OFFICE OF THE CHIEF ENGINEER (TRANSMISSION) ENGINEERING BUILDING, DHURWA, RANCHI-834004
NIT No 922/ PR/ J SEB/ 12 13
Design, Engineering, Supply of materials/ Equipments (excluding auto transformer), Erection, Testing and Commissioning of 1x132 kV Transformer Bay with Extension of 132 kV Main & Transfer Bus including Erection of accessories and commissioning of 150 MVA, 220/132/33 kV Auto Transformer at Hatia-II on turnkey basis.
TECHNICAL AND COMMERCIAL PART
Issue to: ____________________________ ____________________________ ____________________________
Price of Tender Document: Rs. 10,000/- Page 2 of 73 JHARKHAND STATE ELECTRICITY BOARD OFFICE OF THE CHIEF ENGINEER (TRANSMISSION) ENGINEERING BUILDING, DHURWA, RANCHI-834004
NIT No. 922/ PR/ J SEB/ 12-13
Design, Engineering, Supply of materials/ equipments (excluding auto transformer), Erection, Testing and Commissioning of 1x132 kV Transformer Bay with Extension of 132 kV Main & Transfer Bus including Erection of accessories and commissioning of 150 MVA, 220/132/33 kV Auto Transformer at Hatia-II on turnkey basis
TECHNICAL AND COMMERCIAL PART
Cost of Tender Document Rs. 10,000/- paid by Cash / DD. No.
Sealed tenders containing Technical and Commercial (Part-I) and Price (Part-II) are invited from reputed, capable, experienced and financially sound firm for the work as schedule below: 1. Name of Work : Design, Engineering, Supply of Materials/ Equipments (excluding auto transformer), Erection, Testing and Commissioning of 1X132 kV Transformer Bay with Extension of 132 kV Main & Transfer Bus including Erection of accessories and commissioning of 150 MVA, 220/132/33 kV Auto Transformer at Hatia-II on Turnkey Basis.
2. Completion Period : 04 (Four) Months from the date of issue LOI. 4. Earnest Money Deposit : Rs. 2.75 Lacs. 5. Cost of BOQ : Rs. 10,000/- (Ten Thousand) (non refundable). 6. Period for Sale of B.O.Q. : 07.01.2013 to 18.01.2013 7. Date of Submission of Tender : Up to 15:00 Hrs. on 29.01.2013 8. Date of Opening of Tech. & Comml. (Part-I) of the Tender : At 16:00 Hrs. on 29.01.2013 Qualifying Requirement 1. The Bidder should be a registered company under company Act of India or proprietorship company. 2. The Bidder should have valid EPF and ESI registration. 3. The Bidder should have valid Electrical License issued/ recognized by any state Government of India for executing the electrical works of requisite voltage class. 4. The Bidder should have experience of successfully completing supply of materials & execution of the work of Erection, Testing & Commissioning of 132 kV or above voltage class of at least two bay in last 5 years as on date of Bid opening. 5. The Bidder should have sound financial background to undertake the project and should have a bank solvency of minimum Rs.1.00 Crs. or above and should submit copy of attested bank solvency certificate / audited Balance sheet in this regard. 6. Annual turnover of the bidder for electrical works including supply of materials should be at least Rs.0.50 Crores in each year on average basis during the last five year. 7. Tender without earnest money will be summarily rejected. 8. Bid documents should be paginated otherwise may be rejected. B. Terms & Conditions 1. The bidder should have experience & professionally well versed in Design, Engineering, Equipment Details and site works. A list in this regard should also be furnished. Page 4 of 73 2. Black listed/ Ban on participation in any contract/ tender or any other pecuniary interest directly or indirectly in any construction work/ Manufacture/ Supply/ financial transaction pertaining to the Board by persons employed in the Board or their close / blood relations/ proxies. The Bidder should submit an affidavit as a proof. 3. No postal or courier transaction of the documents will be entertained. 4. Any other term and conditions as detailed in B.O.Q will also be part of this NIT. 5. Issuance of tender document does not construe that they will be qualified automatically. 6. At any stage if it is found that bidder have submitted false document for the purpose of qualifying in the tender, action as per law will be taken and the pending payment, BG, Security amount of the bidder will be forfeited by the Board at any stage of execution. 7. Board reserves the right to reject any or all the tenders or distribute the work among more than one bidder without assigning any reason thereof. 8. Tender document can be purchased from the office of the Chief Engineer (Transmission) as per schedule on payment of cost of tender documents (Non-refundable) either in cash or in the shape of Demand Draft in favor of Dy. Director of Accounts (Sectt.), J SEB, Ranchi, payable at Ranchi or downloaded the tender document during the period of sale as mentioned so that time can be saved for preparation of bid but the cost of Tender document (Demand Draft) must be accompanied with Bid submission. All the pages of the tender documents purchased / downloaded must be signed by the bidder as a token of acceptance. 9. Address for Submission of Tender : Chief Engineer (Transmission), J harkhand State Electricity Board, Engg. Building, HEC, Dhurwa, Ranchi 834 004 [Telephone 0651-2400 008 (O)] 10. This Tender Notice is also available on website www.jseb.in. Note: 1. The bidders are advised to visit the site for an acquaintance with the site conditions and availability of foundation materials rate at their own cost before quoting their rate etc. 2. Bidder may visit website www.jseb.in for detail.
Sd/- (R.N. Tiwary) Chief Engineer (Transmission) Page 5 of 73 PART A CHAPTER II
INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDERING
2.1 Introduction 1. On behalf of J harkhand State Electricity Board, herein after referred to as JSEB Sealed tenders are invited from established, experienced, financially sound and reliable Contractors for execution of Design, Engineering, Supply of materials/ equipments (excluding auto transformer), Erection, Testing and Commissioning of 1x132 kV Transformer Bay with Extension of 132 kV Main & Transfer Bus including Erection of accessories and commissioning of 150 MVA, 220/132/33 kV Auto Transformer at Hatia- II on turnkey basis as detailed below.
2.2 TENDERER BID
The Tenderer Bid shall be submitted in one envelope in which there must be following sealed envelopes:- PART I (Techno &Comml)
Packet A :- Containing submission letter of bid proposal, earnest money deposit as demand draft drawn in favour of DDA (Sectt) / Bank Guarantee/ Demand Draft issued by any nationalized bank in favour of DDA (Sectt.), JSEB, Ranchi
Packet B :- (i) Containing documents in support of the qualifying criteria.
(ii) Containing documents related to technical part.
(iii) Containing documents related to commercial part.
Note: a) All the pages of the papers submitted with Part-I (Packet B) should be indexed and page marked serially at the centre top of each page. Page marking should be done by blue ball pen carefully without any cut (if cut put initial) before sealing of the packet. b) If even by mistake open price part is found in packet A or B their bid will be summarily rejected and price part will be destroyed.
iv) Pre-qualification & Techno-commercial element of the Tender Bid here-in- after called Pre-qualification Bid: Following documents must be submitted with the packet A (Part-I). If the Tenderer fails to submit any of the following documents their tender will be liable for rejection without any further correspondence:
a) Proof of EMD, b) Original tender document duly signed and stamped on each and every page as an acceptance, c) Prequalification requirement, d) Deviation if any. e) Proof for purchasing cost of tender documents paid by the bidder. Note : Submission of extra papers other than the specific desired papers for the purpose of making the tender bulky will be liable for rejection of the tender.
Page 6 of 73 PART II (Price Part) Packet C: Price elements of the Tender Bid here-in-after called Price Bid offer letter complete with summary of price duly filled up in Price Schedule Performa.
2.3 OPENING OF TENDER
The tender will be opened in the office of Chief Engineer (Transmission) J harkhand State Electricity Board, Engineering Building, Dhurwa, Ranchi -834004 on the due date of opening.
2.4 QUALIFYING REQUIREMENT A. 1. The Bidder should be a registered company under company Act of India or proprietorship company. 2. The Bidder should have valid EPF and ESI registration. 3. The Bidder should have valid Electrical License issued/ recognized by any state Government of India for executing the electrical works of requisite voltage class. 4. The Bidder should have experience of successfully completing supply of materials & execution of the work of Erection, Testing & Commissioning of 132 kV or above voltage class of at least two bay in last 5 years as on date of Bid opening. 5. The Bidder should have sound financial background to undertake the project and should have a bank solvency of minimum Rs.1.00 Crs. or above and should submit copy of attested bank solvency certificate / audited Balance sheet in this regard. 6. Annual turnover of the bidder for electrical works including supply of materials should be at least Rs.0.50 Crores in each year on average basis during the last five year. 7. Tender without earnest money will be summarily rejected. 8. Bid documents should be paginated otherwise may be rejected. B. Terms & Conditions 1. The bidder should have experience & professionally well versed in Design, Engineering, Equipment Details and site works. A list in this regard should also be furnished. 2. Black listed/ Ban on participation in any contract/ tender or any other pecuniary interest directly or indirectly in any construction work/ Manufacture/ Supply/ financial transaction pertaining to the Board by persons employed in the Board or their close / blood relations/ proxies. The Bidder should submit an affidavit as a proof. 3. No postal or courier transaction of the documents will be entertained. 4. Any other term and conditions as detailed in B.O.Q will also be part of this NIT. 5. Issuance of tender document does not construe that they will be qualified automatically. 6. At any stage if it is found that bidder have submitted false document for the purpose of qualifying in the tender, action as per law will be taken and the pending payment, BG, Security amount of the bidder will be forfeited by the Board at any stage of execution. 7. Board reserves the right to reject any or all the tenders or distribute the work among more than one bidder without assigning any reason thereof. Page 7 of 73 8. Tender document can be purchased from the office of the Chief Engineer (Transmission) as per schedule on payment of cost of tender documents (Non-refundable) either in cash or in the shape of Demand Draft in favor of Dy. Director of Accounts (Sectt.), J SEB, Ranchi, payable at Ranchi or downloaded the tender document during the period of sale as mentioned so that time can be saved for preparation of bid but the cost of Tender document (Demand Draft) must be accompanied with Bid submission. All the pages of the tender documents purchased / downloaded must be signed by the bidder as a token of acceptance. 9. Address for Submission of Tender : Chief Engineer (Transmission), J harkhand State Electricity Board, Engg. Building, HEC, Dhurwa, Ranchi 834 004 [Telephone 0651-2400 008 (O)] 10. This Tender Notice is also available on website www.jseb.in.
2.5 Validity of Tender
Tenderer shall keep his offer open for a minimum period of one hundred and eighty (180) days from the date of opening of the tender.
2.6 Earnest Money
a) The tender must be accompanied with earnest money of Rs. 2.75 Lacs in the form of demand draft/Bank Guarantee of the any nationalized Bank failing which the tender shall be summarily rejected. These should be in favour of Dy. Director of Accounts (Sectt), J SEB payable at Ranchi.
b) The earnest money shall remain deposited with the J harkhand Sate Electricity Board for the period of validity of the offer prescribed in this tender i.e. 180 days from the date of opening of tender or the finalization of the tender whichever is earlier.
d) The earnest money of the unsuccessful tenderer will, save as here-in-before provided, be retuned to the unsuccessful tender (s) after award of the contract but the J harkhand State Electricity Board shall not be responsible for any loss or depreciation that may happen to the security for the performance of the stipulation to keep the offer open for the period specified in the tender documents or to the earnest money while in their possession nor be liable to pay interest thereon.
2.7 Execution of contract agreement - The tenderer whose tender is accepted shall be required to appear in person at the office of the Chief Engineer (Transmission) J harkhand State Electricity Board, Dhurwa, Ranchi or in case of a firm or corporation, a duly authorized representative with proper power of attorney shall so appear and execute the contract agreement within 07 days after issue of LOI. Failure to do so shall constitute a breach of contract affected by the acceptance of the tender in which case the full value of the earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies.
In the event of any tenderer, whose tender is accepted, refuses to execute the contract agreement as herein before provided, J SEB may determine that such tenderer has abandoned the contract and there upon his tender and acceptance thereof shall be treated as cancelled and J harkhand State Electricity Board shall be entitled to forfeit the full amount of earnest money and to recover the damages for such default incidental to it.
2.8 Security Deposit on Acceptance of Tender Page 8 of 73
i) Total 5% security deposit on acceptance of tender on accepted contract value shall be deposited by contractor in shape of Demand Draft / Bank Guarantee of the any nationalized Bank and /or Fixed Deposit Receipt as a Performance Guarantee. The Security Deposit can be deposited with Dy. Director of Accounts (RE/PLAN) J .S.E.B. The security money thus deposited will be retained as Performance Guarantee and released after successful completion of the project and expiry of guarantee period. Payment will be made only after depositing the security money and execution of contract agreement.
ii) On receipt of the LOI of tender from the purchaser, the successful tenderer shall within the period of 07 days deposit the security money for due fulfillment of the contract.
iii) The Earnest money of Rs. 2.75 lacs already paid by successful tenderer may be released after depositing the full security amount as per relevant para.
iv) No interest will be payable on EMD amount.
2.9 Tenderers Address
The tenderer should state in the tender, his postal address, Fax No., Email ID, legibly and clearly. Any communication sent in time, to the tenderer by post at his said address shall be deemed to have reached the tenderer duly and in time. All documents after opening of tender should be sent by Registered post or in person (authorized).
2.10 Right of Jharkhand State Electricity Board to deal with Tenders -
The authority for the acceptance of the tender will rest with the J harkhand State Electricity Board. It shall be obligatory on the said authority to accept the lowest tender or any other tender and no tenderer(s) shall demand neither any explanation for the cause of rejection of his / their tender nor the J SEB undertake to assign reasons for declining to consider or reject any particular tender or tenders.
2.11 Credential of Tenderer The tenderer shall provide satisfactory evidence acceptable to J harkhand State Electricity Board to show compliance of terms & condition of the tender.
2.12 Period of Completion The entire work is required to be completed in all respects within 04(Four) months from the date of issue of the Letter of Intent.
2.13 Quantum of work and materials The approximate quantity of various items of works are included in schedule. The tenderer / contractor will be bound to execute the additional quantities to the extent of ( +5% ) of the total agreemental value.
2.14 SCOPE OF WORK :
The works to be undertaken by the contractor shall include the following.
i) Design, Engineering, layout of equipments, supply of material (excluding transformer & accessories).
ii) Construction of foundation plinth of 1 no. 150 MVA 220/132/33 Auto Transformer & construction of foundation for its allied bays 132 kV with construction of cable trenches etc.
iii) Erection, testing & commissioning of transformer & equipments in its allied bays, structures, laying of earthing mat etc. Page 9 of 73
iv) Receipt, including unpacking, of the equipments other than transformer at site security, storages, preservation and conservation at site of work.
v) Insurance of complete work governed by the contract including the equipment from the time of dispatch from the manufacturers factory till the issue of acceptance certificate.
vi) Unpacking, checking for damage/shortage, replacement, cleaning and erection.
vii) Transportation of equipments from various stores of J.S.E.B, at Hatia GSS.
2.15 INDIRECT TAXATION
The contractor and all personal employed by him shall pay such taxes as may be enforced from time to time like income tax as payable under statutory law of India and the purchaser will not accept any liability on this Account. Deduction of Income tax, works tax etc. at source as per the provision of finance act and Income tax act in force or any other act/ rule/ order enforced by central / state govt. may be made from the Contractor / Sub contractor and the amount so deducted be credited to the central / State government. Necessary TDS certificate as applicable shall be issued by the Board.
2.16 Termination of Contract
This contract shall be governed by the laws for the time being in force in the Republic of India, however if contractor fail to fulfill contractual commitments for completion of this work the purchaser may consider to terminate the contract and recover the damage from the contractor due to their intactness to complete the work.
2.17 Source of Funds The Board has arranged funds from Government of J harkhand/ Boards working fund and will have sufficient funds in Indian currency for execution of the works. 2.18 Site visit The Bidder, at the Bidders own responsibility and risk is encouraged to visit and examine the Site of works and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidders own expense. 2.19 Bid Security Forfeiture The Bid Security may be forfeited, if (a) the Bidder withdraws the Bid after Bid opening during the period of Bid Validity. (b) the Bidder does not accept the correction of the Bid Price, or (c) the successful Bidder fails within the specified time limit to (i) sign the Agreement or (ii) furnish the required Performance Security. (d) In case of PO/ WO is not executed by the vendor in full. 2.20 Signing of Bid Page 10 of 73 i The Bidder shall prepare one original and one copy of the documents comprising the bid, bound with the volume containing the Form of Bid, and clearly marked ORIGINAL and COPY as appropriate. In the event of discrepancy between them, the original shall prevail. ii The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder. All pages of the bid where entries or amendments have been made shall be initialed by the person or persons signing the bid. iii The Bid shall contain no alternations or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the bidder in which case such corrections shall be initialed by the person or persons signing the bid. 2.21 Deadline for submission of the Bids i Bids must be received by the Board at the address specified above not later than the time specified in the NIT. In the event of the specified date for the submission of bids being declared a holiday by the Board, the Bid will be received upto the appointed time on the next working day. ii The Board may extend the deadline for submission of bids by issuing an amendment , in which case all rights and obligations of the Board and the bidders previously subject to the original deadline will then be subject to the new deadline. 2.22 Late Bids Any Bid received by the Board after the deadline prescribed will be returned unopened to the bidder. 2.23 Award Criteria The Board will award the Contract to the Bidder whose Bid has been determined to be responsive to the Bidding documents and who has offered the lowest evaluated bid price, provided that such Bidder has been determined to be eligible in accordance with the provisions of relevant clauses of qualifying criteria. 2.24 Indemnity For the equipment/ materials to be provided by the Contractor, it will be the responsibility of the Contractor to take delivery, unload and store the materials at Site and execute an indemnity Bond and obtain authorization letter from Board, in favour of the Board and against loss, damage and any risks involved for the full value of the materials. The indemnity Bond shall be furnished by the Contractor before commencement of the supplies and shall be valid till the schedule date of Taking Over of the equipment by the Board. 2.25 Taxes and Duties i The Contractor shall be entirely responsible for payment of all taxes, duties, license fees and other such levies legally payable/ incurred until delivery of the contracted supplies to the Board. Page 11 of 73 If it is statutory requirement to make deductions towards such taxes and duties or any other applicable taxes and duties, the same shall be made by the Board and a certificate for the same shall be issued to the Contractor. ii The Contractor shall be solely responsible for the taxes that may be levied on the Contractors persons or on earnings of any of his employees and may be made against the Board. The Board does not take any responsibility whatsoever regarding taxes under Indian Income Tax Act, for the Contractor or his personnel. If it is obligatory under the provisions of the Indian Income Tax Act, deduction of Income Tax at source shall be made by the Board. iii The applicable octroi/entry tax in respect of all the items of supply should be included in the quoted price of the tenderer. iv Board would not bear any liability on account of Service Tax. Board shall, however, deduct such tax at source as per the rules and issue necessary Certificate to the Contractor. v Sales Tax/VAT on Works Contract, Turnover Tax or any other similar taxes under the Sales Tax/ VAT Act for services to be performed in India, as applicable is included in Contract Price and Board would not bear any liability on this account. Board shall, however, deduct such taxes at source as per the rules and issue Tax Deduction at Source (TDS) Certificate and/or Form C to the Contractor. 2.26 Force Majeure If at anytime, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, acts of public enemy, civil commotion, sabotage, serious loss or damages by fire, explosion, epidemics, strikes, lockouts or acts of God (herein after referred to event) provided, notice of the happening of any such event is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall be reason us such event, be entitled to terminate this, contractor shall either party have any claim for damages against the other in respect of such non-performance or delay in performance and works under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist, and decision of the Engineer as to whether the work have been so resumed or not shall be final and conclusive, PROVIDED FURTHER that if the performance in whole or in part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days, either party may at its option terminate the contract, provided that if the contract is so terminated under this clause, the purchaser will at the time of such termination take over from the contract, at prices as provided for in the contract, all erected equipment or equipments under erection as also all or any portion of un-used, undamaged and acceptable equipment whether in store or in the course of manufacture at supply rates of Schedule or at prices mutually agreed to where supply rates of Schedule are not available.
2.27 Notice under local law
The contractor shall assist the purchaser throughout the continuation of the contract in respect of all mattes arising out of the contracts, serve all notices and obtain all consents, approvals and permission on behalf of purchaser required to be taken under any regulation and by laws of the local or other authority which shall be applicable to the work.
2.28 Loss in Transit J harkhand State Electricity Board will not pay any extra payment for transit loss of any materials during transportation or from the work site. Page 12 of 73
2.29 Scheme of work/Execution of work -
i. Within a period of 3 days beginning from the date of issue of Letter of Intent / Acceptance of Tender, the Contractor shall submit detailed time schedule in Bar Chart supported with PERT / CPM chart.
ii. Contractors understanding : It is understood and agreed that contractor has by careful examination, satisfied himself as to the nature and location of the work, the confirmation of the ground, the character, quality of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the execution of the work, the general and local conditions, the labour conditions prevailing therein and all other matters which can in any way affect the works under the contract.
iii. Commencement of works: The contractor shall commence the work within 3 three days after award of LOI.
2.30 INSPECTION OF MATERIALS AT MANUFACTURERS PREMISES. All the equipment/ materials purchased from outside agencies will be inspected at site by the Engineer-In-Charge. 2.31 TEMPORARY WORKS: All temporary works necessary for the proper execution of the works shall be provided and maintained by the contractor and subject to the consent of the engineer shall be removed by him at his expense when they are no longer required and in such manner as the engineer shall direct. In the event of failure on the part of the contractor to remove the temporary works, the engineer will cause to be removed and the cost as increased by supervision and other incidental charges shall be recovered from the contractor. If temporary huts are provided by the contractor on J SEB land for labour engaged by him for the execution of the work, the contractor shall arrange for handing over vacant possession of the said land after the work is completed. If the contractors labour refuse to vacate, and have to be ejected by J SEB, necessary expenses incurred by the J harkhand State Electricity Board in connection there with shall be borne by the contractor. 2.32 a) ISSUE OF CREDIENTIAL After successful completion of work credential will be issued by Chief Engineer (Transmission) on recommendation of General Manager Cum Chief Engineer, Transmission Zone I in favour of the contractor.
b) RELEASE OF SECURITY DEPOSIT
5% of the Order Value will have to be deposited as Security Deposit at the time of agreement. Security Deposit will be released after one year from the date of actual completion of guarantee period as per clause 2.43 by the contractor and on recommendation of the General Manager concerned.
2.33 Indemnification by contractor: In the event of any claim or demand being made or action being made or action being brought against the purchaser for infringement of patent in respect of any equipment, machine, plant, work or thing used or supplied by the Contractor under this contact or in respect of any methods of using or working by the Purchaser of such equipment machine, Page 13 of 73 plant work or thing, the contractor shall indemnify the purchaser and keep him indemnified and harmless against all claims, costs, charges and expenses arising from or incurred by reason of such claim provided that the Purchaser shall notify the contractor immediately any claim is made and that the contractor shall be at liberty, if he so desires with the assistance of the Purchaser if required but at the Contractors expenses, to conduct all negotiations for the settlement of the same or any litigation that may arise there from and provided that no such equipment, machine, plant work or thing, shall be used by the Purchaser for any purpose of in any manner other than that for which they have been supplied by the Contractor and specified under this contract. 2.34 Insurance:
a) The contractor shall take out and keep in force a policy or policies of insurance against all liabilities of the contractor or the purchaser at common law or under any statute in respect of accidents to person who shall be employed by the contractor in or around the site of the contractors office for the purpose of carrying out the work on the site. The contractor shall also make out and keep on force a policy or policies of insurance against all recognized risks to their offices and depots. Such insurance shall line all respects be to the approval of the purchaser and if he so requires in his name.
b) Insurance of materials and installations. The contractor shall take out and keep in force a policy or policies of insurance against all liabilities of the contractor or the Purchaser at common law or under any statute in respect of accident to persons till the installations are provisionally handed over to the purchaser, for this purpose the installation shall be deemed to have been provisionally handed over when provisional acceptance certificate is issued for the installation in the section or commissioned or on the expiry of one month after installation are given ready in all respect for handing over, whichever is earlier, for commercial use.
c) The contractor should however, insure the materials brought to site against risks in consequence of war and invasion as required under the emergency risks (goods) Insurance Act 1962 from time to time.
d) The contractor shall take out all insurance covers in connection with the contact with General Insurance Corporation of India. Or any of its subsidiary.
2.35 Accident
a) The contractor shall, in respect of all staff engaged by him or by his sub- contractor, indemnify and keep the purchaser at all times indemnified and protected against all claims make and liabilities incurred under Workmans compensation Act the Factories Act and the payment of Wages Act, and rules made there under from time to time or under any other labour and Industrial legislation made from time to time.
b) The contractor shall indemnify and keep the purchaser indemnified and harmless against all actions, suits, claim demands, costs, charges or expenses arising in connection any death or injury sustained by any person or persons within the J harkhand State Electricity Board premises sustained due to the acts or omission of the contractor, his sub-contractors, his agents or his staff during the executions of this contact irrespective of whether such liability arises under the Workmans compensation Act, or Fatal Accident Act or any other statute in force for the time being.
Page 14 of 73 c) The contractors liabilities to meet third party claims or the type outlined above will be applicable only in cases where accidents have been caused by bad design, workmanship, material or negligence on the part of the contractor and further the liability of the contractor will be limited to Rs. 5 lacs for each accident.
d) The contractor shall be responsible for all repairs and rectification of damages to installations erected or under erection due to, thefts, pilferage or any other cause, in a section until the installation are provisionally handed over to the purchaser.
2.36 Safety measures - a) The contractor shall take all precautionary measures in order to ensure the protection of his own personnel moving about or working on the J SEB premises confirming to the relevant labour laws applicable in this region.
b) The contractor shall abide by all J harkhand State Electricity Board regulations in force for the time being and ensure that the same are followed by his representatives, Agents or sub-contractors or workmen. The Agency is required to ask for any clarification in the cases of ambiguity after the award of work. He shall give due notice to his employees and workers about provision of this para.
c) The works must be carried out most carefully without any infringement of the latest Indian Electricity Act or India Electricity Rules in force on the J harkhand State Electricity Board, in such a way that they do not hinder J harkhand State Electricity Board operation or affect the proper functioning of or damage any J harkhand State Electricity Board equipment, structure except as agreed to by the purchaser, provided that all damage and disfiguration caused by the contractor shall be made good are repaired at his own cost failing which cost of such repairs shall be recovered from the contractor.
e) The contractor shall be responsible for safe custody of all equipments till final acceptance.
2.37 Liquidated Damage:
The liquidated damage @ 0.50% of the total work value for each week of delay in completion of project beyond Schedule date of completion will be levied subject to maximum limit of 10% of the order value. The deduction will be done in proportion to the amount released. 2.38 Corrupt or Fraudulent Practices The Board requires that Bidder under this contract, observe the highest standard of ethics during the procurement and execution of this contract. In pursuance of this policy, the Board: (a) Defines, for the purpose of these provisions, the terms set forth below as follows: (i) corrupt practice means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution; and (ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Employer, and includes collusive practice among Bidders Page 15 of 73 (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Employer of the benefits of free and open competition. (b) Will reject a proposal for award of work if he determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question. (c) Will declare a Bidder ineligible, either indefinitely or for a stated period of time, to be awarded a contract/ contracts if he at any time determines that the Bidder has engaged in corrupt or fraudulent practices in competing for, or in executing, the contract. 2.39 PROVISINAL ACCEPTANCE
(i) Immediately after the completion of the installation the contractor shall certify and advise the purchaser in writing that the installation is (i) complete, (ii), ready for satisfactory commercial services and (iii) ready to be handed over. He will also place at the disposal of the purchaser the required staff for inspection, testing and putting it into operation.
(ii) The test or tests specified will be conducted jointly by the purchaser and contractor, within a fortnight of receipt of advice of completion of installation by the purchaser from the contractor.
(iii) After the purchaser is satisfied with the satisfactory working of the installations, he will issue a Provisional acceptance Certificate, which would be signed by both the parties. The provisional Acceptance Certificate will not be with held for any minor defects. The minor defects will be defined in the detailed order for award of work.
(iv) Should the result of inspection and tests be not satisfactory, an extension of one month will be granted to the contractor to make good the defects and deficiencies pointed out by the purchaser. Fresh inspection and tests will then be carried out after the contractor has attended to the defects and deficiencies. If these tests are also not satisfactory the purchaser may proceed at the contractors expense by all means deemed expedient, to have the installation made satisfactory until they comply with specifications and approved drawings and designs.
(v) In such a case or in the case of delay in completing the work under this contact within the time limit the purchaser reserves the right, if he deems it possible to use in reasonable manner any part of the installation even if some installations are not completely erected. The purchaser will give to the contractor for this purpose seven days previous notice. Contractor shall then take at his own expense all necessary steps to complete the work in accordance with the provisions of the contract. In case it becomes impossible to proceed with the above mentioned taking overt tests, for reason, other than for which the contractor is responsible, the Provisional acceptance Certificate shall be issued at or within mutually agreed reasonable period not exceeding six months after completion of a installation.
(vi) The Firm to whom the work is awarded will use the materials only after acceptance by the Engineer-in-Charge of the work.
NOTE: The issue of Provisional acceptance Certificate will not be withheld for rectification of minor defects as distinct from rejected equipment, which may not be essential for energization and operation of the installation. In such cases, only Page 16 of 73 the value of the materials and costs of rectification of the manor defects shall be with held from payments on provisional acceptance until rectifications is complete is completed.
2.41 DEFECTIVE EQUIPMENT TO BE REPLACED:
(i) Notwithstanding the issue of provisional acceptance certificate and partial or full use of any equipment if the complete plant or any portion thereof, before it is finally takeover at the end of the guarantee period, found to be or to have become defective in course of usage by the J harkhand State Electricity Boards due to faulty material, design or workmanship or otherwise to fulfill the requirement of the contact and its purpose, the purchaser shall normally give the contractor prompt notice setting the particulars of such defects or failure and the contractor prompt notice setting the particulars of such defects or failure and the contractor shall forth with make the defects good or modify or replace the equipment as ma be directed by the purchasers engineer at his own cost in all respect to make it comply satisfactorily with the said requirement. Should the contractor fail to do so within a reasonable time or not permit the serving of such notice, the purchaser may repair or reject & replace the whole or part of such defective equipment, as the case maybe, at the cost of the contractor. The contractors full liability under this clause shall be satisfied by the payment to the purchaser of the extra total cost if any of such replacement delivered and erected as provided for in the original contact, such extra cost being the ascertained difference between the price paid by the purchaser under the provision above mentioned for such replacement and the contact price for the plant so replaced plus the sum if any paid by the purchaser to the contractor in respect of such defective equipment should the purchaser to no so replace the rejected equipment within a reasonable time, the contractors liability under this clause shall be satisfied by the repayment by the contractors liability under this clause shall be satisfied by the repayment by the contractor of all moneys paid by the purchaser to him in respect of such rejected equipment. Rejected/ defective materials shall be retuned to the contractor to the extent possible. (ii) The provision will apply only in respect of the equipment and components supplied by the contractor or his sub contractor.
2.42 USE OF REJECTED MATERIALS
In the event of such rejection as aforesaid, the purchaser shall, without prejudice to his other rights and remedies and in particulars without prejudice to his right sunder the clause just preceding, be entitled to the use of the rejected equipment for a time reasonably sufficient to enable him to obtain other replacement/ equipment. During such period, if the rejected equipment is used commercially the contractor shall not be entitled to the payments on provisional acceptance certificate until such rejected equipment is rectified and/ or replaced, but the purchaser shall not be entitled to claim any damage arising out of rejected equipment in respect of such period.
2.43 GUARANTEE:
(a) The contractor shall guarantee satisfactory working of the installations erected by him, for a period of twelve months from the date of commercial operation or from the date of Provisional acceptance of the installation by the purchaser whichever is earlier. The guarantee for spares should be coincident with guarantee for erected equipment.
(b) During this period of guarantee the contractor shall keep available an experienced engineer and necessary equipment to attend to any defective Page 17 of 73 installations and for satisfying himself that the J harkhand State Electricity Board staff follow the prescribed procedure for operation and maintenance of equipment. The contractor shall bear the cost of all modifications, additions or substitutions that may be considered necessary due to faulty materials, design, or workmanship for the satisfactory working of the equipment. The final decision shall rest with the General Manager (Transmission), Concern.
(c) During the period of guarantee the contractor shall be liable for the replacement of any part which maybe found defective in the equipment whether such equipments be of his own manufactured or those of his sub contractors, whether arising from faulty design, materials, workman or negligence in any manner on the part of the contractor provided always that such defective parts as are not reparable at site are promptly retuned to the contractor if so required by him at his (contracts) own expenses. In case of type defects in contractors equipments and components detected during the guarantee period, the contractor should replace all such items irrespective of the fact whether all such item have failed or not. The contractor shall bear the cost of repairs carried out on his behalf by the purchaser at site. In such a case the contractor shall be informed in advance of the work proposal to be carried out by the purchaser.
(d) If it becomes necessary for the contractor to replace or renew any defective portions of this installation under the para aforesaid then the provision of the said para shall also 1 apply to the portions of the installation so replaced or renewed until the expiration of six moths from the date of such replacement or renewal or until the end of above mentioned period whoever is later. Such extension shall not applying the case of defects of a manor nature, the decision of the Electrical Superintending Engineer, Concerned Division, J harkhand State Electricity Board or his successor being final in the matter. If any defects be not remedied within a reasonable time during the aforesaid period the purchaser may proceed to do the or at the contractors risk and expense, but without prejudice to any other rights and remedies which the purchaser may have against the contractor in respect of such defects of faults.
(e) The repaired or renewal parts shall be delivered and erected on site free of charge to the purchaser.
(f) In the case of the materials supplied by the purchaser liability will rest on the contractor for failure on account of defective materials or workmanship and for any consequential damages. Such defective materials if not yet erected in installation will be returned by the contractor to the purchaser and such quantities will be considered for the purpose of final reconciliation over and above allowance. (g) in case of any construction in the technical specification from the tender documents & IS/CBI&P manual, IS & CBI & P manual/ will super scribed the all. 2.44 FINAL ACCEPTANCE
a) The final acceptance of the entire equipment installed on the section shall take effect from the date of expiry of the period of guarantee as defined in relevant para of the expiry of the last of the respective period of guaranty of various sections for which PAC are issued or brought into commercial operation, provided in any case that the contractor has complied fully with his obligations in respect of each section, provided also that due attention has been paid byway of maintenance by the purchaser.
b) If on other hand the contractor has not so complied with his obligations towards fulfillment of contract, the purchaser may either extend the period of guarantee in respect of the sub section until the necessary works are carried out by the Page 18 of 73 contractor or carry out those works or have them carried out soumoto on behalf of the contractor at the contractors expense. After expiry of the period of guarantee for such section, a certificate of final acceptance shall be issued by the purchaser and that will terminate the contract subject to restriction of para (d) below: c) The purchaser shall not be liable to the contractor for any matter a rising out of or in connection with the contract or execution of the work unless the contractor shall have made a claim in writing in respect thereof before the issue of final Acceptance Certificate under the clause.
d) Notwithstanding the issue of final acceptance Certificate, the contractor and the purchaser (subject to sub clause as above) shall remain liable for fulfillment of any obligation incurred under the provision of the contact prior to the issue of Final Acceptance Certificate which remains unperformed at the time as the certificate is issued and for determining the nature and extent of such obligation the contract shall be deemed to remain in force between the parties thereto. 2.45 Price Offer
Offer letter complete with summary of price duly filled up in price schedule Proforma. Price for each and every item must be quoted.
S. No Desc ription of items Unit of Measu rement Qua ntity Unit rate Total Amount Amount in Rs. Amount in words Supply Erection Supply Erection Total Total 1 2 3 4 5 6 7=4x5 8=4x6 9=7+8
Summary of prices
Sl. No. Description Total landed cost in figures In words
1 Supply of materials 2 Foundation & erection etc. of equipment (Schedule B)
3 Grand total cost
2.46 PAYMENT:
Payment will be governed by the terms specified in relevant Para and in accordance with accepted schedule of prices, read with relevant para of the other parts and chapters of the Tender papers. The purchaser retains the right to withhold money due to contractor arising out of this contract for any default of the contractor from other contracts which the contractor may have with the J harkhand State Electricity Board.
(i) The contractor shall, whenever required, produce or cause to be product for examination by the purchaser any quotation/ invoice, cost or other account, book of account, voucher, receipt, letter memorandum, paper or writing or any copy of or extract from any such document and also furnish information and returns verified in such manner as may be required in any way relating to the execution of this contract or Page 19 of 73 relevant for verifying or ascertaining the cost of the execution of this contract (the decision of the purchaser on the question of relevancy of any documents, information or return being final and biding on the parties). The contractor shall similarly produce vouchers etc., if required, to prove to the purchaser, that materials supplied by him are in accordance with the specifications laid down in the contract.
(ii) If any portion of the work be carried out by a sub contractor or any subsidiary or allied firm or company, the purchaser shall have power to secure the books of such sub contractor or any subsidiary or allied firm or company, through the contractor, and such books shall be open to his inspection. The contractor should seek prior permission from the purchaser for subletting whole and / or part of the work to any sub contractor.
(iii) The obligations imposed by sub clauses (i) and (ii) above are without prejudice to the obligations of the contractor under any statute, rules or other binding to the contractor or other condition of the contract.
(iv) It is agreed terms of the contract that purchaser reserves to itself the right to carry out post payment audit and or technical examination of the works and the final bill including all supporting vouchers, abstracts etc. and to make a claim on the contractor for the refund of any excess amount paid to him if as a result of such examination any over payment to him is discovered to have been made in respect of any work alleged to have been done by him under the contract. Page 20 of 73 PART A CHAPTER III
PRICES AND PAYMENT
3.1 SCHEDULE OF PRICE
i) Unit price: The Unit prices of various items of work shall be included in Schedule irrespective of minor variations in basic quantities and use of alternative types of various components and fittings approved by the purchaser. Minor changes in basic designs shall not be affect the unit prices, so long as such changes are mutually agreed to by the Purchaser and the contractor. All Unit Price shall be in RUPEES.
ii) Unit Price for materials: the unit prices indicated in Schedule of quantities & prices. shall include the prices, of materials including all incidental charges for transport, loading / unloading and handling of materials, commission for arranging dispatch by rail/ road direct from manufactures factory and completing all necessary formalities in this respect such as submission of forwarding notes, collection of J harkhand State Electricity Board receipts, all insurance premia, bankers charges for bank guarantee, indemnity bonds, inclusive of cost of stamps etc.
The price shall include all taxes, duties and levies (including octroi etc.) applicable on this works contract. Therefore, they should quote their prices taking into account the rate of taxes as leviable at the event of sale through works contract to the J harkhand Government organization in that State. Form C and road permit WILL BE SUPPLIED BY J SEB TO THE CONTRACTOR. The prices shall also include provision for losses and wastages in transit and erection.
The unit prices indicated in column-6 of Schedule, of quantities & prices Section, shall include cost of erection and testing to be done by the contractor and also cover all cost of labour, administration of the contact, insurance premia, bankers charge for guarantees, cost of stamps, cost of storage, loading and unloading and handling of materials, and for any road transport which the contractor may use for carriage of materials between his depot and depots and the site of work. The unit prices shall include cost of works and adjustments necessary to be done by the contractor during or after the test, carried out by the Purchaser.
(iii) Price Variation:
Since the completion of the project is within four months no price variation will be given.
(iv) Supplement to Schedule of Prices
Quantity variation permitted upto +25% of the agreemental value as per existing norms of J SEB irrespective of variation of individual/ group of items to the level required for completion of the project. (v) New item of work
a) If during the erection of the work the contractor is called upon the carry out any new item of work not included in Schedule of quantities and prices, the contractor shall execute such work at such prices as may be mutually agreed with the Purchaser before commencement.
b) Provided that if the contractor is instructed to do some extra work / supply before the rates are determined and agreed. In such case the contractor shall be entitled to be Page 21 of 73 paid in respect of the work carried out or expenditure incurred by him prior to the date of determination of the rates as aforesaid according to the rates as shall be fixed by the purchaser on the application made by the agency justifying the reasonability of the rates. However, if the contractor is not satisfied with decision of the purchaser in this respect he may appeal to E.S.E., of concerned TC within 10 days of getting the decision of the purchaser. Supported by analysis of the rates claimed. The E.S.E. of concerned TC decision after hearing both the parities in the matter and after acceptance of the same by Chief Engineer, Transmission will be final and binding on the contractor and J harkhand State Electricity Board.
vi) Any individual quantity of work or material or erection may vary if required as per actual site conditions up to a limit of total contract agreement value and not the individual quantity limit as prescribed in the order, to enable the contractor to continue the execution of work as per direction of the Engineer In charge and accordingly payment will be released as per actual work done.
3.2 PRICE OF EQUIPMNETS, COMPONENTS AND MATERIALS
The prices of individual equipments, components and materials required for the work inclusive of Excise Duty., Sales Tax and Insurance Premium under the Emergency Risk (Goods), Insurance Act in force, if any, shall be included in the Schedule. The prices shall be related to the actual prices of the components and materials to the contractor as obtained by him at the time of submitting his tender. If required by the purchaser, the tender / Contractor shall substantiate such prices. No adjustment of rates is permissible if alternative approved fittings are used for any reasons whatsoever.
3.3 PRICES OF ADDITIONAL SUPPLIES
The additional supplies will be taken over from the contractor at the same prices.
3.4 PAYMENTS AND RECOVERIES
Subject to any deduction or recoveries which the Purchaser may be entitled to make under the contract, the contractor shall, unless otherwise agreed to, be entitled to get the following payments, subject to condition stipulated in subsequent paragraphs:
i) Payment of materials. ii) Payments for erection. iii) Payments for spares & additional supplies. iv) Payment on provisional acceptance. v) Final settlement.
3.5 MONTHLY STATEMENT OF CLAIMS
The Contractor shall prepare and furnish to the Engineer once in every month an account giving full and detailed particulars of all claims for any additional expense to which the Contractor may consider himself entitled and of all extra or additional works ordered by the engineer which he has executed during the preceding month and no claim for payment for any such work will be considered which has not been included in such particulars. Page 22 of 73
3.6 SIGNING OF NO CLAIMS CERTIFICATE
The contractor shall not be entitled to make any claim whatsoever against the J harkhand Sate Electricity Boards under or by virtue of arising out of this contract, nor shall the J harkhand State Electricity Board entertain or consider any such claim, if made by the contractor, after he shall have signed a no claim certificate in favour of the J harkhand State Electricity Board in such forms as shall be required by the J harkhand State Electricity Board, after the works are finally measured up. The contractor shall be debarred from disputing the corrections of the items covered by the No claim certificate or demanding a reference to arbitration in respect thereof.
3.7 Equipment, components and material received for work
The contractor shall utilize all equipments, components or materials, procured specifically for the purpose of execution of the work, in the work or other requirements. Any materials left over at the end of the work shall not be disposed of without prior approval of the purchaser in writing. The purchaser may within a period of six months from the due date of Provisional Acceptance of the last section, switching / booster station, notify the contractor of the purchaser interest in any or all of the surplus materials and shall have the right to take over the materials, so indicted at prices indicated in Schedule. The materials so notified by the purchaser shall be taken over by the purchaser and paid for in full the contractor may use in any manner deemed fit, only such surplus materials which are not covered by the purchasers notification after getting the approval of the purchaser in writing.
3.8 JURISDICTION OF COURT
All dispute, claims, counter claims for or against the Board arising out of this tender between the Board and the firm will be subject to exclusive jurisdiction of Court at Ranchi (State of J harkhand) and no other court, forum, arbitrator.
3.9 LABOUR
i) WAGES TO LABOUR
The contractor shall be responsible to ensure compliance with the provisions of the minimums wages act herein after referred to a the said act and the rules made the re- under in respect of any employees directly or through petty contractors or sub contractors employed by him. The wage payment sheet signed jointly by the agency as well as the Project in charge will be enclosed along with the erection and commissioning bills.
ii). PROVISIONS OF PAYMENTS OF WAGES ACT:
The contractor shall comply with the provisions of the payment of wages act and the rules made there under in respect of all employed directly or through petty contractors or sub contractors employed by him in the work. If in compliance with the terms of the contract the contractor directly or through petty contractors or sub contractors shall supply any labour to be used wholly or partly under direct order and control of the engineer whether in connection with works to be executed hereunder or otherwise for the purpose of the engineer such labour shall never-th-less, be deemed to comprise of persons employed by the contractor and any moneys which may be ordered to be paid by the engineer shall be deemed to be moneys payable by the engineer on behalf of the contractor and the engineer may on failure of the contractor to repay such moneys to Page 23 of 73 the J harkhand State Electricity Board deduct the same from any moneys due to the contractor in terms of the contact. The J harkhand State Electricity Board shall be entitled to deduct from any moneys due to the contractor whether under this contract or any other contract all moneys paid or payable by the J harkhand State Electricity Board by way compensation of aforesaid or for costs of expenses in connection with any claim there to and the decision of the engineer upon any question arising but of the effect or force on this clause shall be final and binding upon the contractor.
iii) PROVISIONS OF CONTRACT LABOUR REGULATION AND ABOLITION ACT 1970.
a) The contractor shall comply with provisions of the contract labour regulation and abolition act 1970 and the contract labour regulation and abolition central rules 1971 as modified from time to time, where ever applicable and shall also indemnify the J SEB from and against any claims under the aforesaid act and the rules.
b) The contractor shall obtain a valid license under the aforesaid act modified from time to time before the commencement of the work and continue to have a valid license until the completion of the work. Any failure to fulfill this requirement shall attract the penal provisions of the contract arising out of the resultant non execution of the work.
c) The contractor shall pay to labour employed by him directly or through sub contractors the wages as per provision of the aforesaid act and the rule wherever application. The contractor shall not withstanding the provisions of the contract to the contrary, cause to be paid the wages to labour indirectly engaged on the work including any engaged by sub contractor in connection with the said works as if the labour had been immediately employed by him.
d) In every case in which, by virtue of the provisions of the aforesaid act or the rules, the J harkhand State Electricity Board is obliged to pay any amount of wages to a workman employed by the contractor or sub contractor in execution of the work or to incur any expenditure in providing welfare and health amenities required to be provided under the aforesaid act and the rules or to incur any expenditure on account of the contingent liability of the J harkhand State Electricity Board due to the contractor failure to fulfill his statutory obligations under the aforesaid act or the rules the J harkhand State Electricity Board will recover from the contractor the amount of wages so paid or the amount of expenditure so incurred and with out prejudice to the rights of the J harkhand State Electricity Board under section 20 sub section 2 and section 21 sub section 4 of the aforesaid act the J harkhand State Electricity Board shall be at liberty to recover such amount or part thereof by deducting if from the security deposit and or from any sum due to the contractor whether under the contract or otherwise made against it under sub section 1 of section 20 and sub section on request of the contractor and upon his giving to the J harkhand State Electricity Board full security for all costs for which the J harkhand State Electricity Board might become liable in contesting such claim. The decision of the J harkhand State Electricity Board regarding the amount actually recoverable from the contractor as stated above shall be final and binding on the contractor.
e) In respect of all labour directly or indirectly employed in the work for performance of the contractor part of the contract the contractor shall comply with or caused to be complied with the provision of the aforesaid rules wherever applicable. Page 24 of 73
3.10 REPORTING OF ACCCIDENTS TO LABOUR
The contractor shall be responsible for the safety of all employees employed directly or through petty contractors or sub contractors employed by him on the works and shall report serious accidents to any of them however and wherever occurring on the works to the engineer or the engineers representative and shall make every arrangements to render all possible assistance.
3.11 PROVISION OF WORKMENS COMPENSATION ACT.
In every case in which by virtue of the provisions of section 12 sub section 1 of the workman compensation act 1923 J SEB is obliged to pay compensation to a workman employed directly or through petty contractor or sub contractors employed by the contractor in executing the work, J harkhand State Electricity Board will recover from the contractor the amount of the compensation so paid, and without prejudice to the right of J harkhand State Electricity Boards under section 132 sub section 2 of the said act J harkhand State Electricity Board shall be at liberty to recover such amount or any part there of by deducting from the security deposit or from any sum due by J harkhand State Electricity Board to the contractor whether under these conditions otherwise. J harkhand State Electricity Board shall not be bound to contest any claim made against under section 123 sub section 1 of the said act except on the written request of the contractor and upon his giving to J harkhand State Electricity Board full security for all costs for which J SEB might become liable in contesting the claim.
3.12 INVOICING PROCEDURE
a) The contractor shall submit his invoice after successful commencement of supply and erection to the Engineer-Incharge of the work. Separate invoices shall be submitted for different types of payments mentioned above. all invoices shall be submitted with original supporting documents or certified true copies of supporting documents, wherever these are acceptable to the Purchasers Engineer. Where copies of original documents are required in support of several invoices, true certified copies of the original documents may be forwarded to the Purchasers Engineer, with his consent. The invoices should be in accordance with the billing schedule.
b) Invoice shall be submitted only on the basis of agreed principles and prices, quantities ad measurement of work completed shall be approved by the purchasers Engineer prior to the submission of invoices. For this purpose, the schedule of quantities and measurements submitted by the Contractor for approval of the Purchasers Engineer may be only upto the extent of work completed except in the case of payments on provisional acceptance.
3.13 PAYMENT GUIDELINES:-
i) All payments to the contractor under this contract shall be made by Dy. Director of Accounts (RE/PLAN), J harkhand State Electricity Board, Ranchi on submission of the relevant documents.
ii) PAYMENT FOR MATERIALS Following documents will be required for payment of materials.
a) Materials Receipt Certificate from site store respectively. b) Suppliers Challan Page 25 of 73 c) Routine Test Reports d) Contractors bill will be verified by Engineer-in-charge of J SEB. e) LR / TR / RR 3.14 Engineer in Charge of the work Electrical Superintending Engineer, Transmission Circle, Ranchi will be Overall Incharge of the work, / Electrical Executive Engineer, Transmission Division Ranchi will be Engineer Incharge of the Work and Assistant Executive Engineer, Transmission Sub Division Hatia-II will be Site Incharge of the work. 3.15 Paying Authority Dy Director (RE/Plan) will be the paying authority. 3.16 PAYMENT FOR SUPPLY/ERECTION Following documents will be required for payment of erection. i. Contractors bill duly verified by Engineer-in-charge of J SEB, supported with records concerning issue of materials /erection etc.
ii. Subject to any deductions from the Contract price as per Contract. The Contractor shall be entitled to receive the Contract price in the following manner:-
3.17 Payment
1. 80% of the Contract price for supply and erection portion on successful accomplishment of supply/ erection in proportionate to the erection work.
2. 15% of the Contract price for supply and erection portion on successful testing of the equipment / installation.
3. 5% of the contract value for supply and erection portion after successful completion, testing and commissioning of the project duly certified by the J .S.E.B. Engineer in- Charge and issue of Provisional Acceptance Certificate by the J .S.E.B. Engineer-in- Charge.
3.18 PAYMENTS FOR SPARES, COMPONENTS & ADDL. SUPPLIES.
a) The contractor shall receive payment for supply for spares at rates indicated in the schedule of quantities and for any additional supplies at Schedule rates on delivery of such supplies to the purchaser after due adjustment if any.
b) The contractor shall receive payment for the supply of spare components and parts for maintenance on delivery of such suppliers, to the Purchaser in accordance with the prices included in Schedule.
3.19 EXCISE DUTY AND SALES TAX
a) All taxes, duties and levies (including Octroi etc.) arising out of the transaction between the contractor and his sub-contractors/ suppliers for this work will be included in the rates quoted by the contractor in the relevant schedule.
Page 26 of 73 No claim for variation in the rates of excise duty, sales tax and levies (including octroi etc. due to any reason whatsoever will be accepted by J harkhand State Electricity Board.
b) Wherever the law make it statutory for the Purchaser to deduct any amount towards Sales Tax on works contract, the same will be deducted and remitted to the concerned authority.
3.20 FINAL SETTLEMENT
On expiry of the guarantee period and issue of the certificate of final acceptance for the entire installations, the Performance B.G will be refunded or Bank Guarantee released to the Contractor after adjustment of any dues payable by the Contractor to the Purchaser after satisfactory performance issued by Engineer-in-Charge counter signed by Overall Engineer in-charge of the work.
3.21 MEASUREMENTS
a) Payments for field work shall be made in accordance with approved designs and drawings and measured in relevant units, except where provided or otherwise. In case the dimensions of the work are more than those shown in approved designs and drawings, the Contractor will not be entitled to any extra payment unless the dimensions are increased on account of physical impossibility of carrying out the work line accordance with approved drawings and designs, subject to approval by the Purchaser before execution, in case the dimensions of work are less than those shown in the approved designs and drawings and the work is accepted without being rejected, payment will be made as per work actually done.
b) The measurement will be made generally in accordance with standard engineering practice and in conformity with the explanatory Notes.
3.22 Progress report
The supplier/ contractor shall submit to the purchaser at such intervals and in such form as may be required by him, detailed progress reports of the manufacture and/ or dispatch of the equipment ordered on them as well as execution of works.
Page 27 of 73 Summary of prices
Schedule Reference Schedule Total landed cost (Rs) in figures In words
A Supply of Materials B Erection of Materials Foundation works Transportation of materials from J SEB stores.
Grand total cost
(Price Breakup)
Landed Cost inclusive of all taxes & duties as noted below : 1. Excise Duty : 2. Sales Tax : 3. Other levies : i. Octroi : ii. Entry Tax : iii. Other (Please specify) : Total taxes & duties (1+2+3) :
Total LumpsumBid Price including Taxes & Duties and other levies, if the Contract is awarded to us Rs.....(in figures) and ..(in words)
7 220/132 kV Transformer Control & Relay Panel with energy meters and other accessories No. 01 8 Supply of Copper Control Cable i) 18 core x 2.5 sq. mm ii) 12 core x 2.5 sq. mm iii) 12 core x 6 sq. mm iv) 4 core x 2.5 sq. mm v) 2 core x 2.5 sq. mm
KM KM KM KM KM
1.0 1.0 1.0 1.0 1.0
9 Anchor bolt, nut with washer (a) 32 mm (b) 20 mm
No. No.
130 120
10 MS Flat 50 x 6 mm MT 2.50 11 Sub-station structure MT 35.12 12 Post insulator No. 350 13 ACSR Zebra Conductor KM 3 Grand Total
Page 29 of 73 SCHEDULE B (FOUNDATION) Civil work for cost of construction of foundation of 150 MVA, 220/132/33 kV bays & cable trenches at GSS Hatia II
Civil foundation work for construction of foundation of 100 MVA, 220/132 kV Auto Transformer at GSS Lalmatia
Sl. No. Description Qty. Rate Amount 1. Earth work in excavation in foundation trenches in ordinary soil and disposal of excavated earth as obtained to a distance upto 50 mtrs. including all lift, levelling, ramming the foundation trenches, removing the roots of trees, shurbs all complete as per direction of E/I
Schedule Rate 5.1.1 w.e.f. 01.02.10 103.275 M 3
2. Providing coarse clean sand filling in foundation trenches including ramming & watering in layers not exceeding 150 mm thick with all leads including cost of materials, labours royalty and taxes all complete or as per direction of E/I (5.1.10) 09.225 M 3
3. Providing designation 75A one brick flat soling joints filled with local sand including cost of watering, taxes, royalty all complete as per direction of E/I (5.6.1) 61.50 M 2
4. Providing P.C.C. (M-100) (1:3:6) in foundation with approved quality of stone metal grade III (53 mm to 22.4 mm size) and clean coarse sand of FM-2.523 including screening mixing cement concrete in mixture and place in position, vibration, curing, taxes and royalty all complete as per direction of E/I (5.3.3) 12.763 M 3
5. Providing RCC (M-150) (1:2:4) in foundation trenches and plinth with approved quality of stone chips (20 mm to 6 mm) graded and clean coarse sand of FM-2.523 including screening, shuttering, mixing, cement concrete in mixture, placing in position, vibrating, striking, curing (but excluding the cost of reinforcement) taxes and royalty all complete as per direction of E/I (5.3.5) 23.116 M 3
6. Providing thick cement plaster (1:3) with approved quality of sand of FM-1.5 including cost of screening, curing with all leads & lift of water scaffolding taxes and royalty of complete 18.54 M 2
Page 30 of 73 Sl. No. Description Qty. Rate Amount as per direction of E/I (5.7.1) 7. Providing 1.5 mm thick cement punning including curing, carriage of water with all leads & lift as per direction of E/I (5.7.11) 18.54 M 2
8. Earth work in filling in foundation trenches back filling of machinery structures plinth in laying not exceeding 150 mm well watered and fine dressing of earth within a lead of 50 m and lifted of 1.5 mm complete job as per direction of E/I. (5.1.8) 40% of excavated earth i.e. 40% of 103.275 M 3 ) 42 M 3
9. Providing M.S. rod (Tor) reinforcement carriage of m. s. rod to work site, cutting bending, biding and placing in position supply of annealed wire with all cost of labours & materials as per direction of E/I. (i) 20 mm m. s. rod (Tor) (ii) 16 mm m. s. rod (Tor) (iii) 10 mm m. s. rod (Tor)
1.692 MT 0.682 MT 0.146 MT
10. Carriage of Materials a. Cement & steel 3 KM b. Local sand 3 KM c. Coarse Sand 8 KM d. Bricks 8 KM e. Stone Chips
13.393 MT 9.225 M 3
17.573 M 3
1986 Nos. 32.79 M 3
11. Fittings & fixing of Anchor bolts as per direction of E/I 172 Nos. 12. Supply, fitting & fixing of Rail Poles on Transformer plinth as required a) Cost of rail pole, 2 nos. length 4 mtrs each of 100 lbs weight total 8 mtrs.
b) Cost of M.S. Plate 20 mm thickness 12 nos. sizes 1 x 6 Lot 1
13. Earth work in excavation in foundation trenches in ordinary soil and disposal of excavated earth as obtained to a distance upto 50 mtrs. including all lift, leveling, ramming the foundation trenches, removing the roots of trees, shrubs all complete as per direction of E/I.
421.242 M 3
14. Providing coarse clean sand filling in foundation trenches including ramming & watering in layers not exceeding 150 mm thick with all leads 41.365 M 3
Page 31 of 73 Sl. No. Description Qty. Rate Amount including cost of materials, labours royalty and taxes all complete or as per direction of E/I 15. Providing designation 75A one brick flat soling joints filled with local sand including cost of watering, taxes, royalty all complete as per direction of E/I
283.45 M 3
16. Providing P.C.C. (M-100) (1:3:6) in foundation with approved quality of stone metal grade III (53 mm to 22.4 mm size) and clean coarse sand of FM-2.523 including screening mixing cement concrete in mixture and place in position, vibration, curing, taxes and royalty all complete as per direction of E/I
137.942 M 3
17. Providing RCC (M-150) (1:2:4) in foundation trenches and plinth with approved quality of stone chips (20 mm to 6 mm) graded and clean coarse sand of FM-2.523 including screening, shuttering, mixing, cement concrete in mixture, placing in position, vibrating, striking, curing (but excluding the cost of reinforcement) taxes and royalty all complete as per direction of E/I
19.402 M 3
18. Providing thick cement plaster (1:3) with approved quality of sand of FM-1.5 including cost of screening, curing with all leads & lift of water scaffolding taxes and royalty of complete as per direction of E/I
199.98 M 2
19. Providing 1.5 mm thick cement punning including curing, carriage of water with all leads & lift as per direction of E/I (5.7.11) 199.98 M 2
20. Fitting & fixing of Anchor bolts as per direction of E/I 191 Nos.
21. Providing designation 75A brick works in cm (1:3) in foundation and plinth with approved quality of clean coarse sand of FM 2 to 2.5 including providing 10 mm thick mortor joints, cost of screening, scaffolding, racking curing, taxes and royalty all complete as specification and direction of E/I 11.25 M 3
22. Providing M.S. rod (Tor) reinforcement carriage of m. s. rod to work site, cutting bending, biding and placing in position supply of annealed wire
Page 32 of 73 Sl. No. Description Qty. Rate Amount with all cost of labours & materials as per direction of E/I. (i) 12 mm m. s. rod (Tor) (ii) 10 mm m. s. rod (Tor) (iii) 8 mm m. s. rod (Tor) (iv) M.S. angle 50 x 50 x 5 mm
0.841 MT 0.013 MT 0.022 MT 0.190 MT 23. Carriage of materials (a) Cement & steel 3 KM (b) Coarse sand (8 KM appx) (c) Local sand (3 KM) (d) Bricks from (8 KM approx.) (e) Stone chips (266.186 M 3 ) from (8 KM approx.)
41.636 MT 83.801 M 3 41.365 M 3
13723 Nos. 147.04 M 3
24. Earth work in filling in foundation trenches back filling of machinery structures plinth laying not exceeding 150 mm well watered and fine dressing of earth within a lead of 50 m and lift of 1.5 m complete job as per direction of E/I 168.49 M 3
Grand Total
Page 33 of 73 SCHEDULE B (ERECTION) II Erection, Testing & Commissioning of equipment, structures, laying of earthing mat, earthing of equipment & structures in 150 MVA, Auto Transformer bays at GSS Hatia- II
Sl. No. Particulars Unit Qty. Rate (Rs.) Amount (Rs.) A Design, drawing and layout for installation of 150 MVA Transformer with accessories as well as extension of bay as per safety yardstick Lot 1 B Erection, testing & commissioning of 150 MVA 220/132/33 kV Auto Transformer No. 1 C Erection, testing & commissioning of following equipments as required:
1 220 kV LA No. 03 2 132 kV Breaker Set 01 3 132 kV CT No. 03 4 132 kV LA No. 03 5 132 kV L.L. Isolator No. 03 D Erection of sub-station structures on their respected foundation MT 35.12 E Jumpering/ connections from equipment to equipment & bush bar etc. Pt. 225 F String of all three phases with ACSR Zebra conductor including cutting, biding, banding & stepping etc. all complete as per direction of E/I Mtr. 1000 G Laying of control cable, terminate to equipment & panel including dressing on cable racks, tagging etc. complete as per direction of E/I i) 18 core x 2.5 sq. mm ii) 12 core x 2.5 sq. mm iii) 12 core x 6 sq. mm iv) 4 core x 2.5 sq. mm v) 2 core x 2.5 sq. mm
Mtr. Mtr. Mtr. Mtr. Mtr.
1000 1000 1000 1000 1000
H Laying out of earthing mat, earthing the equipment and structure with 50x6 mm MS Flat including cutting, binding, banding, welding etc. all complete as per direction of E/I i) Spacer 100 Nos. ii) Tension fitting for Zebra 30 Nos. iii) Suspension fitting for zebra 30 Nos. iv) Connectors Lot
Page 34 of 73 a) T-Connector compression type for zebra 36 Nos. b) Bus support to zebra 21 Nos. c) Isolator to zebra 36 Nos. d) CT stud to zebra 15 Nos. e) Breaker to zebra 15 Nos. f) T-connector zebra to zebra 15 Nos. g) LA to zebra 6 Nos. h) PG clamp zebra to zebra 15 Nos. i) 132 kV LT Bushing to zebra 36 Nos. j) 220 kV HT Bushing to zebra 6 Nos. I Erection of 120/90 KN Disc Insulators No. 750 Grand Total
Page 35 of 73 (SCHEDULE B III)
Transportation & sundry expenditure
Sl. No. Particulars Qty. Rate Amount 1. To & fro transportation of filter machine from available site to working site
KM 2. Sundry expenditure for servicing & minor repairing of filter machine lathe & machining works fabrication of flanges with pipes, petty purchase involved & other unseen items etc. L.S. Grand Total
Page 36 of 73 CHAPTER IV SPECIFIC TECHNICAL PARTICULARS 4.1 SCOPE This specification covers specific technical particulars, climatic and isoceraunic conditions and system particulars suiting which the circuit breakers shall be offered as per the guaranteed technical requirements given in section II of this specification and the schedule of requirements specified herein for use in sub- stations. 4.2 Climatic and Isoceraunic conditions 4.2.1 The climatic conditions at site under which the equipment shall operate satisfactorily are as follows: (a) Maximum ambient temperature of air in shade ( o C) 50 (b) Minimum ambient temperature of the air in shade ( o C) 4 (c) Maximum daily average ambient temperature ( o C) 35 (d) Maximum yearly average ambient temperature ( o C) 30 (e) Maximum relative humidity (%) 100 (f) Average number of thunderstorm days per annum 80 (g) Average annual rainfall (cm) 125 (h) Maximum wind pressure (Kg/M 2 ) 150 (i) Earthquake acceleration (g) 0.5x2 g (j) Height above sea (m) Not exceeding 1000
4.2.2 The equipment offered shall be suitable for continuous operation at the full rated copacity under the above conditions.
4.3 Type and rating The equipment shall comply with the following technical requirement:
viii) Symmetrical Breaking current at rated voltage (KA) 40
Page 37 of 73 x) Short time current (3 sec) 40 KA xi) Operating duty (0-0.3sec-CO - 3 min - CO)
xiii) Latching requirement Trip free operation
xiv) Interrupting time (cycles) Less than 4 cycles
xv) Ambient Temperature ----- 50C--------
xviii) Basic Insulation level (KV) 650 KV
xix) Insulation level :
a) Dry withstand (1 min) (KV) 275 b) Wet withstand (1 min) (KV) 275 c) Impulse withstand (KV) 650 ( 1.2/50 micro-sec.) xx) Operating Mechanism Motor operated spring spring/ Air Pressure operated
132 kV Current Transformer (Conforming to IEC 62271 100) C.T. Ratio 600 300 150/ 1-1-1-1-1A
1. Type Outdoor oil filled type. Dead tank. 2. Nominal rated voltage 132 kV 3. Highest system voltage in KV 145 kV 4. System Frequency & Earthling 50 CPS & effectively earthed 5. Basic Insulation Level (KVP) 650 KVP 6. One minute P.F. Withstand voltage in KV rms 275 KV (rms) 7. Rated continuous thermal 120% of the rated current 8. Short time current rating for One Sec. (Type test to be submitted) 31.5 KA for 1 Sec. 9. Primary current 600-300-150A, 800-400-200A 10. Rated secondary current in Amp. IA (As applicable) 11. No. of cores in the Secondary 4 (As applicable) 12. Ratio As mentioned above 13. Accuracy Class 1. Core I 0.2S 2. Core II 5P 10 3. Core III PS
Page 38 of 73 4. Core IV PS 5. Core V PS 14. Accuracy limit factor 1. Core I 2. Core II 3. Core III 2 to 5 4. Core IV 4. Core V 15. Purpose of Core I Metering 2. Core II Relaying 3. Core III Relaying 4. Core IV Relaying 5. Core V Relaying 16. Rated burden at minimum temp in VA Core I 30 VA Core II 40 VA Core III Core IV Core V 17. Minimum knee point voltage in volts (VK) Core I 200 Volts for PS cores incase of 1A Core II CT for lowest tap Core III 100 Volts for PS cores incase of 5A Core IV Core V CT for lowest tap. 18. Secondary winding resistance at 75 0 C Applicable for PS cores 19. Exciting current in milli amp <30 MA at VK/4 20. Turn ratio error for the cores of PS classes. <0.25% 21. Limit of composite error at primary saturations current (for protection core) Within 5% for Protection core only 22. Creepage distance in mm
Page 39 of 73 a) Total 3625 mm 23. Rated dynamic current 78.8 KAP 24. Magnetization current To be submitted with the offer. 25. Mounting details structure 330 mm square holes for mounting on as applicable 26. Current density for normal current (1.6A/Sq. mm for Copper Conductor & 1.0A/ Sq. mm for Aluminium Conductor) 27. Insulation Class A 28. Standard As per IEC, 44-1/IS:2705
132 kV LA (Conforming to IEC 62271 100) 132 kV 1. Normal systemvoltage 132 2. Rating KV (RMS) 120 3. Max. continuous operating voltage KV RMS 102 4. Nominal discharge current (KA) peak 5. Line discharge class. 10 6. Energy discharge capability (KJ /KV) of rated voltage not less than 3 7. Lighting Impulse Residual voltage (KVP) i) 5 KA 320 ii) 10 KA 340 iii) 20 KA 380 8. Maximumsteep front current Impulse residual voltage (KVP) (10 KA for 10 ms) 400 9. Switching Impulse Residual voltage ( 45x90) (KAP) at 1000 Amps 280 10. Temp. power frequency voltage withstand capability 100 i) 0.1 Sec. 323 ii) 1 Sec. 310 iii) 10 Sec. 297 iv) 100 Sec. 277 11. Insulation with stand voltage KV (rms) I. - Dry 280 II. - Wet 230 12. Pressure Relief class As per IEC:TC-37 WG 4 document
132 KV LOW LEVEL ISOLATOR 1. No. of poles : Three 2. Type : Outdoor, structure mounted, center post rotating, double break with pressure relieving type contacts. 3. Standard : IS 18181961 with amendment no. 1 to 6 IEC 129 (1961), IEC 129A (1968) IS 9921 (Part I to V) 1982 to 1985 (with latest amendments) 4. a) Rated Voltage : 145 KV. b) Nominal System Voltage : 132 KV
Page 40 of 73 5. Rated continuous current : 1600 A 6. Rated frequency and number of phases : 50 Hz +2.5%, Three phase. 7. a) Rated Short time current : 31.5 KA for 3 sec. b) Rate Peak withstand current : 100 KA 8. No. of Break : Double 9. Class : Outdoor 10. Current density at the minimum cross section of the switch blade amp/ sq. mm : Not more than 2.5 Amps./ Sq. mm 11. Material of moving contact : HDEG copper pipe/ flat 12. Particulars of fixed contact a) Type : Heavy duty high pressure reverse loop, self cleaning b) Material : HDEG Copper c) Whether silver plated : YES d) No. per phase : 02 (Two) 13. Clearance (Minimum) a) Between live parts and ground : 1472 mm b) Between phases : 2200 mm c) Between fixed contact and blade in open position : 950 mm 14. Torque required to operate the switch : Not more than 30 Kg-m. 15. 1 minute dry power frequency with stand voltage
a) Across the isolating distance : 315 kV RMS b) To earth and between poles : 275 kV RMS 16. Type of break : Horizontal. 17. Type of mounting : Horizontal upright. 18. Basic Insulation level i) To earth and between poles ii) Across the isolating distance : 650 KVP 750 KVP
19. Maximum temperature rise of current carrying parts when carrying : i) Rated continuous current : 40 0 C over a ambient of 50 0 C ii) Rated short time withstand current and rated peak withstand current. : As per Cl No. 4 & 5 of IS-9921 Part II 1982
20. Operation : i) For 145 KV & 33 kV : Totally enclosed Kiosk for manual operation (Gang type) 21. Interlock : Electrical 22. The Isolators under scope of supply shall be complete with all necessary fittings and accessories as applicable. The Isolators complete with Insulators and Terminal Connectors should confirm to the detail design requirement of this specification. 23. Tests : All the tests as stipulated in IS 9921 Part I to Part V 1982 to 1985, for Isolators; and IS-2544 1973 53540 & IEC 6018, 60273 or latest edition for Insulators. IS-2147
Page 41 of 73 or latest edition for operation of Kiosk and IS-5561 or latest edition for Terminal Connectors shall be conducted. All the tests as indicated below under Tests are to be conducted at no extra cost to J.S.E.B. 24. Guaranteed technical : The Tenderer must carefully fill all the schedules indicated in the GTP. (Writing as per IS or as per drawing/ catalogue will not be accepted)
PVC Insulation cables (Conforming to IS 694 : 1990) Hardware fittings PVC insulator cables (conforming to IS 10162 : 1982) Nuts bolts and fasteners (Conforming to IS 204 : 1992 or equivalent) Control & Relay (Conforming to IS applicable) for 1 A CT and 220 V DC supply): For 132 kV SF6 Circuit breaker.
Insulators (Conforming to IS as applicable). Note: The above mentioned all materials subject to satisfaction of J SEB.
Page 42 of 73 GUARANTEED TECHNICAL PARTICULARS 132 kV Circuit Breaker (Conforming to IEC 62271 100) 145/132 kV
i) Type of Circuit Breaker ii) No. of Poles
iii) Rated voltage in KV
iv) Max. operating Voltage in KV.
v) Rated normal current in Amps.
vi) Frequency (cycles/sec)
viii) Symmetrical Breaking current at rated voltage (KA)
x) Short time current (3 sec) xi) Operating duty
xiii) Latching requirement
xiv) Interrupting time (cycles)
xv) Ambient Temperature
xviii) Basic Insulation level (KV)
xix) Insulation level :
a) Dry withstand (1 min) (KV) b) Wet withstand (1 min) (KV) c) Impulse withstand (KV) ( 1.2/50 micro-sec.) xx) Operating Mechanism
132 kV Current Transformer (Conforming to IEC 62271 100) C.T. Ratio 600 300 150/ 1-1-1-1-1A
1. Type 2. Nominal rated voltage 3. Highest system voltage in KV
Page 43 of 73 4. System Frequency & Earthling 5. Basic Insulation Level (KVP) 6. One minute P.F. Withstand voltage in KV rms 7. Rated continuous thermal 8. Short time current rating for One Sec. (Type test to be submitted)
9. Primary current 10. Rated secondary current in Amp. 11. No. of cores in the Secondary 12. Ratio 13. Accuracy Class 1. Core I 2. Core II 3. Core III 4. Core IV 5. Core V 14. Accuracy limit factor 1. Core I 2. Core II 3. Core III 4. Core IV 4. Core V 15. Purpose of Core I 2. Core II 3. Core III 4. Core IV 5. Core V 16. Rated burden at minimum temp in VA Core I Core II Core III Core IV
Page 44 of 73 Core V 17. Minimum knee point voltage in volts (VK) Core I Core II Core III Core IV Core V
18. Secondary winding resistance at 75 0 C 19. Exciting current in milli amp 20. Turn ratio error for the cores of PS classes. 21. Limit of composite error at primary saturations current (for protection core)
22. Creepage distance in mm a) Total 23. Rated dynamic current 24. Magnetization current 25. Mounting details structure 26. Current density for normal current 27. Insulation Class 28. Standard
132 kV LA (Conforming to IEC 62271 100) 132 kV 1. Normal systemvoltage 2. Rating KV (RMS) 3. Max. continuous operating voltage KV RMS 4. Nominal discharge current (KA) peak 5. Line discharge class. 6. Energy discharge capability (KJ /KV) of rated voltage not less than 7. Lighting Impulse Residual voltage (KVP) i) 5 KA ii) 10 KA iii) 20 KA 8. Maximumsteep front current Impulse residual voltage (KVP) (10 KA for 10 ms) 9. Switching Impulse Residual voltage ( 45x90) (KAP) at 1000 Amps 10. Temp. power frequency voltage withstand capability i) 0.1 Sec.
Page 45 of 73 ii) 1 Sec. iii) 10 Sec. iv) 100 Sec. 11. Insulation with stand voltage KV (rms) I. - Dry II. - Wet 12. Pressure Relief class As per IEC:TC-37 WG 4 document
132 KV LOW LEVEL ISOLATOR 1. No. of poles : 2. Type : 3. Standard : 4. a) Rated Voltage : b) Nominal System Voltage : 5. Rated continuous current : 6. Rated frequency and number of phases : 7. a) Rated Short time current : b) Rate Peak withstand current : 8. No. of Break : 9. Class : 10. Current density at the minimum cross section of the switch blade amp/ sq. mm : 11. Material of moving contact : 12. Particulars of fixed contact a) Type : b) Material : c) Whether silver plated : d) No. per phase : 13. Clearance (Minimum) a) Between live parts and ground : b) Between phases : c) Between fixed contact and blade in open position : 14. Torque required to operate the switch : 15. 1 minute dry power frequency with stand voltage
a) Across the isolating distance : b) To earth and between poles : 16. Type of break : 17. Type of mounting : 18. Basic Insulation level i) To earth and between poles ii) Across the isolating distance : 19.
Page 46 of 73 i) Rated continuous current : ii) Rated short time withstand current and rated peak withstand current. : 20. Operation : i) For 145 KV & 33 kV : 21. Interlock : 2.3 RELAYS
The type of relays to be used in the Control & Relay Panels shall be strictly as per the description given below, otherwise tender will not be considered:
All relays shall be back connected draw-out type or plug in type in modular flush mounting dust tight cases and in dull black enamel finish. Front of the relays shall be covered with transparent cover.
Test blocks for secondary injection test shall be incorporated in the relay. Flag type operating indicators reset devices suitable for operation from the front of the relay case without opening the cover, shall be provided. There should be an interlock so that no modules can be removed without isolating supplies, inhibiting all output contacts, and short circuiting current transformer connections.
The relays shall comply in all respect the requirements; of IS - 3213 - 1965 or equivalent standards and shall be suitable for operation under the climatic condition specified. The current coils shall be rated for a continuous current of 1A/5A depending on relevant CT Secondary current and the voltage coil for 110/63.5V normal. The contacts of the relays shall be silvered and precaution shall be taken to prevent or minimize damage due to arcs which have to be successfully broken against 250 Volts D.C. When open, the contacts shall withstand voltage of 115% of the normal circuit voltage.
The auxiliary relays shall be designed for continuous operation at 250 V.D.C. and shall withstand 110% rated voltage continuously. This shall also be suitable for satisfactory operation at 80% rated Voltage.
The relays must be suitable for protective scheme described below. The tenderers shall submit along-with the tender detailed operational sequence, relay characteristics, circuit diagrams and descriptive literatures.
They shall invariably be free from the influence of any electrical interference signal from either related AC or DC source.
(a) Numerical Relays The numerical relays to be used should mandatory have the following features otherwise relays will not be acceptable. The offered relays shall be completely numerical with Protection elements realized using software algorithm. Hardware based measurement shall not be acceptable.
Page 47 of 73 The relay should have high immunity to electrical and electromagnetic interference. The same relay shall be provided with both 1A and 5A CT inputs and shall be selectable at site.
It shall be possible to energize the relay from either AC or DC auxiliary supply.
The offered relay shall have a comprehensive local MMI for interface. It shall have the following minimum elements so that the features of the relay can be accessed and setting changes can be done locally.
At least 32 character alphanumeric backlit LCD display unit At least 4 fixed LEDs (for trip, Alarm, Relay available & Relay out of service) & 8 programmable LEDs which can be assigned to any protection function for local annunciation. Tactile keypad for browsing and setting the relay menu
The relays should have two communication ports viz. Front RS232 port for local communication for relay settings, modifications, extraction and analysis of fault/event/disturbance records from a laptop and a Rear RS485 for remote communication to SCADA system.
The relays shall have the following tools for fault diagnostics
Fault record The relay shall have the facility to store atleast 5 last fault records with information on cause of trip, date, time, trip values of electrical parameters. Event record The relay shall have the facility to store at least 250 event records with 1ms resolution. Disturbance records The distance protection relay shall have capacity to store at least 10 records each with 10 secs. duration.
It shall be possible to store these information in the event of an auxiliary supply failure with the help of a battery backup.
The relay settings shall be provided with two levels of password protection.
It shall be possible to change the relay setting from the front panel using the key pads.
The relay shall have comprehensive self-diagnostic feature. This feature shall continuously monitor the healthiness of all the hardware and software elements of the relay. Any failure detected shall be annunciated through a output watchdog contact. The fault diagnosis information shall be displayed on the LCD and also through the communication port.
The Numerical Relays shall be provided with 1 Set of common support software compatible with both Windows 98 and NT 4.0 which will allow easy settings of relays in addition to uploading of event, fault, disturbance records, measurements. The relay settings shall also be changed from local or remote using the same software.
Page 48 of 73 All protective relays, auxiliary relays and timers except the lock out relays and interlocking relays specified shall be provided with self-reset type contacts. All protective relays and timers shall be provided with externally hand reset positive action operation indicators with inscription subject to Purchaser's approval. All protective relays which do not have built- in hand-reset operation indicators shall have additional auxiliary relays with operating indicators (Flag relays) for this purpose. Similar separate operating indicator (auxiliary relays) shall also be provided in the trip circuits of protections located outside the board such as bucholtz relays, oil and winding temperature protection, sudden pressure devices, fire protection etc.
Additional timers with sufficient Nos. of contacts shall be provided in the main protective numerical relays for purchasers use.
No control relay, which shall trip the power circuit breaker when the relay is de-energized, shall be employed in the circuits.
Provision shall be made for easy isolation of trip circuits of each relay for the purpose of testing and maintenance.
Auxiliary seal-in-units provided on the protective relays shall preferably be of shunt reinforcement type.
The Numerical relays in general shall conform to the following specifications of IEC towards atmospheric environment
Self reset auxiliary voltage relays rated for specified D.C voltage shall be provided for use in the interlocking schemes for multiplication of contacts suiting contact duties of protective relays and for monitoring of control supplies and circuits. Monitoring relays for lockout relay circuits shall be connected in series with lockout relays coils. The tenderer shall be responsible to ensure that the monitoring relay ratings are such that they shall positively pick-up through the breaker coils / lockout relays coils monitored, but the breakers / lockout relays shall not operate with such a connection. The supply and circuit monitoring relay shall be connected to initiate an alarm upto failure of respective supply / circuit. They shall preferable have reverse flags. Which drop when relay is deenergised. Otherwise, an indicating lamp shall be provided with each monitoring relay for indication of its operation. Close positions relays of main supply circuit beakers initiating automatic closure of stand by supply breakers shall have adequate time delay on drop out so that complete closure of stand by supply breaker is ensured. This feature will be used for obtaining limitation of duration of impulse for automatic closure of stand by supply breakers. In case the close position relays with such time delay are not available , additional slugged D.C auxiliary with adequate time
Page 49 of 73 delay on drop out be supplied for automatic reverse closure . The exact arrangement will depend on the actual control schemes and shall be subject to the approval of purchaser.
The lockout trip relays shall be multi contact, hand reset type. The latching mechanism shall be positive and insensitive to vibration and shock. The reset devices on the front of the relay panel shall not permit manual tripping. Each lock-out relay shall be furnished with a panel mounted isolating arrangement to permit opening of trip circuits for testing.
(c) TRIP CIRCUIT SUPERVISION RELAYS: If required by the purchaser the trip circuits shall be supervised by means of relays. The scheme shall continuously monitor the trip circuit before closing and after closing of the breaker. The scheme shall detect (i) failure of trip supply (ii) open circuit of trip coil or trip circuit wiring and (iii) failure of mechanism to complete the tripping operation. The relays shall have necessary contacts to be connected to the annuciator available in the annunciation panel for visual and audible indication of the failure of tip circuit. 2.4 ELECTRICAL EQUIPMENT AND WIRING Electrical equipment furnished by the contractor shall be designed for use under the climatic conditions prevailing at site .Metal parts shall be protected against corrosion by plating and / or painting. All wiring, both bower and control, shall have insulation of non-hygroscopic type unless specifically stated otherwise.
The use of materials of hygroscopic nature (leather, paper, fibre, cotton and like) shall be avoided as far as possible in no case these materials shall be employed where an electrical insulating functions is involved. All welding, casing twine, felt ,etc. shall be treated with fungicides and insecticides no fabric treated with linseed oil or linseed oil varnish shall be used .
All instruments and devices on and in the panels whether furnished by the tenderer or others shall be mounted and completely wired to terminal blocks ready for external connections.
The small wiring carried out shall be of an adequate cross section and not less that 2.5mm 2
copper wire for C.T circuit and 1.5 mm 2 copper wire for the P.T and other circuits, each wire shall be continuous from and to end shall not have any joint within itself.
All wires shall have PVC insulation grade 650 volts super flexible multistrand and shall be suitable for switchboard wiring and comply with the requirements of relevant standards. Each wire shall bear an identifying ferule or tag at each end or connecting point.
2.5 TERMINAL BLOCKS: All outgoing control wiring shall terminate on terminal blocks, preferably vertically mounted on the side of each panel. All wire terminations shall be carried out with compression type connections. Suitable supports shall be provided for the incoming cables. The terminal block shall be arranged to provide maximum accessibility to all conductors terminations and arrangement preventing ready access to other terminal screws will bolt be accepted . At least ten percent spare terminals shall be provided over above the number required and shall be suitably distributed on each terminal block.
Page 50 of 73 The terminal block be fully enchased with easily removable covers and made of molded , not inflammable plastic material with bases and barriers molded integrally , such blocks shall have washer head binding screws for external circuit wire connections and white making strip for circuit identification. All control cables shall preferably terminate in Ross Courtney terminals and washers or crimp age. All terminals shall be clearly marked with identification numbers or letters to facilitate connection to the external wiring. Terminal blocks shall include separate terminal for testing the relays and instruments and short circuiting of the C.T,S is these facilities are not provide elsewhere in the manufactures equipment no more than two wires shall be connected to any terminal .
Purchasers control cables shall be 2.5, 4.8, 6.0 or 10 mm 2 size copper or equivalent aluminum and shall enter from below. Terminals shall be suitable for connection of copper as well as aluminum conductors. The control schemes shall incorporate necessary isolating devices for easy testing and isolation of faults in control and signaling circuits. Panel manufacturer shall furnish and amount all required material. Such as terminal blocks steel enclosures. Troughs conduits and necessary fittings. In addition, the manufacturer shall furnish:-
One set of fuses for each fuser circuit with individual branch circuits, if any not separately fused. Fuses and terminals shall be provided for tapping of control supply for equipment located elsewhere.
Necessary arrangement must be made for receiving/ distributing /isolating and fusing of DC control and signaling supply , details for which shall be furnished to the successful tenderer .
A copper bar ground bus extending the entire length of panels shall be provided. Suitable arrangement shall be for connecting both ends of each bus to the station ground. All ground connection of devices and circuits shall be connected to the panel ground bus.
2.6 SPACE HEATERS: Tubular space heaters suitable for connection to single phase 240 volts so HZ. Supply shall be provided at the bottom of the cubicles to prevent condensation of moisture. The watt loss shall be low enough to keep the surface temperature well below visible limits.
2.7 TEST BLOCKS: Switch board type , back connected , semi flush mounting type test block with contacts suitably rated shall be provided with links or there devices to enable insertion of a series devices into the circuit without causing open circuit in the devices into the circuit without causing open circuit in the C.T secondary or to enable short circuiting of the C.T secondary . Test block covers shall be provided with suitable sealing arrangement to prevent unauthorized access to the test stubs. If any test plugs are to be used with the test blocks, 6 Nos. of each type of such block & plugs shall be supplied free with main equipment.
2.8 SAFETY EARTHING:
Page 51 of 73 Earthing of current free metallic parts or metallic bodies of the equipment fitted on the panel shall be done with soft draw single conductor bare copper. A copper ground bus extending along the entire length of the panels shall be provided. Suitable clamp type terminals shall be furnished for connecting both ends, of the bus to the station earth system the neutral point of the star connected L,V windings of instrument transformers, whenever necessary shall be connected with the main earth wire of the panel earthing system , multiple earthing of any instrument transformer circuit shall be avoided .
1.02.00 TRANSFORMER PROTECTION
The Power transformers are equipped with on load tap changing gear for plus 5% and minus 15% percent voltage variation from nominal ratio.
1.02.01 Circuit shall be wired for Buchholz alarm and trip (both for Main Tank & Diverter tank), PRV alarm and trip, high winding Temperature alarm & trip, oil temperature alarm and trip, low oil level alarm and annunciation devices.
1.02.02 Differential Protection
The transformers shall be protected by Numerical type differential relays. The differential relays shall have such 'percent slope' characteristics that no change in setting will be needed when the transformer taps are changed. There shall be no mal-operation at maximum through fault current and the relays shall be suitable for through fault current upto 15 times full load current.
The relays shall have means to restrain operation on transient inrush of magnetizing current during switching either from HV or LV side. The relay shall also be stable in the event of sudden loss of complete load. To maintain differential protection stability under over excitation conditions, relay should also be incorporated with 5 th harmonic current based blocking., The characteristics shall take care of the unbalance between the current of CTs on HV and LV side and shall be adjustable.
The current transformer's magnetization and ratio error curves shall be taken into consideration to co-ordinate the characteristics of CTs and relays. Suitable interposing CTs are to be included in the offer.
1.02.03 Restricted Earth fault protection
Instantaneous high stability circulating current type restricted earth fault protection relay shall be provided in the HV side. It shall be electromechanical type tuned to system frequency. The relay shall also have suitable non-linear resistor to limit the peak voltage to 1000 volts.
1.03.00 TRIPPING RELAY
High Speed Tripping Relay shall be instantaneous (operating time not to exceed 10 milli- seconds and shall reset within 20 milli-seconds). It shall be D.C. operated and have adequate contacts to meet the requirement of scheme and other function like auto-reclose relay, LBB
Page 52 of 73 relay as well as cater to associated equipment like event logger, Disturbance recorder, fault Locator etc. It shall be provided with operation indicators for each element/coil.
1.04.00 TRIP CIRCUIT SUPERVISION RELAY
The relay shall be capable of monitoring the healthiness of each 'phase' trip-coil (s) and associated circuit of circuit breaker during 'ON' and 'OFF' conditions. The relay shall have adequate contacts for providing connection to alarm and event logger. The relay shall have time delay on drop-off not less than 200 milliseconds and be provided with operation indications for each phase.
1.05.00 D.C. SUPPLY SUPERVISION RELAY
The relay shall be capable of monitoring the failure of D.C. supply to which, it is connected. It shall have adequate potential free contacts to meet the scheme requirement. The relay shall have a 'time delay on drop-off' of not less than 100 milli-seconds and be provided with operation indicator/flag.
1.06.00 SAFETY EARTHING 1.07.01 Current free metallic parts or metallic bodies of equipment shall be earthed with soft drawn single conductor bare copper. Tail connection shall have minimum area of 16 sp. mm and main connection 60 sq. mm. These wires shall be connected by Ross-Courtney terminals and clamp junctions. Soldered connections shall not be employed.
1.07.02 The neutral point of star connected LV winding of instrument transformers and one corner of the delta/open delta connected LV side of instrument transformers shall be similarly earthed by tail connected with the main earth wire of the switchboard earthing system. Multiple earthing of any instrument transformer circuit shall be avoided.
1.07.03 The main earth connection for each panel shall be brought out to terminals for connection to the station earthing system.
1.08.00 DRAWING & LITERATURE
1.08.01 Triplicate copies of the following drawing and literature shall be submitted along with the tender.
a) Dimensioned details of each unit cubicle complete assembly of switchboard.
b) Dimensioned front and rear view of the switch boards with instrument and device position marked. c) List of all equipment and devices.
d) Pictorial views of control switches, indicating instruments, test blocks, Terminal blocks and exploded views of draw out type instruments and fuse blocks.
Page 53 of 73 e) Schematic wiring diagram of protection scheme, synchronizing circuit, annunciator circuit, Disturbance Recorder, fault locator etc.
f) Illustrative and descriptive literature, general technical data and specifications of each and every type of relays, meters, instruments and other devices offered.
1.09.00 Contract drawings & literature In the event of an order, the contractor shall submit three prints of each drawing for the approval of the purchaser. After the drawings are approved, six copies of each drawing printed on 90 GSM paper shall be supplied for immediate use.
One set of velographs for all drawings (as erected) and ten sets of print of such drawings printed on 90 GSM paper and mounted on cloth shall be supplied as contract drawings.
a) Dimensioned detail drawings of the panels showing front view, rear view and side view.
b) Template for foundation and details of the cable trench and cable holes in the foundation platform.
c) Elementary diagrams of all control, metering, protection, annunciation and other circuits. All devices shall be numbered according to ASA or International usage, which shall be separately coded.
d) Cabling and wiring diagram of the front and rear cubicles and inter-connections between them. Ferrule number, device numbers grouping for cable take off etc. shall be distinctly shown.
e) Inter-connection diagram between switchboard and switch gear equipment, power transformers, instrument transformers etc. showing clearly the connection between the terminal blocks of the switchgear and control panel.
f) Dimensional outline, drilling diagram and special mounting arrangement, if any of each type of various devices on the switchboard.
g) Internal wiring diagram of all devices and elementary wiring of relay where internal wiring is intricate.
h) Construction details of control switches, terminal block, test blocks etc.
1.10.00 In the event of a contract being awarded ten copies of each set of the following literatures shall be supplied :
a) Literature describing construction, operation, adjustment and rating specifications of all the protective and auxiliary relays recording instruments, metering instrument, control switches etc.
Page 54 of 73 b) List of spare parts, identification number of renewable parts of relays, instruments and switches to enable the Purchaser to procure spare parts correctly at a later date. BILL OF MATERIALS FOR DUPLEX TYPE CONTROL PANEL FOR 220/132 KV POWER TRANSFORMER (MINIMUM REQUIREMENT)
1) Moving coil type Ammeter to operate from 220KV CT - 1 No.
2) Ammeter selector switch for HV side - 1 No.
3) Moving coil type Ammeter to operate from 33KV CT - 1 No.
4) Ammeter selector switch for LV side - 1 No.
5) Two element MW meter suitable for 3 phase 3 wire load - 1 No. to operate from 220KV CT & PT
6) 3 position 12 way (min) spring return to neutral - 2 Nos. control switch with lost motion and sequential device for 220KV & 33KV Breaker control.
7) 3 position 24 way (min.) protection transfer switch (lockable)- 1 No.
8) Indicating lamps complete with resistor and lens - 12Nos. for 220 KV side.
9) Indicating lamps complete with resistor and lens - 7Nos. for 33 KV side. 10) Synchronizing socket - 1 set
11) Solid state annunciator with Facia for HV side - 1Set (with at least 25% spare but not less than 12 ways)
12)Solid state annunciator with Facia for LV side - 1 Set (with at least 25% spare but not less than 12 ways)
13) Push button for alarm accept/reset/test - 3 Nos (common for HV & LV )
14) Push button for T.C. healthy - 4 Nos
15) Push button for DC supply Fail Test/Accept function - 2Nos.
16) Saturated core ICTs to be mounted inside panel as - 6 Nos. required in metering circuit.
17) Any other item required for implementation of the respective scheme.
Page 55 of 73
DUPLEX TYPE RELAY PANEL FOR 220/132 KV POWER TRANSFORMER (MINIMUM REQUIREMENT)
1) Trip circuit supervision relay for HV side - 2 Nos.
2) Trip circuit supervision relay for LV side - 2 Nos.
3) Auxiliary relay for breaker closing - 1 No.
4) Auxiliary tripping relay for trip transfer scheme - 1 set
5) Set of triple pole numerical transformer - 1 No. differential relay suitable for 3 winding transformer with suitable technique to ensure stability during inrush currents and transient overfluxing conditions complete with external ICTs for ratio matching & Vector correction facility as required for HV and LV side CTs.
6) Triple pole electromechanical non-directional IDMT -1 No. over current relay with high set instantaneous unit for backup protection for HV side.
7) Single pole electromechanical non-directional IDMT - 2 Nos. over current relay with high set instantaneous unit for backup protection for LV side.
9) Single pole electromechanical non-directional IDMT - 1 No. earth fault relay for HV side.
10) Single pole non-directional instantaneous earth fault 1 No. relay with Timer (0.1sec 9.9 sec) for 33KV common Earth Fault protection with at least 4(four) Pairs NO contacts.
11) 3(Three) element auxiliary relay with hand reset contact for - 2 Nos. Main tank/OLTC Buchholz, OTI, WTI, PRV ,OIL LEVEL LOW etc. for trip & Annunciation.(Each element shall have 3 pairs NO & 1 pair NC contacts).
12) Local breaker failure back-up protection relay with - 1 No. timer and associated tripping relay for HV side if not built-in in the main relay.
13) High speed hand reset type trip relay - 1 No. for Tripping & Annunciation of HV Breakers
Page 56 of 73 with sufficient Nos. of spare contacts(25%).
14) High speed hand reset type trip relay - 1 No. for Tripping & Annunciation of LV Breakers with sufficient Nos. of spare contacts(25%).
15) One set of following is to be supplied along with complete Package: a) Communication software for the relay b) Communication cable
16) Any other item required for implementation of the scheme.
SPECIFIC TECHNICAL PARTICULARS OF ACSR ZEBRA CONDUCTOR. CONDUCTOR DATA
(a) Complete Conductor. (i) Code Name : "Zebra" (ii) Size/Stranding : 54/3.18 mm +7/3.18 mm steel. (iii) ISS to which conductor shall conform to : IS : 398-Part-II (as amended upto date) (iv) Nominal copper area. : 260 Sq. mm (v) Diameter of complete conductor. : 28.62 mm (vi) Nominal Aluminium area : 420.0 Sq. mm (vii) Sectional area of Aluminium : 428.9 Sq. mm. (viii) Total sectional area : 484.5 Sq. mm (ix) Approximate total weight : 1621.00 Kg/KM (x) Ultimate tensile strength of conductor. : 13,316 Kg (xi) Minium average ultimate tensile stress. : 17.51 Kg/mm 2
(xii) Calculated resistance at 20degree (maxm.) : 0.069150 hm/Km (xiii) Final modulus of Elasticity. : 69 GN/m 2 (xvi) Co-efficient of linear expansion : 19.30x10-6 per o C (xv) Standard length in which conductor will be supplied : 1.2 Kms +5%/ or as Per site requirement (xvi) Lay Ratio :
Page 57 of 73 (a) Steel Core Max-28 (b) Aluminium 12 wires Max-17 Minim-13 Minim-10 18 Wires Maxm-16 Minim-10 24 Wires Maxm-14 Minim-10 (B) Strands Aluminum WIRES Steel WIRES (i) No. of strand 54 7 (ii) Diameter (mm) (a) Standard 3.18 3.18 (b) Maximum 3.21 3.24 (c) Minimum 3.15 3.15 (iii) Sectional area (mm2) 7.942 7.942 (iv) Weight (Kg/Km) 21.47 62.00/61.95 (v) Resistance at 20 0 C when corrected to standard wt. (a) Standard (ohm/Km) 3.582 (b) Maximum (ohm/Km) 3.618/3.651 (vi)Mininium ultimate tensile stress (Kg/mm 2 ) 16.59
134.00 (vii) Minimum breaking load. 1.20 134.00 (a) Before stranding (KN) 1.29 10.43 (viii) After stranding (KN)/ Zinc Coating. 1.23 9.91 (a) No. of one minute dip 3 (b) Minimum weight of zinc 260 gm/m 2
(c) Process of galvanizing 3.16.2. REEL OR DRUM Hot dip
(a) No. of standard length One (b) Dimension of reel or drum As per requirement (c) Specification for drum IS: 1778
Page 58 of 73 PART-A CHAPTER-V FORM OF TENDER FORMAT
FORM - A Format for undertaking
To The Chief Engineer (Trans.) J SEB, Ranchi
Sub: The details as per terms of the tender for Design, Engineering, Supply of materials/ equipments (excluding auto transformer), Erection, Testing and Commissioning of 1x132 kV Transformer Bay with Extension of 132 kV Main & Transfer Bus including Erection of accessories and commissioning of 150 MVA, 220/132/33 kV Auto Transformer at Hatia-II on turnkey basis.
Ref: NIT No 922/PR/J SEB/12-13.
Sir, With reference to the above NIT we undertake that the following documents submitted as per terms of the tender is true in all respect and if any statement found false Board may recover the due amount as per terms of the Order/NIT/ Terminate the contract any time. 1. 2. 3. 4. 5. .
To, Chief Engineer (Transmission), J harkhand State Electricity Board, Engg. Building, HEC, Dhurwa, Ranchi 834 004 Telephone 0651-2400 008 (O)
Subject: Design, Engineering, Supply of materials/ equipments (excluding auto transformer), Erection, Testing and Commissioning of 1x132 kV Transformer Bay with Extension of 132 kV Main & Transfer Bus including Erection of accessories and commissioning of 150 MVA, 220/132/33 kV Auto Transformer at Hatia-II on turnkey basis.
Ref. : NIT No 922/PR/J SEB/12-13
Dear Sir,
I/ we the undersigned hereby offer to execute the works relating to the subject work mentioned in the Tender paper. Completion within a period of 03 months from the date of issue of letter of intent / letter of Acceptance of Tender and in strict compliance with the provisions detailed in the Tender papers, appended here to including Instructions to Tenderers and conditions of Tendering. Conditions of contract and specifications as included therein and as modified by this Tender at such rates as are specified in schedules appended here to. The summary of prices is attached in Packet B(Price Part).
1. I/We agree that this Tender shall not be restricted or withdrawn and shall remain open for acceptance for and during the period of 180 days from the date fixed for opening the same.
2. I/We have read each and every page of the Tender paper and I/We fully understand the Terms, Conditions and other provisions as contained in the Tender papers and I/We agree that the same shall apply to my/our Tender as modified by my our offer and I/we shall be bound by it.
Page 60 of 73 3. I/We have signed with seal of all pages of tender paper as a token acceptance.
4. I/ We have deposited earnest money of Rs. 2.75 lacs by Bank Guarantee/ DD in favour of DDA (Sectt.), J harkhand State Electricity Board.
The full value of Earnest Money shall stand forfeited without prejudice to other rights and remedies, if.
a) I/We do not execute the Contract documents within 7 days of receipt of notice by the J SEB that such documents are ready or
b) I/We do not commence work within 03 days of receipt of the instruction to that effect.
Seal of the Tenderer Yours faithfully,
Signature of the Tenderers
Place _______________ Dated, the
Witnessed by :-
1. Signature Name in Block Capital Address
2. Signature Name in Block Capital Address
Tenderers full name and address.
Page 61 of 73 FORMAT EMD FORM FOR EARNEST MONEY DEPOSIT
(To be issued by Nationalized Banks)
To, DDA (Sectt.), J SEB Engineering Building, HEC, Dhurwa, Ranchi
Whereas .(Name of Bidder) (hereinafter called the Bidder) has submitted his bid dated.(date) for the construction / supply of(name of contract) (hereinafter called the Bid) against NIT No /PR/J SEB/. Know all People by these presents that We(name of the Bank) of ..(name of country) having our registered office at (hereinafter called the Bank) are bound unto..DDA (Sectt.), J SEB, Ranchi (hereinafter called the purchaser) the sum of Rs* for which well and truly to be made to the said Purchaser the Bank binds itself, his successors and assigns by these presents. Sealed with the Common Seal of the said Bank this day of .20 The Conditions of this obligation are : a. If after Bid opening the Bidder withdraws his Bid during the period of bid validity specified in the Bid, Or b. If the Bidder having been notified of the acceptance of his Bid by the Purchaser the period of Bid validity, i. fails or refuses to execute the Form of Agreement in accordance with the Instructions to Bidders, if required, or
Page 62 of 73 ii. fails or refuses to furnish the Performance Security, in accordance with the instructions to Bidders, or iii. does not accept the correction of the Bid Price pursuant to relevant clause of the bid. We undertake to pay the Purchaser up to the above amount upon receipt of his first written demand, without the Purchaser having to substantiate his demand, provided that in his demand the Purchaser will note the amount claimed by him is due t him owing to the occurrence of one or any of the three conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including the date ** months after the deadline for submission of Bids as such deadline is stated in the instruction to Bidders or as it may be executed by the Purchaser, notice of which extension(s) to the Bank not later than the above date.
We, .bank lastly undertake not to revoke this guarantee during its currency except with the previous consent of the board in writing.
Date the day of .20
For ..Bank
Signature of the Bank.
Witness..Seal..
(Signature, name and address).
. * The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees. This figure should be the same as shown in relevant clause of the Bidding Document. ** Months after the end of the validity period of the Bid. Date should mentioned by the Purchaser in relevant clauses of the Bidding Document.
Page 63 of 73 FOR SECURITY DEPOSIT / PERFORMANCE GUARNATEE/ CONTRACT GUARANTEE. FROM OF GUARANTEE BOND (To be issued by approved nationalized Banks) This deed of Guarantee is made this . days of .between .. (Name of the bank and its.
Constitution with detailed address including its head office) (hereinafter called the Bank which expression shall, where the context so admits include its successor and permitted assign) of the one part and the J harkhand State Electricity Board being the Board constituted under Section-5 read with Section 12 of the Electricity (supply) Act., 1948 (Act No. LIV of 1948) having its head office at Engineering Building , Dhurwa, Ranchi 834 004 (hereinafter called the Board which expression shall, where the context so admits include its successor and permitted assign) of the other part.
1. Whereas ..(name of the contractor or supplier if a Co.) being a company registered under the Indian Companies Act having its registered office at (name of the contractors) or supplier (s), if a partnership firm).bearing registration no. .. of the year with the registrar of firms at and having its registered office at .(Name of contractor or supplier if individual ..fathers name.and having his principal place of business at .(hereinafter called The said contractor (s)/the said supplier(s) entered into an agreement No..dated for the Board (hereinafter called he said purchase order work order.
2. Whereas, in accordance with clauseof the said agreement/ the said purchase order, the Board has agreed to make a payment to the said contractor(s)/ said supplier (s) of Rs. .being cost of equipment/project to percent of value of contract under the said agreement/ the said purchase order on presentation by the said contractors(s)/ the said supplier (s) of the Bank Guarantee duly approved by the Board for Rs. (Rs...) only beingpercent of the value of the contract,
AND WHERE AS , in accordance with clause. Of the said agreement/ the said purchase order, the Bank has at the request of the said contractor (s) / the said supplier (s) agreed to give their guarantee and the Board has agreed to accept the said Bank Guarantee for the aforesaid sum.
NOW THESE PRESENT WITNESETH AS FOLLOWS : In consideration of the Board having agreed to make a payment to the said contractor(s)/ the said supplier(s) of Rs. .as per terms and conditions mentioned in the said agreement/ the tems and conditions mentioned in the said agreement/ the said purchase order, on presentation of Bank guarantee for Rs. ..(Rupees) only, we
Page 64 of 73 Bank Limited do hereby undertake to pay to he Board an amount not exceeding s. .against any damage or non-payment or ..suffered or would be caused to be suffered by the .reason of any breach by the said contractor(s) / supplier(s) of the terms and conditions contained in the said agreement / the said purchase order.
3. We ..bank do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand, from the Board stating that amount claimed is due to way of loss or damage caused to or would be closed to or suffered by the Board stating by reason of any breach of the said contractor(s) / the said supplier (s) of any of the terms and condition contained in the said agreement/ the said purchase order or by reason of the said contractors (s) the said suppliers failure to perform the said agreement/ the said purchase work order. Any such demand on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However our liability under this guarantee shall be restricted to an amount not exceeding Rs.
4. We, ..Bank further agree that the guarantee herein contained remain in full force and effect during the period that would be taken for the performance of the said agreement/ the said purchase order/ work order and that it shall continue to be enforceable till all the dues of the Board under or by virtue of the said agreement the said purchase order/ work order has been fully paid and its claims satisfied or discharged or till the Board certifies that the terms and conditions of the said agreement / the said purchase order/ work order are fully and properly carried out by the said contractor(s) the said supplier (s) and accordingly discharges the guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before we shall be discharged from all liability under this guarantee thereafter. 5. We, .Bank further agree with Board that the Board shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement / the aid purchase order / work order or to extent time of performance by the said contractor (s) the said supplier (s) from time to time or to postpone for any time or from time to time, any or the powers exercisable by the Board against the said contractor (s) the said supplier (s) the said supplier (s) and to forbear or enforce any of the terms and conditions relating to the said agreement/ the said purchase order / work order and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor (s) the said supplier (s) or for any forbearance act of commission on the part of the Board or any indulgence by the Board to the said contractor (s) the said purchase order / work order or by any such matter or thing whatsoever which under the low relating to sureties would but for this provision have effect of so relieving us.
6. We, .Bank lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Board in writing.
Date theday of .20. For Bank
Page 65 of 73 CONTRACT FORM FOR AGREEMENT
This contract made this .only of of Two Thousand .. between the J harkhand State Electricity Board, constituted under Section 5 of the Electricity (Supply) Act., 1948 (herein after referred to as The Board) on the one part and Sri in his own behalf and on behalf of other member of the J oint family/proprietor of the firm S/O. Sri by religion.P.OP.S..District.(in the State of ) P.S..District or as partnership firm/J oint stock company duly registered under the Indian partnership Act. 1932/Indian company Act., 1913/1956 bearing registration No. 19with the Registrar of Firms/Registrar of J oint Stock companies at ..acting through itsnamely SriS/Opermanent resident of village/TownP.O.P.S .District.in the State of at present residing at Village/Town.P.O. ..P.SDistrict.. (hereinafter referred to as the contractor/Supplier, which expression, shall unless excluded by or repugnant to the context, including his heirs, legal representatives, successors, executors, administrators and permitted assigns on the other part.
Where as the Board agrees to award the complete work of . Materials and the Supplier / Contractor has agreed to execute the said work in accordance with J harkhand State Electricity Boards notice inviting Tender No. general conditions of tenders and the bill of quantity and Contractor/ Supplier proposal No. ..dated and on the following terms and conditions.
i) The contractor/ supplier agrees to execute the above work and deliver the above said materials conformity with the provisions of the general conditions of NIT and other
Page 66 of 73 documents referred to above which forms a part of this contract withinmonths from execution of this contract.
ii) The Board hereby agrees to pay to the Contractor/Supplier on due performance of the contract, price of Rs. .from the Boards fund in the manner and in accordance with terms specified in the NIT as also in the P.O./WO No.dated ..to be issued.
iii) Other conditions, if any, to be mentioned. In witness whereof the said Parties hereto have hereunto set and subscribed their respective hand and seal the day and year first above written.
I signed by/ or on behalf of the contractor/supplier ..Authorised by the Contractor/ supplier under deed of ..dated .(Strike off the works not needed. Where the signature is made under authorization made by a deed resolution, the consumer should furnish an attested copy of such deed. Resolution).
Signature on behalf of the Board
Signature of the behalf of the Supplier/ Contractor Supplier/Contractor (Seal of the Contractor/ Supplier
1. Witness 1. Witness
2. Witness 2. Witness .
Page 67 of 73
STANDING INDEMNITY BOND FOR PAYMENTS OF MATERIALS (stamp value of Rs. 100/- only) We, M/s __________________________________hereby undertake that w held at our stores depots at ___________________________for and on behalf of the J harkhand State Electricity Board acting in the premises through the Chief Engineer (Transmission), J .S.E.B. __________________hereinafter referred to as the Purchaser) all materials for which Payment of Materials payment have been made to us against the contract for . on the J SEB also referred to as vide Letter of Acceptance of Tender No. _____________ dated ____________________ and materials handed over to us by the Purchaser for the purpose of execution of the said contract, until such time the materials are duly erected for otherwise handed over to him.
We shall be entirely responsible for the safe custody and protection of the said materials against all risk till they are duly delivered as erected equipment to the purchaser, or as he may direct otherwise and shall indemnify the purchaser against any loss, damage, or deterioration whatsoever in reset of the said materials while in our possession and against disposal of surplus materials. The said materials shall at all times by upon to inspection by any officer authorized by the Chief Engineer (Transmission), incharge of the Jharkhand State Electricity Board.
Should any loss, damage or deterioration of materials occur or surplus materials disposed off and refund becomes due, the purchaser shall be entitled to recover form us the full cost as per prices included in Schedule rate to the Contract (As applicable) and in respect of other materials as indicated in loss or damages, if any, alongwith the amount to be refunded without prejudice to any other remedies available to him by deduction from any sum due or any sum which at any time hereafter become due to us under the said or any other Contact.
Dated this ______________________day of __________________201
(for and on behalf of ) M/s ______________________________(Contractor) Signature of Witness : Name of witness IN BLOCK LETTER ADDRESS
Page 73 of 73 iii) BHARAT WIRE ROPE iv) USHA MARTIN v) MIKI WIRE WORKS vi) NIRMAL WIRE 36) LUGS: i) DOWELS ii) HAVELLS iii) MDS iv) ANCHOR 37) CABLE GLANDS: i) SUNIL & CO. ii) PIE iii) ARUP 38) HARDWARE: i) IAC ELECTRICALS ii) EMC iii) DESIGNERS AND ENGINEERS iv) STAR IRON WORKS v) ASBESCO INDIA vi) SUPREMES vii) EMI TRANSMISSION viii) ALUMINUM ELECTRICALS INDUSTRIES, VARANASI 39) PIPES: i) TATA ii) J INDAL iii) INDIAL TUBE 40) ANNUNCIATOR: i) MINILEC ii) J VS iii) BHARNI 41) PLCC EQUIPMENT WITH LINE TRAPS: i) AREVA ii) BPL 42) WINDOW/ SPLIT TYPE AIR CONDITIONER: i) BLUE STAR ii) CARRIER iii) VOLTAS iv) LG v) HITACHI vi) DAIKIN Note: Any vendor whose performance are not satisfactory and not responsive to our schedule may be deleted from the list of vendors and suitable new vendor may be included on the basis of their credentials. Hence purchasing of materials should be in consultation with Chief Engineer (Transmission).