1 | P a g e
REPLY TO BIDDERS QUERIES FOR HANU & DAH SHPs
S.No.
CLAUSE No. QUERY
M&CO. 1 1.1(h) of NIT Joint Venture/Consortium Partners can only be bound by jointly
and severally responsible to the extent of sphere of their work
and the NIT clause shall
2 1.32.1- Supply of material by
PDC
There are contradictions in various clauses of the bid documents with regard to supply of material by the PDC on one
hand as per special condition of the contract Clause 1.70 which states that PDC does not take any responsibility for supply of any material or equipmen
hand vide clause 1.32.1 of GCC states that as a special case
and subject to availability of material viz. cement and steel etc shall be issued to the contractor. As such it is impossible to go ahead with the work smooth
for 4-5 months during winter, unless either firm commitment is
made with provision of reimbursement of the idle charges of men and machinery that the contractor may suffer on this score besides extension in time of completi
construction agency is authorized to procure cement and steel etc. of its own.
3 1.34 –Performance
Guarantee
The validity of the Performance Guarantee is requested to be kept for one year (12 months) instead of 1 ½ year (18
months) or 5000 hrs of operation , commissioning from completion of satisfactory final test whichever is earlier. The
furnishing of the perfo
Final Reply to Bidders queries dated 2
REPLY TO BIDDERS QUERIES FOR HANU & DAH SHPs
REPLY
Joint Venture/Consortium Partners can only be bound by jointly and severally responsible to the extent of sphere of their work
and the NIT clause shall need modification to that extent
The Lead memberresponsibility
commissioning of the Project. Other members shall be jointly
and severally responsible for their scope of work.
ntradictions in various clauses of the bid documents with regard to supply of material by the PDC on one
hand as per special condition of the contract Clause 1.70 which states that PDC does not take any responsibility for supply of any material or equipment to the contractor but on the other
hand vide clause 1.32.1 of GCC states that as a special case
and subject to availability of material viz. cement and steel etc shall be issued to the contractor. As such it is impossible to go ahead with the work smoothly when the area remains cut off
5 months during winter, unless either firm commitment is
made with provision of reimbursement of the idle charges of men and machinery that the contractor may suffer on this score besides extension in time of completion or alternatively
construction agency is authorized to procure cement and steel
Being EPC contract, the contractor shall have to arrange
all materials.
The validity of the Performance Guarantee is requested to be kept for one year (12 months) instead of 1 ½ year (18
months) or 5000 hrs of operation , commissioning from completion of satisfactory final test whichever is earlier. The
furnishing of the performance guarantee after completion in
The Contractor shall be required to provide a
Guarantee Contract Value valid for 18
months or 8000 operational hours
Bidders queries dated 27-3-2012
Lead member shall bear full responsibility for successful
commissioning of the Project. Other members shall be jointly
and severally responsible for their scope of work.
Being EPC contract, the contractor shall have to arrange
all materials.
The Contractor shall be required to provide a Performance
of 10 % of the Contract Value valid for 18
months or 8000 operational hours
2 | P a g e
S.No
.
CLAUSE No. QUERY
respect of civil component @20% is extremely high viz a viz magnitude of the assignment. However we may clarify that to cover the performance guarantee after completion, our
performance guarantees of 5% as cleared under
of GCC read with amendments requested under foregoing para for civil component shall remain valid till performance guarantee period and no additional guarantees shall be
provided. Meanwhile the details of performance guarantee in respect of the electro
along with queries on Electro4 1.36- Arbitration When every decision in respect of every matter so referred to
Engineer shall be final and binding the existence of the Arbitration becomes ineffective during or after the course of
execution of the Project. Therefore the clause may be modified to the extent Engineers decision shall not be final but has to be subject to outcome of Arbitration.
5 1.40- Terms of
Payment
Out of total mobilization advance of 15% of the Ci
part advance can be released against hypothecation of machinery and equipment needed for the purpose of construction of civil works. The balance payment against equal
amount of bank guarantee to be provided by the civil
contractor in case of Joi
6 1.42-
Performance
security Deposit
The maximum amount of
high , normally the deposit for such contracts does not exceed
5% out of which 2%is against performance Bank guarantee and 3% deductible from running bills of the work done ,which subsequently gets replaced by the bank gua
equal amounts. 7 1.46- Mistakes The responsibility of payment for alteration of the work due to
Final Reply to Bidders queries dated 2
REPLY
respect of civil component @20% is extremely high viz a viz magnitude of the assignment. However we may clarify that to cover the performance guarantee after completion, our
performance guarantees of 5% as cleared under Clause 1.4.2
of GCC read with amendments requested under foregoing para for civil component shall remain valid till performance guarantee period and no additional guarantees shall be
provided. Meanwhile the details of performance guarantee in he electro-mechanical items shall be submitted
along with queries on Electro-Mechanical equipments.
from the datwhichever is later.
When every decision in respect of every matter so referred to
Engineer shall be final and binding the existence of the Arbitration becomes ineffective during or after the course of
he Project. Therefore the clause may be modified to the extent Engineers decision shall not be final but has to be subject to outcome of Arbitration.
Bid Provision shall prevail.
Out of total mobilization advance of 15% of the Civil Works,
part advance can be released against hypothecation of machinery and equipment needed for the purpose of construction of civil works. The balance payment against equal
amount of bank guarantee to be provided by the civil
contractor in case of Joint Venture.
Bid Provision shall prevail.
However, part advance can be released against hypothecation of brand new machinery and
equipment needed
for the purpose of construction of the project.
The maximum amount of the security deposit @10% is very
high , normally the deposit for such contracts does not exceed
5% out of which 2%is against performance Bank guarantee and 3% deductible from running bills of the work done ,which subsequently gets replaced by the bank guarantee for the
Bid Provision shall prevail.
The responsibility of payment for alteration of the work due to Bid Provision shall prevail
Bidders queries dated 27-3-2012
from the date of commissioning whichever is later.
Bid Provision shall prevail.
Bid Provision shall prevail.
However, part advance can be released against hypothecation of brand new machinery and
equipment needed and procured
for the purpose of construction of the project.
Bid Provision shall prevail.
Bid Provision shall prevail
3 | P a g e
S.No
.
CLAUSE No. QUERY
in Drawings any discrepancy/errors or omissions in the duly approved drawings by the inspector is harsh and cannot liquidated/liable, the provisions need to be changed.
8 1.53.15(iii) GCC The Banker for State Government viz J&K Bank Ltd. Also needs
to be included for the purpose of the financial transactions/preparation of the negotiabl
9 1.54 Contract
Price -SCC
As per para 1 of the Notice Inviting Tender the offers are
invited for construction of EPC TurnBasis,the Clause 1.10 (Bid Price) and 1.12 Price Variation of
GCC ,Clause No.1.37 (Firm Price)of SCC and Clause 1.54
(Contract Price ) of SCC of the contract confirms the same and
Clause No.1.40 of the SCC provides the %age schedules ofpayment on running bills on Turnkey Basis thereby hardly leaving any scope for priced book of quantities as interim
payments are to be released on pro rata basis of the schedule of payments in the contract. However any clause which is at
variance with these clauses such as Clause no.1.53.15 (vi) of GCC needs to be deleted or superceded.
10 1.1 para (h) of
NIT and 1.10.1 of GCC
As per clause 1.1 para (h) of NIT the civil contractor have a
choice for either going for joint Venture or engagement of subcontractor for Electro mechanical works against submission of Joint deed of undertaking for completion
though as per Clause No.1.10.1 of the GCC it is understood
that the Technical and financial credentials of the sub contractor shall be taken into consideration while evaluating the tender as it covers contractors obligation including
the sub-contractor but same needs to be confirmed.11 We would like to
Final Reply to Bidders queries dated 2
REPLY
any discrepancy/errors or omissions in the duly approved drawings by the inspector is harsh and cannot be liquidated/liable, the provisions need to be changed.
The Banker for State Government viz J&K Bank Ltd. Also needs
to be included for the purpose of the financial transactions/preparation of the negotiable instruments.
It is a typographical omission.
The J&K Bank Ltd. shall be deemed included wherever Banks have been specified.
As per para 1 of the Notice Inviting Tender the offers are
invited for construction of EPC Turnkey Lump Sum Fixed Basis,the Clause 1.10 (Bid Price) and 1.12 Price Variation of
GCC ,Clause No.1.37 (Firm Price)of SCC and Clause 1.54
(Contract Price ) of SCC of the contract confirms the same and
Clause No.1.40 of the SCC provides the %age schedules of the payment on running bills on Turnkey Basis thereby hardly leaving any scope for priced book of quantities as interim
payments are to be released on pro rata basis of the schedule of payments in the contract. However any clause which is at
these clauses such as Clause no.1.53.15 (vi) of GCC needs to be deleted or superceded.
Bid provisions shall prevail.
However, interim payment shall be made as per given schedules
on pro-rata basis.
essential for t
provide BoQ.
As per clause 1.1 para (h) of NIT the civil contractor have a
choice for either going for joint Venture or engagement of sub-contractor for Electro mechanical works against submission of Joint deed of undertaking for completion of the contract. Even
though as per Clause No.1.10.1 of the GCC it is understood
that the Technical and financial credentials of the sub contractor shall be taken into consideration while evaluating the tender as it covers contractors obligation including that of
contractor but same needs to be confirmed.
Yes.
have drawings of the penstock ,Key plan, Copy of truncated DPR shall be
Bidders queries dated 27-3-2012
a typographical omission.
The J&K Bank Ltd. shall be deemed included wherever Banks have been specified.
Bid provisions shall prevail.
However, interim payment shall be made as per given schedules
rata basis. It is therefore
essential for the Contractor to
provide BoQ.
Copy of truncated DPR shall be
4 | P a g e
S.No
.
CLAUSE No. QUERY
Power house Layout alongwith water levels, Typical Single Line Diagram etc.
12 Report on the soil resistivity for the Power House/Switchyard
area.
13 Information on the distance between the Powerhouse and switchyard.
A2Z GROUP 14 Should be a registered company under Companies Act or joint
venture/Consortium of two or more companies or firms, who must have jointly and/or/separately designed, constructed,
manufactured, supplied, erected, tested and
least one renewable energy project of 7MW,or two projects of
4.5MW each or three projects of 3.75MW each in the last seven years, as per prevailing National and International Standards.
15 Consortium/JV shoul
equipment manufacturer or his authorized representative,hydromechanical equipment manufacturer/contractor having executed similar works.In respect of Design/Planning,
mechanical and electromechanical wo
also be allowed.
SPML 16 Vol1 GCC Clause We request you to please include price escalation since it can
Final Reply to Bidders queries dated 2
REPLY
Power house Layout alongwith water levels, Typical Single Line provided to all bidders.
Report on the soil resistivity for the Power House/Switchyard Soil resistivity test is to be
conducted by the Bidder for
which permission shall be deemed to have been accorded by the Owne
test.
Information on the distance between the Powerhouse and The Bidder is expected to conduct a site inspection before bidding to
ascertain requirement. Final
layout of all the components of
the Project is to be givenContractor.
Should be a registered company under Companies Act or joint
venture/Consortium of two or more companies or firms, who must have jointly and/or/separately designed, constructed,
manufactured, supplied, erected, tested and commissioned at
least one renewable energy project of 7MW,or two projects of
4.5MW each or three projects of 3.75MW each in the last seven years, as per prevailing National and International Standards.
Bid provisions shall prevail.
Consortium/JV should be of civil contractor, electromechanical
equipment manufacturer or his authorized representative, and hydromechanical equipment manufacturer/contractor having executed similar works.In respect of Design/Planning, Hydro
mechanical and electromechanical works sub-contractors shall
Bid provisions shall prevail.
We request you to please include price escalation since it can Bid provisions shall prevail. This is
Bidders queries dated 27-3-2012
provided to all bidders.
Soil resistivity test is to be
conducted by the Bidder for
which permission shall be deemed to have been accorded by the Owner for conducting the
The Bidder is expected to conduct a site inspection before bidding to
ascertain requirement. Final
layout of all the components of
the Project is to be given by Contractor.
Bid provisions shall prevail.
Bid provisions shall prevail.
Bid provisions shall prevail. This is
5 | P a g e
S.No
.
CLAUSE No. QUERY
1.12 effect the bidding process.
17 Vol 1 GCC 1.4.3 Please clarify for storage and supply facility of explosives. Also
please mention the distance and frequency of suStorage facility
18 Vol 1 GCC
1.11.2(I)
We kindly request you to please reduce the performance
guarantee to 10% from 20% since current performance
guarantee will severally affect the cash flow of the contractor.
19 Vol 1 GCC 1.32.5
Please provide whether the fuel consumed for construction power will be reimbursed by JKSPDC
20 Vol 1 SCC
Clause 1.43
Request you to please increase the construction period from 36
months to 48 months due to availability of site during a year21 6.2.4 66 KV
Switchyard
Equipment (Vol-
III Price bid)
There is mismatch in quantity of 66 KV isolators in Price Schedule snd SLD (dwg no. 0016.01.021). As per SLD quantity
of isolator without earth switch is 5 no’s and isolators with
earth switch is 2 no’s. Please confirm. 22 Cl.No.5.7.11
Lighting System We are considering switchyard towers and gantries for mounting fitting for illumination of 66 KV outdoor switchyard.
Please Confirm 23 Cl.No. -5.4.7 DC
Supply Please confirm that switchyard and Power House have one common DC System
24 Route distance from Powerhouse to Switchyard is required.
Final Reply to Bidders queries dated 2
REPLY
effect the bidding process. a lump sum fixed cost EPC contract and no variation, escalation, etc. is allowed.
Please clarify for storage and supply facility of explosives. Also
please mention the distance and frequency of supply from
All issues related to explosives
shall be dealt with as per prevalent rules and regulations. Facilitation required from JKSPDC
if any on this account shall be
provided.
We kindly request you to please reduce the performance
guarantee to 10% from 20% since current performance
guarantee will severally affect the cash flow of the contractor.
The Contractor shall be required
to provide a
Guarantee
Contract Value valid for 18 months or 8000 operational hours from the date of commissioning
whichever is later.
Please provide whether the fuel consumed for construction power will be reimbursed by JKSPDC
No.
equest you to please increase the construction period from 36
months to 48 months due to availability of site during a year
Agreed.
There is mismatch in quantity of 66 KV isolators in Price Schedule snd SLD (dwg no. 0016.01.021). As per SLD quantity
of isolator without earth switch is 5 no’s and isolators with
earth switch is 2 no’s. Please confirm.
66 KV isolators without E/S shall be 5 (Five), but with E/S 2 (Two).
We are considering switchyard towers and gantries for mounting fitting for illumination of 66 KV outdoor switchyard.
Separate poles may be used for lighting fixtures in swit
Please confirm that switchyard and Power House have one common DC System
Yes
Route distance from Powerhouse to Switchyard is required. The Bidder is expected to conduct
Bidders queries dated 27-3-2012
a lump sum fixed cost EPC contract and no variation, escalation, etc. is allowed.
All issues related to explosives
shall be dealt with as per prevalent rules and regulations. Facilitation required from JKSPDC
if any on this account shall be
The Contractor shall be required
to provide a Performance
of 10 % of the
ontract Value valid for 18 months or 8000 operational hours from the date of commissioning
whichever is later.
66 KV isolators without E/S shall e 5 (Five), but with E/S 2 (Two).
Separate poles may be used for lighting fixtures in switch Yard.
The Bidder is expected to conduct
6 | P a g e
S.No
.
CLAUSE No. QUERY
25 Any 11 KV overhead line is not in contractors scope.(E&M Scope). Please confirm.
26 Dwg. No. DAH-
s-o25
In SLD dwg. No.DAH
the generation voltage shown is 3.3 KV ,Please clarify.27 Technical
Specifications Please specify whether JKSPDC has preferred vendors for turbines Generator supply.
28 General/Civil Please provide the Geological details of project site along with soil investigation/geotechnical report.
29 General/Civil Please provide the Technical Requirements (Civil Activities) for
different Project Components
30 BOQ-CIVIL-6.1,Chapter- VI
Abstract of cost gives the consolidated cost for different components. Please clarify how to give the cost for
components not mentioned therein the BOQ viz. Switch yard, approach roads, protection ,etc. and also describe the proto give the unit cost for different activities in particular civil
components.
Final Reply to Bidders queries dated 2
REPLY
a site inspection before bidding to ascertain layout of all the components of
the Project is to be given by
Contractor.
Any 11 KV overhead line is not in contractors scope.(E&M Scope). Please confirm.
Yes
In SLD dwg. No.DAH-S-025 no. 6.6 KV switchgear is shown,
the generation voltage shown is 3.3 KV ,Please clarify.
Generation Voltage is 6.6 KV.
Please specify whether JKSPDC has preferred vendors for turbines Generator supply.
The Turbines and Generators in operation in JKSPDC
from BHEL, Andritz, Voith and
Jyoti. However, bidders are required to submit a list of
vendors for approval of the
owner.
Please provide the Geological details of project site along with soil investigation/geotechnical report.
Copy of truncated DPR shall be provided to all bidders.
Please provide the Technical Requirements (Civil Activities) for
different Project Components
Refer Technical Specifications
(Civil Works)
II
Abstract of cost gives the consolidated cost for different components. Please clarify how to give the cost for
components not mentioned therein the BOQ viz. Switch yard, approach roads, protection ,etc. and also describe the process to give the unit cost for different activities in particular civil
Please refer clause 1.63 of GCC wherein mechanism for quoting
rates for items not in the bill of quantity has been explained. With regard to such components
as are not ment
VI, 6.1, additional rows may be inserted in the table to cover such components.
Bidders queries dated 27-3-2012
a site inspection before bidding to requirement. Final
layout of all the components of
the Project is to be given by
Contractor.
Generation Voltage is 6.6 KV.
The Turbines and Generators in operation in JKSPDC are mostly
from BHEL, Andritz, Voith and
Jyoti. However, bidders are required to submit a list of
vendors for approval of the
Copy of truncated DPR shall be provided to all bidders.
Refer Technical Specifications
(Civil Works) Chapter IV of Vol.
Please refer clause 1.63 of GCC wherein mechanism for quoting
rates for items not in the bill of quantity has been explained. With regard to such components
as are not mentioned in Chapter-
VI, 6.1, additional rows may be inserted in the table to cover such components.
7 | P a g e
S.No
.
CLAUSE No. QUERY
A2Z GROUP 31 Clause
No.1.53.2
Interest on
Advance Payment
The clause No.1.53.2 stipulates that the advance payment will be interest bearing loan we request y
without interest as this will have direct bearing on the item
rates. We suggest that ,no interest,in the scheduled time and only for delayed works interest is charged.
32 Planning and
Detail Engineering.
Planning and detail engineering requires considerable
involvement and specialized manpower and consultation with various experts/institutions are required for optimization
/finalization including physical model testing. we request
inclusion of a new item in Chapter VI as “Planning and Detail
Engineering”
33 Completion
Time
The completion Time Schedule is given as 36 months
considering the fact that almthe area due to adverse climatic conditions. We request that
completion time may be considered as 48 months.or 36
working months. 34 Bid Submission The time given for
whereas reply to queries by JKSPDC is 27
appreciate that consultant will be able to visit the site only after
mid April and considerable time will be required to evaluate all the parameters in troptimization of the project parameters; we request extension
for at least 45-60 days from the last date of Final Clarification.
FLOVEL:DAH 35 Salient
Features, Clause This section states the Penstock details as under:
Final Reply to Bidders queries dated 2
REPLY
The clause No.1.53.2 stipulates that the advance payment will be interest bearing loan we request you to consider the same
without interest as this will have direct bearing on the item
rates. We suggest that ,no interest, if the works are completed in the scheduled time and only for delayed works interest is
Interest for mobilization advance shall be equal
Bank plus
the date of disbursement.
Planning and detail engineering requires considerable
involvement and specialized manpower and consultation with experts/institutions are required for optimization
/finalization including physical model testing. we request
inclusion of a new item in Chapter VI as “Planning and Detail
Being an EPC contract all jobs,
tasks, engineering, design, planning, c
successful commissioning shall be
deemed included in the scope of
the Contractor. This applies to the Planning & design aspect as well.
The completion Time Schedule is given as 36 months
considering the fact that almost 4-5 months in a year is lost in the area due to adverse climatic conditions. We request that
completion time may be considered as 48 months.or 36
The Time of completion shall be
taken as 48 months.
The time given for submission of bids is 16 th April 2012 whereas reply to queries by JKSPDC is 27th March2012.You will
appreciate that consultant will be able to visit the site only after
mid April and considerable time will be required to evaluate all the parameters in true spirit for a competitive bidding and optimization of the project parameters; we request extension
60 days from the last date of Final Clarification.
The revised schedule circulated vide JKSPDC/Tech/P
Dated: 01/03/2012 shall p
This section states the Penstock details as under:- Dia of main penstock is 1.25mLength is 606 m
Bidders queries dated 27-3-2012
Interest for mobilization advance all be equal to base rate of J&K
3 % as applicable on
the date of disbursement.
Being an EPC contract all jobs,
tasks, engineering, design, planning, construction etc and
successful commissioning shall be
deemed included in the scope of
the Contractor. This applies to the Planning & design aspect as
The Time of completion shall be
taken as 48 months.
The revised schedule circulated vide JKSPDC/Tech/P-26/9456-84
Dated: 01/03/2012 shall prevail.
Dia of main penstock is 1.25m Length is 606 m
8 | P a g e
S.No
.
CLAUSE No. QUERY
No. 6, Page No. 13, Penstock details
Chapter-V, Technical
Specification of Pelton Turbines,
Cl. No. 5.1.2, Page No. - 237
Drawing No.
DAH-S-017, Sheet 1 of 2, Power House -
Plan & Sections
Main Penstock : 1 no., diameter = 1.2 m, length = 604 m.Branch Penstocks : 3 nos., diameter = 0.7 m, length = 10 m.
This section states the Penstock details as under:
Main Penstock : 1 no., Branch Penstocks : 3 nos., diameter = 0.75 m, length = 10 m.
This drawing provides the Penstock details as under:
diameter of main penstock = 1.25 m &
diameter of branch penstock = 0.75 m.
Considering above diffecorrect Penstock details.
36 Salient Features, Clause No. 7, Page No.
13, Various
Heads
Chapter-V, Technical
Gross / Net / Design Heads are specified as 297.29 m / 279.9 m / 279.9 m. Howevespecified.
This section specifies Max. Gross / Rated Net Heads as 286.29 m / 282.09 m. Here again Max / Min Rated Heads are not specified.
This section states that the bidder has to provide maximum
Final Reply to Bidders queries dated 2
REPLY
Main Penstock : 1 no., diameter = 1.2 m, length = 604 m. Branch Penstocks : 3 nos., diameter = 0.7 m, length = 10 m.
This section states the Penstock details as under:-
Main Penstock : 1 no., diameter = 1.25 m, length = 606 m. Branch Penstocks : 3 nos., diameter = 0.75 m, length = 10 m.
This drawing provides the Penstock details as under:-
diameter of main penstock = 1.25 m &
diameter of branch penstock = 0.75 m.
Considering above differences please provide the correct Penstock details.
Dia of branch penstock is 0.75m.
Gross / Net / Design Heads are specified as 297.29 m / 279.9 m / 279.9 m. However the Max / Min Rated Heads are not
This section specifies Max. Gross / Rated Net Heads as 286.29 m / 282.09 m. Here again Max / Min Rated Heads are not
This section states that the bidder has to provide maximum
Design Heads: Maximum 286.20 m(No Load condition)
Minimum 280.42 m
Rated 282.09 mSince the depth of operating pool is 2.5m and there is no influence
of tail water level, the difference in various design heads is
Bidders queries dated 27-3-2012
Dia of branch penstock is 0.75m.
Design Heads: Maximum 286.20 m(No Load
Minimum 280.42 m
Rated 282.09 m Since the depth of operating pool is 2.5m and there is no influence
of tail water level, the difference in various design heads is
9 | P a g e
S.No
.
CLAUSE No. QUERY
Specification of Pelton Turbines, Cl. No. 5.1.2,
Page No. - 237
Chapter-V, Technical
Specification of Pelton Turbines,
Cl. No. 5.1.3.1, Page No. - 238
turbine output at maximum head also. Considering above differences kindly convey the correct
Design Heads (Maximum, Minimum & Rated).
Please also provide the various tail water levels (Minimum, Normal & Maximum TWL) as the same are
not provided in the tender documen
37 Chapter-V, Technical Specification of
Pelton Turbines,
Cl. No. 5.1.3.2, Page No. – 238 &
Chapter-V, Technical Specification of
Generators, Cl.
No. 5.2.7, Page No. - 256
You’ve provided the formula for Weighted Average Efficiency (WAE) in these clauses of your tender, however the values of various constants K1, K2 & K3 are not provided.
Please provide the same for calculating the WAE accordingly.
38 Chapter-V,
Technical
Specification of
This clause specifies Salient Pole Rotor construction for the
Generators.
Final Reply to Bidders queries dated 2
REPLY
t maximum head also.
Considering above differences kindly convey the correct
Design Heads (Maximum, Minimum & Rated).
Please also provide the various tail water levels (Minimum, Normal & Maximum TWL) as the same are
not provided in the tender documents.
minimal. The gross head 299.29difference in FSL at diversion weir
to C/L of Pelton Turbine. From
Diversion Weir to Forebay an head of 13m is lost under gravity. The remaining gross head is
286.29 from Forebay to C/L of Turbine.
Since the Turbine is of Pelton type, Min, Normal
have no effect of energy.
You’ve provided the formula for Weighted Average Efficiency (WAE) in these clauses of your tender, however the values of various constants K1, K2 & K3 are not provided.
Please provide the same for calculating the WAE
These may be calculateddischarge in descending order and generation table provided in
the tender document.
This clause specifies Salient Pole Rotor construction for the Technical Specifications in the Bid
Documents shall prevail.
Bidders queries dated 27-3-2012
The gross head 299.29m is the difference in FSL at diversion weir
to C/L of Pelton Turbine. From
Diversion Weir to Forebay an head of 13m is lost under gravity. The remaining gross head is
286.29 from Forebay to C/L of
Since the Turbine is of Pelton type, Min, Normal & Max TWL
have no effect of energy.
These may be calculated from the discharge in descending order and generation table provided in
the tender document.
Technical Specifications in the Bid
Documents shall prevail.
10 | P a g e
S.No
.
CLAUSE No. QUERY
Generators, Cl. No. 5.2.9.2 (ii), Page No. – 258
Considering the project rating, we propose Cylindrical Pole Rotors for the Generators. Advantages of Cylindrical Pole construction over the Salient Pole construction are stated as
under:-
• Cylindrical rotor is mechanically more balanced than salient pole rotor.
• The pole bolts in salient pole rotor are more susceptible to shearing off at higher / runaway speed.
• Due to uniform air gap in cylindrical rotor construction, the
SCR value is higher.
• Reduced peripheral velocity as diameter of rotor is smalland axial length is longer.
• Less windage (air resistance) losses.
• Nearly sinusoidal flux distribution around the periphery and therefore, gives a better EMF waveform than that obtainable with salient pole field structure.
• Cylindrical pole generators are lesser in weight compared to salient pole generator.
All generator manufacturers are offering cylindrical rotor generators for this rating of generators and many references
are there with cylindrical rotor generators which
successfully.
Final Reply to Bidders queries dated 2
REPLY
Considering the project rating, we propose Cylindrical Pole Rotors for the Generators. Advantages of Cylindrical Pole construction over the Salient Pole construction are stated as
Cylindrical rotor is mechanically more balanced than salient
The pole bolts in salient pole rotor are more susceptible to shearing off at higher / runaway speed.
Due to uniform air gap in cylindrical rotor construction, the
SCR value is higher.
Reduced peripheral velocity as diameter of rotor is smaller and axial length is longer.
Less windage (air resistance) losses.
Nearly sinusoidal flux distribution around the periphery and therefore, gives a better EMF waveform than that obtainable with salient pole field structure.
Cylindrical pole generators are lesser in weight compared to salient pole generator.
All generator manufacturers are offering cylindrical rotor generators for this rating of generators and many references
are there with cylindrical rotor generators which are running
Bidders queries dated 27-3-2012
11 | P a g e
S.No
.
CLAUSE No. QUERY
Hence, please confirm cylindrical pole rotor construction instead of salient pole for the generators
of this project. 39 Chapter-V,
Technical Specification of
Generators, Cl.
No. 5.2.2 (ii), Page No. – 254
Drawing No. DAH-S-025 –
Single Line Diagram
This section specifies the generation voltage as power factor (pf) for Generators as
The SLD specifies the generation voltage as generators (correspondingly for LAVT, NGT Panels) & the power factor (pf) for Generators as
Considering above differences please confirm the
correct generation voltage along with the value of power factor to be considered for the project.
In case the generation voltage is 6.6 KV; the rating of
various other equipments in LAVT, NGT, Generator Relay & Metering Panels, Excitation Panels etc. shall be modified accordingly to suit the system requirements.
Please confirm. 40 Chapter-V,
Technical Specification of
Transformers,
Cl. No. 5.3.5.1, Page No. – 272
Drawing No.
DAH-S-025 –
This section specifies the rating of Generator Transformers as 6.3 MVA, 66/6.6 KV, ONAN.
This SLD specifies the rating of Generator Transformers as 5.0 MVA, 66/3.3 KV.
Considering above differences, please inform the
correct rating of Generator Transformers to be
Final Reply to Bidders queries dated 2
REPLY
Hence, please confirm cylindrical pole rotor construction instead of salient pole for the generators
This section specifies the generation voltage as 6.6 KV & the power factor (pf) for Generators as 0.8.
The SLD specifies the generation voltage as 3.3 KV for the generators (correspondingly for LAVT, NGT Panels) & the power factor (pf) for Generators as 0.85.
Considering above differences please confirm the
correct generation voltage along with the value of power factor to be considered for the project.
the generation voltage is 6.6 KV; the rating of
various other equipments in LAVT, NGT, Generator Relay & Metering Panels, Excitation Panels etc. shall be modified accordingly to suit the system requirements.
Please confirm.
The generator voltage sha6.6 KV and therefore terminal equipment and generator bus
with switchgears shall be of 6.6
KV.
specifies the rating of Generator Transformers as KV, ONAN.
This SLD specifies the rating of Generator Transformers as 5.0
Considering above differences, please inform the
correct rating of Generator Transformers to be
It shall be deemed as 6.3 MVA 6.6/66 KV ONAN.
Bidders queries dated 27-3-2012
The generator voltage shall be 6.6 KV and therefore terminal equipment and generator bus
with switchgears shall be of 6.6
It shall be deemed as 6.3 MVA 6.6/66 KV ONAN.
12 | P a g e
S.No
.
CLAUSE No. QUERY
Single Line Diagram
considered.
41 Chapter-V,
Technical
Specifications of Distribution & Station
Transformers,
Cl. No. 5.3.6, Page No. – 291
Drawing No. DAH-S-025 –
Single Line Diagram
This section specifies the following type of Distribution &
Station Transformers for the project:
1 No. - 630 KVA, 6.6/11 KV Transformer & 1 No. - 315 KVA, 6.6/0.433 KV Transformer. This SLD specifies the following type of Auxiliary Transformers
for the project:- 2 Nos. – 315 KVA, 66/0.415 KV Transformers.
Considering above differences, please inform the correct quantity & rating of Auxiliary Transformers to
be considered.
42 Chapter-V, Technical
Specifications of Diesel Generating (DG)
Set, Cl. No.
5.7.5, Page No. – 367
Drawing No.
DAH-S-025 – Single Line
Diagram
This section specifies the rating of DG Set as 100 KVA. This SLD specifies the rating of DG Set as 150 KVA.
Considering above differences, please inform the correct rating of DG Set to be considered.
43 ---- Please provide the distance & elevation (if any) between the
power house & proposed 66 KV switchyard for calculating the
Final Reply to Bidders queries dated 2
REPLY
This section specifies the following type of Distribution &
Station Transformers for the project:-
630 KVA, 6.6/11 KV Transformer & 315 KVA, 6.6/0.433 KV Transformer.
This SLD specifies the following type of Auxiliary Transformers
315 KVA, 66/0.415 KV Transformers.
Considering above differences, please inform the correct quantity & rating of Auxiliary Transformers to
Distribution and station
transformers shall be as follows:
• 630 KVA 6.• 315 KVA 6.6/0.433 KV
no
This section specifies the rating of DG Set as 100 KVA.
This SLD specifies the rating of DG Set as 150 KVA.
Considering above differences, please inform the correct rating of DG Set to be considered.
100 KVA DG Set.
Please provide the distance & elevation (if any) between the
proposed 66 KV switchyard for calculating the
The Bidder is expected to conduct
a site inspection before bidding to
Bidders queries dated 27-3-2012
Distribution and station
transformers shall be as follows:
630 KVA 6.6/11 KV – 1 no 315 KVA 6.6/0.433 KV - 1
100 KVA DG Set.
The Bidder is expected to conduct
a site inspection before bidding to
13 | P a g e
S.No
.
CLAUSE No. QUERY
cable lengths accordingly.
44 ---- Please provide the value of earth resistivity to be considered so as arrive at the design of earth mat accordingly.
45 ---- Please provide details of any transportation limitations present
on the site. 46 NIT, Cl. No.
1.1(a), Page No.
7, Eligible
Bidders
Chapter-II, GCC, A-Instructions to
Bidders (ITB),
Cl. No. 1.8.4(a)(i), Page No. 32,
Qualification
Criteria
This clause specifies that the eligible bidder(s) should have designed, constructed, manufactured, supplied, erected, tested
& commissioned at least
two projects of 4.5 MW each or three projects of 3.75 MW each
in the last threeInternational Standards.
This clause specifies that the eligible bidder(s) should have designed, constructed, manufactured, supplied, erected, tested
& commissioned at least one small hydro project of 7 MW or two projects of 4.5 MW each or three projects of 3.75 MW each in the last seven years
International Standards.
Considering above differences in the time period please confirm the correct time period that’ll be considered.
Final Reply to Bidders queries dated 2
REPLY
cable lengths accordingly. ascertain requirement. Final layout of all the components of the Project is to be given by
Contractor.
Please provide the value of earth resistivity to be considered so as arrive at the design of earth mat accordingly.
Soil resistivity test is to be conducted by the Bidder for which permission shall be
deemed to have been accorded
by the Owner for conductitest.
Please provide details of any transportation limitations present To be ascertained by the
intending bidder on his own.
This clause specifies that the eligible bidder(s) should have designed, constructed, manufactured, supplied, erected, tested
& commissioned at least one small hydro project of 7 MW or
two projects of 4.5 MW each or three projects of 3.75 MW each
last three years, as per prevailing National & International Standards.
This clause specifies that the eligible bidder(s) should have ructed, manufactured, supplied, erected, tested
& commissioned at least one small hydro project of 7 MW or two projects of 4.5 MW each or three projects of 3.75 MW each
last seven years, as per prevailing National &
International Standards.
ering above differences in the time period please confirm the correct time period that’ll be considered.
Please read Seven years in place of three years.
Bidders queries dated 27-3-2012
ascertain requirement. Final layout of all the components of the Project is to be given by
Contractor.
Soil resistivity test is to be conducted by the Bidder for which permission shall be
deemed to have been accorded
by the Owner for conducting the
To be ascertained by the
intending bidder on his own.
Please read Seven years in place of three years.
14 | P a g e
S.No
.
CLAUSE No. QUERY
47 Chapter-II, B-GCC, Cl. No. 1.12, Page No.
52
Any Variation in various taxes, duties &execution period of the Contract even if it is Fixed Price Contract (just like your project) is always in the scope of the
Owner.
These variations are statutory in nature, are not in the hands of the Contractor & are influenced/control
Budget(s) every year.
Considering above, please confirm that any variations in applicable taxes, duties, excise duty during the
execution period of Contract shall be in the account of Owner & not the Contractor.
FLOVEL:HANU 48 Salient
Features, Clause No. 7, Page No.
13, Various Heads
Chapter-V, Technical Specification of
Pelton Turbines,
Cl. No. 5.1.2, Page No. - 237
Chapter-V,
Technical
Gross / Net / Design Heads are specified as 255 m / 232.70 m
/ 231.867 m. However the Max / Min Rated Heads are not specified.
This section specifies Max. Gross / Rated Net Heads as 238.20 m / 232.70 m. Here again Max / Min Rated Heads are not
specified.
This section states that the bidder has to provide maximum turbine output at maximum head also.
Considering above differeDesign Heads (Maximum, Minimum & Rated).
Please also provide the various tail water levels
(Minimum, Normal & Maximum TWL) as the same are
Final Reply to Bidders queries dated 2
REPLY
Any Variation in various taxes, duties & excise during the execution period of the Contract even if it is Fixed Price Contract (just like your project) is always in the scope of the
These variations are statutory in nature, are not in the hands of the Contractor & are influenced/controlled by the Central/State
Budget(s) every year.
Considering above, please confirm that any variations in applicable taxes, duties, excise duty during the
execution period of Contract shall be in the account of Owner & not the Contractor.
Bid provisions sha lump sum fixed cost EPC contract.
Gross / Net / Design Heads are specified as 255 m / 232.70 m
/ 231.867 m. However the Max / Min Rated Heads are not
This section specifies Max. Gross / Rated Net Heads as 238.20 m / 232.70 m. Here again Max / Min Rated Heads are not
This section states that the bidder has to provide maximum turbine output at maximum head also.
Considering above differences kindly convey the correct Design Heads (Maximum, Minimum & Rated).
Please also provide the various tail water levels
(Minimum, Normal & Maximum TWL) as the same are
Design Heads:
Maximum 238.20 m(No Load condition)
Minimum 230.50 mRated 231.867 mSince the depth of operating pool
is 2.5m and there is no influence
of tail water level, the difference in various design heads is minimal.
The gross head 255m is the
difference in FSL at diversion weir to C/L of Pelton Turbine. From
Diversion Weir to Forebay an
head of 16.8m is lost under
gravity. The remaining gross
Bidders queries dated 27-3-2012
Bid provisions shall prevail. This is a lump sum fixed cost EPC
Design Heads:
Maximum 238.20 m(No Load
Minimum 230.50 m Rated 231.867 m Since the depth of operating pool
is 2.5m and there is no influence
of tail water level, the difference in various design heads is
The gross head 255m is the
difference in FSL at diversion weir of Pelton Turbine. From
Diversion Weir to Forebay an
head of 16.8m is lost under
gravity. The remaining gross
15 | P a g e
S.No
.
CLAUSE No. QUERY
Specification of Pelton Turbines, Cl. No. 5.1.3.1,
Page No. - 237
not provided in the tender documents.
49 Chapter-V,
Technical
Specification of Pelton Turbines, Cl. No. 5.1.3.2,
Page No. – 238 &
Chapter-V, Technical
Specification of
Generators, Cl. No. 5.2.7, Page No. – 256
You’ve provided the formula for Weighted Average Efficiency
(WAE) in these clauses of
various constants K1, K2 & K3 are not provided. Please provide the same for calculating the WAE
accordingly.
50 Chapter-V,
Technical Specification of Generators, Cl.
No. 5.2.2, Page
No. 253 & 5.2.9.2 (ii),
Page No. – 257
This clause specifies Salient Pole Rotor construction for the
Generators. Considering the project rating, we propose Cylindrical Pole
Rotors for the Generators. Advantages of Cylindrical Pole
construction over the Salient Pole construction are stated as under:-
• Cylindrical rotor is mechanically more balanced than salient pole rotor.
Final Reply to Bidders queries dated 2
REPLY
not provided in the tender documents. head is 238.20m from Forebay to C/L of Turbine.Since the Turbine is of Pelton
type, Min, Normal & Max TWL
have no effect of energy.
You’ve provided the formula for Weighted Average Efficiency
(WAE) in these clauses of your tender, however the values of
various constants K1, K2 & K3 are not provided.
Please provide the same for calculating the WAE
These may be calculated from the
discharge in descending order
and generation table provided in the tender do
This clause specifies Salient Pole Rotor construction for the
Considering the project rating, we propose Cylindrical Pole
Rotors for the Generators. Advantages of Cylindrical Pole
construction over the Salient Pole construction are stated as
Cylindrical rotor is mechanically more balanced than salient
Technical Specifications in the Bid
Documents shall prevail.
Bidders queries dated 27-3-2012
head is 238.20m from Forebay to C/L of Turbine. Since the Turbine is of Pelton
type, Min, Normal & Max TWL
have no effect of energy.
These may be calculated from the
discharge in descending order
and generation table provided in the tender document.
Technical Specifications in the Bid
Documents shall prevail.
16 | P a g e
S.No
.
CLAUSE No. QUERY
• The pole bolts in salient pole rotor are more shearing off at higher / runaway speed.
• Due to uniform air gap in cylindrical rotor construction, the
SCR value is higher.
• Reduced peripheral velocity as diameter of rotor is smaller and axial length is longer.
• Less windage (air resistanc
• Nearly sinusoidal flux distribution around the periphery and
therefore, gives a better EMF waveform than that obtainable with salient pole field structure.
• Cylindrical pole generators are lesser in weight compared to salient pole generator.
All generator manufacturers are offering cylindrical rotor
generators for this rating of generators and many references
are there with cylindrical rotor generators which are running successfully.
Hence, please confirm cylindrical pole rotor
construction instead of salient pole for the generators of this project.
51 Chapter-V,
Technical
Specification of Generators, Cl.
This section specifies the generation voltage as
power factor (pf) for Generators as
Final Reply to Bidders queries dated 2
REPLY
The pole bolts in salient pole rotor are more susceptible to shearing off at higher / runaway speed.
Due to uniform air gap in cylindrical rotor construction, the
SCR value is higher.
Reduced peripheral velocity as diameter of rotor is smaller and axial length is longer.
Less windage (air resistance) losses.
Nearly sinusoidal flux distribution around the periphery and
therefore, gives a better EMF waveform than that obtainable with salient pole field structure.
Cylindrical pole generators are lesser in weight compared to salient pole generator.
All generator manufacturers are offering cylindrical rotor
generators for this rating of generators and many references
are there with cylindrical rotor generators which are running
Hence, please confirm cylindrical pole rotor
instead of salient pole for the generators
This section specifies the generation voltage as 6.6 KV & the
power factor (pf) for Generators as 0.8.
The generator voltage shall be
6.6 KV and therefore terminal
equipment and generator bus with switchgears shall be of
Bidders queries dated 27-3-2012
The generator voltage shall be
6.6 KV and therefore terminal
equipment and generator bus with switchgears shall be of 6.6
17 | P a g e
S.No
.
CLAUSE No. QUERY
No. 5.2.2, Page No. – 253
Drawing No.
HANU-S-015 – Single Line Diagram
The SLD specifies the generation voltage as generators (correspondingly for LAVT, NGT Panels) & the power factor (pf) for Generators as
Considering above differences please confirm the correct generation voltage along with the value of power factor to be considered for the project.
In case the generation voltage is 6.6 KV; the rating of
various other equipments in LAVT, NGT, GenerRelay & Metering Panels, Excitation Panels etc. shall be
modified accordingly to suit the system requirements. Please confirm.
52 Chapter-V, Technical Specification of
Transformers,
Cl. No. 5.3.5.1, Page No. – 272
Drawing No.
HANU-S-015 – Single Line Diagram
This section specifies the rating of Generator Transformers as 6.3 MVA, 66/6.6 KV, ONAN.
This SLD specifies the rating of Generator Transformers as 5.0 MVA, 66/3.3 KV.
Considering above differences, please inform the
correct rating of Generator Transformers to be considered.
53 Chapter-V,
Technical Specifications of
Distribution &
Station
Transformers,
This section specifies the following type of Distribution &
Station Transformers for the project:1 No. - 630 KVA, 6.6/11 KV Transformer
1 No. - 315 KVA, 6.6/0.433 KV Transformer.
This SLD specifies the following type of Auxiliary Transformers
Final Reply to Bidders queries dated 2
REPLY
The SLD specifies the generation voltage as 3.3 KV for the generators (correspondingly for LAVT, NGT Panels) & the power factor (pf) for Generators as 0.85.
Considering above differences please confirm the correct generation voltage along with the value of power factor to be considered for the project.
In case the generation voltage is 6.6 KV; the rating of
various other equipments in LAVT, NGT, Generator Relay & Metering Panels, Excitation Panels etc. shall be
modified accordingly to suit the system requirements. Please confirm.
KV.
This section specifies the rating of Generator Transformers as KV, ONAN.
the rating of Generator Transformers as 5.0
Considering above differences, please inform the
correct rating of Generator Transformers to be
It shall be deemed as 6.3 MVA 6.6/66 KV ONAN.
This section specifies the following type of Distribution &
Station Transformers for the project:- 630 KVA, 6.6/11 KV Transformer &
315 KVA, 6.6/0.433 KV Transformer.
This SLD specifies the following type of Auxiliary Transformers
Distribution and station
transformers shall be as follows:• 630 KVA 6.6/11 KV
• 315 KVA 6.6/0.433 KV no
Bidders queries dated 27-3-2012
It shall be deemed as 6.3 MVA 6.6/66 KV ONAN.
Distribution and station
transformers shall be as follows: 630 KVA 6.6/11 KV – 1 no
315 KVA 6.6/0.433 KV - 1
18 | P a g e
S.No
.
CLAUSE No. QUERY
Cl. No. 5.3.6, Page No. – 291
Drawing No.
HANU-S-015 – Single Line Diagram
for the project:- 2 Nos. – 315 KVA, 66/0.415 KV Transformers.
Considering above differences, please inform the correct
quantity & rating of Auxiliary Transformers to be considered.
54 Chapter-V,
Technical Specifications of Diesel
Generating (DG) Set, Cl. No.
5.7.5, Page No. – 367
Drawing No.
HANU-S-015 – Single Line Diagram
This section specifies the rating of DG Set as 100 KVA.
This SLD specifies the rating of DG Set as 150 KVA.
Considering above differences, please inform the correct rating of DG Set to be considered.
55 ---- Please provide the distance & elevation (if any) between the
power house & proposed 66 KV switchyard for calculating the cable lengths accordingly.
56 ---- Please provide the value of earth resistivity to be considered so as arrive at the design of earth mat accordingly.
Final Reply to Bidders queries dated 2
REPLY
315 KVA, 66/0.415 KV Transformers.
Considering above differences, please inform the correct
ng of Auxiliary Transformers to be considered.
This section specifies the rating of DG Set as 100 KVA.
This SLD specifies the rating of DG Set as 150 KVA.
Considering above differences, please inform the correct rating onsidered.
100 KVA DG
Please provide the distance & elevation (if any) between the
power house & proposed 66 KV switchyard for calculating the cable lengths accordingly.
The Bidder is expected to conduct
a site inspection before bidding to ascertain requirement. Final layout of all the components of
the Project is to be given by
Contractor.
Please provide the value of earth resistivity to be considered so e at the design of earth mat accordingly.
Soil resistivity test is to be conducted by the Bidder for
which permission shall be
deemed accorded by the Owner
Bidders queries dated 27-3-2012
100 KVA DG Set.
The Bidder is expected to conduct
a site inspection before bidding to ascertain requirement. Final layout of all the components of
the Project is to be given by
Contractor.
Soil resistivity test is to be conducted by the Bidder for
which permission shall be
deemed accorded by the Owner
19 | P a g e
S.No
.
CLAUSE No. QUERY
57 ---- Please provide details of any transportation limitations present on the site.
58 NIT, Cl. No.
1.1(a), Page No. 7, Eligible Bidders
Chapter-II, GCC, A-Instructions to
Bidders (ITB), Cl. No.
1.8.4(a)(i), Page No. 31, Qualification
Criteria
This clause specifies that the eligible b
designed, constructed, manufactured, supplied, erected, tested & commissioned at least one small hydro project of 7 MW or two projects of 4.5 MW each or three projects of 3.75 MW each
in the last three years, as per prevailing National
International Standards.
This clause specifies that the eligible bidder(s) should have
designed, constructed, manufactured, supplied, erected, tested
& commissioned at least one small hydro project of 7 MW or two projects of 4.5 MW each or three projein the last seven years, as per prevailing National &
International Standards.
Considering above differences in the time period please confirm the correct time period that’ll be considered.
59 Chapter-II, B-GCC, Cl. No. 1.12, Page No.
51
Any Variation in various taxes, duties & excise during the execution period of the Contract even if it is Fixed Price Contract (just like your project) is always in the scope of the
Owner.
These variations are statutory in nature, are not in the hands of the Contractor & are influenced/controlled by the Central/State
Budget(s) every year.
Final Reply to Bidders queries dated 2
REPLY
for conducting the test
Please provide details of any transportation limitations present To be intending bidder on his own.
This clause specifies that the eligible bidder(s) should have
designed, constructed, manufactured, supplied, erected, tested & commissioned at least one small hydro project of 7 MW or two projects of 4.5 MW each or three projects of 3.75 MW each
in the last three years, as per prevailing National &
International Standards.
This clause specifies that the eligible bidder(s) should have
designed, constructed, manufactured, supplied, erected, tested
& commissioned at least one small hydro project of 7 MW or two projects of 4.5 MW each or three projects of 3.75 MW each in the last seven years, as per prevailing National &
International Standards.
Considering above differences in the time period please confirm the correct time period that’ll be considered.
Please read Seven Years in place
of three ye
Any Variation in various taxes, duties & excise during the execution period of the Contract even if it is Fixed Price Contract (just like your project) is always in the scope of the
These variations are statutory in nature, are not in the hands of the Contractor & are influenced/controlled by the Central/State
Budget(s) every year.
Bid provisions shall prevail. This is a lump sum fixed cost EPC contract.
Bidders queries dated 27-3-2012
for conducting the test.
To be ascertained by the intending bidder on his own.
Please read Seven Years in place
of three years.
Bid provisions shall prevail. This is a lump sum fixed cost EPC
20 | P a g e
S.No
.
CLAUSE No. QUERY
Considering above, please confirm that any variations in applicable taxes, duties, excise duty during period of Contract shall be in the account of Owner & not the
Contractor.
SAGAR CONSTRUCTION 60 REGARDING
SCHEDULE OF
QUANTITIES:-
The reference of schedule of certain places in the tender document whereas there is no
schedule of Quantities in the tender document.
For example: Please refer to chapter
Bidders: page- 24 Point (xxxxxii): “Contract value or value of
contract shall mean the value of work in accordance with the
schedule of quantities and rates.1.63: Price Bid: page
“A bill of quantity is enclosed and bidders should give their
offer as per BOQ.”
1.36: Quantity: Chapter
“The requirement mentioned in the schedule of Quantity is tentative and is subject to increase or decrease at the time of
finalizing the tender.”
No BOQ has been found enclosed in the tender
61 REGARDING
EARNEST MONEY
DEPOSIT: page-
32
Clause 1.125 (chapter validity of Earnest money isBid Validity is for 180 days as per clause 1.14. Since page
the EMD is not required after the expiry of bid validity period,
the validity of EMD should also be 180 days. If the bid validity
Final Reply to Bidders queries dated 2
REPLY
Considering above, please confirm that any variations in applicable taxes, duties, excise duty during the execution period of Contract shall be in the account of Owner & not the
The reference of schedule of Quantities has been given at certain places in the tender document whereas there is no
schedule of Quantities in the tender document.
For example: Please refer to chapter –II, Instructions to
24 Point (xxxxxii): “Contract value or value of
contract shall mean the value of work in accordance with the
schedule of quantities and rates. 1.63: Price Bid: page -122 (Special Conditions)
“A bill of quantity is enclosed and bidders should give their
1.36: Quantity: Chapter –II, Instructions to Bidders (page -44)
“The requirement mentioned in the schedule of Quantity is tentative and is subject to increase or decrease at the time of
finalizing the tender.”
No BOQ has been found enclosed in the tender document.
Relevant schedules are already part of the Tender
which has been procured by the
Bidders from JKSPDC.
Clause 1.125 (chapter –II, Instructions to Bidders): The validity of Earnest money is required as 365 days whereas the Bid Validity is for 180 days as per clause 1.14. Since page-33
the EMD is not required after the expiry of bid validity period,
the validity of EMD should also be 180 days. If the bid validity
The bid validity shall remain 180 days. However, validity of EMD shall be 210 days.
Bidders queries dated 27-3-2012
Relevant schedules are already of the Tender document
which has been procured by the
Bidders from JKSPDC.
The bid validity shall remain 180 days. However, validity of EMD shall be 210 days.
21 | P a g e
S.No
.
CLAUSE No. QUERY
is required to be extended, tsubsequently extended.
62 REGARDING
INTERIM PAYMENTS:
Nothing has been clarified regarding Interim payments. The
Break-up schedule enumerawould be released after completion of a particular job. For eg. 46% of the cost of component will be released upon
completion of RCC work. However, it has been clarified as to
what payment would be made on completion of swork. The entire RCC work is not completed at one stretch of time and continues in stages. So it is very important to get
Interim payments to the extent of works executed.Secondly, the above percentage has been apportioned on the
basis of drawings and quantities estimated by the department. However, since it is a lumpthe project has to be done by the executing agency, it is not
made clear as to how the payments will be actually made. The
contractor/executing agbreak-up schedule as per the quantum of works and costs incurred in their design.
63 REGARDING
INCREASE OR DECREASE IN
QUANTITY:
CLAUSE 1.36: QUNATITY:
(Chapter –II
Instructions to
Bidders) page-
“The requirement mentioned in the schedule of quantity is tentative and is subject to increase or decrease at the time of finalizing the tender.”
It has been stated that the quantity mentioned in the BOQ is tentative and may increase or decrease at the time of
agreement. What will be effect on Contract Price? Will the
Contract Price be increased or decreased in order to adjust for
substantial changes in quantities?
Final Reply to Bidders queries dated 2
REPLY
is required to be extended, the validity of EMD can also be subsequently extended.
Nothing has been clarified regarding Interim payments. The
up schedule enumerates the percentage payment which would be released after completion of a particular job. For eg. 46% of the cost of component will be released upon
completion of RCC work. However, it has been clarified as to
what payment would be made on completion of say 25% RCC work. The entire RCC work is not completed at one stretch of time and continues in stages. So it is very important to get
Interim payments to the extent of works executed. Secondly, the above percentage has been apportioned on the
ngs and quantities estimated by the department. However, since it is a lump-sum cost tender and the design of the project has to be done by the executing agency, it is not
made clear as to how the payments will be actually made. The
contractor/executing agency should be allowed to present their up schedule as per the quantum of works and costs
incurred in their design.
Interim payment shall be made
as per given schedules on prorata basis.
“The requirement mentioned in the schedule of quantity is tentative and is subject to increase or decrease at the time of finalizing the tender.”
It has been stated that the quantity mentioned in the BOQ is tentative and may increase or decrease at the time of
agreement. What will be effect on Contract Price? Will the
Contract Price be increased or decreased in order to adjust for
s in quantities?
The contract prices shall be firm and inclusive of any variation in quantities based on approved
detailed design.
Bidders queries dated 27-3-2012
Interim payment shall be made
as per given schedules on pro-rata basis.
The contract prices shall be firm and inclusive of any variation in quantities based on approved
detailed design.
22 | P a g e
S.No
.
CLAUSE No. QUERY
44
64 RIGHT TO
SPLIT ORDER: (
1.37-itb, PAGE-44)
“The Corporation reserves the right to split up the order
amongst various Tenderers and has the right not to accept the
lowest or any other tender either in whole or in part without assigning any reason whatsoever for such non
The prices being furnished by Tenderers are for fixed lumpsum
tenders to be executed on turnkey basis. If the tender is split between parts, it is bound to have an effect on the price to be submitted for separate portions of work. Therefore, it must be
disclosed whether the turnkey work is being awarded to the tenderer or the tender has been split in parts.
Bidders may please note the inclusion of following Clauses in the Special Conditions of Contract (SCC):
1.74 Sufficiency of Tender : Contractor shall be deemed to have satisfied himself before submission of the tender, as to the
correctness and sufficiency of his tender for the risks, contingencies and other circumstances which may influence or affect
Works and to his acceptance of total responsibility for having foreseen all difficulties and costs of successful completion of the
Works. The Contract Price shall cover all his obligations under the Contract and all matters and things necessary for the pro
execution of the Works including any unforeseen difficulties or costs.
The data and information given in the Tender Document are based on the Investigations conducted so far. Variations/alterations in the said data/information more particularly in respect
design and construction, cannot be ruled out. The Contractor shall, therefore, satisfy himself about the adequacy and
accuracy of the said data/information and interpretation thereof and if necessary, by any further inconducted by the Contractor. Thus, Employer shall not be responsible for the accuracy/adequacy of the
data/information and interpretation thereof by the Contractor.
Final Reply to Bidders queries dated 2
REPLY
“The Corporation reserves the right to split up the order
enderers and has the right not to accept the
lowest or any other tender either in whole or in part without assigning any reason whatsoever for such non-acceptance.”
The prices being furnished by Tenderers are for fixed lumpsum
tenders to be executed on turnkey basis. If the tender is split between parts, it is bound to have an effect on the price to be submitted for separate portions of work. Therefore, it must be
closed whether the turnkey work is being awarded to the tenderer or the tender has been split in parts.
The clause shall be deemed as
DELETED.
Bidders may please note the inclusion of following Clauses in the Special Conditions of Contract (SCC):
Contractor shall be deemed to have satisfied himself before submission of the tender, as to the
correctness and sufficiency of his tender for the risks, contingencies and other circumstances which may influence or affect
and to his acceptance of total responsibility for having foreseen all difficulties and costs of successful completion of the
Works. The Contract Price shall cover all his obligations under the Contract and all matters and things necessary for the pro
xecution of the Works including any unforeseen difficulties or costs.
The data and information given in the Tender Document are based on the Investigations conducted so far. Variations/alterations in the said data/information more particularly in respect of Geology, which have bearing on the
design and construction, cannot be ruled out. The Contractor shall, therefore, satisfy himself about the adequacy and
accuracy of the said data/information and interpretation thereof and if necessary, by any further inconducted by the Contractor. Thus, Employer shall not be responsible for the accuracy/adequacy of the
/information and interpretation thereof by the Contractor.
Bidders queries dated 27-3-2012
The clause shall be deemed as
Bidders may please note the inclusion of following Clauses in the Special Conditions of Contract (SCC):
Contractor shall be deemed to have satisfied himself before submission of the tender, as to the
correctness and sufficiency of his tender for the risks, contingencies and other circumstances which may influence or affect the
and to his acceptance of total responsibility for having foreseen all difficulties and costs of successful completion of the
Works. The Contract Price shall cover all his obligations under the Contract and all matters and things necessary for the proper
The data and information given in the Tender Document are based on the Investigations conducted so far. of Geology, which have bearing on the
design and construction, cannot be ruled out. The Contractor shall, therefore, satisfy himself about the adequacy and
accuracy of the said data/information and interpretation thereof and if necessary, by any further investigations to be conducted by the Contractor. Thus, Employer shall not be responsible for the accuracy/adequacy of the said
23 | P a g e
1.75 Cost of Project: The cost to be quoted by the Bidder is lu
variations and escalations ,etc. and shall be deemed to be insensitive to market fluctuations and changes on account of
any factor. Should there be any contradictory statement in the tender document which i
override. JKSPDC shall not be liable for any additional payment outside the allotted cost on any account.
Note:-
1. No further queries shall be entertained as the time for submission of same has elapsed
2. There shall be no extension in submission of bid scheduled to be received in Corporate Office of JKSPD
Satwari Jammu on 16th April 2011 by or before 1400 Hrs. Bid shall be opened on the same day at 1500 Hrs
No :JKSPDC/Tech/P-6/12621-26
Dated: 27-03-2012
Copy to :-
1. E.D
2. D.F.
3. C.E. Gen Leh
4. C.P.E. Kargil
5. P.S. to M.D
6. All Bidders
7. A.M.(IT) for uploading on website.
8. Master File
Final Reply to Bidders queries dated 2
The cost to be quoted by the Bidder is lump sum fixed cost inclusive of all taxes, levies,
variations and escalations ,etc. and shall be deemed to be insensitive to market fluctuations and changes on account of
any factor. Should there be any contradictory statement in the tender document which implies otherwise, this clause shall
override. JKSPDC shall not be liable for any additional payment outside the allotted cost on any account.
No further queries shall be entertained as the time for submission of same has elapsed.
There shall be no extension in submission of bid scheduled to be received in Corporate Office of JKSPD
April 2011 by or before 1400 Hrs. Bid shall be opened on the same day at 1500 Hrs
Deputy General Manager
Bidders queries dated 27-3-2012
mp sum fixed cost inclusive of all taxes, levies,
variations and escalations ,etc. and shall be deemed to be insensitive to market fluctuations and changes on account of
mplies otherwise, this clause shall
override. JKSPDC shall not be liable for any additional payment outside the allotted cost on any account.
There shall be no extension in submission of bid scheduled to be received in Corporate Office of JKSPDC , Ashok Nagar
April 2011 by or before 1400 Hrs. Bid shall be opened on the same day at 1500 Hrs.
Sd/=
(N.A.Kakroo)
Deputy General Manager
Corporate Office