11 kv indoor vcb mr - · pdf fileguarantee obligation for type tested 11 kv indoor vcb. 2.0...

68
- 1 - CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Head Office: IDCO Towers, 2nd Floor, Bhubaneswar- 751022 TENDER SPECIFICATION NO : CESU/ P&S/MR/212/ 2011-12 FOR PROCUREMENT OF 11 KV INDOOR TYPE VACUUME CIRCUIT BREAKERS (Under M/R Head) DATE OF OPENING OF TENDER: Dt. 21.10.2011 TIME: 15.30 Hours onwards. PLACE: IDCO TOWERS, 2 ND FLOORS, Bhubaneswar.

Upload: buianh

Post on 19-Mar-2018

224 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 1 -

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Head Office: IDCO Towers, 2nd Floor, Bhubaneswar- 751022

TENDER SPECIFICATION NO :

CESU/ P&S/MR/212/ 2011-12

FOR

PROCUREMENT OF 11 KV INDOOR TYPE VACUUME

CIRCUIT BREAKERS (Under M/R Head)

DATE OF OPENING OF TENDER: Dt. 21.10.2011 TIME: 15.30 Hours onwards.

PLACE: IDCO TOWERS, 2ND FLOORS, Bhubaneswar.

Page 2: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 2 -

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Head Office: IDCO Towers, 2nd Floor, Bhubaneswar- 751022

TENDER SPECIFICATION No:- CESU/P&S/ MR/ 212 / 2011-12

11 KV INDOOR Panel VACUUME CIRCUIT BREAKERS

CONTENTS

SECTION No DESCRIPTION PAGE NO.

SECTION-I INVITATION FOR BIDS (IFB) 4-7

SECTION-II INSTRUCTION TO BIDDERS (ITB) 8-18

SECTION-III GENERAL TERMS AND CONDITIONS OF

CONTRACT (GTCC)

19-30

SECTION-IV TECHNICAL SPECIFICATION FOR 11 KV In-door

VCB

31-49

SECTION-V LIST OF ANNEXURES (SCHEDULES & FORMATS)

50

ANEXURE-I: Abstract of GCTC 51

ANNEXURE-II: PBG Format 52-53

ANNEXURE-III: Price Schedule 54

ANNEXURE-IV(A): Technical Data Schedule For 11 KV

In-door VCB

55-60

ANNEXURE- IV(B): Technical Particulars for 3ph 4 wire

Energy Meter

61-64

ANNEXURE-V(A): Technical Deviation Sheet 65

ANNEXURE-V(B): Commercial Déviation Sheet 66

ANNEXURE-VI: List of Materilas Supplied 67

ANNEXURE-VII: Self Declaration Sheet 68

Page 3: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 3 -

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORSSA

2nd Floor, IDCO Towers, Janapath, Bhubaneswar-751022 Tel:0674- 2545681,2542895 Fax:0674-2543125

Web site: www.cescoorissa.com TENDER NOTICE

Tender Notice No.CESU-H.Qrs/P&S/MR/VCB-212/35993 Dt..30.09.2011 For and on behalf of CESU, the undersigned invites sealed tenders in duplicate superscribing the Tender Specification No. & date of opening (as mentioned in the specifications) from reputed manufacturers only for supply of the following type tested equipments as per the schedule below.

Sl. No. Schedule of Materials Qty. (Nos./Sets)

Cost of Tender

Paper (Rs.)

EMD (Rs. In Lakhs.)

1 11 Kv indoor VCB include of I/C, B/C & Fdr. Panel-05 sets

(49 Nos.)- (05 sets)

Rs.10,400.00 inclusive of

4% VAT

Rs.2.80 Lakhs ( Rupees Two Lakhs Eighty Thousand )

Only.

Time Schedules:-

1 Last Date & Time of selling of tender papers 20.10.2011 up to 4 PM

2 Last Date & Time for submission of Tender 21.10.2011 up to 1 PM

3 Last Date & Time for Opening of Tender 21.10.2011 3.30 PM onwards

The details about the quantity, technical specification, qualifying criteria etc. can be

seen from respective tender documents available at our website www.cescoorissa.com The detailed tender papers can be had from the undersigned at the above address on payment of the amount as mentioned by Cash / Demand Draft drawn on any Nationalized/Scheduled Bank issued in favour of CESU, payble at Bhubaneswar only. The cost of tender paper is non-refundable. No Telegraphic/Courier option for collecting Tender Documents shall be entertained.

The intending bidders can also download the tender document from our website

www.cescoorissa.com, However the bidder has to furnish a Bank draft for an equivalent amount towards the cost of the bid documents along with the bid failing which the bid will be rejected. In the event of any specified date for the sale, submission or opening of bids being declared a holiday for purchaser, the bids will be sold / received / opened up at the appointed time on the next working day. CESU also reserves the right to accept or reject any or all tenders without assigning any reason thereof, if the situation so warrants.

-Sd- Chief General Manager (P&S) ,, Memo No._35994 (6) Dt.30.09.2011

Copy forwarded to;

COO / Sr.G.M. (Finance ) / CGM(Tech.)/DDO of this office for information & necessary action.

Sr. GM(IT))/D.M. ( P.R. ) of this office for information. The Tender Notice is to be displayed on the Notice

Board and published in Two leading ORIYA dailies & Two English News Paper with all India Circulation ,

reputed tender portal and in CESU’s website cescoorissa.com. -Sd- Chief General Manager ( P&S )

Page 4: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 4 -

SECTION-I

INVITATION FOR BIDS (IFB)

Page 5: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 5 -

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA INVITATION FOR BIDS (IFB)

FOR SUPPLY OF 11 KV INDOOR VACCUM CIRCUIT BREAKERS

(COMPETITIVE BIDDING) Specification No. CESU/P&S/ MR/ 212/ 2011-12

SECTION- I

1.0 Scope of Supply:

For and on behalf of CESU, the undersigned invites bids under two part bidding system in double sealed cover for the package, duly super-scribed with tender specification No. and date of opening from manufacturers only for design, manufacture, supply, testing, inspection, loading at factory, transportation to unloading at site/stores including guarantee obligation for Type Tested 11 KV INDOOR VCB.

2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive bid, consisting of

Technical and Commercial Proposal and conditions/schedule of non-compliance, if any. The submission of the Bids shall be in the manner specified in the instruction to Bidders. The due date of submission shall be 21.10.2011.

3.0 CESU will not be responsible for any cost or expenses incurred by bidders in

connection with the preparation and delivery of bids. 3.1 CESU reserves the right to cancel, postpone, withdraw the invitation for Bids without

assigning any reason thereof and shall bear no liability whatsoever consequent upon such a decision if the situation so warrants.

4.0 Bid Security & Time Schedule:

Description Date &Time

Sale of Tender Documents: 20.10.2011 Up to 4 .00 PM

Submission of Bids: 21.10.2011 Up to 1.00 PM

Opening Bids: At 15.30 Hrs onwards on 21.10.2011

Required Quantities Equipment: As specified under clause-5

Completion of the delivery: Within 180 days from the date of issue of purchase order as per delivery schedule.

Cost of Tender Document: (Non refundable)

Rs.10,400.00 ( Rupees Ten Thousand Four Hundred Only inclusive of VAT ) Payable by Cash or Bank Draft drawn from a Nationalised/Scheduled Bank issued in favour of “CESU” payable at Bhubaeswar.

Page 6: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 6 -

Amount of Bid Security payable:

(For all three items) Rs.2.80 Lakhs (Rupees Two lakhs Eighty Thousand ) only in shape of A/C payee Bank Draft drawn from a Nationalised/Scheduled Bank Bank issued in favour of CESU, payable at Bhubaneswar only.

5.0 Schedule of Requirements & Delivery:

Item Description

Total Quantity (in

Nos./Sets)

Within 60 days of issue of Purchase Order

(Consignment - I)

Between 120 of issue of Purchase Order

(Consignment - II)

CDR Store

(Consignment-I)

BBSR Store

(Consignment-II)

CDR Store

(Consignment-III)

BBSR Store

(Consignment-

IV)

11 KV Indoor VCB: i) Incomer-11Nos. ii)Out Going-32 Nos. iii)Bus Copler-06Nos.

49Nos.

(5 Sets)

17 Panel-1 Set (11 KV Metal

clad Switch Gear, IN Door Type)(3

I/C+2B/C+12 O/G)

09 Panel-1 Set (11 KV Metal clad

Switch Gear, IN Door Type)(2

I/C+1B/C+6 O/G)

09 Panel-1 Set (11 KV Metal clad Switch Gear, IN Door Type)(2

I/C+1B/C+6 O/G)

07 Panel-2 Set (11 KV Metal clad

Switch Gear, IN

Door Type) each set having (2

I/C+1 B/C+4O/G)

6.0 QUALIFICATION OF BIDDERS: 6.1 Criteria for qualification 6.1.1. Techno-Commercial :

a) The bidder(s) should be a manufacturer of 11 KV Vacuum Circuit Breakers or higher rating Vacuum Circuit Breakers ( both Short Circuit and Normal current rating) for which he submits his offer.

b) The bidder(s) should have already supplied 11 KV Vacuum Circuit Breakers for which he submits his offer ( or higher capacity Vacuum Circuit Breakers, both normal current Amp. & short circuit rating KA) not less than the quantity tendered as per this specification during past 3 Financial Years. Bidders should submit self-attested copies of P.O’s supported with the Store Receipts Voucher’s/Delivery Challans and abstract there of to prove the quantity as supplied within last 3 years.

c) The bid shall be accompanied by user’s certificate preferably from any distribution Company/ State Govt./ Central Govt. or their undertaking(s) in support of satisfactory performance of their above rated VCBs, supplied earlier.

d) The offered VCB(s) should have been type-tested at CPRI/ National Govt. approved laboratory. The bid shall accompany with type-test reports conducted at Central Power Research Institute / National Govt. approved laboratory for the offered VCBs conducted within five years from date of tender. Bids not accompanied with type test reports conducted within five years shall not be considered for evaluation.

e) The bidders who have earlier failed to execute the purchase order(s) of the CESU and or black listed by CESU/any of the distribution utility shall not be eligible to participate in this tender.

Page 7: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 7 -

6.1.2 Financial: The minimum average annual turnover of the intending bidder should not be less than

Rs.5.60 Crores (Rupees Five Crores Sixty Lakhs) during past three Financial Years.

6.1.3. Documentation:

6.1.3.1. Bidder shall furnish copies of original documents defining the constitution or legal status, place of registration and principal place of business namely of Memorandum and Article of Association.

6.1.3.2. Written power of attorney / Board Resolution of the signatory of the bid.

6.1.3.3. Bidders shall submit audited financial reports for the past three financial years. In case the Bidder is in existence for less than three years the audited financial report/s from the date of its incorporation should be furnished. However, the bidder(s) shall meet the minimum annual average turnover requirements.

6.1.3.4. Copies of the Purchase Order supported with Stores Receipts Vouchers/Delivery Challans, Users Performance Certificate & Type Test Certificate as required under clause-6.

6.1.3.5 Bids without the documents shall be rejected outright unless relaxed by CESU.

7.0 CESU reserves the right to relax the qualifying norms without assigning any reason

thereof, if the situation so warrants. 8.0 All correspondence with regard to the above shall be made to the following address.

CHIEF GENERAL MANAGER (PURCHASE & STORES) CENTRAL ELECTRICITY SUPPLY UTILITY OF ORSSA

2nd Floor, IDCO Towers, Janapath, Bhubaneswar-751022 Tel:0674- 2545681,2542895 Fax:0674-2543125

Web site: www.cescoorissa.com ,,,

Page 8: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 8 -

SECTION-II

INSTRUCTION TO BIDDERS (ITB)

Page 9: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 9 -

SECTION-II INSTRUCTION TO BIDDERS (ITB)

1. SOURCE OF FUNDS: 1.1 CESU hereinafter referred to as the “Purchaser” is desirous of procurement of

Vacuum Circuit Breakers of different ratings for strengthening and improvement of distribution network under CESU from the funds available under M/R head.

2. SCOPE OF WORK: 2.1 The scope of work in brief shall include design, manufacture, type testing, inspection,

supply, loading at factory, transportation to site/ unloading at stores including guarantee and after sales service obligations of 11 KV INDOOR VACUUME CIRCUIT BREAKERS in conformity to the technical specification enclosed herewith in Section- IV .

3. DISCLAIMER: 3.1 This Document includes statements, which reflect various assumptions, which may

or may not be correct. Each Bidder should conduct its own estimation and analysis and should check the accuracy, reliability and completeness of the information in this document and obtain independent advice from appropriate sources in their own interest.

3.2 Neither Purchaser nor its employees will have any liability whatsoever to any Bidder

or any other person under the law or contract, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage whatsoever which may arise from or be incurred or suffered in connection with anything contained in this document, any matter deemed to form part of this document, provision of services and any other information supplied by or on behalf of Purchaser or its employees, or otherwise arising in any way from the selection process for the supply/ provision of services for the project.

3.3 Though adequate care has been taken while issuing the Bid document, the Bidder

should satisfy himself that documents are complete in all respects. Intimation of any discrepancy/ doubt shall be sent in the following address for seedy response.

CHIEF GENERAL MANAGER (PURCHASE & STORES) CENTRAL ELECTRICITY SUPPLY UTILITY OF ORSSA

2nd Floor, IDCO Towers, Janapath, Bhubaneswar-751022 Tel:0674- 2545681,2542895 Fax:0674-2543125

3.4 This document and the information contained herein are Strictly Confidential

and are for use of only the person (s) to whom it is issued. It may not be copied or distributed by the recipient to third parties (other than in confidence to the recipient’s professional advisors).

4 COST OF BIDDING:

4.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid and Purchaser will in no case be responsible or liable for those costs.

5. BIDDING DOCUMENTS:

5.1 The Scope of Work, Bidding Procedures and Contract Terms are described in the Bidding Documents. In addition to the covering Letter accompanying

Page 10: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 10 -

Bidding Documents, the Bidding documents include:

(a) Invitation For Bids (IFB) - Section –I (b) Instruction to Bidders (ITB) - Section –II (c) General Terms and Conditions of Contract

(GTCC) - Section –III

(d) Technical Specification - Section –IV (e) Annexure & Formats.

- Section –V

5.2 The Bidder is expected to examine the Bidding Documents, including all Instructions, Forms, Terms and Specifications. Failure to furnish all information required by the Bidding Documents or submission of a Bid not substantially responsive to the Bidding Documents in every respect will / may result in the rejection of the Bid.

6. AMENDMENT OF BIDDING DOCUMENTS:

6.1 At any time prior to the deadline for submission of Bids, the Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by way of issuing an addendum.

6.2 The Amendment/ Addendum shall be part of the Bidding Documents, pursuant to Clause 6.1, and it will be binding on them.

6.3 In order to afford prospective Bidders reasonable time in which to take the Amendment into account in preparing their Bids, the Purchaser may, at its discretion, extend the deadline for the submission of Bids.

7. LANGUAGE OF BID:

The Bid, prepared by the Bidder, and all correspondence and documents relating to the Bid exchanged by the Bidder and the Purchaser, shall be written in the English Language. Any printed literature furnished by the Bidder may be written in another Language, provided that this literature is accompanied by an English translation, in which case, for purposes of interpretation of the Bid, the English translation shall govern.

8. DOCUMENTS COMPRISING THE BID :

8.1 The Bid prepared and submitted by the Bidder shall comprise of two parts i.e Part-I ( Techno-Commercial Part), & Part – II ( Price Bid) as per Clause-6 of this Section. (A) The Part-I ( Techno-Commercial Part ) must contain the following documents.

(a) Bid Document signed by the bidder in every page, all other Schedules / Formats enclosed in the Bid-Document (Annexure I, II, IV(A), IV(B), V(A), V(B), VI & VII) duly filled in & signed by the bidder with seal. Bids containing information in formats other than our prescribed formats as above shall not be acceptable and may make the bid non-responsive.

(b) Requisite Bid Security ( EMD ) as per clause No. 4 of Section –I, IFB. In a separate envelop super scribing “Bid Security”.

Page 11: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 11 -

(c) Requisite Cost of Tender Document i.e Rs.10,400.00 inclusive of 4% VAT in shape of Bank Draft from a Nationalized/Scheduled Bank issued in favour of “CESU” Payable at Bhubaneswar, if the document is downloaded from our web-site or the Original Copy of Money Receipt if the document is purchased from our Cash Counter at our Head Office.

(d) Following Documentary evidence establishing the qualifying requirements in accordance with Clause-6, IFB (SECTION-I), that the Bidder is qualified to perform the Contract if the Bid is accepted.

(i) Self Attested copies of Purchase Orders executed supported with

Stores Receipts Vouchers/Delivery Challans in last 3 Years. (ii) Self attested copies of Performance Certificates from above buyers

preferably from Electricity Distribution Utilities / Government Organisations.

(iii) Type Test Reports from CPRI or any Government Testing Laboratory for the offered equipments along with the copies of drawings duly approved by the Type Testing Agency for the tests conducted not before 5 years from the date of opening of Bids.

(iv) Copies of Audited Profit & Loss Accounts & Balance Sheet indicating Turn-over for last 3 Financial Years.

(e) Power of Attorney / Board resolution indicating that the person(s) signing the

Bid have the authority to sign the Bid and as such the Bid is binding upon the Bidder during the full period of its validity, in accordance with clause-14.

(B) Part-II ( Price-Bid) : Shall contain the Price schedules ( strictly as per prescribed format at Annexure –III ) duly filled in & signed by the bidder with seal. (This shall be submitted in a double sealed envelope separately.)

9. SUBMISSION OF BID:

9.1 The Bidder shall complete and submit the Bid Document in duplicate enclosing all documents at clause “8” above in two sealed envelops for Original & Duplicate separately, super scribing our Tender Notice No., Tender Specification No. , Date of Opening & Description of Material Tendered.

9.2 9.2.1

BID SECURITY: The bidder shall submit bid security as a part of the bid in the prescribed format for the amount mentioned in Clause No.4 of Section –I.

9.2.2 The bid security is required to protect the Purchaser / it’s representative against the risk of bidder’s conduct, which would warrant the security’s forfeiture.

9.2.3 The bid security shall be in the following form:

Bid Security in the form of a Demand Draft issued in favour of CESU from a Nationalized or Scheduled bank payable at Bhubaneswar only.

Unsuccessful bidder’s bid security shall be refunded back as promptly as possible, but not later than thirty (30) days after the expiry of the period of bid validity. The successful bidder’s bid security shall be discharged upon

Page 12: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 12 -

furnishing of the performance security and acceptance thereof.

The bid security may be forfeited due to following reasons:

1) If the bidder withdraws bid during the period of bid validity specified by the bidder in the bid form.

2) In case the successful bidder fails to accept or sign the purchase contract in

specified time and / or fails to submit the requisite performance Bank guarantee.

3) In case of failure to supply the equipment during the contractual delivery

period. 4) Conditional acceptance of the Purchase Contract, which is inconsistence

with the tender specification.

10. BID PRICE: 10.1 Bidders have to quote for the entire quantity of equipment covered under this

specification strictly as per the enclosed format in Annexure-III, else the bid shall be rejected outright. The total Bid Price shall also cover all the Supplier’s obligations mentioned in or reasonably to be inferred from the Bidding Documents in respect of Design, Supply, testing, inspection, Transportation to store/site, all in accordance with the requirement of Bidding Documents. The Bidder shall complete the appropriate Price Schedules included herein, stating the Unit Price for each item, all other leviable taxes & duties along with rates of Taxes & duties as applicable, transportation, insurance separately and thereby arriving at the total amount.

10.2 In case there is any increase in the number of units as compared to those mentioned in the IFB, the Contract Price shall be subject to increase proportionately on prorata basis.

10.3 The Price offered shall be inclusive of all costs as well as Duties, Taxes and Levies paid or payable during implementation of the contract. If the Bidder is exempted from Excise duties, the same should be clearly mentioned with documentary evidence.

10.4 Prices quoted by the Bidder shall be “FIRM” and not subject to any price adjustment during the Validity period of the Bid. A Bid submitted with an adjustable price clause will be treated as non-responsive and rejected outright.

10.5 Any revised/supplementary price bids offer after the due date of opening of the price bid shall not be considered unless specifically asked by the CESU.

11. CONTRACT PRICE: 11.1 The Prices quoted for the Contract shall remain ‘FIRM’ as per the above

Parameters and Purchaser shall not compensate Bidder for any variations during the contractual delivery period unless otherwise specifically agreed between the Purchaser and the Bidder.

11.2 In case the Purchaser, revise the scope of woks, bidders shall be compensated based on the Unit Rate agreed upon before Order placement or as per mutually acceptable rates.

Page 13: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 13 -

12. BID CURRENCIES:

12.1 Prices shall be quoted in Indian Rupees Only.

13. DOCUMENTS ESTABLISHING CONFORMITY TO THE BIDDING DOCUMENTS:

13.1 The bidder shall confirm by documentary evidence of the Good’s conformity to the Bidding Documents by submitting equipment data sheets.

14. PERIOD OF VALIDITY OF BIDS:

14.1 Bids shall remain valid for 180 days from the date of opening of commercial Bids.

14.2 Notwithstanding Clause 14.1 above, the Purchaser may solicit the Bidder’s consent to an extension of the Period of Bid Validity. The request and the responses there to shall be made in writing or by Fax.

15. ALTERNATIVE BIDS:

15.1 Bidders shall submit Bids, which comply with the Bidding Documents. Alternative bids shall not be considered for evaluation. However, if the bidder’s first bid complying to the bid specification happens to be the lowest acceptable bid, in such a case his alternative bid may be considered for placement of orders if it is acceptable from both technical and financial aspects.

16. FORMAT AND SIGNING OF BID:

16.1 The original Bid Document and accompanying documents (as specified in Clause-9 ), clearly marked “Original Bid”, plus one copy of the Technical and un-priced Commercial Proposal must be received by the Purchaser at the date, time and place specified pursuant to Clauses-17 and 18. The Price Bid in Original should be submitted in a separate sealed envelope marked as “Price Bid”. In the event of any discrepancy between the original and the copies, the original shall govern.

16.2 The original and the duplicate copy of the Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to sign on behalf of the Bidder. Such authorization shall be indicated by written Power-of-Attorney accompanying the Bid.

16.3 The Bid shall contain no interlineations, erasures, overwriting except 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.

17. SEALING AND MARKING OF BIDS:

17.1 Bid submission: One (1) original, one hard copy of all the Bid Documents shall be sealed and submitted to the Purchaser before the closing time for submission of the bid.

17.2 The Bid proposal should be divided into two parts and should be submitted in two separate sealed envelopes, addressed to Purchaser. All the envelopes should bear the Name and Address of the Bidder and marking for the Original and the duplicate copy. The envelopes should be super-scribed with the title of its contents, as follows:

Page 14: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 14 -

i) TECHNO COMMERCIAL BID ENVELOPE: Shall contain the Bid

Security, Cost of Tender Document, The Bid Document signed by the bidder in every Page, Formats at Annexure-I & II, Technical Data Schedules as per our prescribed format at Annexure IV(A) & IV (B), Technical & Commercial Deviations as per our prescribed formats at Annexure V (A) & V(B), Un priced Schedule ( Annexure – III) , Schedule of Supply experience at Annexure-VI and Self declaration at Annexure-VII. All Documents establishing the qualifying norm of the tender mentioned at clause-6 above & other credibility documents. All the above prescribed formats except the Price Schedule enclosed in the Part-I (Techno-Commercial bid) must be duly filled in & Signed by the bidder with seal failing which the bid may be considered non-responsive. The Price Schedule enclosed in the Part-I Bid is to be left blank & signed.

ii) PRICE BID ENVELOPE: Shall contain the Price schedules (As per Annexure-III) duly filled in & signed by the bidder with seal. (This shall be submitted in a double sealed envelope separately.)

17.3 The inner and outer envelopes shall:

a) Be addressed to the purchaser at the following address:

CHIEF GENERAL MANAGER, (PURCHASE & STORES) CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA

2nd Floor, IDCO Towers, Janpath, Bhubaneswar – 751022 b) Bear the Project name as: “Design, Manufacture, Testing, Inspection

and Supply of Vacuum Circuit Breakers of different ratings in CESU as per Schedule of Requirement in Section-I) – Specification No. CESU/P&S / 212. / 2011–12. Tender Notice No . & Date of Opening :

In addition to the information required in sub clause (a) and (b) above, the inner envelope shall indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared “Late” pursuant to Clause-20.

17.4 The Bidders have the option of sending the Bids by post/ Courier services or in person. But the Bids must reach the Purchase within the dead line prescribed in the Tender Notice. Bids submitted by Telex/Telegram/Fax will not be accepted. No request from any Bidder to the Purchaser to collect the proposals from Airlines/ Cargo Agents etc. shall be entertained by the Purchaser.

18. DEADLINE FOR SUBMISSION OF BIDS:

18.1 The original Bid together with required copies, must be received by the Purchaser at the address specified in Clause 17.3 not later than 13.00 Hrs. (IST) on the due date as indicated in the invitation for bids.

18.2 The Purchaser may, at its discretion, extend the dead line for the submission of Bids by amending the Bidding Documents, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

Page 15: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 15 -

19. ONE BID PER BIDDER:

19.1 Each Bidder shall submit only one Bid by himself.

20. LATE BIDS:

20.1 Any Bid received by the Purchaser after the deadline for submission of Bids prescribed by the Purchaser, pursuant to Clause-19, will be declared “Late” and rejected outright and returned unopened to the Bidder.

21. MODIFICATION AND WITHDRAWAL OF BIDS:

21.1 The Bidder may modify or withdraw his Bid after the Bid’s submission, provided that written notice of the modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission of Bids.

21.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of Clause-17 & 18. A withdrawal notice may also be sent by fax but must be followed by an original signed confirmation copy.

21.3 No Bid may be modified subsequent to the deadline for submission of Bids.

21.4 No Bid may be withdrawn in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Bid form.

22.0 EVALUATION OF BID: 22.1 PROCESS TO BE CONFIDENTIAL Information relating to the examination, clarification, evaluation and comparison

of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process. Any effort by a Bidder to influence the Purchaser’s processing of Bids or award decisions may result in the rejection of the Bidder’s Bid.

23. CLARIFICATION OF BIDS:

To assist in the examination, evaluation and comparison of Bids, the Purchaser may, at its discretion, ask the Bidder for a clarification of its Bid. All responses to requests for clarification shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted.

24. PRELIMINARY EXAMINATION OF BIDS / RESPONSIVENESS:

24.1 Purchaser will examine the Bids to determine whether they are complete, whether any computational error have been made , whether required sureties have been furnished, whether the documents have been properly signed, and whether the Bids are generally in order.

24.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price per item that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price per item will be corrected. If there is a discrepancy between the Total Amount and the sum of the total price per item, the sum of the total price per item shall prevail and the Total Amount will be corrected. In case of any column in the price schedule left blank or nil , the same shall be treated as included in the Unit Landing Price and the cost of the same shall be borne by the bidder(s).

Page 16: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 16 -

24.3 Prior to the detailed evaluation, pursuant to Clause-25, the Purchaser will

determine the substantial responsiveness of each Bid to the Bidding Documents including production capability and acceptable quality of the Goods offered, pursuant to Clause-13. Substantially responsive Bid is one, which conforms to all the terms and conditions of the Bidding Documents without material deviation.

24.4 A Bid determined as not substantially responsive will be rejected by the Purchaser and will not subsequently allowed to be made responsive by the Bidder by correction of the non – conformity.

25 EVALUATION AND COMPARISON OF BIDS: 25.1 The evaluation of Bids shall be done basing on the delivered cost

competitiveness basis for the total tendered item, as specified in clause-5 of the IFB for the destination stores of CESU.

25.2 The evaluation of the Bids shall be a stage-wise procedure. The following stages are identified for evaluation purposes:

In the first stage, the Bids would be subjected to a responsiveness check as detailed in the clause-24. The Technical Proposals and the Commercial terms & conditions of the Bidders would be evaluated and discussed as per Clause -6 of this document.

Subsequently, the Financial Proposals along with Supplementary Financial Proposals, if any, of Bidders with Techno-commercially Acceptable Bids before opening of the price bid shall be considered for final evaluation. The supplementary financial proposal along with the original financial proposal shall be opened simultaneously. However, evaluation shall be made for the lowest price bid out of the above two proposals.

25.3 The Purchaser’s evaluation of a Bid will take into account, in addition to the Bid price, the following factors, in the manner and to the extent indicated in this Clause:

25.4 Any adjustments in price, which result from the above procedures, shall be added for the purpose of comparative evaluation only to arrive at an “Evaluated Bid Price” Bid Price, quoted by Bidders shall remain unaltered.

26.0 AWARD OF CONTRACT:

26.1 CONTACTING THE PURCHASER

26.1.1 From the time of Bid opening to the time of contract award, if any Bidder wishes to contact the Purchaser on any matter related to the Bid, he should do so in writing.

26.1.2 Any effort by a Bidder to influence the Purchaser and / or in the Purchaser’s decisions in respect of Bid evaluation, Bid comparison or Contract of Award, will result in the rejection of the Bidder’s Bid.

26.2 THE PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS OR TO RELAX ANY TERMS AND CONDITIONS:

Page 17: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 17 -

26.2.1 The Purchaser reserves the right to accept or reject any Bid and to annul the Bidding process and reject all Bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Purchaser’s action.

26.2.2 In the interest of work, the Purchaser reserves the right to relax any terms and conditions without affecting the quality & price of the equipments.

26.3 The Purchaser will award the Contract to the successful Bidder whose Bid has been determined to be the lowest- evaluated responsive Bid, provided further that the Bidder has been determined to be qualified to perform the Contract satisfactorily. The Purchaser at its option/ discretion may split the total quantity to be supplied between two or more Techno- Commercially responsive Bidders in case of the bid prices are same and early delivery is required by the owner.

26.4 THE PURCHASER’S RIGHT TO VARY QUANTITIES:

The Purchaser reserves the right to vary the quantity i.e increase or decrease the number of materials without any change in terms and conditions at the time of placing the orders or during the execution of the Contract.

26.5 LETTER OF INTENT / NOTIFICATION OF AWARD:

26.5.1 The letter of intent / Notification of Award shall be issued to the successful Bidder(s) whose bid(s) have been considered responsive, techno-commercially acceptable and evaluated to be the Lowest (L1) by taking the total tender quantity. The successful Bidder shall be required to furnish a letter of acceptance within 7 days of issue of the letter of intent / Notification of Award by Purchaser.

27.0 PERFORMANCE SECURITY: 27.1 Within 15 days of the receipt of Notification of Award from the Purchaser, the

successful Bidder shall furnish the Performance Security in the form of Bank Guarantee from a Nationalized/Scheduled Bank in the enclosed format in favour of the Purchaser for an amount of 10% (ten percent) of the Contract Price on a non-judicial stamp paper worth of Rs. 100/-, which shall cover 270 days over and above the guaranteed obligation from the date of issue of the Purchase order. If the due date of delivery period has been extended, the successful bidder shall have to furnish the extended Bank guarantee to cover the entire validity period. The format for required Performance Composite Bank Guarantee is enclosed at Annexure - II to this Bidding document.

28. CORRUPT OR FRAUDULENT PRACTICE:

28.1 The Purchaser requires that the Bidders observe the highest standard of ethics during the procurement and execution of the Project. In pursuance of this policy, the Purchaser:

a) Defines, for the purposes of this provision, the terms set forth below as follows:

(i) “Corrupt practice” means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves and/ or those close to them, or induce others to do so, by misusing the position in which they are placed, and it includes the offering, giving, receiving, or soliciting of anything of value to influence

Page 18: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 18 -

the action of any such 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 Purchaser, and includes collusive practice amount Bidders (prior to or after Bid submission ) designed to establish Bid prices at artificial non-competitive levels and to deprive the Purchaser of the benefits of free and open competition.

b) Will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practice in competing for the contract in question.

c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded an contract if he at any time determines that the firm is engaged in corrupt or fraudulent practice in competing for, or in executing, the Contract.

28.2 Further more, Bidders shall be aware of the provision sated in the General Terms and Conditions of Contract.

29.0. LITIGATION HISTORY:

The Bidder should provide accurate information on any litigation or arbitration resulting

on contracts completed or under execution by him over the last three (3) years. A consistent history of awards involving litigation against the Bidder may result in disqualification of Bid. In this regard the bidder(s) shall furnish the self attested declaration as per the format prescribed by CESU in Annexure-VII.

Page 19: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 19 -

SECTION –III

GENERAL TERMS AND CONDITIONS OF CONTRACT (GTCC)

Page 20: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 20 -

SECTION – III GENERAL TRMS AND CONDITIONS OF CONTRACT (GTCC)

1.0 General Instructions:

1.01 All the Bids shall be prepared and submitted in accordance with these

instructions. 1.02 Bidder shall bear all costs associated with the preparation and delivery of its

Bid, and the Purchaser will in no case shall be responsible or liable for these costs.

1.03 The Bid should be submitted by the Bidder in whose name the bid document has been issued and under no circumstances it shall be transferred / sold to the other party.

1.04 The Purchaser reserves the right to request for any additional information and also reserves the right to reject the proposal of any Bidder, if in the opinion of the Purchaser, the data in support of Tender requirement is incomplete.

1.05 The Bidder is expected to examine all instructions, forms, terms & conditions and specifications in the Bid Documents. Failure to furnish all information required in the Bid Documents or Submission of a Bid not substantially responsive to the Bid Documents in every respect may result in rejection of the Bid. However, the Purchaser’s decision in regard to the responsiveness and rejection of bids shall be final and binding without any obligation, financial or otherwise, on the Purchaser.

2.0 Definition of Terms:

2.01 “Purchaser /” shall mean Chief Executive Officer of Central Electricity Supply Utility of Orissa (CESU) on whose behalf this bid enquiry is issued by its authorized representative / officers.

2.02 “Bidder / Contractor” shall mean the firm who quotes against this bid document issued by the Purchaser. “Contractor” or “Seller” shall mean the successful Bidder and / or Bidders whose bid has been accepted by the Purchaser and shall include his heirs, legal representatives, successors and permitted assigns wherever the context to admits.

2.03 “Site” shall mean the Electricity Distribution Area of CESU.

2.04 “Specification” shall mean collectively all the terms and stipulations contained in those portions of this bid document known as Instruction to Bidder, Bid form and other forms as per Section –V, General Conditions of Contract, Specifications and the Amendments, Revisions, Deletions or Additions, as may be made by the Purchaser from time to time.

2.05 “Letter of Intent” shall mean the official notice issued by the Purchaser notifying the Contractor that his proposal has been accepted and it shall include amendments thereto, if any, issued by the Purchaser. The “Letter of Intent” issued by the Purchaser shall be binding on the “Contractor”. The date of detailed Purchase Order shall be taken as the effective date of the commencement of contract.

2.06 “Month” shall mean the calendar month and “Day” shall mean the calendar day.

Page 21: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 21 -

2.07 “Codes and Standards” shall mean all the applicable codes and standards as indicated in the Technical Specification.

2.08 “Offer Sheet” shall mean Bidder’s firm offer submitted to Purchaser in accordance with the specification.

2.09 “Contract” shall mean the “Detailed Purchase Order” issued by the Purchaser.

2.10 “Contract Price” shall mean the price referred to in the “Detailed Purchase Order”.

2.11 “Contract Period” shall mean the period during which the “Contract” shall be executed as agreed between the Contractor and the Purchaser in the Contract inclusive of extended contract period for reasons beyond the control of the Contractor and / or purchaser due to force majeure.

2.12 “Goods” shall mean all items to be supplied under Purchase Order whether raw materials, processes materials, equipment, fabricated products, drawings or other documents as applicable.

2.13 “Store” shall mean the Purchaser’s store as defined elsewhere in this tender document.

2.14 “Project” / “Unit” shall mean supply of 11KV VCB as per enclosed technical specification.

3.0 Contract Documents & Priority :

3.01 Contract Documents : The Specification, terms and conditions of the contract shall consist solely of these Tender conditions and offer sheet.

3.02 Priority : Should there be any discrepancy between any term hereof and any term of the Offer Sheet, the terms of these tender document shall prevail.

4.0 Scope of Work: 4.01 The “Scope of Work” shall be on the basis of Bidder’s responsibility,

completely covering the obligations, responsibility and workmanship, provided in this Bid Enquiry whether implicit or explicit.

4.02 The Purchaser reserves the right to vary the quantity i.e increase or decrease, at the time of placing order or during project execution.

4.03 All relevant drawings, data and instruction manuals and other necessary inputs shall be under the scope of contract.

5.0 General Requirements: 5.01 The seller shall supply, deliver best quality goods & conduct the testing at

their works of highest standards.

6.0 The seller shall be responsible & shall comply with the provisions of all statutory acts i.e Electricity Act 2003, Indian Electricity Rules 1956.

Page 22: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 22 -

7.0 Inspection & Testing:

i) The Purchaser’s representative shall be entitled at all reasonable times during manufacture to inspect examine and test on the Contractor’s premises the materials and workman-ship of all equipment to be supplied under this contract and if part of the said equipment is being manufactured else where in any Sub-Contractor’s premises, the Contractor shall obtain for the Purchaser’s representative, permission to inspect, examine and test as if the equipment were being manufactured on the Contractor’s premises. Such inspection, examination and testing shall not release the Contractor from his obligations under the contract. However, purchaser reserves the right to engage third party agent for conduct the aforesaid inspection.

ii) The Contractor shall give to the Purchaser adequate time/ notice (minimum of two weeks time) in writing for inspection of materials indicating the place at which the equipment is ready for testing and inspection and shall also furnish the Routine Test Certificates and Packing List along with offer for inspection to the Purchaser indicating the quantity which can be delivered in full truck load / Mini truck load to facilitate issue of dispatch instruction.

iii) Where the contract provides for test on the Premises of the Contractor or of any of his Sub-Contractors, the Contractor shall provide such assistance, labour, materials, electricity, fuel and instruments as may be required or as may be reasonably demanded by the Purchaser’s representative to carryout such tests efficiently. The Contractor is required to produce Shop Routine Test Certificates before offering their materials for inspection

iv) After completion of the tests as indicated above, the Purchaser’s representative shall forward the test results to the Purchaser. If the test results confirm to the specific standard, the Purchaser shall approve the test results and communicate the same to the Contractor in writing. The Contractor shall provide at least three copies of the test certificates to the Purchaser.

v) The Purchaser has the right to have the test carried out at his own cost by an independent agency whenever there is a dispute regarding the quality of supply. In such case the report of the independent agency shall be binding to the supplier.

vi) The Purchaser at its discretion may re-test the supplied Equipments at its own laboratory or laboratory of his choice for reconfirmation of the test results.

8.0 QUALITY ASSURANCE PLAN:

8.1 The tenderer shall invariably furnish following information along with his offer, failing which his offer shall be liable for rejection, information shall be separately given for individual type of equipment offered.

(i) Statement giving list of important raw materials names of sub-suppliers for the raw materials list of standards according to which the raw materials are tested. List of tests normally carried out on raw materials in presence of tenderer’s representative, copies of test certificates.

Page 23: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 23 -

(ii) Information and copies of test certificates as in (i) above in respect of bought out accessories.

(iii) List of manufacturing facilities available

(iv) Level of automation achieved and list of areas where manual processing exists

(v) List of areas in manufacturing process, where state inspections are normally carried out for quality control and details of such tests and inspections.

(vi) Special features provided in the equipment to make it maintenance free

(vii) List of testing equipments available with the tenderer for final testing of equipment specified and test plant limitation. If any, vis-à-vis the type, special acceptance and routine tests specified in the relevant standards. These limitations shall be very clearly brought out in schedule of deviations from specified test requirements.

8.2 The successful tenderer shall within 30 days of placement of order, submit following information to the purchaser.

(i) List of raw materials as well as bought out accessories and the names of sub-suppliers selected from those furnished along with offer.

(ii) Type test certificates of the raw material and bought out accessories

(iii) Quality assurance Plan (QAP) with hold points for purchaser’s inspection. The quality assurance plan and purchasers hold points shall be discussed between the Purchaser and Supplier before the QAP is finalized.

8.3 The successful bidder shall submit the routine test certificates of bought out accessories and central excise passes for raw material viz oil, copper, aluminium, conductors, insulating materials, core material at the time of routine testing of the fully assembled equipment.

9.0 DOCUMENTATION :

9.1 All drawings shall conform to International Standards Organization (ISO) “ A”

Series. All drawings shall be in ink and suitable for micro filming. All dimensions and data shall be in S.I. units.

9.2 List of drawings and documents

The bidder shall furnish four sets of following drawings duly approved earlier by the Type Testing Agency along with his offer.

(a) General outline and assembly drawings of the equipment i.e. breaker,CTs, PTs etc.

(b) Graphs showing the performance of equipments in regard to magnetization characteristics

( c ) Sectional views showing

(i) General Construction features

(ii) The materials/gaskets/sealing used.

(iii) The method of connection of the primary/secondary winding to the primary/secondary terminals etc.

(iv) Porcelain used and its dimensions along with the mechanical and electrical characteristics

(d) Arrangement of terminals and details of connection studs provided.

(e) Name plate

(f) Schematic drawing

(g) Type test reports conforming to above design / drawings offered for supply.

(h) Test Reports, literature, pamphlets of the bought out items and raw materials.

9.3 The successful tender shall, within 2 weeks of placement of order, submit three sets of final versons of all the above said drawings for purchaser’s approval. The purchaser shall communicate his comments/ approval on the drawings to the supplier within four weeks. The supplier shall, if necessary, modify the drawings and resubmit three copies of the modified drawings for owners approval with in two weeks from the date of owner’s comments. After receipt of owner’s approval, the supplier shall within two weeks, submit 12 prints and two good quality reproducible of the approved drawings for purchasers use.

9.4 Six sets of the type tests reports, duly approved by the purchaser, shall be submitted by the supplier for distribution before commencement of supply .

Page 24: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 24 -

Adequate copies of acceptance and routine test certificate, duly approved by the purchaser shall accompany the dispatch consignment.

9.5 The manufacturing of the equipments shall be strictly in accordance with the approved drawings and no deviation shall be permitted without the written approval of the purchaser. All manufacturing and fabrication work in connection with the equipment prior to the approval of the drawing shall be at the supplier’s risk.

9.6 16 sets of nicely printed and bound volumes of operation, maintenance and erection manuals in English language, for each type and rating of equipment supplied shall be submitted by the supplier for distribution, prior to the dispatch of the equipment. The manual shall contain all the drawings and information required for erection, operation and maintenance of the circuit breaker. The manual shall also contain a set of all the approved drawings, type test reports etc.

9.7 Approval of drawings/ work by purchaser shall not relieve the supplier of his responsibility and liability for ensuring correctness and correct interpretation of the drawings for meeting the requirement of the latest revision of applicable standards, rules and codes of practices. The equipment shall conform in all respects to high standards of engineering, design, workmanship and latest revisions of relevant standards at the time of ordering and purchaser shall have the power to reject any work or materials which, in his judgment is not in full accordance therewith.

10.0 PACKING AND FORWARDING:

The equipment shall be packed in crates suitable for vertical/ horizontal transport as the case may be, and suitable to withstand handling during transport and outdoor storage during transit. The supplier shall be responsible for any damage to the equipment during transit, due to improper and inadequate packing. The easily damageable material shall be carefully packed and marked with the appropriate caution symbol. Wherever necessary, proper arrangement for lifting, such as lifting hooks etc. shall be provided. Any material found short inside the packing cases shall be supplier by supplier without any extra cost.

Each consignment shall be accompanied with a detailed packing list containing the following information.

(a) Name of the consignee

(b) Details of consignment

( c ) Destination

(d) Total weight of consignment

(e) Sign showing upper/ lower side of the crate

(f) Handling and unpacking instructions

(g) Bill of materials indicating contents of each package

10.3 The supplier shall ensure that the packing list and bill of material are approved by the purchaser before dispatch.

11.0 Training Facilities :

The Contractor shall provide all possible facilities for training of Purchaser’s Technical personnel, when deputed by the Purchaser for acquiring first hand knowledge in assembly of the equipment and for it’s proper operation and maintenance in service.

12.0 Rejection of Materials:

In the event, any of the materials / equipment supplied by the Contractor is found defective due to faulty design, bad workmanship, bad materials used or otherwise not in conformity with the requirements of the Specification, the Purchaser shall either reject the materials / equipment or ask the Contractor in writing to rectify the same. The Contractor on receipt of such notification shall either rectify or replace the defective equipment free of cost to the Purchaser. If the Contractor fails to do so, the Purchaser may :

Page 25: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 25 -

a)

b)

c)

At its option replace or rectify such defective equipment and recover the extra costs so involved from the Contractor plus fifteen percent and / or. Terminate the contract for balance work / supplies with enforcement of penalty Clause as per contract for the un-delivered goods and with forfeiture of Performance Guarantee/ Composite Bank Guarantee. Acquire the defective equipment / materials at reduced price considered equitable under the circumstances.

13.0 Experience of Bidders :

The bidders should furnish information regarding experience particularly on the following points :

i) Name of the manufacturer : ii) Standing of the firm and manufacture of equipment quoted : iii) Description of equipment similar to the quoted, supplied and installed during

the last 3 (three) years with the name (s) of the party (s) to whom supplies were made.

iv) Details as to where installed etc. v) Testing facilities at manufacturer’s work with copies of calibrated certificates

of the major testing equipment. vi) If the manufacturer is having collaboration with other firm(s), details

regarding the same: vii) A list of Purchase orders, executed during the last three years along with

user’s certificate and copies of purchase orders.

Bids may not be considered if the past manufacturing experience is found to be un-satisfactory or is of less than 3 years as on the date of opening of the bid.

14.0 Language and Measures :

All documents pertaining to the contract including Specifications, Schedule, Notice, Correspondence, Operating & Maintenance instructions, Drawings or any other writing shall be written in English language. The metric system of measurement shall be used exclusively in this contract.

15.0 Deviation from Specification:

It is in the interest of the Tenderers to study the Specification, drawing, commercial terms etc. specified in the tender schedule thoroughly before tendering so that, if any deviations are made by the Tenderers, the same are to be prominently brought out in the Non- Compliance Schedule Format enclosed in this document at Annexure – V(A) & V(B). Unless deviations in scope, technical and commercial stipulations are specifically mentioned in the prescribed Non-complaince Schedule, it shall be presumed that the Tenderer has accepted all the conditions, stipulated in the tender Specification without any deviation, notwithstanding anything mentioned at any other document.

16.0 Price Basis:

16.01 (a)

Bidder shall quote “FIRM” price with detail breakup of the total offered price.

The breakup of prices shall indicate all types of taxes, Duties and other Levies of whatsoever nature indicated separately and clearly, packing & forwarding, transportation to store including transit insurances and entry tax. The rates of taxes & duties shall also be clearly mentioned in the price bid.

Page 26: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 26 -

Any column left blank/nil shall be treated as included in the unit landing price and the cost of the same shall be borne by the bidder(s). Exemption from any duties/taxes, if any, shall be supported with relevant documentary evidence.

(b) The above Prices shall also include loading at factory site & unloading at Purchaser’s Stores. Price evaluation will be based on total landing cost, taking into account all taxes and duties.

17.0 Terms of Payment: 100 % value of each consignment will be paid within 30 days of receipt of

materials in good conditions at stores/ desired destination and verification there of subject to approval of the Guarantee certificates & Test Certificates and submission & acceptance of Performance Bank Guarantee equivalent to 10 % of Total Contract Price on non-judicial stamp paper worth Rs.100 in the prescribed format from a Nationalised/Scheduled Bank encashable at Bhubaneswar only. Or else an equivalent amount of 10 % of the Total Contract Price shall be deducted from the invoice of the first consignment & the same shall be refunded after submission and approval of the required Performance Bank Guarantee or expiry of Guarantee Period which ever is earlier.

18.0 Price Validity: 18.01 All bids submitted shall remain valid, firm and subject to unconditional

acceptance by Purchaser for 180 days post bid-date. For award of Contract, the prices shall remain valid and firm till contract completion.

19.0 Guarantee: 19.01 The bidder shall guarantee for satisfactory performance of the

equipments/materials for a minimum period of 60 months from the date of Commissioning or 66 months from the date of receipt of last consignment whichever is earlier. In the event of any defect in the equipment/ materials arising out of faulty design, inferior quality of raw material used or bad workmanship within the guarantee period, the Seller shall guarantee to replace/ repair to the satisfaction of the Purchaser the defective equipments free of cost. Should however, the manufacturer fails to do so within a reasonable time, the Purchaser reserves the right to recover the amount from the seller either from the bills pending or may recover from the Performance Guarantee submitted by the firm. Seller shall give a Performance Bank Guarantee in favour of the Purchaser for 10% of the order value valid for 270 days over and above the guarantee obligation.

19.02 If during the defect liability period any services performed found to be defective, these shall be promptly rectified by seller at its own cost (including the cost of dismantling and reinstallation) on the instruction of Purchaser.

20.0 Release:

The seller’s Performance Bank Guarantees / Assignable Bank Guarantee will be released without interest within thirty (30) days from the last date up to which the Performance Bank Guarantee has to be kept valid (as defined in Clause 16.01 ).

Page 27: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 27 -

21.0 TECHNICAL INFORMATION / DATA

The Purchaser and the Contractor, to the extent of their respective rights permitting to do so, shall exchange such technical information and data as is reasonably required by each party to perform its obligations and responsibilities. The Purchaser and the Contractor agree to keep each other in confidence and to use the same degree of care as he uses with respect to his own proprietary data to prevent its disclosure to third parties of all technical and confidential information. The technical information, drawings, records and other document shall not be copied, transferred, traced or divulged and / or disclosed to third party in full / part nor misused in any other form. This technical information, drawing etc. shall be returned to the Purchaser with all approved copies and duplicates. In the event of any breach of this Contract, the Contractor shall indemnify the Purchaser against any loss, cost of damages of claim by any party in respect of such breach.

22.0 Effective Date of Commencement of Contract :

22.01 The date of the issue of the detailed Purchase order shall be treated as the effective date of the commencement of Contract.

22.02 The bidder shall quote the basic price as well as all taxes & duties as per the enclosed format for bid prices.

23.0 Penalty:

23.01 If supply of items / equipments is delayed beyond the supply schedule as stipulated in purchase order, then the seller shall be liable to pay to the Purchaser as penalty for delay, a sum of 0.5% (half percent) of the contract price for every week delay or part thereof.

23.02 The total amount of penalty for delay under the contract will be subject to a maximum of five percent (5%) of the contract price.

23.03 The Purchaser may, without prejudice to any method of recovery, deduct the amount for such damages from any amount due or which may become due to the seller or from the Performance Bank Guarantee or file a claim against the seller.

24.

VALIDITY OF THE ORDER:

The Purchase Contract is valid for 10 weeks beyond the schedule date of delivery, unless otherwise extended by the Competent Authority. The Purchase Contract shall stand cancelled automatically beyond the validity period without any correspondences and liabilities to the CESU.

25. PACKING :

The materials / equipments shall be packed by the seller suitably as per the standard procedure for safe transport to the site / store. The cases shall be clearly marked showing distinctly the name and address of the consignee. In case of special instructions, such as “this end up”, “fragile”, “handles with care” etc., the same shall be clearly displayed on the cases.

Page 28: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 28 -

26. Commissioning spares :

The sellers shall replace, free of cost, any spares which may be found defective by the buyer during commissioning.

27.0 The Laws and Jurisdiction of Contract : 27.01 The laws applicable to this Contract shall be the Laws in force in India.

27.02 All disputes arising in connection with the present Contract shall be settled

amicably by mutual consultation, failing which shall be finally settled as per the rules of Arbitration and Conciliation Act, 1996 at the discretion of Purchaser. The jurisdiction of arbitration shall be at Bhubaneswar , Orissa, India only.

28.0 Events of Default : 28.1 Events of Default. Each of the following events or occurrences shall

constitute an event of default (“Event of Default”) under the Contract :

(a) Seller fails to accept the Purchase Order within the stipulated provision of the tender specification.

(b) Seller fails or refuses to pay any amount due under the Contracts.

(c) Seller fails or refuses to deliver Commodities conforming to his Bid document/ specifications, or fails to deliver Commodities and, or execute the works assigned to them within the period specified in P.O or any extension thereof.

(d) Seller becomes insolvent or unable to pay its debts when due, or commits any act of bankruptcy, such as filing any petition in any bankruptcy, winding-up or reorganization proceeding, or acknowledges in writing its insolvency or inability to pay its debts; or the Seller’s creditors file any petition relating to bankruptcy of Seller;

(e) Seller otherwise fails or refuses to perform or observe any term or condition of the Contract and such failure is not remediable or, if remediable, continues for a period of 30 days after receipt by the Seller of notice of such failure from Purchaser.

29.0 Consequences of Default:

(a) If an Event of Default occurs and would be continuing, Purchaser may forthwith terminate the Contract by written notice.

In the Event of Default, Purchaser may, without prejudice to any other right granted to it by law, or the Contract, take any or all of the following actions;

i)

ii)

present for payment, to the relevant bank the Contract Performance Bank Guarantee; Recover any losses and / or additional expenses from the pending bill, Purchaser may incur as a result of Seller’s default.

Page 29: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 29 -

30.0

Force Majeure :

30.01 The term “Force Majeure” as employed herein include, acts of God or force of nature, landslide, earthquake, flood, fire, lightning, explosion, major storm (hurricane, typhoon, cyclone etc. ) or major storm warning, tidal wave, shipwreck and perils of navigation, act of war (declared or undeclared ) or public enemy, strike (excluding employee strikes, lockouts or other industrial disputes or action solely among employee of Contractor or its subcontractors ) act or omission of Sovereign States or those purporting to represent Sovereign States, blockade, embargo, quarantine, public disorder, sabotage, accident or similar events beyond the control of the parties or either of them.

Force Majeure shall not include occurrences as follows : 1. Late delivery of materials caused by congestion of Seller’s facilities or elsewhere,

and oversold condition of the market, inefficiencies, or similar occurrences. 2. Late performance by Seller and / or Sub-Seller caused by unavailability of raw

materials, supervisors or labour, inefficiencies of similar occurrences. 3. Mechanical breakdown of any item of Seller’s or its Sub-Seller’s equipment, plant

or machinery.

4. Delays due to ordinary storm or inclement weather or 5. Non-conformance by Sub-Seller.

Unless the delay arises out of a Force Majeure occurrence and is beyond both Seller’s and Sub-Seller’s or Seller’s control and an alternate acceptable source of services, equipment or material is unavailable . Additionally, Force Majeure shall not include financial distress of Seller or any Sub-Seller.

30.02

In the event of either party being rendered unable by Force Majeure to perform any obligation required to be performed by them under the Contract, the relative obligation of the party affected by such Force Majeure shall be suspended for the period during which such cause lasts. Time for performance of the relative obligation suspended by Force Majeure shall then stand extended by the period for which the cause lasts.

30.03 Upon the occurrence of any Force Majeure event, the party so affected in the discharge of its obligation shall promptly, but no later than seven (7) days give written notice of such even to the other party. The affected party shall make every reasonable effort to remove or remedy the cause of such Force majeure or mitigate its effect as quickly as possible. If such occurrence results in the suspension of all or part of the work for a continuous period of more than 10( ten) days, the parties shall meet and determine the measures to be taken.

30.04 Any delay or failure in performance by either party hereto shall not give rise to any claims for damages or loss of anticipated profits if and to the extent, such delay or failure is caused by Force Majeure.

31.0 EMBOSSING / PUNCHING / CASTING:

31.1 The all equipments and materials supplied shall bear distinct mark of “Name of the CESU, PO Order No. & Date” by a way of embossing / punching / casting etc. This should be clearly visible to naked eye.

Page 30: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 30 -

32.0 NON COMPLIANCE SCHEDULES:

On this schedule the bidder shall provide a list of non compliance with reference to this specification in prescribed Formats enclosed at Annexure- V (A) & V (B). Where there are no deviation from specifications, the bidder shall so indicate by stating “ No Deviations” in these Formats. Unless deviations in scope, technical and commercial stipulations are specifically mentioned in the prescribed format enclosed at Annexure V(A ) & V (B), it shall be presumed that the Tenderer has accepted all the conditions, stipulated in the tender Specification without any deviation, notwithstanding anything mentioned at any part of the Tender document. 33.0 TEST CERTIFICATES SCHEDULE:

On this schedule a list of the test certificates included with the bid shall be provided. This list should include type test certificates and samples routine test reports. Each certificate listed shall be referred to the relevant specification clause and item of equipment to which the test applies.

Clause No.

Type Test Certificate or Routine Test Report

Page 31: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 31 -

SECTION- IV

TECHNICAL SPECIFICATION FOR

11KV INDOOR VACCUM CIRCUIT BREAKERS

Page 32: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 32 -

SECTION- IV TECHNICAL SPECIFICATION FOR 11KV INDOOR VACUUM CIRCUIT BREAKERS

1. SCOPE 1.1 This specification covers design, engineering, manufacture, testing, inspection before dispatch

packing, forwarding, transportation, insurance during transit, delivery to site/ stores of 11KV indoor Vacuum Breakers for use the 33/11KV primary substations under the distribution networks of CESU.

1.2 All vacuum breakers must be manufactured by ISO 9000 certified Organization and shall have been type tested at CPRI or any Govt. approval laboratory within five years as on the date of bid opening and in satisfactory operation for a period not less than three years. The Bidders shall demonstrate compliance with this requirement by supplying with the bid, copies of the type test certificates together with performance certificates from purchasers/ users.

The users certificate must include the detail address of the user, date of commissioning of the equipment, date of issue of the letter, No. of years of satisfactory performance of the equipment with Model/ Type used. At least one of the users certificate shall be submitted from the state or Central Government or their undertaking, without which Bid will be outright rejected.

1.3 The scope of supply includes the provision of type tests at any of the NABL accredited Laboratory / CPRI within last 5 Years.

1.4 The Dimension of Type Tested VCBs can only be accepted. 1.5 The scope also includes the circuit breaker and current and potential transformers, supporting

structures, operating mechanism, control cabinet, relay control panel, foundation bolts, all the accessories and auxiliary equipment mandatory spares and special tools for satisfactory installation and operation.

1.6 The circuit breakers shall conform in all respects to the highest standards of engineering, design,

workmanship, this specification and the latest revisions of relevant standards at the time of offer and the purchaser shall have the power to reject any work or materials, which, in his judgment, is not in full accordance therewith.

2. STANDARDS Expect where modified by this specification, the circuit breakers and the accessories shall be

designed, manufactured and tested in accordance with latest editions of the following standards.

IEC/ISO/BS IS Subject IEC:56 IEC: 62271-100 & 200

High voltage alternating current circuit breakers general requirement.

IEC:694 IS : 12729 Common clauses of high voltage switch-gear and control gear standards (for voltage exceeding 1000 V).

IEC:60 IS : 9135 High Voltage testing techniques. IEC:427 IS:13516 Method of synthetic testing of HV .A.C circuit breakers. IEC: 1233 HV. AC. Circuit breakers- inductive load switching. IEC: 17A/CD:474 HV. AC. Circuit breakers- capacitive switching. IEC:529 IS: 13947 Degree of protection provided by enclosure.

Page 33: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 33 -

IEC:137 IS: 2099 Insulating bushing for A.C. voltages above 1000V IEC:233 IS : 5621 Hollow insulators for use in electrical equipment & testing. IEC:273 IS: 5350 Characteristics of indoor and outdoor post insulators for systems

with nominal voltages greater than 1000V. IEC:815 IS: 13134 Guide for selection of insulators in respect of polluted conditions. IEC: 34 IS : 996 A.C motors ISO:1460 BS:729 IS:2629 Hot dip galvanizing IS:2633 Method of testing uniformity of zinc coated articles. IS: 5 Colour for ready missed paints and enamels IS: 6005 Code of practice for phosphating or iron and steel. IEC: 227 IS:1554 P.V.C Insulated cables for voltages up to and including 1100 Volt. IEC:269 IS:13703 Low voltage fuses for voltages not exceeding 1000volt. ISO:800 IS:1300 Phenolic moulding materials. IS:13118 Guide for uniform marking and identification of conductors and

apparatus terminals. IEC: 185 IS: 2705 Current transformers. IEC: 296 IS: 335 Specification for unused insulating oil for transformer and

switchgear. IEC:186 IS: 3156 Potential transformers. CBIP Technical Report No. 88 revised July, 1996 read with amendment issued (April, 99, September, 99 and also any other amendment thereafter)

Specification for AC Static Electrical Energy Meter.

This list is not to be considered exhaustive and reference to a particular standard or recommendation in this specification does not relieve the Supplier of the necessity of providing the goods and services complying with other relevant standards or recommendations.

3. REQUIREMENTS The circuit breakers to be supplied against this specification shall be required to control the secondary

side of 33/11 KV power transformers in the primary sub-stations or the incoming 11KV feeders or the outgoing feeders in these sub-stations. The circuit breakers shall be suitable for 3 phase 50Hz solidly grounded neutral system and shall have normal current carrying capacity and symmetrical short circuit breaking capability as mentioned hereunder.

The required 11KV Vacuum Circuit Breakers suitable for Indoor installations are to be quoted by

Manufacturers only with a valid ISO 9000 certification. For indoor circuit breakers only floor mounted and horizontal draw out and horizontal isolation type breakers are accepted.

3.1 BASIC TECHNICAL REQUIREMENTS: The vacuum circuit breakers are required to meet the following basic technical requirements.

(Reference standards IEC:62271 - 100 & 200and associated standards listed in this specification. Basic Technical Requirements

Sl. No Particulars Requirements

1 Service type Indoor 2 No. of Poles 3 3 Nominal system voltage 11KV 4 Highest system voltage 12KV 5 Rated normal current at 500C i) For Bus-bar of Circuit Breaker 1250A ii) For Interrupter 2000A iii) For Outgoing Feeders/ For Incomer & Bus Sections 2000A 6 Rated short circuit breaking current (rms) 25KA 7 Rated short circuit making current (peak) 62.5KA 8 Rated short time current withstand capability for 3 sec. 25KA(Panel)/25KA (Interrupter) 9. Rated insulation level:

Page 34: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 34 -

i) One minute power frequency withstand voltage to earth (wet and dry) rms

28KV

ii) Impulse withstand voltage to earth with 1.2/50µsec, wave of +ve and –ve polarity (Peak)

75KV

10 First – pole – to clear factor 1.5 11 Rated operating sequence (for auto reclosing) O-0.3 Sec- CO-3 min-CO 12 Maximum break time 3 cycles 13 Rated out of phase breaking current 25% of the symmetrical short

circuit breaking current 14 Maximum pole scatter 10 mili seconds 15 Rated Auxiliary supply for spring charge motor, lamp &

heater circuit. 230V A.C

16 Rated supply voltage for trip/close coil 24V D.C 17 Minimum creepage distance (mm) As Per IS 18 Minimum protected creepage distance (mm) As Per IS

4. SERVICE CONDITIONS: The breakers are to be suitable for operation under the service conditions as specified in Clause

No.4, Technical Specifications for 33KV outdoor vacuum circuit Breakers, Section-IV(A). 5. 11 KV VACUUM CIRCUIT BREAKERS 5.1 General 5.1.1 The circuit breakers along with CT, PT, Control & relay Panels shall be suitable for indoor

installations with vacuum as interrupting media incorporating separate interrupters of 1250A rating for each phase mounted on single frame. There shall be a common drive mechanism actuating for interrupters, which must work in synchronism. These shall be a common drive mechanism actuating the interrupters, which must work in synchronism. These breakers shall be provided with suitable local control while provision shall be made for remote control.

5.1.2 The entire circuit breaker with its operating mechanism shall be mounted on a horizontal draw out type chassis/ trolley inserted into a floor standing sheet steel enclosure suitable for withstanding electromagnetic/ electro-dynamic forces of both symmetrical and asymmetrical faults. It shall have plug-in off load type isolating main and auxiliary contacts with all necessary safety features, door limit switch etc.

5.1.3 The vacuum circuit breaker panels shall be enclosed in sheet steel independent floor mounting

cubicle made of 2.5 mm thick CRCA Sheet for outer walls and 2.5mm thick for partition/ inside walls suitable for coupling with identical units on either sides to form switchboard. The circuit breaker panel shall be such that when the withdrawable part is being removed the metal shutters can be opened with a lever, for an example to inspect the mating contracts or locked with a padlock. The upper portion (access to the Bushbar) and the lower portion (access to the termination compartment) can be unscrewed with the metal shutters closed. This makes it possible to work in the Busbar compartment with the termination compartment fully partitioned off, and vice versa. The breaker shall be provided with three distinct positions namely service, Test and Isolate.

5.1.4 The circuit breakers shall be fitted with spring mechanism type. The inherent design of these circuit breakers shall be such that they shall satisfactorily perform all test duties and interrupt out-of-phase current and produce very low over voltage (<2.0 p.u) on all switching circuits, capacitive and inductive to IEC:62271 - 100 & 200and other associated standards mentioned in the clause of this specification.

5.1.5 The connecting terminal for Cables shall have silver-plating of at least 50 micron thickness. The design of the circuit breaker shall be such that inspection and replacement of contracts, coils, vacuum bottles and any worn or damaged components can be carried out quickly and with ease. The contact gaps shall be adjustable to allow for wear.

5.1.6 The mechanism and the connected interrupters shall satisfy the mechanical endurance requirements

of IEC:62271 - 100 & 200and all additional requirements specified herein.

6.0 Interrupting media

Page 35: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 35 -

6.1 Vacuum:

6.1.1 In vacuum circuit breakers, facilities shall be provided for monitoring the contract erosion and any change in contact gap. The vacuum bottles shall be easily replaceable on site and the mechanism shall be conveniently adjustable to permit resetting the contact gap. The current rating of the vacuum interrupters shall be 1250Amp.

6.1.2 The vacuum circuit breaker poles shall be sealed to prevent contamination of the

spaces surrounding the interrupters. The bidder shall demonstrate how this is achieved by supplying technical details with the bid.

7.0 Auxiliary contacts 7.1 12 auxiliary contacts (6N.O.+6N.C.) of 24 Volt D.C grade and 10 amps DC rating

shall be provided in each circuit breaker. 8.0 Indication 8.1 A mechanically operated circuit breaker position indicator of non corroding

material shall be provided in a location visible from the operating side of the breaker without the necessity to open the mechanism door. The word ‘OFF’ in white letter on green background shall be used to indicate that the breaker is in the opening position and the word ‘ON’ in white letters on a red background to indicate that the breaker is in the closed position. The drive for the device shall be positive in both directions and provision shall be made for local and remote electrical indication.

8.2 Indication of spring charging condition shall be provided as mentioned in this

specification. Mechanical counters to record the number of closing operations shall be provided for each circuit breaker mechanism.

9.0 Operation and controls 9.1 The breaker shall normally be operated by electrical control with electrical tripping

by 2 Nos.shunt trip coil. Provision shall be made for local electrical operation and mechanical operation.

9.2 The following facilities shall be provided in the circuit breaker local control cabinet: • ON/NEUTRAL/ OFF control switch or ON and OFF push buttons. The push

buttons shall be momentary contract type with rear terminal connections. The close push button shall be of green colour and the open push button red colour.

• MECHANICAL EMERGENCY TRIP DEVICE: suitable for manual operation

in the event of failure of electrical supplies. The device shall be accessible without opening any access doors and distinctly labeled. It shall be shrouded and protected against inadvertent operation.

• Means shall be provided for manual operation of these circuit breakers

during failure of auxiliary power in addition to electrical operation.

Page 36: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 36 -

9.3 Means shall be provided to prevent the mechanism from responding to a close

signal when the trip coil is energized or to reclosing from a sustained close signal either opening due to a trip signal or failure to hold in the closed position.

9.4 The circuit breaker shall be able to perform 10,000 operating cycles at no load in

accordance with IEC:17A/474/CD for circuit breakers for auto reclosing duties. 10.0 CURRENT TRANSFORMERS 10.1 Current transformers, three per circuit breaker, shall be of indoor, single phase,

resin cast and shall comply with IEC:185 and IS:2705, suitable for operation in hot and humid atmospheric conditions described in service condition. They shall be mounted inside the panel.

10.2 Core 10.2.1 High grad non- ageing cold rolled grain oriented (CRGO M4 or better grade)

silicon steel of low hysteresis loss and permeability shall be used for the core so as to ensure specified accuracy at both normal and over currents. The flux density shall be limited to ensure that there is no saturation during normal service.

10.2.2 The instrument security factor of the core shall be low enough so as not to cause

damage to the instruments in the event of maximum short circuit current. 10.3 Windings 10.3.1 The secondary windings shall be made of electrolytic copper with suitable

insulation. The conductor shall be of adequate cross- section so as to limit the temperature rise even during short circuit conditions. The insulation of windings and connections shall be free from composition liable to soften, coze, shrink or collapse during service.

10.3.2 Polarity shall be indelibly marked on each current transformer and at the lead and

termination at associated terminal blocks. CTs with multi ratio winding shall be clearly tabulated to show the connections required for different ratios. Similar numbers shall be marked on terminal block arrangement and wiring diagram. Apart from the above marking and those to be provided as per IEC 185 or IS 2705, other markings shall be provided in consultation with owner.

10.3.3 The continuous current rating of the primary winding shall be one hundred and

twenty percent of the normal rated current. 10.3.4 Secondary windings of current transformers shall be used for metering,

instrumentation and protection and shall be rated for continuous current of one hundred and twenty percent of normal rated current of primary winding.

Page 37: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 37 -

10.4 Fittings and accessories 10.4.1 Fittings and accessories listed below shall be supplied with each current

transformer: • Bimetallic connectors suitable for connecting 185-300mm2 XLPE insulated

Aluminimum Cables. • Two earthing terminals and strips with necessary nut, bolts and washers;

• Name and rating plate;

• LV terminals with connection diagram:

• Mounting nuts, bolts and washers;

10.4.2 Any other fittings deemed essential by the Supplier shall also be supplied with

each current transformer.

10.5 Basic technical requirement for CT’s Ratings: The CTs shall conform to the following ratings and other particulars of the

circuit breakers:

Technical Requirements

Sl. No

Particulars Requirements

1 Function To control the secondary side of 33/11 KV power transformers of ratings between 3.15MVA to 12.5MVA in primary substations and feeders.

2 Requirement Core-1:Instrumentation and Metering Core-2:Combined over current and earth fault protection Core-3:Differential Protection (for transformer panels only)

3 Transformation Ratio Category- A (For TFR& B/C) 800-400/1-1-1A

Category- B (For Feeder) 600-300/1-1 A

4 Rated Burden (VA) Core:1:15 Core:2:PS Core:3:PS

Core:1:15 Core:2:PS

5 Class of Accuracy Core- 1:± 0.2 Core- 2:PS Core-3: PS

Core- 1: 0.2 Core- 2:PS

6 Instrument Security Factor Core- 1: 10 Core- 1: 10 7 Rated Voltage 12KV 8 Short Time Rating 25KA rms for 3 seconds 9 Insulation Level:

-Impulse Voltage1.2/50µs wave withstand level -Power frequency 1 min voltage withstand level

75KV

28KV

10.6 Tests and inspection 10.6.1 The CTs shall be tested in accordance with the requirements of the type tests and

routine tests as per the latest issues IEC:185 or IS:2705.

Page 38: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 38 -

The tests to be conducted shall include: 10.6.2 Type Tests: • Lightning impulse voltage:

• Power frequency wet withstand voltage;

• Temperature rise;

• Short time current;

• Composite error;

• Accuracy test (for measuring core);

• Instrument security current (for measuring core);

10.6.3 Routine tests • Verification of terminal marking and polarity;

• Power frequency dry withstand test on primary windings;

• Power frequency dry withstand test on secondary windings;

• Power frequency dry withstand test between sections;

• Over voltage inter-turn test;

• Composite error;

• Turn ratio;

• Accuracy test (for measuring core);

• Current error and phase displacement (for protection core);

• Knee point voltage and magnetizing current test (for PS class);

• Secondary winding resistance (for PS class).

11 POTENTIAL TRANSFORMER 11.1 BASIC TECHNICAL REQIREMENTS The 11KV Indoor voltage transformers are required to meet the following basic

technical requirements (Reference standards: IEC:186, IS:3156 and associated standards listed in the specification):

Page 39: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 39 -

Sl. No

Particulars Requirements

1 Type Single phase 2 Nominal system voltage, phase to phase 11KV

3 Application Instrumentation, Metering and Protection

4 Number of secondary windings 1 5 Rated normal burden* 30VA 6 Rated primary voltage 11KV/ √3 7 Rated secondary voltage 110V/ √3 8 Class of accuracy 0.5

9 Rated insulation level: (Primary winding) (Phase to earth)

i) One minute power frequency withstand voltage to earth (wet and dry) rms

28KV

ii) Impulse withstand voltage to earth with

1.2/50 µsec wave of +ve and –ve polarity (peak)

75KV

10 One minute power frequency withstand voltage of secondary winding (rms)

i) Between phase to earth 3KV ii) Between sections 3KV 11 Rated voltage factor i) Continuous 1.2 ii) For 30 seconds 1.5

* The burden indicated is the minimum acceptable to the Employer. The

Contractor shall ensure that the rated output of the voltage transformers are adequate to meet at least 120 percent of the connected load (burden).

11.2 GENERAL The voltage transformers to be supplied under this specification shall be of Indoor,

single phase Polycrate or Resin Cast type, complying with IEC:185 and IS:3156 suitable for operation in hot and humid atmospheric conditions described in this document.

11.3 Duty requirement 11.3.1 11KV Voltage transformer for all the indicating instruments and measuring meters

in the primary substation on 11KV side. It shall be of indoor, 1-Phase or 3- phase resin cast or Poly- crate type.

11.4 Core 11.4.1 High grade non-ageing cold rolled grain oriented(CRGO-M4 or better) silicone

steel of low hysteresis loss and permeability shall be used for core so as to ensure accuracy at both normal and or over Voltages. The flux density shall be limited to 1.6 Tesla at normal voltage and frequency. There shall be no saturation at any stage during operation.

Page 40: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 40 -

11.4.2 The instrument security factor of the core shall be low enough so as not to cause damage to the instruments in the event of maximum short circuit current or over voltages.

11.5 Windings 11.5.1 The primary and secondary windings shall be electrolytic copper of high purity

and conductivity and covered with double paper insulation. The conductor shall be of adequate cross-section so as to limit the temperature rise even during maximum over voltages.

11.5.2 The insulation of windings and connections shall be free from composition liable

to soften, ooze, shrink or collapse during service. 11.5.3 The secondary windings of the voltage transformers shall also be suitable for

continuous over voltage corresponding to the maximum system voltage at the primary winding. The winding supports shall be suitably reinforced to withstand normal handling and the thermal and dynamic stresses during operation without damage.

11.5.4 The voltage transformer secondary circuits will be taken out to form the star point

and earthed at one point outside the voltage transformers. 11.5.5 Both primary and secondary winding terminals shall be clearly and indelibly

marked to show polarity in accordance with IEC:186. The connections required for different secondary windings in case of multi-winding voltage transformers shall be clearly indicated in terminal blocks and the wiring diagrams.

11.6 Fitting and Accessories 11.6.1 Fittings and accessories listed below shall be supplied with each voltage

transformer: • HV terminals;

• Two earthing terminals with necessary nuts, bolts and washers;

• Name and rating plate;

• Secondary terminal box with LV terminal connections;

• Mounting nuts, bolts and washers;

• L.V HRC cartridge fuses for the protection of secondary winding;

• HV HRC cartridge fuses for the protection of Primary winding

11.6.2 Any other fitting deemed essential by the contractor shall also be supplied along

with each voltage transformer: 11.6.3 The name and rating plate shall contain all the particulars as provided in IEC:186

and also the name of the employer and year of manufacture. They shall comply with the clause termed label in this specification.

Page 41: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 41 -

11.7 Fuse protection The Primary winding shall be protected by HRC Fuses in suitable holder

designed by the manufacturers. 11.7.1 The secondary windings shall be protected by HRC cartridge fuses in fuse

holder consisting of carriers and bases. The carriers and bases shall be of high grade flame retarding and non hygroscopic moulded insulating materials with hard glass surface. Each fuse shall be identified with engraved plastic label.

11.8 Circuit diagram 11.8.1 A durable copy of the circuit wiring diagram shall be affixed to the inner side of

the terminal box cover. Labels shall be provided inside the cover to describe the functions of various items of equipments.

11.9 TERMINATION 11.9.1 The equipment shall be supplied with HV electrical connection terminals of a

size and rating appropriate for all the duties, including overload duty specified for the equipment. The terminals shall be of the bi-metallic type.

11.10 EARTHING TERMINAL 11.10.1 Two earthling terminals complete with necessary hardware shall be provided on

each voltage transformer for connection to earth continuity conductors of the Employer. They shall be of electroplated brass and of adequate size to carry the earth fault current.

11.10.2 The earthing terminals shall be identified by means of appropriate symbol

marked in a legible and indelible manner adjacent to the terminals. 11.11 TEST AND INSPECTIONS 11.11.1 The voltage transformers shall be tested in accordance with the requirements of

the type tests and routine tests as provided in the latest issues of IEC:186 or IS:3516.

The tests to be conducted shall include; 11.11.2 Type tests: • Lightning impulse voltage test;

• High voltage power frequency wet withstand voltage;

• Temperature rise test;

• Short circuit withstand capability test;

• Determination of limits of voltage error and phase displacement.

11.11.3 Routine tests:

Page 42: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 42 -

• Verification of terminal marking and polarity;

• Power frequency withstand tests on primary winding;

• Power frequency dry withstand tests on secondary winding;

• Power frequency withstand tests between sections;

• Determination of limits of voltage errors and phase displacement;

• Insulating Resistance measurement.

• Partial discharge measurement.

11.11.4 TEMPERATURE RISE The temperature rise of any part of the voltage transformer under continuous

operating and exposed in the direct rays of the sun shall not exceed the permissible limits as provided in IEC publication 186 or IS:3156. These shall not be exceeded when corrected for the difference between the ambinent temperature at site and the ambient temperature specified in the standard. The correction proposed shall be stated in the bid.

12.0 PROTECTIVE RELAY & CONTROL PANEL 12.1 The CR Panel (Instrument Chamber) should be mounted on top of the VCB

Panel. Control panel (inbuilt) with protective relay and meter shall be provided by the supplier suitable for above breakers. The equipment shall have protection scheme with the following relays:

(i) Triple pole IDMTL type combined over current (2Nos) & Earth fault (1No),

Draw out type, 24V DC Relays(Numerical Communicable relay). Plug setting range of the over current relays shall be 5% to 200% and that of the

earth fault relay as 5% to 200% in case of Communicable Numerical Relays. (ii) 3 elements auxiliary relay (24V DC) for transformer fault, Alarm for Buchholz,

winding temperature & oil temperature in only transformer Incomer Panel. (iii) Master trip relay (24V DC) for inter tripping. (iv) One alarm bell scheme with bell (24V AC). (v) 8 Window Facia for Transformer (vi) 4 Window Facia for Feeder. N.B:-

1)The Master trip & Voltage relays should be Electro-mechanical type & of Areva, or MEGAWIN make.

2) Communicable type NUMERCIAL RELAY of AREVA, ABB, SIEMENS & EASUN REYROLL shall be preferred.

Page 43: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 43 -

13.0 METERS: The following meters shall be provided. i) Ammeter:- 0-150-300 A-1No Analogue/ Preferable Make IMP/ AE/DIP/RISHAV

make for transformer panel & 0 – 100 – 200/1A for Feeder panel. ii) Volt meter:- 0- 15 KV – 1No Analogue/ Preferable Make IMP/ AE/DIP/RISHAV

make (for Transformer panels only). iii) Ammeter selector switch- 1 No. preferable Make- Kaycee or any other

reputed make. iv) Volt meter selector switch- 1No. preferable Make- Kaycee or any other

reputed make. v) 9 watt CFL lamp with switch- 1 No. vi) Plug & Socket- 1 No. vii) Fuses & Links- 1 No. viii) Test terminal Blocks- Test terminal Block need be provided for testing

meters in test position. ix) Indication Lamp- Red- Breaker ‘ON’ (24DC LED type) Green Breaker ‘OFF’ Amber- Breaker ’AUTO TRIP’ Blue- Spring charge indication. White-Healthy Trip illuminated push bottom switch x) 3Ph, 4Wire HTTV meter Communicable meter - / 110V, - / 1Amp as per

technical specification attached (ANNEXURE – IV(B)) SCADA Compatible IEC 103 or MODBUS..

14.0 In Built Control- Relay Panel in the In Door VCB (Mounted on the Top of

VCB Panel) 14.1 Panel wiring and accessories. 14.1.1 Wiring Each panel shall be supplied with all internal wiring complete. 14.1.2 Panel wiring shall be suitably bunched and clamp for neat appearance. The

conductors used for wiring purpose shall be PVC insulated 1100 volt grade semi-flexible heat resistant, flame retardant and vermin proof electrolytic copper cable conforming to IEC:227, 502 or IS:1554. The wiring shall be securely supported and taken though PVC through PVC troughs. Each wire shall be continuous from end to end without any joint in between. All panel wiring shall be capable of withstanding a voltage of 2KV AC 50Hz for one minute.

Page 44: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 44 -

14.1.3 Cable and wire for connections within the switchgear and between the switchgear and terminal blocks shall have a minimum temperature rating of 90 degree Celsius. The size of the conductors for panel wiring shall be not less than 2.5mm2. For CT secondary wiring, two such wires shall be used in parallel.

14.1.4 Panel wiring protection The panels shall be equipped with links and HRC cartridge fuses conforming to

IEC:269 or IS:13703 in 1100 Volt grade phenolic moulded fuse holder consisting of fuse carrier and base or miniature circuit breakers conforming to IEC:947-2 or IS:13947-2 at appropriate locations. The carriers and bases shall be made of high grade flame retardant and non hygroscopic phenolic moulded material with hard glass surface. Each fuse or MCB shall be identified with engraved plastic label.

14.15 In general, fuses and MCBs shall be limited to the minimum required for safety.

The protection scheme shall include fuses for VT secondary circuits and DC supply to each panel and fuses for MCB for spring charging motor and incoming AC supply.

15.0 Terminal blocks 15.1 Terminal blocks of brass studs rated for 10 amps continuous current, 1100 volt

DC grade covered by moulded insulating materials with adequate electrical clearances shall be provided for terminating the panel wiring and outgoing connections. The termination shall be made by crimping lugs or bare conductor with insulating sleeves at ends. The arrangement can be horizontal or vertical as per standard practice adopted by the manufacturer. All terminals must be numbered and wire termination provided with numbered ferrules for identification. All numbering and marking including those in wiring diagram shall follow the guidelines provided in IS:11353. All circuit breaker auxiliary contracts including spare contacts shall be wired to the terminal blocks. Ten percent spare terminals shall be provided.

16.0 Colour and numbering 16.1 The wiring used for 230V AC supply for illumination lamp, panel heater and other

devices shall be coloured. The colour of wires connecting directly to Earth shall be green. CT & PT connection wires shall be of R, Y & B colour.

16.2 Engraved core identification plastic ferrules marked to correspond with the panel

wiring diagram shall be fixed at both ends of each wire. Ferrules shall fit tightly on the wire and shall not fall off when the fire is disconnected from the terminal block. Number 6 and 9, if used shall be under scored to enable differentiation.

17.0 Circuit diagram 17.1 A durable copy of the circuit wiring diagram shall be affixed to the inner

side of the door of the switchgear compartment. Labels shall be provided inside the compartment to describe the functions of the various items of equipment.

Page 45: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 45 -

17.2 The scope of the supply shall include the panel mounting foundation bolts, nuts and washers necessary for making the supporting.

18.0 OPERATING MECHANISM 18.1 General 18.1.1 The operating mechanism of the circuit breaker shall be motor wound spring

charged type. It shall be electrically and mechanically trip free with anti pumping device (as per IEC:694 definition). All working parts in the mechanism shall be of corrosion resistant material. Self lubricating, wearing resistant bearings shall be provided in the mechanism.

18.1.2 The mechanism shall fully close the circuit breaker and sustain it in the closed

position against the forces of the rated making current and shall fully open the circuit breaker without undue contact bounce at a speed commensurate with that shown by tests to be necessary to achieve the rated breaking capacity in accordance with IEC:56 or IS:13118. The mechanism shall be capable of being locked in either the open or closed position. The mechanism shall be capable of fully closing and opening again after the auto-reclose time interval specified as 0.3 second in this specification.

18.2 Spring mechanism (In case of Spring Charged VCB) 18.2.1 The spring operating mechanism shall be with spring charging motor, opening

and closing springs with limit switches and all accessories necessary for automatic charging. In normal operation, recharging of the operating springs shall commence immediately and automatically upon completion of the closing operation so that a complete sequence of closing and opening operation should be possible.

18.2.2 It shall be possible to hand charge the operating spring with the circuit breaker in

either the open or closed position conveniently from the ground level. Closure whilst a spring charging operation is in progress shall be prevented and release of the springs shall not be possible until they are fully charged.

18.2.3 The state of charge of the operating springs shall be indicated by a mechanical

device showing ‘SPRING CHARGED’ when closing spring is fully charged and operation is permissible and ‘SPRING FREE’ when closing spring is not fully charged and the operation is not possible. Provision shall be made for remote electrical indication of ‘Spring Charged’ and ‘Spring Free’ conditions.

18.2.4 The operating mechanism shall be such that the failure of any auxiliary spring

shall not cause tripping or closing the circuit breaker but shall not prevent tripping against trip command.

18.2.5 Closing action of the circuit breaker shall charge the opening spring ready for

tripping. From the close position with spring charged, one open-close-open operation shall be possible without recharging the spring.

Page 46: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 46 -

18.3 Motor The motor for spring charging shall be single phase 230 Volt A. C motor.

Continuous motor rating shall be at least ten percent above the maximum load demand of the driven equipment. It shall remain within its rated capacity at all operating points that will arise in service. It shall be protected by MCB. The motor shall comply with IEC:34 or IS:996.

19.0 AUXILIARY POWER SUPPLY 19.1 The operating mechanism shall be suitable to operate with the following auxiliary

power supplies. a) 230V,50Hz Single phase

A.C- For spring charging motor

b) DC supply 24 Volts- For close and open coils. 19.2 The DC supply shall be from Battery Bank which is in the scope of CESU. 19.3 The mechanism shall be designed to operate satisfactorily despite fluctuations of

auxiliary power supplies as under:

•••• AC supply: Voltage From 115% to 85% of normal voltage

Frequency From 105% to 95% of normal frequency Combined voltage

and frequency variation

From 115% to 85% of normal

•••• DC supply: Voltage From 120% to 70% of normal voltage

20. PROTECTION AND METERING 20.1 Protective relays and metering will be provided in the Indoor VCB panel. The

circuit breaker shall be particularly suitable for the following protection schemes: • Inter-tripping of other breaker.

• Simultaneous tripping of other circuit breakers.

21.0 TEMPERATURE RISE The temperature rise and the maximum temperature of any part of the circuit

breaker under continuous load condition and exposed in the direct rays of the sun shall not exceed the permissible limits as provided in Table V of IEC publication 694 or table 4 of IS:12729. These limits shall not be exceeded when corrected for the difference between the ambient temperature at site and the ambient temperature specified in the standard. The correction proposed shall be stated in the tender.

22.0 TESTS 22.1 Type and routine tests

Page 47: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 47 -

The circuit breakers shall be subjected to routine and type tests in accordance with the standards listed in this specification including the following IEC and IS standards with the latest amendments:

• Circuit breaker IEC:62271 - 100 & 200and relevant other standards

• Porcelain insulator IEC:233 and IS:5621 and relevant other standards

The tests shall include but not limited to the following: The copies of Type Test reports shall be attached with the Offer.

22.2 Short circuit tests The circuit breaker shall satisfactorily perform the out of phase and short circuit

duties specified in IEC:62271-100 & 200, IEC:17A(Sect.)438 and IEC:17A/CD/474 and IS:13516.

The circuit breaker shall be capable of performing at least twenty five (25) open

operations at the rated short circuit current before maintenance or inspection is required.

22.3 Dielectric tests At zero gauge loss of vacuum inside the interrupter chamber, the open contracts

shall withstand continuously, the rated phase to ground voltage and it shall be possible to break normal current in these conditions. During the dielectric type tests, no flashover external or internal shall be acceptable.

The circuit breakers shall be subjected to a power frequency AC voltage test for

one minute in dry and wet conditions and there shall be no external flash over to earth.

22.4 Mechanical endurance In addition to the requirements of IEC:56, an extended mechanical endurance

test is required to show that the circuit breaker is capable of at least 10,000 operations at no load in accordance with IEC:17A/474/CD. Between the specified test series in IEC:17A/474/CD, some maintenance such as lubrication and mechanical adjustment is allowed and shall be performed in accordance with manufacturer’s instructions. Change of contracts is not permitted.

22.5 Duty requirement tests Apart from auto-reclosing and the other duties mentioned above, the breakers

shall be able to perform the following duties for which type tests are to be conducted as per IEC:56 or IS:13118.

1. Breaking the steady and the transient magnetising current of the transformer. 2. Breaking 25% of rated fault current at twice the rated voltage as per IEC/IS. 3. Cable charging breaking current. 4. Single capacitor bank breaking current. 5. Capacitor bank in rush making current. Test for the resistance of the main circuit shall also be conducted.

Page 48: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 48 -

22.6 Temperature rise test Temperature rise test is to be conducted on the circuit breaker and the

accessories in accordance with IEC:62271-100 & 200. The temperature rise shall be limited as per this specification.

23.0 PERFORMANCE REQUIREMENTS The supplier shall declare the circuit breaker opening and closing times at 120

percent, 100 percent and 70 per cent of the rated voltage of the opening and closing devices when measured at the terminals of the trip and closing coils. The minimum make break time at rated voltage and total break time of the CB shall be stated. The total break time must not exceed 60m. sec.

24.0 EARTHING 24.1 All metal parts not intended for carrying current or not alive shall be connected

to duplicate earthing system and suitable electroplated brass earthing terminals shall be provided on each circuit breaker in conformity with IEC:62271-100 & 200. Suitable identification mark for the earth terminals shall be provided adjacent to the terminal.

24.2 The size of the earth continuity conductor shall be large enough to reduce the

potential rise of the metal frame of the breaker in the even of fault to minimum but in any case not more than 10V. The size of the conductor shall also be adequate to restrict the temperature rise without causing any damage to the earth connection in the case of fault. No riveted joints in the earth conducting path shall be permissible and only bolted joints of adequate size shall be provided with nuts, bolts and plain spring washers. The surfaces to be jointed shall be perfectly flat without any unevenness to ensure that there is no contact resistance.

24.3 An earth busbar of copper strip shall be provided inside the local control cabinet

to which all earthing connections must be made. The earth busbar shall be terminated into two electroplated brass earthing terminals of adequate size with nuts, bolts and washers for connecting to earth continuity conductor mentioned above.

25.0 Mandatory Spare Parts for 11KV Indoor VCB. The supplier shall provide the mandatory spare as follows for every 20 panels.

Sl. No. Description Requirement (Nos)

1 Complete VCB Trolley 2 2 Vacuum interrupter bottles 6 3 Tripping coil 6 4 Closing coil 6

5 VCB mechanism without Interrupter 3 6 Spring charging motor 2 7 Set of spring charging limit switches 2 8 Ammeter 2

Page 49: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 49 -

Se

rial

No

. ITEM

INC

OM

ER

T

RF

BU

S

CO

UP

LE

R

OU

T

GO

ING

FEEDER TYPE

DESIGNATION I/C B/C O/G

QUANTITY 11 06 32

1 Indicating lamps (24 V DC LED type)

a) ON (RED) 11 06 32

b) OFF (GREEN) 11 06 32

c) Auto Trip (Amber) 11 06 32

d) Trip Circuit Healthy (White) 11 06 32

e) Spring Charged (Blue) 11 06 32

2 Trip Neutral- close switch spring return to neutral 11 06 32

3 MISC Volt Meter Size 96X96mm with suitable scale & selector switch 11

4 MISC Ammeter size 96X96mm with suitable scale & selector switch 11 - 32

5 Trivector Meter with SCADA COMPATIBILITY IEC 103 or MODBUS 11 - 32

6 Cast resin insulated draw out type star-star connected Potential Transformer with the following specifications:

RATIO VA BUREDN CLASS

1100/√3/110/√3 30VA 0.2 11

7 Cast resin insulated Current Transformer with 1th of 25KA at 11KV for 3 Sec. As per details.

RATIO VA BUREDN CLASS

800-400/1-1-1 15 0.2/PS/PS 33 -18 -

600-300/1-1-1 15 0.2/PS - 96

8 Numerical Communicable type non directional O/C & E/F Relay with a setting of 5-250% both in O/C & E/F. 11 06 32

9 Master Trip Relay 11 06 32

10 Trip Circuit Supervision Relay 38 90

11 Voltage operated Auxiliary Relay for Transformer Annunciation 11 - 32

12 8 Windows Annunciation facia for transformer & 4 Window facia for Feeder

11

- 32

13 Panel space heater with switch, fuse and thermostat 11 06 32

14 Cubicle lamp with switch (9 Watt CFL Lamp) 11 06 32

15

Sheet steel cubicle, floor mounting suitable for indoor installation for use on 11KV 25KA, 50Hz AC system having PVC sleeved Copper bus bars rated 1250A, with automatic safety shutters (for VCB panel), earth bus of adequate size, foundation channel & bolts, name plates etc. 11 06 32

16

Triple pole floor mounted Horizontal Isolation Horizontal draw out type Vacuum Circuit Breaker rated 11kV 1250 Amps with 1250A Vacuum Interrupter 50Hz, short Time current 25KA, with spring charging motor, shunt trip and closing coils suitable for 24V DC supply 11 06 32

Page 50: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 50 -

SECTION - V

LIST OF ANNEXURES

(SCHEDULES AND FORMATS)

Page 51: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 51 -

Annexure-I

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA IDCO TOWERS (2nd Floor) Jana Path Bhubaneswar-751022

Phone:2545681, 2542895 Fax: 0674-2543125

ABSTRACT OF GENERAL TERMS AND CONDITIONS For supply of 11KV(I/D ) Vacuum Circuit Breakers

1. Whether the bidder is a Manufacturer & furnished relevant documents

( Factory Registration Documents ): Yes / No

2. Required Cost of Tender Furnished ( M.R / Bank Draft Details) -------------------------------------------------

3. Required Earnest Money Furnished:- Bank Draft Details to be furnished) -------------------------------------------

-------------------------------------------------------------------------------------------------------------------------------

4. Whether CPRI Type test certificates & Approved Drawings

conducted within last 5 years enclosed with the bid: Yes / No

5. Manufacturer’s past supply experience

including user’s certificate furnished or not: - Yes / No

6. Audited annual reports along with Profit & Loss Accounts

for the last 3 years furnished or not: Yes / No

7. Deviation to the specification , if any furnished

as per format at Annexure VI ( A) & VI (B) ):- Yes / No

8. Whether agreed to CESU’s Delivery schedule: Yes / No

If agreed,

a) Date of commencement

b) Rate of delivery per month

9. Whether agreed to CESU’s Guarantee clause 16 of Section III :- Yes / No

10. Whether agreed for 180 days’ validity period of Prices Yes / No

11. Whether the Prices are FIRM? Yes / No

12. Whether agreed to furnish security deposit in shape of

B.G. encashable at Bhubaneswar in case his tender is successful

Yes / No

13. Whether agreed to stipulated penalty for delayed delivery: - Yes / No

14. Whether agreed to CESU’s standard terms of payment

Yes / No

15. Valid ITCC & STCC furnished or not: Yes / No

Signature of the bidder

With seal of company

This form is to be duly filled up & ink signed by the Bidder along with seal & submitted along with the Part-I

of tender.

Page 52: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 52 -

ANNEXURE – II

PROFORMA FOR COMPOSITE BANK GUARANTEE FOR SECURITY DEPOSIT, PAYMENT AND

PERFORMANCE

This Guarantee Bond is executed this ____ day of ___________________________ 2008 by us the

_____________________________________________________ Bank at ___________________

P.O.__________ P.S. ____________Dist ________________ State __________

( indicate designation of purchaser )

Whereas the CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA , Head Office - IDCO Towers (2nd

Floor ) , Bhubaneswar – 751 022 a Body corporate , constituted under the Electricity Act, 2003 (here in after

called “the CESU”) has placed Purchase Order No._________ Dt.___________ (hereinafter called “the

Agreement”) with M/s_________________ _________________________ (hereinafter called “the Contractor”)

for supply of ________________ (name of the material) and whereas CESU has agreed (1) to exempt the

Contractor from making payment of security deposit, (2) to release 100% payment of the cost of materials as per

the said agreement and (3) to exempt from performance guarantee on furnishing by the Contractor to the CESU a

composite Bank Guarantee of the value of 10% (ten percent) of the Contract price of the said Agreement.

1. Now, therefore, in consideration of the CESU having agreed (1) to exempt the Contractor for making

payment of security deposit, (2) to release 100% payment to the Contractor and (3) to exempt from furnishing

performance guarantee in terms of the said Agreement as aforesaid, we the ____________________ Bank,

Address ____________________________ (code No. ________) (hereinafter referred to as “the Bank”) do

hereby undertake to pay to the CESU an amount not exceeding Rs._____________ (Rupees

_______________________________ ) only against any loss or damage caused to or suffered by the CESU by

reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We, the ______________________ Bank do hereby undertake to pay the amounts due and payable under

the guarantee without any demur, merely on a demand from the CESU stating that the amount claimed is due by

way of loss or damage caused to or suffered by CESU by reason of any breach by the said Contractor(s) of any of

the terms or conditions contained in the said Agreement or by the reason of any breach by the said Contractor’s

failure to perform the said Agreement. Any such demand made 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.___________ (Rupees

_________________________________________ ) only.

3. We, the ________________________ Bank also undertake to pay to the CESU any money so demanded

not withstanding any dispute or dispute raised by the Contractor(s) in any suit or proceeding instituted/ pending

before any court or Tribunal relating thereto our liability under this Agreement being absolute and unrevocable.

The payment so made by us under this bond shall be valid discharge of our liability for payment there

under and the Contractor(s) shall have no claim against us for making such payment.

4. We, the _________________________ Bank further agree that the guarantee herein contain shall

remain in full force and affect during the period that would be taken for the performance of the said Agreement

and it shall continue to remain in force endorsable till all the dues of the CESU under by virtue of the said

Agreement have been fully paid and its claim satisfied or discharged or till CENTRAL ELECTRICITY SUPPLY

UTILITY OF ORISSA certifies that the terms and conditions of the said Agreement have been fully and properly

carried out by the said Contractor(s) and accordingly discharge this guarantee and will not be revoked by us

during the validity of the guarantee period.

Unless a demand or claim under this guarantee is made on us or with_____________

____________________________________ (Local Bank Name, address and code No.)

_________________________________________________, Bhubaneswar / Cuttack in writing on or before

__________________ (date) we shall be discharged from all liability under this guarantee thereafter.

Contd : - P/ 2

Page 53: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 53 -

- P/ 2 -

5. We, the _________________________ Bank further agree that the CESU 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 or to extend time of performance by the said Contractor(s) and we shall not be

relieved from our liability by reason of any such variation or extension being granted to the said Contractor(s) or

for any forbearance act or omission on part of the CESU or any indulgence by the CESU to the said Contractor(s)

or by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions

have effect of so relieving us.

6. The Guarantee will not be discharged due to change in the name, style and constitution of the Bank and or

Contractor(s).

7. We, the _________________________ Bank lastly undertake not to revoke this Guarantee during its

currency except with the previous consent of the CESU in writing.

Dated ___________ the __________ day of Two thousand _________ .

Not withstanding anything contained herein above.

Our liability under this Bank Guarantee shall not exceed Rs.______________ (Rupees _______

____________________________________________________________________ ) only.

The Bank Guarantee shall be valid up to _____________________ only.

We or our Bank at Bhubaneswar / Cuttack (Name & Address of the Local Bank) are liable to pay the guaranteed

amount depending on the filing of claim and any part thereof under this Bank Guarantee only and only if you

serve upon us or our local Bank at Bhubaneswar / Cuttack a written claim or demand and received by us or by

Local Branch at Bhubaneswar / Cuttack on or before Dt.__________ otherwise bank shall be discharged of all

liabilities under this guarantee thereafter.

For _____________________________________

( indicate the name of the Bank )

N.B.:

(1) Name of the Contractor:

(2) No. & date of the purchase order / agreement:

(3) Amount of P.O.:

(4) Name of Materials:

(5) Name of the Bank:

(6) Amount of the Bank Guarantee:

(7) Name, Address and Code No. of the Local Branch:

(8) Validity period or date up to which the agreement is valid:

(9) Signature of the Constituent Authority of the Bank with seal:

(10) Name & addresses of the Witnesses with signature:

(11) The Bank Guarantee shall be accepted only after getting confirmation from the respective Banks.

Page 54: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 54 -

Annexure- III ( PRICE SCHEDULE)

Price Schedule for Goods Offered as per specification No………………………. Name of Bidder_________________________ Page_______________________ of ___________.

1 2 3 4 5 6 7

Price for each unit

Tender Specification

No. 212

Item Description Unit Qty

Unit Ex-Works Price

(in Rs.)

Unit Packing & Forwarding Charges (

in Rs.)

Unit Excise

Duty with cess( in

Rs.)

Unit Sales

Tax/ VAT (in Rs.)

Unit freight & insurance and costs

incidental to delivery (in

Rs.)

Unit Entry Tax, if any

(in Rs.)

Total Unit landing

Price (in Rs.)

Total Landing Price ( in

Rs.)

(a) (b) (c ) (d) (e) (f) a+b+c+ d+e+f

(col 4X6)

11KV Indoor Vacuum Circuit Breaker i)17nos Indoor VCB Panel-01 Set.

Set 01

11KV Indoor Vacuum Circuit Breaker ii) 09 nos Indoor VCB Panel-02 Set

Set 02

11KV Indoor Vacuum Circuit Breaker iii) 07nos Indoor VCB Panel-02 Set

Set 02

Total: 05 *

*( Rupees .............................................................................................................................................................)

Signature of Bidder With company seal______________________________________ Note:-1. In case of discrepancy between unit price and total, the unit price shall prevail. 2. Any column left blank shall be considered as included in the Unit Landing Price & the cost of the same shall be borne by the bidder. 3. The bidder(s) shall quote the applicable rates of taxes & duties in the price schedule. 4. The bidder(s) shall quote the unit price per set basis.

Page 55: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 55 -

ANNEXURE- IV(A)

TECHINICAL DATA SCHEDULE FOR 11 KV INDOOR VACUUM CIRCUIT BREAKER

ITEM

NO

DESCRIPTION UNITS BIDDER’S

OFFER

1. GENERAL - Name of manufacture

- Make, type/ Model of Vacuum Interrupter

- Governing standards

- No. of poles of circuit breaker

- No. of breaks per phase

- Total length of break per phase

- Type - Vacuum

no.

no.

mm

Yes / No

2. NOMINAL VOLTAGES - Rated voltage

- Maximum(continuous)service rated voltage

KV

KV

3. RATED NORMAL CURRNETS - Under normal condition

- Under site condition

Amps

Amps

4. SHORT CIRCUIT PERFORMANCES - Rated short circuit breaking current:

• Symmetrical, rms

• Asymmetrical including DC component

- Rated short circuit making current; peak

- Short time current withstand capability:

• Peak value

• Rms value

• Duration

KA

KA

KA

KA

KA

Sec

5. MAX. TEMP. RISE OVER AMBIENT OF 500C

- At normal continuous current

- After performing the operating sequence

0C

0C

6. MAKE AND BREAK TIMES

Total break times - At 10% rupturing capacity

- At rated rupturing capacity

- Arcing time at rated breaking current

- Make time form giving close command

- Minimum reclose time at full rated interrupting

Capacity from trip coil energisation

- Minimum dead time for 3 phase reclosing

- Circuit breaker opening time:

• at 125% of rated voltage of opening device

• at 100% of rated voltage of opening device

• at 70% of rated voltage of opening device

milli-sec

milli-sec

milli-sec

milli-sec

sec

sec

milli-sec

milli-sec

milli-sec

Page 56: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 56 -

ITEM

NO

DESCRIPTION UNITS BIDDER’S

OFFER

7 RESTRIKING VOLTAGES FOR 100% RATED

CAPACITY

- Amplitude factor

- Phase factor

- Natural frequency

- Rate of rise of recovery voltage

Kv

Hz

Kv/µs

8. RATED INSULATION LEVEL

Dry and wet power frequency withstand test voltage

(rms) for 1 minute

• Between live terminals and grounded objects

• Between terminals with breaker contacts open

- 1.2/50 µs full wave impulse withstand voltage

+ve and - ve polarity (peak)

• Between live terminals and grounded object

• Between terminals with breaker contacts open

- One mimute power frequency voltage of

auxiliary wiring

Kv

Kv

kv

kv

kv

9 OPERATING PERFORMANCE

- Rated transient recovery voltage

- Rated cable charging breaking current

- Rated single capacitor bank breaking current

- Rated back-to-back capacitor bank breaking

current

- Rated capacitor bank in-rush making current

- Rated small inductive breaking current

- First pole-to-clear factor

- Rated operating sequence

- Rated out-of-phase breaking current

- Re-ignition and Re-strike free

KV

amps.

amps

amps

amps

amps

KA

Yes/No

Yes/No

10 NUMBER OF OPERATION POSSIBLE

WITHOUT

MAINTENANCE - at full rated interrupting current

- at 50% of rated interrupting current

- at 100% of full load current

- at no load

no.

no

no

no

Page 57: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 57 -

ITEM

NO

DESCRIPTION UNIT BIDDER’S

OFFER

11 WEIGHTS AND DIMENSIONS

Total weight of one complete breaker, including

mounting structure

Mounting structure weight

Control cabinet weight

Dimensions: Height

Width,

Depth Drawings must be provided

Kg

Kg

Kg

mm

mm

mm

12 CONTACTS - Type of main contacts

- Type of auxiliary contacts

- Material of auxiliary contacts

- Type of plating, if any

- Thickness of plating

- Contact pressure

No of auxiliary contacts provided:

Those closed when breaker is closed

Those open when breaker is closed

Those adjustable

Micron

gm/ sq.mm

no

no

no

13 OPERATING MECHANISM Opening type

Closing type

Force applied by charged spring for closing

Time taken by motor for charging the spring form

fully

Discharged to fully charged position

Full sequence of operation

Whether limit switches are provided with spring

Whether spring limit switches start stop the motor

Type and material of spring employed

Whether trip free

Whether anti pumping device provided

kg

sec

yes/no

yes/no

yes/no

yes/no

14. AUXILIARY AND CONTROL POWER

SUPPLY - Normal auxiliary A.C supply voltage

- Voltage limits for proper operation

• Maximum

• Minimum

- Frequency limits for proper operation

• Maximum

• Minimum

- Normal control circuit voltage

- DC Voltage limits for proper operation

• Maximum

• Maximum

- Power required for trip coil

- Power required for closing coil

Volts

Volts

Hz

Hz

Volts

Volts

Watts

Watts

Page 58: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 58 -

ITEM

NO

DESCRIPTION UNIT BIDDER’S

OFFER 15. LOCAL CONTROL PANEL

- Material

- Degree of protection

- Vermin proof provisions

- Weather proof provision

- Dust proof provision

- Ventilation provision

- Thickness of sheet materials used

- Overall dimensions

- Total weight

- Mounting arrangement

Yes/no

Yes/no

Yes/no

Yes/no

mm

mm

kg

16.

TERMINAL CONNECTOR - Material

- Bi-metallic or not

- Weight

- Dimensions

- Size and type of conductor it can accommodate

- Terminal pads silver plated or not

- Thickness of silver plating

yes/no

kg

mm

sq mm

yes/no

microns

17. CORROSION PREVENTION SYSTEM FOR

CIRCUIT BREAKER AND CONTROL CABINET - Surface preparation

- Rust inhibition

- Zinc thickness/paint thickness

- Treatment of fasteners

Microns

28. VACUUM CIRCUIT BREAKER SEALING Degree of protection of circuit breaker pole enclosure. (IEC 529,

IS 13947)

Method of sealing the circuit breaker pole enclosure.

19. 11KV CURRENT TRANSFORMER Category A: 800-400/1-1-1A (For I/C & B/C))

- Make and type of transformer (Cast resin type)

- Ratio

Core1. VA burden

Accuracy class

Saturation factor

Instrument security factor

Accuracy limit factor

Core 2. VA burden

Accuracy class

Saturation factor

Accuracy limit factor

Core 3. Accuracy class

Saturation factor

Accuracy limit factor

Knee point Voltage (KV)

Magnetizing current at VK/2

Secondary resistance Rct

Short time current rating: Current time

Impulse voltage withstand level

Power frequency voltage withstand level

• Primary winding

• Secondary winding

Specification of cast resin/Polycrate

• Type

• Weight

Weight of CT

VA

0.2

10

VA

PS

PS

Volts

Milli

amps

ohms

KA, Sec.

KV

KV

KV

Kg

Kg

Page 59: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 59 -

ITEM

NO

DESCRIPTION UNITS BIDDER’S

OFFER 20. Category B: 600-300/1-1A (For O/G Fdr.)

- Make and type of transformer (Cast resin type)

- Ratio

Core1. VA burden

Accuracy class

Saturation factor

Instrument security factor

Accuracy limit factor

Core 2. VA burden

Accuracy class

Saturation factor

Accuracy limit factor

Short time current rating: Current time

Impulse voltage withstand level

Power frequency voltage withstand level

• Primary winding

• Secondary winding

Specification of cast resin/Polycrate

• Type

• weight

Weight of CT complete

VA

0.2

VA

PS

KA, Sec.

KV

KV

KV

Kg

Kg

21

1

11 KV VOLTAGE TRANSFORMER (CAST RESIN TYPE/POLY CRATE) GENERAL. - Make

- Type of transformer

- Rated normal voltage

- Rated maximum voltage

- Rated primary voltage

- Rated secondary voltage

- V A burden

- Accuracy class

- Ratio error

- Phase displacement positive or negative

- Saturation factor

- Instrument security factor

- Short time current rating

• Rms value

• Period

• Peak value

- Impulse voltage withstand level

- One minute power frequency voltage

withstand level of primary winding

- Weight of core and winding

- Total weight

- Overall dimensions

- Rated voltage factor

• Continuous

• For 30 seconds

- Temperature rise above the ambient of 500C

- Correction factor

Kv

Kv

Kv

Volts

VA

KA

Sec

KA

KV

KV

Kg

Kg

mm

0C

Page 60: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 60 -

- Partial discharge level pC

ITEM

NO

DESCRIPTION UNITS BIDDER’S

OFFER

2 CORE

- Material composition (CRGO-M4 or better)

- Flux density at normal voltage and frequency

- Lamination thickness

Telsa

mm

3. WINDINGS - Purity of copper used

- Type of insulation

- Power frequency withstand level

• Secondary winding to earth

• Between sections

Percent

Kv

Kv

4.

5.

SECONDARY TERMINAL BOX - Degree of protection

- Vermin proof provision

- Weather proof provision

- Dust proof provision

- Thickness of metal used

- Overall dimensions

- Mounting arrangement

H V TERMINAL - Material

- Bi-metallic or not

- Dimensions,

- Size and type of conductor it can accommodate

Yes/no

Yes/no

Yes/no

mm

mm

Yes/no

mm

Sq. mm

22. INSTRUMENTS & METERS (for Relay Panel) 1. Type & make of instruments & meter

2. Size

3. Whether magnetically shielded or not

4. Limits or error in the effective range

5. Scale length

6. Whether Tropicalised

7. Short time overload rating

8. V A Burden.

Current coil

Potential coil

9. Power consumption current & potential coil

RELAYS 1. Type & make of relay

2. Current coil rating

3. Tap range

4. V A Burden Highest tap & lowest tap

5. Power consumption Highest tap & lowest tap

6. Time of operation at maximum time dial setting at

i) 5times tap setting current

ii) 10times tap setting current

7. Type of characteristic.

8. Whether draw out type or not

9. Trip contract rating Amps.

10. Whether seal In contacts provided or not

,

Page 61: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 61 -

ANNEXURE – IV (B) GUARANTEED TECHNICAL PARTICULARS FOR 3 PHASE 4 WIRE CT PT OPERATED HT TRIVECTOR ENERGY METERS (3PH,4W, Class 0.2s). Communicable to IEC 103

or MODBUS & SCADA Compatible

Sl. No.

Item Purchaser’s Requirement Bidders Data

1. Make Reputed

2 Type 3PH 4 Wire

3 Country of origin India

4 Application 3 phase 4 wire, CT PT operated

5 Rated Voltage 110V/√3V (Phase to Neutral) & 110V( P-P) with +20% & -30% variation.

6 Rated Current (Basic current)

1A for -/1A

7 Frequency 50 Hz ± 5 %

8 Overload capacity 120% of Ib

9 Minimum starting current in % of base current

0.1% of Ib

10 Loss in potential circuit Less than 1 Watt & 4VA per phase

11 Loss in current circuit Less than 1 VA

12 Change in error due to

a. Variation in frequency As per IS 14697: 1999

b. Variation in temperature As per IS 14697: 1999

c. Variation in voltage As per IS 14697: 1999

13 Accuracy Class 0.2s

14 Details of case Ultrasonically welded break to open type.

15 H.V. withstand As per IS -14697 voltage in KV (RMS) (Mention the KV for conducting & Insulating portions, separately)

16 Insulation Resistance As per IS 14697: 1999

17 Standard to which the meter confirm

As per IS 14697: 1999 along with CBIP report-88 with latest amendment.

18 Type of Energy Registration Mechanism.

Electronic 7 digit LCD Display.

19 MD Reset Mechanism Automatic on 24.00 hrs of last day of month & with CMRI on authentic command.

20 Temperature co-efficient from 10% of rated load to 100 % rated load ( 5°C to 45°C )

As per IEC 62053-22/IS 14697 & CBIP technical report –88.

21 Working range

Voltage -30% to +20% of rated voltage

Current 0.1 % to 120% of Ib

22 Type of load (linear, non linear, balanced /unbalanced at any P.F.)

All type of load.

Page 62: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 62 -

Sl. No.

Item Purchaser’s Requirement Bidders Data

23 Display details

i. Display Cycle (descriptive In order of display)

As per enclosed display cycle format.

ii. Process of display (Automatic in cyclic manner / through push button.

Both options would be available as per enclosed display cycle format.

iii. Digits Seven

iv. Segments for display of one digit

7 (Seven)

v. Period of display of each parameter

Would be sufficient to read & note (around 10 sec.)

vi. Display scroll-lock facility

Yes

vii. Backlid LCD Yes

24 Memory Non-volatile memory without battery backs up at least 12 years.

25 Non volatile memory Would be sufficient to store data of consecutive twenty four billing periods with billing data & TOD Zones.

26 Meter can be powered up by means of internal battery in absence of supply voltage, with push bottom or any other suitable means

Internal

27 Tamper data preservation capacity

Would be able to store at least 150 (occurrences and restoration as separate events)

28 Downloading time for all meter data including Billing data, Load survey data and tamper data.

5 min (Max)

29 Multiplying factor (If meter is used for Different voltage / current ratio)

To be specified in the meter test result.

30 Load Survey capability

a. Parameter Logged KWH & KVAH (I/E), KW & KVA ( I/E),Voltage ( I/E), Current(I/E), PF (lg/Ld)(I/E)

b. Logging interval (PROGRAMMABLE, 30 Minutes by default )

c. No. of days of Load Survey 70 power on days for 0.5s with 30 MIN IP /35 days with 15MIN IP

31 Earthing Terminal As per CBIP Technical Report.No. -88 with latest amendments

32 Time of the day Zone Mentioned in display list.

Page 63: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 63 -

Sl. No.

Item Purchaser’s Requirement Bidders Data

33 Capability for fraud Prevention & detection

i Phase Sequence reversal Meter should record actual energy.

ii Missing Potential & Potential imbalance

Meter shall log the event with date & time.

iii CT Open & CT Short Meter shall log the event with date & time.

iv Reversal of CT Polarity. The meter should be capable of detecting and recording occurrence and restoration with date and time of CT reversal with phase identification.

v Power on off Meter shall log the event with date & time. Persistence time-5 minutes.

vi Current Imbalance Meter shall log the event with date & time.(30% or more for more than 15 minutes-programmable) & will work as per prevailing electrical condition.

vii Magnetic tamper As per CBIP report-88 with latest amendment.

viii Change of Phase Association:

Meter shall be provided with the proper logic to identify change of phase association & record the event. with date & time of occurrence & restoration.

ix Neutral Disturbance:

Meter shall be provided with the proper logic to identify neutral disturbance & record the event.

x Hardware locking:

The meter shall have hardware locking provision so that expect chance of TOD timings, other internal data can not be interfered/accessed through remote communication.

34 Sealing and Locking Arrangement

Adequate sealing & Locking arrangements will be provided, to avoid tampering .

35 Type of communication i) Local – Optical port ii) RS232/RJ 11 Port

IEC 103 or MODBUS Communicable SCADA Compatible type Both

36 Real Time Clock Time Drift and adjustment facility through CMRI and PC / Laptop with hardware and software lock -Specify

Page 64: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 64 -

Sl. No.

Item Purchaser’s Requirement Bidders Data

37 Mandatory Spare parts

a. Interfacing cords As per CBIP Technical Report -111 with latest amendments ( Din Type & RJ11 communication between MRI & Meter) ( to be supplied one set cord with each meter)

b. Others (if any) ----

38 Auto Display Parameters Push button display parameters

As per enclosed sheet.

Page 65: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 65 -

ANNEXURE V (A)

(TECHNICAL DEVIATION FORMAT)

Clause No

Prescribed as per Tender Specification

Deviation in the bidder's Offer

Bidder’s Signature with Seal.

Page 66: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 66 -

ANNEXURE V (B) (COMMERCIAL DEVIATION FORMAT)

Clause No

Prescribed as per Tender Specification

Provided in the bidder's Offer

Bidder’s Signature with Seal.

Page 67: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 67 -

ANNEXURE VI

(PERFORMANCE OF MATERIALS SUPPLIED)

SCHEDULE OF PURCHASE ORDERS ALREADY EXECUTED TO ELECTRICITY

DISTRIBUTION UTILITIES / PSUs IN THE LAST 3 YEARS SPECIFICATION No CESU /P&S/MR/ 212. /2011-12

In this schedule details of purchase orders executed for tendered items during last 3 years shall be

provided.

Bid No.__________ Date of Opening________

Name of the Firm__________________________________________

Sl.

No. Order placed by

(full address of

purchaser)

Order No. and

Date

Description and

quantity of

ordered

materials.

Date of Completion of Delivery

As per Contract Actual

N.B : Attach copies of successful performance certificate / successful contract completion report /

inspection report / Store Receipt Vouchers of the buyers with reference to above Purchase Orders.

Signature of the Bidder _______________________

________________________

________________________

Signature in ink of the bidder with company Seal (This form is to be duly filled up by the bidder & submit along with the Tender)

Page 68: 11 KV INDOOR VCB MR - · PDF fileguarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive

- 68 -

(ANNEXURE-.VII)

SELF DECLARATION FORM

Name of the Purchaser:------------------------- Tender Specification No:-----------------------------

Sir, 1. I/we, the undersigned do hereby declare that, I/we have never ever been

blacklisted and / or there were no debarring actions against us for any default in

supply of material / equipments or in the performance of the contract entrusted

to us in any of the Electricity Utilities of India.

2. In the event of any such information pertaining to the aforesaid matter found

at any given point of time either during the course of the contract or at the

bidding stage, my bid/contract shall be liable for truncation / cancellation /

termination without any notice at the sole discretion of the purchaser.

Yours faithfully,

Place- Date-

Signature of the bidder With seal

(This form shall be duly filled-up and signed by the bidder & submitted along with the original copy of the Bid.)