Tender validity shall be discharged or returned forthwith.

33. Forfeiture of Tender Security

33.1 The Tender security pursuant to Rule 25 of the Public Procurement Rules,2008 may be forfeited if a Tenderer:

(a) withdraws its Tender after opening of Tenders but within the validity of the Tender as stated under ITT Clauses 27,and 28,

Page 19: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 15

pursuant to Rule 19 of the Public Procurement Rules 2008; or

(b) refuses to accept a Notification of Award as stated under ITT Sub-Clause 62.3, pursuant to Rule 102 of the Public Procurement Rules 2008; or

(c) fails to furnish performance security as stated under ITT Sub-Clause 63.2, pursuant to Rule 102 of the Public Procurement Rules 2008; or

(d) refuses to sign the Contract as stated under ITT Sub-Clause 67.2 pursuant to Rule 102 of the Public Procurement Rules 2008; or

(e) does not accept the correction of the Tender price following the correction of arithmetic errors as stated under ITT Clause 49, pursuant to Rule 98(11) of the Public Procurement Rules 2008

34. Format and Signing of Tender

34.1 The Tenderer shall prepare one (1) original of the documents comprising the Tender as described in ITT Clause 21 and clearly mark it “ORIGINAL”. In addition, the Tenderer shall prepare the number of copies of the Tender, as specified in the TDS and clearly mark each of them “COPY”. In the event of any discrepancy between the original and the copies, the original shall prevail.

34.2 Alternatives, if permitted under ITT Clause 22, shall be clearly marked “Alternative”.

34.3 The original and each copy of the Tender shall be typed or written in indelible ink and shall be signed by a person duly authorised to sign on behalf of the Tenderer. This authorisation shall consist of a written authorisation and shall be attached to the Tender Submission Letter (Form PG4-1).

34.4 The name and position held by each person signing the authorisation must be typed or printed below the signature.

34.5 All pages of the original and of each copy of the Tender, except for un-amended printed literature, shall be numbered sequentially and signed or initialled by the person signing the Tender.

34.6 Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialled by the person(s) signing the Tender.

34.7 Person(s) signing the Tender shall describe his or her name, address, position.

E. Tender Submission

35. Sealing, Marking and Submission of Tender

35.1 The Tenderer shall enclose the original in one (1) envelope and all the copies of the Tender, including the alternative , if permitted under ITT Clause 22 in another envelope, duly marking the envelopes as “ORIGINAL” “ALTERNATIVE” (if permitted) and “COPY.” These sealed envelopes will then be enclosed and sealed in one (1) single outer envelope.

Page 20: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 16

35.2 Tenders shall be properly marked by Tenderers in order not be confused with other types of correspondence which may also be hand-delivered or posted by mail or courier service. The inner and outer envelopes shall:

(a) bear the name and address of the Tenderer ;

(b) be addressed to the Purchaser as stated under ITT Sub-Clause 36.1;

(c) bear the specific identification of this tendering process indicated in ITT Sub-Clause1.2 and any additional identification marks as specified in the TDS; and

(d) bear a statement “DO NOT OPEN BEFORE” the time and date for Tender Opening , as stated under ITT Sub- Clause 42.2.

35.3 The Tenderer is solely and entirely responsible for pre-disclosure of Tender information if the envelope(s) are not properly sealed and marked.

35.4 Tenders shall be delivered by hand or by mail, including courier services to location as designated in the ITT Sub-Clause 36.1.

35.5 Tenders shall be submitted on the basis of this Tender Document issued by the Purchaser.

35.6 The Purchaser will, on request, provide the Tenderer with a receipt showing the date and time when it’s Tender was received.

35.7 When so specified in the TDS, tenderers shall have the option of submitting their tenders electronically.

35.8 Tenderers submitting tenders electronically shall follow the electronic tender submission procedures specified in the TDS.

36. Deadline for Submission of tenders

36.1 Tenders shall be delivered to the Purchaser at the address specified in the TDS and no later than the date and time specified in the TDS.

36.2 The Purchaser may, at its discretion on justifiably acceptable grounds duly recorded, extend the deadline for submission of Tender as stated under ITT Sub Clause 36.1, in which case all rights and obligations of the Purchaser and Tenderers previously subject to the deadline will thereafter be subject to the new deadline as extended.

37. Late tender 37.1 Any Tender received by the Purchaser after the deadline for submission of Tenders as stated under ITT Sub-Clause 36.1, shall be declared LATE, rejected, returned unopened to the Tenderer.

38. Modification, Substitution or Withdrawal of Tenders

38.1 A Tenderer may modify, substitute or withdraw its Tender after it has been submitted by sending a written notice duly signed by the authorised signatory properly sealed, and shall include a copy of the authorisation (the power of attorney), confirmed by an affidavit duly authenticated as stated under ITT Clause 34.3, provided that such written notice including the affidavit is received by the Purchaser prior to the deadline for submission of Tenders as stated under ITT Sub-Clause 36.1.

39. Tender Modification

39.1 The Tenderer shall not be allowed to retrieve its original Tender, but shall be allowed to submit corresponding modification to its original Tender marked as “MODIFICATION”.

Page 21: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 17

40. Tender Substitution

40.1 The Tenderer shall not be allowed to retrieve its original Tender, but shall be allowed to submit another Tender marked as “SUBSTITUTION”.

41. Withdrawal of Tender

41.1 The Tenderer shall be allowed to withdraw its Tender by a Letter of Withdrawal marked as “WITHDRAWAL”.

F. Tender Opening and Evaluation 42. Tender Opening 42.1 Tenders shall be opened pursuant to Rule 97 following steps in Part D of

Schedule IV of The Public Procurement Rule, 2008.

42.2 Tenders shall be opened in public immediately after the deadline for submission of Tenders at the place, date and time as specified in the TDS but no later than ONE HOUR after expiry of the submission deadline. Tender opening shall not be delayed on the plea of absence of Tenderers or his or her representatives.

42.3 Any specific electronic Tender opening procedures required if electronic tendering is permitted under ITT Sub-Clause 35.7, shall be as specified in the TDS.

42.4 Persons not associated with the Tender may not be allowed to attend the public opening of Tenders.

42.5 The Tenderers’ representatives shall be duly authorised by the Tenderer. Tenderers or their authorised representatives will be allowed to attend and witness the opening of Tenders, and will sign a register evidencing their attendance.

42.6 The authenticity of withdrawal or substitution of, or modifications to original Tender, if any made by a Tenderer in specified manner, shall be examined and verified by the Tender Opening Committee based on documents submitted under ITT Sub Clause 38.1.

42.7 Tenders will be opened in the following manner:

(a) firstly, envelopes marked “Withdrawal” shall be opened and “Withdrawal” notices read aloud and recorded, and the envelope with the corresponding Tender shall not be opened, but returned unopened to the Tenderer by the Purchaser at a later time immediately after preliminary examination by the Tender Evaluation Committee (TEC) as stated under ITT Sub-Clause 45.1. No Tender withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and in such case the Tender shall be read aloud at the Tender opening ;

(b) secondly, the remaining Tenders will be sorted out and those marked “substitutes” or “modified” will be linked with their corresponding “original”(O) Tender;

(c) Next, envelopes marked “Substitution”(S) shall be opened and read aloud and recorded, and exchanged with the corresponding Tender being substituted, and the substituted Tender shall not be opened, but returned unopened to the Tenderer by the Purchaser at a later time immediately after preliminary examination by the Tender Evaluation Committee (TEC) as stated under ITT Sub-Clause 45.1 . No Tender substitution shall be permitted unless the corresponding substitution notice contains a valid authorization to request the

Page 22: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 18

substitution and in such case the Tender shall be read aloud at the Tender opening.

(d) Next envelopes marked “Modification” (M) shall be opened and read aloud with the corresponding Tender and recorded. No Tender modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and in such case the Tender shall be read aloud at the Tender opening.

(e) thirdly, if so specified in this Tender Document, the envelopes marked “ Alternative ”(A) shall be opened and read aloud with the corresponding Tender and recorded.

42.8 Ensuring that only the correct (M), (S), (A),(O) envelopes are opened, details of each Tender will be dealt with as follows:

(a) the Chairperson of the Tender Opening Committee will read aloud each Tender and record in the Tender Opening Sheet (TOS)

(i) the name and address of the Tenderer;

(ii) state if it is a withdrawn, modified, substituted , or original tender;

(iii) the Tender price;

(iv) the number of initialled corrections;

(v) any discounts;

(vi) any alternatives;

(vii) the presence or absence of any requisite Tender Security; and

(viii) such other details as the Purchaser, at its discretion, may consider appropriate.

(b) only discounts and alternative read aloud at the Tender opening will be considered in evaluation;

(c) all pages of the original version of the Tender, except for un-amended printed literature, will be initialled by members of the Tender Opening Committee.

42.9 Upon completion of Tender opening, all members of the Tender Opening Committee and the Tenderers or Tenderer’s duly authorised representatives attending the Tender opening shall sign by name, address, designation and their national Identification Numbers the Tender Opening Sheet, copies of which shall be issued to the Head of the Purchaser or an officer authorised by him or her and also to the members of the Tender Opening Committee and any authorised Consultants and, to the Tenderers immediately.

42.10 The omission of a Tenderer’s signature on the record shall not invalidate the contents and effect of the record under ITT Sub-Clause 42.8.

42.11 No Tender will be rejected at the Tender opening stage except the LATE Tenders. .

42.12 A copy of the record shall be distributed to all Tenderers who submitted tenders in time, and posted online when electronic tendering is permitted.

43. Evaluation of Tenders

43.1 Purchaser’s Tender Evaluation Committee (TEC) shall examine, evaluate and compare Tenders that are responsive to the mandatory requirements of Tender Documents in order to identify the successful Tenderer.

Page 23: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 19

43.2 Tenders shall be examined and evaluated only on the basis of the criteria specified in the Tender Document.

44. Evaluation process

44.1 The TEC may consider a Tender as responsive in the Evaluation, only if it is submitted in compliance with the mandatory requirements set out in the Tender Document. The evaluation process should begin immediately after tender opening following four steps:

(a) Preliminary Examination;

(b) Technical Examinations and Responsiveness;

(c) Financial evaluation and price comparison;

(d) Post-qualification of the lowest evaluated responsive Tenders.

45. Preliminary Examination

45.1 Compliance, adequacy and authenticity of the documentary evidences for meeting the qualification criterion specified in the corresponding section of the Tender document shall have to be preliminarily examined and verified.

45.2 The TEC shall firstly examine the Tenders to confirm that all documentation requested in ITT Clause 21 has been provided. Examination of the compliance, adequacy and authenticity of the documentary evidence may follow the order below:

(a) verification of the completeness of the eligibility declaration in the Tender Submission Letter (Form PG4-1) to determine the eligibility of the tenderer as stated under ITT Sub-Clause 21(h). Any alterations to its format, filling in all blank spaces with the information requested, failing which the tender may lead to rejection of the Tender;

(b) verification of that the Tenderer is enrolled in the relevant professional or trade organisations as stated under ITT Clause 21(l);

(c) verification of the eligibility in terms of legal capacity and fulfilment of taxation obligation by the tenderer in accordance as stated under ITT Sub-Clause 21(i) and 21(k);

(d) verification of eligibility that the tenderer is not insolvent, in receivership, bankrupt, not in the process of bankruptcy, not temporarily barred as stated under ITT Sub-Clause 21(j);

(e) verification of eligibility of Tenderer’s country of origin as stated under ITT Sub-Clause 21(b);

(f) verification of the written authorization confirming the signatory of the Tenderer to commit the Tender has been attached with Tender Submission Letter (Form PG4-1) as stated under ITT Sub-Clause 21(g); in order to check the authenticity of Tender and Tenderer itself ;

(g) verification of the Tender Security as stated under ITT Sub-Clause 21(d); and

(h) Verification of that the written notice for ‘WITHDRAWL’ and ‘SUBSTITUTION of’ or MODIFICATION to, the corresponding Tender is proper and authentic, if the tender is “WITHDRAWN”, “SUBSTITUTION” or “MODIFICATION”, as stated under ITT Sub-Clause 38.1

45.3 The TEC shall confirm that the above documents and information have been provided in the Tender and the completeness of the documents and compliance of instructions given in corresponding ITT Clauses shall be verified, failing which the tender shall be considered as non-responsive.

Page 24: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 20

46. Technical Examinations & Responsiveness

46.1 Only those Tenders surviving preliminary examination need to be examined in this phase.

46.2 Secondly, the TEC will examine the adequacy and authenticity of the documentary evidence which may follow the order below:

(a) verification of the completeness of the country of origin declaration in the Price Schedule for Goods and Related Services (Form PG4-3B, 3C and PG4-3D) as furnished in Section 5: Tender and Contract Forms to determine the eligibility of the Goods and Related Services as stated under ITT Sub Clause 21(m).

(b) verification and examination of the documentary evidence and completed Specification Submission Sheet (Form PG4-4) as furnished in Section 5: Tender and Contract Forms to establish the conformity of the Goods and Related Services to the Tender Documents as stated under ITT Sub Clause 21(e) and 21(n).

(c) verification and examination of the documentary evidence that the Tenderer’s qualifications conform to the Tender Documents and the Tenderer meets each of the qualification criterion specified in Sub-Section C, Qualification Criteria as stated under ITT Sub Caluse 21(o).

(d) verification and examination of the documentary evidence that Tenderer has met all the requirements in regards to scope of Supply as stated under Section 6, Schedule of Requirements, without any material deviation or reservation.

46.3 TEC may consider a Tender as responsive in the evaluation, only if comply with the mandatory requirements as stated under Clause 46.2.

46.4 The TEC’s determination of a Tender’s responsiveness is to be based on the documentary evidence as requested in Clause 46.2 without recourse to extrinsic evidence.

46.5 Information contained in a Tender, that was not requested in the Tender Document shall not be considered in evaluation of the Tender.

46.6 If a Tender is not responsive to the mandatory requirements set out in the Tender Document it shall be rejected by the TEC and shall not subsequently be made responsive by the Tenderer by correction of the material deviation, reservation.

46.7 A material deviation or reservation is one-

(a) which affects in any substantial way the scope, quality, or performance of the Goods and Related Services and Tenderer’s qualifications mentioned in the Tender Document.

(b) which limits in any substantial way, inconsistent with the Tender Documents, the Purchaser ’s rights or the Tenderer’s obligations under the Contract; or

(c) whose rectification would anyway affect unfairly the competitive position of other Tenderers presenting responsive Tenders.

46.8 During the evaluation of Tender, the following definitions apply:

(a) “Deviation” is a departure from the requirements specified in the Tender Document;

Page 25: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 21

(b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Tender Document;

46.9 A TEC may regard a Tender as responsive, even if it contains-

(a) minor or insignificant deviations, which do not meaningfully alter or depart from the technical specifications, characteristics and commercial terms and conditions or other requirements set out in the Tender Document;

(b) errors or oversights, which if corrected, would not alter the key aspects of the Tender.

47. Clarification on Tender

47.1 The TEC may ask Tenderers for clarifications of their Tenders, including breakdowns of unit rates, in order to assist the examination and evaluation of the Tenders, provided that, Tender clarifications which may lead to a change in the substance of the Tender or in any of the key elements of the Tender as stated under ITT Sub-Clause 46.7, shall neither be sought nor permitted by the TEC.

47.2 Change in the tender price shall not be sought or permitted, except to confirm correction of arithmetical errors discovered by the Purchaser in the evaluation of the Tender, as sated under ITT Clause 49.

47.3 Any request for clarifications by the TEC shall not be directed towards making an apparently non-responsive Tender responsive and reciprocally the response from the concerned Tenderer shall not be articulated towards any addition, alteration or modification to its Tender.

47.4 If a Tenderer does not provide clarifications of its Tender by the date and

time set in the TEC’s written request for clarification, its Tender shall not be considered in the evaluation.

47.5 Requests for clarification shall be in writing and shall be signed only by the

Chairperson of the TEC.

48. Restrictions on the Disclosure of Information Relating to the Procurement Process

48.1 Following the opening of Tenders until issuance of Notification of Award no Tenderer shall, unless requested to provide clarification to its Tender or unless necessary for submission of a complaint, communicate with the concerned Purchaser pursuant to Rule 31 of the Public Procurement Rule,2008.

48.2 Tenderers shall not seek to influence in anyway, the examination and evaluation of the Tenders.

48.3 Any effort by a Tenderer to influence a Purchaser in its decision concerning the evaluation of Tenders, Contract awards may result in the rejection of its Tender as well as further action in accordance with Section 64 (5) of the Public Procurement Act 2006.

48.4 All clarification requests shall remind Tenderers of the need for confidentiality and that any breach of confidentiality on the part of the Tenderer may result in their Tender being disqualified.

48.5 Information relating to the examination, evaluation, comparison, and post qualification of the tender or contract award, shall not be disclosed to tenderers or any other persons not officially concerned with such process.

Page 26: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 22

49. Correction of Arithmetical Errors

49.1 The TEC shall correct any arithmetic errors that are discovered during the examination of Tenders, and shall promptly notify the concerned Tenderer(s) of any such correction(s) pursuant to Rule 98(11) of the Public Procurement Rule, 2008.

49.2 Provided that the Tender is responsive, TEC shall correct arithmetical errors on the following basis:

(a) If there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion of the TEC there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted will govern and the unit price will be corrected;

(b) If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected.

49.3 Any Tenderer that does not accept the correction of the Tender amount following correction of arithmetic errors as determined by the application of ITT Sub-Clause 49.2 shall be considered as non-responsive.

50. Conversion to Single Currency

50.1 For evaluation and comparison purpose, TEC shall convert all Tender prices expressed in the amounts in various currencies into an amount in Bangladeshi Taka currency, using the selling exchange rates established by the Bangladesh Bank, on the date of Tender opening.

51. Domestic Preference

51.1 Domestic preference shall be a factor in tender evaluation, unless otherwise specified in the TDS

51.2 If domestic preference shall be a tender-evaluation factor, the Purchaser will grant a margin of fifteen percent (15%) domestic preference to Goods manufactured in Bangladesh during the evaluation of its Tender while comparing the same with those of other Tenderers under the classification set out in ITT Sub-Clause 51.3. The evaluation will be carried out in accordance with the provisions set out in ITT Clause 54.

51.3 Tenders will be classified in one of two groups, as follows:

(a) Group A: Tender offering goods manufactured in Bangladesh, for which:

(i) labour, raw materials, and components from within the Bangladesh account for more than thirty (30) percent of the EXW price; and

(ii) the production facility in which they will be manufactured or assembled has been engaged in manufacturing or assembling such goods at least since the date of tender submission.

(b) Group B: Tenders offering Goods manufactured outside Bangladesh that have been already imported or that will be imported.

51.4 To facilitate this classification by the Tenderer, the Tenderer shall complete whichever Form of the Price Schedule furnished in the Tender Document is appropriate.

51.5 Completion of an inappropriate Form of the Price Schedule by the Tenderer shall not result in rejection of its tender, but merely in the Purchaser’s

Page 27: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 23

reclassification of the tenderer into its appropriate tender group.

52. Financial Evaluation

52.1 Thirdly the TEC, pursuant to Rule 98 of the Public Procurement Rules, 2008 shall evaluate each Tender that has been determined, up to this stage of the evaluation, to be responsive to the mandatory requirements in the Tender Document.

52.2 To evaluate a Tender in this stage , the Purchaser shall consider the following:

(a) Verification and examination of the Price Schedule for Goods and Related Services (Form PG4-3A, 3B, 3C and PG4-3D) as furnished by the Tenderer and checking the compliance with the instructions provided under ITT Clause 23;

(b) Evaluation will be done for Items or lot by lot as stated under ITT Clause 23 and the Total Tender Price as quoted in accordance with Clause 23 ;

(c) Adjustment for correction of arithmetical errors as stated under ITT Sub-Clause 49.2;

(d) Adjustment for price modification offered as stated under ITT Clause 38;

(e) Adjustment due to discount as stated under ITT Sub-Clauses 23.8 , 23.9 and 52.3;

(f) Adjustment due to the application of economic factors of evaluation as stated under ITT Sub-Clause 52.5 if any;

(g) Adjustment due to the assessment of the price of unpriced items as stated under ITT Clause 53 if any;

(h) Adjustment due to the application of a margin of preference (domestic preference), in accordance with ITT Clause 54 if applicable

52.3 If Tenders are invited for a single lot or for a number of lots as stated under ITT Sub-clauses 23.3, TEC shall evaluate only lots that that have included at least the percentage of items per lot as stated under ITT Sub-Clause 23.5 and 23.6. The TEC shall evaluate and compare the Tenders taking into account:

(a) Lowest evaluated tender for each lot ;

(b) The price discount/reduction per lot;

(c) Least cost combination for the Purchaser, considering discounts and the methodology for its application as stated under ITT Sub-clauses 23.8 and 23.9 offered by the Tenderer in its Tender.

52.4 Only those spare parts and tools which are specified as a item in the List of Goods and Related Services in Section 6, Schedule of Requirement or adjustment as stated under ITT Sub-clause 52.5, shall be taken into account in the Tender evaluation. Supplier-recommended spare parts for a specified operating requirement as stated under ITT Sub-clause 25.2(b) shall not be considered in Tender evaluation.

Page 28: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 24

52.5 The Purchaser’s evaluation of a tender may require the consideration of other factors, in addition to the Tender Price quoted as stated under ITT Clause 23. The effect of the factors selected, if any, shall be expressed in monetary terms to facilitate comparison of tenders. The factors, methodologies and criteria to be used shall be as specified in TDS. The applicable economic factors, for the purposes of evaluation of Tenders shall be:

(a) Adjustment for Deviations in the Delivery and Completion Schedule

(b) Cost of major replacement components, mandatory spare parts, and service

52.6 Variations, deviations, and alternatives and other factors which are in excess of the requirements of the Tender Document or otherwise result in unsolicited benefits for the Purchaser will not be taken into account in Tender evaluation.

53. Assessing the Price of Unpriced Items

53.1 If it is so permitted under ITT Clause 23 , any Tenderer offered only eighty percent (80%) or minimum percent of the items of a lot as stated under ITT Sub-Clause 23.5, the TEC shall calculate the total lot value by adding up the average prices offered by other responsive Tenderers for the missing items to the lot value to establish the winning lot Tender. If the Tenderer offered less than the specified, the Tender shall be evaluated as sated under ITT Clause 23.

53.2 If the winning lot is missing some items as stated under ITT Sub Clause 53.1, comprising less than twenty percent (20%), the Purchaser may procure the missing items from the Tenderer offering the least cost for those remaining items.

54. Evaluation of Domestic Preference

54.1 If the Tender document so specifies, the Tenderer will grant a margin preference to goods manufactured in Bangladesh as stated in ITT Caluse 51 for the purpose of Tender comparison, in accordance with the procedure outlined below:

54.2 The Purchaser will first review the tenders to confirm the appropriateness of, and to modify as necessary, the tenderer group classification to which Tenderers assigned their tenders in preparing their Tender Forms and Price Schedules.

54.3 All evaluated tenders in each group will then be compared to determine the lowest evaluated tender of each group. Such lowest evaluated tenders shall be compared with each other and if as a result of this comparison a tenderer from Group A and the Tenders offering Goods manufactured in Bangladesh is the lowest, it shall be selected for the award.

54.4 If, as a result of the preceding comparison, the lowest evaluated tender is from Group B,

(a) all Group B tenders will then be further compared with the lowest evaluated tender from Group A, after adding to the evaluated tender price of goods offered in the tender for Group B, for the purpose of further comparison only an amount equal to fifteen (15) percent of the CIF/CIP (named place of destination or named port of destination) tender price.

(b) The lowest-evaluated tender determined from this last comparison shall be selected for the award.

Page 29: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 25

55. Price Comparison

55.1 The TEC shall compare all responsive Tenders to determine the lowest-evaluated Tender, as stated under ITT Clause 54.

55.2 In the extremely unlikely event that there is a tie for the lowest evaluated price, the Tenderer with the superior past performance with the Purchaser shall be selected, whereby factors such as delivery period, quality of Goods delivered, complaints history and performance indicators could be taken into consideration.

55.3 In the event that there is a tie for the lowest price and none of the Tenderers has the record of past performance with the Purchaser, then the the Tenderer shall be selected, subject to firm confirmation through the Post-qualification process described in ITT Clause 57, after consideration as to whether the quality of Goods that is considered more advantageous by the end-users.

55.4 The successful Tenderer as stated under ITT Sub Clauses 55.1, 55.2 and 55.3 shall not be selected through lottery under any circumstances.

56. Negotiation 56.1 No negotiations shall be held during the Tender evaluation or award with the lowest or any other Tenderer pursuant to Rule 99 of the Public Procurement Rules, 2008.

57. Post-qualification

57.1 After determining the lowest-evaluated responsive tender as sated under ITT Sub-Clause 55.1, the Purchaser’s TEC pursuant to Rule 100 of the Public Procurement Rules, 2008, shall carry out the Post-Qualification of the Tenderer, using only the requirements specified in Sub-Section C, Qualification Criteria.

57.2 The TEC shall contact the references given by Tenderers about their previous Supply experiences to verify, if necessary, statements made by them in their Tender and to obtain the most up-to-date information concerning the Tenderers.

57.3 The TEC may visit the premises of the Tenderer as a part of the post-qualification process, if practical and appropriate, to verify information contained in its Tender.

57.4 The TEC shall determine to its satisfaction whether the Tenderer that is selected as having submitted the lowest evaluated responsive Tender is qualified to perform the Contract satisfactorily.

57.5 The objective of any visit under ITT Sub-Clause 57.3 shall be limited to a general and visual inspection of the Tenderer’s facilities and its plant and equipment, and there shall be no discussion concerning the Tender or its evaluation with the Tenderer during such visit(s).

Page 30: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 26

57.6 In the event that the Tenderer with lowest evaluated cost fails the post-qualification, the TEC shall make a similar determination for the Tenderer offering the next lowest evaluated cost and so on from the remaining responsive Tenders, provided that,

(a) such action shall only be taken if the evaluated costs of the Tenders under consideration are acceptable to the Purchaser;

(b) when the point is reached whereby the evaluated costs of the remaining responsive Tenders are significantly higher than that of the official estimate, or the market price, the Purchaser may take action pursuant to Rule 33 and may proceed for re-Tendering, using a revised Tender Document designed to achieve a more successful result.

58. Rejection of All Tenders

58.1 The Purchaser may, in the circumstances as stated under ITT Sub-Clause 58.2 and pursuant to Rule 33 of the Public Procurement Rules 2008, reject all Tenders following recommendations from the Evaluation Committee only after the approval of such recommendations by the Head of the Purchaser.

58.2 All Tenders can be rejected, if -

(a) the price of the lowest evaluated Tender exceeds the official estimate, provided the estimate is realistic; or

(b) there is evidence of lack of effective competition; such as non-participation by a number of potential Tenderers; or

(c) the Tenderers are unable to propose completion of the delivery within the stipulated time in its offer, though the stipulated time is reasonable and realistic; or

(d) all Tenders are non-responsive; or

(e) evidence of professional misconduct, affecting seriously the Procurement process, is established pursuant to Rule 127 of the Public Procurement Rules, 2008.

58.3 Notwithstanding anything contained in ITT Sub-Clause 58.2 Tenders may not be rejected if the lowest evaluated price is in conformity with the market price.

58.4 A Purchaser may pursuant to Rule 35 of the Public Procurement Rules, 2008, on justifiable grounds, annul the Procurement proceedings prior to the deadline for the submission of Tenders.

58.5 All Tenders received by the Purchaser shall be returned unopened to the Tenderers in the event Procurement proceedings are annulled under ITT Sub-Clause 58.4.

59. Informing Reasons for Rejection

59.1 Notice of the rejection, pursuant to Rule 35 of the Public Procurement Rules, 2008, will be given promptly within seven (7) days of decision taken by the Purchaser to all Tenderers and, the Purchaser will, upon receipt of a written request, communicate to any Tenderer the reason(s) for its rejection but is not required to justify those reason(s).

G. Contract Award

60. Award Criteria 60.1 The Purchaser shall award the Contract to the Tenderer whose offer is responsive to the Tender Document and that has been determined to be the lowest evaluated Tender, provided further that the Tenderer is determined to

Page 31: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 27

be Post-Qualified as stated under ITT Clause 57.

60.2 A Tenderer shall no be required, as a condition for award of contract, to undertake obligations not stipulated in the Tender Document, to change its price, or otherwise to modify its Tender.

61. Purchaser’s Right to Vary Quantities

61.1 The Purchaser reserves the right at the time of Contract Award to increase or decrease the quantity, per item, of Goods and Related Services originally specified in Section 6: Schedule of Requirements, provided this does not exceed the percentages indicated in the TDS, and without any change in the unit prices or other terms and conditions of the Tender and the Tender Document.

62. Notification of Award

62.1 Prior to the expiry of the Tender validity period and within seven (7) working days of receipt of the approval of the award by the Approving Authority, the Purchaser pursuant to Rule 102 of the Public procurement Rules, 2008, shall issue the Notification of Award (NOA) to the successful Tenderer

62.2 The Notification of Award, attaching the contract as per the sample (Form PG4-7) to be signed, shall state:

(a) the acceptance of the Tender by the Purchaser;

(b) the price at which the contract is awarded;

(c) the amount of the Performance Security and its format;

(d) the date and time within which the Performance Security shall be submitted; and

(e) the date and time within which the contract shall be signed.

62.3 The Notification of Award shall be accepted in writing by the successful Tenderer within seven (7) working days from the date of issuance of NOA.

62.4 Until a formal contract is signed, the Notification of Award shall constitute a Contract, which shall become binding upon the furnishing of a Performance Security and the signing of the Contract by both parties.

62.5 The Notification of Award establishes a Contract between the Purchaser and the successful Tenderer and the existence of a Contract is confirmed through the signature of the Contract Document that includes all agreements between the Purchaser and the successful Tenderer.

63. Performance Security

63.1 The Performance Security shall be determined sufficient to protect the performance of the Contract pursuant to Rule 27 of the Public Procurement Rules, 2008.

63.2 Performance Security shall be furnished by the successful Tenderer in the amount specified in the TDS and denominated in the currencies in which the Contract Price is payable pursuant to Rule 102 (8) of the Public Procurement Rules, 2008.

63.3 The proceeds of the Performance Security shall be payable to the Purchaser unconditionally upon first written demand as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.

Page 32: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 28

64. Form and Time Limit for furnishing of Performance security

64.1 The Performance Security shall be in the form of irrevocable Bank Guarantee in the format (Form PG4-9) as stated under ITT Clause 63, shall be issued by an internationally reputable bank and it shall have correspondent bank located in Bangladesh, to make it enforceable pursuant to Rule 27(4) of the Public Procurement Rules, 2008..

64.2 Within twenty-eight (28) days from issue of the Notification of Award, the successful Tenderer shall furnish the Performance Security for the due performance of the Contract in the amount specified under ITT Sub Clause 63.2.

65. Validity of Performance Security

65.1 The Performance Security shall be required to be valid until a date twenty-eight (28) days beyond the date of completion of the Supplier’s performance obligations under the Contract, including any warranty obligations.

65.2 If under any circumstances date of completion of the Supplier’s performance obligations under the Contract, including any warranty obligations is to be extended, the Performance Security shall correspondingly be extended for the extended period.

66. Authenticity of performance Security

66.1 The Purchaser shall verify the authenticity of the Performance Security submitted by the successful Tenderer by sending a written request to the branch of the bank issuing irrevocable Bank Guarantee in specified format.

66.2 If the Performance Security submitted under ITT Sub Clause 63.2 is not found to be authentic, the Purchaser shall proceed to take measures against the Tenderer in accordance with Section 64 of the Act and pursuant to Rule 127 of the Public Procurement Rules, 2008.

67. Contract Signing 67.1 At the same time as the Purchaser issues the Notification of Award, the Purchaser shall send the draft Contract Agreement and all documents forming the Contract pursuant to Rule 102 of the Public Procurement Rule, 2008, to the successful Tenderer.

67.2 Within twenty-eight (28) days of the issuance of Notification of Award, the successful Tenderer and the Purchaser shall sign the contract provided that the Performance Security submitted by the Tenderer is found to be genuine.

67.3 If the successful Tenderer fails to provide the required Performance Security, as stated under ITT Clause 63 or to sign the Contract , as stated under ITT Sub-Clause 67.2, Purchaser shall proceed to award the Contract to the next lowest evaluated Tenderer, and so on, by order of ranking pursuant to Rule 102 of the Public Procurement Rules,2008.

68. Publication of Notification of Award of Contract

68.1 Notification of Awards for Contracts of Taka 10(ten) million and above shall be notified by the Purchaser to the Central Procurement Technical Unit within 7(seven) days of issuance of the NOA for publication in their website, and that notice shall be kept posted for not less than a month pursuant to Rule 37 of the Public Procurement Rules, 2008.

68.2 Notification of Award for Contracts below Taka 10(ten) million, shall be published by the Purchaser on its Notice Board and where applicable on the website of the Purchaser and that notice shall be kept posted for not less than a month pursuant to Rule 37 of the Public Procurement Rules,

Page 33: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 29

2008.

69. Debriefing of Tenderers

69.1 Debriefing of Tenderers by Purchaser shall outline the relative status and weakness only of his or her Tender requesting to be informed of the grounds for not accepting the Tender submitted by him or her pursuant to Rule 37 of the Public Procurement Rule, 2008, without disclosing information about any other Tenderer.

69.2 In the case of debriefing confidentiality of the evaluation process shall be maintained.

70. Right to Complain

70.1 Any Tenderer has the right to complain if it has suffered or likely to suffer loss or damage due to a failure of a duty imposed on the Purchaser to fulfil its obligations in accordance with Section 29 of the Public Procurement Act 2006 and pursuant to Part 12 of Chapter Three of the Public Procurement Rules, 2008.

70.2 Circumstances in which a formal complaint may be lodged in sequence by a potential Tenderer against a Purchaser pursuant to Rule 56 of the Public Procurement Rules, 2008, and the complaints, if any, be also processed pursuant to Rule 57 of the Public Procurement Rules 2008 .

70.3 The potential Tenderer shall submit his or her complaint in writing within seven (7) calendar days of becoming aware of the circumstances giving rise to the complaint.

70.4 In the first instance, the potential Tenderer shall submit his or her complaint to the Purchaser who issued the Tender Document.

70.5 The place and address for the first stage in the submission of complaints to the Administrative Authority is provided in the TDS.

70.6 The Tenderer may appeal to a Review Panel only if the Tenderer has exhausted all his or her options of complaints to the administrative authority as stated under ITT Sub-Clause 70.2.

Page 34: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 30

Section 2. Tender Data Sheet

Instructions for completing the Tender Data Sheet are provided, as needed, in the notes in italics and under lined mentioned for the relevant ITT clauses.

ITT Clause Amendments of, and Supplements to, Clauses in the Instruction to Tenderers

A. General

ITT 1.1 The Purchaser is : Bangladesh Power Development Board (BPDB)

Representative:

Secretary, Bangladesh Power Development Board, WAPDA Building (1st floor), Motijheel C/A, Dhaka-1000. Phone :+88029554209 Fax: +88029567350.

Consignee:

Project Director

Power Distribution System Development Project, Rangpur Zone, BPDB.

House #86, Road#02, R.K. Road, Islambag, Rangpur.

Camp Office:

Old Canteen, Ground Floor, Bidyut Bhaban, 1, Abdul Goni Road, BPDB, Dhaka.

E-mail: [email protected]

Engineer:

Director, Directorate of Design & Inspection-II, BPDB, 9/B, Motijheel C/A,Dhaka-1000 Tel +88029550404, Fax: +88029550265

The Name and Identification number of the tender are :

“Procurement of Machineries & Equipment with Design, Installation, Testing & Commissioning of Spun Precast Concrete (SPC) Pole Factory on Trunkey Basis at Saidpur 20MW Diesel Power Plant Complex Area, Nilphamari, Bangladesh Under Power Distribution System Development Project, Rangpur Zone of Bangladesh Power Development Board(BPDB)”

Identification No(IFT):

ITT 1.2 The number, identification and name of lots comprising the Tender are: Package No: 88 Lot(s): Single (01) lot on Turnkey basis.

ITT 3.1 The source of public fund is : Cash Foreign Exchange and Local Currency under Development Budget of GoB.

ITT 3.3 The name of the Development Partner is: Not Applicable

ITT 5.1 Tenderers from the following countries are not eligible: Israel and countries having no diplomatic relation with the Government of Bangladesh

ITT 6.1 Goods and Related Services from the following countries are not eligible: Israel and countries having no diplomatic relation with the Government of Bangladesh. Goods from a country which is not included in the specified countries mentioned in the respected GTP in Section 8: Guaranteed Technical Particulars is also not acceptable.

Page 35: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 31

ITT 7.4

(New Clause)

Each Tenderer before submitting his Tender will carefully examine the tender requirements and visit the site to determine the existing conditions, facilities and limitations. Tenderer shall have make all necessary arrangement to carry out the Contract if awarded for the Supply of Goods and Related Services to completing the SPC Pole Manufacturing Factory (Capacity not less than 96poles/8hrs). Any neglect to delay or failure on the part of the tenderer to obtain reliable information upon the foregoing or any matter effecting the work and completion period shall not relieve the successful tenderer of his responsibilities, risks or liabilities until final acceptance of the Supply of Goods and Related Services in case of award of the contract.

B. Tender Document

ITT 8.2 The following are the offices of the Purchaser for the purpose of providing the Tender Document:

Director

Directorate of Purchase, BPDB

WAPDA Building (9th floor), Motijheel C/A Dhaka-1000

Tel No: +88029554209

Fax No: +88029567350

ITT 9.1 For clarification of Tender purposes only, the Purchaser’s address is:

Attention: Secretary, Bangladesh Power Development Board.

Address: Bangladesh Power Development Board,

WAPDA Building (1st floor), Motijheel C/A Dhaka-1000, Bangladesh

Tel No: +88029554209

Fax No: +88029567350

ITT 10.1 A Pre- Tender meeting shall not be held.

C. Qualification Criteria

ITT 13.1 The maximum Three (3) number of arbitration against the Tenderer over a period of last five (5) years.

ITT 14.1(a) The Tenderer shall have a minimum of 03(three) years of overall experience in the supply of goods and related services.

Page 36: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 32

ITT 14.1(b) The satisfactory completion of supply of similar goods and their installation, testing & commissioning * of minimum value equivalent USD 2.5million or BDT 20Crore under single contract outside the Tenderer’s Country in the last 05(five) of years. i.e. years counting backward from the date of publication of IFT in the news paper.

For the National Tenderer, above mentioned experience inside Bangladesh is also acceptable.

In support of experience, the Tenderer shall have to submit End User Certificate in favor of above mentioned experience stating that the performance of the supplied goods and services are satisfactory at least one (01) year.

The End User Certificate shall mention location of SPC Pole Manufacturing Plant, work completion date, capacity (nos. pole/8Hrs) of SPC Pole Manufacturing Plant supplied & installed by the Tenderer; issue date; brief scope of work & list of major machineries/equipment supplied by the Tenderer; name and address (Telephone/Fax/e-mail) of the end user duly signed in the official pad.

The End User Certificate should be authenticated from the Chamber of Commerce/ Embassy/High commission of Tenderer’s country for the work done outside Bangladesh and tenderer shall have to mention the web link of end user and other references. If the authentication and information in the website and in other reference documents are found satisfactory to BPDB, then End User Certificate may be accepted.

If End User Certificate is submitted for the work done inside Bangladesh, then authentication from the Chamber of Commerce/ Embassy/High commission is not required, but a certificate from the end user inside Bangladesh need to be submitted with the Tender.

For non-compliance of above requirements, the Tender shall be considered non-responsive.

*Similar Goods and Installation, Testing & Commissioning means: Supply of Machineries /Equipment such as Tension m/c, Pole Cage Making m/c, Ring coiling m/c, PC bar cutting m/c, Head making m/c, Spinning m/c, Traverse Trolley, Steel Pole Mould(9/12/15M), Overhead Crane, boiler, Mixture m/c etc. and their installation, testing & commissioning to complete of a SPC Pole Manufacturing Plant having production capacity not less than 96 poles/8hrs.

ITT 14.1(c) The minimum supply and/or production capacity of Goods is/ are: Major equipment such as Tension m/c, Pole Cage Making m/c, Ring coiling m/c, PC bar cutting m/c, Head making m/c, Spinning m/c, Traverse Trolley, Steel Pole Mould(9/12/15M), Overhead Crane, boiler, Mixture m/c etc of tendered quantity within last 5(five) years; years counting backward from the date of publication of IFT in the Newspaper.

ITT 15.1(a) The minimum amount of liquid asset or working capital or credit facility is equivalent USD 6.0million or BDT 48Crore .

ITT 16.2 The maximum of percentage of Goods allowed to be subcontracted: Not Allowed.

Page 37: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 33

D. Preparation of Tender

ITT 21.1(q) The Tenderer shall submit with its Tender the following additional documents:

1. Sealed & signed original Tender Document (which was issued by BPDB) by a

person duly authorized to sign on behalf of the tender. Copy of issued tender

document will not be acceptable.

2. Registration /Certificate of Incorporation /Trade licence in its country of origin /

relevant documents as documentary evidence to satisfy experience criteria as stated

in ITT 14.1(a).

3. End User certificate as documentary evidence to satisfy experience criteria as stated

in ITT 14.1(b).

4. Updated brochures of the supplier and/or manufacturer as documentary evidence

to satisfy experience criteria as stated in ITT 14.1(c)

5. Audited Financial reports or bank statement or credit line(s) substantiated by any

schedule Bank as documentary evidence to satisfy financial criteria as stated in ITT

15.

6. Compliance certificate confirming to the terms and condition of the tender

document.

7. Name of the Manufacturer, Certificate of the country of Origin and port of shipment

(where applicable) of the offered equipment / items.

8. Warranty Certificate (Form PG4-12) from Tenderer as per GCC 33

9. List of Goods and Delivery schedule as stated in Schedule of Requirements, Section:

6.

10. Manufacturer’s Printed Catalogue describing specification and technical data of

offered type equipment.

11. Outline and General Arrangement drawings of the offered type equipment.

12. Detail description of testing facilities at manufacturer’s plant including calibration

certificates of testing equipment.

13. Manufacturer’s valid ISO 9001 Certificate.

14. Certification from the manufacturer confirming that his offered item is unused, new and

in good condition and confirmed all features & accessories stated in Section 7:

Technical Specification.

15. If Tenderer has any reservation, Tenderer has to mention it in Deviation list (Form

PG4-11).

16. Guaranteed Technical Particulars (GTP) in Section 8 shall be properly filled up in

manufacturer’s official pad with submission of related supporting documents &

signed by the Manufacturer & Tenderer.

Page 38: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 34

17. At least 02 (two) nos of Manufacturer’s Supply Experience (supported by Copy

of NOA/ Contract Agreement/Certificate from Purchaser) for offered type

similar or higher capacity machinery & equipments i.e. Automatic Concrete

Pouring m/c, Auto Pole Cage m/c, Ring coiling m/c, PC bar cutting m/c, Head

making m/c, Spinning m/c & boiler has been supplied to a SPC pole/pile

factory; factory having production capacity at least 96nos.pole/8hrs within the

last 10 (ten) years i.e. years counting backward from the date of publication of

IFT in the news paper. Manufacturer’s Supply Experience shall be furnished in

the following supply record format.

Sl. No.

Name, Address, Phone & Fax No.

of the Purchaser

Contract No. & Date/NOA

Contract Value

Description of materials

with Quantity

Date of Completion of

Supply

18. At least 02 (two) nos. Manufacturer’s Satisfactory Performance Certificates

(supported by the Supply Record) from End User depicting that the offered type

similar or higher capacity machinery & equipments i.e. Automatic Concrete

Pouring m/c, Auto Pole Cage m/c, Ring coiling m/c, PC bar cutting m/c, Head

making m/c, Spinning m/c & boiler has been supplied to a SPC pole/pile

factory; factory having production capacity at least 96nos.pole/8hrs within last

10(ten) years i.e. years counting backward from the date of publication of IFT in

the news paper and has been in satisfactorily service for at least 02(two) years.

The Satisfactory Performance Certificate (SPC) shall be in End User’s official pad

and shall contain end-user’s full mailing address, e-mail address, website

address and fax / telephone number for the convenience of authentication.

19. For 11KV Switchgear (VCB with PCM), Manufacturer’s conformation letter

to use Protective Relays are from ABB(USA/UK/EU)/ Siemens(USA/UK/EU)

/Schneider Electric(USA/UK/EU) / Alstom (USA/UK/EU) or NR (China) &

Energy Meters from Siemens (Germany/Switzerland) or AEG (Germany) or

ABB (Switzerland/Finland) or Itron (USA) or Elster (USA/Romania) or

Landis+ Gyr ( Switzerland) or Toshiba (Japan) or Honeywell (USA),

Component of VCB with PCM , PFI will be USA/UK/EU origin.

20. Type Test Certificates & Reports for offered type similar or higher Ampere

rating Switchgear for same voltage class from any Testing Organization or

Laboratory as per relevant IEC standard.

21. Manufacturer’s safety certificate & Conformity for offered type similar or

higher Testing Equipment.

Note : If required, Purchaser will authenticate Type Test Certificates & Reports

from the Certificates & Reports issuing laboratory. The certificates and Reports

shall contain laboratory’s full mailing address, e-mail address, website address and

fax/telephone number for the convenience of authentication. If these information

are not mentioned in the Certificates & Reports, all these information should be

mentioned in the Letterhead pad of the manufacturer duly seal & signed by the

manufacturer representative.

Page 39: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 35

22. The Tenderer shall mention maximum days required for the completion of supply of equipment/ materials (at site) reckoning from the date of signing of Contract and maximum days required for the completion of actual design, erection, installation, testing & commissioning work on Turnkey basis, including the schedule of supply and work in bar chart form as well as in critical path method in the tender.

23. Warranty Certificate for a period of 12 (twelve) months from the date of

Provisional Acceptance Certificate (PAC) for the Supply and Related Services on Turnkey basis.

24. Generator Manufacturer’s conformation certificate of component showing

that component for Generator will be used from USA/UK/EU/Japan/South Korea origin.

25. Site visit Report.

ITT 22.1 Alternative Tenders will not be permitted.

ITT 23.3 Tender is invited for single (01) lot on Turnkey basis.

Tenderers shall quote for the entire Goods and related services on a “single responsibility” basis such that the total Tender price covers all the Contractor’s obligations mentioned in or to be reasonably inferred from the Tender document in respect of the design, manufacture, including procurement and subcontracting (if any), delivery, installation and all requirements under the Contractor’s responsibilities for testing, pre-commissioning and commissioning to completion supply of the Goods and related services to construct a complete SPC Pole Manufacturing Factory with production capacity not less than 96poles/8hrs. and, where so required by the Tender document, the acquisition of all permits, approvals and licenses, etc.; the operation, maintenance and services and other items and services as may be specified in the Tender Document, all in accordance with the requirements of the General Conditions.

Items against which no price is entered by the Tenderer will not be paid by the Purchaser when executed and shall be deemed to be covered by the prices for other items.

ITT 23.5 Tender is invited for single (01) lot on Turnkey basis, price quoted for lot shall correspond at least to 100 % of the items specified for lot and correspond at least to 100% of the total lot value.

Tenderers shall quote a Firm Turnkey Contract Price for the Supply and Related Services as described in Price Schedule according to Section 6, Section 7 & Section 8 of this Tender document. If the Tenderer deemed necessary any additional machineries/equipment/ materials / Supply and Related Services out of the list of tender Price Schedule for completion of the said Turnkey basis works(Supply and Related Services), contractor shall have to do the additional works (Supply and Related Services) without any additional cost. The costs of these additional works (Supply and Related Services) are deemed to be included within the quoted price. During the course of works (Supply and Related Services), the Contractor finds any additional supply/works require to be carried out, that additional work shall also be done by the Contractor including all necessary arrangement to carry out the Contract/ supply of necessary spares/materials/ consumables to complete the said additional work within the Contract price. No additional payment shall be allowed in this respect.

Page 40: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 36

ITT 23.7 Not Applicable.

ITT 23.11(c)

ITT 23.12 (c)

ITT 23.13 (e)

Insurance service from Sadharan Bima Corporation, Bangladesh (a state owned Insurance company of Bangladesh).

Final destination (project site) is; Project’s commissioning site at Saidpur 20MW Diesel Power Plant Complex Area, Saidpur, Nilphamari, Bangladesh.

ITT 23.12 (a) Price of the Goods shall be quoted on CIF Basis.

Port of Destination: Chittagong/ Dhaka/ Khulna (Mongla)/ Benapole.

ITT 23.12 (d) As specified in ITT23.14(a)

ITT 24.3 Name of the foreign currency: US Dollar

ITT 25.2(b) Spare parts are: “required as per price schedule”

Period of time the Goods are expected to be functioning (for the purpose of spare parts): 10(ten) years.

ITT 26.1(b) Manufacturer’s authorization is: Manufacturer’s Authorization is required for Weigh Batching, Mixing Plant complete System(automatic), Concrete Pouring Cart, Tension m/c, Spining m/c, Cage Making m/c (Automatic), PC Bar coil Stand, Ring Coiling m/c, Mixture Trolly, Bar Cutting M/c with PC Bar Handling Loader, PC Wire Head Macking m/c, Over Head Crane, Pole Testing Equipment Complete Set, Pole Mould (9M,12M & 15M), Boiler, Lath m/c, Planner m/c, Switchgear, Transformer and Generator.

Authorization Letter from Manufacturer’s Sales office (if located outside the manufacturing country) and Dealer/ Trading house will not be accepted if not supported by Manufacturer’s letter. In this regard, Scanning Paper, E-mail copy, Faxed copy & Sealed signature will not be accepted. Manufacturer’s signature in Authorization letter shall be handwritten by Pen i.e. signature through stamping /seal is not accepted. The Authorization letter shall mention E-mail address, Telephone/Fax, designation with detail address of the manufacturer representative duly signed in the manufacturer official pad.

ITT 26.1(C) After-sales service is: Required (Warranty Period as per GCC33).

ITT 27.2 The Tender validity period shall be 150 (One hundred and Fifty) days.

ITT 29.2 In favour of Director, Directorate of Purchase, Bangladesh Power Development Board (BPDB).

ITT 29.3 The amount of the Tender Security shall be USD 125,000. 00 or BDT 1.00 crore.

ITT 34.1 In addition to the original of the Tender, 3(three) copies shall be submitted within the date and time mentioned in the Tender Notice.

ITT 34.3 Tender Submission Letter (Form PG4-1A, Form PG4-1B).

Page 41: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 37

E. Submission of Tender

ITT 35.1 This Tender is invited in Single Stage Two Envelope method. The Tenderers shall have to submit simultaneously the “Technical proposal” and “Financial proposal” in two separate sealed envelopes containing one box in accordance with the requirements of the Tender document including addenda (If any).

All documents/ Information (except filled up price schedule and tender submission letter with price, Form PG4-1B) shall be included in the ‘Technical Proposal’.

Filled up price schedule and tender submission letter with price, Form PG4-1B shall be included in the ‘Financial proposal’.

The original and Three (03) copies of the “Technical Proposal” and the original and Three (03) copies of “Financial Proposal” shall be submitted within the date and time as mentioned in the tender notice. All the pages of the Tender (offer/ proposal) shall have to be sealed & signed by the authorized representative of the Tenderer.

Any “Technical Proposal” associated with “Financial proposal” in the same envelopes will be non-responsive.

ITT 35.2(c) The box, inner and outer of “Technical Proposal” and “Financial Proposal” envelops of tender shall bear the following additional identification marks

1. Date of Submission

2. Seal and Signature of the Tenderer

Book Binding and Page Number is required for original and copies

ITT 35.2(d) bear a statement “DO NOT OPEN BEFORE” the time and date for “Technical Proposal” and bear a warning statement “DO NOT OPEN UNTIL ADVISED BY THE PURCHAGER ” for “Financial proposal” as mentioned in the tender notice.

ITT 35.7 Tenderer shall not have the option of submitting their tender electronically.

ITT 35.8 If Tenderer shall have the option of submitting their tender electronically: Not Applicable.

ITT 36.1 For Tender submission purposes ,the Purchaser’s address is:

Attention: Secretary, Bangladesh Power Development Board,

Address: WAPDA Building (1st floor), Motijheel C/A, Dhaka-1000

Tel No: +88029554209 Fax No: +88029567350.

The deadline for submission of Tenders is: as specified in tender notice or amendment of submission time (if any)

Page 42: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 38

F. Opening and Evaluation of Tenders

ITT 42.2 The Tender opening shall take place at:

The Office of the Secretary, Bangladesh Power Development Board,

Address: WAPDA Building (1st floor), Motijheel C/A,Dhaka-1000

Time & Date: On Time & Date as specified in tender notice or amendment of opening time (if any) for “Technical Proposal” .

The Technical Proposals submitted by the Tenderers shall be opened first in presence of the Tenderers. At the same time the envelope marked “Financial Proposal” submitted by the respective Tenderers will be noted for record and kept unopened in proper custody of the Director (Purchase), Bangladesh Power Development Board, until the Technical Proposals are completely evaluated and an advised letter for opening the “Financial Proposal” issued by the Purchaser.

The “Financial Proposals” of those eligible Tenderers whose offers qualify in the “Technical Proposal” and advised letter issued for opening, will be opened in presence of the Tenderers, if any, on a date to be notified later. If any “Technical Proposal” after having been examined is found to be defective or otherwise not in conformity with the Tender Document, the “Financial Proposal” submitted by the same Tenderer shall not be opened and shall be returned unopened, if requested by the Tenderer, at his own cost. In any case, such “Financial Proposal” shall be disregarded.

ITT 42.3 If electronic tender submission is permitted as sated under ITT sub-clause 34.8, the specific tender opening procedures shall be: Not Applicable

ITT 42.8 Ensuring that only the correct (M), (S), (A),(O) box are opened, details of each Tender will be dealt with as follows:

(a) the Chairperson of the Tender Opening Committee will read aloud each “Technical Proposal” and “Financial Proposal” of Tender separately and record in the Tender Opening Sheet (TOS) :

(i) the name and address of the Tenderer;

(ii) state if it is a withdrawn, modified, substituted or original Tender;

(iii) any alternatives;

(iv) the presence or absence of any requisite Tender Security and

(v) such other details as the Purchaser, at its discretion, may consider appropriate.

b) all pages of the original version of the “Technical Proposal” of Tender, except for un-amended printed literature, will be initialled by members of the Tender Opening Committee. The “Financial proposal” will remain unopened, only enveloped of the “Financial proposal” will be initialled by members of the Tender Opening Committee and after initialled on the enveloped of “Financial Proposal” this will be held in custody of the Purchaser until the Technical Proposals are completely evaluated and advice letter issued by the Purchaser.

c) The Employer shall conduct the opening of “Financial proposal” of all technically responsive Tenderers and after the advice of Purchaser, in the presence of Tenderer’s representatives who choose to attend at the address, date and time specified by the Purchaser. The Tenderer’s representatives who are present shall be requested to sign a register evidencing their attendance.

d) All envelopes containing “Financial Proposal” shall be opened at the

Page 43: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 39

address, date and time specified by the Purchaser one at a time and the following read out and recorded: (i) the name of the Tenderer; (ii) whether there is a modification or substitution; (iii) the Tender Price, including any discounts and alternative offers; and (iv) the number of initialled corrections; (v) any discount; (vi) any alternatives;

(iv) such other details as the Purchaser, at its discretion, may consider appropriate.

e) Only “Financial proposal”s, discounts, and alternative offers read out and recorded during the opening of “Financial proposals” shall be considered for evaluation.

f) The Purchaser shall prepare a record of the opening of “Financial proposal” that shall include, as a minimum:

i) the name of the Tenderer, ii) the Tender Price (per lot if applicable), iii) any discounts, and iv) alternative offers.

The Tenderer’ s authorized representatives who are present shall be requested to sign the record. The omission of a Tenderer’s signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Tenderer who submitted tenders in time.

ITT 43.3 (New Clause)

Evaluation Procedure:

“Technical Proposal” of Tenderers after opening shall be examined and evaluated firstly, and “Financial proposal” of respective technically responsive Tenderers & as per advised letter issued by the Purchaser, shall be examined and evaluated for further evaluation on the basis of the criteria specified in the Tender Document.

ITT 46.2(e)

(New Clause)

Verification and examination of the documentary evidence that Tenderer has met all the requirements in regards to specified in Section 7: Technical Specifications, Section 8: Guaranteed Technical Particulars (GTP) and Section 9: Drawing, of the Tender Document have been met without any material deviation or reservation.

ITT50.1 For evaluation and comparison purpose, TEC shall convert all Tender prices expressed in the amounts in various currencies into an amount in Bangladeshi Taka currency, using the selling exchange rates established by the Bangladesh Bank, on the date of Technical Proposal opening.

ITT 51.1 Domestic Preference shall be a tender evaluation factor.

ITT 52.5

The Tenderer shall have to comply with the payment terms stipulated in PCC Clause 27.1. Otherwise Tender shall be rejected.

The applicable economic factors, for the purposes of evaluation of Tenders shall be: Not applicable.

(a) Adjustment for Deviations in the Delivery and Completion Schedule

(The Goods covered by this Tendering process are required to be delivered in accordance with, and completed within, the Delivery and Completion Schedule specified in Section 6, Schedule of Requirements. No credit will be given for earlier completion. Tenders offering late contract performance and delivery schedule beyond

Page 44: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari. 40

the date specified in Section 6, Schedule of Requirement, shall be rejected.)

(b) Cost of major replacement components, mandatory spare parts, and service

G. Award of Contract

ITT 61.1 The maximum percentage by which quantities per item may be increased is 20%. The maximum percentage by which quantities per item may be decreased is 20%.

ITT 63.2 The amount of Performance Security shall be 10% (ten) percent of the Contract Price.

ITT 70.5 The name and address of the office where complaints to the Procuring Entity under Regulation 51 are to be submitted is:

Secretary,

Bangladesh Power Development Board,

WAPDA Building (1st floor), Motijheel C/A, Dhaka-1000, Bangladesh

Tel No: +88029554209 Fax No: +88029567350

Page 45: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 41

Section 3. General Conditions of Contract

1. Definitions 1.1 The following words and expressions shall have the meaning hereby assigned to them. Boldface type is used to identify the defined term:

(a) Completion Schedule means the fulfilment of the Related Services by the Supplier in accordance with the terms and conditions set forth in the Contract;

(b) Contract Agreement means the Agreement entered into between the Purchaser and the Supplier, together with the Contract Documents referred to therein, including all attachments, appendices, and all documents incorporated by reference therein;

(c) Contract Documents means the documents listed in the Contract Agreement, including any amendments thereto;

(d) Contract Price means the price stated in the Notification of Award and thereafter as adjusted in accordance with the provisions of the Contract; ;

(e) Day means calendar days unless otherwise specified as working days;

(f) Delivery means the transfer of ownership of the Goods from the Supplier to the Purchaser in accordance with the terms and conditions set forth in the Contract;

(g) GCC mean the General Conditions of Contract;

(h) Goods means raw materials, products and equipment and objects in solid, liquid or gaseous form, electricity, and related Services if the value of such Services does not exceed that of the Goods themselves ;

(i) Government means the Government of the People’s Republic of Bangladesh;

(j) Procuring Entity/Purchaser means a Entity having administrative and financial powers to undertake Procurement of Goods, Works or Services using public funds, as specified in the PCC;

(k) Related Services means Services linked to the supply of Goods contracts.;

(l) PCC means the Particular Conditions of Contract;

(m) Subcontractor means any natural person, private or government entity, or a combination of the above, to whom any part of the Goods to be supplied or execution of any part of the Related Services is subcontracted by the Supplier;

(n) Supplier means a Person under contract with a Purchaser for the supply of Goods and related Services under the Act;

(o) Site means the point(s) of delivery named in the PCC

(p) Writing means communication written by hand or machine duly signed and includes properly authenticated messages by facsimile or electronic mail.

(q) Verified Report means the report submitted by the Purchaser

Page 46: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 42

to the Head of the Purchaser setting forth its findings as to the existence of grounds or causes for termination and explicitly stating its recommendation for the issuance of a Notice to Terminate.

2. Contract Documents

2.1 Subject to the order of precedence set forth in the GCC Sub-Clause 5.1, all documents forming the Contract (and all parts thereof) are intended to be correlative, complementary, and mutually explanatory. The Contract Agreement shall be read as a whole.

3. Corrupt, Fraudulent, Collusive or Coercive Practices

3.1 The Government requires that Purchaser, as well as Suppliers, shall observe the highest standard of ethics during the implementation of procurement proceedings and the execution of contracts under public funds.

3.2 The Government requires that Procuring Entities, as well as Suppliers shall, during the execution of Contracts under public funds, ensure-

(a) strict compliance with the provisions of Section 64 of the Public Procurement Act 2006 (Act 24 of 2006);

(b) abiding by the code of ethics as mentioned in the Rule127 of the Public Procurement Rules, 2008;

(c) that neither it nor any other member of its staff or any other agents or intermediaries working on its behalf engages in any practice as detailed in GCC Sub -Clause 3.3

3.3 For the purpose of GCC Sub-clause 3.2 the terms –

(a) corrupt practice means offering, giving or promising to give, receiving, or soliciting, either directly or indirectly, to any officer or employee of a Purchaser or other public or private authority or individual, a gratuity in any form; employment or any other thing or service of value as an inducement with respect to an act or decision or method followed by a Purchaser in connection with a Procurement proceeding or contract execution;

(b) fraudulent practice means the misrepresentation or omission of facts in order to influence a decision to be taken in a Procurement proceeding or Contract execution;

(c) collusive practice means a scheme or arrangement between two (2) or more Persons, with or without the knowledge of the Purchaser, that is designed to arbitrarily reduce the number of Tenders submitted or fix Tender prices at artificial, noncompetitive levels, thereby denying a Purchaser the benefits of competitive price arising from genuine and open competition; or

(d) coercive practice means harming or threatening to harm, directly or indirectly, Persons or their property to influence a decision to be taken in a Procurement proceeding or the execution of a Contract, and this will include creating obstructions in the normal submission process used for Tenders.

Page 47: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 43

3.4 Should any corrupt, fraudulent, collusive or coercive practice of any kind come to the knowledge of the Purchaser, it will, in the first place, allow the Supplier to provide an explanation and shall, take actions only when a satisfactory explanation is not received. Such exclusion and the reasons thereof, shall be recorded in the record of the procurement proceedings and promptly communicated to the Supplier concerned. Any communications between the Supplier and the Purchaser related to matters of alleged fraud or corruption shall be in writing.

3.5 If corrupt, fraudulent, collusive or coercive practices of any kind determined by the Purchaser against the Supplier alleged to have carried out such practices, the Purchaser shall proceed under GCC Clause 42.4

3.6 The Supplier shall permit the Purchaser to inspect the Supplier’s accounts and records and other documents relating to the submission of the Tender and Contract performance.

4. Interpretation 4.1 In interpreting the GCC, singular also means plural, male also means female or neuter, and the other way around. Headings in the GCC shall not be deemed part thereof or be taken into consideration in the interpretation or construction thereof or of the Contract. Words have their normal meaning under the English language unless specifically defined.

4.2 Entire Agreement

(a) The Contract constitutes the entire agreement between the Purchaser and the Supplier and supersedes all communications, negotiations and agreements (whether written or oral) of parties with respect thereto made prior to the date of Contract Agreement; except those stated under GCC Sub Clause 5.1(i) .

4.3 Amendment

(a) No amendment or other variation of the Contract shall be valid unless it is in writing, is dated, expressly refers to the Contract, and is signed by a duly authorised representative of each party thereto.

4.4 Non-waiver

(a) Subject to GCC Sub-Clause 4.4(b), no relaxation, forbearance, delay, or indulgence by either party in enforcing any of the terms and conditions of the Contract or the granting of time by either party to the other shall prejudice, affect, or restrict the rights of that party under the Contract, neither shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract.

(b) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing, dated, and signed by an authorised representative of the party granting such waiver, and must specify the right and the extent to which it is being waived.

4.5 Severability

(a) If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity or

Page 48: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 44

unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract.

5. Documents Forming the Contract in order of precedence

5.1 The following documents forming the Contract shall be in the following order of precedence, namely :

(a) the signed Contract Agreement;

(b) the Notification of Award;

(c) The Tender and the appendices to the Tender;

(d) Particular Conditions of Contract;

(e) General Conditions of Contract;

(f) Technical Specifications;

(g) Drawings;

(h) Priced Schedule and schedule of requirements and ;

(i) Other Documents including correspondences listed in the PCC forming part of the Contract.

6. Eligibility 6.1 The Supplier and its Subcontractors shall have the nationality of an eligible country. A Supplier or Subcontractor shall be deemed to have the nationality of a country if it is a citizen or constituted, incorporated, or registered, and operates in conformity with the provisions of the laws of that country.

6.2 All Goods and Related Services to be supplied under the Contract shall have their origin in Eligible Countries.

6.3 For the purpose of the GCC Clause 6.2, origin means the country where the goods have been grown, mined, cultivated, produced, manufactured, or processed; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components.

7. Governing Language

7.1 The Contract shall be written in English language. Correspondence and documents relating to the Contract exchanged by the Supplier and the Purchaser shall be written in English .Supporting documents and printed literature that are part of the Contract may be in another language provided they are accompanied by an accurate translation of the relevant passages in English language, in which case, for purposes of interpretation of the Contract, this translation shall govern.

7.2 The Supplier shall bear all costs of translation to the governing language and all risks of the accuracy of such translation.

8. Governing Law 8.1 The Contract shall be governed by and interpreted in accordance with the laws of the People’s Republic of Bangladesh.

9. No fees/Gratuities

9.1 No fees, gratuities, rebates, gifts, commissions or other payments, other than those shown in the Tender or the contract, shall be given or received in connection with the procurement process or in the contract execution.

Page 49: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 45

10. Use of Contract Documents & Information

10.1 The Supplier shall not, except for purposes of performing the obligations in this Contract, without the Purchaser’s prior written consent, disclose this Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Purchaser. Any such disclosure shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance.

10.2 Any document, other than this Contract itself, enumerated in GCC Clause 10.1 shall remain the property of the Purchaser and shall be returned (all copies) to the Purchaser on completion of the Supplier’s performance under this Contract if so required by the Purchaser.

11. Communications & Notices

11.1 Communications between Parties (notice, request or consent required or permitted to be given or made by one party to the other) pursuant to the Contract shall be in writing to the addresses specified in the PCC.

11.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

11.3 A Party may change its address for notice hereunder by giving the other Party notice of such change to the address.

12. Trademark, Patent and Intellectual Property Rights

12.1 The Purchaser should not be liable for any infringement of intellectual property rights arising from use of the goods procured. In case there are third-party claims of such infringement of patent, trademark, or industrial design rights, the supplier must indemnify and hold the Purchaser free and harmless against such claims and shall not be in contravention of The Trademark Act, 2009 and The Patents and Designs Act, 1911.

13. Copyright 13.1 The copyright in all drawings, documents, and other materials containing data and information furnished to the Purchaser by the Supplier herein shall remain vested in the Supplier, or, if they are furnished to the Purchaser directly or through the Supplier by any third party, including suppliers of materials, the copyright in such materials shall remain vested in such third party.

14. Assignment 14.1 The Supplier shall not assign his rights or obligations under the Contract, in whole or in part, except with the Purchaser’s prior written consent.

15. Sub contracting 15.1 Any subcontracting arrangements made during contract implementation and not disclosed at the time of the Tendering shall not be allowed.

15.2 Subcontracting of any portion of the Goods shall not relieve the Tenderer from any liability or obligations that may arise from its performance.

15.3 Supplier shall retain full responsibility for the contract and can not pass any contractual obligations to the subcontractor and under no circumstances assignment of the contract to the subcontractor be allowed.

15.4 Subcontractors shall comply with the provisions of GCC Clause 3 and 6.

Page 50: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 46

16. Supplier’s Responsibilities

16.1 The Supplier shall supply all the Goods and Related Services specified in the Scope of Supply as stated under GCC Clause 18 and the Delivery and Completion schedule, as stated under GCC Clauses 23 and 24 in conformity with the provisions of the Contract Agreement.

17. Purchaser’s Responsibilities

17.1 Whenever the performance of the obligations in this Contract requires that the Supplier obtain permits, approvals and other license from local public authorities, the Purchaser may, if so needed by the Supplier, make its best effort to assist the Supplier in complying with such requirements

in a timely and expeditious manner. However, the supplier shall bear the costs of such permits and/or licenses. On the other hand, the Purchaser shall pay all costs involved in the performance of its responsibilities, in accordance with the contract.

17.2 The Purchaser shall pay the Supplier, in consideration of the provision of Goods and Related Services, the Contract Price under the provisions of the Contract at the times and manner prescribed in the Contract Agreement.

18. Scope of Supply 18.1 Subject to the PCC, the Goods and Related Services to be supplied shall be as specified in Section 6: Schedule of Requirements.

18.2 Unless otherwise stipulated in the Contract, the Scope of Supply shall include all such items not specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being required for attaining Delivery and Completion of the Goods and Related Services as if such items were expressly mentioned in the Contract.

19. Amendment to Order

19.1 The Purchaser may make an amendment to Order for necessary adjustment within the general scope of the contract in any one or more of the following aspects in order to fully meet the requirement of the Contract:

(a) Drawing, design or specifications of the goods, provided that:

i. The goods to be furnished are to be specifically manufactured for the government in accordance therewith;

ii. The change is an improvement of the goods and advantageous to the Government;

iii. It is done at no extra cost; and

iv. It is not prejudicial to the losing Tenderers in the sense that such change/s could not have been foreseen during the conduct of the tendering and would have significantly affected the other tenderer’s tender;

(b) The place of delivery;

(c) The place of performance of the services;

(d) Additional items needed and necessary for the protection of the goods procured, which were not included in the original contract.

19.2 Such amendment may or may not result to an increase or a decrease of the contract price, and/or an extension or reduction of the delivery period. However, the amendment should not have the result of changing the subject matter of the contract or the specifications of the goods or services, in any material aspect and to such an extent that, if introduced during the Tendering stage, may have had a significant effect on other Tenderer’s tender, because this situation would actually require another tendering activity.

Page 51: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 47

20. Instances When Amendment to Order May be Issued

20.1 The Purchaser may issue amendments order at any time during contract implementation, through a notice as stated under GCC Clause 11, provided that such adjustment is required to fully meet the requirements of the contract. Any of the following circumstances may serve as basis for such amendment/s:

(a) Emergency cases, fortuitous events or unforeseen contingencies arising during contract implementation, and such contingencies have an impact on the procurement at hand, such as:

i. Changes in the conditions affecting the contract, e.g., a change in the place of delivery;

ii. Time is of the essence in the implementation of the contract, and any changes require immediate implementation; and

iii. Additional requirements have been identified as necessary for the protection of the goods procured, such as changes in the packaging of the goods, or

additional items have become necessary to ensure that the goods are sufficiently protected from the elements;

(b) When the contract does not reflect the real intention of the parties due to mistake or accident, and the amendment is necessary to reflect the party’s intention; and

(c) Other analogous circumstances that could affect the conditions of the procurement at hand

21. Adjustments in Contract Price and/or Delivery Schedule in Amendment to Order

21.1 If an amendment to order increases or decreases the cost of ,or the time required for executing any part of the delivery under the original contract, an equitable adjustment in contract price and/or delivery schedule should be mutually agreed upon between parties concerned, and the contract should be modified as stated under GCC Clause 46

21.2 If the amendment to order consists of additional items, the price adjustment shall be based on the unit price in the original contract for items of goods similar to those in the original contract. If the contract does not contain any rate applicable to the additional items, then suitable prices shall be mutually agreed upon between the parties, based on prevailing market prices.

21.3 It is required, however, that any increase in contract price must not exceed ten percent (10%) of the original contract price.

22. Packing and Documents

22.1 The Supplier shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract and in accordance with existing industry standards. The packing shall be sufficient to withstand, without limitation, rough handling and exposure to extreme temperatures, salt and precipitation, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the goods’ final destination and the absence of heavy handling facilities at all points in transit.

22.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract as stated under GCC Clause 22.1,

Page 52: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 48

including additional requirements, if any, specified in the PCC, and in any subsequent instructions ordered by the Purchaser.

22.3 The outer packaging must contain a “Packing List” which must reflect the actual contents of the package.

23. Delivery and Documents

23.1 Subject to GCC Sub-Clause 19, the Delivery of the Goods and completion of the Related Services shall be in accordance with the Delivery and Completion Schedule specified in the Section 6: Schedule of Requirements.

23.2 The details of shipping and other documents to be furnished by the Supplier shall be specified in the PCC, and shall be received by the Purchaser at least one week before arrival of the Goods and, if not received the Supplier shall be responsible for consequent expenses.

24. Acceptance 24.1 Acceptance by the Purchaser shall be completed not later than fourteen (14) days from receipt of the goods at final destination in the form of an Acceptance Certificate, unless any defects in the supply, any damage during transportation or any failure to meet the required performance criteria of the supply are identified and reported to the Supplier as stated under GCC Clause 31 and GCC Clause 32. In such cases the Acceptance Certificate will be issued only for those parts of the contract supplies which are accepted. The Acceptance Certificate for the remaining supplies will only be issued after the Supplier has remedied the defects and/or any non-conformity under GCC Clause 31 and GCC Clause 32.

24.2 The appropriate Technical Inspection and Acceptance Committee of the Purchaser must commence the inspection and acceptance process within two (2) days from delivery of the goods, and shall complete the same as soon as practicable.

25. Contract Price 25.1 The Contract Price shall be specified in the PCC.

25.2 During evaluation, tender has excluded and not taken into account:

(a) In the case of Goods manufactured in Bangladesh, VAT payable on account of Supplier, which will be payable on the goods if a contract is awarded to the Tenderer;

(b) in the case of Goods manufactured outside the Bangladesh, already imported or to be imported, customs duties, import VAT and other import taxes levied on the imported Good, VAT, which will be payable on the Goods if the contract is awarded to the Tenderer.

25.3 The Contract price will include all the costs paid or payable as stated under GCC Clause 25.2.

25.4 Prices charged by the Supplier for the Goods delivered and the Related Services performed under the Contract shall not vary from the price as stated under GCC Sub-Clause 25.1, with the exception of any change in price resulting from a Change Order issued under GCC Clause 19.

Page 53: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 49

26. Transportation 26.1 The Supplier is required under the Contract to transport the Goods to a specified place of destination as specified in Section 6: Schedule of Requirements, defined as the Site, transport to such place of destination, including insurance, other incidental costs, and temporary storage, if any. These costs shall be included in the Contract Price.

26.2 If not in accordance GCC Clause 26.1, responsibility for transportation of the Goods shall be as specified in the INCOTERM indicated in the Price Schedule or any other trade terms specify the responsibilities of the Purchaser and Supplier as specified in PCC.

27. Terms of Payment

27.1 The Contract Price, including any Advance Payments, if applicable, shall be paid in the manner as specified in the PCC.

27.2 The Supplier’s request for payment shall be made to the Purchaser in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and Related Services performed, and accompanied by the documents as stated under GCC Clause 23 and 24 and upon fulfilment of any other obligations stipulated in the Contract.

27.3 Payments shall be made promptly by the Purchaser, but in no case later than the days indicated in the PCC after submission of an invoice or request for payment by the Supplier, and after the Purchaser has accepted it.

27.4 The currencies in which payments shall be made to the Supplier under this Contract shall be those in which the tender price is expressed.

27.5 In the event that the Purchaser fails to pay the Supplier any payment by its respective due date or within the period set forth in the PCC, the Purchaser shall pay to the Supplier interest on the amount of such delayed payment at the rate shown in the PCC, for the period of delay until payment has been made in full, whether before or after judgment or arbitrage award.

28. Insurance 28.1 The Goods supplied under this Contract shall be fully insured by the Supplier in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery. The Goods remain at the risk and title of the Supplier until their final acceptance by the Purchaser.

28.2 If not in accordance GCC Clause 28.1, the insurance coverage shall be as specified in the INCOTERM indicated in the Price Schedule or any other insurance provisions as specified in PCC.

29. Taxes and Duties 29.1 For Goods Manufactured within Bangladesh, the Supplier shall be entirely responsible for all taxes, duties, VAT, license fees, and other such levies imposed or incurred until delivery of the contracted goods to the Purchaser.

29.2 For Goods manufactured outside Bangladesh, the Supplier shall be entirely responsible for all taxes, duties and other such levies imposed outside Bangladesh.

29.3 If any tax exemptions, reductions, allowances or privileges may be available to the Supplier in Bangladesh, the Purchaser shall use its best efforts to enable the Supplier to benefit from any such tax savings to the maximum allowable extent.

Page 54: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 50

30. Performance Security

30.1 The proceeds of the Performance Security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.

30.2 The Performance Security shall be discharged by the Purchaser and returned to the Supplier not later than Thirty (30) days following the date of Completion of the Supplier’s performance obligations under the Contract and the issuance of certification to that effect by the Purchaser, including any warranty obligations as stated under GCC Clause 33, provided that there are no claims field against the supplier.

31. Specifications and Standards

31.1 The Goods and Related Services supplied under this Contract shall conform to the technical specifications and standards mentioned in Section 7, Technical Specification and in Section 8, Drawings, if any.

31.2 If there is no applicable standard, the goods must conform to the authoritative standards appropriate to the good’s country of origin. Such standards must be the latest issued by the concerned institution.

31.3 Subject to the GCC Clause 19, the Supplier shall be entitled to disclaim responsibility for any design, data, drawing, specification or other document, or any modification thereof provided or designed by or on behalf of the Purchaser, by giving a notice of such disclaimer to the Purchaser.

31.4 Wherever references are made in the Contract to codes and standards in accordance with which it shall be executed, the edition or the revised version of such codes and standards shall be those specified in the Technical Specification. During Contract execution, any changes in any such codes and standards shall be applied only after approval by the Purchaser and shall be treated under GCC Clause 19.

32. Inspections and Tests

32.1 The Purchaser shall have the right to test the Goods to confirm their conformity to the Contract specifications. The PCC and Technical specifications shall specify what tests the Purchaser requires and where they are to be conducted. The supplier shall at its own expense and at no cost to the Purchaser, carry out all such tests of the Goods and related services as are specified in the Contract.

32.2 The Supplier shall provide the Purchaser with a report of the results of any such test.

32.3 The Purchaser may engage external agents for the purpose of conducting inspection or pre-shipment inspection of Goods, provided that the Purchaser shall bear all of its costs and expenses.

32.4 The Purchaser or its designated representative as specified shall be entitled to attend the tests and/or inspections under GCC Clause 32.1, provided that the Purchaser shall bear all of its own costs and expenses incurred in connection with such attendance.

32.5 Whenever the Supplier is ready to carry out any such test and inspection, it shall give a reasonable advance notice, including the place and time, to the Purchaser. The Supplier shall obtain from any relevant third party or manufacturer any necessary permission or consent to enable the Purchaser or its designated representative to attend the test and/or inspection.

Page 55: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 51

32.6 The Purchaser may require the Supplier to carry out any test and/or inspection not required by the Contract, but deemed necessary to verify that the characteristics and performance of the Goods comply with the technical specifications, codes and standards under the Contract, provided that the Supplier’s reasonable costs and expenses incurred in the carrying out of such test and/or inspection shall be added to the Contract Price. Further, if such test and/or inspection impede the progress of manufacturing and/or the Supplier’s performance of its other obligations under the Contract, due allowance will be made in respect of the Delivery Dates and Completion Dates and the other obligations so affected.

32.7 The Purchaser may reject any Goods or any part thereof that fail to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Purchaser, and shall repeat the test and/or inspection, at no cost to the Purchaser, upon giving a notice under GCC Sub-Clause 32.5.

32.8 The Supplier agrees that neither the execution of a test and/or inspection of the Goods or any part thereof, nor the attendance by the Purchaser or its representative, nor the issue of any report as stated under GCC Sub-Clause 32.2, shall relieve the Supplier from any warranties or other obligations under the Contract.

33. Warranty 33.1 The Supplier warrants that all the Goods supplied under the Contract are new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials, except when the design and/or material required by the Purchaser provides otherwise under GCC Clause 19.

33.2 The Supplier further warrants that the all Goods supplied under this Contract shall have no defect, arising from design, materials, or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in Bangladesh.

33.3 In order to assure that manufacturing defects shall be corrected by the Supplier, manufacturer, or distributor, as the case may be, a warranty shall be required from the Supplier for a minimum period of three (3) months in the case of supplies, and one (1) year in the case of equipment, or other such period as may be specified in the PCC, after the Goods, or any portion thereof as the case may be, have been delivered to and accepted in the form of an Acceptance Certificate as indicated in the GCC Clause 24.1 at the final destination indicated in the PCC

33.4 The warranty periods may vary among the various items and lots. The warranty for Goods delivered ahead will lapse earlier than the succeeding deliveries.

33.5 The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty.

33.6 Upon receipt of such notice, the Supplier shall, within the period specified in the PCC, expeditiously repair or replace the defective Goods or parts thereof, at no cost to the Purchaser.

33.7 If the Supplier, having been notified, fails to remedy the defect(s) within

Page 56: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 52

the period as stated under GCC Sub Clause 33.6, the Purchaser may proceed to call upon the Performance security without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract and under the applicable law.

33.8 Performance Security under GCC Clause no 30 shall only be released after the lapse of the warranty period, provided that the goods supplied are free from patent and latent defects and all the conditions imposed under the contract have been fully met.

(a) A patent defect, which is one that is apparent to the buyer on normal observation. It is an apparent or obvious defect.

i. For example, a ball pen that does not write is patently defective.

(b) A latent defect, which is one that is not apparent to the buyer by reasonable observation. A latent defect is “hidden” or one that is not immediately determinable.

i. For example, a ball pen that writes .75 kilometers instead of the expected 1.5 kilometers, has a latent defect.

34. Delays in Delivery and Extensions of Time

34.1 The Supplier must deliver the Goods or perform the services procured within the period prescribed by the Purchaser, as specified in the Contract.

34.2 If at any time during performance of the Contract, the Supplier or its subcontractors should encounter conditions impeding timely delivery of the Goods or completion of Related Services as stated under GCC Clause 23, the Supplier shall promptly notify the Purchaser in writing. It must state therein the cause/s and duration of the expected delay. The Purchaser shall decide whether and by how much to extend the time. In all cases, the request for extension should be submitted before the lapse of the original delivery date.

34.3 Within twenty-one (21) days of receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may grant time extensions, if based on justifiable grounds, without liquidated damages.

34.4 The Procuring may extend up to twenty percent (20%) of the original contract time, above 20% of the original contract time approval of Head of Purchaser (HOPE) shall be required, in which case the extension shall be ratified by the Parties by amendment of the Contract as stated under GCC Clause 46.

34.5 Except in the case of Force Majeure, as provided under GCC Clause 38, a delay by the Supplier in the performance of its Delivery and Completion obligations shall render the Supplier liable to the imposition of liquidated damages as stated under GCC Clause 35, unless an extension of time is agreed upon, under GCC Sub-Clause 34.3.

35. Liquidated Damages

35.1 Subject to GCC Clause 34 and 38, if the , if the Supplier fails to deliver any or all of the Goods by the Date(s) of delivery and/or perform the Related Services within the period specified in the Contract as stated under GCC Clause 23, the Purchaser shall, without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in the PCC of the Contract price of the delayed Goods or unperformed / Related Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in

Page 57: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 53

those PCC. Once the maximum is reached, the Purchaser may terminate the Contract as stated under GCC Clause 42.

36. Limitation of Liability

36.1 Except in cases of criminal negligence or wilful misconduct, and in the case of infringement of patent and intellectual property rights, if applicable, the Supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, the aggregate liability of the Supplier to the Purchaser shall not exceed the total Contract Price, provided that this limitation shall not apply, to the cost of repairing or replacing defective equipment or, to any obligation of the Supplier to pay liquidated damages to the Purchaser.

37. Change in Laws and Regulations

37.1 Unless otherwise specified in the Contract, if after the Contract, any law, regulation, ordinance, order or bylaw having the force of law is enacted, promulgated, abrogated, or changed in Bangladesh (which shall be deemed to include any change in interpretation or application by the competent authorities) that subsequently affects the Delivery Date and/or the Contract Price, then such Delivery Date and/or Contract Price shall be correspondingly increased or decreased, to the extent that the Supplier has thereby been affected in the performance of any of its obligations under the Contract.

38. Definition of Force Majeure

38.1 In this Clause, “Force Majeure” means an exceptional event or circumstance:

(a) which is beyond a Party’s control;

(b) which such Party could not reasonably have provided against before entering into the Contract;

(c) which, having arisen, such Party could not reasonably have avoided or overcome; and

(d) which is not substantially attributable to the other Party.

38.2 Force Majeure may include, but is not limited to, exceptional events or circumstances of the kind listed below, so long as conditions (a) to (d) above are satisfied:

(i) war, hostilities (whether war be declared or not), invasion, act of foreign enemies;

(ii) rebellion, terrorism, sabotage by persons other than the Contractor’s Personnel, revolution, insurrection, military or usurped power, or civil war;

(iii) riot, commotion, disorder, strike or lockout by persons other than the Contractor’s Personnel;

(iv) munitions of war, explosive materials, ionising radiation or contamination by radio-activity, except as may be attributable to the Contractor’s use of such munitions, explosives, radiation or radio-activity, and

(v) natural catastrophes such as cyclone, hurricane, typhoon, tsunami, storm surge, floods, earthquake , landslides, fires, epidemics, quarantine restrictions, or volcanic activity;

(vi) freight embargoes;

(vii) acts of the Government in its sovereign capacity.

Page 58: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 54

39. Notice of Force Majeure

39.1 If a Party is or will be prevented from performing its substantial obligations under the Contract by Force Majeure, then it shall give notice to the other Party of the event or circumstances constituting the Force Majeure and shall specify the obligations, the performance of which is or will be prevented. The notice shall be given within 14 days after the Party became aware, or should have become aware, of the relevant event or circumstance constituting Force Majeure.

39.2 The Party shall, having given notice, be excused performance of its obligations for so long as such Force Majeure prevents it from performing them.

39.3 Notwithstanding any other provision of this Clause, Force Majeure shall not apply to obligations of either Party to make payments to the other Party under the Contract.

40. Duty to Minimise Delay

40.1 Each Party shall at all times use all reasonable endeavours to minimise any delay in the performance of the Contract as a result of Force Majeure.

40.2 A Party shall give notice to the other Party when it ceases to be affected by the Force Majeure.

41. Consequences of Force Majeure

41.1 The Supplier shall not be liable for forfeiture of its Performance Security, liquidated damages, or termination for default if and to the extent that it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

41.2 The Purchaser may suspend the delivery or contract implementation, wholly or partly, by written order for a certain period of time, as it deems necessary due to force majeure as defined in the contract.

41.3 Delivery made either upon the lifting or the expiration of the suspension order. However, if the Purchaser terminates the contract as stated under GCC clause 42, resumption of delivery cannot be done.

41.4 Head of Purchaser determines the existence of a force majeure that will be basis of the issuance of suspension of order.

41.5 Adjustments in the delivery or contract schedule and/or contract price, Including any need to modify contract under GCC Clause 46.

42. Termination for Default

42.1 The Purchaser shall terminate this Contract for default when any of the following conditions attends its implementation:

(a) Outside of force majeure, the Supplier fails to deliver or perform any or all of the GOODS within the period(s) specified in the contract, or within any extension thereof granted by the Purchaser pursuant to a request made by the Supplier prior to the delay;

(b) As a result of force majeure, the Supplier is unable to deliver or perform any or all of the GOODS, amounting to at least ten percent (10%) of the contract price, for a period of not less than sixty (60) calendar days after receipt of the notice from the Purchaser stating that the circumstance of force majeure is deemed to have ceased; or

Page 59: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 55

(c) The Supplier fails to perform any other obligation under the Contract;

(d) If the Supplier, in the judgment of the Purchaser has engaged in corrupt, fraudulent, collusive or coercive practices, as stated under GCC Clause 3, in competing for or in executing the Contract;

(e) When deductable amount due to liquidated damage reaches its maximum as stated under GCC Clause 35.

42.2 Termination of a contract for default is without prejudice to other remedies available to the Purchaser for breach of contract, such as payment of liquidated and other damages, if there are grounds for the latter.

42.3 In the event the Purchaser terminates the Contract in whole or in part, as stated under GCC Clause 42.1, the Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Related Services similar to those undelivered or not performed, and the Supplier shall be liable to the Purchaser for any additional costs for such similar Goods or Related Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.

42.4 In the event as stated under GCC Clause 42.1(d),the Purchaser shall,

(a) terminate the Supplier's employment under the Contract and cancel the contract, after giving 14 days notice to the Supplier and the provisions of Clause 42 shall apply as if such expulsion had been made under Sub-Clause 42.1

(b) declare, at its discretion, the concerned Person to be ineligible to participate in further Procurement proceedings, either indefinitely or for a specific period of time.

43. Termination for insolvency

43.1 The Purchaser shall terminate this Contract if the Supplier is declared bankrupt or insolvent as determined with finality by a court of competent jurisdiction. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Purchaser and/or the Supplier.

44. Termination for Convenience

44.1 The Purchaser, by written notice sent to the supplier, may terminate this Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that the termination is for the Purchaser’s convenience, the extent to which performance of the supplier under the contract is terminated, and the date upon which such termination becomes effective.

Page 60: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 56

44.2 Any of the following circumstances may constitute sufficient grounds to terminate a contract for conveniences :

(a) If Physical and economic conditions have significantly changed so as to render the contract no longer economically, financially or technically feasible, as determined by the Head of Purchaser;

(b) The Head of Purchaser has determined the existences of conditions that make contract implementation impractical and/or unnecessary, such as, but not limited to , fortuitous event/s, change in laws and government policies;

(c) Funding for the contract has been withheld or reduced;

(d) Any circumstances analogous to the foregoing.

44.3 The GOODS that have been delivered and/or performed or are ready for delivery or performance within thirty (30) calendar days after the Supplier’s receipt of Notice to Terminate shall be accepted by the Purchaser at the contract terms and prices. For GOODS not yet performed and/or ready for delivery, the Purchaser may elect:

(a) to have any portion delivered and/or performed and paid at the contract terms and prices; and/or

(b) to cancel the remainder and pay to the Supplier an agreed amount for partially completed and/or performed goods and for materials and parts previously procured by the Supplier.

45. Procedures for Termination of Contracts

45.1 The following provisions shall govern the procedures for termination of this Contract as stated under GCC Clauses 42,43 and 44:

(a) Upon receipt of a written report of acts or causes which may constitute ground(s) for termination as aforementioned, or upon its own initiative, the Purchaser shall, within a period of seven (7) calendar days, verify the existence of such ground(s) and cause the execution of a Verified Report, with all relevant evidence attached;

(b) Upon recommendation by the Purchaser, the Head of the Purchaser shall terminate this Contract only by a written notice to the Supplier conveying the termination of this Contract. The notice shall state:

i. that this Contract is being terminated for any of the ground(s) afore-mentioned, and a statement of the acts that constitute the ground(s) constituting the same;

ii. the extent of termination, whether in whole or in part;

iii. an instruction to the Supplier to show cause as to why this Contract should not be terminated; and

iv. special instructions of the Purchaser, if any.

(c) The Notice to Terminate shall be accompanied by a copy of the Verified Report;

(d) Within a period of seven (7) calendar days from receipt of the

Page 61: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 57

Notice of Termination, the Supplier shall submit to the Head of the Purchaser a verified position paper stating why this Contract should not be terminated. If the Supplier fails to show cause after the lapse of the seven (7) day period, either by inaction or by default, the Head of the Purchaser shall issue an order terminating this Contract;

(e) The Purchaser may, at anytime before receipt of the Supplier’s verified position paper, withdraw the Notice to Terminate if it is determined that certain items or works subject of the notice had been completed, delivered, or performed before the Supplier’s receipt of the notice;

(f) Within a non-extendible period of ten (10) calendar days from receipt of the verified position paper, the Head of the Purchaser shall decide whether or not to terminate this Contract. It shall serve a written notice to the Supplier of its decision and, unless otherwise provided, this Contract is deemed terminated from receipt of the Supplier of the notice of decision. The termination shall only be based on the ground(s) stated in the Notice to Terminate; and

(g) The Head of the Purchaser may create a Contract Termination Review Committee (CTRC) to assist him in the discharge of this function. All decisions recommended by the CTRC shall be subject to the approval of the Head of the Purchaser.

46. Contract Amendment

46.1 Subject to applicable laws, no variation in or modification of the terms of this Contract shall be made except by written amendment signed by the parties.

(ii) 46.2 The Purchaser, in accordance with their Delegation of Financial Powers, as required, may amend the Contract to reflect the changes introduced to the Original terms and Conditions of the Contract.

47. Settlement of Disputes

47.1 Amicable Settlement:

(a) The Purchaser and the Supplier shall use their best efforts to settle amicably all disputes arising out of or in connection with this Contract or its interpretation.

47.2 Adjudication

(a) If the Supplier /Purchaser believe that amicable settlement of dispute is not possible between the two parties, the dispute shall be refereed to the Adjudicator within fourteen (14) days of first written correspondence on the matter of disagreement;

(b) The Adjudicator named in the PCC is jointly appointed by the parties. In case of disagreement between the parties, the Appointing Authority designated in the PCC shall appoint the Adjudicator within fourteen (14) days of receipt of a request from either party;

(c) The Adjudicator shall give its decision in writing to both parties within twenty-eight (28) days of a dispute being referred to it;

Page 62: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 58

(d) The supplier shall make all payments (fees and reimbursable expenses) to the Adjudicator, and the Purchaser shall reimburse half of these fees through the regular progress payments;

(e) Should the Adjudicator resign or die, or should the Purchaser and the Supplier agree that the Adjudicator is not functioning in accordance with the provisions of the Contract; a new Adjudicator will be jointly appointed by the Purchaser and the Supplier. In case of disagreement between the Purchaser and the Supplier the Adjudicator shall be designated by the Appointing Authority designated in the PCC at the request of either party, within fourteen (14) days of receipt of a request from either party.

47.3 Arbitration

(a) If the Parties are unable to reach a settlement under GCC Clause 47.1(a) within twenty-eight (28) days of the first written correspondence on the matter of disagreement, then either Party may give notice to the other party of its intention to commence arbitration in accordance with GCC Sub-Clause 47.3(b);

(b) The arbitration shall be conducted in accordance with the rules of procedure specified in the PCC.

Page 63: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 59

Section 4. Particular Conditions of Contract

Instructions for completing the Particular Conditions of Contract are provided, as needed, in the notes in italics mentioned for the relevant GCC clauses.

GCC Clause

Amendments of, and Supplements to, Clauses in the General Conditions of Contract

GCC 1.1(j) The Procuring Entity/Purchaser is Bangladesh Power Development Board (BPDB),

Representative:

Secretary, Bangladesh Power Development Board, WAPDA Building (1st floor), Motijheel CA, Dhaka-1000. Tel No: +88029554209 Fax No: +88029567350

Consignee:

Project Director

Power Distribution System Development Project, Rangpur Zone, BPDB.

House #86, Road#02, R.K. Road, Islambag, Rangpur.

Camp Office:

Old Canteen, Ground Floor, Bidyut Bhaban, 1, Abdul Goni Road, BPDB, Dhaka.

E-mail: [email protected]

Ph: +8801730451577

Engineer:

Director, Directorate of Design & Inspection-II, 9/B,Motijheel C/A,Dhaka-1000 Tel +88029550404, Fax: +88029550265

Factory: Also means Plant.

Supplier: Also means Contractor for the Supply of Goods and related Services.

Subcontractor means a person or corporate body, who has a contract with the Supplier to carry out a part of the work in the Contract, which includes work on the Site.

GCC 1.1(o) The site(s)/ point(s) of delivery is/are Project Store / Project’s commissioning site at Saidpur 20MW Diesel Power Plant Complex Area, Saidpur, Nilphamari, Bangladesh.

GCC 5.1(i) The following documents shall also be part of the Contract:

Acceptance of NOA, Performance Security, Tender/Proposal(Offer) of the Supplier and All Correspondences between purchaser and Supplier prior to signing of the contract.

GCC 11.1 For notices, the Purchaser’s contact details shall be:

Attention: Secretary, BPDB, Dhaka.

Address: WAPDA Building (1st floor), Motijheel C/A, Dhaka-1000, Bangladesh

Tel No: +88029554209

Fax No: +88029567350

Page 64: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 60

For notices, the Supplier’s contact details shall be:

Attention:

Address:

Telephone:

Facsimile number:

Electronic mail address:

GCC 18.1 The scope of Supply shall be defined in:

As specified in section 6, Schedule of Requirements within 480days and the goods and related services mentioned in the price schedules (FromPG4-3A, 3B, 3C & 3D), Section 7: Technical Section & Section 8: Guaranteed Technical Particulars to complete the SPC Pole Manufacturing Factory (capacity no less than 96poles/8hrs.).

For the successful completion to complete the SPC Pole Manufacturing Factory (capacity no less than 96poles/8hrs.) in this turnkey contract, if any goods or services are required, which are not included in Section-6: Schedule of Requirements, Section 7: Technical Section & Section 8: Guaranteed Technical Particulars and in the price schedules, the Supplier will be responsible for the delivery of those goods and related services within the Contract Price.

a) All materials used in packing are to comply with the relevant Bangladesh regulations. Adequate protection and precautions are to be taken to exclude termites or other vermin, noxious insects, larva or fungus from the packing materials or plant. All contents are to be clearly marked for easy identification against the packing list.

b) All galvanized ferrous materials shall, in any case, not be touched with water and shall not be handled with any chemical products during transportation to prevent the corrosive effect to the galvanized surface.

c) The Supplier shall pack and crate all goods for export to a tropical, humid climate and for ocean transport and in accordance with internationally accepted export practice and such a manner as to protect it from damage and deterioration in transit by truck, rail and sea. The contractor shall be held responsible for and make good any and all damages costs involved due to improper and inadequate packing. Each box or other unit of shipment shall be eligible and properly marked in addition to the usual contractor's marking code. Detailed instructions for marking shown are given in tender document and such marking shall be written either on the box itself or on a metallic tag for drums, steel section etc. strongly attached to the Equipment.

GCC 22.2 The packing, marking and documentation inside and outside the packages shall be:

A complete packing list indicating the content of each package shall be enclosed in a waterproof envelop and shall be secured to the outside of the packing case. In addition, each package shall be marked with indelible ink/paint in bold letters, as follows :

Name and address of Procuring Entity Name of the Supplier Contract Description Final Destination/Delivery Point Gross weight Package number of total number of packages

Brief description of the content Any special lifting instructions

Page 65: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 61

Any special handling instructions

Upright markings, where appropriate, shall be placed on all four vertical sides of the package.

All material used for packing shall be environmentally neutral.

Additional markings and documentation within and outside the packages shall be :

1) The Supplier shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights, shall take into consideration, where appropriate, the remoteness of final destination of the supply and the absence of heavy handling facilities at all points in transit.

2) The packing, marking and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract and in any subsequent instructions ordered by the Purchaser.

3) The supplier shall provide such crate for shipment of goods as to protect the equipment and materials.

4) Delivery of the goods shall be made by the Supplier in accordance with the terms and conditions of the contract and the goods shall remain at the risk of the Supplier until delivery has been completed. Delivery shall be considered to have been completed when the last consignment to be delivered are accepted and taken over by the Purchaser at the final destination. All transportation, insurance and other costs incurred in delivering the goods to the final destination shall be entered in the Tenderer’s price schedule.

5) The Supplier warrants that the goods supplied under the Contract are new and unused of the most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the Contract.

6) The Supplier further warrants that all goods supplied under this Contract shall have no defect arising from design, materials or workmanship (except in so far as the design or material is required by the Purchaser's Specifications) or from any act or omission of the Supplier, that may develop under normal use of the Supplied Goods in the conditions obtaining in the country of final destination.

7) No goods should be shipped, without prior instruction from the Engineer /Purchaser. In cases, where the goods have been passed inspection but the Contractor from the Engineer/Purchaser has not received the instruction of delivery within one month from the date of inspection, the contractor may proceed with the shipment. In case of ex-factory basis delivery for domestic goods, the purchaser shall arrange to lift the goods from the specified place of the factory/warehouse within 30 (thirty) days after the date of inspection/ acceptance certificate issued by the Purchaser.

8) All air cargoes destined for the site shall be landed at Hazrat Shahjalal International airport of Dhaka as specified in Tender Document.

9) Any items liable to be damaged in transit shall be effectively protected and securely fixed in their cases. All lists of over 1(one) ton shall be marked to show where slings should be placed.

10) The Supplier shall give complete shipping information concerning the weight, size, content of each package including any other information the Purchaser or the Engineer may require.

11) All materials used in packing are to comply with the relevant Bangladesh

Page 66: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 62

regulations. Adequate protection and precautions are to be taken to exclude termites or other vermin, noxious insects, larva or fungus from the packing materials or plant. All contents are to be clearly marked for easy identification against the packing list.

12) All galvanized ferrous materials shall, in any case, not be touched with water and shall not be handled with any chemical products during transportation to prevent the corrosive effect to the galvanized surface.

13) The Supplier shall pack and crate all goods for export to a tropical, humid climate and for ocean transport and in accordance with internationally accepted export practice and such a manner as to protect it from damage and deterioration in transit by truck, rail and sea. The Supplier shall be held responsible for and make good any and all damages costs involved due to improper and inadequate packing. Each box or other unit of shipment shall be eligible and properly marked in addition to the usual Supplier's marking code. Detailed instructions for marking shown are given in tender document and such marking shall be written either on the box itself or on a metallic tag for drums, steel section etc. strongly attached to the Equipment.

14) Two bands red and green, each 25 mm ( 1 inch ) wide or combined width not exceeding one- quarter the length of the package shall be painted around the package as shown in figure.

15) The following monogram, measuring about one quarter of the side of the package shall also be painted in red on at least two sides of the package.

BANGLADESH

POWER DEVELOPMENT BOARD

16) All equipment is to be packaged in bundles and labeled for the appropriate town according to the list that will be provided to the successful bidder for each lot. Any items liable to be damaged in transit shall be effectively protected and securely fixed in their cases. All lifts of over 2 tones shall be marked to show where slings should be placed.

All identification marks on the outside of cases are to be waterproof and permanent and as shown in Figures.

17) All delicate. electrical equipment shall be adequately sealed and desiccating agents used where necessary to prevent damage from condensation. All equipment shall be packed and protected bearing in mind that it will be shipped to a tropical zone and that a considerable period may elapse between its arrival on site and its unpacking.

18) Underground cables and oyer head conductors shall be delivered wound on strong Aluminium or wooden drums. Drums with an outside diameter not exceeding 2.5 meters and an outside width exceeding 1.4 meters shall not be used except with the Engineers approval. The central hole of the drums shall be reinforced to fit an axle size 95mm diameter. The interior of the conductor drums shall be lined with bituminous paper to prevent the conductor from being in contact with the Aluminium or timber. Waterproof paper and felt lining shall overlap at seams by at least 20mm and the seams shall be sealed.

19) Drums shall be adequately protected by securely fastening substantial wooden battens around the periphery. These battens shall be secured by means of hoop metal bindings to approval.

20) Cables and conductors shall be securely fastened around the periphery of the drum. Cables shall be supplied with both ends properly capped and protected

Page 67: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 63

against damage. Each drum and one of each cable length shall bear a metal label detailing manufacturers name, specified voltage and type of conductor. Cables drums shall be treated in an approved manner to resist termite and fungus attacks and shall be suitable for outside storage for a minimum period of five years in an equatorial climate without undue deterioration. The leading end of cable on cable drums shall be the ‘A’ end as defined in BS 6480.

21) The inner cable end attached to the drum shall be capped and sealed in such a manner that core screening and sheath are able to be measured from the outer cable and without removing the inner end cap. The thread of bolts used to strengthen the cable drums shall be pinned in such a way that the nut can be lightened but cannot be readily removed.

22) Other electrical equipment items shall be packed for transport to site so that they are protected against the climatic conditions and handling to which they may be subjected in transit and in storage at the site. They shall be enclosed in planked wooden boxes with hoop metal bindings with ends sealed. Bindings shall be of rust less material.

23) The Supplier shall pack and crate all Equipment for export to a tropical , humid climate and for ocean transport and in accordance with internationally accepted export practice and in such a manner as to protect it from damage and deterioration in transit by truck, rail and sea. The Supplier shall be held responsible for and make good any and all damages costs involved due to improper and inadequate packing.

24) Each box or other unit of shipment shall be legible and properly marked in addition to the usual Suppliers marking code. Detailed instructions for marking as shown in Figure shall be written either on the box itself or on a metallic tag for drums, steel section etc, strongly attached to the Equipment.

25) Contents of cases are to be bolted securely or fastened in position with struts or cross battens and not with wooden chocks wedged in place unless otherwise firmly fastened. All struts or cross battens are preferably to be supported by cleats fixed to the case, above and below, to form edges on which the batten may rest. Open cases shall not be used. Where parts are required to be bolted to m the sides of the case, large washers are to be used to distribute the pressure and the timber is to be strengthened by means of a pad.

26) All cases shall be clearly identified giving particulars of manufacturers name and type of equipment.

The Supplier shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their final as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights, shall take into consideration, where appropriate, the remoteness of final destination of the supply and the absence of heavy handling facilities at all points in transit.

GCC23.1 No goods will be shipped without prior instruction from the Purchaser.

Page 68: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 64

Delivery and Documents:

1. Delivery of the goods shall be made by the Supplier in accordance with the terms and the goods shall remain at the risk of the Supplier until delivery has been completed. Delivery shall be considered to have been completed when the last consignment to be delivered are accepted and taken over by the Purchaser at the final destination (project site). All transportation, insurance and other costs incurred in delivering the goods to Port of landing up to the final destination is included in the Contract price.

Incomplete Delivery:

i) The Supplier shall be responsible for any shortages in supply when the contents of the cases do not comply with the manifests, for which claim documents will be prepared in the English language by the Purchaser and submitted to the Supplier for the necessary action.

ii) Compliance with specification: Notwithstanding any descriptive literature, drawings or illustrations which may have been submitted with the Tender, all details other than those shown on the Schedule will be deemed to be in accordance with the Specification and the Standard specifications and codes referred to in the Specification. Apart from those shown in the Schedule any departures from the specification are to be made with prior written approval of the Purchaser. The documentary evidence of the equipment's conformity to the Tender Document may be in the form of literature, drawings and date, and shall furnish. A detailed description of the equipment essential technical and performance characteristics like specification, drawings; A list, giving full particulars, including available sources and current prices, of all spare parts, special tools, etc., necessary for the proper and continuing of the equipment for a period of 10(ten) years; A clause-by-clause commentary on the specifications demonstrating the equipment's statement of deviations and exceptions to the provisions of the Specifications and Details containing the name of the manufacture of type of trade name, reference of all equipment and materials, which shall be firm. The words "equivalent" "similar" etc. for specifying equipment and materials shall not be considered acceptable.

iii) Storage of the materials: After the goods under this contract arrive in Bangladesh, the Supplier will store Goods, equipment and other equipment & materials to the store designated by Consignee. The storing facilities are the responsibility of the Supplier. Any damage to the equipment facility will be the responsibility of the contractor.

iv) Rejection: In the event any of the Equipment supplied by the Contractor is found defective prior to the issue of R & I report or Provisional Acceptance Certificate (PAC) or otherwise not in conformity with the requirements of the Contract, the Purchaser or the Engineer shall have the right to either reject the Equipment or request the Supplier in writing to rectify/ replace the equipment. The Supplier shall with utmost diligence and at his own expense replace the defective equipment or rectify the defect as the case may be. If the Supplier fails to comply within 30 (Thirty) days after having been informed, the Purchaser has the option to replace or rectify such defective equipment and charge the Supplier the extra cost plus 15% (fifteen percent) of the total cost.

(a) In the event the Supplier is not able to rectify or replace the rejected equipment within reasonable time, the Purchaser reserves the right to recover any money due as a result of rejection and to terminate the Contract for default as provided in the contract.

(b) Acquire the said Goods at a reduced price considered equitable under the circumstances.

Page 69: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 65

GCC 23.2 Details of shipping and documents to be furnished by the Supplier shall be: 1. The Purchaser and Consignee shall receive the shipping documents at the

latest one-week before arrival of cargoes at the airport of Dhaka or any sea/land port of entry in Bangladesh.

The shipping documents shall be supplied to as follows:

1 Director, Purchase, BPDB, WAPDA Building, Motijheel C/A., Dhaka 1000

2 (Two) sets

2 Project Director, Project Director

Power Distribution System Development Project, Rangpur Zone, BPDB. Biddut Bhaban (Groundth Floor)1, Abdul Gani Road, Dhaka-1000

2 (Two) sets

3 Director, Finance, Biddut Bhaban (7th Floor)1, Abdul Gani Road, Dhaka-1000

2 (Two) sets

4 Director, Clearance & Movement, BPDB, Chittagong/Dhaka 2 (Two) sets 5 Deputy Director, Clearance & Movement BPDB, Chittagong/Dhaka

/Khulna 1 (one) set

6 Dy. Director, Insurance, BPDB, Dhaka 1 (one) set

No goods should be shipped or delivered without prior instruction (shipping advice) from the Purchaser.

2. No goods should be shipped, without prior instruction from the Purchaser. In cases, where the goods have been passed inspection but the Supplier from the Purchaser has not received the instruction of delivery within one month of the date of inspection, the Supplier may proceed with the shipment. In case of ex-factory basis delivery for domestic goods, the Supplier shall arrange to supply to the store designated by the Purchaser within 30 (thirty) days after the date of inspection/ acceptance certificate issued by the Purchaser.

3. All air cargoes destined for the site shall be landed at Hazrat Shajalal International Airport of Dhaka as specified in Tender Document.

4. Any items liable to be damaged in transit shall be effectively protected and securely fixed in their cases. All lists of over 1(one) ton shall be marked to show where slings should be placed.

5. The Supplier shall give complete shipping information concerning the weight, size, content of each package including any other information the Purchaser may require.

(a) For Imported Goods:

Upon shipment of goods, the Supplier shall notify the Purchaser and the Insurance Company by Cable or fax or telex: the full details of the shipment including Contract number, description of Goods, quantity, the bill of landing number and date, port of loading, date of shipment, port of discharge, etc. The Supplier shall mail the following documents to the Purchaser, with a copy to the Insurance Company:

i) 03 (three) Copies of the Supplier's invoice showing goods description, quantity, unit price, total amount.

Page 70: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 66

ii) 1(one) original and 8 (eight) copies of the negotiable, clean, on-board bill of lading marked freight prepaid and 8 (eight) copies of non-negotiable bill of lading, where applicable.

iii) 8 (Eight) copies of packing list identifying contents of each package; iv) Insurance certificate; v) Certificate of origin; vi) Manufacturer's/sup vii) Inspection certificate, issued by the nominated inspection agency or

Purchaser’s Inspection Team and/or the Supplier's factory inspection report (if any);

viii) Shipping advice issued by the Purchaser; ix) Freight Memo /Truck Challan; x) The Purchaser shall receive the above documents at least one week

before arrival of Goods at the port and, if not received, the Supplier will be responsible for any consequent expenses.

xi) The negotiable sets of documents shall be originals signed by the Supplier. The Commercial Invoice is to show material value plus freight as applicable.

(b) For Goods from within the Purchaser’s country as per INCOTERM EXW:

Upon delivery of the Goods to the transporter, the Supplier shall notify the Purchaser and send the following documents to the Purchaser:

(a) 8 copies of the Supplier’s invoice showing the description of the Goods, quantity, unit price, and total amount;

(b) delivery note, railway receipt, or truck receipt;

(c) Manufacturer’s or Supplier’s warranty certificate;

(d) inspection certificate issued by the nominated inspection agency or Purchaser’s Inspection Team and the Supplier’s factory inspection report; and

(e) Certificate of origin.

The Purchaser, shall receive the above documents before the arrival of the Goods and, if not received, the Supplier will be responsible for any consequent expenses.

Page 71: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 67

GCC 24.1, 24.2 After completion of the turnkey work (Supply of Goods and related services), Provisional Acceptance Certificate (Completion Certificate) shall be issued as stated below:

Provisional Acceptance Certificate (PAC)

The work shall not be considered as complete provisionally until a PAC has been issued for the work, signed and dated by the Consignee and the Engineer and delivered to the Contractor. The PAC will be issued only after the final inspection and performance test/ Initial Commercial Operation (ICO) test /reliability test run has been carried out by a team of representatives of the Contractor and witness and accepted by the PAC committee of BPDB formed by the competent authority the members of the Acceptance Committee of BPDB and the work has been judged complete and in compliance with the Contract Documents. The final inspection and performance test / Initial Commercial Operation (ICO) test /reliability test run shall be performed as specified in the applicable Technical Requirements & in the Section6: Schedule of Requirements to assess the production capacity of the Completed SPC Pole Manufacturing Factory and shall run minimum 03 (three) days (8hrs. continuous operation per day) at full production capacity (minimum 96nos. pole/8hrs) without any trouble. Necessary testing equipment/raw materials to carryout the test shall be supplied by the Contractor within the contract price. The final inspection and performance test / Initial Commercial Operation (ICO) test /reliability test run of Completed SPC Pole Manufacturing Factory and the subsequent issuance of the PAC shall not be construed as a release to the Contractor from any Contractual liability or responsibility, such release being subject only to the provisions of the Release of Liability clause PCC [New clause GCC 49]. BPDB may take over completed portions of the work, prior to completion of the Contract, by written notice to the Contractor.

The Provisional Acceptance Certificate (PAC) shall not be unreasonably withheld nor shall BPDB delay the issuing of the PAC on account of minor omissions or defects, which do not affect the commercial operation without any serious risk to the plant, provided always that the Contractor undertakes to make good such omission and defects within a reasonable time. From the date of final inspection and test of completed works, at least one (1) weeks time should be taken for observation to the outcome of the work, after which Provisional Acceptance Certificate (PAC) should be issued for the work, signed and dated by the Consignee and the Engineer and delivered to the Contractor, provided that no omissions or defects are found which may affect the commercial operation of the plant.

The final inspection and performance test/ Initial Commercial Operation (ICO) test/reliability test run will commence upon a written notice from the Contractor stating that the SPC Pole Manufacturing Factory has successfully completed production of different type pole (9M, 12M & 15M) with minimum production capacity 96nos. pole/8hrs without any trouble after turnkey work (Supply of Goods and related services).

Necessary testing equipment/raw materials will be arranged /supplied by the Contractor to carry out all the above test within the contract price.

After completion of the Defects Liability Period/Warranty period, Final Acceptance Certificate shall be issued as mentioned below:

Final Acceptance Certificate (FAC)

Final Acceptance Certificate (FAC) will sign and issued by the consignee and the Engineer on the basis of the successful report of FAC committee formed by the competent authority stating that all work has been completed to their satisfaction. The Final Acceptance Certificate (FAC) will be given by the consignee

Page 72: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 68

latest twenty eight (28) days after the expiration of the Defects liability period or successful completion of warranty period or if different guarantee/warranty periods shall become applicable to different parts of the turnkey work, after the expiration of the latest of such periods and as soon as any and all work to be made good is completed to the satisfaction of the Consignee , Engineer and the competent Authority.

GCC 25.1 The Contract Price is ..........

The Contract Price is on a “single responsibility” basis such that the Contract price covers all the Supplier’s obligations and responsibilities mentioned in or to be reasonably inferred from the Contract document in respect of the design, manufacture, including procurement and subcontracting (if any), delivery, transportation, construction, installation, testing, pre-commissioning and commissioning of the facilities and completion of the Goods and related services to complete SPC Pole Manufacturing Factory with production capacity not less than 96poles/8hrs and, where so required by the Contract document, the acquisition of all permits, approvals and licenses, etc., operation, maintenance, inspection and training services and such other items and services, all in accordance with the requirements of the Conditions of Contract.

Contract Price shall be fixed and is not adjustable with any indices until completion of the Contract performance.

GCC 25.3 For Goods manufactured outside Bangladesh and to be imported, customs duties, import VAT and other import taxes levied on the imported Goods will be paid by Purchaser. Hence contract price will not include these costs.

GCC 26.2 Responsibility of the Purchaser and Supplier is: Marine transportation/ Air shipment, inland transportation, insurance and other local costs incidental to delivery of the goods from the port of entry to their final destination are under the responsibility of Supplier. Supplier shall obtain all types of insurance from Sadharan Bima Corporation of Bangladesh.

GCC 27.1 (a) Payment of foreign currency portion shall be made through Letter of Credit (L/C)

opened in favor of the Supplier in a schedule Bank of Bangladesh.

(b) Payment of Local currency portion shall be made direct through transfer of fund

to Contractor’s account or through cheque. Payment shall be made direct through

Consignee.

1. Payment for Goods supplied from abroad(Form PG4-3B):

i) Advance Payment : Not Applicable

ii) On Shipment: Sixty (60) percent (%) of the foreign currency Price of the Goods shipped shall be paid through letter of credit opened in favour of the Supplier in a bank in its country, upon submission of documents specified in GCC Clause 23. and issuance of payment advice by the Consignee.

iii) On Acceptance:

a) On R&I Report: Ten (10) percent (%) upon presentation of BOARD’s “Receiving cum Inspection Report” for each consignment delivered at site and a claim bill duly verified by consignee certified by the Engineer and issuance of payment advice by the Consignee.

a) On Provisional Acceptance Certificate (PAC): Twenty (20) percent (%) upon issuance of Provisional Acceptance Certificate specified in GCC Clause 24. and a claim bill duly verified by consignee certified by the Engineer and issuance of payment advice

Page 73: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 69

by the Consignee supported by the Provisional Acceptance Certificate.

c) On Final Acceptance Certificate (FAC): Ten (10) percent (%) upon issuance of Final Acceptance Certificate specified in GCC Clause 24. and a claim bill duly verified by consignee certified by the Engineer and issuance of payment advice by the Consignee supported by the Final Acceptance Certificate (FAC).

a) Partial Shipment is allowed. Partial payment against on Shipment is allowed. b) Transshipments allowed as and when/where required as per prior approval

of the procuring entity. c) Third Party B/L shall be allowed as and when/where required as per prior

approval of the procuring entity.

Hundred (100) percent (%) Payment of local currency portion shall be made in Bangladesh Taka within thirty (30) days of presentation of claim bill duly verified by consignee, certified by the Engineer and issuance of payment advice by the Consignee supported by the Provisional Acceptance Certificate (PAC) declaring that the Goods have been delivered and that all other contracted Related Services have been performed.

2. Payment for Goods manufactured in Bangladesh (PG4-3A):

i) Advance Payment : Not Applicable

ii) On Delivery: Eighty (80) percent (%) of the Contract Price of the Goods delivered shall be paid within thirty (30) days of submission of documents specified in GCC Clause 23.2 and a claim bill duly verified by consignee certified by the Engineer and issuance of payment advice by the Consignee supported by the Satisfactory R&I Report issued by the Consignee.

iii) On Acceptance:

a) On Provisional Acceptance Certificate (PAC): Ten (10) percent(%) upon issuance of Provisional Acceptance Certificate specified in GCC Clause 24. and a claim bill duly verified by consignee certified by the Engineer and issuance of payment advice by the Consignee supported by the Provisional Acceptance Certificate (PAC).

b) On Final Acceptance Certificate (FAC): Ten (10) percent(%) upon issuance of Final Acceptance Certificate specified in GCC Clause 24. and a claim bill duly verified by consignee certified by the Engineer and issuance of payment advice by the Consignee supported by the Acceptance Certificate (FAC).

BANKING CHARGES:

a) Letter of Credit opening and other charges including amendment charges within Bangladesh shall be borne by BPDB and those outside Bangladesh shall be borne by the supplier.

b) The supplier shall have to bear all such charges both inside and outside Bangladesh in case of extension of L/C if done at the request of the supplier.

3. Payment for Related Services (PG4-3D) ( installation, Testing &

commissioning):

1) Advance Payment: Not Applicable

2) On monthly progress: Eighty (80) percent (%) payment upon monthly progress according to the progress of the service work at site and provided that the Related Services works are performed satisfactorily and in accordance with the stipulations of the Contract documents against submission of invoices/claim bill duly verified by consignee certified by the Engineer and issuance of payment advice by the Consignee.

Page 74: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 70

3) On Provisional Acceptance Certificate (PAC): 10% (Ten percent) upon issuance of the Provisional Acceptance Certificate after successful completion of commissioning and handing over against submission of invoices/claim bill duly verified by consignee certified by the Engineer and issuance of payment advice by the Consignee. 4) On Final Acceptance Certificate (FAC): Ten (10) percent (%) upon issuance of Final Acceptance Certificate and a claim bill duly verified by consignee certified by the Engineer and issuance of payment advice by the Consignee. BANKING CHARGES: a) Letter of Credit opening and other charges including amendment charges within Bangladesh shall be borne by BPDB and those outside Bangladesh shall be borne by the supplier. b) The supplier shall have to bear all such charges both inside and outside Bangladesh in case of extension of L/C if done at the request of the supplier.

Procedure for Progress payment against Related Service: On or about the first day of each month the Contractor will prepare a bill in prescribed form of the value (As per Breakdown estimate submitted by Contractor) of the service done up-to such date. The estimated cost of service which, do not conform to the specifications will be deducted from the billed amount. Payment will be made to the Contractor as stipulated above. Such intermediate payment shall be regarded as payment by way of advance against the final payment for work actually done and shall not preclude the requiring of bad, unsound and imperfect work to be removed and reconstructed. Such payments shall not be considered as admission that the Contract performance has been completed nor shall it indicate the accruing or any claim, or shall it conclude, determine or affect in any way the powers of BPDB under this Contract to final settlement and adjustment of the account or in any other way vary or affect the Contract. Contractor’s Breakdown Estimate The Contractor shall prepare and submit to the Consignee for approval a breakdown estimate for and covering each lump-sum price stated in the Contract. The breakdown estimate, showing the value of each kind of service shall be certified by Consignee and approved by the Engineer before any partial payment estimate is prepared. Such items as bond premium, temporary facilities and plant may be listed separately in the breakdown estimate, provided that their cost can be substantiated.

The sum of the items listed in any breakdown estimate shall equal the Contract lump-sum price or prices, overhead and profit shall not be listed as separate items.

GCC 27.3 Payments shall be made in no case later than the 60(sixty) days after submission of an invoice or request for payment by the Supplier, and after the Purchaser/Consignee has accepted it.

GCC 27.5 The payment-delay period after which the Purchaser/Consignee shall pay interest to the supplier shall be [ Nil ] days. : Not Allowed

GCC 28.2 The minimum insurance cover shall be 110% (Hundred Ten). The insurance policy would

be furnished from Bangladesh Sadharan Bima Corporation.

The Supplier shall secure and maintain throughout the duration of the contract insurance of such types and in such amounts as may be necessary to protect himself and the interest of Purchaser against hazards of risk or loss at Supplier’s cost. Failure of the Supplier to maintain such coverage shall not relieve him of any contractual responsibility or obligations for transportation and ocean cargo insurance from port of loading to port of unloading and from warehouse to warehouse in Bangladesh.

As Marine insurance as well as Local Insurance shall be from Sadharan Bima Corporation, 139, Motijheel Commercial Area, Dhaka, Bangladesh and the cost shall be paid by Supplier/Contractor. Shipment of goods in any chartered vessel over 15(fifteen) years of age and shipment of goods in the Deck are prohibited.

Page 75: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 71

GCC 29.2 1. For Contractor’s equipment materials & Service:

a) Bangladesh Income tax and VAT for Income Earned in Bangladesh:

i. The Contractor shall be entirely liable to pay Income Tax on Contract price for both foreign & local currency (i,e CIF, Works, Service and Erection & Commissioning) according to the Income Tax ordinance 1984 at the prevailing rate (the date of tender submission) of the Govt.(at Present 7.5%) which shall be deducted at source at the time of payment of bills for onward deposition of the same into Govt. Treasury. In case of any change of tax rate on the date of payment that will be in account of employer.

ii. The contractor shall also be liable to pay VAT arising out of this contract for both foreign& local currency (Except CIF) portions according to the VAT Act. 1991 at the prevailing rate (the date of tender submission) of the Government (at present 6%) which shall be deducted at Source at the time of payment of bill for onward deposition of the same into Govt. Treasury. In case of any change of Vat rate on the date of payment that will be in account of employer

iii. The Board shall pay all VAT on CIF portion at the payment stage (if applicable).

b) Foreign country Taxes and Permits

The Supplier shall pay all sales, income and other taxes and duties, tariffs and imports that can be lawfully assessed against the supplier by the Government or any lawful authority of any country other than the people's Republic of Bangladesh which has jurisdiction over the Supplier in connection with this contract and shall pay for all licenses permits and inspection required for the supply including the cost or securing all export licenses and permits for materials, equipment, supplies and personnel exported from that country to Bangladesh. C) For Contractor’s equipment, meterial imported on re-exportable basis

The Contractor shall be entirely responsible for all Bangladesh Custom and Import duties, VAT, taxes and all other levies imposed under applicable law of Bangladesh for Importation of Contractor’s Construction equipment, tools and materials required for implementation of the contract in Bangladesh which shall be imported on the condition to be exported after completion of the work, if the same are not exempted from such taxes, VAT & levies. The Board shall assist to the contractor to obtain exemption from NBR [National Board of Revenue] for import of the contractor’s equipment and materials on the basis of re-export.

2. Import related duties, taxes, VAT, levies The Board shall pay all Bangladesh Customs and Import duties, VAT, Taxes and all other liabilities arising from the Importation of all permanent Materials and equipments under the contract. The Contractor shall obtain all import permits or licenses required for any part of the work within the terms stated in the program or if not so stated, in reasonable time having regard to the time for delivery of the work and the time for completion. The Board shall pay all Bangladesh customs and import duties, VAT, taxes and all other levies arising from the importation of all permanent materials and equipments (on CIF Value) under the contract, The Board shall provide its extreme effort to pay such taxes in a timely manner to avoid any extra cost thereon. The contractor shall submit to the owner 5 (five) copies of non-negotiable shipping document ahead of shipment for arranging payment of such taxes and clearing the materials in time. The Board shall not bear any expenditure on account of import of cement, if any, by the Contractor. Normally, equipment and materials that will be incorporated in the permanent works shall be transported by vessel. If the Contractor decides to air freight any items, the excess freight beyond freight of vessel or excess inland transportation or any other additional cost on account of air freight shall be borne by the Contractor. Manufacturer/supplier/ contractor shall be entirely responsible for clearing the material//equipment through their appointed clearing agent (including necessary payment to them), submission of tax assessment report from custom authority to Deputy Director clearance & Movement , BPDB, Rangpur/Dhaka/Khulna ahead of time period to avoid any sorts of demurrage. On presentation of assessment report from custom authority, concerned Deputy Director Clearance & Movement, BPDB will make arrangement for payment to custom authority. All charges related to tax assessment & Clearing shall be borne by the contractor if necessary.

Page 76: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 72

GCC 32.1 Witnessing of the manufacturing process and tests of the Goods at manufacturer’s works including transfer of technical know-how. During test, transfer of Technology and Technical know-how regarding spares, parameters and testing procedure including familiarization/ testing of equipments to BPDB Engineers is to be performed as per Section 7: Technical Section. The supplier shall bear the round air tickets, hotel accommodations, per diem allowances, internal transportations and out of pocket expenses @ US$ 100.00 per person per day for 07 days (excluding travel time) for each manufacturing Country for the witnessing of manufacturing process and tests of concerned equipment at manufacturer’s works. The number of such BPDB Engineers will be 06(Six) nos. Such witness/inspection shall not relieve the supplier from any obligation to supply the goods in accordance with contract document. For foreign manufacturer, Invitation letter from the manufacturer should be submitted to the purchaser at least 02(two) months prior to the schedule date of the witness and tests.

Post Landing Inspection: a) Post Landing Inspection shall be done after arrival of the goods at Final

destination. The post landing inspection shall be intimated to the representative of Supplier. The program of such inspection shall be intimated to the representative of contractor/supplier by BPDB upon arrival of the goods at Final destination store of BPDB. R&I Report will be issued after post landing inspection.

b) The purchaser has right to inspect, test and where necessary, reject the Goods arrival in purchaser’s store shall in no way be limited or waived by reason of the goods having previously been tested and passed by the manufacturer/ supplier.

c) Nothing in this clause shall in any way release the supplier from any warranty or other obligation under the provisions of the contract/ purchase order.

GCC 32.9 (New Clause)

Technical Orientation & witness of the SPC Pole manufacturing process for 96poles/8hrs after Initial Commercial Operation (ICO) and Technical orientation of the Equipment at Project Site’s and at classroom including transfer of technical know-how: During Technical Orientation & witness, transfer of Technology and Technical know-how regarding spares, parameters and testing & manufacturing procedure including familiarization/ testing of equipments & SPC Pole manufacturing process for 96poles/8hrs to BPDB Engineers/Employer (persons)at on Project’s Site & on Classroom is to be performed by the Supplier. The supplier shall bear all cost required for accommodations, classroom rent, foods, per diem allowances, internal transportations to carryout Technical Orientation & witness by the BPDB Engineers/Employer (persons) and a pocket expenses @BDT (amount equivalent US$ 50.00) per person per day for 15 days (excluding any travel time) to be provided by the Supplier. The number of such BPDB Engineers/Employee will be 15 (Fifteen) nos. Such Orientation & witness will required for issuing Provisional Acceptance Certificate (PAC) and shall not relieve the supplier from any obligation to supply the goods in accordance with contract document.

Page 77: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 73

GCC 33.3 The period of validity of the Warranty shall be 12(twelve) months from the date of issuance of Provisional Acceptance Certificate (PAC). During the warranty period, if any equipment/material is damaged and replaced by the Supplier, fresh warranty period for 12 (twelve) months shall be counted for the replaced equipment/material. Total warranty period shall not increase more than 24(twenty four) months in any case. and for the purpose of warranty, the place of final destination shall be : Project site/ Project’s commissioning site at Saidpur 20MW Diesel Power Plant Complex Area, Saidpur, Nilphamari, Bangladesh.

The following condition shall also be applicable for Warranty / Guarantee of Goods:

1. Guarantee of Goods and Guaranty period as used in this document will mean warranty and period of guarantee respectively.

2. The Supplier warrants that the goods supplied under the Contract are new, unused, of the most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the Contract.

The Supplier further warrants that all goods supplied under this Contract shall have no defect arising from design, materials or workmanship (except in so far as the design or material is required by the Purchaser's Specifications) or from any act or omission of the Supplier, that may develop under normal use of the Supplied Goods in the conditions obtaining in the country of final destination.

GCC 33.6 The Supplier shall correct any defects covered by the Warranty within 90(Ninety) days of being notified by the Purchaser of the occurrence of such defects.

GCC 35.1

The applicable rate for liquidated damages for delay shall be :

a) Delay in target milestone:

(i) 0.5 % (Zero point five percent) of the final Contract price per week of delay for completion of supply (365days from the date of opening of LC) of all machineries/ equipment/ materials, spares at Project Site.

(ii) 0.05% (Zero point zero five percent) of ONE (1) percent of the contract value after expiry of the Intended Completion Date (480days from the date of opening of L/C) or extended Intended Completion Date, as applicable, per day of delay.

(b) Production Output

In addition to delay in target milestone, liquidated damages will also be applicable on production output. If the plant fails to achieve 96 poles/8hrs output during performance test/Initial Commercial Operation (ICO) test/reliability test run of Completed SPC Manufacturing Plant , the Contractor shall pay to the Purchaser liquidated damages at the rate of 1% (one percent) of the Contract Price for decrease of 1% (one percent) or its fraction of the output from the 96 poles/8hrs output.

The maximum amount of liquidated damages shall be Ten (10%) percent of the Contract Price.

GCC 47.2(b) The name of the Adjudicator : shall be selected when necessary

The name of the appointing authority of the Adjudicator : President, Institution of Engineers, Bangladesh (IEB).

Page 78: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 74

GCC 47.3(b) Any dispute, Controversy or claim arising out of or relating to this contract or breach, termination or invalidity thereof shall be settled by arbitration in accordance with Arbitration act ( Act No 1 of 2001) of Bangladesh as at present in force.

Arbitration shall be take place in Dhaka, Bangladesh.

GCC 48

(New Clause)

Submission & Approval of Design, Drawing, Specification & GTP/Engineering Data:

Design, Drawing, Specification & GTP/ Engineering Data etc, shall be submitted to the Engineer, Director, Design & Inspection–II, BPDB by the Supplier for approval, prior to the manufacturing of the goods. The Supplier shall have to submit 3 (three) sets of the same for approval within 15 (fifteen) days from the date of signing Contract. Only Original copy shall be submitted (photocopy / scanned copy will not be allowed).

One copy of Design, Drawing, Specification & GTP/ Engineering Data shall be returned to the Supplier marked “APPROVED” or “APPROVED AS NOTED” or “RETURNED FOR CORRECTION” within 14 (Fourteen) days after receipt from the Supplier and if not returned within 14 (Fourteen) days after receipt by the Engineer, the Suppliers shall notify Engineer of such fact, and if the Design, Drawing, Specification & GTP/ Engineering Data still have been not returned within 7(Seven) days after notice, the Supplier may proceed as if Design, Drawing, Specification & GTP/ Engineering Data have been returned approved. When the Design, Drawing, Specification & GTP/ Engineering Data are returned marked “APPROVED AS NOTED” or “RETURNED FOR CORRECTION” the corrections or changes shall be made and 3 (three) revised copies shall be submitted to the Engineer. One copy of the revised Design, Drawing, Specification & GTP/ Engineering Data will be returned to the Supplier by 7(Seven) days from the receipt of the same with due approval, if re-submitted Design, Drawing, Specification & GTP/ Engineering Data are in line with the earlier comments of the Engineer and satisfy contract specification.

GCC 49

(New Clause)

Release of Liability The acceptance by the Contractor of the last payment shall operate as, and shall be, a release to the BOARD and every officer, agent and employee thereof, from all claims and liability hereunder for anything done or furnished for or relating to the work, or for any act or neglect of the BOARD or of any person relating to or the affecting the work. The last payment by the BOARD to the Contractor shall constitute final acceptance of all work performed under this Contract and shall release the Contractor and his surety, from all Contractual liabilities and responsibilities to the BOARD except these liabilities assumed under the Warranty clause PCC [GCC 33.3] of these Special Conditions or arising out of hidden defects. In the event a suit were to be instituted in Bangladesh against the BOARD and the Contractor as defendants neither shall be released from his respective liabilities under this Contract.

Page 79: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 75

Section 5. Tender and Contract Forms

Form Title

i. Tender Forms

PG4 – 1 Tender Submission Letter

PG4 – 2 Tenderer Information Sheet

PG4 – 3A,3B & 3C Price Schedule for Goods

PG4 – 3D Price Schedule for Related Services

PG4 – 4 Specifications Submission and Compliance Sheet

PG4 – 5 Manufacturer’s Authorisation Letter

PG4 – 6 Bank Guarantee for Tender Security

PG4-11 Deviation List

ii. Contract Forms

PG4 – 7 Notification of Award

PG4 – 8 Contract Agreement

PG4 – 9 Bank Guarantee for Performance Security

PG4 – 10 Bank Guarantee for Advance Payment

PG4-12 Warranty Certificate

Forms PG4-1 to PG4-6, PG4-11 comprises part of the Tender and should be completed as stated in ITT Clause 21. Forms PG4-7 to PG4-10, PG4-12 comprises part of the Contract as stated in GCC Clause 5.

Page 80: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 76

Tender Submission Letter (Form PG4 – 1A)

(To be submitted with technical Proposal) [This letter shall be completed and signed by the Authorised Signatory

preferably on the Letter-Head pad of the Tenderer].

To:

[Contact Person]

[Name of Purchaser]

[Address of Purchaser]

Date:

Invitation for Tender No: [indicate IFT No]

Tender Package No: [indicate Package No]

Lot No: [indicate number of Lots]

We, the undersigned, offer to supply in conformity with the Tender Document the following Goods and related Services: In signing this letter, and in submitting our Tender, we also confirm that:

a) our Tender shall be valid for the period stated in the Tender Data Sheet (ITT Sub-Clause 27.2) and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

b) a Tender Security is attached in the form of a bank guarantee] in the amount stated in

the Tender Data Sheet (ITT Clause 29) and valid for a period of 28 days beyond the Tender validity date;

c) if our Tender is accepted, we commit to furnishing a Performance Security in the amount

stated in the Tender Data Sheet (ITT Sub-Clause 63.2) in the form stated in Tender Data Sheet (ITT Sub-Clause 64.1) and valid for a period of 28 days beyond the date of completion of our performance obligations;

d) we have examined and have no reservations to the Tender Document, issued by you on [insert date];

including Addendum to Tender Documents No(s) [state numbers] ,issued in accordance with the Instructions to Tenderers (ITT Clause 11). [insert the number and issuing date of each addendum; or delete this sentence if no Addendum have been issued];

e) we, including as applicable, subcontractor for any part of the contract resulting from

this Tender process, have nationalities from eligible countries, in accordance with ITT Sub-Clause 5.1;

f) we are submitting this Tender as a sole Tenderer

Page 81: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 77

g) we are not a Government owned entity as defined in ITT Sub-Clause 5.3

or

we are a Government owned entity, and we meet the requirements of ITT Sub-Clause 5.3];

(delete one of the above as appropriate) h) we, declare that we are not associated, nor have been associated in the past, directly or

indirectly, with a consultant or any other entity that has prepared the design, specifications and other documents, in accordance with ITT Sub-Clause 5.5;

i) we, including as applicable subcontractor have not been declared ineligible by the

Government of Bangladesh on charges of engaging in corrupt, fraudulent, collusive or coercive practices, in accordance with ITT Sub-Clause 5.6;

j) furthermore, we are aware of ITT Sub Clause 4.3 concerning such practices and pledge

not to indulge in such practices in competing for or in executing the Contract;

k) we intend to subcontract an activity or part of the Supply, in accordance with ITT Sub-Clause 16.1 to the following Subcontractor(s);

Nature of the Supply or related service Name and address of Subcontractor

l) we, confirm that we do not have a record of poor performance, such as abandoning the

Supply, not properly completing contracts, inordinate delays, or financial failure as stated in ITT Sub-Clause 5.8, and that we do not have, or have had, any litigation against us, other than that stated in the Tenderer Information Sheet(Form PG4-2);

m) we are not participating as Tenderers in more than one Tender in this Tendering

process. We understand that your written Notification of Award shall become a binding Contract between us, until a formal Contract is prepared and executed;

n) we understand that you reserve the right to accept or reject any Tender, to cancel the Tender proceedings, or to reject all Tenders, without incurring any liability to Tenderers, in accordance with ITT Clause 58.1.

Signature: [insert signature of authorised representative of the Tenderer]

Name: [insert full name of signatory with National ID]

In the capacity of: [insert designation of signatory]

Duly authorised to sign the Tender for and on behalf of the Tenderer

[If there is more than one (1) signatory add other boxes and sign accordingly]. Attachment 1: Written confirmation authorising the above signatory(ies) to commit the Tenderer,

in accordance with ITT Sub-Clause 34.3;

Page 82: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 78

Tender Submission Letter (Form PG4 – 1B)

(To be submitted with Financial Proposal) [This letter shall be completed and signed by the Authorised Signatory

preferably on the Letter-Head pad of the Tenderer].

To:

[Contact Person]

[Name of Purchaser]

[Address of Purchaser]

Date:

Invitation for Tender No: [indicate IFT No]

Tender Package No: [indicate Package No]

Lot No: [indicate number of Lots]

We, the undersigned, offer to supply in conformity with the Tender Document the following Goods and related Services:

In accordance with ITT Clauses 22 and 23, the following prices and discounts apply to our Tender:

The Tender Price is:

(ITT Sub-Clause 23.1)

Taka [state amount in figures]

and Taka[state amount in words]

Mandatory Spare parts Price

(If economic Factor is applicable)

(ITT Sub-Clause 52.2 (f) & 52.5 (b)

Taka [state amount in figures]

and Taka[state amount in words]

The unconditional discount for being awarded more than one lot in this package is:

(ITT Sub-Clause 23.8)

Taka [state amount in figures]

and Taka[state amount in words]

The methodology for Application of the discount is:

(ITT Sub-Clause 23.9)

[state the methodology]

The advance payment is:

(GCC Sub-Clause 27.1)

[state the amount based on percentage of the Tender Price]

and we shall accordingly submit an Advance Payment Guarantee in the format shown in Form PG4 - 10.

In signing this letter, and in submitting our Tender, we also confirm that:

o) our Tender shall be valid for the period stated in the Tender Data Sheet (ITT Sub-Clause 27.2) and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

p) a Tender Security is attached in the form of a bank guarantee] in the amount stated in

the Tender Data Sheet (ITT Clause 29) and valid for a period of 28 days beyond the

Page 83: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 79

Tender validity date;

q) if our Tender is accepted, we commit to furnishing a Performance Security in the amount

stated in the Tender Data Sheet (ITT Sub-Clause 63.2) in the form stated in Tender Data Sheet (ITT Sub-Clause 64.1) and valid for a period of 28 days beyond the date of completion of our performance obligations;

r) we have examined and have no reservations to the Tender Document, issued by you on [insert date];

including Addendum to Tender Documents No(s) [state numbers] ,issued in accordance with the Instructions to Tenderers (ITT Clause 11). [insert the number and issuing date of each addendum; or delete this sentence if no Addendum have been issued];

s) we, including as applicable, subcontractor for any part of the contract resulting from

this Tender process, have nationalities from eligible countries, in accordance with ITT Sub-Clause 5.1;

t) we are submitting this Tender as a sole Tenderer

u) we are not a Government owned entity as defined in ITT Sub-Clause 5.3

or we are a Government owned entity, and we meet the requirements of ITT Sub-Clause 5.3];

(delete one of the above as appropriate) v) we, declare that we are not associated, nor have been associated in the past, directly or

indirectly, with a consultant or any other entity that has prepared the design, specifications and other documents, in accordance with ITT Sub-Clause 5.5;

w) we, including as applicable subcontractor have not been declared ineligible by the

Government of Bangladesh on charges of engaging in corrupt, fraudulent, collusive or coercive practices, in accordance with ITT Sub-Clause 5.6;

x) furthermore, we are aware of ITT Sub Clause 4.3 concerning such practices and pledge

not to indulge in such practices in competing for or in executing the Contract;

y) we intend to subcontract an activity or part of the Supply, in accordance with ITT Sub-Clause 16.1 to the following Subcontractor(s);

Nature of the Supply or related service Name and address of Subcontractor

Page 84: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 80

z) we, confirm that we do not have a record of poor performance, such as abandoning the

Supply, not properly completing contracts, inordinate delays, or financial failure as stated in ITT Sub-Clause 5.8, and that we do not have, or have had, any litigation against us, other than that stated in the Tenderer Information Sheet(Form PG4-2);

aa) we are not participating as Tenderers in more than one Tender in this Tendering

process. We understand that your written Notification of Award shall become a binding Contract between us, until a formal Contract is prepared and executed;

bb) we understand that you reserve the right to accept or reject any Tender, to cancel the

Tender proceedings, or to reject all Tenders, without incurring any liability to Tenderers, in accordance with ITT Clause 58.1.

Signature: [insert signature of authorised representative of the Tenderer]

Name: [insert full name of signatory with National ID]

In the capacity of: [insert designation of signatory]

Duly authorised to sign the Tender for and on behalf of the Tenderer

[If there is more than one (1) signatory add other boxes and sign accordingly]. Attachment 1: Written confirmation authorising the above signatory(ies) to commit the Tenderer,

in accordance with ITT Sub-Clause 34.3;

Page 85: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 81

Tenderer Information Sheet (Form PG4-2)

[The Tenderer shall fill in this Form in accordance with the instructions indicated below. No alterations to its format shall be permitted and no substitutions shall be accepted]

Invitation for Tender No: [Indicate IFT No] Date [Insert date of

Tender Submission] Tender Package No: [Indicate Package No]

A. Individual Tenderers

1. Eligibility Information of the Tenderer [ITT Clauses 5 & 21]

1.1 Tenderer’s Legal Name:

1.2 Tenderer’s legal address in Country of Registration

1.4 Tenderer’s Year of Registration

1.5 Tenderer’s Authorised Representative Information

Name

National ID number

Address

Telephone / Fax Numbers

e-mail address

1.6 Attached are copies of original documents of : [check box(es) of the attached original documents]

Articles of Incorporation or Registration of firm named in 1.1, in accordance with ITT sub-Clause 5.1and 5.2]

In case of government owned entity, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITT Sub-Clause 5.3

An affidavit confirming the legal capacity stating that there are no existing orders of any judicial court that prevents either the tenderer or employees of a tenderer entering into or signing a Contract with the Purchaser in accordance with ITT clause 5

An affidavit confirming that the tenderer is not insolvent, in receivership or not bankrupt or not in the process of bankruptcy, not temporarily barred from undertaking their business for financial reasons and shall not be the subject of legal proceedings for any of the foregoing in accordance with ITT Clause 5.

Page 86: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari 82

A certificate issued by the competent authority of Bangladesh stating that the Tenderer is a Tax payer having valid Tax identification Number (TIN) and VAT registration number or in lieu any other document acceptable to the Purchaser demonstrating that the Tenderer is a genuine Tax payer and has a VAT registration number as a proof of fulfillment of taxation obligations in accordance with ITT Clause 5 .

Documentary evidence demonstrating that they are enrolled in the relevant professional or trade organizations registered in Bangladesh in accordance with ITT Clause 5.

2. Litigation History: [Number of arbitration awards against the tenderer over the period in accordance the ITT Clause 13.1] if no [state “None”]

3. Qualification Information of the Tenderer:

3.1 Number of years of overall experience of the Tenderer in the supply of goods and related services as stated under ITT Sub-Clause14.1(a):

3.2 Number of completed supply contracts in the supply of similar goods and related services of required value within the period mentioned in TDS as stated under ITT Sub-Clause 14.1(b):

Number of Contracts:

Value of the Contracts:

Period of the Contract:

3.3 The supply and/or production capacity of Goods, if applicable, as stated under ITT Sub-Clause 14.(c)

3.4 Available liquid assets or working capital or credit facility in accordance with ITT Clause 15.1(a)

Page 87: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD

for D

esign, S

up

ply

, Insta

llation, T

esting &

Co

mm

ission

ing o

f SP

C P

ole F

actory

, Said

pur, N

ilpham

ari 83

Price

Sch

ed

ule

for G

oo

ds (F

orm

PG

4-3

A)

[ Gro

up

A T

end

ers: Go

od

s Ma

nu

factu

red in

Ba

ng

lad

esh ]

Inv

itatio

n fo

r Te

nd

er N

o:

D

ate

:

Te

nd

er P

ack

ag

e N

o:

P

ack

ag

e D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

Te

nd

er L

ot N

o:

L

ot D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

1

2

3

4

5

6

7

8

9

1

0

Lin

e Item

N

o .

Descrip

tion

o

f Item

Un

it of

Measu

re m

ent

Quantity

Un

it p

rice E

XW

[FC

or

Ta

ka

.]

EX

W p

rice p

er Lin

e Item

(Co

l. 4

5)

[FC

or

Ta

ka

.]

Inlan

d

transp

ortatio

n,

Insu

rance an

d o

ther

local co

sts for th

e d

elivery

of th

e Go

od

s to

their fin

al d

estinatio

n

[Ta

ka

]

Co

st of lo

cal labo

ur,

raw m

aterials and

co

mp

on

ents fro

m

with

origin

in

Ban

gladesh

VA

T P

ayab

le on

acco

un

t of

Sup

plier if th

e C

on

tract is aw

arded

[T

ak

a]

To

tal Price

per lin

e item

(Co

l. 6+

7)

FC

Ta

ka

Note : P

rice offere

d in

foreig

n cu

rrency (F

C) &

Ban

gla

desh

Taka

To

tal P

rice fo

r Lo

t

Po

int o

f De

live

ry a

s p

er S

ch

ed

ule

of R

eq

uire

me

nt : S

ec

tion

6

Pe

riod

of D

eliv

ery

as

pe

r Sc

he

du

le o

f Re

qu

irem

en

t Se

ctio

n 6

:

Nam

e:

[insert fu

ll nam

e o

f sig

nato

ry]

Sig

natu

re w

ith D

ate

an

d S

eal

In th

e c

ap

acity

of:

[insert d

esig

natio

n o

f sig

nato

ry]

[ Sig

n]

Duly

au

thoris

ed to

sig

n th

e T

ender fo

r and

on b

ehalf o

f the T

ende

rer

Page 88: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD

for D

esign, S

up

ply

, Insta

llation, T

esting &

Co

mm

ission

ing o

f SP

C P

ole F

actory

, Said

pur, N

ilpham

ari 84

Price

Sch

ed

ule

for G

oo

ds (F

orm

PG

4-3

B)

[Gro

up

B T

end

ers: Go

od

s Ma

nu

factu

red o

utsid

e Ba

ng

lad

esh, to

be im

po

rted]

Inv

itatio

n fo

r Te

nd

er N

o:

D

ate

:

Te

nd

er P

ack

ag

e N

o:

P

ack

ag

e D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

Te

nd

er L

ot N

o:

L

ot D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

1

2

3

4

5

6

7

8

9

1

0

Lin

e Item

No

.

Descrip

tion

of Item

C

ou

ntry

Of

Origin

Un

it of

Measu

rem

ent

Qu

antity

U

nit p

rice C

IF

[Insert th

e po

rt of

destin

ation

as per

TD

S 23

.12

(a)] [F

C]

CIF

price

per L

ine

Item

(Co

l. 5

6)

[F

C]

Inlan

d tran

spo

rtation

, In

suran

ce and

oth

er lo

cal costs fo

r the

deliv

ery o

f the G

oo

ds to

th

eir final d

estinatio

n

[Ta

ka]

VA

T P

ayab

le on

acco

un

t of

Sup

plier if th

e C

on

tract is aw

arded

[Ta

ka]

To

tal Price

per lin

e item

FC

(C

ol.7

)

Tak

a (C

ol.8

)

1

We

igh

Ba

tchin

g, M

ixin

g P

lan

t Co

mp

lete

Syste

m

(Au

tom

atic)

inclu

din

g with

all accessories req

uired

for in

stallation

, testin

g, com

missio

nin

g & o

peratio

n. an

d C

on

sists of M

ain

Sup

po

rt Structu

re (1Set), O

peratin

g Cab

in (1

Set), Co

ncrete

mixer (1

Set),Co

ncrete H

op

per (1

Set), Aggegato

r feedin

g an

d w

eighin

g system

(1Set), H

orizo

ntal B

elt con

vey

or

(1Set),Slan

t Belt C

on

vey

ou

r(1 set), A

ggregator F

eedin

g H

op

per (3

Set), vib

rating Screen

(1set), In

termed

iate sto

rage ho

pp

er (1set), W

eighin

g System(1

set),Cem

ent

Sup

ply

System

(1 set), C

eme

nt Silo

(1 set), D

ust C

ollecto

r (1

set), weigh

ing Screw

Co

nveyo

r (1 set), R

otary

Feed

er (1

set) Water Su

pp

ly Sy

stem (1

set), Ad

mixtu

re Sup

ply

Sy

stem (1

set), Air C

om

presso

r and

pip

ing (1

set), Mo

tor

Co

ntro

l Cen

tre, (1 set) B

atchin

g Co

ntro

l System

(1 set),

Electric C

able &

Wire (1

Lo

t), CC

TV

Mo

nito

ring Sy

stem( 4

set), B

agFilter D

ust C

ollecto

r System

(1 set) an

d o

thers as

requ

ired to

com

plete th

e system.

set

1

2.

Co

ncre

te P

ou

ring

Ca

rt

inclu

din

g with

all accessories req

uired

for in

stallation

, testin

g, com

missio

nin

g & o

peratio

n an

d co

nsists o

f au

tom

atic con

crete po

urin

g mach

ine(1

set), Co

ncrete

Fillin

g Cart (2

un

it), Inp

ut C

hain

Co

nv

eyor (1

un

it) and

o

thers as req

uired

to co

mp

lete the sy

stem.

set

1

Page 89: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD

for D

esign, S

up

ply

, Insta

llation, T

esting &

Co

mm

ission

ing o

f SP

C P

ole F

actory

, Said

pur, N

ilpham

ari 85

Price

Sch

ed

ule

for G

oo

ds (F

orm

PG

4-3

B)

[Gro

up

B T

end

ers: Go

od

s Ma

nu

factu

red o

utsid

e Ba

ng

lad

esh, to

be im

po

rted]

Inv

itatio

n fo

r Te

nd

er N

o:

D

ate

:

Te

nd

er P

ack

ag

e N

o:

P

ack

ag

e D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

Te

nd

er L

ot N

o:

L

ot D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

1

2

3

4

5

6

7

8

9

1

0

Lin

e Item

No

.

Descrip

tion

of Item

C

ou

ntry

Of

Origin

Un

it of

Measu

rem

ent

Qu

antity

U

nit p

rice C

IF

[Insert th

e po

rt of

destin

ation

as per

TD

S 23

.12

(a)] [F

C]

CIF

price

per L

ine

Item

(Co

l. 5

6)

[F

C]

Inlan

d tran

spo

rtation

, In

suran

ce and

oth

er lo

cal costs fo

r the

deliv

ery o

f the G

oo

ds to

th

eir final d

estinatio

n

[Ta

ka]

VA

T P

ayab

le on

acco

un

t of

Sup

plier if th

e C

on

tract is aw

arded

[Ta

ka]

To

tal Price

per lin

e item

FC

(C

ol.7

)

Tak

a (C

ol.8

)

3

Te

nsio

n M

ach

ine

in

clud

ing w

ith all accesso

ries requ

ired fo

r installatio

n,

testing, co

mm

ission

ing &

op

eration

and

con

sists of

Preten

sion

Jack (4

un

it), Pre ten

sion

ing Stan

d (4

un

it) and

o

thers as req

uired

to co

mp

lete the sy

stem.

Set

4

4

Sp

inn

ing

Ma

chin

e

inclu

din

g with

all accessories req

uired

for in

stallation

, testin

g, com

missio

nin

g & o

peratio

n an

d co

nsists o

f cen

trifugal Sin

gle Mo

uld

Spin

nin

g Mach

ine (4

un

it) and

o

thers as req

uired

to co

mp

lete the

system

.

U

nit

4

5

Ste

am

Cu

ring

Ch

am

be

r Co

ve

r inclu

din

g with

all accesso

ries requ

ired fo

r installatio

n, testin

g, co

mm

ission

ing &

op

eration

and

con

sists of L

ow

pro

file m

ou

ld stan

d at each

floo

r of cu

ring ch

amb

er, seat material

for co

ver w

ith au

tom

atic Tem

peratu

re con

trol u

nit an

d

oth

ers as requ

ired to

com

plete th

e system

.

N

os.

8

6

Bo

iler (3

To

n C

ap

acity

) in

clud

ing w

ith all accesso

ries requ

ired fo

r installatio

n,

testing, co

mm

ission

ing &

op

eration

and

auto

matic

Tem

peratu

re Co

ntro

l System

(1u

nit) an

d o

thers as

requ

ired to

com

plete th

e system.

L

ot

1

7

Ca

ge

Ma

kin

g M

ach

ine

(Au

tom

atic)

inclu

din

g with

all accessories req

uired

for in

stallation

, testin

g, com

missio

nin

g & o

peratio

n an

d o

thers as req

uired

to

com

plete th

e system

.

U

nit

2

Page 90: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD

for D

esign, S

up

ply

, Insta

llation, T

esting &

Co

mm

ission

ing o

f SP

C P

ole F

actory

, Said

pur, N

ilpham

ari 86

Price

Sch

ed

ule

for G

oo

ds (F

orm

PG

4-3

B)

[Gro

up

B T

end

ers: Go

od

s Ma

nu

factu

red o

utsid

e Ba

ng

lad

esh, to

be im

po

rted]

Inv

itatio

n fo

r Te

nd

er N

o:

D

ate

:

Te

nd

er P

ack

ag

e N

o:

P

ack

ag

e D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

Te

nd

er L

ot N

o:

L

ot D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

1

2

3

4

5

6

7

8

9

1

0

Lin

e Item

No

.

Descrip

tion

of Item

C

ou

ntry

Of

Origin

Un

it of

Measu

rem

ent

Qu

antity

U

nit p

rice C

IF

[Insert th

e po

rt of

destin

ation

as per

TD

S 23

.12

(a)] [F

C]

CIF

price

per L

ine

Item

(Co

l. 5

6)

[F

C]

Inlan

d tran

spo

rtation

, In

suran

ce and

oth

er lo

cal costs fo

r the

deliv

ery o

f the G

oo

ds to

th

eir final d

estinatio

n

[Ta

ka]

VA

T P

ayab

le on

acco

un

t of

Sup

plier if th

e C

on

tract is aw

arded

[Ta

ka]

To

tal Price

per lin

e item

FC

(C

ol.7

)

Tak

a (C

ol.8

)

8

Mo

uld

acce

ssorie

s inclu

din

g to

p p

late

, bo

ttom

pla

te,

ten

sion

pla

te &

oth

er to

ols to

fix &

un

fix m

ou

ld w

ith

follo

win

g:

I. M

ou

ld Stan

d (E

nd

Plate relex)-----------------------

II. M

ou

ld O

ver T

urn

ing (1

un

it) & B

uffer M

achin

e (4u

nit)

III. D

emo

uld

ing C

art---------------------------------------- IV

. M

ou

ld d

emo

uld

ing stan

d------------------------------

V.

Pro

du

ct Cart----------------------------------------------

VI.

Pro

du

ct Dem

ou

ldin

g Mach

ine

------------------------ V

II. P

rod

uct stan

d--------------------------------------------

VIII.

Cage F

eedin

g belt C

on

veyo

r--------------------------- IX

. P

C B

ar Co

il Stand

--------------------------------------- X

. C

oo

ling &

Dem

ou

ld Stan

d-----------------------------

XI.

Mo

uld

Clean

ing stan

d----------------------------------

XII.

Imp

ect wren

ch fo

r un

bo

lting-------------------------

XIII.

general v

an-----------------------------------------------

XIV

. tro

lley-----------------------------------------------------

XV

. sm

all pu

mp

mo

tor etc---------------------------------

XV

I. M

ou

ld accesso

ries( To

p P

late, Bo

ttom

Plate,

Ten

sion

Plate)-----------------------------------------

XV

II. O

thers A

ccessories o

r any

oth

er mach

ineries o

r eq

uip

men

ts that n

ot m

entio

ned

in th

is d

ocu

men

t bu

t necessary

to fu

lfill the co

mp

lete o

peratio

nal activities sh

ou

ld b

e men

tion

ed b

y

the B

idd

er

un

it

Set u

nit

Lo

t u

nit

un

it L

ot

un

it u

nit

un

it u

nit

Set u

nit

un

it u

nit

Lo

t

Lo

t

1 1

1

1

1

1

1

1

2

1

1

4

4

4

8

1 1

Page 91: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD

for D

esign, S

up

ply

, Insta

llation, T

esting &

Co

mm

ission

ing o

f SP

C P

ole F

actory

, Said

pur, N

ilpham

ari 87

Price

Sch

ed

ule

for G

oo

ds (F

orm

PG

4-3

B)

[Gro

up

B T

end

ers: Go

od

s Ma

nu

factu

red o

utsid

e Ba

ng

lad

esh, to

be im

po

rted]

Inv

itatio

n fo

r Te

nd

er N

o:

D

ate

:

Te

nd

er P

ack

ag

e N

o:

P

ack

ag

e D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

Te

nd

er L

ot N

o:

L

ot D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

1

2

3

4

5

6

7

8

9

1

0

Lin

e Item

No

.

Descrip

tion

of Item

C

ou

ntry

Of

Origin

Un

it of

Measu

rem

ent

Qu

antity

U

nit p

rice C

IF

[Insert th

e po

rt of

destin

ation

as per

TD

S 23

.12

(a)] [F

C]

CIF

price

per L

ine

Item

(Co

l. 5

6)

[F

C]

Inlan

d tran

spo

rtation

, In

suran

ce and

oth

er lo

cal costs fo

r the

deliv

ery o

f the G

oo

ds to

th

eir final d

estinatio

n

[Ta

ka]

VA

T P

ayab

le on

acco

un

t of

Sup

plier if th

e C

on

tract is aw

arded

[Ta

ka]

To

tal Price

per lin

e item

FC

(C

ol.7

)

Tak

a (C

ol.8

)

9

Rin

g C

oilin

g M

ach

ine

in

clud

ing w

ith all accesso

ries requ

ired fo

r in

stallation

, testing, co

mm

ission

ing &

op

eration

.

u

nit

2

10

M

ixe

r Tro

lley

in

clud

ing w

ith all accesso

ries requ

ired fo

r installatio

n,

testing, co

mm

ission

ing &

op

eration

.

Sets

1

11

B

ar C

uttin

g M

ach

ine

with

PC

Ba

r Ha

nd

ling

Lo

ad

er

inclu

din

g with

all accessories req

uired

for in

stallation

, testin

g, com

missio

nin

g & o

peratio

n an

d o

thers as req

uired

to

com

plete th

e system

.

u

nit

2

12

P

.C. W

ire H

ea

d M

ack

ing

Ma

chin

e

inclu

din

g with

all accessories req

uired

for in

stallation

, testin

g, com

missio

nin

g & o

peratio

n an

d o

thers as req

uired

to

com

plete th

e system

.

Sets

4

13

P

C W

ire H

an

dlin

g L

oa

de

r in

clud

ing w

ith all accesso

ries requ

ired fo

r installatio

n,

testing, co

mm

ission

ing &

op

eration

and

oth

ers as requ

ired

to co

mp

lete the sy

stem.

Sets

2

Page 92: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD

for D

esign, S

up

ply

, Insta

llation, T

esting &

Co

mm

ission

ing o

f SP

C P

ole F

actory

, Said

pur, N

ilpham

ari 88

Price

Sch

ed

ule

for G

oo

ds (F

orm

PG

4-3

B)

[Gro

up

B T

end

ers: Go

od

s Ma

nu

factu

red o

utsid

e Ba

ng

lad

esh, to

be im

po

rted]

Inv

itatio

n fo

r Te

nd

er N

o:

D

ate

:

Te

nd

er P

ack

ag

e N

o:

P

ack

ag

e D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

Te

nd

er L

ot N

o:

L

ot D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

1

2

3

4

5

6

7

8

9

1

0

Lin

e Item

No

.

Descrip

tion

of Item

C

ou

ntry

Of

Origin

Un

it of

Measu

rem

ent

Qu

antity

U

nit p

rice C

IF

[Insert th

e po

rt of

destin

ation

as per

TD

S 23

.12

(a)] [F

C]

CIF

price

per L

ine

Item

(Co

l. 5

6)

[F

C]

Inlan

d tran

spo

rtation

, In

suran

ce and

oth

er lo

cal costs fo

r the

deliv

ery o

f the G

oo

ds to

th

eir final d

estinatio

n

[Ta

ka]

VA

T P

ayab

le on

acco

un

t of

Sup

plier if th

e C

on

tract is aw

arded

[Ta

ka]

To

tal Price

per lin

e item

FC

(C

ol.7

)

Tak

a (C

ol.8

)

14

C

on

crete, cemen

t, sand

, ston

e testing m

achin

e

inclu

din

g with

all accessories req

uired

for in

stallation

, testin

g, com

missio

nin

g & o

peratio

n an

d o

thers as req

uired

to

com

plete th

e system

.

Sets

1

15

O

ve

r He

ad

Cra

ne

(Sp

rea

de

r Ba

lan

ce B

ea

m T

X-

Ty

pe

,5T

+5

T)

inclu

din

g with

all accessories req

uired

for in

stallation

, testin

g, com

missio

nin

g & o

peratio

n an

d o

thers as req

uired

to

com

plete th

e system

.

u

nit

1

16

O

ve

r He

ad

Cra

ne

(Sp

rea

de

r Ba

lan

ce B

ea

m T

X +

F-

Ty

pe

,5T

+5

T)

inclu

din

g with

all accessories req

uired

for in

stallation

, testin

g, com

missio

nin

g & o

peratio

n an

d o

thers as req

uired

to

com

plete th

e system

.

U

nit

3

17

O

ve

r He

ad

Cra

ne

(Be

am

CF

-Ty

pe

, 1+

1T

) in

clud

ing w

ith all accesso

ries requ

ired fo

r installatio

n,

testing, co

mm

ission

ing &

op

eration

and

oth

ers as requ

ired

to co

mp

lete the sy

stem.

u

nit

2

18

a

)Ga

ntry

Cra

ne

(3T

+ 3

T)

b)P

ole

Sta

kin

g ,lo

ad

ing

Ga

ntry

Cra

ne

5T

on

cap

acity

ab

ov

e all gantry

crane in

clud

ing w

ith all accesso

ries req

uired

for in

stallation

, testing, co

mm

ission

ing &

o

peratio

n an

d o

thers as req

uired

to co

mp

lete the sy

stem.

u

nit

un

it

1

2

Page 93: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD

for D

esign, S

up

ply

, Insta

llation, T

esting &

Co

mm

ission

ing o

f SP

C P

ole F

actory

, Said

pur, N

ilpham

ari 89

Price

Sch

ed

ule

for G

oo

ds (F

orm

PG

4-3

B)

[Gro

up

B T

end

ers: Go

od

s Ma

nu

factu

red o

utsid

e Ba

ng

lad

esh, to

be im

po

rted]

Inv

itatio

n fo

r Te

nd

er N

o:

D

ate

:

Te

nd

er P

ack

ag

e N

o:

P

ack

ag

e D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

Te

nd

er L

ot N

o:

L

ot D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

1

2

3

4

5

6

7

8

9

1

0

Lin

e Item

No

.

Descrip

tion

of Item

C

ou

ntry

Of

Origin

Un

it of

Measu

rem

ent

Qu

antity

U

nit p

rice C

IF

[Insert th

e po

rt o

f destin

ation

as p

er TD

S 2

3.1

2(a)]

[FC

]

CIF

price p

er L

ine Item

(C

ol. 5

6

)

[FC

]

Inlan

d tran

spo

rtation

, In

suran

ce and

oth

er local

costs fo

r the d

elivery o

f th

e Go

od

s to th

eir final

destin

ation

[T

ak

a]

VA

T P

ayab

le on

acco

un

t of

Sup

plier if th

e C

on

tract is aw

arded

[Ta

ka

]

To

tal Price p

er lin

e item

FC

(C

ol.7

)

Tak

a (C

ol.8

)

19

R

ails and

Co

llector fo

r Cran

e (1 L

ot), T

X-T

on

g with

Slinger A

rm an

d

Spread

er Beam

(2u

nit), T

X+

F T

on

g with

Slinger A

rm an

d Sp

reader

Beam

(4

un

it), C

F

To

ng

with

Slin

ger A

rm

and

Sp

reader

Beam

(1

un

it), Balan

ce Beam

for U

lbo

n m

ov

e (1u

nit), R

-To

ng (1

un

it) in

clud

ing

with

all

accessories

requ

ired

for

installatio

n,

testing,

com

missio

nin

g & o

peratio

n an

d o

thers to

com

plete th

e system.

L

ot

1

20

P

ole T

esting E

qu

ipm

ent co

mp

lete set (P

ole testin

g equ

ipm

ent

inclu

din

g Dy

nam

om

eter, testing carriage etc.)in

clud

ing w

ith all

accessories req

uired

for in

stallation

, testing, co

mm

ission

ing &

o

peratio

n an

d o

thers as req

uired

to co

mp

lete the sy

stem.

L

ot

1

21

9

Me

ter M

ou

ld (3

00

Da

n) a

s pe

r dra

win

g in

Se

ction

9 in

clud

ing

with

all accessories req

uired

for in

stallation

, testing,

com

missio

nin

g & o

peratio

n.

Sets

25

22

1

2 M

ete

r Mo

uld

(45

0 D

an

) as p

er d

raw

ing

in Se

ction

9

inclu

din

g with

all accessories req

uired

for in

stallation

, testing,

com

missio

nin

g & o

peratio

n.

Sets

32

23

1

5 M

ete

r Mo

uld

(55

0 D

an

) as p

er d

raw

ing

in Se

ction

9

inclu

din

g with

all accessories req

uired

for in

stallation

, testing,

com

missio

nin

g & o

peratio

n.

Sets

13

24

1

5 M

ete

r Mo

uld

(65

0 D

an

) as p

er d

raw

ing

in Se

ction

9

inclu

din

g with

all accessories req

uired

for in

stallation

, testing,

com

missio

nin

g & o

peratio

n.

Sets

13

25

W

ork

sho

p M

achin

ery in

clud

ing F

ollo

win

g:

a) Fo

r Facto

ry W

ork

sho

p

I. G

as Weld

ing m

achin

e

II. T

oo

l Bo

x

No

s.

Sets

5

5

Page 94: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD

for D

esign, S

up

ply

, Insta

llation, T

esting &

Co

mm

ission

ing o

f SP

C P

ole F

actory

, Said

pur, N

ilpham

ari 90

Price

Sch

ed

ule

for G

oo

ds (F

orm

PG

4-3

B)

[Gro

up

B T

end

ers: Go

od

s Ma

nu

factu

red o

utsid

e Ba

ng

lad

esh, to

be im

po

rted]

Inv

itatio

n fo

r Te

nd

er N

o:

D

ate

:

Te

nd

er P

ack

ag

e N

o:

P

ack

ag

e D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

Te

nd

er L

ot N

o:

L

ot D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

1

2

3

4

5

6

7

8

9

1

0

Lin

e Item

No

.

Descrip

tion

of Item

C

ou

ntry

Of

Origin

Un

it of

Measu

rem

ent

Qu

antity

U

nit p

rice C

IF

[Insert th

e po

rt of

destin

ation

as per

TD

S 23

.12

(a)] [F

C]

CIF

price

per L

ine

Item

(Co

l. 5

6)

[F

C]

Inlan

d tran

spo

rtation

, In

suran

ce and

oth

er lo

cal costs fo

r the

deliv

ery o

f the G

oo

ds to

th

eir final d

estinatio

n

[Ta

ka]

VA

T P

ayab

le on

acco

un

t of

Sup

plier if th

e C

on

tract is aw

arded

[Ta

ka]

To

tal Price

per lin

e item

FC

(C

ol.7

)

Tak

a (C

ol.8

)

25

b

) Fo

r Mo

uld

& M

ou

ld M

ainten

ance W

ork

sho

p

I. P

lann

er II.

Heav

y L

athe

III. Sh

aper

IV.

Mo

uld

Main

tenan

ce Jig V

. H

eavy

Du

ty Weld

ing M

achin

e V

I. L

ight d

uty

spin

nin

g mach

ine to

check

alignm

ent

of m

ou

ld

VII.

Gas cu

tting Set

No

s.

No

s.

No

s.

No

s.

No

s.

No

s.

No

s.

1

2

1

2

2

1

2

26

D

eep T

ub

e Well

Set 1

27

O

il (FO

) Tan

k

No

s. 2

28

So

ft Water T

ank

N

o.

1

29

C

om

plete Su

b-statio

n in

clud

ing w

ith all accesso

ries req

uired

for in

stallation

, testing, co

mm

ission

ing &

o

peratio

n.

lot

1

30

Stan

d b

y gen

erator 3

85

kV

A in

clud

ing w

ith all accesso

ries req

uired

for in

stallation

, testing, co

mm

ission

ing &

o

peratio

n.

Sets 1

31

A

ll H.T

, L.T

. con

du

ctors &

cables (fo

r installatio

n, testin

g an

d co

mm

ission

ing o

f abo

ve mach

inery

& E

qu

ipm

ents)

LS

1

32

A

ir com

presso

r (min

Po

wer 3

0K

W) w

ith A

ir Dry

er, After

Co

oler, filter, A

ir Tan

k &

Pip

ing m

aterial with

air un

it eq

uired

.

ea 2

Page 95: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD

for D

esign, S

up

ply

, Insta

llation, T

esting &

Co

mm

ission

ing o

f SP

C P

ole F

actory

, Said

pur, N

ilpham

ari 91

Price

Sch

ed

ule

for G

oo

ds (F

orm

PG

4-3

B)

[Gro

up

B T

end

ers: Go

od

s Ma

nu

factu

red o

utsid

e Ba

ng

lad

esh, to

be im

po

rted]

Inv

itatio

n fo

r Te

nd

er N

o:

D

ate

:

Te

nd

er P

ack

ag

e N

o:

P

ack

ag

e D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

Te

nd

er L

ot N

o:

L

ot D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

1

2

3

4

5

6

7

8

9

1

0

Lin

e Item

No

.

Descrip

tion

of Item

C

ou

ntry

Of

Origin

Un

it of

Measu

rem

ent

Qu

antity

U

nit p

rice C

IF

[Insert th

e po

rt of

destin

ation

as per

TD

S 23

.12

(a)] [F

C]

CIF

price

per L

ine

Item

(Co

l. 5

6)

[F

C]

Inlan

d tran

spo

rtation

, In

suran

ce and

oth

er lo

cal costs fo

r the

deliv

ery o

f the G

oo

ds to

th

eir final d

estinatio

n

[Ta

ka]

VA

T P

ayab

le on

acco

un

t of

Sup

plier if th

e C

on

tract is aw

arded

[Ta

ka]

To

tal Price

per lin

e item

FC

(C

ol.7

)

Tak

a (C

ol.8

)

33

A

ir Imp

act (disch

arge rate @ 0

.7m

³/MIN

)

Lo

t 1

34

o

thers (A

dd

ition

al any

oth

er mach

ineries o

r equ

ipm

ents th

at n

ot m

entio

ned

in th

is do

cum

ent b

ut n

ecessary to

fulfill fo

r the

com

pletio

n o

f successfu

l op

eration

al activities to

com

plete

the SP

C P

ole F

actory

havin

g pro

du

ction

capacity

no

t less than

9

6p

oles/8

hrs sh

ou

ld b

e sup

plied

and

men

tion

ed

here b

y th

e Su

pp

lier.)

L

ot

1

35

H

ardw

ares & C

on

sum

ables (to

com

plete th

e wo

rk) G

oo

ds to

co

mp

lete the SP

C P

ole F

actory h

avin

g pro

du

ction

capacity

no

t less th

an 9

6p

oles/8

hrs.

L

ot

1

36

Sp

are Parts as p

er Ap

pe

nd

ix 1

Lo

t 1

No

te: Price o

ffered in

foreig

n C

urren

cy(F

C) &

Ba

ng

lad

esh T

ak

a

To

tal P

rice fo

r Go

od

s:

Po

int o

f Deliv

ery as p

er Sched

ule o

f Req

uirem

ent.

Perio

d o

f Deliv

ery

: with

in 3

65d

ays

from

the d

ate

of o

pen

ing

of L

ette

r of c

red

it.

No

te1

: Scop

e of su

pp

ly of m

aterials/ goo

ds is n

ot lim

ited b

y the item

s men

tion

ed ab

ov

e. If any

oth

er add

ition

al materials/ go

od

s are requ

ired to

com

plete th

e SPC

Po

le Facto

ry h

avin

g pro

du

ction

capacity

no

t less than

96

po

les/8h

rs (Tu

rnk

ey w

ork

s), con

tractor sh

all have to

sup

ply

the ad

ditio

nal m

aterials/ go

od

s with

ou

t any

add

ition

al cost. T

he co

st of th

ese add

ition

al materials/ go

od

s is deem

ed to

b

e inclu

ded

with

in th

e qu

oted

price.

No

te2

: Ten

derer sh

all have to

com

ply

Co

un

try o

f origin

as specified

in Sectio

n8

: Garan

ted T

echn

ical Particu

lars (GT

P). If allo

wed

in G

TP

, Ten

derer m

ay p

rop

osed

Go

od

s from

Ban

gladesh

and

filled in

the

respectiv

e price Sch

edu

le (PG

4-3

A).

Nam

e: [in

sert full n

am

e of sig

na

tory]

Sign

atu

re with

Da

te an

d Sea

l

In th

e capacity

of:

[insert d

esign

atio

n o

f sign

ato

ry] Du

ly au

tho

rised to

sign th

e Ten

der fo

r and

on

beh

alf of th

e Ten

derer

[ Sign

]

Page 96: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD

for D

esign, S

up

ply

, Insta

llation, T

esting &

Co

mm

ission

ing o

f SP

C P

ole F

actory

, Said

pur, N

ilpham

ari 92

Price S

ched

ule fo

r Goo

ds (F

orm

PG

4-3

C) : N

ot A

pp

licab

le.

[ Gro

up

B T

end

ers: Go

od

s Ma

nu

factu

red o

utsid

e Ba

ng

lad

esh, a

lread

y im

po

rted ]

Inv

itatio

n fo

r Te

nd

er N

o:

D

ate

:

Te

nd

er P

ack

ag

e N

o:

P

ack

ag

e D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

Te

nd

er L

ot N

o:

L

ot D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

1

2

3

4

5

6

7

8

9

10

1

1

12

Lin

e Item

No

.

Descrip

tion

of Item

Country of Origin

Unit of Measurement

Quantity

Un

it price

Inclu

din

g C

usto

m

Du

ties, imp

ort

VA

T &

oth

er im

po

rt taxes alread

y paid

[T

ak

a]

Cu

stom

D

uties, im

po

rt V

AT

& o

ther

imp

ort taxes

already p

aid

per u

nit

[Ta

ka

]

Un

it Price p

er lin

e item n

et of

Cu

stom

Du

ties, im

po

rt VA

T &

o

ther im

po

rt taxes alread

y

paid

[Ta

ka

]

(Co

l. 6 – C

ol.7

)

Price p

er line

item n

et of

Cu

stom

Du

ties, im

po

rt VA

T &

o

ther im

po

rt taxes alread

y

paid

[Ta

ka

]

(Co

l. 5X

Co

l. 8)

Inlan

d

transp

ortatio

n

and

oth

er local

costs fo

r the

deliv

ery of th

e G

oo

ds to

their

final d

estinatio

n

[Ta

ka

]

VA

T P

ayab

le on

acco

un

t of

Sup

plier if th

e C

on

tract is aw

arded

[Ta

ka

]

To

tal P

rice per

line item

(Co

l.9+

C

ol.1

0)

[T

ak

a]

1

No

te : Price o

ffered in

Ba

ng

lad

esh T

ak

a

To

tal P

rice fo

r Lo

t

Po

int o

f De

live

ry a

s pe

r Sch

ed

ule

of R

eq

uire

me

nt: [ in

sert na

me of fin

al d

estina

tion

of d

elivery] P

erio

d o

f De

live

ry a

s pe

r Sch

ed

ule

of R

eq

uire

me

nt: : [ sta

te 12

0 o

r 15

0 o

r 18

0 d

ays

as p

er sched

ule o

f requ

iremen

t]

Nam

e: [in

sert full n

am

e of sig

na

tory]

Sign

atu

re with

Da

te an

d Sea

l

In th

e capacity

of:

[insert d

esign

atio

n o

f sign

ato

ry] [ Sig

n]

Du

ly au

tho

rised to

sign th

e Ten

der fo

r and

on

beh

alf of th

e Ten

derer

Page 97: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD

for D

esign, S

up

ply

, Insta

llation, T

esting &

Co

mm

ission

ing o

f SP

C P

ole F

actory

, Said

pur, N

ilpham

ari 93

Price

an

d C

om

ple

tion

Sch

ed

ule

- Re

late

d S

erv

ices (F

orm

PG

4-3

D)

Inv

itatio

n fo

r Te

nd

er N

o:

D

ate

:

Te

nd

er P

ack

ag

e N

o:

P

ack

ag

e D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

Te

nd

er L

ot N

o:

L

ot D

escrip

tion

: [en

ter descrip

tion

as sp

ecified in

Section

6]

1

2

3

4

5

6

7

8

9

Service

No

. D

escriptio

n o

f Serv

ices (exclud

es in

land

transp

ortatio

n an

d o

ther

services req

uired

in B

anglad

esh

to co

nv

ey th

e goo

ds to

their fin

al d

estinatio

n)

Co

un

try o

f O

rigin

Un

it of

Measu

remen

t Q

uan

tity

Un

it price

of serv

ice [F

C] o

r [T

ak

a]

Price p

er line

item o

f service

(C

ol. 5

X C

ol. 6

) [F

C] o

r [Ta

ka

]

VA

T P

ayab

le on

acco

un

t of Su

pp

lier if th

e Co

ntract is

award

ed

[Ta

ka

]

To

tal Price p

er line

item o

f service

(Co

l. 7)

FC

Ta

ka

[In

sert un

it p

rice]

[Insert p

rice per lin

e item

of service]

[Insert Su

pp

lier’s VA

T if

Co

ntra

ct is aw

ard

ed ]

[Insert to

tal p

rice per

line item

of service ]

1

D

esign, E

rection

, Installatio

n an

d T

esting

& C

om

missio

nin

g of all G

oo

ds as d

escribe

in P

rice Sched

ule &

Sched

ule in

R

equ

iremen

t to co

mp

lete the SP

C P

ole

Man

ufactu

ring F

actory

havin

g capacity

n

ot less th

en 9

6p

oles/8

hrs an

d all o

thers

if any to

com

plete th

e PA

C. alo

ng w

ith

Tech

nical o

rientatio

n &

witn

ess for

Man

po

wer.

Jo

b

1

2

Op

eration

sup

ervise & M

ainten

ance

services after satisfacto

ry P

erform

ance

Test fo

r 01

(On

e) years.

Jo

b

1

No

te Price sh

all o

ffered in

Ba

ng

lad

esh T

ak

a &

pa

ym

ent w

ill ma

de th

rou

gh

Ta

ka

. T

ota

l Price

(Ta

ka

) for S

erv

ices

Po

int o

f De

live

ry a

s pe

r Sch

ed

ule

of R

eq

uire

me

nt: (P

roject S

ite) Destin

atio

n a

s sp

ecified in

TD

S.

Pe

riod

of R

ela

ted

Se

rvice

s as p

er S

che

du

le o

f Re

qu

irem

en

t: Se

ction

6/ a

s p

er

GC

C 3

5.1

with

in 4

80

da

ys fro

m th

e d

ate

of o

pe

nin

g o

f Le

tter o

f cred

it.

No

te1

: Sco

pe

of w

ork

s is no

t limite

d b

y th

e a

bo

ve

me

ntio

ne

d ite

ms. If a

ny

oth

er a

dd

ition

al w

ork

s are

req

uire

d to

carry

ou

t for co

mp

letio

n o

f Tu

rnk

ey

wo

rk (S

up

ply

of G

oo

ds a

nd

Re

late

d S

erice

s), con

tracto

r sha

ll h

av

e to

do

the

ad

ditio

na

l wo

rks w

itho

ut a

ny

ad

ditio

na

l cost. T

he

costs o

f the

se a

dd

ition

al w

ork

s are

de

em

ed

to b

e in

clud

ed

with

in th

e q

uo

ted

price

.

Nam

e: [in

sert full n

am

e of sig

na

tory]

Sign

atu

re with

Da

te an

d Sea

l

In th

e capacity o

f: [in

sert desig

na

tion

of sign

ato

ry] [ Sig

n]

Du

ly au

tho

rized to

sign th

e Ten

der fo

r and

on

beh

alf of th

e Ten

derer

Page 98: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

94

Specifications Submission and Compliance Sheet

(Form PG4-4)

Invitation for Tender No: Date:

Tender Package No: Package Description:

[enter description as specified in Section 6]

Tender Lot No: Lot Description:

[enter description as specified in Section 6]

Item No.

Name of Goods

or Related Service

Country of Origin

Make and Model (when applicable)

Full Technical Specifications and

Standards

1 2 3 4 5

FOR GOODS Note 1

FOR RELATED SERVICES

[The Tenderer should complete all the columns as required]

Signature: [insert signature of authorised representative of the Tenderer]

Name: [insert full name of signatory]

In the capacity of: [insert designation of signatory]

Duly authorised to sign the Tender for and on behalf of the Tenderer

Page 99: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

95

Manufacturer’s Authorisation Letter (Form PG4 - 5) [The Tenderer shall require the Manufacturer to fill in this Form in accordance with the instructions indicated. This letter of authorization should be on the letterhead of the Manufacturer and should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer. The Tenderer shall include it in its tender, if so indicated in the TDS as stated under ITT Sub-Clause26.1(b)] Invitation for Tender No:

Date:

Tender Package No:

Tender Lot No:

To: Name and address of Purchaser]

WHEREAS

We [insert complete name of Manufacturer], who are official manufacturers of [insert type of goods manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby authorize [insert complete name of Tenderer] to supply the following Goods, manufactured by us [insert name and or brief description of the Goods]. We hereby extend our full guarantee and warranty as stated under GCC Clause 33 of the General Conditions of Contract, with respect to the Goods offered by the above Tenderer.

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer] Address: [insert full address including Fax and e-mail] Title: [insert title]

Date: [insert date of signing]

Page 100: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

96

Bank Guarantee for Tender Security (Form PG4 – 6) [this is the format for the Tender Security to be issued by a scheduled bank

of Bangladesh as stated under ITT Clauses 29 and 30] Invitation for Tender No:

Date:

Tender Package No:

Tender Lot No: To: [Name and address of Purchaser]

TENDER GUARANTEE NO:

We have been informed that [insert name of Tenderer] (hereinafter called “the Tenderer”) intends to submit to you its Tender dated [insert date of Tender] (hereinafter called “the Tender”) for the supply of [description of goods and related services] under the above Invitation for Tenders (hereinafter called “the IFT”). Furthermore, we understand that, according to your conditions, Tenders must be supported by a Bank Guarantee for Tender Security . At the request of the Tenderer, we [insert name of bank] hereby irrevocably undertake to pay you, without cavil or argument, any sum or sums not exceeding in total an amount of Tk [insert amount in figures and in words] upon receipt by us of your first written demand accompanied by a written statement that the Tenderer is in breach of its obligation(s) under the Tender conditions, because the Tenderer:

a. has withdrawn its Tender after opening of Tenders but within the validity of the Tender Security ; or

b. refused to accept the Notification of Award (NOA) within the period as stated under Instructions to Tenderers (ITT) ; or

c. failed to furnish Performance Security within the period as stipulated in the NOA; or d. refused to sign the Contract Agreement by the time specified in the NOA; or e. did not accept the correction of the Tender price following the correction of the arithmetic

errors in accordance with the ITT; or This guarantee will expire:

(a) if the Tenderer is the successful Tenderer, upon our receipt of a copies of the contract signed by the Tenderer and the Performance Security issued to you in accordance with the ITT; or

(b) if the Tenderer is not the successful Tenderer, twenty eight (28) days after the expiration of

the Tenderer’s Tender validity period, being [date of expiration of the Tender validity plus twenty eight(28) days]

Consequently, we must receive at the above-mentioned office any demand for payment under this guarantee on or before that date. Signature Seal

Page 101: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

97

Notification of Award (Form PG4 - 7) Contract No: Date: To: [Name of Contractor]

This is to notify you that your Tender dated [insert date] for the supply of Goods and related Services for [name of contract] for the Contract Price of Tk [state amount in figures and in words] as corrected and modified in accordance with the Instructions to Tenderers, has been approved by [name of Purchaser]. You are thus requested to take following actions:

i. accept in writing the Notification of Award within seven (7) working days of its receiving pursuant to ITT Sub-Clause 62.3

ii. furnish a Performance Security in the specified format and in the amount of Tk [state amount in figures and words] ,within Twenty-eight (28) days from issue of this Notification of Award but not later than (specify date), in accordance with ITT Clause 64.2

iii. sign the Contract within twenty eight (28 ) days of issuance of this Notification of Award but not later than (specify date), in accordance with ITT Clause 67.2

You may proceed with the execution of the supply of Goods and related Services only upon completion of the above tasks. You may also please note that this Notification of Award shall constitute the formation of this Contract, which shall become binding upon you.

We attach the draft Contract and all other documents for your perusal and signature.

Signed

Duly authorised to sign for and on behalf of [name of Purchaser]

Date:

Page 102: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

98

Contract Agreement (Form PG4 - 8) THIS AGREEMENT made the [day] day of [month] [year] between [name and address of Purchaser] (hereinafter called “the Purchaser”) of the one part and [name and address of Supplier] (hereinafter called “the Supplier”) of the other part: WHEREAS the Purchaser invited Tenders for certain goods and related services, viz, [brief description of goods and related services] and has accepted a Tender by the Supplier for the supply of those goods and related services in the sum of Taka [Contract Price in figures and in words] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the General Conditions of Contract hereafter referred to. 2. The following documents forming the Contract shall be in the following order of precedence,

namely : (a) the signed Form of Contract Agreement; (b) the Notification of Award (c) The Tender and the appendices to the Tender (d) Particular Conditions of Contract; (e) General Conditions of Contract; (f) Technical Specifications; (g) Drawings; (h) Price Schedules and Schedule of Requirements and; (i) other document including correspondences listed in the PCC forming part of the

Contract

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter

mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and related services and to remedy any defects therein in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the

goods and related services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of Bangladesh on the day, month and year first written above.

For the Purchaser: For the Supplier:

Signature

Print Name Title In the presence of Name Address

Page 103: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

99

Bank Guarantee for Performance Security

(Form PG4 – 9) [This is the format for the Performance Security to be issued by an internationally reputable bank

and it shall have correspondent bank located in Bangladesh, to make it enforceable in accordance with ITT Sub-Clause 64.1 pursuant to Rule 27(4) of the Public Procurement Rules, 2008.]

Contract No:

Date:

To: [Name and address of Purchaser]

PERFORMANCE GUARANTEE No: [insert Performance Guarantee number] We have been informed that [name of supplier] (hereinafter called “the Supplier”) has undertaken, pursuant to Contract No [reference number of Contract] dated [date of Contract] (hereinafter called “the Contract”) for the supply of [description of goods and related services] under the Contract. Furthermore, we understand that, according to your conditions, Contracts must be supported by a performance guarantee. At the request of the Supplier, we [name of bank] hereby irrevocably undertake to pay you, without cavil or argument, any sum or sums not exceeding in total an amount of Tk [insert amount in figures and in words] upon receipt by us of your first written demand accompanied by a written statement that the Supplier is in breach of its obligation(s) under the Contract conditions, without you needing to prove or show grounds or reasons for your demand of the sum specified therein. This guarantee is valid until [date of validity of guarantee], consequently, we must receive at the above-mentioned office any demand for payment under this guarantee on or before that date. [Signatures of authorized representatives of the bank]

Signature

Seal

Page 104: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

100

Bank Guarantee for Advance Payment (Form PG4 – 10)-N/A

[this is the format for the Advance Payment Security to be issued by an internationally reputable

bank and it shall have correspondent bank located in Bangladesh, to make it enforceable in accordance with GCC Clause 27.1]

Contract No:

Date:

To: [Name and address of Purchaser]

ADVANCE PAYMENT GUARANTEE No: We have been informed that [name of supplier] (hereinafter called “the Supplier”) has undertaken, pursuant to Contract No [reference number of Contract] dated [date of Contract] (hereinafter called “the Contract”) for the supply of [description of goods and related services] under the Contract. Furthermore, we understand that, according to your Particular Conditions of Contract Clause 26.1, Advance Payment(s) on Contracts must be supported by a bank guarantee. At the request of the Supplier, we [name of bank] hereby irrevocably undertake to pay you, without cavil or argument, any sum or sums not exceeding in total an amount of Tk [insert amount in figures and in words] upon receipt by us of your first written demand accompanied by a written statement that the Supplier is in breach of its obligation(s) under the Contract conditions, without you needing to prove or show grounds or reasons for your demand of the sum specified therein. We further agree that no change, addition or other modification of the terms of the Contract to be performed, or of any of the Contract documents which may be made between the Purchaser and the Supplier, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee is valid until [date of validity of guarantee], consequently, we must receive at the above-mentioned office any demand for payment under this guarantee on or before that date. [Signatures of authorized representatives of the bank]

Signature

Seal

Page 105: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

101

Deviation List (Form PG4 – 11)

[If Tenderer has any reservation on terms and conditions, Tenderer has to mention his reservations in Deviation list]

Sl. No. Reference No./ Clause No. Proposed Deviation Remarks [ Add rows if necessary]

Signature: [insert signature of authorised

representative of the Tenderer]

Name: [insert full name of signatory]

In the capacity of: [insert designation of signatory]

Duly authorised to sign the Tender for and on behalf of the Tenderer

Page 106: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

102

Warranty Certificate (Form PG4 - 12)

[The Tenderer shall require to fill in this Form in accordance with the instructions indicated. This Certificate should be on the

official pad of the Tenderer and should be signed by a person with the proper authority to sign documents.]

[The Tenderer shall include it in its Tender, if so indicated in the TDS as stated under ITT Sub Clause 21.1 (q)]

Invitation for Tender No:

Date:

Tender Package No:

Tender Lot No(when applicable):

To: [Name and address of Procuring Entity]

WHEREAS We [insert complete name of Tenderer], who are authorized Supplier of [insert type of goods to be Supplied], having registered office at [insert full address of Tenderer’s registered office] do hereby warrants that all the Goods [insert name and brief description of the Goods] will be supplied by us and extend our full guarantee and warranty as stated under GCC Clause 33 of the General Conditions of Contract with respect to the Goods offered by us under this contract. Signed: [insert signature(s) of authorized representative(s) of the Tenderer] Name: [insert complete name(s) of authorized representative(s) of the Tenderer] Address: [insert full address including Fax and e-mail] Title: [insert title] Date: [insert date of signing]

Page 107: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

103

Section 6 : Schedule of Requirements

6.1 Scope of Supply and Related Services

6.2(A) List of Goods and Delivery Schedule

6.2 (B) List of Related Services and Completion Schedule

Page 108: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

104

General:

The works(Supply and Related Services) stated in this tender specification shall cover the complete design,

engineering, manufacturing, erection, inspection, testing, supply, delivery to the site, commissioning,

commercial operation with operation & maintenance (for the first twelve (12) months after Provisional

Acceptance Certificates ) of Spun Pre-stressed Concrete (SPC) Pole Factory having production capacity not

less than 96nos. Pole/8Hrs. operation , at Saidpur 20MW Diesel Power Plant Complex Area, Nilphamari,

Bangladesh Under Power Distribution System Development Project, Rangpur Zone of Bangladesh Power

Development Board(BPDB).

The scope of works(Supply and Related Services)include design, manufacture, quality assurance, erection,

inspection & testing, packing for export, insurance & shipment to site, complete installation, jointing,

terminating, bonding, earthing, painting, transportation, setting to work, site testing & commissioning of all

the equipment necessary for commercial operation of Spun Pre-stressed Concrete (SPC) Pole Factory having

production capacity not less than 96nos. Pole/8Hrs. operation.

The detail requirement is listed in the Section7: technical specification, Section 8: Guaranteed Technical

particulars (GTP) and Section9: drawing in the tender document.

The contractor is responsible for ensuring that all and any items of works (Supply and Related Services)

required for the safe efficient and satisfactory completion and functioning of the SPC Manufacturing Plant,

are included in the Bid price whether they will be described in the specification or not.

Facilities to be provided by BPDB:

BPDB will provide designated representatives to co-ordinate activities.

Responsibilities of Supplier:

Transportation of machineries/ equipment within the Saidpur 20MW Diesel Power Plant Complex

Area, including moving the equipments and materials from the Project store to the site shall be done

by Supplier as per Consignee’s advice and requirement.

During the testing, commissioning, commercial operation all the consumables goods such as gasket,

welding materials, electrodes, oxygen, acetylene, argon etc or any

equipment/machineries/materials are required to complete the SPC Pole manufacturing Plant

capacity not less than 96poles/8hrs. shall be the responsibilities of the Supplier.

All the necessary arrangement for Power, Water, accommodations or any such facilities and tools-

tackles and necessary instruments for erection, installation, testing and commissioning of the

Project Site will be supplied/ arranged by the Supplier within the quoted price.

6.1 Scope of Supply and Related Services

Page 109: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

105

To handover/ store all the removed materials/ goods at the place within Saidpur 20MW Diesel

Power Plant Complex Area premises as instructed by the Consignee.

Completion Time:

The Completion time of works will be 480 (Four hundrad and forty ) days (365days for supply of Goods and

within 480days for related services) From the date of opening of Letter of credit.

Warranty to be given for 12 (twelve) months from the date of Provisional Acceptance Certificate.

Initial Commercial Operation(ICO):

After completion of the Supply and erection, testing & commissioning, the Complete SPC Pole Manufacturing

Plant shall run minimum 03 (three) days (8hrs. continuous operation per day) at full production capacity

(minimum 96nos. pole/8hrs) without any trouble as Initial Commercial Operation, for reliability test.

Upon successful completion of the above 3 days (8hrs. continuous operation per day) Initial Commercial

Operation, the Contractor will inform BPDB in writing that the turnkey Supply and related services is

completed. The work shall not be considered as complete provisionally until a PAC as per Tender document

has been issued for the work, signed and dated by the Consignee and the Engineer.

Note: Tenderers shall quote a Firm Turnkey Contract Price for the works (Supply and Related Services) as

described in Section 6, 7, 8 & 9 of this Tender document. If the Tenderer deemed necessary any additional

equipment/ materials / works (Supply and Related Services) out of the list of tender schedule for

completion of the said Turnkey works (Supply and Related Services), contractor shall have to do the

additional works (Supply and Related Services) without any additional cost. The costs of these additional

works (Supply and Related Services) are deemed to be included within the quoted price.

During the course of works (Supply and Related Services), the Contractor finds any additional

supply/works require to be carried out, that additional work shall also be done by the Contractor

including supply of necessary spares/materials/ consumables to complete the said additional work

within the Contract price. No additional payment shall be allowed in this respect.

Page 110: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

106

Section 6. 2(A) List of Goods and Delivery Schedule

Invitation for Tender No: Date Tender Package No:

A. List of Goods and Delivery Schedule When completing Form PG4-3A, 3B & 3C the Tenderer shall quote prices and contract delivery dates for each lot separately, as specified in the List of Goods and Delivery Schedule.

Item No.

Description of Item Un

it of

Me

asu

rem

en

t

Qu

an

tity

Point of Delivery

[Final (Project

Site) Destination as specified

in TDS]

Delivery Date Required (in weeks)

Earliest Delivery

Date

Latest Delivery

Date

1 2 3 4 5 6 7

Purchaser’s Option for delivery terms is: Within 365(Three Hundred and Sixty Five) days from the date of opening of Letter of credit.

Lot No : Single

1 Weigh Batching, Mixing Plant Complete System (Automatic) including with all accessories required for installation, testing, commissioning & operation. and Consists of Main Support Structure (1Set), Operating Cabin (1Set), Concrete mixer (1Set),Concrete Hopper (1Set), Aggegator feeding and weighing system (1Set), Horizontal Belt conveyor (1Set),Slant Belt Conveyour(1 set), Aggregator Feeding Hopper (3Set), vibrating Screen (1set), Intermediate storage hopper (1set), Weighing System(1set),Cement Supply System(1 set), Cement Silo(1 set), Dust Collector 91 set), weighing Screw Conveyor (1 set), Rotary Feeder (1 set) Water Supply System (1 set), Admixture Supply System (1 set), Air Compressor and piping (1 set), Motor Control Centre, (1 set) Batching Control System (1 set), Electric Cable & Wire (1Lot), CCTV Monitoring System( 4 set), BagFilter Dust Collector System(1 set) and others as required to complete the system.

Set 1 -Do- -Do-

2 Concrete Pouring Cart including with all accessories required for installation, testing, commissioning & operation and consists of automatic concrete pouring machine(1 set), Concrete Filling Cart (2 unit), Input Chain Conveyor (1unit) and others as required to complete the system.

Set 1 '' ''

3 Tension Machine including with all accessories required for installation, testing, commissioning & operation and consists of Pretension Jack (4 unit), Pre tensioning Stand (4 unit) and others as required to complete the system.

Set 4

4 Spinning Machine including with all accessories required for installation, testing, commissioning & operation and consists of centrifugal Single Mould Spinning Machine (4 unit) and others as required to complete the system.

unit 4

5 Steam Curing Chamber Cover including with all accessories required for installation, testing, commissioning & operation and consists of Low profile mould stand at each floor of curing chamber, seat material for cover.

Nos. 8

Note: This Section provides the List of Goods and Delivery Schedule and List of Related Services and Completion Schedule and must be carefully prepared by a Purchaser for each object of procurement.The Purchaser may include the delivery of a limited supply of fast-moving and/or hard-to-find spare parts in this Schedule of Requirement. This is to ensure the continued use or operation of the equipment.

Page 111: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

107

Section 6. 2(A) List of Goods and Delivery Schedule (Continued....)

Invitation for Tender No: Date Tender Package No:

A. List of Goods and Delivery Schedule When completing Form PG4-3A, 3B & 3C the Tenderer shall quote prices and contract delivery dates for each lot separately, as specified in the List of Goods and Delivery Schedule.

Item No.

Description of Item Un

it of

Me

asu

rem

en

t

Qu

an

tity

Point of Delivery

[Final (Project

Site) Destination as specified

in TDS]

Delivery Date Required (in weeks)

Earliest Delivery

Date

Latest Delivery

Date

1 2 3 4 5 6 7

Purchaser’s Option for delivery terms is: Within 365(Three Hundred and Sixty Five) days from the date of opening of Letter of credit.

Lot No : Single

6 Boiler (3 Ton Capacity) including with all accessories required for installation, testing, commissioning & operation and automatic Temperature Control System (1unit) and others as required to complete the system.

Lot 1

7 Mould accessories including top plate, bottom plate, tension plate & other tools to fix & unfix mould with following:

I. Mould Stand (End Plate relex)----------------------- II. Mould Over Turning (1unit) & Buffer Machine (4unit)

III. Demoulding Cart--------------------------------------------- IV. Mould demoulding stand----------------------------------- V. Product Cart---------------------------------------------------

VI. Product Demoulding Machine------------------------------ VII. Product stand--------------------------------------------------

VIII. Cage Feeding belt Conveyor--------------------------------- IX. PC Bar Coil Stand -------------------------------------------- X. Cooling & Demould Stand-----------------------------------

XI. Mould Cleaning stand--------------------------------------- XII. Impect wrench for unbolting------------------------------

XIII. general van--------------------------------------------------- XIV. trolley---------------------------------------------------------- XV. small pump motor etc--------------------------------------

XVI. Mould accessories( Top Plate, Bottom Plate, Tension Plate)----------------------------------------------------------

XVII. Others Accessories or any other machineries or equipments that not mentioned in this document but necessary to fulfill the complete operational activities should be mentioned by the Bidder

unit

Set unit Lot unit unit Lot unit unit unit unit Set unit unit unit Lot

Lot

1

1 1 1 1 1 1 1 2 1 1 4 4 4 8 1

1

8 Cage Making Machine (Automatic) including with all accessories required for installation, testing, commissioning & operation and others as required to complete the system.

unit 2 -Do- -Do-

9 Ring Coiling Machine including with all accessories required for installation, testing, commissioning & operation.

unit 2 '' ''

10 Mixer Trolley including with all accessories required for installation, testing, commissioning & operation.

Sets 1

Note: This Section provides the List of Goods and Delivery Schedule and List of Related Services and Completion Schedule and must be carefully prepared by a Purchaser for each object of procurement The Purchaser may include the delivery of a limited supply of fast-moving and/or hard-to-find spare parts in this Schedule of Requirement. This is to ensure the continued use or operation of the equipment.

Page 112: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

108

Section 6. 2(A) List of Goods and Delivery Schedule (Continued....) Invitation for Tender No: Date Tender Package No:

A. List of Goods and Delivery Schedule When completing Form PG4-3A, 3B & 3C the Tenderer shall quote prices and contract delivery dates for each lot separately, as specified in the List of Goods and Delivery Schedule.

Item No.

Description of Item Un

it of

Me

asu

rem

en

t

Qu

an

tity

Point of Delivery

[Final (Project

Site) Destination as specified

in TDS]

Delivery Date Required (in weeks)

Earliest Delivery

Date

Latest Delivery

Date

1 2 3 4 5 6 7

Purchaser’s Option for delivery terms is: Within 365(Three Hundred and Sixty Five) days from the date of opening of Letter of credit.

Lot No : Single

11 Bar Cutting Machine with PC Bar HandlingLoader including with all accessories required for installation, testing, commissioning & operation and others as required to complete the system.

unit 2

12 P.C. Wire Head Macking Machine including with all accessories required for installation, testing, commissioning & operation and others as required to complete the system.

Sets 4

13 PC Wire Handling Loader including with all accessories required for installation, testing, commissioning & operation and others as required to complete the system.

Sets 2 -Do- -Do-

14 Concrete, cement, sand, stone testing machine including with all accessories required for installation, testing, commissioning & operation

Sets 1

15 Over Head Crane (Spreader Balance Beam TX-Type,5T+5T) including with all accessories required for installation, testing, commissioning & operation and others as required to complete the system.

unit 1

16 Over Head Crane (Spreader Balance Beam TX + F-Type,5T+5T) including with all accessories required for installation, testing, commissioning & operation.

Unit 3

17 Over Head Crane (Beam CF-Type, 1+1T) including with all accessories required for installation, testing, commissioning & operation.

unit 2

18 a)Gantry Crane (3T+ 3T) b)Pole Stacking, loading Gantry crane 5Ton capacity above all crane including with all accessories required for installation, testing, commissioning & operation.

unit

unit

1

2

19 Rails and Collector for Crane (1 Lot), TX-Tong with Slinger Arm and Spreader Beam (2unit), TX+F Tong with Slinger Arm and Spreader Beam (4unit), CF Tong with Slinger Arm and Spreader Beam (1unit), Balance Beam for Ulbon move (1unit), R-Tong (1 unit) including with all accessories required for installation, testing, commissioning & operation.

Lot 1

20 Pole Testing Equipment complete set (Pole testing equipment including Dynamometer, testing carriage etc.) including with all accessories required for installation, testing, commissioning & operation

Lot 1

Page 113: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

109

Section 6. 2(A) List of Goods and Delivery Schedule (Continued....)

Invitation for Tender No: Date Tender Package No:

A. List of Goods and Delivery Schedule When completing Form PG4-3A, 3B & 3C the Tenderer shall quote prices and contract delivery dates for each lot separately, as specified in the List of Goods and Delivery Schedule.

Item No.

Description of Item Un

it of

Me

asu

rem

en

t

Qu

an

tity

Point of Delivery

[Final (Project

Site) Destination as specified

in TDS]

Delivery Date Required (in weeks)

Earliest Delivery

Date

Latest Delivery

Date

1 2 3 4 5 6 7

Purchaser’s Option for delivery terms is: Within 365(Three Hundred and Sixty Five) days from the date of opening of Letter of credit.

Lot No: Single

21 9 Meter Mould (300 Dan) as per drawing in Section 9 including with all accessories required for installation, testing, commissioning & operation.

Sets 25

22 12 Meter Mould (450 Dan) as per drawing in Section 9 including with all accessories required for installation, testing, commissioning & operation.

Sets 32

23 15 Meter Mould (550 Dan) as per drawing in Section 9 including with all accessories required for installation, testing, commissioning & operation.

Sets 13

24 15 Meter Mould (650 Dan) as per drawing in Section 9 including with all accessories required for installation, testing, commissioning & operation.

Sets 13

25 Workshop Machinery including Following:

a) For Factory Workshop

I. Gas Welding machine

II. Tool Box

Nos.

Sets

5

5

-Do- -Do-

b) For Mould & Mould Maintenance Workshop

I. Planner II. Heavy Lathe

III. Shaper IV. Mould Maintenance Jig V. Heavy Duty Welding Machine

VI. Light duty spinning machine to check alignment of mould

VII. Gas cutting Set including with all accessories required for (all in above item no.25) installation, testing, commissioning & operation.

Nos.

Nos.

Nos.

Nos.

Nos.

Nos.

Nos.

1

2

1

2

2

1

2

'' ''

Note: This Section provides the List of Goods and Delivery Schedule and List of Related Services and Completion Schedule and must be carefully prepared by a Purchaser for each object of procurement The Purchaser may include the delivery of a limited supply of fast-moving and/or hard-to-find spare parts in this Schedule of Requirement. This is to ensure the continued use or operation of the equipment.

Page 114: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

110

Section 6. 2(A) List of Goods and Delivery Schedule (Continued....)

Invitation for Tender No: Date Tender Package No:

A. List of Goods and Delivery Schedule When completing Form PG4-3A, 3B & 3C the Tenderer shall quote prices and contract delivery dates for each lot separately, as specified in the List of Goods and Delivery Schedule.

Item No.

Description of Item Un

it of

Me

asu

rem

en

t

Qu

an

tity

Point of Delivery

[Final (Project

Site) Destination as specified

in TDS]

Delivery Date Required (in weeks)

Earliest Delivery

Date

Latest Delivery

Date

1 2 3 4 5 6 7

Purchaser’s Option for delivery terms is: Within 365(Three Hundred and Sixty Five) days from the date of opening of Letter of credit.

Lot No : Single

26 Deep Tube Well Set 1 -Do- -Do-

27 Oil (FO) Tank Nos. 2

28 Soft Water Tank No. 1

29 Complete Sub-station including with all accessories required for installation, testing, commissioning & operation and others as required to complete the system.

Lot 1

30 Stand by generator 385 kVA including with all accessories required for installation, testing, commissioning & operation and others as required to complete the system.

Sets 1

Note: This Section provides the List of Goods and Delivery Schedule and List of Related Services and Completion Schedule and must be carefully prepared by a Purchaser for each object of procurement The Purchaser may include the delivery of a limited supply of fast-moving and/or hard-to-find spare parts in this Schedule of Requirement. This is to ensure the continued use or operation of the equipment.

Page 115: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

111

Section 6. 2(A) List of Goods and Delivery Schedule (Continued....)

Invitation for Tender No: Date Tender Package No:

A. List of Goods and Delivery Schedule When completing Form PG4-3A, 3B & 3C the Tenderer shall quote prices and contract delivery dates for each lot separately, as specified in the List of Goods and Delivery Schedule.

Item No.

Description of Item Un

it of

Me

asu

rem

en

t

Qu

an

tity

Point of Delivery

[Final (Project

Site) Destination as specified

in TDS]

Delivery Date Required (in weeks)

Earliest Delivery

Date

Latest Delivery

Date

1 2 3 4 5 6 7

Purchaser’s Option for delivery terms is: Within 365(Three Hundred and Sixty Five) days from the date of opening of Letter of credit.

Lot No : Single

31 All H.T, L.T. conductors & cables (for installation, testing and commissioning of above machinery & Equipments to complete the SPC Pole Factory having production capacity not less than 96poles/8hrs and necessary conductors & cable for all grounding work)

LS 1

32 Air compressor (min Power 30KW) with Air Dryer, After Cooler, filter,Air Tank & Piping material with air unit as required.

ea 2

33 Air Impact (discharge Min 0.7m3/min) Lot 1

34 others (Additional any other machineries or equipments that not mentioned in this document but necessary to fulfill for the completion of successful operational activities to complete the SPC Pole Factory having production capacity not less than 96poles/8hrs should be supplied and mentioned here by the Supplier.)

Lot 1

35 Hardwares & Consumables (to complete the work) Goods to complete the SPC Pole Factory having production capacity not less than 96poles/8hrs.

Lot 1

36 Spare Parts as per Appendix 1 Lot 1

Note: This Section provides the List of Goods and Delivery Schedule and List of Related Services and Completion Schedule and must be carefully prepared by a Purchaser for each object of procurement The Purchaser may include the delivery of a limited supply of fast-moving and/or hard-to-find spare parts in this Schedule of Requirement. This is to ensure the continued use or operation of the equipment.

Page 116: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

112

Section 6. 2(B) List of Related Services and Completion Schedule B. List of Related Services and Completion Schedule When completing Form PG4-3D, the Tenderer shall quote prices and Completion date for services for each item against each lot Item No.

Description of Item for

Unit of Measurement

Quantity Place where Services shall be

performed

Final Completion Date(s) of Services

1 2 3 4 5 6

For complete the PAC [add as many rows and details as there are individual items in the Lot]

1 Design, Erection, Installation and Testing & Commissioning of all Goods as describe in Price Schedule & Schedule in Requirement to complete the SPC Pole Manufacturing Factory having capacity not less then 96poles/8hrs and all others if any to complete the PAC. along with Technical orientation & witness for Manpower(15Man X 15 days)

Job 1 (Project Site) Destination as

specified in TDS.

Within 480(Four Hundred and eighty) days from the date of opening of Letter of credit.

: For Operation & Maintenance Service after the PAC

1 Operation supervise & Maintenance services after satisfactory Performance Test for 01 (One) years.

Job 1 365days after PAC

[add as many rows and details as there are individual items in the Lot]

Notes on Related Services The Purchaser shall clearly specify the related services/Incidental services, other than inland transportation and other services required to convey the Goods to their final destination, in this Schedule of requirement. In particular, these services may refer to any of the following but not limited to:

(a) performance or supervision of on-site assembly and/or start-up of the supplied Goods;

(b) performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time as specified, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract; and

(c) training of the Purchaser’s personnel, at the Supplier’s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied Goods.

Page 117: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

113

Appendix-1

(Spare parts List)

No. Description Manufacturer’s Name &

Country of origin (To be

filled by Tenderer)

Quantity in Nos.

A BATCH Plant

1.CHUTE HOPPER 1-1 CHUTE HOPPER AIR CYLINDER 2

1-2WEIGH HOPPER AIR CYLINDER 2 2.MAIN BELT CONVEYOR 2-1 B/D SNAP PULLEY BEARING

2-2 TAIL DRUM BEARING 2-3 HEAD DRUM BEARING 2-4 M/D SNAP PULLEY BEARING 2-5 WEIGH TENSION PULLEY BEARING 2-6 SNAP PULLEY BEARING 2-7 CARRIER ROLLER 2-8 RETURN ROLLER

2 2 2 4 2 2

60 10

3 INTER BIN HOPPER 3-1 HOPPER GATE CYLINDER

3-2 HOPPER GATE BERING

2 2

4 SLIDE GATE 4-1 GREASE PACKING 1 5 BAG FILTER 5-1 BAG

5-2 SOLENOID V/V 5-3 BEARING

36 2 2

6 SCREW CONVEYOR 6-1 BEARING1

6-2 BEARING2

2 2

7 MIXER DRIVE & GATE PART 7-1 CYLINDER

7-2 GATE BEARING 7-3 V-BELT

2 2

10

8 MIXER ARM PART

8-1 OUTSIDE ARM - B 8-2 OUTSIDE ARM - C 8-3 COUNTER ARM 8-4 COUNTER ARM BOLT/NUT 8-5 OUTSIDE TIP - B 8-6 OUTSIDE TIP - C 8-7 STOP PLATE 8-8 SQUAREHEAD BOLT/NUT 8-9 STOP PLATE 16 8-10 SQUAREHEAD BOLT/NUT 32

2 2

20 100

4 4

16 32 16 32

Page 118: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

114

Appendix-1

No. Description Manufacturer’s Name

& Country of origin (To

be filled by Tenderer)

Quantity in Nos.

9 MAXER LINER PART 9-1 SIDELINER PLATE - A

9-2 SIDELINER PLATE - B 9-3 SIDELINER PLATE - C 9-4 SIDELINER PLATE - C1 9-5 SIDELINER PLATE - A1 9-6 BOTTOM LINER - A 9-7 PLATE LINER - A 9-8 GATE LINER - A 9-9 GATE LINER - B 9-10 GATE SEAL PLATE - A 9-11 GATE SEAL PLATE - B 9-12 GATE LINER B,N,S/W,P/W 9-13 CASE LINER B,N,S/W,P/W 9-14 BOTTOM LINER - B 9-15 SEAL RING (14T) 9-16 SEAL RING (25T)

2 8 4 4 2

40 6

12 4

12 4

32 180 10 2 2

B CONCRETE INPUT 1 CONCRETE hopper-agitator 1-1 ARM

1-2 PADDLE "A" 1-3 PADDLE "B"

5 1 4

2 INPUT MACHINE SCREW FEEDER SHAFT ASS'Y 2-1 SHAFT FOR WING

2-2 OILLESS BEARING 2-3 GRAND PACKING 2-4 OILLESS BEARING 2 2-5 BEARING

2 12 12 12 4

3 INPUT MACHINE SKIRT ASS'Y 3-1 SHAFT

3-2 BEARING 3-3 BRACKET 1 3-4 SHAFT BRACKET 1 3-5 SHAFT BRACKET 2 3-6 BRACKET 2 3-7 CHAIN GEAR 1 3-8 CHAIN GEAR 2 3-9 BODY 3-10 GUIDE

4 8 8 8 4 4 4 4 4 4

4 CONCRETE FILLING CART ASS'Y 4-1 WIRE ROLLER

4-2 BRACKET 4-3 TENTION BLOT 4-4 UNIT BEARING 4-5 SHAFT 4-6 BEARING 4-7 WIRE

4 2

10 10 8

16 2

Page 119: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

115

Appendix-1

No. Description Manufacturer’s Name &

Country of origin (To be

filled by Tenderer)

Quantity in Nos.

C TENSION SPINNING PRETENSION JACK ASS'Y 1-1 RAM CORE

1-2 COUPLING 1-3 TNSION LENGTH GUIDE 1-4 TNSION LENGTH L/S

1 1 1 1

2 SPINNING M/C 2-1 CHAIN COUPLING 8 2-2 BEARING

12 22

D CUTTING M/C 1 CUTTING MACHINE 1-1 CUTTING MOTOR 1 1 ULBON FEED PART 2-1 HAND VALVE

2-2 AIR CYLINDER

4 2

3 CUTTER ASS'Y 1 4 ULBON GUIDE&DISCHARGE 4-1 LEVER

4-2 FIXTURE 1 4-3 FIXTURE 2 4-4 BALL BUSH&BRACKET

6 18 24 22

5 ULBON STOPPER 5-1 STOPPER

5-2 AIR CYLINDER

10 10

6.AUTO LOADER PART 6-1 WIRE TONGS

6-2 GUIDE 6-3 AIR CYLINDER 1 6-4 AIR CYLINDER 2 6-5 LM GUIDE 6-6 BALL BUSH 6-7 SNAP RING

8 16 8 8 8 8

32

7 Wire Buttonhead Forming M/C 7-1 AIR-HYDRO CONVERTER

7-2 AIR-HYDRO CONVERTER 7-3 TRANSFORMER 1 7-4 UP-SET TIP ASS'Y 1

4 4 1 1

Page 120: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

116

Appendix-1

No. Description Manufacturer’s Name &

Country of origin (To be

filled by Tenderer)

Quantity in Nos.

E AUTO CAGE WELDING

1 PITCH ADJUST PART 1-1 GEAR 1-2 SPACER 1-3 BEARING HOUSING 1-4 BEARING,SNAP RING 1-5 PITCH ADJUST NUT 1-6 GEAR FIX SHAFT 1-7 BEARING 1-8 SPACER 1-9 PIPE (Φ21.7) 1-10 FIXTUER (Φ21.7) 1-11 PIPE (Φ17.3) 1-12 FIXTUER (Φ17.3) 2 DRUM SUPPORT ROLLER 2-1 BEARING 1 2-2 SNAP RING 1 2-3 UPPER ROLLER 2-4 GUIDE ROLLER FRAME 2-5 BEARING 2 2-6 SNAP RING 2 2-7 SHAFT 2 2-8 ADJUST SCREW, NUT 3 POWER SUPPLY PART 3-1 INSULATION PAD 1 3-2 INSULATION PAD 2 3-3 INSULATION PAD 3 3-4 INSULATION WASHER 3-5 SPRING 3-6 CARBON BRUSH 4 SPIRAL WIRE DRUM SUPPORT ROLLER 4-1 PULLEY 4-2 DRIVE ROLLER 4-3 BEARING 1 4-4 SNAP RING 4-5 GUIDE ROLLER 4-6 BEARING 2 5 PRESSURE DEVICE 5-1 TERMINAL PALTE2 5-2 INSULATION WASHER 5-3 INSULATION PAD 5-4 SPIRAL WIRE GUIDE 5-5 WIRE GUIDE SPRING 5-6 INSULATION WASHER 5-7 INSULATION PAD 5-8 SHAFT 5-9 THRUST BEARING

32 32 32 64 32 20 32 32 16 16 16 16

12 12 12 6 6 6 6 6

2 4 4 4

14 14

2 2 2 4 2 4

2 8 2 2 2 2 4 2 4

Page 121: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

TD for Design, Supply, Installation, Testing & Commissioning of SPC Pole Factory, Saidpur, Nilphamari

117

Appendix-1

No. Description Manufacturer’s Name &

Country of origin (To be

filled by Tenderer)

Quantity in Nos.

F DEMOULDING 1.SPIRAL WIRE TRAVERSING UNIT

1-1 AIR CYLINDER 1-2 AIR SOLENOID V/V 1-3 SHAFT 1-4 BALL BUSH 2. DEMOLDING CHAIN CONVEYOR ASS'Y 2-1 BEARING 1 2-2 BEARING 2 2-3 BEARING 3 3.TRANSFER CAR FOR PRODUCT CONVEYOR 3-1 CHAIN 3-2 BEARING 3-3 ROLLER

2 2 4 4

2 2

50

10 20 5

G CRANE Brake Lining for Traversing & Travelling

Brake Lining for Hoisting Silicon Rectifier (SR-60) Silicon Rectifier (SR-30) Fuse (2A) Fuse (3A)

6 10

4 8

6 10

H Others Mandatory spare parts other equipment from Manufacturer if any to complete

the SPC Pole Manufacturing Plan. AS PER

REQUIREMENT Tenderer may add rows as many as needed

Page 122: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

SECTION 07

TECHNICAL SPECIFICATIONS OF MACHINERY & EQUIPMENTS WITH SPARE PARTS

FOR PC POLE FACTORY

Page 123: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

119

7.0 TECHNICAL SPECIFICATIONS & REQUIREMENTS

GENERAL

This specification is to cover design, manufacture, testing & inspection of Machinery & Equipments to set-up a New Spun Pre-stressed Concrete (SPC) Pole Factory having production capacity not less than 96nos. Pole/8hrs completes with all accessories/fittings and spares parts as specified herein. The manufacturer, whose Machinery & Equipments are too offered should have designed, manufactured, type tested as per relevant IEC or other equivalent internationally acceptable standards and of similar production capacity.

This specification also covers the basic requirements of Machinery & Equipments required in respect of set-up a New Spun Pre-stressed Concrete (SPC) Pole Factory at the site. Any other parts not specifically mentioned in this specification but otherwise required for proper functioning of the New Spun Pre-stressed Concrete (SPC) Pole Factory to maintaining the production Capacity describe herein should be included by the tenderer in the offer.

7.1 CLIMATE DATA

The equipments to be supplied against this tender shall be suitable for satisfactory use under the following climatic conditions:

Climate : Tropical, intense sunshine, heavy rain, humid. Maximum Humidity and Temperature sometimes occur simultaneously.

Maximum Temperature : 400 C

Minimum Temperature : 030 C

Maximum yearly weighted average Temperature : 300 C

Relative humidity : 50-100%

Annual mean relative humidity : 75%

Average annual rain fall : 3454 mm

Maximum wind velocity : 200 km/ hour

Average isokeraunic level : 80 days/ year

Maximum Altitude above the Sea level : 300 metres

Atmospherical, Mechanical and Chemical impurities : Moderately polluted

Machinery & Equipments as specified will be installed in tropical locations and in a hot humid environment with presence of the insects and vermin. The information is given as a guide for Tenderer and no responsibility for its accuracy will be accepted, nor will any claim based on the above be entertained.

7 .2 SYSTEM PARTICULARS:

SL. NO.

SYSTE M CHARA CTE RIST I C S VOLTAG E LE VEL

1 . Norm a l Sys tem Vo l t a ge , K V (V o l t ag e C la ss )

23 0 13 2 33 11

3 . M ax im um Sys t em V o l t ag e , K V 24 5 14 5 36 12

4 . Sys t em F req ue ncy , H z 50 50 50 50

5 . Pha se R ot a t i on (A n t i -C lock w i se )

RST RST RST RST

6 . Type o f Sys tem Gro un d in g So l i d So l i d So l i d So l i d

7 . Ra te d Fau l t L eve l (3 -P has e Sym m et r i c a l ) , M VA 3 s ec .

12 55 0 60 00 15 00 38 1

8 . Bas i c I nsu l a t i on L eve l , KV 75 0 65 0 17 0 75

LOW VOLT AG E 41 5 / 2 40 V C HAR ACTE RIST ICS :

9. Normal System Voltage, V

(V o l t ag e C la ss )

415/ 240

10. Type of System Grounding Solid

Page 124: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

120

7.3 STANDARDS

The Machinery & Equipments and associated parts speci f ied in th is Sect ion shal l conform to the latest edi t ion of the international standards for operation in local ambient conditions. Design, Manufacture, Testing and Performance shall be in accordance with latest revisions of BS, IEC, ANSI or other equivalent internationally acceptable standards. The Flow Chart for Production line as below:

7.4 SPECIFICATIONS

7.4.0 GENERAL DESCRIPTION:

The specification is to cover design, manufacture, testing & inspection of Machinery & Equipments to set-

up a New Spun Pre-stressed Concrete (SPC) Pole Factory having following production capacity:

1. Product: Spun Pre-stressed Concrete (SPC) Pole of 140 to 230mm Tip Dia and 9 to 15 meter Long with different Dan.

2. Factory Production Capacity

The production capacity based on 4 nos. of centrifugal spinning machining each with15minute (Min) spinning time per pole, and production capacity of the SPC Manufacturing Factory at least 96nos.pole/8hrs.

Casing

Aggregate Cement H.T.W M.S.W

Mixing

Feeding

Mould

Stressing

Spinning

Steam Curing

SPC Pole Manufacturing Flow Chart

Water

De-stressing

Dis Moulding

Stack Yard

Test

Delivery

Sizing

Page 125: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

121

Conceptual Layout:

Page 126: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

122

7.4.1 The following basic requirements of Machinery & Equipments required in respect of set-up a New Spun Pre-stressed Concrete (SPC) Pole Factory to meet the above production capacity at the site. Any other parts not specifically mentioned in this specification but otherwise required for proper functioning of the New Spun Pre-stressed Concrete (SPC) Pole Factory to maintaining the production Capacity describe herein should be included by the tenderer in the offer.

Sr. No.

Description of

Equipments Major specific requirement

1. Weigh Batching, Mixing Plant Complete

General The Weigh, batching, Mixing and pouring Plant will be a

complete system ensuring an output of minimum 1m3 of

concrete per batch after weighing, batching and mixing of

concrete, the concrete will be discharged through hopper

where Concrete Feeding/Filling Machine will fill concrete

mixture into a lower mould. The machine is equipped with

built-in weigh-hopper equipped with agitator to prevent

bridging, bi-directional special steel screw feeder - one

direction at a time, skirt width control mechanism and

height adjustment to fit height of lower mould and digital

controller. It fills weighed concrete in to a lower mould

precisely according to the size of pole.

Underneath the concrete filling machine, a filling cart is

installed on the rall to recelve concrete mixture and

designed to control traverser (1~2 traverser) to

synchronize concrete pouring speed and traverser speed.

All the process is precisely controlled by PLC.

The plant should consists of operating cabin, concrete

mixer, concrete hopper, aggregate feeding& weighing

system, horizontal belt conveyor, slant belt conveyor,

aggregate feeding hopper, vibrating screen, intermediate

storage hopper, cement supply system, cement silo, dust

collector, weighing screw conveyor, rotary feeder, water

supply system, admixture supply system, air compressor

system, motor control center, batching control panel,

CCTV monitoring system and bag filter dust collector.

Theoretical productivity (Min.) 60m3/h

Support Structure Heavy duty main support of H-Beam structure with column of king-pin construction for quick mantle and dismantle.

Operating Cabin The cabin should adequate space for accommodation motor control center, batching control panel for operation and should made of MS outside wall and plywood inner wall with insulation including window and door. Independent support to be provided for avoiding vibration from main structure and have provision for Air conditioner installation.

Accuracy of aggregate weighing

±2%

Accuracy of cement weighing ±1%

Accuracy of additive weighing ±1%

Mixer:

Certificate CE Standard/Country of Origin Standard.

Type Twin shaft Vertical/Horizontal type steel fabricated with replaceable wear-resistant liners.

Capacity (Min.) 1m3/Batch (Based on over 8cm slump)

Discharge Hydraulic/Air

Concrete Hopper:

Type Steel made Hopper with rubber guide chute for smooth discharge of concrete

Capacity Not less than 3m3 , Dry Volume with vibrator

Page 127: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

123

Location Underneath of mixer.

Aggregator Feeding & Weighing System:

Horizontal Belt Conveyor Located underneath of Agg. Surge Hopper with capacity not less than 300Ton/h, single channel type frame, power drive by geared motor, screw type tensioning for take up system, rubber belt not less than 600mm width, 30˚through type with 3-roller. Back stop and bearing to be provided.

Slant Belt Conveyor Inclined Belt Conveyor support with walkway for transportation of weighed aggregate to the mixer through screening house from aggregate weigher with capacity not less than 300Ton/h, single channel type steel frame, power drive by geared motor, screw type tensioning for take up system, Endless belt not less than 600mm width, 30˚through type with 3-roller conveyor. Rubber coated Head drum , Cartridge boss type back stop to be provided.

Agg. feeding Hopper Steel Fabricated with wear-resistant liners included duo-discharge for full & dribble flow.

Vibrating Screen Eccentric type , single deck, 20˚slant, steel structure with motor drive vibrator. Round bar mesh screen of not less than pitch 100 x Φ25. oversize discharge Shute with screen housing to be provided.

Intermediate Storage Hopper Located on top of mixer to store weighed ingredient temporally before mixer with capacity & dimension not less than 2.5 m3 & 1.5MX2M. Hi-level detector to be provided.

Weighing System Independent type Aggregator Weighing system shall comprised by weighers with discharge gate & air-operated cylinder located underneath of each compartment for cement, water & admixture i.e. Agg. Weigher, Cement Weigher, Water Weigher & Admixture Weigher each with capacity approx.0.5 to 1.5 m3

Cement Storage & supply System:

Structure Steel fabricated heavy structured for installation cement feed screw conveyor, heavy welded , cement silo with silo support, rotary feeder with slide gate, safety guardrail on top of silo.

Cement silo Capacity & dimension not less than 100Ton & 3.5M(dia) x16M (H), Round steel fabricated type with slide gate, Level detector, Aeration, safety ladder, Cement quantity measuring device. Bag filter/Dust collector (Air pulse type) with capacity not less than 20m3/min to be provided.

Weighing Screw Conveyor Capacity not less than 40Ton/hr drive by geared motor.

Rotary feeder Capacity not less than 60Ton/hr drive by geared motor.

Water supply System:

Shall Consists of water supply line, water pump (1300L/hr.), water feeding control (solenoid valve) with butterfly valve to feed water into water weigher.

Water Storage Tank Capacity 2000Liter with floating leveller.

Admixture supply System: Shall Consists of Admixture supply line, Admixture Agitator tank (Capacity not less than 1500L) power driven & located on ground level including AD Feeding Tank with AD pump to Admixture weigh.

Air Compressor and Piping System

Compressor Type Automatic unloader Type, 2 Unit, Discharge Capacity &

Pressure not less than 1.1mᶟ/min & 7kg/cm²

Receive Tank 1000L/ea

Power (Min) 7.5kW, 4p, control voltage:220V x Φ-1

Air Piping Shall consist of complete piping materials with aeration unit, pilot type, solenoid electric Suooly control system with all necessary arrangement and hose.

Motor Control Center

General Indoor Cubicle Type Motor Control Center panel with factory wired all motor starters, overload protection,

Page 128: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

124

interlocks, relays, Transformer, Ameter, Power Switch, V-meter, other all control switches. Respective Nameplate should be at the face of this panel.

Batching Control System

General Automatic batching digital control system with visual unit and computerized control (PLC) with memories and batch print for printout data of batching record, material usage report with color CRT/LCD Display unit to be provided.

Type Automatic batching control with manual backup. Control Panel shall be Dust-tight (IP 55).

Features Control feature should bearing a) Selectable Mixing formulae memory, b) Full flow, Dribble flow with weighing tolerance preset facility, c) Batching counter and batch record, d) Recording time and date, e)Material usage report, f) Self-diagnostic Function, g) Automatic Mixing and Discharge control, h) Automatic bar graphic Display in color monitor(CRT/LCD) and other necessary features. This control system should operate in a Temp: 4˚C ~40˚C with Humidity:30~90%.

Printer High precession super printer to printout all necessary data.

Electric & Control Cable, Wires etc.

Cable for all motor connection, control unit, control center etc.

CCTV-Monitoring System Monitoring System consists of Color camera not less than 04 sets & LED display for monitoring mixer discharge, concrete loadout, aggregate feeding conveyor, aggregate conveyor Floor, Inclind conveyor are, mixer gate area, concrete hopper area.

Dust Collector System Bag Filter Type dust collector should be counted with mixer, aggregate discharge hood at cement weigh floor and collected dust shall be feed to cement silo or mixer through piping.

Type Air-pulse

Volume (Min) 40mᶟ/min, 250mmAQ

Bagfilter Polyesther

Power Blower motor, 3.5kW, 4-p (Min)

Other compositions Cement and water Transmission& Conveyor System,

Additive Supply System and other system to complete the

plant as required.

2. Automatic Concrete Pouring System

Description Requirement

General Automatic Concrete Pouring System shall be combined with one unit of Automatic Concrete Pouring machine, 2 unit of concrete filling cart and one unit of input chain conveyor.

Automatic Concrete Pouring machine unit

Filling fresh concrete for mould of SPC.

Type Bi-directional screw feeder, one direction at a time, loss-in-weight type, hopper volume not less than 2m²

Screw Feeder High wear-resistence Screw flight with feeding capacity

range 0.5~1mᶟ/min or higher, driven by 15kW x 4-p

geared (1/30Minimum) motor with inverter control,

Guard Skirt Manually adjustable screw handle for skirt width.

Hydraulic Hi-Lo Hydraulic adjustable system to adjust height of guide Chutee according to dia.of mould, activated by 2 Hydraulic Cylinder (Minimum Φ60 x 500ST)

Control PLC Control with motor controller to control Concrete Feeder and Concrete Filling Cart for item enter the weigh to each product size.

Concrete Filling Cart Should be consists of steel fabricated traverser, adjustable-speed & endless capstan type with winch driven cart.

Dimension (Min) 17M(L) x 800mm(W) x 350(H) (Approx.)

Cart Speed (Min) Variable adjustable speed, 5~40M/min.

Drive winch Driven by a 5kW x 4-p x 1/30 (min) geared-motor with

Page 129: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

125

inverter control.

Capacity 70MT (Min)

Cart Roller(wheel) 4-Drive Shaft, Min 8 wheels (Φ250mm),S45C or higher grade, machined and heat-treated.

Controller Controller shall be integrated with Concrete Weigh Feeding machine to synchronize concrete filling speed.

Power 380VAC, 50Hz. 3 Phase for motor 220VAC. 50Hz. 1 Phase for control

Others: Rails to be provided

Input Chain Conveyor

Type Chain Conveyor should 1-row, V-Shape Type and a V-shape mould seat shall be attached in every 2 meter apart.

Dimension (Min) & Speed 700mm(W)×45.4m(L) center to center & 2~15M/min(Min)

Power Driven by minimum a 7.5kW x 4-p x 1/30 (min) geared-motor with brake and Inverter control.

Steel material for Frame SS400 or higher grade.

Chain pitch (Min) 200mm apart

Others: Rails to be provided

3. Tension Machine

General of Tension Jacking Designed for pre-stressing PC bars simultaneously prior to centrifugal spinning process. Hydraulic type Tension Jack consists of a hydraulic cylinder and digital pressure Indicator for simultaneous pre stressing the welded cage of P.C. wire with exact and equal tension on all P.C wires and pre-stressed concrete poles by simply pressing a control button. This tension jack is center-hole type for simultaneously tensioning equipped with coupler( male and female coupling) , tension shaft, ram chair, Hydraulic up-down system (cylinder with support and height adjustment, and hydraulic pump with pressure guage) complete with mounted on 4-wheel stand and programmed tensioning force of each size of pole control panel including roll-tape printer of each tensioning.

Tensile force 150T (Min) - 200T (Max)

Hydraulic oil pump Minimum 250kg/cm ² pressure with pressure sensor complete mounted on 4-wheel stand.

Drive Power Motor drive not less than 7.5kW x 4-p or as per required, 380VAC, 50 Hz. 3 Phase for motor and 220VAC, 50Hz. 1 Phase for control.

Digital display with printer Digital display with programmable control panel including roll-tape printer of each tensioning.

Pre-tensioning Stand

Size (Min) H200*200*8/13-16M(L)

Distance (Min) PITCH 6M+4M+4M - 4ROW

Page 130: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

126

4. Spinning Machine

General of Spinning Machine 1no.of Centrifugal type double mould Spinning Machine and 2 nos. of Centrifugal type single mould Spinning Machine is required to spin pre stressed PC wire cage and concrete filled complete PC Pole mould for compaction of concrete during spinning process. It should consists of Drive Roller with drive-shaft fixed with bearing, Idle Roller with bearing, Machine Bed, and computerized RPM and Speed control in 4 step (min) , and drive DC Motor with pulley and drive belt. The complete machine is to sustain long-term and heavy duty operation for spun cast of Pole in any length from 9-12m pole and 15m pole. All of shaft, bearing block, drive rollers, idle roller and machine bead are to be machined.

Centrifugal type double mould Spinning Machine sets

Type Double Mould Spinning

Spinning range (Min) Φ190 x 15M(L)

Length For 9-12m pole and 15m pole,

Roller Span (Min) Each 720mm (Center to Center)

Drive Motor AC, minimum 55kW 6P, RPM: 200~1500 +/-10% Insulation: Class F

Control cabinet (frequency converter)

Inverter: 75kW PLC digital type controller with manual backup to preset 4-range spinning speed(Min).

Power 380V, 50Hz, 3 phase

others Shall includes rpm meter, A-meter, V-meter with control switches, all wired in the control console.

Centrifugal type single mould Spinning Machine sets

Type Single Mould Spinning

Spinning range (Min) Φ190 x 15M(L)

Length For 9-12m pole and 15m pole,

Roller Span (Min) 720mm (Center to Center)

Drive Motor with belt drive & pulley

AC, minimum 35kW, 6-P, RPM: 200~1500 +/-10% Insulation: Class F

Control cabinet (frequency converter)

Inverter: 55kW PLC digital type controller with manual backup to preset 4-range spinning speed(Min).

Power 380V, 50Hz, 3 phase

others Shall includes rpm meter, A-meter, V-meter with control switches, all wired in the control console.

5. Steam Curing Chamber

Cover for curing chamber Steel fabricated and insulated cover for 8nos. steam curing chamber, complete with sufficient hooks to lift or

close cover to and from curing chamber. Each chamber containing minimum 10 moulds. Cover having minimum 2.9m(W) x 19m(L) x 0.2m (T) rectangular shape welded construction & using minimum 100channel steel construction. Insulation of Glass wool (minimum thickness 100mm) inside of cover.

Low-profile Mould Stand at each floor of Curing Chamber

H-Beam 200*200*8*13 required Q'ty : 2.2m long*9ea/PIT*8PIT-72ea

Automatic Temperature Control System for Chamber

Microprocessor Controlled Programmable Automatic Steam Temperature Controller for Control temperature of each curing chamber. Programmable Temperature preset by step Time/Signal

Page 131: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

127

6. Boiler (3 Ton Capacity)

Type Fire/Smoke Tube, 3/2pass, Dual fuel Package Boiler

Standard KSB-6233,JIS B 8201,ISO9001 or equivalent

Rated steam capacity 3t/h

Rated working pressure 0.75 to 1Mpa

Design pressure 1 to 1.25Mpa

Steam temperature Saturated steam

Feed water temperature 20 oC

Designed thermal efficiency 90% (Minimum)

Fuel Natural gas and furnace oil or diesel

Burner Type Rotary

Blower Flow (Min) 50m3/min

Blower Power (min) 7.5kW

Feed Water Pump Type Centrifugal Multistage-Vertical

Feed Water Pump Head (Min) 140M

Feed Water Pump Motor Power 3kW (Min)

Water Softener Type Ion Exchange

Resin Type & Capacity Cation Ion & 60l(Min)

Electrical Heater (Min) 5kW

All Power supply 380VAC-415VAC / 50Hz-3phase & for Control 220VAC-1phase

Dimension 4340*2250*2600mm for reference only

Dimension after installation 5900*3000*2900mm for reference only

7. Mould accessories including top plate, bottom plate, tension plate & other tools to fix & unfix mould, general van, trolley, small pump motor etc. and others as per necessity

Mould accessories Different mould accessories including top plate, bottom plate, tension plate etc.

Tools to fix, unfix & Handling of Mould

General To complete fix, unfix & handling of Mould system shall include Mould Stand (End Plant Relax), Mould Overturning Device & Buffer Machine, Output Chain Conveyer (Demoulding Cart), Mould Demoulding Stand, Product Cart, Product Demould Machine, Product Stand, Cage Feeding Belt Conveyor, TX-Tong with Slinger Arm and spreader beam ( for Overhead crane),TX+F Tong with Slinger Arm and spreader beam (for Overhead Crane), CF Tong with Slinger Arm and spreader beam (for Overhead Crane), Balance Beam for Ulbon move, R-Tong (For handle Ulbon bundle), PC Wire Coil Stand, PC Wire Loader etc.

Mould Stand (End Plant Relax)

Installation type: PITCH 2.5M*5ROW Material : H-Beam H300*150*6.5/9 Buffer : Air cylinder Ø 150*350st

Mould Overturning Device & Buffer Machine

Drive Motor : 1.5kw*4p*1/187 cyclo reducer with brake Roller size : Ø 200 urethane coating

Output Chain Conveyer (Demoulding Cart)

Type : 1-Row Chain Conveyor with V-Shape Attachment Dimension : 750mm(W)×45.4(L) approx. (C-C) Speed : 2-15 meter. min variable speed Driven by : 7.5kw×4p×1/30Reducer, W/INVERTER Frame : Welding construction Rail : As 15kg Chain : RF 12200(M), W/K-2 Attachment 200mm chain pitch Sprocket Size : 200mm pitch×6t, SS400 Welded construction Head shaft : SM45C, UCP 216 Bearing Tail shaft : SM45C, UCT 216 Bearing

Mould Demoulding Stand Installation : Pitch 2.5m*5Row*35ML Material : hard wood +angle 90*7

Product Cart Type : Double cone Roller type Loading Capacity : 7Ton Dimension : 400w*40ML Drive, Winch : 5.5kw*4p*1/30GM

Page 132: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

128

Product Demould Machine Type : hydraulic Type Dimension : Pitch 4M+4M+4M-4Row Hydraulic Pump : 250kg/cm2 pressure Power : 5.5kw*4p

Product Stand Line Pitch: 2.5m*5 ROW *20m Material : Hard wood

Cage Feeding Belt Conveyor Belt Size : 450w*40m Power : 2.2kw*4p*1/87 cyclo reducer. Travelling speed : 20m/min Main Frame : H-Beam 400*200

TX-Tong with Slinger Arm and spreader beam ( for Overhead crane)

Tong Type : TX-shape Tong No. of Tong : 4M+4M+4M apart, 4ea Air Compressor : 1.5kw * 1set to be mount on top of spreader beam

TX+F Tong with Slinger Arm and spreader beam (for Overhead Crane)

Tong Type : T-type for Tire clamping. F-type for flange holding No. of Tong : 4M+4M+4M respectively. Air Compressor : 1.5kw * 1set to be mounton top of spreader beam.

CF Tong with Slinger Arm and spreader beam (for Overhead Crane)

Tong Type : CF shape type to move cages Air Compressor : 1.5kw * 1set to be mount on top of spreader beam. Air Cylinder : 63mmØ * 100ST-TM * 4ea

Balance Beam for Ulbon move Tong Type : Blance Beam H250*125*12M

R-Tong (For handle Ulbon bundle)

Clamp : Triple leg clamp, manual type to handle ULBON bundle placement on ULBON wire stand for cutting machine.

PC Wire Coil Stand Type: Self standing and free rotation stand, steel welded construction (Φ2.6~2.8m free wheeling) Cutter Diameter : ø2730mm (Approx.) Height : 1250mm Accessory : Tension brake Pneumatic type

PC Wire Loader or PC Bar

Handling Loader

To be use with Automatic PC Bar Cutting Machine, Automatic PC Bar Button-head Forming Machine (2) for automatic cutting, button-heading at both end of PC bar automatically adopting PLC program supervised by operator. The loader consists of chain-driven traversers, overturning arms (air-operated), and pushers at both end in front of Button-head Forming Machine-all installed on mainframe structure.

Other Handling equipments & machinery

General van, trolley, small pump motor and others as per necessary.

8. Cage Making Machine

Description Pole Cage Making Machine is designed to produce tapered (conical) steel reinforcement cages for various size of pole cages of SPC Pole. The machine consists of Maindrum, Spiral Wire Spool, Tailstock equipped with Chucking plate, Tailstock drive frame structure with cage support, automatic cage spiral welding machine equipped by 120KVA (aprox.) Transformer with SCR Control water cooling, and PLC programmed Automatic control panel. The machine shall capable to produce cages for different diameter & Pitch of Spiral wire and different number of PC bars with unique feature by changing Headplate and Cone for respective diameter & Pitch of Spiral wire of each SPC Pole cage.

Type Automatic control with AC motor control spiral wire spool including manual control backup.

Anchoring Two sides anchoring (One anchoring is fixed while the other is moveable on rail.)

Cage Diameter or Forming Range

Φ140 to 220mm x16M (Aprox.) and to produce tapered (conical) steel reinforcement cages for various size of pole cages of SPC Pole.

Applicable size : Wire Φ 5mm to 11mm (Aprox)

Page 133: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

129

Spiral Wires Wire Φ 3mm to 4mm (Aprox)

Spiral Welding Pitch 30~ 100mm pitch

Electrode Reolving 60rpm (Max)

Welding Transformer 120KVA (Aprox)

Conicaity Adjustable

No. of longitudinal wires 6 to 28pcs.

Job length 9~15m pole caging making

Drive Power 380VAC-410VAC, 50Hz AC Motor 3.7kw (Min)×4p+inverter for main drive, AC Motor 2.2kw (Min)+invertor for spiral drum, AC Motor 2.2kw (Min)+invertor for transfer cart.

9.

Ring Coiling Machine

Wire diameter 5~10mm

Motor 3KW (Min)

Ring diameter 100~500mm

Speed ( 20 roll/min.

Wire feeding mode Optional

Power Supply 380VAC-410VAC, 50Hz

Dimension 1200*600*1250mm (Aprrox.)

10. Mixer Trolley Capacity 1m3

Vibration system Available

Motor 2.2kW

Quantity of feeding Controlled by switch

Direction of feeding Under the machine

Dimension (adjustable to suit batching plant)

2650x1850x2600mm (Approx.)

Weight 1500Kg approx.

Power 380V / 50Hz

11. Bar Cutting Machine

PC Bar Cutting machine is to designed to cut PC Bars in designated length keeping cutting accuracy at high speed. The machine consists PC Bar Coil Stand, feeding rollers (adjustable), cutting mechanism controlled by belt-driven flywheel with air clutch, multiple length preset stoppers, discharge slot, DC brake and PLC programmed control panel. General is as following:

Type Automatic

Applicable PC wire Φ5~11mm

Material Strength 140kgf/㎠ or higher

Cutting Force & length 15 Tonf (Min) & (6-18)m L

Cutting Method Non-Slip Flying Cutter

Feeding Speed Any of 35~50m/min(Max).

Accuracy ≤ 2mm

Drive Motor 3.7kw (Min)×4P motor for Cutter Drive, 2.2kw (Min)×4p motor+Reducer (100) for Feeder Drive, Supply 380V, 50Hz

Compressed Air Pressure

7kg/㎥ (Min)

Brake Direct Control

Operating control Programmable control

Miscellaneous Straightening of the wire, cutting edges for each size

Page 134: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

130

13. Head Making Machine

Automatic Button-head Forming Machine for PC bar is designed to form button-head at the both end of PC bar wire by instant electrical heating method. The machine consists of Mainframe, hydraulic-air converter, upset cylinder, clamping cylinder with sensor, electrical heating transformer, button-head forming hammer, and simple control panel. The machine is capable to form buttonhead electrically to meet each size of PC bar consistently and accurately using PLC program.

Type Instant Electrical Heating and Pressing type

Rated pressure 50Mpa (Min)

Heading Cycle 10-12 second/heading (min)

Heating Transformer size 15KVA

Heading Device Suitable for HTS wire with dia. of 5 to11mm (approx)

Max. Clamp pressure 60Ton (approx)

Max. Upset pressure 20Ton (approx)

Compressed Air 7kg/㎠ air pressure

Controls Air-Cooling SCR Controls with self-mounted control buttons and lights.

14. Concrete, Cement, Sand & Stone Testing Machine

Concrete ,cement testing machine

Type: Hydraulic type

Load Cell Capacity:250 KN

Max. Stroke length:300 mm

Resolution:10 N

Supply Voltage :230 V , 50 Hz

Sand, stone testing machine

sieve analysis: Apparatus full set one for sand and one for stone.

Sieve size:80,40,20,10,4.75,2.36,1.18,600 micron,300 micron,150 micron

15. Workshop A) Factory Workshop shall consist of different size Lathe, Shaper, Heavy duty welding Machine and Gas welding m/c to meet regular maintenance. B) Mould Maintenance Workshop shall consists of different Planner, Heavy Lathe for machining running wheel of the steel mould ,Shaper, Mould maintenance Jig, Heavy duty welding machine, Light duty spinning machine to check the alignment of mould, Gas cutting set to meet all maintenance for Mould.

16. Over Head Crane (5 Ton Capacity) including complete system

Over Head Crane complete System for whole factory shall consists of 6 sets spreader Beam Type Overhead Crane with double Girder and One set of overhead crane single grinder 5T is used for placing finished pole onto traverse trolley going for the stack yard. 1.

Type Spreader Beam Type Overhead Crane with Gripper.

Girder Double

Span 20m

Rated capacity 10T (5T + 5T)

Lifting height 10m

Steel wire construction rope 6x19-14-1670-J as per GB8918-96 or as per manufacturer’s standard

Mould clamp length 8-10m

2.

Type Beam Type Overhead Crane with Gripper.

Girder Single

Span 20m

Rated capacity 5T

Lifting height 12m

17. Pole stacking, loading Gantry crane 5Ton capacity

Rated capacity 5T

Span 28m (approx.)

Lifting height 9m

Power supply 380V 50Hz

Operational control cabinet Available

Page 135: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

131

including complete system

18. Pole Testing Equipment

Pole testing equipment including Dynamometer, testing carriage etc. a) Pressure test machine:

Application To test compressive strength of concrete material

Max. capacity 2000kN

Accuracy ±1%

Pressure test space 320mm

Loading rate 0.5~1.8kN/s±8%

Piston travel distance 0~50mm

Size of clamp plate (upper & lower) 210*210mm

Power 380V / 50Hz

Dimension (approx.) 850*400*1350mm

Net weight(approx.) 650Kg

b) Pole Deflection Test Instrument:

Application Test of deflection of pole load

Model MP10-A

Feature Data collect, save and read at any moment with USB interface

Load measurement Channel 1~4 with sensor with capacity of 0~9999kN, Resolution: 0.01kN ~ 1kN Total measurement accuracy: 0.5%±1

Deflection measurement 1 Deflection 1 channel with sensor 0~1400mm Resolution: 1mm Total measurement accuracy: 0.5%±1

Deflection measurement 2 Deflection 2 channel with sensor 0~100mm Resolution: 0.01mm Total measurement accuracy: 0.5%±1

Displacement measurement

Measurement 1~2 with sensor 0~25mm Resolution: 0.01mm Total measurement accuracy: 0.5%±1

Load timing range 1~99 min. Load static series:0~30

Ambient temperature 0~40 ℃

Humidity 80% max.

Power DC 7.2V

Barometric 105 ±4×103 Pa

19. Deep Tube

Well Description Requirement

Boring dia (Min) 4 Inch

Casing Dia (Min) 6 Inch

Motor Motor will be submergible type

Water Supply 100 – 180 m3/h

Water Quality Iron and arsenic free water suitable for concrete work and drinking

20. Oil (FO) Tank Body Structure Steel type

Plate thickness Minimum 5 mm

Capacity 10 m3 and 20 m3

21. Soft Water Tank

Tank Capacity R.C.C Tank with capacity of 10 m3 with water softening material

Page 136: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

132

22. 9 Meter Mould (300 Dan)

Description Requirements

(a) Pole Mould’s length in mm (b) The deviation of length of mould of steel in mm

9000 mm + 30 mm, – 5 mm

(a) Pole Mould’s Internal Top diameter in mm (b) Deviation of internal Top diameter of Pole Mould

150 mm + 3mm, -1 mm

(a) Pole Mould’s internal Bottom diameter in mm (b) Deviation of internal of Pole Mould.

270mm + 3 mm, -1 mm

Deviation of inner diameter of Pole Mould in the joint of two Segment

2-4 mm

Pole Mould’s Accessories

Tension plate, fixing plate, tension shaft, strength plate, Lock bolt + nut + washer, pin to complete set of mould’s accessories.

Slope 1/75

Thickness of Transverse stiffener 2-20mmx100mm, 4-12mmx80mm

Thickness of longitudinal stiffener 12x100mm

Clamp 144 sets

Bolt + nut + washer + pin 72 sets

Joint bolt and nut 16 sets

Shell thickness 10 mm

Out Line

(a) Tongue and Groove, Flange, running wheels and screw bolts, have no rag, sharp edge staining.

(b) With good painting surface. (c) Length wise and cross rib are fitted

vertically and without defection.

(d) Thinner surface has kept out of welding gaps.

(e)

Running Wheel

(a) Total number of Casting Wheel 5 sets

(b) Chemical Composition of Wheel ZG45 or equivalent

(c) outer diameter of wheel 634 mm ± 2mm

(d) The center to center distance of Tire (wheel to wheel)

2 Meters.

(e) The errors of gaps between two running wheels among four wheels will be

Less than 3 mm.

Circular degree

a) Errors of inside diameter of pole mould is + 1mm,

b) Error of Tongue and grove of matching mould is + 1mm to + 3mm.

c) Welding gaps are smooth.

Straight line degree

(a) Straight line degree of inside wall line is 1/25000 of the pole moulds within the full length, it measured value, is +4, + 1mm.

(b) its 1mm to 1mm of the small end. Its +1m to 1mm of the big end.

Gaps

(a) Inside wall gaps connected to flange is 2 mm.

(b) After pole moulds, composed, axial gaps of inside wall is 0.25mm

Page 137: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

133

Displacement test

(a) Mal position of wedge scam of connected to flange doesn’t exceed 0.25 mm.

(b) After pole moulds, composed, mal position of inside wall is 0.25 mm

Operating test

Pole Moulds where put statically of the centrifugal with speed of 80-120 r/min, after operating 5 minutes, raise up to 450 r/min slowly for 20min, there is no jump and abnormal sounds.

Round gaps of inside wall connected to the flange

<_ 0.25mm

Axial gaps of inside wall after pole moulds are composed

<_ 0.25mm

Gaps in between enhance board and body of mould in the joint of two segment mould.

Allow to have 0.5 mm chinks on a mould, but in 1/10 of the total length of mould, do not allow to have chinks which is greater than 1mm.

Misplaces of inside wall connected to flange

< 2mm; Grinding slope < 1%

MATERIALS SPECIFICATION a) Pole Mould b) Tires/Running Wheel c) Tension & fixing plate d) Lock nut e) Washer f) Tension Shaft

MATERIAL STANDARD SS41 SS49 S45C S45C SS41 S45C

Or equivalent

Hooking for mould lifting At least 3 (three)

23. 12 Meter Mould (450 Dan)

Description Requirements

(a) Pole Mould’s length in mm (b) The deviation of length of mould of steel in mm

12000 mm + 30 mm, – 5 mm

(a) Pole Mould’s Internal Top diameter in mm (b) Deviation of internal Top diameter of Pole Mould

230 mm + 3mm, -1 mm

(a) Pole Mould’s internal Bottom diameter in mm (b) Deviation of internal of Pole Mould.

390mm + 3 mm, -1 mm

Deviation of inner diameter of Pole Mould in the joint of two Segment

2-4 mm

Pole Mould’s Accessories

Tension plate, fixing plate, tension shaft, strength plate, Lock bolt + nut + washer, pin, to complete set of mould’s accessories.

Slope 1/75

Thickness of Transverse stiffener 2-20x100mm, 4-12x80mm

Thickness of longitudinal stiffener 12 x100 mm

Clamp 192 sets

Bolt + nut + washer + pin 96 sets

Joint nut bolt 16 sets

Shell thickness 10 mm

Out Line

(a) Tongue and Groove, Flange, running wheels and screw bolts, have no rag, sharp edge staining.

(b) With good painting surface. (c) Length wise and cross rib are fitted

Page 138: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

134

vertically and without defection. (d) Thinner surface has kept out of welding

gaps.

Running Wheel

(f) Total number of Casting Wheel 6 sets

(g) Chemical Composition of Wheel ZG45 or equivalent

(h) outer diameter of wheel 710 mm ± 2mm

(i) The center to center distance of Tire (wheel to wheel)

2 Meters

(j) The errors of gaps between two running wheels among four wheels will be

Less than 3 mm. 3mm

Circular degree

d) Errors of inside diameter of pole mould is + 1mm,

e) Error of Tongue and grove of matching mould is + 1mm to + 3mm.

f) Welding gaps are smooth.

Straight line degree

(a) Straight line degree of inside wall line is 1/25000 of the pole moulds within the full length, it measured value, is +4, + 1mm.

(b) its 1mm to 1mm of the small end. Its +1m to 1mm of the big end.

Gaps

(c) Inside wall gaps connected to flange is 2 mm.

(d) After pole moulds, composed, axial gaps of inside wall is 0.25mm

Displacement test.

(c) Mal position of wedge scam of connected to flange doesn’t exceed 0.25 mm.

(d) After pole moulds, composed, mal position of inside wall is 0.25 mm

Operating test

Pole Moulds where put statically of the centrifugal with speed of 80-120 r/min, after operating 5 minutes, raise up to 450 r/min slowly for 20min, there is no jump and abnormal sounds.

Round gaps of inside wall connected to the flange

<_ 0.25mm

Axial gaps of inside wall after pole moulds are composed

<_ 0.25mm

Gaps in between enhance board and body of mould in the joint of two segment mould.

Allow to have 0.5 mm chinks on a mould, but in 1/10 of the total length of mould, do not allow to have chinks which is greater than 1mm.

Misplaces of inside wall connected to flange

< 2mm; Grinding slope < 1%

MATERIALS SPECIFICATION a)Pole Mould

b)Tires/Running Wheel c)Tension & fixing plate d)Lock nut e)Washer f)Tension Shaft

MATERIAL STANDARD

SS41

SS49

S45C

S45C

SS41

S45C

Or equivalent

Page 139: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

135

Hooking for mould lifting At least 3 (three)

24. 15 Meter Mould ( 550 Dan)

Description Requirements

(a) Pole Mould’s length in mm (b) The deviation of length of mould of steel in mm

15000 mm + 30 mm, – 5 mm

(a) Pole Mould’s Internal Top diameter in mm (b) Deviation of internal Top diameter of Pole Mould

230 mm + 3mm, -1 mm

(a) Pole Mould’s internal Bottom diameter in mm (b) Deviation of internal of Pole Mould.

430mm + 3 mm, -1 mm

Deviation of inner diameter of Pole Mould in the joint of two Segment

2-4 mm

Pole Mould’s Accessories

Tension plate, fixing plate, tension shaft, strength plate, Lock bolt + nut + washer, pin to complete set of mould’s accessories.

Slope 1/75

Thickness of Transverse stiffener 2-20mmx100mm, 4-12mmx80mm

Thickness of longitudinal stiffener 12x100mm

Clamp 240 sets

Bolt + nut + washer + pin 120 sets

Joint bolt and nut 16 sets

Shell thickness 10 mm

Out Line

(f) Tongue and Groove, Flange, running wheels and screw bolts, have no rag, sharp edge staining.

(g) With good painting surface. (h) Length wise and cross rib are fitted

vertically and without defection.

(i) Thinner surface has kept out of welding gaps.

Running Wheel

(k) Total number of Casting Wheel 8 sets

(l) Chemical Composition of Wheel ZG45 or equivalent

(m) outer diameter of wheel 760 mm ± 2mm

(n) The center to center distance of Tire (wheel to wheel)

2 Meters.

(o) The errors of gaps between two running wheels among four wheels will be

Less than 3 mm.

Circular degree

g) Errors of inside diameter of pole mould is + 1mm,

h) Error of Tongue and grove of matching mould is + 1mm to + 3mm.

i) Welding gaps are smooth.

Straight line degree

(c) Straight line degree of inside wall line is 1/25000 of the pole moulds within the full length, it measured value, is +4, + 1mm.

(d) its 1mm to 1mm of the small end. Its +1m to 1mm of the big end.

Gaps

(e) Inside wall gaps connected to flange is 2 mm.

(f) After pole moulds, composed, axial gaps of inside wall is 0.25mm

Displacement test.

(e) Mal position of wedge scam of connected to flange doesn’t exceed 0.25 mm.

(f) After pole moulds, composed, mal position of inside wall is 0.25 mm

Page 140: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

136

Operating test

Pole Moulds where put statically of the centrifugal with speed of 80-120 r/min, after operating 5 minutes, raise up to 450 r/min slowly for 20min, there is no jump and abnormal sounds.

Round gaps of inside wall connected to the flange

<_ 0.25mm

Axial gaps of inside wall after pole moulds are composed

<_ 0.25mm

Gaps in between enhance board and body of mould in the joint of two segment mould.

Allow to have 0.5 mm chinks on a mould, but in 1/10 of the total length of mould, do not allow to have chinks which is greater than 1mm.

Misplaces of inside wall connected to flange

< 2mm; Grinding slope < 1%

MATERIALS SPECIFICATION a)Pole Mould b)Tires/Running Wheel c)Tension & fixing plate d)Lock nut e)Washer f)Tension Shaft

MATERIAL STANDARD

SS41

SS49

S45C

S45C

SS41

S45C Or equivalent

Hooking for mould lifting At least 3 (three)

25. 15 Meter Mould ( 650 Dan)

Description Requirements

(a) Pole Mould’s length in mm (b) The deviation of length of mould of steel in mm

15000 mm + 30 mm, – 5 mm

(a) Pole Mould’s Internal Top diameter in mm (b) Deviation of internal Top diameter of Pole Mould

230 mm + 3mm, -1 mm

(a) Pole Mould’s internal Bottom diameter in mm (b) Deviation of internal of Pole Mould.

430mm + 3 mm, -1 mm

Deviation of inner diameter of Pole Mould in the joint of two Segment

2-4 mm

Pole Mould’s Accessories

Tension plate, fixing plate, tension shaft, strength plate, Lock bolt + nut + washer, pin to complete set of mould’s accessories.

Slope 1/75

Thickness of Transverse stiffener 2-20mmx100mm, 4-12mmx80mm

Thickness of longitudinal stiffener 12x100mm

Clamp 240 sets

Bolt + nut + washer + pin 120 sets

Joint bolt and nut 16 sets

Shell thickness 10 mm

Out Line

(j) Tongue and Groove, Flange, running wheels and screw bolts, have no rag, sharp edge staining.

(k) With good painting surface. (l) Length wise and cross rib are fitted

vertically and without defection.

(m) Thinner surface has kept out of welding gaps.

Running Wheel

(p) Total number of Casting Wheel 8 sets

(q) Chemical Composition of Wheel ZG45 or equivalent

Page 141: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

137

(r) outer diameter of wheel 760 mm ± 2mm

(s) The center to center distance of Tire (wheel to wheel)

2 Meters.

(t) The errors of gaps between two running wheels among four wheels will be

Less than 3 mm.

Circular degree

j) Errors of inside diameter of pole mould is + 1mm,

k) Error of Tongue and grove of matching mould is + 1mm to + 3mm.

l) Welding gaps are smooth.

Straight line degree

(e) Straight line degree of inside wall line is 1/25000 of the pole moulds within the full length, it measured value, is +4, + 1mm.

(f) its 1mm to 1mm of the small end. Its +1m to 1mm of the big end.

Gaps

(g) Inside wall gaps connected to flange is 2 mm.

(h) After pole moulds, composed, axial gaps of inside wall is 0.25mm

Displacement test.

(g) Mal position of wedge scam of connected to flange doesn’t exceed 0.25 mm.

(h) After pole moulds, composed, mal position of inside wall is 0.25 mm

Operating test

Pole Moulds where put statically of the centrifugal with speed of 80-120 r/min, after operating 5 minutes, raise up to 450 r/min slowly for 20min, there is no jump and abnormal sounds.

Round gaps of inside wall connected to the flange

<_ 0.25mm

Axial gaps of inside wall after pole moulds are composed

<_ 0.25mm

Gaps in between enhance board and body of mould in the joint of two segment mould.

Allow to have 0.5 mm chinks on a mould, but in 1/10 of the total length of mould, do not allow to have chinks which is greater than 1mm.

Misplaces of inside wall connected to flange

< 2mm; Grinding slope < 1%

MATERIALS SPECIFICATION a)Pole Mould b)Tires/Running Wheel c)Tension & fixing plate d)Lock nut e)Washer f)Tension Shaft

MATERIAL STANDARD SS41

SS49

S45C

S45C

SS41

S45C

Or equivalent

Hooking for mould lifting At least 3 (three)

Page 142: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

138

26. Complete Sub-station:

HT Panel: Supply of 16 SWG sheet still clad with powder coated Siemens gray color, dust and vermin proof, free standing, floor mounting type completely factory assembled 11kV, 50Hz,breaking current 20KA, 3-Phase indoor type high tension (HT) switchgear panel having 800A hard drawn electrolytic copper busbars & comprising of followings.

VCB 1 no 630A, 12kV, 25kA rated triple pole 50Hz, LBS & fuse DIN fuse holders(Fixed)

Current Transformer

3 nos. 11 kV cast resin insulated single core current transformer (CT) having ratio 150/5/5A, for metering & Protection.

1st Core: 30VA, Class 0.2M5 for metering

2nd Core:15VA, Class10P10 for protection

Potential Transformer

2 nos dry type cast rasin insulated Potential transformer for open delta connection. Ratio:11000/110V, Burden: 50VA & Class: 0.2

Ammeter 1 no of Digital Ammeter

Voltmeter 1 no of Digital Voltmeter

MCB 1 no TP MCB for PT secondary protection.

Indicating Lamps

3 nos ON/OFF/TRIP indicating lamps.

500 kVA oil immersed Transformer

02 Nos. Three Phased Transformers ground mounted, oil immersed, with standered accessories, indoor use, routine tests and first filling oil included. Design Manufacturing, routine tests, & tolerance according to IEC 76 standared. Standered Fittings: 4 Flat bi-directional roller 2 Lifting lugs. 2 Earthing points. 1 rating Plate (on HV Side) HV Connection: 3 Porcelin bushing LV connection: 4 Porcelin bushing Rated Power in kVA: 500kVA System voltage: 11 KV Frequency: 50Hz Primary voltage: 11000V HV tapping by links in: ±2.5%, -5%, -7.5% Secondary voltage: 415V HV impulse KV peak in KV: 75kV Power frequency KV rms: 28kV Victor group: DYN11 Max. ambient temp in deg. C:40 Altitude lower thank in meter:1000 Temp rise in winding/oil in deg.C:65/55 No load loss: 900w Load loss at 75Deg. C: 7000w Colling Type: ONAN Impedence voltage: 4-5% M4 grade silicon steel sheet HV wires,LV insulated copper bar Transformer oil, Other Insulated materials & fittings

LT Panel Made of steel clad dust and vermin proof free standing floor mounting type factory assembled LT switchgear with 1800A TP & N hard drawn electrolytic copper bus bars suitable for 415v, 3 phase, 4wires, 50Hz operation complete with all wiring and gutter space for maximum size of cable entrance suitable for both top & bottom entry. The cubicle shall be made of 16 SWG sheet metal with powder coated "Siemens/Moon Shell Gray" Color.

Incoming Breaker

1 no 1600A, 65 KA, TP,415V 3-phase Air Circuit Breaker(ACB) with adjustable thermal over load and magnetic short circuit releases.

Metering Unit

4 nos Current Transformer, ratio 2000/ 5A with suitable accuracy and burden. 3 nos of indication lamp 1 set of control MCB for secondery protection

Outgoing Breaker

1 no 1000A, 42KA, 415V, 50Hz, TP ACB with adjustable thermal over load & magnetic short circuit releases.(PFI) 4 no 300A, 36KA, 415V, 50Hz, TP MCCB with adjustable thermal over load & magnetic short circuit releases. 4 no 200A, 36KA, 415V, 50Hz, TP MCCB with adjustable thermal over load & magnetic short circuit releases. 3 no 100A, 25KA, 415V, 50Hz, TP MCCB with adjustable thermal over load &

Page 143: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

139

magnetic short circuit releases.

Panel Made of 16 SWG sheet steel clad with powder coated 'Siemens/Moon Shell gray' color, free standing floor mounting type assembled completely automatic PFI plant suitable for operation at 415V, 50Hz. 3Nos, 415 V 1000A hard drawn electorlytic copper busbars.

Relay 1 no 12 stages automatic power factor correction ratay with push button, indication lamp. (Manufacturer- ABB, Schindler, Siemens)

Capacitor

23 no 25 KVAR, 415V, 50Hz, TP dry type power capacitors with built in discharge resister. 1 no 12.5 KVAR, 415V, 50Hz, TP dry type power capacitors with built in discharge resister. 1 no 10KVAR, 415V, 50Hz, TP dry type power capacitors with built in discharge resister.

Magnetic Contact

11 nos 85A, 415V, 50Hz,TP, Magnetic Contactor for Capacitor switching. 1 nos 40A, 415V, 50Hz,TP, Magnetic Contactor for Capacitor switching.

Control & Protection

45 nos HRC fuses with base of adequate ratings. 12 nos indication lamp 1 Set of control MCB

Lightening Arrester

Rated voltage (RMS): 9 kV Rayed system voltage: 12 kV Frequency: 50Hz Minimum Spark over (RMS): 14 kV Minimum Spark (Crest): 40 kV Maximum Impulse Spark (crest) withstand voltage: 45 kV Wet, 10Sec: 24 kV Dry. 1 Min: 28 kV Discharge 33kV (crest): 5KA impulse Current with Stand: 55 KA

Drop Out Fuse

Rated voltage (nominal): 11kV Rated maximum voltage: 15kV Rated frequency : 50Hz Bill: 75 kV Rated Current (RMS): 100A Interrupting current (RMS): 10KA Withstand test voltage wet,10 sec: 30kV Withstand test voltage dry,1 min: 35kV

Earthing

Installation, testing & Commissioning of the earthing system with which comply with DESCO, DESA, PDB, REB, and ELB rules & regulation. Cu wire: 2no./4 no. Cu rod: 2.5 FT for each. PVC pipe: 10FT TOP (Depending on site) Boring Depth: 100FT

Installation Installation of transformer, LT Switchgear, PFI plant, including supply of PIB tape, Nut-Bolts, Cable lugs, Binding tie, Cable stand etc.

27. Stand by generator 385 KVA

Description Requirements

Rated Capacity 385 KVA

RPM 1500 (min)

Engine Power Output at Rated RPM KW m: 407

HP: 546 (min)

Cooling Radiator Cooled

No of cylinder are build 6 nos

Fuel Consumption Full load : 75 liter/hr

75% load: 58 liter/hr

50% load : 40 liter/hr

28. HT, LT Conductors and Cables

Description Unit

Cable Size: 1C X 300 Mm2

Material: PVC Insulated Plain annealed copper Cable

Page 144: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

140

29. Air Compresor System

2ea Air compressor (min Power 30KW) Air cooled screw type with Air Dryer, After Cooler, filter, Air Tank & Piping material with air unit as required for factory use. Installations of air piping from receiver outlet stop valve or ball valve to every place where compressed air require, oiler, regulator with water drain valve and pressure gauge will be furnish at inlet of compressed air of respective machine or equipment.

Air Compressor Power Min.30kw(1 units for emergency purpose) -2ea

Type Air cooled screw type compressor

Pressure Rating 8.5kg/㎠ (Min)

Air Delivery, R.P.M (Min) 5.8㎥/min (Min) & 1850rpm ( Approx)

Inhale Air Pressure Temp Atmospheric to + 40℃

Air drier Type 1ea, Refrigerated type

Power 415V AC * 50Hz

After Cooler 1set

Air Filter 4ea (Min)

30. Others As per requirements for Design, erection, installation,Testing & Commissioning to complete SPC Pole Manufacturing Plant having production capacity not less than 96poles/8hrs.

The above Specification of any machines may need to change as per approval of BPDB to match latest technology of pre-stress concrete pole production and also to fit/ match of other machine in the workshop/main factory shop/plant for purpose of smooth pole production. Supplier should also submit proposed details layout of with the Tender. Any other machineries or equipments that not mentioned in this document but necessary to fulfill the complete operational activities should be supplied by the Supplier. 7.5 OTHER INFORMATION REQUIRED

The Tenderer’s /Manufacturer’s as per tender requirements shall provide all information. Besides these, the following information has to be submitted along with the tender.

1) Constructional and Outline Dimensional drawings (if any) 2) Installation, Operation & Maintenance Manual in English. 3) Manufacturer’s printed catalogue in English. 4) Test/Calibration Certificate for the offer type Equipment (if any). 5) Manufacturer’s Safety Certificate of Conformity.

7.6 REQUIREMENT OF TEST REPORTS:

Type Tests are required to prove the general design of the offered major equipments/ materials. Test Report for the offered type testing major equipment from an independent testing laboratory/ Institute as per relevant standard or from Manufacturer's own laboratory.

7.7 APPROVAL OF DRAWINGS AND SPECIFICATIONS

Design, Drawing, Specification & Guaranteed Technical Particulars (GTP)/ Engineering Data etc. shall be submitted as detailed elsewhere in Particular Conditions of Contract (GCC 48) of tender document. In addition, the submittal shall include the catalogues of the offered goods.

7.8 TECHNICAL ORIENTATION AND QUALITY TEST WITNESS

Witnessing of the manufacturing process and tests of the equipment at manufacturer’s premises including transfer of technical know-how shall be required/held as detailed elsewhere in Particular Conditions of Contract (GCC 32.1) of tender document and other than this the following will be as follows:

The Purchaser or its representative shall have the right to inspect, examine and test the workmanship and performance of the goods/materials to confirm their conformity to the specification at all reasonable time before and during manufacture or after manufacture of Goods at the manufacturers’ premises.

An inspection team will be formed by Purchaser or its representative immediate after signing of the contract to control the quality and monitoring the manufacturing process (where required). The manufacturer will allow inspection team to inspect the manufacturing process and quality control and progress of the work at any time need by BPDB’s inspection team. This team will witness the Factory/Technical orientation & Quality test at the manufacturer's plant. The Manufacturer shall have facilities to carry out all tests at its premises and shall provide free of charge such assistance, labor, materials, electricity, fuel, stores, apparatus and instruments as may be requisite and as may be reasonably demanded to carry out such test efficiently.

Page 145: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

141

The inspection team maximum 2 (two) times may inspect (if required) the goods during the manufacturing process or after manufacture of Goods as required and shall also request to supplier for the purchase/ import/ shipping documents of major/key materials of Goods and shall check in accordance with Guaranteed Technical Particulars (GTP) and guarantees of the contract. All expenses for such tests shall be borne by the supplier.

The manufacturer shall have all testing facilities at the manufacturer's premises to carry out the tests in accordance with the relevant IEC Standards. If, any test(s) pending due to lack of testing facilities at the manufacturer's premises, then the Inspection team shall select sample of Goods and sent the selected sample to any independent Testing Laboratory of the manufacturer's country to carry out the test(s). All cost of testing of the selected sample(s) including carrying, loading, un-loading etc. will be borne by the supplier.

The Supplier shall, after consulting the purchaser, give notice to the Purchaser in writing of the date and the place where the material or equipment will be ready for quality witness testing.

When the purchaser intends to attend the test he shall promptly inform the supplier accordingly in writing, so that supplier can take action. The purchaser shall give the supplier timely notice in writing of his intention to attend the test.

The supplier/ manufacturer shall submit (if required by inspection team) the testing procedure & list of testing/ measuring equipment, meters etc. used for Factory/Technical orientation & Quality test witness prior to carry out such witness test(s).

The supplier/ manufacturer shall submit the valid Calibration Certificate from competent authority of the testing/ measuring equipments, meters etc. used for Factory/Technical orientation & Quality test and the following documents to inspection team prior to carry out such witness test(s).:

I. Updated valid Calibration Certificates of the testing/ measuring equipments, meters etc. used for Factory/Technical orientation & Quality test.

II. The factory test report (Routine test report) of Goods to be supplied under the contract.

Failing to submit the above documents, the inspection team may not perform to carry out such witness test(s) and all the liabilities along with delay (if any) will be borne by the Bidder/Manufacturer.

It is noted that at the time of Factory/Technical orientation & Quality Test witness BPDB's Inspection team will check the calibration seal/ certificate of the testing/ measuring equipment, meters etc. by the competent authority. If the calibration seal/ certificate of the testing/ measuring equipment, meters etc. are not found and the calibration not done within the due date then BPDB's Inspection team will not witness the test. In that case the Bidder/ Manufacturer shall complete the calibration of the testing/ measuring equipment, meters etc. from the competent authority within a reasonable period without any delay in delivery period.

The Factory/Technical orientation & Quality Test witness shall be carried out as per latest version of relevant IEC/BS/ANSI/ASTM/BDS or equivalent international standards as mentioned in the contract at the manufacturer's premises or other places where the required test facilities are available and only routine tests as agreed upon inspection team will be performed. All expenses for such tests shall be borne by the supplier.

General Test: Functional electrical, material, mechanical and hydraulic tests (where applicable) shall be carried out at manufacturers’ premises. The extent and method of recording the results shall be agreed by the Purchaser in ample time to enable the tests to be satisfactorily witnessed or to make any changes to the proposed program of tests.

Material Tests: The supplier shall provide test pieces free of charge as required to enable the quality of the material to be determined at the supplier’s expense. Purchaser may at its own discretion and by specific arrangement accept certified particulars of tests carried out in the absence of his authorized representative.

Type Test: Type tests are required to prove the general design of the offered equipments/ materials. The supplier shall provided to the type test reports of the offered equipments/ materials from internationally reputed independent testing laboratory as per latest version of relevant IEC/BS/ANSI/ASTM/BDS or equivalent international standards as mentioned in the tender to the inspection team. If required the inspection team may conduct/verified the Type Test of offered goods.

Routine Tests:

Page 146: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

142

All offered equipments/ materials/goods shall be subjected to routine tests as per latest version of relevant IEC/BS/ANSI/ASTM/BDS or equivalent international standards as mentioned in the tender/ the contract at the manufacturers works/premises and shall include, but not be limited to, an operational test.

As and when the purchaser is satisfied that any materials/ equipments shall have passes the tests referred to in this clause, purchaser shall notify the contractor in writing to that effect.

Should any inspected/ tested goods fail to conform to the specification, the Purchaser shall have the right to reject any of the items or complete batch if necessary. In that case Supplier has to replace the equipment and to make good of them and the supplier shall conduct similar pre-delivery Inspection and factory tests without any financial involvement to the purchaser. In case any of the Equipment found not conforming to the specification at the time of post landing Inspection, the supplier will in no way be relieved from the responsibility of replacing them on making them good at their own cost, despite the Equipment were found good at the time of Factory Acceptance Test. Nothing in this clause shall in any way release the supplier from any warranty or other obligations under the tender.

No goods shall be packed, prepared for shipment/delivery unless it has been approved including factory Test reports and written instructions have been issued by the Purchaser. On successful completion of Pre-shipment inspection/quality test witness, delivery of goods will be made to the designated stores under contractor’s/supplier’s responsibility until Post-Landing Inspection is successfully completed without any obligation on part of BPDB. Quality and quantity of the delivered goods will be determined at the time of post-landing inspection at the designated stores in presence of the authorized representative of the contractor/supplier. After approval of the satisfactory Post-Landing Inspection, R&I Report will be issued following the contractual obligations.

The goods supplied under this Contract shall be fully insured in addition, “All risks” insurance, including “war risks, riots, strikes and/or theft” shall be acquired for 110% of the delivered cost of the goods on “Warehouse to Warehouse” basis until the issuance of the R & I after satisfactory completion of Post-Landing Inspection of the goods supplied.

The Tenderer has mentioned the place of Technical Orientation and Quality Test Witness in the following table:-

Sl. No.

Item Period of Technical Orientation

and Quality Test Witness Place & Country of Technical

Orientation and Quality Test Witness

POST-LANDING INSPECTION AND TESTING

Post Landing Inspection shall be done after arrival of the goods at Final destination as detailed elsewhere in Particular Conditions of Contract (GCC 32.1) of tender document and other than this the following will be as follows:

The Supplier shall inform the purchaser immediately after arrival of the goods at the designated store of BPDB (as per delivery schedule). An Inspection team of BPDB shall perform the post-landing inspection in presence of supplier's representative. The Supplier shall arrange the program of post-landing inspection. Any defect or damage have been found at post-landing inspection, the defective or damaged materials/ goods to be replaced by the supplier at his own cost within the stipulated time.

The purchaser’s right to inspect, test (where necessary) and reject the goods after delivery at the designated store of BPDB shall in no way be limited or waived by reason of the goods having previously been inspected, tested and passed by the purchaser prior to the good's delivery.

The Inspection team will check the physical conditions and quantity of the goods delivered. If necessary, the inspection team will select the sample of good(s) and sent the selected sample goods to CERS, BPDB or BUET/ CUET/ KUET /RUET (as selected by the inspection team) to carryout the test(s) as per contract to confirm the conformity to the approved Technical Specifications, Guaranteed Technical Particulars (GTP), drawings and relevant standards. If the tested sample(s) fail to confirm the specifications in tests, the full consignment will be rejected. All cost of testing of Materials/ Goods including carrying, loading, un-loading etc. will be borne by the supplier.

7.9 PACKAGING AND SHIPPING

Packing of equipment has been detailed elsewhere in Particular Conditions of Contract of tender document.

Page 147: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

143

SECTION 08

GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY

Page 148: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

144

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

A Weigh Batching, Mixing Plant Complete System

1 Manufacturer's name and Address

To be mentioned

2 Manufacturer's Type/ Model

To be mentioned

3 General The Weigh, batching, Mixing and pouring Plant will be a

complete system ensuring an output of minimum 1m3 of

concrete per batch after weighing, batching and mixing of

concrete, the concrete will be discharged through hopper

where Concrete Feeding/Filling Machine will fill concrete

mixture into a lower mould. The machine is equipped with

built-in weigh-hopper equipped with agitator to prevent

bridging, bi-directional special steel screw feeder - one

direction at a time, skirt width control mechanism and height

adjustment to fit height of lower mould and digital controller.

It fills weighed concrete in to a lower mould precisely

according to the size of pole.

Underneath the concrete filling machine, a filling cart is

installed on the rall to recelve concrete mixture and

designed to control traverser (1~2 traverser) to synchronize

concrete pouring speed and traverser speed. All the

process is precisely controlled by PLC.

The plant should consists of operating cabin, concrete mixer, concrete hopper, aggregate feeding& weighing system, horizontal belt conveyor, slant belt conveyor, aggregate feeding hopper, vibrating screen, intermediate storage hopper, cement supply system, cement silo, dust collector, weighing screw conveyor, rotary feeder, water supply system, admixture supply system, air compressor system, motor control center, batching control panel, CCTV monitoring system and bag filter dust collector.

4 Country of Origin USA/UK/EU/Japan/South Korea

5 Theoretical productivity

60m3/h (Aprox.)

6 Support Structure Heavy duty main support of H-Beam structure with column of king-pin construction for quick mantle and dismantle.

Dimension & Nos. of Main Support of H-Beam

To be mentioned

Total Dimension To be mentioned

7 Operating Cabin The cabin should adequate space for accommodation motor control center, batching control panel for operation and should made of MS outside wall and plywood inner wall with insulation including window and door. Independent support to be provided for avoiding vibration from main structure and have provision for Air conditioner installation.

Total Dimension To be mentioned

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 149: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

145

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

A Weigh Batching, Mixing Plant Complete System

8 Accuracy of aggregate weighing

±2%

9 Accuracy of cement weighing

±1%

10 Accuracy of additive weighing

±1%

11 Total power consumption

To be mentioned

12 Mixer

Certificate CE Standard/Country of Origin Standard.

Model To be mentioned

Type Twin shaft Vertical/Horizontal type steel fabricated with replaceable wear-resistant liners.

Capacity (Min.) 1m3/Batch (Based on over 8cm slump)

Motor Power To be mentioned

Discharge Hydraulic

Mixer RPM To be mentioned

Shaft Material Chromium molybdenum Steel or higher

Liner Class To be mentioned

Accessories To be mentioned

13 Concrete Hopper

Material Steel

Location Underneath of Mixer

Batching hopper Capacity

Not less than 3m3 , Dry Volume with vibrator

Liner Material High Carbon Steel

Number of hopper (Min)

To be mentioned

Sensor (Min) Apply to 1000Kg

14 Aggregator Feeding & Weighing System:

Type Aggregate (gravel and sand) will be stored at outdoor storage area, then transport to aggregate dump area by Front-wheel Loader.

Capacity of Front-wheel Loader

To be mentioned

Drawing for Civil works for concrete structure compartment with slant roofing with ramp

To be submitted

Surge Hopper with grid type screen, underground conveyors

To be provided

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 150: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

146

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

A Weigh Batching, Mixing Plant Complete System

15 Horizontal Belt Conveyor

Located underneath of Agg. Surge Hopper with capacity not less than 300Ton/h, single channel type frame, power drive by geared motor, screw type tensioning for take up system, rubber belt not less than 600mm width, 30˚through type with 3-roller. Back stop and bearing to be provided.

Location Underneath of Agg. Surge Hopper

Type 30˚through type with 3-roller

Dimension (Not less than 600mm width & 30M long)

To be mentioned

Capacity 300Ton/hr(Min)

Power (Geared motor) 19kW X 4p X 1/30(Gear) or higher

Type of Tensioning Screw Type Take up System

Dimension of Rubber Belt (Not less than 600mm width)

To be mentioned

Frame Type Single Channel Type

Accessories Back stop and bearing to be provided

16 Slant Belt Conveyor with capacity not less than 300Ton/h, single channel type steel frame, power drive by geared motor, screw type tensioning for take up system, Endless belt not less than 600mm width, 30˚through type with 3-roller conveyor. Rubber coated Head drum, Cartridge boss type back stop to be provided.

Arrangement Inclined Belt Conveyor support with walkway for transportation of weighed aggregate to the mixer through screening house from aggregate weigher

Capacity 300Ton/hr(Min)

Type 30˚through type with 3-roller

Dimension (Not less than 600mm width & 30M long)

To be mentioned

Power (Geared motor) 30kW X 4p X 1/30(Gear) or higher

Head-Drum Rubber coated and lagged, Cartridge boss type w/backstop.

Type of Belt Tensioning Screw Type Take up System

Dimension of Belt (Not less than 600mm width)

To be mentioned

Frame Type Truss Type

17 Agg. feeding Hopper Steel Fabricated with wear-resistant liners included duo-discharge for full & dribble flow to be provided.

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 151: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

147

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

A Weigh Batching, Mixing Plant Complete System

18 Vibrating Screen

Arrangement/Location Vibrating Screen with housing structure to remove oversize aggregate.

Type of Vibrating Screen

Eccentric type , single deck

Slant 20˚slant (approx)

Vibrator Motor Power 3HPx 4p (Min)

Mesh of Screen 25mm round bar (Min)

Screen House Material Steel Structure with wall material (coated)

Screen House Dimension

6M x 5M x 5M (Min)

Accessories Oversize discharge shute w/Housing Structure & wall cover

19 Intermediate Storage Hopper

Arrangement/Location

Top of mixer to store weighed ingredient temporally before mixer.

Capacity 2.5 m3 (Min), Dry Volume

Dimension of Hopper (Min 1.5Mx2M) with discharge gate

To be mentioned

Liner Material To be mentioned

Accessory Hi-level Detector to be provided

20 Weighing System

Arrangement/Location Underneath of Compartment for Gravel, Sand & cement

Type of weigher Independent, all load cell type weighers with discharge gate and air-operated cylinder.

Gravel, Sand weigher capacity

1500kg×3kg (Min) Graduation

1.5㎥ dry volume for gravel each-2ea,

1500kg×3kg (Min) Graduation

1.5㎥ dry volume for sand -1ea

Cement, Water weigher capacity

500kg×2kg (Min) Graduation

0.5㎥ dry volume for Cement-1ea,

300kg×1kg (Min) Graduation

0.5㎥ dry volume for Water-1ea,

Admixture weigher capacity

To be mentioned

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 152: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

148

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

A Weigh Batching, Mixing Plant Complete System

21 Cement Storage & supply System:

Structure Steel fabricated heavy structured for installation cement feed screw conveyor, heavy welded, cement silo with silo support, rotary feeder with slide gate, safety guardrail on top of silo.

Cement silo Capacity & dimension not less than 100Ton & 3.5M(dia) x16M (H), Round steel fabricated type with slide gate, Level detector, Aeration, safety ladder, Cement quantity measuring device. Bag filter/Dust collector (Air pulse type) with capacity not less than 20m3/min to be provided.

Dust collector Type & Capacity for Cement Silo

Manual Air Pulse type Bag Filter with

capacity of 20㎥/min (Min)

Type of Weighing Screw Conveyor

To be mentioned

Capacity & Size of Weighing Screw Conveyor

40Ton/hr (Min) & Φ250mm X 6M long(Min)

Power of geared Motor To be mentioned

Type of Rotary Feeder To be mentioned

Capacity & Size of Rotary Feeder

60Ton/hr (Min)

Power of Geared Motor To be mentioned

22 Water supply System:

Type of water feeding pump

Submersible pump

Discharge Capacity 1300L/hr (Min)

Diameter To be mentioned

Drive Motor Power To be mentioned

Water Storage Tank Capacity

2000L (Min) with floating leveller.

Water Feeding Control

Solenoid Valve control with butterfly valve to feed water into water weigher

Accessories To be mentioned

23 Admixture supply System

Admixture Agitator Tank Capacity

1500L(Min)

Power of Geared Motor 0.75kW x 4p x 1/30 (GR) (Min)

Agitator Tank Location Ground level

Pump Capacity 2.2kW x 4p (Min)

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 153: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

149

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

A Weigh Batching, Mixing Plant Complete System

24 Air Compressor and Piping

Compressor Type Automatic unloader Type, 2ea

Discharge Capacity & Pressure

1.1mᶟ/min (Min) & 7kg/cm² (Min)

Receive Tank 1000L/ea (min)

Power (Min) 7.5kW(Min), 4p, control voltage:220V x Φ-1

Air Piping Shall consist of complete piping materials with aeration

unit, pilot type, solenoid electric Suooly control system with all necessary arrangement and hose.

25 Motor Control Center (MCC)

General Indoor Cubicle Type Motor Control Center panel with factory wired all motor starters, overload protection, interlocks, relays, Transformer, Ameter, Power Switch, V-meter, other all control switches. Respective Nameplate should be at the face of this panel.

26 Batching Control System

Type Automatic batching control with manual backup. Control

Panel shall be Dust-tight (IP 55).

Selectable Mixing formulae memory

Yes

Full flow, Dribble flow with weighing tolerance preset facility

Yes

Batching counter and batch record

Yes

Recording time and date Yes

Material usage report & Self-diagnostic Function

Yes

Automatic Mixing and Discharge control

Yes

Automatic bar graphic Display in color monitor(CRT/LCD)

Yes

Other necessary features To be mentioned

Operation Temparature & Humidity

To be mentioned

Printer High precession super printer to printout all necessary

data.

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 154: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

150

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

A Weigh Batching, Mixing Plant Complete System

27 CCTV-Monitoring System

Camera High resolution Color Camera-4set

Monitor LED Color (21'')

28 Dust Collector System

Type Air-pulse

Dust collection Volume 40mᶟ/min(Min)

Drive Blower motor 3.5kW(min) x 4p

Dimension of Bag Filter 120mm(Φ) x 2400m(L) x 20ea or higher

29 Other Systems required for complete the Weigh Batching, Mixing Plant

To be mentioned

30 Printed Catalogue for all components

Shall be submitted

31 Drawings of the system Shall be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 155: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

151

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

B Concrete Pouring System Cart

1 Manufacturer's name and Address

To be mentioned

2 Manufacturer's Type/ Model

To be mentioned

3 General Automatic Concrete Pouring System shall be combined

with one unit of Automatic Concrete Pouring machine, 2 unit of concrete filling cart and one unit of input chain conveyor.

4 Country of Origin USA/UK/EU/Japan/South Korea

5 Automatic Concrete Pouring machine unit

Type Bi-directional screw feeder, one direction at a time, loss-in-weight type, hopper volume not less than 2m²

Screw Feeder High wear-resistence Screw flight with feeding capacity

range 0.5~1mᶟ/min or higher, driven by 15kW (Min) x

4-p geared (1/30Minimum) motor with inverter control

Guard Skirt Manually adjustable screw handle for skirt width.

Hydraulic Hi-Lo Hydraulic adjustable system to adjust height of guide Chutee according to dia.of mould, activated by 2 Hydraulic Cylinder (Minimum Φ60 x 500ST)

Control PLC Control with motor controller to control Concrete Feeder and Concrete Filling Cart for item enter the weigh to each product size.

6 Concrete Filling Cart Should be consists of steel fabricated traverser, adjustable-speed & endless capstan type with winch driven cart.

Dimension (Min) 17M(L) x 800mm(W) x 350(H) (Approx.)

Cart Speed (Min) Variable adjustable speed, 5~40M/min.

Drive winch Driven by a 5kW (Min) x 4-p x 1/30 (Min) geared-motor with inverter control.

Capacity 70MT (Min)

Cart Roller(wheel) 4-Drive Shaft, Min. 8 wheels (Φ250mm), S45C or higher grade, machined and heat-treated.

Controller Controller shall be integrated with Concrete Weigh Feeding machine to synchronize concrete filling speed.

Power 380VAC, 50Hz. 3 Phase for motor 220VAC. 50Hz. 1 Phase for control

Others: Rails to be provided

Yes

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 156: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

152

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

B Concrete Pouring System Cart

7 Input Chain Conveyor

Type Chain Conveyor should 1-row, V-Shape Type and a V-shape mould seat shall be attached in every 2 meter apart.

Synchronize system Two(2) Concrete pouring cart shall be controlled by an operator of Concrete Pouring Machine to synchronize concrete feeding speed with respective pouring cart speed.

Dimension (Min) & Speed

700mm(W)×45.4m(L) center to center & 2~15M/min(Min)

Power Driven by minimum a 7.5kW x 4-p x 1/30 (min) geared-motor with brake and Inverter control.

Frame Materials Steel

Steel material for Frame

SS400 or higher grade.

Chain pitch (Min) 200mm apart

Head, Drive Shaft Material

To be mentioned

Tail shaft Material To be mentioned

Others: Rails to be provided

Yes

08 Printed Catalogue To be submitted

09 Drawings To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 157: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

153

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

C Tension Machine

1 Manufacturer's name and Address

To be mentioned

2 Manufacturer's Type/ Model

To be mentioned

3 General Designed for pre-stressing PC bars simultaneously prior to centrifugal spinning process. Hydraulic type Tension Jack consists of a hydraulic cylinder and digital pressure Indicator for simultaneous pre stressing the welded cage of P.C. wire with exact and equal tension on all P.C wires and pre-stressed concrete poles by simply pressing a control button. This tension jack is center-hole type for simultaneously tensioning equipped with coupler( male and female coupling) ,tension shaft, ram chair, Hydraulic up-down system (cylinder with support and height adjustment, and hydraulic pump with pressure guage) complete with mounted on 4-wheel stand and programmed tensioning force of each size of pole control panel including roll-tape printer of each tensioning.

4 Country of Origin USA/UK/EU/Japan/South Korea

5 Pretension Jack

Hydraulic oil pump Minimum 250kg/cm ² pressures with pressure sensor complete mounted on 4-wheel stand.

Ram Stroke To be mentioned

Ram Area 800cm² (Min)

Drive Power Motor drive not less than 7.5kW (Min) x 4-p or as per required, 380VAC, 50 Hz. 3 Phase for motor and 220VAC, 50Hz. 1 Phase for control.

Digital display with printer

Digital display with programmable control panel including roll-tape printer of each tensioning.

Accessories Coupler(Male & Female), Ram chair, Tension Shaft, Hydraulic up-down system

Base dimension To be mentioned

Weight To be mentioned

6 Pre-tensioning Stand

Size (Min) H300*150*8/13-14M(L)

Distance (Min) PITCH 6M+4M+4M - 4ROW or as per manufacturer

Base dimension To be mentioned

Weight To be mentioned

7 Printed Catalogue Shall be submitted

8 Drawings Shall be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 158: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

154

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

D Spinning Machine

1 Manufacturer's name and Address

To be mentioned

2 Manufacturer's Type/ Model

To be mentioned

3 General 1no.of Centrifugal type double mould Spinning Machine and 2 nos. of Centrifugal type single mould Spinning Machine is required to spin pre stressed PC wire cage and concrete filled complete PC Pole mould for compaction of concrete during spinning process. It should consists of Drive Roller with drive-shaft fixed with bearing, Idle Roller with bearing, Machine Bed, and computerized RPM and Speed control in 4 step (min) , and drive DC Motor with pulley and drive belt. The complete machine is to sustain long-term and heavy duty operation for spun cast of Pole in any length from 9-12m pole and 15m pole. All of shaft, bearing block, drive rollers, idle roller and machine bead are to be machined

4 Country of Origin USA/UK/EU/Japan/South Korea

5 Centrifugal type double mould Spinning Machine sets

Type Double Mould Spinning

Spinning range (Min) Φ190 x 15M(L)

Length For 9-12m pole and 15m pole,

Roller Span (Min) Each 720mm (Center to Center)

Drive Motor AC, minimum 55kW 6P, RPM: 200~1500 +/-10% Insulation: Class F

Roller outer diameter To be mentioned

Roller width To be mentioned

Drive shaft diameter To be mentioned

Control cabinet (frequency converter)

Inverter: 75kW PLC digital type controller with manual backup to preset 4-range spinning speed(Min).

Power Supply 380V, 50Hz, 3 phase

others Shall includes rpm meter, A-meter, V-meter with control switches, all wired in the control console.

6 Centrifugal type single mould Spinning Machine sets

Type Single Mould Spinning

Spinning range (Min) Φ190 x 15M(L)

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 159: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

155

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

D Spinning Machine

Length For 9-12m pole and 15m pole,

Roller Span (Min) 720mm (Center to Center)

Drive Motor with belt drive & pulley

AC, minimum 35kW, 6-P, RPM: 200~1500 +/-10% Insulation: Class F

Roller outer diameter To be mentioned

Roller width To be mentioned

Drive shaft diameter To be mentioned

Control cabinet (frequency converter)

Inverter: 55kW PLC digital type controller with manual backup to preset 4-range spinning speed(Min).

Power 380V, 50Hz, 3 phase

others Shall includes rpm meter, A-meter, V-meter with control switches, all wired in the control console.

7 Material

Motor bed Ss41 or higher

Pulley Fc20 or higher

Plummer block body Sc46 or higher

Drive roller Scmn5 or higher

Drive shaft S45c or higher

Shaft coupling Sc46 or higher

Bearing house Sc46 or higher

Bearing 22226k+h or higher

8 Printed Catalogue Shall be submitted

9 Drawings Shall be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 160: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

156

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

E Steam Curing Chamber Cover

1 Manufacturer's name and Address

To be mentioned

2 Manufacturer's Type/ Model

To be mentioned

3 General Steel fabricated and insulated cover for 8nos. steam curing chamber, complete with 2 hooks to lift or close

cover to and from curing chamber. Each chamber containing minimum 12 poles with complete cover. Cover having minimum 2.5m(W) X 17m(L) rectangular shape welded construction & using minimum 100channel & 5mm(thickness) steel construction. Insulation of Glass wool (minimum thickness 100mm) inside of cover

4 Country of Origin To be mentioned

5 Material High grade Steel fabricated and insulated cover

6 Dimension (each) as required or 2.5m(W) X 17m(L) (Min)

7 Steel Thickness 4mm (Min)

8 Insulation of Glass wool thickness

100mm (Min)

9

Drawings Shall be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 161: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

157

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

EE Automatic Temperature Control System for Steam Curing Chamber

1 Manufacturer's name and Address

To be mentioned

2 Manufacturer's Type/ Model

To be mentioned

4 Country of Origin USA/UK/EU/Japan/South Korea

6 Type Microprocessor Controlled Programmable Automatic Steam Temperature Controller

Control Function Programmable Temperature preset by step Time/Signal

Signal Input signal DC O-11V, or DC 4-20mA Preset signal, DC O-1V,or DC 4-20mA

Data Communication Yes

Auto start Upon Power ON, program start to function

Others Chart Recorder : Model EH200-08 or equivalent Desk-top or rack mount type chart speed, 1mm/sec 10m, 2-fold paper Fiber pen, usable 700m Recordable 4-20mA, full scale.

Control PLC Master K-200 to control automatic open/ close valves, activation sensors by temperature etc. including manual back

Enclosure Self-standing, cubicle type, dust tight encloser with gauges, switches and indicators at panel face.

Valve unit 7set solenoid valve for steam 40A flanged type Gate Valve, 40A Flanged Type Glove Valve, 40A Flanged Type Pressure Reducing Valve, 40A Flanged Type

and Y-strainer, Pressure gage 2kg/㎠, steam Trap 25ø

8 Printed Catalouge To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 162: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

158

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

F Boiler (3 Ton Capacity)

1 Manufacturer's name and Address

To be mentioned

2 Manufacturer's Type/ Model

To be mentioned

4 Country of Origin USA/UK/EU/Japan/South Korea

5 Type Fire/Smoke Tube, 3pass, Dual fuel Package Boiler

6 Standard KSB-6233,JIS B 8201,ISO9001 or equivalent

7 Rated steam capacity 3t/h

8 Rated working pressure

0.75 to 1Mpa

9 Design pressure 1 to 1.25Mpa

10 Steam temperature at Design pressure

Saturated steam

11 Designed thermal efficiency

90% (Min)

11 Safety Valve Set Pressure

1 to 1.25Mpa

12 Test Water Pressure 2Mpa (Min)

13 Steam Dryness (Min) 98%

14 Fuel & Burner

Fuel (Duel) Natural gas and furnace oil or diesel

Fuel Consumption To be mentioned

Burner Make & Model To be mentioned

Burner Type Rotary

Turn Down Ratio 1:5 (Min)

Modulation Proportional

Burner Accessories

Alarm, Pump control, Pressure limit switch, Flame Detector, Pre-portional Pressure controller, Oil Pre-heater, control panel

15 BLOWER Turbo Fan Type ,1Nos. (Min)

Flow 54 m3/min (Min)

Make & Model To be mentioned

Motor Power To be mentioned

Material of Construction

SS400 or higher (Casing & Impeller)

16 Feed Water Pump

Type Centrifugal Multistage-Vertical

Make & Model To be mentioned

Feed Water Pump Head

140M (Min)

Motor Totally Enclosed Type

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 163: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

159

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

F Boiler (3 Ton Capacity)

17 Water Flow Meter

Type Impeller

Make & Model To be mentioned

Size Diameter 50mm (Min)

Max. Temperature, ˚C 120˚C ~ 130˚C

18 Oil Flow Meter

Type Gear Type

Make & Model To be mentioned

Size Diameter 20mm (Min)

Max. Temperature, ˚C 120˚C ~ 130˚C

Design Pressure To be mentioned

19 WATER SOFTENER

Type Ion Exchange

Resin Cation Ion

Operator Auto

Resin Capacity 60L or Higher

20 Air Pre-heater

Type Tubular Type, Electrical

Capacity 3Ton/hr. (Min)

Electrical Heater Power

To be mentioned

21 Boiler Accessories

Gas & Air Ducting 1Lot

Piping (Oil, Steam, Water and Other Line) Materials

SGP or higher, 1Lot

Dust Collector Min 1Lot

Water Tank 3000L (Min)

Others To be mentioned

22 Power Supply 380VAC ~ 415VA, 50 Hz , 3 Ǿ, 4 Wire and

for control 220 volts AC, Single Phase

23 Printed Catalogue Shall be submitted

24 Drawings Shall be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 164: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

160

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

G Mould accessories including top plate, bottom plate, tension plate & other tools to fix & unfix mould, general van, trolley, small pump motor etc. and others as per necessity to comply the reference Drawing.

General

To complete fix, unfix & handling of Mould system shall include Mould Stand (End Plant Relax), Mould Overturning Device & Buffer Machine, Output Chain Conveyer (Demoulding Cart), Mould Demoulding Stand, Product Cart, Product Demould Machine, Product Stand, Cage Feeding Belt Conveyor, TX-Tong with Slinger Arm and spreader beam ( for Overhead crane),TX+F Tong with Slinger Arm and spreader beam (for Overhead Crane), CF Tong with Slinger Arm and spreader beam (for Overhead Crane), Balance Beam for Ulbon move, R-Tong (For handle Ulbon bundle), PC Wire Coil Stand, PC Wire Loader etc.

1 Mould Stand (End Plant Relax)

Manufacturer's name and Address for

To be mentioned

Installation type: PITCH 2.5M*5ROW (approx)

Material H-Beam H300*150*6.5/9 (approx)

Buffer Air cylinder Ø 150*350st (Min)

Drawing To be submitted

2 Mould Overturning Device & Buffer Machine

Manufacturer's name and Address for

Manufacturer's Type/ Model

Country of Origin USA/UK/EU/Japan/South Korea

Drive Motor 1.5kw*4p*1/187 (Min) cyclo reducer with brake

Roller size Ø 200 (Min) urethane coating

3 Demoulding Cart (Output Chain Conveyer)

Manufacturer's name and Address for

Manufacturer's Type/ Model

Country of Origin USA/UK/EU/Japan/South Korea

Type 1-Row Chain Conveyor ( with V-Shape Attachment

Dimension 750mm(W)×35(L) (C-C) approx.

Speed 2-15 meter/min variable speed

Power Driven 7.5kw (Min) ×4p×1/30Reducer, with inverter

Frame Material & Construction

Main body-150mm or higher Channel Frame, Steel fabricated, welded construction

Rail Dimension To be mentioned

Roller (Wheel) Material High grade Steel , machined and Heat-treated

Chain Dimension To be mentioned

Sprocket, Bearing Size & Material

Min. 200mm pitch×6t, SS400 or higher grade Welded construction & SM45C or higher grade.

Head & Tail shaft Material SM45C or higher grade.

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 165: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

161

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No. Description BPDB’s Requirements Manufacturer's

Guaranteed Data

G Mould accessories including top plate, bottom plate, tension plate & other tools to fix & unfix mould, general van, trolley, small pump motor etc. and others as per necessity to comply the reference Drawing.

4 Mould Demoulding Stand

Manufacturer's name and Address for

To be mentioned

Material To be mentioned

Dimension Pitch 2.5m*5Row*40ML or as per requirement

5 Product Cart

Manufacturer's name and Address for

To be submitted

Manufacturer's Type/ Model To be submitted

Country of Origin USA/UK/EU/Japan/South Korea

Type Double Cone Roller Type

Dimension 450mm(W)×45(L) (C-C) approx.

Loading Capacity 7Ton (Min)

Speed To be mentioned

Power Driven 5.5kw (Min) ×4p×1/30Gear Motor, with inverter

Roller (Wheel) Material High grade Steel , machined and Heat-treated

Drawings To be submitted

6 Product Demould Machine

Manufacturer's name and Address for

To be submitted

Manufacturer's Type/ Model To be submitted

Country of Origin USA/UK/EU/Japan/South Korea

Type Hydraulic Type

Dimension Pitch 4M+4M+4M-4Row (Min)

Pump Pressure 250kg/cm² pressure (Min)

Power 5.5kw*4p (Min)

Printed Cattalouge To be submitted

7 Product Stand

Dimension Line Pitch: 2.5m*5 ROW *20m (Min)

Material To be mentioned

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 166: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

162

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No. Description BPDB’s Requirements Manufacturer's

Guaranteed Data

G Mould accessories including top plate, bottom plate, tension plate & other tools to fix & unfix mould, general van, trolley, small pump motor etc. and others as per necessity to comply the reference Drawing.

8 Cage Feeding Belt Conveyor

Manufacturer's name and Address for

To be mentioned

Manufacturer's Type/ Model To be mentioned

Country of Origin USA/UK/EU/Japan/South Korea

Belt Size 450w*40m (Min)

Travelling speed

20m/min (Min)

Main Frame Dimension H-Beam 400mm*200mm (Min)

Power driven 2.2kw*4p*1/87 cyclo reducer (Min)

Drawing To be mentioned

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 167: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

163

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No. Description BPDB’s Requirements Manufacturer's

Guaranteed Data

G Mould accessories including top plate, bottom plate, tension plate & other tools to fix & unfix mould, general van, trolley, small pump motor etc. and others as per necessity to comply the reference Drawing (if any).

9 Mould accessories

Manufacturer's name and Address for

To be mentioned

Manufacturer's Type/ Model To be mentioned

Country of Origin USA/UK/EU/Japan/South Korea

Top Plate Size (Match with Mould Size)

To be mentioned

Tension plate Size(Match with Mould Size)

20m/min (Min)

Bottom Plate Size (Match with Mould Size)

Drawing To be mentioned

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 168: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

164

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No. Description BPDB’s Requirements Manufacturer's

Guaranteed Data

G Mould accessories including top plate, bottom plate, tension plate & other tools to fix & unfix mould, general van, trolley, small pump motor etc. and others as per necessity to comply the reference Drawing (if any).

10 Mould accessories

Manufacturer's name and Address for

To be mentioned

Manufacturer's Type/ Model To be mentioned

Country of Origin USA/UK/EU/Japan/South Korea

Top Plate Size (Match with Mould Size)

To be mentioned

Tension plate Size(Match with Mould Size)

20m/min (Min)

Bottom Plate Size (Match with Mould Size)

Drawing To be mentioned

11 general van, trolley, small pumpa motor etc

Dimension of General van

Dimension of Trolley

Capacity of Small pump

Capacity of Small motor

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 169: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

165

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

H Cage Making Machine

1 General Automatic Pole Cage Making Machine is designed to produce tapered (conical) steel reinforcement cages for various size of pole cages of SPC Pole. The machine consists of Maindrum, Spiral Wire Spool, Tailstock equipped with Chucking plate, Tailstock drive frame structure with cage support, automatic cage spiral welding machine equipped by 120KVA (aprox.) Transformer with SCR Control water cooling, and PLC programmed Automatic control panel. The machine shall capable to produce cages for different diameter & Pitch of Spiral wire and different number of PC bars with unique feature by changing Headplate and Cone for respective diameter & Pitch of Spiral wire of each SPC Pole cage.

2 Manufacturer's name and Address for

To be mentioned

3 Manufacturer's Type/ Model To be mentioned

4 Country of Origin USA/UK/EU/Japan/South Korea

5 Type Automatic control with AC motor control spiral wire spool including manual control backup.

6 Anchoring Two sides anchoring (One anchoring is fixed while the other is moveable on rail.)

7 Cage Diameter or Forming Range

Φ140 to 220mm x16M (Aprox.) and to produce tapered (conical) steel reinforcement cages for various size of pole cages of SPC Pole.

8 Applicable size : Wire Φ 5mm to 11mm (Aprox)

9 Spiral Wires Wire Φ 3mm to 4mm (Aprox)

10 Spiral Welding Pitch 30~ 100mm pitch

11 Electrode Reolving 60rpm (Max)

12 Welding Transformer 120KVA (Aprox)

13 Conicaity Adjustable

14 No. of longitudinal wires 6 to 28pcs.

15 Job length 9~15m pole caging making

16 Drive Power 380VAC-410VAC, 50Hz AC Motor 3.7kw (Min)×4p+inverter for main drive, AC Motor 2.2kw (Min)+invertor for spiral drum, AC Motor 2.2kw (Min)+invertor for transfer cart.

17 Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 170: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

166

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

I Ring Coiling Machine

1 Manufacturer's name and Address for

To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin USA/UK/EU/Japan/South Korea

4 Wire diameter 5~10mm

5 Motor 3KW (Min)

6 Ring diameter 100~500mm

7 Speed 20 roll/min.

8 Wire feeding mode Optional

9 Power Supply 380VAC-410VAC, 50Hz

10 Dimension 1200*600*1250mm (Aprrox.)

11 Printed Catalogue To be submitted

12 Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 171: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

167

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

J Mixer Trolley

1 Manufacturer's name and Address for

To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin To be mentioned

4 Capacity 1m3

5 Vibration system Available

6 Motor 2.2kW

7 Quantity of feeding Controlled by switch

8 Direction of feeding Under the machine

9 Dimension (adjustable to suit batching plant)

2650x1850x2600mm (Approx.)

10 Weight 1500Kg approx.

11 Printed Catalogue To be submitted

12 Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 172: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

168

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

K Bar Cutting Machine

1 General

PC Bar Cutting machine is to designed to cut PC Bars in designated length keeping cutting accuracy at high speed. The machine consists PC Bar Coil Stand, feeding rollers (adjustable), cutting mechanism controlled by belt-driven flywheel with air clutch, multiple length preset stoppers, discharge slot, DC brake and PLC programmed control panel.

2 Manufacturer's name and Address for

To be mentioned

3 Manufacturer's Type/ Model To be mentioned

4 Country of Origin USA/UK/EU/Japan/South Korea

5 Type Automatic

6 Applicable PC wire Φ5~10mm x (9-19)m length

7 Material Strength 140kgf/㎠ or higher

8 Cutting Force & length 15 Tonf (Min) & (6-18)m L

9 Cutting Method Non-Slip Flying Cutter

10 Feeding Speed Any of 35~50m/min(Max).

11 Accuracy ≤ 2mm

12 Drive Motor 3.7kw (Min)×4P motor for Cutter Drive, 2.2kw (Min)×4p motor+Reducer (100) for Feeder Drive, Supply 380V, 50Hz

13 Compressed Air Pressure 7kg/㎥ (Min)

14 Brake & Clutch Direct Control

15 Operating control Programmable control

16 Miscellaneous Straightening of the wire, cutting edges for each size

17 Printed Catalouge

18 Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 173: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

169

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

KK P.C Wire Coil Stand

1 Manufacturer's name and Address for

To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin USA/UK/EU/Japan/South Korea

4 Type Self standing and free rotation stand

5 Material & Construction steel welded construction (Φ2.6~2.8m free standing wheeling)

6 Cutter Diameter ø2730mm (Approx.)

7 Height 1250mm(Min)

8 Accessory Tension brake Pneumatic type

9 Printed Catalouge To be submitted

10 Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 174: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

170

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

KKK PC Wire Loader or PC Bar Handling Loader

1 Manufacturer's name and Address for

To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin USA/UK/EU/Japan/South Korea

4 Type To be use with Automatic PC Bar Cutting Machine, Automatic PC Bar Button-head Forming Machine (2) for automatic cutting, button-heading at both end of PC bar automatically adopting PLC program supervised by operaton.

5 Material & Construction steel welded construction

6 Dimension To be mentioned

7 Height To be mentioned

8 Construction Arrangment The loader consists of chain-driven traversers, overturning arms (air-operated), and pushers at both end in front of Button-head Forming Machine-all installed on mainframe structure

9 Accessory Tension brake Pneumatic type

10 Printed Catalouge

11 Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 175: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

171

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

L Head Making Machine

1 General

Automatic Button-head Forming Machine for PC bar is designed to form button-head at the both end of PC bar wire by instant electrical heating method. The machine consists of Mainframe, hydraulic-air converter, upset cylinder, clamping cylinder with sensor, electrical heating transformer, button-head forming hammer, and simple control panel. The machine is capable to form buttonhead electrically to meet each size of PC bar consistently and accurately

using PLC program.

2 Manufacturer's name and Address for

To be mentioned

3 Manufacturer's Type/ Model To be mentioned

4 Country of Origin USA/UK/EU/Japan/South Korea

5 Type Instant Electrical Heating and Pressing type

6 Rated pressure 50Mpa (Min)

7 Heading Cycle 10-12 second/heading (min)

8 Heating Transformer size 15KVA

9 Heading Device Suitable for HTS wire with dia. of 5 to11mm (approx)

10 Max. Clamp pressure 60Ton (approx)

11 Max. Upset pressure 20Ton (approx)

12 Compressed Air 7kg/㎠ air pressure

13 Controls Air-Cooling SCR Controls with self-mounted control buttons and lights.

14 Accessories complete Pressure gauge, oil hose, clip, etc.

15 Printed Catalouge To be submitted

16 Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 176: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

172

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

M PC Wire Loader or PC Bar Handling Loader

1 Manufacturer's name and Address for

To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin USA/UK/EU/Japan/South Korea

4 Type Automatic

5 Use To be use with Automatic PC Bar Cutting Machine, Automatic PC Bar Button-head Forming Machine (2) for automatic cutting, button-heading at both end of PC bar automatically adopting PLC program supervised by operaton.

6 Material & Construction steel welded construction

7 Dimension To be mentioned

8 Height To be mentioned

9 Drive Power To be mentioned

10 Construction Arrangment The loader consists of chain-driven traversers, overturning arms (air-operated), and pushers at both end in front of Button-head Forming Machine-all installed on mainframe structure

11 Accessory Tension brake Pneumatic type

12 Printed Catalouge

13 Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 177: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

173

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

N Concrete, Cement, Sand & Stone Testing Machine

1 Manufacturer's name and Address for

To be mentioned

2 Manufacturer's Type/ Model

To be mentioned

3 Country of Origin To be mentioned

4 Concrete ,cement testing machine

Type Hydraulic type

Load Cell Capacity 250 KN (Min)

Resolution 10 N (Min)

Supply Voltage 230 V , 50 Hz

5 Sand, stone testing machine

Sieve analysis Apparatus full set one for sand and one for stone.

Sieve size 80,40,20,10,4.75,2.36,1.18,600 micron,300 micron,150 micron

6 Printed Catalogue To be submitted

7 Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 178: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

174

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

0 Over Head Crane Type A (Spreader Balance Beam TX-TYPE) including complete system

1 General

The balance beam with TX gripper is applicable for handling 15m long pole moulds. Spreader Balance Beam, complete with TX-gripper (tongs) to grip mould’s running tire (ring) of upper half or complete mould and/or Flange Holder.

2 Manufacturer's name and Address for

To be mentioned

3 Manufacturer's Type/ Model To be mentioned

4 Country of Origin USA/UK/EU/Japan/South korea

5 Type Spreader Beam Type Overhead Crane with Double girder, Double Rail Hoist Type.

6 Girder Double

7 Span 18.5m (Approx)

8 Rated capacity 10T (5T + 5T)

9 Hoist 8.5kw (Min) × 4p Motor

10 Speed 9m/min(Min)

11 Type of Tongs (TX-Tong with Slinger Arm and spreader beam ( for Overhead crane)

Tong Type : TX-shape Tong No. of Tong : 4M+4M+4M apart, 4ea Air Compressor : 1.5kw * 1set to be mount on top of spreader beam

12 Travelling Power & speed Dirven by 5.5kw*4P induction Motor+Reducer & 60m/min (Min) inverter Control.

13 Lifting height 10m (approx)

14 Balance Beam (H x L) To be mentioned

15 Dead Weight To be mentioned

16 Control Control switch must be mounted on the overhead control panel to enable remote control

17 Power cable size To be mentioned

18 Printed Catalogue To be submitted

19 Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 179: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

175

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

P Over Head Crane Type B (Spreader Balance Beam TX +F TYPE) including complete system

1 General

The balance beam with TX gripper is applicable for handling 15m long pole moulds. Spreader Balance Beam, complete with TX +F -gripper (tongs) to grip mould’s running tire (ring) of upper half or complete mould and/or Flange Holder.

2 Manufacturer's name and Address for

To be mentioned

3 Manufacturer's Type/ Model To be mentioned

4 Country of Origin USA/UK/EU/Japan/South korea

5 Type Spreader Beam Type Overhead Crane with Double girder, Double Rail Hoist Type.

6 Girder Double

7 Span 18.5m (Approx)

8 Rated capacity 10T (5T + 5T)

9 Hoist 5.5kw (Min) × 4p Motor

10 Speed 40m/min(Min)

11 Type of Tongs (TX+F Tong with Slinger Arm and spreader beam (for Overhead Crane)

Tong Type : T-type for Tire clamping. F-type for flange holding No. of Tong : 4M+4M+4M respectively. Air Compressor : 1.5kw * 1set to be mounton top of spreader beam.

12 Travelling Power & speed Dirven by 5.5kw*4P induction Motor+Reducer & 40m/min (Min) inverter Control.

13 Lifting height 10m (Approx)

14 Balance Beam (H x L) To be mentioned

15 Dead Weight To be mentioned

16 Control Control switch must be mounted on the overhead control panel to enable remote control

17 Power cable size To be mentioned

18 Printed Catalogue To be submitted

19 Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 180: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

176

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

PP Over Head Crane Type C (Beam CF-TYPE) including complete system

1 Manufacturer's name and Address for

To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin USA/UK/EU/Japan/South korea

4 Type Spreader Beam Type Overhead Crane with Single girder, Hoist Type.

5 Girder Single

6 Span 18.5m (Approx)

7 Rated capacity 2T (1T + 1T)

8 Hoist 2.2kw (Min) × 4p Motor

9 Speed 10m/min(Min)

10 Type of Tongs CF Tong with Slinger Arm and spreader beam (for Overhead Crane)

Tong Type : CF shape type to move cages Air Compressor : 1.5kw * 1set to be mount on top of spreader beam. Air Cylinder : 63mmØ * 100ST-TM * 4ea

11 Travelling Power & speed Dirven by 1.5kw*4P induction Motor+Reducer & 20m/min (Min) inverter Control.

12 Lifting height 10m (Approx)

13 Traversing Yes

14 Balance Beam (H x L) To be mentioned

15 Dead Weight To be mentioned

16 Control Control switch must be mounted on the overhead control panel to enable remote control

17 Power cable size To be mentioned

18 Printed Catalogue To be submitted

19 Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 181: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

177

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

Q Gantry Crane including complete system for Pole stacking, loading etc.

1 Manufacturer's name and Address for

To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin USA/UK/EU/Japan/South korea

4 Type Double girder, Double Rail Hoist Type.

5 Span 18.5m (Approx)

6 Rated capacity 6T (3T + 3T)

7 Hoist 5.5kw (Min) × 4p Motor

8 Speed 7.5m/min(Min)

9 Travelling Power & speed Dirven by 5.5kw*4P induction Motor+Reducer & 40m/min (Min) inverter Control.

10 Traveling Length 80M(Min)

11 Traversing Speed 20M/min(Min)

12 Traversing Motor 0.75kw*4P (Min)

13 Lifting height 10M (Approx)

14 Balance Beam (H x L) To be mentioned

15 Dead Weight To be mentioned

16 Control Control switch must be mounted on the overhead control panel to enable remote control

17 Operational control cabinet Available

18 Power cable size To be mentioned

19 Printed Catalogue To be submitted

20 Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 182: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

178

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

QQ Balance Beam with R-Tong for Pole Cage Handling.

1 Manufacturer's name and Address for

To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin USA/UK/EU/Japan/South korea

4 Type Balance Beam.

5 Dimension H250*125*12M (Min)

6 R-Tong Clamp Triple leg clamp, manual type to handle ULBON bundle placement on ULBON wire stand for cutting machine

7 Printed Catalogue To be submitted

8 Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 183: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

179

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

R Pole Testing Equipment complete set (Pole testing equipment including Dynamometer, testing

carriage etc.)

1 Pressure test machine

Manufacturer's name and Address for To be mentioned

Manufacturer's Type/ Model To be mentioned

Country of Origin To be mentioned

Application To test compressive strength of concrete material

Max. capacity 2000kN

Accuracy ±1%

Pressure test space 320mm

Loading rate 0.5~1.8kN/s±8%

Piston travel distance 0~50mm

Size of clamp plate (upper & lower) 210*210mm

Power 380V / 50Hz

Dimension (approx.) 850*400*1350mm

Net weight(approx.) 650Kg

Printed Catalogue To be submitted

Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 184: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

180

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

R Pole Testing Equipment complete set (Pole testing equipment including Dynamometer, testing

carriage etc.)

2 Pole Deflection Test Instrument

Manufacturer's name and Address for To be mentioned

Manufacturer's Type/ Model To be mentioned

Country of Origin To be mentioned

Application Test of deflection of pole load

Feature Data collect, save and read at any moment with USB interface

Load measurement Channel 1~4 with sensor with capacity of 0~9999kN, Resolution: 0.01kN ~ 1kN Total measurement accuracy: 0.5%±1

Deflection measurement 1 Deflection 1 channel with sensor 0~1400mm Resolution: 1mm Total measurement accuracy: 0.5%±1

Deflection measurement 2 Deflection 2 channel with sensor 0~100mm Resolution: 0.01mm Total measurement accuracy: 0.5%±1

Displacement measurement

Measurement 1~2 with sensor 0~25mm Resolution: 0.01mm Total measurement accuracy: 0.5%±1

Load timing range 1~99 min. Load static series:0~30

Ambient temperature 0~40 ℃

Humidity 80% max.

Power DC 7.2V

Barometric 105 ±4×103 Pa

Printed Catalogue To be submitted

Drawing To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 185: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

181

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

S Deep Tube Well

1 Manufacturer's name and Address for To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin To be mentioned

4 Boring dia (Min) 4 Inch

5 Casing Dia (Min) 6 Inch

6 Motor Motor will be submergible type

7 Water Supply 100 – 180 m3/h

8 Water Quality Iron and arsenic free water suitable for concrete work and drinking

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 186: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

182

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

T Oil (FO) Tank

Manufacturer's name and Address for To be mentioned

Manufacturer's Type/ Model To be mentioned

Country of Origin To be mentioned

Body Structure Steel type

Plate thickness Minimum 5 mm

Capacity 10 m3 and 20 m3

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 187: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

183

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

U Soft Water Tank

Manufacturer's name and Address for To be mentioned

Manufacturer's Type/ Model To be mentioned

Tank Capacity R.C.C Tank with capacity of 10 m3 with water softening material

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 188: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

184

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

V 9 Meter Mould (300 Dan)

1 Manufacturer's name and Address for Should be same as of Spinning m/c

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin USA/UK/EU/Japan/South Korea

4 General

(a) Pole Mould’s length in mm (b) The deviation of length of mould of steel in mm

9000 mm + 30 mm, – 5 mm

(a) Pole Mould’s Internal Top diameter in mm (b) Deviation of internal Top diameter of Pole Mould

150 mm + 3mm, -1 mm

(a) Pole Mould’s internal Bottom diameter in mm (b) Deviation of internal of Pole Mould.

270mm + 3 mm, -1 mm

Deviation of inner diameter of Pole Mould in the joint of two Segment

2-4 mm

Pole Mould’s Accessories

Tension plate, fixing plate, tension shaft, strength plate, Lock bolt + nut + washer, pin to complete set of mould’s accessories.

Slope 1/75

Thickness of Transverse stiffener To be mentioned

Thickness of longitudinal stiffener To be mentioned

Clamp 144 sets

Bolt + nut + washer + pin 72 sets

Joint bolt and nut 16 sets

Shell thickness 10 mm

Out Line

(a) Tongue and Groove, Flange, running wheels and screw bolts, have no rag, sharp edge staining.

(b) With good painting surface. (c) Length wise and cross rib are fitted

vertically and without defection.

(d) Thinner surface has kept out of welding gaps.

Drawing To be submitted (As per Attachment in section 9)

5 Running Wheel

(a) Total number of Casting Wheel 5 sets

(b) Chemical Composition of Wheel ZG45 or equivalent

(c) outer diameter of wheel 515 mm ± 2mm

(d) The center to center distance of Tire (wheel to wheel)

2 Meters.

(e) The errors of gaps between two running wheels among four wheels will be

Less than 3 mm.

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 189: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

185

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

V 9 Meter Mould (300 Dan)

Circular degree

a) Errors of inside diameter of pole mould is + 1mm,

b) Error of Tongue and grove of matching mould is + 1mm to + 3mm.

c) Welding gaps are smooth.

Straight line degree

(a) Straight line degree of inside wall line is 1/25000 of the pole moulds within the full length, it measured value, is +4, + 1mm.

(b) its 1mm to 1mm of the small end. Its +1m to 1mm of the big end.

Gaps

(a) Inside wall gaps connected to flange is 2 mm.

(b) After pole moulds, composed, axial gaps of inside wall is 0.25mm

Displacement test

(a) Mal position of wedge scam of connected to flange doesn’t exceed 0.25 mm.

(b) After pole moulds, composed, mal position of inside wall is 0.25 mm

Operating test

Pole Moulds where put statically of the centrifugal with speed of 80-120 r/min, after operating 5 minutes, raise up to 450 r/min slowly for 20min, there is no jump and abnormal sounds.

Round gaps of inside wall connected to the flange

<_ 0.25mm

Axial gaps of inside wall after pole moulds are composed

<_ 0.25mm

Gaps in between enhance board and body of mould in the joint of two segment mould.

Allow to have 0.5 mm chinks on a mould, but in 1/10 of the total length of mould, do not allow to have chinks which is greater than 1mm.

Misplaces of inside wall connected to flange

< 2mm; Grinding slope < 1%

MATERIALS SPECIFICATION a) Pole Mould b) Tires/Running Wheel c) Tension & fixing plate d) Lock nut e) Washer f) Tension Shaft

MATERIAL STANDARD SS41 SS49 S45C S45C SS41 S45C

Or equivalent

Hooking for mould lifting At least 3 (three)

Drawing To be submitted (As per Attachment in section 9)

Printed Catalouge To be Submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 190: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

186

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

W 12 Meter Mould (450 Dan)

1 Manufacturer's name and Address for Should be same as of Spinning m/c

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin USA/UK/EU/Japan/South Korea

4 General

(a) Pole Mould’s length in mm (b) The deviation of length of mould of steel in mm

12000 mm + 30 mm, – 5 mm

(a) Pole Mould’s Internal Top diameter in mm (b) Deviation of internal Top diameter of Pole Mould

230 mm + 3mm, -1 mm

(a) Pole Mould’s internal Bottom diameter in mm (b) Deviation of internal of Pole Mould.

390mm + 3 mm, -1 mm

Deviation of inner diameter of Pole Mould in the joint of two Segment

2-4 mm

Pole Mould’s Accessories

Tension plate, fixing plate, tension shaft, strength plate, Lock bolt + nut + washer, pin, to complete set of mould’s accessories.

Slope 1/75

Thickness of Transverse stiffener To be mentioned

Thickness of longitudinal stiffener To be mentioned

Clamp 192 sets

Bolt + nut + washer + pin 96 sets

Joint nut bolt 16 sets

Shell thickness (Min) 8 mm

Out Line

(a) Tongue and Groove, Flange, running wheels and screw bolts, have no rag, sharp edge staining.

(b) With good painting surface. (c) Length wise and cross rib are fitted

vertically and without defection. (d) Thinner surface has kept out of

welding gaps.

Drawing To be submitted (As per Attachment in section 9)

5 Running Wheel

(a) Total number of Casting Wheel 6 sets

(b) Chemical Composition of Wheel ZG45 or equivalent

(c) outer diameter of wheel (Min) 640 mm ± 2mm

(d) The center to center distance of Tire (wheel to wheel)

2 Meters

(e) The errors of gaps between two running wheels among four wheels will be

Less than 3 mm. 3mm

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 191: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

187

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

W 12 Meter Mould (450 Dan)

Circular degree

a) Errors of inside diameter of pole mould is + 1mm,

b) Error of Tongue and grove of matching mould is + 1mm to + 3mm.

c) Welding gaps are smooth.

Straight line degree

(a) Straight line degree of inside wall line is 1/25000 of the pole moulds within the full length, it measured value, is +4, + 1mm.

(b) its 1mm to 1mm of the small end. Its +1m to 1mm of the big end.

Gaps

(a) Inside wall gaps connected to flange is 2 mm.

(b) After pole moulds, composed, axial gaps of inside wall is 0.25mm

Displacement test.

(a) Mal position of wedge scam of connected to flange doesn’t exceed 0.25 mm.

(b) After pole moulds, composed, mal position of inside wall is 0.25 mm

Operating test

Pole Moulds where put statically of the centrifugal with speed of 80-120 r/min, after operating 5 minutes, raise up to 450 r/min slowly for 20min, there is no jump and abnormal sounds.

Round gaps of inside wall connected to the flange

<_ 0.25mm

Axial gaps of inside wall after pole moulds are composed

<_ 0.25mm

Gaps in between enhance board and body of mould in the joint of two segment mould.

Allow to have 0.5 mm chinks on a mould, but in 1/10 of the total length of mould, do not allow to have chinks which is greater than 1mm.

Misplaces of inside wall connected to flange

< 2mm; Grinding slope < 1%

MATERIALS SPECIFICATION g) Pole Mould h) Tires/Running Wheel i) Tension & fixing plate j) Lock nut k) Washer l) Tension Shaft

MATERIAL STANDARD SS41 SS49 S45C S45C SS41 S45C

Or equivalent

Hooking for mould lifting At least 3 (three)

Drawing To be submitted (As per Attachment in section 9)

Printed Catalouge To be Submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 192: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

188

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

X 15 Meter Mould (550 Dan)

1 Manufacturer's name and Address for Should be same as of Spinning m/c

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin USA/UK/EU/Japan/South Korea

4 General

(a) Pole Mould’s length in mm (b) The deviation of length of mould of steel in mm

15000 mm + 30 mm, – 5 mm

(a) Pole Mould’s Internal Top diameter in mm (b) Deviation of internal Top diameter of Pole Mould

230 mm + 3mm, -1 mm

(a) Pole Mould’s internal Bottom diameter in mm (b) Deviation of internal of Pole Mould.

430mm + 3 mm, -1 mm

Deviation of inner diameter of Pole Mould in the joint of two Segment

2-4 mm

Pole Mould’s Accessories

Tension plate, fixing plate, tension shaft, strength plate, Lock bolt + nut + washer, pin to complete set of mould’s accessories.

Slope 1/75

Thickness of Transverse stiffener To be mentioned

Thickness of longitudinal stiffener To be mentioned

Clamp 240 sets

Bolt + nut + washer + pin 120 sets

Joint bolt and nut 16 sets

Shell thickness 8 mm

Out Line

(a) Tongue and Groove, Flange, running wheels and screw bolts, have no rag, sharp edge staining.

(b) With good painting surface. (c) Length wise and cross rib are fitted

vertically and without defection.

(d) Thinner surface has kept out of welding gaps.

Drawing To be submitted (As per Attachment in section 9)

5 Running Wheel

(a) Total number of Casting Wheel 8 sets

(b) Chemical Composition of Wheel ZG45 or equivalent

(c) outer diameter of wheel (Min0 650 mm ± 2mm

(d) The center to center distance of Tire (wheel to wheel)

2 Meters.

(e) The errors of gaps between two running wheels among four wheels will be

Less than 3 mm.

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 193: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

189

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

X 15 Meter Mould (550 Dan)

Circular degree

a) Errors of inside diameter of pole mould is + 1mm,

b) Error of Tongue and grove of matching mould is + 1mm to + 3mm.

c) Welding gaps are smooth.

Straight line degree

(a) Straight line degree of inside wall line is 1/25000 of the pole moulds within the full length, it measured value, is +4, + 1mm.

(b) its 1mm to 1mm of the small end. Its +1m to 1mm of the big end.

Gaps

(a) Inside wall gaps connected to flange is 2 mm.

(b) After pole moulds, composed, axial gaps of inside wall is 0.25mm

Displacement test.

(a) Mal position of wedge scam of connected to flange doesn’t exceed 0.25 mm.

(b) After pole moulds, composed, mal position of inside wall is 0.25 mm

Operating test

Pole Moulds where put statically of the centrifugal with speed of 80-120 r/min, after operating 5 minutes, raise up to 450 r/min slowly for 20min, there is no jump and abnormal sounds.

Round gaps of inside wall connected to the flange

<_ 0.25mm

Axial gaps of inside wall after pole moulds are composed

<_ 0.25mm

Gaps in between enhance board and body of mould in the joint of two segment mould.

Allow to have 0.5 mm chinks on a mould, but in 1/10 of the total length of mould, do not allow to have chinks which is greater than 1mm.

Misplaces of inside wall connected to flange

< 2mm; Grinding slope < 1%

MATERIALS SPECIFICATION m) Pole Mould n) Tires/Running Wheel o) Tension & fixing plate p) Lock nut q) Washer r) Tension Shaft

MATERIAL STANDARD SS41 SS49 S45C S45C SS41 S45C

Or equivalent

Hooking for mould lifting At least 3 (three)

Drawing To be submitted (As per Attachment in section 9)

6 Printed Catalouge To be Submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 194: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

190

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

Z 15 Meter Mould (650 Dan)

1 Manufacturer's name and Address for Should be same as of Spinning m/c

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin USA/UK/EU/Japan/South Korea

4 General

(a) Pole Mould’s length in mm (b) The deviation of length of mould of steel in mm

15000 mm + 30 mm, – 5 mm

(a) Pole Mould’s Internal Top diameter in mm (b) Deviation of internal Top diameter of Pole Mould

230 mm + 3mm, -1 mm

(a) Pole Mould’s internal Bottom diameter in mm (b) Deviation of internal of Pole Mould.

430mm + 3 mm, -1 mm

Deviation of inner diameter of Pole Mould in the joint of two Segment

2-4 mm

Pole Mould’s Accessories

Tension plate, fixing plate, tension shaft, strength plate, Lock bolt + nut + washer, pin to complete set of mould’s accessories.

Slope 1/75

Thickness of Transverse stiffener To be mentioned

Thickness of longitudinal stiffener To be mentioned

Clamp 240 sets

Bolt + nut + washer + pin 120 sets

Joint bolt and nut 16 sets

Shell thickness (Min) 8 mm

Out Line

(a) Tongue and Groove, Flange, running wheels and screw bolts, have no rag, sharp edge staining.

(b) With good painting surface. (c) Length wise and cross rib are fitted

vertically and without defection.

(d) Thinner surface has kept out of welding gaps.

Drawing To be submitted (As per Attachment in section 9)

5 Running Wheel

(a) Total number of Casting Wheel 8 sets

(b) Chemical Composition of Wheel ZG45 or equivalent

(c) outer diameter of wheel 650 mm ± 2mm

(d) The center to center distance of Tire (wheel to wheel)

2 Meters.

(e) The errors of gaps between two running wheels among four wheels will be

Less than 3 mm.

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 195: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

191

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

Z 15 Meter Mould (650 Dan)

Circular degree

a) Errors of inside diameter of pole mould is + 1mm,

b) Error of Tongue and grove of matching mould is + 1mm to + 3mm.

c) Welding gaps are smooth.

Straight line degree

(a) Straight line degree of inside wall line is 1/25000 of the pole moulds within the full length, it measured value, is +4, + 1mm.

(b) its 1mm to 1mm of the small end. Its +1m to 1mm of the big end.

Gaps

(a) Inside wall gaps connected to flange is 2 mm.

(b) After pole moulds, composed, axial gaps of inside wall is 0.25mm

Displacement test.

(a) Mal position of wedge scam of connected to flange doesn’t exceed 0.25 mm.

(b) After pole moulds, composed, mal position of inside wall is 0.25 mm

Operating test

Pole Moulds where put statically of the centrifugal with speed of 80-120 r/min, after operating 5 minutes, raise up to 450 r/min slowly for 20min, there is no jump and abnormal sounds.

Round gaps of inside wall connected to the flange

<_ 0.25mm

Axial gaps of inside wall after pole moulds are composed

<_ 0.25mm

Gaps in between enhance board and body of mould in the joint of two segment mould.

Allow to have 0.5 mm chinks on a mould, but in 1/10 of the total length of mould, do not allow to have chinks which is greater than 1mm.

Misplaces of inside wall connected to flange

< 2mm; Grinding slope < 1%

MATERIALS SPECIFICATION s) Pole Mould t) Tires/Running Wheel u) Tension & fixing plate v) Lock nut w) Washer x) Tension Shaft

MATERIAL STANDARD SS41 SS49 S45C S45C SS41 S45C

Or equivalent

Hooking for mould lifting At least 3 (three)

Drawing To be submitted (As per Attachment in section 9)

6 Printed Catalouge To be Submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 196: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

192

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

AA Complete Sub-station

Manufacturer's Name and address

To be mentioned (HT Panel, VCB, CT, PT, Transformer)

HT Panel: Supply of 16 SWG sheet still clad with powder coated Siemens gray color, dust and vermin proof, free standing, floor mounting type completely factory assembled 11kV, 50Hz,breaking current 20KA, 3-Phase indoor type high tension (HT) switchgear panel having 800A hard drawn electrolytic copper busbars & comprising of followings.

VCB 1 no 630A, 12kV, 25kA rated triple pole 50Hz, LBS & fuse DIN fuse holders(Fixed)

Current Transformer

3 nos. 11 kV cast resin insulated single core current transformer (CT) having ratio 150/5/5A, for metering & Protection.

1st Core: 30VA, Class 0.2M5 for metering

2nd Core:15VA, Class10P10 for protection

Potential Transformer

2 nos dry type cast rasin insulated Potential transformer for open delta connection. Ratio:11000/110V, Burden: 50VA & Class: 0.2

Ammeter 1 no of Digital Ammeter

Voltmeter 1 no of Digital Voltmeter

MCB 1 no TP MCB for PT secondary protection.

Indicating Lamps 3 nos ON/OFF/TRIP indicating lamps.

500 kVA oil immersed Transformer

02 Nos. Three Phased Transformers ground mounted, oil immersed, with standered accessories, indoor use, routine tests and first filling oil included. Design Manufacturing, routine tests, & tolerance according to IEC 76 standared. Standered Fittings: 4 Flat bi-directional roller 2 Lifting lugs. 2 Earthing points. 1 rating Plate (on HV Side) HV Connection: 3 Porcelin bushing LV connection: 4 Porcelin bushing Rated Power in kVA: 500kVA System voltage: 11 KV Frequency: 50Hz Primary voltage: 11000V HV tapping by links in: ±2.5%, -5%, -7.5% Secondary voltage: 415V HV impulse KV peak in KV: 75kV Power frequency KV rms: 28kV Victor group: DYN11 Max. ambient temp in deg. C:40 Altitude lower thank in meter:1000 Temp rise in winding/oil in deg.C:65/55 No load loss: 900w Load loss at 75Deg. C: 7000w Colling Type: ONAN Impedence voltage: 4-5% M4 grade silicon steel sheet HV wires,LV insulated copper bar Transformer oil, Other Insulated materials & fittings

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 197: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

193

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

AA Complete Sub-station

Panel Made of 16 SWG sheet steel clad with powder coated 'Siemens/Moon Shell gray' color, free standing floor mounting type assembled completely automatic PFI plant suitable for operation at 415V, 50Hz. 3Nos, 415 V 1000A hard drawn electorlytic copper busbars.

Relay 1 no 12 stages automatic power factor correction ratay with push button, indication lamp. (Manufacturer- ABB, Schindler, Siemens)

Capacitor

23 no 25 KVAR, 415V, 50Hz, TP dry type power capacitors with built in discharge resister. 1 no 12.5 KVAR, 415V, 50Hz, TP dry type power capacitors with built in discharge resister. 1 no 10KVAR, 415V, 50Hz, TP dry type power capacitors with built in discharge resister.

Magnetic Contact

11 nos 85A, 415V, 50Hz,TP, Magnetic Contactor for Capacitor switching. 1 nos 40A, 415V, 50Hz,TP, Magnetic Contactor for Capacitor switching.

Control & Protection

45 nos HRC fuses with base of adequate ratings. 12 nos indication lamp 1 Set of control MCB

Lightening Arrester

Rated voltage (RMS): 9 kV Rayed system voltage: 12 kV Frequency: 50Hz Minimum Spark over (RMS): 14 kV Minimum Spark (Crest): 40 kV Maximum Impulse Spark (crest) withstand voltage: 45 kV Wet, 10Sec: 24 kV Dry. 1 Min: 28 kV Discharge 33kV (crest): 5KA impulse Current with Stand: 55 KA

Drop Out Fuse

Rated voltage (nominal): 11kV Rated maximum voltage: 15kV Rated frequency : 50Hz Bill: 75 kV Rated Current (RMS): 100A Interrupting current (RMS): 10KA Withstand test voltage wet,10 sec: 30kV Withstand test voltage dry,1 min: 35kV

Earthling

Installation, testing & Commissioning of the earthing system with which comply with DESCO, DESA, PDB, REB, and ELB rules & regulation. Cu wire: 2no./4 no. Cu rod: 2.5 FT for each. PVC pipe: 10FT TOP (Depending on site) Boring Depth: 100FT

Installation Accessories

Installation of transformer, LT Switchgear, PFI plant, including supply of PIB tape, Nut-Bolts, Cable lugs, Binding tie, Cable stand etc. to be supplied.

Single line Drawings

To be submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 198: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

194

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

AB Stand by Generator

1 Manufacturer's name and Address To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin of the component used

USA/UK/EU/Japan/South Korea

4 Rated Capacity 385 KVA (Min)

5 RPM 1500 (min)

6 Engine Power Output at Rated RPM KW: 407 (Min)

HP: 546 (min)

7 Cooling Radiator Cooled

8 No of cylinder are build 6 nos

9 Fuel Consumption Full load : 75 liter/hr (Max) 75% load: 58 liter/hr (Max) 50% load : 40 liter/hr (Max)

Printed Catalouge

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 199: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

195

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description

Unit BPDB’s Requirements Manufacturer's

Guaranteed Data

AC HT, LT Conductors and Cables

1 Name & address of the Manufacturer

To be mentioned

2 Type/Model of the offered Cable To be mentioned

3 Nominal System Voltage KV 33

4 Rated voltage of Cable KV 18/30 (36)

5 Process of manufacturing VCV

6 Number of core and Cross Sectional area of conductor cores

Sq.mm

1 X 300

7 Conductor materials Copper

8 Number of strand ≥ 53

9 Diameter of each strand mm To be mentioned

10 Shape of conductor Compacted Circular

11 Type of conductor screen

Semi-conducting

12 Thickness of semi-conducting

screen

mm

≥ 0.6

13 Average thickness of insulation mm ≥ 8.0

14 Process of curing Dry process

15

Material of Insulation Cross-Linked

Poly-ethylene (XLPE)

16 Type of non-metallic insulating

screen

Semi-conducting

17 Thickness of semi-conducting

Insulation screen

mm

≥ 1.0

18 Number and diameter of copper

Screen strands c

No/mm Based on design

calculation

19 Composition of filler PVC

20 Composition of bedding Extruded PVC

21

Thickness of bedding mm

Based on design

calculation

22 Average thickness of MDPE

over sheath

mm

Based on design

calculation

23 Nominal diameter of complete

cable

mm

Based on design

calculation

24 Nominal weight per meter of

Complete cable

Kg/m

Based on design

calculation

25 Minimum radius of bend round

which cable can be laid

mm

Based on design

calculation

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 200: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

196

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description Unit

BPDB’s Requirements Manufacturer's

Guaranteed Data

AC HT, LT Conductors and Cables

26 Maximum D.C. resistance of Conductor per kilometer at 20° C

Ohm/m <.0601

27 Maximum A.C. resistance of Conductor per meter at a maximum conductor temperature of 90° C

Ohm/m

Based on design

calculation

28 Inductance per kilometer of cable at 50 Hz

mH/Km .353

29 capacitance per kilometer of cable at 50 Hz

mF/km Approximate .25

30 Charging current per conductor per meter at 18000/30000 Volts, 50 Hz

mA

Based on design

calculation

31 Maximum current carrying capacity of conductor in ground

A

Based on design calculation

32 Maximum conductor temperature under continuous loading

°C Based on design

calculation

33 Short- circuit withstand capacity of the cable for 3 sec. duration

kA Min. 25

34 Conductor temperature at the end of short circuit

° C ≤ 230

35 Earth fault withstand capacity for 3 sec.

KA Min. 25

36 Screen short circuit withstand capacity

KA Min. 25

37 Cable resistance & reactance:

a) For positive sequence Ohm/km

Based on design calculation

b) Negative sequence Ohm/km

Based on design calculation

c) Zero sequence Ohm/m

Based on design calculation

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 201: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

197

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

AD Air Compressor System

1 Manufacturer's name and Address To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin USA/UK/EU/Japan/South Korea

4 Air Compressor Power Min.37kw (1 units for emergency purpose) -2ea

5 Type Air cooled screw type compressor

6 Pressure Rating 8.5kg/㎠ (Min)

7 Air Delivery, R.P.M (Min) 5.8㎥/min (Min) & 1850rpm ( Approx)

8 Inhale Air Pressure Temp Atmospheric to + 40℃

9 Air Dryer Capacity To be mentioned

10 Air driyer Type 1ea, Refrigerated type

11 After Cooler Yes

12 Filter Capacity To be mentioned

13 Air Tank Capacity To be mentioned

14 Piping material To be mentioned

15 Accessories for Installation To be mentioned

16 Printed Catalouge To be Submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 202: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

198

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

AE Heavy Duty Lathe

1 Manufacturer's name and Address To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin To be mentioned

4 Max. turning diameter over bed 1250mm

5 Max. job length 6000mm

6 Max. turning diameter on tool head 880mm

7 Max. job machining length 2800mm

8 Effective saddle width (Approx.) 530mm

9 Guide rail V

10 Spindle bore diameter 130mm / 160mm (special order)

11 Front end tape of spindle hole (Min) 140mm

12 Spindle velocity (clockwise) 3.15~315rpm

13 Spindle velocity (anti-clockwise) 4.5~390rpm

14 Max. torque of spindle 12.5kNm (30kW) / 10.5kNm (22kW)

15 Max. cutting resistance 40kN

16 Max. chuck diameter with 4 clamping jaw

1000mm

17 Feeding horizontal 0.05~6mm

18 Feeding vertical 0.1~12mm

19 Vertical distance btw. spindle center and tool level (Min)

48mm

20 Tool cross section 45*45mm

21 Tool turning angle ± 90°

22 Max. upper tool travel 300mm

23 Tool speed horizontal 1870mm/min.

24 Tool speed vertical 3470mm/min.

25 Small tool cartridge 923mm/min.

26 Size (for reference only) 8950*1910*1900mm (L*W*H)

27 Net weight (for reference only) 9000Kg

28 Power capacity 30kVA (22kW) / 45kVA (30kW)

29 Accessories & tools To be mentioned

30 Printed Catalogue To be Submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 203: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

199

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

AF Shaper

1 Manufacturer's name and Address To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin To be mentioned

4 Max. Job length 850mm

5 Max. distance btw ram bottom and table

400mm

6 Max. table transverse movement 710mm

7 Max. table vertical movement 360mm

8 Table size 800*450mm

9 Tool head travel 160mm

10 Ram stroke per minute 17, 24, 35,50, 70, 100

11 Transverse feeding 0.25~3mm, Grade 12

12 Vertical feeding 0.12~1.5mm, Grade 12

13 Motor 5.5kW

14 Dimension 2950*1325*1693mm (approx.)

15 Net weight 3090Kg (approx.)

16 Accessories & tools To be mentioned

17 Printed Catalogue To be Submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 204: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

200

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

AG Welding Machine

1 Manufacturer's name and Address To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin To be mentioned

4 Rated input voltage 380V+/-10%, 3 phase

5 Rated frequency 50Hz

6 Rated input capacity 47KVA

7 Rated input current 125A

8 Rated input power 28.4kW

9 Rated welding current 630A

10 Current regulating range 175~630A

11 Rated output voltage 44V

12 No-load voltage 72V

13 Rated load duty cycle 35%

14 Applicable diameter of welding rod 2.5~6.0mm

15 Efficiency 82%

16 Cooling By air

17 Insulation class H

18 Protection degree IP21S

19 Dimension 805*470*494mm

20 Weight of main body 118Kg

21 Accessories & tools To be mentioned

22 Printed Catalogue To be Submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 205: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

201

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

AH Light Duty Spinning Machine to check the alignment of mould

1 Manufacturer's name and Address To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin To be mentioned

4 Type Single pole

5 Roller center-center distance 2000mm

6 Shaft center-center distance 950mm

7 Roller outer diameter 600mm

8 Roller width 85mm

9 Drive shaft diameter 110mm

10 Length For 15m pole

11 Motor 37kw*6p, rpm: 200~1500+/-10% Insulation : class F

12 Control cabinet (frequency converter) Inverter: 55kw PLC digital type controller for 5 steps of speed

13 Power 380V, 50Hz, 3 phase

14 Material To be mentioned

Motor bed Ss41

Pulley Fc20

15 Accessories & tools To be mentioned

16 Printed Catalogue To be Submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 206: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

202

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

AI Gas Cutting Set

1 Manufacturer's name and Address To be mentioned

2 Manufacturer's Type/ Model To be mentioned

3 Country of Origin To be mentioned

4 Cutting speed 50~750mm/min.

5 Cutting depth 50~350mm

6 Speed control Silicon

7 Bevel angle 0~45oC

8 Cutting oxygen pressure 0.6~0.9Mpa for 160~200mm thickness 0.6~1.0Mpa for 200~270mm thickness 0.7~1.1Mpa for 270~350mm thickness

9 DC motor DC 110V 0.5A 50Hz 300W Speed:3600~4000rpm

10 Size 510*1200*500mm

11 Power 220V 50Hz

12 Weight 28Kg approx.

13 Accessories & tools To be mentioned

14 Printed Catalogue To be Submitted

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 207: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

203

8.0.1 GUARANTEED TECHNICAL PARTICULARS (GTP) FOR

MACHINERY & EQUIPMENTS WITH SPARE PARTS FOR PC POLE FACTORY (To be filled up with the Seal & Signed by both manufacturer and bidder in Manufacturer’s Letterhead Pad, otherwise the bid will be rejected)

Sl. No.

Description BPDB’s Requirements Manufacturer's

Guaranteed Data

AJ

Additional any other machineries or equipments that not mentioned in this document but necessary to fulfill the completion of successful operational activities to complete the SPC Pole Factory having production capacity not less than 96poles/8hrs should be supplied and mentioned here by the Supplier.

1 Air Impact (Discharge rate) 0.7m³/MIN

Country of Origin USA/UK/EU/Japan/South Korea

Weight To be mentioned

2 Machine(s) / equipment(s) to be required for the

completion of successful operational activities to complete the SPC Pole

Factory having production capacity not less than

96poles/8hrs.

3

4

5

6

7

8

9

10

11

Supplier may added as many row as required

Seal & Signature of the Tenderer

Seal & Signature

of the Manufacturer.

Page 208: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

204

SECTION 09

DRAWING

Page 209: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

205

Page 210: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

206

Page 211: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

207

Page 212: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

208

Page 213: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

209

Page 214: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

210

Page 215: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

211

Page 216: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

212

Page 217: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

213

Page 218: Bangladesh Power Development Board Zone/TD for Trunkey...bangladesh power development board tender document for p rocurement of m achineries & e quipment with d esign, installation,

214