Bangladesh Power Development Board
Tender Document
For Supply & Installation of Plant & Equipment
(International)
One Stage Two Envelope Tendering for Turnkey Contract
“DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 03NOS. NEW
33/11KV 2X10/13.33 MVA AIS SUBSTATION, 01NOS. UP-GRADATION To
33/11KV 2X16/20 MVA AIS SUBSTATION AND EXTENSION OF 33KV
SWITCHYARD & BAY AT 132/33KV HORINDHARA, CUMILLA GRID SUB-STATION
INCLUDING CIVIL WORKS AND OTHER RELATED WORKS ON TURNKEY BASIS UNDER POWER
DISTRIBUTION SYSTEM DEVELOPMENT PROJECT, CUMILLA ZONE OF BPDB (PACKAGE NO:
-GD-1, LOT-1).”
Invitation for Tender No: ................................................
Issued on: .......................................................................
Tender Package No: GD-1
Tender Lot No: Lot-1
Volume- 1 of 2
Section 1-5 for Cumilla_Lot-1 i
Section 1-5 for Cumilla_Lot-1 ii
Table of Contents
Section 1. Instructions to Tenderers..................................................................1
A. General ............................................................................................................. 1
1. Scope of Tender .............................................................................................................. 1
2. Interpretation ................................................................................................................... 1
3. Source of Funds .............................................................................................................. 1
4. Corrupt, Fraudulent, Collusive, Coercive (or Obstructive in case of Development
Partner) Practices........................................................................................................ 2
5. Eligible Tenderers ............................................................................................................ 3
6. Eligible Plant and Services .............................................................................................. 4
7. Site Visit ........................................................................................................................... 5
B. Tender Document ........................................................................................... 6
8. Tender Document: General ............................................................................................. 6
9. Clarification of Tender Document .................................................................................... 6
10. Pre-Tender Meeting ....................................................................................................... 6
11. Addendum to Tender Document ................................................................................... 7
C. Qualification Criteria ...................................................................................... 7
12. General Criteria ............................................................................................................. 7
13. Litigation History ............................................................................................................ 8
14. Experience Criteria ........................................................................................................ 8
15. Financial Criteria ............................................................................................................ 8
16. Personnel Capacity ....................................................................................................... 8
17. Equipment Capacity ...................................................................................................... 8
18. Joint Venture, Consortium or Association ..................................................................... 9
19. Subcontractor(s) ............................................................................................................ 9
D. Tender Preparation ....................................................................................... 10
20. Only one Tender .......................................................................................................... 10
21. Cost of Tendering ........................................................................................................ 10
22. Issuance and Sale of Tender Document ..................................................................... 10
23. Language of Tender .................................................................................................... 10
24. Contents of Tender ...................................................................................................... 10
(Document establishing the tender’s qualification) ............................................................ 10
25. Alternatives .................................................................................................................. 12
26. Tender Prices, Discounts & Price adjustment ............................................................ 12
27. Tender Currency .......................................................................................................... 15
28. Documents Establishing the Conformity of Plant, and Services ................................. 15
29. Documents Establishing Eligibility of the Tenderer ................................................... 15
30. Validity Period of Tender ............................................................................................. 16
31. Extension of Tender Validity and Tender Security ...................................................... 16
32. Tender Security ........................................................................................................... 17
33. Form of Tender security .............................................................................................. 17
34. Authenticity of Tender Security ................................................................................... 17
35. Return of Tender Security ........................................................................................... 18
36. Forfeiture of Tender Security. ...................................................................................... 18
37. Format and Signing of Tender ..................................................................................... 18
E. Tender Submission ...................................................................................... 19
38. Sealing, Marking and Submission of Tender............................................................... 19
39. Deadline for Submission of tenders ............................................................................ 20
40. Late tender .................................................................................................................. 21
41. Modification, Substitution or Withdrawal of Tenders ................................................... 21
42. Tender Modification ..................................................................................................... 21
43. Tender Substitution ..................................................................................................... 21
44. Withdrawal of Tender .................................................................................................. 21
F. Tender Opening and Evaluation ................................................................. 21
45. Tender Opening ........................................................................................................... 21
Section 1-5 for Cumilla_Lot-1 iii
46. Evaluation of Tenders.................................................................................................. 23
47. Evaluation Process ...................................................................................................... 24
48. Preliminary Examination .............................................................................................. 24
49. Technical Evaluation and Responsiveness ................................................................. 25
50. Clarification on Technical Offer ................................................................................... 26
51. Restrictions on Disclosure of Information .................................................................... 26
52. Approval of Technical Offer ........................................................................................ 27
53. Financial Offer Opening.............................................................................................. 27
54. Clarification on Financial Offer .................................................................................... 27
55. Correction of Arithmetical Errors ................................................................................. 28
56. Conversion to Single Currency .................................................................................... 28
57. Financial Evaluation .................................................................................................... 28
58. Price Comparison ........................................................................................................ 29
59. Post-qualification ......................................................................................................... 30
60. Negotiation .................................................................................................................. 30
61. Rejection of All Tenders .............................................................................................. 31
62. Informing Reasons for Rejection ................................................................................. 31
G. Contract Award ............................................................................................. 31
63. Award Criteria .............................................................................................................. 31
64. Notification of Award.................................................................................................... 31
65. Performance Security .................................................................................................. 32
66. Form and Time Limit for furnishing of Performance security ...................................... 32
67. Validity of Performance Security ................................................................................. 32
68. Authenticity of performance Security........................................................................... 32
69. Contract Signing ....................................................................................................... 33
70. Publication of Notification of Award of Contract .......................................................... 33
71. Debriefing of Tenderers ............................................................................................... 33
72. Right to Complains ...................................................................................................... 33
Section 2. Tender Data Sheet.........................................................................34
A. General ........................................................................................................... 34
B. Tender Document ......................................................................................... 35
C. Qualification Criteria .................................................................................... 35
D. Tender Preparation ....................................................................................... 38
E. Submission of Tender ................................................................................. 48
F. Opening and Evaluation of Tenders ........................................................... 49
G. Award of Contract ......................................................................................... 50
Section 3. General Conditions of Contract ...................................................51
A. General ........................................................................................................... 51
1. Definitions ...................................................................................................................... 51
2. Interpretation ................................................................................................................. 55
3. Communications & Notices ........................................................................................... 56
4. Governing Law .............................................................................................................. 56
5. Governing Language ..................................................................................................... 56
6. Documents Forming the Contract and Priority of Documents ....................................... 56
7. Contract Agreement ...................................................................................................... 57
8. Assignment .................................................................................................................... 57
9. Eligibility ......................................................................................................................... 57
10. Gratuities / Agency fees .............................................................................................. 57
11. Confidential Details ...................................................................................................... 57
12. Joint Venture (JV) ........................................................................................................ 58
13. Possession of the Site ................................................................................................. 59
14. Access to the Site ........................................................................................................ 59
15. Safety, Security and Protection of the Environment .................................................... 59
16. Working Hours ............................................................................................................ 59
17. Welfare of Laborers ..................................................................................................... 59
Section 1-5 for Cumilla_Lot-1 iv
18. Child Labor .................................................................................................................. 60
19. Fossils& antiquities ...................................................................................................... 60
20. Corrupt, Fraudulent, Collusive or Coercive Practices ................................................. 60
21. License/ Use of Technical Information ........................................................................ 61
B. Subject Matter of Contract .................................................................................. 62
22. Scope of Facilities ....................................................................................................... 62
23. Time for Commencement ............................................................................................ 62
24. Time for Completion .................................................................................................... 62
25. Employer’s Responsibilities ......................................................................................... 63
26. Contractor’s Responsibilities ....................................................................................... 64
27. Employer’s and Contractor’s Risks ............................................................................. 64
28. Employer’s Risks ......................................................................................................... 64
29. Contractor’s Risks ....................................................................................................... 65
C. Execution of the Facilities ................................................................................... 65
30. Representatives ........................................................................................................... 65
31. Work Program ............................................................................................................. 66
32. Subcontractor .............................................................................................................. 68
33. Nominated Subcontractor ............................................................................................ 68
34. Other Contractors ........................................................................................................ 68
35. Design and Engineering .............................................................................................. 69
36. Procurement ................................................................................................................ 70
37. Installation.................................................................................................................... 71
38. Test & Inspection ......................................................................................................... 74
39. Completion of the Facilities ......................................................................................... 76
40. Commissioning and Operational Acceptance ............................................................. 78
D. Guarantees and Liabilities ........................................................................... 80
41. Completion Time Guarantee ....................................................................................... 80
42. Defect Liability ............................................................................................................. 81
43. Functional Guarantees ................................................................................................ 83
44. Patent Indemnity .......................................................................................................... 84
45. Limitation of Liability .................................................................................................... 84
E. Risk Distribution ........................................................................................... 85
46. Transfer of Ownership ................................................................................................. 85
47. Care of Facilities .......................................................................................................... 85
48. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification......... 86
49. Insurance ..................................................................................................................... 87
50. Unforeseen Conditions ................................................................................................ 89
51. Change in Laws and Regulation ................................................................................. 90
52. Force Majeure ............................................................................................................. 90
53. Notice of Force Majeure .............................................................................................. 91
54. Duty to Minimize Delay ................................................................................................ 91
55. Consequences of Force Majeure ................................................................................ 91
F. Payment ................................................................................................................. 92
56. Contract Price .............................................................................................................. 92
57. Terms of Payment ....................................................................................................... 92
58. Advance Payment Security ......................................................................................... 93
59. Performance Security .................................................................................................. 93
60. Taxes and Duties ......................................................................................................... 94
61. Payments to Nominated Subcontractor(s) .................................................................. 94
62. Price Adjustment ........................................................................................................ 94
63. Liquidated Damages .................................................................................................... 95
G. Change in Contract Elements ............................................................................ 95
64. Change in the Facilities ............................................................................................... 95
65. Extension of Time for Completion ............................................................................... 98
66. Suspension .................................................................................................................. 99
H. Termination and Settlement of Disputes ................................................. 100
67. Termination ................................................................................................................ 100
Section 1-5 for Cumilla_Lot-1 v
68. Payment upon Termination ....................................................................................... 102
69. Property ..................................................................................................................... 103
70. Frustration.................................................................................................................. 103
I. Claims, Disputes and Arbitration ....................................................................... 103
71. Contractor’s Claims ................................................................................................... 103
72. Settlement of Disputes .............................................................................................. 104
Section 4. Particular Conditions of Contract ..............................................105
Appendix 1. Terms and Procedures of Payment ............................................... 120
Appendix 2. Price Adjustment.............................................................................. 125
Appendix 3. Insurance Requirements ................................................................. 126
Appendix 4. Time Schedule .................................................................................. 129
Appendix 5. List of Major Items of Plant and Services and List of Approved
Subcontractors ........................................................................................... 130
Appendix 6. Scope of Works and Supply by the Employer .............................. 131
Appendix 7. List of Documents for Approval or Review................................... 132
Appendix 8. Functional Guarantees ................................................................... 133
Section 5. Tender and Contract Forms .......................................................137
Tender Submission Letter for Technical offer .................................................................... 138
(Form PG5A-1a) ................................................................................................................ 138
Tender Submission Letter for Financial offer ............................. Error! Bookmark not defined.
(Form PG5A-1b)........................................................................ Error! Bookmark not defined.
Tenderer Information (Form PG5A-2a) ............................................................................. 141
JVCA Partner Information (Form PG5A-2b) .................................................................. 145
Subcontractor Information (Form PG5A-2c) ................................................................ 148
Price Schedule for Plant and Service (Form PG5A-3) ................................................. 154
Technical Proposal (Form PG5A-4) ............................................................................... 246
Manufacturer’s Authorisation Letter (Form PG5A - 5) ................................................. 257
Bank Guarantee for Tender Security (Form PG5A– 6)................................................. 259
Letter of Commitment for Bank’s undertaking for Line of Credit (Form PG5A-6a) ... 260
Notification of Award (Form PG5A - 7) .......................................................................... 261
Contract Agreement (Form PG5A - 8) ........................................................................... 263
Bank Guarantee for Performance Security (Form PG5A – 9)...................................... 264
Bank Guarantee for Advance Payment (Form PG5A – 10) .......................................... 265
Bank Guarantee for Retention Money Security (Form PG5A-11) ............................... 266
Section 6. Employer’s Requirements.................... Error! Bookmark not defined.
6.2 Specification ........................................................ Error! Bookmark not defined.
6.3 Form of Completion Certificate............................... Error! Bookmark not defined.
6.4 Form of Operational Acceptance Certificate ......... Error! Bookmark not defined.
6.5 Form of Change Order Procedure and Forms ...... Error! Bookmark not defined.
Annex 1. Request for Change Proposal ............................. Error! Bookmark not defined.
Annex 2. Estimate for Change Proposal ............................ Error! Bookmark not defined.
Annex 3. Acceptance of Estimate ...................................... Error! Bookmark not defined.
Annex 4. Change Proposal................................................. Error! Bookmark not defined.
Annex 5. Change Order ...................................................... Error! Bookmark not defined.
Annex 6. Pending Agreement Change Order ..................... Error! Bookmark not defined.
Section 7. Technical Specification ........................................................................311
Section 8. Guaranteed Technical Particulars .......................................................571
Section 9. Drawing ..............................................................................................656
Section 1-5 for Cumilla_Lot-1 vi
REJECTION CLAUSES
(Tender must comply with the following criteria, otherwise tender shall be rejected)
1. Tenderer shall have to comply with Eligibility criteria (ITT 5), Litigation history (ITT 13), Experience criteria (ITT
14), Financial Criteria (ITT15), JVCA Criteria (ITT 18.2);
2. Tenderer shall have to submit sealed & signed tender document [ITT 24.2(r)(1)];
3. Tenderer shall have to comply Terms of Payment Clause [GCC 57], Time for Completion Clause [GCC 24.1]
and Defect Liability Clause [GCC 42];
4. Tender shall remain valid for the period specified in TDS after the date of Tender submission deadline (ITT
30.2);
5. Tender must be accompanied by a valid Tender Security (ITT 34.3);
6. With Tender Submission Letter, Tender shall have to attached Letter of Authorization confirming the
Signatory(ies) of the Tender to commit the Tenderer (ITT 37.4);
7. Tenderer shall have to submit Audited Financial reports and Letter of commitment for Line of Credit as evidence
of Financial Capacity [ITT 15.1 (a)(b)];
8. If Tenderer participate in forming JVCA, then Tenderer shall have to submit Copy of the JVCA Agreement/Letter
of Intent to form JVCA with draft proposed Agreement as per (ITT 18.1);
9. Tenderer shall have to submit Manufacturer’s Authorization Letter [ITT 29.3 (b), ITT 24.2(r)(12, 15, 18 & 20);
10. Tenderer shall have to submit Manufacturer’s Satisfactory Performance Certificate(s) as per ITT 24.2(r) (11)
and Type Test Certificate/Report as per ITT 24.2(r);
11. Tenderer shall have to submit Guaranteed Technical Particulars (GTP) in respective Manufacturer’s Letter
Head /Official pad with sealed & signed by both respective Manufacturer’s and Tenderer as per Section-08.
Section 1-5 for Cumilla_Lot-1 vii
Section 1. Instructions to Tenderers
A. General
1. Scope of Tender
1.1 The Purchaser named in the Tender Data Sheet (TDS) (hereinafter
referred to as the “Purchaser”) wishes to issue these Tender
Documents for the supply and installation of plant & equipment
incidental thereto, as specified in the TDS and as detailed in Section
6: Employer’s Requirements.
1.2 The name of the Tender and the number and identification of its
constituent lot(s) are stated in the TDS.
1.3 Unless otherwise stated, throughout this Tender Document
definitions and interpretations shall be as prescribed in the Section
3: General Conditions of Contract.
2. Interpretation
2.1 Throughout this Tender Document
(a) the term “in writing” means communication written by hand
or machine duly signed and includes properly authenticated
messages by facsimile or electronic mail;
(b) if the context so requires, singular means plural and vice
versa; and
(c) “day” means calendar days unless otherwise specified as
working days;
(d) "Tender Document ", means the Document provided by a
Purchaser to a Tenderer as a basis for preparation of its
Tender;
(e) "Tender ", depending on the context, means a Tender
submitted by a Tenderer for delivery of Goods and Related
Services to a Purchaser in response to an Invitation for
Tender ;
3. Source of Funds
3.1 The Purchaser has been allocated public funds from the source
as indicated in the TDS and intends to apply a portion of the
funds to eligible payments under the contract for which this
Tender Document is issued.
3.2 For the purpose of this provision, “public funds” means any
funds allocated to a Purchaser under Government budget, or
loan, grants and credits placed at the disposal of a Purchaser
through the Government by the development partners or foreign
states or organizations.
3.3 Payments by the development partner, if so indicated in the TDS,
will be made only at the request of the Government and upon
approval by the development partner in accordance with the
applicable Loan/Credit/Grant Agreement, and will be subject in
all respects to the terms and conditions of that Agreement.
Section 1-5 for Cumilla_Lot-1 1
4. Corrupt, 4.1 The Government and the Development Partner, if
Fraudulent, applicablerequires that the Procuring Entity as well as the
Collusive, Tenderers and Contracts (including , sub-contractors, agents,
Coercive (or personnel, consultants, and service providers)shall observe the
Obstructive in highest standard of ethics during implementation of procurement
case of proceedings and the execution of Contracts under public funds.
Development
Partner) Practices 4.2 For the purposes of ITT Sub Clause 4.3, the terms set forth
below as follows:
(a) “corrupt practice” means offering, giving or promising to
give, receiving, or soliciting either directly or indirectly, to
any officer or employee of the Procuring Entity or other
public or private authority or individual, a gratuity in any
form; employment or any other thing or service of value as
an inducement with respect to an act or decision or method
followed by the Procuring Entity in connection with a
Procurement proceeding or Contract execution;
(b) “fraudulent practice” means the misrepresentation or
omission of facts in order to influence a decision to be taken
in a Procurement proceeding or Contract execution;
(c) “collusive practice” means a scheme or arrangement
between two (2) or more Persons, with or without the
knowledge of the Procuring Entity, that is designed to
arbitrarily reduce the number of Tenders submitted or fix
Tender prices at artificial, non-competitive levels, thereby
denying the Procuring Entity the benefits of competitive
price arising from genuine and open competition;
(d) “coercive practice” means harming or threatening to harm,
directly or indirectly, Persons or their property to influence
a decision to be taken in the Procurement proceeding or
the execution of a Contract, and this will include creating
obstructions in the normal submission process used for
Tenders.
(e) “Obstructive practice” (applicable in case of Development
Partner) means deliberately destroying, falsifying,
altering or concealing of evidence material to the
investigation or making false statements to investigators
in order to materially impede an investigation into
allegations of a corrupt, fraudulent, coercive or collusive
practice; and /or threatening, harassing or intimidating
any party to prevent it from disclosing its knowledge of
matters relevant to the investigation or from pursuing the
investigation.
4.3 Should any corrupt, fraudulent, collusive, coercive (or obstructive
in case of Development Partner) practice of any kind is
determined by the Procuring Entity or the Development Partner,
if applicable, this will be dealt in accordance with the provisions
of the Public Procurement Act and Rules and Guidelines of the
Development Partners as stated in the ITT sub-clause 3.3.
In case of obstructive practice, this will be dealt in accordance with
Development Partners Guidelines.
Section 1-5 for Cumilla_Lot-1 2
4.4 If corrupt, fraudulent, collusive, coercive (or obstructive in
case of Development Partner) practices of any kind is
determined by the Procuring Entity against any Tenderer or
Contracts (including sub-contractors, agents, personnel,
consultants, and service providers) in competing for, or in
executing, a contract under public fund:
(a) Procuring Entity and/or the Development Partner shall
exclude the concerned Tenderer from further participation
in the concerned procurement proceedings;
(b) Procuring Entity and/or the Development Partner shall
reject any recommendation for award that had been
proposed for that concerned Tenderer;
(c) Procuring Entity and/or the Development Partner shall
declare, at its discretion, the concerned Tenderer to be
ineligible to participate in further Procurement proceedings,
either indefinitely or for a specific period of time;
(d) Development Partner shall sanction the concerned
Tenderer or individual, at any time, in accordance with
prevailing Development Partner’ sanctions procedures,
including by publicly declaring such Tenderer or individual
ineligible, either indefinitely or for a stated period of time:
(i) to be awarded a Development Partner-financed
contract; and (ii) to be a nominated sub-contractor,
consultant, manufacturer or Contractor, or service
provider of an otherwise eligible firm being awarded a
Development Partner-financed contract; and
(e) Development Partner shall cancel the portion of the loan
allocated to a contract if it determines at any time that
representatives of the Procuring Entity or of a beneficiary
of the loan engaged in corrupt, fraudulent, collusive,
coercive or obstructive practices during the procurement
or the execution of that Development Partner financed
contract, without the Procuring Entity having taken timely
and appropriate action satisfactory to the Development
Partner to remedy the situation.
4.5 Tenderer shall be aware of the provisions on corruption,
fraudulence, collusion, coercion (and obstruction, in case of
Development Partner) of the Public Procurement Act, 2006,
the Public Procurement Rules, 2008 and others as stated in GCC
Clause 38.
4.6 In further pursuance of this policy, Tenderers, Contractors and
their sub-contractors, agents, personnel, consultants, service
providers shall permit the Government and the Development
Partner to inspect any accounts and records and other
documents relating to the Tender submission and contract
performance, and to have them audited by auditors appointed by
the Government and/or the Development Partner during the
procurement or the execution of that Development Partner
financed contract.
5. Eligible Tenderers 5.1 This Invitation for Tenders is open to all potential Tenderers
from all countries, except for any specified in the TDS.
5.2 Tenderers shall have the legal capacity to enter into the
Contract under the Applicable law.
Section 1-5 for Cumilla_Lot-1 3
5.3 Tenderers shall be enrolled in the relevant professional or trade
organisations registered in Bangladesh.
5.4 Tenderers may be a physical or juridical individual or body of
individuals, or company, association or any combination of
them in the form of a Joint Venture(JV) invited to take part in
public procurement or seeking to be so invited or submitting a
Tender in response to an Invitation for Tenders.
5.5 Tenderers shall have fulfilled its obligations to pay taxes and
social security contributions under the provisions of laws and
regulations of the country of its origin.
5.6 Tenderers should not be associated, or have been associated
in the past, directly or indirectly, with a consultant or any of its
affiliates which have been engaged by the Procuring Entity to
provide consulting services for the preparation of the design,
specifications, and other documents to be used for the
procurement of the works to be performed under this Invitation
for Tenders.
5.7 Tenderers in its own name or its other names or also in the
case of its Persons in different names shall not be under a
declaration of ineligibility for corrupt, fraudulent, collusive or
coercive practices as stated under ITT Sub Clause 4.4 (or
obstructive practice, in case of Development Partner) in
relation to the Development Partner’s Guidelines in projects
financed by Development Partner.
5.8 Tenderers are not restrained or barred from participating in
Public Procurement on grounds of poor performance in the
past under any Contract.
5.9 Tenderers shall not be insolvent, be in receivership, be
bankrupt, be in the process of bankruptcy, be not temporarily
barred from undertaking business and it shall not be the
subject of legal proceedings for any of the foregoing.
5.10 Government-owned enterprise in Bangladesh may also
participate in the Tender if it is legally and financially
autonomous, it operates under commercial law, and it is not a
dependent agency of the Procuring Entity.
5.11 Tenderers shall provide such evidence of their continued
eligibility satisfactory to the Procuring Entity, as the Procuring
Entity will reasonably request.
5.12 These above requirements for eligibility will extend, as
applicable, to each JV partner and Subcontractor proposed by
the Tenderers.
5.13 Tenderers shall have the up-to-date valid license(s), issued by
the corresponding competent authority, as specified in the
TDS.
6. Eligible Plant and
Services 6.1 The plant and services to be supplied under the contract are
eligible, unless their origin is from a country specified in the TDS
and all expenditures under the contract will be limited to such
plant, and services.
Section 1-5 for Cumilla_Lot-1 4
6.2 For purposes of this Clause, the term “plant” means permanent
plant, equipment, machinery, apparatus, articles and things of all
kinds to be provided in the facilities; and “installation services”
means all those services ancillary to the supply of the Plant for the
Facilities, such as transportation and provision of marine or other
similar insurance, inspection, expediting, site preparation,
installation, testing, pre-commissioning, commissioning,
operations, maintenance, the provision of operations and
maintenance manuals, training etc
6.3 For purposes of this clause, “origin” means the place where the
plant, or component parts thereof are mined, grown, produced or
manufactured, and from which the services are provided. Plant
components are produced when, through manufacturing,
processing, or substantial or major assembling of components, a
commercially recognized product results that is substantially
different in its basic characteristics or in purpose or utility from its
components or country where the goods have been mined,
grown, cultivated, produced, manufactured or processed; or
through manufacture, processing, or assembly, another
commercially recognized article results that differs substantially in
its basic characteristics from its components.
6.4 The origin of plant & equipment is distinct from the nationality of
the Tenderer. The nationality of the firm that produces,
assembles, distributes, or sells the goods shall not determine their
origin.
7. Site Visit
7.1 The Tenderer is advised to visit and examine the site where the
plant is to be installed and its surroundings and obtain for itself
on its own responsibility all information that may be necessary
for preparing the tender and entering into a contract for the
provision of Plant and Installation Services.
7.2 The Tenderer and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and
lands for the purpose of such visit, but only upon the express
condition that the Tenderer, its personnel, and agents will
release and indemnify the Employer and its personnel and
agents from and against all liability in respect thereof, and will
be responsible for death or personal injury, loss of or damage
to property, and any other loss, damage, costs, and expenses
incurred as a result of the inspection.
7.3 The Tenderer should ensure that the Purchaser is informed of
the visit in adequate time to allow it to make appropriate
arrangements.
7.4 The costs of visiting the Site shall be at the Tenderer’s own
expense.
Section 1-5 for Cumilla_Lot-1 5
B. Tender Document
8. Tender Document:
8.1 The Sections comprising the Tender Document are listed
General
below, and should be read in conjunction with any Addendum
issued under ITT Clause 11.
Section 1 Instructions to Tenderers (ITT)
Section 2 Tender Data Sheet (TDS)
Section 3 General Conditions of Contract (GCC)
Section 4 Particular Conditions of Contract (PCC)
Section 5 Tender and Contract Forms
Section 6 Employer’s Requirements
Section 7 Technical Specification
Section 8 Guaranteed Technical Particular
Section 9 Drawings
8.2 The Purchaser shall reject any Tender if the Tender Document
was not purchased directly from the Purchaser, or through its
agent as stated in the TDS.
8.3 The Tenderer is expected to examine all instructions, forms,
terms, and specifications in the Tender Document as well as
addendum to Tender Documents.
9. Clarification of
9.1 A prospective Tenderer requiring any clarification of the Tender
Tender Document
Document shall contact the Purchaser in writing at the
Purchasers address indicated in the TDS before two-third of
time allowed for preparation and submission of Tender elapses.
9.2 The Procuring Entity is not obliged to answer any clarification
request received after that date as stated under ITT Sub
Clause 9.1.
9.3 The Procuring Entity shall respond in writing within five (5)
working days of receipt of any such request for clarification
received under ITT Sub Clause 9.1.
9.4 The Procuring Entity shall forward copies of its response to all
those who have purchased the Tender Document, including a
description of the enquiry but without identifying its source.
9.5 Should the Procuring Entity deem it necessary to revise the
Tender Document as a result of a clarification, it will do so
following the procedure under ITT Clause 11.
10. Pre-Tender Meeting
10.1 To clarify issues and to answer questions on any matter arising
in the Tender Document, the Purchaser may, if stated in the
TDS, hold a Pre-Tender Meeting at the place, date and time as
specified in the TDS. All Potential Tenderers are encouraged to
attend the meeting, if it is held.
10.2 Minutes of the pre-Tender meeting, including the text of the
questions raised and the responses given, together with any
responses prepared after the meeting, will be transmitted within
one week (7 days) after holding the meeting to all those who
purchased the Tender Document and even those who did not
attend the meeting.
Section 1-5 for Cumilla_Lot-1 6
10.3 Any amendment to the Tender Documents listed in ITT Sub-
Clause 8.1 that may become necessary as a result of the pre-
Tender meeting shall be made by the Purchaser exclusively
through the issue of an Addendum as stated under ITT Sub-
Clause 11 and not through the minutes of the pre-Tender
meeting.
10.4 Non-attendance at the Pre-Tender meeting will not be a cause
for disqualification of a Tenderer.
11. Addendum to 11.1 At any time prior to the deadline for submission of Tenders, the
Tender Document
Purchaser on its own initiative or in response to a clarification
request in writing from a Tenderer, having purchased the Tender
Document or as a result of a Pre-Tender meeting, may revise the
Tender Document by issuing an addendum pursuant to Rule 95
of the Public Procurement Rules, 2008.
11.2 The addendum issued under ITT Sub-Clause 11.1 shall
become an integral part of the Tender Document and shall
have a date and an issue number and shall be circulated by
fax, mail or e-mail, to Tenderers who have purchased the
Tender Documents within five (5) working days of issuance of
such addendum, to enable Tenderers to take appropriate
action.
11.3 The Tenderer shall acknowledge receipt of an addendum.
11.4 Tenderers who have purchased the Tender Documents but have
not received any addendum issued under ITT Sub-clause 11.1
shall inform the Purchaser of the fact by fax, mail or e-mail before
two-third of the time allowed for the submission of Tenders has
elapsed.
11.5 Procuring Entities shall also ensure posting of relevant
addenda with the reference number and date on their website.
11.6 To give a prospective Tenderer reasonable time in which to
take an amendment into account in preparing its Tender, the
Purchaser may, at its discretion, extend the deadline for the
submission of Tenders, pursuant to Rule 95(6) of the Public
Procurement Rule, 2008 and under ITT Clause 36.
11.7 If an addendum is issued when time remaining is less than one-
third of the time allowed for the preparation of Tenders, a
Purchaser shall extend the deadline by an appropriate number
of days for the submission of Tenders, depending upon the
nature of the Procurement requirement and the addendum.
The minimum time for such extension shall not be less than
seven (7) days.
C. Qualification Criteria
12. General Criteria 12.1 The Tenderer shall possess the necessary professional and
technical qualifications and competence, financial resources,
equipment and other physical facilities, managerial capability,
specific experience, reputation, and the personnel, to perform
the contract.
Section 1-5 for Cumilla_Lot-1 7
12.2 In addition to meeting the eligibility criteria, as stated in ITT
Clause 5, the Tenderer must satisfy the other criteria stated in
ITT Clauses 13 to 15 inclusive.
12.3 To qualify for multiple number of contracts/lots in a package
made up of this and other individual contracts/lots for which
tenders are invited in the Invitation for Tenders, the Tenderer
shall demonstrate having resources and experience sufficient
to meet the aggregate of the qualifying criteria for the individual
contracts.
13. Litigation History 13.1 The maximum number of arbitration awards against the
Tenderer over a period shall be as specified in the TDS.
14. Experience Criteria
14.1 Tenderers shall have the following minimum level of supply
experience to qualify for supplying the Plant and Services under
the contract:
(a) a minimum number of years of general experience in
the role of Contractor or Subcontractor or Management
Contractor as specified in the TDS; and
(b) Specific experience as a Contractor or Subcontractor or
Management Contractor that are similar to the proposed
plant and services in at least a number of contract(s) and
of a minimum value over the period, as specified in the
TDS.
15. Financial Criteria
15.1 Tenderers shall have the following minimum level of financial
capacity of qualify for the supply, execution and performance
of plant and services under the contract.
(a) the average annual turnover as specified in the TDS
calculated as total certified payments received for
contracts in progress or completed, during the period
specified in the TDS;
(b) availability of minimum liquid assets or working capital or
credit facilities, as specified in the TDS; and;
(c) satisfactory resolution of all claims, arbitrations or other
litigation cases and shall not have serious negative
impact on the financial capacity of the Tenderer.
16. Personnel Capacity
16.1 The Tenderer shall have the following minimum level of
personnel capacity to qualify for the performance of the plant
and services under the Contract.
A Project Manager, Engineers, and other key staff with
qualifications and experience as specified in the TDS;
17. Equipment Capacity 17.1 The Tenderer shall own suitable equipment and other physical
facilities or have proven access through contractual
arrangement to hire or lease such equipment or facilities for
the desired period, where necessary or have assured access
through lease, hire, or other such method, of the essential
equipment, in full working order, as specified in the TDS.
Section 1-5 for Cumilla_Lot-1 8
18. Joint Venture,
18.1 The Tenderer may participate in the procurement proceedings
Consortium or
Association
forming a Joint Venture, Consortium or Associations (JVCA) by
an agreement, executed case by case on a non judicial stamp of
value as stated in TDS or alternately with the intent to enter into
such an agreement supported by a Letter of Intent along with the
proposed agreement duly signed by all partners of the intended
JVCA and authenticated by a Notary Public.
18.2 The figures for each of the partners of a JVCA shall be added
together to determine the Tenderer’s compliance with the
minimum qualifying criteria; however, for a JVCA to qualify, lead
partner and its other partners must meet the criteria stated in the
TDS. Failure to comply with these requirements will result in
rejection of the JVCA Tender. Subcontractors’ experience and
resources will not be taken into account in determining the
Tenderer’s compliance with the qualifying criteria.
18.3 Each partner of the JVCA shall be jointly and severally liable for
the execution of the Contract, all liabilities and ethical and legal
obligations in accordance with the Contract terms.
18.4 The JVCA shall nominate a Representative (partner-in-
charge/Lead Firm) who shall have the authority to conduct all
business for and on behalf of any and all the partners of the JVCA
during the tendering process and, in the event the JVCA is
awarded the Contract, during contract execution including the
receipt of payments for and on behalf of the JVCA.
18.5 Each partner of the JVCA shall complete the JVCA Partner
Information (Form PG5A-2b)for submission with the Tender
19. Subcontractor(s) 19.1 Tenderer, pursuant to Rule 53 of the PPR2008, is allowed to sub-
contract a portion of the Supply.
19.2 The Tenderer shall specify in its Tender all portion of the Plant
and Services that will be subcontracted, if any, including the
entity(ies) to whom each portion will be subcontracted to, subject
to the maximum allowable limit for subcontracting of Plant and
Services specified in the TDS.
19.3 The Purchaser may require Tenderers to provide more
information about their subcontracting arrangements. If any
Subcontractor is found ineligible or unsuitable to carry out the
subcontracted tasks, the Procuring Entity may request the
Tenderer to propose an acceptable substitute.
19.4 The Purchaser may also select nominated Subcontractor(s) to
execute certain specific components of the Works and if so,
those will be specified in the TDS.
19.5 The successful Tenderer shall under no circumstances assign
the goods/works/services or any part of it to a Subcontractor
19.6 Subcontractors must comply with the provision of ITT Clause 5.
For this purpose contractor shall complete the Subcontractor’s
information in Form PG5A-2c for submission with tender
19.7 If the Purchaser determines that a subcontractor is ineligible, the
subcontracting of such portion of the Plants and Services
assigned to the ineligible subcontractor shall be disallowed
Section 1-5 for Cumilla_Lot-1 9
D. Tender Preparation
20. Only one Tender
20.1 If a Tender for Plant and Services is invited on ‘lot-by-lot’ basis,
each lot shall constitute a tender. A Tenderer shall submit only one
(1) Tender for each lot, either individually or as a JVCA. The
Tenderer who submits or participates in more than one (1) Tender
for each lot will cause all the Tenders with that Tenderer’s
participation to be rejected.
21. Cost of Tendering 21.1 Tenderers shall bear all costs associated with the preparation and
submission of its Tender, and the Purchaser shall not be
responsible or liable for those costs, regardless of the conduct or
outcome of the Tendering process.
22. Issuance and Sale 22.1 A Purchaser, pursuant to Rule 94 of the Public Procurement
of Tender
Document
Rules, 2008 shall make Tender Documents available immediately
to the potential Tenderers, requesting and willing to purchase at
the corresponding price if the advertisement has been published
in the newspaper pursuant to Rule 90 of the Public Procurement
Rules, 2008.
22.2 Full contact details with mailing address, telephone and facsimile
numbers and electronic mail address, as applicable, of those to
whom Tender Documents have been issued shall be recorded
with a reference number by the Purchaser or its agent.
22.3 There shall not be any pre-conditions whatsoever, for sale of
Tender Document and the sale of such Document shall be
permitted up to the day prior to the day of deadline for the
submission of Tender.
23. Language of
23.1 Tenders shall be written in the English language.
Tender
Correspondences and documents relating to the Tender may be
written in English or Bangla. Supporting documents and printed
literature furnished by the Tenderers that are part of the Tender
may be in another language, provided they are accompanied by
an accurate translation of the relevant passages in the English or
Bangla language, in which case, for purposes of interpretation of
the Tender, such translation shall govern.
23.2 Tenderers shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation.
24. Contents of 24.1 The Tender prepared by the Tenderers shall comprise Two
Tender Envelope submitted simultaneously, one called the Technical
(Document Offer (Envelope-01) containing the documents listed in ITT 24.2
establishing the and other called the Financial Offer containing the documents
tender’s
listed in 24.3, both envelopes enclosed together in an outer Single
qualification)
envelope.
24.2 The Technical Offer (Envelope-01) prepared by the Tenderers
will comprise the following:
(a) Technical Submission Letter (Form PG5A-1a) as
furnished in Section 5: Tender and Contract Forms. This
form must be completed without any alterations to its
format, and no substitutes shall be accepted. All blank
spaces shall be filled in with the information requested
Section 1-5 for Cumilla_Lot-1 10
(b) Tenderer Information Sheet (Form PG5A-2)as furnished
in Section 5: Tender and Contract Forms;
(c) Tender Security as stated under ITT Clause 32,33 and 34;
(d) Technical Proposal (Form PG5A-4) as furnished in Section
5: Tender and Contract Forms.
(e) Alternatives, if permitted, as stated under with ITT Clause 25;
(f) Written confirmation authorising the signatory of the Tender
to commit the Tenderer, as stated under ITT Sub-Clause
37.3;
(g) The completed eligibility declarations, to establish its eligibility
as stated under ITT Clause 5, in the Tender Submission
Sheet (Form PG5A-1a & 1b), as furnished in section 5:
Tender and Contract Forms;
(h) An affidavit confirming the legal capacity stating that there
are no existing orders of any judicial court that prevents
either the Tenderer or employees of a Tenderer entering
into or signing a Contract with the Purchaser as stated
under ITT clause 5;
(i) An affidavit confirming that the Tenderer is not insolvent,
in receivership or not bankrupt or not in the process of
bankruptcy, not temporarily barred from undertaking their
business for financial reasons and shall not be the subject
of legal proceedings for any of the foregoing as stated
under ITT Clause 5;
(j) A certificate issued by the competent authority stating that
the Tenderer is a Tax payer having valid Tax Identification
Number (TIN) and VAT registration number or in lieu any
other document acceptable to the Purchaser
demonstrating that the Tenderer is a genuine Tax payer
and has a VAT registration number as a proof of fulfillment
of taxation obligations as stated under ITT Clause 5. In the
case of foreign Tenderers, a certificate of competent
authority in that country of which the Tenderer is citizen
shall be provided ;
(k) Documentary evidence demonstrating that they are
enrolled in the relevant professional or trade organizations
registered in Bangladesh or in case of foreign tenderer in
their country of origin or a certificate concerning their
competency issued by a professional institution in
accordance with the law of the country of their origin, as
stated under ITT Clause 5;
(l) The country of origin declarations, to establish the eligibility
of the Plant and Services as stated under ITT Clause 6, in
the Price Schedule for Plant and Services (Form PG5A-3)
as, applicable, furnished in Section 5: Tender and Contract
Forms;
(m) Documentary evidence as stated under ITT Clauses 28,
that the Goods and Related Services conform to the
Tender Documents;
Section 1-5 for Cumilla_Lot-1 11
(n) Documentary evidence as stated under ITT Clause 29 that
the Tenderer’s qualifications conform to the Tender
Documents;
(o) Documents establishing legal and financial autonomy and
compliance with commercial law, as stated under ITT Sub-
clause 5.3 in case of government owned entity; and
(p) In addition to the requirements stated under ITT Sub Clause
18.1, Tenders submitted by a JVCA or proposing a
Subcontractor shall include.
i. a Joint Venture Agreement entered into by all partners,
executed on a non-judicial stamp of value or equivalent
as stated under ITT Sub Clause 18.1; or
ii. a Letter of Intent along with the proposed agreement
duly signed by all partners of the intended JVCA with the
declaration that it will execute the Joint Venture
agreement in the event the Tenderer is successful;
iii. the JVCA Partner Information (Form PG5A-2b);
iv. the Subcontractor Information (Form PG5A-2c).
(q) the completed Specifications Submission and Compliance
Sheet (Form PG5A-4a)as stated under ITT clause 28.1;
(r) Any other document as specified in the TDS.
24.3 The Financial Offer (Financial Envelope -02) prepared by the
Tenderers shall comprise the following:
(a) The Financial offer Submission Letter (Form PG5A-1b) as
furnished in Section 5:
(b) The Tenderer shall submit the completed Price Schedule for
Plant and Services (Form PG5A-3), according to their origin
as appropriate as furnished in section 5: Tender and Contract
Forms.
(c) the written confirmation authorizing the signatory of the Tender
to commit the Tenderer, as stated under ITT Sub Clause 37.3;
(d) any other document as specified in the TDS.
25. Alternatives 25.1 Unless otherwise stated in the TDS, alternatives shall not be
considered.
26. Tender Prices, 26.1 Unless otherwise specified in the TDS, tenderers shall quote
Discounts & Price
for the entire Plant and Installation Services on a “single
adjustment
responsibility” basis such that the total tender price covers all
the Contractor’s obligations mentioned in or to be reasonably
inferred from the tender document in respect of the design,
manufacture, including procurement and subcontracting (if
any), delivery, construction, installation and completion of the
plant. This includes all requirements under the Contractor’s
responsibilities for testing, pre-commissioning and
commissioning of the plant and, where so required by the
tender document, the acquisition of all permits, approvals and
licenses, etc.; the operation, maintenance and training services
and such other items and services as may be specified in the
Tender Document, all in accordance with the requirements of
the General Conditions of Contract. Items against which no
price is entered by the Tenderer will not be paid for by the
Section 1-5 for Cumilla_Lot-1 12
Purchaser when executed and shall be deemed to be covered
by the prices for other items.
26.2 Tenderers are required to quote the price for the commercial,
contractual and technical obligations outlined in the tender
document
26.3 Tenderers shall give a breakdown of the prices in the manner
and detail called for in the Price Schedules included in Section
5, Tender and Contract Forms.
26.4 Depending on the scope of the Contract, the Price Schedules
may comprise up to the seven (7) schedules listed below.
Separate numbered Schedules included in Section IV, Tender
Forms, from those numbered 1-5 below, shall be used for each
of the elements of the Plant and Installation Services. The total
amount from each Schedule corresponding to an element of the
Plant and Installation Services shall be summarized in the
schedule titled Grand Summary, (Schedule 6), giving the total
tender price(s) to be entered in the Letter of Tender.
Schedule No. 1 Plant (including Mandatory Spare Parts)
Supplied from Abroad
Schedule No. 2 Plant (including Mandatory Spare Parts)
Supplied from within the Purchaser’s Country
Schedule No. 3 Design Services
Schedule No. 4 Civil works part
Schedule No. 5 Installation Services
Schedule No. 6 Grand Summary (Schedule Nos. 1 to 5)
Schedule No. 7 Recommended Spare Parts
Tenderers shall note that the plant and equipment included in
Schedule Nos. 1 and 2 above exclude materials used for civil,
building and other construction works. All such materials shall
be included and priced under Schedule No. 5, Installation
Services.
26.5 In the Schedules, tenderers shall give the required details and a
breakdown of their prices as follows:
a) Plant to be supplied from abroad (Schedule No. 1):
The price of the plant shall be quoted on CIP-named place
of destination/CIF basis as specified in the TDS and as
applicable.
(b) Plant manufactured within the Purchaser’s country
(Schedule No. 2):
i) The price of the plant shall be quoted on an EXW
INCOTERM basis (such as “ex-works,” “ex-factory,”
“ex-warehouse” or “off-the-shelf,” as applicable),
(ii) Sales tax and all other taxes payable in the
Employer’s country on the plant if the contract is
awarded to the Tenderer, and
(iii) The total price for the item.
(c) Design Services (Schedule No. 3).
(d) Civil works part (Schedule No. 4)
(e) Installation Services shall be quoted separately (Schedule
No. 5) and shall include rates or prices for local
transportation to named place of final destination as
Section 1-5 for Cumilla_Lot-1 13
specified in the TDS, insurance and other services
incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and
all matters and things of whatsoever nature, including
operations and maintenance services, the provision of
operations and maintenance manuals, training, etc., where
identified in the Tender Document, as necessary for the
proper execution of the installation and other services,
including all taxes, duties, levies and charges payable in
the Employer’s country as of twenty-eight (28) days prior
to the deadline for submission of tenders.
(f) Recommended spare parts shall be quoted separately
(Schedule 7) as specified in either subparagraph (a) or (b)
above in accordance with the origin of the spare parts
26.6 The current edition of INCOTERMS, published by the
International Chamber of Commerce shall govern.
26.7 The prices shall be either fixed or adjustable as specified in the
TDS.
26.8 In the case of Fixed Price, prices quoted by the Tenderer shall
be fixed during the Tenderer’s performance of the contract and
not subject to variation on any account. A tender submitted with
an adjustable price quotation will be treated as non-responsive
and rejected.
26.9 In the case of Adjustable Price, prices quoted by the Tenderer
shall be subject to adjustment during performance of the
contract to reflect changes in the cost elements such as labor,
material, transport and contractor’s equipment in accordance
with the procedures specified in the corresponding Appendix to
the Contract Agreement. A tender submitted with a fixed price
quotation will not be rejected, but the price adjustment will be
treated as zero. Tenderers are required to indicate the source
of labor and material indices in the corresponding Form in
Section 5, Tender and Contract Forms
26.10 If so indicated in ITT 1.2, tenders are to be invited for individual
lots or for any combination of lots (packages). Tenderers
wishing to offer any price reduction (discount) for the award of
more than one lot shall specify in their Tender Submission
Letter the price reductions applicable to each package, or
alternatively, to individual Contracts within the package, and the
manner in which the price reductions will apply.
26.11 Tenderers wishing to offer any unconditional discount shall
specify in their Letter of Tender the offered discounts and the
manner in which price discounts will apply.
26.12 If so indicated under ITT Sub Clause 26.9, Tenders are being
invited with a provision for price adjustments. The unit rates or
prices quoted by the Tenderer are subject to adjustment during
the performance of the Contract in accordance with the provisions
of the relevant GCC Clause and, in such case the Employer shall
provide the indexes and weightings or coefficients in Appendix to
the Tender for the price adjustment formulae specified in the
PCC.
26.13 The Employer may require the Tenderer to justify its proposed
indexes, if any of those as stated under ITT Sub Clause 26.12, are
Section 1-5 for Cumilla_Lot-1 14
instructed to be quoted by the Tenderer in Appendix to the
Tender.
26.14 The price adjustment stated under ITT Sub Clause 26.9and 26.12
shall be dealt with in accordance with the provisions in Section 12
and 22 of the Public Procurement Act, 2006 and Rule 5 and 38 of
the Public Procurement Rules, 2008.
27. Tender Currency 27.1 For expenditures that will be incurred in Bangladesh, the
Tenderer shall quote the prices in Bangladesh Taka
27.2 Suppliers offering Goods manufactured or assembled in
Bangladesh are permitted to submit their Tender in a
combination of local and foreign currencies.
27.3 In case of National Tender, all quoted price shall be in local
currency.
27.4 In case of international competitive tender, for expenditures
that will be incurred outside Bangladesh, the Tenderer may
quote the prices as specified in TDS.
28. Documents 28.1 To establish the conformity of the plant and services to the
Establishing the Tender Documents, the Tenderer shall furnish as part of its
Conformity of
Tender the documentary evidence that the Goods and Related
Plant, and
Services services conform to the technical specifications and standards
in Section 6, Employer’s Requirement.
a. a detailed description of the essential technical and
performance characteristics of the plant and services,
including the functional guarantees of the proposed plant
and services, in response to the Specification
b. a list giving full particulars, including available sources, of
all spare parts and special tools necessary for the proper
and continuing functioning of the plant for the period
named in the TDS, following completion of plant and
services in accordance with provisions of contract; and
c. a commentary on the Employer’s Specification and
adequate evidence demonstrating the substantial
responsiveness of the plant and services to those
specifications. Tenderers shall note that standards for
workmanship, materials and equipment designated by the
Employer in the Tender Document are intended to be
descriptive (establishing standards of quality and
performance) only and not restrictive. The Tenderer may
substitute alternative standards, brand names and/or
catalog numbers in its tender, provided that it
demonstrates to the Employer’s satisfaction that the
substitutions are substantially equivalent or superior to
the standards designated in the Specification.
29. Documents
Establishing
29.1 Tenderers, if applying as a sole Tenderer, shall submit
Eligibility of the documentary evidence to establish its eligibility as stated under
Tenderer ITT Clause 5 and, in particular, it shall:
(a) complete the eligibility declarations in the Tender
Submission Letter (Form PG5A-1a);
(b) complete the Tenderer Information (Form PG5A-2a);
(c) complete Subcontractor Information (Form PG5A-2c), if it
intends to engage any Subcontractor(s).
Section 1-5 for Cumilla_Lot-1 15
29.2 Tenderers, if applying as a partner of an existing or intended JV
shall submit documentary evidence to establish its eligibility as
stated under ITT Clause 5 and, in particular, in addition to as stated
underITT Sub Clause 29.1, it shall:
(a) provide for each JV partner, completed JV Partner
Information (Form PG5A-2b);
(b) provide the JV agreement or Letter of Intent along with the
proposed agreement of the intended JV as stated under ITT
Sub Clause 18.1
29.3 The documentary evidence of the Tenderer’s qualifications to
perform the contract if its Tender is accepted shall establish to the
Purchaser’s satisfaction:
(a) that the Tenderer meets each of the qualification criterion
specified in Sub-Section C, Qualification Criteria of the ITT;
(b) that, if required in the TDS, a Tenderer that does not
manufacture or produce the Goods it offers to supply shall
submit the Manufacturer’s Authorization Letter (Form
PG5A-5) furnished in Section 5: Tender and Contract
Forms, to demonstrate that it has been duly authorized by
the manufacturer or producer of the Goods to supply the
Goods to Bangladesh.; and
(c) that, if required in the TDS, in case of a Tenderer not doing
business within Bangladesh, the Tenderer is or will be (if
awarded the contract) represented by an Agent in the
country equipped and able to carry out the Supplier’s
maintenance.
30. Validity Period 30.1 Tender validities shall be determined on the basis of the
of Tender complexity of the Tender and the time needed for its examination,
evaluation, approval of the Tender and issuance of the Notification
of Award (NOA).
30.2 Tenders shall remain valid for the period specified in the TDS after
the date of Tender submission deadline prescribed by the
Purchaser, as stated under ITT Clause 39. A Tender valid for a
period shorter than that specified will be rejected by the Purchaser
as non- responsive.
31. Extension of
31.1 In justified exceptional circumstances, prior to the expiration of the
Tender Validity
Tender validity period, the Purchaser following Rule 21 of the
and Tender
Public Procurement Rules, 2008 may solicit, not later than ten
Security
(10) days before the expiry date of the Tender validity,
compulsorily all the Tenderers’ consent to an extension of the
period of validity of their Tenders.
31.2 The request for extension of Tender validity period shall state the
new date of the validity of the Tender.
31.3 The request from the Purchaser and the responses from the
Tenderers will be made in writing.
31.4 Tenderers consenting in writing to the request made by the
Purchaser under ITT Sub-Clause 30.1 shall also correspondingly
extend the validity of its Tender Security for twenty-eight (28) days
beyond the new date for the expiry of Tender validity.
Section 1-5 for Cumilla_Lot-1 16
31.5 Tenderers consenting in writing to the request under ITT Sub-
Clause 31.1 shall not be required or permitted to modify its Tender
in any circumstances.
31.6 If the Tenderers are not consenting in writing to the request made
by the Purchaser under ITT Sub-Clause 31.1, its Tender will not
be considered for subsequent evaluation.
32. Tender Security 32.1 The Tender Security and its amount shall be determined sufficient
to discourage the submission of frivolous and irresponsible
tenders pursuant to Rule 22 of the Public Procurement Rule2008
and shall be expressed as a rounded fixed amount and, shall not
be stated as a precise percentage of the estimated total Contract
value.
32.2 The Tenderer shall furnish as part of its Technical offer (envelope-
1) Tender, in favour of the Purchaser or as otherwise directed on
account of the Tenderer, a ender security in original form (not
copy) and in the amount as specified in TDS.
32.3 If the Tender is a Joint Venture, the Tenderer shall furnish as part
of its Tender, in favour of the Procuring Entity or as otherwise
directed on account of the title of the existing or intended JVCA or
any of the partners of that JVCA or in the names of all future
partners as named in the Letter of Intent of the JVCA, a Tender
Security in original form and in the amount as stated under ITT
Sub Clause 32.1.
33. Form of Tender
33.1 The Tender Security shall:
security
(a) In case of NCT, at the Tenderer’s option, be either;
(i) In the form of a Bank Draft, Pay order or
(ii) in the form of an irrevocable bank guarantee issued by
any scheduled Bank of Bangladesh, in the format
(Form PG5A-6) furnished in Section 5: Tender and
Contract Forms.
(b) In case of ICT, in the form of an irrevocable bank guarantee
issued by an internationally reputable bank and shall require
to be endorsed by its any correspondent bank located in
Bangladesh, to make it enforceable, in the format (Form
PG5A-6) furnished in Section 5: Tender and Contract
Forms;
33.2 Tender security shall be payable promptly upon written demand
by the Purchaser in the case of the conditions listed in ITT Clause
36 being invoked; and
33.3 Tender security shall remain valid for at least twenty eight (28)
days beyond the expiry date of the Tender Validity in order to
make a claim in due course against a Tenderer in the
circumstances detailed under ITT Clause 36.
34. Authenticity of 34.1 The authenticity of the Tender security submitted by a Tenderer
Tender Security shall be examined and verified by the Purchaser in writing from
the Bank issuing the security, prior to finalization of the Evaluation
Report pursuant to Rule, 24 of the Public Procurement Rule, 2008.
34.2 If a Tender Security is found to be not authentic, the Tender which
it covers shall not be considered for subsequent evaluation and in
such case the Purchaser shall proceed to take punitive measures
against that Tenderer as stated under ITT Sub-Clause 4.6,
Section 1-5 for Cumilla_Lot-1 17
pursuant to Rule 127 of the Public Procurement Rules, 2008 and
in accordance with Section 64(5) of the Public Procurement Act,
2006.
34.3 Tender not accompanied by a valid Tender Security as stated
under Sub-Clause 29, 30 and 31, shall be considered as non-
responsive.
35. Return of Tender 35.1 No Tender security shall be returned by the Tender Opening
Security Committee (TOC) during and after the opening of the Tenders
pursuant to Rule 26 of the Public Procurement Rules 2008.
35.2 No Tender security shall be returned to the Tenderers before
contract signing, except to those who are found non-responsive.
35.3 Tender securities of the non-responsive Tenders shall be returned
immediately after the Evaluation Report has been approved by the
Purchaser.
35.4 Tender securities of the responsive Tenderers shall be returned
only after the lowest evaluated responsive Tenderer has
submitted the performance security and signed the contract, that
being even before the expiration of the validity period specified in
Clause 30.
35.5 Tender Securities of the Tenderers not consenting within the
specified date in writing to the request made by the Purchaser
under ITT Sub-Clause 31.1 in regard to extension of its Tender
validity shall be discharged or returned forthwith.
36. Forfeiture of 36.1 The Tender security pursuant to Rule 25 of the Public
Tender Security.
Procurement Rules,2008 may be forfeited if a Tenderer:
(a) withdraws its Tender after opening of Tenders but within
the validity of the Tender as stated under ITT Clauses
30,and 31, pursuant to Rule 19 of the Public Procurement
Rules 2008; or
(b) refuses to accept a Notification of Award as stated under
ITT Sub-Clause 65.3, pursuant to Rule 102 of the Public
Procurement Rules 2008; or
(c) fails to furnish performance security as stated under ITT
Sub-Clause 66.2, pursuant to Rule 102 of the Public
Procurement Rules 2008; or
(d) refuses to sign the Contract as stated under ITT Sub-
Clause 70.2 pursuant to Rule 102 of the Public
Procurement Rules 2008; or
(e) does not accept the correction of the Tender price
following the correction of arithmetic errors as stated
under ITT Clause 55, pursuant to Rule 98(11) of the
Public Procurement Rules 2008.
37. Format and
37.1 Tenderers shall prepare one (1) original of the documents
Signing of Tender
comprising the Technical Offer as described in ITT Clause 24.2
and clearly mark it “ORIGINAL OF TECHNICAL OFFER” In
addition, the Tenderers shall prepare the number of copies of the
Technical Offer, as specified in the TDS and clearly mark each of
them “COPY OF THE TECHNICAL OFFER.” In the event of any
discrepancy between the original and the copies, the ORIGINAL
shall prevail.
Section 1-5 for Cumilla_Lot-1 18
37.2 Tenderers shall prepare one (1) original of the documents
comprising the Financial Offer as described in ITT Clause 24.3 and
clearly mark it “ORIGINAL OF FINANCIAL OFFER” In addition,
the Tenderers shall prepare the number of copies of the Financial
Offer, as specified in the TDS and clearly mark each of them
“COPY OF THE FINANCIAL OFFER” In the event of any
discrepancy between the original and the copies, the ORIGINAL
shall prevail.
37.3 Alternatives, if permitted under ITT Clause 25, shall be clearly
marked “Alternative”.
37.4 The original and each copy of the Offer shall be typed or written in
indelible ink and shall be signed by the Person duly authorized to
sign on behalf of the Tenderer. This Tender specific authorization
shall be attached to the Technical Offer Submission Letter (Form
PW5A-1a) and Financial Offer Submission Letter (Form PW5A-
1b). The name and position held by each Person(s) signing the
authorization must be typed or printed below the signature. All
pages of the original and of each copy of the Tender, except for
un-amended printed literature, shall be numbered sequentially and
signed by the person signing the Tender.
37.5 Any interlineations, erasures, or overwriting will be valid only if they
are signed or initialled by the Person (s) signing the Tender.
E. Tender Submission
38. Sealing, Marking 38.1 Tenderers shall enclose the original of Technical Offer in one
and Submission of
Tender
(1) envelope and all the copies of the Technical Offer, including
the alternatives, if permitted under ITT Clause 25, in another
envelope, duly marking the envelopes as “ORIGINAL OF
TECHNICAL OFFER” “ALTERNATIVES” (if permitted), “COPY
OF TECHNICAL OFFER”,”ALTERNATIVES” (if permitted)
These sealed envelopes for the original and copies of the
technical Tender shall then be enclosed and sealed in one single
envelope and clearly mark it “Envelope-01: TECHNICAL
OFFER”.
38.2 The inner and outer envelopes of Technical Offer shall:
(a) be addressed to the Procuring Entity at the address as
stated under ITT Sub Clause 39.1;
(b) bear the name of the Tender and the Tender Number as
stated under ITT Sub Clause 1.1;
(c) bear the name and address of the Tenderer;
(d) bear a statement “DO NOT OPEN BEFORE ------------------
----” the time and date for Tender opening as stated under
ITT Sub Clause 45.2
(e) bear any additional identification marks as specified in the
TDS.
Section 1-5 for Cumilla_Lot-1 19
38.3 Tenderers shall enclose the original of Financial Offer in one (1)
envelope and all the copies of the Financial Offer in another
envelope, duly marking the envelopes as “ORIGINAL OF
FINANCIAL OFFER” & “COPY OF FINANCIAL OFFER”.
These sealed envelopes for the original and copies of the
Financial Tender shall then be enclosed and sealed in one single
envelope and clearly mark it “ENVELOPE-02: FINANCIAL
OFFER.
38.4 The inner and outer envelopes of Financial Offer shall:
(a) be addressed to the Procuring Entity at the address as
stated under ITT Sub Clause 39.1;
(b) bear the name of the Tender and the Tender Number as
stated under ITT Sub Clause 1.1;
(c) bear the name and address of the Tenderer;
(d) bear a statement “DO NOT OPEN BEFORE THE
TECHNICAL OFFER EVALUATION AND APPROVAL”.
(e) bear any additional identification marks as specified in the
TDS.
38.5 The Envelope-01 as stated in ITT Clause 38.1 and Envelope-
02 as in ITT Clause 38.3 shall then be enclosed and sealed in
one single outer envelope which shall contain the information as
stated under ITT Clause 38.2 (a) to (e) & ITT Clause 38.4 (a) to
(e)
38.6 Tenderers are solely and entirely responsible for pre-disclosure
of Tender information if the envelope(s) are not properly sealed
and marked.
38.7 Tenders shall be delivered by hand or by mail, including courier
services at the address(s) as stated under ITT Sub Clause 39.1.
38.8 The Procuring Entity will, on request, provide the Tenderer with
acknowledgement of receipt showing the date and time when it’s
Tender was received.
39. Deadline for
39.1 Tenders shall be delivered to the Purchaser at the address
Submission of
tenders
specified in the TDS and no later than the date and time specified
in the TDS.
39.2 The Purchaser may, at its discretion on justifiably acceptable
grounds duly recorded, extend the deadline for submission of
Tender as stated under ITT Sub Clause 39.1, in which case all
rights and obligations of the Purchaser and Tenderers previously
subject to the deadline will thereafter be subject to the new
deadline as extended.
39.3 If submission of Tenders is allowed in more than one location,
the date and time, for submission of Tenders for both the primary
and the secondary place(s), shall be the “same and not
different” as specified in the TDS.
Section 1-5 for Cumilla_Lot-1 20
39.4 The Procuring Entity shall ensure that the Tenders received at
the secondary place(s) are hand-delivered at the primary place
as stated under ITT Sub Clause 39.1, within THREE (3) HOURS
after the deadline for submission of Tenders at the secondary
place (s), in case of MULTIPLE DROPPING as stated under ITT
Sub Clause 39.3, as specified in the TDS.
40. Late tender 37.6 Any Tender received by the Purchaser after the deadline for
submission of Tenders as stated under ITT Clause 39, shall be
declared LATE, rejected, returned unopened to the Tenderer.
41. Modification,
41.1 Tenderers may modify, substitute or withdraw its Tender after it
Substitution or
Withdrawal of
has been submitted by sending a written notice duly signed by
Tenders the authorized signatory and properly sealed, and shall include
a copy of the authorization; provided that such written notice
including the affidavit is received by the Procuring Entity prior to
the deadline for submission of Tenders as stated under ITT
Clause 39
42. Tender Modification
42.1 Tenderers shall not be allowed to retrieve its original Tender,
but shall be allowed to submit corresponding modification
either to its original Technical Offer or Financial Offer or
both, marked as “MODIFICATION FOR TECHNICAL
OFFER(MTO)” or “MODIFICATION FOR FINANCIAL
OFFER (MFO)”with two separate envelopes. The
envelope/envelopes marked as MTO and/or MFO then be
enclosed and sealed in one single outer envelope with a
written notice duly as stated under ITT Sub Clause 41.1. The
outer envelope shall contain the information as stated under
ITT Sub Clause 38.2(a) to (d) and clearly marked as
“MODIFICATION (M)”.
43. Tender Substitution 43.1 Tenderers shall not be allowed to retrieve its original Tender,
but shall be allowed to submit another Technical Offer or
Financial Offer or both, marked as “SUBSTITUTION FOR
TECHNICAL OFFER (STO)” or “SUBSTITUTION FOR
FINANCIAL OFFER (SFO)”with two separate envelopes. The
envelope/envelopes marked as STO and/or SFO then be
enclosed and sealed in one single outer envelope with a
written notice duly as stated under ITT Sub Clause 41.1. The
outer envelope shall contain the information as stated under
ITT Sub Clause 38.2(a) to (d) and clearly marked as
“SUBSTITUTION (S)”.
44. Withdrawal of 44.1 The Tenderer shall be allowed to withdraw its Tender by a Letter
Tender of Withdrawal marked as “WITHDRAWAL” prior to the deadline
for submission of Tenders as stated under ITT Clause 39.
F. Tender Opening and Evaluation
45. Tender Opening 45.1 Only the Technical Offer (Envelope-01) shall be opened
immediately after the deadline for submission of Tenders at
the primary place as specified in the TDS but not later than
ONE HOUR, after expiry of the submission deadline at the
same primary place unless otherwise stated under ITT Sub
Clause 39.2. But with in THREE HOURS after the dateline of
submission of tender at primary place in case of multiple
dropping. Tender opening shall not be delayed on the plea of
absences of Tenderers or his or her representatives. Financial
offer (Envelope-02) shall not open with Technical offer
Section 1-5 for Cumilla_Lot-1 21
(Envelope-01) and shall be kept unopened at the Custody of
the Head of the Procuring Entity or his Authorised Officer (AO).
45.2 Persons not associated with the Tender may not be allowed to
attend the public opening of Technical Offers.
45.3 Tenderers’ representatives shall be duly authorised by the
Tenderer. Tenderers or their authorised representatives will
be allowed to attend and witness the opening of Technical
Offers, and will sign a register evidencing their attendance.
Technical Offers Opening shall not be delayed on the plea of
absence of Tenderers or his or her representatives.
45.4 The authenticity of withdrawal or substitution of, or
modifications to original Tender, if any made by a Tenderer in
specified manner, shall be examined and verified by the
Tender Opening Committee (TOC) based on documents
submitted as stated under ITT Sub Clause 41.1. Any envelope
related to financial modification, substitute shall be recorded
but not open with technical offer.
45.5 Verify (M), (S), (W), (A), (O) by following step by steps
(a) Step 1: envelopes marked “Withdrawal (W)” shall be
opened and “Withdrawal” notice read aloud & recorded in
the opening sheet. After verify the withdrawal letter is
genuine, corresponding tender shall not be opened, but
returned unopened to the Tenderer by Procuring Entity (PE)
at a late time. No Tender withdrawal shall be permitted
unless the corresponding withdrawal notice shall be as
stated in 41.1& 44.1 and in such case the Tender shall be
opened and recorded.
(b) Step 2: the remaining Tenders will be sorted out and those
marked “SUBSTITUTION (S)” or “MODIFICATION (M)” of
Tender will be linked with their corresponding Original
Tender.
(c) Step 3: outer envelopes marked “SUBSTITUTION (S)” shall
be opened. The inner envelopes containing the “Substitution
of Technical Offer (STO)” and/or “Substitution of Financial
Offer (SFO)” shall be exchanged for the corresponding
envelopes being substituted, which are to be returned to the
Tenderer unopened by the Procuring Entity at a later time
immediately after opening of Technical Offers. Only the
Substitution of Technical Offer, if any, shall be opened, read
out, and recorded. Substitution of Financial Offer will remain
unopened in accordance with ITT Sub Clause 45.1. No
envelope shall be substituted unless the corresponding
substitution notice contains a valid authorization to request
the substitution and is read out and recorded at Technical
Offer opening.
(d) Step 4: outer envelopes marked “MODIFICATION (M)”
shall be opened. No Technical Offer and/or Financial Offer
shall be modified unless the corresponding modification
notice contains a valid authorization to request the
modification and is read out and recorded at the opening of
Technical Offers. Only the Technical Offers, both Original as
well as Modification, are to be opened, read out, and
recorded at the opening. Financial Offers, both Original as
well as Modification, will remain unopened in accordance
with ITT Sub Clause 45.1
Section 1-5 for Cumilla_Lot-1 22
(e) Step5: if so specified in this Tender Document, the
envelopes marked “Alternative of Technical Offer (ATO)”
shall be opened and read aloud with the corresponding
Technical Offer and recorded.
45.6 Ensuring that only the correct (MTO), (STO), (ATO), (OTO)
envelopes are opened, details of each Technical Offer will be
dealt with as follows:
(a) the Chairperson of the TOC will read aloud each Technical
Offer and record in the Technical Offer Opening Sheet
(TOOS):
(i) the name and address of the Tenderer;
(ii) state if it is a withdrawn, modified, substituted or
original Technical Offer;
(iii) any alternatives;
(iv) record the rejection of the Tender which submitted
Technical Offer and Financial Offer together in one
envelope.
(v) the presence or absence of any requisite Tender
Security; and
(vi) such other details as the Procuring Entity, at its
discretion, may consider appropriate.
(b) Only Technical Offer and alternatives read aloud at the
Technical Offer Opening will be considered in evaluation.
(c) all pages of the original version of the Technical Offer,
except for un-amended printed literature, will be initialled by
members of the TOC. Remember, No financial Offer
shall be open with Technical Offer
45.7 Upon completion of Technical Offer opening, all members of
the TOC and the Tenderers or Tenderer’s duly authorised
representatives attending the Technical Offer opening shall
sign by name, address, designation, the TOS, copies of which
shall be issued to the Head of the Procuring Entity or an officer
authorised by him or her and also to the members of the TOC
and any authorised Consultants and, to the Tenderers
immediately.
45.8 The omission of a Tenderer’s signature on the record shall not
invalidate the contents and effect of the record under ITT Sub
Clause 45.7
45.9 No Tender i.e., Technical or Financial Offer shall be rejected
at the Tender opening stage except the LATE Tenders as
stated in the ITT Clause 40.
46. Evaluation of 46.1 Technical Offers shall be examined and evaluated only on the
Tenders
basis of the criteria specified in the Tender Document.
46.2 Tender Evaluation Committee (TEC) shall examine, evaluate
and compare Tenders that are responsive to the requirements of
Tender Documents in order to identify the successful Tenderer.
Section 1-5 for Cumilla_Lot-1 23
47. Evaluation Process 47.1 TEC may consider a Tender Offer as responsive in the
Evaluation, only if it is submitted in compliance with the
mandatory requirements set out in the Tender Document. The
evaluation process should begin immediately after Technical
Offer opening following Two steps:
(a) Preliminary examination
(b) Technical examination and responsiveness
48. Preliminary
48.1 Compliance, adequacy and authenticity of the documentary
Examination
evidences for meeting the qualification criterion specified in the
corresponding section of the Tender document shall have to be
preliminarily examined and verified.
48.2 The TEC shall firstly examine the Tenders to confirm that all
documentation requested in ITT Clause 24 has been provided.
Examination of the compliance, adequacy and authenticity of the
documentary evidence may follow the order below:
(a) verification of the completeness of the eligibility declaration
in the Tender Submission Letter (Form PG5A-1), to
determine the eligibility of the tenderer as stated under ITT
Sub-Clause 24(h). Any alterations to its format, filling in
all blank spaces with the information requested, failing
which the tender may lead to rejection of the Tender;
(b) verification of that the Tenderer is enrolled in the relevant
professional or trade organisations as stated under ITT
Clause 24(l);
(c) verification of the eligibility in terms of legal capacity and
fulfilment of taxation obligation by the tenderer in
accordance as stated under ITT Sub-Clause 24(i) and
24(k);
(d) verification of eligibility that the tenderer is not insolvent, in
receivership, bankrupt, not in the process of bankruptcy,
not temporarily barred as stated under ITT Sub-Clause
24(j);
(e) verification of eligibility of Tenderer’s country of origin as
stated under ITT Sub-Clause 24(b);
(f) verification of the written authorization confirming the
signatory of the Tenderer to commit the Tender has been
attached with Tender Submission Letter (Form PG5A-1)
as stated under ITT Sub-Clause 24(g); in order to check
the authenticity of Tender and Tenderer itself ;
(g) verification of the Tender Security as stated under ITT
Sub-Clause 24(d); and
48.3 The TEC shall confirm that the above documents and information
have been provided in the Tender and the completeness of the
documents and compliance of instructions given in corresponding
ITT Clauses shall be verified, failing which the tender shall be
considered rejection of that tender.
49.1 Only those Tenders surviving preliminary examination need to be
examined in this phase.
Section 1-5 for Cumilla_Lot-1 24
49. Technical
49.2 Secondly, the TEC will examine the adequacy and authenticity of
Evaluation and
Responsiveness the documentary evidence which may follow the order below:
(a) verification of the completeness of the country of origin
declaration in the Price Schedule for Plant and Services
(Form PG5A-3) as furnished in Section 5: Tender and
Contract Forms to determine the eligibility of the Goods and
Related Services as stated under ITT Sub Clause 24(m).
(b) verification and examination of the documentary evidence
and completed Technical Proposal (Form PG5A-4) as
furnished in Section 5: Tender and Contract Forms to
establish the conformity of the Goods and Related Services
to the Tender Documents as stated under ITT Sub Clause
24(e) and 24(n).
(c) verification and examination of the documentary
evidence that the Tenderer’s qualifications conform to
the Tender Documents and the Tenderer meets each of
the qualification criterion specified in Sub-Section C,
Qualification Criteria as stated under ITT Sub Clause
24(o).
(d) verification and examination of the documentary evidence
that Tenderer has met all the requirements in regards
under Section 6, Employer’s Requirements, without any
material deviation or reservation.
(e) verification and examination of the documentary evidence
and completed Specification Submission Sheet (Form
PG5A-4a) to determine the conformity of the Goods and
related services .
49.3 TEC may consider a Tender as responsive in the evaluation, only
if comply with the mandatory requirements as stated under
Clause 49.2.
49.4 The TEC’s determination of a Tender’s responsiveness is to be
based on the documentary evidence as requested in Clause
49.2 without recourse to extrinsic evidence.
49.5 Information contained in a Tender, that was not requested in the
Tender Document shall not be considered in evaluation of the
Tender.
49.6 If a Tender is not responsive to the mandatory requirements set
out in the Tender Document it shall be rejected by the TEC and
shall not subsequently be made responsive by the Tenderer by
correction of the material deviation, reservation.
Section 1-5 for Cumilla_Lot-1 25
49.7 A material deviation or reservation is one-
(a) which affects in any substantial way the scope, quality, or
performance of the Goods and Related Services and
Tenderer’s qualifications mentioned in the Tender
Document
(b) which limits in any substantial way, inconsistent with the
Tender Documents, the Purchaser’s rights or the
Tenderer’s obligations under the Contract; or
(c) whose rectification would anyway affect unfairly the
competitive position of other Tenderers presenting
responsive Tenders.
49.8 During the evaluation of Tender, the following definitions apply:
(a) Deviation” is a departure from the requirements
specified in the Tender Document;
(d) “Reservation” is the setting of limiting conditions or
withholding from complete acceptance of the requirements
specified in the Tender Document;
49.9 A TEC may regard a Tender as responsive, even if it contains-
minor or insignificant deviations, which do not meaningfully alter
or depart from the technical specifications, characteristics and
commercial terms and conditions or other requirements set out
in the Tender Document; errors or oversights, which if corrected,
would not alter the key aspects of the Tender.
50. Clarification on
Technical Offer 50.1 TEC may ask Tenderers for clarification of their Technical Offers
in order to facilitate the examination and evaluation of Technical
Offers. The request for clarification by the TEC and the response
from the Tenderer shall be in writing, and Technical Offers
clarifications which may lead to a change in the substance of the
Technical Offers or in any of the key elements of the Technical
Offers as stated under ITT Sub Clause 49.2, will neither be
sought nor be permitted.
50.2 Any request for clarifications by the TEC shall not be directed
towards making an apparently non-responsive Tender
responsive and reciprocally the response from the concerned
Tenderer shall not be articulated towards any addition,
alteration or modification to its Technical Offer.
50.3 If a Tenderer does not provide clarifications of its Technical
Offer by the date and time, its Tender shall not be considered
in the evaluation
51. Restrictions on 51.1 Following the opening of Technical Offers until issuance of
Disclosure of Notification of Award no Tenderer shall, unless requested to
Information
provide clarification to its Tender or unless necessary for
submission of a complaint, communicate with the concerned
Procuring Entity
51.2 Tenderers shall not seek to influence in anyway, the
examination and evaluation of the Tenders
51.3 Any effort by a Tenderer to influence the Procuring Entity in its
decision concerning the evaluation of Tenders, Contract
awards may result in the non-responsiveness of its Tender as
well as further action in accordance with Section 64 (5) of the
Public Procurement Act, 2006.
Section 1-5 for Cumilla_Lot-1 26
51.4 All clarification requests shall remind Tenderers of the need
for confidentiality and that any breach of confidentiality on the
part of the Tenderer may result in their Tender being non-
responsive.
52. Approval of 52.1 TEC shall prepare the Technical Offer Evaluation Report and
Technical Offer shall directly submit the Evaluation Report to the Head of the
Procuring Entity (HOPE) or Authorized Officer for approval.
53. Financial Offer 53.1 After receiving approval of the Technical Offer Evaluation
Opening Report, Financial Offer (Envelope-2) of only the Responsive
Tenderers who have been determined as qualified to the
requirements of the Technical Offer, shall be opened publicly,
The Date, time and place of Financial Offer Opening shall be
communicated to the Responsive Tenderers in writing by
issuing a Financial Offer Opening notice not less than SEVEN
DAYS before the opening.
53.2 Ensuring that only the correct MFO, SFO, OFO envelopes of
the Responsive Tenderers shall be opened, in the presence
of the Responsive Tenderer’s representatives who choose to
attend, on the date, time and at the place as notified by the
Procuring Entity in accordance with ITT Clause 53.1. Details
of each Financial Offer will be dealt with as follows:
(a) the Chairperson of the Tender Evaluation Committee will
read aloud each Financial Offer and record in the Financial
Offer Opening Sheet (FOOS):
(i) the name and address of the Tenderer;
(ii) state if it is a modified, substituted or original Financial
Offer;
(iii) the Tender Price;
(iv) the number of initialled corrections;
(v) any discounts; and
(vi) any other details as the Procuring Entity, at its
discretion, may consider appropriate
(b) only the discounts and alternatives read aloud and recorded
at the Financial Offer Opening will be considered in Financial
Offer Evaluation. No Tenders shall be rejected at the
opening of the Financial Offer.
(c) all pages of the original version of the Financial Offer,
except for un-amended printed literature, will be initialled by
members of the Tender Evaluation Committee.
(d) The Procuring Entity shall, in writing, notify the Non-
responsive Tenderers who have not been determined as
qualified to the requirements of the Technical Offer and
shall return their Financial Offers (Envelope-02) unopened
after signing of the contract.
54. Clarification on 54.1 TEC may ask Tenderers for clarification of their Financial
Financial Offer
Offers, about the breakdowns of unit rates, in order to facilitate
the examination and evaluation of Financial Offers. The request
for clarification by the TEC and the response from the Tenderer
shall be in writing.
54.2 Changes in the Tender price shall not be sought or permitted,
Section 1-5 for Cumilla_Lot-1 27
except to confirm the correction of arithmetical errors
discovered by the TEC in the evaluation of the Tenders, as
stated under ITT Sub Clause 55.1.
54.3 If a Tenderer does not provide clarifications of its Financial Offer
by the date and time, its Tender shall not be considered in the
evaluation.
54.4 Requests for clarifications on Financial Offers shall be duly
signed only by the TEC Chairperson.
55. Correction of 55.1 The TEC shall correct any arithmetic errors that are discovered
Arithmetical Errors
during the examination of Tenders, and shall promptly notify the
concerned Tenderer(s) of any such correction(s) pursuant to
Rule 98(11) of the Public Procurement Rule, 2008.
55.2 Provided that the Tender is responsive, TEC shall correct
arithmetical errors on the following basis:
(a) If there is a discrepancy between the unit price and the line
item total that is obtained by multiplying the unit price by the
quantity, the unit price shall prevail and the line item total
shall be corrected, unless in the opinion of the TEC there
is an obvious misplacement of the decimal point in the unit
price, in which case the total price as quoted will govern and
the unit price will be corrected;
(b) If there is an error in a total corresponding to the addition or
subtraction of subtotals, the sub-totals shall prevail and the
total shall be corrected.
55.3 Any Tenderer that does not accept the correction of the Tender
amount following correction of arithmetic errors as determined
by the application of ITT Sub-Clause 55.2 shall be considered
as non-responsive.
56. Conversion to 56.1 For evaluation and comparison purpose, TEC shall convert all
Single Currency
Tender prices expressed in the amounts in various currencies
into an amount in Bangladeshi Taka currency, using the
selling exchange rates established by the Bangladesh Bank,
on the date of Tender opening.
57. Financial Evaluation 57.1 Thirdly the TEC, pursuant to Rule 98 of the Public Procurement
Rules, 2008 shall evaluate each Tender that has been
determined, up to this stage of the evaluation, to be responsive
to the mandatory requirements in the Tender Document..
57.2 To evaluate a Tender in this stage , the Purchaser shall consider
the following
(a) Verification and examination of the Price Schedule for
Plant and Services (Form PG5-3) as furnished by the
Tenderer and checking the compliance with the
instructions provided under ITT Clause 26;
(b) Evaluation will be done for Items or lot by lot as stated
under ITT Clause 26 and the Total Tender Price as
quoted in accordance with Clause 26;
(c) Adjustment for correction of arithmetical errors as stated
under ITT Sub-Clause 55.2;
(d) Adjustment for price modification offered as stated
under ITT Clause 41;
Section 1-5 for Cumilla_Lot-1 28
(e) Adjustment due to discount as stated under ITT Sub-
Clauses 26.11 and 57.3;
(f) Adjustment due to the application of economic factors of
evaluation as stated under ITT Sub-Clause 57.5 if any;
(g) Adjustment due to the assessment of the price of un
priced items as stated under ITT Clause 58 if any;
57.3 If Tenders are invited for a single lot or for a number of lots as
stated under ITT Sub-clauses 26.10, TEC shall evaluate only
lots that have included at least the percentage of items per lot.
The TEC shall evaluate and compare the Tenders taking into
account:
(a) Lowest evaluated tender for each lot ;
(b) The price discount/reduction per lot;
(c) Least cost combination for the Purchaser, considering
discounts and the methodology for its application as stated
under ITT Sub-clauses 26.10 and 26.11 offered by the
Tenderer in its Tender.
57.4 Only those spare parts and tools which are specified as a item
in the List of Goods and Related Services in Section 6,
Employer’s Requirement or adjustment as stated under ITT
Sub-clause 54.5, shall be taken into account in the Tender
evaluation. Supplier-recommended spare parts for a specified
operating requirement as stated under ITT Sub-clause 28.2(b)
shall not be considered in Tender evaluation.
57.5 The Purchaser’s evaluation of a tender may require the
consideration of other factors, in addition to the Tender Price
quoted as stated under ITT Clause 26. The effect of the factors
selected, if any, shall be expressed in monetary terms to
facilitate comparison of tenders. The factors, methodologies
and criteria to be used shall be as specified in TDS. The
applicable economic factors, for the purposes of evaluation of
Tenders shall be:
(a) Adjustment for Deviations in the Delivery and Completion
Schedule.
(b) Cost of major replacement components, mandatory spare
parts, and service.
57.6 Variations, deviations, and alternatives and other factors which
are in excess of the requirements of the Tender Document or
otherwise result in unsolicited benefits for the Purchaser will
not be taken into account in Tender evaluation.
58. Price Comparison
58.1 The TEC shall compare all responsive Tenders to determine the lowest-
evaluated Tender, as stated in ITT 57.2.
58.2 In the extremely unlikely event that there is a tie for the lowest evaluated
price, the Tenderer with the superior past performance with the
Purchaser shall be selected, whereby factors such as delivery period,
quality of Goods delivered, complaints history and performance
indicators could be taken into consideration.
58.3 In the event that there is a tie for the lowest price and none of the
Tenderers has the record of past performance with the Purchaser, then
Section 1-5 for Cumilla_Lot-1 29
the Tenderer shall be selected, subject to firm confirmation through the
Post-qualification process described in ITT Clause 61, after
consideration as to whether the quality of Goods that is considered more
advantageous by the end-users.
58.4 The successful Tenderer as stated under ITT Sub Clauses 58.1, 60.2
and 60.3 shall not be selected through lottery under any circumstances.
59. Post-qualification 59.1 After determining the lowest-evaluated responsive tender as sated
under ITT Sub-Clause 58.1, the Purchaser’s TEC pursuant to Rule 100
of the Public Procurement Rules, 2008, shall carry out the Post-
Qualification of the Tenderer, using only the requirements specified in
Sub-Section C, Qualification Criteria.
59.2 The TEC shall contact the references given by Tenderers about their
previous Supply experiences to verify, if necessary, statements made by
them in their Tender and to obtain the most up-to-date information
concerning the Tenderers.
59.3 The TEC may visit the premises of the Tenderer as a part of the post-
qualification process, if practical and appropriate, to verify information
contained in its Tender.
59.4 The TEC shall determine to its satisfaction whether the Tenderer that is
selected as having submitted the lowest evaluated responsive Tender is
qualified to perform the Contract satisfactorily.
59.5 The objective of any visit under ITT Sub-Clause 59.3 shall be limited to
a general and visual inspection of the Tenderer’s facilities and its plant
and equipment, and there shall be no discussion concerning the Tender
or its evaluation with the Tenderer during such visit(s).
59.6 In the event that the Tenderer with lowest evaluated cost fails the post-
qualification, the TEC shall make a similar determination for the
Tenderer offering the next lowest evaluated cost and so on from the
remaining responsive Tenders, provided that,
(a) such action shall only be taken if the evaluated costs of the
Tenders under consideration are acceptable to the Purchaser;
(b) when the point is reached whereby the evaluated costs of the
remaining responsive Tenders are significantly higher than that
of the official estimate, or the market price, the Purchaser may
take action pursuant to Rule 33 of the PPR 2008 and may
proceed for re-Tendering, using a revised Tender Document
designed to achieve a more successful result.
60. Negotiation 60.1 No negotiations shall be held during the financial offer evaluation or
award, with the lowest or any other Tenderer.
60.2 The Procuring Entity through the TEC may, however, negotiate with the
lowest evaluated Tenderer with the objective to reduce the Contract
Price by reducing the scope of works or a reallocation of risks and
responsibilities, only when it is found that the lowest evaluated Tender is
significantly higher than the official estimated cost; the reasons for such
higher price being duly investigated.
60.3 If the Procuring Entity decides to negotiate for reducing the scope of the
requirements under ITT Sub Clause 60.2, it will be required to guarantee
that the lowest Tenderer remains the lowest Tenderer even after the
scope of work has been revised and shall further be ensured that the
objective of the Procurement will not be seriously affected through this
reduction.
60.4 In the event that the Procuring Entity decides because of a high Tender
price to reduce the scope of the requirements to meet the available
Section 1-5 for Cumilla_Lot-1 30
budget, the Tenderer is not obliged to accept the award and shall not be
penalised in any way for un-accepting the proposed award.
61. Rejection of All
61.1 The Purchaser may, in the circumstances as stated under ITT Sub-
Tenders Clause 61.2 and pursuant to Rule 33 of the Public Procurement Rules
2008, reject all Tenders following recommendations from the Tender
Evaluation Committee only after the approval of such recommendations
by the Head of the Purchaser.rejected, if –
61.2 All Tenders can be rejected, if -
(a) the price of the lowest evaluated Tender exceeds the official
estimate, provided the estimate is realistic; or
(b) there is evidence of lack of effective competition; such as non-
participation by a number of potential Tenderers; or
(c) the Tenderers are unable to propose completion of the
delivery within the stipulated time in its offer, though the
stipulated time is reasonable and realistic; or
(d) all Tenders are non-responsive; or
(e) evidence of professional misconduct, affecting seriously the
Procurement process, is established pursuant to Rule 127 of
the Public Procurement Rules, 2008.
61.3 Notwithstanding anything contained in ITT Sub-Clause 61.2 Tenders
may not be rejected if the lowest evaluated price is in conformity with
the market price.
61.4 A Purchaser may pursuant to Rule 35 of the Public Procurement
Rules, 2008, on justifiable grounds, annul the Procurement
proceedings prior to the deadline for the submission of Tenders.
61.5 All Tenders received by the Purchaser shall be returned unopened to
the Tenderers in the event Procurement proceedings are annulled
under ITT Sub-Clause 61.4.
62. Informing Reasons 62.1 Notice of the rejection, pursuant to Rule 35 of the Public Procurement
for Rejection Rules, 2008, will be given promptly within seven (7) days of decision
taken by the Purchaser to all Tenderers and, the Purchaser will, upon
receipt of a written request, communicate to any Tenderer the reason(s)
for its rejection but is not required to justify those reason(s).
G. Contract Award
63. Award Criteria 63.1 The Purchaser shall award the Contract to the Tenderer whose offer
is responsive to the Tender Document and that has been determined
to be the lowest evaluated Tender, provided further that the Tenderer
is determined to be Post-Qualified as stated under ITT Clause 59.
63.2 A Tenderer shall not be required, as a condition for award of contract,
to undertake obligations not stipulated in the Tender Document, to
change its price, or otherwise to modify its Tender.
64. Notification of 64.1 Prior to the expiry of the Tender validity period and within seven (7)
Award working days of receipt of the approval of the award by the Approving
Authority, the Purchaser pursuant to Rule 102 of the Public
procurement Rules, 2008, shall issue the Notification of Award (NOA)
to the successful Tenderer.
64.2 The Notification of Award, attaching the contract as per the sample
(Form PG5A-7) to be signed, shall state:
(a) the acceptance of the Tender by the Purchaser;
(b) the price at which the contract is awarded;
(c) the amount of the Performance Security and its format;
Section 1-5 for Cumilla_Lot-1 31
(d) the date and time within which the Performance Security shall
be submitted; and
(e) the date and time within which the contract shall be signed.
64.3 The Notification of Award shall be accepted in writing by the
successful Tenderer within seven (7) working days from the date of
issuance of NOA.
64.4 Until a formal contract is signed, the Notification of Award shall
constitute a Contract, which shall become binding upon the furnishing
of a Performance Security and the signing of the Contract by both
parties.
64.5 The Notification of Award establishes a Contract between the
Purchaser and the successful Tenderer and the existence of a
Contract is confirmed through the signature of the Contract Document
that includes all agreements between the Purchaser and the
successful Tenderer.
65. Performance 65.1 The Performance Security shall be determined sufficient to protect the
Security performance of the Contract pursuant to Rule 27 of the Public
Procurement Rules, 2008.
65.2 Performance Security shall be furnished by the successful Tenderer in
the amount specified in the TDS and denominated in the currencies in
which the Contract Price is payable pursuant to Rule 102 (8) of the Public
Procurement Rules, 2008.
65.3 The proceeds of the Performance Security shall be payable to the
Purchaser unconditionally upon first written demand as compensation for
any loss resulting from the Supplier’s failure to complete its obligations
under the Contract.
66. Form and Time 66.1 The Performance Security shall be in the form of irrevocable Bank
Limit for Guarantee in the format (Form PG5A-9) as stated under ITT Clause 65,
furnishing of shall be issued by an internationally reputable bank and it shall have
Performance correspondent bank located in Bangladesh, to make it enforceable
security pursuant to Rule 27(4) of the Public Procurement Rules, 2008..
66.2 Within twenty-eight (28) days from issue of the Notification of Award, the
successful Tenderer shall furnish the Performance Security for the due
performance of the Contract in the amount specified under ITT Sub
Clause 65.2.
67. Validity of 67.1 The Performance Security shall be required to be valid until a date
Performance twenty-eight (28) days beyond the date of completion of the Supplier’s
Security performance obligations under the Contract, including any warranty
obligations.
67.2 If under any circumstances date of completion of the Supplier’s
performance obligations under the Contract, including any warranty
obligations is to be extended, the Performance Security shall
correspondingly be extended for the extended period.
68. Authenticity of 69.1 The Purchaser shall verify the authenticity of the Performance Security
performance submitted by the successful Tenderer by sending a written request to the
Security branch of the bank issuing irrevocable Bank Guarantee in specified
format.
69.2 If the Performance Security submitted under ITT Sub Clause 65.2 is not
found to be authentic, the Purchaser shall proceed to take measures
against the Tenderer in accordance with Section 64 of the Act and
pursuant to Rule 127 of the Public Procurement Rules, 2008.
Section 1-5 for Cumilla_Lot-1 32
69. Contract Signing
69.1 At the same time as the Purchaser issues the Notification of Award, the
Purchaser shall send the draft Contract Agreement and all documents
forming the Contract pursuant to Rule 102 of the Public Procurement
Rule, 2008, to the successful Tenderer.
69.2 Within twenty-eight (28) days of the issuance of Notification of Award, the
successful Tenderer and the Purchaser shall sign the contract provided
that the Performance Security submitted by the Tenderer is found to be
genuine.
69.3 If the successful Tenderer fails to provide the required Performance
Security, as stated under ITT Clause 65 or to sign the Contract , as stated
under ITT Sub-Clause 69.2, Purchaser shall proceed to award the
Contract to the next lowest evaluated Tenderer, and so on, by order of
ranking pursuant to Rule 102 of the Public Procurement Rules,2008.
70. Publication of
70.1 Notification of Awards for Contracts of Taka 10 (ten) million and above
Notification of
shall be notified by the Purchaser to the Central Procurement Technical
Award of Contract
Unit within 7(seven) days of issuance of the NOA for publication in their
website, and that notice shall be kept posted for not less than a month
pursuant to Rule 37 of the Public Procurement Rules, 2008.
70.2 Notification of Award for Contracts below Taka 10(ten) million, shall be
published by the Purchaser on its Notice Board and where applicable on
the website of the Purchaser and that notice shall be kept posted for not
less than a month pursuant to Rule 37 of the Public Procurement Rules,
2008..
71. Debriefing of 72.1 Debriefing of Tenderers by Purchaser shall outline the relative status
Tenderers and weakness only of his or her Tender requesting to be informed of
the grounds for not accepting the Tender submitted by him or her
pursuant to Rule 37 of the Public Procurement Rule, 2008, without
disclosing information about any other Tenderer.
72.2 In the case of debriefing confidentiality of the evaluation process shall
be maintained.
72. Right to 72.1 Any Tenderer has the right to complain if it has suffered or likely to suffer
Complains loss or damage due to a failure of a duty imposed on the Purchaser to fulfil
its obligations in accordance with Section 29 of the Public Procurement
Act 2006 and pursuant to Part 12 of Chapter Three of the Public
Procurement Rules, 2008.
72.2 Circumstances in which a formal complaint may be lodged in sequence
by a potential Tenderer against a Purchaser pursuant to Rule 56 of the
Public Procurement Rules, 2008, and the complaints, if any, be also
processed pursuant to Rule 57 of the Public Procurement Rules 2008.
72.3 The potential Tenderer shall submit his or her complaint in writing within
seven (7) calendar days of becoming aware of the circumstances giving
rise to the complaint.
72.4 In the first instance, the potential Tenderer shall submit his or her
complaint to the Purchaser who issued the Tender Document.
72.5 The place and address for the first stage in the submission of complaints
to the Administrative Authority is provided in the TDS.
72.6 The Tenderer may appeal to a Review Panel only if the Tenderer has
exhausted all his or her options of complaints to the administrative
authority as stated under ITT Sub-Clause 72.2.
Section 1-5 for Cumilla_Lot-1 33
Section 2. Tender Data Sheet
Instructions for completing the Tender Data Sheet are provided, as needed, in the notes in italics and under lined
mentioned for the relevant ITT clauses.
ITT Amendments of, and Supplements to, Clauses in the Instruction to Tenderers
Clause
A. General
ITT 1.1 The Procuring Entity/Employer/Purchaser is : Bangladesh Power Development Board
(BPDB)
Representative:
Secretary
Bangladesh Power Development Board (BPDB)
Address: WAPDA Building (1st floor), Motijheel C/A, Dhaka-1000.
Telephone: +880-2-9554209
e-mail address: [email protected]
Project Manager/Consignee:
Project Director, Power Distribution System Development Project, Cumilla Zone, BPDB,
Cumilla.
Camp Office:
12th Floor, Bidyut Bhaban, 1, Abdul Goni Road, BPDB, Dhaka.
E-mail: [email protected]
Ph: +88-02-9572118
Engineer:
“Engineer” means Director, Directorate of Design & Inspection-II, 9/B, Motijheel C/A,
Dhaka-1000. E-mail: [email protected], Phone: +880 2 41052310.
The Name and identification number of Tender is:
“DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 03NOS. NEW 33/11KV
2X10/13.33 MVA AIS SUBSTATION, 01NOS. UP-GRADATION To 33/11KV 2X16/20 MVA
AIS SUBSTATION AND EXTENSION OF 33KV SWITCHYARD & BAY AT 132/33KV
HORINDHARA, CUMILLA GRID SUB-STATION INCLUDING CIVIL WORKS AND OTHER
RELATED WORKS ON TURNKEY BASIS UNDER POWER DISTRIBUTION SYSTEM
DEVELOPMENT PROJECT, CUMILLA ZONE OF BPDB (PACKAGE NO: -GD-1, LOT-1).”
Tender No.: ......................................................
ITT 1.2 The number, identification and name of lots comprising the Tender are: Single Lot on
Trunkey Basis.
ITT3.1 The source of public funds is Government of Bangladesh (GoB).
ITT3.3 The name of the Development Partner is None.
ITT5.1 Tenderers from the following countries are not eligible:
Israel and countries having no diplomatic relation with the Government of Bangladesh
ITT 5.13 Tenderers shall have the following up to date valid License: Trade/Business License.
Section 1-5 for Cumilla_Lot-1 34
ITT6.1 Materials, Equipment and associated services from the following countries are not eligible:
Israel and countries having no diplomatic relation with the Government of Bangladesh. Goods
from a country which is not included in the specified countries mentioned in the respected GTP
in Section 8: Guaranteed Technical Particulars is also not acceptable.
ITT 6.3 Manufacturer & Tenderer has to mention only single country of origin
(New [manufacturing country/country for major assembly] for the same manufacturer for
Clause) individual specific item, otherwise his Tender/Bid shall be non-responsive.
ITT 7.5 Added immediate after Clause No. 7.4
(New
Clause)
Each Tenderer before submitting his Tender will carefully examine the tender requirements
and visit the site(s) to determine the existing conditions, facilities and limitations. Tenderer
shall have made all necessary arrangement to carry out the Contract if awarded for the Supply
& Installation of Plant & Equipment to completing the Scope of Work as described in Section
6: Employer’s Requirement. Any neglect to delay or failure on the part of the tenderer to obtain
reliable information upon the foregoing or any matter effecting the work and completion period
shall not relieve the successful tenderer of his responsibilities, risks or liabilities until final
acceptance of the Supply & Installation of Plant & Equipment in case of award of the contract.
B. Tender Document
ITT8.2 The following are the offices of the Purchaser or authorised agents for the purpose of
providing the Tender Document:
Agent’s Name:
Project Director, Power Distribution System Development Project,
Cumilla Zone, BPDB.
Camp Office:
12th Floor, Bidyut Bhaban, 1, Abdul Goni Road, BPDB, Dhaka.
E-mail: [email protected]
Ph: +88-02-9572118
ITT9.1 For clarification of Tender Document purposes only, the Procuring Entity‟s address is:
Attention: Secretary, Bangladesh Power Development Board (BPDB)
Address: WAPDA Building (1st floor), Motijheel C/A, Dhaka-1000.
Telephone: +880-2-9554209
e-mail address: [email protected]
ITT10.1 A Pre- Tender meeting shall be held at- Address, Time & Date as per Tender Notice.
C. Qualification Criteria
ITT 13.1 The maximum 3 (three) number of arbitration against the Tenderer over a period of the last
5(five) years.
ITT 14.1 The Tenderer shall have a minimum of 5 (five) years of overall experience in the role of
(a) contractor, subcontractor, or management contractor.
Section 1-5 for Cumilla_Lot-1 35
ITT 14.1 The minimum specific experience as a Contractor or Subcontractor or Management Contractor
(b) in similar to the proposed plant and services in at least a number of 2(two) contract(s) of
similar nature*, complexity and methods/construction technology successfully completed
within the last 10 (ten) years, each with a value of at least Tk. 51 (Fifty One) Crore or equivalent
USD 4.3 (Four Point Three) million.
In addition, performance of the completed turnkey contracts and ongoing turnkey
contract(s) as mentioned in Annexure: 5-1 and Annexure: 5-2 shall be taken into
consideration during evaluation.
Note:
1. The Tenderer shall have to submit End User Certificate(s) in End User’s official pad; in
favor of above mentioned experience stating that the performance of the supplied plant
and services are satisfactory at least one (01) year.
2. The End User Certificate(s) duly signed by the end user shall mention the name &
commissioning date of the plant and services which were designed, supplied,
installed/constructed, tested and commissioned by Tenderer (lead partner in case of JV)
and shall contain end-user’s full mailing address, e-mail address, website address, fax
number and phone number for the convenience of authentication. In any case, BPDB
reserve the right to verify genuineness of End User Certificate(s).
3. Certificate(s) those are not in Bangla/English must be notarized on translated English
version.
4. *Similar nature means: Constriction of 33/11kV or higher voltage level AIS/GIS+AIS
Substation and having capacity regarding engineering, supply, erection, installation,
testing and commissioning of at least 2x10/13.33MVA or higher capacity substations on
turnkey basis.
ITT The required average annual turnover shall be greater than Tk. 87 (Eighty Seven) Crore or
15.1(a) equivalent USD 7.4 (Seven point Four) million within the best three (3) years in the last five
(5) years; years counting backward from the date of publication of IFT in the newspaper.
[Note: Average Annual Turnover shall be calculated as total certified payments received for contracts in
progress or completed]
ITT The minimum amount of liquid assets or working capital or credit facilities of the Tenderer
15.1(b) must satisfy the assessment of Financial Resources Availability as mentioned in Annexure:
5-4.
[for Tenders where the package contains more than one (1) lot, this qualification requirements shall be
mentioned separately for each lot in the package]
Section 1-5 for Cumilla_Lot-1 36
ITT A Project Manager, Engineer, and other key staff shall have the following qualifications and
16.1(a) experience:
Total Works Experience in
Sl.No. Position Experience similar works
(Years) (Years)
01 Project Manager- 1 no. 15 05
02 Deputy Project Manager- 1 nos. 12 05
03 Design Engineer- 1 nos. 10 05
04 Electrical Engineer- 2nos. 10 05
05 AIS Expert*- 1 no. 10 05
06 Power Transformer Expert*- 1 no. 10 05
07 Protection/Control Engineer- 1 no. 10 05
08 Civil Engineer- 1 nos. 10 05
09 Foreman- 4 nos. 05 03
10 Technician (Auto CAD)- 1 nos. 05 02
11 Technician (Electrical)- 5 nos. 05 02
12 Site Engineer
05 02
(Electrical/Mechanical/Civil)- 5 nos.
Tenderer shall provide manpower detail information in accordance of Technical proposal
(Form PG5A-4) and an undertaking certificate regarding manpower that mentioned
manpower will be engaged in the proposed work on dedicated basis (i.e. no involvement
in any other ongoing work at the time of implementation of proposed work). Failure to
submit or misrepresentation of the detail information for manpower, Tender shall be
rejected without further evaluation.
The tenderer shall provide details of proposed personal and CV of the employee except expertise
shall be endorsed by the Tenderer in its letter head pad.
*The Tenderer shall state clearly in its Tender to the effect that installation, testing and
commissioning of AIS and Power Transformer shall be performed by experts of relevant
manufacturer. In this regard, the Tenderer shall provide CV of the expertise of the relevant
manufacturer in addition to the CV of Tenderer's employee.
Except as the Employer may otherwise agree, no changes shall be made in the Personnel. If, for
any reason beyond the reasonable control of the Contractor, it becomes necessary to replace any
of the Personnel, the Contractor shall forthwith provide as a replacement a person of equivalent
or higher qualifications acceptable to the Employer, including prior review where necessary.
If the Employer, finds that any of the Personnel has committed serious misconduct or has been
charged with having committed a criminal action; or has reasonable cause to be dissatisfied with
the performance of any of the Personnel; then the Contractor shall, at the Employer’s written
request specifying the grounds therefore, forthwith provide as a replacement, a person with
qualifications and experience, as stated under ITT 16.1(a), acceptable to the Employer.
[for Tenders where the package contains more than one (1) lot, this qualification requirement may be necessary for each
lot in the package, subject to the nature of the control required over each package]
Section 1-5 for Cumilla_Lot-1 37
ITT 17.1 The Tenderer shall own or have proven access to hire or lease of the major equipment, in full
working order as follows :
Equipment Type and
No Minimum Number Required
Characteristics
1 Crane 10 tons 02 set
2 Transportation Vehicles As required
3 04 set
Relay test set
4 04 set
Primary Current Injector
5 04 set
Secondary Current Injector
6 05 set
Earth tester
7 Insulation testers (5 kV) 05 set
8 Live-Line Voltage & Current
Measuring Tools 05 set
9 Others As required
[for Tenders where the package contains more than one (1) lot, this qualification requirement may be necessary for
each lot in the package, subject to the nature of the control required over each package]
ITT 18.1 The value of non-judicial stamp for execution of the Joint Venture Agreement shall be Tk 300
only.
ITT 18.2 Maximum number of partners in the JV shall be “not limited”
The minimum qualification requirements of Leading Partner, other Partner(s) and
requirements by summation of a JV shall be as follows:
TDS Clauses Requirements Requirements for Leading Requirements for other
References by summation Partner Partner(s)
Summation not Same as for
ITT-14.1(a) Same as stated in TDS
applicable Leading Partner
At least two
ITT-14.1(b) 100% Not applicable
Contract
ITT-15.1(a) 100% 40% 25%
ITT-15.1(b) 100% 40% 25%
ITT-16.1(a) 100% Not applicable Not applicable
ITT-17.1 100% Not applicable Not applicable
[Percent share of business of the JVCA partners shall not be taken into account in determining the
qualification of a JVCA].
D. Tender Preparation
ITT 19.2 The maximum of percentage is 20% of the Contract Value of Goods allowed to be
subcontracted.
ITT 19.4 The Nominated Subcontractor(s) named shall execute the following specific components
of the proposed Works: None.
ITT 20.1 Tenders are being invited for Single Lot [Lot-1].
Section 1-5 for Cumilla_Lot-1 38
ITT 24.2
The Tenderer shall prepare and submit its Tender documenting in chronological
order but not limited to as following:
Envelope-1[Technical Offer]
Volume-1 of 5
Tenderer’s General, Legal and Regulatory Qualification Requirement:
Sl. Description Yes No Page
No. No.
1 Registration /Certificate of Incorporation /Trade
licence in its country of origin / relevant documents
as documentary evidence to satisfy experience
criteria as stated in ITT 14.1(a).
2 Updated VAT, TIN, TAX Certificates, NID Copy
3 Eligibility criteria (ITT 5),
4 Litigation history (ITT 13),
5 Arbitration Declaration (ITT 13.1)
6 Delegation of Power of Attorney/Authorization
Letter to Sign the Bid
7 PG5A – 1a : Tender Submission Letter for Technical
Proposal
8 PG5A – 2a : Tenderer Information Sheet
9 PG5A – 2b: JVCA Partner Information
10 JVCA Agreement & JVCA Criteria fulfilment
declaration (Wherever applicable)
11 List of Proposed Sub-Contractors (if any)
12 PG5A – 2c: Subcontractor Information
13 Financial Deviation List (if any)
14 Bid Security Declaration (if any)
15 PG5A – 6: Bank Guarantee for Tender Security
16 Bill of Quantity (BOQ) as per Section 6. Employer’s
Requirements
17 Country of Origin Declaration Form
18 General Experience criteria [ITT 14.1 (a)]
19 Tender validity declaration [ITT 30.2]
20 Declaration of Payment Terms
21 Tax, VAT & Insurance requirements
Section 1-5 for Cumilla_Lot-1 39
Volume-2 of 5
Tenderer’s Financial Qualification Requirement:
Sl. Description Yes No Page
No. No.
23 Financial Experience Criteria [ITT 15.1(a)]
24 Information of all completed turnkey contracts in
govt. entities under power sector of Bangladesh
within last 10 (ten) years (end user’s satisfactory
performance certificate/PAC/FAC/ Completion
Certificate) in the format attached as Annexure: 5-
1.
25 Information of all ongoing turnkey contract(s) in
govt. entities under power sector of Bangladesh in
the format attached as Annexure: 5-2 with
supporting document (Acceptance of NOA/Contact
agreement) along with the up to date progress cum
work quality certificate from end user. Also the
information as required in Annexure: 5-3 &
Annexure: 5-4
26 Letter of Commitment (Form PG5A-6a) for credit
line(s) substantiated by any schedule Bank as
documentary evidence to satisfy financial criteria as
stated in ITT 15.1(b).
27 Audited Financial Reports or Cash flow statements
as documentary evidence to satisfy total certified
payments received for contracts in
progress/completed to calculate required Average
Annual Turnover as stated in ITT 15.1(a).
Volume-3 of 5
Tenderer’s Organizational Profile and Human Resourcing:
Sl. Description Yes No Page
No. No.
28 Organizational Profile
29 List of Tenderer’s Supply Experience
30 Personal Information form shall be endorsed by the
Tenderer on his official pad as documentary
evidence to satisfy the criteria as stated in ITT
16.1(a).
31 Equipment Information form shall be endorsed by
Tenderer on his official pad as documentary
evidence to satisfy the criteria as stated in ITT
16.1(b).
32 Proveness of access to hire or lease of the major
equipment, in full working order [ITT 17.1]
33 CVs/Bio data of proposed experts
Section 1-5 for Cumilla_Lot-1 40
Volume-4 (A) of 5
Technical Qualification Requirement:
Sl. Description Yes No Page
No. No.
34 PG5A – 4: Technical Proposal, Work Plan and Bar
Chart
35 Technical alternative proposal (if any)
36 Technical Deviation List (if any)
37 Factory Acceptance Test (FAT)/Quality
Acceptance Test (QAT) Schedule [GCC 38.2]
38 List of Manufacturer’s similar supplied goods
39 Completion Schedule declaration for whole
facilities [GCC 1.1 (dd) & 24.1]
Volume-4 (B) of 5
Sl. Description Yes No Page
No. No.
40 End User certificate as documentary evidence to
satisfy experience criteria as stated in ITT 14.1(b).
41 Manufacturer’s Authorization (Form PG5A-5)
42 Warranty Certificate (Form PG5A-12) from
Tenderer as per GCC 42 and from manufacturer.
43 Manufacturer’s End user certificates [ITT 24.2 (r)]
44 PG5A – 4a : Specification submission &
compliance sheet.
45 Guaranteed Technical Particulars (GTP)
46 IEC 61850 Test Certificate for all Protective
Relays.
47 Manufacturer’s ISO Certificate
Volume-4 (C) of 5
Sl. Description Yes No Page
No. No.
48 Type Test Reports/Certificates
Section 1-5 for Cumilla_Lot-1 41
Volume-4 (D) of 5
Sl. Description Yes No Page
No. No.
49 Product Brochures/Catalogue
50 User’s Manual
Volume-4 (E) of 5
Sl. Description Yes No Page
No. No.
51 Site visit Report
52 Block Diagram, Circuit Diagram, Logic Diagram,
characteristic curve, Third Party cyber security
certification etc.
53 Design calculations
54 Design & Drawing Submission
Volume-5 of 5
Sl. Description Yes No Page
No. No.
55 Sealed & signed original Tender Document
(which was issued by BPDB) including
addenda.
N.B. 1. For each volume, it shall contain all the indexes of all volumes under the title of
‘’Table of Content & Checklist’’
2. For Volume 4(C) & 4 (D), the tenderer can choose to segregate of these volumes in
suitable part(s) for comfortable size, if necessary.
ITT The Tenderer shall submit with its technical offer the following additional documents:
24.2(r)
1. Tenderer shall have to submit the information of all completed turnkey contracts in
govt. entities under power sector of Bangladesh within last 10 (ten) years; years
counting backward from the date of publication of IFT in the newspaper, with
supporting document (end user’s satisfactory performance certificate/PAC/FAC/
Completion Certificate) in the format attached as Annexure: 5-1.
2. Tenderer shall have to submit the information of all ongoing turnkey contract(s) in govt.
entities under power sector of Bangladesh in the format attached as Annexure: 5-2 with
supporting document (Acceptance of NOA/Contact agreement) along with the upto date
progress cum work quality certificate from end user.
3. Sealed & signed original Tender Document (which was issued by BPDB) by a person
duly authorized to sign on behalf of the tender. Copy of issued tender document will
not be acceptable.
4. Registration /Certificate of Incorporation /Trade licence in its country of origin /
relevant documents as documentary evidence to satisfy experience criteria as stated in
ITT 14.1(a).
Section 1-5 for Cumilla_Lot-1 42
5. End User certificate as documentary evidence to satisfy experience criteria as stated in
ITT 14.1(b).
6. Audited Financial Reports or Cash flow statements as documentary evidence to satisfy
total certified payments received for contracts in progress/completed to calculate
required Average Annual Turnover as stated in ITT 15.1(a).
7. Letter of Commitment (Form PG5A-6a) for credit line(s) substantiated by any schedule
Bank as documentary evidence to satisfy financial criteria as stated in ITT 15.1(b).
8. Personal Information form shall be endorsed by the Tenderer on his official pad as
documentary evidence to satisfy the criteria as stated in ITT 16.1(a).
9. Equipment Information form shall be endorsed by Tenderer on his official pad as
documentary evidence to satisfy the criteria as stated in ITT 16.1(b).
10. Warranty Certificate (Form PG5A-12) from Tenderer as per GCC 42.
11. Bill of Quantity (BOQ) as per Section 6. Employer’s Requirements
12. Guaranteed Technical Particulars (GTP) in Section 8 shall be properly filled up in
manufacturer’s official pad with submission of related supporting documents & signed
by the Manufacturer & Tenderer. All the properly filled up GTP mentioned in
Section-8 shall be submitted in one book/volume of the Bid Document.
13 (a) Manufacturer’s Supply Experience (supported by Copy of Completion Certificate
from Purchaser along with NOA/ Contract Agreement/ Purchase Order and the
certificate shall contain End User's full mailing address, fax/telephone number, website
address, domain e-mail address for the convenience of authentication) for offered type
similar or higher capacity rating 33kV Power Transformer, 33kV Outdoor VCB, 33kV
PCM Panel, 11kV VCB Air Insulated Switchgear (AIS) with PCM Panel, Battery &
Battery Charger, 33kV & 11kV XLPE Power Cable, 33kV & 11kV CT, PT, LA & SAS
of same voltage class within the last 05 (five) years i.e. years counting backward from
the date of publication of IFT in the newspaper. Manufacturer’s Supply Experience
shall be furnished in the following supply record format. (The Supply Experience
covering at least 25% (Only for 33kV XLPE Power Cable 5%) of the tendered quantity
in a single contract will be considered only):
Sl. Name, Address, Contract No. & Contract Description Date of
No. Phone & Fax No. Date/NOA Value of materials Completion of
of the with Supply
Purchaser Quantity
13 (b) At least 02 (two) nos. Manufacturer’s Satisfactory Performance Certificates from
Electricity Utility as End User depicting that each offered type similar or higher capacity
rating 33kV Power Transformer, 33kV Outdoor VCB, 33kV PCM Panel, 11kV VCB
Air Insulated Switchgear (AIS) with PCM Panel, Battery & Battery Charger, 33kV &
11kV XLPE Power Cable, 33kV & 11kV CT & PT of same voltage class within last
10(ten) years i.e. years counting backward from the date of publication of IFT in the
newspaper and has been in satisfactorily service for at least 02(two) years and for 33kV
& 11kV LA & SAS. The Satisfactory Performance Certificate (SPC) shall be in End
User’s official pad and shall contain End User's full mailing address, fax/telephone
number, website address, domain e-mail address for the convenience of authentication.
Note: Electricity Utility means an organization/company that engages in electricity generation/ transmission /
distribution of electricity for sale in a regulated market.
Section 1-5 for Cumilla_Lot-1 43
For 33KV VCB with PCM & 11KV Switchgear (AIS) Panel:
13. Manufacturer's authorization for Protective Relays from ABB (Switzerland/
Sweden/Finland) or Siemens (Germany) or Schneider Electric (UK/France) or
ALSTOM (UK/France) or NR (China), SEL, USA & Energy Meters from European
Country/ North American Country/Japan/Australia in prescribed Form (PG5A-5).
14. Type Test Certificates & Reports:
For 33KV AIS Switchgear (Outdoor VCB with PCM):
Type Test Certificates & Reports for offered type similar or higher Ampere rating
Outdoor Vacuum Circuit Breaker for same voltage class from any short-circuit testing
liaison (STL) Member [http://www.stl-liaison.org/web/03_Members.php] Testing
Organization or Laboratory as per relevant IEC standard. The type test report along with
results shall include at least the following tests:
a) Lightning Impulse Voltage withstand tests
b) Power Frequency withstand tests
c) Temperature Rise tests
d) Measurement of Resistance of the main circuit.
e) Short-time withstand current and peak withstand current tests.
f) Mechanical Endurance tests
g) Short Circuit performance tests
h) Out-of-phase making & breaking tests
i) IP55 tests.
For 11KV AIS Switchgear (VCB with PCM):
Type Test Certificates & Reports for offered type similar or higher Ampere rating
Switchgear for same voltage class from any short-circuit testing liaison (STL) Member
[http://www.stl-liaison.org/web/03_Members.php] Testing Organization or Laboratory
as per relevant IEC standard. The type test report along with results shall include at
least the following tests:
a) Lightning Impulse Voltage Withstand tests.
b) Power frequency withstands tests.
c) Temperature Rise Tests.
d) Measurement of resistance of the main circuit.
e) Short-circuit performance tests (including short-time and peak withstand
current tests, verification of making & breaking capacities tests).
f) Internal Arc Fault test
g) Mechanical Endurance tests.
15. IEC 61850 Test Certificate for all Protective Relays.
For Substation Automation System(SAS):
16. Manufacturer's authorization for Substation Automation System (SAS) in prescribed
Form (PG5A-5).
17. The following documentation shall be provided for the system during the course of the
project and they shall be consistent, CAD supported, and of similar look/feel:
Block Diagram
Circuit Diagram
Test Specification for Factory Acceptance Test (FAT)
Logic Diagram
Third Party cyber security certification.
Section 1-5 for Cumilla_Lot-1 44
For Power Transformers :
18. Manufacturer's authorization for (On Load tap Changer) OLTC from MR, Germany/
ABB, Sweden in prescribed Form (PG5A-5).
19. Cross-sectional Drawing showing the arrangement of core and windings (HT, LT, Tap)
of the offered type Transformer.
20. Type Test Certificates, Reports & Special Tests for offered type similar or higher MVA
rating power transformer for same voltage class from any short-circuit testing liaison
(STL) Member [http://www.stl-liaison.org/web/03_Members.php] Testing
Organization or Laboratory as per relevant IEC standard. The type test report shall
include at least the following tests along with results:
a) Temperature Rise Test
b) Lightning Impulse Test
a) Short circuit withstands test report of HV-LV
21. No load loss, full load Loss calculation (i.e. I2R loss, winding eddy current loss & Stray
loss) at ONAN & ONAF condition, Short circuit calculation, temperature rise
calculation (Top Oil, mean Oil, LV & HV winding at ONAN & ONAF condition for
nominal Tap, minimum & maximum tap), Cooling Calculation at ONAN & ONAF
condition for total losses at minimum Tap and calculation of flux density, Core
diameter, Gross cross-sectional area of Core, Net cross-sectional area of Core,
Core weight, Stack thickness and Mean length of core along with the drawing of
window height, Core leg center. Tenderer’s quoted No load Loss and Full load loss
shall be supported by loss calculation. Moreover, Tenderer shall submit the
characteristic curve (flux vs Loss/Kg) of core materials.
For 33kV & 11kV CT & PT
22. Type Test Certificates & Reports for offered type similar or higher ampere rating CT &
PT from any short-circuit testing liaison (STL) Member [http://www.stl-
liaison.org/web/03_Members.php] Testing Organization or Laboratory or ILAC
accredited independent testing laboratory as per relevant IEC standard.
The type test report along with results shall include at least the following tests:
a. Short time current.
b. Lightning impulse withstand.
c. Temperature Rise tests.
d. Wet test.
e. Accuracy Test.
For 110V DC Substation Battery & 110V DC Battery Charger
23. Type Test Certificates & Reports for offered type similar of higher ampere rating
Substation Battery & 110V DC Battery Charger from any independent testing
laboratory as per relevant IEC standard.
Section 1-5 for Cumilla_Lot-1 45
For 33KV & 11kV Surge Arrester (LA):
24. Type test report for offered type Lightning Arresterof same voltage class as per IEC
60099-4. All Type Test shall be done from any of the following independent testing
laboratories:
I. CESI
II. ESEF ASEFA
III. JSTC
IV. KEMA
V. PEHLA
VI. TUV Rheinland
VII. SATS
VIII. STLNA
IX. VEIKI
X. ZKU
XI. UL
For XLPE Power Cable:
25. Type Test Certificates & Reports for XLPE insulated Copper cable of similar or higher
size of similar or higher voltage class from any short-circuit testing liaison (STL)
Member [http://www.stl-liaison.org/web/03_Members.php] Testing Organization or
Laboratory or China National Center for quality Supervision and test of electrical wire
and cable as per relevant IEC standard.
26. Short circuit earth fault current with details Calculation for metal sheath.
27. Detail cross sectional drawing of the offered type cable showing dimension &
identification name.
For 33kV & 11 kV XLPE Copper Cable Termination Kit
28. The test certificate and reports as per relevant IEC 60502-4 for the offered type 33kV
& 11 kV XLPE Copper Cable Termination Kit shall be submitted with the offer from
internationally reputed Independent testing laboratory and the report shall include at
least the following test:
a) AC Voltage withstand (dry)
b) AC Voltage withstand (wet)
c) Partial Discharge.
d) Impulse Voltage withstand
e) Thermal Cycle
f) Humidity (for Indoor type)
g) Thermal Short-circuit.
h) Dynamic Short-circuit.
For 33kV Isolator with/without Earth Blade:
29. The following test certificate along with test results for offered type Isolator confirming
to the tender document shall be submitted with the offer from internationally reputed
Independent testing laboratory or reputed & renowned testing laboratory as per relevant
IEC Standard, otherwise the bid will be rejected.
Section 1-5 for Cumilla_Lot-1 46
a) Short time & peak withstand current.
b) Resistance measurement of the main circuit.
c) Temperature rise.
d) Lightning Impulse Voltage withstand.
e) Dielectric test
f) Operating and mechanical endurance test
g) verification of the protection
h) Operation at the temperature limits
Note: If required, Purchaser will authenticate Type Test/Calibration Certificates & Reports from the
Certificates & Reports issuing laboratory and if any applicable charge /cost impose by issuing laboratory
for said authentication shall be borne by Tenderer. The certificates and Reports shall contain laboratory’s
full mailing address, e-mail address, website address and fax/telephone number for the convenience of
authentication. If these information are not mentioned in the Certificates & Reports, all these information
should be mentioned in the Letterhead pad of the manufacturer duly seal & signed by the manufacturer
representative.
Others:
30. The Tenderer shall mention maximum days required to complete the supply of
equipment/ materials (at site) and maximum days required for the completion of actual
design, erection, installation, testing, commissioning & Civil work in bar chart form
within the completion time.
31. All Tender Forms as thereof.
32. Site visit Report.
24.3(d) The Tenderer shall submit with its financial offer the following additional documents: None
ITT 25.1 Alternatives shall be permitted.
[Note: “A tenderer may submit alternatives only with a tender for the base case. The
Purchaser shall only consider the alternatives offered by the Tenderer whose tender for the
base case was determined to be the lowest responsive evaluated tender.”
“Offer of alternatives shall be permitted only for alternative technical specification
complying with base technical specification parameter and employer’s requirement
specified in the tender documents.”]
ITT 26.1 Tenderers shall quote for the entire Plant and Installation Services on a single responsibility
basis.
ITT Price of Plant and Mandatory Spare parts shall be quoted on CIP.
26.5(a)
Port of Landing: Any port of Chittagong/Dhaka/Khulna (Mongla)/Benapole.
Place of Destination: Project site or Project Store, Cumilla or BPDB’s store near to the
substation sites or any store/place as directed by Consignee.
ITT Local transportation to named place of final destination is: Project site.
26.5(e)
ITT 26.7 The prices quoted by the Tenderer shall be fixed for the duration of the Contract.
ITT 27.4 Name of the foreign currency: USD/EUR/GBP/JPY.
Section 1-5 for Cumilla_Lot-1 47
ITT 28.1 Spare parts are: Required as per BOQ.
(b)
Period of time the Equipment are expected to be functioning (for the purpose of spare parts):
20 (Twenty) years from issuing date of FAC.
[Note: Such spare parts as the Purchaser may elect to purchase from the supplier, provided that this election
shall not relieve the supplier of any warranty obligations under the contract; Such spare parts that the
Purchaser may be able to purchase from other supplier/manufacturers but are compatible with the goods
procured ]
ITT Manufacturer’s authorization is:
29.3(b)
Manufacturer’s Authorization (Form PG5A-5) is required for all item mentioned in
Guaranteed Technical Particular (GTP), Section 8.
Note: Authorization letter from Manufacturer's Sales office (if located outside the
manufacturing country) and Dealer/Trading house will not be accepted if not supported by
Manufacturer's letter. In this regard, scanning paper, email copy, faxed copy & sealed
signature will not be accepted. Manufacturer's signature in Authorization letter shall be
hand written by pen i.e, signature through stamp/seal is not accepted. The Authorization
letter shall mention domain e-mail address, telephone/fax and designation with detail
address of the manufacturer representative duly signed in the manufacturer's official pad.
ITT After sales service is required.
29.3(c)
ITT 30.2 The Tender validity period shall be 180 days.
ITT 32.2 The amount of the Tender Security shall be As per Tender Notice in favour of Secretary,
BPDB.
ITT 37.1 In addition to the original of the Tender, 3(three) copies shall be submitted within the date
and time mentioned in the Tender Notice.
E. Submission of Tender
ITT The inner and outer envelopes shall bear the following additional identification marks :
38.2(e)
1. Date of Submission
2. Seal & Signature of the Tenderer
Book Binding and Page Number is required for original and copies. Any Technical offer
associated with Financial offer in the same envelopes will be rejected.
ITT The inner and outer envelopes shall bear the following additional identification marks :
38.4(e)
1. Date of Submission
2. Seal & Signature of the Tenderer.
ITT 39.1 For Tender submission purposes, the Purchaser’s address is:
Attention: Secretary, BPDB
Address: WAPDA Building (1st floor), Motijheel C/A, Dhaka-1000.
Telephone: +880-2-9554209
e-mail address: [email protected]
The deadline for submission of Tenders is: as specified in Tender Notice or subsequent
amendment for Tender submission (if any).
Electronic Tender submission is not permitted.
Section 1-5 for Cumilla_Lot-1 48
ITT 39.3 For Tender submission purposes only, the Procuring Entity’s address is:
Multiple Dropping is Not Applicable.
Address (PRIMARY PLACE ):
Attention: Secretary, BPDB
Address: WAPDA Building (1st floor), Motijheel C/A, Dhaka-1000.
Telephone: +880-2-9554209
e-mail address:
[email protected] Address (SECONDARY PLACES): Not Applicable.
The deadline for the submission of Tenders is: as specified in tender notice or amendment of
submission time (if any).
ITT 39.4 The deadline for hand-delivering of the Tenders at the PRIMARY PLACE is:
as specified in tender notice or amendment of submission time (if any).
F. Opening and Evaluation of Tenders
ITT 45.1 The technical offer opening shall take place at (always the primary place):
Office of the secretary, BPDB
Address: WAPDA Building (1st floor), Motijheel C/A, Dhaka-1000.
Telephone: +880-2-9554209
e-mail address:
[email protected] Time & Date: as specified in Tender Notice or subsequent amendment for Tender
submission (if any).
The tender shall be opened in presence of the Tenderers.
Electronic Tender opening procedures is not permitted.
ITT 57.5 The applicable economic factors, for the purposes of evaluation of Tenders shall be:
(a) Adjustment for Deviations in the Delivery and Completion Schedule: Not
Applicable.
“The Plant and Service covered by this Tendering process are required to be
delivered in accordance with, and completed within, the Delivery and Completion
Schedule specified in Section 6, Employer’s Requirements. No credit will be given
for earlier completion. Tender offering delivery schedules beyond of the date
specified in Section 6, Employer’s Requirement, shall be rejected.”
(b) Cost of major replacement components, mandatory spare parts, and service:
Not Applicable.
(c) Other factors affecting the true economic value: Applicable only for
Capitalization cost of Power Transformer as per Technical Specification.
Section 1-5 for Cumilla_Lot-1 49
ITT57.7 a) If the lowest Evaluated Tender is significantly below the official estimated cost or
unbalanced as a result of front loading in the opinion of the TEC, the TEC may require
(New the Tenderer to produce detailed breakdown of unit price or rates for any or all items of
Clause) the Price Schedule, to demonstrate the internal consistency of those prices with the
construction methods and schedule proposed. After evaluation of the breakdown of the
unit price or rates, taking into consideration the schedule of estimated Contract
payments, the Purchaser may require that the amount of the Performance Security set
forth in ITT Sub Clause 65.2 be increased at the expenses of the Tenderer to a level as
stated in TDS under ITT Sub Clause 65.4 sufficient to protect the Employer against
financial loss in the event of default by such Tenderer during Contract implementation,
if awarded the Contract.
G. Award of Contract
ITT 65.2 The amount of Performance Security shall be Ten percent 10% of the Contract Price for the
Facility or for the part of the Facility for which a separate Time for Completion is provided.
ITT65.4 The Employer may increase the amount of the Performance Security above the amounts as
stated under ITT Sub Clause 65.2 but not exceeding twenty five (25) percent of the Contract
(New
price, if it is found that the Tender is significantly below the official estimated cost or
Clause)
unbalanced as a result of front loading as stated under ITT Sub Clause 57.7
ITT 72.5 The name and address of the office where complaints to the Purchaser are to be submitted
is:
Attention: Secretary, BPDB
Address: WAPDA Building (1st floor), Motijheel C/A, Dhaka-1000.
Telephone: +880-2-9554209
e-mail address: [email protected]
Section 1-5 for Cumilla_Lot-1 50
Section 3. General Conditions of Contract
A. General
1. Definitions
1.1 In the Conditions of Contract, which include Particular Conditions
and these General Conditions, the following words and expressions
shall have the meaning hereby assigned to them. Boldface type is
used to identify the defined terms:
(a) Approving Authority means the authority which, in
accordance with the Delegation of Financial powers,
approves the award of Contract for the Procurement of
Goods, Works and Services.
(b) Act means The Public Procurement Act, 2006 (Act 24 of
2006).
(c) Commissioning means operation of the Facilities or any
part thereof by the Contractor following Completion, which
operation is to be carried out by the Contractor for the
purpose of carrying out Guarantee Test(s).
(d) Competent Authority means the authority that gives
decision on specific issues as per delegation of
administrative and/or financial powers.
(e) Completion means that the Facilities (or a specific part
thereof where specific parts are specified in the Contract)
have been completed operationally and structurally and put
in a tight and clean condition, that all work in respect of Pre
Commissioning of the Facilities or such specific part thereof
has been completed, and that the Facilities or specific part
thereof are ready for Commissioning.
(f) Completion Certificate means the Certificate issued by the
Project Manager as evidence that the Contractor has
executed the services in all respects as per design, drawing,
specifications and Conditions of Contract.
(g) Completion Date is the actual date of completion of the
plant and services certified by the Project Manager, in
accordance with GCC Clause 24.
(h) Contract Agreement means the Agreement entered into
between the Procuring Entity and the Contractor, together
with the Contract Documents referred to therein, including
all attachments, appendices, and all documents
incorporated by reference therein to supply and install Plant
& Equipment
(i) Contract Documents means the documents listed in GCC
Clause 6, including any amendments thereto.
(j) Contractor/supplier means the Person under contract with
the Procuring Entity for the supply and installation of Plant
& Equipment under the Rules and the Act as stated in the
PCC.
Section 1-5 for Cumilla_Lot-1 51
(k) Contractor’s Representative means any person
nominated by the Contractor and approved by the Employer
to perform the duties delegated by the Contractor.
(l) Contract Price means the price payable to the Contractor
as specified in the Contract Agreement, subject to such
additions and adjustments thereto or deductions therefrom,
for the supply and installation of plant & equipment in
accordance with the provisions of the Contract, subject to
such additions and adjustments thereto or deductions
therefrom, as may be made pursuant to the Contract.
(m) Cost means all expenditures reasonably incurred or to be
incurred by the Contractor, whether on or off the Site,
including overhead ,profit, taxes, duties, fees, and such
other similar levies
(n) Day means calendar day unless otherwise specified as
working days.
(o) Dayworks means work carried out following the instructions
of the Procuring Entity or the authorised Project Manager
and is paid for on the basis of time spent by the Contractor’s
workers and equipment at the rates specified in the
Schedules, in addition to payments for associated Materials
and Plant.
(p) Defect is any part of the Works not completed in accordance
with the Contract.
(q) Defect Liability Period means the period of validity of the
warranties given by the Contractor commencing at
Completion of the Facilities or a part thereof, during which
the Contractor is responsible for defects with respect to the
Facilities (or the relevant part thereof) as provided in
contract document.
(r) Defects Correction Certificate is the certificate issued by
the Project Manager upon correction of defects by the
Contractor.
(s) Drawings include calculations and other information
provided in Section 7 or as approved by the Project Manager
for the execution and completion of the Contract.
(t) Effective Date means the date of fulfillment of all conditions
of the Contract Agreement, from which the Time for
Completion shall be counted.
(u) Equipmentmeans all facilities, equipment, machinery, tools,
apparatus, appliances or things of every kind required in or
for installation, completion and maintenance of Facilities
that are to be provided by the Contractor, but does not
include Plant, or other things intended to form or forming
part of the Facilities.
(v) Facilities means the Plant to be supplied and installed, as
well as all the Installation Services to be carried out by the
Contractor under the Contract. It also includes any ancillary
building or infra structure that needs to be
constructed/built/erected to support the plant.
Section 1-5 for Cumilla_Lot-1 52
(w) Force Majeure means an event or situation beyond the
control of the Contractor that is not foreseeable, is
unavoidable, and its origins not due to negligence or lack of
care on the part of the Contractor; such events may include,
but not be limited to, acts of the Government in its sovereign
capacity, wars or revolutions, fires, floods, epidemics,
quarantine restrictions, and freight embargoes or more as
included in GCC Clause 52.
(x) Goods mean the Contractor’s Plant, Equipment, Materials
or any of them as appropriate.
(y) GCC means the General Conditions of Contract.
(z) Government means the Government of the People’s
Republic of Bangladesh.
(aa) Guarantee Test(s)means the test(s) specified in the
Employer’s Requirements to be carried out to ascertain
whether the Facilities or a specified part thereof is able to
attain the Functional Guarantees specified in the Appendix
to the Contract Agreement titled Functional Guarantees, in
accordance with the provisions of GCC Sub-Clause 43
(Guarantee Test) hereof.
(bb) Head of the Procuring Entity means the Secretary of a
Ministry or a Division, the Head of a Government
Department or Directorate; or the Chief Executive, by
whatever designation called, of a local Government agency,
an autonomous or semi-autonomous body or a corporation,
or a corporate body established under the Companies Act;
(cc) Installation Services means all those services ancillary to
the supply of the Plant for the Facilities, to be provided by
the Contractor under the Contract, such as transportation
and provision of marine or other similar insurance,
inspection, expediting, site preparation works (including the
provision and use of Contractor’s Equipment and the supply
of all construction materials required), installation, testing,
pre-commissioning, commissioning, operations,
maintenance, the provision of operations and maintenance
manuals, training, etc. as the case may require.
(dd) Intended Completion Date is the date calculated from the
Commencement Date as specified in the PCC, on which it
is intended that the Contractor shall complete the Works and
Physical services as specified in the Contract and may be
revised only by the Project Manager by issuing an extension
of time or an acceleration order.
(ee) Materials means things of all kinds other than Plant
intended to form or forming part of the Permanent Works,
including the supply-only materials, if any, to be supplied by
the Contractor under the Contract.
(ff) Month means calendar month.
(gg) Original Contract Price is the Contract Price stated in the
Procuring Entity’s Notification of Award (Form PG5A-7) and
further clearly determined in the PCC.
Section 1-5 for Cumilla_Lot-1 53
(hh) Operational Acceptance means the acceptance by the
Employer of the Facilities (or any part of the Facilities where
the Contract provides for acceptance of the Facilities in
parts), which certifies the Contractor’s fulfillment of the
Contract in respect of Functional Guarantees of the
Facilities (or the relevant part thereof) in accordance with
the provisions of contract
(ii) PCC means the Particular Conditions of Contract.
(jj) Plant means permanent plant, equipment, machinery,
apparatus, materials, articles, ancillary buildings/structure
and things of all kinds to be provided and incorporated in the
Facilities by the Contractor under the Contract (including the
spare parts to be supplied by the Contractor), but does not
include Contractor’s Equipment.
(kk) Pre Commissioning means the testing, checking and other
requirements specified in the Employer’s Requirements that
are to be carried out by the Contractor in preparation for
Commissioning.
(ll) Procuring Entity/Employer/Purchaser means, as the
context so applies, an Entity having administrative and
financial powers to undertake procurement of Plant and
Physical services using public funds and is as named in
the PCC who employs the Contractor to carry out the
contractual obligations.
(mm) Project Manager is the person named in the PCC or any
other competent person appointed by the Procuring Entity
and notified to the Contractor who is responsible for
supervising the execution and completion of the plant and
services and administering the Contract.
(nn) Schedules means the document(s) entitled schedules,
completed by the Contractor and submitted with the Tender
Submission Letter, as included in the Contract. Such
document may include the data, lists and schedules of rates
and/or prices.
(oo) Site means the land and other places upon which the
Facilities are to be installed, and such other land or places
as may be specified in the PCC as forming part of the Site
(pp) Site Investigation Reports are those that were included in
the Tender Document and are factual and interpretative
reports about the surface and subsurface conditions at the
Site.
(qq) Specification means the Specification of the
goods/works/related services included in the Contract and
any modifications or additions to the specifications made or
approved by the Project Manager in accordance with the
Contract.
(rr) Start Date is the date defined in the PCC and it is the last
date when the Contractor shall commence execution of the
goods/works/services under the Contract.
Section 1-5 for Cumilla_Lot-1 54
(ss) Subcontractor means a person or corporate body, who has
a contract with the Contractor to carry out a part of the work
in the Contract, which includes work on the Site.
(tt) Time for Completion means the time within which
Completion of the Facilities as a whole (or of a part of the
Facilities where a separate Time for Completion of such part
has been prescribed) is to be attained, in accordance with
the relevant provisions of the Contract.
(uu) Variation means any change to the plant and services
directly procured from the original Contractor to cover
increases or decreases in quantities, including the
introduction of new work items that are either due to change
of plans, design or alignment to suit actual field conditions,
within the general scope and physical boundaries of the
contract.
(vv) Works means all works associated with the construction,
reconstruction, site preparation, demolition, repair,
maintenance or renovation of railways, roads, highways, or
a building, an infrastructure or structure or an installation or
any construction work relating to excavation, installation of
equipment and materials, decoration, as well as physical
services ancillary to works as detailed in the PCC, if the
value of those services does not exceed that of the Works
themselves.
(ww) Writing means communication written by hand or machine
duly signed and includes properly authenticated messages
by facsimile or electronic mail.
2. Interpretation
2.1 In interpreting the GCC, singular also means plural, male also
means female or neuter, and the other way around. Headings in
the GCC shall not be deemed part thereof or be taken into
consideration in the interpretation or construance of the Contract.
Words have their normal meaning under the language of the
Contract unless specifically defined.
2.2 Entire Agreement.
The Contract constitutes the entire agreement between the
Employer and the Contractor and supersedes all communications,
negotiations and agreements (whether written or verbal) of parties
with respect thereto made prior to the date of Contract Agreement;
except those stated under GCC Sub Clause 6.1(j).
2.3 Non waiver.
(a) Subject to GCC Sub Clause 2.3(b), no relaxation,
forbearance, delay, or indulgence by either party in enforcing
any of the terms and conditions of the Contract or the granting
of time by either party to the other shall prejudice, affect, or
restrict the rights of that party under the Contract, neither shall
any waiver by either party of any breach of Contract operate
as waiver of any subsequent or continuing breach of Contract.
(b) Any waiver of a party’s rights, powers, or remedies under the
Contract must be in writing, dated, and signed by an
authorized representative of the party granting such waiver,
Section 1-5 for Cumilla_Lot-1 55
and must specify the right and the extent to which it is being
waived.
2.4. Severability
If any provision or condition of the Contract is prohibited or rendered
invalid or unenforceable, such prohibition, invalidity or
unenforceability shall not affect the validity or enforceability of any
other provisions and conditions of the Contract.
2.5. Sectional completion
If sectional completion is specified in the PCC, references in the
GCC to the Works, the Completion Date, and the Intended
Completion Date apply to any section of the Works (other than
references to the Completion Date and Intended Completion Date
for the whole of the Works).
3. Communications &
Notices 3.1 Communications between Parties such as notice, request or
consent required or permitted to be given or made by one party to
the other pursuant to the Contract shall be in writing to the
addresses specified in the PCC.
3.2 A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.
3.3 A Party may change its address for notice hereunder by giving the
other Party notice of such change to the address.
4. Governing Law
4.1 The Contract shall be governed by and interpreted in accordance
with the laws of the People’s Republic of Bangladesh.
5. Governing
Language 5.1 The Contract shall be written in English. All correspondences and
documents relating to the Contract may be written in English.
Supporting documents and printed literature that are part of the
Contract may be in another language, provided they are
accompanied by an accurate translation of the relevant passages
in English, in which case, for purposes of interpretation of the
Contract, such translation shall govern.
5.2 The Contractor shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation.
6. Documents
Forming the
6.1 The following documents forming the Contract shall be interpreted
Contract and in the following order of priority:
Priority of
Documents
Section 1-5 for Cumilla_Lot-1 56
(a) the signed Contract Agreement (Form PG5A-8);
(b) the Notification of Award (PG5A-7);
(c) the completed Tender and the Appendix to the Tender;
(d) the Price Schedule for Plant and Services (PG5A-3);
(e) the Particular Conditions of Contract;
(f) the General Conditions of Contract;
(g) the Technical Specifications;
(h) Personnel Information;
(i) Equipment Information;
(j) the Drawings; and
(k) Any other document listed in the PCC forming part of the
Contract.
7. Contract
Agreement
7.1 The parties shall enter into a Contract Agreement within twenty eight
(28) days from the date of issuance of the Notification of Award (NOA).
The costs of stamp duties and similar charges, if any, designated by
the applicable law in connection with entry into the Contract
Agreement, shall be borne by the Employer.
8. Assignment
8.1 Neither the Contractor nor the Employer shall assign, in whole or in
part, its obligations under the Contract; except with the Employer’s
prior written approval.
9. Eligibility
9.1 The Contractor and its Subcontractor(s) shall have the nationality
of a country other than that specified in the PCC.
9.2 All materials, equipment, plant, and supplies used by the Contractor
in both permanent and temporary works and services supplied
under the Contract shall have their origin in the countries except
any specified in the PCC.
10. Gratuities /
Agency fees
10.1 No fees, gratuities, rebates, gifts, commissions or other payments,
other than those included in the Contract, shall be given or received
in connection with the procurement process or in the Contract
execution.
11. Confidential
Details 11.1 The Employer and the Contractor shall keep confidential and shall
not, without the written consent of the other party hereto, divulge to
any third party any documents, data, or other information furnished
directly or indirectly by the other party hereto in connection with the
Contract, whether such information has been furnished prior to,
during or following completion or termination of the Contract.
Notwithstanding the above, the Contractor may furnish to its
Subcontractor such documents, data, and other information it
receives from the Employer to the extent required for the
Subcontractor to perform its work under the Contract, in which
event the Contractor shall obtain from such Subcontractor an
undertaking of confidentiality similar to that imposed on the
Contractor under GCC Clause 11.
Section 1-5 for Cumilla_Lot-1 57
11.2 The Employer shall not use such documents, data, and other
information received from the Contractor for any purposes
unrelated to the Contract. Similarly, the Contractor shall not use
such documents, data, and other information received from the
Employer for any purpose other than the design, construction, or
other work and services required for the performance of the
Contract.
11.3 The obligations of a party under GCC Sub Clauses 11.1 and 11.2
above, however, shall not apply to information that: the Employer
or Contractor needs to share with institutions participating in the
financing of the Contract; now or hereafter enters the public domain
through no fault of that party; can be proven to have been
possessed by that party at the time of disclosure and which was not
previously obtained, directly or indirectly, from the other party; or
otherwise lawfully becomes available to that party from a third party
that has no obligation of confidentiality.
11.4 The above provisions of GCC Clause 11 shall not in any way modify
any undertaking of confidentiality given by either of the parties
hereto prior to the date of the Contract in respect of the Works or
any part thereof.
11.5 The provisions of GCC Clause 11 shall survive completion or
termination, for whatever reason.
12. Joint Venture (JV) 12.1 If the Contractor is a Joint Venture, Consortium, or Association
(JVCA ),
(a) each partner of the JV shall be jointly and severally liable for all
liabilities and ethical or legal obligations to the Employer for the
performance of the Contract;
(b) the JV partners shall nominate a representative who shall have
the authority to conduct all business including the receipt of
payments for and on behalf of all partners of the JV;
(c) in the event of a dispute that results in legal action against all
partners of the JV, if they are available and if only one partner
is available, then that partner alone shall answer on behalf of
all partners and, if the complaint lodged is proven, the penalty
shall be applicable on that lone partner as whatever penalty
all the partners would have received.
(d) the JV shall notify the Employer of its composition and legal
status which shall not be altered without the prior approval of
the Employer.
(e) alteration of partners shall only be allowed if any of the
partners is found to be incompetent or has any serious
difficulties which may impact the overall implementation of the
goods/works/service, whereby the incoming partner shall
require to possess qualifications equal to or higher than that
of the outgoing partner.
(f) if any of the partners of JV has been debarred from
participating in any procurement activity due to corrupt,
fraudulent, collusive or coercive practices, that JV partner
shall be altered following provisions under GCC Sub Clause
12.1 (d) and (e), while in case the Leading Partner has been
Section 1-5 for Cumilla_Lot-1 58
debarred due to the same reasons stated herein the Contract
shall be terminated as stated under GCC Sub Clause 67.1(b).
13. Possession of the 13.1 The Employer shall give possession of the Site or part(s) of the Site,
Site to the Contractor on the date(s) stated in the PCC. If possession
of a part of the Site is not given by the date stated in the PCC, the
Employer will be deemed to have delayed the start of the relevant
activities, and this will be a Compensation Event.
14. Access to the Site 14.1 The Contractor shall allow the Engineer and any person authorised
by the Engineer access to the Site and to any place where work in
connection with the Contract is being carried out or is intended to
be carried out.
15. Safety, Security
15.1 The Contractor shall throughout the execution and completion of
and Protection of
the Environment
the Works and the remedying of any defects therein:
(a) take all reasonable steps to safeguard the health and safety
of all workers working on the Site and other persons entitled
to be on it, and to keep the Site in an orderly state;
(b) provide and maintain at the Contractor’s own cost all lights,
guards, fencing, warning signs and watching for the
protection of the Works or for the safety on-site; and
(c) take all reasonable steps to protect the environment on and
off the Site and to avoid damage or nuisance to persons or
to property of the public or others resulting from pollution,
noise or other causes arising as a consequence of the
Contractors methods of operation.
16. Working Hours 16.1 The Contractor shall not perform any work on the Site on the
weekly holidays, or during the night or outside the normal working
hours, or on any religious or public holiday, without the prior written
approval of the Project Manager.
17. Welfare of 17.1 The Contractor shall comply with all the relevant labour Laws
Laborers
applicable to the Contractor’s personnel relating to their
employment, health, safety, welfare, immigration and shall allow
them all their legal rights.
17.2 The Contractor, in particular, shall provide proper accommodation
to his or her labourers and arrange proper water supply,
conservancy and sanitation arrangements at the site for all
necessary hygienic requirements and for the prevention of
epidemics in accordance with relevant regulations, rules and
orders of the government.
17.3 The Contractor, further in particular, shall pay reasonable wages
to his or her labourers, and pay them in time. In the event of delay
in payment the Employer may effect payments to the labourers
and recover the cost from the Contractor.
17.4 The Contractor shall appoint an accident prevention officer at the
Site, responsible for maintaining safety and protection against
accidents. This person shall be qualified for this responsibility, and
shall have the authority to issue instructions and take appropriate
Section 1-5 for Cumilla_Lot-1 59
protective measures to prevent accidents that could result in injury.
Throughout the execution of the Works, the Contractor shall
provide whatever is required by this person to exercise this
responsibility and authority.
18. Child Labor 18.1 The Contractor shall not employ any child to perform any work that
is economically exploitative, or is likely to be hazardous to, or to
interfere with, the child’s education, or to be harmful to the child’s
health or physical, mental, spiritual, moral, or social development
in compliance with the applicable laws and other relevant treaties
ratified by the government.
19. Fossils&
antiquities 19.1 All fossils, coins, articles of value or antiquity, and structures and
other remains or items of geological or archaeological interest
found on the Site shall be placed under the care and authority of
the Employer. The Contractor shall take reasonable precautions
to prevent Contractor’s Personnel or other persons from removing
or damaging any of these findings.
19.2 The Contractor shall, upon discovery of any such finding, promptly
give notice to the Project Manager, who shall issue instructions for
dealing with it. If the Contractor suffers delay and/or incurs cost
from complying with the instructions, the Contractor shall give a
further notice to the Project Manager and shall be entitled subject
to Claims under GCC Clause 71
20. Corrupt,
Fraudulent,
20.1 The Government requires that Employer, as well as the Contractor
Collusive or shall observe the highest standard of ethics during the
Coercive implementation of procurement proceedings and the execution of
Practices the Contract.
20.2 The Government requires that Employer, as well as the
Contractor shall, during the Procurement proceedings and the
execution of the Contract under public funds, ensure-
(a) strict compliance with the provisions of Section 64 of the
Public Procurement Act, 2006
(b) abiding by the code of ethics as mentioned in the Rule127
of the Public Procurement Rules, 2008;
(c) that neither it, nor any other member of its staff, or any other
agents or intermediaries working on its behalf engages in
any such practice as detailed in GCC Sub Clause 20.2.
20.3 For the purposes of GCC Sub Clause 20.2, the terms set forth
below as follows
(a) “corrupt practice” means offering, giving or promising to
give, receiving, or soliciting either directly or indirectly, to
any officer or employee of a Employer or other public or
private authority or individual, a gratuity in any form;
employment or any other thing or service of value as an
inducement with respect to an act or decision or method
followed by a Employer in connection with a Procurement
proceeding or Contract execution;
(b) “fraudulent practice” means the misrepresentation or
omission of facts in order to influence a decision to be taken
in a Procurement proceeding or Contract execution;
Section 1-5 for Cumilla_Lot-1 60
(c) collusive practice” means a scheme or arrangement
between two (2) or more Persons, with or without the
knowledge of the Employer, that is designed to arbitrarily
reduce the number of Tenders submitted or fix Tender prices
at artificial, non-competitive levels, thereby denying a
Employer the benefits of competitive price arising from
genuine and open competition; or
(d) “Coercive practice” means harming or threatening to harm,
directly or indirectly, Persons or their property to influence
a decision to be taken in the Procurement proceeding or
the execution of the Contract, and this will include creating
obstructions in the normal submission process used for
Tenders.
20.4 Should any corrupt, fraudulent, collusive or coercive practice of
any kind come to the knowledge of the Employer, it will, in the first
place, allow the Contractor to provide an explanation and shall,
take actions only when a satisfactory explanation is not received.
Such decision and the reasons thereof, shall be recorded in the
record of the procurement proceedings and promptly
communicated to the Contractor. Any communications between
the Contractor and the Employer related to matters of alleged
fraud or corruption shall be in writing.
20.5 If corrupt, fraudulent, collusive or coercive practices of any kind
determined by the Employer against the Contractor alleged to
have carried out such practices, the Employer will :
(a) exclude the Contractor from further participation in the
particular Procurement proceeding; or
(b) declare, at its discretion, the Contractor to be ineligible to
participate in further Procurement proceedings, either
indefinitely or for a specific period of time.
20.6 20.6 The Contractor shall be aware of the provisions on corruption,
fraudulence, collusion and coercion in Section 64 of the Public
Procurement Act, 2006 and Rule 127 of the Public Procurement
Rules, 2008.
21. License/ Use of 21.1 For the operation and maintenance of the Plant, the Contractor
Technical
Information
hereby grants a non-exclusive and non-transferable license
(without the right to sub-license) to the Employer under the
patents, utility models or other industrial property rights owned by
the Contractor or by a third Party from whom the Contractor has
received the right to grant licenses thereunder, and shall also grant
to the Employer a non-exclusive and non-transferable right
(without the right to sub-license) to use the know-how and other
technical information disclosed to the Employer under the
Contract. Nothing contained herein shall be construed as
transferring ownership of any patent, utility model, trademark,
design, copyright, know-how or other intellectual property right
from the Contractor or any third Party to the Employer.
21.2 The copyright in all drawings, documents and other materials
containing data and information furnished to the Employer by the
Contractor herein shall remain vested in the Contractor or, if they
are furnished to the Employer directly or through the Contractor by
Section 1-5 for Cumilla_Lot-1 61
any third Party, including suppliers of materials, the copyright in
such materials shall remain vested in such third Party.
B. Subject Matter of Contract
22. Scope of Facilities
22.1 Unless otherwise expressly limited in the Employer’s
Requirements, the Contractor’s obligations cover the provision of
all Plant and the performance of all Installation Services required
for the design, and the manufacture (including procurement,
quality assurance, construction, installation, associated civil
works, Pre Commissioning and delivery) of the Plant, and the
installation, completion and commissioning of the Facilities in
accordance with the plans, procedures, specifications, drawings,
codes and any other documents as specified in the Section,
Employer’s Requirements. Such specifications include, but are
not limited to, the provision of supervision and engineering
services; the supply of labor, materials, equipment, spare parts
and accessories; Contractor’s Equipment; construction utilities
and supplies; temporary materials, structures and facilities;
transportation (including, without limitation, unloading and
hauling to, from and at the Site); and storage, except for those
supplies, works and services that will be provided or performed
by the Employer, as set forth in the Appendix to the Contract
Agreement titled Scope of Works and Supply by the Employer.
22.2 The Contractor shall, unless specifically excluded in the Contract,
perform all such work and/or supply all such items and materials
not specifically mentioned in the Contract but that can be
reasonably inferred from the Contract as being required for
attaining Completion of the Facilities as if such work and/or items
and materials were expressly mentioned in the Contract.
22.3 In addition to the supply of Mandatory Spare Parts included in the
Contract, the Contractor agrees to supply spare parts required
for the operation and maintenance of the Facilities for the period
specified in the PCC and the provisions, if any, specified in the
PCC. However, the identity, specifications and quantities of such
spare parts and the terms and conditions relating to the supply
thereof are to be agreed between the Employer and the
Contractor, and the price of such spare parts shall be that given
in Price Schedule No.1 & 2 under form PG5A-3, which shall be
added to the Contract Price. The price of such spare parts shall
include the purchase price therefor and other costs and
expenses (including the Contractor’s fees) relating to the supply
of spare parts.
23. Time for
23.1 The Contractor shall attain Completion of the Facilities or of a part
Commencement
where a separate time for Completion of such part is specified in
the Contract, within the time stated in the PCC or within such
extended time to which the Contractor shall be entitled under GCC
Clause 65.1 hereof.
24. Time for
24.1 The Contractor shall attain Completion of the Facilities or of a part
Completion
where a separate time for Completion of such part is specified in
the Contract, within the time stated in the PCCor within such
extended time to which the Contractor shall be entitled under GCC
Clause 65.1 hereof.
Section 1-5 for Cumilla_Lot-1 62
25. Employer’s
25.1 All information and/or data to be supplied by the Employer as
Responsibilities
described in the Appendix to the Contract Agreement titled Scope
of Works and Supply by the Employer, shall be deemed to be
accurate, except when the Employer expressly states otherwise
25.2 The Employer shall be responsible for acquiring and providing
legal and physical possession of the Site and access thereto, and
for providing possession of and access to all other areas
reasonably required for the proper execution of the Contract,
including all requisite rights of way, as specified in the Appendix to
the Contract Agreement titled Scope of Works and Supply by the
Employer. The Employer shall give full possession of and accord
all rights of access thereto on or before the date(s) specified in that
Appendix.
25.3 The Employer shall acquire and pay for all permits, approvals
and/or licenses from all local, state or national government
authorities or public service undertakings in the country where the
Site is located which (a) such authorities or undertakings require
the Employer to obtain in the Employer’s name, (b) are necessary
for the execution of the Contract, including those required for the
performance by both the Contractor and the Employer of their
respective obligations under the Contract, and (c) are specified in
the Appendix (Scope of Works and Supply by the Employer).
25.4 If requested by the Contractor, the Employer shall use its best
endeavors to assist the Contractor in obtaining in a timely and
expeditious manner all permits, approvals and/or licenses
necessary for the execution of the Contract from all local, state or
national government authorities or public service undertakings that
such authorities or undertakings require the Contractor or
Subcontractors or the personnel of the Contractor or
Subcontractors, as the case may be, to obtain
25.5 Unless otherwise specified in the Contract or agreed upon by the
Employer and the Contractor, the Employer shall provide
sufficient, properly qualified operating and maintenance
personnel; shall supply and make available all raw materials,
utilities, lubricants, chemicals, catalysts, other materials and
facilities; and shall perform all work and services of whatsoever
nature, including those required by the Contractor to properly carry
out Pre Commissioning, Commissioning and Guarantee Tests, all
in accordance with the provisions of the Appendix to the Contract
Agreement titled Scope of Works and Supply by the Employer, at
or before the time specified in the program furnished by the
Contractor under the provisions of contract specified or as
otherwise agreed upon by the Employer and the Contractor.
25.6 The Employer shall be responsible for the continued operation of
the Facilities after Completion, in accordance with GCC Sub-
Clause 39.8, and shall be responsible for facilitating the Guarantee
Test(s) for the Facilities, in accordance with GCC Sub-Clause
40.2.
25.7 All costs and expenses involved in the performance of the
obligations under this GCC Clause 25 shall be the responsibility of
the Employer, save those to be incurred by the Contractor with
respect to the performance of Guarantee Tests, in accordance
with GCC Sub-Clause 40.2.
Section 1-5 for Cumilla_Lot-1 63
25.8 In the event that the Employer shall be in breach of any of his
obligations under this Clause, the additional cost incurred by the
Contractor in consequence thereof shall be determined by the
Project Manager and added to the Contract Price
26. Contractor’s 26.1 The Contractor shall design, manufacture including associated
Responsibilities purchases and/or subcontracting, install and complete the Facilities
in accordance with the Contract. When completed, the Facilities
should be fit for the purposes for which they are intended as defined
in the Contract.
26.2 The Contractor confirms that it has entered into this Contract on the
basis of a proper examination of the data relating to the Facilities
including any data as to boring tests provided by the Employer, and
on the basis of information that the Contractor could have obtained
from a visual inspection of the Site if access thereto was available
and of other data readily available to it relating to the Facilities as
of the date twenty-eight (28) days prior to tender submission. The
Contractor acknowledges that any failure to acquaint itself with all
such data and information shall not relieve its responsibility for
properly estimating the difficulty or cost of successfully performing
the Facilities.
26.3 The Contractor shall acquire and pay for all permits, approvals
and/or licenses from all local, state or national government
authorities or public service undertakings in the country where the
Site is located which such authorities or undertakings require the
Contractor to obtain in its name and which are necessary for the
performance of the Contract, including, without limitation, visas for
the Contractor’s and Subcontractor’s personnel and entry permits
for all imported Contractor’s Equipment. The Contractor shall
acquire all other permits, approvals and/or licenses that are not the
responsibility of the Employer under GCC Sub-Clause 25.3 hereof
and that are necessary for the performance of the Contract.
27. Employer’s and 27.1 The Employer carries the risks that the Contract states are
Contractor’s Risks Employer’s risks and the Contractor carries the risks that the
Contract states are Contractor’s risks.
28. Employer’s Risks
28.1 From the Start Date until the Defects Correction Certificate has
been issued, the following are Employer’s risks:
(a) the risk of personal injury, death, or loss of or damage to
property (excluding the Works, Plant, Materials, and
Equipment), which are due to
i. use or occupation of the Site by the Works or for the
purpose of the Works, which is the unavoidable result
of the Works or
ii. negligence, breach of statutory duty, or interference
with any legal right by the Employer or by any person
employed by or Contracted to him except the
Contractor.
iii. the risk of damage to the Works, Plant, Materials, and
Equipment to the extent that it is due to a fault of the
Employer or in the Employer’s design, or due to war
or radioactive contamination directly affecting the
country where the Works are to be executed.
Section 1-5 for Cumilla_Lot-1 64
28.2 From the Completion Date until the Defects Correction Certificate
has been issued, the risk of loss of or damage to the Works, Plant,
and Materials is Employer’s risk, except loss or damage due to:
(a) a Defect which existed on the Completion Date;
(b) an event occurring before the Completion Date, which was
not itself Employer’s risk; or
(c) the activities of the Contractor on the Site after the
Completion Date.
29. Contractor’s Risks 29.1 From the Start Date until the Defects Correction Certificate has
been issued the risks of personal injury, death, and loss of or
damage to property including without limitation, the Works, Plant,
Materials, and Equipment, which are not Employer’s risks are
Contractor’s risks.
C. Execution of the Facilities
30. Representatives 31.1 Project Manager
If the Project Manager is not named in the Contract, then within
fourteen (14) days of the Effective Date, the Employer shall
appoint and notify the Contractor in writing of the name of the
Project Manager. The Employer may from time to time appoint
some other person as the Project Manager in place of the person
previously so appointed, and shall give a notice of the name of
such other person to the Contractor without delay. No such
appointment shall be made at such a time or in such a manner as
to impede the progress of work on the Facilities. Such
appointment shall only take effect upon receipt of such notice by
the Contractor. The Project Manager shall represent and act for
the Employer at all times during the performance of the Contract.
All notices, instructions, orders, certificates, approvals and all other
communications under the Contract shall be given by the Project
Manager, except as herein otherwise provided.
All notices, instructions, information and other communications
given by the Contractor to the Employer under the Contract shall
be given to the Project Manager, except as herein otherwise
provided.
30.2 Contractor’s Representative & Construction Manager
30.2.1 If the Contractor’s Representative is not named in the
Contract, then within fourteen (14) days of the Effective Date, the
Contractor shall appoint the Contractor’s Representative and shall
request the Employer in writing to approve the person so
appointed. If the Employer makes no objection to the appointment
within fourteen (14) days, the Contractor’s Representative shall be
deemed to have been approved. If the Employer objects to the
appointment within fourteen (14) days giving the reason therefor,
then the Contractor shall appoint a replacement within fourteen
(14) days of such objection, and the foregoing provisions of this
GCC Sub-Clause 30.2.1 shall apply thereto.
30.2.2 The Contractor’s Representative shall represent and act
for the Contractor at all times during the performance of the
Section 1-5 for Cumilla_Lot-1 65
Contract and shall give to the Project Manager all the Contractor’s
notices, instructions, information and all other communications
under the Contract.
The Contractor shall not revoke the appointment of the
Contractor’s Representative without the Employer’s prior written
consent, which shall not be unreasonably withheld. If the
Employer consents thereto, the Contractor shall appoint some
other person as the Contractor’s Representative, pursuant to the
procedure set out in GCC Sub-Clause 30.2.1.
30.2.3 . The Contractor’s Representative may, subject to the
approval of the Employer which shall not be unreasonably
withheld, at any time delegate to any person any of the powers,
functions and authorities vested in him or her. Any such
delegation may be revoked at any time. Any such delegation or
revocation shall be subject to a prior notice signed by the
Contractor’s Representative, and shall specify the powers,
functions and authorities thereby delegated or revoked. No such
delegation or revocation shall take effect unless and until a copy
thereof has been delivered to the Employer and the Project
Manager.
Any act or exercise by any person of powers, functions and
authorities so delegated to him or her in accordance with this GCC
Sub-Clause 30.2.3 shall be deemed to be an act or exercise by
the Contractor’s Representative.
30.2.4 From the commencement of installation of the Facilities at
the Site until Completion, the Contractor’s Representative shall
appoint a suitable person as the Construction Manager. The
Construction Manager shall supervise all work done at the Site by
the Contractor and shall be present at the Site throughout normal
working hours except when on leave, sick or absent for reasons
connected with the proper performance of the Contract.
Whenever the Construction Manager is absent from the Site, a
suitable person shall be appointed to act as the Construction
Manager’s deputy.
30.2.5 The Employer may by notice to the Contractor object to
any representative or person employed by the Contractor in the
execution of the Contract who, in the reasonable opinion of the
Employer, may behave inappropriately, may be incompetent or
negligent, or may commit a serious breach of the Site regulations
provided under GCC Sub-Clause 37.4. The Employer shall
provide evidence of the same, whereupon the Contractor shall
remove such person from the Facilities.
30.2.6 If any representative or person employed by the Contractor
is removed in accordance with GCC Sub-Clause 30.2.5, the
Contractor shall, where required, promptly appoint a replacement.
31. Work Program 31.1 Contractor’s Organization
The Contractor shall supply to the Employer and the Project
Manager a chart showing the proposed organization to be
established by the Contractor for carrying out work on the
Facilities within twenty-one (21) days of the Effective Date. The
chart shall include the identities of the key personnel and the
curricula vitae of such key personnel to be employed shall be
supplied together with the chart. The Contractor shall promptly
inform the Employer and the Project Manager in writing of any
revision or alteration of such an organization chart.
Section 1-5 for Cumilla_Lot-1 66
31.2 Program of Performance
Within twenty-eight (28) days after the Effective Date, the
Contractor shall submit to the Project Manager a detailed
program of performance of the Contract, made in a form
acceptable to the Project Manager and showing the sequence in
which it proposes to design, manufacture, transport, assemble,
install and Pre Commission the Facilities, as well as the date by
which the Contractor reasonably requires that the Employer shall
have fulfilled its obligations under the Contract so as to enable
the Contractor to execute the Contract in accordance with the
program and to achieve Completion, Commissioning and
Acceptance of the Facilities in accordance with the Contract.
The program so submitted by the Contractor shall accord with
the Time Schedule included in the Appendix to the Contract
Agreement titled Time Schedule, and any other dates and
periods specified in the Contract.
The Contractor shall update and revise the program as and when
appropriate or when required by the Project Manager, but
without modification in the Times for Completion specified in the
PCC pursuant to Sub-Clause 24.1 and any extension granted in
accordance with GCC Clause 65.1, and shall submit all such
revisions to the Project Manager.
31.3 Progress Report
The Contractor shall monitor progress of all the activities
specified in the program referred to in GCC Sub-Clause 31.2
above, and supply a progress report to the Project Manager
every month.
The progress report shall be in a form acceptable to the Project
Manager and shall indicate: (a) percentage completion achieved
compared with the planned percentage completion for each
activity; and (b) where any activity is behind the program, giving
comments and likely consequences and stating the corrective
action being taken.
31.4 Progress of Performance
If at any time the Contractor’s actual progress falls behind the
program referred to in GCC Sub-Clause 31.2, or it becomes
apparent that it will so fall behind, the Contractor shall, at the
request of the Employer or the Project Manager, prepare and
submit to the Project Manager a revised program, taking into
account the prevailing circumstances, and shall notify the Project
Manager of the steps being taken to expedite progress so as to
attain Completion of the Facilities within the Time for Completion
under GCC Sub-Clause 24.1, any extension thereof entitled
under GCC Sub-Clause 65.1, or any extended period as may
otherwise be agreed upon between the Employer and the
Contractor.
31.5 Procedures
The Contract shall be executed in accordance with the Contract
Documents including the procedures given in the Forms and
Procedures of the Employer’s Requirements. The Contractor
may execute the Contract in accordance with its own standard
project execution plans and procedures to the extent that they
do not conflict with the provisions contained in the Contract.
Section 1-5 for Cumilla_Lot-1 67
32. Subcontractor 32.1 Subcontracting the whole of the Plant and Service by the
Contractor shall not be permissible. The Contractor shall be
responsible for the acts or defaults of any Subcontractor, his or
her agents or employees, as if they were the acts or defaults of
the Contractor.
32.2 The Contractor shall not be required to obtain consent from the
Project Manager or his representative, for suppliers solely of
Materials or to a subcontract for which the Specialist
Subcontractor(s) is already named in the Contract.
32.4 The prior consent, in writing, of the Engineer shall however be
obtained for other proposed Subcontractor(s).
33. Nominated
33.1 Nominated Subcontractor named in the Contract shall be
Subcontractor
entitled to execute the specific components of the Works stated
in the PCC.
33.2 The Contractor shall not be under obligations to employ a
Nominated Subcontractor against whom the Contractor raises
reasonable objection by notice to the Engineer as soon as
practicable, with supporting particulars while there are reasons
to believe that the Subcontractor does not have sufficient
competence, resources or financial strength, or does not accept
to indemnify the Contractor against and from any negligence or
misuse of Goods by the nominated Subcontractor, or does not
accept to enter into a subcontract which specifies that, for the
subcontracted work including design, if any, the Nominated
Subcontractor shall undertake to the Contractor such
obligations and liabilities as will enable the contractor to
discharge his or her liabilities under the Contract.
34. Other Contractors
34.1 The Contractor shall cooperate and share the Site with other
Contractors, public authorities, utilities, the Engineer and the
Employer between the dates given in the Schedule of other
Contractors. The Contractor shall also provide facilities and
services for them as described in the Schedule. The Employer
may modify the Schedule of other Contractors, and shall notify the
Contractor of any such modification.
Section 1-5 for Cumilla_Lot-1 68
35. Design and 35.1 Specifications and Drawings
Engineering
35.1.1 The Contractor shall execute the basic and detailed design and
the engineering work in compliance with the provisions of the
Contract, or where not so specified, in accordance with good
engineering practice. The Contractor shall be responsible for any
discrepancies, errors or omissions in the specifications, drawings
and other technical documents that it has prepared, whether such
specifications, drawings and other documents have been
approved by the Project Manager or not, provided that such
discrepancies, errors or omissions are not because of inaccurate
information furnished in writing to the Contractor by or on behalf
of the Employer.
35.1.2 The Contractor shall be entitled to disclaim responsibility for any
design, data, drawing, specification or other document, or any
modification thereof provided or designated by or on behalf of the
Employer, by giving a notice of such disclaimer to the Project
Manager.
35.2 Codes and Standards
Wherever references are made in the Contract to codes and
standards in accordance with which the Contract shall be
executed, the edition or the revised version of such codes and
standards current at the date twenty-eight (28) days prior to date
of tender submission shall apply unless otherwise specified.
During Contract execution, any changes in such codes and
standards shall be applied subject to approval by the Employer
and shall be treated in accordance with GCC Clause 64.
35.3. Approval/Review of Technical Documents by Project Manager
35.3.1 The Contractor shall prepare or cause its Subcontractors to
prepare, and furnish to the Project Manager the documents
listed in the Appendix to the Contract Agreement titled List
of Documents for Approval or Review, for its approval or
review as specified and in accordance with the
requirements of GCC Sub-Clause 31.2 (Program of
Performance).
Any part of the Facilities covered by or related to the
documents to be approved by the Project Manager shall be
executed only after the Project Manager’s approval thereof.
GCC Sub-Clauses 35.3.2 through 35.3.6 shall apply to those
documents requiring the Project Manager’s approval, but
not to those furnished to the Project Manager for its review
only
35.3.2 Within fourteen (14) days after receipt by the Project
Manager of any document requiring the Project Manager’s
approval in accordance with GCC Sub-Clause 35.3.1, the
Project Manager shall either return one copy thereof to the
Contractor with its approval endorsed thereon or shall notify
the Contractor in writing of its disapproval thereof and the
reasons therefor and the modifications that the Project
Manager proposes. If the Project Manager fails to take such
action within the said fourteen (14) days, then the said
Section 1-5 for Cumilla_Lot-1 69
document shall be deemed to have been approved by the
Project Manager.
35.3.3. The Project Manager shall not disapprove any document,
except on the grounds that the document does not comply
with the Contract or that it is contrary to good engineering
practice.
35.3.4 If the Project Manager disapproves the document, the
Contractor shall modify the document and resubmit it for the
Project Manager’s approval in accordance with GCC Sub-
Clause 35.3.2. If the Project Manager approves the
document subject to modification(s), the Contractor shall
make the required modification(s), whereupon the
document shall be deemed to have been approved.
35.3.5 The Project Manager’s approval, with or without
modification of the document furnished by the Contractor,
shall not relieve the Contractor of any responsibility or
liability imposed upon it by any provisions of the Contract
except to the extent that any subsequent failure results from
modifications required by the Project Manager.
35.3.6 The Contractor shall not depart from any approved
document unless the Contractor has first submitted to the
Project Manageran amended document and obtained the
Project Manager’s approval thereof, pursuant to the
provisions of this GCC Sub-Clause 35.3. If the Project
Manager requests any change in any already approved
document and/or in any document based thereon, the
provisions of GCC Clause 64 shall apply to such request.
36. Procurement 36.1 Plant
Subject to GCC Sub-Clause 60.2, the Contractor shall procure and
transport all Plant in an expeditious and orderly manner to the Site.
36.2 Employer-Supplied Plant
If the Appendix to the Contract Agreement titled Scope of Works
and Supply by the Employer, provides that the Employer shall
furnish any specific items to the Contractor, the following provisions
shall apply:
36.2.1 The Employer shall, at its own risk and expense, transport
each item to the place on or near the Site as agreed upon by the
Parties and make such item available to the Contractor at the time
specified in the program furnished by the Contractor, pursuant to
GCC Sub-Clause 31.2, unless otherwise mutually agreed.
36.2.2 Upon receipt of such item, the Contractor shall inspect the
same visually and notify the Project Manager of any detected
shortage, defect or default. The Employer shall immediately
remedy any shortage, defect or default, or the Contractor shall, if
practicable and possible, at the request of the Employer, remedy
such shortage, defect or default at the Employer’s cost and
expense. After inspection, such item shall fall under the care,
custody and control of the Contractor. The provision of this GCC
Sub-Clause 36.2.2 shall apply to any item supplied to remedy any
Section 1-5 for Cumilla_Lot-1 70
such shortage or default or to substitute for any defective item, or
shall apply to defective items that have been repaired.
36.2.3 The foregoing responsibilities of the Contractor and its
obligations of care, custody and control shall not relieve the
Employer of liability for any undetected shortage, defect or default,
nor place the Contractor under any liability for any such shortage,
defect or default whether under GCC Clause 42 or under any other
provision of Contract.
36.3 Transportation
36.3.1 The Contractor shall at its own risk and expense transport
all the materials and the Contractor’s Equipment to the Site by the
mode of transport that the Contractor judges most suitable under
all the circumstances.
36.3.2 Unless otherwise provided in the Contract, the Contractor
shall be entitled to select any safe mode of transport operated by
any person to carry the materials and the Contractor’s Equipment.
36.3.3 Upon dispatch of each shipment of materials and the
Contractor’s Equipment, the Contractor shall notify the Employer
by telex, cable, facsimile or electronic means, of the description of
the materials and of the Contractor’s Equipment, the point and
means of dispatch, and the estimated time and point of arrival in
the country where the Site is located, if applicable, and at the Site.
The Contractor shall furnish the Employer with relevant shipping
documents to be agreed upon between the Parties.
36.3.4 The Contractor shall be responsible for obtaining, if
necessary, approvals from the authorities for transportation of the
materials and the Contractor’s Equipment to the Site. The
Employer shall use its best endeavors in a timely and expeditious
manner to assist the Contractor in obtaining such approvals, if
requested by the Contractor. The Contractor shall indemnify and
hold harmless the Employer from and against any claim for damage
to roads, bridges or any other traffic facilities that may be caused
by the transport of the materials and the Contractor’s Equipment to
the Site.
36.4 Customs Clearance
The Contractor shall, at its own expense, handle all imported
materials and Contractor’s Equipment at the point(s) of import and
shall handle any formalities for customs clearance, subject to the
Employer’s obligations under GCC Sub-Clause 60.2, provided
that if applicable laws or regulations require any application or act
to be made by or in the name of the Employer, the Employer shall
take all necessary steps to comply with such laws or regulations.
In the event of delays in customs clearance that are not the fault
of the Contractor, the Contractor shall be entitled to an extension
in the Time for Completion, pursuant to GCC Clause 65.
37. Installation 37.1 Setting Out/Supervision
37.1.1 Bench Mark: The Contractor shall be responsible for the
true and proper setting-out of the Facilities in relation to bench
marks, reference marks and lines provided to it in writing by or on
behalf of the Employer.
Section 1-5 for Cumilla_Lot-1 71
If, at any time during the progress of installation of the Facilities,
any error shall appear in the position, level or alignment of the
Facilities, the Contractor shall forthwith notify the Project Manager
of such error and, at its own expense, immediately rectify such
error to the reasonable satisfaction of the Project Manager. If such
error is based on incorrect data provided in writing by or on behalf
of the Employer, the expense of rectifying the same shall be borne
by the Employer.
37.1.2 Contractor’s Supervision: The Contractor shall give or
provide all necessary superintendence during the installation of
the Facilities, and the Construction Manager or its deputy shall be
constantly on the Site to provide full-time superintendence of the
installation. The Contractor shall provide and employ only
technical personnel who are skilled and experienced in their
respective callings and supervisory staff who are competent to
adequately supervise the work at hand.
37.2 Labor:
37.2.1 Engagement of Staff and Labor
(a) Except as otherwise stated in the Specification, the
Contractor shall make arrangements for the engagement of
all staff and labor, local or otherwise, and for their payment,
housing, feeding and transport.
(b) The Contractor shall provide and employ on the Site in the
installation of the Facilities such skilled, semi-skilled and
unskilled labor as is necessary for the proper and timely
execution of the Contract. The Contractor is encouraged to
use local labor that has the necessary skills.
(c) The Contractor shall be responsible for obtaining all
necessary permit(s) and/or visa(s) from the appropriate
authorities for the entry of all labor and personnel to be
employed on the Site into the country where the Site is
located. The Employer will, if requested by the Contractor,
use his best endeavors in a timely and expeditious manner
to assist the Contractor in obtaining any local, state, national
or government permission required for bringing in the
Contractor’s personnel.
(d) The Contractor shall at its own expense provide the
means of repatriation to all of its and its Subcontractor’s
personnel employed on the Contract at the Site to the place
where they were recruited or to their domicile. It shall also
provide suitable temporary maintenance of all such persons
from the cessation of their employment on the Contract to
the date programmed for their departure. In the event that
the Contractor defaults in providing such means of
transportation and temporary maintenance, the Employer
may provide the same to such personnel and recover the
cost of doing so from the Contractor.
37.2.2 Persons in the Service of Employer
Section 1-5 for Cumilla_Lot-1 72
The Contractor shall not recruit, or attempt to recruit, staff and
labor from amongst the Employer’s Personnel.
37.2.3 Facilities for Staff and Labor
Except as otherwise stated in the Specification, the
Contractor shall provide and maintain all necessary
accommodation and welfare facilities for the Contractor’s
Personnel. The Contractor shall also provide facilities for the
Employer’s Personnel as stated in the Specification.
The Contractor shall not permit any of the Contractor’s
Personnel to maintain any temporary or permanent living
quarters within the structures forming part of the Permanent
Works
37.3 Contractor’s Equipment
37.3.1 All Contractor’s Equipment brought by the Contractor onto
the Site shall be deemed to be intended to be used
exclusively for the execution of the Contract. The
Contractor shall not remove the same from the Site without
the Project Manager’s consent that such Contractor’s
Equipment is no longer required for the execution of the
Contract.
37.3.2 Unless otherwise specified in the Contract, upon completion
of the Facilities, the Contractor shall remove from the Site
all Equipment brought by the Contractor onto the Site and
any surplus materials remaining thereon.
37.3.3 The Employer will, if requested, use its best endeavors to
assist the Contractor in obtaining any local, state or national
government permission required by the Contractor for the
export of the Contractor’s Equipment imported by the
Contractor for use in the execution of the Contract that is no
longer required for the execution of the Contract.
37.4 Site Regulations and Safety
The Employer and the Contractor shall establish Site regulations
setting out the rules to be observed in the execution of the Contract
at the Site and shall comply therewith. The Contractor shall
prepare and submit to the Employer, with a copy to the Project
Manager, proposed Site regulations for the Employer’s approval,
which approval shall not be unreasonably withheld.
Such Site regulations shall include, but shall not be limited to, rules
in respect of security, safety of the Facilities, gate control,
sanitation, medical care, and fire prevention. reasonable costs
incurred by the Employer in connection therewith shall be paid by
the Contractor to the Employer. Otherwise, the cost of such
remedial work shall be borne by the Employer.
37.5 Site Clearance
37.5.1 Site Clearance in Course of Performance: In the course of
carrying out the Contract, the Contractor shall keep the Site
reasonably free from all unnecessary obstruction, store or remove
Section 1-5 for Cumilla_Lot-1 73
any surplus materials, clear away any wreckage, rubbish or
temporary works from the Site, and remove any Contractor’s
Equipment no longer required for execution of the Contract
37.6 Opportunities for Other Contractors
37.6.1 The Contractor shall, upon written request from the
Employer or the Project Manager, give all reasonable
opportunities for carrying out the work to any other contractors
employed by the Employer on or near the Site.
37.6.2 If the Contractor, upon written request from the Employer
or the Project Manager, makes available to other contractors any
roads or ways the maintenance for which the Contractor is
responsible, permits the use by such other contractors of the
Contractor’s Equipment, or provides any other service of
whatsoever nature for such other contractors, the Employer shall
fully compensate the Contractor for any loss or damage caused or
occasioned by such other contractors in respect of any such use
or service, and shall pay to the Contractor reasonable
remuneration for the use of such equipment or the provision of
such services.
37.7 Emergency Work
37.7.1 If, by reason of an emergency arising in connection with and
during the execution of the Contract, any protective or remedial
work is necessary as a matter of urgency to prevent damage to the
Facilities, the Contractor shall immediately carry out such work.
If the Contractor is unable or unwilling to do such work
immediately, the Employer may do or cause such work to be done
as the Employer may determine is necessary in order to prevent
damage to the Facilities. In such event the Employer shall, as soon
as practicable after the occurrence of any such emergency, notify
the Contractor in writing of such emergency, the work done and
the reasons therefor. If the work done or caused to be done by the
Employer is work that the Contractor was liable to do at its own
expense under the Contract.
37.7.2 Clearance of Site after Completion: After Completion of
all parts of the Facilities, the Contractor shall clear away and
remove all wreckage, rubbish and debris of any kind from the Site,
and shall leave the Site and Facilities in a clean and safe condition.
37.8 Watching and Lighting
The Contractor shall provide and maintain at its own expense all
lighting, fencing, and watching when and where necessary for the
proper execution and the protection of the Facilities, or for the
safety of the owners and occupiers of adjacent property and for the
safety of the public.
38. Test & Inspection 38.1 The Contractor shall at its own expense carry out at the place of
manufacture and/or on the Site all such tests and/or inspections of
the Plant and any part of the Facilities as are specified in the
Contract.
Section 1-5 for Cumilla_Lot-1 74
38.2 The Employer and the Project Manager or their designated
representatives shall be entitled to attend the aforesaid test and/or
inspection, provided that the Employer shall bear all costs and
expenses incurred in connection with such attendance including, but
not limited to, all traveling and board and lodging expenses.
38.3 38.3 Whenever the Contractor is ready to carry out any such test
and/or inspection, the Contractor shall give a reasonable advance
notice of such test and/or inspection and of the place and time
thereof to the Project Manager. The Contractor shall obtain from
any relevant third Party or manufacturer any necessary permission
or consent to enable the Employer and the Project Manager or their
designated representatives to attend the test and/or inspection.
38.4 The Contractor shall provide the Project Manager with a certified
report of the results of any such test and/or inspection. If the
Employer or Project Manager or their designated representatives
fails to attend the test and/or inspection, or if it is agreed between
the Parties that such persons shall not do so, then the Contractor
may proceed with the test and/or inspection in the absence of
such persons, and may provide the Project Manager with a
certified report of the results thereof.
38.5 38.5 The Project Manager may require the Contractor to carry
out any test and/or inspection not required by the Contract,
provided that the Contractor’s reasonable costs and expenses
incurred in the carrying out of such test and/or inspection shall be
added to the Contract Price. Further, if such test and/or
inspection impede the progress of work on the Facilities and/or
the Contractor’s performance of its other obligations under the
Contract, due allowance will be made in respect of the Time for
Completion and the other obligations so affected.
38.6 If any Plant or any part of the Facilities fails to pass any test
and/or inspection, the Contractor shall either rectify or replace
such Plant or part of the Facilities and shall repeat the test and/or
inspection upon giving a notice under GCC Sub-Clause 38.3.
38.7 If any dispute or difference of opinion shall arise between the
Parties in connection with or arising out of the test and/or
inspection of the Plant or part of the Facilities that cannot be
settled between the Parties within a reasonable period of time, it
may be referred to an 72.2.
38.8 The Contractor shall afford the Employer and the Project
Manager, at the Employer’s expense, access at any reasonable
time to any place where the Plant are being manufactured or the
Facilities are being installed, in order to inspect the progress and
the manner of manufacture or installation, provided that the
Project Manager shall give the Contractor a reasonable prior
notice.
Section 1-5 for Cumilla_Lot-1 75
38.9 The Contractor agrees that neither the execution of a test and/or
inspection of Plant or any part of the Facilities, nor the attendance
by the Employer or the Project Manager, nor the issue of any test
certificate pursuant to GCC Sub-Clause 38.4, shall release the
Contractor from any other responsibilities under the Contract.
38.10 39.10 No part of the Facilities or foundations shall be covered
up on the Site without the Contractor carrying out any test and/or
inspection required under the Contract. The Contractor shall give
a reasonable notice to the Project Manager whenever any such
parts of the Facilities or foundations are ready or about to be
ready for test and/or inspection; such test and/or inspection and
notice thereof shall be subject to the requirements of the
Contract.
38.11 The Contractor shall uncover any part of the Facilities or
foundations, or shall make openings in or through the same as
the Project Manager may from time to time require at the Site,
and shall reinstate and make good such part or parts.
38.12 If any parts of the Facilities or foundations have been covered up
at the Site after compliance with the requirement of GCC Sub-
Clause 38.10 and are found to be executed in accordance with
the Contract, the expenses of uncovering, making openings in or
through, reinstating, and making good the same shall be borne
by the Employer, and the Time for Completion shall be
reasonably adjusted to the extent that the Contractor has thereby
been delayed or impeded in the performance of any of its
obligations under the Contract.
39. Completion of the 39.1 As soon as the Facilities or any part thereof has, in the opinion of
Facilities the Contractor, been completed operationally and structurally and
put in a tight and clean condition as specified in the Employer’s
Requirements, excluding minor items not materially affecting the
operation or safety of the Facilities, the Contractor shall so notify
the Employer in writing.
39.2 Within seven (7) days after receipt of the notice from the
Contractor under GCC Sub-Clause 39.1, the Employer shall
supply the operating and maintenance personnel specified in
the Appendix to the Contract Agreement titled Scope of Works
and Supply by the Employer for Pre Commissioning of the
Facilities or any part thereof.
Pursuant to the Appendix to the Contract Agreement titled
Scope of Works and Supply by the Employer, the Employer shall
also provide, within the said seven (7) day period, the raw
materials, utilities, lubricants, chemicals, catalysts, facilities,
services and other matters required for Pre Commissioning of
the Facilities or any part thereof.
Section 1-5 for Cumilla_Lot-1 76
39.3 As soon as reasonably practicable after the operating and
maintenance personnel have been supplied by the Employer
and the raw materials, utilities, lubricants, chemicals, catalysts,
facilities, services and other matters have been provided by the
Employer in accordance with GCC Sub-Clause 39.2, the
Contractor shall commence Pre-commissioning of the Facilities
or the relevant part thereof in preparation for Commissioning,
subject to GCC Sub-Clause 40.5.
39.4 As soon as all works in respect of Pre-commissioning are
completed and, in the opinion of the Contractor, the Facilities or
any part thereof is ready for commissioning, the contractor shall
so notify the Project Manager in writing.
39.5 The Project Manager shall, within fourteen (14) days after
receipt of the Contractor’s notice under GCC Sub-Clause 39.4,
either issue a Completion Certificate in the form specified in the
Employer’s Requirements (Forms and Procedures), stating that
the Facilities or that part thereof have reached Completion as of
the date of the Contractor’s notice under GCC Sub-Clause 39.4,
or notify the Contractor in writing of any defects and/or
deficiencies.
If the Project Manager notifies the Contractor of any defects
and/or deficiencies, the Contractor shall then correct such
defects and/or deficiencies, and shall repeat the procedure
described in GCC Sub-Clause 39.4.
39.6 If the Project Manager is satisfied that the Facilities or that part
thereof have reached Completion, the Project Manager shall,
within seven (7) days after receipt of the Contractor’s repeated
notice, issue a Completion Certificate stating that the Facilities
or that part thereof have reached Completion as of the date of
the Contractor’s repeated notice.
39.7 If the Project Manager is not so satisfied, then it shall notify the
Contractor in writing of any defects and/or deficiencies within
seven (7) days after receipt of the Contractor’s repeated notice,
and the above procedure shall be repeated.
39.8 If the Project Manager fails to issue the Completion Certificate
and fails to inform the Contractor of any defects and/or
deficiencies within fourteen (14) days after receipt of the
Contractor’s notice under GCC Sub-Clause 39.4 or within seven
(7) days after receipt of the Contractor’s repeated notice under
GCC Sub-Clause 39.5, or if the Employer makes use of the
Facilities or part thereof, then the Facilities or that part thereof
shall be deemed to have reached Completion as of the date of
the Contractor’s notice or repeated notice, or as of the
Employer’s use of the Facilities, as the case may be.
39.9 As soon as possible after Completion, the Contractor shall
complete all outstanding minor items so that the Facilities are
fully in accordance with the requirements of the Contract, failing
which the Employer will undertake such completion and deduct
the costs thereof from any monies owing to the Contractor.
39.10 Upon Completion, the Employer shall be responsible for the
care and custody of the Facilities or the relevant part thereof,
together with the risk of loss or damage thereto, and shall
thereafter take over the Facilities or the relevant part thereof.
Section 1-5 for Cumilla_Lot-1 77
40. Commissioning 40.1 Commissioning
and Operational 40.1.1 Commissioning of the Facilities or any part thereof shall be
Acceptance commenced by the Contractor immediately after issue of
the Completion Certificate by the Project Manager,
pursuant to GCC Sub-Clause 39.5, or immediately after the
date of the deemed Completion, under GCC Sub-Clause
39.6.
40.1.2 The Employer shall supply the operating and maintenance
personnel and all raw materials, utilities, lubricants,
chemicals, catalysts, facilities, services and other matters
required for Commissioning.
40.1.3 In accordance with the requirements of the Contract, the
Contractor’s and Project Manager’s advisory personnel
shall attend the Commissioning, including the Guarantee
Test, and shall advise and assist the Employer.
40.2 Guarantee Test
40.2.1 Subject to GCC Sub-Clause 40.5, the Guarantee Test and
repeats thereof shall be conducted by the Contractor
during Commissioning of the Facilities or the relevant part
thereof to ascertain whether the Facilities or the relevant
part can attain the Functional Guarantees specified in the
Appendix to the Contract Agreement titled Functional
Guarantees. The Employer shall promptly provide the
Contractor with such information as the Contractor may
reasonably require in relation to the conduct and results of
the Guarantee Test and any repeats thereof.
40.2.2 If for reasons not attributable to the Contractor, the
Guarantee Test of the Facilities or the relevant part thereof
cannot be successfully completed within the period from
the date of Completion specified in the PCC or any other
period agreed upon by the Employer and the Contractor,
the Contractor shall be deemed to have fulfilled its
obligations with respect to the Functional Guarantees, and
GCC Sub-Clauses 43.2 and 43.3 shall not apply.
40.3 Operational Acceptance
40.3.2 At any time after any of the events set out in GCC Sub-Clause
40.3.1 have occurred, the Contractor may give a notice to
the Project Manager requesting the issue of an Operational
Acceptance Certificate in the form provided in the
Employer’s Requirements (Forms and Procedures)in
respect of the Facilities or the part thereof specified in such
notice as of the date of such notice.
40.3.3 The Project Manager shall, after consultation with the
Employer, and within seven (7) days after receipt of the
Contractor’s notice, issue an Operational Acceptance
Certificate.
40.3.4 If within seven (7) days after receipt of the Contractor’s
notice, the Project Manager fails to issue the Operational
Acceptance Certificate or fails to inform the Contractor in
writing of the justifiable reasons why the Project Manager
has not issued the Operational Acceptance Certificate, the
Facilities or the relevant part thereof shall be deemed to
Section 1-5 for Cumilla_Lot-1 78
have been accepted as of the date of the Contractor’s said
notice.
40.4 Partial Acceptance
40.4.1 If the Contract specifies that Completion and
Commissioning shall be carried out in respect of parts of
the Facilities, the provisions relating to Completion and
Commissioning including the Guarantee Test shall apply
to each such part of the Facilities individually, and the
Operational Acceptance Certificate shall be issued
accordingly for each such part of the Facilities.
40.4.2 If a part of the Facilities comprises facilities such as
buildings, for which no Commissioning or Guarantee
Test is required, then the Project Manager shall issue the
Operational Acceptance Certificate for such facility when
it attains Completion, provided that the Contractor shall
thereafter complete any outstanding minor items that are
listed in the Operational Acceptance Certificate
40.5 Delayed Pre-commissioning and/or Guarantee Test
40.5.1 In the event that the Contractor is unable to proceed with
the Pre-commissioning of the Facilities pursuant to Sub-
Clause 39.3, or with the Guarantee Test pursuant to Sub-
Clause 40.2, for reasons attributable to the Employer
either on account of non-availability of other facilities
under the responsibilities of other contractor(s), or for
reasons beyond the Contractor’s control, the provisions
leading to “deemed” completion of activities such as
Completion, pursuant to GCC Sub-Clause 39.6, and
Operational Acceptance, pursuant to GCC Sub-Clause
40.3.4, and Contractor’s obligations regarding Defect
Liability Period, pursuant to GCC Sub-Clause 42.2,
Functional Guarantee, pursuant to GCC Clause 43, and
Care of Facilities, pursuant to GCC Clause 48, and GCC
Clause 66.1, Suspension, shall not apply. In this case,
the following provisions shall apply.
40.5.2 When the Contractor is notified by the Project Manager
that he will be unable to proceed with the activities and
obligations pursuant to clauses 58 & 59, the Contractor
shall be entitled to the following:
Section 1-5 for Cumilla_Lot-1 79
(a) the Time of Completion shall be extended for the
period of suspension without imposition of liquidated
damages pursuant to GCC Sub-Clause 41.2;
(b) payments due to the Contractor in accordance with
the provision specified in the Appendix to the
Contract Agreement titled Terms and Procedures of
Payment, which would not have been payable in
normal circumstances due to non-completion of the
subject activities, shall be released to the Contractor
against submission of a security in the form of a bank
guarantee of equivalent amount acceptable to the
Employer, and which shall become null and void
when the Contractor will have complied with its
obligations regarding those payments, subject to the
provision of Sub-Clause 40.5.3 below;
(c) the expenses towards the above security and
extension of other securities under the contract, of
which validity needs to be extended, shall be
reimbursed to the Contractor by the Employer;
(d) the additional charges towards the care of the
Facilities pursuant to GCC Sub-Clause 48.1 shall be
reimbursed to the Contractor by the Employer for the
period between the notification mentioned above and
the notification mentioned in Sub-Clause 40.5.4
below. The provision of GCC Sub-Clause 49.2 shall
apply to the Facilities during the same period.
40.5.3 In the event that the period of suspension under above
Sub-Clause 40.5.1 actually exceeds one hundred eighty
(180) days, the Employer and Contractor shall mutually
agree to any additional compensation payable to the
Contractor.
40.5.4 When the Contractor is notified by the Project Manager
that the plant is ready for Pre-commissioning, the
Contractor shall proceed without delay in performing Pre-
commissioning, in accordance with Clause 39.
D. Guarantees and Liabilities
41. Completion Time 41.1 The Contractor guarantees that it shall attain Completion of the
Guarantee Facilities (or a part for which a separate time for completion is
specified) within the Time for Completion specified in the PCC
pursuant to GCC Sub-Clause 24.1, or within such extended time to
which the Contractor shall be entitled under GCC Clause 65 hereof
41.2 If the Contractor fails to attain Completion of the Facilities or any
part thereof within the Time for Completion or any extension thereof
under GCC Clause 65, the Contractor shall pay to the Employer
liquidated damages in the amount specified in the PCC as a
percentage rate of the Contract Price or the relevant part thereof.
The aggregate amount of such liquidated damages shall in no
event exceed the amount specified as “Maximum” in the PCC as a
percentage rate of the Contract Price. Once the “Maximum” is
reached, the Employer may consider termination of the Contract,
pursuant to GCC Sub-Clause 67.1.
Section 1-5 for Cumilla_Lot-1 80
Such payment shall completely satisfy the Contractor’s obligation
to attain Completion of the Facilities or the relevant part thereof
within the Time for Completion or any extension thereof under GCC
Clause 65. The Contractor shall have no further liability whatsoever
to the Employer in respect thereof.
However, the payment of liquidated damages shall not in any way
relieve the Contractor from any of its obligations to complete the
Facilities or from any other obligations and liabilities of the
Contractor under the Contract.
Save for liquidated damages payable under this GCC Sub-Clause
41.2, the failure by the Contractor to attain any milestone or other
act, matter or thing by any date specified in the Appendix to the
Contract Agreement titled Time Schedule, and/or other program of
work prepared pursuant to GCC Sub-Clause 31.2 shall not render
the Contractor liable for any loss or damage thereby suffered by the
Employer..
41.3 If the Contractor attains Completion of the Facilities or any part
thereof before the Time for Completion or any extension thereof
under GCC Clause 65, the Employer shall pay to the Contractor a
bonus in the amount specified in the PCC. The aggregate amount
of such bonus shall in no event exceed the amount specified as
“Maximum” in the PCC.
42. Defect Liability
42.1 The Contractor warrants that the Facilities or any part thereof
shall be free from defects in the design, engineering, materials
and workmanship of the Plant supplied and of the work executed.
42.2 The Defect Liability Period shall be five hundred and forty (540)
days from the date of Completion of the Facilities (or any part
thereof) or one year from the date of Operational Acceptance of
the Facilities (or any part thereof), whichever first occurs, unless
specified otherwise in the PCC pursuant to GCC Sub-Clause
42.10.
If during the Defect Liability Period any defect should be found in
the design, engineering, materials and workmanship of the Plant
supplied or of the work executed by the Contractor, the
Contractor shall promptly, in consultation and agreement with the
Employer regarding appropriate remedying of the defects, and at
its cost, repair, replace or otherwise make good as the Contractor
shall determine at its discretion, such defect as well as any
damage to the Facilities caused by such defect. The Contractor
shall not be responsible for the repair, replacement or making
good of any defect or of any damage to the Facilities arising out
of or resulting from any of the following causes:
(a) improper operation or maintenance of the Facilities by the
Employer;
(b) operation of the Facilities outside specifications provided in
the Contract; or
(c) Normal wear and tear.
42.3 The Contractor’s obligations under this GCC Clause 42 shall not
apply to:
(a) any materials that are supplied by the Employer under GCC
Sub-Clause 36.2, are normally consumed in operation, or
Section 1-5 for Cumilla_Lot-1 81
have a normal life shorter than the Defect Liability Period
stated herein;
(b) any designs, specifications or other data designed, supplied
or specified by or on behalf of the Employer or any matters
for which the Contractor has disclaimed responsibility herein;
or
(c) Any other materials supplied or any other work executed by
or on behalf of the Employer, except for the work executed
by the Employer under GCC Sub-Clause 42.7.
42.4 The Employer shall give the Contractor a notice stating the
nature of any such defect together with all available evidence
thereof, promptly following the discovery thereof. The Employer
shall afford all reasonable opportunity for the Contractor to
inspect any such defect.
42.5 The Employer shall afford the Contractor all necessary access to
the Facilities and the Site to enable the Contractor to perform its
obligations under this GCC Clause 42.
The Contractor may, with the consent of the Employer, remove
from the Site any Plant or any part of the Facilities that are
defective if the nature of the defect, and/or any damage to the
Facilities caused by the defect, is such that repairs cannot be
expeditiously carried out at the Site.
42.6 If the repair, replacement or making good is of such a character
that it may affect the efficiency of the Facilities or any part thereof,
the Employer may give to the Contractor a notice requiring that
tests of the defective part of the Facilities shall be made by the
Contractor immediately upon completion of such remedial work,
whereupon the Contractor shall carry out such tests.
If such part fails the tests, the Contractor shall carry out further
repair, replacement or making good, as the case may be, until
that part of the Facilities passes such tests. The tests shall be
agreed upon by the Employer and the Contractor.
42.7 If the Contractor fails to commence the work necessary to
remedy such defect or any damage to the Facilities caused by
such defect within a reasonable time (which shall in no event be
considered to be less than fifteen (15) days), the Employer may,
following notice to the Contractor, proceed to do such work, and
the reasonable costs incurred by the Employer in connection
therewith shall be paid to the Employer by the Contractor or may
be deducted by the Employer from any monies due the
Contractor or claimed under the Performance Security.
42.8 If the Facilities or any part thereof cannot be used by reason of
such defect and/or making good of such defect, the Defect
Liability Period of the Facilities or such part, as the case may be,
shall be extended by a period equal to the period during which
the Facilities or such part cannot be used by the Employer
because of any of the aforesaid reasons.
42.9 Except as provided in GCC Clauses 42 and 49, the Contractor
shall be under no liability whatsoever and howsoever arising, and
whether under the Contract or at law, in respect of defects in the
Facilities or any part thereof, the Plant, design or engineering or
Section 1-5 for Cumilla_Lot-1 82
work executed that appear after Completion of the Facilities or
any part thereof, except where such defects are the result of the
gross negligence, fraud, or criminal or willful action of the
Contractor.
42.10 In addition, any such component of the Facilities, and during the
period of time as may be specified in the PCC, shall be subject
to an extended defect liability period. Such obligation of the
Contractor shall be in addition to the defect liability period
specified under GCC Sub-Clause 42.2.
43. Functional 43.1 The Contractor guarantees that during the Guarantee Test, the
Guarantees
Facilities and all parts thereof shall attain the Functional
Guarantees specified in the Appendix to the Contract Agreement
titled Functional Guarantees, subject to and upon the conditions
therein specified.
43.2 If, for reasons attributable to the Contractor, the minimum level of
the Functional Guarantees specified in the Appendix to the
Contract Agreement titled Functional Guarantees, are not met
either in whole or in part, the Contractor shall at its cost and
expense make such changes, modifications and/or additions to the
Plant or any part thereof as may be necessary to meet at least the
minimum level of such Guarantees. The Contractor shall notify the
Employer upon completion of the necessary changes,
modifications and/or additions, and shall request the Employer to
repeat the Guarantee Test until the minimum level of the
Guarantees has been met. If the Contractor eventually fails to meet
the minimum level of Functional Guarantees, the Employer may
consider termination of the Contract, pursuant to GCC Sub-Clause
67.1.
43.3 If, for reasons attributable to the Contractor, the Functional
Guarantees specified in the Appendix to the Contract Agreement
titled Functional Guarantees, are not attained either in whole or in
part, but the minimum level of the Functional Guarantees specified
in the said Appendix to the Contract Agreement is met, the
Contractor shall, at the Contractor’s option, either
(a) make such changes, modifications and/or additions to the Facilities
or any part thereof that are necessary to attain the Functional
Guarantees at its cost and expense, and shall request the
Employer to repeat the Guarantee Test or
(b) pay liquidated damages to the Employer in respect of the failure to
meet the Functional Guarantees in accordance with the provisions
in the Appendix to the Contract Agreement titled Functional
Guarantees.
43.4 The payment of liquidated damages under GCC Sub-Clause 43.3,
up to the limitation of liability specified in the Appendix to the
Contract Agreement titled Functional Guarantees, shall completely
satisfy the Contractor’s guarantees under GCC Sub-Clause 43.3,
and the Contractor shall have no further liability whatsoever to the
Employer in respect thereof. Upon the payment of such liquidated
damages by the Contractor, the Project Manager shall issue the
Operational Acceptance Certificate for the Facilities or any part
thereof in respect of which the liquidated damages have been so
paid.
Section 1-5 for Cumilla_Lot-1 83
44. Patent Indemnity 44.1 The Contractor shall, subject to the Employer’s compliance with
GCC Sub-Clause 44.2, indemnify and hold harmless the Employer
and its employees and officers from and against any and all suits,
actions or administrative proceedings, claims, demands, losses,
damages, costs, and expenses of whatsoever nature, including
attorney’s fees and expenses, which the Employer may suffer as a
result of any infringement or alleged infringement of any patent,
utility model, registered design, trademark, copyright or other
intellectual property right registered or otherwise existing at the
date of the Contract by reason of: (a) the installation of the Facilities
by the Contractor or the use of the Facilities in the country where
the Site is located; and (b) the sale of the products produced by the
Facilities in any country.
Such indemnity shall not cover any use of the Facilities or any part thereof
other than for the purpose indicated by or to be reasonably inferred
from the Contract, any infringement resulting from the use of the
Facilities or any part thereof, or any products produced thereby in
association or combination with any other equipment, plant or
materials not supplied by the Contractor, pursuant to the Contract
Agreement.
44.2 If any proceedings are brought or any claim is made against the
Employer arising out of the matters referred to in GCC Sub-Clause
29.1, the Employer shall promptly give the Contractor a notice
thereof, and the Contractor may at its own expense and in the
Employer’s name conduct such proceedings or claim and any
negotiations for the settlement of any such proceedings or claim.
If the Contractor fails to notify the Employer within twenty-eight (28)
days after receipt of such notice that it intends to conduct any such
proceedings or claim, then the Employer shall be free to conduct
the same on its own behalf. Unless the Contractor has so failed to
notify the Employer within the twenty-eight (28) day period, the
Employer shall make no admission that may be prejudicial to the
defense of any such proceedings or claim.
The Employer shall, at the Contractor’s request, afford all available
assistance to the Contractor in conducting such proceedings or
claim, and shall be reimbursed by the Contractor for all reasonable
expenses incurred in so doing.
44.3 The Employer shall indemnify and hold harmless the Contractor
and its employees, officers and Subcontractors from and against
any and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of whatsoever
nature, including attorney’s fees and expenses, which the
Contractor may suffer as a result of any infringement or alleged
infringement of any patent, utility model, registered design,
trademark, copyright or other intellectual property right registered
or otherwise existing at the date of the Contract arising out of or in
connection with any design, data, drawing, specification, or other
documents or materials provided or designed by or on behalf of the
Employer.
45. Limitation of 45.1 Except in cases of criminal negligence or willful misconduct,
Liability
(a) neither Party shall be liable to the other Party, whether in
contract, tort, or otherwise, for any indirect or consequential loss or
damage, loss of use, loss of production, or loss of profits or interest
Section 1-5 for Cumilla_Lot-1 84
costs, which may be suffered by the other Party in connection with
the Contract, other than specifically provided as any obligation of
the Party in the Contract, and
(b) the aggregate liability of the Contractor to the Employer,
whether under the Contract, in tort or otherwise, shall not exceed
the amount resulting from the application of the multiplier specified
in the PCC, to the Contract Price or, if a multiplier is not so
specified, the total Contract Price, provided that this limitation shall
not apply to the cost of repairing or replacing defective equipment,
or to any obligation of the Contractor to indemnify the Employer
with respect to patent infringement..
E. Risk Distribution
46. Transfer of 46.1 Ownership of the Plant (including spare parts) to be imported into
Ownership the country where the Site is located shall be transferred to the
Employer upon loading on to the mode of transport to be used to
convey the Plant from the country of origin to that country.
46.2 Ownership of the Plant (including spare parts) procured in the
country where the Site is located shall be transferred to the
Employer when the Plant are brought on to the Site.
46.3 Ownership of the Contractor’s Equipment used by the Contractor
and its Subcontractors in connection with the Contract shall remain
with the Contractor or its Subcontractors.
46.4 Ownership of any Plant in excess of the requirements for the
Facilities shall revert to the Contractor upon Completion of the
Facilities or at such earlier time when the Employer and the
Contractor agree that the Plant in question are no longer required
for the Facilities.
46.5 Notwithstanding the transfer of ownership of the Plant, the
responsibility for care and custody thereof together with the risk of
loss or damage thereto shall remain with the Contractor pursuant
to GCC Clause 32 (Care of Facilities) hereof until Completion of the
Facilities or the part thereof in which such Plant are incorporated.
47. Care of Facilities 47.1 The Contractor shall be responsible for the care and custody of the
Facilities or any part thereof until the date of Completion of the
Facilities pursuant to GCC Clause 39 or, where the Contract provides
for Completion of the Facilities in parts, until the date of Completion of
the relevant part, and shall make good at its own cost any loss or
damage that may occur to the Facilities or the relevant part thereof
from any cause whatsoever during such period. The Contractor shall
also be responsible for any loss or damage to the Facilities caused by
the Contractor or its Subcontractors in the course of any work carried
out, pursuant to GCC Clause 42. Notwithstanding the foregoing, the
Contractor shall not be liable for any loss or damage to the Facilities
or that part thereof caused by reason of any of the matters specified
or referred to in paragraphs (a), (b) and (c) of GCC Sub-Clauses 48.2.
47.2 If any loss or damage occurs to the Facilities or any part thereof or
to the Contractor’s temporary facilities by reason of
Section 1-5 for Cumilla_Lot-1 85
(a) insofar as they relate to the country where the Site is located,
nuclear reaction, nuclear radiation, radioactive contamination,
pressure wave caused by aircraft or other aerial objects, or any
other occurrences that an experienced contractor could not
reasonably foresee, or if reasonably foreseeable could not
reasonably make provision for or insure against, insofar as such
risks are not normally insurable on the insurance market and
are mentioned in the general exclusions of the policy of
insurance, including War Risks and Political Risks, taken out
under GCC Clause 34 hereof; or
(b) any use or occupation by the Employer or any third Party
other than a Subcontractor, authorized by the Employer of
any part of the Facilities; or
(c) any use of or reliance upon any design, data or specification
provided or designated by or on behalf of the Employer, or
any such matter for which the Contractor has disclaimed
responsibility herein,
47.3 the Employer shall pay to the Contractor all sums payable in
respect of the Facilities executed, notwithstanding that the same
be lost, destroyed or damaged, and will pay to the Contractor the
replacement value of all temporary facilities and all parts thereof
lost, destroyed or damaged. If the Employer requests the
Contractor in writing to make good any loss or damage to the
Facilities thereby occasioned, the Contractor shall make good the
same at the cost of the Employer in accordance with GCC Clause
64. If the Employer does not request the Contractor in writing to
make good any loss or damage to the Facilities thereby
occasioned, the Employer shall either request a change in
accordance with GCC Clause 64, excluding the performance of
that part of the Facilities thereby lost, destroyed or damaged, or,
where the loss or damage affects a substantial part of the
Facilities, the Employer shall terminate the Contract pursuant to
GCC Sub-Clause 66.1 hereof.
47.4 The Contractor shall be liable for any loss of or damage to any
Contractor’s Equipment, or any other property of the Contractor
used or intended to be used for purposes of the Facilities, except
(i) as mentioned in GCC Sub-Clause 42.2 with respect to the
Contractor’s temporary facilities, and (ii) where such loss or
damage arises by reason of any of the matters specified in GCC
Sub-Clauses 47.2 (b) and (c).
48. Loss of or Damage 48.1 Subject to GCC Sub-Clause 48.3, the Contractor shall indemnify
to Property; and hold harmless the Employer and its employees and officers
Accident or Injury from and against any and all suits, actions or administrative
to Workers; proceedings, claims, demands, losses, damages, costs, and
Indemnification
expenses of whatsoever nature, including attorney’s fees and
expenses, in respect of the death or injury of any person or loss of
or damage to any property other than the Facilities whether
accepted or not, arising in connection with the supply and
installation of the Facilities and by reason of the negligence of the
Contractor or its Subcontractors, or their employees, officers or
agents, except any injury, death or property damage caused by the
negligence of the Employer, its contractors, employees, officers or
agents.
Section 1-5 for Cumilla_Lot-1 86
48.2 If any proceedings are brought or any claim is made against the
Employer that might subject the Contractor to liability under GCC
Sub-Clause 48.1, the Employer shall promptly give the Contractor
a notice thereof and the Contractor may at its own expense and in
the Employer’s name conduct such proceedings or claim and any
negotiations for the settlement of any such proceedings or claim.
48.3 If the Contractor fails to notify the Employer within twenty-eight (28)
days after receipt of such notice that it intends to conduct any such
proceedings or claim, then the Employer shall be free to conduct
the same on its own behalf. Unless the Contractor has so failed to
notify the Employer within the twenty-eight (28) day period, the
Employer shall make no admission that may be prejudicial to the
defense of any such proceedings or claim.
The Employer shall, at the Contractor’s request, afford all available
assistance to the Contractor in conducting such proceedings or
claim, and shall be reimbursed by the Contractor for all reasonable
expenses incurred in so doing.
48.4 The Employer shall indemnify and hold harmless the Contractor
and its employees, officers and Subcontractors from any liability for
loss of or damage to property of the Employer, other than the
Facilities not yet taken over, that is caused by fire, explosion or any
other perils, in excess of the amount recoverable from insurances
procured under GCC Clause 49, provided that such fire, explosion
or other perils were not caused by any act or failure of the
Contractor.
48.5 The Party entitled to the benefit of an indemnity under this GCC
Clause 48 shall take all reasonable measures to mitigate any loss
or damage which has occurred. If the Party fails to take such
measures, the other Party’s liabilities shall be correspondingly
reduced.
49. Insurance
49.1 To the extent specified in the Appendix to the Contract Agreement
titled Insurance Requirements, the Contractor shall at its expense
take out and maintain in effect, or cause to be taken out and
maintained in effect, during the performance of the Contract, the
insurances set forth below in the sums and with the deductibles
and other conditions specified in the said Appendix. The identity
of the insurers and the form of the policies shall be subject to the
approval of the Employer, who should not unreasonably withhold
such approval.
(a) Cargo Insurance During Transport
Covering loss or damage occurring while in transit from the
Contractor’s or Subcontractor’s works or stores until arrival at
the Site, to the Plant (including spare parts therefor) and to
the Contractor’s Equipment.
(b) Installation All Risks Insurance
Covering physical loss or damage to the Facilities at the Site,
occurring prior to Completion of the Facilities, with extended
maintenance coverage for the Contractor’s liability in respect
of any loss or damage occurring during the Defect Liability
Period while the Contractor is on the Site for the purpose of
performing its obligations during the Defect Liability Period.
(c) Third Party Liability Insurance
Section 1-5 for Cumilla_Lot-1 87
Covering bodily injury or death suffered by third Parties
including the Employer’s personnel, and loss of or damage
to property occurring in connection with the supply and
installation of the Facilities.
(d) Automobile Liability Insurance
Covering use of all vehicles used by the Contractor or its
Subcontractors, whether or not owned by them, in
connection with the execution of the Contract.
(e) Workers’ Compensation
In accordance with the statutory requirements applicable in
any country where the Contract or any part thereof is
executed.
(f) Employer’s Liability
In accordance with the statutory requirements applicable in any
country where the Contract or any part thereof is executed.
(g) Other Insurances
Such other insurances as may be specifically agreed upon by
the Parties hereto as listed in the Appendix to the Contract
Agreement titled Insurance Requirements.
49.2 The Employer shall be named as co-insured under all insurance
policies taken out by the Contractor pursuant to GCC Sub-
Clause 49.1, except for the Third Party Liability, Workers’
Compensation and Employer’s Liability Insurances, and the
Contractor’s Subcontractors shall be named as co-insureds
under all insurance policies taken out by the Contractor pursuant
to GCC Sub-Clause 49.1 except for the Cargo Insurance during
Transportation, Workers’ Compensation and Employer’s
Liability Insurances. All insurer’s rights of subrogation against
such co-insureds for losses or claims arising out of the
performance of the Contract shall be waived under such policies.
49.3 The Contractor shall, in accordance with the provisions of the
Appendix to the Contract Agreement titled Insurance
Requirements, deliver to the Employer certificates of insurance
or copies of the insurance policies as evidence that the required
policies are in full force and effect. The certificates shall provide
that no less than twenty-one (21) days’ notice shall be given to
the Employer by insurers prior to cancellation or material
modification of a policy.
49.4 The Contractor shall ensure that, where applicable, its
Subcontractor(s) shall take out and maintain in effect adequate
insurance policies for their personnel and vehicles and for work
executed by them under the Contract, unless such
Subcontractors are covered by the policies taken out by the
Contractor.
49.5 The Employer shall at its expense take out and maintain in effect
during the performance of the Contract those insurances
specified in the Appendix to the Contract Agreement titled
Insurance Requirements, in the sums and with the deductibles
and other conditions specified in the said Appendix. The
Contractor and the Contractor’s Subcontractors shall be named
as co-insured under all such policies. All insurers’ rights of
subrogation against such co-insured for losses or claims arising
out of the performance of the Contract shall be waived under
such policies. The Employer shall deliver to the Contractor
Section 1-5 for Cumilla_Lot-1 88
satisfactory evidence that the required insurances are in full
force and effect. The policies shall provide that not less than
twenty-one (21) days’ notice shall be given to the Contractor by
all insurers prior to any cancellation or material modification of
the policies. If so requested by the Contractor, the Employer
shall provide copies of the policies taken out by the Employer
under this GCC Sub-Clause 49.5.
49.6 If the Contractor fails to take out and/or maintain in effect the
insurances referred to in GCC Sub-Clause 49.1, the Employer
may take out and maintain in effect any such insurances and
may from time to time deduct from any amount due to the
Contractor under the Contract any premium that the Employer
shall have paid to the insurer, or may otherwise recover such
amount as a debt due from the Contractor. If the Employer fails
to take out and/or maintain in effect the insurances referred to in
GCC 49.5, the Contractor may take out and maintain in effect
any such insurances and may from time to time deduct from any
amount due the Employer under the Contract any premium that
the Contractor shall have paid to the insurer, or may otherwise
recover such amount as a debt due from the Employer. If the
Contractor fails to or is unable to take out and maintain in effect
any such insurances, the Contractor shall nevertheless have no
liability or responsibility towards the Employer, and the
Contractor shall have full recourse against the Employer for any
and all liabilities of the Employer herein.
49.7 Unless otherwise provided in the Contract, the Contractor shall
prepare and conduct all and any claims made under the policies
affected by it pursuant to this GCC Clause 49, and all monies
payable by any insurers shall be paid to the Contractor. The
Employer shall give to the Contractor all such reasonable
assistance as may be required by the Contractor. With respect
to insurance claims in which the Employer’s interest is involved,
the Contractor shall not give any release or make any
compromise with the insurer without the prior written consent of
the Employer. With respect to insurance claims in which the
Contractor’s interest is involved, the Employer shall not give any
release or make any compromise with the insurer without the
prior written consent of the Contractor.
50. Unforeseen 50.1 If, during the execution of the Contract, the Contractor shall
Conditions encounter on the Site any physical conditions other than climatic
conditions, or artificial obstructions that could not have been
reasonably foreseen prior to the date of the Contract Agreement by
an experienced contractor on the basis of reasonable examination
of the data relating to the Facilities including any data as to boring
tests, provided by the Employer, and on the basis of information
that it could have obtained from a visual inspection of the Site if
access thereto was available, or other data readily available to it
relating to the Facilities, and if the Contractor determines that it will
in consequence of such conditions or obstructions incur additional
cost and expense or require additional time to perform its
obligations under the Contract that would not have been required if
such physical conditions or artificial obstructions had not been
encountered, the Contractor shall promptly, and before performing
additional work or using additional Plant or Contractor’s Equipment,
notify the Project Manager in writing beforehand:
Section 1-5 for Cumilla_Lot-1 89
(a the physical conditions or artificial obstructions on the Site that
could not have been reasonably foreseen;
(b) the additional work and/or Plant and/or Contractor’s Equipment
required, including the steps which the Contractor will or
proposes to take to overcome such conditions or obstructions;
(c) the extent of the anticipated delay; and
(d) the additional cost and expense that the Contractor is likely to
incur.)
On receiving any notice from the Contractor under this GCC Sub-
Clause 50.1, the Project Manager shall promptly consult with the
Employer and Contractor and decide upon the actions to be taken
to overcome the physical conditions or artificial obstructions
encountered. Following such consultations, the Project Manager
shall instruct the Contractor, with a copy to the Employer, of the
actions to be taken.
50.2 Any reasonable additional cost and expense incurred by the
Contractor in following the instructions from the Project Manager to
overcome such physical conditions or artificial obstructions referred
to in GCC Sub-Clause 50.1 shall be paid by the Employer to the
Contractor as an addition to the Contract Price.
50.3 If the Contractor is delayed or impeded in the performance of the
Contract because of any such physical conditions or artificial
obstructions referred to in GCC Sub-Clause 50.1, the Time for
Completion shall be extended in accordance with GCC Clause 60.
51. Change in Laws 51.1 Unless otherwise specified in the Contract, if after the Contract,
and Regulation any law, regulation, ordinance, order or bylaw having the force
of law is enacted, promulgated, abrogated, or changed in
Bangladesh (which shall be deemed to include any change in
interpretation or application by the competent authorities) that
subsequently affects the Delivery Date and/or the Contract
Price, then such Delivery Date and/or Contract Price shall be
correspondingly increased or decreased, to the extent that the
Supplier has thereby been affected in the performance of any of
its obligations under the Contract.
52. Force Majeure 52.1 In this Clause, “Force Majeure” means an exceptional event or
circumstance:
(a) which is beyond a Party’s control;
(b) which such Party could not reasonably have provided against
before entering into the Contract;
(c) which, having arisen, such Party could not reasonably have
avoided or overcome; and
(d) which is not substantially attributable to the other Party.
52.2 Force Majeure may include, but is not limited to, exceptional events
or circumstances of the kind listed below, so long as conditions (a)
to (d) above are satisfied:
(i) war, hostilities (whether war be declared or not), invasion, act
of foreign enemies;
Section 1-5 for Cumilla_Lot-1 90
(ii) rebellion, terrorism, sabotage by persons other than the
Contractor’s Personnel, revolution, insurrection, military or
usurped power, or civil war;
(iii) riot, commotion, disorder, strike or lockout by persons other
than the Contractor’s Personnel;
(iv) munitions of war, explosive materials, ionising radiation or
contamination by radio-activity, except as may be attributable
to the Contractor’s use of such munitions, explosives,
radiation or radio-activity, and
(v) natural catastrophes such as cyclone, hurricane, typhoon,
tsunami, storm surge, floods, earthquake , landslides, fires,
epidemics, quarantine restrictions, or volcanic activity;
(vi) freight embargoes;
(vii) acts of the Government in its sovereign capacity.
53. Notice of Force 53.1 If a Party is or will be prevented from performing its substantial
Majeure obligations under the Contract by Force Majeure, then it shall give
notice to the other Party of the event or circumstances constituting
the Force Majeure and shall specify the obligations, the
performance of which is or will be prevented. The notice shall be
given within 14 days after the Party became aware, or should have
become aware, of the relevant event or circumstance constituting
Force Majeure
53.2 The Party shall, having given notice, be excused performance of
its obligations for so long as such Force Majeure prevents it from
performing them.
53.3 Notwithstanding any other provision of this Clause, Force Majeure
shall not apply to obligations of either Party to make payments to
the other Party under the Contract.
54. Duty to Minimize 54.1 Each Party shall at all times use all reasonable endeavors to
Delay minimize any delay in the performance of the Contract as a result
of Force Majeure.
54.2 A Party shall give notice to the other Party when it ceases to be
affected by the Force Majeure.
55. Consequences of 55.1 The Contractor shall not be liable for forfeiture of its
Force Majeure Performance Security, liquidated damages, or termination for
default if and to the extent that it’s delay in performance or other
failure to perform its obligations under the Contract is the result
of an event of Force Majeure:
55.2 The Employer may suspend the delivery or contract
implementation, wholly or partly, by written order for a certain
period of time, as it deems necessary due to force majeure as
defined in the contract.
55.3 Delivery made either upon the lifting or the expiration of the
suspension order. However, if the Employer terminates the
contract as stated under GCC clause 66, resumption of delivery
cannot be done.
55.4 The Employer determines the existence of a force majeure that
will be the basis of the issuance of suspension of order.
Section 1-5 for Cumilla_Lot-1 91
F. Payment
56. Contract Price 56.1 The Contract Price shall be paid as specified in the Contract
Agreement Form PG5A- 8.
56.2 Unless an adjustment clause is provided for in the PCC, the
Contract Price shall be a firm lump sum not subject to any
alteration, except in the event of a Change in the Facilities or as
otherwise provided in the Contract.
56.3 Subject to GCC Sub-Clauses 25.2, 26.1 and 50 hereof, the
Contractor shall be deemed to have satisfied itself as to the
correctness and sufficiency of the Contract Price, which shall,
except as otherwise provided for in the Contract, cover all its
obligations under the Contract.
56.4 Prices shall be adjusted for fluctuations in the cost of inputs only if
provided for in the PCC. If so provided, the amounts as certified
in each payment certificate, before deducting for Advance
Payment, shall be adjusted by applying the respective price
adjustment factor to the payment amount. The generic formula
indicated below in the form as specified in the PCC applies:
P= A + B (Im/Io)
where:
P is the adjustment factor
A and B are Coefficients specified in the PCC, representing the
nonadjustable and adjustable portions, respectively, of the
Contract; and
Im is the Index during the month the work has been executed and
Io is the Index prevailing twenty eight (28) days prior to the
deadline for submission of Tender.
The Indexes to be used is as published by the Bangladesh Bureau
of Statistics (BBS) on a monthly basis. In case not available, then
other countries or authorities of the sources mentioned in
Appendix to the Tender may be used.
56.5 If the value of the Index is changed after it has been used in a
calculation, the calculation shall be corrected and an adjustment
made in the next or in the final payment certificate. The Index
value shall be deemed to take account of all changes in price due
to fluctuations.
57. Terms of Payment 57.1 The Contract Price shall be paid as specified in the Contract
Agreement and in the Appendix to the Contract Agreement
titled Terms and Procedures of Payment, which also outlines
the procedures to be followed in making application for and
processing payments.
57.2 No payment made by the Employer herein shall be deemed to
constitute acceptance by the Employer of the Facilities or any
part(s) thereof.
57.3 In the event that the Employer fails to make any payment by its
respective due date or within the period set forth in the Contract,
the Employer shall pay to the Contractor interest on the amount of
such delayed payment at the rate(s) shown in the Appendices to
the Contract Agreement titled Terms and Procedures of Payment,
Section 1-5 for Cumilla_Lot-1 92
for the period of delay until payment has been made in full,
whether before or after judgment or arbitrage award.
57.4 The currency or currencies in which payments are made to the
Contractor under this Contract shall be specified in the
Appendices to the Contract Agreement titled Terms and
Procedures of Payment, subject to the general principle that
payments will be made in the currency or currencies in which the
Contract Price has been stated in the Contractor’s tender.
58. Advance Payment
58.1 The Contractor shall, within twenty-eight (28) days of the
Security
notification of contract award, provide a security in an amount
equal to the advance payment calculated in accordance with the
Appendix to the Contract Agreement titled Terms and Procedures
of Payment, and in the same currency or currencies.
58.2 The security shall be in the form provided in the tender documents
or in another form acceptable to the Employer. The amount of the
security shall be reduced in proportion to the value of the Facilities
executed by and paid to the Contractor from time to time, and shall
automatically become null and void when the full amount of the
advance payment has been recovered by the Employer. The
security shall be returned to the Contractor immediately after its
expiration.
59. Performance 59.1 The Contractor shall, within twenty-eight (28) days of the
Security
notification of contract award, provide a security for the due
performance of the Contract in the amount specified in the PCC.
59.2 The performance security shall be denominated in the currency or
currencies of the Contract, or in a freely convertible currency
acceptable to the Employer, and shall be in the form provided in
Section 5, Tender and Contract Forms, corresponding to the type of
bank guarantee stipulated by the Employer in the PCC, or in another
form acceptable to the Employer.
59.3 Unless otherwise specified in the PCC, the security shall be reduced
by half on the date of the Operational Acceptance. The Security shall
become null and void, or shall be reduced pro rata to the Contract
Price of a part of the Facilities for which a separate Time for
Completion is provided, five hundred and forty (540) days after
Completion of the Facilities or three hundred and sixty five (365) days
after Operational Acceptance of the Facilities, whichever occurs first;
provided, however, that if the Defects Liability Period has been
extended on any part of the Facilities pursuant to GCC Sub-Clause
42.8 hereof, the Contractor shall issue an additional security in an
amount proportionate to the Contract Price of that part. The security
shall be returned to the Contractor immediately after its expiration,
provided, however, that if the Contractor, pursuant to GCC Sub-
Clause 42.10, is liable for an extended defect liability obligation, the
performance security shall be extended for the period specified in the
PCC pursuant to GCC Sub-Clause 42.10 and up to the amount
specified in the PCC.
Section 1-5 for Cumilla_Lot-1 93
59.4 The Employer shall not make a claim under the Performance
Security, except for amounts to which the Employer is entitled
under the Contract. The Employer shall indemnify and hold the
Contractor harmless against and from all damages, losses and
expenses (including legal fees and expenses) resulting from a
claim under the Performance Security to the extent to which the
Employer was not entitled to make the claim.
60. Taxes and Duties 60.1 The Contractor shall be entirely responsible for all kinds of taxes,
duties, fees, levies, and such other charges assessed on the
Contractor, its Subcontractors or their employees by all municipal,
state or national government authorities in connection with the
Facilities in and outside of the country where the Site is located.
60.2 Notwithstanding GCC Sub-Clause 60.1 above, the Employer shall
bear and promptly pay
(a) all customs and import duties for the Plant specified in Price
Schedule No. 1; and
(b) other domestic taxes such as, sales tax and value added tax
(VAT) on the Plant specified in Price Schedules No. 1 and No.
2 and that is to be incorporated into the Facilities, and on the
finished goods, imposed by the law of the country where the
Site is located.
60.3 If any tax exemptions, reductions, allowances or privileges may be
available to the Contractor in the country where the Site is located,
the Employer shall use its best endeavors to enable the Contractor
to benefit from any such tax savings to the maximum allowable
extent.
61. Payments to
Nominated
61.1 The Contractor shall pay to the Nominated Subcontractor(s) the
Subcontractor(s) amounts shown on the Nominated Subcontractor’s invoices
approved by the Contractor in accordance with the subcontract
included under the Contract.
62. Price Adjustment 62.1 Where the Contract Period (excluding the Defects Liability Period)
exceeds eighteen (18) months, it is normal procedure that prices
payable to the Contractor shall be subject to adjustment during the
performance of the Contract to reflect changes occurring in the
cost of labour and material components. In such cases the tender
documents shall include in the Appendix 2, a formula of such price
adjustment.
62.2 Where Contracts are of a shorter duration than eighteen (18)
months or in cases where there is to be no Price Adjustment, the
following provision shall not be included. Instead, it shall be
indicated under this Appendix 2 that the prices are to remain firm
and fixed for the duration of the Contract.
62.3 If the value of the Index is changed after it has been used in a
calculation, the calculation shall be corrected and an adjustment
made in the next or in the final payment certificate. The Index
value shall be deemed to take account of all changes in price due
to fluctuations.
Section 1-5 for Cumilla_Lot-1 94
63. Liquidated
63.1 The Contractor shall be liable to pay Liquidated Damages or in
Damages
other words the Delay Damages to the Employer at the rate per
day as specified in the PCC for each day of delay from the
Intended Completion Date, for the uncompleted delivery of
goods/works/services or for any part thereof.
63.2 The total amount of Liquidated Damages shall not exceed the
amount defined in the PCC.
63.3 Once the cumulative amount of Liquidated Damages reaches ten
(10) percent of the Contract price, the Employer may rescind the
Contract, without prejudice to other courses of action and
remedies open to it.
63.4 The amount of Liquidated Damages may be deducted from any
money due or which may become due to the Contractor under the
Contract and/or collect such amount of Liquidated Damages from
the Retention Money (if any) or other securities posted by the
Contractor whichever is convenient to the Employer. In an extreme
situation that no such foregoing recourse is available, the
contractor be asked to make good the damages from his own
finances in writing failing which necessary action as per the
provisions of this GCC or PCC be taken.
63.5 Payment of Liquidated Damages by the Contractor shall not
relieve the Contractor from its obligations.
63.6 If the Intended Completion Date is extended after Liquidated
Damages have been paid, the Engineer shall correct any
overpayment of Liquidated Damages by the Contractor by
adjusting the next payment certificate.
G. Change in Contract Elements
64. Change in the
64.1 Introducing a Change
Facilities
64.1.1 Subject to GCC Sub-Clauses 64.2.5 and 64.2.7, the
Employer shall have the right to propose, and subsequently
require, that the Project Manager order the Contractor from time
to time during the performance of the Contract to make any
change, modification, addition or deletion to, in or from the
Facilities hereinafter called “Change”, provided that such Change
falls within the general scope of the Facilities and does not
constitute unrelated work and that it is technically practicable,
taking into account both the state of advancement of the Facilities
and the technical compatibility of the Change envisaged with the
nature of the Facilities as specified in the Contract
64.1.2 The Contractor may from time to time during its
performance of the Contract propose to the Employer with a copy
to the Project Manager, any Change that the Contractor considers
necessary or desirable to improve the quality, efficiency or safety
of the Facilities. The Employer may at its discretion approve or
reject any Change proposed by the Contractor, provided that the
Employer shall approve any Change proposed by the Contractor to
ensure the safety of the Facilities.
64.1.3 Notwithstanding GCC Sub-Clauses 64.1.1 and 64.1.2, no
change made necessary because of any default of the Contractor
in the performance of its obligations under the Contract shall be
Section 1-5 for Cumilla_Lot-1 95
deemed to be a Change, and such change shall not result in any
adjustment of the Contract Price or the Time for Completion.
64.1.4 The procedure on how to proceed with and execute
Changes is specified in GCC Sub-Clauses 64.2 and 64.3, and
further details and forms are provided in the Employer’s
Requirements (Forms and Procedures).
64.2 Changes Originating from Employer
64.2.1 If the Employer proposes a Change pursuant to GCC Sub-
Clause 64.1.1, it shall send to the Contractor a “Request for Change
Proposal,” requiring the Contractor to prepare and furnish to the
Project Manager as soon as reasonably practicable a “Change
Proposal,” which shall include the following:
(a) brief description of the Change
(b) effect on the Time for Completion
(c) estimated cost of the Change
(d) effect on Functional Guarantees (if any)
(e) effect on the Facilities
(f) effect on any other provisions of the Contract.
64.2.2 Prior to preparing and submitting the “Change Proposal,”
the Contractor shall submit to the Project Manager an “Estimate for
Change Proposal,” which shall be an estimate of the cost of
preparing and submitting the Change Proposal.
Upon receipt of the Contractor’s Estimate for Change Proposal, the
Employer shall do one of the following:
(a) accept the Contractor’s estimate with instructions to the
Contractor to proceed with the preparation of the Change
Proposal
(b) advise the Contractor of any part of its Estimate for Change
Proposal that is unacceptable and request the Contractor to
review its estimate
(c) advise the Contractor that the Employer does not intend to
proceed with the Change.
64.2.3 Upon receipt of the Employer’s instruction to proceed
under GCC Sub-Clause 64.2.2 (a), the Contractor shall, with proper
expedition, proceed with the preparation of the Change Proposal,
in accordance with GCC Sub-Clause 64.2.1.
64.2.4 The pricing of any Change shall, as far as practicable, be
calculated in accordance with the rates and prices included in the
Contract. If such rates and prices are inequitable, the Parties
thereto shall agree on specific rates for the valuation of the Change
Section 1-5 for Cumilla_Lot-1 96
.64.2.5 If before or during the preparation of the Change Proposal it
becomes apparent that the aggregate effect of compliance therewith
and with all other Change Orders that have already become binding
upon the Contractor under this GCC Clause 64 would be to increase
or decrease the Contract Price as originally set forth in Article 2
(Contract Price) of the Contract Agreement by more than fifteen
percent (15%), the Contractor may give a written notice of objection
thereto prior to furnishing the Change Proposal as aforesaid. If the
Employer accepts the Contractor’s objection, the Employer shall
withdraw the proposed Change and shall notify the Contractor in
writing thereof.
The Contractor’s failure to so object shall neither affect its right to
object to any subsequent requested Changes or Change Orders
herein, nor affect its right to take into account, when making such
subsequent objection, the percentage increase or decrease in the
Contract Price that any Change not objected to by the Contractor
represents.
64.2.6 Upon receipt of the Change Proposal, the Employer and
the Contractor shall mutually agree upon all matters therein
contained. Within fourteen (14) days after such agreement, the
Employer shall, if it intends to proceed with the Change, issue the
Contractor with a Change Order.
If the Employer is unable to reach a decision within fourteen (14)
days, it shall notify the Contractor with details of when the
Contractor can expect a decision.
If the Employer decides not to proceed with the Change for
whatever reason, it shall, within the said period of fourteen (14)
days, notify the Contractor accordingly. Under such
circumstances, the Contractor shall be entitled to reimbursement
of all costs reasonably incurred by it in the preparation of the
Change Proposal, provided that these do not exceed the amount
given by the Contractor in its Estimate for Change Proposal
submitted in accordance with GCC Sub-Clause 64.2.2.
64.2.7 If the Employer and the Contractor cannot reach
agreement on the price for the Change, an equitable adjustment to
the Time for Completion, or any other matters identified in the
Change Proposal, the Employer may nevertheless instruct the
Contractor to proceed with the Change by issue of a “Pending
Agreement Change Order.”
Upon receipt of a Pending Agreement Change Order, the
Contractor shall immediately proceed with effecting the Changes
covered by such Order. The Parties shall thereafter attempt to
reach agreement on the outstanding issues under the Change
Proposal.
Section 1-5 for Cumilla_Lot-1 97
64.3 Changes Originating from Contractor
64.3.1 If the Contractor proposes a Change pursuant to GCC
Sub-Clause 64.1.2, the Contractor shall submit to the
Project Manager a written “Application for Change
Proposal,” giving reasons for the proposed Change and
including the information specified in GCC Sub-Clause
64.2.1.
Upon receipt of the Application for Change Proposal, the
Parties shall follow the procedures outlined in GCC Sub-
Clauses 64.2.6 and
64.3.2. However, should the Employer choose not to proceed, the
Contractor shall not be entitled to recover the costs of
preparing the Application for Change Proposal.
65. Extension of Time
for Completion 65.1 The Time(s) for Completion specified in the PCC pursuant to
GCC Sub-Clause 8.2 shall be extended if the Contractor is
delayed or impeded in the performance of any of its obligations
under the Contract by reason of any of the following:
(a) any Change in the Facilities as provided in GCC Clause 64
(b) any occurrence of Force Majeure as provided in GCC
Clause 52, unforeseen conditions as provided in GCC
Clause 50, or other occurrence of any of the matters
specified or referred to in paragraphs (a), (b) and (c) of GCC
Sub-Clause 47.2
(c) any suspension order given by the Employer under GCC
Clause 41 hereof or reduction in the rate of progress
pursuant to GCC Sub-Clause 66.2 or
(d) any changes in laws and regulations as provided in GCC
Clause 51 or
(e) any default or breach of the Contract by the Employer,
Appendix to the Contract Agreement titled ,or any activity,
act or omission of the Employer, or the Project Manager, or
any other contractors employed by the Employer, or
(f) any delay on the part of a sub-contractor, provided such
delay is due to a cause for which the Contractor himself
would have been entitled to an extension of time under this
sub-clause, or
(g) delays attributable to the Employer or caused by customs,
or
(h) any other matter specifically mentioned in the Contract
by such period as shall be fair and reasonable in all the
circumstances and as shall fairly reflect the delay or impediment
sustained by the Contractor.
Section 1-5 for Cumilla_Lot-1 98
65.2 Except where otherwise specifically provided in the Contract, the
Contractor shall submit to the Project Manager a notice of a claim
for an extension of the Time for Completion, together with
particulars of the event or circumstance justifying such extension as
soon as reasonably practicable after the commencement of such
event or circumstance. As soon as reasonably practicable after
receipt of such notice and supporting particulars of the claim, the
Employer and the Contractor shall agree upon the period of such
extension. The Contractor shall at all times use its reasonable
efforts to minimize any delay in the performance of its obligations
under the Contract.
In all cases where the Contractor has given a notice of a claim for an
extension of time under GCC 65.2, the Contractor shall consult with
the Project Manager in order to determine the steps (if any) which
can be taken to overcome or minimize the actual or anticipated
delay. The Contractor shall there after comply with all reasonable
instructions which the Project Manager shall give in order to
minimize such delay. If compliance with such instructions shall
cause the Contractor to incur extra costs and the Contractor is
entitled to an extension of time under GCC 65.1, the amount of such
extra costs shall be added to the Contract Price.
66. Suspension 66.1 The Employer may request the Project Manager, by notice to the
Contractor, to order the Contractor to suspend performance of any
or all of its obligations under the Contract. Such notice shall specify
the obligation of which performance is to be suspended, the
effective date of the suspension and the reasons thereof. The
Contractor shall thereupon suspend performance of such
obligation, except those obligations necessary for the care or
preservation of the Facilities, until ordered in writing to resume such
performance by the Project Manager.
If, by virtue of a suspension order given by the Project Manager,
other than by reason of the Contractor’s default or breach of the
Contract, the Contractor’s performance of any of its obligations is
suspended for an aggregate period of more than ninety (90) days,
then at any time thereafter and provided that at that time such
performance is still suspended, the Contractor may give a notice to
the Project Manager requiring that the Employer shall, within
twenty-eight (28) days of receipt of the notice, order the resumption
of such performance or request and subsequently order a change
in accordance with GCC Clause 64, excluding the performance of
the suspended obligations from the Contract.
If the Employer fails to do so within such period, the Contractor may,
by a further notice to the Project Manager, elect to treat the
suspension, where it affects a part only of the Facilities, as a
deletion of such part in accordance with GCC Clause 64 or, where
it affects the whole of the Facilities, as termination of the Contract
under GCC Sub-Clause 66.1.
Section 1-5 for Cumilla_Lot-1 99
66.2 if
(a) the Employer has failed to pay the Contractor any sum due
under the Contract within the specified period, has failed to
approve any invoice or supporting documents without just cause
pursuant to the Appendix to the Contract Agreement titled Terms
and Procedures of Payment, or commits a substantial breach of
the Contract, the Contractor may give a notice to the Employer
that requires payment of such sum, with interest thereon as
stipulated in GCC Sub-Clause 57.3, requires approval of such
invoice or supporting documents, or specifies the breach and
requires the Employer to remedy the same, as the case may be.
If the Employer fails to pay such sum together with such interest,
fails to approve such invoice or supporting documents or give its
reasons for withholding such approval, or fails to remedy the
breach or take steps to remedy the breach within fourteen (14)
days after receipt of the Contractor’s notice or
(b) the Contractor is unable to carry out any of its obligations
under the Contract for any reason attributable to the Employer,
including but not limited to the Employer’s failure to provide
possession of or access to the Site or other areas in accordance
with GCC Sub-Clause 25.2, or failure to obtain any governmental
permit necessary for the execution and/or completion of the
Facilities,
then the Contractor may by fourteen (14) days’ notice to the
Employer suspend performance of all or any of its obligations
under the Contract, or reduce the rate of progress.
66.3 If the Contractor’s performance of its obligations is suspended or
the rate of progress is reduced pursuant to this GCC Clause 66,
then the Time for Completion shall be extended in accordance
with GCC Sub-Clause 40.1, and any and all additional costs or
expenses incurred by the Contractor as a result of such
suspension or reduction shall be paid by the Employer to the
Contractor in addition to the Contract Price, except in the case of
suspension order or reduction in the rate of progress by reason of
the Contractor’s default or breach of the Contract.
66.4 During the period of suspension, the Contractor shall not remove
from the Site any Plant, any part of the Facilities or any
Contractor’s Equipment, without the prior written consent of the
Employer.
H. Termination and Settlement of Disputes
67. Termination 67.1 Termination for Default
(a) The Employer or the Contractor, without prejudice to any
other remedy for breach of Contract, by giving twenty eight
(28) days written notice of default to the other party, may
terminate the Contract in whole or in part if the other party
causes a fundamental breach of Contract.
(b) Fundamental breaches of the Contract shall include, but
shall not be limited to, the following:
(i) the Contractor stops work for twenty-eight (28) days
when no stoppage of work is shown on the current
Section 1-5 for Cumilla_Lot-1 100
Programme and the stoppage has not been authorized
by the Engineer;
(ii) the Engineer instructs the Contractor to delay the
progress of the Works, and the instruction is not
withdrawn within twenty-eight (28) days;
(iii) the Engineer gives Notice that failure to correct a
particular Defect is a fundamental breach of Contract
and the Contractor fails to correct it within a reasonable
period of time determined by the Engineer;
(iv) the Engineer gives Notice that the failure to achieve the
progress in accordance with the updated Programme
of Works by the Contractor is a non-fulfilment of
contractual obligations and the Contractor fails to
restore it within a reasonable period of time instructed
by the Engineer;
(v) the Contractor does not maintain a Security, which is
required;
(vi) the Contractor has delayed the completion of the Works
by the number of days for which the maximum amount
of Liquidated Damages can be paid, as specified in
GCC Sub Clause 41.2;
(vii) the Contractor has subcontracted the whole of the
Works or has assigned the Contract without the required
agreement and without the approval of the Engineer;
(viii) the Contractor, in the judgment of the Employer has
engaged in practices, as defined in GCC Sub Clause
39, in competing for or in executing the Contract.
(c) A payment certified by the Engineer is not paid by the
Employer to the Contractor within twenty eight (28) days of
the date of the Engineer’s certificate.
67.2 Termination for Insolvency
The Employer and the Contractor may at any time terminate
the Contract by giving twenty eight (28) days written notice
to the other party if either of the party becomes bankrupt or
otherwise insolvent. In such event, termination will be
without compensation to any party, provided that such
termination will not prejudice or affect any right of action or
remedy that has accrued or will accrue thereafter to the other
party.
Section 1-5 for Cumilla_Lot-1 101
67.3 Termination for Convenience
(a) The Employer, by giving twenty eight (28) days written
notice sent to the Contractor, may terminate the Contract, in
whole or in part, at any time for its convenience. The notice of
termination shall specify that termination is for the Employer’s
convenience, the extent to which performance of the Contractor
under the Contract is terminated, and the date upon which such
termination becomes effective. The termination shall take effect
twenty eight (28) days after the later dates on which the
Contractor receives this notice or the Employer returns the
Performance Security.
(b) The Employer shall not terminate the contract under GCC
Sub Clause 67.1 (a) in order to execute the contract itself or to
arrange for the Works to be executed by another contractor or to
avoid a termination of the Contract by the Contractor as stated
under GCC Sub Clause 67.1(a).
67.4 In the event the Employer terminates the Contract in whole or in
part, the Employer shall accept the portion of the Works that are
complete and ready for handing over after the Contractor’s
receipt of notice of termination of the Contract. For the remaining
portion of the Works, the Employer may elect:
(a) to have any portion completed by the Contractor at the
Contract terms and prices; and /or
(b) to cancel the remainder and pay to the Contractor an
agreed amount for partially completed Works and for
materials and parts previously procured by the Contractor,
or
(c) except in the case of termination for convenience as stated
under GCC Sub Clause 67, engage another Contractor to
complete the Works, and in that case the Contractor shall
be liable to the Employer for any cost that may be incurred
in excess of the sum that would have been paid to the
Contractor, if the work would have been executed and
completed by him or her.
67.5 If the Contract is terminated, the Contractor shall stop work
immediately, make the Site safe and secure, and leave the Site
as soon as is reasonably possible
68. Payment upon
Termination 68.1 If the Contract is terminated because of a fundamental breach of
Contract under GCC Sub Clause 67.1 by the Contractor, the
Project Manager shall issue a certificate for the value of the
Works done and Plant and Materials ordered less advance
payments received up to the date of the issue of the certificate
and less the amount from percentage to apply to the contract
value of the works not completed, as indicated in the PCC. If the
total amount due to the Employer exceeds any payment due to
the Contractor, the difference shall be a debt payable to the
Employer.
68.2 If the Contract is terminated for the Employer’s convenience or
because of a fundamental breach of Contract by the Employer,
the Project Manager shall issue a payment certificate for the
value of the work done, Materials ordered, the reasonable cost of
Section 1-5 for Cumilla_Lot-1 102
removal of Equipment, repatriation of the Contractor’s foreign
personnel employed solely on the Works and recruited
specifically for the Works, and the Contractor’s costs of protecting
and securing the Works, and less advance payments received up
to the date of the certificate.
68.3 If the Contract is terminated for reasons of Force Majeure, the
The Project Manager shall determine the value of the work done
and issue a Payment Certificate which shall include.
(a) the amounts payable for any work carried out for which unit
rates or prices are stated in the Contract;
(b) the cost of Plant and Materials ordered for the Works which
have been delivered to the Contractor, or of which the
Contractor is liable to accept delivery: this Plant and
Materials shall become the property of (and be at the risk
of) the Employer when paid for by the Employer, and the
Contractor shall place the same at the Employer’s
disposal;
(c) other costs or liabilities which in the circumstances were
reasonably and necessarily incurred by the Contractor in
the expectation of completing the Works;
(d) the cost of removal of Temporary Works and Contractor’s
Equipment from the Site; and
(e) the cost of repatriation of the Contractor’s staff and labor
employed wholly in connection with the Works at the date
of termination.
69. Property 69.1 All Materials on the Site, Plant, Equipment, Temporary Works,
and Works shall be deemed to be the property of the Employer
if the Contract is terminated because of the Contractor’s default
stated under GCC Sub Clause 67.1.
70. Frustration 70.1 If the Contract is frustrated by the occurrence of a situation of
Force Majeure as defined in GCC Sub Clause 52, the Engineer
shall certify that the Contract has been frustrated. The
Contractor shall make the Site safe and stop work as quickly as
possible after receiving this certificate and shall be paid for all
works carried out before receiving it and for any work carried out
afterwards to which a commitment was made.
I. Claims, Disputes and Arbitration
71. Contractor’s 71.1 If the Contractor considers himself to be entitled to any extension
Claims of the Completion Time and/or any additional payment, under any
Clause of these Conditions or otherwise in connection with the
Contract, the Contractor shall give notice to the Employer,
describing the event or circumstance giving rise to the claim. The
notice shall be given as soon as practicable, and not later than
twenty eight (28) days after the Contractor became aware, or
should have become aware, of the event or circumstance.
Section 1-5 for Cumilla_Lot-1 103
71.2 If the Contractor fails to give notice of a claim within such period
of twenty eight (28) days, the Intended Completion Date shall not
be extended, the Contractor shall not be entitled to additional
payment, and the Employer shall be discharged from all liability
in connection with the claim.
71.3 Within forty two (42) days after the Contractor became aware or
should have become aware of the event or circumstance giving
rise to the claim, or within such other period as may be proposed
by the Contractor and approved by the Engineer, the Contractor
shall send to the Engineer a fully detailed claim which includes
full supporting particulars of the basis of the claim and of the
extension of time and/or additional payment claimed, for
settlement.
72. Settlement of
Disputes Amicable settlement
72.1 The Employer and the Contractor shall make every effort to
resolve amicably by direct informal negotiation any disagreement
or dispute arising between them under or in connection with the
Contract.
Arbitration
72.2 If, after twenty-eight (28) days, the parties have failed to resolve
their dispute or difference by such mutual consultation as stated
under GCC Clause 72.1, then either the Employer or the
Contractor may give notice to the other party of its intention to
commence arbitration in accordance with GCC Sub Clause 72.3,
as to the matter in dispute, and no arbitration in respect of this
matter may be commenced unless such notice is given. Any
dispute or difference in respect of which a notice of intention to
commence arbitration has been given in accordance with this
Clause shall be finally settled by arbitration.
72.3 Arbitration shall be commenced prior to or after execution of the
Works under the Contract. Arbitration proceedings shall be
conducted in accordance with the rules of procedure specified in
the PCC.
72.4 Notwithstanding any reference to arbitration hereinabove the
parties shall continue to perform their respective responsibilities
under the Contract unless agreed otherwise and, the Employer
shall pay any monies due to the Contractor.
Section 1-5 for Cumilla_Lot-1 104
Section 4. Particular Conditions of Contract
Instructions for completing the Particular Conditions of Contract are provided in italics in parenthesis for the relevant
GCC Clauses.
GCC Clause Amendments of, and Supplements to, Clauses in the General Conditions of Contract
GCC 1.1(j) The Contractor is
[Name, address, and name of authorized representative]
GCC 1.1 The Procuring Entity/Employer/Purchaser is Bangladesh Power Development Board
(ll, mm) (BPDB)
Representative:
Secretary
Bangladesh Power Development Board (BPDB)
Address: WAPDA Building (1st floor), Motijheel C/A, Dhaka-1000.
Telephone: +880-2-9554209
e-mail address: [email protected]
Project Manager/Consignee:
Project Director, Power Distribution System Development Project, Cumilla Zone, BPDB,
Cumilla.
Camp Office:12th Floor, Bidyut Bhaban, 1, Abdul Goni Road, BPDB, Dhaka.
E-mail: [email protected]
Ph: +88-02-9572118
Engineer
“Engineer” means Director, Directorate of Design & Inspection-II, 9/B, Motijheel C/A,
Dhaka-1000. E-mail: [email protected], Phone: +880 2 41052310.
“DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 03NOS. NEW
33/11KV 2X10/13.33 MVA AIS SUBSTATION, 01NOS. UP-GRADATION To 33/11KV
2X16/20 MVA AIS SUBSTATION AND EXTENSION OF 33KV SWITCHYARD & BAY AT
132/33KV HORINDHARA, CUMILLA GRID SUB-STATION INCLUDING CIVIL WORKS AND
OTHER RELATED WORKS ON TURNKEY BASIS UNDER POWER DISTRIBUTION SYSTEM
DEVELOPMENT PROJECT, CUMILLA ZONE OF BPDB (PACKAGE NO: -GD-1, LOT-1”: Also
means Plant & Equipment.
Supplier: Also means Contractor
Owner’s Engineer: Means Consulting firm for the time being or from time to time duly
appointed by the Board.
Provisional Acceptance Certificate (PAC): Also means Operational Acceptance
Certificate (OAC).
GCC 1.1 “Effective Date” shall mean the date of establishing of Letter of Credit.
(t)
GCC 1.1 The Intended Completion Date is 540 (Five hundred and forty) days calculated from the
(dd) Effective date of Contract to acceptance of Commissioning and Guarantee test run.
Section 1-5 for Cumilla_Lot-1 105
GCC 1.1 The Original Contract price is [insert the amount in the NOA]
(gg)
GCC The Site is located at different areas as follows under Power Distribution System
1.1(oo) Development Project, Comilla Zone, BPDB:
01 Design, Supply, Installation, Testing & Commissioning of a new 33/11 kV,
2X10/13.33 MVA, regular type AIS Substation at Cumilla Cantonment under
BBB-1, Cumilla, BPDB, Cumilla on Turnkey Basis under Power Distribution
System Development Project, Cumilla Zo of BPDB.
02 Design, Supply, Installation, Testing & Commissioning of a new 33/11 kV,
2X10/13.33 MVA, regular type AIS Substation at Simrael Puran Kandi Power
House under BB-Brahmon Baria, BPDB, B. Baria on Turnkey Basis under Power
Distribution System Development Project, Cumilla Zone of BPDB.
03 Design, Supply, Installation, Testing & Commissioning of a new 33/11kV,
2X10/13.33 MVA, regular type AIS Substation at Lakhshminarayanpur under BB-
Noakhali, BPDB, Noakhali on Turnkey Basis under Power Distribution System
Development Project, Cumilla Zone of BPDB.
04 Design, Supply, Installation, Testing & Commissioning of the 33/11KV
Substation in Chouddagram under the ESU Chouddagram from 1X3 +1X5 MVA
to 2X16/20 MVA on Turnkey Basis under Power Distribution System
Development Project, Cumilla Zone of BPDB.
05 Design, Supply, Erection, Installation, Testing and Commissioning of Extension
of 33kV Switchyard & BAY 4D, 5M x 20M at 132/33KV Harindhara Grid Sub-
station including Design, Supply, Dismantling, Installation, Testing &
Commissioning in Harindhara under BBB-3, Cumilla on Trunkey basis under
Power Distribution System Development Project, Cumilla Zone of BPDB
GCC 1.1 The Works consist of
(vv) As mentioned in Section 6. Scope of works and Bill of Quantities, Section 7, General
Specification (Technical) and Section 8, Guaranteed Technical Particulars (GTP) Section 9,
Drawing.
GCC 2.5 Sectional Completion: Not Applicable for individual Sub-station.
GCC 3.1 The Procuring Entity’s address for the purpose of communications under this contract is :
Project Director
Power Distribution System Development Project, Cumilla Zone, BPDB, Cumilla.
Camp Office:
12th Floor, Bidyut Bhaban, 1, Abdul Goni Road, BPDB, Dhaka.
E-mail: [email protected]
Ph: +88-02-9572118
The Contractor’s address for the purpose of communications under this contract is :
Contact person:
Address:
Tel:
Fax:
e-mail address:
Section 1-5 for Cumilla_Lot-1 106
GCC 6.1 (k) Other documents forming part of the Contract are;
Acceptance of NOA, Performance Security, Tender/Proposal(Offer) of the Contractor and All
Correspondences between purchaser and Contractor prior to signing of the contract.
GCC 9.2 Materials, Equipment Plants and supplies shall not have their origin in the following
countries: Israel and countries having no diplomatic relation with the Government of
Bangladesh. Plant and services from a country which is not included in the specified
countries mentioned in the respected GTP in Section 8: Guaranteed Technical Particulars is
also not acceptable.
GCC 13.1 Possession of the Site or part(s) of the Site, to the Contractor shall be given on the following
date(s); Within 14 days after LC Opening by the Employer.
GCC 23.1 The Contractor shall commence work on the Facilities within 14 (Fourteen) days from the
Effective Date for determining Time for Completion as specified in the Contract
Agreement.
GCC 24.1 The time for completion of the whole of the facilities shall be: 540 (Five hundred and forty)
days calculated from the Effective Date of Contract to acceptance of Commissioning and
Guarantee test run.
GCC 32.1 A Subcontractor that is a national of, or registered in, the following countries are not eligible:
Israel and countries having no diplomatic relation with the Government of Bangladesh.
GCC 33.1 Nominated Subcontractor(s) named below: None
shall be entitled to execute the following specific components of the Works
Not Applicable.
Design and Engineering:
GCC 35.3.2
Design, Drawing, Specification & GTP/ Engineering Data etc., shall be submitted to the
Engineer, Director, Design & Inspection–II, BPDB by the Contractor for approval, prior to
the starting of works and manufacturing of the goods. The Supplier/Contractor shall have
to submit 3 (three) sets of the same for approval within 15 (fifteen) days from the date of
signing Contract. Only Original copy shall be submitted (photocopy / scanned copy will
not be allowed).
One copy of Design, Drawing, Specification & GTP/ Engineering Data shall be returned
to the Contractor/Supplier marked “APPROVED” or “APPROVED AS NOTED” or
“RETURNED FOR CORRECTION” within 14 (Fourteen) working days after receipt
from the Supplier and if not returned within14 (Fourteen) working days after receipt by
the Engineer, the Suppliers shall notify Engineer of such fact, and if the Design, Drawing,
Specification & GTP/ Engineering Data still have been not returned within 10 (ten)
working days after notice, the Supplier may proceed as if Design, Drawing, Specification
& GTP/ Engineering Data have been returned approved. When the Design, Drawing,
Specification & GTP/ Engineering Data are returned marked “APPROVED AS NOTED”
or “RETURNED FOR CORRECTION” the corrections or changes shall be made and 3
(three) revised copies shall be submitted to the Engineer. One copy of the revised Design,
Drawing, Specification & GTP/ Engineering Data will be returned to the Supplier by
7(Seven) working days from the receipt of the same with due approval, if re-submitted
Design, Drawing, Specification & GTP/ Engineering Data are in line with the earlier
comments of the Engineer and satisfy contract specification.
Approval of data and drawings shall in no way relieve the Contractor of any of his duties
or responsibilities for engineering, design, workmanship, materials and all other liabilities
under the Contract.
Section 1-5 for Cumilla_Lot-1 107
The contractor shall, within the time specified, provide drawings showing the manner in
which the equipment and materials is to be affixed together with all information relating,
unless otherwise agreed, only to the Works, required for preparing suitable foundations,
for providing suitable access for equipment and materials and any necessary equipment
which are to be erected and for making all necessary connections to the equipment and
materials (whether such connections are to be made by the Contractor under the Contract
or not).
Any expenses resulting from an error or omission in or from delay in delivery of the
drawings and information mentioned in this Clause shall be borne by the Contractor.
The Contractor shall be responsible for any discrepancies, errors, or omissions in the
drawings and other particulars supplied by him. Whenever the work is carried out on the
basis of such discrepancies, errors, or omissions, any revision of the work shall be made at
the expense of the Contractor.
At least one copy of the final approved data and drawings shall be kept by the
Contractor at the Site and the same shall at all reasonable times be available for
inspection and use by the Employer/Engineer and by any other person authorized by the
Employer/Engineer.
AUTHORITY OF THE ENGINEER:
To prevent delays and disputes, and to discourage litigation, it is agreed by the parties to
this Contract that the Engineer shall resolve, by written opinion, all questions in relation to
the Work performed under this Contract. In case of any decision or instruction involving
financial implications, the Engineer shall obtain written confirmation from the Employer
and advise the Contractor accordingly. The Engineer shall issue instructions in consultation
with the Consignee. If, in the opinion of the Contractor or the Employer, a written decision
made by the Engineer is not in accordance with the meaning and intent of the Contract,
either party may file with the engineer and the other party to the Contract, within thirty (30)
days after receipt written decision, a written objection to the decision.
Failure to file an objection within the allotted time will be considered as acceptance of the
Engineer's decision and the decision shall become final and conclusive. If such written
objection is timely filed, the objecting party may at any time thereafter and prior to final
payment under the Contract, request that the matter be referred to arbitration pursuant to
the provisions hereinafter setforth in Clause "Arbitration". The Engineer's decision and the
filing of the written objection thereto shall be Conditions precedent to the right to request
arbitration or to start action in court.
It is the intent of this agreement that there shall be no delay in the execution of the Work,
and the decision of the Engineer as rendered shall be promptly observed. The Contractor
shall proceed with the Work in accordance with the Engineer's written decision, provided,
however, that the Contractor shall not be requested to recognize or accept any change order
or decision requiring extra or additional Work, unless the amount of additional
compensation therefore is agreed upon by the Employer in accordance with the provisions
of Clauses GCC 1.1 (qq) and GCC 35.3.5 pertinent to modifications. If in any case, the
Contractor is required to proceed over his objection, the Contractor shall be authorized, in
an appropriate case, to notify the Employer.
WORK TO THE SATISFACTION OF THE EMPLOYER/ ENGINEER:
The Contractor shall execute and complete the Work in strict accordance with the Contract
to the satisfaction of the Employer /the Engineer and shall comply with and adhere strictly
to the Engineer's instructions and directions on any matter, whether mentioned in the
Contract or not, concerning the Work. The Contractor shall take instructions and directions
Section 1-5 for Cumilla_Lot-1 108
only from the Engineer. Such instruction by the Engineer shall always be in writing and
approved by the Employer.
GCC38.2 Replace the clause as follows:
[A] Pre-delivery inspection and/or Witnessing of the manufacturing process and tests
of the equipment at manufacturer’s works including transfer of technical know-how.
During factory inspection and test witness, transfer of Technology and Technical know-
how regarding spares, parameters and testing procedure including familiarization/
testing of equipment to BPDB Engineers is to be performed as per Section 7:
Technical Section/as per relevant standard. Other than this the supplier shall bear
(applicable for overseas factory) the round air tickets, hotel accommodations, per
diem allowances, internal transportations and out of pocket expenses @
US$ 100.00 per person per day for 07 days (excluding travel time) for the witnessing
of manufacturing process and tests of concerned equipment at manufacturer’s
works. The number of such BPDB Engineers will be Total 15 (fifteen) nos. of
Engineer (nominated by the Purchaser) in five groups (Engineering Team) will
participate on the quality acceptance test (QAT) for the offered equipment at the
manufacturer's plant and confirm their quality as per specification.
Group Nos. of Name of the Equipment
Engineer
Team-1 03 Power Transformers, Station Auxiliary
Transformers
Team-2 03 33kV AIS Breaker with PCM panel, SAS
Team-3 03 11 kV AIS Breaker with panel, 33kV & 11kV
Isolator, CT & PT
Team-4 03 33kV & 11kV XLPE Power Cable
Team-5 03 Battery & Battery Charger, 33kV & 11kV LA, LV
Switchgear etc.
Such witness/inspection shall not relieve the supplier from any obligation to
supply the goods in accordance with contract document. For foreign
manufacturer, Invitation letter from the manufacturer should be submitted to the
purchaser at least 02(two) months prior to the schedule date of the witness and
tests.
For manufacturer inside Bangladesh Engineering Teams (Nominated by the
Purchaser) for Witnessing of the manufacturing process and tests of the Goods
at manufacturer’s works including transfer of technical know-how shall be as
per Section 7: Technical Section/as per relevant standard.
For any reason, if Purchaser’s/ Employer’s representative(s) cannot attend
above mentioned “Witnessing of the manufacturing process and tests of the
Goods at manufacturer’s works including transfer of technical know-how”
program, a Third Party Inspection Company/Agency shall conduct/ witness
Pre-shipment Inspections as well as Factory Acceptance Tests as per
Contract and relevant standard at the manufacture’s Premises with the
concurrence of BPDB. The Third Party Inspector shall submit a
comprehensive report to Purchaser with recommendation accompanied
with photograph and video clips with date and time of the Equipment/
Materials/ Goods inspected within 7 days after completion of respective
inspection/Test. After approval of Third Party Inspection report by BPDB,
Section 1-5 for Cumilla_Lot-1 109
shipping advice shall be issued to Supplier/ Contractor. No Equipment/
Materials/ Goods shall be shipped without shipping advice.
The inspections/ Tests shall be performed on as-needed basis as per
schedule provided by the respective manufacturers
Manufacturer/ Supplier/ Contractor shall bear cost pertaining to third party
inspection team/BPDB’s representative(s). Manufacturer/ Supplier/
Contractor shall facilitate and provide full support for the Pre-Shipment
Inspection/Witnessing of Factory Acceptance Test and transfer of technical
know-how to BPDB representative(s).
The third party inspection company/agency must not be involved in design,
procurement, fabrication, construction and installation under this Contract.
BPDB will select any of the following companies/agencies as Third Party
Inspector:
1. BUREAU VERITAS
2. SGS
3. Black and Veatch
4. TUV SUD
5. Lloyd Inspection Agency
6. Mott MacDonald
7. Intertek group
With the approval of BPDB, Contractor/Supplier shall engage Third Party
Inspection company/ agency. BPDB reserves the right to revise the above
mentioned list.
[B] Post Landing Inspection (PLI):
i. Post Landing Inspection shall be done after arrival of the Plant/Goods at Final
destination/at site. The post landing inspection shall be intimated to the
representative of Contractor/Supplier. The program of such inspection shall be
intimated to the representative of contractor/supplier by BPDB upon arrival of the
goods at Final destination store of BPDB.
ii. The purchaser will test and where necessary, reject the Goods arrival in purchaser’s
store/Site shall in no way be limited or waived by reason of the goods having
previously been tested and passed by the manufacturer/ supplier/contractor.
iii. Nothing in this clause shall in any way release the supplier/contractor from any
warranty or other obligation under the provisions of the contract/ purchase order.
[C] Technical Orientation & witness of the Plant & Equipment (for each sub-station)
for 03 (three) days after Commissioning of the Plant & Equipment at Project Site’s
and/or in classroom including transfer of technical know-how:
During Technical Orientation & witness, transfer of Technology and Technical know-how
regarding spares, parameters and testing & manufacturing procedure including
familiarization/ testing of equipment to BPDB Engineers/Employer (persons) at on
Project’s Site and/or in Classroom is to be performed by the expertise of the Plant &
Equipment Manufacturer’s as per Section 7. The Contractor/Supplier shall bear all cost
required for accommodations, classroom rent, foods, internal transportations to carry out
Section 1-5 for Cumilla_Lot-1 110
the Technical Orientation & witness by the BPDB Engineers’/Employer (persons) for
3(three) days (excluding any travel time). The number of such BPDB Engineers/Employee
will be 8 (eight) nos. for each Sub-Station. Such Orientation & witness will required for
issuing Operational Acceptance Certificate (OAC) and shall not relieve the supplier
from any obligation to supply the goods in accordance with contract document.
GCC 40.1.2 Replace the Clause as follows:
Before commissioning the, Employer will provide operating and maintenance personnel under
Contractor’s supervision to get them (Employer’s O&M personal) acquainted with and to
witness the commissioning of the Plant & Equipment. The commissioning program shall be
intimated by the Contractor before 07(seven) days of commissioning. All raw materials,
utilities, lubricants, chemicals, catalysts, facilities, services and other matters required for
Commissioning shall be supplied by the Contractor.
Before commencement of Guarantee test, Contractor will successfully complete Initial
GCC 40.2.2
Commercial Operation (ICO) of Plant and Facilities as mentioned in GCC Sub-Clause 39.11
thereof.
If for reasons not attributable to the Contractor, the Guarantee Test of the Facilities or the
relevant part thereof cannot be successfully completed within the period 30 (thirty) days
from the date of successfully completion of ICO, Operational Acceptance Certificate may
be issued subjected to GCC Sub-Clause 40.3.1 hereof. But Contractor shall have to perform
Guarantee Test as soon as Employer request for the same.
GCC40.3.1 Add the Clause 40.3.1 (Operational Acceptance) as follows:
(Missing Subjected to GCC Sub-Clause 40.4 below, Operational Acceptance shall occur in respect
Clause) of Facilities or any part thereof when
a. the Guarantee Test has been successfully completed and the Functional
Guarantee are met; or
b. the Guarantee Test has not been successfully completed or has not been carried
out for reasons not attributable to the Contractor within the period from the date
of Completion or any other agreed upon period as specified in GCC Sub-Clause
40.2.2 or
c. the Contractor has paid the liquidated damages specified in GCC Sub-clause 43.3
hereof; and
d. any minor items mentioned in GCC Sub-Clause 39.9 hereof relevant to the
Facilities or that part thereof have been completed; and
e. successfully carry out the Technical Orientation and Quality Test Witness of
Plant & Equipment and any part of the Facilities specified hereof.
f. Approved As-Built Drawing.
GCC 40.4 Partial Acceptance of Plant and Facilities are allowed on the basis of successful completion
of commissioning and Guarantee Test of a particular Sub-station.
Section 1-5 for Cumilla_Lot-1 111
GCC 41.2 The amount of Liquidated Damages for Delay or Delay Damages or Delay to
Completion Date of the uncompleted delivery of goods/works/services or for any
part thereof is: At the rate of zero point one percent (0.1%) of the Contract
Price of relevant part per day.
All Goods, whole works and related services shall be considered as uncomplete until
the effective date of Operational Acceptance Certificate (OAC)/ Provisional
Acceptance Certificate (PAC). Hence Liquidated Damages for delay or Delay
Damages until effective date of OAC/PAC shall be applicable on the final Contract
Price of the whole of the Goods, Works and related services.
The maximum amount of Liquidated Damages is: Ten percent (10%) of the final
Contract price of the Whole of the Goods, Works and related services.
GCC 41.3 No bonus will be given for earlier Completion of the Facilities or part thereof.
The warranty /defect liability period hereunder shall begin from the date of issuance of
GCC42.2
Operational Acceptance Certificate (OAC)/Provisional Acceptance Certificate (PAC)
for a particular Sub-station by BPDB and shall end after 12 (twelve) months pursuant to
GCC Sub-Clause 42.10.
GCC 42.3 The amount to be withheld for late submission of an updated Programme is Not Applicable.
GCC 42.9 “after Completion of the Facilities or any part thereof,” will be replaced by “after
Operational Acceptance of Facilities,”
GCC 42.10 During the Defect Liability Period, if any Plant & Equipment is damaged and replaced by
the Contractor, fresh Defect Liability Period for 12(twelve) months of operation shall be
counted for replaced Plant & Equipment from the date of repair, replacement,
commissioning thereof.
GCC 42.11 Final Acceptance Certificate (FAC):
(New The “Final Acceptance Certificate (FAC)” shall mean the official notification by Employer
Clause) to the Contractor, issued at the end of all the Defect Liability Period (if different guarantee
periods to different parts of the work, after the expiration of the latest of such periods)
which indicates that the Contractor has completed his obligation under the Contract.
GCC45.1 (b) The multiplier of the Contract Price is: One (1).
GCC47.1 “until the date of Completion of the Facilities pursuant to GCC Clause 39 or, where the
Contract provides for Completion of the Facilities in parts, until the date of Completion of the
relevant part” will be replaced by “until the date of Operational Acceptance of the Facilities
pursuant to GCC Clause 40.3 or, where the Contract provides for Completion of the Facilities
in parts, until the date of Operational Acceptance of the relevant part”
GCC 56.2 The Contract Price shall be adjusted in accordance with the provisions of the Appendix to
the Contract Agreement titled Adjustment Clause. Not Applicable
GCC57.1 As per Appendix-1. Terms and procedures of Payment.
GCC 57.5 Payments due to the Contractor in each certificate shall be made into the following Bank
Account nominated by the Contractor and in the currency as specified in the Payment
(New Schedule:
Clause)
The particulars of the Bank Account nominated are as follows :
Title of the Account: [insert title to whom the Contract awarded]
Section 1-5 for Cumilla_Lot-1 112
Name of the Bank : [insert name with code, if any]
Name of the Branch : [insert branch name with code ,if any]
Account Number : [insert number]
Address : [insert location with district]
Tel:
Fax:
e-mail address:
GCC59.1
The Contractor shall, within twenty-eight (28) days of the notification of contract award
(NOA), provide a security for the due performance of the Contract in the amount, as a
percentage of the Contract Price for the Facility or for the part of the Facility for which
a separate Time for Completion is provided, shall be: Ten percent (10%).
GCC59.2
The performance security shall be provided in the currency or currencies of the Contract
as stated under ITT Sub Clauses 27.4 at the percentage as specified in GCC 59.1 and
shall be in the form of an irrevocable Bank Guarantee issued by an internationally
reputable Bank which has a correspondent Bank located in Bangladesh in the Format
(Form PG5A-9) provided in Section 5, Tender and Contract Forms, acceptable to the
Employer.
GCC59.3
Performance Security shall not be reduced. The performance security shall be valid
until completion of Defects Liability Period plus 28 (twenty eight) days, provided,
however, that if the Defects Liability Period has been extended on any part of the
Facilities pursuant to GCC Sub-Clause 42.8 hereof, the Contractor shall issue an
additional security in an amount proportionate to the Contract Price of that part.
GCC 60.4
1. For Contractor's equipment materials & Service:-
Taxes and
Duties a) Bangladesh Income Tax and VAT for Income Earned in Bangladesh:
(New
Clause) i) The Contractor shall be entirely liable to pay Income Tax for payment of Foreign &
Local Currency under the contract amount (including CIF or CIP) according to income
tax ordinance 1984. Income tax shall be deducted at source during payment of
bills/Invoice at the prevailing rate (at the tender submission date) and onward deposition
into Govt treasury. If any changes the Tax rate on the payment date that will be on account
of Employer.
ii) The Contractor shall not be responsible for payment of applicable VAT on the Import
materials and equipment on import price. The employer will pay the VAT on Import stage.
If any difference of import price and contract price that shall be accumulated or settled
according to VAT Act 2012. The contractor shall be liable to pay VAT on local and foreign
portion on service, Civil and commissioning works on payment stage at the prevailing rate
(at the Tender submission date) of Govt according to VAT Act.2012.If any changes the
VAT rate on the payment date that will be on account of Employer .
b) Foreign country Taxes and Permits:
The Contractor shall pay all sales, income and other taxes and duties, tariffs and imports
that can be lawfully assessed against the contractor by the Government or any lawful
authority of any country other than the people's Republic of Bangladesh which has
jurisdiction over the contractor in connection with this contract and shall pay for all licenses
permits and inspection required for the work including the cost or securing all export
Section 1-5 for Cumilla_Lot-1 113
licenses and permits for materials, equipment, supplies and personnel exported from that
country to Bangladesh.
c) For Contractor's equipment, materials imported on re-exportable basis:
The Contractor shall be entirely responsible for all Bangladesh Custom and Import duties,
VAT, taxes and all other levies imposed under applicable law of Bangladesh for
Importation of Contractor’s Construction equipment, tools and materials required for
implementation of the contract in Bangladesh which shall be imported on the condition to
be exported after completion of the work, if the same are not exempted from such taxes,
VAT & levies. The Board shall assist to the contractor to obtain exemption from NBR
[National Board of Revenue] for import of the contractor’s equipment and materials on the
basis of re-export.
2. Import Duty, VAT, Taxes, Levies and other Taxes for Permanent Materials of the project:
The Board shall pay all Bangladesh Customs and Import duties, VAT, Taxes and all other
liabilities arising from the Importation of all permanent Materials and equipments under the
contract.
The Contractor shall obtain all import permits or licenses required for any part of the work within
the terms stated in the program or if not so stated, in reasonable time having regard to the time
for delivery of the work and the time for completion. The Board shall pay all Bangladesh
customs and import duties, VAT, taxes and all other levies arising from the importation of
all permanent materials and equipments (on CIP Value) under the contract, The Board shall
provide its extreme effort to pay such taxes in a timely manner to avoid any extra cost thereon.
The contractor shall submit to the owner 5 (five) copies of non-negotiable shipping document
ahead of shipment for arranging payment of such taxes and clearing the materials in time. The
Board shall not bear any expenditure on account of import of cement, if any, by the Contractor.
Normally, equipment and materials that will be incorporated in the permanent works shall be
transported by vessel. If the Contractor decides to air freight any items, the excess freight beyond
freight of vessel or excess inland transportation or any other additional cost on account of air
freight shall be borne by the Contractor
C&F:
Manufacturer/supplier/ contractor shall be entirely responsible for clearing the
material//equipment through their appointed clearing agent (including necessary payment to
them), submission of tax assessment report from custom authority to Deputy Director clearance
& Movement , BPDB, Rangpur/Dhaka/Khulna/Chattogram ahead of time period to avoid any
sorts of demurrage. On presentation of assessment report from custom authority, concerned
Deputy Director Clearance & Movement, BPDB will make arrangement for payment to custom
authority. All charges related to tax assessment & Clearing shall be borne by the contractor if
necessary.
GCC 63.1
The Amount of Liquidated Damages for Delay or Delay Damages or Delay to
Completion Date of the uncompleted delivery of goods/works/services or for any
part thereof is: At the rate of zero point one percent (0.1%) of the Contract
Price of relevant part per day.
All Goods, whole works and related services shall be considered as uncomplete until
the effective date of Operational Acceptance Certificate (OAC)/ Provisional
Acceptance Certificate (PAC). Hence Liquidated Damages for delay or Delay
Damages until effective date of OAC/PAC shall be applicable on the final Contract
Price of the whole of the Goods, Works and related services.
Section 1-5 for Cumilla_Lot-1 114
GCC 63.2
The maximum amount of Liquidated Damages is: Ten percent (10%) of the final
Contract price of the Whole of the Goods, Works and related services.
GCC 67 (b) Engineer shall be replaced by Project Manager/Consignee.
GCC 72.3 As per Bangladesh Arbitration Act. Place: Dhaka, Bangladesh
GCC 73.1 Subject to GCC Clause 64, the Delivery of the Plants and Services shall be in accordance with the Delivery
List and Completion Schedule specified in the Section 6: Schedule of Requirements.
Delivery
Document Details of shipping and documents to be furnished by the Contractor/Supplier shall be:
(New
Clause) “For Schedule No. 1 - Plant and Equipment Supplied from Abroad
/ Goods supplied from abroad as per INCOTERM CIP:
Upon shipment, the Contractor/Supplier shall notify the Purchaser by telex or fax the full details of the
shipment, including Contract number, description of Goods, quantity, the vessel, the bill of lading number
and date, port of loading, date of shipment, port of discharge, etc. The Contractor/Supplier shall send the
following documents to the Purchaser, with a copy to the Insurance Company:
(a) 7 copies of the Supplier’s invoice showing the description of the Goods, quantity,
unit price, and total amount;
(b) original and 8 copies of the negotiable, clean, on-board bill of lading marked “freight
prepaid” and 8 copies of non-negotiable bill of lading where applicable;
(c) 8 copies of the packing list identifying contents of each package;
(d) insurance certificate;
(e) Manufacturer’s or Supplier’s warranty certificate;
(f) inspection certificate, issued by the nominated inspection agency or purchaser inspection
team, and the Supplier’s factory inspection report; and
(g) Certificate of origin.
(h) Shipping advice issued by the Consignee
(i) Truck Challan:
The Employer/Consignee shall receive the above documents at least one week before arrival of
Goods at the port and, if not received, the Supplier will be responsible for any consequent expenses.
The negotiable sets of documents shall be originals signed by the Supplier. The Commercial Invoice
is to show material value plus freight as applicable.
The Employer/Consignee shall receive the shipping documents at the latest one-week before arrival
of cargoes at the airport of Dhaka or any sea/land port of entry in Bangladesh.
The shipping documents shall be supplied to as follows:
1 Project Manager/Consignee 2 (Two) sets
Project Director
Power Distribution System Development Project, Cumilla Zone, BPDB,
Cumilla.
2 Director, Finance, Biddut Bhaban (7th Floor)1, Abdul Gani Road, Dhaka- 2 (Two) sets
1000
3 Director, Clearance & Movement, BPDB, Chittagong/Dhaka 2 (Two) sets
4 Deputy Director, Clearance & Movement BPDB, Chittagong/Dhaka 1 (one) set
/Khulna
5 Dy. Director, Insurance, BPDB, Dhaka 1 (one) set
Section 1-5 for Cumilla_Lot-1 115
No goods should be shipped or delivered without prior instruction (shipping advice) from
the Employer/Consignee.
For Goods from within the Purchaser’s country as per INCOTERM EXW:
Upon delivery of the Goods to the transporter, the Supplier shall notify the Employer/Consignee
and send the following documents to the Employer/Consignee:
(a) 7 copies copies of the Supplier’s invoice showing the description of the Goods,
quantity, unit price, and total amount;
(b) 7 copies delivery note, railway receipt, or truck receipt;
(c) 3 copies Manufacturer’s or Supplier’s warranty certificate;
(d) 7 copies inspection certificate issued by the nominated inspection agency, and the
Supplier’s factory inspection report; and
(e) 7 copies certificate of origin.
The Employer/Consignee, shall receive the above documents before the arrival of the Goods
and, if not received, the Supplier will be responsible for any consequent expenses.
SUBMISSION OF “as-build” Drawing of the Plant:
GCC 74.1
(New The Contractor shall submit “as-build” drawing including Approval/ Testing Report/ Operational/
Clause) Maintenance Manual within one month from the date of Completion Certificate to the Project
Manager. All documents including Drawing/ Testing Report/ Operational/ Maintenance Manual
must be submitted in English language.
If the Contractor does not supply the Drawings and/or Manuals by the dates specified above or they
do not receive the Engineer’s approval, than No money will be withheld but Operational
Acceptance Certificates (OAC) or FAC shall not be issued until the submission of “as-built”
drawings and/or operating and maintenance manuals.
GCC 75.1 CLEAN UP OF SITE:
(New The Contractor shall clean the working areas periodically of all trash and waste materials and shall
Clause)
maintain the Site in a neat and orderly condition throughout the construction period. The Engineer
shall have the right to determine what is waste material or rubbish and the manner and place of
disposal. On or before the completion of the Work the Contractor shall, without charge there for,
carefully clean out all pits, pipes, chambers or conduits, and shall tear down and remove all
temporary structures built by him, and shall remove all rubbish of every kind from the tracts or
grounds which he has occupied and shall leave them in first class condition. In the event that the
Contractor fails to comply with the cleanliness requirement or to perform the clean up work
assigned to him by the Board. the Board will reserve the right to hire another contractor to perform
the necessary cleaning work and the Contractor shall reimburse the Board or the cost of all such
clean-up work.
GCC77.1 Release of Liability:
(New The acceptance by the Contractor of the last payment shall operate as, and shall be, a release to the
Clause) BOARD and every officer, agent and employee thereof, from all claims and liability hereunder for
anything done or furnished for or relating to the work, or for any act or neglect of the BOARD or of
any person relating to or the affecting the work.
The last payment by the BOARD to the Contractor shall constitute final acceptance of all work
performed under this Contract and shall release the Contractor and his surety, from all Contractual
liabilities and responsibilities to the BOARD except these liabilities assumed under the Defect
Liability period/ Warranty period/Functional Guarantees clause PCC [GCC 42] of these Special
Conditions or arising out of hidden defects.
In the event a suit were to be instituted in Bangladesh against the BOARD and the Contractor as defendants
neither shall be released from his respective liabilities under this Contract.
Section 1-5 for Cumilla_Lot-1 116
Appendix to the Tender
[In Tables below, the Procuring Entity shall indicate the source and base
values with dates of Indexes, unless otherwise instructed to be quoted by
the Tenderer, for the different Cost Components and mention its
Weightings or Coefficients]
Table 1.1: Price Adjustment Data
[ ITT Sub Clause 26.9: To be provided by the Procuring Entity]
Index Descriptions Base Value Sources of Index
Note:
1. The sources of Indexes and its values with dates shall be Bangladesh Bureau
of Statistics (BBS) unless otherwise mentioned by the Procuring Entity or
instructed to be quoted by the Tenderer.
2. The Procuring Entity may require the Tenderer to justify its proposed Indexes,
if quoted by the Tenderer.
3. The Base Value of the Indexes shall be those prevailing twenty eight (28) days
prior to the deadline for submission of the Tenders.
Section 1-5 for Cumilla_Lot-1 117
Table 1.2: Price Adjustment Data
[ GCC Sub Clause 56.4: To be provided by the Procuring Entity]
Coefficients or
Coefficients or Weightings for
Weightings for
Index adjustable Cost Components
Item Bill No. if non-
Descriptio Total
Group applicable adjustable
ns
Cost
Component a b c d e f g h i j
Note:
The Weightings or Coefficients of the Cost Components shall be mentioned by the Procuring
Entity based on the proportion of components involved in the items caused to be impacted by
rise and fall in its prices.
APPENDICES [This appendixes shall be the part of the contract]
Section 1-5 for Cumilla_Lot-1 118
Appendix 1 - Terms and Procedures of Payment
Appendix 2 - Price Adjustment
Appendix 3 - Insurance Requirements
Appendix 4 - Time Schedule
Appendix 5 - List of Major Items of Plant and services and List of Approved
Subcontractors
Appendix 6 - Scope of Works and Supply by the Employer
Appendix 7 - List of Documents for Approval or Review
Appendix 8 - Functional Guarantees
Appendix 9- Article(s)
Section 1-5 for Cumilla_Lot-1 119
Appendix 1. Terms and Procedures of Payment
In accordance with the provisions of GCC Clause 57 (Terms of Payment), the Employer shall
pay the Contractor in the following manner and at the following times, on the basis of the Price
Breakdown given in the section on Price Schedules. Payments will be made in the currencies
quoted by the Tenderer unless otherwise agreed between the parties. Applications for payment
in respect of part deliveries may be made by the Contractor as work proceeds in a manner
described as below.
(A) Terms of Payment:
Schedule No. 1 - Plant and Equipment Supplied from Abroad
In respect of plant and equipment supplied from abroad, the following payments shall be made:
i) Advance Payment: Ten percent (10%) of the total CIP amount as an advance payment
against receipt of invoice and an irrevocable and unconditional advance payment
security for the equivalent amount made out in favour of the Employer. The advance
payment security shall remain valid until issuance of Operational Acceptance
Certificate (OAC). The advance payment security may be reduced in proportion to the
value of the plant and equipment delivered to the site, as evidenced by shipping and
by delivery documents.
ii) On Shipment: Fifty percent (50%) of the total or pro rata CIP amount upon Incoterm
“CIP,” upon delivery to carrier shall be paid through letter of credit opened in favour
of the contractor/supplier in a bank in its country upon submission of documents
specified in PCC clause 73.1 with invoices duly verified by Project Office, certified
by Engineer and approved by the the Project Director.
iii) On Acceptance of PLI Report: Twenty percent (20%) of the total or pro rata CIP
amount upon issue of the Post Landing Inspection report as specified in PCC 38.2 for
each consignment delivered at site, issuance of Receiving Cum Inspection Report and
a claim bill duly verified by Project Office, certified by Engineer and approved by the
the Project Director.
iv) On Operational Acceptance Certificate /PAC: Ten percent (10%) of the total or pro
rata CIP amount upon issue of the Operational Acceptance Certificate (OAC) as
specified in GCC 40.3 and a claim bill duly verified by Project Office, certified by
Engineer and approved by the the Project Director.
v) On Final Acceptance Certificate (FAC) : Ten percent (10%) of the total or pro rata
CIP amount upon issue of the Final Acceptance Certificate (FAC) as specified in PCC
Sub-clause GCC42.11 and a claim bill duly verified by Project Office, certified by
Engineer and approved by the the Project Director.
Schedule No. 2 - Plant and Equipment Supplied from within the Employer’s Country
In respect of plant and equipment supplied from within the Employer’s country, the following
payments shall be made:
i. Advance Payment: Ten percent (10%) of the total EXW amount as an advance
payment against receipt of invoice, and an irrevocable unconditional advance
payment security for the equivalent amount made out in favor of the Employer. The
advance payment security shall remain valid until issuance of Operational
Acceptance Certificate (OAC). The advance payment security may be reduced in
proportion to the value of the plant and equipment delivered to the site, as evidenced
by delivery documents.
Section 1-5 for Cumilla_Lot-1 120
ii. On Delivery and PLI Report: Seventy percent (70%) of the total or pro rata EXW
amount upon Incoterm “Ex-Works,” upon delivery to the designated site and upon
issue of the Post Landing Inspection report as specified in PCC 38.2 for each
consignment delivered at site, issuance of Receiving Cum Inspection Report and
submission of documents specified in PCC clause 73.1 with a claim bill duly
verified by Project Office, certified by Engineer and approved by the the Project
Director.
iii. On Operational Acceptance Certificate /PAC: Ten percent (10%) of the total or
pro rata EXW amount upon issue of the Operational Acceptance Certificate (OAC)
as specified in GCC 40.3 and a claim bill duly verified by Project Office, certified
by Engineer and approved by the the Project Director.
iv. On Final Acceptance Certificate (FAC): Ten percent (10%) of the total or pro
rata EXW amount upon issue of the Final Acceptance Certificate (FAC) as specified
in PCC Sub-clause GCC42.11 and a claim bill duly verified by Project Office,
certified by Engineer and approved by the the Project Director.
Schedule No. 3 - Design Services
In respect of design services for both the foreign currency and the local currency portions,
the following payments shall be made:
i. Advance Payment: Ten percent (10%) of the total design services amount as an
advance payment against receipt of invoice, and an irrevocable unconditional
advance payment security for the equivalent amount made out in favor of the
Employer. The advance payment security shall remain valid until issuance of
Operational Acceptance Certificate (OAC).
ii. On Acceptance of Design: Seventy percent (70%) of the total or pro rata design
services amount upon acceptance of design in accordance with GCC Clause 35
by the Engineer and upon issue of Approval Certificate/Letter from Engineer and
a claim bill duly verified by Project Office, certified by Engineer and approved
by the the Project Director.
iii. On Operational Acceptance Certificate /PAC: Ten percent (10%) of the total
amount for individual sub-station’s design services upon acceptance of design in
accordance with GCC Clause 35 and upon issue of the Operational Acceptance
Certificate (OAC) as specified in GCC40.3 and a claim bill duly verified by
Project Office, certified by Engineer and approved by the the Project Director.
iv. On Final Acceptance Certificate (FAC) : Ten percent (10%) of the total or
pro rata design services amount upon issue of the Final Acceptance Certificate
(FAC) as specified in PCC Sub-clause GCC42.11 and a claim bill duly verified
by Project Office, certified by Engineer and approved by the the Project Director.
Section 1-5 for Cumilla_Lot-1 121
Schedule No. 4 - Civil Works
In respect of installation services for both the foreign and local currency portions, the
following payments shall be made:
i. Advance Payment: Ten percent (10%) of the total civil works amount as an
advance payment against receipt of invoice, and an irrevocable unconditional
advance payment security for the equivalent amount made out in favor of the
Employer. The advance payment security shall remain valid until issuance of
Operational Acceptance Certificate (OAC). The advance payment security may
be reduced in proportion to the value of civil works performed at site, as
evidenced by progress report.
ii. On monthly Progress Report: Seventy percent (70%) of the measured value of
work performed satisfactorily by the Contractor, as identified in the said Program
of Performance or in Contractors’ breakdown estimate, during the preceding
month, will be made monthly after receipt of invoice/claim bill duly verified by
Project Office & Directorate of Design & Inspection-III, BPDB, certified by
Engineer and approved by the the Project Director.
iii. On Operational Acceptance Certificate /PAC: Ten percent (10%) of the total
or pro rata value of work for individual sub-station’s performed satisfactorily by
the Contractor as identified in the said Program of Performance or in Contractors’
breakdown estimate, upon issue of the Operational Acceptance Certificate (OAC)
as specified in GCC40.3, will be made after receipt of invoice/claim bill duly
verified by Project Office and Directorate of Design & Inspection-III, BPDB,
certified by Engineer and approved by the the Project Director.
iv. On Final Acceptance Certificate (FAC): Ten percent (10%) of the total or pro
rata value of work for individual sub-station’s performed satisfactorily by the
Contractor as identified in the said Program of Performance or in Contractors’
breakdown estimate, upon issue of the Final Acceptance Certificate (FAC) as
specified in PCC Sub-clause GCC42.11, will be made after receipt of
invoice/claim bill duly verified by Project Office & Directorate of Design and
Inspection-III, BPDB, certified by Engineer and approved by the the Project
Director.
Schedule No. 5 - Installation and other Services
In respect of installation services for both the foreign and local currency portions, the
following payments shall be made:
i. Advance Payment: Ten percent (10%) of the total installation and other services
amount as an advance payment against receipt of invoice, and an irrevocable
unconditional advance payment security for the equivalent amount made out in
favor of the Employer. The advance payment security shall remain valid until
issuance of Operational Acceptance Certificate (OAC). The advance payment
security may be reduced in proportion to the value of installation and other
services performed at site, as evidenced by progress report.
ii. On monthly Progress Report: Seventy percent (70%) of the measured value of
Installation and Services work performed satisfactorily by the Contractor, as
identified in the said Program of Performance or in Contractors’ breakdown
estimate, during the preceding month, will be made monthly after receipt of
invoice/claim bill duly verified by Project Office, certified by Engineer and
approved by the the Project Director.
Section 1-5 for Cumilla_Lot-1 122
v. On Operational Acceptance Certificate /PAC: Ten percent (10%) of the total
or pro rata value of installation services for individual sub-station’s performed
by the Contractor as identified in the said Program of Performance or in
Contractors’ breakdown estimate, during the preceding month, upon issue of the
Operational Acceptance Certificate (OAC) as specified in GCC40.3, will be
made after receipt of invoice/claim bill duly verified by Project Office, certified
by Engineer and approved by the the Project Director.
vi. On Final Acceptance Certificate (FAC): Ten percent (10%) of the total or pro
rata value of installation services for individual sub-station’s performed by the
Contractor as identified in the said Program of Performance or in Contractors’
breakdown estimate, during the preceding month, upon issue of the Final
Acceptance Certificate (FAC) as specified in PCC Sub-clause GCC42.11, will
be made after receipt of invoice/claim bill duly verified by Project Office,
certified by Engineer and approved by the the Project Director.
Note: The Payment-delay period after which the Purchaser shall pay interest to the Contractor/Supplier shall not allowed. No interest
will be applicable for delayed payment.
(B) Payment Procedures
The procedures to be followed in applying for certification and making payments shall
be as follows:
Payments under this Contract shall be effected in the currency of the Tender for Foreign
Currency and in Taka for local currency.
1 Local Currency [BDT]
Payment of Local currency portion (where applicable) shall be made direct
through transfer [EFT] of fund to Contractor’s account or through cheque.
Payment shall be made direct through Consignee.
2 Foreign Currency
Payment of foreign currency portion shall be made through Letter of Credit
(L/C) opened in favour of the contractor/supplier in a schedule Bank of
Bangladesh.
BANKING CHARGES:
Letter of Credit opening and other charges including amendment
charges within Bangladesh shall be borne by BPDB and those outside
Bangladesh shall be borne by the contractor/supplier.
The supplier shall have to bear all such charges both inside and outside
Bangladesh in case of extension of L/C if done at the request of the
contractor/ supplier.
3 Invoices
The Contractor shall submit invoices (original) in triplicate to the Project Manager
whenever an invoice is required to be submitted as per provision of this Contract. Invoices
should be duly certified by Project manager.
4 Documentation Required for Payment
Submission of delivery documents as stated under Clause GCC 73.1
Section 1-5 for Cumilla_Lot-1 123
(C) Payment Procedure for monthly Progress Report against Civil,
Installation & Services work:
On or about the first day of each month the Contractor will prepare a bill in prescribed
form of the value (As per Breakdown estimate submitted by Contractor) for the
Civil/Installation & Services work done up-to such date. The estimated cost of
Civil/Installation & Services work which, do not conform to the specifications will be
deducted from the billed amount. Payment will be made to the Contractor as stipulated
above. Such intermediate payment shall be regarded as payment by way of advance
against the final payment for work actually done and shall not preclude the requiring of
bad, unsound and imperfect work to be removed and reconstructed. Such payments
shall not be considered as admission that the Contract performance has been completed
nor shall it indicate the accruing or any claim, or shall it conclude, determine or affect
in any way the powers of BPDB under this Contract to final settlement and adjustment
of the account or in any other way vary or affect the Contract.
Contractor’s Breakdown Estimate
The Contractor shall prepare and submit to the Consignee for approval a breakdown
estimate for and covering each lump-sum price stated in the Contract. The breakdown
estimate, showing the value of each kind of service shall be certified by Consignee and
approved by the Engineer before any partial payment estimate is prepared. Such items
as bond premium, temporary facilities and plant may be listed separately in the
breakdown estimate, provided that their cost can be substantiated.
The sum of the items listed in any breakdown estimate shall equal the Contract lump-
sum price or prices, overhead and profit shall not be listed as separate items.
Documentation for progress payments shall be supported by the following documents:
(a) One counterpart of a Work Progress Certificate signed by the Contractor and
jointly countersigned by the Owner’s Engineer and the Project Manager.
(b) The Contractor shall submit all Work Progress Certificates to both the Owner’s
Engineer and the Project Manager simultaneously by registered air mail. The
Owner’s Engineer and the Project Manager will either countersign or reject a
Work Progress Certificate within a maximum period of thirty (30) days from
the date of receipt of such Certificate by him. If the Owner’s Engineer and the
Project Manager or either shall fail either to countersign or to reject a Work
progress Certificate within the said thirty (30) days period, the Contractor shall
notify the Project Manager by cable of the delay in the approval from the Site;
and the Project Manager will either countersign the Work Progress Certificate
in question or assign his reasons for not doing so within a maximum period of
sixty (60) days from the date of receipt of the Contractor's said cable notice to
him.
(c) The Contractor shall furnish to the Project Manager and the Owner’s Engineer
or either whenever called upon to do so any additional information or
documents that may be required in connection with verification of progress
claims and or any other payments made.
Section 1-5 for Cumilla_Lot-1 124
Appendix 2. Price Adjustment (Not Applicable)
Prices payable to the Contractor, in accordance with the Contract, shall be subject to
adjustment during performance of the Contract to reflect changes in the cost of labor
and material components, in accordance with the following formula:
The Contract is subject to price adjustment applying the following formulae and the
weightings or coefficients :
[Price Adjustment Formulae to be applicable if stated under ITT Sub Clause 26.9 shall be specified
here]
Example:
P= A + a (Lm/Lo)+ b (BIm/BIo)+ c (CEm/CEo)+ d (RSm/RSo)+ e (STm/STo)+ f (BRm/BRo)+g (MIm/MIo)
+ h (FUm/FUo)+ etc
where;
L= Labor, BI=Bitumen, CE=Cement, RS=Reinforcing Steel, ST=Stone, BR=Bricks, MI=Miscellaneous,
FU= Fuel ]
Weighting or Coefficient A equals between 0.10 and 0.15 and, B (a+b+c+d+e+f+g+h+etc) equals
between 0.90 and 0.85.
[insert figure] non-adjustable component (coefficient A)
[insert figure] adjustable component (coefficient B)
[The sum of A+B shall equal ONE (1). It is usual to have value of A between 0.10 and 0.15 and that
of B between 0.90 and 0.85. Breakdown of Bshall be provided in Appendix to the Tender.]
[delete as appropriate]
The date of adjustment shall be the mid-point of the period of manufacture or installation
of component or Plant.
The following conditions shall apply:
(a) No price increase will be allowed beyond the original delivery date unless covered
by an extension of time awarded by the Employer under the terms of the Contract.
No price increase will be allowed for periods of delay for which the Contractor is
responsible. The Employer will, however, be entitled to any price decrease
occurring during such periods of delay.
(c) No price adjustment shall be payable on the portion of the Contract price paid to
the Contractor as an advance payment.
For complex plant supply and installation involving several sources of supply and/or a
substantial amount of installation works, a family of formulas may be necessary, with
provision for the usage of Contractor’s equipment in the works formula.
Section 1-5 for Cumilla_Lot-1 125
Appendix 3. Insurance Requirements
Insurances To Be Taken Out By The Contractor
In accordance with the provisions of GCC Clause 49, the Contractor shall at its expense take
out and maintain in effect, or cause to be taken out and maintained in effect, during the
performance of the Contract, the insurances set forth below in the sums and with the
deductibles and other conditions specified. The identity of the insurers and the form of the
policies shall be subject to the approval of the Employer, such approval not to be unreasonably
withheld.
The minimum insurance cover shall be 110% (Hundred Ten). The insurance policy would be
furnished from Bangladesh Sadharan Bima Corporation.
The Contractor/Supplier shall secure and maintain throughout the duration of the contract
insurance of such types and in such amounts as may be necessary to protect himself and the
interest of Purchaser against hazards of risk or loss at Supplier’s cost. Failure of the Supplier
to maintain such coverage shall not relieve him of any contractual responsibility or obligations
for transportation and ocean cargo insurance from port of loading to port of unloading and
from warehouse to warehouse in Bangladesh.
As Marine/Cargo insurance as well as Local Insurance shall be from Sadharan Bima
Corporation, 139, Motijheel Commercial Area, Dhaka, Bangladesh and the cost shall be paid
by Supplier/Contractor. Shipment of goods in any chartered vessel over 15(fifteen) years of
age and shipment of goods in the Deck are prohibited.
(a) Cargo Insurance
Covering loss or damage occurring, while in transit from the supplier’s or manufacturer’s works
or stores until arrival at the Site, to the Facilities (including spare parts therefore) and to the
construction equipment to be provided by the Contractor or its Subcontractors.
Deductible Parties
Amount From To
limits insured
[in [in
[names] [place] [place]
currency(ies)] currency(ies)]
Hundred Ten Supplier’s or
Contractor’s
Percent (110%) manufacturer’s
------------ BPDB Store in
of Contract Works or
Bangladesh
Price Stores
(b) Installation All Risks Insurance
Covering physical loss or damage to the Facilities at the Site, occurring prior to completion of
the Facilities, with an extended maintenance coverage for the Contractor’s liability in respect
of any loss or damage occurring during the defect liability period while the Contractor is on the
Site for the purpose of performing its obligations during the defect liability period.
Deductible
Amount Parties insured From To
limits
[in currency(ies)] [in currency(ies)] [names] [place] [place]
Hundred Ten
Percent (110%) of - BPDB
Contract Price
Section 1-5 for Cumilla_Lot-1 126
(c) Third Party Liability Insurance
Covering bodily injury or death suffered by third parties (including the Employer’s personnel)
and loss of or damage to property (including the Employer’s property and any parts of the
Facilities that have been accepted by the Employer) occurring in connection with the supply
and installation of the Facilities.
Deductible
Amount Parties insured From To
limits
[in currency(ies)] [in currency(ies)] [names] [place] [place]
In accordance
statutory
requirement
(d) Automobile Liability Insurance
Covering use of all vehicles used by the Contractor or its Subcontractors (whether or not
owned by them) in connection with the supply and installation of the Facilities. Comprehensive
insurance in accordance with statutory requirements.
(e) Workers’ Compensation
In accordance with the statutory requirements applicable in any country where the Facilities
or any part thereof is executed.
(f) Employer’s Liability
In accordance with the statutory requirements applicable in any country where the Facilities
or any part thereof is executed.
(g) Other Insurances
The Contractor is also required to take out and maintain at its own cost the following
insurances:
Details:
Amount Deductible limits Parties insured From To
[in currency(ies)] [in currency(ies)] [names] [place] [place]
Nil Nil Nil Nil Nil
The Employer shall be named as co-insured under all insurance policies taken out by the
Contractor pursuant to GCC Sub-Clause 49.1, except for the Third Party Liability, Workers’
Compensation and Employer’s Liability Insurances, and the Contractor’s Subcontractors shall
be named as co-insureds under all insurance policies taken out by the Contractor pursuant to
GCC Sub-Clause49.1, except for the Cargo, Workers’ Compensation and Employer’s Liability
Insurances. All insurer’s rights of subrogation against such co-insureds for losses or claims
arising out of the performance of the Contract shall be waived under such policies.
Section 1-5 for Cumilla_Lot-1 127
Insurances to be Taken Out By The Employer
The Employer shall at its expense take out and maintain in effect during the
performance of the Contract the following insurances.
Details:
Deductible Parties
Amount From To
limits insured
[in currency(ies)] [in currency(ies)] [names] [place] [place]
Nil Nil Nil Nil Nil
Section 1-5 for Cumilla_Lot-1 128
Appendix 4. Time Schedule
Time(s) for Completion as stated in the PCC24.1.
Except under exceptional circumstances, the Time Schedule should indicate periods of time
(e.g., weeks or months) and not specify calendar dates. All periods should be shown from the
Effective Date of the Contract.
The Bidder shall be required to submit with its bid a detailed program, normally in the form of
a bar chart & CPM, showing how and the order in which it intends to perform the Contract and
showing the key events requiring action or decision by the Employer. In preparing this Program,
the Bidder shall adhere to the Time(s) for Completion given in the Bid Data Sheet or give its
reasons for not adhering thereto. The Time Schedule submitted by the selected Bidder and
amended as necessary prior to award of Contract shall be included as Appendix to the
Contract Agreement before the Contract is signed.
If bidders, pursuant to the provisions of the Instructions to Bidders, are to be permitted to offer
an Alternative Bid based on a different Time Schedule, details of this and any resulting
reduction in Price from their conforming bid based on the Time Schedule included in the
bidding documents shall be submitted as an Attachment to their bid.
Section 1-5 for Cumilla_Lot-1 129
Appendix 5. List of Major Items of Plant and Services and List of
Approved Subcontractors
A list of major items of plant and services is provided below.
The following Subcontractors and/or manufacturers are approved for carrying out the item
of the facilities indicated. Where more than one Subcontractor is listed, the Contractor is
free to choose between them, but it must notify the Employer of its choice in good time prior
to appointing any selected Subcontractor. In accordance with GCC Sub-Clause 32.1, the
Contractor is free to submit proposals for Subcontractors for additional items from time to
time. No Subcontracts shall be placed with any such Subcontractors for additional items
until the Subcontractors have been approved in writing by the Employer and their names
have been added to this list of Approved Subcontractors.
Major Items of
Approved
Plant and Nationality
Subcontractors/Manufacturers
Services
Section 1-5 for Cumilla_Lot-1 130
Appendix 6. Scope of Works and Supply by the Employer
The following personnel, facilities, works and supplies will be provided/supplied by the
Employer, and the provisions of GCC Clauses 25, 36, 39 and 40 shall apply as
appropriate.
All personnel, facilities, works and supplies will be provided by the Employer in good
time so as not to delay the performance of the Contractor, in accordance with the
approved Time Schedule and Program of Performance pursuant to GCC Sub-Clause
31.2.
Unless otherwise indicated, all personnel, facilities, works and supplies will be provided
free of charge to the Contractor.
Personnel Charge to Contractor (if any)
The Employer will provide operating and No charge to Contractor.
maintenance personnel under the Contractor’s
supervision to get them (employer’s O & M
personnel) acquainted with and to witness the
commissioning of the plant & machineries.
Facilities Charge to Contractor (if any)
- -
Works Charge to Contractor (if any)
Employer will not do any works. If Contractor do Will be deducted from contractor’s payment.
not re-instate the Employer’s existing facilities
(Civil, fencing etc.) Employer will complete it.
Supplies Charge to Contractor (if any)
The Employer will not generally supply any The Contractor will be required to pay the
machinery/Equipment and materials to the amount to be determined by the Employer
Contractor. In the event of any such for such facilities.
requirement and subject to availability, the
Employer may extend the facilities to use such
machinery and materials by the Contractor on
rental charge/cost under normal terms and
conditions.
Section 1-5 for Cumilla_Lot-1 131
Appendix 7. List of Documents for Approval or Review
Pursuant to GCC Sub-Clause 35.3.1, the Contractor shall prepare, or cause its
Subcontractor to prepare, and present to the Engineer in accordance with the
requirements of GCC Sub-Clause 31.2 (Program of Performance), the following
documents for
(A) Approval
1. Single Line Diagram (SLD) of each Sub-station.
2. Site Layout Plan and arrangement drawings of each Sub-station
3. Detailed soil investigation program where required, soil test report
4. Civil Drawing i.e Architectural, Structural & Foundation drawing of Building; Equipment
foundation and other drawings as per Section 6 & 7.
5. Installation drawings, grounding/earthing design, Lightning protection system, lay out of fire
protection etc. as per Section 6 & 7.
6. All GTPs, Electrical, Mechanical, Dimensional, Cross-Sectional Drawing, Connection
Diagram, General Arrangement Drawing of all equipment as described in Price Schedule,
Section 6, 7 & 8.
7. Detail drawing of Gantry Structure, Transformer, VCB, CT, PT, LA, Isolator, Cable,
Conductor, supporting steel structures and other equipment as required.
8. Secondary/Control drawing of AIS Panels, SAS, RTCC, ACDB, DCDB, Battery Charger
panel etc.
9. Other drawings/documents as required.
10. As Built Drawings to be submitted immediately after submission of Operational Acceptance
Report/ Provisional Acceptance Report.
(B) Review
1. Listing of additional equipment requirements to match design.
The general guideline to EPC for submission of the drawing but not limited to following
details:
1. All Legends/symbols should be mentioned in respective page along with a summary page.
2. All equipment’s list, model number, product serial number, quantity, country of origin, general
name shall be mentioned.
3. Each page of the drawing should contain Employer name with logo, signature & stamp of EPC
contractor and Manufacturer along with drawing title, drawing number, page number, Project
Name, Contract number along with date and version of the drawing in the bottom right corner.
4. Rating plate of equipment shall be mentioned with dimension, font size and fitted in visible
position during normal service and installation. The rating plate shall be engraved, weather-
proof and corrosion proof. Description on the rating plate should be given in "legible English
letters".
5. In applicable cases, the revised drawing is required to submit even if the drawing is approved.
6. All types of assumption/calculation should be submitted in book binding format along with
signature & stamp of EPC contractor. The basis of the calculation should be as per relevant
standard (IEC/IEEE/BDS/BS/IS) and such standard should be attached.
7. Any other additional instruction from BPDB.
Section 1-5 for Cumilla_Lot-1 132
Appendix 8. Functional Guarantees
1. General
This Appendix sets out
(a) the functional guarantees referred to in GCC Clause43 (Functional Guarantees)
(b) the preconditions to the validity of the functional guarantees, either in production
and/or consumption, set forth below
(c) the minimum level of the functional guarantees
(d) the formula for calculation of liquidated damages for failure to attain the
functional guarantees.
2. Preconditions
The Contractor gives the functional guarantees (specified herein) for the facilities, subject to
the following preconditions being fully satisfied: [List any conditions for the carrying out of the
Guarantee Test referred to in GCC Sub-Clause 40.2. ]
Mentioned in Section 7: Technical Specification & Section 8: GTP
3. Functional Guarantees
Performance of Individual equipment and Performance of Complete Sub-Station capacity
as per Section 6: Schedule of Employer’s Requirements, Section 7 & section 8 will be
checked during Guarantee test. The Guarantee Test run/ Performance Test run of each
sub-station shall carry out 03 (Three) days at full Power Transformer capacity without any
trouble. Necessary testing arrangement to carry out the Commissioning, final inspection,
Guarantee Test / performance test shall be supplied by the Contractor within the contract
price. If any Test is not possible at site than related document during FAT/Routine Test
Report cab be used.
BPDB may take over completed portions of the work after at least three (3) weeks of
observation to the outcome of the work, prior to completion of the Contract, by written notice
to the Contractor.
Section 1-5 for Cumilla_Lot-1 133
Appendix 9: Article(s)
Article 1 Definitions (Reference GCC Clause 1)
Contract Capitalized words and phrases used herein shall have the same
Documents meanings as are ascribed to them in the General Conditions.
Article 2 2.1 Contract Price (Reference GCC Clause 56.1)
Contract Price and
The Employer hereby agrees to pay to the Contractor the Contract
Terms of Payment
Price in consideration of the performance by the Contractor of its
obligations hereunder. The Contract Price shall be the aggregate of:
[. . . amounts of foreign currency in words . . . ], [. . . amounts in
figures. . . ] as specified in Price Schedule No. 5 (Grand Summary),
[. . . amounts of local currency in words . . . ], [. . . amounts in
figures. . . ], or such other sums as may be determined in accordance
with the terms and conditions of the Contract.
2.2 Terms of Payment (Reference GCC Clause 57)
The terms and procedures of payment according to which the
Employer will reimburse the Contractor are given in the Appendix
(Terms and Procedures of Payment) hereto.
In the event that the amount payable under Schedule No. 1 is adjusted
in accordance with GCC 56.2 or with any of the other terms of the
Contract, the Employer shall arrange for the documentary credit to be
amended accordingly
Section 1-5 for Cumilla_Lot-1 134
Article 3 3.1 Effective Date (Reference GCC Clause 1)
Effective Date
The Effective Date upon which the period until the Time for
Completion of the Facilities shall be counted from is the date when all
of the following conditions have been fulfilled:
(a) This Contract Agreement has been duly executed for and
on behalf of the Employer and the Contractor;
(b) The Contractor has submitted to the Employer the
performance security and the advance payment
guarantee;
(c) The Employer has paid the Contractor the advance
payment
(d) The Contractor has been advised that the documentary
credit referred to in Article 2.2 above has been issued in
its favor.
Each party shall use its best efforts to fulfill the above conditions for
which it is responsible as soon as practicable.
3.2 If the conditions listed under 3.1 are not fulfilled within two (2)
months from the date of this Contract notification because of reasons
not attributable to the Contractor, the parties shall discuss and agree
on an equitable adjustment to the Contract Price and the Time for
Completion and/or other relevant conditions of the Contract.
Section 1-5 for Cumilla_Lot-1 135
Article 4 4.1 The address of the Employer for notice purposes, pursuant to
Communications GCC 3.1 is: [ Employer's address ].
4.2 The address of the Contractor for notice purposes, pursuant to
GCC 3.1 is: [ Contractor's address ].
Article 5. 5.1 The Appendices listed in the attached List of Appendices shall
Appendices be deemed to form an integral part of this Contract Agreement.
5.2 Reference in the Contract to any Appendix shall mean the
Appendices attached hereto, and the Contract shall be read and
construed accordingly.
Section 1-5 for Cumilla_Lot-1 136
Section 5. Tender and Contract Forms
Form Title
Tender Forms
PG5A – 1a Tender Submission Letter for Technical Proposal
PG5A – 1b Tender Submission Letter for Financial (Price) Proposal
PG5A – 2a Tenderer Information Sheet
PG5A – 2b JVCA Partner Information
PG5A – 2c Subcontractor Information
PG5A – 3 Price Schedule for Plant and Services
PG5A – 4 Technical Proposal
PG5A – 4a Specification submission & compliance sheet.
PG5A– 5 Manufacturer’s Authorisation Letter
PG5A – 6 Bank Guarantee for Tender Security
PG5A – 6a Letter of Commitment for Bank’s undertaking for Line of Credit
(Form PG5A-6a)
PG5A – 13 Deviation List
Contract Forms
PG5A – 7 Notification of Award
PG5A – 8 Contract Agreement
PG5A – 9 Bank Guarantee for Performance Security
PG5A– 10 Bank Guarantee for Advance Payment
PG5A– 11 Bank Guarantee for Retention Money Security (Form PG5A-11)
PG5A– 12 Warranty Certificate
Forms PG5A-1a, PG5A-1b to PG5A-6, PG5A-6a and PG5A-13 comprises part of the Tender
and should be completed as stated in ITT Clause 24.
Forms PG5A-7 to PG5A-12 and the appendices of the tender comprises part of the Contract
as stated in GCC Clause 6.
Section 1-5 for Cumilla_Lot-1 137
Tender Submission Letter for Technical offer
(Form PG5A-1a)
[This letter should be completed and signed by the Authorised Signatory preferably on the Letter-Head
Pad of the Tenderer and be appended in the technical proposal envelope]
To: Date:
[Contact Person]
[Name of Procuring Entity]
[Address of Procuring Entity]
Invitation for Tender No: [indicate IFT No]
Tender Package No: [indicate Package No]
This Package is divided into the following Number of [indicate number of
Lots Lot(s)]
We, the undersigned, offer to design, manufacture, test, deliver, install, pre-commission and
commission in conformity with the Tender Document, the following Plant and Services, viz:
In signing this letter, and in submitting our Tender, we also confirm that:
(a) our Tender shall be valid for the period stated in the Tender Data Sheet (ITT Sub
Clause 30.1) and it shall remain binding upon us and may be accepted at any time
before the expiration of that period;
(b) a Tender Security is attached in the form of a [state pay order, bank draft, bank
guarantee] in the amount stated in the Tender Data Sheet (ITT Sub Clause 32) and
valid for a period of twenty eight (28) days beyond the Tender validity date;
(c) we have examined and have no reservations to the Tender Document, issued by
you on [insert date]; including Addendum to Tender Document No(s) [state
numbers] , issued in accordance with the Instructions to Tenderers (ITT Clause 11).
[insert the number and issuing date of each addendum; or delete this sentence if
no Addendum has been issued];
(d) we, including as applicable, any JVCA partner or Subcontractor for any part of the
contract resulting from this Tender process, have nationalities from eligible
countries, in accordance with ITT Sub Clause 5.1;
(e) we are submitting this Tender as a sole Tenderer in accordance with ITT Sub
Clause 38.3
or
we are submitting this Tender as the partners of a JVCA, comprising the following
other partners in accordance with ITT Sub Clause 18.1;
Name of Partner Address of Partner
1
2
3
4
(f) we are not a Government owned entity as defined in ITT Sub Clause 5.3 or
Section 1-5 for Cumilla_Lot-1 138
we are a Government owned entity, and we meet the requirements of ITT Sub
Clause 5.3;
(delete one of the above as appropriate)
(g) we, including as applicable any JVCA partner, declare that we are not associated,
nor have been associated in the past, directly or indirectly, with a consultant or any
other entity that has prepared the design, specifications and other documents in
accordance with ITT Sub Clause 5.5;
(h) we, including as applicable any JVCA partner or Subcontractor for any part of the
contract resulting from this Tender process, have not been declared ineligible by
the Government of Bangladesh on charges of engaging in corrupt, fraudulent,
collusive or coercive practices in accordance with ITT Sub Clause 5.6;
(i) furthermore, we are aware of ITT Clause 4 concerning such practices and pledge
not to indulge in such practices in competing for or in executing the Contract;
(j) we intend to subcontract an activity or part of the Works, in accordance with ITT
Sub Clause 19.1, to the following Subcontractor(s);
Activity or part of the Plant and Name of Subcontractor with
Services Address
(k) we, including as applicable any JVCA partner, confirm that we do not have a record
of poor performance, such as abandoning the works, not properly completing
contracts, inordinate delays, or financial failure as stated in ITT Clause 5.7, and
that we do not have, or have had, any litigation against us, other than that stated
in the Tenderer Information (Form PG5A-2b);
(l) we are not participating as Tenderers in more than one Tender in this Tendering
process. We understand that your written Notification of Award shall constitute the
acceptance of our Tender and shall become a binding Contract between us, until
a formal Contract is prepared and executed;
(m) we, including as applicable any JVCA partner, confirm that we do not have a record
of insolvency, receivership, bankrupt or being wound up, our business activities
were not been suspended, and it was not been the subject of legal proceedings in
accordance with ITT Sub Clause 5.8;
(n) we, including as applicable any JVCA partner, confirm that we have fulfilled our
obligations to pay taxes and social security contributions applicable under the
relevant national laws and regulations of Bangladesh in accordance with ITT Sub
Clause 5.9;
(o) we understand that you reserve the right to reject all the Tenders or annul the
Tender proceedings, without incurring any liability to Tenderers, in accordance with
ITT Clause 59.
Signature: [insert signature of authorised representative
of the Tenderer]
Name: [insert full name of signatory with National ID
Number, if applicable]
In the capacity of: [insert capacity of signatory]
Duly authorised to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 139
[If there is more than one (1) signatory, or in the case of a JVCA, add other boxes and sign
accordingly].Attachment 1:
[ITT Sub Clause 38.3]
Written confirmation authorising the above signatory(ies) to commit the Tenderer
[and, if applicable]
Attachment 2:
[ITT Sub Clause 29.2(b)]
Copy of the JVCA Agreement / Letter of Intent to form JVCA with draft proposed Agreement
Section 1-5 for Cumilla_Lot-1 140
Tenderer Information (Form PG5A-2a)
[This Form should be completed only by the Tenderer, preferably on its Letter-Head Pad]
Invitation for Tender No: [indicate IFT No]
Tender Package No: [indicate Package No]
This Package is divided into the following Number of Lots: [indicate number of
Lot(s)]
1. Eligibility Information of the Tenderer [ITT –Clauses 5 & 29]
1.1 Nationality of individual
or country of registration
1.2 Tenderer’s legal title
1.3 Tenderer’s registered
address
1.4 Tenderer’s legal status [complete the relevant box]
Proprietorship
Partnership
Limited Liability
Concern
Government-owned
Enterprise
Others
[please describe, if
applicable]
1.5 Tenderer’s year of
registration
1.6 Tenderer’s authorised representative details
Name
National ID number
Address
Telephone / Fax
numbers
e-mail address
1.7 Litigation [ITT Cause 13]
If there is no history of litigation or no pending litigation then state opposite “None”. If
there is a history of litigation, or a number of awards, against the Tenderer provide
details below
A. Arbitration Awards made against
ar Matter in dispute Value of Value of
Award Claim
Section 1-5 for Cumilla_Lot-1 141
B. Arbitration Awards pending
Year Matter in dispute Value of Claim
1.8 Tenderer to attach photocopies of
the original documents mentioned [All documents required under ITT Clauses 5 and 29]
aside
The following two information are applicable for National Tenderers
1.9 Tenderer’s Value Added Tax
Registration (VAT) Number
1.10 Tenderer’s Tax Identification
Number(TIN)
[The foreign Tenderers, in accordance with ITT Sub Clause 5.1, shall provide evidence by a written
declaration to that effect to demonstrate that it meets the criterion]
2. Qualification Information of the Tenderer [ITT Clause 29]
2.1 General Experience in Plant and Services of Tenderer
Start End Years Contract No and Name of Role of Tenderer
Month Month Contract [Contractor/Subcontractor
Year Year
Name and Address of /Management Contractor]
Procuring Entity
Brief description of Plant
and Services
2.2 Specific Experience in Key Activities
Contract No [ insert reference no] of [ insert year]
Name of Contract [insert name]
Role in Contract Contractor Subcontr Management
[tick relevant box]. actor Contractor
\Award date [insert date]
Completion date [insert date]
Total Contract Value [insert amount]
Procuring Entity’s Name
Address
Tel / Fax
e-mail
Brief description with [state justification in support of its similarity compared to the
justifications of the proposed works]
similarity compared to the
Procuring Entity’s
requirements
Section 1-5 for Cumilla_Lot-1 142
2.3 Average annual turnover [ITT Sub Clause15.1(a)]
[amount invoiced to Procuring Entity(s) for each year of works in progress or completed, using
rate of exchange at the end of the period reported]
Year Amount & Currency amount in figures
2.4 Financial Resources available to meet the cash flow [ITT Sub Clause 15.1(b)]
No Source of Financing Amount Available
In order to confirm the above statements the Tenderer shall submit , as applicable, the
documents mentioned in ITT Sub Clause 14.1(a), (b) and 15.1 (a), (b) & (c)
2.5 Contact Details
Name, address, and other contact details of Tenderer Bankers and other Procuring Entity(s)
that may provide references, if contacted by this Procuring Entity
2.6 Qualifications and experience of key technical and administrative personnel proposed for
Contract administration and management [ITT Sub Clause 16.1 ]
Position
Years of Specific Experience
Name
Years of General Experience
[Tenderer to complete details of as many personnel as are applicable.Each personnel listed
above should complete the Personnel Information (Form PG5A-5)]
2.7 Major Equipment proposed to carry out the Contract [ITT Sub Clause 17.1 ]
Condition Owned, leased or to be
Item of Equipment (new, good, average, purchased
poor) (state owner, less or
seller)
Section 1-5 for Cumilla_Lot-1 143
[Tenderer to list details of each item of major equipment, as applicable]
Name: [insert full name of Signature with
signatory] Date and Seal
In the capacity [insert designation of [ Sign]
of: signatory]
Duly authorised to sign the Tender for and on behalf of the Tenderer
Annexure: 5-1 Tenderer’s Completed Turnkey Contracts
Annexure: 5-2 Tenderer’s Ongoing Turnkey Contract(s)
Annexure: 5-3 Financial Requirements for Ongoing Turnkey Contract(s) Commitments
Annexure: 5-4 Assessment of Financial Resources Availability
Section 1-5 for Cumilla_Lot-1 144
JVCA Partner Information (Form PG5A-2b)
[This Form should be completed by each JVCA partner].
Invitation for Tender No: [indicate IFT No]
Tender Package No [indicate Package No]
This Package is divided into the following Number of Lots [indicate number of
Lot(s)]
1. Eligibility Information of the JVCA Partner [ITT –Clauses 5 & 29]
1.1 Nationality of Individual or country
of Registration
1.2 JVCA Partner’s legal title
1.3 JVCA Partner’s registered address
1.4 JVCA Partner’s legal status [complete the relevant box]
Proprietorship
Partnership
Limited Liability Concern
Government-owned Enterprise
Other
(please describe, if applicable)
1.5 JVCA Partner’s year of registration
1.6 JVCA Partner’s authorised representative details
Name
National ID number
Address
Telephone / Fax numbers
e-mail address
1.7 Litigation [ITT Sub Cause 13]
If there is no history of litigation or no pending litigation then state “None”. If there is
a history of litigation, or a number of awards, against the JVCA Partner provide
details below:
A. Arbitration Awards made against
Year Matter in dispute Value of Value of Claim
Award
B. Arbitration Awards pending
Year Matter in dispute Value of Claim
Section 1-5 for Cumilla_Lot-1 145
1.8 JVCA Partner to attach copies of
the original documents mentioned [All documents required under ITT Clauses 5 and 29]
aside
The following two information are applicable for national JVCA Partners only
1.9 JVCA Partner’s Value Added Tax
Registration (VAT) Number
1.10 JVCA Partner’s Tax Identification
Number (TIN)
[The foreign JVCA Partners, in accordance with ITT Sub Clause 5.1, shall provide evidence
by a written declaration to that effect to demonstrate that it meets the criterion]
2. Key Activity(ies) for which it is intended to be joint ventured [ITT Sub Clause 18.2 &
18.3]
Elements of Activity Brief description of Activity
3. Qualification Information of the JVCA Partner [ITT Clause 18]
3.1 General Experience in Plant and Services of JVCA Partner
Start End Month Years Contract No and & Name Role of JVCA Partner
Month Year of Contract [Contractor/Subcontract
Year
Name and Address of or/Management
Procuring Entity Contractor]
Brief description of Works
3.2 Specific Experience in Key Activities
Contract No [ insert reference no] of [ insert year]
Name of Contract [insert name]
Role in Contract Contractor Subc Management
[tick relevant box] ontra Contractor
ctor
Award date [insert date]
Completion date [insert date]
Total Contract Amount [insert amount]
Procuring Entity’s
Name [state justification in support of its similarity compared to
Address the proposed plants and service]
Tel / Fax
e-mail Brief description with justifications of the similarity
compared to the Procuring Entity’s requirements
3.3 Average annual construction turnover [ITT Sub Clause 15.1 (a)]
[amount invoiced to Procuring Entity(s) for each year of work in progress or
completed, using rate of exchange at the end of the period reported]
Year Amount & Currency Amount in Figures
Section 1-5 for Cumilla_Lot-1 146
3.4 Financial Resources available to meet the cash flow [ITT Sub-Clause 15.1(b)]
Source of financing Amount available
In order to confirm the above statements the JVCA Partner shall submit , as applicable, the
documents mentioned in ITT Sub Clause 14.1 (a) & (b)15.1 (a), (b), (c) & (d)
3.5 Contact Details
Name, address, and contact details of Tenderer’s Bankers and other Procuring Entity(s)
that may provide references if contacted by this Procuring Entity
3.6 Qualifications and experience of key technical and administrative personnel proposed for
Contract administration and management [ITT Sub Clause 16.1]
Position Years of Specific Experience
Name
Years of General Experience
[Tenderer to complete details of as many personnel as are applicable. Each
personnel listed above should complete the Personnel Information (Form PG5A-5)]
3.7 Major items of Construction Equipment proposed for carrying out the works [ITT Sub-
Clause 17.1]
Item of Equipment Condition Owned, leased or to be
(new, good, purchased
average, poor) (state owner, leaser or seller)
[Tenderer to list details of each item of Major equipment, as applicable]
Name: [insert full name of Signature with
signatory] Date and Seal
In the capacity of: [insert designation of [ Sign]
signatory]
Duly authorised to sign the Tender for and on behalf of the Tenderer
Annexure: 5-1 Tenderer’s Completed Turnkey Contracts
Annexure: 5-2 Tenderer’s Ongoing Turnkey Contract(s)
Annexure: 5-3 Financial Requirements for Ongoing Turnkey Contract(s) Commitments
Annexure: 5-4 Assessment of Financial Resources Availability
Section 1-5 for Cumilla_Lot-1 147
Annexure: 5-1
Tenderer’s Completed Turnkey Contracts (within last ten years):
Sl. Name, Address, Phone Contract No. Description of Contract Date of
No. No., Fax No. & domain & Date Work Value completion
E-mail of the Employer
1.
2.
3.
4.
I/We hereby declare that, above mentioned information* is correct and there are no more
completed turnkey contracts in Government entities under power sector of Bangladesh other
than those mentioned in the above table.
Signatory Name: Seal & Signature
Designation: of the Tenderer
*Note: This information shall have to be mentioned in the Letterhead pad of the Tenderer (in case of JVCA,
Lead partner) duly seal & signed along with supporting document. Failure to submit or
misrepresentation of the detail information for any completed turnkey contract, Tender shall be
rejected without further evaluation.
Section 1-5 for Cumilla_Lot-1 148
Annexure: 5-2
Tenderer’s Ongoing Turnkey Contract(s):
Sl. Name, Contract Description Contract Completion Value of Outstanding Date of completion
No. Address, /NOA No. of Work Value of work in Completed Contract
Phone No., Fax & Date Percentage Work Value1 As per Target
No. & domain Contract
E-mail of the
Employer Vo Vc V = (Vo - Vc) * X%
1.
2.
3.
4.
I/We hereby declare that, above mentioned information 2 is correct and there are no more ongoing
turnkey contracts in Government entities under power sector of Bangladesh other than those
mentioned in the above table.
Signatory Name: Seal & Signature
Designation: of the Tenderer
Note:
1. If Ongoing Contract(s) are being implementing by Single entity, then “X” will be 100%. On the
other hand If Ongoing Contract(s) are being implementing by JVCA, then the Outstanding
Contract Value shall be in accordance with the share in percentage (%) of the Ongoing JVCA
Contract(s), in that case “X” will be the percentage of share. [JVCA agreement for the Ongoing
Contract(s) shall have to be submitted].
2. This information shall have to be mentioned in the Letterhead pad of the Tenderer (in case of
JVCA, each partner shall have to submit above information separately) duly seal & signed along
with supporting document.
3. Failure to submit or misrepresentation of the detail information for any ongoing turnkey
contract, Tender shall be rejected without further evaluation.
Section 1-5 for Cumilla_Lot-1 149
Annexure: 5-3
Financial Requirements for Ongoing Turnkey Contract(s) Commitments:
Sl. Name, Address, Contract Descriptio Contrac Outstanding Remaining Monthly
No. Phone No., Fax /NOA No. n of Work t Value Contract Contract Financial
No. & domain E- & Date Value Period in Resources
mail of the months Requirement
Employer (V) a (Y) b (V / Y)
1.
2.
3.
4.
Total Monthly Financial Requirement for Ongoing Turnkey Contract(s) Commitments
a Remaining outstanding contract values to be forwarded from Annexure 5-2 and calculated
from 28 days prior to the Tender submission deadline of this Tender.
b Remaining contract period to be calculated from 28 days prior to the Tender submission
deadline of this Tender.
I/We hereby declare that, above mentioned information 2 is correct and there are no more ongoing
turnkey contracts in Government entities under power sector of Bangladesh other than those
mentioned in the above table.
Signatory Name: Seal & Signature
Designation: of the Tenderer
Note: This information shall have to be mentioned in the Letterhead pad of the Tenderer (in case of JVCA,
each partner shall have to submit above information separately) duly seal & signed. Failure to submit
or misrepresentation of this information for any ongoing turnkey contract, Tender shall be
rejected without further evaluation.
Section 1-5 for Cumilla_Lot-1 150
Annexure: 5-4
Assessment of Financial Resources Availability:
Table- 4A: For Single Entities
Total Available Total Monthly Financial Net amount Financial Results:
Financial Resources Financial Requirement of Available Requirement [D must be
from Tenderer Requirement for Ongoing Turnkey Financial for this greater than
Information (Form Ongoing Turnkey Contracts Resources Tender or equal to E]
PG5A-2a) Sl. No. 2.4 Contracts Commitments for
Commitments from 2(two) months
Annexure: 5-3
(A) (B) C= (2*B) D= (A-C) (E) (F*)
[Tk. 29.0
(Twenty Nine)
Crore or
equivalent
USD 2.45
(Two Point
Four Five)
Million]
Note: * ”F” Must be satisfied to qualify the Tenderer for this Tender.
Table- 4B: For Joint Venture, Consortium or Association (JVCA)
JVCA Total Available Total Monthly Financial Net amount Financial Results:
Partners Financial Financial Requirement of Available Requirement [ ∑D must be
Resources from Requirement for Ongoing Financial for this greater than
JVCA Partner Ongoing Turnkey Turnkey Resources Tender or equal to E]
Information (Form Contracts Contracts
PG5A-2b) Sl. No. Commitments from Commitments
3.4 Annexure: 5-3 for 2(two)
months
(A) (B) C= (2*B) D= (A-C) (E) (F*)
Partner- 1 [Tk. 29.0
(Lead) (Twenty Nine)
Partner- 2 Crore or
(Others) equivalent
Partner- 3 USD 2.45
(Others) (Two Point
........ Four Five)
Million]
Partner- n
(Others)
All
Partners
Combined
Note: * ”F” Must be satisfied to qualify the Tenderer for this Tender.
Section 1-5 for Cumilla_Lot-1 151
Subcontractor Information (Form PG5A-2c)
[This Form should be completed by each Subcontractor, preferably on its Letter-Head Pad]
Invitation for Tender No: [indicate IFT No]
Tender Package No [indicate Package No]
This Package is divided into the following Number of Lots [indicate number of
Lot(s)]
1. Eligibility Information of the Subcontractor [ITT –Clauses 5 & 29]
1.1 Nationality of Individual or
country of Registration
1.2 Subcontractor’s legal title
1.3 Subcontractor’s registered
address
1.4 Subcontractor’s legal status [complete the relevant box
Proprietorship
Partnership
Limited Liability Concern
Government-owned Enterprise
Other (please describe)
.1.5 Subcontractor’s year of registration
1.6 Subcontractor’s authorised
representative details
Name
Address
Telephone / Fax numbers
e-mail address
1.7 Subcontractor to attach copies All documents to the extent relevant to ITT Clause 5
of the following original and 29 in support of its qualifications
documents
The following two information are applicable for national Subcontractors
1.8 Subcontractor’s Value Added
Tax Registration (VAT) Number
1.9 Subcontractor’s Tax
Identification Number(TIN)
[The foreign Subcontractors , in accordance with ITT sub Clause 5.1, shall provide evidence by
a written declaration to that effect to demonstrate that it meets the criterion]
2. Key Activity(ies) for which it is intended to be Subcontracted [ITT Sub Clause 19.1]
Section 1-5 for Cumilla_Lot-1 152
2.1 Elements of Activity Brief description of Activity
2.2 List of Similar Contracts in which the proposed Subcontractor had been engaged
Name of Contract and Year of Execution
Value of Contract
Name of Procuring Entity
Contact Person and contact details
Type of Assignment performed
Name: [insert full name of signatory] Signature with Date and Seal
In the capacity of: [insert designation of [ Sign]
signatory]
Duly authorised to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 153
Price Schedule for Plant and Service (Form PG5A-3)
(This form should be completed and submitted by the tenderer and appended in the financial proposal
envelope)
Invitation for Tender No: [indicate IFT No]
Tender Package No [indicate Package No]
This Package is divided into the following Number of Lots [indicate number of Lot(s)]
General
1. The Price Schedules are divided into separate Schedules as follows:
Schedule No. 1: Plant (including Mandatory Spare Parts) Supplied from Abroad
Schedule No. 2: Plant (including Mandatory Spare Parts) Supplied from within the
Employer’s Country
Schedule No. 3: Design Services
Schedule No. 4: Civil Works part
Schedule No. 5: Installation and Other Services
Schedule No. 6: Grand Summary
Schedule No. 7: Recommended Spare Parts
2. The Schedules do not generally give a full description of the plant to be supplied and the
services to be performed under each item. Tenderers shall be deemed to have read the
Employer’s Requirements and other sections of the Tender Document and reviewed the
Drawings to ascertain the full scope of the requirements included in each item prior to filling
in the rates and prices. The entered rates and prices shall be deemed to cover the full scope
as aforesaid, including overheads and profit.
3. If tenderers are unclear or uncertain as to the scope of any item, they shall seek clarification
in accordance with ITT 9.1 prior to submitting their tender.
Pricing
4. Prices shall be filled in indelible ink, and any alterations necessary due to errors, etc., shall
be initialed by the Tenderer.
As specified in the Tender Data Sheet and Special Conditions of Contract, prices shall be
fixed and firm for the duration of the Contract, or prices shall be subject to adjustment in
accordance with the corresponding Appendix (Price Adjustment) to the Contract Agreement.
5. Tender prices shall be quoted in the manner indicated and in the currencies specified in the
Instructions to Tenderers in the Tender Document.
For each item, tenderers shall complete each appropriate column in the respective
Schedules, giving the price breakdown as indicated in the Schedules.
Prices given in the Schedules against each item shall be for the scope covered by that item
as detailed in Section 6 (Employer’s Requirements) or elsewhere in the Tender Document.
6. Payments will be made to the Contractor in the currency or currencies indicated under each
respective item.
7. When requested by the Employer for the purposes of making payments or partial payments,
valuing variations or evaluating claims, or for such other purposes as the Employer may
reasonably require, the Contractor shall provide the Employer with a breakdown of any
composite or lump sum items included in the Schedules.
Section 1-5 for Cumilla_Lot-1 154
Schedules of Rates and Prices
Schedule No. 1 - Plant and Mandatory Spare Parts Supplied from Abroad
1. Name of the Work: Design, Supply, Installation, Testing & Commissioning of a new 33/11 kV, 2X10/13.33 MVA, regular type AIS Substation at Cumilla
Cantonment under BBB-1, Cumilla, BPDB, Cumilla on Turnkey Basis under Power Distribution System Development Project, Cumilla Zone of BPDB (Bidder
shall quote price considering the requirement to complete Substation as per BOQ Clause 6.2)
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of 33/11 kV, 10/13.33 MVA Power Transformer
(Outdoor) with cable end termination facilities on 11 kV
1 side, On Load Tap Changer, all internal protection Set 2
elements in built and complete accessories. (As per
Scope of Services, Technical Specifications and GTP)
Supply of 33/0.4 kV200 KVA Station Transformer. (As
2 No 1
per Scope of Services, Technical Specifications and GTP)
Supply of 36 kV Vacuum Circuit Breaker, 1250A, 31.5 kA
for 3 sec. outdoor circuit breaker along with
3 Set 5
accessories. (As per Scope of Services, Technical
Specifications and GTP)
Supply of 33 kV, Single phase Lightning Arrester Station
Type (ZnO-type) including surge Monitor/counter, Set
Supporting Steel Structure and other accessories. (As (01 Set= 5
4(a)
per Scope of Services, Technical Specifications, GTP and 03 Nos.)
field requirement)
Supply of 11 kV, Single phase Lightning Arrester Station
4(b) Set
Type (ZnO-type) along with supporting structure and
(01 Set= 10
required accessories (As per Scope of Services,
03 Nos.)
Technical Specifications, GTP and field requirement)
Supply of 33 kV Isolator 1250A, 31.5 kA for 3 sec.
5 Set 5
without earthing blade gang operated vertical mounted
Section 1-5 for Cumilla_Lot-1 155
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
vertical break with supporting steel structure with
necessary connectors and accessories. (As per Scope of
Services, Technical Specifications, GTP and field
requirement)
Supply of 33 kV, Line Isolator 1250A, 31.5 kA for 3 sec.
with earthing blade gang operated vertical break with
6 supporting steel structure with necessary connectors Set 3
and accessories. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33 kV, Bus section Isolator 1250A, 31.5 kA for
3 sec. gang operated horizontal structure for
installation on gantry steel structure with necessary
7 Set 1
connectors and accessories as per field requirement.
(As per Scope of Services, Technical Specifications, GTP
and field requirement)
Supply of 33 kV, Off-load fused Isolator for Auxiliary
8 Transformer and Bus PT with supporting steel structure Set 3
and necessary connectors.
Supply of 33 kV Single Phase Current Transformer ratio
300-600/5-5-5A (2 sets) and 400-800/5-5A (3 sets) class
5P20 for protection and 0.2S for measuring along with Set
9 supporting steel structure and suitable bimetallic (1 set 5
connectors and accessories as per field required. (As =3 Nos.)
per Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of 33kV, Single Phase Potential Transformer Set
10 ratio 33/√3/0.11/√3/0.11/√3 kV Class 0.2 measuring & (1 set 2
3P for protection signaling instrument etc. along with =3 nos.)
Section 1-5 for Cumilla_Lot-1 156
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
supporting materials for installation on gantry structure
with necessary connectors and other accessories. (As
per Scope of Services, Technical Specifications, GTP and
field requirement)
11 Supply of 33 kV Bus bar conductor ACSR Martin. Lot 1
Supply of 33 kV Disc Insulator set with necessary
suitable front and back connecting clamps. (As per
12 Lot 1
Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of Suitable Bus bar droppers, conductors,
connectors and outdoor marshaling kiosk, hardware
13 clamps, nuts bolts etc. suitable for connecting the Lot 1
individual items of substation circuit, equipment for
complete substation.
Supply of Shield wire overall diameter 9.525 mm
14 standard steel. (As per Scope of Services, Technical Lot 1
Specifications, GTP and field requirement)
Supply of Terminal tension clamp with fittings and PG
clamp set for fixing the shield wire with the gantry steel
15 Lot 1
structure. i) Tension clamps with fitting, ii) PG clamp, iii)
Support clamp.
Supply of grounding copper conductor (As per scope of
16(a) 1
works and technical Specification, field requirement).
Supply of Grounding rod (Earthing electrode) dia 16 mm Lot
each 4 Meter length to achieve Earth Resistance as per 1
16(b)
standard/ requirement. (As per field requirement).
Section 1-5 for Cumilla_Lot-1 157
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of Suitable connector for connecting the
17 individual items of substation equipment and earthing Lot 1
mesh. (As per field requirement).
Supply of Tap Changer Control panel with AVR relay for
automatic OLTC operation including digital indication
18 system for transformer tap position, Auto/Manual and Nos. 2
Master/ Follower control switch. (As per scope of
works , technical Specification and GTP)
Supply of 33 kV PCM Panel for 33/11 kV, 10/13.33 MVA
Power Transformer with Differential Relay + 3 O/C + 1
E/F, 1 REF, 1 SEF, Ammeters, Voltmeters, Energy Meter
(Multi Tariff Programmable Meter), Multifunctional
Meter, oil temperature, winding temperature etc.
19 Set 2
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System, . All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 33 kV PCM Panel for 33 kV Line Feeder with 3
O/C + 1 E/F + 3 Directional O/C + 1 Directional E/F,
Ammeters, Voltmeters, Energy Meter (Multi Tariff
Programmable Meter), Multifunctional Meter.
20 All the Circuit Breaker's control with Local/ Remote Set 3
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Section 1-5 for Cumilla_Lot-1 158
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of Substation galvanized steel structure
materials for 4 span gantry diameters (4D) each 6m×5m
21 along with suitable beam for supporting 33 kV bus, bus- Lot 1
section isolator, PTs, Station Transformer and all other
accessories as required.
Supply of Supporting steel column structure for
connecting the 11 kV power cable with the necessary
22 Lot 1
insulators and connectors, connecting clamps etc. as
required.
Supply of 12kV Transformer incoming switchgear Unit
comprising 3 phase bus bars 2000A, VCB 2000A, 25 kA
for 3 sec., 1-Phase CT for ratio 900-1800/5-5-5A, 3 Over
Current + 2 Earth fault (1 E/F + 1 Separate Standby Earth
Fault) + Directional O/C & E/F relay, Ammeters,
Voltmeters, Energy Meter (Multi Tariff Programmable
23 Unit 2
Meter), Multifunctional Meter.
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 12 kV overhead Line Feeder unit comprising
3-Phase bus bars 2000A, VCB 630A, 25 kA for 3 sec. 1-
Phase CT of ratio 200-400/5-5A. Three pole over current
24 & single pole EF Relays for IDMT protection, Ammeter, Unit 8
Voltmeter, Energy Meter (Multi Tariff Programmable
Meter), Multifunctional Meter.
All the Circuit Breaker's control with Local/ Remote
Section 1-5 for Cumilla_Lot-1 159
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 12 kV Bus Coupler unit comprising 3-Phase
bus bars 2000A, VCB 2000A, 25kA for 3 sec. 1-Phase CT
of ratio 900-1800/5-5A. 3 O/C + 1 E/F Relays and all
other accessories as required.
25 Unit 1
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System.
Supply of 12 kV Voltage Transformer Unit of ratio
11kV/√3: 0.11kV/√3:0.11kV/√3 comprising bus bar and
26 Unit 2
all other accessories as required. As per scope of works ,
technical Specification and GTP.
Supply of Rubber pad to be laid in front of the 11 kV
27 Lot 1
panels.
a)Supply of 11 kV Single core XLPE copper cable
2x1Cx500 Sq. mm per phase and 11 kV cable
28 Lot 1
termination kits (indoor and outdoor both). As per
scope of works , technical Specification and GTP.
b) Supply of 150 mm2 PVC Cu Cable with electrode for
power transformer neutral (As per scope of works and Lot 1
technical Specification).
c)Supply of 0.415 kV 4Cx150 sq-mm PVC (Cu) Cable for
Station Transformer. (As per scope of works and Lot 1
technical Specification).
Section 1-5 for Cumilla_Lot-1 160
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of 11 kV, 3 core XLPE copper cable 185 Sq. mm
per phase 11 kV cable termination kits (indoor &
29 outdoor both) for 8 nos. feeder as per field requirement Lot 1
but not less than 800 meter. (As per scope of works and
technical Specification and GTP).
Supply of Control cable of different sizes and LV PVC
copper cable of different sizes as necessary and MCCB,
connectors to connect different panels/auxiliary
30 Lot 1
transformer etc. sizes 4×4mm2, 4×6mm2, 4×2.5mm2,
8×2.5mm2, 16×2.5mm2, 24×2.5mm2 as necessary with
connecting clamps and lugs.
Supply of NiCd Battery, 110 Volt DC nominal. (As per
31 Set 1
scope of works, technical Specification and GTP).
Supply of Battery Charger, constant voltage type
32 (adjustable) with current limiting for boost and float No 1
charge, input- 400 volts, output DC 110 - 150 volts.
33 Supply of DC Distribution panel with Interlocking No 1
Supply of LV AC Distribution panel with Interlocking
34 with kWh meter for station supply kWh meter class of No 1
accuracy 1.0
35 Supply of Fire Extinguisher equipment and CCTV camera
a) CO2 Set 2
b) Foam type Set 2
c) Dry chemical type Set 2
Section 1-5 for Cumilla_Lot-1 161
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
d) CCTV camera with night vision feature and other
Set 8
related items
e) Smoke detection and alarm system Lot 1
Supply of Split type Air Conditioner of capacity 48000
36 BTU/Hr including MCB and all other accessories as Nos 4
required.
Supply of LED floodlights, 240 Volts single Phase with
37 shade & fittings and other related accessories (As per Set 12
scope of works and technical Specification).
Supply of Desktop Computer [Processor: core i5 (latest
gen) or Ryzen 5000 Series, Ram: 8 GB, Motherboard:
38 Compatible with processor, Graphic: 8 GB, Monitor 24 Set 1
inch FHD] with UPS (1200 VA), Laser Printer, Scanner
and accessories
Supply of LV MCCB Panel (As per scope of works and
39 Lot 1
technical Specification).
Supply of Substation Automation System (SAS) with
40 Server, Monitor, UPS with 30 Minute battery back-up Lot 1
and Printer etc.
Column 6 to be carried forward to Schedule No. 6. Grand Summary
Note:1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies.
Note: 2. Taxes and Duties in accordance with GCC 60.2 & PCC 60.4
Note: 3. All the equipment to be quoted as per requirement Sec.6, 7& 8.
Name: [insert full name of signatory] Signature with Date and Seal
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorized to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 162
2. Name of the Work: Design, Supply, Installation, Testing & Commissioning of new 33/11 kV, 2X10/13.33 MVA, regular type AIS Substation at Simrael Puran
Kandi Power House under BB-Brahmon Baria, BPDB, B. Baria on Turnkey Basis under Power Distribution System Development Project, Cumilla Zone of BPDB.
(Bidder shall quote price considering the requirement to complete Substation as per BOQ Clause 6.2)
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of 33/11 kV, 10/13.33 MVA Power Transformer
(Outdoor) with cable end termination facilities on 11 kV
1 side, On Load Tap Changer, all internal protection Set 2
elements in built and complete accessories. (As per
Scope of Services, Technical Specifications and GTP)
Supply of 33/0.4 kV200 KVA Station Transformer. (As
2 No 1
per Scope of Services, Technical Specifications and GTP)
Supply of 36 kV Vacuum Circuit Breaker, 1250A, 31.5 kA
for 3 sec. outdoor circuit breaker along with
3 Set 5
accessories. (As per Scope of Services, Technical
Specifications and GTP)
Supply of 33 kV, Single phase Lightning Arrester Station
Type (ZnO-type) including surge Monitor/counter, Set
Supporting Steel Structure and other accessories. (As (01 Set= 5
4(a)
per Scope of Services, Technical Specifications, GTP and 03 Nos.)
field requirement)
4(b) Supply of 11 kV, Single phase Lightning Arrester Station
Set
Type (ZnO-type) along with supporting structure and
(01 Set= 10
required accessories (As per Scope of Services,
03 Nos.)
Technical Specifications, GTP and field requirement)
Section 1-5 for Cumilla_Lot-1 163
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of 33 kV Isolator 1250A, 31.5 kA for 3 sec.
without earthing blade gang operated vertical mounted
vertical break with supporting steel structure with
5 Set 5
necessary connectors and accessories. (As per Scope of
Services, Technical Specifications, GTP and field
requirement)
Supply of 33 kV, Line Isolator 1250A, 31.5 kA for 3 sec.
with earthing blade gang operated vertical break with
6 supporting steel structure with necessary connectors Set 3
and accessories. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33 kV, Bus section Isolator 1250A, 31.5 kA for
3 sec. gang operated horizontal structure for
installation on gantry steel structure with necessary
7 Set 1
connectors and accessories as per field requirement.
(As per Scope of Services, Technical Specifications, GTP
and field requirement)
Supply of 33 kV, Off-load fused Isolator for Auxiliary
8 Transformer and Bus PT with supporting steel structure Set 3
and necessary connectors.
Supply of 33 kV Single Phase Current Transformer ratio
300-600/5-5-5A (2 sets) and 400-800/5-5A (3 sets) class
5P20 for protection and 0.2S for measuring along with Set
9 supporting steel structure and suitable bimetallic (1 set 5
connectors and accessories as per field required. (As =3 Nos.)
per Scope of Services, Technical Specifications, GTP and
field requirement)
Section 1-5 for Cumilla_Lot-1 164
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of 33kV, Single Phase Potential Transformer
ratio 33/√3/0.11/√3/0.11/√3 kV Class 0.2 measuring &
3P for protection signaling instrument etc. along with Set
10 supporting materials for installation on gantry structure (1 set 2
with necessary connectors and other accessories. (As =3 nos.)
per Scope of Services, Technical Specifications, GTP and
field requirement)
11 Supply of 33 kV Bus bar conductor ACSR Martin. Lot 1
Supply of 33 kV Disc Insulator set with necessary
suitable front and back connecting clamps. (As per
12 Lot 1
Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of Suitable Bus bar droppers, conductors,
connectors and outdoor marshaling kiosk, hardware
13 clamps, nuts bolts etc. suitable for connecting the Lot 1
individual items of substation circuit, equipment for
complete substation.
Supply of Shield wire overall diameter 9.525 mm
14 standard steel. (As per Scope of Services, Technical Lot 1
Specifications, GTP and field requirement)
Supply of Terminal tension clamp with fittings and PG
clamp set for fixing the shield wire with the gantry steel
15 Lot 1
structure. i) Tension clamps with fitting, ii) PG clamp, iii)
Support clamp.
Section 1-5 for Cumilla_Lot-1 165
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of grounding copper conductor (As per scope of
1
16(a) works and technical Specification, field requirement).
Lot
Supply of Grounding rod (Earthing electrode) dia 16 mm
16(b) each 4 Meter length to achieve Earth Resistance as per 1
standard/ requirement. (As per field requirement).
Supply of Suitable connector for connecting the
17 individual items of substation equipment and earthing Lot 1
mesh. (As per field requirement).
Supply of Tap Changer Control panel with AVR relay for
automatic OLTC operation including digital indication
18 system for transformer tap position, Auto/Manual and Nos. 2
Master/ Follower control switch. (As per scope of
works , technical Specification and GTP)
Supply of 33 kV PCM Panel for 33/11 kV, 10/13.33 MVA
Power Transformer with Differential Relay + 3 O/C + 1
E/F, 1 REF, 1 SEF, Ammeters, Voltmeters, Energy Meter
(Multi Tariff Programmable Meter), Multifunctional
Meter, oil temperature, winding temperature etc.
19 Set 2
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System, . All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 33 kV PCM Panel for 33 kV Line Feeder with 3
20 Set 3
O/C + 1 E/F + 3 Directional O/C + 1 Directional E/F,
Section 1-5 for Cumilla_Lot-1 166
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Ammeters, Voltmeters, Energy Meter (Multi Tariff
Programmable Meter), Multifunctional Meter.
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of Substation galvanized steel structure
materials for 4 span gantry diameters (4D) each 6m×5m
21 along with suitable beam for supporting 33 kV bus, bus- Lot 1
section isolator, PTs, Station Transformer and all other
accessories as required.
Supply of Supporting steel column structure for
connecting the 11 kV power cable with the necessary
22 Lot 1
insulators and connectors, connecting clamps etc. as
required.
Supply of 12kV Transformer incoming switchgear Unit
comprising 3 phase bus bars 2000A, VCB 2000A, 25 kA
for 3 sec., 1-Phase CT for ratio 900-1800/5-5-5A, 3 Over
Current + 2 Earth fault (1 E/F + 1 Separate Standby Earth
Fault) + Directional O/C & E/F relay, Ammeters,
Voltmeters, Energy Meter (Multi Tariff Programmable
23 Unit 2
Meter), Multifunctional Meter.
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Section 1-5 for Cumilla_Lot-1 167
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of 12 kV overhead Line Feeder unit comprising
3-Phase bus bars 2000A, VCB 630A, 25 kA for 3 sec. 1-
Phase CT of ratio 200-400/5-5A. Three pole over current
& single pole EF Relays for IDMT protection, Ammeter,
Voltmeter, Energy Meter (Multi Tariff Programmable
24 Meter), Multifunctional Meter. Unit 8
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 12 kV Bus Coupler unit comprising 3-Phase
bus bars 2000A, VCB 2000A, 25kA for 3 sec. 1-Phase CT
of ratio 900-1800/5-5A. 3 O/C + 1 E/F Relays and all
other accessories as required.
25 Unit 1
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System.
Supply of 12 kV Voltage Transformer Unit of ratio
11kV/√3: 0.11kV/√3:0.11kV/√3 comprising bus bar and
26 Unit 2
all other accessories as required. As per scope of works ,
technical Specification and GTP.
Supply of Rubber pad to be laid in front of the 11 kV
27 Lot 1
panels.
a)Supply of 11 kV Single core XLPE copper cable
28 Lot 1
2x1Cx500 Sq. mm per phase and 11 kV cable
Section 1-5 for Cumilla_Lot-1 168
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
termination kits (indoor and outdoor both). As per
scope of works , technical Specification and GTP.
b) Supply of 150 mm2 PVC Cu Cable with electrode for
power transformer neutral (As per scope of works and Lot 1
technical Specification).
c)Supply of 0.415 kV 4Cx150 sq-mm PVC (Cu) Cable for
Station Transformer. (As per scope of works and Lot 1
technical Specification).
Supply of 11 kV, 3 core XLPE copper cable 185 Sq. mm
per phase 11 kV cable termination kits (indoor &
29 outdoor both) for 8 nos. feeder as per field requirement Lot 1
but not less than 800 meter. (As per scope of works and
technical Specification and GTP).
Supply of Control cable of different sizes and LV PVC
copper cable of different sizes as necessary and MCCB,
connectors to connect different panels/auxiliary
30 Lot 1
transformer etc. sizes 4×4mm2, 4×6mm2, 4×2.5mm2,
8×2.5mm2, 16×2.5mm2, 24×2.5mm2 as necessary with
connecting clamps and lugs.
Supply of NiCd Battery, 110 Volt DC nominal. (As per
31 Set 1
scope of works, technical Specification and GTP).
Supply of Battery Charger, constant voltage type
32 (adjustable) with current limiting for boost and float No 1
charge, input- 400 volts, output DC 110 - 150 volts.
33 Supply of DC Distribution panel with Interlocking No 1
Section 1-5 for Cumilla_Lot-1 169
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of LV AC Distribution panel with Interlocking
34 with kWh meter for station supply kWh meter class of No 1
accuracy 1.0
35 Supply of Fire Extinguisher equipment and CCTV camera
a) CO2 Set 2
b) Foam type Set 2
c) Dry chemical type Set 2
d) CCTV camera with night vision feature and other
Set 8
related items
e) Smoke detection and alarm system Lot 1
Supply of Split type Air Conditioner of capacity 48000
36 BTU/Hr including MCB and all other accessories as Nos 4
required.
Supply of LED floodlights, 240 Volts single Phase with
37 shade & fittings and other related accessories (As per Set 12
scope of works and technical Specification).
Supply of Desktop Computer [Processor: core i5 (latest
gen) or Ryzen 5000 Series, Ram: 8 GB, Motherboard:
38 Compatible with processor, Graphic: 8 GB, Monitor 24 Set 1
inch FHD] with UPS (1200 VA), Laser Printer, Scanner
and accessories
Supply of LV MCCB Panel (As per scope of works and
39 Lot 1
technical Specification).
Supply of Substation Automation System (SAS) with
40 Server, Monitor, UPS with 30 Minute battery back-up Lot 1
and Printer etc.
Column 6 to be carried forward to Schedule No. 6. Grand Summary
Note:1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies.
Section 1-5 for Cumilla_Lot-1 170
Note: 2. Taxes and Duties in accordance with GCC 60.2 & PCC 60.4
Note: 3. All the equipment to be quoted as per requirement Sec.6, 7& 8.
Name: [insert full name of signatory] Signature with Date and Seal
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorized to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 171
3. Name of the Work: Design, Supply, Installation, Testing & Commissioning of new 33/11 kV, 2X10/13.33 MVA, regular type AIS Substation at
Lakhshminarayanpur under BB-Noakhali, BPDB, Noakhali on Turnkey Basis under Power Distribution System Development Project, Cumilla Zone of BPDB.
(Bidder shall quote price considering the requirement to complete Substation as per BOQ Clause 6.2)
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of 33/11 kV, 10/13.33 MVA Power Transformer
(Outdoor) with cable end termination facilities on 11 kV
1 side, On Load Tap Changer, all internal protection Set 2
elements in built and complete accessories. (As per
Scope of Services, Technical Specifications and GTP)
Supply of 33/0.4 kV200 KVA Station Transformer. (As
2 No 1
per Scope of Services, Technical Specifications and GTP)
Supply of 36 kV Vacuum Circuit Breaker, 1250A, 31.5 kA
for 3 sec. outdoor circuit breaker along with
3 Set 5
accessories. (As per Scope of Services, Technical
Specifications and GTP)
Supply of 33 kV, Single phase Lightning Arrester Station
Type (ZnO-type) including surge Monitor/counter, Set
Supporting Steel Structure and other accessories. (As (01 Set= 5
4(a)
per Scope of Services, Technical Specifications, GTP and 03 Nos.)
field requirement)
Supply of 11 kV, Single phase Lightning Arrester Station
4(b) Set
Type (ZnO-type) along with supporting structure and
(01 Set= 10
required accessories (As per Scope of Services,
03 Nos.)
Technical Specifications, GTP and field requirement)
Supply of 33 kV Isolator 1250A, 31.5 kA for 3 sec.
without earthing blade gang operated vertical mounted
5 Set 5
vertical break with supporting steel structure with
necessary connectors and accessories. (As per Scope of
Section 1-5 for Cumilla_Lot-1 172
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Services, Technical Specifications, GTP and field
requirement)
Supply of 33 kV, Line Isolator 1250A, 31.5 kA for 3 sec.
with earthing blade gang operated vertical break with
6 supporting steel structure with necessary connectors Set 3
and accessories. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33 kV, Bus section Isolator 1250A, 31.5 kA for
3 sec. gang operated horizontal structure for
installation on gantry steel structure with necessary
7 Set 1
connectors and accessories as per field requirement.
(As per Scope of Services, Technical Specifications, GTP
and field requirement)
Supply of 33 kV, Off-load fused Isolator for Auxiliary
8 Transformer and Bus PT with supporting steel structure Set 3
and necessary connectors.
Supply of 33 kV Single Phase Current Transformer ratio
300-600/5-5-5A (2 sets) and 400-800/5-5A (3 sets) class
5P20 for protection and 0.2S for measuring along with Set
9 supporting steel structure and suitable bimetallic (1 set 5
connectors and accessories as per field required. (As =3 Nos.)
per Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of 33kV, Single Phase Potential Transformer
ratio 33/√3/0.11/√3/0.11/√3 kV Class 0.2 measuring & Set
10 3P for protection signaling instrument etc. along with (1 set 2
supporting materials for installation on gantry structure =3 nos.)
with necessary connectors and other accessories. (As
Section 1-5 for Cumilla_Lot-1 173
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
per Scope of Services, Technical Specifications, GTP and
field requirement)
11 Supply of 33 kV Bus bar conductor ACSR Martin. Lot 1
Supply of 33 kV Disc Insulator set with necessary
suitable front and back connecting clamps. (As per
12 Lot 1
Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of Suitable Bus bar droppers, conductors,
connectors and outdoor marshaling kiosk, hardware
13 clamps, nuts bolts etc. suitable for connecting the Lot 1
individual items of substation circuit, equipment for
complete substation.
Supply of Shield wire overall diameter 9.525 mm
14 standard steel. (As per Scope of Services, Technical Lot 1
Specifications, GTP and field requirement)
Supply of Terminal tension clamp with fittings and PG
clamp set for fixing the shield wire with the gantry steel
15 Lot 1
structure. i) Tension clamps with fitting, ii) PG clamp, iii)
Support clamp.
Supply of grounding copper conductor (As per scope of
16(a) 1
works and technical Specification, field requirement).
Supply of Grounding rod (Earthing electrode) dia 16 mm Lot
each 4 Meter length to achieve Earth Resistance as per 1
16(b)
standard/ requirement. (As per field requirement).
Supply of Suitable connector for connecting the
17 individual items of substation equipment and earthing Lot 1
mesh. (As per field requirement).
Section 1-5 for Cumilla_Lot-1 174
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of Tap Changer Control panel with AVR relay for
automatic OLTC operation including digital indication
18 system for transformer tap position, Auto/Manual and Nos. 2
Master/ Follower control switch. (As per scope of
works , technical Specification and GTP)
Supply of 33 kV PCM Panel for 33/11 kV, 10/13.33 MVA
Power Transformer with Differential Relay + 3 O/C + 1
E/F, 1 REF, 1 SEF, Ammeters, Voltmeters, Energy Meter
(Multi Tariff Programmable Meter), Multifunctional
Meter, oil temperature, winding temperature etc.
19 Set 2
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System, . All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 33 kV PCM Panel for 33 kV Line Feeder with 3
O/C + 1 E/F + 3 Directional O/C + 1 Directional E/F,
Ammeters, Voltmeters, Energy Meter (Multi Tariff
Programmable Meter), Multifunctional Meter.
20 All the Circuit Breaker's control with Local/ Remote Set 3
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of Substation galvanized steel structure
21 materials for 4 span gantry diameters (4D) each 6m×5m Lot 1
along with suitable beam for supporting 33 kV bus, bus-
Section 1-5 for Cumilla_Lot-1 175
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
section isolator, PTs, Station Transformer and all other
accessories as required.
Supply of Supporting steel column structure for
connecting the 11 kV power cable with the necessary
22 Lot 1
insulators and connectors, connecting clamps etc. as
required.
Supply of 12kV Transformer incoming switchgear Unit
comprising 3 phase bus bars 2000A, VCB 2000A, 25 kA
for 3 sec., 1-Phase CT for ratio 900-1800/5-5-5A, 3 Over
Current + 2 Earth fault (1 E/F + 1 Separate Standby Earth
Fault) + Directional O/C & E/F relay, Ammeters,
Voltmeters, Energy Meter (Multi Tariff Programmable
23 Unit 2
Meter), Multifunctional Meter.
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 12 kV overhead Line Feeder unit comprising
3-Phase bus bars 2000A, VCB 630A, 25 kA for 3 sec. 1-
Phase CT of ratio 200-400/5-5A. Three pole over current
& single pole EF Relays for IDMT protection, Ammeter,
24 Voltmeter, Energy Meter (Multi Tariff Programmable Unit 8
Meter), Multifunctional Meter.
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
Section 1-5 for Cumilla_Lot-1 176
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 12 kV Bus Coupler unit comprising 3-Phase
bus bars 2000A, VCB 2000A, 25kA for 3 sec. 1-Phase CT
of ratio 900-1800/5-5A. 3 O/C + 1 E/F Relays and all
other accessories as required.
25 Unit 1
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System.
Supply of 12 kV Voltage Transformer Unit of ratio
11kV/√3: 0.11kV/√3:0.11kV/√3 comprising bus bar and
26 Unit 2
all other accessories as required. As per scope of works ,
technical Specification and GTP.
Supply of Rubber pad to be laid in front of the 11 kV
27 Lot 1
panels.
a)Supply of 11 kV Single core XLPE copper cable
2x1Cx500 Sq. mm per phase and 11 kV cable
28 Lot 1
termination kits (indoor and outdoor both). As per
scope of works , technical Specification and GTP.
b) Supply of 150 mm2 PVC Cu Cable with electrode for
power transformer neutral (As per scope of works and Lot 1
technical Specification).
c)Supply of 0.415 kV 4Cx150 sq-mm PVC (Cu) Cable for
Station Transformer. (As per scope of works and Lot 1
technical Specification).
Section 1-5 for Cumilla_Lot-1 177
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of 11 kV, 3 core XLPE copper cable 185 Sq. mm
per phase 11 kV cable termination kits (indoor &
29 outdoor both) for 8 nos. feeder as per field requirement Lot 1
but not less than 800 meter. (As per scope of works and
technical Specification).
Supply of Control cable of different sizes and LV PVC
copper cable of different sizes as necessary and MCCB,
connectors to connect different panels/auxiliary
30 Lot 1
transformer etc. sizes 4×4mm2, 4×6mm2, 4×2.5mm2,
8×2.5mm2, 16×2.5mm2, 24×2.5mm2 as necessary with
connecting clamps and lugs.
Supply of NiCd Battery, 110 Volt DC nominal. (As per
31 Set 1
scope of works, technical Specification and GTP).
Supply of Battery Charger, constant voltage type
32 (adjustable) with current limiting for boost and float No 1
charge, input- 400 volts, output DC 110 - 150 volts.
33 Supply of DC Distribution panel with Interlocking No 1
Supply of LV AC Distribution panel with Interlocking
34 with kWh meter for station supply kWh meter class of No 1
accuracy 1.0
35 Supply of Fire Extinguisher equipment and CCTV camera
a) CO2 Set 2
b) Foam type Set 2
c) Dry chemical type Set 2
d) CCTV camera with night vision feature and other
Set 8
related items
e) Smoke detection and alarm system Lot 1
Section 1-5 for Cumilla_Lot-1 178
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of Split type Air Conditioner of capacity 48000
36 BTU/Hr including MCB and all other accessories as Nos 4
required.
Supply of LED floodlights, 240 Volts single Phase with
37 shade & fittings and other related accessories (As per Set 12
scope of works and technical Specification).
Supply of Desktop Computer [Processor: core i5 (latest
gen) or Ryzen 5000 Series, Ram: 8 GB, Motherboard:
38 Compatible with processor, Graphic: 8 GB, Monitor 24 Set 1
inch FHD] with UPS (1200 VA), Laser Printer, Scanner
and accessories
Supply of LV MCCB Panel (As per scope of works and
39 Lot 1
technical Specification).
Supply of Substation Automation System (SAS) with
40 Server, Monitor, UPS with 30 Minute battery back-up Lot 1
and Printer etc.
Column 6 to be carried forward to Schedule No. 6. Grand Summary
Note:1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies.
Note: 2. Taxes and Duties in accordance with GCC 60.2 & PCC 60.4
Note: 3. All the equipment to be quoted as per requirement Sec.6, 7& 8.
Name: [insert full name of signatory] Signature with Date and Seal
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorized to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 179
4. Name of the Work: Design, Supply, Installation, Testing & Commissioning of the 33/11KV Substation in Chouddagram under the ESU Chouddagram from 1X3
+1X5 MVA to 2X16/20 MVA on Turnkey Basis under Power Distribution System Development Project, Cumilla Zone of BPDB.(Bidder shall quote price
considering the requirement to complete Substation as per BOQ Clause 6.2)
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of 33/11 kV, 16/20 MVA Power Transformer
(Outdoor) with cable end termination facilities on 11 kV
1 side, On Load Tap Changer, all internal protection Set 2
elements in built and complete accessories. (As per
Scope of Services, Technical Specifications and GTP)
Supply of 33/0.4 kV200 KVA Station Transformer. (As
2 No 1
per Scope of Services, Technical Specifications and GTP)
Supply of 36 kV Vacuum Circuit Breaker, 1250A, 31.5 kA
for 3 sec. outdoor circuit breaker along with
3 Set 5
accessories. (As per Scope of Services, Technical
Specifications and GTP)
Supply of 33 kV, Single phase Lightning Arrester Station
Type (ZnO-type) including surge Monitor/counter, Set
Supporting Steel Structure and other accessories. (As (01 Set= 5
4(a) per Scope of Services, Technical Specifications, GTP and 03 Nos.)
field requirement)
4(b) Supply of 11 kV, Single phase Lightning Arrester Station
Type (ZnO-type) along with supporting structure and Set
(01 Set= 12
required accessories (As per Scope of Services,
03 Nos.)
Technical Specifications, GTP and field requirement)
Supply of 33 kV Isolator 1250A, 31.5 kA for 3 sec.
without earthing blade gang operated vertical mounted
5 Set 5
vertical break with supporting steel structure with
necessary connectors and accessories. (As per Scope of
Section 1-5 for Cumilla_Lot-1 180
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Services, Technical Specifications, GTP and field
requirement)
Supply of 33 kV, Line Isolator 1250A, 31.5 kA for 3 sec.
with earthing blade gang operated vertical break with
6 supporting steel structure with necessary connectors Set 3
and accessories. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33 kV, Bus section Isolator 1,250A, 31.5 kA for
3 sec. gang operated horizontal structure for
installation on gantry steel structure with necessary
7 Set 1
connectors and accessories as per field requirement.
(As per Scope of Services, Technical Specifications, GTP
and field requirement)
Supply of 33 kV, Off-load fused Isolator for Auxiliary
8 Transformer and Bus PT with supporting steel structure Set 3
and necessary connectors as per field requirement.
Supply of 33 kV Single Phase Current Transformer ratio
300-600/5-5-5A (2 sets) and 400-800/5-5A (3 sets) class
Set
5P20 for protection and 0.2S for measuring along with
9 (1 set 5
supporting steel structure and suitable bimetallic
=3 Nos.)
connectors and accessories (As per Scope of Services,
Technical Specifications, GTP and field requirement)
Supply of 33kV, Single Phase Potential Transformer
ratio 33/√3/0.11/√3/0.11/√3 kV Class 0.2 measuring Set
10 & 3P for protection signaling instrument etc. along with (1 set 2
supporting materials for installation on gantry structure =3 nos.)
with necessary connectors and other accessories. (As
Section 1-5 for Cumilla_Lot-1 181
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
per Scope of Services, Technical Specifications, GTP and
field
11 Supply of 33 kV Bus bar conductor ACSR Martin. Lot 1
Supply of 33 kV Disc Insulator set with necessary
suitable front and back connecting clamps. (As per
12 Lot 1
Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of Suitable Bus bar droppers, conductors,
connectors and outdoor marshaling kiosk, hardware
13 clamps, nuts bolts etc. suitable for connecting the Lot 1
individual items of substation circuit, equipment for
complete substation.
Supply of Shield wire overall diameter 9.525 mm
14 standard steel. (As per Scope of Services, Technical Lot 1
Specifications, GTP and field requirement)
Supply of Terminal tension clamp with fittings and PG
clamp set for fixing the shield wire with the gantry steel
15 Lot 1
structure. i) Tension clamps with fitting, ii) PG clamp, iii)
Support clamp. (As per field requirement)
Supply of grounding copper conductor (As per scope of
16(a) 1
works and technical Specification, field requirement).
Supply of Grounding rod (Earthing electrode) dia 16 mm Lot
each 4 Meter length to achieve Earth Resistance as per 1
16(b)
standard/ requirement. (As per field requirement).
Supply of Suitable connector for connecting the
17 individual items of substation equipment and earthing Lot 1
mesh. (As per field requirement).
Section 1-5 for Cumilla_Lot-1 182
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of Tap Changer Control panel with AVR relay for
automatic OLTC operation including digital indication
18 system for transformer tap position, Auto/Manual and Nos. 2
Master/ Follower control switch. (As per scope of
works , technical Specification and GTP)
Supply of 33 kV PCM Panel for 33/11 kV, 10/13.33 MVA
Power Transformer with Differential Relay + 3 O/C + 1
E/F, 1 REF, 1 SEF, Ammeters, Voltmeters, Energy Meter
(Multi Tariff Programmable Meter), Multifunctional
Meter, oil temperature, winding temperature etc.
19 Set 2
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System, . All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 33 kV PCM Panel for 33 kV Line Feeder with 3
O/C + 1 E/F + 3 Directional O/C + 1 Directional E/F,
Ammeters, Voltmeters, Energy Meter (Multi Tariff
Programmable Meter), Multifunctional Meter.
20 All the Circuit Breaker's control with Local/ Remote Set 3
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of Substation galvanized steel structure
21 materials for 4 span gantry diameters (4D) each 6m×5m Lot 1
along with suitable beam for supporting 33 kV bus, bus-
Section 1-5 for Cumilla_Lot-1 183
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
section isolator, PTs, Station Transformer and all other
accessories as required.
Supply of Supporting steel column structure for
connecting the 11 kV power cable with the necessary
22 Lot 1
insulators and connectors, connecting clamps etc. as
required.
Supply of 12kV Transformer incoming switchgear Unit
comprising 3 phase bus bars 2000A, VCB 2000A, 25 kA
for 3 sec., 1-Phase CT for ratio 900-1800/5-5-5A, 3 Over
Current + 2 Earth fault (1 E/F + 1 Separate Standby Earth
Fault) + Directional O/C & E/F relay, Ammeters,
Voltmeters, Energy Meter (Multi Tariff Programmable
23 Unit 2
Meter), Multifunctional Meter.
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 12 kV overhead Line Feeder unit comprising
3-Phase bus bars 2000A, VCB 630A, 25 kA for 3 sec. 1-
Phase CT of ratio 200-400/5-5A. Three pole over current
& single pole EF Relays for IDMT protection, Ammeter,
24 Voltmeter, Energy Meter (Multi Tariff Programmable Unit 10
Meter), Multifunctional Meter.
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
Section 1-5 for Cumilla_Lot-1 184
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 12 kV Bus Coupler unit comprising 3-Phase
bus bars 2000A, VCB 2000A, 25kA for 3 sec. 1-Phase CT
of ratio 900-1800/5-5A. 3 O/C + 1 E/F Relays and all
other accessories as required.
25 Unit 1
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System.
Supply of 12 kV Voltage Transformer Unit of ratio 11kV/
√3: 0.11kV/√3:0.11kV/√3 comprising bus bar and all
26 Unit 2
other accessories as required. As per scope of works ,
technical Specification and GTP.
Supply of Rubber pad to be laid in front of the 11 kV
27 Lot 1
panels.
a)Supply of 11 kV Single core XLPE copper cable
2x1Cx500 Sq. mm per phase and 11 kV cable
28 Lot 1
termination kits (indoor and outdoor both). As per
scope of works , technical Specification and GTP.
b) Supply of 150 mm2 PVC Cu Cable with electrode for
power transformer neutral (As per scope of works and Lot 1
technical Specification).
c)Supply of 0.415 kV 4Cx150 sq-mm PVC (Cu) Cable for
Station Transformer. (As per scope of works and Lot 1
technical Specification).
Section 1-5 for Cumilla_Lot-1 185
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of 11 kV, 3 core XLPE copper cable 185 Sq. mm
per phase 11 kV cable termination kits (indoor &
29 outdoor both) for 10 nos. feeder as per field Lot 1
requirement but not less than 1000 meter. (As per
scope of works and technical Specification and GTP).
Supply of Control cable of different sizes and LV PVC
copper cable of different sizes as necessary and MCCB,
connectors to connect different panels/auxiliary
30 Lot 1
transformer etc. sizes 4×4mm2, 4×6mm2, 4×2.5mm2,
8×2.5mm2, 16×2.5mm2, 24×2.5mm2 as necessary with
connecting clamps and lugs.
Supply of NiCd Battery, 110 Volt DC nominal. (As per
31 Set 1
scope of works, technical Specification and GTP).
Supply of Battery Charger, constant voltage type
(adjustable) with current limiting for boost and float
32 charge, input- 3p, 400 volts AC, output DC 110 - 150 No 1
volts. (As per scope of works, technical Specification
and GTP).
33 Supply of DC Distribution panel with Interlocking No 1
Supply of LV AC Distribution panel with Interlocking
34 with kWh meter for station supply kWh meter class of No 1
accuracy 1.0
35 Supply of Fire Extinguisher equipment and CCTV camera
a) CO2 Set 2
b) Foam type Set 2
c) Dry chemical type Set 2
Section 1-5 for Cumilla_Lot-1 186
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
d) CCTV camera with night vision feature and other
Set 8
related items
e) Smoke detection and alarm system Lot 1
Supply of Split type Air Conditioner of capacity 48000
36 BTU/Hr including MCB and all other accessories as Nos 4
required.
Supply of LED floodlights, 240 Volts single Phase with
37 shade & fittings and other related accessories (As per Set 12
scope of works and technical Specification).
Supply of Desktop Computer [Processor: core i5 (latest
gen) or Ryzen 5000 Series, Ram: 8 GB, Motherboard:
38 Compatible with processor, Graphic: 8 GB, Monitor 24 Set 1
inch FHD] with UPS (1200 VA), Laser Printer, Scanner
and accessories
Supply of LV MCCB Panel (As per scope of works and
39 Lot 1
technical Specification).
Supply of Substation Automation System (SAS) with
40 Server, Monitor, UPS with 30 Minute battery back-up Lot 1
and Printer etc.
Column 6 to be carried forward to Schedule No. 6. Grand Summary
Note:1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies.
Note: 2. Taxes and Duties in accordance with GCC 60.2 & PCC 60.4
Note: 3. All the equipment to be quoted as per requirement Sec.6, 7& 8.
Name: [insert full name of signatory] Signature with Date and Seal
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorized to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 187
5. Name of the Work: Design, Supply, Erection, Installation, Testing and Commissioning of Extension of 33kV Switchyard & BAY 4D, 5M x 20M at 132/33KV
Harindhara Grid Sub-station including Design, Supply, Dismantling, Installation, Testing & Commissioning in Harindhara under BBB-3, Cumilla on Trunkey
basis under Power Distribution System (Bidder shall quote price considering the requirement to complete Substation as per BOQ Clause 6.2)
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
a) Supply of 36 kV Vacuum Circuit Breaker, 1250A, 40
kA for 3 sec. outdoor circuit breaker along with
1 Set 4
accessories. (As per Scope of Services, Technical
Specifications and GTP)
b) Supply of 36 kV Vacuum Circuit Breaker, 2500A, 40
kA for 3 sec. outdoor circuit breaker along with
Set 1
accessories. (As per Scope of Services, Technical
Specifications and GTP)
Supply of 33 kV, Single phase Lightning Arrester (ZnO-
type) along with supporting structure and required
2 Set 5
accessories. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
a) Supply of 33 kV Isolator 1250A, 40 kA for 3 sec.
without earthing blade gang operated vertical mounted
vertical break with supporting steel structure with
3 Set 4
necessary connectors and accessories. (As per Scope of
Services, Technical Specifications, GTP and field
requirement)
b) Supply of 33 kV Isolator 2500A, 40 kA for 3 sec.
without earthing blade gang operated vertical mounted
vertical break with supporting steel structure with
Set 1
necessary connectors and accessories. (As per Scope of
Services, Technical Specifications, GTP and field
requirement)
Section 1-5 for Cumilla_Lot-1 188
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
a) Supply of 33 kV, Line Isolator 1250A, 40 kA for 3 sec.
with earthing blade gang operated vertical break with
4 supporting steel structure with necessary connectors Set 4
and accessories. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
b) Supply of 33 kV, Line Isolator 2500A, 40 kA for 3 sec.
with earthing blade gang operated vertical break with
supporting steel structure with necessary connectors Set 2
and accessories. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33 kV Isolator 2500A, 40 kA for 3 sec. with
earthing blade gang operated vertical mounted vertical
5 break with supporting steel structure with necessary Set 2
connectors and accessories. (As per Scope of Services,
Technical Specifications, GTP and field requirement)
Supply of 33 kV, Bus section isolator 2500A, 40 kA for 3
sec. gang operated horizontal structure for installation
6 on gantry steel structure with necessary connectors and Set 1
accessories (As per Scope of Services, Technical
Specifications, GTP and field requirement)
a) Supply of 33 kV Single phase current Transformer
ratio 800-400/5-5-5A for line feeder class 5P20 for
protection and 0.2s for measuring along with
7 Set 4
supporting steel structure and suitable bi-metallic
connectors and accessories (As per Scope of Services,
Technical Specifications, GTP and field requirement)
b) Supply of 33 kV Single phase current Transformer
Set 1
ratio 1600-2400/5-5-5A for incoming, class 5P20 for
Section 1-5 for Cumilla_Lot-1 189
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
protection and 0.2s for measuring along with
supporting steel structure and suitable bi-metallic
connectors and accessories (As per Scope of Services,
Technical Specifications, GTP and field requirement)
Supply of 33kV, Single Phase Potential Transformer
ratio 33/√3/0.11/√3/0.11/√3 kV Class 0.2 measuring &
3P for protection signaling instrument etc. along with
8 supporting materials for installation on gantry structure Set 2
with necessary connectors and other accessories. (As
per Scope of Services, Technical Specifications, GTP and
field requirement)
9 a) Supply of 33 kV Bus bar Conductor 2 x ACSR Martin. Lot 1
b) Supply of 33 kV 1Cx800 Sq. mm XLPE Copper Cable
for connection between existing 33 kV bus (Grid
substation) to proposed 33 kV bus including all Lot 1
termination kits and accessories, (As per scope of
works , technical Specification and GTP.)
Supply of 33 kV Disc Insulator set with necessary
suitable front and back connecting clamps. (As per
10 Lot 1
Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of Suitable Bus Bar Droppers, Conductors,
connectors and outdoor marshaling kiosk, hardware
11 clamps nuts bolts etc. suitable for connecting the Lot 1
individual items of S/S circuit equipment for complete
substation.
Section 1-5 for Cumilla_Lot-1 190
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of Shield wire overall diameter 9.525 mm
12 standard steel. (As per Scope of Services, Technical Lot 1
Specifications, GTP and field requirement)
Supply of Terminal Tension clamp with fittings and PG
Clamp set for fixing the shield wire with the gantry steel Lot 1
structure
13
Tension clamps with fitting
PG Clamp
Support clamp
Supply of 185 mm2 grounding copper conductor. (As
per scope of works and technical Specification, field Lot 1
14 requirement).
Grounding rod (Earthing electrode) dia 16 mm each 4
1
Meter length. (As per field requirement).
Supply of Suitable connector for connecting with
individual items of substation equipment between sub-
15 Lot 1
station equipment and earthing mesh. (As per field
requirement).
Supply of 33 kV Control Metering and Relay Panel for 33
kV Line Feeder with 3 O/C + 1 E/F + 3 Directional O/C +
16 1 Directional E/F. All other accessories required as per Nos 5
scope of services, technical specifications and GTP. (As
per scope of works , technical Specification and GTP.)
Supply of of substation galvanized steel structure
materials 4D each 5M×5M along with suitable beam for
17 Lot 1
supporting 33kV bus section isolator and all other
accessories as required
Section 1-5 for Cumilla_Lot-1 191
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
Supply of NiCd Battery, 110 Volt DC nominal. (As per
18 Set 1
scope of works, technical Specification and GTP).
Supply of Battery Charger, constant voltage type
(adjustable) with current limiting for boost and float
19 charge, input- 3p, 400 volts AC, output DC 110 - 150 No 1
volts. (As per scope of works, technical Specification
and GTP).
Supply of DC Distribution panel with Interlocking as per
20 No 1
requirement
Supply of Fire Extinguisher equipment and CCTV camera
a) CO2 Set 2
b) Foam type Set 2
21 c) Dry chemical type Set 2
d) CCTV camera with night vision feature and other
Set 8
related items
e) Smoke detection and alarm system Lot 1
Supply of Split type Air Conditioner of capacity 48000
22 BTU/Hr including MCB and all other accessories as Nos 2
required.
Supply of LED floodlights 250 Watts, 240 Volts single
Phase with shade & fittings and other related
23 Set 6
accessories (As per scope of works and technical
Specification).
Supply of Desktop Computer [Processor: core i5 (latest
24 gen) or Ryzen 5000 Series, Ram: 8 GB, Motherboard: Set 1
Compatible with processor, Graphic: 8 GB, Monitor 24
Section 1-5 for Cumilla_Lot-1 192
Quantity CIP price Taxes
Unit Price per Line and
Line Country
Description of Item CIP Item Duties In
Item of
[Project Site, as per Local
No Origin
GCC 1.1 (oo)] [FC] [FC] Currenc
y
1 2 3 4 5 6=4x5 7
inch FHD] with UPS (1200 VA), Laser Printer, Scanner
and accessories
Supply of LV MCCB Panel (As per scope of works and
25 Lot 1
technical Specification).
Supply of Substation Automation System (SAS) with
26 Server, Monitor, UPS with 30 Minute battery back-up Lot 1
and Printer etc.
Column 6 to be carried forward to Schedule No. 6. Grand Summary
Note:1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies.
Note: 2. Taxes and Duties in accordance with GCC 60.2 & PCC 60.4
Note: 3. All the equipment to be quoted as per requirement Sec.6, 7& 8.
Name: [insert full name of signatory] Signature with Date and Seal
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorized to sign the Tender for and on behalf of the Tenderer
6. Name of the Work: Supply of Mandatory Spare parts
Quantity Unit Price CIP price per
Line Line Item Taxes and
CIP
Item Country of Duties In
Description of Item [Project Site,
Origin Local
No as per GCC [FC] Currency
1.1 (oo)] [FC]
1 2 3 4 5 6=4x5 7
Supply of 11KV Switchgear (VCB) 630A, bus 2000 A for outgoing
1 Set 9
feeder
Section 1-5 for Cumilla_Lot-1 193
Quantity Unit Price CIP price per
Line Line Item Taxes and
CIP
Item Country of Duties In
Description of Item [Project Site,
Origin Local
No as per GCC [FC] Currency
1.1 (oo)] [FC]
1 2 3 4 5 6=4x5 7
Supply of Bushing of each type (HT & LT) with conductor and
2 Set 3
terminal for new 33/11 kV, 10/13.33 MVA Power Transformer
Supply of Bushing of each type (HT & LT) with conductor and
3 Set 5
terminal for new 33/11 kV, 16/20 MVA Power Transformer
Set
4 Supply of closing and Tripping Coil for 12kV AIS Switchgear (1 set 40
=2 nos.)
Supply of Universal Motor for Spring Charge for 12kV AIS
5 Nos 12
Switchgear
6 Oil gauge of each type for Transformer Set 8
7 Cooling Fan for Power Transformer Set 24
Column 6 to be carried forward to Schedule No. 6. Grand Summary
Note:1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies.
Note: 2. Taxes and Duties in accordance with GCC 60.2 & PCC 60.4
Note: 3. All the equipment to be quoted as per requirement Sec.6,7&8.
Name: [insert full name of signatory] Signature with Date
and Seal
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorised to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 194
Country of Origin [Ref. as per ITT 6.3] Declaration Form
Place of Place of
Item Description Country Item Description Country
Manufacture Manufacture
1 33kV VCB 13 Steel Structure
33/11 kV 10/13.33 MVA ONAN/ONAF Outdoor & Indoor Lighting,
2 14
Transformer complete with accessories Electrification
33/11 kV 16/20 MVA ONAN/ONAF Fire Fighting equipment
3 15
Transformer complete with accessories
AC & DC Distribution Panel with interlocking LV MCCB Panel
4 16
and necessary accessories & connector
Battery and Battery Charger (110V) with Air Conditioner of 48,000 BTU split
5 17
necessary accessories & connector type
6 33 kV XLPE (Cu) Cable as required 18 CCTV Camera with night vision
7 11 kV XLPE (Cu) Cable as required 19 11kV AIS Switchgear with panel
33KV 3Cx95 Sq.mm XLPE (Cu) Cable & & SAS
8 20
0.415 kV PVC Cu Cable
Station type 33 kV & 11kV Surge Arrester 33kV CT & PT
9 21
including surge Monitor/counter LA
All Cable termination (33KV,11KV & Energy meter
10 22
0.415KV)
11 Control Cable and LV Power Cables 23 RTCC Panel
12 Earthing mesh with earthing electrode
Name: [insert full name of signatory] Signature with Date and Seal
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorized to sign the Tender for and on behalf of the Tenderer
N.B. The Tenderer has to item wise declare country of Origin as per ITT 6.3 and country of shipment, place of manufacture with technical proposal and
during bid. If any of the offered item’s country of Origin differs from his declaration during supply of the item(s), the item shall not be accepted. The
country of origin shall be specific country and no alternative offer is accepted.
Section 1-5 for Cumilla_Lot-1 195
Schedule No. 2 - Plant and Mandatory Spare Parts Supplied from within the Employer’s Country
1. Name of the Work: Design, Supply, Installation, Testing & Commissioning of a new 33/11 kV, 2X10/13.33 MVA, regular type AIS Substation at Cumilla
Cantonment under BBB-1, Cumilla, BPDB, Cumilla on Turnkey Basis under Power Distribution System Development Project, Cumilla Zone of BPDB (Bidder shall
quote price considering the requirement to complete Substation as per BOQ Clause 6.2)
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency
No. Currency or Currency or
Taka) or Taka)
Taka) Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of 33/11 kV, 10/13.33 MVA Power Transformer
(Outdoor) with cable end termination facilities on 11 kV
1 side, On Load Tap Changer, all internal protection Set 2
elements in built and complete accessories. (As per
Scope of Services, Technical Specifications and GTP)
Supply of 33/0.4 kV200 KVA Station Transformer. (As
2 No 1
per Scope of Services, Technical Specifications and GTP)
Supply of 36 kV Vacuum Circuit Breaker, 1250A, 31.5 kA
for 3 sec. outdoor circuit breaker along with
3 Set 5
accessories. (As per Scope of Services, Technical
Specifications and GTP)
Supply of 33 kV, Single phase Lightning Arrester Station
Type (ZnO-type) including surge Monitor/counter, Set
Supporting Steel Structure and other accessories. (As (01 Set= 5
4(a)
per Scope of Services, Technical Specifications, GTP and 03 Nos.)
field requirement)
Supply of 11 kV, Single phase Lightning Arrester Station
4(b) Set
Type (ZnO-type) along with supporting structure and
(01 Set= 10
required accessories (As per Scope of Services,
03 Nos.)
Technical Specifications, GTP and field requirement)
Supply of 33 kV Isolator 1250A, 31.5 kA for 3 sec.
5 without earthing blade gang operated vertical mounted Set 5
vertical break with supporting steel structure with
Section 1-5 for Cumilla_Lot-1 196
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency
No. Currency or Currency or
Taka) or Taka)
Taka) Taka)
1 2 3 4 5=3x4 6 7=5+6
necessary connectors and accessories. (As per Scope of
Services, Technical Specifications, GTP and field
requirement)
Supply of 33 kV, Line Isolator 1250A, 31.5 kA for 3 sec.
with earthing blade gang operated vertical break with
6 supporting steel structure with necessary connectors Set 3
and accessories. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33 kV, Bus section Isolator 1250A, 31.5 kA for
3 sec. gang operated horizontal structure for
installation on gantry steel structure with necessary
7 Set 1
connectors and accessories as per field requirement.
(As per Scope of Services, Technical Specifications, GTP
and field requirement)
Supply of 33 kV, Off-load fused Isolator for Auxiliary
8 Transformer and Bus PT with supporting steel structure Set 3
and necessary connectors.
Supply of 33 kV Single Phase Current Transformer ratio
300-600/5-5-5A (2 sets) and 400-800/5-5A (3 sets) class
5P20 for protection and 0.2S for measuring along with Set
9 supporting steel structure and suitable bimetallic (1 set 5
connectors and accessories as per field required. (As =3 Nos.)
per Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of 33kV, Single Phase Potential Transformer
ratio 33/√3/0.11/√3/0.11/√3 kV Class 0.2 measuring & Set
10 3P for protection signaling instrument etc. along with (1 set 2
supporting materials for installation on gantry structure =3 nos.)
with necessary connectors and other accessories. (As
Section 1-5 for Cumilla_Lot-1 197
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency
No. Currency or Currency or
Taka) or Taka)
Taka) Taka)
1 2 3 4 5=3x4 6 7=5+6
per Scope of Services, Technical Specifications, GTP and
field requirement)
11 Supply of 33 kV Bus bar conductor ACSR Martin. Lot 1
Supply of 33 kV Disc Insulator set with necessary
suitable front and back connecting clamps. (As per
12 Lot 1
Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of Suitable Bus bar droppers, conductors,
connectors and outdoor marshaling kiosk, hardware
13 clamps, nuts bolts etc. suitable for connecting the Lot 1
individual items of substation circuit, equipment for
complete substation.
Supply of Shield wire overall diameter 9.525 mm
14 standard steel. (As per Scope of Services, Technical Lot 1
Specifications, GTP and field requirement)
Supply of Terminal tension clamp with fittings and PG
clamp set for fixing the shield wire with the gantry steel
15 Lot 1
structure. i) Tension clamps with fitting, ii) PG clamp, iii)
Support clamp.
Supply of grounding copper conductor (As per scope of
16(a) 1
works and technical Specification, field requirement).
Supply of Grounding rod (Earthing electrode) dia 16 mm Lot
each 4 Meter length to achieve Earth Resistance as per 1
16(b)
standard/ requirement. (As per field requirement).
Supply of Suitable connector for connecting the
17 individual items of substation equipment and earthing Lot 1
mesh. (As per field requirement).
Supply of Tap Changer Control panel with AVR relay for
18 Nos. 2
automatic OLTC operation including digital indication
Section 1-5 for Cumilla_Lot-1 198
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency
No. Currency or Currency or
Taka) or Taka)
Taka) Taka)
1 2 3 4 5=3x4 6 7=5+6
system for transformer tap position, Auto/Manual and
Master/ Follower control switch. (As per scope of
works , technical Specification and GTP)
Supply of 33 kV PCM Panel for 33/11 kV, 10/13.33 MVA
Power Transformer with Differential Relay + 3 O/C + 1
E/F, 1 REF, 1 SEF, Ammeters, Voltmeters, Energy Meter
(Multi Tariff Programmable Meter), Multifunctional
Meter, oil temperature, winding temperature etc.
19 Set 2
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System, . All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 33 kV PCM Panel for 33 kV Line Feeder with 3
O/C + 1 E/F + 3 Directional O/C + 1 Directional E/F,
Ammeters, Voltmeters, Energy Meter (Multi Tariff
Programmable Meter), Multifunctional Meter.
20 All the Circuit Breaker's control with Local/ Remote Set 3
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of Substation galvanized steel structure
materials for 4 span gantry diameters (4D) each 6m×5m
21 along with suitable beam for supporting 33 kV bus, bus- Lot 1
section isolator, PTs, Station Transformer and all other
accessories as required.
Supply of Supporting steel column structure for
22 Lot 1
connecting the 11 kV power cable with the necessary
Section 1-5 for Cumilla_Lot-1 199
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency
No. Currency or Currency or
Taka) or Taka)
Taka) Taka)
1 2 3 4 5=3x4 6 7=5+6
insulators and connectors, connecting clamps etc. as
required.
Supply of 12kV Transformer incoming switchgear Unit
comprising 3 phase bus bars 2000A, VCB 2000A, 25 kA
for 3 sec., 1-Phase CT for ratio 900-1800/5-5-5A, 3 Over
Current + 2 Earth fault (1 E/F + 1 Separate Standby Earth
Fault) + Directional O/C & E/F relay, Ammeters,
Voltmeters, Energy Meter (Multi Tariff Programmable
23 Unit 2
Meter), Multifunctional Meter.
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 12 kV overhead Line Feeder unit comprising
3-Phase bus bars 2000A, VCB 630A, 25 kA for 3 sec. 1-
Phase CT of ratio 200-400/5-5A. Three pole over current
& single pole EF Relays for IDMT protection, Ammeter,
Voltmeter, Energy Meter (Multi Tariff Programmable
24 Meter), Multifunctional Meter. Unit 8
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 12 kV Bus Coupler unit comprising 3-Phase
bus bars 2000A, VCB 2000A, 25kA for 3 sec. 1-Phase CT
25 Unit 1
of ratio 900-1800/5-5A. 3 O/C + 1 E/F Relays and all
other accessories as required.
Section 1-5 for Cumilla_Lot-1 200
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency
No. Currency or Currency or
Taka) or Taka)
Taka) Taka)
1 2 3 4 5=3x4 6 7=5+6
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System.
Supply of 12 kV Voltage Transformer Unit of ratio
11kV/√3: 0.11kV/√3:0.11kV/√3 comprising bus bar and
26 Unit 2
all other accessories as required. As per scope of works ,
technical Specification and GTP.
Supply of Rubber pad to be laid in front of the 11 kV
27 Lot 1
panels.
a)Supply of 11 kV Single core XLPE copper cable
2x1Cx500 Sq. mm per phase and 11 kV cable
28 Lot 1
termination kits (indoor and outdoor both). As per
scope of works , technical Specification and GTP.
b) Supply of 150 mm2 PVC Cu Cable with electrode for
power transformer neutral (As per scope of works and Lot 1
technical Specification).
c)Supply of 0.415 kV 4Cx150 sq-mm PVC (Cu) Cable for
Station Transformer. (As per scope of works and Lot 1
technical Specification).
Supply of 11 kV, 3 core XLPE copper cable 185 Sq. mm
per phase 11 kV cable termination kits (indoor &
29 outdoor both) for 8 nos. feeder as per field requirement Lot 1
but not less than 800 meter. (As per scope of works and
technical Specification and GTP).
Supply of Control cable of different sizes and LV PVC
copper cable of different sizes as necessary and MCCB,
30 Lot 1
connectors to connect different panels/auxiliary
transformer etc. sizes 4×4mm2, 4×6mm2, 4×2.5mm2,
Section 1-5 for Cumilla_Lot-1 201
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency
No. Currency or Currency or
Taka) or Taka)
Taka) Taka)
1 2 3 4 5=3x4 6 7=5+6
8×2.5mm2, 16×2.5mm2, 24×2.5mm2 as necessary with
connecting clamps and lugs.
Supply of NiCd Battery, 110 Volt DC nominal. (As per
31 Set 1
scope of works, technical Specification and GTP).
Supply of Battery Charger, constant voltage type
32 (adjustable) with current limiting for boost and float No 1
charge, input- 400 volts, output DC 110 - 150 volts.
33 Supply of DC Distribution panel with Interlocking No 1
Supply of LV AC Distribution panel with Interlocking
34 with kWh meter for station supply kWh meter class of No 1
accuracy 1.0
35 Supply of Fire Extinguisher equipment and CCTV camera
a) CO2 Set 2
b) Foam type Set 2
c) Dry chemical type Set 2
d) CCTV camera with night vision feature and other
Set 8
related items
e) Smoke detection and alarm system Lot 1
Supply of Split type Air Conditioner of capacity 48000
36 BTU/Hr including MCB and all other accessories as Nos 4
required.
Supply of LED floodlights, 240 Volts single Phase with
37 shade & fittings and other related accessories (As per Set 12
scope of works and technical Specification).
Supply of Desktop Computer [Processor: core i5 (latest
38 gen) or Ryzen 5000 Series, Ram: 8 GB, Motherboard: Set 1
Compatible with processor, Graphic: 8 GB, Monitor 24
Section 1-5 for Cumilla_Lot-1 202
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency
No. Currency or Currency or
Taka) or Taka)
Taka) Taka)
1 2 3 4 5=3x4 6 7=5+6
inch FHD] with UPS (1200 VA), Laser Printer, Scanner
and accessories
Supply of LV MCCB Panel (As per scope of works and
39 Lot 1
technical Specification).
Supply of Substation Automation System (SAS) with
40 Server, Monitor, UPS with 30 Minute battery back-up Lot 1
and Printer etc.
Note:1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies.
Note: 2. Taxes and Duties in accordance with GCC 60.2 & PCC 60.4
Note: 3. All the equipment to be quoted as per requirement Sec.6, 7& 8.
Name: [insert full name of signatory] Signature with Date and Seal
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorized to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 203
2. Name of the Work: Design, Supply, Installation, Testing & Commissioning of new 33/11 kV, 2X10/13.33 MVA, regular type AIS Substation at Simrael Puran Kandi
Power House under BB-Brahmon Baria, BPDB, B. Baria on Turnkey Basis under Power Distribution System Development Project, Cumilla Zone of BPDB. (Bidder
shall quote price considering the requirement to complete Substation as per BOQ Clause 6.2)
Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item Quantity (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of 33/11 kV, 10/13.33 MVA Power Transformer
(Outdoor) with cable end termination facilities on 11 kV
1 side, On Load Tap Changer, all internal protection Set 2
elements in built and complete accessories. (As per
Scope of Services, Technical Specifications and GTP)
Supply of 33/0.4 kV200 KVA Station Transformer. (As
2 No 1
per Scope of Services, Technical Specifications and GTP)
Supply of 36 kV Vacuum Circuit Breaker, 1250A, 31.5 kA
for 3 sec. outdoor circuit breaker along with
3 Set 5
accessories. (As per Scope of Services, Technical
Specifications and GTP)
Supply of 33 kV, Single phase Lightning Arrester Station
Type (ZnO-type) including surge Monitor/counter, Set
Supporting Steel Structure and other accessories. (As (01 Set= 5
4(a)
per Scope of Services, Technical Specifications, GTP and 03 Nos.)
field requirement)
Supply of 11 kV, Single phase Lightning Arrester Station
4(b) Set
Type (ZnO-type) along with supporting structure and
(01 Set= 10
required accessories (As per Scope of Services,
03 Nos.)
Technical Specifications, GTP and field requirement)
Supply of 33 kV Isolator 1250A, 31.5 kA for 3 sec.
without earthing blade gang operated vertical mounted
vertical break with supporting steel structure with
5 Set 5
necessary connectors and accessories. (As per Scope of
Services, Technical Specifications, GTP and field
requirement)
Section 1-5 for Cumilla_Lot-1 204
Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item Quantity (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of 33 kV, Line Isolator 1250A, 31.5 kA for 3 sec.
with earthing blade gang operated vertical break with
6 supporting steel structure with necessary connectors Set 3
and accessories. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33 kV, Bus section Isolator 1250A, 31.5 kA for
3 sec. gang operated horizontal structure for
installation on gantry steel structure with necessary
7 Set 1
connectors and accessories as per field requirement.
(As per Scope of Services, Technical Specifications, GTP
and field requirement)
Supply of 33 kV, Off-load fused Isolator for Auxiliary
8 Transformer and Bus PT with supporting steel structure Set 3
and necessary connectors.
Supply of 33 kV Single Phase Current Transformer ratio
300-600/5-5-5A (2 sets) and 400-800/5-5A (3 sets) class
5P20 for protection and 0.2S for measuring along with Set
9 supporting steel structure and suitable bimetallic (1 set 5
connectors and accessories as per field required. (As =3 Nos.)
per Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of 33kV, Single Phase Potential Transformer
ratio 33/√3/0.11/√3/0.11/√3 kV Class 0.2 measuring &
3P for protection signaling instrument etc. along with Set
10 supporting materials for installation on gantry structure (1 set 2
with necessary connectors and other accessories. (As =3 nos.)
per Scope of Services, Technical Specifications, GTP and
field requirement)
11 Supply of 33 kV Bus bar conductor ACSR Martin. Lot 1
Section 1-5 for Cumilla_Lot-1 205
Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item Quantity (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of 33 kV Disc Insulator set with necessary
suitable front and back connecting clamps. (As per
12 Lot 1
Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of Suitable Bus bar droppers, conductors,
connectors and outdoor marshaling kiosk, hardware
13 clamps, nuts bolts etc. suitable for connecting the Lot 1
individual items of substation circuit, equipment for
complete substation.
Supply of Shield wire overall diameter 9.525 mm
14 standard steel. (As per Scope of Services, Technical Lot 1
Specifications, GTP and field requirement)
Supply of Terminal tension clamp with fittings and PG
clamp set for fixing the shield wire with the gantry steel
15 Lot 1
structure. i) Tension clamps with fitting, ii) PG clamp, iii)
Support clamp.
Supply of grounding copper conductor (As per scope of
16(a) 1
works and technical Specification, field requirement).
Supply of Grounding rod (Earthing electrode) dia 16 mm Lot
each 4 Meter length to achieve Earth Resistance as per 1
16(b)
standard/ requirement. (As per field requirement).
Supply of Suitable connector for connecting the
17 individual items of substation equipment and earthing Lot 1
mesh. (As per field requirement).
Supply of Tap Changer Control panel with AVR relay for
automatic OLTC operation including digital indication
18 system for transformer tap position, Auto/Manual and Nos. 2
Master/ Follower control switch. (As per scope of
works , technical Specification and GTP)
Section 1-5 for Cumilla_Lot-1 206
Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item Quantity (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of 33 kV PCM Panel for 33/11 kV, 10/13.33 MVA
Power Transformer with Differential Relay + 3 O/C + 1
E/F, 1 REF, 1 SEF, Ammeters, Voltmeters, Energy Meter
(Multi Tariff Programmable Meter), Multifunctional
Meter, oil temperature, winding temperature etc.
19 Set 2
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System, . All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 33 kV PCM Panel for 33 kV Line Feeder with 3
O/C + 1 E/F + 3 Directional O/C + 1 Directional E/F,
Ammeters, Voltmeters, Energy Meter (Multi Tariff
Programmable Meter), Multifunctional Meter.
20 All the Circuit Breaker's control with Local/ Remote Set 3
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of Substation galvanized steel structure
materials for 4 span gantry diameters (4D) each 6m×5m
21 along with suitable beam for supporting 33 kV bus, bus- Lot 1
section isolator, PTs, Station Transformer and all other
accessories as required.
Supply of Supporting steel column structure for
connecting the 11 kV power cable with the necessary
22 Lot 1
insulators and connectors, connecting clamps etc. as
required.
Section 1-5 for Cumilla_Lot-1 207
Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item Quantity (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of 12kV Transformer incoming switchgear Unit
comprising 3 phase bus bars 2000A, VCB 2000A, 25 kA
for 3 sec., 1-Phase CT for ratio 900-1800/5-5-5A, 3 Over
Current + 2 Earth fault (1 E/F + 1 Separate Standby Earth
Fault) + Directional O/C & E/F relay, Ammeters,
Voltmeters, Energy Meter (Multi Tariff Programmable
23 Unit 2
Meter), Multifunctional Meter.
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 12 kV overhead Line Feeder unit comprising
3-Phase bus bars 2000A, VCB 630A, 25 kA for 3 sec. 1-
Phase CT of ratio 200-400/5-5A. Three pole over current
& single pole EF Relays for IDMT protection, Ammeter,
Voltmeter, Energy Meter (Multi Tariff Programmable
24 Meter), Multifunctional Meter. Unit 8
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 12 kV Bus Coupler unit comprising 3-Phase
bus bars 2000A, VCB 2000A, 25kA for 3 sec. 1-Phase CT
of ratio 900-1800/5-5A. 3 O/C + 1 E/F Relays and all
25 Unit 1
other accessories as required.
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
Section 1-5 for Cumilla_Lot-1 208
Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item Quantity (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
interfacing with Substation Automation System/ SCADA
System.
Supply of 12 kV Voltage Transformer Unit of ratio
11kV/√3: 0.11kV/√3:0.11kV/√3 comprising bus bar and
26 Unit 2
all other accessories as required. As per scope of works ,
technical Specification and GTP.
Supply of Rubber pad to be laid in front of the 11 kV
27 Lot 1
panels.
a)Supply of 11 kV Single core XLPE copper cable
2x1Cx500 Sq. mm per phase and 11 kV cable
28 Lot 1
termination kits (indoor and outdoor both). As per
scope of works , technical Specification and GTP.
b) Supply of 150 mm2 PVC Cu Cable with electrode for
power transformer neutral (As per scope of works and Lot 1
technical Specification).
c)Supply of 0.415 kV 4Cx150 sq-mm PVC (Cu) Cable for
Station Transformer. (As per scope of works and Lot 1
technical Specification).
Supply of 11 kV, 3 core XLPE copper cable 185 Sq. mm
per phase 11 kV cable termination kits (indoor &
29 outdoor both) for 8 nos. feeder as per field requirement Lot 1
but not less than 800 meter. (As per scope of works and
technical Specification).
Supply of Control cable of different sizes and LV PVC
copper cable of different sizes as necessary and MCCB,
connectors to connect different panels/auxiliary
30 Lot 1
transformer etc. sizes 4×4mm2, 4×6mm2, 4×2.5mm2,
8×2.5mm2, 16×2.5mm2, 24×2.5mm2 as necessary with
connecting clamps and lugs.
Section 1-5 for Cumilla_Lot-1 209
Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item Quantity (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of NiCd Battery, 110 Volt DC nominal. (As per
31 Set 1
scope of works, technical Specification and GTP).
Supply of Battery Charger, constant voltage type
32 (adjustable) with current limiting for boost and float No 1
charge, input- 400 volts, output DC 110 - 150 volts.
33 Supply of DC Distribution panel with Interlocking No 1
Supply of LV AC Distribution panel with Interlocking
34 with kWh meter for station supply kWh meter class of No 1
accuracy 1.0
35 Supply of Fire Extinguisher equipment and CCTV camera
a) CO2 Set 2
b) Foam type Set 2
c) Dry chemical type Set 2
d) CCTV camera with night vision feature and other
Set 8
related items
e) Smoke detection and alarm system Lot 1
Supply of Split type Air Conditioner of capacity 48000
36 BTU/Hr including MCB and all other accessories as Nos 4
required.
Supply of LED floodlights, 240 Volts single Phase with
37 shade & fittings and other related accessories (As per Set 12
scope of works and technical Specification).
Supply of Desktop Computer [Processor: core i5 (latest
gen) or Ryzen 5000 Series, Ram: 8 GB, Motherboard:
38 Compatible with processor, Graphic: 8 GB, Monitor 24 Set 1
inch FHD] with UPS (1200 VA), Laser Printer, Scanner
and accessories
Section 1-5 for Cumilla_Lot-1 210
Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item Quantity (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of LV MCCB Panel (As per scope of works and
39 Lot 1
technical Specification).
Supply of Substation Automation System (SAS) with
40 Server, Monitor, UPS with 30 Minute battery back-up Lot 1
and Printer etc.
Column 5 to be carried forward to Schedule No. 6. Grand Summary
Note:1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies.
Note: 2. Taxes and Duties in accordance with GCC 60.2 & PCC 60.4
Note: 3. All the equipment to be quoted as per requirement Sec.6, 7& 8.
Name: [insert full name of signatory] Signature with Date and Seal
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorized to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 211
3. Name of the Work: Design, Supply, Installation, Testing & Commissioning of new 33/11 kV, 2X10/13.33 MVA, regular type AIS Substation at
Lakhshminarayanpur under BB-Noakhali, BPDB, Noakhali on Turnkey Basis under Power Distribution System Development Project, Cumilla Zone of BPDB.
(Bidder shall quote price considering the requirement to complete Substation as per BOQ Clause 6.2)
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of 33/11 kV, 10/13.33 MVA Power Transformer
(Outdoor) with cable end termination facilities on 11 kV
1 side, On Load Tap Changer, all internal protection Set 2
elements in built and complete accessories. (As per
Scope of Services, Technical Specifications and GTP)
Supply of 33/0.4 kV200 KVA Station Transformer. (As
2 No 1
per Scope of Services, Technical Specifications and GTP)
Supply of 36 kV Vacuum Circuit Breaker, 1250A, 31.5 kA
for 3 sec. outdoor circuit breaker along with
3 Set 5
accessories. (As per Scope of Services, Technical
Specifications and GTP)
Supply of 33 kV, Single phase Lightning Arrester Station
Type (ZnO-type) including surge Monitor/counter, Set
Supporting Steel Structure and other accessories. (As (01 Set= 5
4(a)
per Scope of Services, Technical Specifications, GTP and 03 Nos.)
field requirement)
Supply of 11 kV, Single phase Lightning Arrester Station
4(b) Set
Type (ZnO-type) along with supporting structure and
(01 Set= 10
required accessories (As per Scope of Services,
03 Nos.)
Technical Specifications, GTP and field requirement)
Supply of 33 kV Isolator 1250A, 31.5 kA for 3 sec.
without earthing blade gang operated vertical mounted
vertical break with supporting steel structure with
5 Set 5
necessary connectors and accessories. (As per Scope of
Services, Technical Specifications, GTP and field
requirement)
Section 1-5 for Cumilla_Lot-1 212
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of 33 kV, Line Isolator 1250A, 31.5 kA for 3 sec.
with earthing blade gang operated vertical break with
6 supporting steel structure with necessary connectors Set 3
and accessories. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33 kV, Bus section Isolator 1250A, 31.5 kA for
3 sec. gang operated horizontal structure for
installation on gantry steel structure with necessary
7 Set 1
connectors and accessories as per field requirement.
(As per Scope of Services, Technical Specifications, GTP
and field requirement)
Supply of 33 kV, Off-load fused Isolator for Auxiliary
8 Transformer and Bus PT with supporting steel structure Set 3
and necessary connectors.
Supply of 33 kV Single Phase Current Transformer ratio
300-600/5-5-5A (2 sets) and 400-800/5-5A (3 sets) class
5P20 for protection and 0.2S for measuring along with Set
9 supporting steel structure and suitable bimetallic (1 set 5
connectors and accessories as per field required. (As =3 Nos.)
per Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of 33kV, Single Phase Potential Transformer
ratio 33/√3/0.11/√3/0.11/√3 kV Class 0.2 measuring &
3P for protection signaling instrument etc. along with Set
10 supporting materials for installation on gantry structure (1 set 2
with necessary connectors and other accessories. (As =3 nos.)
per Scope of Services, Technical Specifications, GTP and
field requirement)
11 Supply of 33 kV Bus bar conductor ACSR Martin. Lot 1
Section 1-5 for Cumilla_Lot-1 213
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of 33 kV Disc Insulator set with necessary
suitable front and back connecting clamps. (As per
12 Lot 1
Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of Suitable Bus bar droppers, conductors,
connectors and outdoor marshaling kiosk, hardware
13 clamps, nuts bolts etc. suitable for connecting the Lot 1
individual items of substation circuit, equipment for
complete substation.
Supply of Shield wire overall diameter 9.525 mm
14 standard steel. (As per Scope of Services, Technical Lot 1
Specifications, GTP and field requirement)
Supply of Terminal tension clamp with fittings and PG
clamp set for fixing the shield wire with the gantry steel
15 Lot 1
structure. i) Tension clamps with fitting, ii) PG clamp, iii)
Support clamp.
Supply of grounding copper conductor (As per scope of
16(a) 1
works and technical Specification, field requirement).
Supply of Grounding rod (Earthing electrode) dia 16 mm Lot
each 4 Meter length to achieve Earth Resistance as per 1
16(b)
standard/ requirement. (As per field requirement).
Supply of Suitable connector for connecting the
17 individual items of substation equipment and earthing Lot 1
mesh. (As per field requirement).
Supply of Tap Changer Control panel with AVR relay for
automatic OLTC operation including digital indication
18 system for transformer tap position, Auto/Manual and Nos. 2
Master/ Follower control switch. (As per scope of
works , technical Specification and GTP)
Section 1-5 for Cumilla_Lot-1 214
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of 33 kV PCM Panel for 33/11 kV, 10/13.33 MVA
Power Transformer with Differential Relay + 3 O/C + 1
E/F, 1 REF, 1 SEF, Ammeters, Voltmeters, Energy Meter
(Multi Tariff Programmable Meter), Multifunctional
Meter, oil temperature, winding temperature etc.
19 Set 2
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System, . All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 33 kV PCM Panel for 33 kV Line Feeder with 3
O/C + 1 E/F + 3 Directional O/C + 1 Directional E/F,
Ammeters, Voltmeters, Energy Meter (Multi Tariff
Programmable Meter), Multifunctional Meter.
20 All the Circuit Breaker's control with Local/ Remote Set 3
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of Substation galvanized steel structure
materials for 4 span gantry diameters (4D) each 6m×5m
21 along with suitable beam for supporting 33 kV bus, bus- Lot 1
section isolator, PTs, Station Transformer and all other
accessories as required.
Supply of Supporting steel column structure for
connecting the 11 kV power cable with the necessary
22 Lot 1
insulators and connectors, connecting clamps etc. as
required.
Section 1-5 for Cumilla_Lot-1 215
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of 12kV Transformer incoming switchgear Unit
comprising 3 phase bus bars 2000A, VCB 2000A, 25 kA
for 3 sec., 1-Phase CT for ratio 900-1800/5-5-5A, 3 Over
Current + 2 Earth fault (1 E/F + 1 Separate Standby Earth
Fault) + Directional O/C & E/F relay, Ammeters,
Voltmeters, Energy Meter (Multi Tariff Programmable
23 Unit 2
Meter), Multifunctional Meter.
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 12 kV overhead Line Feeder unit comprising
3-Phase bus bars 2000A, VCB 630A, 25 kA for 3 sec. 1-
Phase CT of ratio 200-400/5-5A. Three pole over current
& single pole EF Relays for IDMT protection, Ammeter,
Voltmeter, Energy Meter (Multi Tariff Programmable
24 Meter), Multifunctional Meter. Unit 8
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 12 kV Bus Coupler unit comprising 3-Phase
bus bars 2000A, VCB 2000A, 25kA for 3 sec. 1-Phase CT
of ratio 900-1800/5-5A. 3 O/C + 1 E/F Relays and all
25 Unit 1
other accessories as required.
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
Section 1-5 for Cumilla_Lot-1 216
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
interfacing with Substation Automation System/ SCADA
System.
Supply of 12 kV Voltage Transformer Unit of ratio
11kV/√3: 0.11kV/√3:0.11kV/√3 comprising bus bar and
26 Unit 2
all other accessories as required. As per scope of works ,
technical Specification and GTP.
Supply of Rubber pad to be laid in front of the 11 kV
27 Lot 1
panels.
a)Supply of 11 kV Single core XLPE copper cable
2x1Cx500 Sq. mm per phase and 11 kV cable
28 Lot 1
termination kits (indoor and outdoor both). As per
scope of works , technical Specification and GTP.
b) Supply of 150 mm2 PVC Cu Cable with electrode for
power transformer neutral (As per scope of works and Lot 1
technical Specification).
c)Supply of 0.415 kV 4Cx150 sq-mm PVC (Cu) Cable for
Station Transformer. (As per scope of works and Lot 1
technical Specification).
Supply of 11 kV, 3 core XLPE copper cable 185 Sq. mm
per phase 11 kV cable termination kits (indoor &
29 outdoor both) for 8 nos. feeder as per field requirement Lot 1
but not less than 800 meter. (As per scope of works and
technical Specification and GTP).
Supply of Control cable of different sizes and LV PVC
copper cable of different sizes as necessary and MCCB,
connectors to connect different panels/auxiliary
30 Lot 1
transformer etc. sizes 4×4mm2, 4×6mm2, 4×2.5mm2,
8×2.5mm2, 16×2.5mm2, 24×2.5mm2 as necessary with
connecting clamps and lugs.
Section 1-5 for Cumilla_Lot-1 217
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of NiCd Battery, 110 Volt DC nominal. (As per
31 Set 1
scope of works, technical Specification and GTP).
Supply of Battery Charger, constant voltage type
32 (adjustable) with current limiting for boost and float No 1
charge, input- 400 volts, output DC 110 - 150 volts.
33 Supply of DC Distribution panel with Interlocking No 1
Supply of LV AC Distribution panel with Interlocking
34 with kWh meter for station supply kWh meter class of No 1
accuracy 1.0
35 Supply of Fire Extinguisher equipment and CCTV camera
a) CO2 Set 2
b) Foam type Set 2
c) Dry chemical type Set 2
d) CCTV camera with night vision feature and other
Set 8
related items
e) Smoke detection and alarm system Lot 1
Supply of Split type Air Conditioner of capacity 48000
36 BTU/Hr including MCB and all other accessories as Nos 4
required.
Supply of LED floodlights, 240 Volts single Phase with
37 shade & fittings and other related accessories (As per Set 12
scope of works and technical Specification).
Supply of Desktop Computer [Processor: core i5 (latest
gen) or Ryzen 5000 Series, Ram: 8 GB, Motherboard:
38 Compatible with processor, Graphic: 8 GB, Monitor 24 Set 1
inch FHD] with UPS (1200 VA), Laser Printer, Scanner
and accessories
Section 1-5 for Cumilla_Lot-1 218
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency Currency
No. Currency or Currency
or Taka) or Taka)
Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of LV MCCB Panel (As per scope of works and
39 Lot 1
technical Specification).
Supply of Substation Automation System (SAS) with
40 Server, Monitor, UPS with 30 Minute battery back-up Lot 1
and Printer etc.
Note:1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies.
Note: 2. Taxes and Duties in accordance with GCC 60.2 & PCC 60.4
Note: 3. All the equipment to be quoted as per requirement Sec.6, 7& 8.
Name: [insert full name of signatory] Signature with Date and Seal
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorized to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 219
4. Name of the Work: Design, Supply, Installation, Testing & Commissioning of the 33/11KV Substation in Chouddagram under the ESU Chouddagram from
1X3 +1X5 MVA to 2X16/20 MVA on Turnkey Basis under Power Distribution System Development Project, Cumilla Zone of BPDB.(Bidder shall quote price
considering the requirement to complete Substation as per BOQ Clause 6.2)
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency or
No. Currency Currency
Taka) Taka)
or Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of 33/11 kV, 16/20 MVA Power Transformer
(Outdoor) with cable end termination facilities on 11 kV
1 side, On Load Tap Changer, all internal protection Set 2
elements in built and complete accessories. (As per
Scope of Services, Technical Specifications and GTP)
Supply of 33/0.4 kV200 KVA Station Transformer. (As
2 No 1
per Scope of Services, Technical Specifications and GTP)
Supply of 36 kV Vacuum Circuit Breaker, 1250A, 31.5 kA
for 3 sec. outdoor circuit breaker along with
3 Set 5
accessories. (As per Scope of Services, Technical
Specifications and GTP)
Supply of 33 kV, Single phase Lightning Arrester Station
Type (ZnO-type) including surge Monitor/counter, Set
Supporting Steel Structure and other accessories. (As (01 Set= 5
4(a) per Scope of Services, Technical Specifications, GTP and 03 Nos.)
field requirement)
Supply of 11 kV, Single phase Lightning Arrester Station
4(b) Type (ZnO-type) along with supporting structure and Set
(01 Set= 12
required accessories (As per Scope of Services,
03 Nos.)
Technical Specifications, GTP and field requirement)
Supply of 33 kV Isolator 1250A, 31.5 kA for 3 sec.
without earthing blade gang operated vertical mounted
5 Set 5
vertical break with supporting steel structure with
necessary connectors and accessories. (As per Scope of
Section 1-5 for Cumilla_Lot-1 220
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency or
No. Currency Currency
Taka) Taka)
or Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Services, Technical Specifications, GTP and field
requirement)
Supply of 33 kV, Line Isolator 1250A, 31.5 kA for 3 sec.
with earthing blade gang operated vertical break with
6 supporting steel structure with necessary connectors Set 3
and accessories. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33 kV, Bus section Isolator 1,250A, 31.5 kA for
3 sec. gang operated horizontal structure for
installation on gantry steel structure with necessary
7 Set 1
connectors and accessories as per field requirement.
(As per Scope of Services, Technical Specifications, GTP
and field requirement)
Supply of 33 kV, Off-load fused Isolator for Auxiliary
8 Transformer and Bus PT with supporting steel structure Set 3
and necessary connectors as per field requirement.
Supply of 33 kV Single Phase Current Transformer ratio
300-600/5-5-5A (2 sets) and 400-800/5-5A (3 sets) class
Set
5P20 for protection and 0.2S for measuring along with
9 (1 set 5
supporting steel structure and suitable bimetallic
=3 Nos.)
connectors and accessories (As per Scope of Services,
Technical Specifications, GTP and field requirement)
Supply of 33kV, Single Phase Potential Transformer
ratio 33/√3/0.11/√3/0.11/√3 kV Class 0.2 measuring
& 3P for protection signaling instrument etc. along with Set
10 supporting materials for installation on gantry structure (1 set 2
with necessary connectors and other accessories. (As =3 nos.)
per Scope of Services, Technical Specifications, GTP and
field
Section 1-5 for Cumilla_Lot-1 221
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency or
No. Currency Currency
Taka) Taka)
or Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
11 Supply of 33 kV Bus bar conductor ACSR Martin. Lot 1
Supply of 33 kV Disc Insulator set with necessary
suitable front and back connecting clamps. (As per
12 Lot 1
Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of Suitable Bus bar droppers, conductors,
connectors and outdoor marshaling kiosk, hardware
13 clamps, nuts bolts etc. suitable for connecting the Lot 1
individual items of substation circuit, equipment for
complete substation.
Supply of Shield wire overall diameter 9.525 mm
14 standard steel. (As per Scope of Services, Technical Lot 1
Specifications, GTP and field requirement)
Supply of Terminal tension clamp with fittings and PG
clamp set for fixing the shield wire with the gantry steel
15 Lot 1
structure. i) Tension clamps with fitting, ii) PG clamp, iii)
Support clamp. (As per field requirement)
Supply of grounding copper conductor (As per scope of
16(a) 1
works and technical Specification, field requirement).
Supply of Grounding rod (Earthing electrode) dia 16 mm Lot
each 4 Meter length to achieve Earth Resistance as per 1
16(b)
standard/ requirement. (As per field requirement).
Supply of Suitable connector for connecting the
17 individual items of substation equipment and earthing Lot 1
mesh. (As per field requirement).
Supply of Tap Changer Control panel with AVR relay for
18 automatic OLTC operation including digital indication Nos. 2
system for transformer tap position, Auto/Manual and
Section 1-5 for Cumilla_Lot-1 222
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency or
No. Currency Currency
Taka) Taka)
or Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Master/ Follower control switch. (As per scope of
works , technical Specification and GTP)
Supply of 33 kV PCM Panel for 33/11 kV, 10/13.33 MVA
Power Transformer with Differential Relay + 3 O/C + 1
E/F, 1 REF, 1 SEF, Ammeters, Voltmeters, Energy Meter
(Multi Tariff Programmable Meter), Multifunctional
Meter, oil temperature, winding temperature etc.
19 Set 2
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System, . All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 33 kV PCM Panel for 33 kV Line Feeder with 3
O/C + 1 E/F + 3 Directional O/C + 1 Directional E/F,
Ammeters, Voltmeters, Energy Meter (Multi Tariff
Programmable Meter), Multifunctional Meter.
20 All the Circuit Breaker's control with Local/ Remote Set 3
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of Substation galvanized steel structure
materials for 4 span gantry diameters (4D) each 6m×5m
21 along with suitable beam for supporting 33 kV bus, bus- Lot 1
section isolator, PTs, Station Transformer and all other
accessories as required.
Supply of Supporting steel column structure for
22 Lot 1
connecting the 11 kV power cable with the necessary
Section 1-5 for Cumilla_Lot-1 223
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency or
No. Currency Currency
Taka) Taka)
or Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
insulators and connectors, connecting clamps etc. as
required.
Supply of 12kV Transformer incoming switchgear Unit
comprising 3 phase bus bars 2000A, VCB 2000A, 25 kA
for 3 sec., 1-Phase CT for ratio 900-1800/5-5-5A, 3 Over
Current + 2 Earth fault (1 E/F + 1 Separate Standby Earth
Fault) + Directional O/C & E/F relay, Ammeters,
Voltmeters, Energy Meter (Multi Tariff Programmable
23 Unit 2
Meter), Multifunctional Meter.
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 12 kV overhead Line Feeder unit comprising
3-Phase bus bars 2000A, VCB 630A, 25 kA for 3 sec. 1-
Phase CT of ratio 200-400/5-5A. Three pole over current
& single pole EF Relays for IDMT protection, Ammeter,
Voltmeter, Energy Meter (Multi Tariff Programmable
24 Meter), Multifunctional Meter. Unit 10
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System. All other accessories required as per scope of
works , technical Specification and GTP.
Supply of 12 kV Bus Coupler unit comprising 3-Phase
bus bars 2000A, VCB 2000A, 25kA for 3 sec. 1-Phase CT
25 Unit 1
of ratio 900-1800/5-5A. 3 O/C + 1 E/F Relays and all
other accessories as required.
Section 1-5 for Cumilla_Lot-1 224
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency or
No. Currency Currency
Taka) Taka)
or Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
All the Circuit Breaker's control with Local/ Remote
switch, metering and status data shall be provision for
interfacing with Substation Automation System/ SCADA
System.
Supply of 12 kV Voltage Transformer Unit of ratio 11kV/
√3: 0.11kV/√3:0.11kV/√3 comprising bus bar and all
26 Unit 2
other accessories as required. As per scope of works ,
technical Specification and GTP.
Supply of Rubber pad to be laid in front of the 11 kV
27 Lot 1
panels.
a)Supply of 11 kV Single core XLPE copper cable
2x1Cx500 Sq. mm per phase and 11 kV cable
28 Lot 1
termination kits (indoor and outdoor both). As per
scope of works , technical Specification and GTP.
b) Supply of 150 mm2 PVC Cu Cable with electrode for
power transformer neutral (As per scope of works and Lot 1
technical Specification).
c)Supply of 0.415 kV 4Cx150 sq-mm PVC (Cu) Cable for
Station Transformer. (As per scope of works and Lot 1
technical Specification).
Supply of 11 kV, 3 core XLPE copper cable 185 Sq. mm
per phase 11 kV cable termination kits (indoor &
29 outdoor both) for 10 nos. feeder as per field Lot 1
requirement but not less than 1000 meter. (As per
scope of works and technical Specification and GTP).
Supply of Control cable of different sizes and LV PVC
copper cable of different sizes as necessary and MCCB,
30 Lot 1
connectors to connect different panels/auxiliary
transformer etc. sizes 4×4mm2, 4×6mm2, 4×2.5mm2,
Section 1-5 for Cumilla_Lot-1 225
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency or
No. Currency Currency
Taka) Taka)
or Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
8×2.5mm2, 16×2.5mm2, 24×2.5mm2 as necessary with
connecting clamps and lugs.
Supply of NiCd Battery, 110 Volt DC nominal. (As per
31 Set 1
scope of works, technical Specification and GTP).
Supply of Battery Charger, constant voltage type
(adjustable) with current limiting for boost and float
32 charge, input- 3p, 400 volts AC, output DC 110 - 150 No 1
volts. (As per scope of works, technical Specification
and GTP).
33 Supply of DC Distribution panel with Interlocking No 1
Supply of LV AC Distribution panel with Interlocking
34 with kWh meter for station supply kWh meter class of No 1
accuracy 1.0
35 Supply of Fire Extinguisher equipment and CCTV camera
a) CO2 Set 2
b) Foam type Set 2
c) Dry chemical type Set 2
d) CCTV camera with night vision feature and other
Set 8
related items
e) Smoke detection and alarm system Lot 1
Supply of Split type Air Conditioner of capacity 48000
36 BTU/Hr including MCB and all other accessories as Nos 4
required.
Supply of LED floodlights, 240 Volts single Phase with
37 shade & fittings and other related accessories (As per Set 12
scope of works and technical Specification).
Supply of Desktop Computer [Processor: core i5 (latest
38 gen) or Ryzen 5000 Series, Ram: 8 GB, Motherboard: Set 1
Compatible with processor, Graphic: 8 GB, Monitor 24
Section 1-5 for Cumilla_Lot-1 226
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency or
No. Currency Currency
Taka) Taka)
or Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
inch FHD] with UPS (1200 VA), Laser Printer, Scanner
and accessories
Supply of LV MCCB Panel (As per scope of works and
39 Lot 1
technical Specification).
Supply of Substation Automation System (SAS) with
40 Server, Monitor, UPS with 30 Minute battery back-up Lot 1
and Printer etc.
Note:1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies.
Note: 2. Taxes and Duties in accordance with GCC 60.2 & PCC 60.4
Note: 3. All the equipment to be quoted as per requirement Sec.6, 7& 8.
Name: [insert full name of signatory] Signature with Date and Seal
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorized to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 227
5. Name of the Work: Design, Supply, Erection, Installation, Testing and Commissioning of Extension of 33kV Switchyard & BAY 4D, 5M x 20M at 132/33KV
Harindhara Grid Sub-station including Design, Supply, Dismantling, Installation, Testing & Commissioning in Harindhara under BBB-3, Cumilla on Trunkey
basis under Power Distribution System (Bidder shall quote price considering the requirement to complete Substation as per BOQ Clause 6.2)
Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item Quantity (Foreign (Foreign
Currency or Currency
No. Currency or Currency or
Taka) or Taka)
Taka) Taka)
1 2 3 4 5=3x4 6 7=5+6
a) Supply of 36 kV Vacuum Circuit Breaker, 1250A, 40
kA for 3 sec. outdoor circuit breaker along with
1 Set 4
accessories. (As per Scope of Services, Technical
Specifications and GTP)
b) Supply of 36 kV Vacuum Circuit Breaker, 2500A, 40
kA for 3 sec. outdoor circuit breaker along with
Set 1
accessories. (As per Scope of Services, Technical
Specifications and GTP)
Supply of 33 kV, Single phase Lightning Arrester (ZnO-
type) along with supporting structure and required
2 Set 5
accessories. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
a) Supply of 33 kV Isolator 1250A, 40 kA for 3 sec.
without earthing blade gang operated vertical mounted
vertical break with supporting steel structure with
3 Set 4
necessary connectors and accessories. (As per Scope of
Services, Technical Specifications, GTP and field
requirement)
b) Supply of 33 kV Isolator 2500A, 40 kA for 3 sec.
without earthing blade gang operated vertical mounted
vertical break with supporting steel structure with
Set 1
necessary connectors and accessories. (As per Scope of
Services, Technical Specifications, GTP and field
requirement)
a) Supply of 33 kV, Line Isolator 1250A, 40 kA for 3 sec.
4 with earthing blade gang operated vertical break with Set 4
supporting steel structure with necessary connectors
Section 1-5 for Cumilla_Lot-1 228
Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item Quantity (Foreign (Foreign
Currency or Currency
No. Currency or Currency or
Taka) or Taka)
Taka) Taka)
1 2 3 4 5=3x4 6 7=5+6
and accessories. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
b) Supply of 33 kV, Line Isolator 2500A, 40 kA for 3 sec.
with earthing blade gang operated vertical break with
supporting steel structure with necessary connectors Set 2
and accessories. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33 kV Isolator 2500A, 40 kA for 3 sec. with
earthing blade gang operated vertical mounted vertical
5 break with supporting steel structure with necessary Set 2
connectors and accessories. (As per Scope of Services,
Technical Specifications, GTP and field requirement)
Supply of 33 kV, Bus section isolator 2500A, 40 kA for 3
sec. gang operated horizontal structure for installation
6 on gantry steel structure with necessary connectors and Set 1
accessories (As per Scope of Services, Technical
Specifications, GTP and field requirement)
a) Supply of 33 kV Single phase current Transformer
ratio 800-400/5-5-5A for line feeder class 5P20 for
protection and 0.2s for measuring along with
7 Set 4
supporting steel structure and suitable bi-metallic
connectors and accessories (As per Scope of Services,
Technical Specifications, GTP and field requirement)
b) Supply of 33 kV Single phase current Transformer
ratio 1600-2400/5-5-5A for incoming, class 5P20 for
protection and 0.2s for measuring along with
Set 1
supporting steel structure and suitable bi-metallic
connectors and accessories (As per Scope of Services,
Technical Specifications, GTP and field requirement)
Section 1-5 for Cumilla_Lot-1 229
Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item Quantity (Foreign (Foreign
Currency or Currency
No. Currency or Currency or
Taka) or Taka)
Taka) Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of 33kV, Single Phase Potential Transformer
ratio 33/√3/0.11/√3/0.11/√3 kV Class 0.2 measuring &
3P for protection signaling instrument etc. along with
8 supporting materials for installation on gantry structure Set 2
with necessary connectors and other accessories. (As
per Scope of Services, Technical Specifications, GTP and
field requirement)
9 a) Supply of 33 kV Bus bar Conductor 2 x ACSR Martin. Lot 1
b) Supply of 33 kV 1Cx800 Sq. mm XLPE Copper Cable
for connection between existing 33 kV bus (Grid
substation) to proposed 33 kV bus including all Lot 1
termination kits and accessories, (As per scope of
works , technical Specification and GTP.)
Supply of 33 kV Disc Insulator set with necessary
suitable front and back connecting clamps. (As per
10 Lot 1
Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of Suitable Bus Bar Droppers, Conductors,
connectors and outdoor marshaling kiosk, hardware
11 clamps nuts bolts etc. suitable for connecting the Lot 1
individual items of S/S circuit equipment for complete
substation.
Supply of Shield wire overall diameter 9.525 mm
12 standard steel. (As per Scope of Services, Technical Lot 1
Specifications, GTP and field requirement)
Supply of Terminal Tension clamp with fittings and PG
Clamp set for fixing the shield wire with the gantry steel Lot 1
13
structure
Tension clamps with fitting
Section 1-5 for Cumilla_Lot-1 230
Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item Quantity (Foreign (Foreign
Currency or Currency
No. Currency or Currency or
Taka) or Taka)
Taka) Taka)
1 2 3 4 5=3x4 6 7=5+6
PG Clamp
Support clamp
Supply of 185 mm2 grounding copper conductor. (As
per scope of works and technical Specification, field Lot 1
14 requirement).
Grounding rod (Earthing electrode) dia 16 mm each 4
1
Meter length. (As per field requirement).
Supply of Suitable connector for connecting with
individual items of substation equipment between sub-
15 Lot 1
station equipment and earthing mesh. (As per field
requirement).
Supply of 33 kV Control Metering and Relay Panel for 33
kV Line Feeder with 3 O/C + 1 E/F + 3 Directional O/C +
16 1 Directional E/F. All other accessories required as per Nos 5
scope of services, technical specifications and GTP. (As
per scope of works , technical Specification and GTP.)
Supply of of substation galvanized steel structure
materials 4D each 5M×5M along with suitable beam for
17 Lot 1
supporting 33kV bus section isolator and all other
accessories as required
Supply of NiCd Battery, 110 Volt DC nominal. (As per
18 Set 1
scope of works, technical Specification and GTP).
Supply of Battery Charger, constant voltage type
(adjustable) with current limiting for boost and float
19 charge, input- 3p, 400 volts AC, output DC 110 - 150 No 1
volts. (As per scope of works, technical Specification
and GTP).
Supply of DC Distribution panel with Interlocking as per
20 No 1
requirement
Section 1-5 for Cumilla_Lot-1 231
Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item Quantity (Foreign (Foreign
Currency or Currency
No. Currency or Currency or
Taka) or Taka)
Taka) Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of Fire Extinguisher equipment and CCTV camera
a) CO2 Set 2
b) Foam type Set 2
21 c) Dry chemical type Set 2
d) CCTV camera with night vision feature and other
Set 8
related items
e) Smoke detection and alarm system Lot 1
Supply of Split type Air Conditioner of capacity 48000
22 BTU/Hr including MCB and all other accessories as Nos 2
required.
Supply of LED floodlights 250 Watts, 240 Volts single
Phase with shade & fittings and other related
23 Set 6
accessories (As per scope of works and technical
Specification).
Supply of Desktop Computer [Processor: core i5 (latest
gen) or Ryzen 5000 Series, Ram: 8 GB, Motherboard:
24 Compatible with processor, Graphic: 8 GB, Monitor 24 Set 1
inch FHD] with UPS (1200 VA), Laser Printer, Scanner
and accessories
Supply of LV MCCB Panel (As per scope of works and
25 Lot 1
technical Specification).
Supply of Substation Automation System (SAS) with
26 Server, Monitor, UPS with 30 Minute battery back-up Lot 1
and Printer etc.
Column 5 to be carried forward to Schedule No. 6. Grand Summary
Note:1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies.
Note: 2. Taxes and Duties in accordance with GCC 60.2 & PCC 60.4
Note: 3. All the equipment to be quoted as per requirement Sec.6, 7& 8.
Section 1-5 for Cumilla_Lot-1 232
Name: [insert full name of signatory] Signature with Date and Seal
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorized to sign the Tender for and on behalf of the Tenderer
7. Name of the Work: Supply of Mandatory Spare parts
Quantity Unit Price Total EXW
Sales Tax Total Price
Line EXW Price
(Foreign (Foreign
Item Description of Item (Foreign (Foreign
Currency or Currency or
No. Currency Currency
Taka) Taka)
or Taka) or Taka)
1 2 3 4 5=3x4 6 7=5+6
Supply of 11KV Switchgear (VCB) 630A, bus 2000 A for
1 Set 9
outgoing feeder
Supply of Bushing of each type (HT & LT) with conductor and
2 terminal for new 33/11 kV, 10/13.33 MVA Power Set 3
Transformer
Supply of Bushing of each type (HT & LT) with conductor and
3 Set 5
terminal for new 33/11 kV, 16/20 MVA Power Transformer
Set
4 Supply of closing and Tripping Coil for 12kV AIS Switchgear (1 set 40
=2 nos.)
Supply of Universal Motor for Spring Charge for 12kV AIS
5 Nos 12
Switchgear
6 Oil gauge of each type for Transformer Set 8
7 Cooling Fan for Power Transformer Set 24
TOTAL Column 5 to be carried forward to Schedule No. 6. Grand Summary
Note: 1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies
1
Note: 2. Taxes and Duties in accordance with GCC 60.2 & PCC 60.4
Name: [insert full name of signatory] Signature with Date and
Seal
In the capacity of: [insert designation of signatory] [ Sign]
Section 1-5 for Cumilla_Lot-1 233
Duly authorised to sign the Tender for and on behalf of the Tenderer
Schedule No. 3 - Design Services
Unit Price Total Price
Local Foreign Foreign
Item Description of Item Quantity Local Currency
Currency Currency Currency
Portion
Portion Portion Portion
(1) (2) (3) (4) (5) (6) = (3 x 4) (7) = (3 x 5)
Engineering and Design of the following new substation construction and bay
extension as complete. (As per scope of works, Technical specification and GTP):
Design, Supply, Installation, Testing & Commissioning of a new 33/11 kV,
2X10/13.33 MVA, regular type AIS Substation at Cumilla Cantonment under
1 LS.
BBB-1, Cumilla, BPDB, Cumilla on Turnkey Basis under Power Distribution
System Development Project, Cumilla Zone of BPDB.
Design, Supply, Installation, Testing & Commissioning of a new 33/11 kV,
2X10/13.33 MVA, regular type AIS Substation at Simrael Puran Kandi Power LS.
2
House under BB-Brahmon Baria, BPDB, B. Baria on Turnkey Basis under
Power Distribution System Development Project, Cumilla Zone of BPDB.
Design, Supply, Installation, Testing & Commissioning of a new 33/11kV,
2X10/13.33 MVA, regular type AIS Substation at Lakhshminarayanpur under
3 LS.
BB-Noakhali, BPDB, Noakhali on Turnkey Basis under Power Distribution
System Development Project, Cumilla Zone of BPDB.
Design, Supply, Installation, Testing & Commissioning of the 33/11KV
Substation in Chouddagram under the ESU Chouddagram from 1X3 +1X5
4 LS.
MVA to 2X16/20 MVA on Turnkey Basis under Power Distribution System
Development Project, Cumilla Zone of BPDB.
Design, Supply, Erection, Installation, Testing and Commissioning of
Extension of 33kV Switchyard & BAY 4D, 5M x 20M at 132/33KV Harindhara
Grid Sub-station including Design, Supply, Dismantling, Installation, Testing
5
& Commissioning in Harindhara under BBB-3, Cumilla on Trunkey basis
under Power Distribution System Development Project, Cumilla Zone of
BPDB.
TOTAL Columns 6 and 7 to be carried forward to Schedule No. 6. Grand Summary
1
Note: 1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies
1
Note: 2. Taxes and Duties to be include in Total Price.
Section 1-5 for Cumilla_Lot-1 234
Name: [insert full name of signatory] Signature with Date
and Seal
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorised to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 235
Schedule No. 4 – Civil works part
Item Description of items Unit Quantity Rate Amount
1 2 3 4 5 6 = 4*5
Sub-Total of Item no. (1)
1 Design, Supply, Installation, Testing & Commissioning of a new 33/11 kV,
2X10/13.33 MVA, regular type AIS Substation at Cumilla Cantonment under
BBB-1, Cumilla, BPDB, Cumilla on Turnkey Basis under Power Distribution
System Development Project, Cumilla Zo of BPDB.
a) Earth filling with compaction as necessary, soil test, land escaping, leveling.
Lot 1
Dressing/preparation of gravel pit, laying of gravel. (As per field requirement).
b) Sub-station Building (2 storied with 225 sq-m per floor) including Control Room, Office
Room, O/H Tank, Water Supply with new Deep Tubewell, Sanitary system, Internal Sq. m 460
Electrification, Emergency Lighting, False Ceiling etc with Guard post building (10 sq-m)
c) Substation switchyard. Lot 1
d) Power and Control cable trench with Cable Tray/Rack, Cable Clit/Clamp etc. (As per field
Lot 1
requirement).
e) Approach including internal road & walkway (as per field requirement) Lot 1
f) Foundation of equipment Lot 1
g) Switchyard fencing with gate. Lot 1
h) Boundary wall with retaining wall (as per field requirement) but not less than Rm 138. Lot 1
i) Steel gates Lot 1
j) Drainage system. Lot 1
k) Yard lighting and emergency lighting. Lot 1
l) Table, chair, steel almirah, file cabinet, ceiling & exhaust fans etc. Lot 1
m) Tree plantation, gardening and beautification. Lot 1
Sub-Total of Item no. (2)
Section 1-5 for Cumilla_Lot-1 236
Item Description of items Unit Quantity Rate Amount
1 2 3 4 5 6 = 4*5
2 Design, Supply, Installation, Testing & Commissioning of a new 33/11 kV,
2X10/13.33 MVA, regular type AIS Substation at Simrael Puran Kandi Power
House under BB-Brahmon Baria, BPDB, B. Baria on Turnkey Basis under
Power Distribution System Development Project, Cumilla Zone of BPDB.
a) Earth filling with compaction as necessary, soil test, land escaping, leveling.
Lot 1
Dressing/preparation of gravel pit, laying of gravel. (As per field requirement).
b) Sub-station Building (2 storied with 225 sq-m per floor) including Control Room, Office
Room, O/H Tank, Water Supply with new Deep Tubewell, Sanitary system, Internal Sq. m 460
Electrification, Emergency Lighting, False Ceiling etc with Guard post building (10 sq-m)
c) Substation switchyard. Lot 1
d) Power and Control cable trench with Cable Tray/Rack, Cable Clit/Clamp etc. (As per field
Lot 1
requirement).
e) Approach including internal road & walkway (as per field requirement) Lot 1
f) Foundation of equipment Lot 1
g) Switchyard fencing with gate. Lot 1
h) Boundary wall with retaining wall (as per field requirement) but not less than Rm 138. Lot 1
i) Steel gates Lot 1
j) Drainage system. Lot 1
k) Yard lighting and emergency lighting. Lot 1
l) Table, chair, steel almirah, file cabinet, ceiling & exhaust fans etc. Lot 1
m) Tree plantation, gardening and beautification. Lot 1
Sub-Total of Item no. (3)
3 Design, Supply, Installation, Testing & Commissioning of a new 33/11kV,
2X10/13.33 MVA, regular type AIS Substation at Lakhshminarayanpur under
BB-Noakhali, BPDB, Noakhali on Turnkey Basis under Power Distribution
System Development Project, Cumilla Zone of BPDB.
Section 1-5 for Cumilla_Lot-1 237
Item Description of items Unit Quantity Rate Amount
1 2 3 4 5 6 = 4*5
a) Earth filling with compaction as necessary, soil test, land escaping, leveling.
Lot 1
Dressing/preparation of gravel pit, laying of gravel. (As per field requirement).
b) Sub-station Building (2 storied with 225 sq-m per floor) including Control Room, Office
Room, O/H Tank, Water Supply with new Deep Tubewell, Sanitary system, Internal Sq. m 460
Electrification, Emergency Lighting, False Ceiling etc with Guard post building (10 sq-m)
c) Substation switchyard. Lot 1
d) Power and Control cable trench with Cable Tray/Rack, Cable Clit/Clamp etc. (As per field
Lot 1
requirement).
e) Approach including internal road & walkway (as per field requirement) Lot 1
f) Foundation of equipment Lot 1
g) Switchyard fencing with gate. Lot 1
h) Boundary wall with retaining wall (as per field requirement) but not less than Rm 138. Lot 1
i) Steel gates Lot 1
j) Drainage system. Lot 1
k) Yard lighting and emergency lighting. Lot 1
l) Table, chair, steel almirah, file cabinet, ceiling & exhaust fans etc. Lot 1
m) Tree plantation, gardening and beautification. Lot 1
Sub-Total of Item no. (4)
4 Design, Supply, Installation, Testing & Commissioning of the 33/11KV
Substation in Chouddagram under the ESU Chouddagram from 1X3 +1X5
MVA to 2X16/20 MVA on Turnkey Basis under Power Distribution System
Development Project, Cumilla Zone of BPDB.
a) Earth filling with compaction as necessary, soil test, land escaping, leveling.
Lot 1
Dressing/preparation of gravel pit, laying of gravel. (As per field requirement).
b) Sub-station Building (2 storied with 225 sq-m per floor) including Control Room, Office
Room, O/H Tank, Water Supply with new Deep Tubewell, Sanitary system, Internal Sq. m 460
Electrification, Emergency Lighting, False Ceiling etc with Guard post building (10 sq-m)
c) Substation switchyard. Lot 1
d) Power and Control cable trench with Cable Tray/Rack, Cable Clit/Clamp etc. (As per field
Lot 1
requirement).
Section 1-5 for Cumilla_Lot-1 238
Item Description of items Unit Quantity Rate Amount
1 2 3 4 5 6 = 4*5
e) Approach including internal road & walkway (as per field requirement) Lot 1
f) Foundation of equipment Lot 1
g) Switchyard fencing with gate. Lot 1
h) Boundary wall with retaining wall (as per field requirement) but not less than Rm 50. Lot 1
i) Steel gates Lot 1
j) Drainage system. Lot 1
k) Yard lighting and emergency lighting. Lot 1
l) Table, chair, steel almirah, file cabinet, ceiling & exhaust fans etc. Lot 1
m) Tree plantation, gardening and beautification. Lot 1
Sub-Total of Item no. (5)
Design, Supply, Erection, Installation, Testing and Commissioning of
Extension of 33kV Switchyard & BAY 4D, 5M x 20M at 132/33KV Harindhara
5 Grid Sub-station including Design, Supply, Dismantling, Installation, Testing
& Commissioning in Harindhara under BBB-3, Cumilla on Trunkey basis
under Power Distribution System Development Project, Cumilla Zone of
BPDB
a)Earth filling, Land Escaping, Leveling, Dressing & Gravel Pit, Laying of Gravel for
completing the Bay-Extension i.e. Plant & Works as per Scope of Works, Technical Lot 1
Specification and as per field requirement.
b)Civil works with renovation / extension in Sub-Station/Grid Sub-Station / Control Room
Building for completing Bay-Extension including dismantling works as per Scope of Works, Lot 1
Technical Specification & as per field requirement.
c)Foundation of Equipment, Fencing, Power & Control Cable Trench etc. for completing
Bay-Extension i.e. Plant & Works as per Scope of Works, Technical Specification & as per Lot 1
field requirement.
d) Switchyard fencing with gate, Earthing of fancing, cable trenches, drainage system,
Switchyard gravelling and Landscaping etc. as per Scope of Works & as per field Lot 1
requirement.
Sub-Total of Item no. (5)
TOTAL Columns 6 to be carried forward to Schedule No. 6. Grand Summary
Section 1-5 for Cumilla_Lot-1 239
Note: 1. Bidder’s are requested to add row as many as need to full-fill the Scope of work. in Section :6
1Note: 2. Taxes and Duties to be include in Amount.
Name: [insert full name of signatory] Signature with Date
and Seal
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorised to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 240
Schedule No. 5- Installation and Other Services
Unit Price Total Price
Ite Local Foreign Local Foreign
Description Quantity
m Currency Currency Currency Currency
Portion Portion Portion Portion
1 2 3 4 5 6=3x4 7=3x5
Construction & Installation of the following sub-stations including local
transportation, erection, testing, commissioning, dismantling work as per field
requirement, inspection, training and Energizing of Complete Sub-station. (As per
Scope of Works, Technical Specification and GTP):
a) Design, Supply, Installation, Testing & Commissioning of a new 33/11 kV,
2X10/13.33 MVA, regular type AIS Substation at Cumilla Cantonment under LS.
1
BBB-1, Cumilla, BPDB, Cumilla on Turnkey Basis under Power Distribution
System Development Project, Cumilla Zo of BPDB.
b) Pre-Shipment Inspection and Transfer of Technical Knowhow LS.
c) Installation, Post Landing Inspection, Transportation and Other Services LS.
d) Training (class-room & on the job) at site LS.
a) Design, Supply, Installation, Testing & Commissioning of a new 33/11 kV,
2X10/13.33 MVA, regular type AIS Substation at Simrael Puran Kandi Power LS.
2
House under BB-Brahmon Baria, BPDB, B. Baria on Turnkey Basis under Power
Distribution System Development Project, Cumilla Zone of BPDB.
b) Pre-Shipment Inspection and Transfer of Technical Knowhow LS.
c) Installation, Post Landing Inspection, Transportation and Other Services LS.
d) Training (class-room & on the job) at site LS.
a) Design, Supply, Installation, Testing & Commissioning of a new 33/11kV,
2X10/13.33 MVA, regular type AIS Substation at Lakhshminarayanpur under BB- LS.
3
Noakhali, BPDB, Noakhali on Turnkey Basis under Power Distribution System
Development Project, Cumilla Zone of BPDB.
Section 1-5 for Cumilla_Lot-1 241
b) Pre-Shipment Inspection and Transfer of Technical Knowhow LS.
c) Installation, Post Landing Inspection, Transportation and Other Services LS.
d) Training (class-room & on the job) at site LS.
a) Design, Supply, Installation, Testing & Commissioning of 33/11KV Substation
in Chouddagram under the ESU Chouddagram from 1X3 +1X5 MVA to LS.
4
2X16/20 MVA on Turnkey Basis under Power Distribution System
Development Project, Cumilla Zone of BPDB.
b) Pre-Shipment Inspection and Transfer of Technical Knowhow LS.
c) Installation, Post Landing Inspection, Transportation and Other Services LS.
d) Training (class-room & on the job) at site LS.
d) Training (class-room & on the job) at site LS.
a) Design, Supply, Erection, Installation, Testing and Commissioning of Extension LS.
of 33kV Switchyard & BAY 4D, 5M x 20M at 132/33KV Harindhara Grid Sub-
5 station including Design, Supply, Dismantling, Installation, Testing &
Commissioning in Harindhara under BBB-3, Cumilla on Trunkey basis under
Power Distribution System
b) Pre-Shipment Inspection and Transfer of Technical Knowhow LS.
c) Installation, Post Landing Inspection, Transportation and Other Services LS.
d) Training (class-room & on the job) at site LS.
TOTAL Columns 6 and 7 to be carried forward to Schedule No. 6. Grand Summary
Note: 1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there are currencies
1
Note: 2. Taxes and Duties to be include in Total Price.
Name: [insert full name of signatory] Signature with Date and Seal
Section 1-5 for Cumilla_Lot-1 242
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorised to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 243
Schedule No. 6 - Grand Summary
Total Price (Tender Price)
Schedule
Title Foreign Local
No.
Currency Currency
Plant and Mandatory Spare Parts Supplied from
1 Abroad
2 Plant and Mandatory Spare Parts Supplied from
Within the Employer’s Country
3 Design Services
4 Civil works part
5 Installation and Other Services
GRAND TOTAL to be carried forward to Form PG5A-1b
Note: 1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as
there are currencies
2. Create additional columns for up to a maximum of 3 Foreign Currencies if so required
3. Contract Price shall be the Tender Price considering arithmetic correction and unconditional discount (if any).
Name: [insert full name of signatory] Signature with Date
and Seal
In the capacity of: [insert designation of signatory] [ Sign]
Duly authorised to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 244
Schedule No. 7 - Recommended Spare Parts (Not in Evaluation)
Unit Price Total Price
EXW CIP
Local Imported Local Foreign
Item Description Qty
Parts Parts Currency Currency
Local Foreign Portion Portion
Currency Currency
1 2 3 4 5 6=3x4 7=3x5
TOTAL
Note: 1. Specify currencies in accordance with ITT 27. Create and use as many columns for Unit Price and Total Price as there
are currencies
Name: [insert full name of Signature with
signatory] Date and Seal
In the capacity [insert designation of [ Sign]
of: signatory]
Duly authorized to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 245
Technical Proposal (Form PG5A-4)
[The Revised Technical Proposal, if any, shall follow the same format and structure]
Site Organization
Method Statement
Mobilization Structure
Construction Structure
Plant
Safety Plan
Personnel
Equipment
Proposed subcontractors for Major Items of Plant and Services
Time Schedule
Section 1-5 for Cumilla_Lot-1 246
Site Organization
[insert technical proposal for site organization]
[The Tenderer shall include in the tender an appropriate organization chart. This shall include
head office as well as site components and clearly demonstrate that the Tenderer possesses the
staff and organizational resources to complete the Supply and Installation of Plant & Equipment.]
Section 1-5 for Cumilla_Lot-1 247
Method Statement
[insert technical proposal for Method Statement]
[The Tenderer shall furnish an overall description covering all activities and processes from
inception to site works and commissioning.
In particular methods of minimizing the impact on the environment in accordance with the
relevant laws and regulations during the construction phase shall be described.]
Section 1-5 for Cumilla_Lot-1 248
Mobilization Schedule
[insert technical proposal for Mobilization Schedule]
[This shall be included in the overall time schedule to be provided by the Tenderer as per “Time
Schedule” in Section 5.Tendering Forms
Section 1-5 for Cumilla_Lot-1 249
Construction Schedule
[insert technical proposal for Construction Schedule]
[This shall be included in the overall time schedule to be provided by the Tenderer as per “Time
Schedule” in Section5. Tendering Forms]
Section 1-5 for Cumilla_Lot-1 250
Plant
[insert technical proposal for Plant]
[The Tenderer shall provide the plant and equipment it intends to use in the construction process to
demonstrate that it has the capability to complete the Supply and Installation of Plant & Equipment.]
Section 1-5 for Cumilla_Lot-1 251
Safety Plan
[insert technical proposal for Safety Plan]
[The Tenderer shall demonstrate that it has a comprehensive safety system that will be used
during the construction and installation phase. This system shall meet all safety requirements
in accordance with all relevant laws, rules and regulations.]
Section 1-5 for Cumilla_Lot-1 252
Personnel Information
[This Form should be completed for each person proposed by the Tenderer on Form PG5A-2a& PG5A-2b, where applicable]
Invitation for Tender No: [indicate IFT No]
Tender Package No [indicate Package No]
This Package is divided into the following Number of Lots [indicate number of Lot(s)]
A. Proposed Position (tick the relevant box)
B. Personal Data
Name
Date of Birth
Years overall experience
Years of specific experience
National ID Number
Years of employment with the
Tenderer
B. Professional Qualifications:
1.
2.
C. Present Employment [to be completed only if not employed by the Tenderer]
Name of Procuring Entity:
Address of Procuring Entity:
Present Job Title:
Years with present Procuring Entity:
Tel No: Fax No: e-mail address:
Contact [manager/personnel officer]:
D. Professional Experience
Summarise professional experience over the last twenty years, in reverse chronological order.
Indicate particular technical and managerial experience relevant to the project.
From To Company / Project / Position / Relevant technical and management
experience.
1
2
3
Name: [insert full name of Signature with
signatory] Date and Seal
In the capacity of: [insert designation of [ Sign]
signatory]
Duly authorised to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 253
Equipment Information
[The Tenderer shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for
the key equipment listed in TDS . A Separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Tenderer]
Invitation for Tender No: [indicate IFT No]
Tender Package No [indicate Package No]
This Package is divided into the following Number of [indicate number of
Lots Lot(s)]
Item of equipment
Equipment Name of manufacturer Model and power rating
information
Capacity Year of manufacture
Current status Current location
Details of current commitments
Source Indicate source of the equipment
Owned Rented Leased Specially manufactured
Omit the following information for equipment owned by the Tenderer.
Owner Name of owner
Address of owner
Telephone Contact name and title
Fax Telex
Agreements Details of rental / lease / manufacture agreements specific to the project
Name: [insert full name of Signature with
signatory] Date and Seal
In the capacity [insert designation of [ Sign]
of: signatory]
Duly authorised to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 254
Proposed Subcontractors for Major Items of Plant and
Installation Services
A list of major items of Plant and Installation Services is provided below.
The following Subcontractors and/or manufacturers are proposed for carrying out the item of
the facilities indicated. Tenderers are free to propose more than one for each item
Major Items of Plant and Proposed Nationality
Installation Services Subcontractors/Manufacturers
Section 1-5 for Cumilla_Lot-1 255
Form Functional Guarantee
The Tenderer shall copy in the left column of the table below, the identification of each functional
guarantee required in the Specification and stated by the Employer in GCC 43 and in the right column,
provide the corresponding value for each functional guarantee of the proposed plant and equipment.
Invitation for Tender No: [indicate IFT No]
Tender Package No [indicate Package No]
This Package is divided into the following Number of Lots [indicate number of ot(s)]
Required Functional Guarantee Value of Functional Guarantee of the Proposed
Plant and Equipment
1.
2.
3.
4.
5.
6.
Section 1-5 for Cumilla_Lot-1 256
Specifications Submission and Compliance Sheet (Form PG5A-4a)
Invitation for Tender No: Date:
Tender Package No: Package [enter description
Description: as specified in
Section 6]
Tender Lot No: Lot [enter description
Description: as specified in
Section 6]
Item Name of Goods Country Make and Full Technical Specifications and
No. of Model (when Standards
or Related Service
Origin applicable)
1 2 3 4 5
FOR GOODS Note 1
FOR RELATED SERVICES
[The Tenderer should complete all the columns as required]
Signature: [insert signature of authorised representative
of the Tenderer]
Name: [insert full name of signatory with National ID]
In the capacity of: [insert designation of signatory]
Duly authorised to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 257
Manufacturer’s Authorisation Letter (Form PG5A - 5)
[The Tenderer shall require the Manufacturer to fill in this Form in accordance with the instructions
indicated. Thisletter of authorization should be on the letterhead of the Manufacturer and should be
signed by a person with the proper authority to sign documents that are binding on the Manufacturer.
The Tenderer shall include it in its tender, if so indicated in the TDS as stated under ITT Sub-
Clause 29.3(b)]
Invitation for Tender No: Date:
Tender Package No:
Tender Lot No:
To:
Name and address of Employer]
WHEREAS
We [insert complete name of Manufacturer],
who are official manufacturers of[insert type of goods manufactured], having factories at
[insert full address of Manufacturer’s factories], do hereby
authorize[insert complete name of Tenderer] to supply the following Plant and Equipment,
manufactured by us [insert name and or brief description of the Goods].
We hereby extend our full guarantee and warranty as stated under GCC Clause 42 of the
General Conditions of Contract, with respect to the Goods offered by the above Tenderer.
Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]
Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]
Address: [insert full address including Fax and e-mail]
Title: [insert title]
Date: [insert date of signing]
Section 1-5 for Cumilla_Lot-1 258
Bank Guarantee for Tender Security (Form PG5A– 6)
[this is the format for the Tender Security to be issued by a scheduled bank
of Bangladesh as stated under ITT Clauses32 and 33]
Invitation for Tender No: Date:
Tender Package No:
Tender Lot No:
To:
[Name and address of Employer]
TENDER GUARANTEE No:
We have been informed that [insert name of Tenderer] (hereinafter called “the Tenderer”) intends to
submit to you its Tender dated [insert date of Tender] (hereinafter called “the Tender”) for the supply
and installation of [description of plant and services] under the above Invitation for Tenders
(hereinafter called “the IFT”).
Furthermore, we understand that, according to your conditions, Tenders must be supported by a
Bank Guarantee for Tender Security .
At the request of the Tenderer, we [insert name of bank] hereby irrevocably and unconditionally
undertake to pay you, without cavil or argument, any sum or sums not exceeding in total an amount
of Tk.[insert amount in figures and in words] upon receipt by us of your first written demand
accompanied by a written statement that the Tenderer is in breach of its obligation(s) under the
Tender conditions, because the Tenderer:
a. has withdrawn its Tender after opening of Tenders but within the validity of the Tender
Security ; or
b. refused to accept the Notification of Award (NOA) within the period as stated under
Instructions to Tenderers (ITT) ; or
c. failed to furnish Performance Security within the period as stipulated in the NOA; or
d. refused to sign the Contract Agreement by the time specified in the NOA; or
e. did not accept the correction of the Tender price following the correction of the arithmetic
errors in accordance with the ITT; or
This guarantee will expire:
(a) if the Tenderer is the successful Tenderer, upon our receipt of a copies of the contract
signed by the Tenderer and the Performance Security issued to you in accordance with
the ITT; or
(b) if the Tenderer is not the successful Tenderer,twenty eight (28) days after the expiration of
the Tenderer’s Tender validity period, being [date of expiration of the Tender validity plus
twenty eight(28) days]
Consequently, we must receive at the above-mentioned office any demand for payment under this
guarantee on or before that date.
Section 1-5 for Cumilla_Lot-1 259
Letter of Commitment for Bank’s undertaking for Line of Credit
(Form PG5A-6a)
[This is the format for the Credit Line to be issued by any scheduled Bank of Bangladesh in accordance with ITT Clause
15.1(b)]
Invitation for Tender No: Date:
Tender Package No:
Lot No (when applicable)
To:
[Name and address of the Procuring Entity]
CREDIT COMMITTMENT No: [insert number]
We have been informed that [name of Tenderer] (hereinafter called “the Tenderer”) intends to submit to you
its Tender (hereinafter called “the Tender”) for the execution of the Supply and Installation of Plant &
Equipment of [description of works] under the above Invitation for Tenders (hereinafter called “the IFT”).
Furthermore, we understand that, according to your conditions, the Tenderer’s Financial Capacity i.e.
Liquid Asset must be substantiated by a Letter of Commitment of Bank’s Undertaking for Line of Credit.
At the request of, and arrangement with, the Tenderer, we [name and address of the Bank] do hereby agree
and undertake that [name and address of the Tenderer] will be provided by us with a revolving line of credit,
in case awarded the Contract, for execution of the Works viz. [insert name of works], for an amount not less
than BDT [in figure]( in words) for the sole purpose of the execution of the above Contract. This Revolving
Line of Credit will be maintained by us until issuance of “Taking-Over Certificate” by the Procuring Entity.
In witness whereof, authorised representative of the Bank has hereunto signed and sealed this Letter of
Commitment.
Signature Signature
Section 1-5 for Cumilla_Lot-1 260
Deviation List (Form PG5A – 13)
[If Tenderer has any reservation on terms and conditions, Tenderer has to mention his reservations in
Deviation list]
Sl. No. Reference No./ Clause No. Proposed Deviation Remarks
[ Add rows if necessary]
Signature: [insert signature of authorised
representative of the Tenderer]
Name: [insert full name of signatory]
In the capacity of: [insert designation of signatory]
Duly authorised to sign the Tender for and on behalf of the Tenderer
Section 1-5 for Cumilla_Lot-1 261
Notification of Award (Form PG5A - 7)
Contract No: Date:
To:
[Name of Contractor]
This is to notify you that your Tender dated [insert date] for the supply and installation of plant
and Services for [name of contract] for the Contract Price of [state amount in figures and in
words] as corrected and modified in accordance with the Instructions to Tenderers, has been
approved by [name of Employer].
You are thus requested to take following actions:
i. accept in writing the Notification of Award within seven (7) working days of its
issuance pursuant to ITT Sub-Clause 64.1
ii. furnish a Performance Security in the specified format and in the amount of Tk.[state
amount in figures and words] ,within Twenty-eight (28) days from issue of this
Notification of Award but not later than (specify date), in accordance with ITT Clause
64.3
iii. sign the Contract within twenty eight (28 ) days of issuance of this Notification of
Award but not later than (specify date), in accordance with ITT Clause 69.2
You may proceed with the execution of the supply of Plant and Services only upon completion
of the above tasks. You may also please note that this Notification of Award shall constitute the
formation of this Contract, which shall become binding upon you.
We attach the draft Contract and all other documents for your perusal and signature.
Signed
Duly authorised to sign for and on behalf
of [name of Employer]
Date:
Section 1-5 for Cumilla_Lot-1 262
Contract Agreement (Form PG5A - 8)
THIS AGREEMENT made the [day] day of [month][year] between [name and address of Employer]
(hereinafter called “the Employer”) of the one part and [name and address of Contractor] (hereinafter
called “the Contractor”) of the other part:
WHEREAS the Employer invited Tenders for certain plant and services, viz, [brief description of plant
and services] and has accepted a Tender by the Contractor for the supply of those plant and services
in the sum of Taka [Contract Price in figures and in words] (hereinafter called “the Contract Price”).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the General Conditions of Contract hereafter referred to.
2. The following documents forming the Contract shall be in the following order of precedence,
namely :
(a) the signed Form of Contract Agreement;
(b) the Notification of Award
(c) The Tender and the appendices to the Tender
(d) Particular Conditions of Contract;
(e) General Conditions of Contract;
(f) Technical Specifications;
(g) Drawings;
(h) Price Schedules of Plant and Equipment and;
(i) other document including correspondences listed in the PCC forming part of
the Contract
3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the Employer to provide the plants and
related services and to remedy any defects therein in conformity in all respects with the
provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the provision of the
plant and services and the remedying of defects therein, the Contract Price or such other sum
as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.
5. The Appendices listed in the attached List of Appendices shall be deemed to form an integral
part of this Contract Agreement. Reference in the Contract to any Appendix shall mean the
Appendices attached hereto, and the Contract shall be read and construed accordingly.
IN WITNESS whereof the Employer and the Contractor have caused this Agreement to be duly
executed by their duly authorized representatives in accordance with the laws of Bangladesh on the
day, month and year first written above.
Signed by, for and on behalf of the Employer
For the Employer: For the Contractor:
Signature
Print Name
Title
In the presence
of Name
Address
Section 1-5 for Cumilla_Lot-1 263
Bank Guarantee for Performance Security (Form PG5A – 9)
[This is the format for the Performance Security to be issued by an internationally reputable bank and it shall have
correspondent bank located in Bangladesh, to make it enforceablein accordance with ITT Sub-Clause 67.1pursuant
to Rule 27(4) of the Public Procurement Rules, 2008.]
Contract No: Date:
To:
[Name and address of Employer]
PERFORMANCE GUARANTEE No: [insert Performance Guarantee number]
We have been informed that [name of Contractor] (hereinafter called “the Contractor”) has
undertaken, pursuant to Contract No [reference number of Contract] dated [date of Contract]
(hereinafter called “the Contract”) for the supply and installation of [description of plant and services]
under the Contract.
Furthermore, we understand that, according to your conditions, Contracts must be supported by a
performance guarantee.
At the request of the Contractor, we [name of bank] hereby irrevocably and unconditionally undertake
to pay you, without cavil or argument, any sum or sums not exceeding in total an amount of Tk.[insert
amount in figures and in words] upon receipt by us of your first written demand accompanied by a
written statement that the Supplier is in breach of its obligation(s) under the Contract conditions,
without you needing to prove or show grounds or reasons for your demand of the sum specified
therein.
This guarantee is valid until [date of validity of guarantee], consequently, we must receive at the
above-mentioned office any demand for payment under this guarantee on or before that date.
[Signatures of authorized representatives of the bank]
Signature Seal
Section 1-5 for Cumilla_Lot-1 264
Bank Guarantee for Advance Payment (Form PG5A – 10)
[this is the format for the Advance Payment Security to be issued by an internationally
reputable bank and it shall have correspondent bank located in Bangladesh, to make it
enforceable in accordance with GCC Clause 57.1]
Contract No: Date:
To:
[Name and address of Employer]
ADVANCE PAYMENT GUARANTEE No.:
We have been informed that [name of Contractor] (hereinafter called “the Contractor”) has
undertaken, pursuant to Contract No [reference number of Contract] dated [date of Contract]
(hereinafter called “the Contract”) for the supply and installation of [description of plant and services]
under the Contract.
Furthermore, we understand that, according to your Particular Conditions of Contract Clause 26.1,
Advance Payment(s) on Contracts must be supported by a bank guarantee.
At the request of the Contractor, we [name of bank] hereby irrevocably unconditionally undertake to
pay you, without cavil or argument, any sum or sums not exceeding in total an amount of Tk.[insert
amount in figures and in words] upon receipt by us of your first written demand accompanied by a
written statement that the Contractor is in breach of its obligation(s) under the Contract conditions,
without you needing to prove or show grounds or reasons for your demand of the sum specified
therein.
We further agree that no change, addition or other modification of the terms of the Contract to be
performed, or of any of the Contract documents which may be made between the Employer and the
Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition or modification.
This guarantee is valid until [date of validity of guarantee], consequently, we must receive at the
above-mentioned office any demand for payment under this guarantee on or before that date.
[Signatures of authorized representatives of the bank]
Signature Seal
Section 1-5 for Cumilla_Lot-1 265
Bank Guarantee for Retention Money Security (Form
PG5A-11)
[This is the format for the Retention Money Guarantee to be issued by any scheduled Bank of Bangladesh in
accordance with GCC Clause 57]
Demand Guarantee
[Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary: [insert Name and Address of the Procuring Entity]
Date: [insert date]
RETENTION MONEY GUARANTEE No.: [insert number]
We have been informed that [insert name of Contractor] (hereinafter called "the Contractor") has entered into
Contract Number [insert reference number of the Contract] dated [insert date] with you, for the execution of
[insert name of Contract and brief description of Works] (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, when the Taking-Over Certificate
has been issued for the Works and the first half of the Retention Money has been certified for payment,
payment of Tk. [insert the amount of the second half of the Retention Money] which becomes due after the
Defects Liability Period has passed and certified in the form of Defects Correction Certificate, is to be made
against a Retention Money Guarantee.
At the request of the Contractor, we [insert name of Bank] hereby irrevocably unconditionally undertake to pay
you any sum or sums not exceeding in total an amount of Tk. [insert amount in figures] (Taka [insert amount
in words]) upon receipt by us of your first demand in writing accompanied by a written statement stating that
the Contractor is in breach of its obligation under the Contract because the Contractor failed to properly correct
the defects duly notified in respect of the Supply and Installation of Plant & Equipment.
It is a condition for any claim and payment under this guarantee to be made that the payment of the second
half of the Retention Money referred to above must have been received by the Contractor on its account
number[insert A/C no] at [name and address of Bank].
This guarantee is valid until [insert the date of validity of Guarantee that being twenty-eight (28) days
beyond the Defects Liability Period]. Consequently, we must receive at the above-mentioned office any
demand for payment under this guarantee on or before that date.
Section 1-5 for Cumilla_Lot-1 266
Warranty Certificate (Form PG5A - 12)
[The Tenderer shall require to fill in this Form in accordance with the instructions indicated. This Certificate should be on the
official pad of the Tenderer and should be signed by a person with the proper authority to sign documents.]
[The Tenderer shall include it in its Tender, if so indicated in the TDS as stated under ITT Sub Clause 24.2 (r)]
Invitation for Tender No: Date:
Tender Package No:
Tender Lot No. (when applicable):
To:
[Name and address of Procuring Entity]
WHEREAS
We [insert complete name of Tenderer],
who are authorized Supplier of [insert type of goods to be Supplied], having registered office at [insert full
address of Tenderer’s registered office] do hereby warrants that all the Goods [insert name and brief
description of the Goods] will be supplied by us and extend our full guarantee and warranty as stated
under GCC Clause 42.2 of the General Conditions of Contract with respect to the Goods offered by us
under this contract.
Signed: [insert signature(s) of authorized representative(s) of the Tenderer]
Name: [insert complete name(s) of authorized representative(s) of the Tenderer]
Address: [insert full address including Fax and e-mail]
Title: [insert title]
Date: [insert date of signing]
Section 1-5 for Cumilla_Lot-1 267
Section 6. Scope of Supply of Plant and Installation
Services by the Contractor
6.1 General:
The works covered by the Bid/Tender is Engineering, Design, Supply, Erection, Installation,
Dismantling (where required), Upgradation, Testing and Commissioning and inspection &
training of 33/11 KV AIS Substations at site describe in GCC1.1(oo) /Price Schedule/BOQ at
Five (05) different area in Cumilla Zone on turnkey basis.
The scope of Plant & Equipment and services include engineering, design, manufacture,
quality assurance, erection, dismantling (where required), upgradation, inspection & testing,
packing for export, insurance & shipment to site, complete construction & installation, jointing,
terminating, bonding, earthing, painting, transportation, setting to work, site testing &
commissioning of all the equipment necessary for safe operation of the sub-stations.
Moreover, the existing equipment dismantled from the existing substation shall be handed
over and deposited to Project Store, Cumilla without any damage as per director of Project
Director or Engineer of this project.
Shifting/ Modification of any existing scheme of equipment to new equipment in up gradation
work scope shall be deemed included in the scope.
The detail requirements are listed in the technical specification and Guaranteed Technical
particulars (GTP) in the tender document. The contractor shall remedy all defects during the
defect liability period of the Plant & Equipment as per contract.
The scope also includes imparting training to BPDB Engineers on offered system including
operation, maintenance, protection & control of 33/11KV sub-stations.
The contractor is responsible for ensuring that all and any items of work required for the safe
efficient and satisfactory completion and functioning of the Plant & Equipment and services,
Moreover, the contractor shall responsible for Transportation of machineries/ equipment to
Project Site including moving the equipments and materials from the designated store to the
site shall be done by the contractor as per Consignee’s advice and requirement and during
the testing, commissioning, functional operation all the consumables goods or any
equipment/machineries/materials are required to complete the Plant & Equipment and
services shall be the responsibilities of the contractor and all the necessary arrangement for
Power, Water, accommodations or any such facilities and tools-tackles and necessary
instruments for erection, dismantling, installation, testing and commissioning of the Project
Site will be supplied/ arranged by the Contractor within the quoted price. The contractor should
handover all the removed materials/ goods at the place within Layout plan as instructed by the
Consignee.
Note: Tenderers shall quote a Firm Turnkey Contract Price for the Plant & Equipment and
services as described in Price Schedule and in Section 6, 7, 8 & 9 of this Tender document. If
the Tenderer deemed necessary any additional Plant & Equipment and services out of the list
of tender schedule for completion of the said Turnkey works and site requirement, contractor
shall have to do the additional works. The costs of these additional works are deemed to be
included within the quoted price. Tenderer are requested to visit the site to consider all before
the submission of the Tender.
267
6.1.1.1. Design, Supply, Erection, Installation, Testing and Commissioning of a New
33/11KV 2X10/13.33 MVA regular type AIS Substation at Cumilla Cantonment
under BBB- 1, Cumilla, BPDB, Cumilla.
(Not limited but at least the following works to be done by the turnkey contractor)
A. CIVIL & BUILDING WORKS:
Design, Manufacture, Supply, Installation/ Erection, Construction, Testing and commissioning
and so on of the following works are the scope of works:
1) Land development work with height of 1(One) Meter above the highest flood level or
1(One) Meter above the nearest highway / road level which is higher. Soil testing for soil
resistivity and soil bearing capacity before designing, final leveling, consolidation,
surfacing and compaction of entire switchyard area with crushed rock (where required) to
cater for the ultimate development of the substation.
2) Landscaping work and gardening of the whole sub-station area. Bidder shall submit the
layout of the whole substation area of landscaping work for approval.
3) Construction of cable trenches for power cable and control cable:
Within the switch yard area
Switch yard area to control room building.
Control room building to 11kV feeder poles [Location of 11kV terminal pole will be
within 100meter from the control room building].
4) Construction of Boundary wall required for whole Sub-Station. Retaining wall shall be
constructed if necessary.
5) Construction of main entrance gate and side gate.
6) Construction of R.C.C foundations for power transformers, switch yard tower, circuit
breaker and all others equipment & Structure as required.
7) Construction of guard post building (10 Sq-m).
1) Design & Construction of min. 450 square meter (with 2 Storied each floor with min 225
Sq-m, foundation is 4 Storied) complete Sub-station building including Control room at
1st Floor. and the Cable Trench space, Storeroom, Security Space, Toilet, Employee’s
office room shall be installed in the Ground floor (Clear Height min. 10’-6”); Control room,
Battery Room shall be installed in the 1st floor (Clear Height min.13’-6”). Piling work to be
required by the contractor for building construction.
8) Properly insulated False Ceiling of Control room, office, suitable for Air conditioning
system.
9) Construction of drainage and sanitary system for control room and whole sub-station
area.
268
10) Supply and installation of Operation Key Board, Al/ Steel frame front cover glass with
locking device, dust proof.
11) Construction a connecting road between nearest highway/road and Sub-Station main
gate.
12) Construction of approach road from the main gate to the switchyard & Control Room
entrance and internal road for whole sub-station area and parking area as required.
13) Supply of gravel and finishing the Switchyard surface by the gravel.
14) Supply and installation of Switchyard Chain link fencing with gate.
15) Construction of septic tank, soak well, inspections pits, sewerage piping by PVC 6 inches
dia. Pipe, toilet/ bathroom / lavatory located in the control room building having facilities
of wash basin, bath shower towel rod, soap case, auzo wash, glass rack, looking mirror,
pan fitting with low-down, swan neck pillar cock, extra-long bib cock, interior walls and
floor finished by tiles etc. complete in all respect.
16) Supply and installation of the following:
17) Overhead water tank on the top of the control room building, underground water reservoir
(tank), water lifting pump, suction pump and portable water supply system complete in all
respect [Design shall be based on use of 10 persons per day for overhead water tank].
18) Supply and installation of Wall clock for Operator use, about 12 - 16 inches Dia Dial plate,
pointer type, English numerical type but not LCD display Digital type, Quartz.
19) Supply of Operator working table, Steel made, with extra glass on the top, and two nos.
of wheel based revolving chair, curtain (venetian blind) of window in the control room.
20) Supply of Steel File Cabinet (four drawers), Steel Almirah for record keeping in the control
room.
21) Construction/ installation of Substation NAME PLATE/ SIGN BOARD - one no.,
22) Supply and construction of Power cable trench and control cable rack inside the ground
floor of the control room building. Proper sealing of the cable entry (control & Power) at
Control Room building, to prevent water entering from switch yard/outside to CR Building,
preventing entry of rats and reptiles, Fireproof etc.
23) Supply and Installation of Yard Lighting (LED) & Emergency Lighting (LED). All the light
fittings shall be LED type & these fittings shall be mounted on switch yard portal structures
such as columns & beams. No separate lighting mast is required. Entire substation
lighting system in the switch yard shall be designed using underground cables only. No
overhead conductors are permitted for this purpose. For street lighting one outdoor
lighting kiosk with two incomers of 200A rating switch fuse units (SFU) & with six feeders
of 32A rating fitted with MCB shall be considered. Lighting within the switchyard must be
designed as per relevant IEC standard to achieve the following minimum lighting levels:
minimum 20 lux within the main working areas.
269
minimum 60 lux at major plant items including marshalling boxes and control
cubicles.
NOTE: All doors & windows work to be finished by aluminum frame and high quality
transparent 6 mm thick glasses. Both indoor & outdoor surface finishing works of walls, roof
etc., to be synthetic high quality plastic paint and moisture proof snowcem respectively and
treatment to be made by lime terracing for rainwater leakage proof of the roof.
B. SUB-STATION / ELECTRICAL WORKS:
Design, Manufacture, Supply, Installation/ Erection, Construction, Testing and Commissioning
etc. of the following works are the scope of works:
1) Supply and installation of three no 33kV Incoming/Outgoing Feeder at New S/S
comprising: 33kV Circuit Breaker (33KV 1250Amps, 31.5KA 3 sec VCB for each feeder
bay & Transformer Bay), CT, DS, LA, Control cable, Relay, Metering Panels etc. complete
in all respect.
2) Supply and installation of 33kV incoming feeder for Power Transformers comprising: 33kV
Circuit Breaker, CT, DS, LA, Control cable etc. complete in all respect.
3) Supply and installation of 01 No. Station use Auxiliary transformer 200 KVA, 33/0.415 KV,
ONAN, Dyn- 11 including 33kV gang operated fuse isolator with fuse, 0.415 kV MCCB,
power cable, cable terminating kits with structures, etc complete in all respect.
4) Supply and installation of Power transformer 33/11 kV, 2x10/13.33MVA, Dyn11, with. 33
kV Feeder comprising: Circuit Breaker, CT, LA, DS, 11kV Power cable, Control cable,
cable terminating kits and supporting structures etc complete in all respect.
5) Supply and installation of 33kV Bus Potential Transformer of ratio 33/√3/0.11/√3/0.11/√3
one set for each bus section (three nos. in one set), to be installed on the top of the switch
yard gantry structure.
6) Supply and installation of Switch yard shielding materials.
7) Supply and installation of Switch yard grounding materials for whole sub-station area and
equipment to be installed. Earth resistance of the substation shall be less than 0.5ohm.
8) Supply and installation of Switchyard outdoor illumination system.
9) Supply and installation of 33kV Sectionalizing Bus Isolator, gang operated, horizontal
mounting, vertical break, without earthing blade to be installed on the top of the middle
portion of the switchyard gantry structure.
10) Supporting steel column structure for connecting the 11kV Power Cable with accessories
as required.
270
11) Supply and installation of 33kV switchyard gantry structure two diameters (Each 5Mx5M)
with bus bar, bus support insulator & hardware, jumper, shielding materials and grounding
materials etc. complete in all respect.
12) Supply and installation of Control room indoor illumination.
13) Supply and installation of Emergency lighting.
14) Supply and installation of Fire Fighting equipment / system and CCTV..
15) Supply and installation of Exhaust Fan (One no. in battery room).
16) Supply and installation of Split type Air conditioner (At least twenty-four thousand BTU
per hr. capacity including MCB, switch, male female plug socket complete) - 4 nos. in
11kV switchgear panel room and 33kV protection, control & metering panel room.
17) Supply and installation of Control-Relay Panels for 33kV power transformer & line feeders
of the proposed 33kV & 11KV Circuits to be installed in the control room building.
18) Supply and installation of AC Distribution Panel, DC Distribution Panel.
19) Supply and installation of Separate AC distribution Box, wall mounting for control room
internal & external illumination switching, extra power supply arrangement for testing
purpose, different operation and maintenance use.
20) Supply and installation of switching boards to be installed in each room for functioning of
fans, lights, Air conditioner etc.
21) Supply and installation of 11kV SWITCHGEAR having 1250A Bus comprising:
Incoming from 33/11kV Power transformer(1600A): 02 (two) nos. with CT & PT
(11kV/√3: 0.11kV/√3:0.11kV/√3) and other accessories as per SLD.
Out-going feeder Breaker (630A): 08 (Eight) nos.
11kV Potential transformer panel having ratio of 11kV/√3: 0.11kV/√3:0.11kV/√3
top mounted on the incoming breaker panel - 2 (two) panel complete in all respect.
22) Supply and installation/ connection of 11kV Power Cable, XLPE, but not PVC/ PILC for
all 11kV line feeders and transformers feeder including cable termination (Outdoor &
Indoor) as required.
23) Supply and installation/ connection of Control Cables
24) Supply and installation of Battery, Ni-Cd
25) Supply and installation of Battery Charger
26) Supply and lying of Rubber pad to be laid in front of the 11kV SWITCHGEAR Panels.
271
27) 3 (Three) sets of As-built drawings together with operation and maintenance manual,
relevant IEC standards of the installed equipment shall be submitted for the Directorate
of Design & Inspection -2, BPDB, Dhaka.
28) Supply and installation of all equipment as per BOQ.
29) The Bidder must visit the site and assess the works before tender submission.
Besides the above others are as follow:
The outdoor cable terminations of the 33 KV cables (where required) will be heat shrink type
and supported by steel structure.
In the same way the 11 KV cables outdoor type terminations will be heat shrink type being
supported by steel structure. The indoor terminations of the 11 KV cables with the 11 KV
switchgear panel will be as per arrangement provided there. All the 33kV and 11kV cables
shall be armored and cu-wire screened.
The conventional protections to transformer feeders, line feeders and bus coupler are to be
provided. However, total protection scheme is to be implemented on approval from BPDB
Authority.
Grounding mesh of copper conductor of requisite earth resistance (shall be <0.5ohm) will be
installed for grounding the neutrals of the power transformers, station transformers, their
bodies, the lightning arrestor sets, the steel supporting structure, all indoor & outdoor panels
etc. The grounding system is to be implemented on approval of the design from BPDB
Authority.
All civil works and necessary indoor & outdoor lighting (Energy efficient (LED) and automated)
are required within the scope of the Tender. The substation control room building shall have
the emergency automated dc lighting system in case of power failure.
Contractor shall supply and install 32-inch LED Television, 01 set of Desktop Computer with
Printer, Scanner, digital sign board (electronic sign board) and complete furniture for the
substation control room & office building.
Transportation of all equipment and materials, all installations, connections and testing,
commissioning, inspection are within the scope of the Bid. One electronic copy (soft copy in a
CD) of all relevant As-built drawings together with operation and maintenance manual,
relevant IEC standards of the installed equipment shall be submitted for the Directorate of
Design & Inspection -2, BPDB.
5 (Five) sets of As-built drawings together with operation and maintenance manual, relevant
IEC standards of the installed equipment shall be Supplied.
Landscaping work and gardening of the whole sub-station area shall be performed by the
bidder as per section 7: technical specification.
The Bidder must visit the site and assess the works before submitting his Tender and will
carefully examine the tender requirements and to determine the existing conditions, facilities
and limitations. Tenderer shall have make all necessary arrangement to carry out the Contract
if awarded.
272
Any neglect to delay or failure on the part of the tenderer to obtain reliable information upon
the foregoing or any matter effecting the work and completion period shall not relieve the
successful tenderer of his responsibilities, risks or liabilities until final acceptance of the Supply
of Goods and Related Services in case of award of the contract.
Any additional works not covered above but necessary for the functioning of the system &
required as per specification to be incorporated by the Tenderer. The items of minor nature,
which is not mentioned, shall be incorporated by the bidder.
Annex-1: Conceptual Single Line Diagram (SLD) for Tender purpose only.
6.1.1.2. Engineering, Design, Supply, Erection, Installation, Testing & Commissioning
of a new 33/11 kV, 2X10/13.33 MVA, regular type AIS Substation at Shimrail
Kandi under BB-Brahmanbaria, BPDB, Brahmanbaria on Turnkey Basis.
(Not limited but at least the following works to be done by the turnkey contractor)
A. CIVIL & BUILDING WORKS:
Design, Manufacture, Supply, Installation/ Erection, Construction, Testing and commissioning
and so on of the following works are the scope of works:
1) Land development work with height of 1(One) Meter above the highest flood level or
1(One) Meter above the nearest highway / road level which is higher. Soil testing for soil
resistivity and soil bearing capacity before designing, final leveling, consolidation,
surfacing and compaction of entire switchyard area with crushed rock (where required) to
cater for the ultimate development of the substation.
2) Landscaping work and gardening of the whole sub-station area. Bidder shall submit the
layout of the whole substation area of landscaping work for approval.
3) Construction of cable trenches for power cable and control cable.
1) Within the switch yard area,
2) Switch yard area to control room building,
3) Control room building to 11kV feeder poles [Location of 11kV terminal pole will be within
100meter from the control room building].
4) Construction of Boundary wall required for whole Sub-Station. Retaining wall shall be
constructed if necessary.
5) Construction of main entrance gate and side gate.
6) Construction of R.C.C foundations for power transformers, switch yard tower, circuit
breaker and all others equipment & Structure as required.
273
7) Construction of guard post building (10 Sq-m). Design & Construction of min. 450 square
meter (with 2 Storied each floor with min 225 Sq-m, foundation is 4 Storied) complete
Sub-station building including Control room at 1st Floor. and the Cable Trench space,
Storeroom, Security Space, Toilet, Employee’s office room shall be installed in the Ground
floor (Clear Height min. 10’-6”); Control room, Battery Room shall be installed in the 1st
floor (Clear Height min.13’-6”). Piling work to be required by the contractor for building
construction.
8) Properly insulated False Ceiling of Control room, office, suitable for Air conditioning
system.
9) Construction of drainage and sanitary system for control room and whole sub-station
area.
10) Supply and installation of Operation Key Board, Al/ Steel frame front cover glass with
locking device, dust proof.
11) Construction a connecting road between nearest highway/road and Sub-Station main
gate.
12) Construction of approach road from the main gate to the switchyard & Control Room
entrance and internal road for whole sub-station area and parking area as required.
13) Supply of gravel and finishing the Switchyard surface by the gravel.
14) Supply and installation of Switchyard Chain link fencing with gate. Earthing for fencing
required.
15) Construction of septic tank, soak well, inspections pits, sewerage piping by PVC 6 inches
dia. Pipe, toilet/ bathroom / lavatory located in the control room building having facilities
of wash basin, bath shower towel rod, soap case, auzo wash, glass rack, looking mirror,
pan fitting with low- down, swan neck pillar cock, extra-long bib cock, interior walls and
floor finished by tiles etc. complete in all respect.
16) Supply and installation of the Overhead water tank on the top of the control room building,
underground water reservoir (tank), water lifting pump, suction pump and portable water
supply system complete in all respect [Design shall be based on use of 10 persons per
day for overhead water tank].
17) Supply and installation of Wall clock for Operator use, about 12 - 16 inches Dia Dial plate,
pointer type, English numerical type but not LCD display Digital type, Quartz.
18) Supply of Operator working table, Steel made, with extra glass on the top, and two nos.
of wheel based revolving chair, curtain (venetian blind) of window in the control room.
19) Supply of Steel File Cabinet (four drawers), Steel Almirah for record keeping in the control
room.
20) Construction/ installation of Substation NAME PLATE/ SIGN BOARD - one no.,
274
21) Supply and construction of Power cable trench and control cable rack inside the ground
floor of the control room building. Proper fire and waterproof sealing of the cable entry
(control & Power) at Control Room building, to prevent water entering from switch
yard/outside to CR Building, preventing entry of rats and reptiles, fireproof etc.
22) Supply and Installation of Yard Lighting (LED) & Emergency Lighting (LED). LED
floodlights installed as such that ensuring minimum 60lux lumen. All the light fittings shall
be weatherproof LED type & these fittings shall be mounted on switch yard portal
structures such as columns & beams. No separate lighting mast is required. Entire
substation lighting system in the switch yard shall be designed using underground cables
only. No overhead conductors are permitted for this purpose. For street lighting one
outdoor lighting kiosk with two incomers of 200A rating switch fuse units (SFU) & with six
feeders of 32A rating fitted with MCB shall be considered. Lighting within the switchyard
must be designed as per relevant IEC standard to achieve the following minimum lighting
levels:
minimum 20 lux within the main working areas.
minimum 60 lux at major plant items including marshalling boxes and control
cubicles.
NOTE: All doors & windows work to be finished by aluminum frame and high quality
transparent 6 mm thick glasses. Both indoor & outdoor surface finishing works of walls, roof
etc., to be synthetic high quality plastic paint and moisture proof snowcem respectively and
treatment to be made by lime terracing for rainwater leakage proof of the roof.
B. SUB-STATION / ELECTRICAL WORKS:
Design, Manufacture, Supply, Installation/ Erection, Construction, Testing and Commissioning
etc. of at least but not limited to the following works are the scope of works:
1) Supply and installation of three no 33kV Incoming/Outgoing Feeder at New S/S
comprising: 33kV Circuit Breaker (33KV 1250Amps, 31.5KA 3 sec VCB for each feeder
bay & Transformer Bay), CT, DS, LA, Control cable, Relay, Metering Panels etc. complete
in all respect.
2) Supply and installation of 33kV incoming feeder for 2nos. Power Transformers comprising:
33kV Circuit Breaker, CT, DS, LA, Control cable etc. complete in all respect.
3) Supply and installation of 01no. Station use Auxiliary transformer 200 KVA, 33/0.415 KV,
ONAN, Dyn-11 including 33kV gang operated fuse isolator with fuse and bypass switch for
local station supply, 0.415 kV MCCB, power cable, cable terminating kits with structures,
etc. complete in all respect.
4) Installation of two nos. Power transformer 33/11 kV 2x10/13.33 MVA, Dyn11 (the
transformer will recover in site condition & deliver to the Contractor without any additional
accessories for installation & operation requirement at project site) and supply of new 33
kV Feeder comprising: Circuit Breaker, CT, LA, DS, 11kV Power cable, Control cable, cable
terminating kits and supporting structures etc. complete in all respect.
275
5) Supply and installation of 33kV Bus Potential Transformer of ratio 33/√3/0.11/√3/0.11/√3
one set for each bus section (three nos. in one set), to be installed on the top of the switch
yard gantry structure.
6) Supply and installation of Switch yard shielding materials.
7) Supply and installation of Switch yard grounding materials for whole sub-station area and
equipment to be installed. Earth resistance of the substation shall be less than 0.5ohm.
8) Supply and installation of Switchyard outdoor illumination system.
9) Supply and installation of 33 kV Sectionalizing Bus Isolator, gang operated, horizontal
mounting, vertical break, without earthing blade to be installed on the top of the middle
portion of the switchyard gantry structure.
10) Supporting steel column structure for connecting the 11kV Power Cable with accessories
as required.
11) Supply and installation of 33 kV switchyard gantry structure four diameters (Each 5Mx5M)
with bus bar, bus support insulator & hardware, jumper, shielding materials and grounding
materials etc. complete in all respect.
12) Supply and installation of Control room indoor illumination.
13) Supply and installation of Emergency lighting.
14) Supply and installation of Fire Fighting equipment / system and CCTV..
15) Supply and installation of Exhaust Fan (One no. in battery room).
16) Supply and installation of Split type Air conditioner (At least twenty-four thousand BTU per
hr. capacity including MCB, switch, male female plug socket complete) - 4 nos. in 11kV
switchgear panel room and 33kV protection, control & metering panel room.
17) Supply and installation of Control-Relay Panels for 33kV power transformer & line feeders
of the proposed 33kV & 11KV Circuits to be installed in the control room building.
18) Supply and installation of AC Distribution Panel, DC Distribution Panel.
19) Supply and installation of Separate AC distribution Box, wall mounting for control room
internal & external illumination switching, extra power supply arrangement for testing
purpose, different operation and maintenance use.
20) Supply and installation of switching boards to be installed in each room for functioning of
fans, lights, Air conditioner etc.
21) Supply and installation of 11kV SWITCHGEAR having 2000A Bus comprising:
Incoming from 33/11kV Power transformer (2000A): 02 (two) nos. with CT & PT (11kV/√3:
0.11kV/√3:0.11kV/√3) and other accessories as per SLD.
276
Out-going feeder Breaker (630A): 08 (Eight) nos.
11kV Bus Potential transformer panel having ratio of 11kV/√3: 0.11kV/√3:0.11kV/√3
top mounted on the incoming breaker panel - 2 (two) panel complete in all respect.
22) Supply and installation/ connection of 11kV Power Cable, XLPE, but not PVC/ PILC for all
11kV line feeders and transformers feeder including cable termination (Outdoor & Indoor)
as required.
23) Supply and installation/ connection of Control Cables
24) Supply and installation of Battery, Ni-Cd
25) Supply and installation of Battery Charger
26) Supply and lying of Rubber pad to be laid in front of the 11kV SWITCHGEAR Panels.
27) 3 (three) sets of As-built drawings together with operation and maintenance manual,
relevant IEC standards of the installed equipment shall be submitted for the Directorate of
Design & Inspection -2, BPDB, Dhaka.
28) The Bidder must visit the site and assess the works before tender submission.
29) Dismantling work (if field required).
Besides the above others are as follow:
The outdoor cable terminations of the 33 KV cables (where required) will be heat shrink type
and supported by steel structure.
In the same way the 11 KV cables outdoor type terminations will be heat shrink type being
supported by steel structure. The indoor terminations of the 11 KV cables with the 11 KV
switchgear panel will be as per arrangement provided there. All the 33kV and 11kV cables
shall be armored and cu-wire screened.
The conventional protections to transformer feeders, line feeders and bus coupler are to be
provided. However, total protection scheme is to be implemented on approval from BPDB
Authority.
Grounding mesh of copper conductor of requisite earth resistance (shall be <0.5ohm) will be
installed for grounding the neutrals of the power transformers, station transformers, their
bodies, the lightning arrestor sets, the steel supporting structure, all indoor & outdoor panels
etc. The grounding system is to be implemented on approval of the design from BPDB
Authority.
All civil works and necessary indoor & outdoor lighting (Energy efficient (LED) and automated)
are required within the scope of the Tender. The substation control room building shall have
the emergency automated dc lighting system in case of power failure.
277
Contractor shall supply and install 32-inch LED Television, 01 set of Desktop Computer with
Printer, Scanner, digital sign board (electronic sign board) and complete furniture for the
substation control room & office building.
Transportation of all equipment and materials, all installations, connections and testing,
commissioning, inspection are within the scope of the Bid. One electronic copy (soft copy in a
CD) of all relevant As-built drawings together with operation and maintenance manual,
relevant IEC standards of the installed equipment shall be submitted for the Directorate of
Design & Inspection -2, BPDB.
5 (Five) sets of As-built drawings together with operation and maintenance manual, relevant
IEC standards of the installed equipment shall be Supplied.
Landscaping work and gardening of the whole sub-station area shall be performed by the
bidder as per section 7: technical specification.
The Bidder must visit the site and assess the works before submitting his Tender and will
carefully examine the tender requirements and to determine the existing conditions, facilities
and limitations. Tenderer shall have make all necessary arrangement to carry out the Contract
if awarded.
Any neglect to delay or failure on the part of the tenderer to obtain reliable information upon
the foregoing or any matter effecting the work and completion period shall not relieve the
successful tenderer of his responsibilities, risks or liabilities until final acceptance of the Supply
of Goods and Related Services in case of award of the contract.
Any additional works not covered above but necessary for the functioning of the system &
required as per specification to be incorporated by the Tenderer. The items of minor nature,
which is not mentioned, shall be incorporated by the bidder.
Annex-1: Conceptual Single Line Diagram (SLD) for Tender purpose only.
278
6.1.1.3. Engineering, Design, Supply, Installation, Testing & Commissioning of a new
33/11 kV, 2X10/13.33 MVA, regular type AIS Substation at Lakshminarayanpur
under BB-Noakhali, BPDB, Noakhali on Turnkey Basis.
(Not limited but at least the following works to be done by the turnkey contractor)
A. CIVIL & BUILDING WORKS:
Design, Manufacture, Supply, Installation/ Erection, Construction, Testing and commissioning
and so on of the following works are the scope of works:
2) Land development work with height of 1(One) Meter above the highest flood level or
1(One) Meter above the nearest highway / road level which is higher. Soil testing for soil
resistivity and soil bearing capacity before designing, final leveling, consolidation,
surfacing and compaction of entire switchyard area with crushed rock (where required) to
cater for the ultimate development of the substation.
3) Landscaping work and gardening of the whole sub-station area. Bidder shall submit the
layout of the whole substation area of landscaping work for approval.
4) Construction of cable trenches for power cable and control cable.
Within the switch yard area,
Switch yard area to control room building,
Control room building to 11kV feeder poles [Location of 11kV terminal pole will be
within 100meter from the control room building].
5) Construction of Boundary wall required for whole Sub-Station. Retaining wall shall be
constructed if necessary.
6) Construction of main entrance gate and side gate.
7) Construction of R.C.C foundations for power transformers, switch yard tower, circuit
breaker and all others equipment & Structure as required.
8) Construction of guard post building (10 Sq-m).
9) Design & Construction of min. 450 square meter (with 2 Storied each floor with min 225
Sq-m, foundation is 4 Storied) complete Sub-station building including Control room at
1st Floor. and the Cable Trench space, Storeroom, Security Space, Toilet, Employee’s
office room shall be installed in the Ground floor (Clear Height min. 10’-6”); Control room,
Battery Room shall be installed in the 1st floor (Clear Height min.13’-6”). Piling work to be
required by the contractor for building construction.
10) Properly insulated False Ceiling of Control room, office, suitable for Air conditioning
system.
11) Construction of drainage and sanitary system for control room and whole sub-station
area.
279
12) Supply and installation of Operation Key Board, Al/ Steel frame front cover glass with
locking device, dust proof.
13) Construction of a connecting road between nearest highway/road and Sub-Station main
gate.
14) Construction of approach road from the main gate to the switchyard & Control Room
entrance and internal road for whole sub-station area and parking area as required.
15) Supply of gravel and finishing the Switchyard surface by the gravel.
16) Supply and installation of Switchyard Chain link fencing with gate. Earthing for fencing
required.
17) Construction of septic tank, soak well, inspections pits, sewerage piping by PVC 6 inches
dia. Pipe, toilet/ bathroom / lavatory located in the control room building having facilities
of wash basin, bath shower towel rod, soap case, auzo wash, glass rack, looking mirror,
pan fitting with low- down, swan neck pillar cock, extra-long bib cock, interior walls and
floor finished by tiles etc. complete in all respect.
18) Supply and installation of the Overhead water tank on the top of the control room building,
underground water reservoir (tank), water lifting pump, suction pump and portable water
supply system complete in all respect [Design shall be based on use of 10 persons per
day for overhead water tank].
19) Supply and installation of Wall clock for Operator use, about 12 - 16 inches Dia Dial plate,
pointer type, English numerical type but not LCD display Digital type, Quartz.
20) Supply of Operator working table, Steel made, with extra glass on the top, and two nos.
of wheel based revolving chair, curtain (venetian blind) of window in the control room.
21) Supply of Steel File Cabinet (four drawers), Steel Almirah for record keeping in the control
room.
22) Construction/ installation of Substation NAME PLATE/ SIGN BOARD - one no.,
23) Supply and construction of Power cable trench and control cable rack inside the ground
floor of the control room building. Proper fire and waterproof sealing of the cable entry
(control & Power) at Control Room building, to prevent water entering from switch
yard/outside to CR Building, preventing entry of rats and reptiles, fireproof etc.
24) Supply and Installation of Yard Lighting (LED) & Emergency Lighting (LED). LED
floodlights installed as such that ensuring minimum 60lux lumen. All the light fittings shall
be weatherproof LED type & these fittings shall be mounted on switch yard portal
structures such as columns & beams. No separate lighting mast is required. Entire
substation lighting system in the switch yard shall be designed using underground cables
only. No overhead conductors are permitted for this purpose. For street lighting one
outdoor lighting kiosk with two incomers of 200A rating switch fuse units (SFU) & with six
feeders of 32A rating fitted with MCB shall be considered. Lighting within the switchyard
must be designed as per relevant IEC standard to achieve the following minimum lighting
levels:
280
minimum 20 lux within the main working areas.
minimum 60 lux at major plant items including marshalling boxes and control
cubicles.
NOTE: All doors & windows work to be finished by aluminum frame and high quality
transparent 6 mm thick glasses. Both indoor & outdoor surface finishing works of walls, roof
etc., to be synthetic high quality plastic paint and moisture proof snowcem respectively and
treatment to be made by lime terracing for rainwater leakage proof of the roof.
B. SUB-STATION / ELECTRICAL WORKS:
Design, Manufacture, Supply, Installation/ Erection, Construction, Testing and Commissioning
etc. of at least but not limited to the following works are the scope of works:
1) Supply and installation of three no 33kV Incoming/Outgoing Feeder at New S/S
comprising: 33kV Circuit Breaker (33KV 1250Amps, 31.5KA 3 sec VCB for each feeder
bay & Transformer Bay), CT, DS, LA, Control cable, Relay, Metering Panels etc. complete
in all respect.
2) Supply and installation of 33kV incoming feeder for 2nos. Power Transformers
comprising: 33kV Circuit Breaker, CT, DS, LA, Control cable etc. complete in all respect.
3) Supply and installation of 01 no. Station use Auxiliary transformer 200 KVA, 33/0.415 KV,
ONAN, Dyn-11 including 33kV gang operated fuse isolator with fuse and bypass switch
for local station supply, 0.415 kV MCCB, power cable, cable terminating kits with
structures, etc. complete in all respect.
4) Supply and installation of two no. new Power transformer 33/11 kV, 2x10/13.33 MVA,
Dyn11, with. 33 kV Feeder comprising: Circuit Breaker, CT, LA, DS, 11kV Power cable,
Control cable, cable terminating kits and supporting structures etc. complete in all respect.
5) Supply and installation of 33kV Bus Potential Transformer of ratio 33/√3/0.11/√3/0.11/√3
one set for each bus section (three nos. in one set), to be installed on the top of the switch
yard gantry structure.
6) Supply and installation of Switch yard shielding materials.
7) Supply and installation of Switch yard grounding materials for whole sub-station area and
equipment to be installed. Earth resistance of the substation shall be less than 0.5ohm.
8) Supply and installation of Switchyard outdoor illumination system.
9) Supply and installation of 33kV Sectionalizing Bus Isolator, gang operated, horizontal
mounting, vertical break, without earthing blade to be installed on the top of the middle
portion of the switchyard gantry structure.
10) Supporting steel column structure for connecting the 11kV Power Cable with accessories
as required.
281
11) Supply and installation of 33kV switchyard gantry structure two diameters (Each 5Mx5M)
with bus bar, bus support insulator & hardware, jumper, shielding materials and grounding
materials etc. complete in all respect.
12) Supply and installation of Control room indoor illumination.
13) Supply and installation of Emergency lighting.
14) Supply and installation of Fire Fighting equipment / system and CCTV..
15) Supply and installation of Exhaust Fan (One no. in battery room).
16) Supply and installation of Split type Air conditioner (At least twenty-four thousand BTU
per hr. capacity including MCB, switch, male female plug socket complete) - 4 nos. in
11kV switchgear panel room and 33kV protection, control & metering panel room.
17) Supply and installation of Control-Relay Panels for 33kV power transformer & line feeders
of the proposed 33kV & 11KV Circuits to be installed in the control room building.
18) Supply and installation of AC Distribution Panel, DC Distribution Panel.
19) Supply and installation of Separate AC distribution Box, wall mounting for control room
internal & external illumination switching, extra power supply arrangement for testing
purpose, different operation and maintenance use.
20) Supply and installation of switching boards to be installed in each room for functioning of
fans, lights, Air conditioner etc.
21) Supply and installation of 11kV SWITCHGEAR having 2000A Bus comprising:
Incoming from 33/11kV Power transformer (2000A): 02 (two) nos. with CT & PT
(11kV/√3: 0.11kV/√3:0.11kV/√3) and other accessories as per SLD.
Out-going feeder Breaker (630A): 08 (Eight) nos.
11kV Potential transformer panel having ratio of 11kV/√3: 0.11kV/√3:0.11kV/√3
top mounted on the incoming breaker panel - 2 (two) panel complete in all respect.
22) Supply and installation/ connection of 11kV Power Cable, XLPE, but not PVC/ PILC for
all 11kV line feeders and transformers feeder including cable termination (Outdoor &
Indoor) as required.
23) Supply and installation/ connection of Control Cables
24) Supply and installation of Battery, Ni-Cd
25) Supply and installation of Battery Charger
26) Supply and lying of Rubber pad to be laid in front of the 11kV SWITCHGEAR Panels.
282
27) 3 (three) sets of As-built drawings together with operation and maintenance manual,
relevant IEC standards of the installed equipment shall be submitted for the Directorate
of Design & Inspection -2, BPDB, Dhaka.
28) The Bidder must visit the site and assess the works before tender submission.
29) Dismantling work (if field required).
Besides the above others are as follow:
The outdoor cable terminations of the 33 KV cables (where required) will be heat shrink type
and supported by steel structure.
In the same way the 11 KV cables outdoor type terminations will be heat shrink type being
supported by steel structure. The indoor terminations of the 11 KV cables with the 11 KV
switchgear panel will be as per arrangement provided there. All the 33kV and 11kV cables
shall be armored and cu-wire screened.
The conventional protections to transformer feeders, line feeders and bus coupler are to be
provided. However, total protection scheme is to be implemented on approval from BPDB
Authority.
Grounding mesh of copper conductor of requisite earth resistance (shall be <0.5ohm) will be
installed for grounding the neutrals of the power transformers, station transformers, their
bodies, the lightning arrestor sets, the steel supporting structure, all indoor & outdoor panels
etc. The grounding system is to be implemented on approval of the design from BPDB
Authority.
All civil works and necessary indoor & outdoor lighting (Energy efficient (LED) and automated)
are required within the scope of the Tender. The substation control room building shall have
the emergency automated dc lighting system in case of power failure.
Contractor shall supply and install 32-inch LED Television, 01 set of Desktop Computer with
Printer, Scanner, digital sign board (electronic sign board) and complete furniture for the
substation control room & office building.
Transportation of all equipment and materials, all installations, connections and testing,
commissioning, inspection are within the scope of the Bid. One electronic copy (soft copy in a
CD) of all relevant As-built drawings together with operation and maintenance manual,
relevant IEC standards of the installed equipment shall be submitted for the Directorate of
Design & Inspection -2, BPDB.
5 (Five) sets of As-built drawings together with operation and maintenance manual, relevant
IEC standards of the installed equipment shall be Supplied.
Landscaping work and gardening of the whole sub-station area shall be performed by the
bidder as per section 7: technical specification.
The Bidder must visit the site and assess the works before submitting his Tender and will
carefully examine the tender requirements and to determine the existing conditions, facilities
and limitations. Tenderer shall have make all necessary arrangement to carry out the Contract
if awarded.
283
Any neglect to delay or failure on the part of the tenderer to obtain reliable information upon
the foregoing or any matter effecting the work and completion period shall not relieve the
successful tenderer of his responsibilities, risks or liabilities until final acceptance of the Supply
of Goods and Related Services in case of award of the contract.
Any additional works not covered above but necessary for the functioning of the system &
required as per specification to be incorporated by the Tenderer. The items of minor nature,
which is not mentioned, shall be incorporated by the bidder.
Annex-1: Conceptual Single Line Diagram (SLD) for Tender purpose only.
6.1.1.4. Upgradation work including Design, Supply, Dismantling, Installation, Testing
& Commissioning of the 33/11KV Substation in Chauddagram under the ESU
Chauddagram from 1X3 + 1X5 MVA to 2X16/20 MVA on Turnkey Basis under
Power Distribution System Development Project, Cumilla Zone of BPDB.
(Not limited but at least the following works to be done by the turnkey contractor)
A. CIVIL & BUILDING WORKS:
Design, Manufacture, Supply, Installation/ Erection, Construction, Testing and commissioning
and so on of the following works are the scope of works:
01) Land development work with height of 1(One) Meter above the highest flood level or
1(One) Meter above the nearest highway / road level which is higher. Soil testing for soil
resistivity and soil bearing capacity before designing, final leveling, consolidation,
surfacing and compaction of entire switchyard area with crushed rock (where required) to
cater for the ultimate development of the substation.
02) Landscaping work and gardening of the whole sub-station area. Bidder shall submit the
layout of the whole substation area of landscaping work for approval.
03) Construction of cable trenches for power cable and control cable:
Within the switch yard area
Switch yard area to control room building.
Control room building to 11kV feeder poles [Location of 11kV terminal pole will be
within 100meter from the control room building].
04) Construction of Boundary wall required for whole Sub-Station. Retaining wall shall be
constructed if necessary.
05) Construction of main entrance gate and side gate.
284
06) Construction of R.C.C foundations for power transformers, switch yard tower, circuit
breaker and all others equipment & Structure as required.
07) Construction of guard post building (10 Sq-m).
25) 08) Design & Construction of min. 450 square meter (with 2 Storied each floor with min
225 Sq-m, foundation is 4 Storied) complete Sub-station building including Control room
at 1st Floor. and the Cable Trench space, Storeroom, Security Space, Toilet, Employee’s
office room shall be installed in the Ground floor (Clear Height min. 10’-6”); Control room,
Battery Room shall be installed in the 1st floor (Clear Height min.13’-6”). Piling work to be
required by the contractor for building construction.
09) Properly insulated False Ceiling of Control room, office, suitable for Air conditioning
system.
10) Construction of drainage and sanitary system for control room and whole sub-station area.
11) Supply and installation of Operation Key Board, Al/ Steel frame front cover glass with
locking device, dust proof.
12) Construction a connecting road between nearest highway/road and Sub-Station main
gate.
13) Construction of approach road from the main gate to the switchyard & Control Room
entrance and internal road for whole sub-station area and parking area as required.
14) Supply of gravel and finishing the Switchyard surface by the gravel.
15) Supply and installation of Switchyard Chain link fencing with gate.
16) Construction of septic tank, soak well, inspections pits, sewerage piping by PVC 6 inches
dia. Pipe, toilet/ bathroom / lavatory located in the control room building having facilities of
wash basin, bath shower towel rod, soap case, auzo wash, glass rack, looking mirror, pan
fitting with low-down, swan neck pillar cock, extra-long bib cock, interior walls and floor
finished by tiles etc. complete in all respect.
17) Supply and installation of the following:
285
18) Overhead water tank on the top of the control room building, underground water reservoir
(tank), water lifting pump, suction pump and portable water supply system complete in all
respect [Design shall be based on use of 10 persons per day for overhead water tank].
19) Supply and installation of Wall clock for Operator use, about 12 - 16 inches Dia Dial plate,
pointer type, English numerical type but not LCD display Digital type, Quartz.
20) Supply of Operator working table, Steel made, with extra glass on the top, and two nos.
of wheel based revolving chair, curtain (venetian blind) of window in the control room.
21) Supply of Steel File Cabinet (four drawers), Steel Almirah for record keeping in the control
room.
22) Construction/ installation of Substation NAME PLATE/ SIGN BOARD - one no.,
23) Dismantling work as per field requirements.
24) Supply and construction of Power cable trench and control cable rack inside the ground
floor of the control room building. Proper sealing of the cable entry (control & Power) at
Control Room building, to prevent water entering from switch yard/outside to CR Building,
preventing entry of rats and reptiles, Fireproof etc.
25) Supply and Installation of Yard Lighting (LED) & Emergency Lighting (LED). All the light
fittings shall be LED type & these fittings shall be mounted on switch yard portal structures
such as columns & beams. No separate lighting mast is required. Entire substation lighting
system in the switch yard shall be designed using underground cables only. No overhead
conductors are permitted for this purpose. For street lighting one outdoor lighting kiosk with
two incomers of 200A rating switch fuse units (SFU) & with six feeders of 32A rating fitted
with MCB shall be considered. Lighting within the switchyard must be designed as per
relevant IEC standard to achieve the following minimum lighting levels:
minimum 20 lux within the main working areas.
minimum 60 lux at major plant items including marshalling boxes and control
cubicles.
NOTE: All doors & windows work to be finished by aluminum frame and high quality
transparent 6 mm thick glasses. Both indoor & outdoor surface finishing works of walls, roof
etc., to be synthetic high quality plastic paint and moisture proof snowcem respectively and
treatment to be made by lime terracing for rainwater leakage proof of the roof.
286
B. SUB-STATION / ELECTRICAL WORKS:
Design, Manufacture, Supply, Installation/ Erection, Construction, Testing and Commissioning
etc. of at least but not limited to the following works are the scope of works:
1) Supply and installation of three no 33kV Incoming/Outgoing Feeder at New S/S
comprising: 33kV Circuit Breaker (33KV 1250Amps, 31.5KA 3 sec VCB for each feeder
bay & Transformer Bay), CT, DS, LA, Control cable, Relay, Metering Panels etc. complete
in all respect.
2) Supply and installation of 33kV incoming feeder for 2nos. Power Transformers
comprising: 33kV Circuit Breaker, CT, DS, LA, Control cable etc. complete in all respect.
3) Supply and installation of 01no. Station use Auxiliary transformer 200 KVA, 33/0.415 KV,
ONAN, Dyn-11 including 33kV gang operated fuse isolator with fuse and bypass switch
for local station supply, 0.415 kV MCCB, power cable, cable terminating kits with
structures, etc complete in all respect.
4) Supply and installation of Power transformer 33/11 kV, 2x16/20 MVA, Dyn11, with. 33 kV
Feeder comprising: Circuit Breaker, CT, LA, DS, 11kV Power cable, Control cable, cable
terminating kits and supporting structures etc complete in all respect.
5) Supply and installation of 33kV Bus Potential Transformer of ratio 33/√3/0.11/√3/0.11/√3
one set for each bus section (three nos. in one set), to be installed on the top of the switch
yard gantry structure.
6) Supply and installation of Switch yard shielding materials.
7) Supply and installation of Switch yard grounding materials for whole sub-station area and
equipment to be installed. Earth resistance of the substation shall be less than 0.5ohm.
8) Supply and installation of Switchyard outdoor illumination system.
9) Supply and installation of 33kV Sectionalizing Bus Isolator, gang operated, horizontal
mounting, vertical break, without earthing blade to be installed on the top of the middle
portion of the switchyard gantry structure.
10) Supporting steel column structure for connecting the 11kV Power Cable with accessories
as required.
11) Supply and installation of 33kV switchyard gantry structure two diameters (Each 5Mx5M)
with bus bar, bus support insulator & hardware, jumper, shielding materials and grounding
materials etc. complete in all respect.
12) Supply and installation of Control room indoor illumination.
13) Supply and installation of Emergency lighting.
14) Supply and installation of Fire Fighting equipment / system and CCTV..
287
15) Supply and installation of Exhaust Fan (One no. in battery room).
16) Supply and installation of Split type Air conditioner (At least twenty-four thousand BTU
per hr. capacity including MCB, switch, male female plug socket complete) - 4 nos. in
11kV switchgear panel room and 33kV protection, control & metering panel room.
17) Supply and installation of Control-Relay Panels for 33kV power transformer & line feeders
of the proposed 33kV & 11KV Circuits to be installed in the control room building.
18) Supply and installation of AC Distribution Panel, DC Distribution Panel.
19) Supply and installation of Separate AC distribution Box, wall mounting for control room
internal & external illumination switching, extra power supply arrangement for testing
purpose, different operation and maintenance use.
20) Supply and installation of switching boards to be installed in each room for functioning of
fans, lights, Air conditioner etc.
21) Supply and installation of 11kV SWITCHGEAR having 2000A Bus comprising:
Incoming from 33/11kV Power transformer (2000A): 02 (two) nos. with CT & PT
(11kV/√3: 0.11kV/√3:0.11kV/√3) and other accessories as per SLD.
Out-going feeder Breaker (630A): 10 (Ten) nos.
11kV Potential transformer panel having ratio of 11kV/√3: 0.11kV/√3:0.11kV/√3
top mounted on the incoming breaker panel - 2 (two) panel complete in all respect.
22) Supply and installation/ connection of 11kV Power Cable, XLPE, but not PVC/ PILC for
all 11kV line feeders and transformers feeder including cable termination (Outdoor &
Indoor) as required.
23) Supply and installation/ connection of Control Cables
24) Supply and installation of Battery, Ni-Cd
25) Supply and installation of Battery Charger
26) Supply and lying of Rubber pad to be laid in front of the 11kV SWITCHGEAR Panels.
27) 3 (three) sets of As-built drawings together with operation and maintenance manual,
relevant IEC standards of the installed equipment shall be submitted for the Directorate
of Design & Inspection -2, BPDB, Dhaka.
28) The Bidder must visit the site and assess the works before tender submission.
29) Dismantling work (as per field required) and return it to store.
288
Besides the above others are as follow:
The outdoor cable terminations of the 33 KV cables (where required) will be heat shrink type
and supported by steel structure.
In the same way the 11 KV cables outdoor type terminations will be heat shrink type being
supported by steel structure. The indoor terminations of the 11 KV cables with the 11 KV
switchgear panel will be as per arrangement provided there. All the 33kV and 11kV cables
shall be armored and cu-wire screened.
The conventional protections to transformer feeders, line feeders and bus coupler are to be
provided. However, total protection scheme is to be implemented on approval from BPDB
Authority.
Grounding mesh of copper conductor of requisite earth resistance (shall be <0.5ohm) will be
installed for grounding the neutrals of the power transformers, station transformers, their
bodies, the lightning arrestor sets, the steel supporting structure, all indoor & outdoor panels
etc. The grounding system is to be implemented on approval of the design from BPDB
Authority.
All civil works and necessary indoor & outdoor lighting (Energy efficient (LED) and automated)
are required within the scope of the Tender. The substation control room building shall have
the emergency automated dc lighting system in case of power failure.
Contractor shall supply and install 32-inch LED Television, 01 set of Desktop Computer with
Printer, Scanner, digital sign board (electronic sign board) and complete furniture for the
substation control room & office building.
Transportation of all equipment and materials, all installations, connections and testing,
commissioning, inspection are within the scope of the Bid. One electronic copy (soft copy in a
CD) of all relevant As-built drawings together with operation and maintenance manual,
relevant IEC standards of the installed equipment shall be submitted for the Directorate of
Design & Inspection -2, BPDB.
5 (Five) sets of As-built drawings together with operation and maintenance manual, relevant
IEC standards of the installed equipment shall be Supplied.
Landscaping work and gardening of the whole sub-station area shall be performed by the
bidder as per section 7: technical specification.
The Bidder must visit the site and assess the works before submitting his Tender and will
carefully examine the tender requirements and to determine the existing conditions, facilities
and limitations. Tenderer shall have make all necessary arrangement to carry out the Contract
if awarded.
Any neglect to delay or failure on the part of the tenderer to obtain reliable information upon
the foregoing or any matter effecting the work and completion period shall not relieve the
successful tenderer of his responsibilities, risks or liabilities until final acceptance of the Supply
of Goods and Related Services in case of award of the contract.
Any additional works not covered above but necessary for the functioning of the system &
required as per specification to be incorporated by the Tenderer. The items of minor nature,
which is not mentioned, shall be incorporated by the bidder.
Annex-1: Conceptual Single Line Diagram (SLD) for Tender purpose only.
289
6.1.1.5. Design, Supply, Erection, Installation, Testing and Commissioning of 4D, 5M x
20M Bay Extension (33 kV side works, Grid substation) at 132/33KV Harindhara
Grid Sub-station.
(Not limited but at least the following works to be done by the turnkey contractor)
A. CIVIL & BUILDING WORKS:
Design, Manufacture, Supply, Installation/ Erection, Construction, Testing and commissioning
and so on of the following works are the scope of works:
1) Land development work with height equal to the existing gird substation switchyard. Soil
testing for soil resistivity and soil bearing capacity before designing, final leveling,
consolidation, surfacing and compaction of extended switchyard area with crushed rock
to cater for the ultimate development of the extended area/switchyard.
2) Construction of cable trenches for control cable: Within the switch yard area and up to the
existing Grid Control Building.
3) Construction of R.C.C foundations for, switch yard tower and all others equipment &
Structure as required.
4) Supply of gravel and finishing the Switchyard surface by the gravel to the switchyard.
5) Supply and installation of Switchyard Chain link fencing with gate.
6) Supply and Installation of Yard Lighting. Switchyard lighting must consist of weather proof
LED floodlights after every 10 meter distance, located on dedicated lighting poles and
switched from inside the building. Floodlights should be a suitable high quality, energy
efficient light installed at 45-60 degrees or an angle suitable to maximize the effectiveness
of the light. Lighting poles must be Hot Dipped Galvanized and hinged at the base or mid-
way up the pole to ensure maintenance is capable of being performed at ground level
without the use of ladders or elevated work platforms. The design must check swing down
or hinged poles with the proximity to HV equipment to ensure exclusion zones are not
encroached when performing floodlight maintenance.
7) Construction of Substation Gantry structure 4D, each 5mx 5m.
8) Civil works in Sub- station Building.
B. SUB-STATION / ELECTRICAL WORKS:
Design, Manufacture, Supply, Installation/ Erection, Construction, Testing and Commissioning
etc. of the following works are the scope of works:
290
1) Supply and installation of four nos. 33kV Line Feeders comprising: 36kV Outdoor Type
VCB, CT, DS, LA, Control cable, Cable termination kit, PCM Panels, Supporting Steel
structures etc.
2) 33kV PCM panels need to be installed in the BPDB’s portion of existing control room of
Grid Sub-Station.
3) Supply and installation of 33kV Bus Potential Transformer of ratio 33/√3/0.11/√3/0.11/√3
two set (three nos. in one set), to be installed on the top of the switch yard gantry structure.
4) Supply and installation of Switch yard shielding materials.
5) Supply and installation of Switch yard grounding materials for extended sub-station area
and equipment to be installed. Earth resistance of the substation shall be less than
0.5ohm.
6) Supply and installation of Switchyard outdoor illumination system for the extended area.
7) Supply and installation of 33KV Bus bar conductor (Double ACSR Martin)
8) Supply and installation of Control cable of different sizes and LV PVC copper cable of
different sizes as necessary and MCCB, connectors to connect different panes.
9) Supply and installation of 33kV switchyard gantry structure four diameters (Each 5Mx5M)
with bus bar, bus support insulator & hardware, jumper, shielding materials and grounding
materials etc. as required complete in all respect.
10) Supply and installation of switching boards to be installed at switchyard for functioning of
lights etc.
11) Transportation of all equipment and materials, all installations, connections and testing,
commissioning, inspection are within the scope of the Bid.
291
BOQ and Other Related Forms
Table of Contents
6.2 Specification ( Specification & GTP Section 7 & 8)
6.3 Form of Completion Certificate
6.4 Form of Operational Acceptance Certificate
6.5 Change Order Procedure and Forms
Annex 1. Request for Change Proposal
Annex 2. Estimate or Change Proposal
Annex 3. Acceptance of Estimate
Annex 4. Change Proposal
Annex 5. Change Order
Annex 6. Pending Agreement Change Order
Annex 7. Application for Change Proposal
Annex 9. SLD , Layout , Conceptual drawing
6.6 Supplementary Information
6.2 Bill of Quantities (BOQ)
1. All the items mentioned in the BOQ (as follows) shall be quoted in the respective format of the
price schedule, otherwise bid will be rejected.
2. Schedule No: 3 & 5 is applicable for total price of all Substations (Not for individual substation).
3. Tenderer shall quote a Firm Turnkey Contract Price for the Supply and Related Services as
described in Price Schedule according to Section 6, Section 7 & Section 8 of this Tender document.
If the Tenderer deemed necessary any additional machineries/equipment/ materials / Supply and
Related Services out of the list of tender Price Schedule for completion of the said Turnkey basis
works (Supply and Related Services), contractor shall have to do the additional works (Supply and
Related Services) without any additional cost. The costs of these additional works (Supply and
Related Services) are deemed to be included within the quoted price.
4. Individual sub-station Bill of Quantity (BoQ) as follows:
6.2.1 Name of the Work: Design, Supply, Installation, Testing & Commissioning of a new 33/11 kV,
2X10/13.33 MVA, regular type AIS Substation at Cumilla Cantonment under BBB-1, Cumilla, BPDB,
Cumilla on Turnkey Basis under Power Distribution System Development Project, Cumilla Zone of BPDB.
Line Quantity
Item Description of Item
No
1 2 4
Supply of 33/11 kV, 10/13.33 MVA Power Transformer
(Outdoor) with cable end termination facilities on 11 kV side, On
1 Load Tap Changer, all internal protection elements in built and Set 2
complete accessories. (As per Scope of Services, Technical
Specifications and GTP)
Supply of 33/0.4 kV200 KVA Station Transformer. (As per Scope
2 No 1
of Services, Technical Specifications and GTP)
Supply of 36 kV Vacuum Circuit Breaker, 1250A, 31.5 kA for 3
3 sec. outdoor circuit breaker along with accessories. (As per Set 5
Scope of Services, Technical Specifications and GTP)
Supply of 33 kV, Single phase Lightning Arrester Station Type
Set
(ZnO-type) including surge Monitor/counter, Supporting Steel
(01 Set= 5
4(a) Structure and other accessories. (As per Scope of Services,
03 Nos.)
Technical Specifications, GTP and field requirement)
Supply of 11 kV, Single phase Lightning Arrester Station Type
Set
4(b) (ZnO-type) along with supporting structure and required
(01 Set= 10
accessories (As per Scope of Services, Technical Specifications,
03 Nos.)
GTP and field requirement)
Supply of 33 kV Isolator 1250A, 31.5 kA for 3 sec. without
5 earthing blade gang operated vertical mounted vertical break Set 5
with supporting steel structure with necessary connectors and
Line Quantity
Item Description of Item
No
1 2 4
accessories. (As per Scope of Services, Technical Specifications,
GTP and field requirement)
Supply of 33 kV, Line Isolator 1250A, 31.5 kA for 3 sec. with
earthing blade gang operated vertical break with supporting
6 steel structure with necessary connectors and accessories. (As Set 3
per Scope of Services, Technical Specifications, GTP and field
requirement)
Supply of 33 kV, Bus section Isolator 1250A, 31.5 kA for 3 sec.
gang operated horizontal structure for installation on gantry
7 steel structure with necessary connectors and accessories as per Set 1
field requirement. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33 kV, Off-load fused Isolator for Auxiliary
8 Transformer and Bus PT with supporting steel structure and Set 3
necessary connectors.
Supply of 33 kV Single Phase Current Transformer ratio 300-
600/5-5-5A (2 sets) and 400-800/5-5A (3 sets) class 5P20 for
Set
protection and 0.2S for measuring along with supporting steel
9 (1 set 5
structure and suitable bimetallic connectors and accessories as
=3 Nos.)
per field required. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33kV, Single Phase Potential Transformer ratio
33/√3/0.11/√3/0.11/√3 kV Class 0.2 measuring & 3P for
Set
protection signaling instrument etc. along with supporting
10 (1 set 2
materials for installation on gantry structure with necessary
=3 nos.)
connectors and other accessories. (As per Scope of Services,
Technical Specifications, GTP and field requirement)
11 Supply of 33 kV Bus bar conductor ACSR Martin. Lot 1
Supply of 33 kV Disc Insulator set with necessary suitable front
12 and back connecting clamps. (As per Scope of Services, Lot 1
Technical Specifications, GTP and field requirement)
Supply of Suitable Bus bar droppers, conductors, connectors
and outdoor marshaling kiosk, hardware clamps, nuts bolts etc.
13 Lot 1
suitable for connecting the individual items of substation circuit,
equipment for complete substation.
Supply of Shield wire overall diameter 9.525 mm standard steel.
14 (As per Scope of Services, Technical Specifications, GTP and field Lot 1
requirement)
Supply of Terminal tension clamp with fittings and PG clamp set
15 for fixing the shield wire with the gantry steel structure. i) Lot 1
Tension clamps with fitting, ii) PG clamp, iii) Support clamp.
16(a) Supply of grounding copper conductor (As per scope of works
Lot 1
and technical Specification, field requirement).
Line Quantity
Item Description of Item
No
1 2 4
Supply of Grounding rod (Earthing electrode) dia 16 mm each 4
16(b) Meter length to achieve Earth Resistance as per standard/ 1
requirement. (As per field requirement).
Supply of Suitable connector for connecting the individual items
17 of substation equipment and earthing mesh. (As per field Lot 1
requirement).
Supply of Tap Changer Control panel with AVR relay for
automatic OLTC operation including digital indication system for
18 transformer tap position, Auto/Manual and Master/ Follower Nos. 2
control switch. (As per scope of works , technical Specification
and GTP)
Supply of 33 kV PCM Panel for 33/11 kV, 10/13.33 MVA Power
Transformer with Differential Relay + 3 O/C + 1 E/F, 1 REF, 1 SEF,
Ammeters, Voltmeters, Energy Meter (Multi Tariff
Programmable Meter), Multifunctional Meter, oil temperature,
winding temperature etc.
19 Set 2
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System, . All other
accessories required as per scope of works , technical
Specification and GTP.
Supply of 33 kV PCM Panel for 33 kV Line Feeder with 3 O/C + 1
E/F + 3 Directional O/C + 1 Directional E/F, Ammeters,
Voltmeters, Energy Meter (Multi Tariff Programmable Meter),
Multifunctional Meter.
20 All the Circuit Breaker's control with Local/ Remote switch, Set 3
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System. All other
accessories required as per scope of works , technical
Specification and GTP.
Supply of Substation galvanized steel structure materials for 4
span gantry diameters (4D) each 6m×5m along with suitable
21 Lot 1
beam for supporting 33 kV bus, bus-section isolator, PTs, Station
Transformer and all other accessories as required.
Supply of Supporting steel column structure for connecting the
22 11 kV power cable with the necessary insulators and Lot 1
connectors, connecting clamps etc. as required.
Supply of 12kV Transformer incoming switchgear Unit
comprising 3 phase bus bars 2000A, VCB 2000A, 25 kA for 3 sec.,
23 Unit 2
1-Phase CT for ratio 900-1800/5-5-5A, 3 Over Current + 2 Earth
fault (1 E/F + 1 Separate Standby Earth Fault) + Directional O/C
Line Quantity
Item Description of Item
No
1 2 4
& E/F relay, Ammeters, Voltmeters, Energy Meter (Multi Tariff
Programmable Meter), Multifunctional Meter.
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System. All other
accessories required as per scope of works , technical
Specification and GTP.
Supply of 12 kV overhead Line Feeder unit comprising 3-Phase
bus bars 2000A, VCB 630A, 25 kA for 3 sec. 1-Phase CT of ratio
200-400/5-5A. Three pole over current & single pole EF Relays
for IDMT protection, Ammeter, Voltmeter, Energy Meter (Multi
Tariff Programmable Meter), Multifunctional Meter.
24 Unit 8
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System. All other
accessories required as per scope of works , technical
Specification and GTP.
Supply of 12 kV Bus Coupler unit comprising 3-Phase bus bars
2000A, VCB 2000A, 25kA for 3 sec. 1-Phase CT of ratio 900-
1800/5-5A. 3 O/C + 1 E/F Relays and all other accessories as
25 required. Unit 1
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System.
Supply of 12 kV Voltage Transformer Unit of ratio 11kV/√3:
0.11kV/√3:0.11kV/√3 comprising bus bar and all other
26 Unit 2
accessories as required. As per scope of works , technical
Specification and GTP.
27 Supply of Rubber pad to be laid in front of the 11 kV panels. Lot 1
a)Supply of 11 kV Single core XLPE copper cable 2x1Cx500 Sq.
mm per phase and 11 kV cable termination kits (indoor and
28 Lot 1
outdoor both). As per scope of works , technical Specification
and GTP.
b) Supply of 150 mm2 PVC Cu Cable with electrode for power
transformer neutral (As per scope of works and technical Lot 1
Specification).
c)Supply of 0.415 kV 4Cx150 sq-mm PVC (Cu) Cable for Station
Transformer. (As per scope of works and technical Lot 1
Specification).
Line Quantity
Item Description of Item
No
1 2 4
Supply of 11 kV, 3 core XLPE copper cable 185 Sq. mm per phase
11 kV cable termination kits (indoor & outdoor both) for 8 nos.
29 Lot 1
feeder as per field requirement but not less than 800 meter. (As
per scope of works and technical Specification and GTP).
Supply of Control cable of different sizes and LV PVC copper
cable of different sizes as necessary and MCCB, connectors to
30 connect different panels/auxiliary transformer etc. sizes Lot 1
4×4mm2, 4×6mm2, 4×2.5mm2, 8×2.5mm2, 16×2.5mm2,
24×2.5mm2 as necessary with connecting clamps and lugs.
Supply of NiCd Battery, 110 Volt DC nominal. (As per scope of
31 Set 1
works, technical Specification and GTP).
Supply of Battery Charger, constant voltage type (adjustable)
32 with current limiting for boost and float charge, input- 400 volts, No 1
output DC 110 - 150 volts.
33 Supply of DC Distribution panel with Interlocking No 1
Supply of LV AC Distribution panel with Interlocking with kWh
34 No 1
meter for station supply kWh meter class of accuracy 1.0
35 Supply of Fire Extinguisher equipment and CCTV camera
a) CO2 Set 2
b) Foam type Set 2
c) Dry chemical type Set 2
d) CCTV camera with night vision feature and other related
Set 8
items
e) Smoke detection and alarm system Lot 1
Supply of Split type Air Conditioner of capacity 48000 BTU/Hr
36 Nos 4
including MCB and all other accessories as required.
Supply of LED floodlights, 240 Volts single Phase with shade &
37 fittings and other related accessories (As per scope of works and Set 12
technical Specification).
Supply of Desktop Computer [Processor: core i5 (latest gen) or
Ryzen 5000 Series, Ram: 8 GB, Motherboard: Compatible with
38 Set 1
processor, Graphic: 8 GB, Monitor 24 inch FHD] with UPS (1200
VA), Laser Printer, Scanner and accessories
Supply of LV MCCB Panel (As per scope of works and technical
39 Lot 1
Specification).
Supply of Substation Automation System (SAS) with Server,
40 Lot 1
Monitor, UPS with 30 Minute battery back-up and Printer etc.
Design, Supply, Installation, Testing & Commissioning of a new
41
33/11 kV, 2X10/13.33 MVA, regular type AIS Substation at
Line Quantity
Item Description of Item
No
1 2 4
Cumilla Cantonment under BBB-1, Cumilla, BPDB, Cumilla on LS.
Turnkey Basis under Power Distribution System Development
Project, Cumilla Zone of BPDB.
42 Civil Works
a) Earth filling with compaction as necessary, soil test, land
escaping, leveling. Dressing/preparation of gravel pit, laying of Lot 1
gravel. (As per field requirement).
b) Sub-station Building (2 storied with 225 sq-m per floor)
including Control Room, Office Room, O/H Tank, Water Supply
with new Deep Tubewell, Sanitary system, Internal Sq. m 460
Electrification, Emergency Lighting, False Ceiling etc with Guard
post building (10 sq-m)
c) Substation switchyard. Lot 1
d) Power and Control cable trench with Cable Tray/Rack, Cable
Lot 1
Clit/Clamp etc. (As per field requirement).
e) Approach including internal road & walkway (as per field
Lot 1
requirement)
f) Foundation of equipment Lot 1
g) Switchyard fencing with gate. Lot 1
h) Boundary wall with retaining wall (as per field requirement)
Lot 1
but not less than Rm 138.
i) Steel gates Lot 1
j) Drainage system. Lot 1
k) Yard lighting and emergency lighting. Lot 1
l) Table, chair, steel almirah, file cabinet, ceiling & exhaust fans
Lot 1
etc.
m) Tree plantation, gardening and beautification. Lot 1
43 a) Pre-Shipment Inspection and Transfer of Technical LS.
Knowhow
b) Installation, Post Landing Inspection, Transportation and LS.
Other Services
c) Training (class-room & on the job) at site LS.
6.2.2 Name of the Work: Design, Supply, Installation, Testing & Commissioning of new 33/11 kV,
2X10/13.33 MVA, regular type AIS Substation at Simrael Puran Kandi Power House under BB-Brahmon
Baria, BPDB, B. Baria on Turnkey Basis under Power Distribution System Development Project, Cumilla
Zone of BPDB.
Line Quantity
Item Description of Item
No
1 2 4
Supply of 33/11 kV, 10/13.33 MVA Power Transformer
(Outdoor) with cable end termination facilities on 11 kV side,
1 On Load Tap Changer, all internal protection elements in built Set 2
and complete accessories. (As per Scope of Services, Technical
Specifications and GTP)
Supply of 33/0.4 kV200 KVA Station Transformer. (As per Scope
2 No 1
of Services, Technical Specifications and GTP)
Supply of 36 kV Vacuum Circuit Breaker, 1250A, 31.5 kA for 3
3 sec. outdoor circuit breaker along with accessories. (As per Set 5
Scope of Services, Technical Specifications and GTP)
Supply of 33 kV, Single phase Lightning Arrester Station Type
Set
(ZnO-type) including surge Monitor/counter, Supporting Steel
(01 Set= 5
4(a) Structure and other accessories. (As per Scope of Services,
03 Nos.)
Technical Specifications, GTP and field requirement)
4(b) Supply of 11 kV, Single phase Lightning Arrester Station Type
Set
(ZnO-type) along with supporting structure and required
(01 Set= 10
accessories (As per Scope of Services, Technical Specifications,
03 Nos.)
GTP and field requirement)
Supply of 33 kV Isolator 1250A, 31.5 kA for 3 sec. without
earthing blade gang operated vertical mounted vertical break
5 with supporting steel structure with necessary connectors and Set 5
accessories. (As per Scope of Services, Technical Specifications,
GTP and field requirement)
Supply of 33 kV, Line Isolator 1250A, 31.5 kA for 3 sec. with
earthing blade gang operated vertical break with supporting
6 steel structure with necessary connectors and accessories. (As Set 3
per Scope of Services, Technical Specifications, GTP and field
requirement)
Supply of 33 kV, Bus section Isolator 1250A, 31.5 kA for 3 sec.
gang operated horizontal structure for installation on gantry
7 steel structure with necessary connectors and accessories as Set 1
per field requirement. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33 kV, Off-load fused Isolator for Auxiliary
8 Transformer and Bus PT with supporting steel structure and Set 3
necessary connectors.
Line Quantity
Item Description of Item
No
1 2 4
Supply of 33 kV Single Phase Current Transformer ratio 300-
600/5-5-5A (2 sets) and 400-800/5-5A (3 sets) class 5P20 for
Set
protection and 0.2S for measuring along with supporting steel
9 (1 set 5
structure and suitable bimetallic connectors and accessories as
=3 Nos.)
per field required. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33kV, Single Phase Potential Transformer ratio
33/√3/0.11/√3/0.11/√3 kV Class 0.2 measuring & 3P for
Set
protection signaling instrument etc. along with supporting
10 (1 set 2
materials for installation on gantry structure with necessary
=3 nos.)
connectors and other accessories. (As per Scope of Services,
Technical Specifications, GTP and field requirement)
11 Supply of 33 kV Bus bar conductor ACSR Martin. Lot 1
Supply of 33 kV Disc Insulator set with necessary suitable front
12 and back connecting clamps. (As per Scope of Services, Lot 1
Technical Specifications, GTP and field requirement)
Supply of Suitable Bus bar droppers, conductors, connectors
and outdoor marshaling kiosk, hardware clamps, nuts bolts etc.
13 Lot 1
suitable for connecting the individual items of substation
circuit, equipment for complete substation.
Supply of Shield wire overall diameter 9.525 mm standard steel.
14 (As per Scope of Services, Technical Specifications, GTP and field Lot 1
requirement)
Supply of Terminal tension clamp with fittings and PG clamp set
15 for fixing the shield wire with the gantry steel structure. i) Lot 1
Tension clamps with fitting, ii) PG clamp, iii) Support clamp.
Supply of grounding copper conductor (As per scope of works
1
16(a) and technical Specification, field requirement).
Lot
Supply of Grounding rod (Earthing electrode) dia 16 mm each 4
16(b) Meter length to achieve Earth Resistance as per standard/ 1
requirement. (As per field requirement).
Supply of Suitable connector for connecting the individual items
17 of substation equipment and earthing mesh. (As per field Lot 1
requirement).
Line Quantity
Item Description of Item
No
1 2 4
Supply of Tap Changer Control panel with AVR relay for
automatic OLTC operation including digital indication system
18 for transformer tap position, Auto/Manual and Master/ Nos. 2
Follower control switch. (As per scope of works , technical
Specification and GTP)
Supply of 33 kV PCM Panel for 33/11 kV, 10/13.33 MVA Power
Transformer with Differential Relay + 3 O/C + 1 E/F, 1 REF, 1 SEF,
Ammeters, Voltmeters, Energy Meter (Multi Tariff
Programmable Meter), Multifunctional Meter, oil temperature,
winding temperature etc.
19 Set 2
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System, . All other
accessories required as per scope of works , technical
Specification and GTP.
Supply of 33 kV PCM Panel for 33 kV Line Feeder with 3 O/C + 1
E/F + 3 Directional O/C + 1 Directional E/F, Ammeters,
Voltmeters, Energy Meter (Multi Tariff Programmable Meter),
Multifunctional Meter.
20 All the Circuit Breaker's control with Local/ Remote switch, Set 3
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System. All other
accessories required as per scope of works , technical
Specification and GTP.
Supply of Substation galvanized steel structure materials for 4
span gantry diameters (4D) each 6m×5m along with suitable
21 Lot 1
beam for supporting 33 kV bus, bus-section isolator, PTs,
Station Transformer and all other accessories as required.
Supply of Supporting steel column structure for connecting the
22 11 kV power cable with the necessary insulators and Lot 1
connectors, connecting clamps etc. as required.
Supply of 12kV Transformer incoming switchgear Unit
comprising 3 phase bus bars 2000A, VCB 2000A, 25 kA for 3 sec.,
1-Phase CT for ratio 900-1800/5-5-5A, 3 Over Current + 2 Earth
fault (1 E/F + 1 Separate Standby Earth Fault) + Directional O/C
& E/F relay, Ammeters, Voltmeters, Energy Meter (Multi Tariff
23 Programmable Meter), Multifunctional Meter. Unit 2
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System. All other
accessories required as per scope of works , technical
Specification and GTP.
Line Quantity
Item Description of Item
No
1 2 4
Supply of 12 kV overhead Line Feeder unit comprising 3-Phase
bus bars 2000A, VCB 630A, 25 kA for 3 sec. 1-Phase CT of ratio
200-400/5-5A. Three pole over current & single pole EF Relays
for IDMT protection, Ammeter, Voltmeter, Energy Meter (Multi
Tariff Programmable Meter), Multifunctional Meter.
24 Unit 8
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System. All other
accessories required as per scope of works , technical
Specification and GTP.
Supply of 12 kV Bus Coupler unit comprising 3-Phase bus bars
2000A, VCB 2000A, 25kA for 3 sec. 1-Phase CT of ratio 900-
1800/5-5A. 3 O/C + 1 E/F Relays and all other accessories as
25 required. Unit 1
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System.
Supply of 12 kV Voltage Transformer Unit of ratio 11kV/√3:
0.11kV/√3:0.11kV/√3 comprising bus bar and all other
26 Unit 2
accessories as required. As per scope of works , technical
Specification and GTP.
27 Supply of Rubber pad to be laid in front of the 11 kV panels. Lot 1
a)Supply of 11 kV Single core XLPE copper cable 2x1Cx500 Sq.
mm per phase and 11 kV cable termination kits (indoor and
28 Lot 1
outdoor both). As per scope of works , technical Specification
and GTP.
b) Supply of 150 mm2 PVC Cu Cable with electrode for power
transformer neutral (As per scope of works and technical Lot 1
Specification).
c)Supply of 0.415 kV 4Cx150 sq-mm PVC (Cu) Cable for Station
Transformer. (As per scope of works and technical Lot 1
Specification).
Supply of 11 kV, 3 core XLPE copper cable 185 Sq. mm per phase
11 kV cable termination kits (indoor & outdoor both) for 8 nos.
29 Lot 1
feeder as per field requirement but not less than 800 meter. (As
per scope of works and technical Specification and GTP).
Supply of Control cable of different sizes and LV PVC copper
30 cable of different sizes as necessary and MCCB, connectors to Lot 1
connect different panels/auxiliary transformer etc. sizes
Line Quantity
Item Description of Item
No
1 2 4
4×4mm2, 4×6mm2, 4×2.5mm2, 8×2.5mm2, 16×2.5mm2,
24×2.5mm2 as necessary with connecting clamps and lugs.
Supply of NiCd Battery, 110 Volt DC nominal. (As per scope of
31 Set 1
works, technical Specification and GTP).
Supply of Battery Charger, constant voltage type (adjustable)
32 with current limiting for boost and float charge, input- 400 No 1
volts, output DC 110 - 150 volts.
33 Supply of DC Distribution panel with Interlocking No 1
Supply of LV AC Distribution panel with Interlocking with kWh
34 No 1
meter for station supply kWh meter class of accuracy 1.0
35 Supply of Fire Extinguisher equipment and CCTV camera
a) CO2 Set 2
b) Foam type Set 2
c) Dry chemical type Set 2
d) CCTV camera with night vision feature and other related
Set 8
items
e) Smoke detection and alarm system Lot 1
Supply of Split type Air Conditioner of capacity 48000 BTU/Hr
36 Nos 4
including MCB and all other accessories as required.
Supply of LED floodlights, 240 Volts single Phase with shade &
37 fittings and other related accessories (As per scope of works Set 12
and technical Specification).
Supply of Desktop Computer [Processor: core i5 (latest gen) or
Ryzen 5000 Series, Ram: 8 GB, Motherboard: Compatible with
38 Set 1
processor, Graphic: 8 GB, Monitor 24 inch FHD] with UPS (1200
VA), Laser Printer, Scanner and accessories
Supply of LV MCCB Panel (As per scope of works and technical
39 Lot 1
Specification).
Supply of Substation Automation System (SAS) with Server,
40 Lot 1
Monitor, UPS with 30 Minute battery back-up and Printer etc.
Design, Supply, Installation, Testing & Commissioning of a new
33/11 kV, 2X10/13.33 MVA, regular type AIS Substation at LS.
41 Simrael Puran Kandi Power House under BB-Brahmon Baria,
BPDB, B. Baria on Turnkey Basis under Power Distribution
System Development Project, Cumilla Zone of BPDB.
42 Civil Works
a) Earth filling with compaction as necessary, soil test, land
escaping, leveling. Dressing/preparation of gravel pit, laying of Lot 1
gravel. (As per field requirement).
b) Sub-station Building (2 storied with 225 sq-m per floor)
including Control Room, Office Room, O/H Tank, Water Supply Sq. m 460
with new Deep Tubewell, Sanitary system, Internal
Line Quantity
Item Description of Item
No
1 2 4
Electrification, Emergency Lighting, False Ceiling etc with Guard
post building (10 sq-m)
c) Substation switchyard. Lot 1
d) Power and Control cable trench with Cable Tray/Rack, Cable
Lot 1
Clit/Clamp etc. (As per field requirement).
e) Approach including internal road & walkway (as per field
Lot 1
requirement)
f) Foundation of equipment Lot 1
g) Switchyard fencing with gate. Lot 1
h) Boundary wall with retaining wall (as per field requirement)
Lot 1
but not less than Rm 138.
i) Steel gates Lot 1
j) Drainage system. Lot 1
k) Yard lighting and emergency lighting. Lot 1
l) Table, chair, steel almirah, file cabinet, ceiling & exhaust fans
Lot 1
etc.
m) Tree plantation, gardening and beautification. Lot 1
43 a) Pre-Shipment Inspection and Transfer of Technical LS.
Knowhow
b) Installation, Post Landing Inspection, Transportation and LS.
Other Services
c) Training (class-room & on the job) at site LS.
6.2.3 Name of the Work: Design, Supply, Installation, Testing & Commissioning of new 33/11 kV,
2X10/13.33 MVA, regular type AIS Substation at Lakhshminarayanpur under BB-Noakhali, BPDB,
Noakhali on Turnkey Basis under Power Distribution System Development Project, Cumilla Zone of BPDB.
Line Quantity
Item Description of Item
No
1 2 4
Supply of 33/11 kV, 10/13.33 MVA Power Transformer
(Outdoor) with cable end termination facilities on 11 kV side,
1 On Load Tap Changer, all internal protection elements in built Set 2
and complete accessories. (As per Scope of Services, Technical
Specifications and GTP)
Supply of 33/0.4 kV200 KVA Station Transformer. (As per
2 No 1
Scope of Services, Technical Specifications and GTP)
Line Quantity
Item Description of Item
No
1 2 4
Supply of 36 kV Vacuum Circuit Breaker, 1250A, 31.5 kA for 3
3 sec. outdoor circuit breaker along with accessories. (As per Set 5
Scope of Services, Technical Specifications and GTP)
Supply of 33 kV, Single phase Lightning Arrester Station Type
Set
(ZnO-type) including surge Monitor/counter, Supporting Steel
(01 Set= 5
4(a) Structure and other accessories. (As per Scope of Services,
03 Nos.)
Technical Specifications, GTP and field requirement)
Supply of 11 kV, Single phase Lightning Arrester Station Type
Set
4(b) (ZnO-type) along with supporting structure and required
(01 Set= 10
accessories (As per Scope of Services, Technical Specifications,
03 Nos.)
GTP and field requirement)
Supply of 33 kV Isolator 1250A, 31.5 kA for 3 sec. without
earthing blade gang operated vertical mounted vertical break
5 with supporting steel structure with necessary connectors and Set 5
accessories. (As per Scope of Services, Technical Specifications,
GTP and field requirement)
Supply of 33 kV, Line Isolator 1250A, 31.5 kA for 3 sec. with
earthing blade gang operated vertical break with supporting
6 steel structure with necessary connectors and accessories. (As Set 3
per Scope of Services, Technical Specifications, GTP and field
requirement)
Supply of 33 kV, Bus section Isolator 1250A, 31.5 kA for 3 sec.
gang operated horizontal structure for installation on gantry
7 steel structure with necessary connectors and accessories as Set 1
per field requirement. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33 kV, Off-load fused Isolator for Auxiliary
8 Transformer and Bus PT with supporting steel structure and Set 3
necessary connectors.
Supply of 33 kV Single Phase Current Transformer ratio 300-
600/5-5-5A (2 sets) and 400-800/5-5A (3 sets) class 5P20 for
Set
protection and 0.2S for measuring along with supporting steel
9 (1 set 5
structure and suitable bimetallic connectors and accessories as
=3 Nos.)
per field required. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33kV, Single Phase Potential Transformer ratio
33/√3/0.11/√3/0.11/√3 kV Class 0.2 measuring & 3P for
Set
protection signaling instrument etc. along with supporting
10 (1 set 2
materials for installation on gantry structure with necessary
=3 nos.)
connectors and other accessories. (As per Scope of Services,
Technical Specifications, GTP and field requirement)
11 Supply of 33 kV Bus bar conductor ACSR Martin. Lot 1
Line Quantity
Item Description of Item
No
1 2 4
Supply of 33 kV Disc Insulator set with necessary suitable front
12 and back connecting clamps. (As per Scope of Services, Lot 1
Technical Specifications, GTP and field requirement)
Supply of Suitable Bus bar droppers, conductors, connectors
and outdoor marshaling kiosk, hardware clamps, nuts bolts
13 Lot 1
etc. suitable for connecting the individual items of substation
circuit, equipment for complete substation.
Supply of Shield wire overall diameter 9.525 mm standard
14 steel. (As per Scope of Services, Technical Specifications, GTP Lot 1
and field requirement)
Supply of Terminal tension clamp with fittings and PG clamp
15 set for fixing the shield wire with the gantry steel structure. i) Lot 1
Tension clamps with fitting, ii) PG clamp, iii) Support clamp.
Supply of grounding copper conductor (As per scope of works
16(a) 1
and technical Specification, field requirement).
Supply of Grounding rod (Earthing electrode) dia 16 mm each Lot
4 Meter length to achieve Earth Resistance as per standard/ 1
16(b)
requirement. (As per field requirement).
Supply of Suitable connector for connecting the individual
17 items of substation equipment and earthing mesh. (As per Lot 1
field requirement).
Supply of Tap Changer Control panel with AVR relay for
automatic OLTC operation including digital indication system
18 for transformer tap position, Auto/Manual and Master/ Nos. 2
Follower control switch. (As per scope of works , technical
Specification and GTP)
Supply of 33 kV PCM Panel for 33/11 kV, 10/13.33 MVA Power
Transformer with Differential Relay + 3 O/C + 1 E/F, 1 REF, 1
SEF, Ammeters, Voltmeters, Energy Meter (Multi Tariff
Programmable Meter), Multifunctional Meter, oil
temperature, winding temperature etc.
19 Set 2
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System, . All other
accessories required as per scope of works , technical
Specification and GTP.
Supply of 33 kV PCM Panel for 33 kV Line Feeder with 3 O/C +
1 E/F + 3 Directional O/C + 1 Directional E/F, Ammeters,
Voltmeters, Energy Meter (Multi Tariff Programmable Meter),
20 Set 3
Multifunctional Meter.
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Line Quantity
Item Description of Item
No
1 2 4
Substation Automation System/ SCADA System. All other
accessories required as per scope of works , technical
Specification and GTP.
Supply of Substation galvanized steel structure materials for 4
span gantry diameters (4D) each 6m×5m along with suitable
21 Lot 1
beam for supporting 33 kV bus, bus-section isolator, PTs,
Station Transformer and all other accessories as required.
Supply of Supporting steel column structure for connecting the
22 11 kV power cable with the necessary insulators and Lot 1
connectors, connecting clamps etc. as required.
Supply of 12kV Transformer incoming switchgear Unit
comprising 3 phase bus bars 2000A, VCB 2000A, 25 kA for 3
sec., 1-Phase CT for ratio 900-1800/5-5-5A, 3 Over Current + 2
Earth fault (1 E/F + 1 Separate Standby Earth Fault) +
Directional O/C & E/F relay, Ammeters, Voltmeters, Energy
Meter (Multi Tariff Programmable Meter), Multifunctional
23 Unit 2
Meter.
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System. All other
accessories required as per scope of works , technical
Specification and GTP.
Supply of 12 kV overhead Line Feeder unit comprising 3-Phase
bus bars 2000A, VCB 630A, 25 kA for 3 sec. 1-Phase CT of ratio
200-400/5-5A. Three pole over current & single pole EF Relays
for IDMT protection, Ammeter, Voltmeter, Energy Meter
(Multi Tariff Programmable Meter), Multifunctional Meter.
24 Unit 8
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System. All other
accessories required as per scope of works , technical
Specification and GTP.
Supply of 12 kV Bus Coupler unit comprising 3-Phase bus bars
2000A, VCB 2000A, 25kA for 3 sec. 1-Phase CT of ratio 900-
1800/5-5A. 3 O/C + 1 E/F Relays and all other accessories as
25 required. Unit 1
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System.
Supply of 12 kV Voltage Transformer Unit of ratio 11kV/√3:
0.11kV/√3:0.11kV/√3 comprising bus bar and all other
26 Unit 2
accessories as required. As per scope of works , technical
Specification and GTP.
Line Quantity
Item Description of Item
No
1 2 4
27 Supply of Rubber pad to be laid in front of the 11 kV panels. Lot 1
a)Supply of 11 kV Single core XLPE copper cable 2x1Cx500 Sq.
mm per phase and 11 kV cable termination kits (indoor and
28 Lot 1
outdoor both). As per scope of works , technical Specification
and GTP.
b) Supply of 150 mm2 PVC Cu Cable with electrode for power
transformer neutral (As per scope of works and technical Lot 1
Specification).
c)Supply of 0.415 kV 4Cx150 sq-mm PVC (Cu) Cable for Station
Transformer. (As per scope of works and technical Lot 1
Specification).
Supply of 11 kV, 3 core XLPE copper cable 185 Sq. mm per
phase 11 kV cable termination kits (indoor & outdoor both) for
29 Lot 1
8 nos. feeder as per field requirement but not less than 800
meter. (As per scope of works and technical Specification).
Supply of Control cable of different sizes and LV PVC copper
cable of different sizes as necessary and MCCB, connectors to
30 connect different panels/auxiliary transformer etc. sizes Lot 1
4×4mm2, 4×6mm2, 4×2.5mm2, 8×2.5mm2, 16×2.5mm2,
24×2.5mm2 as necessary with connecting clamps and lugs.
Supply of NiCd Battery, 110 Volt DC nominal. (As per scope of
31 Set 1
works, technical Specification and GTP).
Supply of Battery Charger, constant voltage type (adjustable)
32 with current limiting for boost and float charge, input- 400 No 1
volts, output DC 110 - 150 volts.
33 Supply of DC Distribution panel with Interlocking No 1
Supply of LV AC Distribution panel with Interlocking with kWh
34 No 1
meter for station supply kWh meter class of accuracy 1.0
35 Supply of Fire Extinguisher equipment and CCTV camera
a) CO2 Set 2
b) Foam type Set 2
c) Dry chemical type Set 2
d) CCTV camera with night vision feature and other related
Set 8
items
e) Smoke detection and alarm system Lot 1
Supply of Split type Air Conditioner of capacity 48000 BTU/Hr
36 Nos 4
including MCB and all other accessories as required.
Supply of LED floodlights, 240 Volts single Phase with shade &
37 fittings and other related accessories (As per scope of works Set 12
and technical Specification).
Line Quantity
Item Description of Item
No
1 2 4
Supply of Desktop Computer [Processor: core i5 (latest gen) or
Ryzen 5000 Series, Ram: 8 GB, Motherboard: Compatible with
38 Set 1
processor, Graphic: 8 GB, Monitor 24 inch FHD] with UPS (1200
VA), Laser Printer, Scanner and accessories
Supply of LV MCCB Panel (As per scope of works and technical
39 Lot 1
Specification).
Supply of Substation Automation System (SAS) with Server,
40 Lot 1
Monitor, UPS with 30 Minute battery back-up and Printer etc.
Design, Supply, Installation, Testing & Commissioning of a new
33/11kV, 2X10/13.33 MVA, regular type AIS Substation at LS.
41 Lakhshminarayanpur under BB-Noakhali, BPDB, Noakhali on
Turnkey Basis under Power Distribution System Development
Project, Cumilla Zone of BPDB.
42 Civil Works
a) Earth filling with compaction as necessary, soil test, land
escaping, leveling. Dressing/preparation of gravel pit, laying of Lot 1
gravel. (As per field requirement).
b) Sub-station Building (2 storied with 225 sq-m per floor)
including Control Room, Office Room, O/H Tank, Water Supply
with new Deep Tubewell, Sanitary system, Internal Sq. m 460
Electrification, Emergency Lighting, False Ceiling etc with
Guard post building (10 sq-m)
c) Substation switchyard. Lot 1
d) Power and Control cable trench with Cable Tray/Rack, Cable
Lot 1
Clit/Clamp etc. (As per field requirement).
e) Approach including internal road & walkway (as per field
Lot 1
requirement)
f) Foundation of equipment Lot 1
g) Switchyard fencing with gate. Lot 1
h) Boundary wall with retaining wall (as per field requirement)
Lot 1
but not less than Rm 138.
i) Steel gates Lot 1
j) Drainage system. Lot 1
k) Yard lighting and emergency lighting. Lot 1
l) Table, chair, steel almirah, file cabinet, ceiling & exhaust fans
Lot 1
etc.
m) Tree plantation, gardening and beautification. Lot 1
a) Pre-Shipment Inspection and Transfer of Technical LS.
Knowhow
43 b) Installation, Post Landing Inspection, Transportation LS.
and Other Services
c) Training (class-room & on the job) at site LS.
6.2.4 Name of the Work: Design, Supply, Installation, Testing & Commissioning of the 33/11KV Substation
in Chouddagram under the ESU Chouddagram from 1X3 +1X5 MVA to 2X16/20 MVA on Turnkey Basis
under Power Distribution System Development Project, Cumilla Zone of BPDB.
Line Quantity
Item Description of Item
No
1 2 4
Supply of 33/11 kV, 16/20 MVA Power Transformer (Outdoor)
with cable end termination facilities on 11 kV side, On Load Tap
1 Changer, all internal protection elements in built and complete Set 2
accessories. (As per Scope of Services, Technical Specifications
and GTP)
Supply of 33/0.4 kV200 KVA Station Transformer. (As per Scope
2 No 1
of Services, Technical Specifications and GTP)
Supply of 36 kV Vacuum Circuit Breaker, 1250A, 31.5 kA for 3
3 sec. outdoor circuit breaker along with accessories. (As per Set 5
Scope of Services, Technical Specifications and GTP)
Supply of 33 kV, Single phase Lightning Arrester Station Type
Set
(ZnO-type) including surge Monitor/counter, Supporting Steel
(01 Set= 5
Structure and other accessories. (As per Scope of Services,
4(a) 03 Nos.)
Technical Specifications, GTP and field requirement)
Supply of 11 kV, Single phase Lightning Arrester Station Type
4(b) (ZnO-type) along with supporting structure and required Set
(01 Set= 12
accessories (As per Scope of Services, Technical Specifications,
03 Nos.)
GTP and field requirement)
Supply of 33 kV Isolator 1250A, 31.5 kA for 3 sec. without
earthing blade gang operated vertical mounted vertical break
5 with supporting steel structure with necessary connectors and Set 5
accessories. (As per Scope of Services, Technical Specifications,
GTP and field requirement)
Supply of 33 kV, Line Isolator 1250A, 31.5 kA for 3 sec. with
earthing blade gang operated vertical break with supporting
6 steel structure with necessary connectors and accessories. (As Set 3
per Scope of Services, Technical Specifications, GTP and field
requirement)
Supply of 33 kV, Bus section Isolator 1,250A, 31.5 kA for 3 sec.
gang operated horizontal structure for installation on gantry
7 steel structure with necessary connectors and accessories as Set 1
per field requirement. (As per Scope of Services, Technical
Specifications, GTP and field requirement)
Supply of 33 kV, Off-load fused Isolator for Auxiliary
8 Transformer and Bus PT with supporting steel structure and Set 3
necessary connectors as per field requirement.
Line Quantity
Item Description of Item
No
1 2 4
Supply of 33 kV Single Phase Current Transformer ratio 300-
600/5-5-5A (2 sets) and 400-800/5-5A (3 sets) class 5P20 for
Set
protection and 0.2S for measuring along with supporting steel
9 (1 set 5
structure and suitable bimetallic connectors and accessories
=3 Nos.)
(As per Scope of Services, Technical Specifications, GTP and
field requirement)
Supply of 33kV, Single Phase Potential Transformer ratio 33/√
3/0.11/√3/0.11/√3 kV Class 0.2 measuring & 3P for
Set
protection signaling instrument etc. along with supporting
10 (1 set 2
materials for installation on gantry structure with necessary
=3 nos.)
connectors and other accessories. (As per Scope of Services,
Technical Specifications, GTP and field
11 Supply of 33 kV Bus bar conductor ACSR Martin. Lot 1
Supply of 33 kV Disc Insulator set with necessary suitable front
12 and back connecting clamps. (As per Scope of Services, Lot 1
Technical Specifications, GTP and field requirement)
Supply of Suitable Bus bar droppers, conductors, connectors
and outdoor marshaling kiosk, hardware clamps, nuts bolts etc.
13 Lot 1
suitable for connecting the individual items of substation
circuit, equipment for complete substation.
Supply of Shield wire overall diameter 9.525 mm standard
14 steel. (As per Scope of Services, Technical Specifications, GTP Lot 1
and field requirement)
Supply of Terminal tension clamp with fittings and PG clamp
set for fixing the shield wire with the gantry steel structure. i)
15 Lot 1
Tension clamps with fitting, ii) PG clamp, iii) Support clamp. (As
per field requirement)
Supply of grounding copper conductor (As per scope of works
16(a) 1
and technical Specification, field requirement).
Supply of Grounding rod (Earthing electrode) dia 16 mm each Lot
4 Meter length to achieve Earth Resistance as per standard/ 1
16(b)
requirement. (As per field requirement).
Supply of Suitable connector for connecting the individual
17 items of substation equipment and earthing mesh. (As per Lot 1
field requirement).
Supply of Tap Changer Control panel with AVR relay for
automatic OLTC operation including digital indication system
18 for transformer tap position, Auto/Manual and Master/ Nos. 2
Follower control switch. (As per scope of works , technical
Specification and GTP)
Supply of 33 kV PCM Panel for 33/11 kV, 10/13.33 MVA Power
19 Set 2
Transformer with Differential Relay + 3 O/C + 1 E/F, 1 REF, 1
Line Quantity
Item Description of Item
No
1 2 4
SEF, Ammeters, Voltmeters, Energy Meter (Multi Tariff
Programmable Meter), Multifunctional Meter, oil
temperature, winding temperature etc.
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System, . All other
accessories required as per scope of works , technical
Specification and GTP.
Supply of 33 kV PCM Panel for 33 kV Line Feeder with 3 O/C +
1 E/F + 3 Directional O/C + 1 Directional E/F, Ammeters,
Voltmeters, Energy Meter (Multi Tariff Programmable Meter),
Multifunctional Meter.
20 All the Circuit Breaker's control with Local/ Remote switch, Set 3
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System. All other
accessories required as per scope of works , technical
Specification and GTP.
Supply of Substation galvanized steel structure materials for 4
span gantry diameters (4D) each 6m×5m along with suitable
21 Lot 1
beam for supporting 33 kV bus, bus-section isolator, PTs,
Station Transformer and all other accessories as required.
Supply of Supporting steel column structure for connecting the
22 11 kV power cable with the necessary insulators and Lot 1
connectors, connecting clamps etc. as required.
Supply of 12kV Transformer incoming switchgear Unit
comprising 3 phase bus bars 2000A, VCB 2000A, 25 kA for 3
sec., 1-Phase CT for ratio 900-1800/5-5-5A, 3 Over Current + 2
Earth fault (1 E/F + 1 Separate Standby Earth Fault) +
Directional O/C & E/F relay, Ammeters, Voltmeters, Energy
Meter (Multi Tariff Programmable Meter), Multifunctional
23 Unit 2
Meter.
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System. All other
accessories required as per scope of works , technical
Specification and GTP.
Supply of 12 kV overhead Line Feeder unit comprising 3-Phase
bus bars 2000A, VCB 630A, 25 kA for 3 sec. 1-Phase CT of ratio
200-400/5-5A. Three pole over current & single pole EF Relays
24 for IDMT protection, Ammeter, Voltmeter, Energy Meter Unit 10
(Multi Tariff Programmable Meter), Multifunctional Meter.
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Line Quantity
Item Description of Item
No
1 2 4
Substation Automation System/ SCADA System. All other
accessories required as per scope of works , technical
Specification and GTP.
Supply of 12 kV Bus Coupler unit comprising 3-Phase bus bars
2000A, VCB 2000A, 25kA for 3 sec. 1-Phase CT of ratio 900-
1800/5-5A. 3 O/C + 1 E/F Relays and all other accessories as
25 required. Unit 1
All the Circuit Breaker's control with Local/ Remote switch,
metering and status data shall be provision for interfacing with
Substation Automation System/ SCADA System.
Supply of 12 kV Voltage Transformer Unit of ratio 11kV/√3:
0.11kV/√3:0.11kV/√3 comprising bus bar and all other
26 Unit 2
accessories as required. As per scope of works , technical
Specification and GTP.
27 Supply of Rubber pad to be laid in front of the 11 kV panels. Lot 1
a)Supply of 11 kV Single core XLPE copper cable 2x1Cx500 Sq.
mm per phase and 11 kV cable termination kits (indoor and
28 Lot 1
outdoor both). As per scope of works , technical Specification
and GTP.
b) Supply of 150 mm2 PVC Cu Cable with electrode for power
transformer neutral (As per scope of works and technical Lot 1
Specification).
c)Supply of 0.415 kV 4Cx150 sq-mm PVC (Cu) Cable for Station
Transformer. (As per scope of works and technical Lot 1
Specification).
Supply of 11 kV, 3 core XLPE copper cable 185 Sq. mm per
phase 11 kV cable termination kits (indoor & outdoor both) for
29 10 nos. feeder as per field requirement but not less than 1000 Lot 1
meter. (As per scope of works and technical Specification and
GTP).
Supply of Control cable of different sizes and LV PVC copper
cable of different sizes as necessary and MCCB, connectors to
30 connect different panels/auxiliary transformer etc. sizes Lot 1
4×4mm2, 4×6mm2, 4×2.5mm2, 8×2.5mm2, 16×2.5mm2,
24×2.5mm2 as necessary with connecting clamps and lugs.
Supply of NiCd Battery, 110 Volt DC nominal. (As per scope of
31 Set 1
works, technical Specification and GTP).
Supply of Battery Charger, constant voltage type (adjustable)
with current limiting for boost and float charge, input- 3p, 400
32 No 1
volts AC, output DC 110 - 150 volts. (As per scope of works,
technical Specification and GTP).
33 Supply of DC Distribution panel with Interlocking No 1
Line Quantity
Item Description of Item
No
1 2 4
Supply of LV AC Distribution panel with Interlocking with kWh
34 No 1
meter for station supply kWh meter class of accuracy 1.0
35 Supply of Fire Extinguisher equipment and CCTV camera
a) CO2 Set 2
b) Foam type Set 2
c) Dry chemical type Set 2
d) CCTV camera with night vision feature and other related
Set 8
items
e) Smoke detection and alarm system Lot 1
Supply of Split type Air Conditioner of capacity 48000 BTU/Hr
36 Nos 4
including MCB and all other accessories as required.
Supply of LED floodlights, 240 Volts single Phase with shade &
37 fittings and other related accessories (As per scope of works Set 12
and technical Specification).
Supply of Desktop Computer [Processor: core i5 (latest gen) or
Ryzen 5000 Series, Ram: 8 GB, Motherboard: Compatible with
38 Set 1
processor, Graphic: 8 GB, Monitor 24 inch FHD] with UPS (1200
VA), Laser Printer, Scanner and accessories
Supply of LV MCCB Panel (As per scope of works and technical
39 Lot 1
Specification).
Supply of Substation Automation System (SAS) with Server,
40 Lot 1
Monitor, UPS with 30 Minute battery back-up and Printer etc.
Design, Supply, Installation, Testing & Commissioning of the
33/11KV Substation in Chouddagram under the ESU LS.
41 Chouddagram from 1X3 +1X5 MVA to 2X16/20 MVA on
Turnkey Basis under Power Distribution System Development
Project, Cumilla Zone of BPDB.
42 Civil Works
a) Earth filling with compaction as necessary, soil test, land
escaping, leveling. Dressing/preparation of gravel pit, laying of Lot 1
gravel. (As per field requirement).
b) Sub-station Building (2 storied with 225 sq-m per floor)
including Control Room, Office Room, O/H Tank, Water Supply
with new Deep Tubewell, Sanitary system, Internal Sq. m 460
Electrification, Emergency Lighting, False Ceiling etc with
Guard post building (10 sq-m)
c) Substation switchyard. Lot 1
d) Power and Control cable trench with Cable Tray/Rack, Cable
Lot 1
Clit/Clamp etc. (As per field requirement).
e) Approach including internal road & walkway (as per field
Lot 1
requirement)
f) Foundation of equipment Lot 1
g) Switchyard fencing with gate. Lot 1
Line Quantity
Item Description of Item
No
1 2 4
h) Boundary wall with retaining wall (as per field requirement)
Lot 1
but not less than Rm 50.
i) Steel gates Lot 1
j) Drainage system. Lot 1
k) Yard lighting and emergency lighting. Lot 1
l) Table, chair, steel almirah, file cabinet, ceiling & exhaust fans
Lot 1
etc.
m) Tree plantation, gardening and beautification. Lot 1
a) Pre-Shipment Inspection and Transfer of Technical LS.
Knowhow
43 b) Installation, Post Landing Inspection, Transportation LS.
and Other Services
c) Training (class-room & on the job) at site LS.
6.2.5 Name of the Work: Design, Supply, Erection, Installation, Testing and Commissioning of Extension
of 33kV Switchyard & BAY 4D, 5M x 20M at 132/33KV Harindhara Grid Sub-station including Design,
Supply, Dismantling, Installation, Testing & Commissioning in Harindhara under BBB-3, Cumilla on
Trunkey basis under Power Distribution System.
Line Quantity
Item Description of Item
No
1 2 4
a) Supply of 36 kV Vacuum Circuit Breaker, 1250A, 40 kA for 3
1 sec. outdoor circuit breaker along with accessories. (As per Set 4
Scope of Services, Technical Specifications and GTP)
b) Supply of 36 kV Vacuum Circuit Breaker, 2500A, 40 kA for 3
sec. outdoor circuit breaker along with accessories. (As per Set 1
Scope of Services, Technical Specifications and GTP)
Supply of 33 kV, Single phase Lightning Arrester (ZnO-type)
along with supporting structure and required accessories. (As
2 Set 5
per Scope of Services, Technical Specifications, GTP and field
requirement)
a) Supply of 33 kV Isolator 1250A, 40 kA for 3 sec. without
earthing blade gang operated vertical mounted vertical break
3 with supporting steel structure with necessary connectors and Set 4
accessories. (As per Scope of Services, Technical Specifications,
GTP and field requirement)
Line Quantity
Item Description of Item
No
1 2 4
b) Supply of 33 kV Isolator 2500A, 40 kA for 3 sec. without
earthing blade gang operated vertical mounted vertical break
with supporting steel structure with necessary connectors and Set 1
accessories. (As per Scope of Services, Technical Specifications,
GTP and field requirement)
a) Supply of 33 kV, Line Isolator 1250A, 40 kA for 3 sec. with
earthing blade gang operated vertical break with supporting
4 steel structure with necessary connectors and accessories. (As Set 4
per Scope of Services, Technical Specifications, GTP and field
requirement)
b) Supply of 33 kV, Line Isolator 2500A, 40 kA for 3 sec. with
earthing blade gang operated vertical break with supporting
steel structure with necessary connectors and accessories. (As Set 2
per Scope of Services, Technical Specifications, GTP and field
requirement)
Supply of 33 kV Isolator 2500A, 40 kA for 3 sec. with earthing
blade gang operated vertical mounted vertical break with
5 supporting steel structure with necessary connectors and Set 2
accessories. (As per Scope of Services, Technical Specifications,
GTP and field requirement)
Supply of 33 kV, Bus section isolator 2500A, 40 kA for 3 sec. gang
operated horizontal structure for installation on gantry steel
6 structure with necessary connectors and accessories (As per Set 1
Scope of Services, Technical Specifications, GTP and field
requirement)
a) Supply of 33 kV Single phase current Transformer ratio 800-
400/5-5-5A for line feeder class 5P20 for protection and 0.2s for
7 measuring along with supporting steel structure and suitable bi- Set 4
metallic connectors and accessories (As per Scope of Services,
Technical Specifications, GTP and field requirement)
b) Supply of 33 kV Single phase current Transformer ratio 1600-
2400/5-5-5A for incoming, class 5P20 for protection and 0.2s
for measuring along with supporting steel structure and Set 1
suitable bi-metallic connectors and accessories (As per Scope of
Services, Technical Specifications, GTP and field requirement)
Supply of 33kV, Single Phase Potential Transformer ratio
33/√3/0.11/√3/0.11/√3 kV Class 0.2 measuring & 3P for
protection signaling instrument etc. along with supporting
8 Set 2
materials for installation on gantry structure with necessary
connectors and other accessories. (As per Scope of Services,
Technical Specifications, GTP and field requirement)
9 a) Supply of 33 kV Bus bar Conductor 2 x ACSR Martin. Lot 1
Line Quantity
Item Description of Item
No
1 2 4
b) Supply of 33 kV 1Cx800 Sq. mm XLPE Copper Cable for
connection between existing 33 kV bus (Grid substation) to
proposed 33 kV bus including all termination kits and Lot 1
accessories, (As per scope of works , technical Specification and
GTP.)
Supply of 33 kV Disc Insulator set with necessary suitable front
10 and back connecting clamps. (As per Scope of Services, Lot 1
Technical Specifications, GTP and field requirement)
Supply of Suitable Bus Bar Droppers, Conductors, connectors
and outdoor marshaling kiosk, hardware clamps nuts bolts etc.
11 Lot 1
suitable for connecting the individual items of S/S circuit
equipment for complete substation.
Supply of Shield wire overall diameter 9.525 mm standard steel.
12 (As per Scope of Services, Technical Specifications, GTP and field Lot 1
requirement)
Supply of Terminal Tension clamp with fittings and PG Clamp set
Lot 1
for fixing the shield wire with the gantry steel structure
13 Tension clamps with fitting
PG Clamp
Support clamp
Supply of 185 mm2 grounding copper conductor. (As per scope
Lot 1
of works and technical Specification, field requirement).
14
Grounding rod (Earthing electrode) dia 16 mm each 4 Meter
1
length. (As per field requirement).
Supply of Suitable connector for connecting with individual
15 items of substation equipment between sub-station equipment Lot 1
and earthing mesh. (As per field requirement).
Supply of 33 kV Control Metering and Relay Panel for 33 kV Line
Feeder with 3 O/C + 1 E/F + 3 Directional O/C + 1 Directional
16 E/F. All other accessories required as per scope of services, Nos 5
technical specifications and GTP. (As per scope of works ,
technical Specification and GTP.)
Supply of of substation galvanized steel structure materials 4D
17 each 5M×5M along with suitable beam for supporting 33kV bus Lot 1
section isolator and all other accessories as required
Supply of NiCd Battery, 110 Volt DC nominal. (As per scope of
18 Set 1
works, technical Specification and GTP).
Supply of Battery Charger, constant voltage type (adjustable)
with current limiting for boost and float charge, input- 3p, 400
19 No 1
volts AC, output DC 110 - 150 volts. (As per scope of works,
technical Specification and GTP).
Line Quantity
Item Description of Item
No
1 2 4
Supply of DC Distribution panel with Interlocking as per
20 No 1
requirement
Supply of Fire Extinguisher equipment and CCTV camera
a) CO2 Set 2
b) Foam type Set 2
21 c) Dry chemical type Set 2
d) CCTV camera with night vision feature and other related
Set 8
items
e) Smoke detection and alarm system Lot 1
Supply of Split type Air Conditioner of capacity 48000 BTU/Hr
22 Nos 2
including MCB and all other accessories as required.
Supply of LED floodlights 250 Watts, 240 Volts single Phase with
23 shade & fittings and other related accessories (As per scope of Set 6
works and technical Specification).
Supply of Desktop Computer [Processor: core i5 (latest gen) or
Ryzen 5000 Series, Ram: 8 GB, Motherboard: Compatible with
24 Set 1
processor, Graphic: 8 GB, Monitor 24 inch FHD] with UPS (1200
VA), Laser Printer, Scanner and accessories
Supply of LV MCCB Panel (As per scope of works and technical
25 Lot 1
Specification).
Supply of Substation Automation System (SAS) with Server,
26 Lot 1
Monitor, UPS with 30 Minute battery back-up and Printer etc.
Design, Supply, Erection, Installation, Testing and LS.
Commissioning of
Extension of 33kV Switchyard & BAY 4D, 5M x 20M at 132/33KV
Harindhara Grid Sub-station including Design, Supply,
27
Dismantling, Installation, Testing & Commissioning in
Harindhara under BBB-3, Cumilla on Trunkey basis under Power
Distribution System Development Project, Cumilla Zone of
BPDB.
28 Civil Works
a)Earth filling, Land Escaping, Leveling, Dressing & Gravel Pit,
Laying of Gravel for completing the Bay-Extension i.e. Plant &
Lot 1
Works as per Scope of Works, Technical Specification and as per
field requirement.
b)Civil works with renovation / extension in Sub-Station/Grid
Sub-Station / Control Room Building for completing Bay-
Lot 1
Extension including dismantling works as per Scope of Works,
Technical Specification & as per field requirement.
c)Foundation of Equipment, Fencing, Power & Control Cable
Trench etc. for completing Bay-Extension i.e. Plant & Works as
Lot 1
per Scope of Works, Technical Specification & as per field
requirement.
Line Quantity
Item Description of Item
No
1 2 4
d) Switchyard fencing with gate, Earthing of fancing, cable
trenches, drainage system, Switchyard gravelling and
Lot 1
Landscaping etc. as per Scope of Works & as per field
requirement.
a) Pre-Shipment Inspection and Transfer of Technical LS.
Knowhow
29 b) Installation, Post Landing Inspection, Transportation LS.
and Other Services
c) Training (class-room & on the job) at site LS.
6.2.6 Name of the Work: Supply of Mandatory Spare parts
Line Quantity
Item Description of Item Unit
No
1 2 3 4
Supply of 11KV Switchgear (VCB) 630A, bus 2000 A for outgoing
1 Set 9
feeder
Supply of Bushing of each type (HT & LT) with conductor and
2 terminal for new 33/11 kV, 10/13.33 MVA Power Set 3
Transformer
Supply of Bushing of each type (HT & LT) with conductor and
3 Set 5
terminal for new 33/11 kV, 16/20 MVA Power Transformer
Set
4 Supply of closing and Tripping Coil for 12kV AIS Switchgear (1 set 40
=2 nos.)
Supply of Universal Motor for Spring Charge for 12kV AIS
5 Nos 12
Switchgear
6 Oil gauge of each type for Transformer Set 8
7 Cooling Fan for Power Transformer Set 24
6.3 Form of Completion Certificate
Contract No: Date:
To:
[Name of Contractor]
Pursuant to GCC Clause 39 (Completion of the Facilities) of the General Conditions of the
Contract entered into between yourselves and the Employer dated [insert date], for the supply and
installation of plant and Services for [name of contract], we hereby notify you that the following
part(s) of the Facilities was (were) complete on the date specified below, and that, in accordance
with the terms of the Contract, the Employer hereby takes over the said part(s) of the Facilities,
together with the responsibility for care and custody and the risk of loss thereof on the date
mentioned below.
1. Description of the Facilities or part thereof: ______________________________
2. Date of Completion: __________________
However, you are required to complete the outstanding items listed in the attachment hereto as soon as
practicable.
This letter does not relieve you of your obligation to complete the execution of the Facilities in
accordance with the Contract nor of your obligations during the Defect Liability Period.
Very truly yours,
for and on behalf of the Employer
[ Signature ]
[ Title of the Project Manager ]
6.4 Form of Operational Acceptance Certificate
Contract No: Date:
To:
[Name of Contractor]
Pursuant to GCC Clause 40.3 (Operational Acceptance) of the General Conditions of the Contract
entered into between yourselves and the Employer dated [insert date], for the supply and
installation of plant and Services for [name of contract], we hereby notify you that the Functional
Guarantees of the following part(s) of the Facilities were satisfactorily attained on the date
specified below.
1. Description of the Facilities or part thereof: _______________________________
2. Date of Operational Acceptance: _______________________
This letter does not relieve you of your obligation to complete the execution of the Facilities in
accordance with the Contract nor of your obligations during the Defect Liability Period.
Very truly yours,
for and on behalf of the Employer
[ Signature ]
[ Title of the Project Manager ]
6.5 Form of Change Order Procedure and Forms
Contract No: Date:
To:
[Name of Contractor]
CONTENTS
1. General
2. Change Order Log
3. References for Changes
ANNEXES
Annex 1 Request for Change Proposal
Annex 2 Estimate for Change Proposal
Annex 3 Acceptance of Estimate
Annex 4 Change Proposal
Annex 5 Change Order
Annex 6 Pending Agreement Change Order
Annex 7 Application for Change Proposal
Change Order Procedure
1. General
This section provides samples of procedures and forms for implementing changes in the Facilities
during the performance of the Contract in accordance with GCC Clause 64 (Change in the Facilities)
of the General Conditions.
2. Change Order Log
The Contractor shall keep an up-to-date Change Order Log to show the current status of Requests for
Change and Changes authorized or pending, as Annex 8. Entries of the Changes in the Change Order
Log shall be made to ensure that the log is up-to-date. The Contractor shall attach a copy of the
current Change Order Log in the monthly progress report to be submitted to the Employer.
3. References for Changes
(1) Request for Change as referred to in GCC Clause64 shall be serially numbered CR-X-nnn.
(2) Estimate for Change Proposal as referred to in GCC Clause 64 shall be serially numbered CN-
X-nnn.
(3) Acceptance of Estimate as referred to in GCC Clause 64 shall be serially numbered CA-X-nnn.
(4) Change Proposal as referred to in GCC Clause 64 shall be serially numbered CP-X-nnn.
(5) Change Order as referred to in GCC Clause 64 shall be serially numbered CO-X-nnn.
Note: (a) Requests for Change issued from the Employer’s Home Office and the Site
representatives of the Employer shall have the following respective references:
Home Office CR-H-nnn
Site CR-S-nnn
(b) The above number “nnn” is the same for Request for Change, Estimate for Change
Proposal, Acceptance of Estimate, Change Proposal and Change Order.
Annex 1. Request for Change Proposal
(Employer’s Letterhead)
To: Date:
Attention:
Contract Name:
Contract Number:
With reference to the captioned Contract, you are requested to prepare and submit a Change Proposal for
the Change noted below in accordance with the following instructions within _______________ days of
the date of this letter ____________________.
1. Title of Change: ________________________
2. Change Request No. __________________
3. Originator of Change: Employer: _______________________________
Contractor (by Application for Change Proposal No. _______1:
4. Brief Description of Change: _________________________________________________
5. Facilities and/or Item No. of equipment related to the requested Change: _____________
6. Reference drawings and/or technical documents for the request of Change:
Drawing No./Document No. Description
7. Detailed conditions or special requirements on the requested Change: ________________
8. General Terms and Conditions:
(a) Please submit your estimate to us showing what effect the requested Change will have on the
Contract Price.
(b) Your estimate shall include your claim for the additional time, if any, for completion of the
requested Change.
(c) If you have any opinion negative to the adoption of the requested Change in connection with
the conformability to the other provisions of the Contract or the safety of the Plant or Facilities,
please inform us of your opinion in your proposal of revised provisions.
(d) Any increase or decrease in the work of the Contractor relating to the services of its personnel
shall be calculated.
(e) You shall not proceed with the execution of the work for the requested Change until we have
accepted and confirmed the amount and nature in writing.
Signature: [insert signature of authorised
representative of the Employer]
Name: [insert full name of signatory with National
ID Number]
Title of the Signatory: [insert title of the Signatory]
Name of the Employer: [insert name of the Employer]
Annex 2. Estimate for Change Proposal
(Contractor’s Letterhead)
To: Date:
Attention:
Contract Name:
Contract Number:
With reference to your Request for Change Proposal, we are pleased to notify you of the approximate cost
of preparing the below-referenced Change Proposal in accordance with GCC Sub-Clause64.2.1 of the
General Conditions. We acknowledge that your agreement to the cost of preparing the Change Proposal,
in accordance with GCC Sub-Clause64.2.2, is required before estimating the cost for change work.
1. Title of Change: ________________________
2. Change Request No./Rev.: ____________________________
3. Brief Description of Change: __________________________
4. Scheduled Impact of Change: ___________________________
5. Cost for Preparation of Change Proposal: _______________2
(a) Engineering (Amount)
(i) Engineer hrs x rate/hr =
(ii) Draftsperson hrs x rate/hr =
Sub-total hrs
Total Engineering Cost
(b) Other Cost
Total Cost (a) + (b)
Signature: [insert signature of authorised
representative of the Employer]
Name: [insert full name of signatory with National
ID Number]
Title of the Signatory: [insert title of the Signatory]
Name of the Employer: [insert name of the Employer]
2
Costs shall be in the currencies of the Contract.
Annex 3. Acceptance of Estimate
(Employer’s Letterhead)
To: Date:
Attention:
Contract Name:
Contract Number:
We hereby accept your Estimate for Change Proposal and agree that you should proceed with the
preparation of the Change Proposal.
1. Title of Change: ___________________________
2. Change Request No./Rev.: _______________________________
3. Estimate for Change Proposal No./Rev.: _______________________________
4. Acceptance of Estimate No./Rev.: _______________________________
5. Brief Description of Change: _______________________________
6. Other Terms and Conditions: In the event that we decide not to order the Change accepted, you shall
be entitled to compensation for the cost of preparation of Change Proposal described in your Estimate
for Change Proposal mentioned in para. 3 above in accordance with GCC Clause64 of the General
Conditions.
Signature: [insert signature of authorised
representative of the Employer]
Name: [insert full name of signatory with National
ID Number]
Title of the Signatory: [insert title of the Signatory]
Name of the Employer: [insert name of the Employer]
Annex 4. Change Proposal
(Contractor’s Letterhead)
To: Date:
Attention:
Contract Name:
Contract Number:
In response to your Request for Change Proposal No. _______________________________, we hereby
submit our proposal as follows:
1. Title of Change: _______________________________
2. Change Proposal No./Rev.: _______________________________
3. Originator of Change: Employer: [_______________________________
Contractor: _______________________________
4. Brief Description of Change: _______________________________
5. Reasons for Change: _______________________________
6. Facilities and/or Item No. of Equipment related to the requested Change:
_______________________________
7. Reference drawings and/or technical documents for the requested Change:
Drawing/Document No. Description
8. Estimate of increase/decrease to the Contract Price resulting from Change Proposal:3
(Amount)
(a) Direct material
(b) Major construction equipment
(c) Direct field labor (Total hrs)
(d) Subcontracts
(e) Indirect material and labor
3
Costs shall be in the currencies of the Contract.
(f) Site supervision
(g) Head office technical staff salaries
Process engineer hrs @ rate/hr
Project engineer hrs @ rate/hr
Equipment engineer hrs @ rate/hr
Procurement hrs @ rate/hr
Draftsperson hrs @ rate/hr
Total hrs
(h) Extraordinary costs (computer, travel, etc.)
(i) Fee for general administration, % of Items
(j) Taxes and customs duties
Total lump sum cost of Change Proposal
(Sum of items (a) to (j))
Cost to prepare Estimate for Change Proposal
(Amount payable if Change is not accepted)
9. Additional time for Completion required due to Change Proposal
10. Effect on the Functional Guarantees
11. Effect on the other terms and conditions of the Contract
12. Validity of this Proposal: within [Number] days after receipt of this Proposal by the Employer
13. Other terms and conditions of this Change Proposal:
(a) You are requested to notify us of your acceptance, comments or rejection of this detailed
Change Proposal within ______________ days from your receipt of this Proposal.
(b) The amount of any increase and/or decrease shall be taken into account in the adjustment of
the Contract Price.
(c) Contractor’s cost for preparation of this Change Proposal:2
Signature: [insert signature of authorised
representative of the Contractor]
Name: [insert full name of signatory with National
ID Number]
Title of the Signatory: [insert title of the Signatory]
Name of the Contractor: [insert name of the Contractor]
2
Specify where necessary.
Annex 5. Change Order
(Employer’s Letterhead)
To: Date:
Attention:
Contract Name:
Contract Number:
We approve the Change Order for the work specified in the Change Proposal (No. _______), and agree to
adjust the Contract Price, Time for Completion and/or other conditions of the Contract in accordance with
GCC Clause64 of the General Conditions.
1. Title of Change: _______________________________
2. Change Request No./Rev.: _______________________________
3. Change Order No./Rev.: _______________________________
4. Originator of Change: Employer: _______________________________
Contractor: _______________________________
5. Authorized Price:
Ref. No.: _______________________________ Date: __________________________
Foreign currency portion __________ plus Local currency portion __________
6. Adjustment of Time for Completion
None Increase _________ days Decrease _________ days
7. Other effects, if any
Authorized by: Date:
(Employer)
Accepted by: Date:
(Contractor)
Annex 6. Pending Agreement Change Order
(Employer’s Letterhead)
To: Date:
Attention:
Contract Name:
Contract Number:
We instruct you to carry out the work in the Change Order detailed below in accordance with GCC Clause64
of the General Conditions.
1. Title of Change: _______________________________
2. Employer’s Request for Change Proposal No./Rev.: _______________________________ dated:
__________
3. Contractor’s Change Proposal No./Rev.: _______________________________ dated: __________
4. Brief Description of Change: _______________________________
5. Facilities and/or Item No. of equipment related to the requested Change:
_______________________________
6. Reference Drawings and/or technical documents for the requested Change:
Drawing/Document No. Description
7. Adjustment of Time for Completion:
8. Other change in the Contract terms:
9. Other terms and conditions:
Signature: [insert signature of authorised
representative of the Employer]
Name: [insert full name of signatory with National
ID Number]
Title of the Signatory: [insert title of the Signatory]
Name of the Employer: [insert name of the Employer]
Annex 7. Application for Change Proposal
(Contractor’s Letterhead)
To: Date:
Attention:
Contract Name:
Contract Number:
We hereby propose that the below-mentioned work be treated as a Change in the Facilities.
1. Title of Change: _______________________________
2. Application for Change Proposal No./Rev.: _______________________________ dated:
_______________________________
3. Brief Description of Change: _______________________________
4. Reasons for Change:
5. Order of Magnitude Estimation (in the currencies of the Contract):
6. Scheduled Impact of Change:
7. Effect on Functional Guarantees, if any:
8. Appendix:
Signature: [insert signature of authorised
representative of the Contractor]
Name: [insert full name of signatory with
National ID Number]
Title of the Signatory: [insert title of the Signatory]
Name of the Contractor: [insert name of the Contractor]
Signature Seal
6.6 Supplementary Information
[The Tenderer shell furnish additional description/information covering all activities, if any]