Advertisement
td_arr.pdf
td_arr.pdf
td_arr.pdf
td_arr.pdf
Advertisement
td_arr.pdf
td_arr.pdf
td_arr.pdf
td_arr.pdf
td_arr.pdf
Advertisement
td_arr.pdf
td_arr.pdf
td_arr.pdf
td_arr.pdf
td_arr.pdf
Advertisement
td_arr.pdf
td_arr.pdf
td_arr.pdf
td_arr.pdf
td_arr.pdf
Advertisement
td_arr.pdf
td_arr.pdf
td_arr.pdf
td_arr.pdf
td_arr.pdf
Advertisement
td_arr.pdf
td_arr.pdf
td_arr.pdf
td_arr.pdf
td_arr.pdf
Advertisement
td_arr.pdf
td_arr.pdf
td_arr.pdf
td_arr.pdf
td_arr.pdf
Advertisement
td_arr.pdf
td_arr.pdf
Upcoming SlideShare
Public consultation on access deficit contributionPublic consultation on access deficit contribution
Loading in ... 3
1 of 36
Advertisement

More Related Content

Advertisement

td_arr.pdf

  1. UTTAR PRADESH STATE LOAD DESPATCH CENTRE E- Work Of Providing advisory assistance/consultancy Services in respect of preparation and ARR/Tariff for the FY 2023-24 for UPSLDC At SLDC Bhawan, SUPERINTENDING ENGINEER, ESTABLISHMENT & H.R., UPSLDC, U.P. POWER TRANSMISSION CORPORATION LTD., VIBHUTI KHAND Cost of Tender Earnest Money (EMD) PART-1 Last Date & Time of Submission of the tender. Date & Time of Opening of Tender (PART-1). PART-2 Date & Time of Opening of etender.up.nic.in Tender (Price Bid) UTTAR PRADESH STATE LOAD DESPATCH CENTRE UPSLDC -TENDER SPECIFICATION NO. : DC-6 Work Of Providing advisory assistance/consultancy Services in respect of preparation and filing 24 for UPSLDC At SLDC Bhawan, Gomti Nagar, Lucknow Under SE (Estt. & HR), UPSLDC, Lucknow SUPERINTENDING ENGINEER, ESTABLISHMENT & H.R., UPSLDC, U.P. POWER TRANSMISSION CORPORATION LTD., VIBHUTI KHAND-II, GOMTI NAGAR, LUCKNOW - 226010 E-mail: sehr@upsldc.org : Rs. 590 .00 (Cost of tender document Rs. 500.00 GST Rs. 90.00) : Rs. 3400.00 : 10-04-2023 at 15:00 Hrs. : 11-04-2023 at 17:00 Hrs. : To be informed on website UTTAR PRADESH STATE LOAD DESPATCH CENTRE filing petitions of Gomti Nagar, Lucknow Under SE (Estt. & HR), (Cost of tender document Rs. 500.00 Rs. 90.00)
  2. Page 2 of 36 Tender Specification No. DC-6 Annual Revenue Requirement (ARR/Tariff) Providing advisory assistance/consultancy Services in respect of preparation and filing of following petitions for the FY 2023-24 for UPSLDC:- Table 1 Sr. No. Petitions to be filed Filing Date (A) (B) 1. ARR/ Tariff FY 2023-24 Before 30-06-2023 Petition for ARR along for FY 2023-24 is to be prepared and filed before UPERC as per applicable Uttar Pradesh Electricity Regulatory Commission (SLDC Fee & Charges) on or before the filing date (as per column-B) or by extended date as allowed by Commission. Relaxation in filing date may be given as per clause 2(Timeline). Introduction As per the provisions of the Electricity Act, 2003 and Uttar Pradesh Electricity Regulatory Commission regulations 2020(fees and charges of State load despatch centre and other related matters) dt. 14 May 2020. UPSLDC has to submit ARR petition for FY 2023-24 before Uttar Pradesh Electricity Regulatory Commission (UPERC). UPSLDC intends to appoint technically and financially qualified and experienced consultants from professionally managed Consultancy Firms/Imputations to assist UPSLDC to perform following functions effectively as listed below. 1. Scope of Work In general the scope of services covers assistance in collection of relevant data and presentation & filing/submission of following petition for Financial year 2023-24 to ensure that, issuance of tariff order in respect of UPSLDC is ensured within the scheduled time frame; Annual Revenue Requirement (ARR), For Financial year 2023-24 Following services are included in the scope of work: - Stage-I I. Preparation of ARR Petition as per applicable Regulation at the time of filing of petition. II. Collection and analysis of the data required for preparation of the ARR, & validation of the data in the Petition for preparation of the ARR. III. Checking the appropriateness of the procedure/logic adopted for arriving at various number like O&M expenses, bad debts, capitalization of expenses, working capital and financing charges thereof, depreciation, interest on working capital, expected changes in various elements of cost, salaries, administrative expenses etc. from previous years/months, etc. IV. The firm shall collect the data from the concerned units of UPSLDC through email/contacts & follow up action with concerned technical as well as accounts units. V. The approval of monthly LDC Charges by UPERC as per UPERC regulations 2020(fees and charges of State load despatch centre and other related matters)dt. 14 May 2020. VI. Preparation of workable excel based tariff filing formats prescribed by the UPERC and transferring all linked editable files of ARR/Fee and charges model to Director UPSLDC after submission of ARR/Fee and charges. VII. Drafting of Petition relating to ARR/Fee and charges along with a statement on the status of compliance of directive issued by the commission in its last tariff order. VIII. Making presentation on matter of ARR/Fee and charges petition before Management and/or UPERC. IX. Submission of ARR/Fee and charges Petition with 07 nos. of hard and soft copies (editable) of each and 07 copies of the same to UPSLDC. Stage-II I. Assistance in technical validation session and removal of data gaps, if any, in relation to ARR. II. Preparation of presentation and attending public hearing conducted by UPERC in connection with ARRPetition .Preparation of replies to the queries/comments of UPERC/Stakeholders to their satisfaction.
  3. Page 3 of 36 Stage-III Analysis of the final ARR/Fee and charges along with identification of aspects of potential challenges for Appeal/Review Petition with justification and filling review Petition in UPERC or/and in APTEL, if required, with all necessary inputs. 2. Time Line ARR Petition for Financial year 2023-24 shall be filed before Hon’ble Commission before the filing date as mentioned in Column-B of Table 1 or as any extended date with the approval of UPERC. But if transfer scheme of UPSLDC from UPPTCL is notified by UP government up to 30june 2023 then further 1 months relaxation can be given to file the petition. 3. Terms of Payment: I. Schedule of payment: For each year activities the payment shall be made as below: Sr. No. Billing Milestone for the year % Amount of total contract price to be billed 1 On Submission of Petition to UPERC 45% 2 After Public Hearing and Submission of Replies & Plugging of Data-Gap 15% 3 On issuance of Orders by UPERC 30% 4 After submission of analysis report on ARR/Tariff Order along with inputs for filing review Petition in UPERC or appeal in APTEL if required. 10% TOTAL 100% II. Performance Bank Guarantee: An irrevocable Bank Guarantee (from scheduled bank as per RBI) towards satisfactory contract performance amounting to ten percent (10%) of the contract value, valid up to 31st March 2025, from the date of order, shall be submitted after acceptance of this order. III. The payment shall be made within 30 days from the date of presentation of bill based on availability of funds. IV. Taxes Payable : A. Tax deduction at source: The Income Tax or any other tax liable to be deducted, as per the prevailing rules will be deducted at source before effecting the payment, for which UPSLDC will issue TDS Certificate. B. GST : GST as applicable shall be payable extra, at the prevalent rates. V. No extra charge: The charges quoted by the Bidder in the bid, and accepted by UPSLDC in the Contract, will be inclusive of the costs of Consultant’s team travel, lodging and boarding, and also all incidental expenses, professional fees etc., incurred by the teams, in connection with the assignment. No separate charges will be payable by UPSLDC on any such account. 4. Commencement of work: The work shall be deemed to have commenced with effect from the date of issue of Letter of Intent (LoI)/ work order. 5.Completion of work: The work shall be treated as closed after the ‘Scope of Work’ is successfully completed in all stages and order on ARR/ petition for respective year is issued by the UPERC along with their Analysis report for review/appeal. 6.Penalty: Penalty of ½% per week subject to maximum of 10% of the value of assigned by beyond the time lines specified at the clause 2 above, shall be imposed, if attributable to the firm, but not attributable to force majeure conditions mentioned below. 7.Force Majeure Conditions: a) Fire, explosions, cyclone, floods. b) War, revaluation, acts of public enemies, blockage. c) Any law and order proclamation, ordinance demand or requirement of Government demand or authority. d) Any other genuine circumstances beyond the control of the party effected. 8.Ownership of Material: All reports, models and any other documents that the selected consultancy firm prepare/acquire under the contract for the purpose of preparation of ARRs shall belong to and remain the exclusive property of
  4. Page 4 of 36 UPSLDC which also includes soft copy of excel based model with all formats duly linked. UPSLDC shall retain the rights to publish or disseminate reports arising from such materials. The selected consultancy firm will have to Submit ARRs Petitions before the UPERC with 07 nos. of hard and soft copies ( pdf + editable) of each and 07 copies of the same to Commercial unit of UPSLDC. 9. Confidentiality The firm shall maintain full secrecy and confidentiality of the assigned work whereby no information shall be divulged to any individual/agency/firm or organization. 10. Compensation The firm shall not claim for any compensation on account of no/less work or any damage incurred during the tenancy of the hired services. 11. Termination The UPSLDC, reserves the right to amend/cancel the contract for non compliance of the contractual obligations after one month’s notice to the firm. 12. Arbitration All disputes and differences here to in any way relating to or arising out of the order or in any way connected with this order will be referred to the arbitration of the sole arbitration who shall be a suitable officer nominated by UPSLDC. 13. Jurisdiction of court Only the courts established in Lucknow shall fall under the jurisdiction of this contract for settling of disputes. 14. The UPSLDC reserves the right to scrap the tender at any point of time without assigning any reason. 15. Normally no deviations will be allowed. However any deviation may be allowed by the UPSLDC which shall be conclusive. 16. Other terms and conditions shall be as per GCC (UPPTCL) as per Annexure-VII. Bid Data Sheet 1. Technical Qualifying Criteria Bidder who meets the following criteria shall be evaluated in the bidding process. a) The consultant should be a registered consultant firm/Institutions (including educational institution such as IIT, IIM etc.) having legal entity in line with applicable rules & regulations. b) Must have experience of execution of at least 03ARR petition in last Sevenyears in any central/state Govt. owned Distribution companies/Transmission companies/SLDCs or State Electricity Boards(SEB) only. c) Details of ARR assignment in central/state Govt. PSUs Discoms/Transco/SEBs indicating name of client, value of work, duration of work, number of staff employed and brief description of work should submitted be along with documentary proof in the form of the work order for assignment or Work Completion Certificate (WCC) from concerned authority. Any assignment without work order or WCC will not be considered as part of the firm’s eligibility criteria. d) No joint venture/association of independent consultants/consortium is allowed. e) Annual turnover of consulting portfolio (average of 2 years of the firm) should be equal to or more than Rs. 60 Lacs from consultancy business. Annual turnover should be duly certified by statutory body like Chartered Accountant or Independent Auditors who are competent to do so as recognized by the State concerned. f) The consultancy firm should have appropriate team with key personnel on full time pay roll and should have relevant skill/experience/expertise in Power Sector Regulations as per Electricity Act- 2003 and amendments thereof & requisite skills to carry out the assignment with in time frame prescribed by UPSLDC. g) The Project Manager deputed for the assignment shall be having at least fouryearsexperience(preferably BE & MBA or CA) with two similar assignment, supported with at least 1 no. assistant (preferable BE & MBA or CA) having minimum two year of relevant experience. h) Minimum 1 personnel of proposed team is required to be necessarily stationed in Lucknow during the preparation of petition and its submission to UPERC. The consultant team stationed at Lucknow must be available at Commercial Directorate or any other place of meeting with a short notice of a day, conveyed by telephone/mobile/e-mail/sms. i) Firm should submit Affidavit stating that the firm has not been blacklisted in the past by any entity.
  5. Page 5 of 36 j) The consultant shall not assign this agreement or sub contract any part of the assignments under this agreement. k) Earnest Money Deposit (EMD) EMD of Rs. 34,00/= will be deposited through RTGS/ NEFT in UPSLDC A/C:-UPPTCL-SLDC, A/c Type-Current, A/c No: 628105029041, IFSC: ICIC0006281, Shalimar Tower, Hazratganj, Lucknow and a proof of such deposit e.g. UTR No., Name of Account, Scanned copy of pay-in slip countersigned by the tenderer, should be uploaded along with E-tender documents OR in the form of Bank Guarantee in favor of CE (PSO), UP SLDC, Lucknow. If EMD is deposited in the form of Bank Guarantee (validity of 270 days from date of opening of Part-I), scanned copy of EMD B.G. along with a scanned copy of mail in confirmation of the same from the bank issuing the B.G. will be uploaded with the E-tender document. The original EMD B.G. shall be submitted within 01 week from the opening date of Part-I or before opening of Part-II (Price Part), failing which Part-II (Price Part) of such bidders shall not be opened. Complete E-tender documents against this Bid specification can be downloaded from e- procurement website U.P. Govt. etender.up.nic.in and tenderer will be required to pay a non- refundable fee of Rs. 590/- (inclusive of 18% GST) towards cost of E-tender documents through RTGS/ NEFT in “UPPTCL-SLDC, A/c Type-Current, A/c No: 628105029041, IFSC: ICIC0006281, Shalimar Tower, Hazratganj, Lucknow”. E-tenders can be submitted only on e- procurement website etender.up.nic.in up to schedule date & time. Tenderer(s) are requested to get them registered with U.P. Electronics Corporation so as to obtain digital signatures for participation. 2. Disqualifying Criteria a) Bidder has to disclose all ongoing assignment with UPERC, if any, as on the date of bids due date for submission, for verification at our end and to check & ensure that there is no conflict of interest on account of working on transmission activity. If at any stage of tender process it is found that bidder is having assignment with UPERC on UPSLDC matter which is resulting in conflict of interest, the said bidder will automatically stand disqualified from bidding process. Bidder working on distribution or generation related activities in UPERC will not result in conflict of interest. Bidder has to give certificate that he has ‘As noted/NIL’ ongoing assignments and participated in ‘As noted/NIL’ tendering process of UPERC. b) In case the tender is not supported with Earnest Money and tender cost, the bid shall automatically stand Disqualified/rejected. c) All terms & conditions of the firm should be mentioned in Part-I. Part-II bid should contain full particulars of the quoted rates only. d) The UPSLDC reserves the right to disqualify any bidder if it is found at any stage of bidding process that the bidder has made misleading or false representation in the form, statement and attachments in the proof of qualification requirements. 3. Financial Evaluation Criteria : The Price bid of the Consultants who satisfy in full, the technical qualifying criteria shall be opened on due date. Comparative statement of the rates offered by the firms will be prepared and the proposal with lowest quote will be invited for negotiation, if required and shall be recommended for award of contract. 4. During the examination, evaluation and comparison of bids, the UPSLDC may at its own discretion ask any bidder for clarification of his bid. 5. Procedure of Submission of bids It may please be noted that the E-tender for the work is to be submitted only on e-procurement website www.etender.up.nic.in in two parts. Part-I shall contain duly filled Annexure- I, II, III and IV along with supporting documents and Earnest money as per clause 1(k). Note: Tender offer validity shall be of 180 days from date of opening of Tender Part-I. Part-II (Price bid) shall contain the Rates (duly filled in annexure-V).The Price Bid must clearly indicate the GST separately. No tender document including tender fee and other commercial papers are required to be submitted in hard copy or through messenger on the date of bid opening. Part-II containing price bid shall be opened separately at a later date and bidders shall be informed accordingly. The EMD of selected bidder will be retained by UPSLDC& will be returned after submission of requisite bank guarantee and subsequent confirmation from the issuing bank. The EMD of all unsuccessful bidders will be returned after finalization of tender.
  6. Page 6 of 36 6. Letter of Intent and Agreement : Successful bidder shall be issued Letter of Intent (LOI) by Superintending Engineer (Estt. & HR), UPSLDC. The selected consultant has to submit acceptance of the same and has to enter into an agreement within fifteen days from the date of start of work. 7. Ownership of Material : All reports, models and any other documents that the selected consultancy firm will acquire under the contract for the purpose of preparation of ARR Petition of UPSLDC shall belong to and remain the exclusive property of UPSLDC which also includes soft copy of excel based model with all formats duly linked. UPSLDC shall retain the rights to publish or disseminate reports arising from such materials. The selected consultancy firm will have to Submit ARR Petition before the UPERC with 07 nos. of hard and soft copies (pdf + editable) of each and 07 copies of the same to Commercial unit of UPSLDC. 8. Confidentiality The firm shall maintain full secrecy and confidentiality of the assigned work whereby no information shall be divulged to any individual/agency/firm or organization. 9. Termination The UPSLDC reserves the right to amend/cancel the contract for non compliance of the contractual obligations after one month’s notice to the firm. 10. Compensation The firm shall not claim for any compensation on account of no/less work or any damage incurred during the tenancy of the hired services. 11. Arbitration All disputes and differences here to in any way relating to or arising out of the order or in any way connected with this order will be referred to the arbitration of the sole arbitration who shall be a suitable officer nominated by UPSLDC. 12. Jurisdiction of court Only the courts established in Lucknow shall fall under the jurisdiction of this contract for settling of disputes. 13. Any revision/correction in the tender scope of work/contract condition/deviation will notified separately & displayed on corporations website. All bidder review the same as these amendments will be part of tender document. Note : 1. The UPSLDC reserves the right to scrap the tender at any point of time without assigning any reason. 2. The consultant must go through the ‘Draft Contract Agreement’ before submitting the bid. Submission of bid will implicitly mean that the consultant agrees to all the terms and conditions of the TOR and the draft Contract Agreement. 3. Normally no deviations will be allowed. However, any deviation may be allowed by the UPSLDC which shall be conclusive. 4. Other terms and conditions shall be as per GCC of the corporation.
  7. Page 7 of 36 Annexure-I To, SUPERINTENDING ENGINEER ESTABLISHMENT & H.R., UPSLDC, U.P. POWER TRANSMISSION CORPORATION LTD., VIBHUTI KHAND-II, GOMTI NAGAR, LUCKNOW - 226010 Sub: To assist the UPSLDC in preparation and filing of following petitions for FY 2023-24 for UPSLDC. Sir, We, (name of the firm), having read the details of the TOR documents along with draft agreement(Annexure-VI) for providing assistance to UPSLDC for the above mentioned work, hereby seek to be assigned the work as mentioned in the TOR document. 1. Correspondence details: a) Name of consultancy firm b) Address c) Name of contact person to whom all references shall be made. d) Address of the person to whom all references shall be made regarding this bid. e) Telephone No. (with STD code) f) Mobile No. of the contact person g) Email of the contact person h) Fax No (with STD code) 2. Documents forming part of tender: We have enclosed/uploaded the following: a) Duly certified documents showing compliance with the annual turnover requirement as per qualifying terms of TOR. b) Details showing similar task performed (as per clause 5 of ToR) (as per annexure-II) along with work orders for same. c) List of the personnel proposed to handle the tasks (as per annexure-III) along with their Bio-data in brief (annexure-IV) mentioning their qualification and experience in similar tasks done earlier and presently on hand. d) EMD of Rs. 3400.00 will be deposited through RTGS/ NEFT in favor of CE (PSO), UP SLDC, Lucknow, Account Name:- UPPTCL-SLDC, A/C:-Type-Current, A/c No: 628105029041, IFSC: ICIC0006281, Shalimar Tower, Hazratganj, Lucknow and a proof of such deposit e.g. UTR No., Name of Account, Scanned copy of pay-in slip countersigned by the tenderer, should be uploaded along with E-tender documents OR in the form of Bank Guarantee (validity of 270 days from date of opening of Part-I) in favour of “CE (PSO), UP SLDC, Lucknow”. If EMD is deposited in the form of Bank Guarantee, scanned copy of EMD B.G. along with a scanned copy of mail in confirmation of the same from the bank issuing the B.G. will be uploaded with the E-tender document. The original EMD B.G. shall be submitted within 01 week from the opening date of Part-I or before opening of Part-II (Price Part), failing which Part-II (Price Part) of such bidders shall not be opened. e) Financial Bid as per annexure-V. We hereby declare that submission against TOR is made in good faith and the information contained is true and correct to the best of my knowledge and belief. Thanking you, (Signature) Name, Address & Date
  8. Page 8 of 36 Annexure-II Details of Similar Tasks Performed (Work order for same must be attached) i) Details of assignment: ii) Name of client and address: iii) Duration of assignment: (i) Start (Month/Year): (ii) Completion (Month/Year): iv) Approx. value in Indian Rupees: v) Description of methodology & work plan for performing the assignment. (Authorized Signatory) (Name & Title of Signatory) Name and Address of the Firm/Institution
  9. Page 9 of 36 Annexure-III Key Personnel for the proposed work Sr. No. Name Qualification Position Years of experience Responsibility Remarks, if any 1. 2. 3. 4. 5.
  10. Page 10 of 36 Annexure-IV Details of Qualification and Experience of proposed Personnel Name of the Key Personnel: Proposed Position: Professional qualification: Membership of Professional Societies: Years with the Firm: Employment Record: (Starting with present position, list in reverse order every employment held giving dates, duration, name of employing organization, title of positions held and location of assignments. Also give in brief types of activities performed and Client references, where appropriate.) Education/training: (Summarize College/University and other specialized education of each key personnel, giving names of schools, dates attended and degrees obtained.) Certification: I, the undersigned, certify that, to the best of my knowledge this bio-data correctly describes me, my qualifications and my experience. Dated: Signature of key personnel Signature of authorized Official from the firm/Institution
  11. Page 11 of 36 Annexure-V Financial Bid To assist UPSLDC in preparation and Filing of ARR/SLDC Fee & Charges Petition Sr. No. Nature of Task Quantity Per Unit Rate (in INR) Amount (in INR) a b c=a*b 1 To assist the UPSLDC in preparation and Filing of ARR/Tariff Petition for FY 2023-24 *Price Schedule: The above rate in column (e) is inclusive of all costs and relevant statutory taxes/duties. GST shall be indicated separately & will be paid by UPSLDC as per law enforceable at the time of payment. Therefore, GST shall be exclusively indicated at current rate in price bid. Annexure-VI
  12. Page 12 of 36 AGREEMENT This agreement is made on the …….. day of ............. of Year ………. Between Uttar Pradesh State Load Despatch Centre (herein after referred at as ‘UPSLDC’) through its SUPERINTENDING ENGINEER (ESTABLISHMENT & H.R.) UPSLDC, U.P. POWER TRANSMISSION CORPORATION LTD.,VIBHUTI KHAND-II, GOMTI NAGAR, LUCKNOW - 226010, as party of first part and includes its successor and assigns M/s …………………………., (hereinafter referred to as ‘the consultant’) through Mr. ……………………., M/S ……………………………………. having Office at …………………….. as party of the second part and included its successor and assigns; And whereas UPSLDC is intended to engage a Consultant for determination of preparation and filing of following petitions for FY 2023-24 for UPSLDC and is desirous to appoint the said consultant for assisting in the said job; And whereas the consultant is desirous of providing its services and assistance to the UPSLDC in finalization of said ARR Petitions for and whereas the letter of award has been issued to M/s ……....……………. On date …………., and therefore in consideration of above premise and covenants, the parties to the Agreement agree as hereunder: 1. Scope of Work: In general the scope of services covers assistance in collection of relevant data and presentation & filing/submission of following petition in UPERC for Financial year 2023-24 to ensure that, issuance of tariff order in respect of UPSLDC is ensured within the scheduled time frame; Following services are included in the scope of work:- Stage-I I. Preparation of ARR Petition as per applicable Regulation at the time of filing of petition. II. Collection and analysis of the data required for preparation of the ARR, & validation of the data in the Petition for preparation of the ARR. III. Checking the appropriateness of the procedure/logic adopted for arriving at various number like O&M expenses, bad debts, capitalization of expenses, working capital and financing charges thereof, depreciation, interest on working capital, expected changes in various elements of cost, salaries, administrative expenses etc. from previous years/months, etc. IV. The firm shall collect the data from the concerned units of UPSLDC through email/contacts & follow up action with concerned technical as well as accounts units. V. The approval of monthly LDC Charges by UPERC as per UPERC regulations 2020(fees and charges of State load despatch centre and other related matters) dated 14 May 2020. VI. Preparation of workable excel based tariff filing formats prescribed by the UPERC and transferring all linked editable files of ARR/Fee and charges model to Director UPSLDC after submission of ARR/Fee and charges. VII. Drafting of Petition relating to ARR/Fee and charges along with a statement on the status of compliance of directive issued by the commission in its last tariff order. VIII. Making presentation on matter of ARR/Fee and charges petition before Management and/or UPERC. IX. Submission of ARR/Fee and charges Petition with 07 nos. of hard and soft copies (editable) of each and 07 copies of the same to UPSLDC. Stage-II I Assistance in technical validation session and removal of data gaps, if any, in relation to ARR. II Preparation of presentation and attending public hearing conducted by UPERC in connection with ARR Petition .Preparation of replies to the queries/comments of UPERC/Stakeholders to their satisfaction. Stage-III Analysis of the final ARR/Fee and charges along with identification of aspects of potential challenges for Appeal/Review Petition with justification and filling review Petition in UPERC or/and in APTEL, if required, with all necessary inputs. 2. Time Line ARR Petition for Financial year 2023-24 shall be filed before Hon’ble Commission before the filing date as mentioned in Column-B of Table given below or as any extended date with the approval of UPERC. But if segregation of UPSLDC from UPPTCL is notified by UP government upto 30 June 2023 then further 1 months relaxation can be given after notification date to file the petition. Sr. No. Petitions to be filed Filing Date (A) (B) 1. ARR/ Tariff FY 2023-24 Before 30-06-2023 3.Terms of Payment: I. Schedule of payment: For each year activities the payment shall be made as below:
  13. Page 13 of 36 Sr. No. Billing Milestone for the year % Amount of total contract price to be billed for each activity year 1 On Submission of Petition to UPERC 45% 2 After Public Hearing and Submission of Replies & Plugging of Data-Gap 15% 3 On issuance of Orders by UPERC 30% 4 After submission of analysis report on ARR/Tariff Order along with inputs for filing review Petition in UPERC or appeal in APTEL if required. 10% TOTAL 100% II. Performance Bank Guarantee: An irrevocable Bank Guarantee (from scheduled bank as per RBI) towards satisfactory contract performance amounting to ten percent (10%) of the contract value, valid upto 31st March 2025, from the date of order, shall be submitted after acceptance of this order. III. The payment shall be made within 30 days from the date of presentation of bill based on availability of funds. IV. Tax Payable: (A) Tax deduction at source: The Income Tax or any other tax liable to be deducted, as per the prevailing rules will be deducted at source before effecting the payment, for which UPSLDC will issue TDS Certificate. (B) GST: GST as applicable shall be payable extra, at the prevalent rates. V. No extra charge: The charges quoted by the Bidder in his bid, and accepted by UPSLDC in the Contract, will be inclusive of the costs of Consultant’s team travel, lodging and boarding, and also all incidental expenses, professional fees etc., incurred by the teams, in connection with the assignment. No separate charges will be payable by UPSLDC on any such account. 4. Commencement of work: The work shall be deemed to have commenced with effect from the date of issue of Letter of Intent (LoI)/ work order. 5. Completion of work: The work shall be treated as closed after the ‘Scope of Work’ is successfully completed in all stages and order on ARR/ petition for respective year is issued by the UPERC along with their Analysis report for review/appeal. 6. Penalty: Penalty of ½% per week subject to maximum of 10% of the value of assigned by beyond the time lines specified at the clause 2 above, shall be imposed, if attributable to the firm, but not attributable to force majeure conditions mentioned below. 7. Force Majeure Conditions: e) Fire, explosions, cyclone, floods. f) War, revaluation, acts of public enemies, blockage. g) Any law and order proclamation, ordinance demand or requirement of Government demand or authority. h) Any other genuine circumstances beyond the control of the party effected. 8. Ownership of Material: All reports, models and any other documents that the selected consultancy firm prepare/acquire under the contract for the purpose of preparation of ARRs shall belong to and remain the exclusive property of UPSLDC which also includes soft copy of excel based model with all formats duly linked. UPSLDC shall retain the rights to publish or disseminate reports arising from such materials. The selected consultancy firm will have to Submit ARRs Petitions before the UPERC with 07 nos. of hard and soft copies ( pdf + editable) of each and 07 copies of the same to Commercial unit of UPSLDC.
  14. Page 14 of 36 9. Confidentiality The firm shall maintain full secrecy and confidentiality of the assigned work whereby no information shall be divulged to any individual/agency/firm or organization. 10. Compensation The firm shall not claim for any compensation on account of no/less work or any damage incurred during the tenancy of the hired services. 11. Termination The UPSLDC, reserves the right to amend/cancel the contract for non compliance of the contractual obligations after one month’s notice to the firm. 12. Arbitration All disputes and differences here to in any way relating to or arising out of the order or in any way connected with this order will be referred to the arbitration of the sole arbitration who shall be a suitable officer nominated by UPSLDC. 13. Jurisdiction of court Only the courts established in Lucknow shall fall under the jurisdiction of this contract for settling of disputes. Note : 1. The UPSLDC reserves the right to scrap the tender at any point of time without assigning any reason. 2. The consultant must go through the ‘Draft Contract Agreement’ before submitting the bid. Submission of bid will implicitly mean that the consultant agrees to all the terms and conditions of the TOR and the draft Contract Agreement. 3. Normally no deviations will be allowed. However any deviation may be allowed by the UPSLDC which shall be conclusive. 4. Other terms and conditions shall be as per GCC (UPPTCL) In witness of above, signed on ……..th day of ……………..of year Two Thousand …………….. at Lucknow (U.P.) India. For and on behalf of UPSLDC For and on behalf of the Consultant Superintending Engineer (E & HR) UPSLDC Vibhuti Khand, Gomti Nagar Lucknow. Witness:- (1) Name: Address (2) Name:
  15. Page 15 of 36 Annexure-VII General Conditions of Contract (GCC) Contract and Interpretation 1. Definitions: 1.1 The following words and expressions shall have the meanings hereby assigned them: “Contract Agreement” means the Contract Agreement entered into between the UPPTCL and the Contractor, together with the Contract Documents referred to therein; shall constitute the Contract, and the term “the Contract” shall in all such documents be construed accordingly. “Contractor” means the successful bidder, who has been issued the Letter of Award or Letter of Intent by the UPPTCL and the same is accepted, is named as contractor and it also includes the legal successors or permitted assigns of the Contractor. “Contractor’s Machinery” means 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. “Contractor’s Representative” means any person nominated by the Board Of Directors / Authorized Officers of the Company to perform the duties & responsibilities under the contract”. “Completion” means that all the facilities have been completed structurally and operationally and ready to use. “Country of Origin” means the place where the plant and 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 in its basic characteristics or in purpose or utility from its components. “Drawings” shall mean approved drawings provided by UPPTCL and the drawings furnished by the Contractor and duly approved by UPPTCL. “Employer/Owner” shall mean Uttar Pradesh Power Transmission Corporation Limited (UPPTCL), Lucknow, a Uttar Pradesh Govt. undertaking and shall include its legal representatives, successors or permitted assigns. “Effective Date” means the date reckoned from the date of issuance of Letter of Award. “Engineer Of Contract” means the Officer so authorised by UPPTCL to act as Engineer Of Contract (EOC) and shall represent and act on behalf of UPPTCL for the pre-tendering and post tendering activities as well as Management of the contract. “Engineer In-Charge(EIC)” means the officer so appointed by UPPTCL to act as Engineer In-charge (EIC) who is so delegated by UPPTCL to look after day to day performance of the contract at site. “Facilities” means the Goods and Services to be supplied, installed, and commissioned and to meet the guaranteed obligation by the Contractor under the Contract. The term ‘Facilities’ is used in this document synonymously with ‘Works’. “GCC” means the standard commercial terms and conditions regulating the contract. “Goods” means equipment, materials, machinery, apparatus, articles and things of all kinds to be supplied and erected by the Contractor under the Contract (including the spare parts to be supplied by the Contractor), but does not include UPPTCLs Supplied Materials (OSM) and Contractor’s Machineries. “Guarantee Test(s)” means the test(s) specified in the UPPTCL’s requirements to be carried out to ascertain whether the Facilities or a specified part thereof is able to attain the Functional Guarantees in accordance with the provisions of the contract documents. ‘Inspecting Officer’ shall mean officers nominated by UPPTCL or any third party inspecting agency engaged by UPPTCL from time to time for the purpose of factory inspection/site inspection. “Pre-commissioning” means the testing, checking and other requirements specified in UPPTCL’s requirements that are to be carried out by the Contractor in preparation for Commissioning of the complete facilities of the contract. “SCC” means any requirement of addition/modification to the clauses of GCC, incorporated in the SCC (Special Conditions of Contract) which supersede the GCC to that extent. “Services” means all those services ancillary to the supply of the Goods for the facilities, to be provided by the Contractor under the Contract, such as transportation, insurance, inspection, site preparation works,
  16. Page 16 of 36 survey, erection, testing, pre-commissioning, commissioning, training including civil works etc. as the case may require under the contract. “Site” means the land and other places upon which the facilities are to be erected, and such other land or places as may be specified in the Contract as forming part of the Site. “Trial Run” means the trial operation carried out during the pre-commissioning period to attain the full load as specified in the contract. “Technical Specifications’ shall mean the standards mentioned in the Technical Specifications (volume-II) to which the materials/equipment supplied and works executed under the contract must conform. ‘Taking Over’ shall mean UPPTCL’s acceptance of the entire Works/Facilities performed under the Contract, after successful completion and commissioning as specified in the Technical Specifications or otherwise agreed in the Contract. “Vendor,” shall be the Manufacturer of the equipment/materials as per the approved technical specification who meets the Techno-Commercial Qualifying criteria and includes its legal successors or permitted assigns from whom the Contractor intend to source/source the equipment/materials. “Works” means the Procurement of Goods & Services (Equipment /Spares/ Materials, Labour, Services and Civil works), as per the specifications, drawing & design covering supply, inspection, erection, installation& commissioning, testing and putting into satisfactory operation. The term ‘Works’ is used in this document synonymously with ‘Facilities’. ‘Work Completion Schedule’ shall mean PERT/BAR Chart drawn defining the due date of key mile stone activities stating from the Zero date (Effective Date) to handing over of the works. 2. Contract Documents: 2.1 The term Contract Documents shall mean and include the following, which shall be deemed to form an integral part of the Contract and they are intended to be correlative, complementary and mutually explanatory and shall be read as a whole. a. Contract Agreement. b. e–NIT, e-Tender Document i.e.-Volume-I: ITB, BDS, GCC, SCC, Annexure(s) etc., Volume-II: Scope of Works & Technical Specifications and Volume-III: BOQ & Price Schedule. c. Pre-Bid minutes, if any. d. Corrigendum/ Addendums, if any. e. Technical and evaluated price bid .Any significant correspondence made between UPPTCL and Contractor prior to the Award of Contract except to the extent of repugnancy. f. Letter of Intent/ Letter of Award including BOQ &Price Schedule. 2.1 The Letter of Award (LOA) and its subsequent amendment shall supersede all communications, negotiations and agreements (whether written or oral) of parties with respect thereto made prior to the date of Contract. 3. Interpretation: 3.1 In the Contract, except where the context requires otherwise: (a) words indicating one gender include all genders; (b) words indicating the singular also include the plural and words indicating the plural also include the singular; (c) provisions including the word “agree”, “agreed” or “agreement” require the agreement to be record in writing; (d) the word “tender” is synonymous with “bid”, “tenderer” with “bidder” and “tender documents” with “bidding documents”; and “written” or “in writing” means hand-written, type-written, printed or electronically made, and resulting in a permanent record. The words in the margin and other headings shall not be taken into consideration in the interpretation of these Conditions. 4. Communication: 4.1 Wherever the Conditions provide for giving or issuing of approvals, consents, notices, requests and discharges, these communications shall be: (a) In writing and delivered to recipient’s address as stated in the Letter Of award (LOA); and/or
  17. Page 17 of 36 (b) Mailed to the official e-mail as stated in the Letter Of award (LOA). 5. Law and Language: 5.1 The Contract shall be governed by and interpreted in accordance with laws of India.  The ruling language of the Contract shall be English and/or Hindi.  The language for communications shall be English and/or Hindi. B- Terms and Conditions of Contract 6. Change of Scope: 6.1 Normally the works shall be executed as per the approved scope of works specified in the LOA. However, changes in the BOQ items of the LOA shall be considered on the following grounds; (a) Change in the Lay Out ; (b) Omission identified during the execution of the contract. (c) Changes in the civil designs and drawings due to subsequent development in the field condition; (d) Inclusion of new work of any kind which is found to be necessary for the completion of the works. Subsequently, after issue of LoA, Joint Survey (Engineers of Contractor and Field Engineer of the Corporation jointly) shall be undertaken preferably within a period of one month and the BoQ shall be revised accordingly, if required and placed before competent Authority. Following the approval of revised BoQ, necessary amendment to the LOA will be issued to the Contractor. 6.2 The valuation of changes in the BoQ items of the LOA shall be done in the following manner;  In respect of quantity variations of the existing BoQ items of the LOA, it shall be at the same unit price.  In respect of quantity variations of the substituted items, the unit rate to be derived from the Unit Price available in the existing LOA. In case it is not worked out, approved Cost data /SoR may be referred to for obtaining the rate or deriving the rate.  In respect of new items, the cost may be considered from the source as follows in order of sequence i.e. Approved Cost Data, SoR , Average Price of Supply or Civil Items in last three awarded EPC tender of UPPTCL, DSR, the latest (within three years) Discovered Price of any Govt. controlled/managed Utility, Latest price discovered in GEM. 7. Amendment of the LOA: 7.1 Usually, there are two nos. of revision to the Original LOA i.e. 1st Interim Revision after Preliminary Joint Survey and Final Revision after completion of the entire works. 7.2 However, it may be amended more than twice on the following ground;  Addition of new scope of work during execution due to subsequent development in the field.  Addition of new BOQ items during execution due to field condition.  Because of change in the existing Acts/ Laws or introduction of new Law/Act. 7.3 In case the contract price gets increased by more than five percent due to amendments, the Bank Guarantee amount shall be increased proportionately. 7.4 All such amendment orders shall be issued by the EIC/EOC with due approval from the Competent Authority. 7.5 It shall be ensured by the concerned authority that the amendment orders are acknowledged by the Contractor, un-conditionally. 8. Acquisition of Land (S/S Work): 8.1 The acquisition of land for Sub-Station works and obtaining Statutory Clearances shall be the sole responsibility of UPPTCL. However, the contractor shall extend full co-operation for the same, if required. 8.2 UPPTCL after acquiring the land, shall usually construct the approach road to the site and take necessary steps to construct boundary walls before handing over of the site to Contractor. 8.3 UPPTCL shall pay/deposit the statutory fees for obtaining statutory Clearances as may be required. Expenditure towards auxiliary services such as power, water, solid & liquid waste disposal system, street
  18. Page 18 of 36 lighting and other civic services etc. shall be borne by the Contractor. 8.4 The Contractor shall be responsible for obtaining Electrical Clearances Certificate from the Electrical Inspectorate whenever required. 9. Monitoring the Progress of Works: 9.1 UPPTCL shall arrange to conduct a kick off meeting with the Contractor within ten days of acknowledgment of the LOA to understand each others’ requirement and assess the project preparedness. This will help UPPTCL for monitoring the works in an effective manner. 9.2 For day to day monitoring of the progress of the projects/works, Contractor shall prepare and submit BAR Chart/WBS Schedule which shall be approved by UPPTCL. 9.3 UPPTCL shall ensure that the contractor establishes the Site Office, engages adequate Personnel, sets up Site Store and project co-ordination manual within 21 days from the date of Signing of the LOA. 9.4 It is the responsibility of UPPTCL to hand over of the land to the contractor after the signing of Contract, initiate for obtaining statutory clearances, if any and approval of Engineering Drawings, Design and Technical Particulars of major materials/Equipment within the scheduled time. 9.5. UPPTCL shall conduct periodic review meetings with the contractor at various levels for day to day monitoring of the progress of the project works At the site level, concerned site in charge shall review the works on weekly basis At the Corporate/Zonal Level, Concerned Departmental Head shall review the progress of the works on Monthly Basis. 10. Inspection at Factory/Site: All items to be supplied under the works shall be inspected (Pre-Dispatch) mandatorily by UPPTCL Engineer and/or Third Party Inspection Agency (TPIA). However, in exceptional circumstances, the inspection of minor (non-critical) items may be waived of by Chief Engineer with the recommendation of EOC on recording the reasons. Stage Inspection may be carried out in case of some critical items like Transformer , Circuit Breaker etc. as per the quality assurance policy of the Corporation. 10.1 Inspection calls shall be raised by the Contractor as per the PERT chart/WBD Schedule giving at least ten days time through official e-mail. EOC after receipt of the inspection call shall verify the relevant documents, if found satisfactory, intimate the inspecting Officer/TPIA for inspection. 10.2 During Inspection, on any deviations identified with respect to the approved specifications, the inspecting officer/TPIA shall reject such materials out rightly and intimate the same through the official e-mail to the /EOC. However, if minor deficiency is noticed during the inspection, Inspecting Officer shall mention the same in the inspection report and the equipment/material would be accepted subject to rectification and satisfactory conformation to the specification. 10.3 The materials/equipment received at stores/site shall be physically inspected by the EIC/TPIA. If any, deficiencies noticed during the inspection at site, at the first instance the contractor shall be given a notice in writing to rectify such defects. If the defects can not be rectified at site, the equipment/material may not be accepted and returned back. 10.4 Normally, the total quantity of materials/equipment under the contract shall be inspected in maximum four lots based on the progress of the works. However, if required Competent Authority (EOC) may allow inspection of materials/equipment in more than four lots. 10.5 If any, disputes/ambiguity arises during the inspection (Factory/Site), the Inspecting Officer/TPIA shall intimate the matter in writing to the EOC. The same shall be placed before the Technical Committee for their suggestion and next course of action. 10.6 For conducting smooth inspection mentioned above, the EPC contractor shall intimate about the readiness of the Equipment/Materials, detail address of the Manufacturing Unit, name & phone no of the Contact Person and relevant documents (Calibration Certificate, Raw Materials order copies, Type Test Certificate, Designs, Drawings, GTP and Routine Test Certificate) through the inspection call notice to the UPPTCL giving at least 10 days time. Contractor shall ensure that during the inspection their representative also accompany with the inspecting officers of UPPTCL.
  19. Page 19 of 36 11. Delivery Instruction (DI) : 11.1 Delivery Instruction shall be issued only after obtaining inspection report without any deviation. In the event any deviation noted by the Inspecting Officer, the same shall be complied prior to supply of such inspected materials without fail. 11.2 In respect of Power transformers, Circuit Breaker/Switchgears and other critical items, only after final acceptance test, the delivery instruction shall be issued mentioning the equipment Sl. No. & seal details. 11.3 In case of delivery instruction issued for part supply items out of the set/lot items of the BOQ, in such case DI should clearly indicate the part supply item(s). The DI shall also indicate that the free spares are included in the main items supply or not along with details of free spares. 11.4 The Delivery Instruction letter shall inter alia contain the following;  Chronological Unique number to be allotted viz, DI-1, DI-2 ...,  LOA quantity, DI already issued (Cumulative), Quantity inspected and current DI quantity.  Validity of the DI.  Destination/Place of delivery. 12. Indemnity Bond: : 12.1 After receipt of the Delivery Instruction (DI), Contractor shall arrange to supply the Materials/ Equipment as per the supply schedule mentioned in the DI. The sealed Materials/Equipment with serial number given in the DI shall be supplied at the destination Work site. 12.2 On delivery of materials/equipment at the work site, EIC shall prepare Material Acceptance Report (MAR). 12.3 After receipt of the equipment/material, these shall be handed over to the Contractor for Erection and Commissioning for which the Contractor shall be required to execute an Indemnity Bond in favour of UPPTCL hypothecating the goods and also be responsible for their safe custody. 12.4 If, UPPTCL provides Owner Supplied Material (OSM) like Transformer, Conductors etc. to Contractors for erection in the works, Contractor is also required to provide Indemnity Bond for the same before lifting/receipt of those OSM. 13. Contract Performance Bank Guarantee (CPBG): 13.1 The Contract Performance Bank Guarantee (CPBG) is a composite one. It acts as Security against the risk towards Successful Performance of Execution of Works and there after covers the risk of Guarantee/ Warrantee given by the Contractor. 13.2 If the contractor fails to execute the works as per the contract or abandon the work mid way, CPBG is invoked/en-cashed after giving adequate opportunity to the contractor. The amount so received on encashment of CPBG would be utilized to carry out the balance work at the risk and cost of the Contractor, surplus amount if any, would be refunded back to the contractor. 13.3 UPPTCL shall ensure that the equipment/materials supplied by the Contractor shall be new, unused and in accordance with the technical specification mentioned in the tender document and it shall remain free from defects in materials and workmanships for a period mentioned below commencing immediately from the date of installation of such materials/ equipment or from the date of supply of such materials/ equipment respectively whichever is earlier;  AIS Sub-Station Materials/Equipment-12 months from the date of COD or 18 months from the date of supply  GIS Sub-Station Materials/Equipment -60 months from the date of installation or 66 months from the date of supply.  Power Transformer - 60 months from the date of installation or 66 months from the date of supply, Circuit Breaker- 60 months from the date of installation or 66 months from the date of supply, Others Materials/Equipment- 12 months from the date of installation or 18 months from the date of supply. 13.4 The Technical Committee from time to time shall review the period of Guarantee against different equipment. The bid document shall clearly mention the period of Guarantee. 13.5 If any trouble or defect is found with the design, materials, workmanship or operating characteristics of any materials/equipment at any time prior to the completion of Guarantee period, the Contractor shall
  20. Page 20 of 36 be intimated to replace/rectify/repair (including the cost of dismantling, transportation and reinstallation) at Contractor’s cost. 13.6 The Contractor is required to furnish a Performance Bank Guarantee from any Nationalised / notified Scheduled Commercial Bank within 28 days from the date of issue of LOA for 10% contract value valid for a period of 45 days after completion of guarantee period. 13.7 If during the Guarantee period, the equipment/materials failed to perform and Contractor fails to rectify the same even after repeated request/advice/instruction from UPPTCL, the Performance Bank Guarantee shall be invoked/en-cashed. 14. Validity of BG and Insurance: 14.1 The Contract Performance Bank Guarantee (CPBG) is a security against performance of the works/project and after completion of the works/project, it covers the period of guarantee. Therefore, CPBG shall remain valid till completion of 45 days from the date of completion of guarantee period of the project. Initially, Contractor is supposed to submit CPBG covering the entire period. Wherever there is a delay in completion of project, the contractor shall be instructed in writing from time to time to extend the CPBG till revised date of completion of guarantee period plus 45 days. However, original Bank Guarantee(s) shall not be handed over to the contractor for the purpose of extension of validity. They are required to provide extension letter against original bank guarantee from the issuing bank well before the expiry of validity. 14.2 The Contractor is required to take Storage-cum-Erection Insurance policy for the value of the material handed over to the contractor on receipt of Indemnity Bond as well as cost of OSM material. The contractor is required to take the policy in the name of UPPTCL as principal insured. The validity period of the Insurance Policy submitted under the contract shall also be renewed from time to time by the Contractor prior to its expiry. The contractor is responsible to lodge the claim against any loss or damage under intimation to UPPTCL and also required to expedite the release of the claim from the insurance company. 15. Ensuring Safety of Materials/Equipment & Workman: 15.1 The Contractor shall be solely responsible for the safety of plant and equipment including the safety of all persons employed by it or its sub-contractor and all the properties under its custody during the performance of work. 15.2 For this purpose, contractor(s) shall indemnify UPPTCL towards all injury to person or damage to property resulting from the negligence of the Contractor or its workmen or sub-contractors or from defective design, or work under the works. 15.3 The Contractor will indemnify UPPTCL against all actions suits, claims, demands, costs or expenses arising in connection with injuries of persons employed by the Contractor or its sub-contractor(s) on the work, whether under the Workmen Compensation Act, 1923, or any other Statute in force on the date of contract. s The contractor is required to take necessary policy or policies of insurance to cover such indemnity. 15.4 UPPTCL shall also be required to establish well-defined Safety Health & Environment (SHE) guidelines embedded in the Contract Agreement. 15.5 It is mandatory for the Contractor to observe during the execution of the works, requirements of Safety Rules. If the Contractor observes all the Safety Rules and Codes, Statutory Laws and Rules during the currency of Contract awarded by UPPTCL and no accident occurs then UPPTCL may consider the performance of the Contractor and award suitable ‘ACCIDENT FREE SAFETY AWARD’ as per scheme as may be announced separately from time to time. 16. Time for Commencement and Completion 16.1 The time and the date of completion of the work is the essence of the Contract. Contractor shall so organize its resources and perform its work so as to complete the entire works within the original contract completion period mentioned in the SCC. In the event, any extension to the original contract completion period, the contractor shall complete the entire works not later than the date agreed to. 16.2 The Contractor shall submit Work Completion Schedule consisting of Key Mile Stones covering entire scope of work such as engineering, procurement, manufacturing, shipment and field erection activities including Civil works in line with the Work Completion Schedule, within Thirty (30) days of the date of
  21. Page 21 of 36 Letter of Award for approval of UPPTCL. The Work Completion Schedule shall also indicate the interface facilities to be provided by UPPTCL and the dates by which such facilities are needed. The Contractor may revise the Work Completion Schedule so submitted with UPPTCL, if required and the same shall form part of the Contract documents following approval of UPPTCL. 16.3 Subsequent to approval of revised BOQ based on the joint survey report & consequent Price Schedule, the LOA may be amended including final works completion schedule by UPPTCL which shall be used for applying Liquidated Damage (LD). As provided in the clause of Terms of Payment in this Section, final Work Completion Schedule will be taken as due date of completion of key activities for Liquidated Damage (LD)while releasing the payment in favour of the Contractor. 16.4 During the performance of the Contract, if in the opinion of the EOC, progress is not in line with the Work Completion Schedule, suitable changes may be made in the Contractor’s operations to ensure proper progress without any cost implication to UPPTCL. The corresponding interface facilities to be provided by UPPTCL may also be reviewed accordingly. 16.5 The Contractor shall commence work within the schedule time in accordance with the agreed work completion schedule (PERT/WBS). 16.6 The Contractor is required to attain Completion of the works within the stipulated time schedule or any extended time. 16.7 Work Completion Schedule as finalized shall be reviewed, updated considering the progress of the work and site conditions and be submitted to UPPTCL from time to time. 17. Grant of extension of Time : 17.1 To keep the contract live, interim/provisional extension of time may be allowed by UPPTCL with its right to levy Penalty (Liquidated Damage) at the time of final approval, if the reasons of delay is found to be attributable to the contractor. 17.2On the request of the Contractor, approval of extension of time may be considered based on the facts and circumstances of the case. The extension of the whole of the period or partial period of delay will be allowed if, the reasons of delay are not attributable to Contractor. In case, approval of extension of time is allowed, there will be no deduction of LD and the Contractor will also be entitled for upward revision of Tax as well as PV Where the reasons of delay are attributable to Contractor, extension of time is allowed with the imposition of LD. 18. Contractor’s Responsibilities: 18.1 The Contractor shall design, manufacture including associated 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. 18.2 The Contractor shall acquire approvals and/or licenses from all local, state or national government authorities or from such authorities or undertakings require the Contractor to obtain in its name and which are necessary for the performance of the Contract. 18.3 The Contractor shall comply with all laws in force in the country where the Facilities are to be implemented. The laws will include all local, state, national or other laws that affect the performance of the Contract and bind upon the Contractor. The Contractor shall indemnify and hold harmless UPPTCL from and against any and all liabilities, damages, claims, fines, penalties and expenses of whatever nature arising or resulting from the violation of such laws by the Contractor or its Vendor (s)/Sub-Contractor. 18.4 The Contractor shall permit the UPPTCL or its Authorized Representative(s) to inspect the Contractor’s own records, manufacturing facilities and also it’s Vendors relating to the performance of the Contractor, if so required by the UPPTCL or its Agency. 18.5 If the Contractor is a joint venture or consortium, all members/partners shall be jointly and severally liable to the UPPTCL for the fulfillment of the provisions of the Contract and shall designate one of such persons to act as a leader with authority to bind the joint venture or consortium. The composition or the constitution of the joint venture or consortium shall not be altered without the prior consent and approval of the UPPTCL.
  22. Page 22 of 36 18.6 The Contractor shall arrange for Pre-dispatch &Post-dispatch Inspection of the equipment/materials supplied under the contract. Even during progress of the works, contractor shall arrange for inspection during key stages works executed and also after completion of works. 18.7 The contractor is responsible for proper storage, insurance, security and handling of equipment and materials supplied under the contract till the same is utilized in the works and handed over the same to the UPPTCL. Any equipment / materials found defective or wear and tear during the storage, contractor is solely responsible for such act. 18.8 The contractor is responsible to fulfill all the statutory obligations arising out of the contract. 18.9 The contractor is responsible for Safety & Protection of workers, payment of Minimum Wages and obey the Local Rules and Regulations during execution of the contract. 18.10 The contractor is responsible for payment of damage & compensation arising out of the contract and make payment to their associates wherein UPPTCL is not directly responsible for such act. 18.11 The contractor is required to submit Progress Report to the UPPTCL on Daily/Weekly/ Monthly /Quarterly/ Annually as the case may be from time to time. 18.12 The contractor is responsible for deposit of statutory fees including electrical inspection fees before the Authority for the purpose of work. 18.13 The contractor shall endeavor all such facilities as mentioned under the clauses of the GCC and or SCC. 19. UPPTCL’s Responsibilities: 19.1 The acquisition of land for Sub-Station works and obtaining Statutory Clearances shall be the responsibility of the UPPTCL.UPPTCL 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. 19.2 Necessary Statutory Approvals/ Permission/ Clearances/ Certificates from the Statutory Authorities like Forest and Environment Authority, Urban developmental Authority, Railway Authority, Aviation Authority, NHAI, Municipal Corporation, Town Planning Board etc. as required need to be obtained by the UPPTCL. 19.3 The Contractor is required to assist the UPPTCL in obtaining all permits, approvals or licenses necessary for the execution of the Contract timely from all local, state or national government authorities or public utilities/, as the case may be. 19.4 UPPTCL shall make payment, progressively as per the terms of payment within thirty (30) days of receipt of the Contractor’s invoice, subject to fulfillment of all the conditions for release of such payment. 19.5 UPPTCL shall make endeavor to provide all such facilities as mentioned in the contract document and fulfill its obligations imposed by the Contract. 20. Electrical License: 20.1 HT/EHT license issued by the State Govt. Authority available with the Contractor is sufficient for the purpose of participation in the subject tender. 20.2 PROJECT LICENSE: All electrical jobs shall be carried out only through contractors possessing valid project licenses from Uttar Pradesh State. 20.3 Electrical safety clearances Certificate: The Contractor shall be responsible for obtaining Electrical safety clearances Certificate from the Electrical safety directorate from time to time at its own cost. C-Payment 221. Contract Price: 21.1 The Contract Price shall be the total price for the entire scope of works inclusive of applicable CGST plus UPGST or IGST as the case may be, covering all the components i.e. Supply of Equipment/Material/Spares, Erection and Commissioning and Civil Works as specified in the Letter of Award and subsequent amendments thereto.
  23. Page 23 of 36 21.2 The Contract Price shall be firm not subject to any alteration, except in the event of a change in the scope of works or changes due to increase /decrease in rates of GST or due to price adjustment/variation clause or due to application of any clauses as otherwise provided in the Contract. 21.3 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. 22. Mode of Payment: 22.1 The mode of Payment shall be through RTGS. 22.2 Other Payments viz; Statutory fees payable to Forest/ Railway/ NHAI/ License fees etc. shall be paid through RTGS by UPPTCL directly to the Authority. 22.3 In case the Contract is awarded to a Joint Venture/Consortium, all payments shall be made directly to the Lead Partner of the JV/Consortium Only. 22.4 The final payment will be made on completion/commissioning of all works and on fulfillment by the Contractor of all his liabilities under the Contract. 22.5 All payments under the Contract shall be in Indian Rupees only. 23. Terms of Payment: 23.1 Unless otherwise specifically mentioned in the SCC, the Contract Price shall be paid in the manner as specified below; A. Mobilization Advance: Mobilization advance shall be up to Five (5%) of Contract Value of supply of electrical equipment/materials (including mandatory spares) which shall be paid as an interest bearing recoverable advance after signing the contract agreement and on submission of and approval of; (a) Unconditional acknowledgement of the Letter of Award by the Contractor. (b) Submission of “Tax Invoice”, in terms of the CGST and UPGST Rules, as applicable under GST law in triplicate for claiming such Mobilisation Advance. (c) Advance Bank guarantee of 110% amount of mobilization advance having validity up to three months after scheduled completion period with six months claim period thereafter. However, in case of delay of completion of S/S the validity of this shall be extended by the period of such delay. (d) Submission and approval of an unconditional Contract Performance Bank Guarantee towards faithful performance of the contract at the rate 10% of contract value. (e) Execution of Contract Agreement. (f) Submission of detailed Bar Chart and its approval by UPPTCL. (g) Handing over of the Sub-Station Site to the Contractor. Note: 1. This advance payment is an optional payment. The contractor has the option of taking the interest bearing Mobilisation Advance. In case, the contractor opts for this the same shall be paid to the contractor on fulfillment of above conditions and an interest will be charged at the rate of 10% per annum or as fixed by UPPTCL from time to time. The Mobilization Advance shall be recovered from the running bill at the same percentage (i.e. 5%) of gross value of the bill along with interest. Advance BG shall be released one month after 100% adjustment of Mobilization Advance amount. 2. The contractor may submit multiple no. of BGs not exceeding 4 nos. aggregating to 110% of Mobilisation Advance Amount. The same may be returned to Contractor, one after another, each time after recovery of mobilization advance equivalent to the BG amount. B. Supply Portion of the Contract: UPPTCL shall release progressive payment of supply portion of the contract in three stages as specified below subject to submission of the relevant documents for each stages; STAGE-1: Stages Progressive Payment Towards Supplies ( Quantity wise) Minimum erection work required for payment of supplies (Inter-Lock) Stage-1 70% payment of supplied Sub-Station Equipment/ Materials. After completion of Foundation work of the equipment.
  24. Page 24 of 36 Note: Progressive Payment of 70% against following major equipment shall be done on fulfillment of conditions mentioned against each, even if inspection/supply is made earlier. a. Control & Relay Panel along with SAS-After completion of control room b. Control & Power cable-After completion of control room & cable trench. c. ACDB, ACLDB, DCDB, Battery Set & Charger- After completion of control room. d. GIS modules after completion of GIS Hall. Documents required to be submitted for Stage-1 Supply Payment; i. Tax Invoice, 70% of the Taxable Value of Supplies along with CGST plus UPGST or IGST, as the case may be on 70% of the Taxable Value of Supplies in triplicate duly certified by the Engineer-In-Charge (EIC). ii. Evidence of dispatch (Tax Invoice of the Vendor), R/R or L/R, Challan & packing list identifying contents of each shipment, Copy of Contractor’s e-way bills. iii. Storage-Cum-Erection Insurance Policy / Certificate endorsing UPPTCL as principal insured. iv. Contractor’s Guarantee Certificate of Quality covering the entire Guarantee period. v. Material Dispatch Clearance Certificate (MDCC)/Despatch Instruction (DI) issued by UPPTCL. vi. Material Verification and Acceptance at Site (MVAC) after receipt at site. vii. Submission of Indemnity Bond equivalent to the total cost of the Materials/Equipment supplied including UPPTCL supplied materials(OSM) viii. Evidence of completion of Foundation Works of the Equipment. ix. Any other document as required by Engineer-In-Charge (EIC). Stage-2: Documents required to be submitted for Stage-2 Supply Payment; i. Tax Invoice 20% of the Taxable Value of Supplies along with CGST plus UPGST or IGST, as the case may be, on 20% of the Taxable value of Supplies) in triplicate duly certified by the Engineer-In-Charge (EIC). ii. Copy of the Tax Invoice earlier submitted at the time of releasing 70% progressive payment. iii. Copy of Joint Measurement Certificate (JMC) for the Erection, Installation of such supplied Equipment/Materials. iv. Besides above, any other documents as required by the Engineer-In-Charge (EIC). Stage-3: Documents required to be submitted for Stage-3 Supply Payment; i. Submission of Final Tax Invoice (10% of the Taxable Value) of Supplies along with CGST plus UPGST, or IGST, as the case may be, on 10% of the Taxable Value of Supplies in triplicate duly certified by the Stages Progressive Payment Towards Supplies ( Quantity wise) Minimum erection work required for payment of supplies (Inter-Lock) Stage-2 20% payment of supplied Sub-Station Equipment/ Materials after erection (Price variation not considered at this stage as 100% price variation payable at the time of last phase of the payment. After satisfactory erection of equipment subject to earth filling of associated switchyard and completion of associated cable trench up to control room. Stages Final Payment Towards Supplies (Quantity wise) Minimum erection work required for payment of supplies (Inter-Lock) Stage-3 10% payment of supplied Sub-Station Equipment/ Materials after Commissioning. After satisfactory completion and commissioning of entire substation, 100% completion of Electrical & Civil works, adjustment of liquidated damages, if any, Completion of Material Reconciliation, settlement of Price Variation if applicable (Positive or Negative) and issuance of taking over certificate.
  25. Page 25 of 36 Engineering-In-Charge (EIC) towards final BOQ of the Price Schedule. ii. Copy of Certificate from Electrical Inspectorate. iii. Submission and acceptance of final Material Reconciliation Statement for the entire works under the contract based on the MVAC vis-à-vis JMC. iv. Adjustment of excess payment made, if any, arising out of the final material reconciliation statement. v. Submission and approval of amended Contract Performance Bank Guarantee for the extended work completion period, if any. vi. Submission and approval of additional Contract Performance Bank Guarantee for the Major Equipment (Power Transformers, Switch Gears, S/S Automation Equipment and Cables). vii. Evidence of Return of dis-mantled items, if any, to UPPTCL. viii. Evidence of Return of Unused OSM items, if any, to UPPTCL. ix. Work Completion Certificate for each completed work duly certified by the Engineer-In-Charge (EIC). x. Handing over and Taking Over Certificate. xi. Besides above, any other documents as required by the Engineer-In-Charge (EIC). C. Erection Portion Of the Contract: UPPTCL shall release progressive payment of Erection portion of the contract in two stages as specified below subject to submission of the relevant documents for each stages; Stage-1: Documents required to be submitted for Stage-1 Erection Payment; i. Tax Invoice for 90% of the Taxable Value of Erection portion including CGST plus UPGST, or IGST, as the case may be thereon as per GST Rules in Triplicate duly certified by the Engineer-In-Charge (EIC). ii. Joint Measurement certificate (JMC) jointly signed by the Site Engineer/Representative of Engineer-In- Charge (EIC) and the Contractor’s Engineer. iii. Copies of all statutory documents such as Project License, Valid Labour License, GST Registration certificate and Storage-Cum-Erection Insurance Certificate shall be furnished against the first running bill only. iv. Besides above, any other documents as required by the Engineer-In-Charge (EIC). Stage-2: Documents required to be submitted for Stage-2 Erection Payment: i. Submission of Final Tax Invoice of 10% of the Taxable Value of Erection portion along with CGST plus UPGST or IGST, as the case may be thereon, as certified by the Engineer-In-Charge (EIC). ii. Copy of Certificate from Electrical Inspectorate. iii. Submission and acceptance of final Material Reconciliation Statement for the entire works under the contract based on the MVAC vis-à-vis JMC. Stages Terms of Payment Details of Works ( Quantity wise) Stage-1 Progressive payment of 90% of the Erection Running Bills submitted Monthly. On erection of Sub-Station Equipment / Materials. Stages Terms of Payment Details of Works ( Quantity wise) Stage-2 Final 10% payment of Erection Bill. After satisfactory commissioning of entire substation, 100% completion of Electrical & Civil works, adjustment of liquidated damages, if any, Completion of Material Reconciliation, settlement of Price Variation if applicable (Positive or Negative) and issuance of taking over certificate. Submission and approval of amended Performance Bank Guarantee for the extended work completion period, if any.
  26. Page 26 of 36 iv. Submission and approval of amended Performance Bank Guarantee for the extended work completion period, if any. v. Evidence of Return dis-mantled items, if any, to UPPTCL. vi. Evidence of Return of Unused OSM items, if any, to UPPTCL. vii. Work Completion Certificate for each completed work duly certified by the Engineer In-Charge (EIC). viii. Handing over and Taking Over Certificate. ix. Besides above, any other documents as required by the Engineer-In-Charge (EIC). D. Civil Works Portion of the Contract: UPPTCL shall release progressive payment of Civil Works portion of the contract in two stages as specified below subject to submission of the relevant documents for each stages; Stage-1: Documents required to be submitted for Stage-1 Civil Works Payment; i. Tax Invoice for 90% of the Taxable value of Civil works portion along with CGST plus UPGST or IGST, as the case may be, thereon as per GST Rules in Triplicate duly certified by the Engineer-In-Charge (EIC). ii. Joint Measurement certificate (JMC) jointly signed by the Site Engineer/Representative of Engineer- In-Charge (EIC)and the Contractor’ representative. iii. Copies of all statutory documents such as Project License, Valid Labour License, GST Registration certificate and Storage-Cum-Erection Insurance Certificate shall be furnished against the first running bill. iv. Submission of Cube Test report in case of PCC and RCC. v. Besides above, any other documents as required by the Engineer-In-Charge (EIC). Stage-2: Documents required to be submitted for Stage-2 Civil Works Payment; i. On Submission of Final Tax Invoice on the 10% of the Taxable Value of Civil Works along with 10% of the CGST plus UPGST, or IGST on the Taxable Value of Civil Works certified by the Engineer-In- Charge (EIC). ii. Work Completion Certificate for each completed work duly certified by the Engineer-In-Charge (EIC). iii. Besides above, any other documents as required by the Engineer In-Charge (EIC). Note: i. GST as applicable shall be paid as per the extant provision of GST Laws. ii. Liquidated Damage, if any, shall be recovered from the final 10% retention amount payable after commissioning. iii. TDS shall be made while releasing the above Payment. iv. Other deductions if any shall be recovered from the running Invoices. Stages Details of Works ( Quantity wise) Terms of Payment Stage-1 On progressive completion of Civil Works Progressive payment of 90% of the Civil Running Bills submitted Monthly. Stages Details of Works (Quantity wise) Terms of Payment Stage-2 On completion of 100% civil works Final 10% payment of Civil works running Bill. After satisfactory Completion and commissioning substation, Adjustment of liquidated damages, if any, Completion of Material Reconciliation, settlement of Price Variation if applicable (Positive or Negative) and issuance of taking over certificate. Submission and approval of amended Performance Bank Guarantee for the extended work completion period, if any.
  27. Page 27 of 36 23.2 Unless otherwise specifically mentioned in the SCC, payment towards price variations/ adjustment will made in the manner as specified below; Payment towards Price Variations/Adjustment: if applicable i. Any variation in Contract Price due to Price Adjustment provision shall be effected on presentation of calculations as per formula specified along with documentary evidence.  The monthly WPI for the month of tender opening is to be considered as base month.  Price variation bills are to be submitted by the firm for all items that are subject to variable price along with erection bills.  WPI data for a month are published around 14th of subsequent month. However, WPI data for last two months of published data remain provisional. As such, price variation computation can be done after final WPI figures are available. ii. The price variation for an item is to be limited to (+ or -) 30% of Taxable Value for supply of Materials/Equipment portion and Installation Service Portion. iii. Any increase in Contract Price due to price adjustment shall be paid both for supply of material/equipment portion and Installation Services portion separately provided that the said material/equipment has been supplied and Installation Services provided and payment released there against accordingly. iv. Any reduction in Contract Price due to price adjustment provision above shall be effected by recovering of the reduction amount from any of the Contractor’s invoices falling immediately due for payment or any other payments. v. The price adjustment claims are to be submitted separately through invoice with the erection bill along with the relevant documents and referring to the original Invoices released earlier. 24. Taxes and Duties: 24.1 GST at the applicable rate on the Taxable Value shall be paid to the contractor on submission of Tax Invoice. 24.2 Except as otherwise specifically provided in the Contract, the Contractor shall bear and pay all taxes, duties, levies, cess and charges assessed on the Contractor, its associates or their vendors by all municipal, state or national government authorities in connection with the Facilities where the Site is located. 24.3 If any rates of Tax are increased or decreased, a new Tax is introduced, an existing Tax is abolished, or any change in interpretation or application of any Tax occurs in the course of the performance of Contract, an equitable adjustment of the Contract Price shall be made to fully take into account any such change by addition to the Contract Price or deduction there from, as the case may be. However, any statutory variations in GST rates beyond the original contract period shall be to the UPPTCL’s account provided, the reason of delay is not attributable to Contractor. Any upward revision in GST rate during the extended contract period, if any, (beyond the scheduled completion date) shall be to account of the Contractor, if the reason of delay is attributable to Contractor. 24.4 TDS so made shall be deposited with the relevant tax Authorities &TDS certificates shall be issued by UPPTCL. D- Intellectual Property 25. Patent & Royalties: 25.1 It is the responsibility of the Contractor to satisfy all demands that may arises at any point of time towards royalties and fees for patents covering materials, articles, devices, equipment or processes used in the works. The Contractor shall also be liable for any damages or claims for patent infringements and shall keep UPPTCL indemnified in this regard. 25.2 The Contractor shall, at its own cost and expense, defend all suits or proceedings that may be instituted for alleged infringement of any patents, and, in case of an award of damages, the Contractor shall pay for such award. In the event of any suit or other proceedings instituted against UPPTCL, the same shall be defended at the cost and expense of the Contractor who shall also satisfy/comply with any decree, order or award made against UPPTCL. But it shall be understood that no such machine, plant, work, material or thing has been used by UPPTCL for any purpose or any manner other than that for which they have been
  28. Page 28 of 36 supplied and installed by the Contractor and specified in the tender documents. 25.3 Final payment to the Contractor by UPPTCL will not be made, if the equipment, or any part thereof supplied by the Contractor, is in such suit or proceedings held to constitute infringement. The Contractor shall at its option and at its own expense, either procure for UPPTCL, the right to continue the use of said equipment or part thereof, replace it with non-infringing equipment or modify it, so it becomes non- infringing 26. Confidential Information: 26.1 UPPTCL 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 termination of the Contract. Notwithstanding the above, the Contractor may furnish to its Vendor(s)/Subcontractor(s), if any, such documents, data and other information it receives from the UPPTCL to the extent required for the Vendor(s)/Subcontractor(s) to perform their work under the Contract, in which event the Contractor shall obtain from such Vendor(s)/Subcontractor(s) an undertaking of confidentiality similar to that imposed on the Contractor under this clause. 26.2 UPPTCL shall not use such documents, data and other information received from the Contractor for any purpose other than the operation and maintenance of the Facilities. Similarly, the Contractor shall not use such documents, data and other information received from the UPPTCL for any purpose other than the design, procurement of Plant, construction or such other work and services as are required for the performance of the Contract. 26.3 The obligation of a party, however, shall not apply to that information which: (a) Now or hereafter enters the public domain without any fault of the either party. (b) 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 hereto. (c) Otherwise lawfully becomes available to that party from a third party that has no obligation of confidentiality. The above provisions of this clause 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 Facilities or any part thereof. E- Execution of the Facilities 27. Representatives: 27.1 UPPTCL’s Engineer-In-Charge (EIC): UPPTCL shall notify the Engineers-In-Charge (EIC) in the SCC. The Scope of duties of the Engineer-In-Charge, pursuant to the contract, will include but not be limited to the following: i. Supervise the work at site and ensure quality with reference to the approved design, drawings, and technical specifications. ii. Monitor the progress of work in accordance with the approved Bar Chart/WBS Inspect, accept or reject or authorize his representative to inspect/ accept or reject the material/equipment supplied by the Contractor at site or at any other place where Contractor’s site store is located. iii. Certify the work for progressive payment as well as final payment. iv. Review and suggest modifications and improvement in completion schedule from time to time. v. Supervise the Quality Assurance Program implementation at all stages of the work. vi. Upon successful completion and commissioning of the Sub-station works, the EIC shall ensure reconciliation of material issued to the contractor. If no claim is pending against the contractor, the certificate to this effect shall be issued by the Supervising Engineer. vii. Issue notices, instructions, orders, certificates, approvals and other communications under the Contract viii. Any other work relating to performance of the Contract. 27.2 UPPTCL’s Engineers Of Contract (EOC): UPPTCL shall notify the Engineers Of Contract (EOC) in the SCC. The EOC shall represent and act for the UPPTCL at all times during the performance of the Contract. The Scope of duties of the Engineer-In-Charge, pursuant to the contract, will include but not be limited to the following. i. Discharge the function diligently in respect of entire Pre-award activities. ii. Issue of LoA following the completion of tendering process and approval of competent authority.
  29. Page 29 of 36 iii. Acceptance of CPBG, keeping in safe custody, ensuring renewal from time to time etc. iv. Signing of Contract and keeping it in safe custody Contract Agreement along with all necessary documents. v. Review and approval of contractor’s drawings, engineering data etc. vi. Administer the process of inspection of equipment/material and issue of DI. vii. Look after approval of additional quantity of work and make an endeavour to secure prior approval from competent authority. viii. Monitor the progress of work and consider the extension time for the reasons not attributable to Contractor and place it before competent Authority. ix. Look after the Dispute Resolution with the Contractor. x. Issue notices, instructions, orders, certificates, approvals and other communications under the Contract. xi. Any other work relating to performance of the Contract. 27.3 Contractor’s Project Manager: The Contractor shall appoint a Project Manager having adequate qualifications and shall request UPPTCL in writing to approve the person so appointed before signing of the Contract Agreement. The Contractor can change the Project Manager from time to time with the consent of UPPTCL. The Project Manager shall supervise all work done at the Site by the Contractor and shall remain present at the Site throughout normal working hours. 28. Work Program: 28.1 Contractor’s Manpower Chart: The Contractor shall submit the list of the manpower with their rank & position, duties and responsibility, for carrying out the contract work at the time of execution of the contract. 28.2 Contractor’s Execution Plan: It is agreed by the Contractor to execute the contract works within the scheduled time and as per the agreed mile stone (PERT/WBS). In this respect, the Contractor shall submit the detailed PERT/WBS to the EOC for approval which shall be the base for monitoring & execution of the contract works. 28.3 Subcontracting:  The Contractor is not allowed to transfer, assign or otherwise part with the Contract or any part thereof, either directly or indirectly to any other party without the prior approval of UPPTCL.  However, prior approval of UPPTCL is not required for specialized nature of work, where, the contractor may engage Sub-Contractor/Associates for such specialized works, if already specified in the contract.  Further, the contractor, if so desires, may engage sub-contractor with the prior approval of UPPTCL. UPPTCL shall evaluate the capability of the sub-contractor before giving its approval for engagement of Sub-Contractor. These Sub-Contractor(s) shall not be entitled to any or payment/compensation from UPPTCL and it would be sole responsibility of the Contractor to deal with its Sub-Contractor(s). 28.4 Progress Report:  The Contractor shall monitor the progress of all such activities specified in the PERT/WBS and shall furnish a progress report on Supply, Erection, deployment of gang, physical projections, Financial projections, reason of delay in execution of works, if any, etc. to the EIC on weekly basis and to EoC on monthly basis as agreed between the Contractor and UPPTCL.  The progress report shall contain the percentage completion achieved compared with the planned percentage completion for each activity and where any activity is behind the schedule, its plan to make- up the delay. F-Guarantees and Liabilities 29. Guarantee & Warranty 29.1 The Contractor shall guarantee that the equipment/materials will be new, unused and in accordance with the Contract documents and free from defects in material and workmanship for a period (as mentioned in the SCC) commencing immediately after the satisfactory commissioning of the entire works under the contract. 29.2 However, critical components covered under the contract such as Power Transformers, Switch Gears, Relays, VCBs, CT & PT, AAA ACSR Conductor, XLPE Cables etc, shall have extended defect liability period beyond the normal performance guarantee period as mentioned in the SCC.
  30. Page 30 of 36 29.3 The Contractor’s liability shall be to the extent of repair/replacement of such defective equipment/material either arising from faulty design or defective equipment/materials and/or bad workmanship. Such defective equipment/materials shall be handed over to the Contractor for repair or replacement by a new one, unless otherwise repairable at site. 29.4 The Contractor shall complete the repair/replacement work within the reasonable time frame intimated by the EOC. If any defects are not remedied within the time frame, the EOC may proceed to do the work at the Contractor’s risk and cost but without prejudice to any other rights, which UPPTCL may have against the Contractor in respect of such defects. 29.5 In the event of any emergency, where in the judgment of the EOC, delay would cause serious loss or damages, repair may be made by the EOC or a third party chosen by the EOC without advance notice to the Contractor and the cost of such work shall be recovered from the Contractor. In the event such action is taken by the EOC, the Contractor will be notified in due course and he shall assist wherever possible in making necessary corrections. This shall not relieve the Contractor of his liabilities under the terms and conditions of the Contract. 29.6 If it becomes necessary for the Contractor to replace or renew any defective portions of the works the provision of this clause shall apply to portion of the works so replaced or renewed until the expiry of guarantee period. 29.7 The repaired or new parts will be supplied and erected free of cost by the Contractor. If any repair is carried out on its behalf at the site, the cost of such repairs shall be to the account of contractor. 29.8 The cost of any special or general overhaul rendered necessary during the maintenance period due to defects in the equipment or defective work carried out by the Contractor, the same shall be borne by the Contractor. The acceptance of the equipment or works by the EOC shall in no way relieve the Contractor of its obligations under this clause. 29.9 In the case of those defective parts, which are not repairable at site but are essential for the operation of the equipment, the Contractor and the EOC shall mutually agree to a program of replacement or renewal, which will minimize interruption to the maximum extent in the operation of the equipment. 29.10 At the end of the guarantee period and or Defect Liability period, the Contractor’s liability ceases except for latent defects warranty. 29.11 The contractor shall not stand guarantee for the materials supplied by UPPTCL but shall stand guarantee during the erection of the materials. 30. Latent Defect Warranty: 30.1 The period of latent defect warranty shall be 10 years reckoned from the completion of one year guarantee/ warranty from Commercial Date of Operation (CoD), i.e. one year after satisfactory commissioning of the Works/Facility under the contract. The latent defect warranty shall mean such warranties which are ‘Latent’ to the equipment supplied or erected which would not normally be discovered/seen by an inspection or discoverable during the trial run. These are concealed flaws which one would normally not expect from the item during the execution of the contract or during the guarantee period but a manufacturing defect detected beyond guarantee period for which the contractor shall remain liable for replacement/rectification for such ‘Latent’ defect. 30.2 UPPTCL shall exercise the right of latent defect warranty for replacement/rectification of Supply/Workmanship. 30.3 UPPTCL will have a claim in damages against the contractor if the defects are a result of the contractor’s breach of contract and/or negligence and UPPTCL suffers loss as a result. 31. Limitation of Liability: . 31.1 Except in cases of criminal negligence or willful misconduct, the final payment by UPPTCL in pursuance of the Contract shall mean the release of the Contractor from all its liabilities under the Contract except for liabilities under Guarantee period and Latent Defect Warranty period.
  31. Page 31 of 36 31.2 Such contractual liabilities and responsibilities of the Contractor shall prevail till expiry of the Latent Defect Warranty period. Notwithstanding anything to the contrary mentioned herein and to the extent permitted by law, the aggregate liability of Contractor to UPPTCL, whether in contract, tort or otherwise, will be limited to 100% of the contract value. G- Risk Distribution 32. Force Majeure 32.1 “Force Majeure” shall mean conditions beyond control of either parties like war, hostility, acts of public enemy, civil commotion, sabotage, serious loss or damage by fire, explosions, epidemics, lockouts or acts of God that come under the legal concept of Force Majeure (FM). 32.2 Force Majeure shall not include the following occurrences:  Late delivery of materials caused by congestion of Vendor’s facilities or elsewhere, and oversold condition of the market, inefficiencies, or similar occurrences.  Late performance by Contractor and / or Vendor caused by unavailability of raw materials, supervisors or labour, inefficiencies of similar occurrences  Mechanical breakdown of any item of Contractor’s or its Vendor’s equipment, plant or machinery  Delays due to ordinary storm or inclement weather  Non-conformance by Vendor/Sub vendor.  Financial distress of Contractor or its Vendor (s). 32.3 Delays in performance of contractual obligations under influence of Force Majeure conditions are condonable by the other party without any right to termination or damages, provided, notice of the happening of any such event is given by the affected party to the other within 30 (thirty) days from the date of occurrence. 32.4 Works under the contract shall be resumed as soon as practicable after such event has come to an end or cease to exist. However, if such event continues for a period exceeding 180 days, either party may at its option terminate the contract by giving notice to the other party. 32.5 Any delay or failure in performance by either party hereto shall not give rise to any claims for damages or loss of anticipated profits if and to the extent, such delay or failure is caused by Force Majeure. H-Contract Delay and Default 33. Contract Delay: 33.1 To keep the contract, live, interim/provisional extension of time may be allowed with the right to levy Penalty (Liquidated Damage) at the time of final approval. 33.2 On the request of the Contractor, extension of time may be considered based on the facts and circumstances of the case. The extension of the whole or part of the period of delay may be allowed if it is found that the reasons of delay cannot be attributable to Contractor. In such case, Contractor will be eligible for upward revision of Tax, if any during extension period. 33.3 Where reasons of delay are attributable to the contractor, extension of time is allowed with the imposition of LD. 33.4 In all the above cases the contractor whether allowed extension or not, will be liable to pay negative PV. 33.5 In the event extension of time is allowed, the woks completion schedule shall be rescheduled accordingly 34. Liquidated Damage: 34.1 Normally, the Works shall be completed within the scheduled Completion Period. However, the Original Schedule Completion Period gets extended from time to time due to delay on the part of the Contractor or Handing over of Land/Obtaining Statutory Clearances/ Supply of OSM by UPPTCL/ Force Majeure Incidence /Any Other reason as the case may be. 34.2 For such extension of time, the Contractor shall be required to request before the concerned Engineers In-Charge (EIC) giving the reasons of delay. The Engineers In-Charge (EIC) after due examination may recommend provisional extension from time to time with right to levy LD.
Advertisement