Skip to Main Navigation

Fifth Power System Development Project

Overview

NOTICE AT-A-GLANCE

  • P115566

  • Fifth Power System Development Project

  • India

  • OP00014821

  • Invitation for Bids

  • Revised

  • WBR#36[CC-CS/232-NR2/TW-1729/1730/1/G3]

  • International Competitive Bidding

  • English

  • Apr 24, 2012

CONTACT INFORMATION

  • Power Grid Corporation of India Ltd.

  • Mr.D.C.Joshi

  • Power Grid Corporation of India Ltd., Plot No.2,Sector-29

  • Gurgaon

  • India

  • India

  • +911242571838

Details

INVITATION FOR BIDS (IFB)


INDIA

Tower Packages P232-TW01 & P232-TW02 associated with Northern Region System Strengthening Scheme-XXV

 

(INTERNATIONAL COMPETITIVE BIDDING)

 

DATE OF ISSUANCE OF IFB        :           25.04.2012

 

SPECIFICATION NOS.:      Package P232-TW01: CC-CS/232-NR2/TW-1729/1/G3

                                                Package P232-TW02: CC-CS/232-NR2/TW-1730/1/G3          

 

LOAN NO.                                        :           PSDP-V LoanNo. 7787-IN

 

1.0       This invitation for bids follows the general procurement notice for this project that appeared in dgMarket on 05/04/2009.

 

2.0       Power Grid Corporation of India Ltd. (POWERGRID) has received a loan from the International Bank for Reconstruction and Development and it intends to use part of the proceeds of the loan for eligible payments under the Contract for Tower Packages P232-TW01 & P232-TW02 associated with Northern Region System Strengthening Scheme-XXV.

 

3.0       POWERGRID now invites sealed bids fromeligible bidders for the following packages under Transmission System associated with Northern Region System Strengthening Scheme-XXV:

 

1.         Tower Package P232-TW01 for (i) 765 kV S/C Jaipur (RVPN) Bhiwani Transmission Line (Part-I)-150kms.

 

2.         Tower Package  P232-TW02 for (i) 765 kV S/C Jaipur (RVPN) Bhiwani Transmission Line (Part-II) - 105kms.; (ii)400kV D/C Bhiwani (PG)-Hissar Transmission Line - 55 kms.; (iii) LILOof 400kV D/C Moga Bhiwadi Transmission Line at Hissar - 2 kms.

 

3.1       The scope of work covered under the Tower Packages P232-TW01 & P232-TW02 associated with Northern Region System Strengthening Scheme-XXV is given below:

 

            (i) detailed survey including route alignment, profiling, towerspotting, optimisation of tower locations, soil resistivity measurement & geotechnical investigation; (ii) Check survey; (iii) fabrication and supply of all type 400kV and 765 kV transmission line towers, including River crossing towers (wherever applicable) as per Employer design/drawings including fasteners,  step bolts, hangers, D-shackles etc; (iv)Supply of  all types of tower accessories like phase plate, circuit plate (wherever applicable), number plate, danger plate, anti climbing device, Bird guard (wherever applicable); (v) supply of Earth wire, Hardware Fittings and Conductor & Earth wire Accessories; (vi) Classification of foundation for different type of tower and casting of foundation  for tower footings as per Employer  foundations drawing; (vii) erection of towers, tack welding of bolts and nuts including supply and application of zinc rich paint, tower earthing, fixing of insulator strings, stringing of conductors and earth wires along with all necessary line accessories; (viii) Painting of towers & supply and erection of span markers, obstruction lights (wherever applicable) for aviation requirements (as required); (ix) Testing and commissioning of the erected transmission lines; and (x) Other items not specifically mentioned in this Specification and / or BPS butare required for the successful commissioning of the transmission line, unless specifically excluded in the Specification.

 

            The above scope of work is indicative and the detailed scope of work is given in Part-2: Employer's Requirement of the Bidding Documents, which are available for inspection and sale as stated herein.

 

            The completion period for Tower Packages P232-TW01 & P232-TW02 associated with Northern Region System Strengthening Scheme-XXV is 24 Months from the effective date of the Contracts.           

 

4.0       Bidding will be conducted through the international competitive bidding procedures specified in the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from eligible source countries as defined in the Guidelines.

 

5.0       The detailedQualifying Requirements (QR) are given in the Bidding Document of thesubject packages. The complete Bidding Documents including tender drawings are available at our website http://www.powergridindia.com. Interested bidders can download the Bidding Documents and commence preparation of bids to gain time.  

 

6.0       Interested eligible bidders may obtainfurther information from and inspect the bidding documents at the office of DGM (CS-G3)/Chief Manager (CS-G3), POWERGRID at the address given at para 10.0 below from 1500 hours (IST) to 1700 hours (IST). In case of any discrepancy between the documents downloaded by the prospective bidder and the Bid Documents (hard copy) of POWERGRID, the latter shall prevail.

 

7.0       A complete set of bidding documents in English can be purchased by interested Bidder or Bidder's authorised representative on submission of a written application to the address below and upon payment of a nonrefundable fee of US$ 500 or in Indian Rupees 25,000/- either in cash or a demand draft in favour of Power Grid Corporation of India Ltd., payableat New Delhi on all working days up to 08/06/2012 between 1500 hours (IST) to 1700 hours (IST). The document will be sent by airmail for overseas delivery and surface mail orcourier for local delivery. POWERGRID shall not be responsible for any postal delay.

 

8.0       Bids must be delivered to the address below at or before 1100 hrs (IST) on 11/06/2012. Electronic bidding will not be permitted. Late bids will be rejected.  Bids will be opened in the presence of the bidders' representatives who choose to attend in person at the address below at 1130 hrs (IST) on 11/06/2012.  All bids must be accompanied by a bid security of US$ 511,200/- or EURO 389,500/- or INR 26,600,000 (For Package-P232-TW01) and US$ 502,700/- or EURO 383,000/- or INR 26,156,000 (For Package-P232-TW02) or in equivalent amount inthe currency of the bid arrived at by converting the bid security amount specified in US$, based on the Bills Clearing (B.C.) Selling Market Rate of Exchange (MRE) of US$ as established by State Bank of India,prevalent as on 30 days prior to the date set for Bid Opening.

 

9.0       POWERGRID reserves the right to cancel/withdraw this invitation for bids without assigning any reason and shall bear no liability whatsoever consequent upon such a decision.

 

10.0     All correspondence with regard to the above shall be to the following address:

(By Post/In Person)

DGM (CS-G3)/Chief Manager (CS-G3),

Power Grid Corporation of India Limited,

`Saudamini', 3rd Floor, Plot No.-2, Sector-29,

Guargaon (Haryana) - 122001.

Telephone Nos.: (Direct) 0091-(0)124-2571840

(Thru Board) 0091-(0)124-2571700 to 719 Extn. 2399/2345/2383

Fax Nos.:- 0091-(0)124-2571831

 

            For more information on POWERGRID, visit our site at

            http://www.powergridindia.com