Download as pdf or txt
Download as pdf or txt
You are on page 1of 12

GENERAL CONDITIONS OF THE CONTRACT (GCC)

For

20/25MVA Transformer upgradation Project

Turnkey Package for 220KV bay extension, 6.6KV Switch Board, CR Panel, 6.6 Cabling in trench
and 6.6KV Switch Board at CPP

Doc No. TSLPL/GCC/P2.3/BKA/R1


1. LIST OF TENDER DOCUMENTS

1.1. We have the pleasure in enclosing the following tender documents for the above work and would
invite you to submit your best offer.
1.2. General conditions of the Contract (GCC) for design, manufacture and supply of plant, machinery
and equipment and supervision of Erection, Testing, start-up, Commissioning and Performance
Tests or complete Erection Services.
1.3. Format for submitting the Price Offer (Annexure-I)
1.4. Specification No. as mentioned in the forwarding letter including tender drawings.

2. SCOPE OF WORK

2.1 General:
2.1.1 The work outlined in the tender documents listed in Clause 1.1 above, which are enclosed
with this Invitation to tender. The work shall be in conformity with this invitation to tender
and all other documents, such as general conditions of contract, specifications, drawings,
standards, and other terms and conditions (if any), which make up the tender documents
and those referred to therein.
2.1.2 The tenderer shall include in his tender, the supply of materials, plant, machinery and
equipment and services specified in the tender documents and those referred to therein.
2.1.3 The scope of work of the tender shall include design, manufacture and supply of plant,
machinery and equipment and supervision services for installation/ erection, testing,
commissioning and performance tests or, complete erection services of the said plant,
machinery, equipment and accessories supplied by him as well as. Where so specified in the
tender specification, those which may be procured by the Purchaser from “others” and
required to be installed/ erected/ tested/ commissioned by the successful tenderer.
2.1.4 The successful tenderer shall supply and provide services in accordance with the relevant
provisions of the Technical Specification and respective clauses of the GCC.

2.2 Supply

2.2.1 The supply materials, plants, machineries and equipment and services to be provided by
the successful tenderer shall include, but not be limited to the following:
2.2.2 Submission of designs, drawings, documents, diagrams, charts and data to be submitted by
the successful tenderer for “Approval”/ “Information” of the Employer/ Engineer in
accordance with the requirement of the GCC including but not limited to mechanical,
electrical, piping, instrumentation, automation, refractory, assembly and erection drawings
and manuals, drawings for spare parts, as-built drawings and all other drawings and
documents as specified in the Tender Specification.
2.2.3 Submission of general arrangement and layout drawings made to scale and showing
locations of major equipment and components, including electrics, control cabinets etc
giving overall dimensions, clearances, controlling dimensions as well as necessary
elevations, sections and plans.
2.2.4 Submission of foundation outline drawings, anchor bolt location plans, loading diagrams
and foundation bolt details for all foundations and structures, duly certified and as specified
in the Tender Specification.
2.2.5 Procurement of materials, manufacture/fabrication, inspection, testing at manufacturers
premises and supply of all plant, machinery and equipment as per Tender Specification.
2.2.6 Supply of all equipment foundation bolts including bolts of special design and those made
of alloy/ special steels and special embedment that may be required for the equipment.
2.2.7 List showing the unit price and recommended items and quantities of spare parts for the
first two years' normal operation of the plant must be given in the offer. For identification,
the tenderer shall number all spare parts offered.
2.2.8 Carrying out inspection and tests during and after manufacture including making
arrangements for inspection by the Purchaser or its authorised representative and/ or
Engineer and on completion, packing, marking and delivering the equipment FOB port of
shipment for imported items and delivered FOT INCOMING MATERIALS SECTION located
inside TSLPL Works, Bileipada, Joda, Odisha for indigenous items. All imported
equipment/items are to be suitably and securely packed for ocean shipment and for
storage under tropical conditions as well as subsequent movement by road transport in
India. The term "F.O.B." shall apply according to the International Rules for the
interpretation of Trade Terms.
2.2.9 Supply of sufficient quantity of commissioning spares and initial fills as per relevant clause
of the General Conditions of Contract based on the tenderer's experience in commissioning
similar plants.
2.2.10 Supply of two (2) sets of special tools and tackles required for operation and maintenance
of the plant and equipment as per the General Conditions of Contract. List showing the unit
prices and recommended items and quantities of special tools and tackles shall be
furnished with the offer.
2.2.11 Supply of spare parts, where ordered, for two years normal operation of the plant after
provisional acceptance.
2.2.12 For the plants, machinery and equipment offered, electric power and utility piping
connections shall be suitably terminated at switches or valves, as the case may be. Switch
boxes and terminated valves (with companion flanges, where relevant) shall be located at
easily accessible position. The facilities to be provided by the successful tenderer as part of
his supply shall be so designed as to keep the number of connections to be provided by the
Purchaser for electric power and utilities to the minimum. The particulars of power and
utilities that will be made available by the Purchaser are indicated in the specification and
the tenderer shall include any equipment required to transform those to suit the
requirement of the equipment offered.

3. PRICES

3.1. The tenderer shall include in his offer prices for all materials and services as specified in
the tender documents and in the manner stated hereunder and in the other relevant
clauses of the Invitation to Tender.
3.1.1. For all imported items of plant, machinery and equipment, spares, special maintenance
tools, etc prices shall be quoted for delivery inclusive of sea-worthy proper packing for
tropical conditions, FOB Port of shipment with indication of estimated CIF charges,
customs duty, port handling, in land transportation and insurance charges separately. The
country of origin of each equipment shall be clearly indicated.
3.1.2. For all indigenous items of plant, machinery and the equipment, spares, special
maintenance tools etc prices shall be quoted for delivery, duly packed, F.O.T. INCOMING
MATERIALS SECTION located inside TSLPL works, Bileipada, by road inclusive of freight,
applicable taxes, duties and other charges. For all indigenous item, the tenderer shall
furnish the itemised ex-works price and break-down of taxes, duties as applicable, freight
charges and corresponding composite price. The tenderer shall also indicate the current
rate of duties and taxes based on which he has quoted his prices.
3.1.3. For providing supervision services, the rates for deputing different categories of personnel
for required supervision services shall be quoted as per actual man-day basis at site. No
payment shall be made by the Purchaser for any overtime work. The services shall include
services during start-up, commissioning, and performance tests.
3.2. Quoted prices shall be fixed, firm and binding till completion of respective contractual
periods and shall not be subject to variation on any account whatsoever except for
statutory variations in taxes and duties, if any, occurring within contractual delivery/
completion period.
3.3. In consideration of above, Prices to be quoted as per the formats given in Annexure-I
hereof and shall be itemised in accordance with and as stated in the Tender Specification.
Separate prices shall be quoted either for Supervision services, and/ or, for Complete
erection services hereof respectively and as required in the Technical Specification.
3.4. The Purchaser reserves the right to increase or decrease the scope of work envisaged in
the tender documents.

3.5. Equipment Weight Variation

3.5.1. The net weight of each group of imported and indigenous plant and equipment as
submitted by the successful tenderer for various sections of the Technical Specification to
be guaranteed by the successful tenderer within a margin of ±5%. In the event that the
design weight for each section is more or less than the above margin, the successful
tenderer shall inform the Purchaser in advance during engineering of each deviation and
the reason thereof. Deliveries of such item shall be affected only when the deviation is
acceptable to the Purchaser. No extra payment shall be affected for any excess of weight.
3.5.2. In order to establish to the Purchaser, the correct weights of individual items the
successful tenderer shall clearly indicate in the individual packing list the net weights and
gross weights.
4. TERMS OF PAYMENT

Subject to all statutory deductions, as applicable and any deduction which the Purchaser
may be authorised to make, the successful tenderer shall be entitled to payments
generally as follows:

4.1. TERMS OF PAYMENT· FOR SUPPLY OF IMPORTED AS WELL AS INDIGENOUS DESIGNS


AND DRAWINGS

4.1.1. 5% of the Contract Price for supply of designs and drawings will be payable, against
Contractor's submission to the Purchaser and Engineer and approval, wherever required,
of drawings and technical information as per schedule of submission for the period, to be
submitted within three (3) months from Contract Effectiveness Date or as agreed in the
Technical Specification and certified ordering information.
4.1.2. 80% of the Contract Price as progress payment for supply of designs and drawings will be
payable upon delivery by the Contractor to Purchaser's and Engineer's offices and
approval wherever required, of all drawings and documents as per the agreed billing
schedule and the Drawings and Document Submission Schedule given in the Technical
Specification and on submission of the following:
The Contractor shall submit the following documents:
i) Four (4) original of invoice duly signed by the Contractor stating the details of drawings
and designs supplied.
ii) User's license provided by the Contractor authorising the Purchaser to use the designs
and drawings as per Contract/ Order.
iii) A declaration issued by the Purchaser that the drawings and designs in question have
been received by him from the Contractor.
In addition, for supply of imported designs and drawings, the following documents will be
attached by the Purchaser with the Contractor's invoice:
i) Copy of the E-mail certified by the Officials of the remitter, at the level of Company
Secretary/ Financial Director / Advisor.
ii) No Objection Certificate (NOC) issued by Purchaser's auditor in two (2) originals along
with two originals of Letter of Undertaking issued by the Purchaser.
4.1.3. 5% of Contract Price for supply of designs and drawings will be payable on satisfactory
completion of Integrated Cold Test as per the General Conditions of Contract and on
submission of
(a) Four (4) originals of invoice duly signed by the Contractor
(b) Four (4) copies of integrated Cold Test Certificate issued by the Purchaser.

4.1.4. 5% of Contract Price for supply of designs and drawings will be payable after the issue of
Provisional Acceptance Certificate as per the General Conditions of Contract and the
delivery of complete drawings and documents including "As built drawings" and on
submission of
(a) Four (4) originals of invoice duly signed by the Contractor
(b) Four (4) copies of Provisional Acceptance Certificate issued by the Purchaser.

4.1.5. The last 5% of the Contract Price for supply of designs and drawings will be payable after
the issue of Final Acceptance Certificate as per the General Conditions of Contract and on
submission of
(a) Four (4) originals of invoice duly signed by the Contractor
(b) Four (4) copies of Final Acceptance Certificate issued by the Purchaser

4.2. TERMS OF PAYMENT FOR DESIGN, MANUFACTURE AND SUPPLY OF INDIGENOUS


EQUIPMENT AND ITEMS

4.2.1. 85% of the Price as progress payment for Equipment supply, will be payable as per Billing
cum Delivery Schedule, approved by the Purchaser and on presentation of following
documents to the Purchaser proving that the goods are delivered at the stores:
a) Four (4) copies of invoice duly signed by the Contractor.
b) Challan/Lorry Receipt receipted by I.M. Section.
c) Packing list duly signed by the Contractor.
d) Photocopy of "Consignee copy" of Excise Duty Invoice, in proper format (wherever
applicable). ("Transporter's copy" of Excise Duty Invoice shall be handed over by the
Contractor to INCOMING MATERIALS SECTION during delivery.)
e) Reconciliation statement of Road Permits issued.
f) Copy of insurance certificate.
g) Test certificates for bought-out items and/ or Inspection certificates, issued by the
Contractor for manufactured items.
h) Despatch clearance from Purchaser/ his authorised representative.
i) Certificate from the Contractor to the effect that contents in each case are neither
more nor less than those entered in the invoice and packing list and quality of the
goods is guaranteed as new and as per the relevant specification.
4.2.2. 5% of Contract Price for supply of indigenous Equipment and Item' s will be payable
on satisfactory completion of Integrated Cold Test as per the General Conditions of
Contract and on submission of
a) Four (4) originals of invoice duly signed by the Contractor
b) Four (4) copies of Integrated Cold Test Certificate issued by the Purchaser.
4.2.3. 5% of Contract Price for supply of indigenous Equipment and Items will be payable after
the issue of Provisional Acceptance Certificate as per the General Conditions of Contract
and the delivery of complete drawings and documents including "As built drawings" and
on submission of
a) Four (4) originals of invoice duly signed by the Contractor
b) Four (4) copies of Provisional Acceptance Certificate issued by the Purchaser.
4.2.4. The last 5% of the Contract Price for supply of indigenous Equipment and Items will be
payable after the issue of Final Acceptance Certificate as per the General Conditions of
Contract and on submission of
a) Four (4) originals of invoice duly signed by the Contractor
b) Four (4) copies of Final Acceptance Certificate issued by the Purchaser
4.3. TERMS OF PAYMENT FOR COMPLETE ERECTION SERVICES

4.3.1. 85% as monthly progress payment for Complete Erection Services against certification of
invoices by Purchaser /his authorised representative and on achievement of milestones as
per Billing Schedule to be approved by the Purchaser.
4.3.2. 5% of Contract Price for Complete Erection Services will be payable on satisfactory
completion of Integrated Cold Test as per the General Conditions of Contract and on
submission of
a) Four (4) originals of invoice duly signed by the Contractor
b) Four (4) copies of Integrated Cold Test Certificate issued by the Purchaser.
4.3.3. 5% of Contract Price for Complete Erection Services will be payable after the issue of
Provisional Acceptance Certificate as per the General Conditions of Contract and the
delivery of complete drawings and documents including "As built drawings" and on
submission of
a) Four (4) originals of invoice duly signed by the Contractor
b) Four (4) copies of Provisional Acceptance Certificate issued by the Purchaser
4.3.4. The last 5% of the Contract Price for Complete Erection Services will be payable after the
issue of Final Acceptance Certificate as per the General Conditions of Contract and on
submission of
a) Four (4) originals of invoice duly signed by the Contractor
b) Four (4) copies of Final Acceptance Certificate issued by the Purchaser

5. CAPACITY OF THE TENDERER

5.1. Technical capacity and performance record:


5.1.1. The tenderer shall submit with the tender a detailed statement of similar plant and
equipment supplied/installed by him during the last ten (10) years, which shall include
capacity, location, delivery period, date of operation, operating conditions etc.
5.1.2. The tenderer shall satisfy the Purchaser that he possesses the necessary technical
experience and qualification and that he has at his disposal suitable modern facilities and
staff of specialised personnel to ensure that his contract work is of the best quality and
workmanship according to the latest engineering practice. The tenderer shall furnish
necessary particulars on this respect with the tender.
5.2. Legal capacity:
5.2.1. The tenderer shall satisfy the Purchaser that he is competent and authorised to submit the
tender and/ or to enter into a legally binding contract with the Purchaser.
5.2.2. A person signing the tender or any document forming part of the contract on behalf
of the tenderer/ successful tenderer, shall be deemed to warrant that he has authority to
sign and if it transpires that the person so signing had no authority to do so, the Purchaser
may, without prejudice to other civil and criminal remedies, reject 'the tender or cancel the
contract and hold the signatory and/ or the tender/ successful tenderer liable for costs
and damages.

5.3. Financial capacity:


5.3.1. The tenderer shall produce satisfactory proof that he is financially in a position to fulfil the
contractual obligation offered to be undertaken by him. The tenderer shall also submit the
latest Income Tax Clearance Certificate along with the tender.

6. SUBMISSION OF TENDER

6.1. The tender shall be submitted in three (3) separate parts:


PART - I - "TECHNICAL PART "
PART - II - "COMMERCIAL TERMS AND CO ND ITIO NS "
PART - III - "PRICES"
6.2. Tenders must be submitted in three (3) parts as mentioned above, each in six (6) copies,
and each part in separate sealed cover, superscribing in each cover the respective part
description, (i.e., TECHNICAL, COMMERCIAL TERMS AND CONDITIONS, PRICE) as well as the
BRIEF DESCRIPTION as per format mentioned in page 1 of this Invitation to Tender. Those
three covers shall be put together in another cover, which shall also be sealed. The BRIEF
DESCRIPTION, DUE DATE, SPECIFICATION NO. and ENQUIRY NO. shall be superscribed on
this outer cover.
6.3. The tender shall be submitted in the English language.
6.4. The tender shall be neatly arranged, stated in plain and intelligible language and typed only,
with consecutively numbered pages in solid binding. They shall not contain any terms and
conditions, prints or otherwise, which are not applicable to the tender
6.5. Insertions, postscripts, additions and alterations shall not be recognised, unless confirmed
by tenderer's signature and seal.
6.6. Unsealed tenders, unsigned tenders, tenders which are incomplete or otherwise considered
defective and tenders which are not submitted in accordance with the instructions given
in clause 14.0 hereof are liable to be rejected.
6.7. Tenders shall be sent by registered post or handed over personally against receipt so as to
reach the office of the Purchaser's Engineer, Mr. R. S Shirkoli, Divisional Manager
(Purchase), Tata Steel Long Products Limited, Bileipada, Keonjhar, Odisha-758038 by the
date and time specified in the RFQ. Tenders received after the expiry of the stipulated
time and date due to any reason whatsoever may not be considered.

7. OPENING OF TENDER
7.1. After the expiry of due last date of receipt of tender given in page 1 of the Invitation to
Tender, the envelopes containing Part-I - Technical and Part - II - Commercial terms &
conditions.
7.2. Part - III- PRICE part of the offer shall be opened at a later date after completing techno-
commercial evaluation.
7.3. Any revision of prices, offer of rebates, discounts, amendments to terms and conditions
bearing financial implication, by any tenderer on his own accord subsequent to opening of
"PRICE BID " will not be entertained or considered.

8. PERIOD OF VALIDITY OF TENDER


8.1. The tender and the prices quoted shall be valid for acceptance by the Purchaser for a period
of 45 days from the due last date of receipt of Part-I Technical and Part-II Commercial Offers.

9. NO CLAIM OR COMPENSATION FOR SUBMISSION OF TENDER


9.1. The tenderer shall not be entitled to claim any costs, charges and expenses, incidental to or
incurred by him through or in connection with his preparation and submission of tender.

10. ACCEPTANCE/REJECTION OF TENDER


10.1. The Purchaser is not bound to accept the lowest or any tender or to assign reasons for non-
acceptance. The Purchaser also reserves the right to accept the tender either in whole or in
part or even cancel the entire tender enquiry without assigning any reason thereof.

11. SIGNING OF CONTRACT AGREEMENT


11.1. On the tender being accepted by the Purchaser, if so required by Purchaser at his option, an
agreement in respect of the Contract will be signed and executed by and between the
Purchaser and the successful tenderer. All costs, charges and expenses of and incidental to
the execution of the said agreement shall, in so far as they are incurred in India, be borne by
the Purchaser and those that are incurred in the Contractor's country shall be borne by the
Contractor, provided however, if both parties incur expenses only in India, they shall be
borne half and half.

12. NOTICE ON BEHALF OF'PURCHASER


12.1. Notices and certificates on behalf of the Purchaser in connection with the contract may be
given by duly authorised officer(s) or the Purchaser.

13. ADDENDA TO TENDER DOCUMENTS


13.1. Purchaser reserves the right to issue addenda to the tender documents to clarify, amend,
modify, supplement or delete any of the conditions, clauses or items stated in the tender
documents issued with this Invitation to Tender. Each addendum so issued shall form a part
of the original tender documents.

14. QUERIES/ CLARIFICATIONS


14.1. In case any technical clarification on the tender is headed by the tenderer, he shall
correspond to or contact the Divisional Head (Purchase), At/ PO: Bileipada, Dist.: Keonjhar,
Odisha - 758038, India (Mobile - 9238883330, rsshirkoli@tatasteellp.com).
14.2. For all other matters in this regard, if necessary, to this enquiry, the tenderer may correspond
to or contact the Project-in-Charge, Divisional Head (Elect., E&I), At/ PO: Bileipada, Dist.:
Keonjhar, Odisha - 758038, India (Mobile - 9238883313, bkagrawal@tatasteellp.com).
14.3. All written letters, correspondence etc. by the tenderer addressed to the Purchaser or the
Purchaser's Engineers shall be in TRIPLICATE.

ANNEXURE-I

PROFORMA FOR PRICE BID

A. PRICE BREAK UP FOR CIVIL & STRUCTURAL WORKS:

Item Sub-Section/ Sub-Head/ Sub- UoM Qty Rate (Rs.) Amount


No. System/ Item Description (Rs.)
1 Civil works including site
development
i) -------------------
ii) -----------------
iii) ------------------
iv) --------------------------
v) ----------------
vi) --------------
2 Structural Steel Work (Supply/
Fabrication)
i) --------------
ii) -----------
3 Structural Steel Work (Erection)
i) --------------
ii) ------------

SUB-TOTAL A
B. PRICE BREAK UP OF PLAT AND MACHINERY

Item Sub-Section/ Sub- UoM Qty Rate P&F Trans. GST (%) Amount (Rs.)
No. Head/ Sub- (Rs.) (Rs.)
System/ Item
Description
C.1 Supply
1 Mechanical (List of
Equipment)
i) -----------------
ii) ------------------
iii) -------------------------
-
iv) ----------------
Sub-Total
2 Electrical (List of
Equipment)
i) --------------
ii) -----------
Sub-Total
3 Control (List of
Equipment)
i) --------------
ii) ------------
Sub-Total
4 Communication
5 Illumination
6 Auxiliary
Sub-Total B
C. PRICE BREAK UP OF PLANT AND MACHINERY

Item Sub-Section/ Sub- UoM Qty Rate P&F Trans. GST (%) Amount (Rs.)
No. Head/ Sub- (Rs.) (Rs.)
System/ Item
Description
C.2 Erection, Installation and Commissioning of Plant & Machinery
1 Mechanical (List of
Equipment)
i) -----------------
ii) ------------------
iii) -------------------------
-
iv) ----------------
Sub-Total
2 Electrical (List of
Equipment)
i) --------------
ii) -----------
Sub-Total
3 Control (List of
Equipment)
i) --------------
ii) ------------
Sub-Total
4 Communication
5 Illumination
6 Auxiliary
Sub-Total C

You might also like