TENDER No.: PCD-98/2017 - SJVN...

166
SJVN ARUN-3 POWER DEVELOPMENT COMPANY Pvt. Ltd. (A Subsidiary of SJVN Ltd. Registered in Nepal) Arun-3 HYDRO ELECTRIC PROJECT, NEPAL TENDER DOCUMENT [COMPETITIVE BIDDING] TENDER No.: PCD-98/2017 TENDER DOCUMENT FOR CONSTRUCTION OF 33KV DOUBLE CIRCUIT TRANSMISSION LINE FROM TIRTIRE (NEA) SUB - STATION TO PH (DIDING) AND DAM SITE (NUM) INCLUDING DISTRIBUTION TRANSFORMER ARRANGEMENT AT PH SITE. KHANDBARI October, 2017

Transcript of TENDER No.: PCD-98/2017 - SJVN...

Page 1: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SJVN ARUN-3 POWER DEVELOPMENT COMPANY Pvt. Ltd.

(A Subsidiary of SJVN Ltd. Registered in Nepal)

Arun-3 HYDRO ELECTRIC PROJECT, NEPAL

TENDER DOCUMENT

[COMPETITIVE BIDDING]

TENDER No.: PCD-98/2017

TENDER DOCUMENT FOR CONSTRUCTION OF 33KV DOUBLE CIRCUIT TRANSMISSION LINE FROM TIRTIRE (NEA) SUB - STATION TO PH (DIDING) AND DAM SITE (NUM) INCLUDING DISTRIBUTION TRANSFORMER ARRANGEMENT AT PH SITE.

KHANDBARI October, 2017

Page 2: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

TABLE OF CONTENT

Section Description

Section-I

Notice Inviting Tender (NIT)

Section-I-A

Description of Project

Section-II

Instruction To Bidders(ITB)

Section-III

Bidding Forms

Section-IV

General Conditions of Contract

Section –V

Contract Forms

Section-VI

Scope of work, Technical specifications and Bid Data Sheets

Section- VII

Construction Standards

Section-VIII

Bill of Quantities

Section-IX

Tender Drawings

Page 3: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SECTION-I

NOTICE INVITING TENDER

Page 4: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SJVN Arun-3 Power Development Company (P) Ltd.

Khandbari, Nepal

(Registration No: 111808/69/070)

SAPDC/SE(P&C)/Arun-3HEP/PCD-98/2017-1161 Dated: 13.10.2017

NOTICE INVITING TENDER

1. SJVN Arun-3 Power Development Company (P) Ltd. (SAPDC), Khandbari, Nepal (A

Subsidiary of SJVN, a joint venture of GoI & Govt. of H.P.) having Registered office at

Kathmandu, Nepal invites sealed bids from interested eligible bidders registered in

appropriate category, for the work mentioned here- in- under on Item Rate Basis under

Single Stage Two Bid System:

1. Name of Work: Construction of 33KV double circuit

transmission line from Tirtire (NEA) sub -

station to PH (Diding) and Dam Site (Num)

including distribution transformer

arrangement at PH site.

1.1 Tender No PCD-98

1.2 NIT reference PCD-98

1.3 Time Allowed for Completion of

whole of the works

Total time for completion of work has been

kept as 12 months to be reckoned from the 15th

day of issuance of Letter of Acceptance.

1.4 Estimated Cost NPR. 33,56,10,000/- (inclusive of VAT)

1.5 Cost of Bidding Document

(Non-refundable)

NPRs. 2500/- in the form of bank

draft/Manager’s cheque payable at

Khandbari, Nepal in favour of SJVN Arun-

3 Power Development Company Pvt. Ltd.

1.6 Date and time for availability of

Bidding document

13.10.2017 to 02.11.2017 (upto 1300 Hrs.)

1.7 Earnest Money Deposit NPRs 67,12,200/- (to be submitted as per

clause no. 14, Section-II, ITB).

1.8 Last date & time for submission of

Bid(s).

02.11.2017 Time: upto 1500 Hours.

1.9 Time and Date for opening of part-

1 (Techno-commercial bid).

04.11.2017 Time: At 1530 Hours.

1.10 Bid validity period

120 days from the last date of submission of

bids.

Page 5: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

1.11 Place of submission/opening bids

(As per Sr. No. 17.7 of ITB, Section-

III)

Superintending Engineer (P&C), Arun-3HPP, SAPDC, Plot no. 583,

Sajak Tole, Koshi Highway, Khandbari

Distt. Sankhuwasabha, Nepal

Phone:-+977-29560766

1.12 Authority/Officer inviting Tender Superintending Engineer (P&C),

Arun-3HPP, SAPDC, Plot no. 583,

Sajak Tole, Koshi Highway, Khandbari

Distt. Sankhuwasabha, Nepal

Phone:-+977-29560766 [email protected]

2. The bidding document containing Instructions to Bidders, General Conditions of Contract,

Specifications, Drawings, Bill of Quantities etc. can be downloaded from websites

www.sjvn.nic.in or www.eprocure.gov.in or can also be purchased from SAPDC office

at Khandbari or from the Registered Office. The bidders may submit their bid either by post

or physically in the tender box kept in the SAPDC office at Plot No. 583, Sajak Tole, Koshi

Highway, Khandbari, Distt. Sankhuwasabha, Nepal.

Bids of those Bidders who have submitted the requisite Tender document fee and

EMD (as per ITB Clauses) shall only be considered for bid evaluation.

3. A To qualify for award of the Contract each bidder should have;

(i) (a) Experience of at least 1 (one) transmission line project which includes supply,

delivery, installation/erection, line stringing, commissioning, testing and handover of complete project with minimum 30 km of 33kV or above transmission lines in a single contract in last 7 years.

In case of bidder participating in JV the lead partner shall meet aforesaid criteria whereas the partner other than lead partner shall have Experience of at least 1 (one) transmission line project which includes supply, delivery, installation/erection, line stringing, commissioning, testing and handover of complete project with minimum 30 km of 11 kV or above transmission lines in a single contract in last 7 years.

(b) Experience of having successfully completed following similar works as

Prime Contractor or JV member or approved sub-contractor during the

preceding seven years to be reckoned from the last day of the month previous

to the one in which NIT is invited:

One similar completed work costing not less than NPR 23,50,00,000/-

Or

Two similar completed works costing not less than NPR 13,40,00,000/-

Or

Three similar completed works costing not less than NPR 10,00,00,000/-

The similar work means that “the Contractor should have the experience of

supply, delivery, installation/erection, line stringing, commissioning and

testing of transmission line along with associated sub-station."

In support of above experience condition, the bidder shall submit copies

of award letter along with successful completion certificate from the

Page 6: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

agency/firm for which work was executed. The bid shall be treated as non-

responsive in case bidder fails to provide supporting document in respect of

turnover and experience as detailed above.

In case of Joint Venture, each partner of Joint Venture should meet the

Qualification Criteria in proportion to his interest in the Joint Venture.

The number of partners in case of Joint Venture including lead partner shall

not be more than two (2).

2. Average Annual financial turnover during the last 3 years, ending 15th July 2016, should

be at least NPRs 10,00,00,000/-.

In support of above, Balance Sheets and /or Audit Reports and/or tax clearance

certificate obtained from the Inland Revenue Department or documents showing

submission of tax returns for the past three financial years shall be furnished by the

Bidder.

Further, in case where Audited Financial result for the immediately preceding year are

not available, then a statement of account as on the closing date of the immediately

preceding financial year depicting the Turnover duly certified by their Statutory Auditor

Certified Public Accountant carrying out the Statutory Audit shall be enclosed with the

Application along with copy of appointment letter of the Statutory Auditor.

In case of Joint Venture, each partner of Joint Venture should meet the Qualification

Criteria in proportion to his interest in the Joint Venture.

3.B Each bidder must produce:

i. Company profile and details regarding organization.

ii. A declaration that the information furnished with the bid documents is correct in all

respects in accordance with Form of Declaration provided in Section-III of the

bidding documents.

iii. An undertaking to that effect that the bidder has read all the documents downloaded

documents along with the NIT and there is no deviation from the standard terms

and conditions of the bidding document & NIT etc. in accordance with Tender Form

provided in Section-III of the bidding documents.

3.C Even though the bidders meet the above qualifying criteria; they are subject to be

disqualified if they have:

(i) made misleading or false representations in the forms, statements, declarations and

attachments submitted in proof of the qualification requirements; and/or

(ii) Record of poor performance such as abandoning the works, not properly completing

the contract, inordinate delays in completion, litigation history, or financial failures

etc.

(iii) Participated in the previous bidding for the same work and had quoted abnormally

high or low bid prices and could not furnish rational justification for it to the

Employer.

4. Bidding document shall be available on website www.sjvn.nic.in and

www.eprocure.gov.in. At any time before the submission of bids, SJVN Arun-3 Power

Development Company Private Limited may modify/ amend the Bidding document and

Page 7: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

extend the last date of submission/opening of the Bid and any other key dates by issuing a

corrigendum/addendum and such corrigendum/addendum to this notice as well as to the

Bidding document shall be available only on following websites:

A www.sjvn.nic.in

B www.eprocure.gov.in

As such, the Bidders are advised to visit the above websites regularly before deadline for

submission of Bids.

5. Any Corrigendum /Addendum thus issued shall form part of bidding document and shall

be communicated in writing as well to the Bidders, who have intimated to the undersigned

that the document has been downloaded by them.

6. To give prospective bidders reasonable time in which to take an addendum into account in

preparing their bids, the Employer shall extend, as necessary, the deadline for submission

of bids.

7. Employer reserves the right to cancel the tendering process at any time before award of

work without assigning any reason

8. For any enquiry/clarification etc. bidders may contact at the address of the undersigned:

For &on the behalf of SAPDC

Superintending Engineer (P&C)

Arun-3HPP, SAPDC,

Koshi Highway, Khandbari

Distt. Sankhuwasabha, Nepal

Tel. No. +977-029-560766

E-mail Address: [email protected]

Page 8: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SECTION-I-A

DESCRIPTION OF PROJECT

Page 9: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

1.0 INTRODUCTION

Nepal is blessed with abundant source of water resources. The amount of water resources

and the geographical variations show the great potential of hydro-electric power

development in the country. Access to reliable and quality energy is the pre-requisite for

the overall development of any nation.

SJVN is an international hydropower generation company that has already constructed

numbers of hydropower plants in India. SJVN Limited has entered into the MOU with

Government of Nepal (GoN) for the development and implementation of Arun 3 HEP 900

MW on Built Own Operate and Transfer (BOOT) basis.

For the construction of proposed Arun -3 Hydropower project, the power has to be drawn

from the NEA (Nepal Electricity Authority) Substation at Tirtire. The proposed 33 kV

Transmission line starts form 33 kV NEA Substation at Tirtire and passes through 4 Nagar

Palika and 2 Gaun Palika to reach the proposed Power house and Dam site of the Arun-3

Hydropower Project. The approximate length of the Route is 46.58 km. 33 kV double

circuit transmission line shall be constructed from the NEA sub-station to Power House

and Dam site location. SAPDC calls eligible and experienced bidders for Supply,

Delivery, Installation/Erection, Commissioning, Testing and Handover of 33 kV line

materials from Tirtire Substation to Project site for construction power purpose.

Detailed topographic survey of transmission line corridor was done using Total Station

and other machines as per the requirement of site. The topographical map with the pole

locations in 1:2000 scales with contour interval of 1 m. has been prepared. Plan and Profile

has also been generated. Key plan and Angle point details is in Drawing Section.

Details of Poles, Circuit Configuration etc. is shown in drawing section of the document.

All technical documentation as specified herein shall be prepared by the Contractor. The

Contractor shall employ skilled drafting personnel to produce all documentation specified.

All technical documentation prepared by the Contractor shall be subject to the approval of

the SAPDC prior to acceptance by the SAPDC of such documentation. All technical

documentation shall be prepared in the English language. The project area lies in the

mountainous region; hence excavation for pole erection at some places may not be an easy

job. Contractors can visit the site and get familiar with the site conditions.

Bidders shall strictly follow the work schedule presented in the document. Drawings

shown in the document are indicative only; Bidders shall prior to manufacture submit the

drawings of materials.

Page 10: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

2.0 SALIENT FEATURES OF THE PROJECT

Features Description

General

Name of Project Arun-3 HPP 33 kV Construction Power Transmission Line

Development Region Eastern Development Region

Zone Koshi

Project District Sankhuwasabha

Project VDCs/ Municipalities Mamling VDC, Chainpur Municipality, Wana VDC, Syabun

VDC , Khadbari Municipality, Diding VDC, Num VDC,

Project affected Gaupalikas and

Municipalities (according to reformed

structure)

Dharmadevi Na. Pa., Chainpur Na. Pa, Khadbari Na. Pa.,

Panchkhapan Na. Pa., Chichila Gau Palika, Makalu Gau Palika,

Starting point

Tirtire Substation NEA, Mamling

End Point Dam site of Arun-3, Num VDC

System Data

System voltage kV 33 kV

System maximum voltage kV 36 kV

System nominal frequency Hz 50 Hz

Line Data

Total Line Length km

No of APs

No. of SPs

No. of Voltage Control Transformer

46.5 km

374

585

1

Circuit Double Circuit

Right of way (m) 5 m (2.5 m either side from the center line)

Nominal Span (m) 45 m

Phase spacing (Vertical) (mm) 1500 mm

Type of Conductor ACSR “Dog”

Size of Conductor Eqvt. 64.5 mm2, 324 AMP (IS Standard)

Line Current (Amp) 102.91 Amp @ 0.85 Power Factor per circuit

Type of Pole Steel Tubular Pole 13 m 540 SP 72

Voltage Regulation (%) 4.88 % at 100% loading

TL loss (%) 9.94% at 100% loading

Conductor

Conductor size (mm2) 100 mm2

Conductor type ACSR (Dog)

Ultimate Strength T1 (kg) 3299

Coefficient of linear expansion (per 0C) 0.0000195

Standard mass of conductor (kg/km) 394

Electrical D.C. resistance at 20°C (ohm/km) 0.27450 Ω/km for single ckt at 75°C

Page 11: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Features Description

Cross section (mm2) 118.50

Design data of conductor

Temperature

Maximum ambient temperature (oC) 45

Minimum ambient temperature (oC) -2.5

Maximum temperature of conductor (oC) 80

Everyday temperature of conductor (oC) 32

Wind loads

Wind pressure on the whole projected area

of conductors kg/m² 75

Tensile Strength of Steel 540 N/mm2

Yield Strength of Steel 275 N/mm2

Poles

Type of Poles Telescopic Steel Tubular Pole

Average height of Pole 13 m

Height above ground 11 m

Height below ground 2 m

Foundation

Foundation Type Individual Concrete Footing

Major Crossing

Number of Road crossing 78

Number of river crossing 3

Number of Kholsis Crossing 85

Number of settlement crossing 37

Electric Line Crossing 11

Design Clearance

Normal ground for pedestrians only 5.8 m

Residential area 6.1 m

Road and streets 6.1 m

Highways 6.1 m

Page 12: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

3.0 GENERAL INFORMATION

The climate in the Project area is predominately determined by the monsoon. The wet or

monsoon season lasts from mid-June to mid-September, whereas the remaining months are

working reason.

The Project area falls in seismic zone-V. The rock mass in the project area consists mostly of

area gneiss, granite gneiss and mica schist, belonging stratigraphically to the Himal Group a

formation of per-Cambrian age.

4.0 ACCESS TO PROJECT AREA:

To reach the site of Arun-3 HEP, Nepal the nearest broad gauge railway station is Jogbani,

Bihar (India) and further by road up to Khandbari/Tumlingtar is about nearly 264 Km. Jogbani

in Bihar is a city of India with Nepal border and is just 6.00 Km. from Biratnagar (a major

industrial town of Nepal).

Road conditions in different road segments en-route are as under:-

i) Jogbani to Hile:- Hile is located at a distance of 118 Km from Jogbani and the existing

road up to Hile is black topped road and in good condition. Hile is at EL 1920 m from sea

level.

ii) Hile to Tumlingtar (Hill road route) :- This route is about 111 Km and the road partially

is black topped and kuchhaup to Chainpur (EL 1285m) and Chainpur to Tumlingtar is

black top .

iii) Tumlingtar to Khandbari (15 Km): Khandbari is about 15 Km from Tumlingtar and road

is metalled.

iv) Tumlingtar is also connected to Kathmandu and Biratnagar by air by around thirty five

minutes journey.

v) The site is located at a distance of about 290 Km from Biratnagar near NUM/ Dam site of

Arun-3 HEP in Sankhuwasabha Distt. of Nepal & is accessible through Koshi highway.

There are daily flights also from Kathmandu to Tumlingtar and from Tumlingtar, site is at

a distance of about 62 km through Koshi highway.

4.1 The construction site is in a remote area, there may be difficulty in transportation of materials

& working. The contractor shall carry out the work safely and no unsafe practice shall be

allowed. The tenderers/bidders are expected to take into account above factors while quoting

the rates.

4.2 It is pertinent to mention that any debris that may occur during execution of work, the same

shall be cleared by the contractor at his own cost. Decision of Engineer–in-charge in this matter

shall be final and binding.

4.3 The work is to be done in smooth manner without hindrance to the works of the other agencies,

local people, surrounding & environment and as per the instruction of the Engineer–in-charge.

4.4 The bidders are requested to visit the place of work and ascertain himself/themselves with the

proposed works, surroundings and prevailing law & order conditions.

Page 13: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document
Page 14: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document
Page 15: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

LOCATION MAP OF TRANSMISSION LINE

Page 16: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SECTION –II

INSTRUCTIONS TO BIDDERS (ITB)

Page 17: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

INSTRUCTIONS TO BIDDERS (ITB)

A. General

1. Scope of Bid

1.1 The SJVN Arun-3 Power Development Company Private Ltd. hereinafter referred to as

SAPDC or the Owner or the Employer invites bids for the construction of Works, as described

in these documents and referred to as “the Works”. The name and identification number of the

works is provided in the NIT.

1.2 The successful Bidder will be required to complete the Works in the Time allowed for

Completion specified in the document in accordance with Conditions of Contract.

1.3 Throughout these documents, the terms “bid” and “tender” and their derivatives (bidder/

Bidder, bid/ tender, bidding/ tendering, etc.) are synonymous.

1.4 Bids will be open for Indian and Nepali bidders or their joint ventures.

2. Eligible Bidders

This Invitation for Bid is open to all bidders meeting the Eligibility criteria as defined in Clause

3.3.

2.1 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices

by the Central Government, the State Government or any public undertaking, autonomous

body, authority by whatever name called under the Central or the State Government

(India/Nepal).

3. Qualification of the Bidder

3.1 All bidders shall provide in, Qualification information, a preliminary description of the

proposed work method and schedule, including drawings and charts, as necessary.

3.2 All bidders shall include the following information and documents with their bids in

Qualification Information:

a) Bidding Forms

b) Constitution and legal status of the Bidder, place of registration and principal place of

business.

c) Photo copy of VAT/PAN Registration.

d) Original Power of Attorney in favour of authorized signatory

e) Joint Venture agreement in case of JV; and f) Bid Data Sheets

3.3 To qualify for award of the Contract each bidder should have;

(i) (a) Experience of at least 1 (one) transmission line project which includes supply, delivery,

installation/erection, line stringing, commissioning, testing and handover of complete project with minimum 30 km of 33kV or above transmission lines in a single contract in last 7 years.

In case of bidder participating in JV the lead partner shall meet aforesaid criteria whereas the partner other than lead partner shall have Experience of at least 1 (one) transmission line project which includes supply, delivery, installation/erection, line stringing, commissioning, testing and handover of complete project with minimum 30 km of 11 kV or above transmission lines in a single contract in last 7 years.

(b) Experience of having successfully completed following similar works as Prime Contractor

Page 18: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

or JV member or approved sub-contractor during the preceding seven years to be reckoned

from the last day of the month previous to the one in which NIT is invited:

One similar completed work costing not less than NPR 23,50,00,000/-

Or

Two similar completed works costing not less than NPR 13,40,00,000/-

Or

Three similar completed works costing not less than NPR 10,00,00,000/-

The similar work means that “the Contractor should have the experience of supply,

delivery, installation/erection, line stringing, commissioning and testing of transmission

line along with associated sub-station."

In support of above experience condition, the bidder shall submit copies of award letter

along with successful completion certificate from the agency/firm for which work was

executed. The bid shall be treated as non-responsive in case bidder fails to provide

supporting document in respect of turnover and experience as detailed above.

In case of Joint Venture, each partner of Joint Venture should meet the Qualification

Criteria in proportion to his interest in the Joint Venture.

The number of partners in case of Joint Venture including lead partner shall not be more

than two (2).

(ii) Average Annual financial turnover during the last 3 years, ending 15th July 2016, should be

at least NPRs 10,00,00,000/-.

In support of above, Balance Sheets and /or Audit Reports and/or tax clearance certificate

obtained from the Inland Revenue Department or documents showing submission of tax

returns for the past three financial years shall be furnished by the Bidder.

Further, in case where Audited Financial result for the immediately preceding year are not

available, then a statement of account as on the closing date of the immediately preceding

financial year depicting the Turnover duly certified by their Statutory Auditor Certified

Public Accountant carrying out the Statutory Audit shall be enclosed with the Application

along with copy of appointment letter of the Statutory Auditor.

In case of Joint Venture, each partner of Joint Venture should meet the Qualification Criteria

in proportion to his interest in the Joint Venture.

3.4 Even though the bidders meet the above qualifying criteria, they are subject to be

disqualified if they have:

(i) made misleading or false representations in the forms, statements, declarations and

attachments submitted in proof of the qualification requirements; and/or

(ii) record of poor performance such as abandoning the works, not properly completing

the contract, inordinate delays in completion, litigation history, or financial failures

etc.

(iii) participated in the previous bidding for the same work and had quoted abnormally high

or low bid prices and could not furnish rational justification for it to the Employer.

Page 19: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

4. Cost of Bidding

The bidder shall bear all costs associated with the preparation and submission of his bid and

SAPDC will in no case be responsible or liable for these costs, regardless of the conduct or

outcome of the bidding process.

5. Site Visit

5.1 The Bidders, in their own interest and at his expense, should inspect and examine the site and

its surroundings and satisfy themselves, before submitting their tender, in respect of the site

conditions including but not restricted to the following which may influence or affect the work

or cost thereof under the Contract:

a) Site conditions including access to the site, existing and required roads and other means of

transport/ communication for use by them in connection with the works;

b) Requirement and availability of land and other facilities for their enabling works, colonies,

stores and workshops etc.;

c) Ground conditions including those bearing upon transportation, disposal, handling and

storage of materials required for the work or obtained therefrom;

d) Source and extent of availability of suitable materials including water, etc. and labour

(skilled and un-skilled), required for work and Laws and Regulations governing their use

and employment;

e) Geological, meteorological, topographical and other general features of the site and its

surroundings as are pertaining to and needed for the performance of the work;

f) The limit and extent of surface and sub-surface water to be encountered during the

performance of the work and the requirement of drainage and pumping;

g) The type of equipment and facilities needed, preliminary to, for and in the performance of

the work; and

h) All other information pertaining to and needed for the work including information as to the

risks, contingencies and other circumstances which may influence or affect the work or the

cost thereof under this contract.

5.2 The Bidders should note that information, if any, in regard to the site and local conditions, in

these Bidding Documents, except for the material agreed to be supplied by the Employer, has

been given merely to assist the Bidders and is not warranted to be complete.

5.3 The Bidders should note and bear in mind that the Employer shall bear no responsibility for the

lack of acquaintance of the site and other conditions or any information relating thereto, on

their part. The consequences of the lack of any knowledge, as aforesaid, on the part of the

Bidders shall be at their risk and cost and no charges or claims whatsoever consequent upon

the lack of any information, knowledge or understanding shall be entertained or payable by the

Employer.

B. Bidding Documents

Content of Bidding Documents

6.1 The set of bidding documents comprises the documents listed below and addendum issued in

accordance with Clause 8 of ITB.

Section: Description:

Section-I Notice Inviting Tender (NIT)

Section-I-A Description of Project

Section-II Instructions To Bidders (ITB)

Section-III Bidding Forms

Section-IV General Conditions of Contract

Section –V Contract Forms

Section-VI Scope of Work, Technical Specifications and Bid Data Sheets

Page 20: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Section- VII Construction Standards

Section- VIII Bill of Quantities

Section-IX Tender Drawings

6.2 The bidder is expected to examine carefully all instructions, Forms, Bill of Quantities,

qualification information, General conditions of contract, specifications, and drawings in the

Bid Document. Failure to comply with the requirements of Bid Documents shall be at the

bidder’s own risk. Pursuant to Clause 23 and 24 hereof, bids, which are not substantially

responsive to the requirements of the Bid Documents, shall be rejected. However, after study

of the documents if the bidder notices any error in typing, spellings and/or any omission the

same can be brought to the notice of Owner at least 15 days prior to the deadline for submission

of bids. It shall be the sole discretion of the owner to consider such errors/omissions for which

necessary corrigendum will be issued.

7.0 Clarification of Bidding Documents

A prospective bidder requiring any clarification of the bidding documents may notify to the

Superintending Engineer (P&C), SAPDC, Plot no. 583, Sajak Tole, Koshi Highway, Khandbari,

Nepal. Tel. No.: +977-29560766, Mob. No. 98520 24906.

8.0 Amendment of Bidding Documents

8.1 At any time prior to the deadline for submission of bids, the SAPDC may amend the Bidding

Documents by the issuance of an addendum.

8.2 In case of any amendment/corrigendum to the Tender Document, the same shall be issued by

SJVN Arun-3 Power Development Company Pvt. Limited through press as well as on all the

websites specified at Sr. No. 4 of NIT along with press notice thereof.

8.3 The addendum thus issued shall be part of the bidding documents and shall be communicated

to all prospective bidders who have purchased the Bidding Documents. Prospective bidders

shall promptly acknowledge receipt thereof to the SAPDC.

8.4 In order to afford prospective bidders reasonable time in which to take an addendum into

account for preparing their bids, the SAPDC may, at its discretion extend, as necessary, the

deadline for submission of bids in accordance with Para-18 hereof.

C. Preparation of Bids

9.0 Language of Bids

The bid prepared by the bidder and all correspondence and documents thereto exchanged by

the bidder and the SAPDC shall be written in English language. Supporting documents and

printed literature furnished by the bidder with the bid may be in another language provided

these are accompanied by an appropriate translation of pertinent passages in the above stated

language. For the purpose of interpretation of the bid, the English language shall prevail.

10. Documents Comprising the Bid

10.1 The Bid submitted by the bidder shall comprise the following documents:

a) Envelope-1: EMD and cost of bid document along with Techno-commercial bid, and

b) Envelope-2: Price Bid.

10.2 The Bidder shall treat the Bidding Documents and contents thereof as confidential.

11.0 Bid Prices

Page 21: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

11.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole Works

as described in the Bidding Documents based on Priced Schedule/Bill of Quantity submitted

by the bidder.

11.2 The bidder shall offer rates & prices “on Firm Price Basis” in the Priced Schedule/Bill of

Quantities of the Bidding documents and shall not be subject to adjustment on any account.

The rates quoted by the bidder shall be inclusive of all taxes and duties as applicable.

11.3 The rates and amounts shall be quoted in decimal in such a manner that no interpolation is

possible. The rates and amounts shall be written both in words and figures. Corrections, if

any, shall be made by crossing out, initialing, dating and rewriting. Corrections by applying

correcting fluid shall not be permitted.

11.4 The bidder shall fill in unit rates and prices for all items of Works described in the Bill of

Quantities/Priced Schedule. Items against which no rate or price is entered by the bidder will

not be paid for by the SAPDC when executed, and shall be deemed to be covered by the other

rates and prices in the Bill of Quantities/Priced Schedule. However, the rate for excess over

quantities of such items beyond deviation limit prescribed under the contract will be worked out

in accordance with the provisions contained in the Contract.

11.5 Only unconditional discount offered by the Bidder shall be considered for evaluation.

11.6 As regards the Income Tax, Surcharge on income tax, VAT & any other Taxes such as

Corporate Tax, Service Tax & Work Contract Tax, SAPDC shall not bear any Tax liability

whatsoever. The Bidder shall be liable and responsive for payment of such Tax if applicable

under the provision of law at present or in future in Nepal and SAPDC will make such

deduction at source as applicable. The certificate towards the deduction shall be issued by

SAPDC.

12.0 Currencies of Bid and Payment

The unit rates and prices shall be quoted by the bidder in Nepal Rupees (NPR) and/or Indian

Rupees (INR).

13.0 Bid Validity Period

13.1 Bids shall remain valid for acceptance for a period of 120 days (one hundred twenty days) from

the date of submission of Techno-Commercial Bids prescribed in Para-21.0 hereof.

13.2 The SAPDC may request the bidders to extend the period of validity for a specified additional

period. The request and the bidder’s response shall be made in writing. A bidder may refuse

the request without forfeiting his bid security. A bidder agreeing to the request will not be

permitted to modify his bid, but will be required to extend the validity of his bid security for

the period of the extension and in compliance with Para-14.0 hereof in all respects.

14.0 Bid Security/EMD

14.1 Earnest Money amounting to NPRs 67,12,200/- shall be submitted in the shape of Bank

Draft/Manager Cheque or in the form of irrevocable, valid and fully enforceable Bank

Guarantee in favour of Employer issued by 'A' class commercial bank, in the prescribed form

in the Tender Document. The BG against EMD shall be valid upto 45 days beyond bid validity

period.

14.2 Any bid not accompanied by an acceptable Earnest Money Deposit shall be declared non-

responsive and rejected by the Employer.

14.3 The Earnest Money of unsuccessful bidders will be returned within 28 days of the award of

works to the successful bidder.

Page 22: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

14.4 The Earnest Money of the successful Bidder will be discharged when the Bidder has signed

the Agreement and furnished the required Performance Security Deposit.

14.5 The Earnest Money may be forfeited:

a) if the Bidder withdraws the Bid after bid opening (technical bid) during the period of Bid

validity;

Or

b) if the bidder does not accept the correction of bid price pursuant to clause 24of ITB.

Or

c) if the Bidder adopts corrupt or fraudulent practices

Or

d) in the case of a successful Bidder, if the Bidder fails within the specified time limit to

i. sign the Agreement; and/or

ii. furnish the required Performance Security Deposit.

14.6 No interest shall be paid by SAPDC on Earnest Money Deposit.

15.0 Variation in Bidding Conditions

Bidder shall submit offers which comply fully with the requirements of the Bidding Documents.

Bids which take deviations from the conditions of the contract will not be considered.

16.0 Signing of bid

16.1 The original and all copies of the bids shall be typed or written in indelible ink and shall be

signed by a person or persons duly authorized to sign on behalf of the bidder under legally

enforceable Power of Attorney. All the pages of the bid shall be signed and stamped at the lower

right hand corner by the person or persons signing the bid.

16.2 The bid shall not contain any alterations or additions or deletions except those to comply with

the instructions issued by the owner or as necessary to correct errors made by the bidder in which

case, such corrections shall be initialed by the person or persons signing the bid.

D. Submission of Bids

17.0 Documents comprising the bid and manner of Submission thereof: 17.1 The bid shall consist of two parts as under:

Part –I i) Bid Security/EMD and Cost of Tender Document

ii) Comprising Techno-commercial bid (excluding price bid). The following documents duly

signed shall be submitted in this part of the bid:

a) Bidding Forms

b) Constitution and legal status of the Bidder, place of registration and principal place of

business.

c) Photo copy of VAT/PAN Registration.

d) Original Power of Attorney in favour of authorized signatory

e) Joint Venture agreement in case of JV; and f) Bid Data Sheets

The bidder shall sign and stamp each page of the documents forming part of the bid, on the

left hand cover (bottom side).

Page 23: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

17.2 Part-II Comprising of duly filled Price Schedule/ Bill of Quantities (BOQ).

17.3 In the “Techno-Commercial” part of the bid, the bidder shall not give any indication about the

bid price in any manner whatsoever. Non-compliance of this provision shall result in the

rejection of bid.

17.4 The Part II of the bid (i.e. Price bid) shall be strictly in accordance with the form provided in the

Bill of Quantities /Price Schedule. Non-compliance of this provision shall result in the rejection

of bid.

17.5 The bidder shall not take any deviation from the bid conditions.

17.6 The Part – I & Part-II of the bids shall be packed and submitted in the following manner.

i. Part –I, & Part- II of the bids shall be kept in separate covers duly super scribed with the

“The Part-I and Part-II of the bids duly super scribed with the “Part – I- Bid security- and

cost of Tender Document and Techno Commercial Bid” and ‘Part-II- Price Bid- Original”

and sealed.

ii. The Part-I of the bid shall then be kept in one single cover and sealed duly super scribed

“Bid security and cost of Tender Document and Techno Commercial Bid. Similarly, original

and copy of Part-II of the bid shall then be kept in one single cover and sealed duly super

scribed “Part-II – Price Bid”.

iii. The two separate covers containing Part-I & Part –II of the bid shall then be kept in a cover

and sealed. The outer most cover would bear the following identifications:

On upper left hand corner.

♦ Bid for (Name of Work)

♦ Do not open before ………..

♦ To be opened by tender committee only.

In the center of the cover.

♦ Name of the person/ officer and the office address to whom bid is addressed.

On the bottom left hand corner:

♦ Name and address of the bidder.

17.7 The bidders may submit their bid either by post or physically in the tender box kept in the

SAPDC office at Plot No. 583, Sajak Tole, Koshi Highway, Khandbari, Distt. Sankhuwasabha,

Nepal or alternatively at the Registered Office of SAPDC at 3 Lokhanthali, Madyapur, Thimi,

Kathmandu, Nepal wherein the bids shall be received only till two days prior to the last date for

submission of bids.

However, SAPDC shall not be responsible for any delay in receipt due to any reason whatsoever

and/ or for loss of the bid in postal transit.

18.0 Dead line for Submission of Bids

18.1 The bids shall be received by SAPDC not later than the time & date at the address specified in

the NIT.

18.2 SAPDC may extend the deadline for submission of bids by issuing an amendment in accordance

with Para 8.0 hereof, in which case all rights and obligations of the SAPDC and the bidders

previously subject to the original deadline will then be subject to the new deadline.

Page 24: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

19.0 Late/Delayed Bids Any bid received by the SAPDC after the deadline prescribed by the SAPDC in accordance with

Para-18.0 hereof will be returned un-opened to the bidder.

20.0 Modification and Withdrawal of Bids

20.1 The bidder may modify or withdraw his bid after bid submission, provided that the modification

or notice of withdrawal is received in writing by the SAPDC prior to the prescribed deadline for

submission of bids.

20.2 The bidder’s modification or notice of withdrawal shall be prepared, sealed, marked and

delivered in accordance with the Para-16.0 & 17.0 hereof, with the inner envelopes additionally

marked “Modification” or “Withdrawal” as appropriate.

20.3 No bid may be modified subsequent to the deadline for submission of bids.

21.0 Bid Opening

21.1 Bids for which an acceptable notice of withdrawal has been submitted pursuant to Para-20.0

hereof shall not be opened.

21.2 Then, the Part-I and II of the bid i.e. the envelope containing bid security & cost of tender

document (if downloaded from websites) and the document as per 17.1 and 17.2 of ITB shall be

opened. The bids whose bid security/ cost of tender document (if downloaded from websites) is

either deficient in value and/ or form, will be rejected out rightly & will not be evaluated further.

The price bids i.e. Part-II of only those bidders shall be opened who have submitted EMD and

cost of tender document

21.3 Bidder’s authorized representatives may attend the bid opening. The officers of the SAPDC

authorized for opening of bids will announce the bidder’s name, written notifications of bid

withdrawal if any, the presence or absence of the requisite bid security, the deviations taken by

the bidders, the quoted price etc., and any such detail as the said officer(s) may consider

appropriate. The bidder’s representative(s) shall sign register provided by SAPDC for evidencing

their participation in the process of bid opening.

22.0 Clarification of Bids

To assist in the examination, evaluation and comparison of bids, the SAPDC may ask bidders

individually for clarification of their bids. The request for clarification and the response shall

be in writing or by cable, but no change in the price or substance of the bid shall be sought,

offered or permitted except as required to confirm the correction of arithmetic errors discovered

by the SAPDC during the evaluation of the bids in accordance with sub-Para-24.1 hereof.

23.0 Determination of Responsiveness & Techno-Commercial evaluation

23.1 Prior to the detailed evaluation of bids, the SAPDC will determine whether each bid:

i) meets the eligibility and qualification requirements set out under Para 2.0 & 3.0 hereof ;

ii) has been properly signed.

iii) is accompanied by the required securities, and

iv) is substantially responsive to the requirements of the bidding documents.

23.2 A substantially responsive bid is one, which conforms to all the terms, conditions and

specifications of the Bidding Documents without material deviation or reservation. A material

deviation or reservation is one:

i) which affects in any substantial way the scope, quality, or performance of the Works;

Page 25: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

ii) which limits in any substantial way, inconsistent with the Bidding documents, the SAPDC

rights or the bidder’s obligations under the Contract ; or

iii) Whose rectification would affect unfairly the competitive position of other bidders

presenting substantially responsive bids.

23.3 If a bid is not substantially responsive, it will be rejected by the SAPDC and may not

subsequently be made responsive by correction or withdrawal of the non-conforming deviation

or reservation or by submission of subsequent clarifications.

24.0 Commercial evaluation

24.1 Bids determined to be substantially responsive will be checked by the SAPDC for any arithmetic

errors. Errors will be corrected by the SAPDC as follows:

i) where there is a discrepancy between unit rate in figures and in words, the unit rate in words

will govern; and

ii) Where there is a discrepancy between the unit rate and the line item total resulting from

multiplying the unit rate by the quantity, the unit rate as quoted in words will govern.

iii) In case error due to wrong extension of quantities the quantities as specified in the Bid

documents will be considered and multiplied by the unit rates quoted in words to obtain the

amount.

24.2 The amount stated in the Bid will be adjusted by the SAPDC in accordance with the above

procedure for the correction of errors and shall be considered as binding upon the bidder. If the

bidder does not accept the corrected amount of bid, his bid will be rejected and the bid security

shall be forfeited.

24.3 Evaluation and Comparison of Bids

24.3.1 The SAPDC will evaluate and compare only the bids determined to be substantially responsive

to the requirements of the Bidding Documents in accordance with Para-23.0 hereof.

24.3.2 In evaluating bids, SAPDC will determine, for each bid, the Evaluated Bid Price by adjusting

the bid price as follows.

i) Making any correction for errors pursuant to sub-Para-24.1 hereof;

ii) Making an appropriate adjustment to reflect discounts in accordance with Para-11.5

hereof.

24.3.3 In case bids are invited on Item Rate Method and if the bid of the successful bidder is seriously

unbalanced in relation to the Engineer’s estimate of the cost of work to be performed under

the contract, the Employer may require the Bidder to produce detailed price analyses for any

or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices

with the construction methods and schedule proposed. After evaluation of the price analyses,

the Employer may require that the amount of the performance security set forth in Clause 29

of ITB be increased at the expense of the successful Bidder to a level sufficient to protect the

Employer against financial loss in the event of default of the successful Bidder under the

Contract. The amount of the increased performance security shall be decided at the sole

discretion of the Employer, which shall be final, binding and conclusive on the bidder.

F. Award of Contact

25.0 Award Criteria

Page 26: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Subject to Para-23.0 hereof, the SAPDC will award the contract to the bidder whose bid has

been determined to be substantially responsive to the Bidding documents and who has offered

the lowest evaluated bid price pursuant to Para-24.0 hereof provided the evaluated Bid Price is

within a reasonable variation of the estimated amount of Work.

26.0 Right to accept any Bid and to reject any or all Bids

Notwithstanding Para-25.0, the SAPDC reserves the right to accept or reject any bid or to annul

the bidding process and reject all bids, at any time prior to award of Contract, without thereby

incurring any liability to the affected bidder or bidders or any obligation to inform the affected

bidder or bidders of the grounds for the SAPDC's action.

27.0 Notification of Award

27.1 Prior to the expiration of the period of bid validity prescribed by the SAPDC or any extension

thereof, the SAPDC will notify the successful bidder in writing that his bid has been accepted.

This letter (hereinafter and in the Conditions of Contract called “Letter of Acceptance”) shall

name the sum which the SAPDC will pay to the Contractor in consideration of the execution,

completion and maintenance of the Works by the Contractor as prescribed by the Contract

(hereinafter and in the Conditions of Contract called “the Contract Price”).

27.2 The notification of award will constitute the formation of the Contract.

28.0 Signing of Agreement

28.1 Within thirty (30) days of issue of the Letter of Acceptance, on a date and time mutually agreed

upon, the successful bidder or his authorized representative shall attend the office of SE (P&C),

Arun-3 HPP, SAPDC, Plot no 583, Sajak Tole, Koshi Highway, Khandbari, Nepal for signing

of the Agreement.

28.2 Failure on the part of the successful bidder to comply with the requirements of this Para will

constitute sufficient grounds for the annulment of the award and forfeiture of the bid security.

29.0 Performance Security Deposit

29.1 Within 30 (thirty) days from the date of issue of the Letter of Acceptance, the successful bidder

shall deliver to the Employer a Performance Security of 10% (Ten) of the Contract Price, plus

additional security for unbalanced bids in accordance with Clauses 24.3.3 of ITB and Clause 3

of General Conditions of Contract valid till 45 days beyond Defect Liability Period.

29.2 The Performance Security Deposit shall be in the form of a demand draft / FDR / Banker

Cheque/ Pay order issued by a Class A bank situated in Nepal or international Bank duly

confirmed by first category Nepalese bank acceptable to SJVN Arun-3 Power Development

Company Private Limited. In case amount of performance security deposit is more than NPR.

16 (Sixteen) lakhs, the bidder may submit the same in the form of irrevocable, valid and fully

enforceable Bank Guarantee in favour of SJVN Arun-3 Power Development Company Private

Limited in the form prescribed from a Class A bank situated in Nepal or international Bank duly

confirmed by first category Nepalese bank acceptable to SJVN Arun-3 Power Development

Company Private Limited and shall be valid till 45 (Forty five) days beyond Defect Liability

Period. 29.3 Failure of the successful Bidder to comply with the requirements of Clause 29.1 shall constitute

sufficient grounds for cancellation of the award and forfeiture of the Earnest Money. He will

also be debarred from participating in bids invited by the Project for one year.

30. Corrupt or Fraudulent Practices

Page 27: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

The Employer requires the bidders/Contractors under this contract observe the highest standard

of ethics during the procurement and execution of this contract. In pursuance of this policy, the

Employer:

(a) defines, for the purpose of these provisions, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving or soliciting of any thing of

value to influence the action of a public official in the procurement process or in

contract execution; and

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a

procurement process or the execution of a contract to be detriment of the Employer, and

includes collusive practice among Bidders (prior to or after bid submission) designed

to establish bid prices at artificial non-competitive levels and to deprive the Employer

of the benefits of free and open competition.

(b) will reject a Bid for award of work if he determines that the Bidder recommended for award

has engaged in corrupt or fraudulent practices in competing for the contract in question.

(c) Will declare a Bidder ineligible, either indefinitely or for a stated period of time, to be

awarded a contract/contracts if he at any time determines that the Bidder has engaged in

corrupt or fraudulent practices in competing for, or in executing, the contract.

Page 28: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SECTION-III

BIDDING FORMS

Page 29: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

TENDER FORM

To

The HOD,

P&C Deptt.

SAPDC.

1. We have read and examined the following Bidding Documents relating to

“………………………………………………………………………………………………

………………………………………………………." (insert name of work) complete in all

respects as per site plan drawings and Technical Specifications".

Section: Description of Contents

Section-I Notice Inviting Tender (NIT)

Section-I-A Description of Project

Section-II Instructions To Bidders (ITB)

Section-III Bidding Forms

Section-IV General Conditions of Contract

Section –V Contract Forms

Section-VI Scope of Work, Technical Specifications and Bid Data Sheets

Section-VII Construction Standards

Section- VIII Bill of Quantity

Section- IX Tender Drawings

2. We hereby tender for execution of the work referred to in the documents mentioned in

paragraph one above upon the terms and conditions contained or referred to in the aforesaid

documents and in accordance in all respects with the specifications, designs, drawings and

other details given herein and at the rates contained in Price Schedule/ Bill of Quantity and

within the period(s) of completion and subject to such terms and conditions as stipulated in

the enclosed Bidding Documents.

3. We agree to keep this tender open for acceptance for 120 days after the deadline for

submission of this tender and also agree not to make any modifications in its terms and

conditions on our own accord.

4. A sum of NPRs 67,12,200/- is hereby enclosed in the form of a demand draft / Manager's

cheque order/bank guarantee issued by a Class A bank situated in Nepal or international Bank

duly confirmed by first category Nepalese bank acceptable to SJVN Arun-3 Power

Development Company Private Limited as Earnest Money. We agree that if we fail to keep

the validity of tender open, as aforesaid, or make any modification in the terms and conditions

of our tender on our own accord and/or fail to commence the execution of the works as

provided in the documents referred to in paragraph-1 above, after the acceptance of our

tender, we shall become liable for forfeiture of our earnest money, as aforesaid, and the

Employer shall without prejudice to any other right or remedy, be at liberty to forfeit the said

earnest money absolutely.

Should this tender be accepted, we agree to abide by and fulfil all the terms and conditions

and provisions of the above mentioned Bidding Documents.

Page 30: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

We certify that the Tender submitted by us is strictly in accordance with the terms, conditions,

specifications etc. as contained in your Bidding Documents, referred to in paragraph-1 above,

and it does not contain any deviations to the aforesaid documents. It is further certified that

information furnished in the Tender submitted by us is correct to the best of our knowledge

and belief.

(Signature of person duly authorized to sign the Tender on behalf of the bidder along with

Seal of Company)

Witness:

Name______________________________

Signature_________________ Designation_______________________

Date_____________________ Name of Company___________________

Name & Address_______________________________________

_________________________ Date: _____________________________

Postal Address__________________________ ____________________

Telegraphic Address:____________________ ________________________

Telephone No._____________________ Telex

No._________________________

Fax No.___________________________ e-mail ________________________

Page 31: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

FORM OF DECLARATION

M/s…………………………………………………….(name of Bidder) having its registered

office at …………………………………………………………(hereinafter referred to as 'the

Bidder') having carefully studied all the Bidding Documents, specifications, drawings, the

local and site conditions etc. pertaining to the Work for

“………………………………………………………………………………………………."

(insert name of work) and having undertaken to execute the said works,

DO HEREBY DECLARE THAT:

1. The Bidder is familiar with all the requirements of the Contract.

2. The Bidder has not been influenced by any statement or promise of any person of the

Employer but only the Contract Documents.

3. The Bidder is financially solvent.

4. The Bidder is experienced and competent to perform the Contract to the satisfaction of

Employer.

5. The Bidder is familiar with all general and special laws, acts, ordinances, rules and

regulations of the Municipalities, District, State and Central Government of Nepal that

may affect the work, its performance or personnel employed therein.

6. The Bidder hereby authorizes the Employer to seek reference from the bankers of Bidder

for its financial position.

7. The Bidder undertakes to abide by all labour welfare legislations.

8. The information / statement submitted by the Bidder along with the bid is true and

correct in all respects.

Date:

For and on behalf of the bidder

……………………………………..

(Signature of authorized representative of the Bidder, along with his name, Seal of Company)

Page 32: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

DECLARATION FROM BIDDER

1. We undertake that, in competing for (and if the award of work is made to us for execution) the

above work contract, we shall strictly observe the laws against fraud and corruption in force in

India/Nepal.

2. We declare and covenant that neither we nor any member of the JV are under a declaration

on ineligibility for poor performance / failure, issued by the Govt. of India/ Govt. of Nepal,

State Govt./Govt. Deptt. / PSU.

Yours faithfully,

Signature

[Name and Title of Signatory]

[Name of Bidder/Firm]

Page 33: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

UNDERTAKING REGARDING BLACKLISTING

[Location, Date]

To: [Name and address of Client]

Dear Sir

It is hereby certified that, we {Insert Name of Contractor/Firm) as an individual or as a partner in JV are not

blacklisted by Govt. of India/Govt. of Nepal & its undertaking as on date. The Bidder/Firm will immediately

inform to Client (SJVN Arun-3 power Development Company Private Limited) in case of any change in the

situation any time here in after.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Bidder/Firm

Address:

Seal of the Bidder/Firm_____________________________

Page 34: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

FORM FOR LITIGATION HISTORY

Pending litigation

Year Matter in Dispute Value of pending claim in

NPR Value of pending claim as a % of net worth

Page 35: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

STATEMENT OF SIMILAR WORKS COMPLETED

We declare that we ourselves/ as a member of Joint venture / Approved Sub Contractor have

successfully completed/executed the following similar works during last seven (07) years reckoned

from last day of the month previous to the one in which bids are invited:

Sl.

No.

Name of Work Value of Work

(awarded/executed)

Name of

Client

Date of

LOA/

Agreement

Date of

Completion

Note: -

i. Bidders to fill in the details as provided here-in-above and attach additional pages, if necessary

in case of JV.

ii. Bidders to enclose necessary certificates in support of above details.

iii. Copy of Joint Venture Agreement also to be furnished where the works have been executed in

joint venture.

iv. In case of Joint Venture, each partner of Joint Venture should meet the Qualification Criteria

in proportion to his interest in the Joint Venture.

Page 36: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

AVERAGE ANNUAL TURNOVER

Bidder’s Name & Address

To:

SAPDC

We declare that the Average Annual Turnover during the last 3 years, ending 15th July, 2016 are as under:

S.

No.

Period Turnover

Lead Partner Other Partner

(if applicable)

1. 2013-2014

2. 2014-2015

3. 2015-2016

4. Average annual turnover for the last three

(03) completed financial year

Notes:

i) The Currency Conversion Rate as available on website www.gocurrency.com as on 28 days prior

to application submission deadline, shall be considered for converting the figures from foreign

currency into Nepali currency. However, in case the conversion rates are not available on said

website, the Employer may consider the conversion rates from other website. The decision of

Employer in this regard shall be final.

ii) In case of Joint Venture, each partner of Joint Venture should meet the Qualification Criteria in

proportion to his interest in the Joint Venture.

Page 37: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

CONSTRUCTION METHOD AND SCHEDULE

Time for Completion allowed for execution of the Works: 12 months to be reckoned from 15th day

from the issuance of Letter of Acceptance

The Bidder should furnish a brief write up, backed with adequate data, explaining his available capacity

and experience (both technical and commercial) for the design and supply of the required materials

within the specified time of completion after meeting all his current commitment. Construction

Schedule to be submitted by the bidders along with the bid.

The above schedule shall be supplemented from time to time to achieve the required targets and as per

directions of Engineer-in-charge.

Page 38: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

CONSTRUCTION PLANT, EQUIPMENT & MACHINERY AND ITS PLANNING SCHEDULE

Sl.

No.

Nam

e of

Eq

uip

men

t

Mak

e &

Mod

el

Cap

acit

y

Tota

l N

o.

of

Equip

ments

Sourc

e /s

ourc

es o

f M

obil

izat

ion

Yea

r of

Purc

has

e

Whet

her

New

/O

ld

Hours

run

No.

of

ov

erhauli

ng a

lrea

dy d

on

e

Pro

pose

d d

eplo

ym

ent

for

the

work

month

wis

e phasi

ng i

n a

cco

rdance

wit

h c

onst

ruct

ion S

chedule

Rem

arks

1 2 3 4 5 6 7 8 9 10 11

12

Note:

1. The above schedule will be supplemented from time to time to achieve the required targets and as per

directions of Engineer-in-charge.

2.

3. Under the head "source/sources of mobilization", the Contractor would clearly indicate the source(s) of

equipment and the time when it could be released from his existing works (s) / contract (s) for work (s)

/ contract (s) in question For the new equipment, the Contractor would indicate the source of purchase

and the likely delivery after placement of order.

Page 39: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

LIST OF PLANT, MACHINERY & EQUIPMENT IMMEDIATELY AVAILABLE WITH THE

CONTRACTOR /TO BE LEASED FOR DEPLOYMENT ON THE WORKS

Sl.

No.

Name of

Machinery Quantity

Description, size,

capacity, model

etc.

Condition Year of

Service

Present

location

Owned

Leased

Page 40: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

PROPOSED TECHNICAL PERSONNEL, QUALIFICATION AND EXPERIENCE

The bidder shall propose minimum no. of technical personnel as specified here-in-under for the work having

Qualifications and Experience as under:

Technical Personnel Number Experience in

Electrical/Civil Works

Supervision

Works costing Rs 50 Lakh to Rs. 1 Crores

Degree / Diploma Holder in Electrical Engineering

1

2 years

Works costing between 1 Crore to Rs. 5 Crores

Degree /Diploma Holder in Civil/Electrical Engineering

2

2 years

Works costing between Rs. 5 Crores and Rs. 10 Crores

Degree/Diploma Holder in Civil/Electrical Engineering

3

2 years

Works costing above Rs. 10 Crores

Degree/Diploma Holder in Civil/Electrical Engineering

3-Elect.

1 - Civil

2 years

The Bidder shall designate the name of Project Manager (who shall necessarily be a Degree

holder) and his team along with their qualification and experience who shall be associated with

the work throughout the contract duration. The names so specified shall not be changed post-

award and in case of any change in name post-award, the approval of the same shall have to be

obtained from the designated Engineer-in-Charge.

Page 41: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SECTION –IV

GENERAL CONDITIONS OF CONTRACT

Page 42: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

GENERAL CONDITIONS OF CONTRACT

CLAUSE-1: DEFINITIONS:

In the contract, the following expression shall, unless the context otherwise requires, have the

meanings thereby respectively assigned to them:

(i) Bill of Quantities or Schedule of Quantities & Prices: means the priced and completed

bill of quantities forming part of the Contract.

(ii) Contract: means the document forming the tender, acceptance thereof and the formal

agreement executed between the SJVN Arun-3 power Development Company Private

Limited and the Contractor, together with documents referred to therein.

(iii) Contract Price: means the amount arrived at by multiplying the quantities shown in the Bill

of Quantities by the respective item rates as allowed and included in the Letter of

Acceptance.

(iv) Contractor: means the successful Bidder who is awarded contract to perform the work

covered under these Bidding Documents and shall be deemed to include the Contractor's

successors, executors, representatives or assigns.

(v) Corporation or Employer: means the SJVN Arun-3 Power Development Company Private

Limited having its office at Koshi Highway, Khandbari, Distt, Sankhuwasabha, Nepal, and

includes therein legal representatives, successors and assigns.

(vi) Construction Drawing: means such drawings approved in writing by the Engineer-in-

Charge/ Employer and issued for actual construction of the Works from time to time by the

Engineer-in-Charge.

(vii) Contractor’s Equipment: means all appliances and things of whatsoever nature (other than

Temporary Works) required for the execution and completion of the Works and the

remedying of any defects therein, but does not include Plant, materials or other things

intended to form or forming part of the Permanent Works.

(viii) Cost: The word “cost” shall be deemed to include overhead costs whether on or off the site.

(ix) Day: means a calendar day beginning and ending at midnight.

(x) Drawing: means and shall include Tender drawing and Construction Drawing.

(xi) Engineer-in-Charge/Engineer: means the Engineering Officer nominated by the Employer

or its duly authorized representative to direct, supervise and be in charge of the works for

the purpose of this contract.

(xii) CEO: means the CEO deputed by of the Employer or as the case may be.

(xiii) Letter of Award or Acceptance: means a letter from the Employer conveying the

acceptance of the tender/offer subject to such reservations as may have been stated therein.

(xiv) Permanent works: means the permanent works to be executed (including Plant) in

accordance with the Contract.

(xv) Plant: means machinery, apparatus and like intended to form or forming part of Works.

(xvi) Site: means the land and/or other places, on or through which the works are to be executed

including any other lands or places which may be allotted for the purpose of the contract.

(xvii) Specifications: means the Technical specification of the Works included in the Contract and

any modification thereof or addition thereto made under Clause 18 or submitted by the

Contractor and approved by the Engineer.

Page 43: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

(xviii) Sub-Contractor: means any person named in the Contract as a Sub-Contractor for a part of

the Works or any person to whom a part of the Works has been subcontracted with the

consent of the Employer and the legal successors in title to such person, but not any assignee

of any such person.

(xix) Time for Completion : means the time for completing the execution of and passing the

Tests on Completion of the Works or any Section or part thereof as stated in the Contract (or

as extended under Clause 39) calculated from the Commencement Date.

(xx) Temporary works: means all temporary works of every kind (other than Contractor's

Equipment) required in or about the execution and completion of the Works and the

remedying of any defects therein.

(xxi)

Tender Drawings: means the drawings referred to in the Specifications and/or appended

with the Bidding Documents.

(xxii) Urgent Works: means any urgent measures, which in the opinion of the Engineer-in-

Charge, become necessary at the time of execution and/or during the progress of work to

obviate any risk of accident or failure or to obviate any risk of damage to the structure, or

required to accelerate the progress of work or which become necessary for security or for

any other reason the Engineer-in-Charge may deem expedient.

(xxiii) Week: means seven consecutive calendar days.

(xxiv) Work or Works: means Permanent Works and/or Temporary Works to be executed in

accordance with the Contract.

CLAUSE 2: INTERPRETATION

2.1 Words importing the singular only shall also include the plural; he includes she and vice versa

unless this is repugnant to the context. Unless specifically defined, words shall have normal

meaning under the language of Contract.

2.2 Heading and marginal notes in these General Conditions shall not be deemed to form part

thereof or be taken into consideration in the interpretation or construction thereof of the

Contract.

2.3 Any error in description, quantity or price in Bill of Quantities or any omission there from

shall not vitiate the Contract or release the Contractor from execution of the whole or any part

of the Works comprised therein according to drawings and Specifications or from any of his

obligations under the Contract.

2.4 Detailed drawings shall be followed in preference to small scale drawings (sketch drawings)

and figured dimensions in preference to scaled dimensions. In the case of discrepancy

between the Letter of acceptance issued by Employer, Technical Specifications, General

Conditions of Contract, the Tender Drawings and/or Bill of Quantities and other documents

of Contract the following order of precedence shall prevail:

a) Agreement

b) Letter of Acceptance;

c) General Conditions of Contract;

d) Scope of Work and Technical Specifications;

e) Construction Standards;

f) Priced Bill of Quantities;

g) Contractor’s Bid other than BOQ;

h) Tender Drawings;

i) Any other document forming part of the Contract.

Page 44: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

CLAUSE 3: SECURITY DEPOSIT

3.1 The Security Deposit shall comprise the following

(i) Performance Security Deposit to be furnished by the Contractor within 30 days of issue of

Letter of Acceptance

(ii) Retention Money to be recovered from Interim bills of the Contractor.

3.2 The Contractor shall within 30 (Thirty) days from the date of issue of Letter of Acceptance,

furnish a Performance security deposit of 10% (Ten percent) of the Contract Price for due

performance of contract, in the following form:

(a) Demand draft / FDR / Banker Cheque/ Pay order issued by a Class A bank situated in

Nepal or international Bank duly confirmed by first category Nepalese bank acceptable to

SJVN Arun-3 Power Development Company Private Limited in the name of Employer,

Or (b) Irrevocable, valid and fully enforceable Bank Guarantee in favour of SJVN Arun-3

Power Development Company Private Limited from Class A Banks situated at Nepal

acceptable to Employer in the prescribed form.

3.3 Retention money shall be deducted by the Engineer-in-Charge from the interim bills of

the Contractor @ 5% (five percent) of the total value of each bill of the work done

(including those of price variation) towards security deposit.

3.4 If the Contractor expressly requests in writing, he will be permitted to convert the amount of

Retention Money deducted from his interim bills into Bank Guarantee to be submitted in the

prescribed form, when cumulative retention money reaches more than 50% of the maximum

limit i.e. 50% of 5% of Contract Price, subject to minimum amount of NPRs 1.6 Crore or

more in each event, if applicable. The Contractor shall ensure and demonstrate that all such

amounts shall be used strictly for completion of same work.

3.5 All compensation or other sums of money payable by the Contractor to the Employer under

the terms of this Contract or any other contract or on any other account whatsoever may be

deducted from Security Deposit. Also in the event of the Contractor's Security Deposit being

reduced by reasons of such deductions, as aforesaid, the Contractor shall, within 14 days of

receipt of notice of demand from the Engineer-in-Charge, make good the deficit in Security

Deposit.

3.6 Should there arise any occasion under the Contract due to which the periods of validities of

Bank Guarantees as may have been furnished by the Contractor from time to time, are required

to be extended/renewed, the Contractor shall get the validity periods of such guarantees

extended/renewed, and furnish these to the Engineer-in- Charge one month before the expiry

date of the aforesaid Guarantees originally furnished failing which the existing Bank

Guarantees shall be invoked by the Engineer-in-charge. Also in case of any deficit in securities

on any account as might occur or is noticed, the Contractor shall forthwith recoup/replace the

same with acceptable Security Deposit.

3.7 Bank Guarantees as aforesaid shall be valid till 45 (Forty five) days beyond Defect Liability

Period specified under the Contract.

3.8 The original BG against Performance Security Deposit and Retention Money (if applicable)

should be sent by the Bank to SJVN Arun-3 Power development Company directly under

Page 45: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Regd. Post (A.D.). However, in exceptional cases, where the original BG against Performance

Security Deposit and Retention Money is handed over to the bidder by the issuing

bank/branch, the bidder shall ensure that an un-stamped duplicate copy of the BG against

Performance Security Deposit and Retention Money has been sent immediately by the issuing

bank/branch under Regd. Post (A.D.) directly to SJVN Arun-3 Power Development Company

with a covering letter to compare with original BGs and confirm that it is order.

CLAUSE 4: REFUND OF SECURITY DEPOSIT

4.1 The Security Deposit less any amount due shall, on demand, be returned to the Contractor

on or before 14th day after issuance of Defects Liability Certificate (referred in Clause 43

and 57 hereof). No interest on the amount of Security Deposit shall be paid to the Contractor

at the time of release of Security Deposit as stated above.

CLAUSE 5: SUFFICIENCY OF TENDER

5.1 The Contractor shall be deemed to have satisfied himself as to the correctness and sufficiency

of the Tender and of the rates and prices stated in the Bill of Quantities, all of which shall,

except insofar as it is otherwise provided in the Contract, cover all his obligations under the

Contract and all matters and things necessary for the proper execution and completion of the

Works and the remedying of any defects therein.

CLAUSE 6: CONTRACT DOCUMENTS

6.1 The Contract shall be signed in two originals, one for each party to the Contract. The language

of the contract shall be English.

6.2 One copy of Contract shall be kept by the Contractor on the Site in good order and the same

shall at all reasonable time be available for inspection and use by the Engineer-in-Charge, his

representatives or by other Inspecting Officers.

6.3 None of these Documents shall be used by the Contractor for any purpose other than that of

this contract.

CLAUSE 7: LIFE-SAVING APPLIANCES AND FIRST-AID EQUIPMENT

7.1 The Contractor shall provide and maintain upon the works sufficient, proper and efficient life-

saving appliances and first-aid equipment. The appliances and equipment shall be available

for use at all time.

CLAUSE 8: DUTIES AND POWERS OF ENGINEER-IN-CHARGE/HIS

REPRESENTATIVE

8.1 The duties of the Engineer/ representative of the Engineer-in-Charge are to watch and

supervise the works and to test and examine any materials to be used or workmanship

employed in connection with the works.

8.2 The Engineer-in-Charge may, from time to time in writing, delegate to his representative any

of the powers and authorities, vested in the Engineer-in-Charge and shall furnish to the

Contractor a copy of all such written delegation of powers and authorities. Any written

instruction or written approval given by the representative of the Engineer-in-Charge to the

Contractor within the terms of such delegation shall bind the Contractor and the Employer as

though it has been given by the Engineer-in-Charge.

Page 46: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

8.3 Failure of the representative of the Engineer-in-Charge to disapprove any work or materials

shall be without prejudice to the power of the Engineer-in-Charge thereafter to disapprove

such work or materials and to order the pulling down, removal or breaking up thereof. The

Contractor shall, at his own expense, again carry out such works as directed by the Engineer-

in-Charge.

8.4 If the Contractor is dissatisfied with any decision of the representative of the Engineer-in-

Charge, he will be entitled to refer the matter to the Engineer-in-Charge who shall thereupon

confirm, reverse or vary such decision and the decision of the Engineer-in-Charge in this

regard shall be final and binding on the Contractor.

CLAUSE 9: ASSIGNMENT AND SUBLETTING

9.1 The Contractor shall not sub-let, transfer or assign the whole or any part of the work under

the Contract. Provided that the Engineer-in-Charge may, at his discretion, approve and

authorize the Contractor to sub-let any part of the Work, which, in his opinion, is not

substantial, after the Contractor submits to him in writing the details of the part of the work(s)

or trade proposed to be sublet, the name of the sub-Contractor thereof together with his past

experience in the said work/trade and the form of the proposed sub-contract. Nevertheless any

such approval or authorization by the Engineer-in-Charge shall not relieve the Contractor

from his any or all liabilities, obligations, duties and responsibilities under the Contract. The

Contractor shall also be fully responsible to the Employer for all the acts and omissions of the

sub-Contractor, his employees and agents or persons directly employed by the Contractor.

However, the employment of piece-rate workers and purchase of material shall not be

construed as sub-letting. Request for sub- contracting shall contain.

(a) Contractor’s certification regarding the financial soundness of the proposed Sub -

Contractor for the work;

(b) its scope and estimated value in relation to the Contract Price;

(c) experience of the Sub-Contractor, in the related areas of work;

(d) the manpower, equipment, material and other resources available with the Sub-

Contractor for the work;

(e) domicile of the Sub-Contractor and particulars of its other existing operations or contracts

if any, in India.

CLAUSE 10: FACILITIES TO OTHER CONTRACTORS

10.1 The Contractor shall, in accordance with the requirements of the work as decided by the

Engineer-in-Charge, afford all reasonable facilities to other Contractors engaged

contemporaneously on separate contracts and for departmental labour and labour of any other

properly authorized authority or statutory body which may be employed at the site for

execution of any work not included in the Contract or of any contract which the Employer

may enter into in connection with or ancillary to the works. In all matters of conflict of interest,

the Engineer-in-Charge shall direct what compromise should be made and his decision shall

be final and binding on the parties.

10.2 Pursuant to Sub-Clause 10.1 the Contractor shall, on the written request of the Engineer-in-

Charge:

(a) make available to any such other Contractor, or to the Employer or any such authority,

any roads or ways the maintenance of which is the responsibility of the Contractor ,

Page 47: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

(b) permit the use, by any such, of Temporary facilities or Contractor's Equipment on the

Site, or

(c) provide any other service of whatsoever nature for which the Engineer-in-Charge shall

determine the payment admissible to the Contractor at the cost of other Contractors or

Employer as the case may be.

CLAUSE 11: CHANGES IN CONSTITUTION

11.1 Where the Contractor is a partnership firm, prior approval in writing of the Engineer-in-

Charge shall be obtained before any change is made in the constitution of the firm. Where

the Contractor is an individual, such approval, as aforesaid, shall likewise be obtained before

the Contractor enters into any partnership firm which would have the right to carry out the

work undertaken by the Contractor. If prior approval as aforesaid is not obtained, the Contract

shall be deemed to have been assigned in contravention of Clause 38 hereof and the same

action will be taken and the same consequences shall be ensured as provided for in the said

Clause 38.

CLAUSE 12: POSSESSION AND USE OF SITE

12. 1 Save in so far, the Contract may prescribe:

(a) the extent of portions of the Site of which the Contractor is to be given possession from

time to time;

(b) the order in which such portions shall be made available to the Contractor, and, subject

to any requirement in the Contract as to the order in which the Works shall be executed,

the Employer will give to the Contractor possession of;

(c) so much of the Site; and

(d) such access as, in accordance with the Contract, is to be provided by the Employer as

may be required to enable the Contractor to commence and proceed with the execution

of the Works in accordance with the program referred to in Clause 14, if any, and

otherwise in accordance with such reasonable proposals as the Contractor shall, by

notice to the Engineer. The Employer will, from time to time as the Works proceed, give

to the Contractor possession of such further portions of' the Site as may be required to

enable the Contractor to proceed with the execution of the Works in accordance with

such program or proposals, as the case may be.

12.2 If the Contractor suffers delay from failure on the part of the Employer to give possession in

accordance with the terms of Sub-Clause 12.1, the Engineer-in-Charge shall, determine any

extension of time to which the Contractor is entitled under Clause 39.

12.3 The Contractor shall be responsible to arrange the land for Contractor's infrastructure works

namely field office(s), colony, workshop(s), stores, assembly-yard, and access thereto over

routes as may be required for execution of the Works at his own cost and Employer shall not

be responsible for making available the same.

12.4 The Contractor shall provide at his own cost all temporary pathways/roads required at site or

to quarries or borrow areas and shall alter, adopt and maintain the same as required from time

to time and shall bear all expenses and charges for special or temporary way leaves required

by him in connection with access to the site and shall take up and clear them away and make

good all damages done to the site as and when no longer required and as and when ordered by

the Engineer-in-Charge.

Page 48: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

12.5 Within 30 days from the issuance of Letter of Acceptance, the Contractor shall establish

its office at site. An amount of NPR 1,00,000/- per month shall be deducted from the bills

due to the Contractor in case of non-establishment of site office.

CLAUSE 13: ADVANCES AND RECOVERY THEREOF: Not Applicable

CLAUSE 14: COMMENCEMENT OF WORK

14.1 The Contractor shall commence the Work(s) immediately after 15th day from the issue of Letter

of Acceptance and shall proceed with the same with the expedition and without delay as may

be expressly sanctioned or ordered by the Engineer-in-Charge. If the Contractor commits

default in the commencement of work within 45 days of issue of Letter of Acceptance, the

Engineer-in-Charge shall without prejudice to any other right or remedy be at liberty to cancel

the Contract and earnest money shall be forfeited or performance security shall be invoked.

14.2 Within 30 days of issue of Letter of Acceptance, the Contractor shall submit, to Engineer for

his approval Master Control Network including but not limited to comprehensive bar chart

stipulating work to be executed within the overall time frame indicated in the tender document.

The Contractor shall provide, in writing, general description of arrangements and methods

proposed to be adopted for execution of Works within Time for Completion. The progress of

works shall be monitored through progress review meetings which shall be conducted by the

Engineer-in-Charge or his authorized representative every fortnightly at Khandbari office. In

case of default by the Contractor in attending such progress review meetings, penalty @ NPR.

50,000/- only shall be levied unless leave of absence has been granted by the Engineer-in-

Charge.

14.3 During the execution of Works, if it appears to the Engineer in-charge that actual progress of

works does not conform to the program consented under sub clause 14.2 above, the Contractor

shall produce a revised program dealing modifications to such program necessary for ensuring

completion of works within Time for Completion. However, in case if the Engineer in-

charge observes that the progress of works is grossly not commensurate with the agreed

schedule, SAPDC reserves its right to terminate the contract and get the work executed

at the risk and cost of the Contractor.

14.4 The submission to and consent by the Engineer-in-Charge of such programs or the provision

of such general descriptions shall not relieve the Contractor of any of his duties or

responsibilities under the Contract.

CLAUSE 15: WORKS TO BE CARRIED OUT IN ACCORDANCE WITH

SPECIFICATIONS, DRAWINGS AND ORDERS, ETC.

15.1 The Contractor shall execute the Works in the most substantial and workmanlike manner and

both as regards material and otherwise in every respect in strict conformity with the

Specification. The Contractor shall also conform exactly, fully and faithfully to the designs,

drawings, specifications and instructions in writing in respect of the work, duly signed by the

Engineer-in-Charge issued from time to time. The Contractor shall take full responsibility for

the adequacy of all the site operations and methods of construction.

The Contractor shall give prompt notice to the Engineer-in-Charge, with a copy to the

Employer, of any error, omission, fault or other defect in the design of or Specifications for the

Works which he discovers when reviewing the Contract or executing the Works.

Page 49: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

15.2 The Contractor shall be entitled to receive the documents set forth herein during the

performance of the Contract:

a. Construction drawings and revisions thereto 3 sets

b. Specifications or revisions thereof other than standard

printed Specifications. 2 sets

c. Explanations, instructions etc. 1 copy

Such further drawings, explanations, modifications and instructions, as the Engineer-in-Charge

may issue to the Contractor from time to time in respect of the Work, shall be deemed to form

integral part of the Contract and the Contractor shall carry out the Work accordingly.

CLAUSE 16: SETTING OUT THE WORKS

16.1 The Engineer-in-Charge shall establish/indicate the Bench Marks and convey the same in

writing to Contractor immediately after Letter of Acceptance. Engineer-in-Charge shall be

responsible for correctness of such data / bench marks conveyed to the Contractor.

16.2 The Contractor shall be responsible for the true and proper setting out of all the work (in

relation to the afore-mentioned Bench Marks) for the correctness of the location, grades,

dimensions and alignment of all components of the work; and for the provisions of all

instruments, appliances, materials and labour required in connection therewith. If at any time

during the progress of work, any error shall appear or arise in the location, grades, dimensions,

or alignment of any part of the Work, the Contractor on being required to do so by the Engineer-

in-Charge shall, subject to Clause 16.1 hereof, at his own expense, rectify such error to the

satisfaction of the Engineer-in-Charge.

16.3 The Contractor shall afford all reasonable facilities and assistance to the Engineer-in-Charge

for checking the setting out and lines and grades established by the Contractor. The checking

of any setting out or of any line and grade by the Engineer-in-Charge shall not in any way

relieve the Contractor of his responsibility for the correctness thereof.

CLAUSE 17: URGENT WORKS

If any urgent work (in respect whereof the decision of the Engineer-in-Charge shall be final and

binding) becomes necessary, the Contractor shall execute the same as may be directed.

CLAUSE 18: DEVIATIONS

18.1 The Engineer-in-Charge shall have powers to make any deviations in the original specifications

or drawings or designs of the works or any part thereof that are, in his opinion, necessary at the

time of or during the course of execution of the Works. For the aforesaid purpose or for any

other reason, if it shall, in the opinion of the Engineer-in-Charge, be desirable, he shall also

have the powers to make Deviations, such as (i) Variations (ii) Extra (iii) Additions/Omissions

and (iv) Alterations or Substitutions of any kind. No such Deviations in the specifications or

drawings or designs or Bill of Quantities, as aforesaid, shall in any way vitiate or invalidate the

Contract and any such Deviations which the Contractor may be directed to do shall form

integral part of the Contract as if originally provided therein and the Contractor shall carry out

the same on the same terms & conditions in all respects on which he agreed to do the works

under the contract subject to clause 18.2 of the bid.

Page 50: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

18.2 The rates for such items of work as are required to be executed due to Deviations, as stated in

sub-clause 18.1 above shall be payable in the manner as stated hereunder :

i) The rates already provided in the Bill of Quantities, shall apply in respect of the same

item(s) of work to be executed due to Variation, subject to the condition that the Variation

so ordered do not exceed (+) 30% (plus thirty percent) in respect of quantities of

individual items appearing in the Bill of Quantities. However, the quoted rates shall

hold good for all minus Variations.

ii) In the cases, where items are not available in the Bill of Quantities, such items shall be

termed as extra items and the rates for such items and also for items exceeding the

prescribed limit of (+) 30% as mentioned in clause 18.2 (i) above, the Contractor, within

15 days (or as agreed by the Engineer) of receipt of order to execute such items shall

submit rate analysis to the Engineer-in-Charge supported by documentary evidence of

basic rates adopted therein, notwithstanding the fact that the rates for such items exist in

the Contract, having regard to the cost of materials (including transportation and taxes,

levies if paid), actual wages for labour and ownership & operational cost of construction

equipment as per standard norms or if standard norms are not specified/available then on

the basis of labour/materials/equipment actually engaged for the particular work. The

standard norms for materials and labour specified herein shall mean those specified in

“NEA analysis of rates and the basic rates of Sankhuwasabha and Morang Distt. ”.

Provided further that unless otherwise specifically mentioned in BOQ or Letter of Acceptance,

no change in the rate or price for any item contained in the Contract shall be considered unless

value of executed quantity of such item accounts for an amount more than 2 percent of the

Contract Price and the actual quantity of work executed under the item exceeds quantity set

out in the Bill of Quantities by more than 30 percent.

The Engineer-in-Charge shall examine the rate analysis submitted by the Contractor and fix

the rates accordingly whose decision shall be conclusive, final and binding on the Contractor.

18.3 If requested by the Contractor, the Time for Completion of the Works shall, in the event of any

deviation resulting in additional cost over the Contract Price, be extended in the proportion

which the altered, additional or substituted work bears to the original Contract Price plus such

further additional time as may be considered reasonable by the Engineer-in-Charge.

18.4 Under no circumstances, the Contractor shall suspend the work on account of non-settlement

of rates of such Deviated items.

18.5 Provided that no deviations instructed to be done by the Engineer–in–charge pursuant to Clause

18.1 shall be valid under Clause 18.2 unless within 15 days of the date of such instruction

before the commencement of execution of deviated items, notice shall have been given either;

a) By the Contractor to the Engineer–in–Charge of an intention to claim extra payment or

varied rate or price; or

b) By Engineer–in–Charge to the Contractor of his intention to vary a rate or price for the

deviated items.

CLAUSE 19: CONTRACTOR'S SUPERVISION

19.1 The Contractor shall appoint at his own expense adequate number of engineers with sufficient

experience to supervise the Works.

The Contractor or his authorized representatives present at the site (s) shall superintend the

Page 51: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

execution of the works with such additional assistance in each trade, as the work involved shall

require and considered reasonable by the Engineer-in-Charge. Directions/instructions given by

the Engineer-in-Charge to the Contractor's authorized representatives shall be considered to

have the same force as if these had been given to the Contractor himself.

CLAUSE 20: INSTRUCTIONS AND NOTICES

20.1 Except as otherwise provided in this Contract, all notices to be given on behalf of the Employer

and all other actions to be taken on its behalf may be given or taken by the Engineer-in-Charge

or any officer for the time being entrusted with the functions, duties and powers of the

Engineer-in-Charge.

20.2 All instructions, notices and communications etc. under the contract shall be given in writing

and any such oral orders/instructions given shall be confirmed in writing and no such

communication which is not given or confirmed in writing shall be valid. Correspondences

made through mail pursuant to issuance of Letter of Acceptance (LOA) shall not be

entertained.

20.3 Either party may change a nominated address to another address by prior notice to the other

party.

20.4 The Engineer-in-Charge shall communicate or confirm the instructions to the Contractor in

respect of the execution of work in a 'Work Site Order Book' maintained in the office of the

Engineer-in-Charge or his representative and the Contractor or his authorized representative

shall confirm receipt of such instructions by signing the relevant entries in this book. If

required by the Contractor, he shall be furnished a certified true copy of such instruction(s).

CLAUSE 21: CONSTRUCTION EQUIPMENT

21.1 The Contractor shall provide and install all necessary construction equipment and machinery

required for the execution of the Works under the Contract, at his cost and shall use such

methods and appliances for the purpose of all the operations connected with the Work covered

by the Contract which shall ensure the completion of Work(s) within the specified Time for

completion.

21.2 The Contractor shall deploy construction equipment and machinery as per agreed schedule.

Provided further that in case of slow rate of Progress of Works, the Contractor should

supplement the agreed schedule of equipment with additional equipment so as to ensure

completion of Works within Time for Completion at no extra cost to Employer.

21.3 The Contractor shall not remove construction equipment from site, except for purpose of

removing it from one part of the site to another, without written consent of the Engineer.

CLAUSE 22: PATENT RIGHTS

The Contractor shall indemnify the Employer, its representatives or its employees against any

action, claim or proceedings relating to infringement or use of any patent or design or any

alleged patent or design rights and shall pay any royalties or other charges which may be

payable in respect of any article or material or part thereof included in the Contract. In the

event of any claim being made or action being brought against the Employer or any agent,

servant or employee of the Employer in respect of any such matters as aforesaid, the Contractor

Page 52: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

shall immediately be notified thereof. Provided that such indemnity shall not apply when such

infringement has taken place in complying with the specific directions issued by the Employer,

but the Contractor shall pay any royalties or other charges payable in respect of any such use,

the amount so paid being reimbursed to the Contractor only if the use was the result of any

drawings and/or specifications issued after submission of the tender.

CLAUSE 23: MATERIALS

23.1 Subject to clause 31.2, the Contractor shall at his own expense provide/arrange all materials

required for the bonafide use on work under the Contract.

23.2 All materials to be provided by the Contractor shall be in conformity with the Specifications

laid down in the Contract and the Contractor shall furnish from time to time proof and samples,

at his cost, of the materials as may be specified by the Engineer-in-Charge for his approval

before use in the Works. The Engineer-in-Charge shall also have powers to have such tests, in

addition to those specified in the Contract, as may be required and the Contractor shall carry

out the same. The cost of materials consumed in such tests and also expenses incurred thereon

shall be borne by the Contractor in all cases except when the materials are agreed to be issued

by the Employer under the contract and also where such tests which are in addition to those

provided in the Contract.

23.3 The Engineer-in-Charge or his representative shall be entitled at any time to inspect and

examine any materials intended to be used in or on the works, either on the site or at factory or

workshop or other place(s) where such materials are assembled, fabricated, manufactured, or

at any place where these are lying or from where these are being obtained. For this purpose,

the Contractor shall afford such facilities as may be required for such inspection and

examination.

23.4 The Engineer-in-Charge shall have full powers for removal of any or all materials brought to

site by the Contractor, which are not in accordance with the Contract Specifications or samples,

approved by him. Should the Contractor fail to remove the rejected materials, the Engineer-

in-Charge shall be at liberty to have them removed by other means at the Contractor's cost. The

Engineer-in-Charge shall have full power to procure other proper materials to be substituted at

Contractor's costs.

CLAUSE 24: POWER SUPPLY

24.1 The Contractor shall make arrangements for the full anticipated requirement of construction

power at his own risk and cost.

The Employer, if requested by the Contractor will provide assistance to the Contractor to obtain

construction power from grid to meet part requirement as standby arrangement. Contractor will

not have any claim, if construction power is not available from the grid or the quality or

availability of Grid Power is not up to the mark. The Contractor will also be responsible for

making all payments to the concerned authorities and will make no claims if the power is not

available due to grid failure or otherwise.

24.2 The Contractor at his own cost shall provide and install all necessary electrical installations

and other temporary equipment's for further distribution and utilization of energy for power

and lighting and shall remove the same on completion of the Works. All jobs shall be suitably

lighted by the Contractor at his own expenses for their proper execution and inspection in

accordance with the provisions of laws in force.

24.3 No payment shall be made by the Employer for generation, distribution and consumption of

electricity in execution of Works by the Contractor.

Page 53: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

CLAUSE-25: SUPPLY OF WATER

25.1 The Contractor shall make his own arrangements for water required for and in connection with

the work at his cost. It shall be the responsibility of the Contractor to satisfy himself that the

water arranged by him is fit for construction & consumption & he shall adequately treat such

water whenever it is not found fit for the said purposes.

CLAUSE-26: WATCHING AND LIGHTING

26.1 The Contractor shall provide and maintain at his expense all lights, guards, fencing and

watching when and where necessary or as required by the Engineer-in-Charge for the

protection of the works or for the safety and convenience of those employed on the works or

the public.

CLAUSE 27: WORK DURING NIGHT OR ON SUNDAYS AND HOLIDAYS:

27.1 Subject to any provisions to the contrary contained in the Contract, the Contractor shall have

the option to carry out the works continuously during day and night, Saturday or holidays,

without any additional cost to Employer.

CLAUSE 28: SITE DRAINAGE, PROTECTION OF TREES AND PREVENTION OF

NUISANCE

28.1 The Contractor shall, throughout the execution and completion of the Works and remedying

of any defects therein have full regard for the safety of all persons entitled to be upon the Site

and keep the Site (so far as the same is under his control) and the Works (so far as the same

are not completed or occupied by the Employer) in an orderly state appropriate to the avoidance

of danger to such persons.

28.2 The Contractor shall endeavor to protect from damage, the trees marked by the Engineer-in-

Charge at the site of work or in the lands licensed to him for use under the contract. Where

necessary, the Contractor shall provide at his expense temporary fencing to protect such trees.

No tree shall be cut unless authorized by Engineer-in-Charge in writing to do so.

28.3 The Contractor shall at no time, cause or permit any nuisance on the site or cause any thing

which shall cause unnecessary disturbance or inconvenience to the public in general and

owners/tenants/occupants of adjacent properties.

CLAUSE 29: LABOUR 29.1 The Contractor shall:

i) employ labour in sufficient numbers to maintain the required rate of progress and quality

to ensure workmanship of the degree specified in the Contract. The Contractor shall not

employ in connection with the works any person who has not completed fourteen years of

age or as applicable in Nepal.

ii) maximize use of Nepali resources and give first consideration and full and fair opportunity

to technically and commercially qualified Nepalese citizens, materials and firms provided

that in each case, the use of such Nepali resources meet the quality, quantity and availability

requirements of the Company and provided further that use of such resources does not have

a material and adverse impact on the costs and the timelines for the Project

Page 54: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

iii) comply with the Laws of Nepal including the Labour Act, 2048 and Labour Regulation,

2050

29.2 During continuance of the Contract, the Contractor and his sub-Contractors shall abide at all

times by all existing labour enactments and rules made thereunder, regulations, notifications

and bye laws of State or Central Government or local authority and any other labour law

(including rules), regulations, bye laws that may be passed or notification that may be issued

under any labour law in future either by the State or the Central Government or the local

authority. The Contractor shall keep the Employer indemnified in case any action is taken

against the Employer by the competent authority on account of contravention by the

Contractor of any of the provisions of any Act or rules made thereunder, regulations or

notifications including amendments. If the Employer is caused to pay or reimburse, such

amounts as may be necessary to cause or observe, or for non-observance of the provisions

stipulated in the notifications/bye laws/acts/rules/regulations including amendments, if any,

on the part of the Contractor, the Engineer/Employer shall also have right to recover from the

Contractor any sum required or estimated to be required for making good the loss or damage

suffered by the Employer.

The employees of the Contractor and his sub-Contractor in no case shall be treated as the

employees of the Employer at any point of time.

29.3 The Engineer-in-Charge shall on a report having been made by an authorized Inspecting

Officer as defined in the Labour Act and Rules or on his own in his capacity as Principal

Employer, have the power to deduct from the amount due to the Contractor any sum required

or estimated to be required for making good the loss suffered by worker(s) by reasons of non-

fulfillment of the conditions of the Contract for the benefit of workers, non-payment of wages

or of deductions made by him from wages which are not justified by the terms of the contract

or non-observance of the relevant Acts and Rules with amendments made from time to time.

If the Employer makes payment to Contractor’s labour due to non-payment of wages to labour

by the Contractor, the Employer shall recover the amount thus paid from the next Interim Bill

of the Contractor or any other dues of the Contractor along with 15% interest per annum and

administration charges for the number of days the said amount remains outstanding.

29.4 The Contractor shall indemnify the Employer against any payments to be made under and for

observance of the Regulations, Laws, Rules as stipulated in clause 29.3 above without

prejudice to his right to claim indemnity from his Sub-Contractors. In the event of the

Contractor's failure to comply with the provisions of sub-clause 29.3 or in the event of decree

or award or order against the Contractor having been received from the competent authority on

account of any default or breach or in connection with any of the provisions of sub-clause 29.3

above, the Engineer-in-Charge, without prejudice to any other right or remedy under the

Contract, shall be empowered to deduct such sum or sums from the bills of the Contractor or

from his Security Deposit or from other payments due under this contract or any other Contract

to satisfy within a reasonable time the provisions of the various Acts/Laws/Rules/Codes as

mentioned under sub-clause 29.3 above, on the part of the Contractor under the Contract on

behalf of and at the expenses of the Contractor and make payment and/or provide

amenities/facilities/services accordingly. In this regard, the decision of the Engineer-in-Charge

shall be conclusive and binding on the Contractor.

29.5 Provided always that the Contractor shall have no right to demand payments/claims whatsoever

on account of his compliance with his obligations under this clause and Labour Regulation

except those specifically mentioned in the clause 46 pertaining to Price Adjustment/Variation.

Page 55: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

CLAUSE 30: REMOVAL OF CONTRACTOR'S MEN:

30.1 The Contractor shall employ on the execution of the Works only such persons as are skilled

and experienced in their respective trades and the Engineer-in-Charge shall be at liberty to

object to and require the Contractor to remove from the works any persons employed by the

Contractor on the execution of the works who, in the opinion of the Engineer-in-Charge,

misconducts himself or is incompetent or negligent in the proper performance of his duties.

The Contractor shall forth-with comply with such requisition and such person shall not be again

employed upon the works without permission of the Engineer-in-Charge. Any person so

removed shall be replaced immediately.

CLAUSE 31: MATERIALS OBTAINED FROM EXCAVATION AND TREASURE, TROVE,

FOSSILS ETC.

31.1 Materials of any kind obtained from excavation on the site shall remain the property of the

Employer and shall be disposed off as directed by the Engineer-in-Charge.

31.2 Fossils, coins, articles of value, structures and other remains or things of geological or

archeological interest discovered on the site shall be the absolute property of the Employer.

The Contractor shall take reasonable precautions to prevent his labour or any other person from

removing or damaging any such article or thing and shall immediately upon the discovery

thereof and before removal acquaint the Engineer-in-Charge with such discovery and carry out

the Engineer-in-Charge's directions as to the disposal of the same at the expense of the

Employer.

CLAUSE 32: FORCE MAJEURE

32.1 The term "Force Majeure" shall herein mean riots (other than among the Contractor's

employees), Civil Commotion (to the extent not insurable), war (whether declared or not),

invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection,

military or usurped power, damage from aircraft, nuclear fission, acts of God, such as

earthquake (above 7 magnitude on Richter Scale), lightning, unprecedented floods, fires not

caused by Contractor's negligence and other such causes over which the Contractor has no

control and are accepted as such by the Engineer-in-Charge, whose decision shall be final and

binding. In the event of either party being rendered unable by Force Majeure to perform any

obligation required to be performed by them under this contract, the relative obligation of the

party affected by such Force Majeure shall be treated as suspended for the period during which

such Force Majeure cause lasts, provided the party alleging that it has been rendered unable as

aforesaid, thereby shall notify within 10 days of the alleged beginning and ending thereof

giving full particulars and satisfactory evidence in support of such cause.

32.2 On occurrence of Force Majeure, the liability of either party shall be dealt with, in accordance

with the provisions of sub-clause 34.2

32.3 Should there be a request for extension of time arising out of "Force Majeure" the same shall

be considered in accordance with clause 39.

CLAUSE 33: LIABILITY FOR DAMAGE, DEFECTS OR IMPERFECTIONS AND

RECTIFICATIONS THEREOF:

33.1 If the Contractor or his labour or sub-Contractor injure, destroy or damage roads, fence

enclosures, water pipes, cables, buildings, drains, electricity or telephone posts, wires, trees,

grass line, cultivated land in the area in which they may be working or in the areas contiguous

to the premises on which the work or any part of it is being executed or if any damage is

Page 56: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

caused during the progress of work, the Contractor shall upon receipt of a notice in writing in

that behalf from the Engineer-in-Charge, make the same good at his costs.

33.2 If it appears to the Engineer-in-Charge or his representative at any time during construction

or reconstruction or prior to the expiration of the Defects Liability period that any work has

been executed with unsound, imperfect or unskilled workmanship or that any materials or

articles provided by the Contractor for execution of the Works are unsound or are of inferior

quality, or otherwise not in accordance with the Contract, or that any defect, shrinkage or

other faults found in the work arising out of defective or improper materials or workmanship,

the Contractor shall, upon receipt of a notice in writing in that behalf from the Engineer-in-

Charge, forthwith rectify or remove and reconstruct the work so specified in whole or in part,

as the case may be, and/or remove the materials/articles so specified and provide other proper

and suitable materials at his own expense.

33.3 If the Contractor fails to rectify, make good or remove and reconstruct the work as notified

herein above, the Engineer-in-Charge shall have power to carry out such damages, defects or

imperfections by any means or through any other agency or by himself at the risk and cost of

the Contractor. In such a case the value of such rectification/replacement, reconstruction

through such agencies shall be recovered from the Contractor from any amount due to him.

The decision of Engineer-in-Charge in this regard shall be final and binding on the Contractor.

CLAUSE 34: CONTRACTOR'S LIABILITY AND INSURANCE

34.1 The Contractor shall provide insurance in the joint names of the Employer and the Contractor from the Commencement Date to the end of the Defects Liability Period, in the amounts and deductibles stated here-in-under for the following events which are due to the Contractor’s risks:

(a) loss of or damage to the Works, Plant and Materials;

(b) loss of or damage to Equipment;

(c) loss of or damage to property (except the Works, Plant, Materials, and Equipment) in

connection with the Contract; and

(d) personal injury or death.

The minimum insurance amounts and deductibles shall be:

1. The minimum cover for loss of or damage to the Works, Plant and Materials is: 110% of the Contract Amount.

2. The maximum deductible for insurance of the Works and of Plant and Materials is: Not Applicable.

3. The minimum cover for loss or damage to Equipment is : 100% of value of Equipment. 4. The maximum deductible for insurance of Equipment is: Not Applicable. 5. The minimum for insurance of other property is: NRs. 2,00,000.00 with unlimited number

of occurrences 6. The maximum deductible for insurance of other property is: Not Applicable 7. The minimum cover for personal injury or death insurance:

i. for the Contractor’s employees is that specified in the Labor act of Nepal and ii. for other people including Employer’s staffs and third parties is : NRs. 5,00,000.00 per

person for 10 persons with an unlimited number of occurrences

34.2 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer-in-

Charge for the Engineer-in-Charge’s approval not later than 28 days after issuance of Letter of

Acceptance. All such insurance shall provide for compensation to be payable in the proportions

of Nepalese Rupees required to rectify the loss or damage incurred.

Page 57: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

34.3 If the Contractor does not provide any of the policies and certificates required, the

Employer may affect the insurance which the Contractor should have provided and recover

the premiums the Employer has paid from payments otherwise due to the Contractor or, if no

payment is due, the payment of the premiums shall be a debt due.

34.4 Alterations to the terms of insurance shall not be made without the approval of the Engineer-

in-Charge.

34.5 Both parties shall comply with any conditions of the insurance policies.

CLAUSE 35: SUSPENSION OF WORKS:

35.1 The Contractor shall on the order of the Engineer-in-Charge suspend the progress of the works

or any part thereof for such time or times and in such manner as the Engineer-in-Charge may

consider necessary and shall during such suspension properly protect and secure the work so

far as is necessary in the opinion of the Engineer-in-Charge. If such suspension is:

(a) provided for in the Contract, or

(b) necessary for the proper execution of the Works or by reason of weather conditions or

by some default on the part of the Contractor, or

(c) necessary for the safety of the Works or any part thereof;

the Contractor shall not be entitled to extra costs (if any) incurred by him during the period of

suspension of the works; but in the event of any suspension ordered by the Engineer-in-Charge

for reasons other than aforementioned and when each such period of suspension exceeds 14

days, the Contractor shall be entitled to such extension of Time for Completion of the Works

as the Engineer-in-Charge may consider proper having regard to the period or periods of such

suspensions and to such compensation as the Engineer-in-Charge may consider reasonable in

respect of salaries or wages paid by the Contractor to his employees during the periods of such

suspension.

35.2 If the progress of works or any part thereof is suspended on the order of the Engineer-in-Charge

for more than three months at a time, the Contractor may serve a written notice on the Engineer-

in-Charge requiring permission within 15 days from the receipt thereof to proceed with the

Works or that part thereof in regard to which progress is suspended and if such permission is

not granted within that time the Contractor by a further written notice so served may (but is not

bound to) elect to treat the suspension where it affects part only of the Works as an omission

of such part or where it affects the whole of the Works as an abandonment of the Contract by

the Employer.

CLAUSE 36: FORECLOSURE OF CONTRACT IN FULL OR IN PART DUE TO

ABANDONMENT OR REDUCTION IN SCOPE OF WORK

36.1 If at any time after acceptance of the tender the Employer decides to abandon or reduce the

scope of the Works for reason whatsoever and hence does not require the whole or any part of

the Works to be carried out, the Engineer-in-Charge shall give notice in writing to that effect

to the Contractor, and the Contractor shall have no claim to any payment of compensation or

otherwise whatsoever, on account of any profit or advantage which he might have derived from

the execution of the Works in full but which he could not derive in consequence of the fore-

closure of the whole or part of the Works.

The Contractor shall be paid at Contract rates for full amount of the Works executed at Site

Page 58: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

and, in addition, a mutually agreed reasonable amount as certified by the Engineer-in-Charge

for the items hereunder mentioned which could not be utilized on the Works to the full extent

because of the foreclosure:

(a) Any expenditure incurred on preliminary works, e.g. temporary access roads,

temporary labour huts, staff quarters and site office; storage accommodation workshop,

installation and dismantling of Construction Equipment (batching plant, crushing plant)

and water storage tanks.

(b) (i) The Employer shall have the option to take over Contractor’s materials or any part

thereof, either brought to site or of which the Contractor is legally bound to accept

delivery from suppliers (for incorporation in or incidental to the Work), provided,

however, the Employer shall be bound to take over the material or such portions thereof

as the Contractor does not desire to retain. The cost shall, however, take into account

purchase price, cost of transportation and deterioration or damage which may have been

caused to materials whilst in the custody of the Contractor.

(ii)For Contractor's materials not retained by the Employer, reasonable cost of transporting

such materials from Site to Contractor's permanent stores or to his other Works,

whichever is less. If materials are not transported to either of the said places, no cost of

transportation shall be payable.

(c) If any materials issued by the Employer are rendered surplus, the same except normal

wastage for the materials used in the works shall be returned by the Contractor to the

Employer.

(d) Reasonable compensation for transfer of T&P from Site to Contractor's permanent

stores or to his other works whichever is less. If T&P are not transported to either of

the said places, no cost of outward transportation shall be payable.

36.2 The Contractor shall, if required by the Engineer-in-Charge, furnish to him books of account,

wage books, time sheets and other relevant documents as may be necessary to enable him to

certify the reasonable amount payable under this condition.

36.3 In the event of foreclosure of the Contract, the advances released to the Contractor shall be

recovered/adjusted by encashing Bank Guarantees submitted by the Contractor against the

advances, in appropriate proportion as due to the Employer.

CLAUSE 37: TERMINATION OF CONTRACT ON DEATH:

37.1 If the Contractor is an individual or a proprietary concern and the individual or the proprietor

dies, or if the Contractor is a partnership concern and one of the partners dies, then, unless the

Engineer-in-Charge is satisfied that the legal representatives of the individual Contractor or of

the proprietor of the proprietary concern and in the case of partnership, the surviving partners

are capable of carrying out and completing the Contract, the Engineer-in-Charge shall be

entitled to terminate the Contract as to its uncompleted part without the Employer being in

any way liable to payment of any compensation whatsoever on any account to the estate of the

deceased Contractor and/or to the surviving partners of the Contractor's firm on account of

termination of the Contract. The decision of the Engineer-in-Charge that the legal

representatives of the deceased Contractor or the surviving partners of the Contractor's firm

cannot carry out and complete the Works under the Contract shall be final and binding on the

parties. In the event of such termination, the Corporation shall not hold the estate of the

deceased Contractor and/or the surviving partners of the Contractors firm liable for damages

for not completing the Contract. Provided that the power of the Engineer-in-Charge of such

termination of contract shall be without prejudice to any other right or remedy, which shall

Page 59: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

have accrued or shall accrue to him under the Contract.

CLAUSE-38: DEFAULT BY THE CONTRACTOR AND TERMINATION OF CONTRACT

IN FULL OR IN PART:

38.1 If the Contractor:

i) commits default in complying with or commits breach of any of the conditions of the

Contract and does not remedy it or take effective steps to remedy it immediately after a

notice in writing is given to him by the Engineer-in-Charge; or

ii) fails to complete the Works or any item of Works within the time schedule or any extended

time under the Contract and does not complete the Work(s) or any item of Work(s) within

the period specified in a notice given in writing by the Engineer-in-Charge; or

iii) is engaged in corrupt or fraudulent practices in competing for or in the execution of the

Contract. For the purpose of this clause

a) ‘Corrupt Practice’ means offering, giving, receiving or soliciting of anything of

value to influence the action of a public official in the procurement or execution of

Contract.

b) ‘Fraudulent Practice’ means mis-representation of fact in order to influence the

tendering process or the execution of a Contract and includes collusive practice

among bidders (prior to or after bid submission) designed to establish bid prices at

artificial non-competitive levels and to deprive the employer of the benefits of free

and open competition.

iv) being an individual, or if a firm, any partner thereof, shall at any time be adjudged

insolvent or have a receiving order or order for administration of his estate made against

him or shall take any proceedings for liquidation for the purpose of amalgamation or

reconstruction under any insolvency Act for the time being in force or make any

conveyance or assignment of his effective or composition or arrangement for the benefit

of his creditors or purport as to do, or if any application be made under any insolvency Act

for the time being in force for the sequestration of his estate or if a trust deed be executed

by him for benefit of his creditors; or

v) being a company shall pass a resolution or the Court shall make an order for the liquidation

of its affairs or a receiver or manager on behalf of the debenture holders shall be appointed

or circumstances shall arise which entitle the Court or debenture holders to appoint a

receiver or manager; or

vi) shall suffer an execution in an execution being levied on his goods; or

vii) assigns, transfers, sublets (engagement of labour on a piece-work basis or of labour with

materials not being incorporated in the work shall not be deemed to be subletting) or

attempts to assign, transfer or sublet the entire works or any portion thereof without the

prior written approval of the Engineer-in-Charge.

The Engineer-in-Charge shall have powers to terminate the Contract in full or in part as

aforesaid without prejudice to any other right or remedy which shall have accrued or shall accrue

of which cancellation notice in writing to the Contractor under the hand of the Engineer- in-

Charge shall be conclusive evidence.

38.2 The Engineer-in-Charge shall, on such termination of the contract, have powers to take

possession of the site of work under the contract as well as the land/premises allotted to the

Page 60: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Contractor for his preliminary, enabling and ancillary works and any materials, constructional

equipment, implements, stores, structures etc. thereon. The Engineer-in-Charge shall also have

powers to carry out the incomplete work by any means or through any other agency or by

himself at the risk and cost of the Contractor. In such a case, the value of the work done

through such agencies shall be credited to the Contractor at the contract rate and the Contractor

shall pay the excess amount, if any, incurred in completing the work as aforesaid, as stipulated

under sub-clause 38.4 hereunder.

38.3 On termination of the Contract in full or in Part, the Engineer-in-Charge may direct that a part

or whole of such plant, equipment and materials, structures be removed from the site of the

work as well as from the land/premises allotted to the Contractor for his preliminary, enabling

and ancillary works, within a stipulated period. If the Contractor shall fail to do so within the

period specified in a notice in writing by the Engineer-in-Charge, the Engineer-in-Charge may

cause them to be sold, holding the net proceeds of such sale to the credit of the Contractor,

which shall be released after completion of works and settlement of amounts under the

Contract.

38.4 If the expenses incurred or to be incurred by the Employer for carrying out and completing the

incomplete work or part of the same, as certified by the Engineer-in-Charge, are in excess of

the value of the work credited/to be credited to the Contractor, the difference shall be paid by

the Contractor to the Employer. If the Contractor fails to pay such an amount, as aforesaid,

within thirty days of receipt of notice in writing from the Engineer-in-Charge, the Engineer-

in-Charge shall recover such amount from any sums due to the Contractor on any account

under this or any other contract or from his Security Deposit or otherwise.

38.5 The Engineer-in-Charge shall have the right to sell any or all the Contractor's unused materials,

constructional equipment, implements, temporary buildings/structures etc. and apply the

proceeds of sale thereof towards the satisfaction of any sums due from the Contractor under

the Contract and if thereafter there may be any balance outstanding from the Contractor, the

Engineer-in-Charge shall have powers to recover the same as debt.

38.6 All decisions/actions of the Engineer-in-Charge under this clause, as aforesaid, shall be

conclusive and binding on the Contractor.

CLAUSE 39: TIME FOR COMPLETION AND EXTENSIONS:

39.1 Time for Completion allowed for execution of the Works is as specified in the tender

document.

39.2 However, if the work is delayed on account of:

i) Delay in handing over of site to the Contractor as per clause 12; or

ii) Increase in the quantity of work to be done under the Contract as per clause 18; or

iii) Suspension of work as per clause 35; or

iv) Rebuilding of work as per clause 34; or

v) "Force Majeure" as per clause 32 or

vi) Any other cause which, in the opinion of the Engineer-in-Charge is beyond the Contractor's

control;

then, immediately upon the happening of any such event as aforesaid, the Contractor shall

inform the Engineer-in-Charge accordingly, but the Contractor shall nevertheless use

constantly his best endeavors to prevent and/or make good the delay and shall do all that may

Page 61: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

be required in this regard. No extension in time on account of rains shall be admissible. The

Contractor shall request, in writing, for extension of time, to which he may consider himself

eligible under the Contract, within fourteen days of the date of happening of any such events

as indicated above.

Provided further that no monetary claims shall be admissible to the Contractor for such

Extension of Time for Completion except for Price Adjustment in accordance with clause-46

and reimbursement of cost of extension of bank guarantee for Security Deposit (i.e.

Performance security deposit and retention money) and Insurance Policy (ies).

39.3 In any such case as may have arisen due to any of the events, as aforesaid, and which shall be

brought out by the Contractor in writing, the Engineer-in-Charge may give a fair and

reasonable Extension of Time for Completion, after taking into consideration the nature of the

work delayed and practicability of its execution during the period of extension. Provided in

the event of non-receipt of a request for such extensions from the Contractor for reasons

whatsoever, the Engineer-in-Charge may, at his sole discretion and with due regard to the

event, grant fair and reasonable extension of time sue motto.

Such extensions, if admissible, shall be communicated to the Contractor by the Engineer-in-

Charge in writing.

Provided that Engineer-in–Charge is not bound to make any determination unless the

Contractor has;

a) within 14 days after such event has first arisen notified the Engineer; and

b) within 28 days or such other reasonable time as may be agreed by the Engineer–in–

Charge furnished detailed particulars of any extension of Time for Completion to which

the Contractor may consider himself entitled .

CLAUSE 40: COMPENSATION FOR DELAY:

40.1 If the Contractor fails to complete the Work as a whole within the scheduled completion period

as specified in the document or any extended period under Clause 39 as may be allowed, he

shall without prejudice to any other right or remedy of the Employer on account of such default,

pay as an ascertained/agreed compensation (Liquidated Damages) not by way of penalty an

amount equal to 0.05% of contract price per day of delay subject to maximum of 10% of the

contract price;

CLAUSE 41: INSPECTION AND APPROVAL

41.1 All works embracing more than one process shall be subject to examination and approval at

each stage thereof and the Contractor shall give due notice to the Engineer-in-Charge or his

authorized representative, when each stage is ready. In default of such notice, the Engineer-

in-Charge shall be entitled to appraise the quality and extent thereof and the decision of the

Engineer-in-Charge in this regard shall be final and binding.

41.2 No work shall be covered or put out of view without the approval of the Engineer-in-Charge

or his authorized representative and the Contractor shall afford full opportunity for examination

of foundations before permanent work is placed thereon. The Contractor shall give due notice

to the Engineer-in-Charge or his authorized representative whenever any such work or

foundation is ready for examination and the Engineer-in- Charge or his representative shall,

without unreasonable delay, unless he considers it unnecessary and advises the Contractor

accordingly, examine and measure such work or such foundations. In the event of the failure

of the Contractor to give such notice, he shall, if required by the Engineer-in-Charge, uncover

Page 62: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

such work at the Contractor's expense.

41.3 The Engineer-in-Charge or his representative shall have powers at any time to inspect and

examine any part of the Works and Contractor shall give such facilities as may be required for

such inspection and examination.

41.4 The Contractor shall uncover any part of the works and/or make opening in or through the

same as the Engineer-in-Charge may from time to time direct for his verification and shall

reinstate and make good such part to the satisfaction of the Engineer-in-Charge. If any such

part has been covered up or put out of view after being approved by the Engineer-in-Charge

and is subsequently found, on uncovering, to be executed in accordance with the Contract, the

expenses of uncovering and/or making openings in or through, reinstating and making good

the same, shall be borne by the Employer. In any other causes all such expenses shall be borne

by the Contractor.

CLAUSE 42: COMPLETION CERTIFICATE:

42.1 The Work shall be completed to the entire satisfaction of the Engineer-in-Charge and in

accordance with the time schedule and terms and conditions mentioned in Clause-39. As soon

as the Works under the Contract is completed as a whole, the Contractor shall give notice of

such completion to the Engineer-in-Charge. The Engineer-in-Charge shall, within two week of

receipt of such notice, inspect the Work and shall satisfy himself that the Work(s) has been

completed in accordance with the provisions of the Contract and then issue to the Contractor a

certificate of completion indicating the date of completion. Should the Engineer-in-Charge

notice that there are defects in the Works or the Works are not considered to be complete, he

shall issue a notice in writing to the Contractor to rectify/replace the defective Work or any

part thereof or complete the work, as the case may be, within such time as may be notified and

after the Contractor has complied with as aforesaid and gives notice of completion, the

Engineer-in-Charge shall inspect the Work and issue the completion certificate in the same

manner as aforesaid.

42.2 No certificate of completion shall be issued as stipulated under 42.1 above nor Work be

considered to be completed unless the Contractor shall have removed from the Work site and/or

premises all his belongings/temporary arrangements brought/made by him for the purpose of

execution of the work and clean the site and/ or premises in all respects and made the whole of

the site and or premises fit for immediate occupation/ use to the satisfaction of the Engineer-

in-Charge. If the Contractor fails to comply with the above mentioned requirements on or

before the date of completion of the Work, the Engineer-in-Charge, may, as he thinks fit and

at the risk and cost of the Contractor, fulfill such requirements and remove/ dispose-off the

Contractor's belongings/ temporary arrangements, as aforesaid, and the Contractor shall have

no claim in this respect except for any sum realized by the sale of Contractor's belongings/

temporary arrangements less the cost of fulfilling the said requirements and any other amount

that may be due from the Contractor. Should the expenditure on the aforesaid account exceed

the amount realized by sale of such Contractor's belongings/ temporary arrangements than the

Contractor shall on demand, pay the amount of such excess expenditure.

CLAUSE 43: DEFECTS LIABILITY PERIOD:

43.1 The "Defects Liability Period" for the entire work under the Contract shall be 365 days from

the completion of entire job under the contract.

43.2 If during the Defects Liability Period any portion of the Works is found defective or deficient

in any manner and is repaired/rectified/replaced pursuant to the defects liability provisions of

Page 63: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

the Contract, the Defects Liability Period for such portion of the Works, shall, notwithstanding

anything to contrary contained herein, be operative for a further period of 6 months from the

date of such repair/rectification/ replacement but shall not in any case be operative for more

than 18 months from the date of completion stated in the Completion Certificate.

CLAUSE 44: MEASUREMENTS:

44.1 The Engineer-in-Charge shall, except as otherwise stated ascertain and determine by

measurement, the value of work done in accordance with the Contract.

44.2 Notwithstanding any provision in the relevant standard method of measurement or any general

or local custom, measurement of work done under the Contract shall be taken in accordance

with the procedure set forth in the Technical Specifications or Bill of Quantities under the

Contract. In the case of items of Work, which are not covered by the Technical Specifications

or Bill of Quantities, measurement shall be taken in accordance with the relevant standard

methods of measurements laid down by the Bureau of Indian Standards (BIS).

44.3 All items having a financial value shall be entered in measurement book, level book, etc.,

prescribed by the Employer so that a complete record is maintained of all work performed

under the Contract.

44.4 Measurement shall be taken jointly by the Engineer-in-Charge or his representative and by the

Contractor or his authorized representative.

44.5 Before taking measurement of any works, the Engineer-in-Charge or his representative, shall

give a reasonable notice to the Contractor. If the Contractor fails to attend or send an authorized

representative for measurement after such a notice or fails to countersign or to record the

objection within a week from the date of taking the measurements, then in that event the

measurements taken by the Engineer-in-Charge shall be taken to be correct and final

measurements of such work.

44.6 The Contractor shall, without extra charge, provide assistance with every appliance, labour and

other appliances (theodolite, level etc.) and things necessary for measurement.

44.7 Measurement shall be signed and dated by both parties on the Site on completion of

measurement. If the Contractor objects to any of the measurements recorded by the

representative of the Engineer-in-Charge, a note to that effect shall be made in the measurement

book against the item objected to and such note shall be signed and dated by both parties

engaged in taking the measurement. The decision of the Engineer-in-Charge on any such dispute

or difference or interpretation shall be final and binding on the Contractor in respect of all

contract items, substituted items, extra items and deviations. Provided that items of Work which

are not susceptible to measurement at the later date must be measured jointly and signed

accordingly by both the parties at the time of execution of such items.

CLAUSE 45: PAYMENT TERMS:

45.1 The payments due to the Contractor shall be regulated as under:

• 2 % of the contract price shall be payable after approval of complete design and engineering

from NEA and acceptance thereof by SAPDC.

• 40% of the BoQ items shall be payable against supply of material at site.

• 40% of the BoQ items shall be payable after installation of respective items of BoQ.

• 16% of the contract price shall be payable after successful testing, commissioning and inter-

connection of complete system.

Page 64: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

• Balance 2% of the contract price shall be paid after completion of one year maintenance

period.

45.2 Progress bills shall be submitted by the Contractor monthly on or before the date fixed by the

Engineer-in-Charge for the work executed after compliance of all statutory provisions and

complete in terms of contract conditions. The Engineer-in-Charge shall then verify the bills

with reference to the measurements recorded in the measurement book(s).

45.3 Payment on account for amount admissible shall be made on the Engineer-in-Charge certifying

the sum to which the Contractor is considered entitled by way of interim payment for the work

executed, after deducting there from the amounts already paid, the Retention Money and such

other amounts as may be withheld/deductable or recoverable in terms of the Contract.

45.4 Payment of the Contractor's bills shall be made by the Employer in respective quoted currency

within 30 days from the date of submission of the bill subject to the acceptance of the Engineer-

in-Charge.

45.5 Payments due to the Contractor shall be made through cheque or electronic mode for which

the Contractor will provide the complete bank details viz. Beneficiary’s name, account no.,

Bank name and address of bank etc. to the Engineer-in-Charge or his representative.

45.6 Any interim bills given relating to work done or materials delivered, may be modified or

corrected by any subsequent interim bills or by the final bill. No certificate(s) of the Engineer-

in-Charge supporting an interim payment shall itself be conclusive evidence that any work or

materials to which it relates is/are in accordance with the Contract.

45.7 Should there be a request for Extension of Time for completion, pending its consideration;

interim payments shall continue to be made as provided herein. Such payment shall be without

prejudice to right of the Employer to levy Liquidated Damages on the Contractor in terms of

provisions of Contract.

45.8 No interest shall be payable to the Contractor if payments due to the Contractor for any

undisputed amount are not made within the time specified at Clause 45.4 for which interim bill

has been approved by the Engineer–in–Charge.

45.9 In case of disputed items for which payment has been withheld, the Engineer-in-Charge will

intimate to the Contractor in writing the details of such disputed items. The Contractor shall

submit in writing the clarifications / modifications in regard to this disputed item to the

Engineer-in-Charge. After such clarifications / modifications and acceptance thereof by the

Engineer-in-Charge, payment of such disputed items shall be released within 30 days

thereafter. No interest shall be paid for the disputed amounts of items.

CLAUSE 46: PRICE ADJUSTMENT/VARIATIONS: The Contract Price shall not be subject to price

adjustment.

CLAUSE 47: TAXES, DUTIES AND LEVIES ETC:

47.1 All existing customs duty, import duty, business taxes, sales tax, VAT, service tax or works

contract tax, Income tax or any other tax or duty or levy such as Octroi, Dharat, Royalty,

Terminal tax that may be levied in accordance with laws and regulation in force as on 28

days before the last date of submission of price bid that the Contractor has to pay on the

Contractor’s equipment, plant, materials and supplies (permanent, temporary and

consumables) acquired for the purpose of the Contract and for the services performed under

Page 65: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

the Contract shall be exclusively payable by the Contractor, and the Employer shall not

entertain any claim in this regard. The rate quoted by the Contractor shall be deemed to

be inclusive of all such taxes, duties and levies etc. However, payment in respect of taxes

will be regulated in terms of statuary provisions prevailing while releasing the same. Any

statutory variation in the rate of aforesaid taxes if any, during the currency of the Contract

including extension thereof shall be to the account of Employer provided the amount thus

claimed is not paid under price variation clause 46.

47. 2 However, if a New Tax or Duty or Levy, other than those existing on 28 days before the last

date of submission of price is imposed in Nepal under a statute or law during the currency of

the Contract and the Contractor becomes legally liable thereunder to and actually pays the same

for bonafide use on the Works contracted, then the Contractor shall immediately inform the

Engineer-in-Charge in this regard. The Employer will reimburse the same to the Contractor on

production of satisfactory proof of payment, provided that the amount thus claimed is not paid

under Price variation clause 46 of General Conditions of the Contract. Changes in the advance

tax rates of Income Tax payable to appropriate authorities shall not be construed as a change

in the rate(s) of taxes and will not be subject to adjustment.

47.3 The Contractor’s staff and labor will be liable to pay personal income taxes in respect of such

of their salaries and wages as are chargeable under the laws and regulations for the time being

in force, and the Contractor shall perform such duties in regard to such deductions thereof as

may be imposed on him by such laws and regulations.

47.4 The Project is entitled to 50% exemption on Custom duty as prevailing on import of cement,

Iron & steel product, subject to compliance of certain conditions by the Contractor. Contractors

are requested to quote the rates keeping in view the concessions available as above.

47.5 As per Project Development Agreement (PDA) SJVN Arun-3 Power Development Company

Private limited (SAPDC) has a concession available for import of construction machinery,

plant, equipment etc. as per prevailing Laws, Rules & regulations applicable in Nepal. The

contractor is required to go through the relevant concession available and quote the rates

accordingly.

CLAUSE 48: PAYMENT OF FINAL BILL:

48.1 The final bill shall be submitted by the Contractor within one month of the date the Certificate

of Completion is furnished by the Engineer-in-Charge. No further claim in this regard unless

as specified herein under shall be entertained. Payment shall be made within 60 days of the

submission of Final bill. If the payment is not made within 60 days, interest @ 8 % shall be

payable on undisputed amount of bill. If there shall be any dispute about any item or items of

the work then the undisputed item or items only shall be paid within the said period of 60 days.

The Contractor shall submit a list of the disputed items within thirty days from the disallowance

thereof and if he fails to do so, his claim shall be deemed to have been fully waived and

absolutely extinguished. Provided further the Employer shall not be liable to the Contractor for

any matter or thing arising out of or in connection with the Contract or execution of the Works,

unless the Contractor shall have included a claim in respect thereof in his Final Bill. No interest

will be paid on disputed amount till the same is resolved and accepted by the Engineer-in-

Charge. After such acceptance thereof by the Engineer-in-Charge, payment of such disputed

items shall be released within 30 days thereafter in accordance with clause 45.7 or otherwise

in accordance with the dispute resolution mechanism award accepted for implementation by

the Engineer in Charge.

Page 66: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

CLAUSE 49: OVER PAYMENT AND UNDER PAYMENT:

49.1 Whenever any claim whatsoever for the payment of a sum of money to the Employer arises

out of or under this Contract against the Contractor, the same may be deducted by the Employer

from any sum then due or which at any time thereafter may become due to the Contractor under

this Contract and failing that under any other contract with the Employer or from any other

sum whatsoever due to the Contractor from the Employer or from his security deposit, or he

shall pay the claim on demand.

49.2 The Employer reserve the right to carry out post- payment audit and technical examination of

the final bill including all supporting vouchers, abstracts, etc. The Employer further reserves

the right to enforce recovery of any overpayment when detected, notwithstanding the fact that

the amount of the final bill may be included by one of the parties as an item of dispute before

an arbitrator appointed under clause 55 of this Contract and notwithstanding the fact that the

amount of the final bill figures in the arbitration award.

49.3 If as a result of such audit and technical examination any overpayment is discovered in respect

of any work done by the Contractor or alleged to have been done by him under the Contract, it

shall be recovered by the Employer from the Contractor by any or all of the methods prescribed

above, and if any under- payment is discovered, the amount shall be duly paid to the Contractor

by the Employer.

49.4 Provided that the aforesaid right of the Employer to adjust overpayments against amounts due

to the Contractor under any other contract with the Employer shall not extend beyond the

period of two years from the date of payment of the final bill or in case the final bill is a MINUS

bill, from the date the amount payable by the Contractor under the MINUS final bill is

communicated to the Contractor.

49.5 Any sum of money due and payable to the Contractor (including the security deposit i.e.

Performance Security & Retention Money returnable to him) under the Contract may be

withheld or retained by way of lien by the Engineer-in-Charge or Employer against any claim

of the Employer or such other person or persons in respect of payment of a sum of money

arising out of or under any other contract made by the Contractor with the Engineer-in-Charge

or Employer or with such other person or persons.

The sum of money so withheld or retained under this clause by the Engineer-in-Charge or

Employer will be kept withheld or retained as such by the Engineer-in- Charge or Employer or

till his claim arising out of in the same Contract or any other contract is either mutually settled

or determined by the arbitrator under Clause 55 hereof, or by the competent court.

CLAUSE 50: TRAINING OF APPRENTICES:

50.1 Clause Deleted.

CLAUSE 51: CONTRACT MATTERS TO BE TREATED AS CONFIDENTIAL:

51.1 All documents, correspondence, decisions and orders concerning the Contract shall be

considered as confidential and/or restricted in nature by the Contractor and he shall not divulge

or allow access to them by any unauthorized person.

51.2 The Contractor shall take necessary steps to ensure that all persons employed on any work in

Page 67: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

connection with this Contract have noted that the Indian Official Secret Act, 1923 (XIX of

1923) or as applicable in Nepal applies to them and shall continue so to apply even after the

execution of such Works under the Contract.

CLAUSE 52: LAWS GOVERNING THE CONTRACT:

52.1 Unless otherwise hereinafter provided, this Contract shall be construed, interpreted and

governed in accordance with the Laws of Nepal. Courts of Chainpur shall have exclusive

Jurisdiction for adjudication upon the dispute arising out of the contract between the parties.

CLAUSE 53: PROCEDURE FOR CLAIMS

53.1 Except as otherwise provided in any other provision of the Contract, if the Contractor intends

to claim any additional payment pursuant to any Clause of these Conditions or otherwise, he

shall give notice of his intention to the Engineer, within 28 days after the event giving rise to

the claim has first arisen.

53.2 Upon the happening of the event referred to in Sub-Clause 53.1, the Contractor shall keep such

contemporary records as may reasonably be necessary to support any claim he may

subsequently wish to make. Without necessarily admitting the Employer's liability, the

Engineer-in-Charge shall, on receipt of a notice under Sub-Clause 53.1, inspect such

contemporary records and may instruct the Contractor to keep any further contemporary

records as are reasonable and may be material to the claim of which notice has been given. The

Contractor shall permit the Engineer-in-Charge to inspect all records kept pursuant to this Sub-

Clause and shall supply him with copies thereof as and when the Engineer so instructs.

53.3 Within 28 days, or such other reasonable time as may be agreed by the Engineer-in-Charge, of

giving notice under Sub-Clause 53.1, the Contractor shall send to the Engineer-in-Charge an

account giving detailed particulars of the amount claimed and the grounds upon which the

claim is based. Where the event giving rise to the claim has a continuing effect, such account

shall be considered to be an interim account and the Contractor shall, at such intervals as the

Engineer-in-Charge may reasonably require, send further interim accounts giving the

accumulated amount of the claim and any further grounds upon which it is based. In cases

where interim accounts are sent to the Engineer-in-Charge, the Contractor shall send a final

account within 28 days of the end of the effects resulting from the event. The Contractor shall,

if required by the Engineer-in-Charge so to do, copy to the Employer all accounts sent to the

Engineer-in-Charge pursuant to this Sub-Clause.

53.4 The Contractor shall be entitled to have included in any interim payment certified by the

Engineer-in-Charge pursuant to Clause 45 such amount in respect of any claim as the Engineer-

in-Charge, after due approval of the Employer, may consider due to the Contractor provided

that the Contractor has supplied sufficient particulars to enable the Engineer-in-Charge to

determine the amount due. If such particulars are insufficient to substantiate the whole of the

claim, the Contractor shall be entitled to payment in respect of such part of the claim as such

particulars may substantiate to the satisfaction of the Engineer-in-Charge. The Engineer-in-

Charge shall notify the Contractor of any determination made under this Sub-Clause.

CLAUSE 54: SUM PAYABLE BY WAY OF COMPENSATION TO BE CONSIDERED AS

REASONABLE WITHOUT REFERENCE TO ACTUAL LOSS:

54.1 All sums payable by way of compensation to the Employer under any of these conditions shall

be considered as reasonable compensation without reference to the actual loss or damage

Page 68: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

sustained and whether or not damage shall have been sustained.

CLAUSE 55: ARBITRATION

55.1 Except as otherwise provided in clause-53.1 above, all questions, dispute or difference in

relation to or in connection with the Contract shall be referred for arbitration in the manner

provided as under:

a. Either of the parties may give to the other a notice in writing of the existence of such

question, dispute or difference,

b. All dispute or difference in respect of which the decision has not been final and conclusive

arising between the Contractor and SJVN Arun-3 Power Development Company Private

Limited in relation to or in connection with the Contract, shall be referred to Arbitration in

the manner provided as hereunder:

(i) Arbitration will be by sole arbitrator. SJVN Arun-3 Power Development Company

Private Limited shall appoint and designate one of its officer as a sole Arbitrator who

shall carry out Arbitration proceeding as sole Arbitrator.

(ii) The Arbitrator to whom the matter is originally referred being transferred or vacating

his office or being unable to act for any reason, then the SJVN Arun-3 Power

Development Company Private Limited shall appoint another person to act as sole

arbitrator in the same manner as provided herein above. Such person shall be entitled

to proceed with the reference from the stage at which it was left by the predecessor.

c. Subject as aforesaid the provision of the Nepal's Arbitration Act. 2055, or any statutory

modification or re-enactment thereof and the rules made there under and for the time

being in force shall apply to the arbitration proceeding under this clause.

d. Irrespective of amount of the claim, Arbitrator shall give reasons for the Award.

55.2 The cost of Arbitration proceedings shall be borne equally by either party.

55.3 Arbitration proceedings shall be held at Kathmandu, Nepal.

55.4 The language of the arbitration proceedings and that of all documents and communications

between the parties shall be English, however in case of any dispute English version will

prevail. The arbitrator shall make a speaking award.

55.5 Notwithstanding any reference to the arbitration herein, the parties shall continue to perform

their respective obligations under the contract

CLAUSE 56: BREAKDOWN OF LUMP SUM ITEMS

56.1 For the purposes of statements submitted in accordance with Sub-Clause 45, the Contractor

shall submit to the Engineer-in-Charge, a breakdown for each of the lump sum items contained

in the Tender. Such breakdowns shall be subject to the approval of the Engineer-in-Charge.

CLAUSE 57: DEFECTS LIABILITY PERIOD & UNFULFILLED OBLIGATIONS

57.1 The Contract shall not be considered as completed until a Defects Liability Certificate shall have

Page 69: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

been signed by the Engineer-in-Charge and delivered to the Contractor, stating the date on which

the Contractor shall have completed his obligations to execute and complete the Works and

remedy any defects therein to the Engineer-in-Charge's satisfaction. The Defects Liability

Certificate shall be given by the Engineer-in-Charge within 28 days after the expiration of the

Defects Liability Period.

Notwithstanding the issue of the Defects Liability Certificate the Contractor and the Employer

shall remain liable for the fulfillment of any obligation incurred under the provisions of the

Contract prior to the issue of the Defects Liability Certificate which remains unperformed at the

time such Defects Liability Certificate is issued and, for the purposes of determining the nature

and extent of any such obligation, the Contract shall be deemed to remain in force between the

parties to the Contract.

CLAUSE 58: ECOLOGICAL BALANCE

The Contractor shall be required to ensure that there shall be no indiscriminate felling of trees

by him or his labourers or their family members and he will be solely responsible for their acts

in this regard. The Contractor shall try to maintain ecological balance by preventing

deforestation, water pollution and defacing of natural landscape in the vicinity of work areas.

The Contractor shall so conduct his construction operations as to prevent an unnecessary

destruction of, scarring or defacing the natural surroundings in the vicinity of the work area.

In order to maintain the ecological balance, the Contractor shall specifically observe the

following instructions:

a) Where unnecessary destruction, scarring, damage or defacing may occur as a result of the

Contractor's operation, the same shall be repaired, replanted or otherwise corrected at the

Contractor's expense. The Contractor will prevent scattering of rocks and other debris

outside the work areas. All work areas shall be smoothed and graded in a manner to conform

to the natural appearance of the landscape as directed by the Engineer-in-Charge.

b) All trees and shrubs, which are not specifically required to be cleared or removed for

construction purposes, shall be preserved and shall be protected from any damage that may

be caused by the Contractor's construction operation and equipment. The removal of trees

or shrubs will be permitted only after prior approval by the Engineer-in-charge. Special care

shall be exercised where trees or shrubs are exposed to injuries by construction equipment,

blasting, and excavating, dumping, chemical damage or other operation and the Contractor

shall adequately protect such trees by use of protective barriers or other methods approved

by the Engineer-in-Charge. Trees shall not be used for anchorage.

c) The Contractor's construction activities shall be performed by methods that will prevent

entrance or accidental spillage of solid matter contaminants, debris and other objectionable

pollutants and wastage into river. Pollutants and wastes shall be disposed of in a manner and

at sites approved by the Engineer in-Charge.

d) In the Conduct of construction activities and operation of equipment, the Contractor shall

utilize such practicable methods and devices as are reasonably available to control, prevent

and otherwise minimize air pollution. The Contractor shall fully comply with Environment

Protection Act, 2053 (1997 A.D.), Nepal.

Burning of materials resulting from clearing of tree, bush, combustible construction materials

and rubbish may be permitted only when atmospheric conditions for burning are considered

favourable.

Page 70: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Separate payment will not be admissible to the Contractor for complying with the provisions

of this clause and all costs shall be deemed to have been included in the items mentioned in the

Bill of Quantities. If any provision(s) is not complied with, within a reasonable time even after

issue of a notice in this respect, the necessary operations would be carried out by the Engineer-

in-charge at the cost of the Contractor.

CLAUSE 59: GENERAL

59.1 Save and except as expressly provided elsewhere in this Contract all costs, expenses, charges

and liabilities for the completion of the Works in accordance with the Contract and/or for the

due and faithful performance and/or the fulfillment of all of the Contractor’s obligations under

the Contract including furnishing of bank guarantees to the Employer pursuant to the Contract

shall be to the account of and be borne by the Contractor and shall be deemed to be included

in the unit rates provided for in the Bill of Quantities and the Employer shall not be liable in

any manner whatsoever therefore.

59.2 Whenever any claim whatsoever for the payment of a sum of money to the Employer arises

out of or under this contract against the Contractor, the same may be deducted by the Employer

from any sum then due or which at any time thereafter may become due to the Contractor under

this Contract and failing, that under any other contract between the Employer and the

Contractor or from any other sum whatsoever due to the Contractor from the Employer or from

his Security Deposit or he shall pay the claim on demand.

CLAUSE 60: CONTRACTOR’S NEAR RELATIVES EMPLOYED IN SJVN/SJVN ARUN-3 POWER

DEVELOPMENT COMPANY PRIVATE LIMITED.

60.1 The Contractor shall not be permitted to tender for works if any of his near relative who is

employed as Accountant or Officer in any capacity between the grades of Executive Director

and Assistant Engineer (both inclusive) and responsible for award and execution of contract in

the SJVN Ltd/ SJVN Arun-3 Power Development Company Private Limited. He shall also

intimate the names of the persons who are working with him in any capacity or are

subsequently employed by him and who are near relatives of any officer of SJVN Ltd/ SJVN

Arun-3 power Development Company Private Limited.

Note: By the terms relatives is meant wife, husband, parents, children and grand-children,

brothers and sisters, uncles and cousins and their corresponding in laws.

CLAUSE 61: RETIRED GOVT SERVANTS TAKING UP CONTRACT

61.1 No Engineer of gazetted rank or other gazetted Officer/Executives employed in Engineering or

Administrative duties in an Engineering Department of State Government/SJVN/SJVN Arun-3

power Development Company Private Limited or the Government of India is allowed to work

as a Contractor for a period of two years of his retirement from Government service without the

permission of State Government or Government of India. The contract is liable to be cancelled

if either of Contractors or any of his employees is found at any time to be such a person who

had not obtained the permission of State Government or Government of India as aforesaid,

before submission of the tender or engagement in the Contractor's service as the case may be.

Page 71: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SECTION V

CONTRACT FORMS

1. FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT AND

INSTRUCTIONS TO BE FOLLOWED FOR EXECUTION OF ALL KIND OF BANK

GUARANTEES

2. FORM OF BANK GUARANTEE FOR PERFORMANCE SECURITY DEPOSIT

3. FORM OF BANK GUARANTEE FOR THE CONVERSION OF CASH AMOUNT OF

RETENTION MONEY

4. PROFORMA FOR JOINT VENTURE AGREEMENT

5. PROFORMA FOR AGREEMENT

Page 72: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

1. FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

WHEREAS _____________ (insert name of bidder) (hereinafter called “the Bidder”) has

submitted his bid dated ______ (insert date) for

"………………………………………………………………………………………………

………………………………………….." (insert name of work) (here-in-after called the

bid).

Or

WHEREAS _____________ (insert name of bidder-1)

______________________________and ______________________________(insert

name of bidder-2) (hereinafter called “the Bidder”) have submitted a joint bid and style of

_______________________________ their Bid dated _____________________________

for

"………………………………………………………………………………………………

………………….. " (insert name of work) (hereinafter called “the bid”).

(This para is applicable in case of Joint venture)

KNOW ALL MEN by these presents that We (Name of the

Bank)_____________________(Name of the Country)_______________

__________________________having our registered office at (address) _________

_______________ (hereinafter called “the Bank”) are bound unto SJVN Arun-3 Power

Development Company Private Limited in the sum of ____________for which payment well

and truly to be made to the SJVN Arun-3 Power Development Company Private Limited ,

the Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ___ day of _________ (Month and

Year).

THE CONDITIONS of this obligation are:

1. If after Bid opening the Bidder withdraws his Bid during the period of bid validity

specified in the Form of Bid; or

2. If the Bidder having been notified of the acceptance of his Bid by the SJVN Arun-3

Power Development Company Private Limited, during the period of bid validity;

a) fails or refuses to execute the Form of Agreement in accordance with the

Instructions to Bidders; or

b) fails or refuses to furnish the Performance Security, in accordance with the

Instructions to Bidders, or

Page 73: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

c) does not accept the correction of the Bid Price pursuant to Clause-24.0 of ITB.

d) adopts corrupt or fraudulent practices

We undertake to pay to the SJVN Arun-3 Power Development Company Private Limited,

the above amount upon receipt of its first written demand without the SJVN Arun-3 Power

Development Company Private Limited having to substantiate its demand, provided that in

its demand the SJVN Arun-3 Power Development Company Private Limited will note that

the amount claimed by it due to it owing to the occurrence of one or any of the three

conditions, specifying the occurred condition or conditions. .

This Guarantee will remain in force up to and including the date 45 days beyond bid validity

period i.e. upto…………….. or as it may be extended by the SJVN Arun-3 Power

Development Company Private Limited notice of which extensions(s) to the Bank is hereby

waived. Any demand in respect of this Guarantee should reach the Bank not later than the

above date.

DATE ___________ SIGNATURE OF THE BANK______________

WITNESS________________ SEAL_______________________

(Signature, name and address)

Page 74: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

INSTRUCTIONS TO BE FOLLOWED FOR EXECUTION OF ALL KINDS OF

BANK GUARANTEES

1. Bank Guarantee should be executed on papers of requisite value in accordance with the

Stamp Act as applicable in Nepal.

2. The executing officers of the Bank Guarantee shall clearly indicate in (Block Letters),

his name, designation, Power of Attorney No:/Signing Power No. etc.

3. Each page of the Bank Guarantee shall be duly signed / initialed by the executing officers

and the last page shall be signed in full, indicating the particulars as aforesaid (sub-para2)

under the seal of the Bank.

4. The original Bank Guarantee should be sent by the Bank to SJVN Arun-3 Power

Development Company Private limited directly under Regd. Post (A.D.). However, in

exceptional cases, where the original BG is handed over to the bidder by the issuing

bank/branch, the bidder shall ensure that an un-stamped duplicate copy of the BG has

been sent immediately by the issuing bank/branch under Regd. Post (A.D.) directly to

SJVN Arun-3 Power Development Company Private limited with a covering letter to

compare with original BGs and confirm that it is in order.

Page 75: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

2. FORM OF BANK GUARANTEE FOR PERFORMANCE SECURITY DEPOSIT

Date:

To,

Name & Address of the Employer

We have been informed that ………………………………………………(the “company”), having

its registered office at …………………………………………………………………………… has

entered into a Agreement on …………………………20…. with you for the work of

"………………………………………………………………………………..(insert name of

work).

In accordance with the terms of the AGREEMENT, the Company is required to submit an

unconditional and irrevocable, payable on-demand bank guarantee of NPR ………………………….

(Nepalese Rupees …………………………………. only), (the "Security Amount") to SAPDC for

the due and faithful performance of the Company's obligations under the AGREEMENT (the

"Performance Security") and we ………………………………….(name and address of the Bank,

hereinafter called the "Guarantor") have at the request of the Company agreed to provide such

Performance Security, being this Bank Guarantee (Performance Security) No. ………………...

On your first written demand, stating that (a) the Company is in default of its obligations under the

AGREEMENT, or (b) the Company has not replaced this Performance Security with another

performance security issued on the same terms at least fourteen (14) days prior to the Expiry Date (as

hereinafter defined), we, the Guarantor as primary obligor hereby expressly, unconditionally and

irrevocably undertake to pay to SAPDC, without demur, reservation, protest and any reference to the

Company or the AGREEMENT the amount specified in such demand, provided that the total of all

demands shall not exceed the sum of the Security Amount. You shall not be required to prove or

show grounds for your demand or the sum specified therein. It is clarified further that your demand

shall be conclusive evidence to us that such payment is due under the terms of the AGREEMENT. It

shall not be necessary, and the Guarantor hereby waives any necessity, for SAPDC to proceed against

the Company before presenting to the Guarantor its demand under the Performance Security.

The term of this Performance Security shall commence on the date of its issuance and shall expire on

the date 45 days beyond the defect liability Period (the "Expiry Date").

All claims, if any, in respect of this Performance Security must be received by the Guarantor on or

before the Expiry Date.

This guarantee is subject to Uniform Rules for Demand Guarantees ICC Publication No. 758, except

that the provisions of Article 26 are hereby excluded and shall be governed by and construed in

accordance with the Laws of Nepal and will be subject to the jurisdiction of the courts of Nepal.

The Performance Security shall not be affected by any change in the constitution of the Guarantor or

of the Company.

Notwithstanding anything contained hereinabove:

(1) Our liability under this Guarantee shall not exceed the Security Amount

Page 76: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

(2) Any demand may be brought by SAPDC under this Guarantee up to close of business on the

Expiry Date.

(3) We shall be liable to pay any amount under this Guarantee or part thereof only if we receive

a claim or demand in writing within banking hours at our branch on or before the Expiry

Date and if no such demand has been received by us by that time and date, all rights to bring

any demand under this guarantee will cease.

Notwithstanding sub-section (2) and (3) above, all claims made by SAPDC on or before the Expiry

Date shall, subject to sub-section (1) above, be honoured by the Guarantor where payment in respect

of such demands have not been made by the Expiry Date.

This guarantee (or any of its proceeds) is not assignable and is not transferable in whole or in part.

Upon payment by the Guarantor in respect of all claims or demands made by SAPDC under this Bank

Guarantee on or before the Expiry Date, this guarantee automatically becomes null and void whether

or not the original has been returned to us.

Signed for and on behalf of: ……………………………………

Name: ………………………………..

Designation:………………………….

Seal of the Bank:……………………..

Signed for and on behalf of: ……………………………………

[Note: delete the following signature block if not applicable]

[Signed for and on behalf of confirming bank in Nepal:……………………………………….

Name:………………………………..

Designation:………………………….

Seal of the Bank:……………………..

Signed for and on behalf of:……………………………………]

Page 77: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

3. FORM OF BANK GUARANTEE FOR THE CONVERSION OF CASH AMOUNT

OF RETENTION MONEY

(On Bank's letter head with adhesive stamp)

To

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

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

1. We, the-------------Bank (hereinafter referred to as "the said Bank") and having our

registered office at --------------do hereby undertake and agree to indemnify and keep

indemnified the SJVN Arun-3 Power Development Company Private Limited;

represented by----------------------------(hereinafter referred to as "the said

Corporation" which expression shall, unless repugnant to the subject or context,

include its administrators, successors and assigns), to the extent of NPRs.-----------

(NP Rupees -----------) on behalf of *-------------------in lieu of an equal cash amount

of security deposit deposited by the said Contractor and/or deducted by the said

corporation from the bills of the said Contractor and which the said Corporation has

agreed to convert against a bank guarantee as hereunder, under the provisions of

Contract No.---- ---------dt.-----------which the said Contractor has entered into with

the said Corporation in connection with the construction of- --------------at a total cost

of NPR-----------(NPR----------) (hereinafter called the `said contract').

2. We, the said Bank also do hereby agree to pay unequivocally and unconditionally

within 48 hours on demand, in writing, from the said Corporation, of any amount

upto and not exceeding NPR__________ (_______________) to the said Corporation

for any purpose or cause or on any account whatsoever under the provisions of the

said contract in which respect the decision of the said Corporation shall be final and

binding on us.

3. Provided that it shall not be necessary for the said Corporation to proceed against the

said Contractor before proceeding against us and the guarantee herein contained shall

be enforceable against us, notwithstanding any security which the Corporation may

have obtained or obtain from the said Contractor shall, at the time when proceedings

are taken against us as hereunder, be outstanding or unrealized.

4. We, the said Bank, further agree that this guarantee shall be valid and binding on us

upto and including-----------------and shall not be terminable by notice or any change

in the constitution of the said Bank or the said Contractor or by any other reasons

whatsoever and our liability hereunder shall not be impaired or discharged by any

extension of time or variations made, given conceded, or agreed with or without our

knowledge or consent, by or between the parties to the said contract.

5. We also undertake not to revoke this guarantee during its currency except with the

previous consent, in writing, of the said Corporation.

6. Our liability under this guarantee is restricted to NPR-----------(Nepalese Rupees----

Page 78: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

------). Our guarantee shall remain in force until--------------unless a suit or action to

enforce a claim under the guarantee is filed against us within six months from that

date, all your rights under this guarantee shall be forfeited and we shall be relieved

and discharged from all liabilities thereunder:

In the presence of Witness For and on behalf of the Bank

--------------- Bank's common seal

Dated this-------------day of ---------------

The above Guarantee is accepted by the Corporation

For and on behalf of the Corporation

Signature-----------------

Name and designation----------------

Name of Project/Unit----------------

Date----------------------

Page 79: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

4. PROFORMA FOR JOINT VENTURE AGREEMENT

JOINT VENTURE AGREEMENT BETWEEN M/S ……….……, M/S……..…….. AND

M/S ………….….. FOR SUCCESSFUL PERFORMANCE OF THE CONTRACT FOR

"…………………………………………………………………………." (insert name of

work).

This Joint Venture Agreement executed on this ………….. day of ………… two thousand and

……………… between M/s ………………..…… a Company incorporated under the law of

………………. and having its Registered Office at ………. (here-in-after called the “Partner-1”.

which expression shall include its successors, administrators, executors and permitted assigns) and

M/s …………………. a Company incorporated under the law of ………………… and having its

Registered Office at ………………….. (here-in-after called the “Partner-2” which expression shall

include its successor, administrators, executors and permitted assigns) for the purpose of making a

bid and entering into a Contract (in case of award) against Tender PCD-96/2017 for

"………………………………………………………………………………………………

………………………………." (insert name of work) executed by SAPDC, a subsidiary of SJVN,

having registered Office at 3-Lokanthali, Madhyapur (Thimi)-16, P.O. Box -5685, Kathmandu

(Nepal). (hereinafter called “SJVN Arun-3 Power Development Company Private Limited ”).

WHEREAS, the SJVN Arun-3 Power Development Company Private Limited invited Bids for

"………………………………………………………………………………………………

…………………………………….................................."(insert name of work).

AND WHEREAS Clause 3 of ‘INSTRUCTIONS TO BIDDER(S) – Tender document stipulates that

the Bidder may also participate in joint venture provided they necessarily meet the requirements as

stipulated in ‘INSTRUCTIONS TO BIDDERS’ of Tender document. The above referred Para/Clause

further stipulates that all the partners in the Joint Venture are jointly and severally liable to the Owner

to perform all contractual obligations. Further, the participation share of each partner to the JV shall

be as under:

Partner-1 =…………………….%

Partner-2=……………………..%

AND WHERAS the proposal has been submitted to the SJVN Arun-3 Power Development Company

Private Limited vide no. ……………dated ……………………. based on the Joint Venture

Agreement being these presents and the proposal in accordance with the requirements as stipulated

in ‘INSTRUCTIONS TO BIDDERS’ of Tender document, have been signed jointly by all the

partners of JV and submitted to the SJVN ARUN-3 POWER DEVELOPMENT COMPANY

PRIVATE LIMITED .

NOW THEREFORE, THIS DEED WITNESSETH AS UNDER:

1. That in consideration of the Award of Contracts by the SJVN Arun-3 Power

Development Company Private Limited to the Joint Venture, we the partners to the

Joint Venture Agreement do hereby agree that M/s ………………………………. shall

Page 80: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

act as Lead Partner for self and on behalf of other partner(s) and further declare and

confirm that we shall jointly and severally be bound unto the Owner for the execution

of the Contract in accordance with the Contract terms and shall be jointly and severally

liable to the SJVN Arun-3 Power Development Company Private Limited to perform

all the Technical and Contractual obligations. Further the lead partner is authorized to

incur liabilities and receive instructions for and on behalf of any and all partners of the

Joint Venture and the entire execution of the Contract including receipt of the payment

shall be done by the lead partner.

It is expressly understood and agreed between the partners to this agreement that the

responsibilities and obligations of each of the partners shall be delineated separately to

this agreement. It is further agreed by the partners that the above sharing of responsibility

and obligations shall not in any way be a limitation of joint and several liabilities of the

partners under the contract.

2. In case of any breach of the said Contract committed by any of the partners of the Joint

Venture Agreement, the other partners do hereby undertake, declare and confirm that

we shall be fully responsible for the successful performance of the contract and

undertake to carry out all the obligations and responsibilities under this Joint Venture

Agreement in order to discharge the obligations and responsibilities stipulated in the

contract. Further, if the Owner sustains any loss or damage on account of any breach of

the Contract, we the Joint Venture partners jointly and severally undertake to promptly

indemnify, and pay such loss/damages, caused to the SJVN Arun-3 Power Development

Company Private Limited on its written demand without any demur, reservation, contest

or protest in any manner whatsoever. This is without prejudice to any rights of the SJVN

Arun-3 Power Development Company Private Limited against the Joint Venture/Lead

partner under the Contract and/or guarantees. It shall not be necessary or obligatory for

the SJVN Arun-3 Power Development Company Private Limited to first proceed against

the partner-1 to these presents before proceeding against other Partner(s).

3. We agree that this Agreement shall be without any prejudice to the various liabilities of

the Joint Venture partners including the performance security as well as other

obligations of Joint Venture Partners in terms of the Contract.

4. The Joint Venture partners will be fully governed by the terms and conditions of the

contract and shall be responsible for the quality of all the Works and timely execution

thereof to meet the completion schedule under the contract.

5. This Agreement shall be construed, interpreted and governed in accordance with the

Laws of Nepal and the Courts of Chainpur shall have exclusive Jurisdiction for

adjudication upon the dispute arising out of the this agreement.

6. We, the Joint Venture partners agree that this Agreement shall be irrevocable and shall

form an integral part of the Contract. We further agree that this Agreement shall continue

to be enforceable till the successful completion of Contract and till the SJVN Arun-3

Power Development Company Private Limited discharges it.

7. That this Agreement shall be operative from the effective date of the contract.

Page 81: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

IN WITNESS WHEREOF, the Joint Venture partners through their authorized

representatives have executed these presents and affixed common seal of their respective

companies, on the day, month and year first mentioned above.

Witness:……………………

………………………

(Name in Block Letters)

Official Address…………

…………………………………………………

…..

(Signature of Authorized representative)

For M/s ……………………………(Joint

Venture- Partner-1 )

Name :

Designation :………………………………

Seal of the Bidder/ firm: .…………

Witness:……………………

………………………

(Name in Block Letters)

Official Address…………..

…………………………………………………

…..

(Signature of Authorized representative)

For M/s ……………………………(Joint

Venture- Partner-2 )

Name :

Designation :………………………………

Seal of the Bidder/ firm: .…………

Page 82: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

5. PROFORMA FOR AGREEMENT

This agreement made this ______day of_________________

Between_____________________________ (name and address of Employer) (hereinafter called

“SJVN Arun-3 Power Development Company Private Limited”) and

_______________________________________ ___________________ (name and address of

Contractor) (hereinafter called “the Contractor” of the other party).

Whereas the SJVN Arun-3 power Development Company Private Limited is desirous that the

Contractor executes ___________________ ____________________________________________

(name and identification number of Contract) (hereinafter called ‘the Works’) and the SJVN Arun-3

Power Development Company Private Limited has accepted the Bid by the Contractor for the execution

and completion of such Works and the remedying of any defects herein at a contract price of

NPR___________

NOW THIS AGREEMENT WITNESSETH as follow:

1. In this Agreement, words and expression shall assume the same meanings as are respectively

assigned to them in the Conditions of Contract hereinafter referred to.

2. In consideration of the payments to be made by the SJVN Arun-3 Power Development Company

Private Limited to the Contractor as hereinafter mentioned, the Contractor hereby covenants

with the SJVN Arun-3 Power Development Company Private Limited to execute and complete

the Work and remedy the defects therein in conformity, in all aspects, with the provisions of the

Contract.

3. The SJVN Arun-3 Power Development Company Private Limited hereby covenants to pay the

Contractor in consideration of the execution and completion of the Works and remedy the

defects wherein 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.

4. The following documents shall be deemed to form and be read and construed as part of this

Agreement, viz:

a) Agreement

b) Letter of acceptance;

c) General Conditions of Contract;

d) Scope of Work and Technical Specifications;

e) Construction Standards;

f) Priced Bill of Quantities;

g) Contractor’s Bid other than BOQ;

h) Tender Drawings;

i) Any other document forming part of the Contract.

The aforesaid documents shall be taken as complementary and mutually explanatory of one

another but in case of ambiguities or discrepancies shall take precedence in the order set out

above.

Page 83: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

In witness whereof the parties have caused this Agreement to be executed the day and year first before

written.

Signed and Delivered

For and on behalf of the Contractor For and on behalf of SJVN Arun-3 power

Development Company Private Limited

i) Name:______________________

(Authorized Signatory)

Name:_______________________

ii)Name : ___________________

_______________________

Designation:

In the presence of: In the presence of :

Name __________________________

_________________________

Add. __________________________

_________________________

Name__________________________

__________________________

Add. _________________________

__________________________

Note: This Performa is included in the Bidding Documents only for the information of the Bidders. Only the

successful bidder, shall, in due course, be required to fill this Performa.

Page 84: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SECTION –VI

SCOPE OF WORK, TECHNICAL SPECIFICATIONS

AND BID DATA SHEETS

Page 85: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SCOPE OF WORKS

1.1 The Employer invites Bids for the Supply, Delivery, Installation/Erection, Commissioning,

Testing and Handover of 33KV line for construction power purpose.

The scope of works include execution with complete system design, procurement/manufacture,

manufacturer’s quality assurance, shop testing (including type testing where

specified/required), transportation, storage, erection, including all civil/structural works, site

testing, commissioning of all items & materials as elaborated in Technical Specifications

including all associated activities that though not exclusively specified here in but are required

for the completion of the entire works under this package.

1.2 This specification intends to cover but not restrict to the following activities, services and

works:

i) Complete design and engineering of all the systems, sub-systems, equipment, material

and services. However, after finalization of design of transmission line components by

the Contractor, the design shall be got approved from Nepal Electricity Authority

(NEA) and acceptance of SAPDC shall be accorded before start of manufacturing of

transmission line components.

ii) Providing engineering data, drawings and O&M manuals.

iii) Manufacturing, supply, testing, packing, transportation and insurance from the

manufacturer’s work to the site.

iv) Receipt, storage, insurance, preservation and conservation of equipment at the site.

v) All civil and structural works as required.

vi) Fabrication, pre-assembly (if any), erection, testing and putting into satisfactory

operation of all the equipment/material including successful commissioning.

vii) In addition to the requirements indicated in this section (Technical Specifications), all

the requirements as stated in other sections shall also be considered as a part of this

specification as if completely bound herewith.

viii) The Bidder shall be responsible for providing all material, equipment and services

specified or otherwise which are required to ensure operability, maintainability and the

reliability of the complete work covered under this specification.

ix) All services & activities required to be given contractually, by the bidder, during

warranty period.

x) The successful bidder shall submit the layout plan for the distribution equipments under

the scope along with special arrangements if required. Civil works will be planned

accordingly and will be in the scope of SAPDC.

1.3 The package envisages following works at different locations in Sankhuwasabha District in

Nepal:

i) Preconstruction survey, optimization of Pole Spotting, if required for HT Line.

ii) Construction of 33KV double circuit line.

iii) Construction of power distribution arrangement at power house site and its

interconnection with 33 KV line.

iv) Maintenance (Routine & preventive) of transmission line for one year.

1.4 Any relevant information in addition to the information mentioned in bid document shall also

be provided, if available with the owner to the successful bidder during the stage of execution

of this work and if thinks fit by the owner.

Page 86: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

TECHNICAL REQUIREMENTS AND DATA SHEETS

1. ACSR CONDUCTOR

2. PORCELAIN INSULATORS

3. INSULATOR PINS

4. DISC INSULATOR FITTINGS

5. CROSSARMS AND BRACING ANGLES

6. FLAT CROSSARM BRACE

7. POLE CLAMPS

8. GALVANIZED STEEL BOLTS, NUTS AND MISCELLANEOUS FASTNING

COMPONENTS

9. PARALLEL GROOVE (PG) CLAMPS

10. STAY SETS

11. STRANDED STAY WIRE

12. TELESCOPIC TUBULAR STEEL POLE

13. 33 KV HT PANEL BOARD

14. 33/.415 KV TRANSFORMER

15. LT PANEL BOARD

16. 33 KV XLPE CABLE

Page 87: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION –01

ACSR CONDUCTOR

1. Scope

This Specification covers the fabrication and supply of aluminium conductors, steel reinforced (ACSR) commonly used on overhead power line construction.

2. Description

2.1 The ACSR conductor shall be a concentrically strand right-hand lay conductor.

2.2 The ACSR conductor shall be fabricated in accordance with BS: 215/ IEC: 209, latest revision, and all referenced standards therein or other equivalent national standards which will result in a conductor of same stranding, quality, conductor diameter, stand size, direction of lay, and lay ratio. These equal characteristics are required to achieve full tensioning capability with bolted type tension sets; with full/tension compression splices and other commonly use line hardware.

2.3 The following conductors in the quantities specified in the Price Schedule shall be

supplied:

Code Name Nominal

Area

(mm2)

Stranding

(Al./Steel)

Breaking

Strength, kN

Mass, Kg/Km Resistance

at 200 C

Dog 100 6/7 32.7 394 0.273

2.4 The ACSR conductors must be manufactured by a company approved to quality standard ISO 9001 or ISO 9002. The ISO certification number, the name of the authorized approving authority with the contact address and telephone and fax numbers shall also be stated. The Bidder shall enclose a verified copy of the ISO certificate with the bid.

3. Packing

3.1 All conductors shall be packaged in non-returnable wooden reels and shall be protected against damage in handling, shipping, and storage by heavy wood lagging securely applied to each reel. All reels shall be sufficiently sturdy to withstand shipment, storage and field construction operations without distortion or disintegration.

3.2 Each reel of the conductors furnished shall contain only one (1) length of conductor.

Page 88: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

3.3 All reels shall be legibly marked in paint with the following information:

a) Size of conductor

b) Type of conductor

c) Length in meters

d) Net weight of conductor

e) Direction of rolling

f) Total weight of the reel

3.4 The standard length of the completed conductor is shown in the table below:

Conductor size, mm2 100

Normal length of the conductor, m 1,000

4. Tests

4.1 The manufactured conductor shall be tested in full compliance with the governing

standard (including the following tests) and a certified test report shall be produced

for all tests conducted.

Aluminium Wire

(a) Tensile Test

(b) Wrapping Test

(c) Resistivity Test

Steel Wire

(a) Tensile Test

Page 89: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION –02

PORCELAIN INSULATORS

1. Scope This Specification covers the fabrication and supply of pin insulators, disc insulators, stay insulators and shackle insulators, as herein specified for use on overhead power line construction. The qualified manufacturer should be a holder of ISO Certificate.

2. GENERAL 2.1 All porcelain insulators shall be fabricated and tested in accordance with the Standards

referenced or other national or international standards, for each type of insulator.

2.2 Porcelain shall be sound, free from defects, thoroughly vitrified and smoothly glazed. The glaze shall be brown in color. The glaze shall cover all exposed parts of the insulators.

2.3 The design of insulators shall be such that stresses due to expansion and contraction in any part of the insulator shall not lead to deterioration. The porcelain shall not engage directly with hard metal.

2.4 The cement used in construction of insulators shall not give rise to chemical reaction with metal fittings and its thickness shall be as uniform as possible.

2.5 The insulators should be manufactured in automatic temperature-controlled kilns to obtain uniform baking and better electrical and mechanical properties.

2.6 The manufacturer of the Insulators must have been accredited with ISO 9001 (including design in the scope of registration) quality certification.

3. Pin Insulator 3.1 The pin insulator shall be manufactured and tested in accordance with IS: 731-1971

and IS:3188 or the latest version thereof or any other national or international standards that ensures at least equal or better quality to the standard mentioned above, will also be acceptable. The lead thread shall be compatible with the insulator pin specified in these documents.

The pin insulator shall have following ratings and features:

Highest system voltage 36 kV

Rated voltage 33 kV

Creepage distance (min) 580 mm

Wet power frequency withstand voltage 75 kV

Impulse withstand voltage 170 kV

Puncture power frequency voltage (min) 180 kV

Visible discharge voltage 27 kV

Cantilever strength 5 KN

G I pin head Small IS Ref.165P, IS 2486 Part-

II

Page 90: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

4. Disc Insulator

4.1 The disc insulator shall be manufactured and tested in accordance with IS: 731-1971

or latest version thereof or any other national or international standards that ensures at

least equal or better quality to the standard mentioned above, will also be acceptable.

4.2 The disc insulator shall be ball and socket fitting type. The disc insulator shall have

the following ratings and features:

Highest system voltage 12 kV

Rated voltage 11 kV

Porcelain diameter (min) 255 mm

Spacing 145 mm

Creepage distance (min) 320 mm

Power frequency puncture

Withstand voltage 1.3 x Actual dry flashover voltage

Wet power frequency

Withstand voltage 35 kV

Impulse withstand voltage 75 kV

Puncture power frequency

Voltage (min) 105 kV

Visible discharge voltage 9 kV

Mechanical strength 45 KN

Ball and socket size 16 mm B

Applicable standard for

Special characteristics IS: 3188-1980

5. Stay Insulator

5.1 The stay insulator shall be manufactured and tested in accordance with IS: 5300-1969 or the latest version thereof or any other national or international standards that ensures at least equal or better quality to the standard mentioned above, will also be acceptable. The stay insulator shall have following ratings and features.

Page 91: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

- Highest system voltage 33 kV

- Rated voltage 36 kV

- Creepage distance (min) 57 mm

- Minimum failing load 80 KN

- Power frequency withstands voltage, 1 minute:

Dry

27 kV

Wet

13 kV

-

IS designation

C

Page 92: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

6. Shackle Insulator

6.1 The shackle insulator shall be manufactured and tested in accordance with IS: 1445-1977 or the latest version thereof or any other national or international standards that ensures at least equal or better quality to the standard mentioned above, will also be acceptable.

6.2 The shackle insulator to be furnished shall have following ratings and features:

Highest system voltage : 1 kV

Rated Voltage : 500 V

Power frequency withstands voltage, 1 minute:

Dry 23 kV

Wet 10 kV

Power frequency puncture withstand voltage, 1-minute

1.3 X actual dry flashover voltage

Leakage distance (min) 75 mm

Mechanical strength

16

KN

IS type 2

Type A

7. MARKING

7.1 Each insulator shall be legibly and indelibly marked to show the following:

a) Name or trademark of manufacturer. b) Year of manufacture. c) Minimum failing load in Newtons (for pin and disc insulators only)

7.2 Markings on porcelain shall be printed and shall be applied before firing.

8.0 TESTS

The insulators shall comply with the following tests as per IS: 731-1971

8.1 TYPE TEST

a. Visual examination,, b. Verification of dimensions, c. Visible discharge test, d. Impulse voltage withstand test,

Page 93: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

e. Wet power frequency voltage withstand test

f. Temperature cycle test, g. Mechanical failing load test h. 24-hour mechanical strength test for strain insulators i. Puncture test j. Porosity test and k. Galvanizing test

8.2 ROUTINE TEST

Visual examination

Mechanical routine test

Electrical routine test

Page 94: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION –-03

INSULATOR PINS

1. Scope

This Specification covers the fabrication and supply of bolt-type cross arm insulator

pins.

2. Description

2.1 The insulator pin to be supplied shall conform to the nominated standards or to internationally accepted standards and to the shape and dimensions shown in the drawings contained in this specification. The insulator pin shall be furnished with a spring steel split lock washer and nut assembled on the insulator pin. The ratings and features of the insulator pins shall be as follows:

For 11 kV

Head type : Small S165P

Total length : 450 mm

Stalk length : 300 mm

Shank length : 150 mm

Minimum failing load : 10KN

Applicable standard : IS: 2486 (Part I & II) or equivalent national

or international standard.

The insulator pins shall be compatible with the insulators specified in Specification and those listed in the Price Schedule.

3. Material

The insulator pins specified herein shall be fabricated from hot rolled steel. The pin shall be a single piece obtained preferably by the process of forging. It shall not be made by jointing, welding, shrink fitting or any other process from more than one piece of material. It shall be of good finish free from flaws and other defects. The finish of the collar shall be such that a sharp angle between the collar and the shank is avoided.

4. Galvanizing

All ferrous pins, nuts and washers except those made of stainless steel shall be hot dip galvanized. The threads of nuts shall be cut after galvanizing and shall be well oiled and greased. The galvanizing shall conform to IS 2629-1985 or equivalent national or international standard.

5. Finish

All insulator pins shall be reasonably smooth on all surfaces and free of sharp

projections.

Page 95: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

6. Tests

6.1 Insulator pins shall comply with the following tests as per IS: 2486.

6.2 Type Tests:

- Visual examination test,

- Checking of threads on head,

- Galvanizing test,

- Mechanical test.

6.2 Acceptance Tests:

- Checking of threads on head,

- Galvanizing test,

- Mechanical test.

6.3 Routine Test:

- Visual examination.

Page 96: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION – 04

DISC INSULATOR FITTINGS

(TENSION SET)

1. Scope

1.1 This specification covers the fabrication and supply of tension type disc insulator

fittings.

2. Description 2.1 The disc insulator fittings shall be supplied with ball and socket couplings, twisted

straps, and tension clamps. The insulator fittings shall conform to the shape and dimension shown in the drawings.

3. Material 3.1 The tension clamp shall be of the malleable iron type. Other accessories like ball and

socket, nuts, bolts shall be made of hot rolled steel and the twisted cross arm strap shall be made of MS sheet metal. Cotter bolts and U-bolts shall be of galvanized steel. Cotter pins shall be stainless steel.

3.2 All forgings and castings shall be of good finish and free from flaws and other defects. The edges on the outside of fittings, such as the ball socket and holes, shall be rounded. The nominal dimensions of the ball and socket, ball eye and twisted cross arm straps, are given in Drawings. The ultimate strength of clamps shall not be less than 41 KN.

4. Galvanizing 4.1 All ferrous fittings and the parts other than those of stainless steel, shall be hot dip

galvanized as per IS: 2629-1985 or equal internationally recognized standards.

5. Tests 5.1 The disc insulator fittings shall comply with the following tests as per IS: 2486 or

equivalent national or international standard.

(a) Type Test: - Verification of Dimensions,

- Visual Examination Test

- Slip Strength Test,

- Mechanical Test,

- Electrical Resistance Test,

- Heating Cycle Test.

(b) Acceptance Tests: - Verification of dimensions,

- Galvanizing,

- Mechanical Tests.

(c) Routine Tests: - Visual Examination Tests and Routine Mechanical Test

Page 97: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION –05

CROSSARMS AND BRACING ANGLES

1. Scope This Specification covers the fabrication and supply of steel cross-arms and bracing members commonly used in overhead power line construction.

2. Material

2.1 The steel cross-arms shall be fabricated from hot-rolled channels and angles.

2.2 The steel channels and angles shall be fabricated and tested in accordance with Indian Standards IS: 226-1975 and IS-808-1964 or any revision thereof or other equivalent national or international standard provided that the resulting steel stock is of equal quality and strength. The minimum tensile strength of the steel shall be 4200 kg/cm2.

3. Description

3.1 The surface of the steel shall be flat after drilling or (punching) and free of dimpling or imperfections. The hole edges shall be broken by reaming. The holes shall be full dimension after galvanizing and no minus tolerance of specified hole size will be accepted.

3.2 The steel cross-arm and bracing angles shall be furnished reasonably smooth on all surfaces and free of burrs or sharp projections.

4. Galvanizing

4.1 The steel cross-arms and bracing angles shall be galvanized after fabrication in accordance with IS: 2629-1985 or any revision thereof or any other national or international standards that ensure at least a substantially equal quality to the standard mentioned above will also be acceptable.

5. Tests

5.1 Apart from the tests indicated herein in the referenced standards, the channels and angles shall undergo following tests:

- Visual Inspection; - Verification of Dimensions;

Page 98: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION -06

FLAT CROSSARM BRACE

1. Scope

This Specification covers the fabrication, testing and supply of flat, galvanized steel cross-arm braces.

2. Material

2.1 The flat cross-arms brace shall be fabricated out of hot-rolled steel flat.

2.2 The steel flat for cross-arms brace shall be fabricated and tested in accordance with Indian Standards IS: 226-1975, and IS-1731-1971 or any revision thereof or other equivalent national or international standard provided that the resulting steel stock is of equal quality and strength. The minimum tensile strength of the steel shall be 4200 kg/cm2.

3. Description

3.1 The brace shall be furnished reasonably smooth on all surfaces and free of burrs or sharp projections.

3.2 The surface of the steel shall be flat after drilling or (punching) and free of dimpling or imperfections. The hole edges shall be broken by reaming. The holes shall be full dimension after galvanizing and no minus tolerance of specified hole size will be accepted.

3.3 The brace shall have a minimum tensile strength of 3182 kg at the bolt-hole and bolt

slot.

3.4 The brace shall be capable of being bent 10 degrees at the bolt hole or slot and 140 degrees at any point between hole and slot without cracking of the base metal on the outside of bent portion.

3.5 The brace shall be drilled and dimensioned in accordance with drawings And Construction Standards of the Bidding Document.

4. Galvanizing

4.1 The flat cross arm brace shall be galvanized after fabrication in accordance with IS: 2629-1985 or any revision thereof or any other national or international standards that ensure at least a substantially equal quality to the standard mentioned above will also be acceptable.

5. Tests

5.1 Apart from the tests indicated herein in the referenced standards, the flat cross arm brace shall undergo following tests:

- Visual Inspection and Verification of Dimensions;

Page 99: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION – 07

POLE CLAMPS

1. Scope 1.1 This Specification covers the fabrication and supply of galvanized steel pole clamps

with nuts, bolts and washers for use on overhead power line construction.

2. Material 2.1 The pole clamp shall be fabricated out of hot-rolled steel flat.

2.2 The steel flat for pole clamp shall be fabricated and tested in accordance with Indian Standards IS: 226-1975, and IS-1731-1971 or any revision thereof or other equivalent national or international standard provided that the resulting steel stock is of equal quality and strength. The minimum tensile strength of the steel shall be 4200 kg/cm2.

3. Description 3.1 2Dimensions may be changed to comply with the final pole sizes selected. Therefore,

the dimensions must be confirmed with the Project prior to manufacture.

3.2 Two (2) numbers of galvanized, fully threaded bolts with two (2) nuts and washers shall be provided with each pole clamp. The dimensions may change to comply with the final design.

3.3 The fittings shall be free of burrs, splinters, splits, sharp points and edges, which may damage conductors or show evidence of poor workmanship.

3.4 The surface of the steel shall be flat after drilling or (punching) and free of dimpling or imperfections. The hole edges shall be broken by reaming. The holes shall be full dimension after galvanizing and no minus tolerance of specified hole size will be accepted.

3.5 The pole clamps shall have a minimum tensile strength of 3182 kg at the bolt-hole and bolt slot.

4. Galvanizing 4.1 The pole clamps and nut, bolts and washers shall be galvanized after fabrication in

accordance with IS: 2629-1985 or any revision thereof or any other national or international standards that ensure at least a substantially equal quality to the standard mentioned above will also be acceptable.

5. Tests 5.1 Apart from the tests indicated herein in the referenced standards, the pole clamps

shall undergo following tests:

- Visual Inspection; - Verification of Dimensions;

Page 100: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION – 8

GALVANISED STEEL BOLTS, NUTS AND

MISCELLANEOUS FASTENING COMPONENTS

1. Scope

This Specification covers the fabrication and supply of galvanized steel bolts and nuts, as specified herein, for use in overhead electric line construction.

2. Material

2.1 The bolts and nuts shall be manufactured and tested in accordance with IS: 1363 (Part I)-1984 or the latest version thereof or any other national or international standards that ensures at least equal or better quality to the standard mentioned above, will also be acceptable.

3. General

3.1 Bolts and nuts shall be furnished in the types, diameters and lengths specified in the Price Schedule. However, the dimensions and length of threading of bolt must be confirmed with the Project prior to manufacture.

3.2 Thread forms shall be consistent with all material/items listed herein and shall not strip or slip under sustained tensile loading equal to the design tensile strength of the threaded material item.

4. Machine Bolt and Nut

4.1 Each machine bolt shall be furnished with two (2) hexagonal nuts and two (2) plain washers assembled thereon.

5. Double-Arming Bolt and Nut

5.1 Each double-arming bolt shall be furnished with four (4) hexagonal nuts and two (2) washers assembled thereon.

6. Galvanizing

6.1 The stranded stay wire shall be galvanized after fabrication in accordance with IS: 2629-1985 or any revision thereof or any other national or international standards that ensure at least a substantially equal quality to the standard mentioned above will also be acceptable.

7. Tests 7.1 The bolt and nut shall undergo tests in accordance with the relevant governing

standard.

Page 101: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION – 9

PARALLEL GROOVE (PG) CLAMPS

1. Scope This Specification covers design fabrication testing and supply of universal parallel groove (UPG) clamps and fittings commonly used in overhead electric power lines.

2. Description 2.1 The PG clamp shall be designed and manufactured to achieve full compatibility

between clamps and conductors and produce uniform and electrically efficient connections between conductors for the class of connection intended.

2.2 The PG clamp is intended to be used for ACSR to ACSR conductor.

2.3 The body of PG clamp shall be made of aluminium alloy from a permanent mould process and hardware consisting of nuts, bolts and washer shall be made of hot dip galvanized steel. The PG clamps shall have sufficient mass and contact area to provide the thermal capacity required for load cycling and fault current. The clamps shall be designed to provide the distributed current density necessary to prevent hot spots, and current carrying rating of the conductors for which they are designated. PG clamp shall have oxide inhibiting compound and contact aid.

2.4 The clamps shall be manufactured to accommodate ACSR conductors as shown in

Table 1.

2.5 The grooves on the clamps shall be open-edged on two (2) edges for easy installation over a run conductor and insertion of tap conductor.

2.6 The clamp shall be tested in accordance with the relevant ANSI standard or other equivalent national or international standard specifying the performance requirement for the electrical and mechanical characteristics of clamps. The clamps shall conform to all testing requirements of that standard for the classes of clamps considered.

2.7 Each clamp shall be marked with the type and size of conductor, which will correctly fit each groove.

TABLE 1

PG CLAMP for ACSR to ACSR conductor

Groove A Groove B Identification

D D D-D

D R D-R

D W D-W

R R R-R

R W R-W

W W W-W

D= 100 mm2 ACSR Conductor

R= 50 mm2 ACSR Conductor, W= 30 mm2 ACSR Conductor

Page 102: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION –10

STAY SETS

1. Scope This Specification covers the fabrication and supply of adjustable threaded, galvanized, ferrous, stay sets and nuts for use in overhead line construction.

2. Description 2.1 The stay set shall consist of mild steel; galvanized stay rod; stay tightener or adjustable

head complete with stay plate a thimble of dimensions shown in the drawings in Construction Standards of the Bidding Document.

2.2 The stay rod shall be fabricated of mild steel of minimum tensile strength of 4200 kg/sq.cm. The other technical features and dimensions are given in Table 1 attached herewith.

2.3 The stay tightener shall be made of mild steel of minimum ultimate tensile strength of 42,000kg/sq.cm. The thimbles shall be made of 1.219mm (18 SWG) GI sheet, and shall be suitable for terminating steel stay wire with a preformed grip.

2.4 The stay plate shall be square type MS plate of dimensions mentioned in Table 1. The plate shall have a matching hole at the centre to fit the end of the stay rod.

3. Fabrication

3.1 The thread form at the threaded end of the rod, and that of the accompanying nut, shall be optional with the supplier. However, it shall be the responsibility of the Supplier to supply the stay rod with a thread form that shall sustain the rated loads specified in Table 1 without creep or stripping over the full life of the rod material at specified diameter.

3.2 After fabrication, the stay rod and nut shall be hot-dip zinc galvanized in accordance with IS 2629-1985, latest edition, or to an equivalent hot-dip galvanizing standard which produces equal or superior result.

3.3After galvanizing, the nut and rod threading shall be such that the nut may be run the full length of the thread without the use of tools.

4 Tests 4.1 Apart from the tests indicated in the relevant referenced standard of steel , the stay set

shall undergo following tests:

-Visual Inspection.

-Verification of dimensioned.

–Tensile strength: The stay set assemblies shall withstand a minimum tensile loads specified in Table 1.

-Bend test: The stay rod shall be bend-tested over a mandrel of 19 mm millimeter through an angle of 90 degrees at any point in the un-threaded section of the rod without fracture of the steel. Temperature of the test shall be 68 degrees Fahrenheit (22.5 deg Celsius).

Page 103: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Table 1

Ratings and Features

Length of stay rod 2.4 m

Diameter of stay rod 18 mm

Ultimate tensile strength

of stay rod and turn-buckle 4200 Kg/sq.cm

Minimum breaking load 10,454 kg

Length of threaded portion 300 mm

Thimble shape Suitable for 7/10 SWG stay wire

Thimble section 18 SWG (min.)

Stay plate section 400x400x6mm

Eyebolt length 300 mm

Galvanization IS: 2629-1985

Page 104: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION –11

STRANDED STAY WIRE

1. Scope This Specification covers the fabrication and supply of zinc-coated steel wire for use in overhead power line as stay wire ropes for line supports (poles).

2. Description of Strands The steel strand shall be fabricated in accordance with B.S. 183 1972/ (1983) or an equivalent national or international standard. The wires shall be 45-ton quality fully galvanized by hot dip process to British Standards or equivalent.

The steel wire strand shall have a left-hand lay. The steel wires shall have no joint throughout the whole length. Strands shall be uniform and shall have no defects such as cracks, dust encapsulation or crevices. Further details are given in Table 1 herein.

3. Packing The steel wire strand shall be furnished in reels holding approximately 300m (1000ft). Each reel shall have a weather-resistant tag securely attached showing the length, nominal diameter, number of individual wires, grade of the strand, and the class of zinc coating.

4. Tests The testing of individual wires and complete conductor shall be in accordance with the nominated standards.

TABLE 1 Ratings and Features

Steel Wire Size (No. of

wire/SWG) 7/10

Grade 700

Steel quality 45 ton

Diameter of Wires 3.25 mm

Minimum Weight 450 kg/km

Zinc coating on steel According to B.S. 443(1982)

Applicable Standard B.S. 183 1972/(1983)

Page 105: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION – 12

SWAGED STEEL TUBULAR POLE

1. Scope 1.1 This Specification covers the design, fabrication, testing and supply of swaged

(telescopic) tubular steel poles to be used to support overhead electric lines and equipment.

2. Description 2.1 The poles shall be swaged steel tubular, telescopic, uniformly tapered circular in

cross-section meeting the specification of IS:2713 (Part - III) 1980, reaffirmed 2008 and its latest version. The poles shall be fabricated in sections as specified in IS 1387(1967)/Table 2 out of welded tubes of suitable lengths. The diameters of the top and the bottom end of the completely assembled pole shall be as specified therein.

2.2 The sections of the steel poles shall be designed such that the butt end of the top section fits on the top end of the second section, the butt end of the second section fits on the top end of the third section and so on. The various sections shall be fitted together by pressed friction joints. The completely assembled telescopic pole shall have the design loads as specified in Table 1. The separate pole cap shall be provided with top section of the pole. The bottom section of the pole shall be provided with a base plate.

3. Material 3.1 The telescopic pole sections and fittings shall be manufactured from standard steel

as per BS 4360 Grades 43 C, D, E or 50 C, D, E or equivalent national/ international standards.

3.2 The steel tubes shall confirm to the requirements of BS 6323 Parts 1 to 8 Steel Tubes.

4. Manufacture 4.1 The pole shall be erected by friction joint without involvement of through bolt, site

welding or any type of additional device of joint at the time of erection.

4.2 It shall be the responsibility of the Bidder to determine the thickness of the tubing adequate to sustain the load and test requirements. The Bidder shall determine the thickness of the tubing to develop the required pole strength in accordance with the Bidder's method of fabrication. However, the thickness of the tubing shall not be less than 2.5 mm, and the following tolerances shall be maintained:

a) Tolerance on diameter: +/- 1% from Bidder's data sheet.

b) Tolerance on weight: +/- 10% on each pole.

+/- 7.5% on a bulk load of up to 20 tons.

c) Tolerance on thickness: +/- 10% on each sheet.

d) Tolerance on telescopic poles: After assembly the telescopic poles shall not exceed +/-75 mm of their stated length in the Technical data sheet.

e) The out-of-straightness of the assembled pole shall not exceed 1/600 of the

height.

4.3 All welding of the poles shall be carried out at the manufacturers' plant.

Page 106: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

4.4 Welds parallel to the longitudinal axis of the poles shall be fillet welds. No circumferential joints/welds of the tubes are permitted. All welds shall be capable of withstanding, without failure or cracking, the stresses in a pole when subjected to its ultimate design loads.

4.5 All seam welds on joint mating surfaces shall be ground flush. All high spots in the galvanizing on the mating surface shall be ground and if the galvanizing is damaged in the process, it shall be repaired.

4.6 The sizes, configuration and the locations of the hole in the poles must be confirmed with the Project prior to manufacture pole.

4.7 The footstep holders shall be fabricated and shop-welded on the segments so that after assembly of the required type of pole these should be located alternatively on the opposite sides of the poles at a vertical distance of 0.6 m to 0.7 m. from each other. The Footstep holders shall be provided only on the pole segments that lie above 2.0 m above the ground level and 1.0 m below the Cross-arm level. The Contractor shall also provide Footsteps of adequate type, size and strength to hold on two man-weights (about 150 kg) in maximum and in numbers not less than 2% of the total numbers of Footstep holders welded on.

4.8 The steel tubular telescopic poles must be manufactured by a company approved to quality standard ISO 9001:2000. The ISO 9001 certification number, the name of the authorized approving authority with the contact address and telephone and fax numbers shall also be stated. The Bidder shall enclose a copy of the ISO 9001 certificate with the bid.

4.7. The minimum overlap between the following segments shall be as follows:

Top-Middle Middle-Bottom

400mm 450 mm

5. Corrosion Protection All sections of the pole shall be hot dip galvanized both internally and externally in accordance with IS: 2629-1985 or equivalent national or international standard. After galvanizing, the external surface of poles below ground level and 500mm above ground level shall be painted as follows:

a) Thorough clean brush and solvent degrease, then one coat of phosphoric acid

based primer both inside and outside followed by, b) One coat airless spray of epoxy based bituminous black paint of 1x100 microns

dry film thickness inside of the pole base c) Two successive coat airless spray of epoxy based bituminous black paint of

2x100 microns dry film thickness outside of the pole base.

6. Marking of Pole The pole shall have an identification marked with indelible paint on the pole at a position approximately 3.5 m. from the butt end, which is clearly and indelibly marked with:

a) Date of manufacture and identification mark of manufacture.

b) Length of pole in meters and its design working loads as defined in this

specification. The pole shall be marked with a permanent horizontal line at a

point 1/6th of the pole height from the butt end of the assembled pole. The

mating depth of the relevant sections of pole shall also be indelibly marked.

Page 107: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

7. Earthing Lug, Base Plate and Pole Cap a. Each pole shall be provided with earthing lug at 300 mm below the ground level.

Each swaged steel tubular pole shall be provided with pole cap and base plate of

suitable type and size. The materials of the base plate and pole cap shall be same

as that of pole and should also be galvanized. The minimum thickness of pole cap

and base plate shall be 2mm and 4mm respectively.

b. The size of pole cap should be designed so that it just hold tightly on the top of the

topmost segment of each pole by three numbers of 8mm dia screws and hold the

rain water from entering into the Pole.

c. The size of base plate for different types of poles shall be designed by the

manufacture considering 50 kN/m2 as the maximum bearing capacity and 1.5 as

the Factor of safety against overturning.

8. Design 8.1 The standard overall length of pole manufactured under this contract shall be as per

table below. The plantation depth of the pole shall be 1/6th of the overall length of that pole. The Bidder shall submit a detailed description of the methods of pole manufacture and detailed calculations for all aspects of design of the pole and take approval prior to manufacture.

8.2 The design working loads in transverse direction shall be as follow:

Pole Length Design working load

13m 335 kgf

The design working load shall be the yield strength reduced by factor of safety of

2.0.

9. Tests 9.1 The following test(s) shall be performed for the pole furnished. All testing shall

be fully documented and certified test reports shall be provided to the Project.

- Permanent set test

9.2 Poles selected for testing shall be a representative sample from each lot.

Lot Size No. of poles

Up to 500 5

501 to 1000 8

1001 to 2000 13

2001 to 3000 18

3001 and above 20

9.3 Testing Arrangement: The pole shall be rigidly supported in vertical position for a distance from the butt end equal to the specified depth of planting of that pole. It shall then be loaded horizontally with a load applied at the distance from the pole top as

Page 108: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

specified in Table 2, and the deflection recorded. Alternatively, for convenience the pole may be fixed horizontally in a testing arrangement. The testing arrangement shall be provided with sufficient supports to ensure that bending moments developed by the self-weight of the pole are minimal. These supports shall be detailed to give no horizontal resistance to the applied loads. The accuracy of load and deflection measuring equipment shall not be less than +/-2 percent.

9.4 The load shall be gradually and uniformly applied in increments of 10 percent of the design-working load up to 120 percent of the design-working load. At each increment of load deflection of the pole tip shall be measured. The 120% loading shall be maintained for 5 minutes. The load shall then be gradually reduced to zero and the amount of permanent deflection of the pole tip recorded.

The test load shall be gradually reapplied up to the design working load and the deflection recorded. The load shall then be increased in 10 percent increments until failure occurs. At each load increment, the load and deflection shall be recorded.

The following particulars shall be recorded:

a) Manufacturer's name and plant location;

b) Batch No. of steel plate or tubing; c) Test date; d) Pole type; e) Dimensions of pole; f) Increments of load and the deflections at each increment of load; g) Permanent deflection; h) Load of failure;

9.5 The pole shall be considered acceptable if:

a) The permanent deflection of the tip of the pole does not exceed 4 mm. per meter of pole length for 13 m pole. (The permanent deflection is the deflection of tip of the pole on removal of load equal to 120% of design working load of pole after 5 minutes of the application of that load.)

b) The failure load of the pole tested equals or exceeds 200% of design working

load.

9.6 Should any of the poles first selected fail to pass any of the tests specified above two further poles shall be selected for testing from the same batch i.e. same pole length manufactured on the same day from the same steel plate or tubing in respect of each failure. Should one or both these additional poles fail, the test material represented by the test samples shall be deemed as not complying with this specification.

Page 109: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Pole Attributes

Overall Length 13m

Total Number of Sections

As

per

std.

Diameter of the assembled pole in

meter:

Top in mm 165.1

Bottom in mm 219.1

Application of

Load from top of pole in meter 0.6

Depth of Planting in meter 2.2

Page 110: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION - 13

MV SYSTEM

11.1 Scope of Work

The scope of work shall be a comprehensive functional system covering all supply

and services including but not be limited to following:

11.1.1 33 kV Switchgear

3-phase, 50 HZ, 33 kV switchgear systems shall consist of two (2) sets of boards, of

630A, 25kA rating capacity.

11.2 Completeness of System

Any other item (s) not mentioned specifically but necessary for the satisfactory

completion of scope of work defined above, as per accepted standard (s)/best

international practice.

Notes:

i) All the above sets of boards shall be of indoor metal enclosed 33kV switchgear type,

complete with cubicles, Circuit breakers, protection, relays metering instruments,

bus-bar system, support insulators, cabling, internal wiring and other accessories.

However, minor changes, if any to the enclosed SLD shall be done during detailed

engineering; same shall also be taken care.

11.3 STANDARDS & REGULATIONS

The design, manufacture and testing of the various equipment covered under this

specification shall comply with the requirements of the latest edition of the relevant

IEC/IS/IEEE/ISO standards only. Preference for latest IEC standards for particular

equipment / system shall be governed over IEEE/ IS/ ISO standards.

11.4 PARAMETERS & GUARANTEES

11.4.1 Scheme

The switchgear system is solidly grounded, 3 phases + TNS. The voltage level

envisaged for power house will be at 33KV & 0.415 KV

Page 111: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

11.5 Rating

System Description 33kV

Location & Type Indoor, Metal Clad located in

Dam and Switchyard

Type of earthing Solidly earthed

System Requirement

Rated system voltage 33 kV (rms)

Highest system voltage 36 kV (rms)

Rated frequency, Hz 50, - 5% to +3 %

Rated withstand Voltage to earth

Power Frequency

Lightening Impulse (peak value)

70 kV

170 kVp

Rated short time withstand current (rms) for 1 Sec

for Busbar & VCBs 25kA

Rated Peak withstand current 63kA

Rated normal current for Busbar & VCBs 630A

Control voltage 220 +10 % / -20%V DC

Auxiliary AC supply, 3 phase 415 ± 10% V

Circuit Breaker

Type Vacuum draw out type

Operating mechanism Motor operated spring charged

No. of interrupter unit per pole 1

First-pole-to clear factor 1.5

Rated current 630 A

Rated short circuit breaking capacity 25kA (rms)

Rated short circuit making capacity 63kA (peak)

Rated operating sequence O-3min-CO-3min-CO

Control voltage 220 V DC

Normal voltage for operating mechanism i.e.,

charging motor 220 V DC

Current Transformer

Current Ratio As per standard

Incoming feeders

Page 112: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Outgoing feeders

Accuracy class

REF Protection PS

E/F and O/C protection 5P10

Metering 0.2

Potential Transformer

Type of supply and earthing conditions 3 phase, star point solidly

earthed

Transformation ratio 33kV/√3/110V/√3/110V/√3

Accuracy Class

Relaying 3P

Metering 0.2

* Parameters and rating of CTs, PTs, relays has to be calculated by bidders through studies

subject to purchaser approval

Page 113: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION - 14

33/.415 KV TRANSFORMER

3PH, 50 HZ, COPPER DOUBLE WOUND, OIL CONTAINED IN MILD STEEL RADIATOR

COOLED TANK WITH FIRST FILLING OF OIL AS PER IS:335

DESCRIPTION UNIT

ITEM I ( IS : 1180

Level - 1)

Output KVA 800

No Load Voltage ratio at rated voltage & frequency KV 33/.415

Cooling ONAN

Type of Tap Changer-(Off Circuit/OLTC with

RTCC/AVR) Yes OFF-CIRCUIT

TAP

Tap Range & Step (Plus/Minus/Step) %/%/% +5/-10/2.5

Vector Group Dyn11

Temperature Rise at rated load over an ambient of Deg.C. 50

- in oil by thermometer / in winding by resistance Deg.C. 40/45

Paint shade to IS : 5(Epoxy) 632

Fittings & Accessories

Rating & Diagram Plate Yes YES

Earthing terminals - 2 nos. Yes YES

Lifting lugs Yes YES

Air Release hole with plug Yes YES

Dehydrating Silica Gel Breather Yes YES

Prismatic Oil level gauge Yes YES

Oil filling hole with plug on CONSERVATOR Yes YES

Oil Conservator with drain plug Yes YES

Thermometer pocket Yes YES

Jacking lugs Yes YES

Bottom drain cum filter valve Yes YES

Top filter valve Yes YES

4 Nos. Bi-Directional Rollers Yes YES

Pressure Relief Device Yes YES

Marshalling Box (where ever applicable) Yes/No YES

150 mm OTI with alarm & trip / 100mm OTI Yes/No YES

WTI with alarm & trip Yes/No YES

Buchholz Relay with alarm & trip Yes/No YES

Shutt off valves for Buchholz Relay Yes/No YES

Magnetic Oil level gauge Yes/No YES

Radiators-Fixed/Detachable(for ratings750 KVA &

ABOVE) Yes/No YES

Terminal Arrangement

HV Side : Bare bushing / XLPE Cable box / Air

insulated cable box/ Cable Box

LV Side : Bare bushing / XLPE Cable box / Air

insulated cable box / Cable Box

• Transformer should be tested from NEA/NABL as per prevailing standards.

Page 114: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION - 15

LT panel

15.1 SCOPE

The scope of this specification cover design, manufacture, assembly, testing at manufacturer’s

works, packing & forwarding to site & commissioning of indoor type 415V, 3 phase 4 wires

AC Distribution board for power distribution to of Arunpower house area of Arun-3HPP,

SAPDC. The incoming provision for DG incomer shall be kept in the panel. Tentative general

arrangement is given in drawing section.

15.2 STANDARDS

The AC Distribution boards offered under this specification shall conform to latest revision

of relevant Indian Standard Specification.

15.3 PRINCIPAAL PARAMETERS

15.3.1 The AC distribution boards shall be sheet steel enclosed self standing suitable for mounting

indoors.

15.3.2 The AC distribution boards covered in this specification shall meet the general technical

requirements furnished below, the general arrangement of MV/LV scheme is in drawing

section.

15.4 GENERAL TECHNICAL REQUIREMENTS

4.0 Constructional Features

4.1.1 The board shall be sheet steel enclosed, indoor, floor mounted modular, self supporting type

made up of the requisite vertical sections.

4.1.2 It shall be dust & vermin proof with a degree of protection of IP-52.

4.1.3 It shall be possible to extend the board on both sides by addition of vertical sections after

removing the end covers.

4.1.4 A metal sill frame made of M.S. channel shall be provided as base frame, properly drilled

for mounting the board. Necessary hardware shall also be provided for the same.

4.1.5 It shall be provided with cable entry at bottom with 3 mm removable gland plate.

4.1.6 The board shall be of uniform height of not more than 2450 mm and it shall be of single

front execution. It shall be provided with busbars running at top along the length of the board in

separate sheet steel enclosure. The board shall be provided with gasket all round including removable

covers & doors. All the operating devices shall be provided only on the front of the board.

4.1.7 The height of the top most operating handle shall not be more than 1800 mm and that of the

bottom most operating handle shall not be less than 300mm.

4.1.8 The board shall be divided into distinct sections comprising of

a) metal enclosed busbar compartment running horizontally

b) Individual feeder modules arranged in multitier formation.

c) Enclosed vertical busbars serving all modules.

d) Vertical cable alley covering entire height.

Metal sheet shall be provided between two adjacent vertical sections running to full height

of the board.

Page 115: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

4.1.9 All equipment associated with a single circuit shall be housed in a separate module

compartment. The compartment shall be sheet steel enclosed on all sides and rear. A plate cover with

a slot to permit wiring connections shall be

provided on the side corresponding to the cable alley. The front of the compartment shall

be provided with hinged door.

4.1.10 Only the handles of switches, push buttons knobs and cutouts for lamps & meters shall be

arranged on front of the respective compartment to permit operation without opening the

door. All cutouts shall be gasketed for dust proofing.

4.1.11 Cable alley shall be provided with suitable hinged door. Vertical bus bar compartments shall

be provided with adequate shrouding & bolted covers.

4.1.12 Rear of the board shall be provided with removable panels.

4.1.13 All doors shall be provided with concealed type hinges and captive screws.

4.1.14 All identical equipment and corresponding parts of similar ratings shall be fully

interchangeable.

4.2 Sheet Metal Work:

4.2.1 The board frame shall be fabricated using pressed & shaped CRCA sheet steel of minimum

1.6mm thickness.

4.2.2 The Board shall be enclosed by sheet steel of minimum 1.6 mm thickness smoothly finished

& leveled. Doors & covers shall be made of 1.6 mm thick sheet steel. Adequate stiffeners

shall be provided wherever necessary.

4.2.3 All panel edges and door edges shall be reinforced against distortion. Cut outs shall be true

in shape and devoid of sharp edges.

4.2.4 The complete structure shall be rigid, self supporting free from vibration, twists & bends.

4.3 Painting :

All sheet steel work shall be painted in accordance with the following procedure.

4.3.1 Oil, grease, dirt and swan shall be thoroughly removed by emulsion cleaning.

4.3.2 All sheets shall be first painted with metal primer, epoxy coated.

4.3.3 The panel then painted with an colour shade as per IS.

4.3.4 Finished painted appearance of equipment shall present an aesthetically, pleasing

appearance, free from dents and uneven surfaces.

4.4 Main Bus & Taps:

4.4.1 The board shall be provided with three phase and neutral busbars.

4.4.2 Busbars shall be of uniform cross section in two sections along the length of the board as

Single line diagram.

4.4.3 The busbars shall be made of high conductivity aluminium alloy.

4.4.3 Busbars shall be adequately supported and braced to withstand the stresses due to the

specified short circuit currents. Busbar supports shall be made of phylum sheets; glass

reinforced moulded plastic material or cast resin.

4.4.4 Separate supports shall be provided for each phase of the busbars. If a common support is

provided for all three phase, ant tracking barriers shall be incorporated.

4.4.5 Busbar joints shall be complete with high tensile steel bolt and washers and nuts. Busbars

shall be thoroughly cleaned at the joint locations and a suitable contact grease shall be

applied just before making a joint.

Page 116: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

4.5 Mounted case Circuit Breakers :

4.5.1 Wherever specified moulded case Circuit Breakers shall be provided for circuit protection.

They shall be suitable for over load and short circuit protection of the feeders.

4.5.2 The circuit breaker shall have switching mechanism, contact system, arc extinguishing

device and a tripping unit contained in a compact moulded case and cover.

4.5.3 The insulating case and cover shall be made of high strength, heat resistant, flame retardant

material.

4.5.4 The MCCB shall be provided with a quick make- quick break type of switching mechanism

which a definite speed of travel of moving contacts is ensured.

4.5.5 The MCCB shall employ a maintenance free contact system designed to minimize the let

through energies while handing abnormal currents.

4.5.6 An indicator showing ON, OFF and TRIPPED positions shall be provided.

4.5.7 Suitable for padlocking in `OFF’ position.

4.6 Current Transformers :

4.6.1 Current transformers shall be dry type.

4.6.2 Current transformers shall have a short time withstand rating equal to the short time withstand

rating of the associated board for one second.

4.6.3 Rated burden shall be as specified in the single line diagram.

4.6.4 All current transformers shall be earthed through a separate earth link on the terminal block

to permit easy measurement of the current transformers insulation resistance.

4.7 Indicating Instruments and Meters :

4.7.1 Electrical indicating instruments shall be of minimum 144 sq.mm. size for incoming feeder

and 96 mm size for out going suitable for flush mounting.

4.7.2 Indicating instruments shall have provision for zero adjustment outside the cover.

4.7.3 Instrument dials shall be parallax free with black numerals on a white dial.

4.8 Indicating Lamps

The indicating lamps shall be Cluster LED type having low watt consumption and shall be

provided, translucent lamp cover of appropriate colour. The bulb & lens shall be easily

replaceable from the front.

4.9 Control & Selector Switches :

4.9.1 The control & selector switches shall be adequately rated for the purpose intended and shall

be rotary type. They shall be provided with ascutcheon plates clearly marked to show the

position.

4.9.2 The selector switches shall be maintained contact stayput type. Furthers witches in ammeter

circuit shall have make before break type contact & shall be provided with oval handles.

4.10 Push Buttons :

The push buttons shall be of momentary contact push to actuate type rated to carry 10A at

240V A.C. It shall be fitted with self reset, 2 No. & 2 NC contacts. It shall be provided with

integrate plate marked with its function. Start, open, close, push buttons shall be green in

colour & stop push button shall be red in colour. All other push buttons shall be black.

4.11 Internal Wiring :

4.11.1 Wiring inside the board shall be carried out with 1100/650V grade. PVC insulated, stranded

conductor wires. Minimum size of conductor for power circuits shall be 4 sq.mm. copper or

stranded wires. Control circuits shall be wired with copper conductor of at least 2.5 sq.mm.

Page 117: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

for CT circuits & 1.5 sq.mm. for other circuits, the number and size of strands shall be 7 of

0.67 mm and 0.5 mm diameter respectively.

4.11.2 Engraved identification ferrules, marked to correspond with the wiring diagrams shall be

fitted to each wire. Ferrules shall be of yellow colour with black lettering.

4.11.3 Spare auxiliary contacts of all equipment forming part of the board shall be wired up to the

terminal blocks.

4.11.4 Wiring shall be terminated on preferably stud type terminal blocks such that the wires are

connected by cable-lugs with nuts & washers/lock nuts.

4.12 Terminal Blocks

4.12.1 Terminal blocks (both for power and control circuits) shall be of reputed make specially for

CT and PT circuits. It shall comprise finely threaded pairs of brass studs of at least 6 mm

diameter, links between each pair of studs, washers, nuts and lock nuts. The studs, shall be

accurately locked within the mounting base to prevent their turning. Insulated barriers shall

be provided between adjacent terminals.

4.12.2 Terminal blocks shall be adequately rated to carry the current of the associated circuit

Minimum rating of the terminal block shall be 10A.

4.12.3 Terminals shall be numbered for identification, Engraved white-on-black labels shall be

provided on the terminal blocks, describing the function of the circuit.

4.12.4 Where duplication of a terminal block is necessary, it shall be achieved by solid bonding

links.

4.12.5 Terminal blocks for CT secondary lead wires shall be provided with shorting and

disconnecting/earthing facilities.

4.13 Labels:

4.13.1 All labels shall comprise white letters on a black background.

4.13.2 Labels shall be made of non-rusting metal or 3 ply lamicoid, or engraved PVC.

4.13.3 Labels shall be properly fixed, with provision to prevent distortion due to expansion.

4.13.4 Size of lettering shall be 6 mm., unless otherwise specified for incoming outgoing feeders.

4.14 Earthing:

4.14.1 Each Board shall be provided with an earth busbar running along the entire length of the

board. Material and size of the earth busbar shall be as specified. At either end of the earth

bus, one (1) clamp type terminal with nuts, bolts and earthing conductor shall be provided

for bolting to earthing conductor. In case the earth bus is provided near top of the Board.one

down comer at either end shall be provided for connection to the earthing conductor.

4.14.2 Earth busbars shall be supported at suitable intervals.

4.14.3 All instrument and relay cases shall be connected to the earth busbar using 1100/650V grade,

2.5 sq.mm. stranded copper earthing conductor.

4.14.4 Two set of earthing material is also to be supplied and making necessary earthing

arrangement is in the scope of contractor.

Page 118: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SPECIFICATION - 16

33 KV XLPE cable

16.1. SCOPE

This specification covers design, manufacture, inspection, testing and supply of 33kV,

3X120 sq. mm. XLPE armoured cable to destination Station

16.2. STANDARD

16.2.1 The materials shall conform in all respects to the relevant International / Indian

Standard Specifications with latest amendments thereto.

Title Indian Standard No. International

Standard

Specification for Cross linked IS:7098 Part II/1985 IEC : 502 (1983)

Polyethylene Insulated PVC

Sheathed Cable for working

voltages from 3.3 kV up to and

including 33 kV

PVC insulation and sheath of IS:5831/1984 IEC :502 (1983)

electric cables.

Conductors for insulated electric IS: 8130/1984 IEC : 228 (1978)

Cables and Flexible cords

Specification for cable drum IS : 10418/1982

Equipment conforming to other internationally accepted standards, which ensure equal or higher quality than the standards mentioned above, would also be acceptable.

16.3 PRINCIPAL PARAMTERS:

16.3.1 The material shall conform to the following specific parameters.

S.I. No. Item Specification

1. Type of Installation Outdoor

2 System Voltage 33 kV (+10% - 15%)

3 System Frequency 50 Hz. + 5%

Page 119: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

4 No. of Phases Three

5 System of earthing Solidly grounded

16.4 TECHNICAL REQUIREMENT

The cable shall be 33 kV Grade, high conductivity stranded compacted circular conductor, electrolytic grade copper, tapped with semi conducting, 3 core, XLPE

insulated, inner PVC sheathed, galvanized steel strip armoured with overall separate extruded PVC outer sheath, conforming generally to IEC-60502/IS: 7098 (Part-II) - 1985 and amendment thereof suitable for 33 kV 3 phase 50 Hz earthed system.

16.4.1 Two distinct sheaths i.e. inner and outer shall be provided. Outer sheathing shall be

designed to afford high degree of mechanical protection and shall also be heat, oil,

chemicals and weather resistant, common acids, alkalies and saline solution shall not

have adverse effect on the material used for PVC outer sheathing.

16.4.2 The cable should be suitable for lying in covered trenches and/or buried direct underground.

16.5 CONDUCTOR

The conductor shall be made from stranded very well compacted, round conductor shall

be made of annealed plain copper wires complying the requirement as specified in Table-

2 of IS: 8130 /1984 and any amendment thereof.

16.6 CONDUCTOR SHIELD

The conductor shall have a semi-conducting screen, which will ensure perfectly smooth

profile to avoid stress concentration. The conductor screen shall be extruded in the same operation as the insulation.

16.7 INSULATION

The XLPE insulation shall be suitable for specified 33 kV system voltage. The

manufacturing process shall ensure that insulation shall be free from voids. The insulation

shall withstand mechanical and thermal stresses under steady state and transient operating

conditions. The extrusion method shall give very smooth interface between semi-

conducting screen and insulation. The insulation of the cables shall be of high standard

quality and conform to Clause-11 of IS: 7098 (Part-II)/1985 or latest amendment thereof.

16.8 INSULATON SHIELD

To confine electrical field to the insulation, insulation screening consisting of two parts,

namely metallic (non-magnetic) and non-metallic (semi conducting) shall be provided.

The non-metallic semi-conducting shield shall be put over the insulation of each core. The

insulation shield shall be extruded in the same operation as the conductor shield and the

insulation by triple extrusion process. The insulation shield shall be bonded and

Strippable, on adequate heat treatment. Metallic shield shall be provided over non-metallic

portion as per provision of clause 12.4 of IS: 7098 (Part-II)/1985 and amendment thereof.

Page 120: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

16.9 INNER SHEATH

The sheath shall be suitable to withstand the operating conditions and the desired temperature rating of the cable. It shall be of adequate thickness, consistent quality and free from all defects.

16.10 ARMOUR

Galvanized steel strip armouring shall be provided. The dimensions of steel strip shall be as per table 4 of IS: 7098 (Part-II)/1985 and its latest amendment and strip shall conform to latest provisions of IS: 3975 - 1988 and amendment thereof.

16.11 OUTER SHEATH

Extruded PVC outer sheath of type ST-2 as per IS: 5831/1984 and its latest

amendment shall be applied over armouring with suitable additives to prevent attack by

rodent and termite and its thickness shall be in accordance with Clause -17.32 of IS:7098

(Part-III)/1985 and latest amendment thereof.

16.12 CONSTRUCTION

15.12.1 The cable shall have suitable PVC fillers laid up with insulated cores to provide

substantially circular cross section before the inner sheath is applied. The fillers shall be suitable for operating temperature of the cable and compatible with the insulating

material.

15.12.2 All materials used in the manufacture of cable shall be new, unused and of finest

quality. All materials shall comply with the applicable provisions of the tests of the specification, IS, Indian Electricity Rules, Indian Elect. Act and any other applicable

statutory provisions, rules and regulations.

15.12.3 The PVC material used in the manufacture of cable shall be of reputed make. No recycling of the PVC is permitted. The purchaser reserves the right to ask for

documentary proof of the purchase of various materials to be used for the manufacture of cable and to check that manufacturer is complying with quality control.

16.13 WORKMANSHIP AND QUALTIY ASSURANCE

The workmanship shall be neat, clean and of highest grade/quality

16.14 CURRENT RATING

15.14.1 The cable will have current rating and de-rating factors as per relevant Indian Standards.

15.14.2 The current rating shall be based on maximum conductor temperature of 90oC with ambient site condition specified in General Requirement of Specification for

continuous operation at the rated current.

16.15 OPERATION

15.15.1 Cable shall be suitable for laying in ducts and direct in ground.

Page 121: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

1515..2 Cables shall have heat and moisture resistant properties. These shall be of type and

design, with proven record of distribution network service.

16.16 LENGTHS

The cables shall be supplied in standard drum lengths i.e. 250 m. Non-standard length

of not less than 100 m is acceptable.

16.17 PACKING

The cable shall be supplied on non-returnable wooden drums of heavy standard

construction conforming to IS: 10418:1982 and latest amendment thereof and being

suitable for transport by goods train or truck and for storage at site. The wood used for

construction of the drums shall be properly seasoned and wood preservative shall be

applied to the entire drum. All ferrous parts shall be treated with a suitable rust preventive

finish or coating to avoid rusting during transit or storage.

15.18 TEST CERTIFICATE

The tenderer shall furnish an authenticated copy of results of successful type tests. The tests as carried out at any NABL accredited lab.

Page 122: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

TECHNICAL DATA SHEETS

(To be completed by the Bidder)

ACSR Conductor The Bidder/Manufacturer/Suppliers are required to furnish the following information in the Data Sheet.

Separate sheets can be used if additional space is required. The information furnished shall be supported

by the catalogue and test reports. Any deviation from

EMPLOYER’s requirements shall be clearly mentioned giving the reasons thereof.0.1 sq. inch ACSR

Conductor

Item Description: 0.1 Sq. Inch ACSR Conductor "DOG

A Manufacturer

B Governing Standards

C Copies of Standard Attached Yes/No

D Copies of Type Test Attached Yes/No

E If standards is not BS: 215 (Part 2) are the conductor specifications same as the BS: 215

requirements in respect to the following?

Diameter Yes/No

Strand Size Yes/No

Direction of Lay Yes/No

Lay Ratio Yes/No

Materials Yes/No

F Technical Data

1. Size

2. Number/Dia. Of wire a. Aluminium

a. Aluminium

b. Steel

3. Cross Section

a. Aluminium

b. Steel

c. Total

4. Conductor Diameter

Page 123: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

5. Ultimate Strength

6. Modulus of Elasticity

7. Coefficient of Linear Expansion

8. Standard Mass of Conductor

9. Electrical DC Resistance at 20°C

10. Standard non-jointed length on reel

11. Breaking Load

12. Mass of Zn Coating in Steel Standards

Page 124: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Porcelain Insulators

Pin Insulators

Description Queries

1. Manufacturer

2. Catalog

3. Model number

4. Applicable standards

5. Copies of standards attached Yes/No

6. If not IS Standards, are standards used equivalent? Yes/No

7. Copies of alternate standard attached? Yes/No

8. Ratings:

Highest system voltage kV

Rated voltage kV

Creepage distance (min) mm

Wet frequency puncture withstand voltage kV

Impulse withstand voltage kV

Puncture power frequency voltage (min) kV

Visible discharge voltage kV

Cantilever strength kN

G I pin head

Signature

As representative for

Address

Date

Page 125: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Disc Insulators

Description Queries

1. Manufacturer 2. Catalog No. 3. Model number 4. Applicable standard 5. Copies of standards attached? Yes/No

6. If not IS standards are standards used equivalent? Yes/No

7. Copies of alternate standard attached? Yes/No

8. Ratings:

Highest system voltage kV

Rate voltage kV

Porcelain diameter (min) mm

Spacing mm

Creepage distance (min) mm

Power frequency puncture

Withstand voltage kV

Wet frequency puncture

Withstand voltage kV

Impulses withstand voltage kV

Puncture power frequency voltage (min) kV

Visible discharge voltage kV

Mechanical strength kN

Ball and socket size mm

Signature

As representative for

Address

Date

Page 126: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Stay Insulator

Description Queries

1. Manufacturer

2. Catalog No.

3. Model number

4. Applicable standards

5. Copies of standards attached? Yes/No

6. If not IS standards, are standards

Used equivalent? Yes/No

7. Copies of alternate standards attached? Yes/No

8. Ratings:

Highest system voltage kV

Rated voltage kV

Creepage distance (min) mm

Minimum failing load kN

Power frequency withstand voltage, 1 minute

Dry kV

Wet kV

IS designation

Signature

As representative for

Address

Date

Page 127: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Insulator Pins

Description Queries

1. Manufacturer

2. Type of steel used

3. Dimensional drawings attached? Yes/No

4. Copies of type test attached? Yes/No

5. Ratings and features

For 11 kV

Head type

Total length mm

Stalk length mm

Shank length mm

Minimum failing load k N

Applicable standard

Catalog number

Signature

As representative for

Address

Date

Page 128: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Disc Insulator Fittings

Description Queries

1. Manufacturer/Catalogue No.

2. Preliminary drawings furnished? Yes/No

3. Steel Classification

4. Malleable tension clamp? Yes/No

5. Cotter pin and U-bolts are galvanized? Yes/No

6. Cotter pins are stainless steel? Yes/No

7. Galvanizing conforms to IS: 2629 – 1985? Yes/No

8. Ultimate strength of clamps

9. Applicable standard(s)

Signature

As representative for

Address

Date

Page 129: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Cross Arms and Bracing Angles

Description Queries

1. Manufacturer

2. Steel Classification

3. Minimum tensile strength of steel

4. Is the cross arm and angles fabricated from

hot-rolled steel sections? Yes/No

5. Governing Standard

6. Standard attached? Yes/No

7. Governing Standard for galvanizing

8. Drawings of cross arm and bracing? Yes/No

Signature

As representative for

Address

Date

Page 130: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Flat Cross Arm Brace

Description Queries

1. Manufacturer

2. Steel Classification

3. Minimum tensile strength of steel

4. Is the flat cross arm brace fabricated from

hot-rolled steel sections? Yes/No

5. Governing Standard for manufacturing and testing

6. Governing Standard for galvanizing

7. Standards attached? Yes/No

8. Drawings of flat cross arm brace? Yes/No

Signature

As representative for

Address

Date

Page 131: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Pole Clamps

Description Queries

1. Manufacturer

2. Steel classification

3. Referenced galvanizing specification

4. Drawings of pole clamp furnished?

Signature

As representative for

Address

Date

Page 132: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Galvanized Steel Nuts and Bolts

Description Queries

1. Manufacturer

2. Material description Yes/No

Furnished?

3. Governing standard for manufacturing and testing

4. Governing standard for galvanization

5. Standards attached? Yes/No

6. Catalog numbers attached

for all items? Yes/No

Signature

As representative for

Address

Date

Page 133: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Universal Parallel Groove (UPG) Clamp

Description Queries

1. Manufacturer

2. Material Description

Yes/No

furnished?

3. Governing Standard for manufacturing and testing

4. Governing Standard for galvanization

5. Standards attached? Yes/No

6. Catalog/ dimensional drawings

attached? Yes/No

Signature

As representative for

Address

Date

Page 134: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Stay Rod

Description Queries

1. Manufacturer

2. Catalogue Numbers

3. Steel Classification

4. Load rating kg

5. Type tests-tensile load data attached? Yes/No

6. Type test-bend test data attached? Yes/No

7. Drawing attached? Yes/No

Signature

As representative for

Address

Date

Page 135: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Stranded Stay Wire

Description Queries

1. Manufacturer

2. Strand diameter (overall) mm

3. No. of Strands

4. Minimum Breaking load kg

5. Nominal diameter of coated

6. Left hand lay Yes/No

7. Fabrication Specification

B.S. 183 1972 (1983) mm

8. If not what standard? Yes/No

9. Standard copies (2) attached Yes/No

10. If not B.S. 183 is strand offered equivalent in all

respects? Yes/No

11. Class of zinc coating?

Signature

As representative for

Address

Date

Page 136: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Steel Telescopic Poles

Description Queries

1. Manufacturer

2. Governing Standards for tubing

3. manufacturing and testing

4. Governing Standard for Galvanization

5. Copies of Standards Attached? (Yes/No)

6. Overall Length, meters

7. No. of sections, No.

8. Sections starting from the top:

Section: 1

-Length M

-Thickness Mm

-Top dia. (outer) Mm

-Butt dia. (outer) Mm

-Weight Kg

Section: 2

-Length M

-Thickness Mm

-Top dia. (outer) Mm

-Butt dia. (outer) Mm

-Weight Kg

Section: 3

-Length M

-Thickness Mm

-Top dia. (outer) Mm

-Butt dia. (outer) Mm

-Weight Kg

Section: 4

-Length M

-Thickness Mm -Top dia. (outer) Mm

-Butt dia. (outer) Mm

-Weight Kg

Section: 5

Page 137: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

-Length M

-Thickness Mm

-Top dia. (outer) Mm

-Butt dia. (outer) Mm

-Weight Kg

Section: 6

-Length m

-Thickness mm

-Top dia. (outer) mm

-Butt dia. (outer) mm

-Weight kg

9. Weight of the pole, kg

10. Guaranteed minimum Transverse Failure Load, kgf

11. Guaranteed maximum Permanent deflection, mm

Signature

As representative for

Address

Date _______________________________________________________________________

Page 138: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SECTION- VII

CONSTRUCTION STANDARDS

Page 139: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

CONSTRUCTION STANDARDS

1. General 1.1 These specifications together with the Construction Standards shall govern the

performance of the Works and shall be the basis for inspection and acceptance of the Works by the SAPDC.

1.2 These specifications and the Construction Standards shall be considered as mutually inclusive, and the conditions stated in each shall supplement the other as appropriate.

1.3 All these specifications shall be followed at all times by the Contractor unless specifically accepted in writing by the SAPDC, or unless some aspects of the work covered by these specifications are not required by the scope of work.

2. Route of Circuits 2.1 The line routes mentioned in bid document are FINAL and can be changed only in case

of ROW or typical site condition issue.

3. Surveys and Staking 3.1 All structures should be located at the outer limits of public property along streets or

travelled ways. Structures should also be located along streets at property lines of adjacent private property. Structures and stays running parallel or perpendicular to the line route shall not block portions of streets, travelled ways, drives, passages, or gates.

3.2 All structures shall be so located as to reduce, to the greatest extent practicable, obstacles to pedestrian and vehicular traffic.

3.3 Where underground facilities are indicated by surface conditions, or where such facilities can be located, structures and stays shall be so located as to avoid conflict with such facilities during construction.

3.4 All structure and stay lead locations shall be staked. At points of intersection (PI) of tangent line sections, steel rebar stakes shall be used to locate the PI. A minimum of two side sightings will be made at each PI to permit re-location of PI in the event of stake removal. All structure locations in tangent line sections shall be staked.

3.5 All distances between structures, and other necessary measurements of length, shall be measured to accuracy of 0.1 meter and all angles shall be determined by transit to an accuracy of 0.1 decimal degree. All elevations shall be measured to an accuracy of 0.1 meter by means acceptable to the SAPDC.

3.6 All measuring and staking activity shall be accomplished by personnel with experience in survey procedures; and standard survey equipment acceptable to the SAPDC, shall be used to perform the survey work. Field survey notes covering all survey work shall be produced and maintained and shall be returned to the SAPDC at the time of submission of final PCS report. The format of proposed survey notes shall be submitted to the SAPDC for approval.

3.7 Survey work shall include centreline and structure location and staking; determination of overhead and side clearings of other structures, wires, and obstacles; area surveys and plotting; and centreline profiles of terrain; as directed by the SAPDC.

4. Technical Documentation

4.1 All technical documentation as specified herein shall be prepared by the Contractor. The Contractor shall employ skilled drafting personnel to produce all documentation specified. All technical documentation prepared by the Contractor shall be subject to the

Page 140: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

approval of the SAPDC prior to acceptance by the SAPDC of such documentation. All technical documentation shall be prepared in the English language.

4.2 Documentation shall be prepared using the following mediums:

(a) A4 Size of paper shall be used to produce the base Structure Data Sheet (SDS) and A1 size of drawing papers for As-Built Drawings and other drawings specified by the SAPDC. The scale for drawing shall be 1:5000.

A1 594 mm x 841 mm

(23.39" x

33.11")

A4 210 mm x 297 mm (8.27" x 11.69")

(b) Computerized geographical information system shall be used to produce small area plotting, profiles of line-sections and centreline plotting necessary for the development of SDS and As-Built Drawings.

(c) A set of digitized data on CD shall be submitted separately.

4.3 As-Built Drawings shall be prepared by the Contractor in the general format. Drawing size shall be approximately 841 x 594 mm overall and the scale shall be 1:5000. The SAPDC shall provide any available environmental background data for inclusion on the various drawings and the Contractor shall record (in ink) all facilities As Built.

4.4 The Contractor shall prepare other technical drawings, in the same medium and format as the As-Built Drawings, for example As-Built Drawings index sheets, pole maps, and one line diagrams as specified and required by the SAPDC.

5. Material Storage 5.1 The Contractor shall be responsible for storage of all materials and equipment delivered

by him for the work; and security of materials. The Contractor shall manage all labor, equipment, and vehicles to load and transport said materials and equipment to the worksites.

5.2 Worksite

(a) Extended storage of materials along the routes of lines will not be permitted. (b) Conductor reels may be spotted at the worksites for a short period prior to

installation provided that crating and reel lagging are intact to protect the items. Poles may be spotted at structure locations for short periods prior to setting.

(c) All poles, and conductor placed at the worksites shall be located so that the items are not subject to damage and do not impede pedestrian or vehicular traffic.

(d) Any damage caused by imprudent placement of equipment and materials by the Contractor at the worksites shall be corrected by the Contractor, in a manner acceptable to the SAPDC, at the Contractor’s cost.

5.3 Contractor's Storage Facility

The Contractor shall be financially responsible for the secure and proper storage of materials, prior to installation of the materials and equipment, to prevent loss or damage to any materials. However Contractor may use SAPDC premises subject to approval of concern Authorities.

6. Poles and Cross Arms

Page 141: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

6.1 Pole Numbering Poles and structures shall be numbered in accordance with a standard numbering system. Each pole shall be marked permanently through template with the assigned number.

6.2 Pole Framing

Pole and structures shall generally be framed in accordance with Construction Standards and the construction SDS. Where special framing requirements are necessary, the Site Engineer or Engineer shall provide framing instructions for the specific structure.

Each cross-arm shall be attached to the pole by a pole clamp or by machined bolts of sufficient length to pass completely through the holes provided on the pole and cross-arms and receive their full complement of nuts.

Bolts of proper length shall be used. Excess nuts shall not be used to make use of a bolt, which would otherwise be too long. The end of a machined bolt projecting more than 3 centimetres beyond the nut shall be cut off to a length of 2 centimetres beyond the nut. Each bolt, when installed, shall have its full complement of nuts.

During the erection work at the field there may be necessity to modify galvanized steel hardware and may have to be drilled, reamed, filed or cut. Under such a condition the area of the steel exposed, after these modifications, shall be coated with a zinc-rich paint to protect the steel from corrosion.

6.3 Excavation

All excavations made for the installation, or demolition, of facilities shall be accomplished in a timely manner according to the scheduled installation. Required excavations shall be opened, material installed, and backfill placed, as specified, in a continuing operation to the greatest extent practicable.

Any excavation left open during discontinuous construction, which is accessible to the public or along public thoroughfare, shall be covered or barricaded, and marked by suitable visual means, to prevent a public hazard.

Excavations shall be properly located and sized for the intended use. Pole and stay plate/ anchor excavations shall be correctly sized to retain undisturbed soil to the greatest extent consistent with the means of excavation. Pole holes shall be made by power-driven auger or by manual methods; power-driven shovel equipment shall not be used. Pole holes shall be excavated to the specified depth with no tolerance shallow and tolerance of ten (10) centimetres deep. The bottom of pole holes shall be undisturbed soil, gravel or rock. Stay plate holes shall be excavated by manual methods to specified depth with no disturbed soil in the direction of the anchor rod.

All excavations shall be backfilled with excavated material, or as specified for the

installation. Backfill shall be free of foreign materials and shall be well tamped with excess backfill graded over the excavated area to prevent depressions resulting from

eventual natural compaction. The Contractor if so directed by SAPDC shall remove large amounts of excess backfill from the site. If so directed by SAPDC, the Contractor shall

provide suitable backfill materials for excavations where existing removed materials is

insufficient, or inappropriate, to provide suitable grading of the excavated area.

6.4 Pole Setting

Poles shall be set in accordance with the appropriate Sections of the Construction Standards.

Page 142: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Each pole shall be assigned a unique construction number at the time of structure staking for preliminary identification and preparation of SDS.

Pole holes shall be dug large enough in diameter to admit a tamping bar all around the periphery of the pole and shall have a uniform dimension as per the type of pole used at

the top and bottom. Poles shall be planted in the ground to the depth specified in construction. Drawings before planting a pole, the bottom of the hole made for planting the pole, shall be cleaned of free soil and firmly tamped, to prevent the hole from settling.

The stability of a pole, particularly a pole without stay, is greatly influenced by the size of the pole hole, the nature of the soil and the care exercised in back filling and tamping. Two active hand tampers and one slow shovel shall result in good compaction.

Poles shall be set to stand perpendicular except at terminals, angles and other points of excessive strain where they shall be given a rake not to exceed 10 centimetres against the direction of strain. Poles located at the sides of banks or other locations, where washouts may occur, shall be protected by suitable cribbing, or shall be referred to the Engineer for recommended action.

After the pole is in position and the hole is back filled and tamped, soil shall be piled and packed firmly around the pole. Pole setting shall be inspected prior to acceptance and any back fills that have sunk shall be refilled.

Where it is necessary to set poles at locations where the soil has very low bearing value, or in swampy conditions, a pole may be fitted with a bog shoe in accordance with construction drawings the engineer may specify that type of construction.

Poles located in shallow riverbeds shall be protected by gabions as designated by the Site Engineer or Engineer. Gabions should be approximately 2 meters x 1 meter x 1 meter. Four such gabions are required for each pole.

Set pole and pour 860 mm diameter foundation as per construction standard construction drawing. Level areas around pole and set gabions in pattern shown in construction drawing. It is important to lace adjacent gabions together along the perimeter of all contact surfaces. Fill gabions with hard, durable, clean stone, 100 mm to 200 mm in size in three layers. Install two connecting wires at each layer. Lace gabion lids securely making certain all edges are closed. Fill void between pole and gabion with hard, durable, clean rock 200 mm minimum size.

7. Stays 7.1 Stay leads specified in construction documents are defined as the horizontal distance

from the centreline of the pole at ground line to the point where the anchor rod should enter the ground assuming the ground to be level.

The Engineer, upon request, may designate the actual location of stay anchor rods on slope of hills. The stay stake indicates the point where the anchor rod enters the ground. The anchor hole shall be dug accordingly.

The attachment of one stay shall not overlap that of another stay when 2 or more stays are carried to a pole or anchor. Each shall be entirely independent of the other. This does not prevent the use of multiple eye rods for nuts designed for such use.

All stays to be installed on a pole line shall be placed and drawn reasonably taut before the conductors are tensioned. After the conductors are tensioned and sagged to their final position, the stays shall be carefully inspected to see that each is carrying its share of the load on the pole as intended. If multiple stays are not carrying equal strain, the slack stay shall be pulled up until it is sharing load as intended.

Page 143: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Stay anchors must be installed full depth and set to pull against undisturbed soil to develop full tension. An anchor not properly installed will move and allow movement of the top of the pole, thus slacking the conductors. Stay anchors installed in soft or unstable earth shall be placed at specified depth and back filled with 5 cm. maximum size crushed stone placed to a depth of 1 meter from the bottom of the pole.

7.2 Installation of Stays

Where stays are installed on a line angle structure, line of stay shall bisect the outside line angle.

The span of stay extending between poles shall not be greater than 60 meter.

Anchor and anchor rods shall be set so that the axis of the rod and line of stay shall be straight. The portion of the anchor rod above the ground shall not be bent at an angle to connect a stay wire. If this occurs, anchor and anchor rod shall be reset. The anchor rod shall not be exposed for more than 15 centimetres above the ground after the anchor is set.

If gravel back fill is required to set anchor in soft or unstable soil, as per construction drawing the Contractor will have to carry out the gravel back fill as directed by Engineer.

If a stay is installed on a pole where low voltage conductor is dead ended or double dead ended and extends past stay, a piece of plastic hose slit along the length shall be placed over the stay wire extending from the upper stay attachment to 200 mm below lowest low voltage conductor. After installation, the hose shall be wrapped with plastic tape and the hose shall be secured to the upper stay bolt with tie wire.

7.3 Stay Insulators

Stay insulators shall be installed on all stays in accordance with the construction drawings.

8. Conductor Aluminium Conductor Steel Reinforced (ACSR) conductor shall be used for 33 kV overhead lines.

8.1 Sagging

Conductors shall be sagged in accordance with the sag chart specified by these specifications.

The importance of careful sagging of conductors cannot be over emphasized. Conductors have definite characteristic that control their behaviour resulting from changes of temperature, wind speed and additional load due to ice or wet snow.

Conductors must not be sagged too tightly (less than specified sag) as unspecified extra tensions may result in failure of conductor structure.

Conductors sagged too loosely (more than specified sag) may contact adjacent conductors hardware or any structure. Excess sag can reduce clearance beneath the line with the ground to the point of danger.

8.2 Sag Charts

Unless otherwise noted, all sag charts are calculated on the basis of 75 kg/m2 wind pressure

Page 144: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Sag is always measured vertically, without wind, when conductors are being installed or re-sagged.

Unless otherwise specified by the Site Engineer or Engineer for a specific condition, initial or stringing sag shall be applied to the installation of all new unstressed conductors. The initial sag is always less than the final sag. The most practical method of obtaining the correct sag is by sighting between two adjacent structures. Choose the structure, which is reasonably near the same elevation

Sags for the various temperatures shall be furnished by the Engineer in a table form for spans not covered by the sag chart.

In order to ascertain the sag for a given stringing temperature, select the point

corresponding to the proper temperature on the scale on the left-hand side of the sag

chart. Lay a straight edge so that it passes through this point and the point of the centre

scale representing the length of span to be sagged. The straight edge will then indicate

the proper stringing sag on the right-hand scale. Interpolate if the temperature of span is

not exactly the same as designated on the chart. The low voltage neutral conductor shall

be sagged with the same sag as the low voltage phase conductor. If the low voltage

conductor, as a group, has less design sag than the high voltage phase conductor installed

above it, the low voltage conductor, as a group, shall be installed to the same sag as the

high voltage conductors installed above. The sag of pre stressed conductors such as

installed with a tensioning machine shall be specified by the Engineer for the job.

8.3 Stringing

All cable grip used for the installation of conductors shall be of the type designed to prevent injury to the conductor.

Attach targets to each structure at a distance below each point of the support of conductor equal to the required sag. Sight from one target to the other. The line of sight between targets may be horizontal or inclined. Draw the conductor up to the proper sag, which will be reached when its lowest point will be in line with the target.

Where terrain and / or length of span in such that the targets would fall below the ground line, the difference in elevation between the lower conductor attachment and the lowest point of sag, sag below lowest support will be furnished by the engineer in the tabular form.

The dynamometers and similar apparatus shall be used for tensioning of conductor to obtain appropriate sagging of conductors. Dynamometer shall be used only when the sight method is not feasible. Dynamometer shall be checked for accuracy before using.

For stringing of ACSR conductors of all sizes, stringing rollers or roller shall be used to support the conductor as it is pulled out and sagged. Stringing rollers shall be used regardless of size of aluminium conductors, bare or covered.

Stringing rollers shall be suspended at each insulator support position so that the conductor shall roll smoothly over the roller-protecting conductor from any physical damage.

Page 145: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Stringing sheaves shall have a diameter at least 20 times the conductor diameter and so finished as to prevent damage of any kind to the conductor as it is pulled through the sheaves.

Conductor drum shall be located at a sufficient distance from the first structure to avoid excessive bending of the conductor over the sheaves and excessive downward loading on the cross-arms.

Attention shall be paid to the fact that all sag charts contained herein for ACSR conductors are calculated on the basis of non-pre-stressed conductor. For this reason, at no time during the stringing or sagging operation, shall conductors of this type be pulled to sag, which are less than those shown by the charts.

Special care shall be taken at all times to prevent the conductor from becoming kinked, twisted or abraded in any manner. Where it is necessary to drag conductors on the ground, the conductors shall be protected by covering all stones or other objects, which might damage the conductor with boughs or trees or suitable pieces of lumber. These requirements are especially important when ACSR conductor is being handled on river crossing spans. Floats with rollers shall be used to prevent the conductor from dragging along the river bottom.

In stringing conductors across highways, the conductors shall be fully protected from passing vehicles by use of temporary guard structures.

8.4. Damaged Conductor

Damaged conductors shall be repaired by using a repair sleeve provided that no more than 2 strands of the outer aluminium layer are damaged and further provided that none of the sleeve core strands are damaged. For a conductor damaged in excess of the above conditions, the damaged section of the conductor shall be cut out and a tension splice installed.

When cutting out damaged section of conductor, no more than 1 tension splice shall be permitted in a span and no splice is made within 8 meters of an insulator attachment.

8.5 Sag Error

Sag error shall not exceed ± 40 mm from the sag defined by the sag chart.

8.6. Conductor Attachment

Conductors shall be secured to pin insulators with pre-formed conductor ties or with tie wire. Insulator ties, except at jumper supports in structures, shall be made with pre-formed ties when available.

Conductors shall be connected to dead end assemblies with tension set.

8.7 Line Splices for Tensioning and Looping

Cleaned and polished contact surfaces are necessary to make conductor splices so that it shall remain free from trouble. Great care shall be taken to completely clean the strands of aluminium conductor. The splicing sleeve must be centred over the conductor ends before compressing to make a splice of required strength.

Appropriate sleeve shall be used for splicing ACSR conductors prior to installation. The outer strands of aluminium shall be carefully cleaned with a wire brush to remove all foreign matter till the aluminium shines brightly. The cleaning applies to both new and

Page 146: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

old conductors. The manufacturer pre-filled with inhibitor compound supplies splicing sleeves for aluminium conductor.

Splices in line conductors shall be so located that the end of the splicing sleeve is at least 30 cm from the end of a suspension or dead end clamp. Non-tension loops, such as between dead ends, shall be spliced with a connector when the conductors are of same metal and size.

8.8 Connectors

Cleaned and polished contact surfaces are necessary to make electrical connections that will be free from trouble.

Tap connectors are supplied by manufacturers pre-filled with inhibitor compound. Excess inhibitor compound shall not to be removed but it shall be wiped over the connector as a moisture seal. Connectors shall not be covered or taped.

Compression connectors shall be located in such a manner that there shall be at least 30 cm of conductor between the end of the connector and the end of a dead end

Connectors shall be installed on non-tensioned portion of the conductor such as loops in preference to the conductor in the span.

Connectors installed on conductor shall be located in a span adjacent to the crossing rather than the crossing span when practicable.

Aluminium compression connectors, pre-filled with inhibitor compound, shall be compressed on the cleaned area of aluminium conductor. Where necessary, inhibitor compound shall be applied to the cleaned conductor and connector before assembly.

Aluminium compression connectors shall be used for connecting aluminium-to-aluminium conductors.

8.9 Conductor Accessories

Pre-Formed Ties and Grips

Taps for jumpers and services shall not be made over the legs of ties or dead end grips.

Pin Insulator Ties

Pin insulator ties are of 2 types:

a. With single top grooves: Single top ties may be used to turn line angles to 7 degrees where single insulators are permitted. Please refer construction drawing for specific applications.

b. With side grooves with specific size of ties for specific conductor in each tie style: Specific usage is dictated by insulator pin loading and use of single insulators as specified in construction drawing.

Shackle Insulator Ties

Shackle insulator ties are furnished in one type with specific size of ties for specific conductor. Shackle ties may be used to turn line angles at 20 degree. At the line angles, the conductor shall be located on the side of the vertically installed shackle insulator that

Page 147: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

causes the conductor to be forced against the shackle insulator. Angle loading shall not be imposed on the ties itself.

Preformed Stay Wire Binder

Preformed stay wire binder for stay wire are furnished as per construction drawing.

Preformed stay wire binder are right hand lay. Preformed stay wire binder may be removed and replaced up to 3 times, when initially installed, to permit adjustment of stay tension.

When applying ties or grips the manufacturer’s identification tag and colour coding shall be checked to insure that the tie or grip is the right unit specified for application on the specific conductor or wire strand.

Perform for stay wire are furnished with 2 crossover markings. When applying preform on hardware, the grip shall be installed using the crossover point closest to the loop of the grip.

Compression Fittings

Full-tension conductor splices and repair sleeves are furnished for all conductors to be installed.

a. Full Tension Conductor Splice

Full-tension spliced for ACSR conductor is provided in a 2/1-piece unit. Full tension conductor splices will develop full conductivity of the conductor and a minimum of 95% of the rated conductor breaking strength. Please see construction drawing for splicing instructions.

b. Repair Sleeves

Conductor repair sleeves are furnished for all conductors to be used to restore the rated current carrying capacity of conductors with broken strands. Repair splices have no tension rating.

8.10 PG Clamps

PG clamps are furnished in a full range of sizes for application in the non-tension connection in 33 kV circuits. The PG clamps are designed for general use in making tap and jumper connections of various types.

In all applications of PG clamp fittings, the conductor metal shall be wire-brushed to a bright condition to remove surface oxidation on the conductor.

8.11 Application

When applying ties or grips the manufacturer’s identification tag and colour coding shall be checked to insure that the tie or grip is the right unit specified for application on the specific conductor or wire strand.

Preformed for stay wire are furnished with 2 crossover markings. When applying preformed on hardware, the grip shall be installed using the crossover point closest to the loop of the grip.

Page 148: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

In all applications of PG clamp fittings, the conductor metal shall be wire-brushed to a bright condition to remove surface oxidation on the conductor.

8.12 Line Construction

Arrangement of Conductor

The standard position of 33 kV phase conductors on the cross-arm in the normal vertical configuration looking from the normal source of power supply shall be seen as:

Red (R) on top, Yellow (Y) on the middle and Blue (B) on the bottom end of the cross arm.

Attachments to Poles

Boltholes are provided on poles for cross-arms, cross-arm braces and stay bolts.

Conductor Ties

Pre-formed ties and grips shall be used for attaching conductors to structures when available.

If pre-formed materials are not available, the wire shall be soft conductor so that when made up, the tie wire will bind the conductor tightly. No tie wire shall be used for a second time.

Tie wire shall be of the same metal as that of the bare conductor to which the tie is applied.

Conductor Support

The conductor supports on straight lines shall be carried on the top wire groove of the pin insulator. Conductors shall be attached to the side conductor groove of pin insulator on the outside of angles so that transverse conductor tension will tend to hold the conductor in the insulator groove.

Conductor ties shall not hold a conductor on the insulator when uplift exists. If uplift is found, it is required to consult with the Site Engineer or the Engineer to determine remedial action to be taken.

8.13 Pole Wiring

All taps or connections passing from one level to another on the pole shall, as far as possible, be vertical. Connections shall have sufficient length so that the line conductors are not moved from normal positions and normal movement is not restricted. Connections shall have at least 30 centimetres clearance from other conductors. Any connection carried from one side of the pole to the other side shall be supported on pin insulators bundled with cotton or nylon cord and trained and tied to conductor standoff clips.

9. Installation Criteria

9.1 The line alignment should be as straight as possible to minimize requirements for stays.

The basic span shall be maintained within the following limits:-

33 kV line: 40 m to 55 m

Page 149: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

9.2 The entire construction works shall be performed as per the construction units specified. Whenever the construction unit does not cover any specific activity, the Contractor and the SAPDC shall mutually settle the cost as per the man-hour involvement for the same and according to the labor rate quoted by the Contractor in his Bid.

9.3 Detailed schedules of material to be used are provided in each structure drawing of the construction standards. It shall be the responsibility of the Contractor to judge the appropriateness of the listed material according to the site conditions. If there is any need for addition/reduction or deviation from the listed material size/quantity, the Contractor shall ask the SAPDC for the approval of the same.

9.4 All types of line clearances shall be maintained as per the construction standards provided to the Contractor. Deviations from the standards may be allowed only for unique or special conditions.

9.5 Safety rules shall be strictly observed at all times by the SAPDC and the Contractor and their personnel. Special care shall be taken to maintain the optimum conductor sag to provide adequate safety to the construction and the property or people.

9.6 All fastenings (e.g. preforms, nut bolts, stays and the like) shall be so installed that the constructed line components shall not fail to remain within the safety margin while maximum working load is applied.

9.7 If the Contractor requires clarification of any construction standard or unit or he feels any doubt in his interpretation of construction activities he should clarify the points with the SAPDC in writing and the decision thus made shall be valid for further work.

9.8 HV Insulators: The Contractor shall use HV pin insulators in the alignment of the line where the break angle does not exceed the limits provided hereafter,

Sr. No Conductor Size in mm2 Maximum break angle

1 100 (Dog) 7

In the case where the break angle exceeds the above values the Contractor shall make dead end at the angle structure and use disc insulator fittings.

10. Installation of Stays The Contractor, in general, shall install at least one stay for the supports in the

following cases

(a) Dead end structure

(b) Tee-off (Tap) structure

At the transformer structure body of the transformer and the body of surge arrestor, MCCB box, the grounds shall be separated laterally from transformer secondary neutral point grounds by a minimum of 6 meters. Ground rods shall be driven to a minimum depth of 40 centimetres below grade before connecting the grounding Conductor to the ground rod.

The grounding conductor shall be encased in a rigid plastic pipe for a distance of 3 meters above the top of the concrete pole foundation or collar. The plastic pipe shall be of sufficient internal diameter to contain the grounding conductor.

Page 150: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

11. Safety 11.1 The Contractor shall take all measures required to safeguard the public, public and

private property from any hazard to life, limb, or property, which may arise during the performance of the construction of the works. Such measures shall include, but not be limited to barricades, signs, newspaper announcements, traffic control by police, or other advisory and control methods deemed appropriate.

11.2 The Contractor shall provide his work force with all tools and equipment in sufficient numbers and quality to perform all aspects of the works in a safe manner. The Contractor shall provide protective headgear for all members of his workforce, and shall provide protective clothing as required for specific tasks. The Contractor shall instruct his work Force in proper and safe construction techniques and shall continuously monitor compliance with safety instructions throughout the period of the Contract.

11.3 The Contractor shall provide, and require use of, protective grounding equipment

when:

a) Work is being performed on lines adjacent, either in extension of, or parallel to, energized circuits.

b) Work is being performed on isolated circuits after conductors have been

installed

11.4 The Contractor shall maintain all tools and equipment in good working order. All mechanized equipment shall have adequate safety mechanisms and guards in place and be fully operational. Operators of such equipment shall be skilled and fully trained in the operation of such equipment.

11.5 The Contractor shall provide and maintain emergency medical supplies to cover with accidents and snakebites for his work force on a readily available basis. The Contractor shall also instruct all supervisory personnel in the action to be taken in the event of serious injury, and the sources and locations of professional medical assistance, which shall be employed in such cases.

11.6 The Contractor shall apply all accidental insurance policies to his work force for an accident occurring during the working period of the construction.

12. Tests

12.1 The Contractor shall furnish the electrical test equipment and personnel to perform electrical tests of equipment and circuits, as specified by, and under the supervision of the SAPDC.

12.2 The Contractor shall meggar all circuits installed with a motor-driven megger or equivalent instrument to demonstrate the acceptable insulation characteristics of the line prior to energization and Provisional Acceptance. 400/230 V overhead circuits shall be tested at 500 volts AC.

12.3 The Contractor shall megger all transformers with a motor-driven megger prior to connection to the LV network.

12.4 All tests specified shall be conducted during suitable atmospheric conditions under the supervision and witness of the SAPDC. All test results shall be documented and signed by both parties.

Page 151: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

13. Demolition 13.1 The Contractor shall perform the removal of all existing facilities in accordance with the

specific directions of the Authorized Personnel. All materials removed shall remain the property of SAPDC and the Contractor shall deliver all salvaged materials to the SAPDC warehouse, or as specifically directed by the Branch Chief in writing.

14. Cleanup 14.1 The Contractor shall ensure that all worksites shall be free of all manner of debris

resulting from the construction activity.

14.2 All crating, conductor reels, packaging materials, conductor scraps, and other miscellaneous items are removed from the workplace. All holes resulting from removal of facilities shall be filled. If trees or brush have been cut or trimmed, all cuttings shall be removed. The worksites shall be left in clean natural conditions.

14.3 Site cleanup shall be an integral part of the Provisional Acceptance process, and no line section shall be provisionally accepted unless all cleanup work has been accomplished.

15. Tree Cutting and Trimming 15.1 Any tree cutting or tree trimming shall be accomplished by the Contractor.

15.2 All cutting shall be removed by the Contractor with disposition of cutting as specified

by SAPDC.

16. Interruptions to Existing Service

16.1 The Contractor shall arrange for interruptions of service to existing lines with SAPDC.

Every effort shall be made to limit such interruptions to the minimum.

17 Statutory Clearances

17.1 The statutory clearances required for the construction and at the time of charging of the line as per the law of Nepal in the scope of contractor. Every effort will be made by SAPDC to assist in obtaining such clearances.

17.2 Civil Aviation Authority of Nepal has made following recommendations:-

• All the pylon will red and white painted.

• In the middle of pylons and in above cable of transmission line, alternate red and

white marker balls will be put for alternate orange and white marker balls.

• If the wire has to be string from one tip of the hill to another, first the wire will

be string from the tip of one hill to the bottom. Then only, the wire will be string

to the tip another hill.

• The height of the pole will be not be made more than 13 m.

The above observations shall be suitably taken care by the contractor.

Page 152: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SECTION- VIII

BILL OF QUANTITIES

Page 153: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

BILL OF QUANTITY

Sr. No. Description Unit Qty. Rate

(NPR) Rate (INR)

Amount (NPR) Amount (INR)

1.

Supply, Installation, Erection and Commissioning of 33 KV double circuit transmission line from Tirtire (NEA sub-station) to Power House (Diding)

and Dam site (Num) with complete design and engineering of all the systems, sub-systems including approval from NEA and acceptance by SAPDC,

testing, charging of Transmission Line including Site Clearance along the 33 KV D/C Transmission Line and maintenance of transmission line for

one year

1.1

Single Pole Single Arm Structure Pole (Set includes

one no. 13m long tubular pole, 6 no. 33 KV pin insulator with spindle, 6 no. pre-formed pin ties and

associated fittings and accessories)

Set 244

1.2

Single Pole double Arm Dead end Structure Pole

(Set includes one no. 13m long tubular pole, 6 no. 33 KV pin insulator with spindle, 6 no. pre-formed pin

ties and associated fittings and accessories)

Set 276

1.3

Double pole-Dead End Assembly Pole (Set includes

two no. 13m long tubular pole, 6 no. 33 KV pin

insulator with spindle, 6 no. pre-formed pin ties, 36

no. 11 KV disc insulator with dead end clamp (70

KN), 12 no. tension set with back strap including ball

and socket eye, 12 no. PG clamp and associated

fittings and accessories)

Set 414

1.4

Four Pole Structure Pole (Set includes 4 no. 13m

long tubular pole, 6 no. 33 KV pin insulator with

spindle, 6 no. pre-formed pin ties, 36 no. 11 KV disc

insulator with dead end clamp (70 KN), 12 no.

tension set with back strap including ball and socket

eye, 12 no. PG clamp and associated fittings and

accessories)

Set 24

1.5

Stringing of 0.10 Sq. Inch ACSR Conductor "DOG"

with proper tension using PG clamp and jointing

sleeves binding wire along with transportation from

site store to the construction site.

km 46.5

Page 154: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

1.6

Installation of 8 ft. long stay set including pit

excavation and back filling, stay wire and stay

insulator fitting along with accessories. (Set includes

1 no. stay plate, 1 no. stay rod, 1 no. turn buckle, 2

no. thimble, 4 no. pre-formed wire, 1 no. eye bolt

with washer, 1 no. 33 KV stay insulator and stay

wire)

Set 1152

1.7

Installation of 33 kV Disconnect Switch with

accessories and fittings (channels, clamps, nut bolts

etc.) complete in all respects.

Set 10

1.8 HT panel board with material No. 2

1.9 LT panel with material No. 1

1.10 Transformer 33/0.415 KV, 800 KVA No. 2

1.11 XLPE cable 120 sq. mm Mtrs. 200

Grand Total

For evaluation purposes, the rates quoted by the bidders in INR shall be converted into NPR by applying a multiplication factor

of 1.6.

Page 155: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

SECTION- IX

TENDER DRAWINGS

Page 156: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

LOCATION MAP

Page 157: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Angle point details

Angl

e

Poin

ts

Easting Northi

ng

RL Chaina

ge

Deflectio

n

Angle(D)

Old

V.D.C /

Municip

ality

Ward

No

NEW

VDC

/Munici

pality/R

W

ar

d

no

Type of Land

use

AP- 529861.4 30483 822.23 0+000 — Num 5 Makalu 5 Cultivated

AP- 529681.34 30486 917.55 0+420 — Num 5 Makalu 5 Road

AP- 529621.2 30487 972 0+497 -26.0228 Num 5 Makalu 5 Jungle

AP- 529577.21 30487 1003.14 0+550 -4.6743 Num 5 Makalu 5 Jungle

AP- 529479.65 30487 1073.74 0+648 -32.9382 Num 5 Makalu 5 Jungle AP- 529335.74 30487 1116.2 0+793 -7.7307 Num 5 Makalu 5 Cultivated

AP- 529254.32 30487 1157.18 0+874 7.065 Num 5 Makalu 5 Cultivated

AP- 529190.59 30487 1178.68 0+940 -12.6612 Num 5 Makalu 5 Cultivated

AP- 529064.18 30487 1190.67 1+066 12.0596 Num 5 Makalu 5 Cultivated

AP- 528918.98 30486 1279.37 1+224 -23.3831 Num 5 Makalu 5 Cultivated

AP- 528694.6 30486 1407.37 1+451 15.7295 Num 5 Makalu 5 Cultivated

AP- 528670.99 30486 1417.31 1+475 19.2297 Num 5 Makalu 5 Cultivated AP- 528516.19 30487 1468.37 1+636 4.7761 Num 5 Makalu 5 Road Edge

AP- 528371.19 30487 1524.2 1+796 9.0154 Num 4 Makalu 5 Road Edge AP- 528283.73 30486 1535.28 1+912 -66.1059 Num 4 Makalu 5 Road Edge

AP- 528198.71 30486 1547.41 2+020 3.0086 Num 6 Makalu 5 Jungle

AP- 528123.31 30486 1513.56 2+096 46.2238 Num 6 Makalu 5 Jungle

AP- 528051.55 30486 1483.64 2+170 3.8207 Num 6 Makalu 5 Jungle

AP- 527982.65 30486 1466.06 2+239 -7.2398 Num 6 Makalu 5 Jungle

AP- 527882.73 30486 1454.44 2+343 -21.8467 Num 6 Makalu 5 Jungle

AP- 527839.04 30485 1439.01 2+401 -23.4715 Num 6 Makalu 5 Cultivated

AP- 527785.42 30485 1416.3 2+466 6.0068 Num 6 Makalu 5 Cultivated

AP- 527696.92 30484 1398.88 2+597 -13.0462 Num 6 Makalu 5 Cultivated

AP- 527677.25 30484 1390.59 2+625 2.2884 Num 6 Makalu 5 Cultivated

AP- 527658.57 30483 1372.11 2+673 -21.8159 Num 6 Makalu 5 Jungle

AP- 527600.98 30483 1361.2 2+770 13.4279 Num 6 Makalu 5 Jungle AP- 527554.35 30482 1350.98 2+832 12.0415 Num 6 Makalu 5 Jungle

AP- 527460.52 30481 1365.55 2+972 -6.0727 Num 6 Makalu 5 Jungle

AP- 527445.74 30481 1367.7 2+996 -4.1911 Num 7 Makalu 5 Jungle

AP- 527424.48 30481 1368.06 3+032 -2.6269 Num 7 Makalu 5 Jungle

AP- 527209.09 30481 1402.19 3+248 52.5291 Num 7 Makalu 5 Jungle

AP- 527193.93 30481 1416.88 3+271 51.3162 Num 7 Makalu 5 Jungle

AP- 527161.99 30481 1444.81 3+325 4.208 Num 7 Makalu 5 Jungle/Near

AP- 527138.82 30481 1455.42 3+351 -25.9923 Num 7 Makalu 5 Jungle AP- 527058.12 30481 1505.08 3+432 -23.6816 Num 7 Makalu 5 Cultivated

AP- 526990.79 30481 1509.54 3+501 -16.0196 Num 7 Makalu 5 Jungle

AP- 526958.88 30481 1495.69 3+535 -8.0253 Num 7 Makalu 5 Jungle

AP- 526894.05 30481 1467.37 3+600 17.3295 Num 7 Makalu 5 Jungle

AP- 526867.77 30481 1465.86 3+627 -11.2475 Num 7 Makalu 5 Jungle

AP- 526816.91 30481 1454.08 3+682 -8.7135 Num 7 Makalu 5 Jungle

AP- 526770.41 30481 1445.35 3+732 1.9483 Num 7 Makalu 5 Cultivated

AP- 526733.31 30481 1433.77 3+769 24.0805 Num 7 Makalu 5 Jungle

AP- 526682.27 30480 1421.6 3+824 -26.3711 Num 7 Makalu 5 Jungle AP- 526649.38 30480 1410.02 3+863 -8.5704 Num 7 Makalu 5 Jungle

AP- 526544.37 30480 1361.36 3+981 4.5086 Num 7 Makalu 5 Cultivated

AP- 526448.87 30478 1357.56 4+144 -27.0199 Num 7 Makalu 5 Cultivated

AP- 526344.33 30477 1339.21 4+358 -6.5169 Num 7 Makalu 5 Cultivated

AP- 526313.16 30476 1330.04 4+420 1.0535 Num 7 Makalu 5 Cultivated

AP- 526282.26 30475 1293.22 4+484 -1.7079 Num 7 Makalu 5 Jungle

AP- 526272.07 30475 1280.51 4+512 -6.7878 Num 7 Makalu 5 Jungle

AP- 526270.77 30475 1256.42 4+571 -20.5677 Num 7 Makalu 5 Jungle

AP- 526255.52 30474 1216.61 4+643 10.9138 Num 7 Makalu 5 Jungle

AP- 526243.94 30474 1209.91 4+669 14.8865 Num 7 Makalu 5 Jungle AP- 526217.37 30473 1201.89 4+726 0.7383 Num 7 Makalu 5 Jungle

AP- 526198.81 30473 1194.57 4+768 -1.8626 Num 7 Makalu 5 Jungle AP- 526189.07 30473 1185.4 4+787 5.4834 Num 7 Makalu 5 Jungle

Page 158: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Angl

e

Poin

ts

Easting Northi

ng

RL Chaina

ge

Deflectio

n

Angle(D)

Old

V.D.C /

Municip

ality

Ward

No

NEW

VDC

/Munici

pality/R

W

ar

d

no

Type of Land

use

AP- 526163.56 30472 1156.4 4+845 -5.3627 Num 7 Makalu 5 Jungle AP- 526142.41 30472 1142.61 4+885 5.6872 Num 7 Makalu 5 Jungle

AP- 526069.71 30471 1093.78 4+978 20.2032 Num 7 Makalu 5 Jungle AP- 525990.92 30470 1133.81 5+114 -16.7859 Num 7 Makalu 5 Jungle

AP- 525968.59 30470 1156.15 5+148 6.5985 Num 7 Makalu 5 Jungle

AP- 525945.12 30470 1162.81 5+181 4.1825 Num 7 Makalu 5 Jungle

AP- 525895.95 30470 1194.45 5+231 32.9399 Num 7 Makalu 5 Jungle

AP- 525871.02 30470 1200.79 5+256 16.9578 Num 7 Makalu 5 Jungle

AP- 525826.93 30469 1200.64 5+303 -26.8386 Num 7 Makalu 5 Jungle

AP- 525800.71 30469 1203.43 5+333 -9.8256 Num 7 Makalu 5 Jungle

AP- 525784.4 30469 1200.18 5+353 -2.9623 Num 7 Makalu 5 Jungle AP- 525606.04 30469 1255.7 5+532 38.1551 Num 7 Makalu 5 Cultivated

AP- 525523.06 30468 1243.16 5+650 -49.4844 Num 7 Makalu 5 Cultivated AP- 525235.43 30465 1237.99 6+062 -0.7162 Num 7 Makalu 5 Cultivated

AP- 525101.23 30464 1266.52 6+253 0.6302 Num 7 Makalu 5 Jungle AP- 525021.78 30463 1312.78 6+398 -11.6897 Num 9 Makalu 5 Jungle

AP- 524967.14 30463 1306.55 6+454 70.1724 Num 9 Makalu 5 Jungle

AP- 524947.63 30463 1305.31 6+474 -12.1792 Num 9 Makalu 5 Jungle

AP- 524913.89 30463 1301.02 6+509 -15.7341 Num 9 Makalu 5 Jungle

AP- 524883.68 30463 1295.86 6+543 43.5446 Num 9 Makalu 5 Jungle

AP- 524822.92 30463 1285.8 6+614 1.1157 Num 9 Makalu 5 Jungle

AP- 524783 30463 1306.25 6+654 -24.2729 Num 9 Makalu 5 Jungle

AP- 524666.97 30463 1305.41 6+773 -19.1224 Num 9 Makalu 5 Jungle

AP- 524638.99 30463 1307.53 6+801 5.6767 Num 9 Makalu 5 Jungle

AP- 524589.53 30463 1308.07 6+851 -2.7762 Num 9 Makalu 5 Jungle

AP- 524535.34 30462 1299.37 6+931 -36.4835 Num 9 Makalu 5 Jungle

AP- 524481.73 30462 1312.84 6+987 30.2109 Num 9 Makalu 5 Jungle

AP- 524459.47 30462 1313.12 7+010 2.7893 Num 9 Makalu 5 Jungle

AP- 524426.84 30462 1318.83 7+058 -33.5408 Num 9 Makalu 5 Jungle

AP- 524403.43 30462 1320.76 7+098 -6.7758 Num 9 Makalu 5 Jungle AP- 524343.28 30462 1323.66 7+158 58.5993 Num 9 Makalu 5 Jungle

AP- 524300.01 30462 1327.84 7+203 -19.7765 Num 9 Makalu 5 Jungle AP- 524266.95 30461 1325.52 7+244 -20.8275 Num 9 Makalu 5 Jungle

AP- 524233.86 30461 1299.3 7+320 -27.6445 Num 9 Makalu 5 Cultivated

AP- 524150.55 30460 1244.5 7+455 12.0513 Num 9 Makalu 5 Cultivated

AP- 524078.13 30459 1198.59 7+561 4.5055 Num 9 Makalu 5 Cultivated

AP- 523938.37 30458 1118.25 7+728 14.2702 Num 9 Makalu 5 Jungle

AP- 523897.34 30458 1094.53 7+770 23.4166 Num 9 Makalu 5 Jungle

AP- 523872.08 30458 1082.45 7+800 -24.6035 Num 9 Makalu 5 Jungle

AP- 523863.99 30458 1075.98 7+811 -4.8577 Num 8 Makalu 5 Jungle

AP- 523779.17 30456 1013.67 7+971 -18.7797 Num 8 Makalu 5 Cultivated

AP- 523717.93 30455 975.96 8+085 0.3389 Num 8 Makalu 5 Cultivated AP- 523675.8 30454 923.6 8+175 -4.5692 Num 8 Makalu 5 Cultivated

AP- 523571.96 30452 970.92 8+471 -7.3047 Diding 9 Chichila 3 Jungle AP- 523243.6 30445 1163.08 9+170 7.4564 Diding 9 Chichila 3 Jungle/

AP- 523051.89 30443 1095.47 9+484 9.6113 Diding 9 Chichila 3 Cultivated

AP- 522908.16 30442 1152.44 9+665 14.8492 Diding 9 Chichila 3 Cultivated

AP- 522667.64 30441 1222.19 9+929 13.6607 Diding 9 Chichila 3 Cultivated

AP- 522593.27 30441 1242.59 10+009 0.9852 Diding 9 Chichila 3 Cultivated

AP- 522156.4 30440 1350.51 10+448 17.0755 Diding 9 Chichila 3 Cultivated

AP- 522055.17 30440 1371.24 10+550 2.9978 Diding 9 Chichila 3 Cultivated

AP- 521953.43 30440 1389.71 10+651 1.2124 Diding 9 Chichila 3 Cultivated

AP- 521924.04 30440 1395.17 10+686 -29.5845 Diding 9 Chichila 3 Cultivated

AP- 521603.05 30438 1411.38 11+069 -1.9595 Diding 8 Chichila 3 Jungle

AP- 521383.36 30437 1430.2 11+315 6.5468 Diding 8 Chichila 3 Jungle

AP- 521228.19 30435 1430.7 11+516 -12.9484 Diding 8 Chichila 3 Cultivated

AP- 521133.14 30435 1433.54 11+629 6.9009 Diding 8 Chichila 3 Jungle

AP- 521037.38 30434 1455.72 11+764 -12.2342 Diding 8 Chichila 3 Cultivated

AP- 521026.37 30433 1456.4 11+830 -35.4424 Diding 8 Chichila 3 Cultivated

Page 159: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Angl

e

Poin

ts

Easting Northi

ng

RL Chaina

ge

Deflectio

n

Angle(D)

Old

V.D.C /

Municip

ality

Ward

No

NEW

VDC

/Munici

pality/R

W

ar

d

no

Type of Land

use

AP- 521022.57 30433 1443.53 11+883 -5.5702 Diding 8 Chichila 3 Cultivated AP- 521065.28 30431 1394.69 12+078 -16.7277 Diding 8 Chichila 3 Cultivated

AP- 521066.96 30428 1372.81 12+313 12.2127 Diding 8 Chichila 3 Cultivated AP- 521072.61 30427 1365.7 12+428 -2.4095 Diding 8 Chichila 3 Cultivated

AP- 521099.68 30423 1324.72 12+873 -0.6736 Diding 8 Chichila 3 Cultivated

AP- 521081.64 30420 1322.03 13+178 6.8811 Diding 7 Chichila 3 Cultivated

AP- 521028.14 30418 1332.9 13+316 19.4311 Diding 7 Chichila 3 Cultivated

AP- 521001.41 30418 1326.88 13+377 3.0792 Diding 7 Chichila 3 Cultivated

AP- 520996.27 30417 1325.39 13+451 -21.9401 Diding 7 Chichila 3 Cultivated

AP- 521038.27 30415 1294.44 13+638 -16.936 Diding 7 Chichila 3 Cultivated

AP- 521099.32 30414 1304.94 13+789 -10.9024 Diding 6 Chichila 1 Cultivated AP- 521004.49 30411 1210.35 14+081 42.8309 Diding 6 Chichila 1 Cultivated

AP- 520947.96 30410 1179.92 14+196 10.4534 Diding 6 Chichila 1 Cultivated AP- 520927.63 30409 1142.13 14+275 -14.4539 Diding 6 Chichila 1 Cultivated

AP- 520919.2 30408 1098.69 14+405 -11.2276 Diding 6 Chichila 1 Cultivated AP- 520845.72 30404 1218.51 14+816 6.567 Diding 4 Chichila 2 Cultivated

AP- 520744.88 30402 1311 15+083 11.9661 Diding 4 Chichila 2 Cultivated

AP- 520742.78 30399 1393.47 15+359 -21.8219 Diding 4 Chichila 2 Cultivated

AP- 520741.83 30398 1416.2 15+427 0.3588 Diding 4 Chichila 2 Cultivated

AP- 520751.73 30397 1439.84 15+520 -6.8934 Diding 4 Chichila 2 Cultivated

AP- 520757.95 30397 1441.72 15+537 -15.6273 Diding 4 Chichila 2 Cultivated

AP- 520769.27 30397 1433.89 15+577 5.2718 Diding 4 Chichila 2 Cultivated

AP- 520610.18 30394 1515.96 15+896 46.4465 Diding 4 Chichila 2 Jungle

AP- 520552.83 30393 1543.41 15+969 21.0398 Diding 4 Chichila 2 Jungle

AP- 520446.11 30390 1618.11 16+321 -33.3607 Diding 5 Chichila 2 Jungle

AP- 520443.64 30390 1619.08 16+345 -11.6937 Diding 5 Chichila 2 Cultivated

AP- 520423.08 30386 1620.58 16+756 -3.1119 Diding 5 Chichila 2 Cultivated

AP- 520412.41 30385 1620.17 16+845 4.0113 Diding 5 Chichila 2 Cultivated

AP- 520431.42 30382 1634.27 17+090 -11.3268 Diding 5 Chichila 2 Barren

AP- 520466.68 30382 1645.26 17+191 -16.0536 Diding 5 Chichila 2 Barren AP- 520348.34 30379 1669.34 17+445 48.2741 Diding 5 Chichila 2 Barren

AP- 520342.47 30378 1684.4 17+568 -25.0472 Diding 5 Chichila 2 Barren AP- 520348.25 30377 1704.78 17+708 -5.0972 Diding 5 Chichila 2 Barren

AP- 520338.67 30376 1710.24 17+749 15.9411 Diding 5 Chichila 2 Cultivated

AP- 520282.83 30375 1723.03 17+872 13.3974 Diding 5 Chichila 2 Cultivated

AP- 520197.76 30372 1784.97 18+161 -9.8267 Diding 5 Chichila 2 Barren

AP- 520110.02 30370 1816.92 18+459 -0.0122 Diding 5 Chichila 2 Jungle

AP- 520083.41 30369 1820.8 18+505 18.209 Diding 5 Chichila 2 Jungle

AP- 520022.91 30368 1875.42 18+674 -14.4451 Diding 5 Chichila 2 Barren

AP- 520021.35 30367 1889.35 18+723 -19.0383 Diding 5 Chichila 2 Barren

AP- 519958.23 30367 1904.03 18+792 63.6789 Khandbari 5 Khandbar

Barren

AP- 519883.58 30365 1872.25 18+949 -37.1459 Khandbari 5 Khandbar

Barren

AP- 519792.11 30361 1693.16 19+378 -16.0685 Khandbari 5 Khandbar

Cultivated

AP- 519734.22 30360 1683.78 19+472 25.6556 Khandbari 5 Khandbar

Cultivated

AP- 519688.42 30360 1679.95 19+525 22.2566 Khandbari 5 Khandbar

Cultivated

AP- 519663.27 30360 1673.18 19+568 -24.9384 Khandbari 5 Khandbar

Cultivated

AP- 519627.1 30359 1668.67 19+622 6.4909 Khandbari 5 Khandbar

Barren

AP- 519557.05 30357 1575.12 19+836 -22.651 Khandbari 5 Khandbar

Barren

AP- 519550.75 30357 1572.39 19+908 -14.1121 Khandbari 5 Khandbar

Cultivated

AP- 519535.88 30356 1560.47 19+978 7.2395 Khandbari 5 Khandbar

Cultivated

AP- 519561.83 30355 1531.7 20+084 -26.4893 Khandbari 5 Khandbar

Cultivated

AP- 519573.42 30354 1497.59 20+221 9.3899 Khandbari 5 Khandbar

Cultivated

AP- 519589.18 30353 1475.7 20+293 -7.8643 Khandbari 5 Khandbar

Cultivated

AP- 519601.11 30352 1442.94 20+383 5.1155 Khandbari 5 Khandbar

Cultivated

AP- 519625.44 30351 1402.14 20+496 -4.8509 Khandbari 5 Khandbar

Cultivated

AP- 519645.53 30350 1377.52 20+633 3.9937 Khandbari 5 Khandbar

Cultivated

AP- 519645.37 30348 1332.73 20+802 8.5022 Khandbari 5 Khandbar

Cultivated

AP- 519644.17 30347 1282.47 20+925 0.5072 Khandbari 5 Khandbar

Cultivated

AP- 519591.25 30345 1263.89 21+118 15.4049 Khandbari 5 Khandbar

Cultivated

Page 160: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Angl

e

Poin

ts

Easting Northi

ng

RL Chaina

ge

Deflectio

n

Angle(D)

Old

V.D.C /

Municip

ality

Ward

No

NEW

VDC

/Munici

pality/R

W

ar

d

no

Type of Land

use

AP- 519370.14 30341 1184.54 21+563 13.8153 Khandbari 4 Khandbar

Cultivated

AP- 519414.85 30339 1161.99 21+720 -46.3078 Khandbari 3 Khandbar

Cultivated

AP- 519419.51 30338 1130.35 21+831 14.1197 Khandbari 3 Khandbar

Cultivated

AP- 519431.98 30338 1121.54 21+873 -14.9809 Khandbari 3 Khandbar

Cultivated

AP- 519489.37 30337 1071.12 22+005 -8.295 Khandbari 3 Khandbar

Cultivated(Alai

AP- 519503.66 30336 1060.04 22+054 8.4527 Khandbari 3 Khandbar

Cultivated(Alai

AP- 519513.46 30335 1047.3 22+161 11.9859 Khandbari 3 Khandbar

Cultivated

AP- 519597 30333 1024.89 22+388 -16.3114 Khandbari 3 Khandbar

Cultivated

AP- 519743.31 30330 979.13 22+714 -5.1524 Khandbari 3 Khandbar

Cultivated

AP- 519834.61 30329 939.37 22+864 -10.7248 Khandbari 3 Khandbar

Cultivated

AP- 519979.77 30328 901.08 23+070 -7.2309 Khandbari 2 Khandbar

Cultivated

AP- 520028.57 30326 895.34 23+227 26.4888 Khandbari 2 Khandbar

Cultivated

AP- 520385.74 30323 851.44 23+719 -28.2873 Khandbari 2 Khandbar

Cultivated

AP- 520656.59 30321 826.07 24+062 -5.7231 Khandbari 2 Khandbar

Barren

AP- 520809.39 30320 825.67 24+238 -8.1541 Khandbari 1 Khandbar

Cultivated

AP- 520887.56 30319 824.74 24+331 3.3164 Khandbari 1 Khandbar

Cultivated

AP- 520959.63 30318 831.99 24+451 19.93 Khandbari 1 Khandbar

Cultivated

AP- 520990.65 30318 830.67 24+491 -12.5486 Khandbari 1 Khandbar

Cultivated

AP- 521088.76 30317 829.42 24+637 7.3045 Khandbari 1 Khandbar

Cultivated

AP- 521277.39 30314 810.23 24+963 6.9602 Khandbari 1 Khandbar

Cultivated

AP- 521434.91 30313 776.17 25+148 -22.863 Khandbari 1 Khandbar

Cultivated

AP- 521530.51 30312 751.27 25+272 7.8897 Khandbari 1 Khandbar

Cultivated

AP- 521706.35 30311 714.5 25+492 -2.7025 Khandbari 1 Khandbar

Cultivated

AP- 521753.1 30310 705.66 25+582 21.4317 Khandbari 1 Khandbar

Cultivated

AP- 521825.63 30309 697.97 25+741 4.6509 Khandbari 1 Khandbar

Cultivated

AP- 521845.55 30309 697.78 25+786 0.3749 Khandbari 1 Khandbar

Jungle

AP- 521928.83 30307 689.78 25+926 -9.9464 Khandbari 1 Khandbar

Cultivated

AP- 521981.57 30306 680.09 26+038 8.4186 Khandbari 1 Khandbar

Cultivated

AP- 522040.29 30306 668.07 26+131 -10.687 Khandbari 1 Khandbar

Cultivated

AP- 522177.04 30304 664.5 26+369 3.6674 Khandbari 1 Khandbar

Cultivated

AP- 522266.92 30303 673.23 26+494 -10.9498 Khandbari 1 Khandbar

Cultivated

AP- 522368.03 30302 669.61 26+618 -8.2654 Khandbari 1 Khandbar

Cultivated

AP- 522496.36 30301 677.95 26+771 -2.7518 Khandbari 1 Khandbar

Cultivated

AP- 522521.82 30301 669.85 26+816 22.4898 Khandbari 1 Khandbar

Cultivated

AP- 522553.91 30301 664.12 26+867 -4.0277 Khandbari 1 Khandbar

Cultivated

AP- 522672.88 30299 649.8 27+046 -3.0433 Khandbari 1 Khandbar

Cultivated

AP- 522737.44 30299 627.33 27+144 0.6433 Khandbari 1 Khandbar

Cultivated

AP- 522790.37 30298 602.61 27+228 1.9577 Khandbari 1 Khandbar

Cultivated

AP- 522883.64 30297 577.4 27+370 -2.0735 Khandbari 1 Khandbar

Jungle

AP- 522897.22 30297 572.68 27+389 -3.3524 Khandbari 1 Khandbar

Jungle

AP- 522944.85 30296 571.97 27+446 -12.9081 Khandbari 1 Khandbar

Jungle

AP- 522978.65 30296 575.89 27+499 17.6208 Khandbari 1 Khandbar

Jungle

AP- 522986.94 30296 575.42 27+520 16.8572 Khandbari 1 Khandbar

Jungle

AP- 522992.88 30295 574.49 27+550 11.4228 Khandbari 1 Khandbar

Jungle

AP- 523023.37 30295 552.83 27+607 -20.3883 Khandbari 1 Khandbar

Jungle

AP- 523038.55 30295 544.25 27+642 5.9734 Khandbari 1 Khandbar

Jungle

AP- 523034.23 30294 539.79 27+729 28.7884 Khandbari 1 Khandbar

Jungle

AP- 523056.65 30294 534.02 27+759 -51.2297 Khandbari 1 Khandbar

Jungle

AP- 523075.68 30293 532.58 27+793 14.4636 Khandbari 1 Khandbar

Jungle

AP- 523137.86 30293 495.04 27+870 -19.8309 Khandbari 1 Khandbar

Cultivated

AP- 523301.24 30291 465.29 28+102 8.7898 Khandbari 1 Khandbar

Cultivated

AP- 523526.61 30288 454.87 28+474 7.6793 Khandbari 1 Khandbar

Cultivated

AP- 523581.51 30286 455.43 28+744 25.5686 Khandbari 1 Khandbar

Jungle

AP- 523578.09 30285 458.63 28+771 18.9887 Khandbari 1 Khandbar

Jungle

AP- 523568.77 30285 465.55 28+832 1.5129 Khandbari 1 Khandbar

Jungle

AP- 523561.88 30285 463.1 28+855 8.7395 Khandbari 1 Khandbar

Jungle

AP- 523535.13 30283 448.6 28+982 -5.4007 Khandbari 1 Khandbar

Cultivated

AP- 523535.94 30283 451.46 28+991 -17.293 Khandbari 1 Khandbar

Cultivated

AP- 523494.27 30282 441.34 29+139 21.5411 Khandbari 1 Khandbar

Cultivated

Page 161: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Angl

e

Poin

ts

Easting Northi

ng

RL Chaina

ge

Deflectio

n

Angle(D)

Old

V.D.C /

Municip

ality

Ward

No

NEW

VDC

/Munici

pality/R

W

ar

d

no

Type of Land

use

AP- 523495.98 30279 455.86 29+371 -16.8029 Khandbari 5 Khandbar

Cultivated

AP- 523547.87 30279 464.13 29+466 -32.6191 Khandbari 5 Khandbar

Jungle

AP- 523583.8 30278 455.72 29+535 1.5386 Khandbari 5 Khandbar

Jungle

AP- 523613.49 30277 454.07 29+625 12.1552 Khandbari 5 Khandbar

Jungle

AP- 523618.47 30277 455.52 29+635 -8.3899 Khandbari 5 Khandbar

Jungle

AP- 523663.93 30276 457.21 29+718 -5.7694 Khandbari 5 Khandbar

Jungle

AP- 523688.81 30276 465.88 29+754 -9.6406 Khandbari 5 Khandbar

Jungle

AP- 523716.9 30276 464.8 29+799 4.6016 Khandbari 5 Khandbar

Jungle

AP- 523732.74 30272 413.9 30+140 35.8873 Khandbari 5 Khandbar

Cultivated

AP- 523781.53 30271 411.49 30+313 -13.7611 Khandbari 5 Khandbar

Barren

AP- 523802.25 30269 386.74 30+484 9.4857 Khandbari 5 Khandbar

Barren

AP- 523899.83 30267 412.15 30+704 -19.4067 Syabun 1 Panchkh 3 Barren

AP- 523911.83 30266 447.43 30+811 19.8584 Syabun 1 Panchkh 3 Jungle AP- 523913.86 30266 448.23 30+824 -2.281 Syabun 1 Panchkh 3 Jungle

AP- 523919.77 30266 437.37 30+848 -5.2273 Syabun 1 Panchkh 3 Jungle AP- 523932.91 30265 418.91 30+893 -3.0276 Syabun 1 Panchkh 3 Jungle

AP- 523941.8 30265 403.66 30+934 4.3344 Syabun 1 Panchkh 3 Jungle

AP- 523965.72 30264 361.79 31+050 0.7918 Wana 7 Panchkh 4 Cultivated

AP- 524031.26 30262 393.33 31+236 -8.727 Wana 7 Panchkh 4 Cultivated

AP- 524103.45 30261 411.9 31+349 -18.9097 Wana 7 Panchkh 4 Jungle

AP- 524127.84 30261 426.74 31+402 12.0179 Wana 7 Panchkh 4 Jungle

AP- 524150.77 30260 459.96 31+477 9.6479 Wana 7 Panchkh 4 Jungle

AP- 524151.18 30259 479.75 31+535 17.4634 Wana 7 Panchkh 4 Jungle

AP- 524152.53 30259 512.23 31+616 -0.5598 Wana 7 Panchkh 4 Jungle

AP- 524168.72 30258 532.16 31+668 -16.9905 Wana 7 Panchkh 4 Jungle

AP- 524237.9 30257 583.17 31+766 -27.2154 Wana 7 Panchkh 4 Jungle

AP- 524251.7 30257 591.4 31+794 15.5349 Wana 7 Panchkh 4 Jungle

AP- 524335.18 30254 645 32+148 15.9913 Wana 7 Panchkh 4 Cultivated

AP- 524349.28 30253 639.04 32+234 4.27 Wana 7 Panchkh 4 Cultivated

AP- 524372.01 30252 646.6 32+272 -28.0896 Wana 7 Panchkh 4 Cultivated AP- 524447.79 30252 648.91 32+383 -5.6144 Wana 7 Panchkh 4 Cultivated

AP- 524481.06 30251 648.22 32+432 0.5747 Wana 7 Panchkh 4 Cultivated AP- 524561.96 30249 681.44 32+685 23.8835 Wana 7 Panchkh 4 Cultivated

AP- 524657.02 30247 723.14 32+868 -12.7392 Wana 7 Panchkh 4 Cultivated

AP- 524810.78 30246 801.08 33+059 -22.4619 Wana 7 Panchkh 4 Jungle

AP- 524899.11 30246 817.12 33+152 -16.9497 Wana 7 Panchkh 4 Jungle

AP- 524908.62 30246 818.75 33+170 39.3703 Wana 7 Panchkh 4 Jungle

AP- 524916.3 30245 815.9 33+202 17.4351 Wana 7 Panchkh 4 Jungle

AP- 524961.99 30245 798.67 33+287 -18.5839 Wana 7 Panchkh 4 Cultivated

AP- 525440.01 30240 826.81 33+931 -15.3617 Wana 7 Panchkh 4 Cultivated

AP- 525602.64 30240 830.8 34+103 -23.097 Wana 7 Panchkh 4 Cultivated

AP- 525815.37 30237 854.36 34+444 32.4066 Wana 7 Panchkh 4 Cultivated AP- 525833.48 30237 860.83 34+476 3.3327 Wana 7 Panchkh 4 Cultivated

AP- 525897.49 30236 867.41 34+561 -13.5222 Wana 7 Panchkh 4 Barren AP- 526061.57 30235 902.49 34+786 1.9555 Wana 7 Panchkh 4 Barren

AP- 526133.43 30234 921.89 34+875 -7.0504 Wana 7 Panchkh 4 Barren

AP- 526154.51 30234 943.82 34+918 24.6285 Wana 7 Panchkh 4 Barren

AP- 526150.48 30234 940.82 34+936 42.0478 Wana 6 Panchkh 5 jungle

AP- 526146.72 30233 924.04 34+967 -5.8289 Wana 6 Panchkh 5 jungle

AP- 526155.37 30233 904.34 35+002 -21.2376 Wana 6 Panchkh 5 jungle

AP- 526161 30233 893.63 35+025 -0.1347 Wana 6 Panchkh 5 jungle

AP- 526149.94 30232 872.56 35+076 26.7824 Wana 6 Panchkh 5 jungle

AP- 526140.66 30232 855.54 35+126 -1.5714 Wana 6 Panchkh 5 jungle

AP- 526132.58 30230 841.84 35+365 -8.865 Wana 6 Panchkh 5 jungle

AP- 526133.08 30229 842.57 35+380 -3.8444 Wana 6 Panchkh 5 jungle

AP- 526144.6 30229 833.29 35+412 -18.9293 Wana 6 Panchkh 5 jungle

AP- 526145.96 30228 821.19 35+469 19.4666 Wana 6 Panchkh 5 jungle

AP- 526148.07 30228 816.81 35+479 -11.0343 Wana 6 Panchkh 5 jungle

AP- 526204.37 30227 814.84 35+675 -4.2994 Wana 6 Panchkh 5 jungle

Page 162: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Angl

e

Poin

ts

Easting Northi

ng

RL Chaina

ge

Deflectio

n

Angle(D)

Old

V.D.C /

Municip

ality

Ward

No

NEW

VDC

/Munici

pality/R

W

ar

d

no

Type of Land

use

AP- 526174.52 30226 775.7 35+740 43.8022 Wana 6 Panchkh 5 jungle AP- 526172.97 30226 766.94 35+758 -22.0378 Wana 6 Panchkh 5 jungle

AP- 526170.46 30225 744.68 35+795 -1.1989 Wana 6 Panchkh 5 jungle AP- 526208.4 30223 711.53 35+993 -14.8987 Wana 6 Panchkh 5 jungle

AP- 526210.69 30223 713.35 36+002 -4.5336 Wana 6 Panchkh 5 jungle

AP- 526293.1 30221 727.7 36+236 -5.0348 Wana 6 Panchkh 5 jungle

AP- 526298.77 30221 725.11 36+260 6.7614 Wana 6 Panchkh 5 jungle

AP- 526383.11 30219 683.32 36+504 -6.4027 Wana 6 Panchkh 5 Cultivated

AP- 526399.82 30216 699.63 36+760 16.5099 Wana 6 Panchkh 5 Jungle

AP- 526400.84 30216 697.7 36+775 -0.2482 Wana 6 Panchkh 5 Jungle

AP- 526481.38 30214 692.18 36+976 -19.6153 Wana 6 Panchkh 5 Jungle AP- 526489.76 30214 694.93 36+992 -8.2983 Wana 6 Panchkh 5 Jungle

AP- 526510.21 30214 692.74 37+018 -18.897 Wana 6 Panchkh 5 Jungle AP- 526523.47 30214 684.83 37+036 2.9027 Wana 6 Panchkh 5 Jungle

AP- 526536.29 30213 670.74 37+060 16.0508 Wana 6 Panchkh 5 Jungle AP- 526553.51 30213 656.48 37+086 -9.6568 Wana 6 Panchkh 5 Jungle

AP- 526580.87 30213 637.6 37+120 -13.3706 Wana 6 Panchkh 5 Jungle

AP- 526653.04 30213 623.39 37+210 1.6547 Wana 6 Panchkh 5 Jungle

AP- 526684.96 30212 611.67 37+246 -9.9416 Wana 6 Panchkh 5 Jungle

AP- 526813.75 30211 586.68 37+444 22.7499 Wana 6 Panchkh 5 Jungle

AP- 526991.81 30209 519.1 37+682 -8.1883 Wana 6 Panchkh 5 Cultivated

AP- 527144.22 30207 472.22 37+936 11.7326 Wana 6 Panchkh 5 Cultivated

AP- 527443.3 30204 574.74 38+414 -1.8935 Baneswo 9 Chainpur Cultivated

AP- 527768.63 30200 702.14 38+888 -4.605 Baneswo 9 Chainpur Cultivated

AP- 527829.61 30200 742.98 38+964 -9.805 Baneswo 9 Chainpur Cultivated

AP- 527937.68 30198 802.03 39+150 17.7803 Baneswo 9 Chainpur Cultivated

AP- 527952.82 30198 806.26 39+176 -0.6716 Baneswo 9 Chainpur Cultivated

AP- 528231.55 30196 834.09 39+512 -20.1316 Baneswo 9 Chainpur Cultivated

AP- 528326.9 30195 847.89 39+623 -2.7354 Baneswo 9 Chainpur Cultivated

AP- 528515.76 30194 915.43 39+850 2.499 Baneswo 2 Chainpur Cultivated AP- 528807.9 30193 1000.28 40+154 -17.1429 Baneswo 2 Chainpur Cultivated

AP- 528857.14 30193 1019.91 40+217 21.5634 Baneswo 2 Chainpur Cultivated AP- 529053.52 30192 1087.99 40+452 -4.6096 Baneswo 2 Chainpur Cultivated

AP- 529155.24 30191 1156.23 40+591 9.8459 Baneswo 2 Chainpur Cultivated

AP- 529302.17 30190 1237.03 40+750 -21.5426 Baneswo 2 Chainpur Cultivated

AP- 529355.75 30190 1270.53 40+813 10.704 Baneswo 2 Chainpur Jungle

AP- 529378.62 30190 1286.58 40+842 5.2483 Baneswo 2 Chainpur Jungle

AP- 529409.25 30189 1312.88 40+888 11.1147 Baneswo 2 Chainpur Jungle

AP- 529416.48 30189 1317.28 40+903 11.8144 Baneswo 2 Chainpur Jungle

AP- 529471.86 30188 1346.29 41+001 -4.98 Baneswo 1 Chainpur Jungle

AP- 529519.96 30188 1327.48 41+090 1.7354 Baneswo 1 Chainpur Cultivated

AP- 529567.88 30187 1311.41 41+201 7.1225 Baneswo 1 Chainpur Cultivated AP- 529610.39 30186 1293.22 41+254 -28.7344 Baneswo 1 Chainpur Cultivated

AP- 529679.74 30185 1272.38 41+366 16.3211 Baneswo 1 Chainpur Cultivated AP- 529726.26 30185 1254.12 41+435 -4.5366 Baneswo 1 Chainpur Cultivated

AP- 529859.16 30183 1221.64 41+690 11.0937 Baneswo 1 Chainpur Cultivated

AP- 529863.95 30182 1222.63 41+718 21.3263 Baneswo 1 Chainpur Cultivated

AP- 529938.12 30181 1193.6 41+861 -21.0903 Chainpur 6 Chainpur Cultivated

AP- 529948.69 30181 1191.5 41+887 7.6293 Chainpur 6 Chainpur Cultivated

AP- 530124.44 30178 1027.04 42+259 -4.7144 Chainpur 6 Chainpur Barren

AP- 530229.62 30176 939.36 42+418 -13.1642 Chainpur 6 Chainpur Cultivated

AP- 530480.93 30174 905.27 42+787 -1.4207 Baneswo 4 Chainpur Cultivated

AP- 530583.51 30173 894.57 42+922 -6.9232 Baneswo 4 Chainpur Cultivated

AP- 530595.04 30173 891.69 42+943 16.9415 Baneswo 4 Chainpur Cultivated

AP- 530770.84 30171 856.69 43+205 -9.3311 Baneswo 4 Chainpur Cultivated

AP- 530909.57 30170 865.21 43+389 -6.6049 Baneswo 4 Chainpur Cultivated

AP- 530962.11 30169 856.72 43+450 -10.4703 Baneswo 4 Chainpur Cultivated

AP- 531014.32 30169 848.58 43+508 -5.6927 Baneswo 4 Chainpur Cultivated

AP- 531042.21 30169 845.26 43+549 21.7336 Baneswo 4 Chainpur Cultivated

Page 163: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Angl

e

Poin

ts

Easting Northi

ng

RL Chaina

ge

Deflectio

n

Angle(D)

Old

V.D.C /

Municip

ality

Ward

No

NEW

VDC

/Munici

pality/R

W

ar

d

no

Type of Land

use

AP- 531107.97 30168 822 43+640 -2.8753 Baneswo 4 Chainpur Cultivated AP- 531187.68 30167 804.6 43+769 7.802 Baneswo 4 Chainpur Barren

AP- 531204.98 30167 797.43 43+795 -2.9149 Baneswo 2 Chainpur Barren AP- 531272.04 30167 764.69 43+868 -26.2519 Baneswo 2 Chainpur Barren

AP- 531520.23 30165 619.05 44+187 16.3998 Baneswo 2 Chainpur Barren

AP- 531586.3 30164 606.97 44+255 -25.2079 Baneswo 2 Chainpur Barren

AP- 531601.68 30164 601.07 44+273 17.7287 Baneswo 2 Chainpur Barren

AP- 531900.61 30162 699.28 44+649 5.7841 Mamling 1 Dharma 4 Barren

AP- 531935.62 30162 696.65 44+686 -17.7577 Mamling 1 Dharma 4 Barren

Angle

Point

s

Easting Northin

g RL

Chaina

ge

Deflecti

on

Angle(D

)

Old V.D.C

/

Muncipal

ity

War

d

No

NEW VDC/

Municipality/

Rural

Municipality

Wa

rd

no.

Type of

Land

Use

AP- 520919. 304086 1098. 14+405 - 6 Chichila 1 Cultivate

AP- 520757. 304324 1274. 0+331 — Diding 8 Chichila 3 Cultivate

AP- 520332. 304337 1086. 0+776 -4.5542 Diding 8 Chichila 3 Cultivate

AP- 520273. 304337 1067. 0+835 - Diding 8 Chichila 3 Cultivate

AP- 520214. 304337 1044. 0+894 0.1373 Diding 8 Chichila 3 Cultivate

AP- 520038. 304341 974.2 1+074 10.9743 Diding 8 Chichila 3 Cultivate

AP- 519973. 304341 949.2 1+140 -3.6186 Diding 8 Chichila 3 Cultivate

AP- 519761. 304335 789.3 1+362 - Diding 8 Chichila 3 Jungle

AP- 519711. 304333 751.4 1+414 0.302 Diding 8 Chichila 3 Jungle

AP- 519658. 304332 709.8 1+468 6.7749 Diding 8 Chichila 3 Jungle

AP- 519615. 304340 679.5 1+560 72.9706 Diding 8 Chichila 3 Jungle

AP- 519607. 304347 661.8 1+621 19.4695 Diding 8 Chichila 3 Jungle AP- 519569. 304348 640.5 1+661 - Diding 8 Chichila 3 Jungle

AP- 519397. 304364 553.1 1+895 21.4455 Diding 8 Chichila 3 Cultivate

Source: Survey Report of Arun-3 HPP 33 KV Transmission Line Project for Construction Power, 2017

Page 164: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

LT panel and general scheme

Page 165: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

3300

Page 166: TENDER No.: PCD-98/2017 - SJVN Limitedsjvn.nic.in/writereaddata/Portal/Tender/1948_1/1_Tender_Document.pdftender document [competitive bidding] tender no.: pcd-98/2017 tender document

Annex