assam power distribution company ltd. - apdcl · assam power distribution company ltd. project,...
TRANSCRIPT
0
ASSAM POWER DISTRIBUTION COMPANY LTD.
Project, Planning & Design
BID DOCUMENT FOR
DESIGN, MANUFACTURE AND SUPPLY OF 33/11kV, 10MVA
POWER TRANSFORMERS .
SCHEME: “TRADE DEVELOPMENT FUND 2011-14”
NIT No. CGM (PP&D)/ APDCL/TDF-2011-14/Power Transformer/03
0
PAGE INDEX
Section – 1 Invitation for Bid -- -- -- -- 1
Section – 2 Tender Inviting Proposal -- -- -- 4
Section – 3 Qualifying Requirement of the Bidder -- 8
Section – 4 Technical Specification -- -- 11
Section – 5 Bid proposal sheet -- -- 46
Section – 6 Schedule of price and delivery -- -- 52
Section – 7 General Conditions of Supply & Erection of APDCL 55
Section – 8 Forms of bid 83
1
SECTION 1
INVITATION FOR BID
2
ASSAM POWER DISTRIBUTION CO. LTD PROJECT PLANNING & DESIGN
NIT No. CGM (PP&D)/ APDCL/TDF-2011-14/Power Transformer/03
Sealed Tenders are invited from reputed manufactures for design, manufacture and supply of
9 (nine) Nos. of 33/11kV, 10MVA power transformer.
Cost of Tender Paper: ₹ 10,000/-(Rupees ten thousand) only in the form of ‘A/C Payee
Demand Draft/Banker’s Cheque (non-refundable) duly pledged in favour of “ASSAM POWER
DISTRIBUTION COMPANY LIMITED”. Tender papers can be purchased in all working days up to 4
PM w.e.f. 18.04.2012 to 05.05.2012 from the office of the Chief General Manager (PP&D), APDCL,
Bijulee Bhawan, Paltan bazar 6TH
Floor, Guwahati-1
Interested firms may visit our website www.apdcl.gov.in for further details.
Chief General Manager (PP&D), APDCL, 6
th floor,Bijulee Bhawan.
Paltan bazaar, Guwahati-1
Memo No. CGM (PP&D)/ APDCL/TDF 2011-14/10MVA P-Tr/3(a) Dt.10.04.2012
Copy to: -
1. The CGM(D), APDCL(LAZ/UAZ/CAZ), Bijulee Bhawan, Guwahati-1 for favour of kind information.
2. The PRO, ASEB, Bijiulee Bhawan, Paltan Bazar, Guwahati for publication of the above tender in one issue of a “National paper” and “The Assam Tribune”.
3. The OSD to MD, APDCL, Bijiulee Bhawan, Paltan bazaar, Guwahati for publication in the official website.
Chief General Manager (PP&D),
APDCL, 6th floor,Bijulee Bhawan.
Paltan bazaar, Guwahati-1
3
ASSAM POWER DISTRIBUTION CO. LTD PROJECT PLANNING & DESIGN
NIT No. CGM (PP&D)/ APDCL/TDF-2011-14/Power Transformer/03
Sealed Tenders are invited from reputed manufactures for design, manufacture and supply of
9(nine) Nos. of 33/11kV, 10MVA power transformer.
1. Source of Fund: Trade Development Fund 2011-14
Cost of Tender Paper : ₹.10,000/-(Rupees Ten thousand) only in the form of ‘A/C Payee Demand Draft/Banker’s Cheque (non-refundable) duly pledged in favour of “ASSAM POWER DISTRIBUTION COMPANY LIMITED”. Tender papers can be purchased on all working days up to 4 PM w.e.f. 18.04.2012 to 05.05.2012 from the office of the Chief General Manager (PP&D), APDCL, Bijulee Bhawan, 6
TH Floor, Guwahati-1.
Alternatively, the Bid Document can be downloaded from the website: www.apdcl.gov.in for tender
submission purpose. The Bidders using downloaded document will attach with their Bids(Techno-commercial) an ‘A/C Payee Demand Draft/Banker’s Cheque (non- refundable) of ₹.10000/-(Rupees Ten thousand only) duly pledged in favour of “ Assam Power Distribution Company Limited, Guwahati-1”as a cost of tender paper. Bidders will ensure that document in full is downloaded and used. Also the said bidder may intimate to the undersigned with a letter mentioning “we have downloaded the bid document from the web site to participate in
the bid”. The bid without the payment of ₹.10,000.00 as above will be rejected outright. The date of purchase of said A/C Payee Demand Draft/ Banker’s Cheque should be on or before 05.05.2012 .
2. Date of submission of Tenders: Up to 15-00 Hrs. of 22.05.2012
3. Date of opening of Bid: Techno commercial bids will be opened on 22.05.2012 at 15-15 Hrs
and the price bid on a date to be notified later on.
4. Average Annual Turnover ₹. 1000 Lakh ( for the last three years)
5. Earnest Money Deposit (EMD) ₹. 15.0 Lakh 6. Delivery period: 150 (one hundred fifty) days from the date of approval of GTP and
drawing Terms and condition
1. The Techno-Commercial & Price bids must be submitted in two separate sealed cover superscribing the
following on both the covers
a) Name of bidder with full address
b) Tender Notice No.
c) “ Techno-Commercial bid with earnest money” for envelope containing Techno-commercial
Bid and “ Price bid” for envelope containing the price bid.
2. Earnest money as stipulated should be submitted with the Techno Commercial bid in the form of Bank
Call Deposit/NSC/Term Deposit/ BG of nationalized bank pledged in favour of “ASSAM POWER
DISTRIBUTION COMPANY LIMITED, Guwahati-1”. Any tender without earnest money will be rejected
outright.
3. Price bids shall consist of price bidding schedule with quantity and prices filled up alongwith relevant
taxes and duties as applicable.
4. Rates should be quoted both in figures and words legibly and no overwriting will be accepted
5. The Company will not be responsible for any cost or expenses incurred on the preparation or delivery of
the bids.
6. Quoted rate must be valid for a minimum of 180 days.
7. The tender should be submitted in the office of the Chief General Manager (PP&D), APDCL, Bijulee
Bhawan, 6th
floor, Paltanbazar, Guwahati-1 and will be opened on the scheduled date & time in
presence of the intending tenderers.
8. The Company reserves the right to accept or reject any tender in part or in full or spilt the work or
cancel/withdraw the Notice inviting tender without assigning any reason thereof whatsoever and in such
case, no tenderer/intending tenderer shall have any claim arising out of such action.
Chief General Manager (PP&D), APDCL, 6
th floor,Bijulee Bhawan.
4
SECTION 2
TENDER INVITING PROPOSAL
5
ASSAM POWER DISTRIBUTION CO. LTD PROJECT, PLANNING & DESIGN
2. TENDER INVITING PROPOSALS WITH ADDITIONAL TERMS & CONDITIONS 2.1. Intent of the Tender Enquiry: The intent of the Tender Enquiry is to invite proposals from
manufacturers for design, manufacture and supply of 9(nine) nos. of 33/11kV, 10MVA, Power
Transformer
2.2. Scope of Work: The scope of work involves design, engineering, manufacture, assembly,
inspection, pre-despatch testing at manufacturer’s works, packing, supply and delivery at site
including insurance during transit to store under APDCL
2.3. Basic specification of the equipment to be supplied
Equipment to be supplied shall provide easy and effective:
Maintainability
Reliability
Availability
Long life
2.4. Submission of bid: The bidder can submit their bid in a sealed envelope as follows:
2.4.1. Techno-commercial bid: Techno-commercial bid should be submitted in a envelope
Superscribing “Techno-commercial bid” with name of bidder with full address, NIT reference
etc. and under this, the tenderer should submit
a) Earnest money deposit
b) Technical details along with type test certificate from Govt. approved test house.
c) Drawings.
d) Validity of offer
e) Terms of payment
f) Delivery schedule
g) Annual turnover
h) Order executing details
i) User’s performance Report
j) Tender proforma for techno-commercial Bid is enclosed as Annexure-I.
2.4.2. Earnest Money Deposit (EMD): The Tender must be accompanied with earnest money as
mentioned in the NIT and it is to be deposited in the form of Bank Call Deposit/NSC/Term
Deposit/ BG of nationalized bank pledged in favour of “ASSAM POWER DISTRIBUTION
COMPANY LIMITED. Guwahati-1”. The EMD should be submitted alongwith Techno-
Commercial bid. The earnest money of the unsuccessful bidders will be released on
finalization of the tenders. The EMD to the successful bidder will be released on submission of
Security Deposit .
6
2.4.3. Price Bid
a) The price bid should be submitted in a separate envelope Superscribing “Price Bid”
with name of bidder with full address, NIT reference, etc.
b) The price bid should distinctly indicate the following components –quoted price with
clear differentiation of Ex-factory price, Freight & Insurance, Taxes and Duties
2.4.4. The “Techno-commercial Bid” and “Price Bid” are to be submitted as mentioned above (i.e
separately under two separate sealed envelopes) and both the envelopes should be placed in
a bigger envelope superscribing name of bidder with full address, NIT reference etc. and
addressed to Chief General Manager(PP&D), APDCL, Bijulee Bhawan, 6th Floor, Paltanbazar,
Guwahati-781001.
2.4.5. Bidders should furnish order execution details of items of similar specification for a minimum of
last three years.
.
2.4.6. Each and every paper of the tender bid should be signed affixing seal by the bidder while
submitting tender/bid.
2.4.7. The Contractor shall furnish copies of test certificates of materials used for manufacture and
also the test certificates of the tests conducted on the equipment after manufacture. The
contractor shall also furnish the test certificate of bought out components for approval by the
purchaser.
2.5. The bidders are to quote variable rates as per IEEMA price variation formula with a
sealing of ± 10%, with base date of April 2012 in the schedule of price and delivery.
2.6. Telegraphic/ telex offer shall not be considered and tenders received after the due time even
though posted earlier shall not be accepted. The undersigned shall not be responsible for any
postal delay.
2.7. Post tender revision of quoted rates and /or revision of terms and conditions having direct or
indirect impact on the quoted rate shall not be accepted and the offer could be rejected and
earnest money shall be forfeited. Withdrawal of offer within the quoted validity period shall not be
accepted and if withdrawn the offer, the earnest money shall be forfeited. Purchaser reserves the
right for negotiation of rates, terms and conditions only.
2.8. Opening of bid:
2.8.1. The techno-commercial Bid shall be opened on the due date and due time or on the next
working day in case of the due date being a holiday, in presence of the tenderer or their
authorized representatives.
2.8.2. The evaluation of bids will be carried out, first of techno-commercial bid and thereafter
opening the price bid of only those who qualify and meet the technical requirement.
2.8.3. The price bid of technically approved tenderers will be opened on a separate date after due
intimation.
2.8.4. Company reserves the right not to award the order to the price-wise lowest party if the party
during evaluation is found to be technically non responsive.
2.9. Terms of payment: 100% payment with all taxes and duties for each lot of supply will be
released within 30 days from the date of receipt of materials in full and in good condition at store,
by the consignee. Payment will be released subject to the following conditions:-
a) Supply should be strictly conforming to relevant technical specification
7
b) Bill in triplicate along with consignment note and other documents such as challan, packing,
list with revenue stamp where ever necessary should be sent to the consignee for onward
transmission to this office for payment.
c) Before dispatch, clearance from APDCL for each and every consignment /equipment should
invariably be obtained. Inspection report with detailed test results should be furnished along
with each consignment.
d) The supplier should intimate the undersigned the dispatch of every consignment along with
supporting documents for our record.
2.10. Insurance: You are requested to dispatch the materials duly insured to final destination against
any loss/damage in transit through your underwriter at your cost.
Please note that APDCL shall intimate you any loss, shortage, damage etc. of materials
if any at the time of taking delivery from the carrier within 30 days. Supplier shall arrange
replacement of the damage/losses/shortage etc. within 30 days of intimation without waiting for
settlement of the claim from the carrier/underwriter.
2.11. Performance Security Deposit:
a) The successful tenderer shall have to deposit through a Bank Guarantee from a
nationalized or scheduled Bank of RBI for an amount equivalent to 10% (ten
percent) of the total value of the order as performance security, immediately on
acceptance of letter of intent/detailed orders (as the case may be), duly pledged
in favour of the Purchaser concerned and such security deposits shall be valid up
to 30(Thirty) days beyond the warranty period.
b) If the supplier fails or neglects to observe perform any of his obligations under the
contract, the Purchaser shall have the right to forfeit either in full or in part at his
absolute discretion, the security deposit furnished by the supplier
c) No interest shall be payable on such deposits
2.12. Warranty of the transformer will be as mentioned in Section-4-- Technical specification
and guaranteed technical particulars (GTP) clause-5
2.13. Terms and conditions which are not specified herein above will be governed by APDCL’s
General Terms and Conditions of supply and erection in force.
8
SECTION 3
QUALIFYING REQUIREMENT OF THE BIDDER
9
QUALIFYING REQUIREMENT OF THE BIDDER
3.1. To be qualified for award of contract, the Bidder shall submit a written power of attorney authorizing the signatory of the Bid to commit on behalf of the bidder and must compulsorily meet the following minimum criteria.
3.1.1. The bidder should be a manufacturer of 33/11 kV Power transformers at least for a period of 5 years as on date of submission of bids. He must have designed, manufactured; type tested and supplied Power transformers and should list such works executed as Qualifying Requirement
3.1.2. The bidder should have successfully manufactured on its own and not its financial or technical collaborator, at least 5(five) nos. of Power transformers during the last 3 years supported by relevant documentary evidences.
3.1.3. The bidder must furnish performance report of Power transformers manufactured and supplied by the bidder from at least two utilities. The report must be signed by an officer not below the rank of Superintending Engineer/ Deputy General Manger of the utilities.
3.2. Each Technical Proposal must be accompanied by each of the following information/ documents with sufficient details along with other documents and information mentioned elsewhere to enable the purchaser to make an appraisal of the quality and suitability of the material and equipment offered.
3.2.1. Type test certificates of transformer of identical design from a NABL recognised laboratory, preferably at CPRI laboratory. The Type test certificates should not be more than 3 (three) years old. The type rest certificates should also be accompanied by the drawings of equipment tested so that the test certificates can be directly linked to the equipments offered. In this regard following points shall also be noted:
3.2.2. Equipment which have not been type tested as above shall not be accepted. A promise or agreement by a bidder to have the equipment tested after award of a contract is not acceptable.
3.3. Type Test reports to be acceptable must relate directly to the equipment offered. Type Test reports for a higher class/rating of equipment are acceptable with a commitment from bidder that the type test will be performed free of charge on the particular equipment after the award of contract. Guaranteed and Other Particulars in the formats given in Schedule - A at the end of this Section. The bid should also be accompanied by manufacturer’s literatures and brochures
3.3.1. PERSONNEL CAPABILITY: The Bidder must have suitably qualified personnel to fill positions required for contract implementations. The Bidder will supply information of the key personnel, design & engineering staff, support staff, field staff giving details of experience in Power transformers manufacturing and marketing process.
3.3.2. EQUIPMENT CAPABILITIES: The manufacturers' laboratory must be well equipped for complete range of testing of Power transformers. They must have standard power source and standard equipment with valid calibration certificates. The details of testing facilities available for conducting a) the routine tests and b) the acceptance tests shall be furnished in a statement. The manufacturers' laboratory must also have facilities for stage wise testing of parts during the manufacturing process. The details of these must also be provided in a statement. Facilities available, if any, for conducting type test may also be furnished. Detailed list of equipment of the factory used for manufacturing the Power transformers including the testing equipment with make, year of manufacture, along with flow chart of the manufacturing process is to be submitted. Bids without these details will be treated as non-responsive
10
3.3.3. LITIGATION HISTORY Bidders shall submit details of all the litigation, arbitration or other claims, whether pending, threatened or resolved in the last five years, with a cumulative impact of not more than 10 per cent of their total assets. The Purchaser may disqualify bidders in the event that the total amount of pending or threatened litigation, arbitration or other claims represent more than 50 per cent of their total assets.
3.4. BIDDING
3.4.1. Each Technical Proposal must be accompanied by each of the following information/ documents with sufficient details along with other documents and information mentioned elsewhere to enable the purchaser to make an appraisal of the quality and suitability of the material and equipment offered.
3.4.2. Guaranteed and Other Particulars in the formats given in Section – 5. The bid should also be accompanied by manufacturer’s literatures and brochures.
3.4.3. The Bidder's offer shall include and substantiate data on qualifying requirements such as: Copies of original documents defining the constitution or legal status, place of registration, and principal place of business, written power of attorney of the signatory of the Bid to commit on behalf of the Bidder
3.4.4. Qualifications and experience of key site management and technical personnel proposed for the Contract
3.5. Financial Capability
3.5.1. Reports on the financial standing of the Bidder, such as profit and loss statements and auditor's reports for the past five years.
3.5.2. Evidence of adequacy of working capital for this contract (access to line (s) of credit and availability of other financial resources)
3.5.3. Authority to seek references from the Bidder's Bankers
3.5.4. Information regarding any litigation, current or during the last three years, in which the Bidder is involved, the parties concerned, and disputed amount.
3.6. Bidders shall also submit proposals of work methods and schedule in sufficient detail to demonstrate the adequacy of the bidders' proposals to meet the Purchaser's requirements and the completion time.
3.7. Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:
3.7.1. Made misleading or false representations in the forms, statements and attachments submitted in proof of the qualifying requirements,
3.7.2. Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completions, litigation history, or financial failures etc.
Terms and conditions which are not specified herein above will be governed by APDCL’s General Terms and Conditions of supply and erection in force
11
SECTION 4
Technical specification and guaranteed technical particulars (GTP)
12
TECHNICAL SPECIFICATIONS FOR 33/11kV POWER
TRANSFORMER
1.0 SCOPE OF SPECIFICATION:
1.1. : This specification is intended to cover design, manufacture, assembly testing at
manufacturer’s works, supply and delivery of three phase 50HZ, 33/11 KV
Delta/Star, Vector Group DY 11, two windings copper would outdoor type, oil
immersed, naturally air cooled Power Transformer with off load tap changer for
10MVA , 5 and 2.5MVA transformer.
1.2. The transformer offered shall be complete with all parts and accessories which are
necessary for their efficient and satisfactory operation The Transformer and all
associated oil filled Equipment shall be supplied complete with insulating new oil
required for first filling including 10% extra oil for future use during commissioning.
The Transformer tank shall be dispatched completely filled with oil and the balance
oil shall be supplied in non returnable sealed drums along with the Transformers.
1.3. Such parts and accessories shall be deemed to be within the scope of this
specification whether specifically mentioned or not. Main tank body may be delivered
in unpacked condition, but delicate parts like indicating meter, radiator, conservator,
Pressure Relief Valve, equalizer pipe, buchholz relay etc. shall be packed to avoid
damage due to transportation.
1.4. It may be noted that the Power Transformer must meet the following minimum
criteria. Failure to comply with the requirements may results in rejection of the BID
as non-responsive:
1.5. The Manufacturer must have designed, manufactured, type tested and supplied
power transformers in at least two power utilities of similar rating which are in
successful operation for at least 5 (Five) years as on the date of bid opening. Which
should be substantiated by furnishing performance report by the official of the rank
of minimum DGM/SE
1.6. The Manufacturer should have in-house Auto Clave facility
1.7. Impulse Test, Temperature Rise and Loss Measurement shall be carried out at
CPRI / NABL accredited Laboratory.
.
2.0 : ISOCERAUNIC CONDITION:
For the purpose of designing, the following condition shall be considered:
1. Maximum temperature of air in shade 40°C
2. Minimum temperature of air in shade 2°C
3. Maximum temperature of air in sun 45°C
4. Maximum humidity 100%
5. Average number of thunder storm days per 45 Days
annum 6. Maximum rainfall per annum 3500 mm
7. Average rainfall per annum 2200 mm
8. Wind pressure 97.8 Kg/m2
9. Altitude above MSL 100 to 1000 M
13
3.0 APPLICABLE STANDARDS
Unless otherwise stated, transformer shall be designed, constructed and tested in
accordance with provisions contained in latest revisions of following Indian
standards and Rules.
i. IS : 2026
ii. R.E.C. Manual 10/1976
iii. C.B. I.P. Manual on Transformer
iv. Technical Report 1: Section : A.D. (Revised: 1987)
v. C.B.I.P. Technical Report No. 72 (June: 1989)
vi. Indian Electricity Rules, 1956 (Amended up to date)
vii. IS : 2099 Bushing for alternating voltage above 1000 volt
viii. IS: 6600 Guide for loading of oil immersed transformer
ix. Specification for Transformer oil (IS-335 & IS-1866,1983)
x. Other applicable Indian Standards, or equivalent international specifications
4.0 GUARANTEES
The bidder shall guarantee among other things the following:
a) Quality and strength of the material used.
b) Adequate factors of safety for all parts of equipment to withstand the mechanical and on electrical stresses developed therein. These will be stated in the tender.
c) Suitability of the design and workmanship of the equipment for the conditions envisaged in the specification.
d) Efficiencies, Temperature rise and other performance data on equipment which shall be furnished in the tender.
5.0 WARRANTY
5.1. The bidder shall be responsible for replacing at site free of cost any part or parts of
the equipment that may prove faulty or fail manufacturing defects on one or more of
the reasons given in clause stated above within 60 (sixty) months from the date of
commissioning or 66(sixty six) months from the date of receipt of the
materials at our store in good and acceptable condition whichever is earlier
5.2. In case of failure of the transformer, the supplier shall take back the faulty
transformer from its plinth for repair at their own cost (or replace the transformer with
a new transformer) and deliver, at their own cost, unload at the destination sub-
station transformer plinth within 45 days, from the date of intimation of defects to the
satisfaction of the owner, at free of cost. If the repair/replacement will not be
completed within 45 days, then the supplier shall pay penalty @ 0.5% of the contract
price for each calendar week of delay from the end of 45 days from the date of
intimation of defects. Also, the Purchaser reserves the right for forfeiture of the total
Composite Bank Guarantee and all the Securities, available with APDCL, in case the
14
Supplier fails to pay the penalty by one month before the expiry of the guarantee
period. Also, this will be taken as adverse in all future tenders.
5.3. The bidder shall furnish copies of test certificates of materials used for manufacture
and also the test certificates of the tests conducted on the equipment after
manufacture. The contractor shall also furnish the test certificate of bought out
components for approval by the purchaser.
6.0 MISCELLANEOUS
6.1. Padlocks along with duplicate keys as asked for various valves, marshalling box etc.
shall be supplied by the contractor, wherever applicable.
6.2. Foundation bolt for wheel locking devices of Transformer shall be supplied by the
bidder.
7.0 DELIVERY SCHEDULE:
The equipment shall be delivered FOR Destination as per schedule specified in the
BPS
8.0 CONFLICT IN CLAUSE:
In case of any conflict between the Specific Technical Requirements and General
Technical Requirements the requirements indicated as Specific Technical
Requirement shall prevail over the General Technical Requirements
9.0 DEVIATION FROM SPECIFICATION
9.1. Normally the offer should be as per Technical Specification without any deviation.
But any deviation felt necessary to improve utility, performance and efficiency of
equipment or to secure overall economy shall be mentioned in the ‘Schedule of
deviations” with full justification, supported by documentary evidence. Such
deviations, suggested, may or may not be accepted. But deviations, not mentioned
in the “Deviation Schedule” will not be considered.
10.0 DRAWINGS INCORPORATING THE FOLLOWING PARTICULARS SHALL BE
SUBMITTED WITH THE BID:
10.1. The following drawings and details shall be furnished in triplicate along with the bid :
10.2. General Arrangement outline drawing with plan, elevation and end views showing
various dimensions of transformer and its vital component including height of the
bottom most portion of bushing from the bottom of base channel and also indicating
thereon physical centre line and position of centre of gravity.
10.3. Details of various types of bushing.
10.4. Three copies of sketches for height of crane hook above ground for lifting and
untanking core, shipping dimensions, complete lists of fittings and devices, net
weights of core, winding, tank, radiator, oil, conservator and total weight, fixing
arrangement of transformer in foundation.
10.5. Illustrative & descriptive literature of the Transformer.
10.6. Maintenance and operation Instructions.
10.7. Type test certificates of similar transformers.
15
11.0 RATING AND GENERAL PARTICULARS:
11.1. Type: Core type, three phase, oil immersed, step down, two winding copper wound
transformer for outdoor installation.
11.2. Standard Rating:
Continuous with off circuit taps as mentioned in the schedule of requirement.
11.3. Continuous Maximum Rating and Overloads:
As regards maximum rating and temperature rise, all transformers shall comply with the appropriate requirement of Indian Standards For the purpose of consideration of maximum temperature rise of oil and winding, the following ambient temperatures are assumed.
i. Cooling medium : Air
ii. Maximum Ambient Air temperature: 50 °C.
iii. Maximum daily average ambient Air temperature: 40 °C.
iv. Maximum yearly weighted average temperature: 32 °C .
11.4. The transformer may be operated without danger on any particular tapping at the
rated KVA provided the voltage does not vary by more than +10% of the voltage at
that tapping.
11.5. The transformer should be suitable for continuous operation with a frequency
variation of +3% from normal 50Hz. Combined voltage and frequency variation
should not exceed the rated V/f ratio by 10%
11.6. DUTY UNDER FAUALT CONDITION
11.7. It is to be assumed that normal voltage will be maintained on one side of the
Transformer when there is a short circuit between phases or to earth on the other
side.
11.8. The transformer may be directly connected to an underground or overhead line and
may be switched into and out of service together with or without its associated
incoming/outgoing line.
11.9. The thermal ability to withstand short circuit shall be Two seconds (2 Sec.) without
injury for 3 phase dead short circuit at the terminals..
12.0 GENERAL TECHNICAL PARAMETERS
SN Particulars
1. Rating 10MVA
2. Number of Phases Three
3. Vector group Dyn-11
4. Type of installation Outdoor
5. Frequency 50HZ ( +/- )3%
6. Cooling Medium Insulating Oil
7. Type of Cooling ONAN
8. Highest continuous system Voltage
High Voltage :36kV
Low Voltage :12kV
16
9. Winding Connection
10. Material Electrolytic Copper
11. High Voltage Winding DELTA
12. Low Voltage Winding STAR
13. Method of System Earthing Solidly grounded on LV side
10 MVA
14. Type of Tap Changer OFF Load
15. Range of Tapping (+) 3% to (-) 9% in steps of 3% on HV side
16. Type of Insulation and Insulation Level 33kV 11kV
17. a) Type of insulation Uniform Uniform
b) One minute power frequency
withstand Voltage(kV rms)
70kV 28kV
c) Lightning Impulse withstand
voltage
170 75
18. Terminal Details
19. 33kV Termination (i) ACSR/AAAC Wolf conductor, Bus, (or IPs tube as applicable) for connecting to bushing terminals.
20. 11 KV Termination Cable 300/630 mm2, 1-core Al.
Armoured XLPE Cable
21. Maximum Temperature rise over ambient of 50° C
a) Temperature rise of top oil
40° C (measured by Thermometer
b) Temperature rise of winding 45° C (measured by resistance)
C) Maximum Winding temperature in Deg. C
105° C
d) Maximum Permissible value
of Average temperature of winding
after 3 sec Maximum Permissible
short circuit:
250° C
12.1. Over load capacity As per IS: 6600 or equivalent international specifications
12.2. NOISE LEVEL AT RATED VOLTAGE & FREQUENCY: As per NEMA
Pub TR-1.
13.0 GUARANTEED LOSSES
1. Impedance at rated MVA at 75° C without (-) ve tolerance
8.35%
2. No Load Loss (at rated voltage and rated current)
6.0KW
3. Load Loss at 75° C (at rated voltage and rated current)
44.0KW
17
Tolerance of losses shall be guided by the relevant clauses of relevant IS standard.
The bidder shall state both no load loss and load loss at rated voltage and frequency
and loss figures shall be firm and guaranteed.
14.0 Evaluation of Losses:
14.1. For the purpose of comparison of bids, the capitalized cost of iron loss (KW) and
load losses (KW) shall be added to the quoted price of transformer at the
following rates.
3.1.1 Iron loss per KW – ₹. 2,87,834.00
3.1.2 Copper loss per KW – ₹. 86,349.00
14.2. If any or all actual losses after test are found to exceed the guaranteed value, the
penalty will be imposed on the excess loss over the corresponding guaranteed
loss (any or all). The penalty shall be calculated for the excess of no load loss
and for the excess of the load losses at rates specified above. For fraction of a
KW the penalty shall be applied prorate basis. If the test figure of. Losses are
less than the guaranteed value, no bonus will be allowed. Any changes in the
figure assigned for transformer losses will not be permitted after opening of bids
and bid evaluation will be carried out on the basis of information made available
at the time of bid opening.
15.0 SHORT CIRCUIT CALCULATIONS
15.1. Manufacturer shall submit theoretical calculations in support of the ability to
withstand short circuit on consideration of highest value that may
16.0 PERFORMANCE CERTIFICATES
16.1. Copies of performance certificates of sImilar Equipment supplied to various
utilities shall have to be furnished along with Tender
17.0 LIST OF PAST SUPPLIES
17.1. The bidder shall furnish documents in support of Supply, Delivery of similar
Equipment indicating thereon names of the organization, quantity ordered,
quantity supplied along with tender.
18.0 DESIGN, STANDARDIZATION AND GENERAL CONSTRUCTION FEATURES
18.1. .All material used shall be best quality and of the class most suitable for working
under the conditions specified and shall withstand the variations of temperature
and atmospheric conditions without distortion or deterioration or the setting up of
undue stresses which may impair suitability of the various parts for the work
which they have to perform.
18.2. Large parts, particularly removable ones, shall be interchangeable. Pipes and
pipe fittings, screws, studs, nuts and bolts used for external connections shall be
as per the relevant standards. Steel bolts and nuts exposed to atmosphere shall
be of hot deep galvanized
18.3. Nuts, bolts and pins used inside the transformers and tap changer compartments
shall be provided with lock washers or locknuts. Exposed parts shall not have
pockets where water can collect.
18
18.4. Internal design of transformer shall ensure that air is not trapped in any location.
Material in contact with oil shall be such as not to contribute to the formation of
acid in oil. Surface in contact with oil shall not be galvanized or cadmium plated.
18.5. Labels, indelibly marked shall be provided for all identifiable accessories like
relays, switches, current transformers etc. All label plates shall be of in corrodible
material.
18.6. All internal connections and fastening shall be capable of operating under
overloads and over-excitation, allowed as per specified standard without injury.
18.7. Transformers and accessories shall be designed to facilitate proper operation,
inspection, maintenance and repairs. No patching, plugging, shimming or other,
such means of overcoming defects, discrepancies or errors will be accepted.
19.0 CORES :
19.1. The Core shall preferably be boltless and step lap design and CRGO to be
procured directly from CRGO supplier or from their accredited agent supported
by necessary documentary evidence for.
19.2. Core shall have uthori coating as insulation. Successful bidder will offer the
core for inspection and/or approval by the purchaser during manufacturing stage.
19.3. Manufacturer’s call notice for the purpose should be accompanied with the
following documents as applicable as a proof towards use of prime core
materials:
i) Invoice of the supplier
ii) Mill’s Test Certificate
iii) Packing Lists
iv) Bill of landing
v) Bill of entry Certificate to Customs Core materials shall be procured either from
the core manufacturer or through their accredited marketing uthorized o of
repute. Bidder should preferably have in-house Core cutting facility for proper
monitoring and Control on quality. The materials used for insulation shall have
high inter lamination resistance and rust inhibiting property. It shall not have any
tendency to absorb moisture or to react with insulating oil.
19.4. The assembled core shall be securely clamped on the limbs and yoke with
uniform pressure so as to uthoriz noise emission form it.
19.5. The top main core clamping structure shall be connected to the tank body by a
copper strap. The bottom clamping structure shall be earthed by one or more of
the following methods
1. by connection through vertical tie rods to the top structure
2. by direct metal to metal contact with the tank base by the weight of the
core and windings,
3. by a connection to the top structure on the same side of core the main earth connection to the tank.
19.6. All parts of the cores shall be robust design capable of withstanding any shocks
to which they may by subjected during lifting, transport, installation and service.
19.7. Adequate lifting lugs shall be provided to enable the core and winding to be lifted.
19
19.8. Adequate provision shall be made to prevent movement of the core and winding
relative to the tank during transport and installation or while in service.
19.9. The supporting frame work of the cores shall be so designed as to avoid the
presence of pockets which would prevent complete emptying of the tank through
the drain valve or cause trapping of air during filling.
19.10. The insulation structure for the core to bolts and core to clamp plates shall be
such as to withstand a voltage of 2000 VAC at 50HZ for one minute
.
20.0 FLUX DENSITY OF CORE
20.1. The maximum flux density in any part of the core and yokes at principal (normal)
tapping and at rated frequency shall not exceed 1.6 Tesla (16000 lines per
sq.cm) at normal voltage and 1.9 Tesla (19000 lines per sq.cm) under
overvoltage condition as specified in this specification.
20.2. Prior to inspection and testing of the Transformer the supplier shall submit on
request following curves of the core manufacturer.
1. Flux density vs Core loss.
ii) Flux density vs Excitation
21.0 WINDING:
21.1. All windings shall be fully insulated. Power transformer shall be designed to
withstand the impulse and power frequency test voltages specified in clause no.
12.0.
21.2. The windings shall be designed to reduce to a minimum the out of balance forces
in the transformer at all voltage ratios.
21.3. The insulation of Transformer winding and connections shall be free from
insulating material liable to soften, ooze out shrink or collapse and shall be non-
catalytic and chemically inactive to transformer oil during service.
21.4. The stacks of windings shall receive adequate shrinkage treatment before final
assembly. Adjustable device shall be provided for taking up any possible
shrinkage of coils in service.
21.5. All the insulating materials to be used in the transformer shall preferably be of
class- A insulation as specified in Indian Standards. The test certificate of the raw
materials shall be made available by the Transformer manufacturer on request
during inspection and testing.
21.6. The coil clamping arrangement and the finished dimensions of any oil ducts shall
be such that it will not impede the free circulation of oil through the ducts.
21.7. The windings and connection of transformer shall be braced to withstand shocks
which may occur during transport or due to switching short circuit and other
transient conditions during service.
21.8. Coil clamping rings, if provided shall be of steel or suitable insulating material.
Axially laminated material other than bakelised paper shall not be used.
21.9 Current density should not exceed 2.5 A/mm2 for HV and LV winding
20
22.0 INTERNAL EARTHING ARRANGEMENTS:
22.1. General : All metal parts of the transformer with the exception of the individual
core laminations, core bolts and associated individual clamping plates shall be
maintained at fixed potential.
22.2. Earthing of coil clamping rings : Where coil clamping rings are of metal at
earth potential, each ring shall be connected to the adjacent core clamping
structure on the same side of transformer as the main earth connection.
23.0 TANKS:
23.1. Construction : Conventional type tank shall be constructed. The Transformer
tank and cover shall be fabricated from good commercial grade low Carbon steel
suitable for welding and of adequate thickness. The tanks of all transformers
shall be complete with all accessories and shall be designed so as to allow the
complete transformer in the tank and filled with oil, to be lifted by crane or jacks,
transported by rail, road without overstraining any joint and without causing
subsequent leakage of oil.
23.2. The main tank body shall be capable of withstanding vaccum gauge pressure
68.0 KN per Sq, metres ( 500 mm. of HG).
23.3. The under carriage of the tank shall be made of channel of suitable size and
design. The base of each tank shall be so designed that it shall be possible to
move the complete transformer unit by skidding in any direction without injury
when using plate or rails.
23.4. Where the base is of a channel construction, it shall be designed to prevent
retention of water. Tank stiffeners shall be designed to prevent retention of water.
23.5. Wherever possible the Transformer tank and its accessories shall be designed
without pockets wherein gas may accumulate. Where pockets cannot be
avoided, pipes shall be provided to vent the gas into the main expansion pipe.
23.6. All joints other than those which may have to be broken shall be welded when
required they shall be double welded. All bolted joints to the tank shall be fitted
with suitable oil tight gaskets which shall give satisfactory service under the
operating conditions and guaranteed temperature rise conditions. Special
attention shall be given to the methods of making hot oil tight joints between the
tank and the cover as also between the cover and bushing and all other outlets to
ensure that the joints can be remade at site satisfactorily.
24.0 TANK COVER
24.1. :Each tank cover shall be of adequate strength and shall not distort when lifted.
Inspection openings shall be provided as necessary to give easy access to
bushings or changing ratio or testing the earth connection. Each inspection
opening shall be of ample size for the purpose for which it is provided. The tank
cover and inspection cover shall be provided with suitable lifting arrangement.
24.2. The tank cover shall be fitted with pockets for thermometer and for the bulbs of
Oil and Winding temperature indicators. The thermometer pocket shall be fitted
with a captive screwed top to prevent the ingress of water. Protection shall be
provided, where necessary, for each capillary tube. The pocket shall be located
in the position of maximum oil temperature and it shall be possible to remove the
instrument bulbs without lowering the oil in the tank.
21
24.3. Turrets should provided on tank cover to house the bushings. The turrets of both
HV & LV bushings should be connected through pipes with main tank Buchholtz
Relay pipe to drive out trapped air or should have air release plug to drive out
trapped air as the case may be.
25.0 OFF LOAD TAP CHANGER.
25.1. The transformers shall be provided with voltage control equipment of the tap
changing type on the HV side for HV variation of +3% to (-) 9% in equal 5 steps
of 3.0% for varying its effective transformation ratio whilst the transformers are
off-load. The tap changing device shall be off-circuit type. The tap changing shall
be carried out by means of an externally operated tapping switch capable of
being located and locked in any required position.
25.2. The location of tap changing device shall be such that an operator can very
easily change the tap, while standing on the ground without the aid of any
climbing platform. A warning plate indicating that switch shall not be operated in
“ON” position is to be provided.
25.3. The contact resistance between the contact points should be less than 20µΩ.
The manufacturer should show the resistance to the inspector at the time of
inspection.
26.0 CONSERVATOR VESSELS.
26.1. Conservator vessels : The conservator should be air cell/ atmoseal type to
prevent direct contact of Transformer oil with atmospheric air for retarding
oxidation contamination of oil. The Air cell shall be made from suitable material
with inner coating resistant to transformer oil & outer coating resistant to ozone &
weathering.
26.2. The conservator shall be provided with necessary valves to drive out the air in
the space between conservator wall & air cell during filling of oil, drain valves for
complete draining of oil and cut off valves etc.
26.3. The conservator complete with necessary valves shall be provided in such a
position as not to obstruct the electrical connections to the transformer from H.V
& L.V SIDE.
26.4. The conservator shall be a capacity to meet the requirement of expansion of the
total cold oil volume in the Transformer & cooling equipment.
26.5. The conservator shall be designed so that it can drain oil completely by means of
the drain valve provided when mounted. One end of the conservator shall be
bolted into position so that it can be removed for cleaning purpose.
26.6. The conservator shall be provided with different valves for filling of oil manually at
site.
27.0 OIL GAUGES
27.1. Normally one Magnetic type oil gage shall be provided. The oil level at 30o C.
shall be marked on the guage.
27.2. CONNECTION : The oil connection from the transformer tank to the conservator
vessel shall be arranged at a raising angle of 3 to 9 degrees to the horizontal up
to the Buchholtz Relay and shall consist of pipe with inside diameter 50 mm./80
22
mm. as per capacity of the Transformer and as per IS:3639 or equivalent
international specifications.
27.3. Two valves shall be provided between the conservator & Transformer main tank
to cut off the oil supply to the transformer after providing a straight run of pipe for
at least a length of five times the internal diameter of the pipe on the tank side I
Gas and Oil actuated Relay and at least three times the internal diameter of the
pipe on the conservator side of the Gas and Oil actuated Relay. The valves
should be fitted on both side of the Gas and Oil Actuated Relay.
28.0 BREATHER :
28.1. Each conservator vessel shall be fitted with a glass container type breather in
which silicagel is dehydrating agent and so designed that the passage of air
through the silicagel the external atmosphere is not continuously in contact with
the oil.
. The moisture absorption indicated by a change in colour of the tinted crystals can
be easily observed from the distance.
28.2. All breathers shall be mounted at approximately 1400 mm above ground level
and shall be connected to the air cell of the conservator through pipe for the
purpose of breathing during contraction or expansion of the air cell.
29.0 BUSHINGS
29.1. Bushings for 36 KV and below shall be of solid porcelain type. These bushings
shall be suitable for bare ACSR conductor connections.
29.2. The bushing shall have sufficient insulation to avoid leakage to ground and shall
be so located as to provide adequate electrical clearance between bushing or
various voltages and between bushings and grounded parts. The insulation class
of the high voltages neutral bushing shall be properly co-ordinated with the
insulation class of the neutral of the high voltage winding.
29.3. Stresses due to expansion and contraction in any part of the bushing insulator
shall not lead to the development of defects. Outdoor insulators and fittings shall
be unaffected by atmospheric conditions due to weather, fuses, ozone, acids,
dust and rapid changes of air temperature. Any stress shield shall be considered
as integral part of the bushing assembly.
29.4. Porcelain shall not engage directly with hard metal and where necessary gaskets
shall be interposed between the porcelain and the fittings. All porcelain clamping
surface in contact with gasket shall be accurately grounded and free from glaze
29.5. Fixing material used shall be of suitable quality and properly applied and shall not
enter into chemical action with the metal parts or cause fracture by contraction
expansion in service. Cement thickness shall be as small and even as possible
and proper care shall be taken to centre and locate individual parts correctly
during cementing. All porcelain insulators shall be designed to facilitate
clearance.
29.6. Each porcelain bushing or insulator, and paper bushing shall have marked upon
it the manufacturer’s identification mark, and such other marks as may be
required to assist in the representative selection of batches for the purpose of the
sample tests.
23
29.7. Clamps and fittings shall be made of steel and galvanized. The bushing flanges
shall not be re-entrant type (shape) which may trap air.
29.8. Each bushing shall be so coordinated with the transformer insulation, that the
flashover will occur outside the tank.
29.9. All porcelain used in bushings shall be of wet process, homogeneous and free
from cavities or other flaws. The glazing shall be uniform in colour (brown) and
free from blisters, burns and other defects. Porcelain shall be thoroughly vitrified
and shall be impervious to moisture.
29.10. All bushing shall have puncture strength greater than dry flashover value.
29.11. Creepage distance will be kept 27 mm/KV. Bushings may be provided with
weather shield.
29.12. The bidder is requested to give the guarantee withstand voltage for the above
and also furnish a calibration curve with different settings of the co-ordination
gap to enable the purchaser to decide the actual gap settings. Tenderer’s
recommendations are also invited to this respect. During spark gap flashover, the
arc shall remain away from the housing insulator.
29.13. Each terminal (including neutral) shall be distinctly marked and coloured for
phase voltage and phase rotation on the primary secondary and tertiary sides in
accordance with the diagram of connection supplied with the transformer, the
system of marking shall conform IS 2026-1962 amended upto date.
29.14. Stress due to expansion and contraction in any part of the bushing shall not lead
to deterioration.
29.15. Bushing shall be designed and tested to comply with the applicable standards.
29.16. Bushings rated for 400A and above shall have non-ferrous flanges and hardware.
29.17. Fittings made of steel or malleable iron shall be galvanized.
29.18. Bushing shall be so located on the transformer that full flashover strength will be
utilized. Minimum clearances as required for the BIL shall be realized between
live parts and live parts to earthed structures.
29.19. All applicable routine and type tests certificates of the bushings shall be furnished
for approval.
29.20. Bushings shall be supplied with bimetallic/terminal connectors/ clamp suitable for
fixing to bushing terminal and the PURCHASER’S specified conductors. The
connectors/clamp shall be rated to carry the bushing rated current without
exceeding a temperature rise of 55° C over an ambient of 40° C. the connector/
clamp shall be designed to be corona free at the maximum rated line to ground
voltage.
29.21. Bushing of identical voltage rating shall be interchangeable.
29.22. Each bushing shall be so coordinated with the transformer insulation that all
flashover will occur outside tank.
30.0 FILTER AND DRAIN VALVES, SAMPLING DEVICES AND AIR RELEASE PLUGS :
30.1. Each Transformer shall be fitted with the following :
30.2. The filter and drain valves as specified.
A drain valve as below shall be fitted to each conservator. For diameter upto 650 mm : Size of the valve 15 mm : for diameter above 650 mm : Size of the valve 25 mm.
24
Suitable oil sampling device shall be provided at the top and bottom of the main
tank. The sampling device shall not be fitted on the filter valves specified above.
One 15mm air release plug on the main tank of the Transformer.
30.3. All other valves opening to atmosphere shall be fitted with blank flanges.
Valves shall be of forged carbon steel upto 50 mm size and of gun metal or of cast iron bodies with gun metal fittings for sizes above 50 mm. They shall be of full way type with screwed ends and shall be opened by turning counter clock wise when facing the hand wheel. There shall be no oil leakage when the valves are in closed position.
30.4. Each valve shall be provided with an indicator to show the open and closed
position and shall be provided with facility for padlocking in either open or closed
position. All screwed valves shall be furnished with pipe plugs for protection.
Padlocks with duplicate keys shall be supplied along with the valves.
30.5. All valves except screwed valves shall be provided with flanges having machined
faces drilled to suit the applicable requirements. Oil tight blanking plates shall be
provided for each connection for use when any radiator is detached and for all
valves opening to atmosphere. If any special radiator valve tools are required, the
Contractor shall supply the same.
30.6. Each transformer shall be provided with following valves on the tank so located
as to completely drain the tank.
Two filter valves on diagonally opposite corners, of 50 mm size.
Oil sampling valves not less than 8 mm at top and bottom of main tank
30.7. Valves between radiators and tank.
30.8. Valve prior to and after the Buchholz Relay.
31.0 COOLING PLANT
31.1. General :Radiators shall be so designed as to avoid pockets in which moisture
may collect and shall withstand the pressure tests.
31.2. The radiator tubes / fins shall be seamless, made of mild steel having as
minimum wall thickness of approx. 1.2mm and a clean bright internal surface free
from dust and scale. They shall be suitably braced to protect them from
mechanical shocks, normally met in transportation and to damp the modes of
vibration transmitted by the active part of the transformer in service.
31.3. Each cooler unit shall have a lifting eye.
31.4. Radiator Valves: The butterfly or similar metal valves shall be provided for
isolating detachable radiator assembly.
31.5. One cock each at the bottom of radiator stack shall be provided for draining oil
from radiator stacks.
31.6. Air release plug each at the top of radiator stack shall be provided for release of
air from radiator stack.
31.7. Removable blanking plates shall be provided to permit the blanking off the main
oil Connection of each cooler.
31.8. Radiator fixing bands in top & bottom of radiators are to be provided to uthoriz
the vibration of the same.
25
32.0 LIFTING AND HAULAGE FACILITY :
32.1. Each tank shall be provided with Lifting lugs suitable for lifting of transformer
complete with oil.
32.2. A minimum of four jacking lugs, in accessible positions to enable the transformer
complete with oil to be raised or lowered using hydraulic or screw jacks .
32.3. The minimum height of the lugs above the base shall be as follows
(a) for transformers up to and including 10 tones weight-300mm
(b) for Transformers above 10 tones weight – 500 mm
32.4. Suitable haulage holes shall be provided.
33.0 INSULATING OIL :
33.1. The Transformer and all associated oil filled Equipment shall be supplied
complete with insulating new oil required for first filling including 10% extra oil for
future use during commissioning. The Transformer tank shall be dispatched
completely filled with oil and the balance oil shall be supplied in non returnable
sealed drums along with the Transformers.
33.2. The Insulating oil shall conform to the requirement of IS:335 or equivalent
international specifications.
34.0 PRESSURE RELIEF DEVICE :
34.1. Pressure relief device shall be provided of sufficient sizes for rapid release of
pressure that may by generated within the tank, and which might result in
damage to the equipment. The device shall operate at a static pressure of less
than the hydraulic test pressure for transformer tank. Means shall be provided to
prevent ingress of rain.
34.2. It shall be mounted on the cover of the main tank and shall be designed to
prevent gas accumulation.
34.3. Spring loaded setting type Pressure Relief Valve having suitable opening Port
hole according to the capacity of the transformers should be provided.
34.4. The pressure relief valve should have provision of visual indication for opening of
the valve and also Contract/Micro Switch arrangement for alarm/Tripping
Function.
35.0 AXLES AND WHEELS :
35.1. The Transformer shall be provided with flanged bi-directional wheels as
mentioned below :
Flanged wheel suitable for use on a 1435 mm / 1676 mm guage track.
.
35.2. The wheels shall be suitable for being turned through an angle of 90 Deg. And
locked in that position when the tank is jacked up.
35.3. All wheels shall be detachable and shall be made of Cast Iron or Steel. Suitable
locking arrangement shall be provided to prevent the accidental movement of the
transformer.
26
36.0 CLEANING & PAINTING
36.1. Before painting or filling with oil all uthorized parts shall be completely cleaned
and free from rust, scale and grease and all external surface cavities on castings
shall be filled by metal deposition.
36.2. The interior of all transformer tanks and other oil filled chambers and internal
structural steel work shall be thoroughly cleaned of all scale and rust by sand
blasting or other approved method. These surfaces shall be painted with hot oil
resisting varnish or paint. Unexposed welds need not be painted.
36.3. Except for nuts, bolts and washers, which may have to be removed for
maintenance purposes, all external surfaces shall receive a minimum of three
coats of paint.
36.4. The primary coat shall be applied immediately after cleaning. The second coat
shall be of oil paint of weather resisting nature and preferably of a shade or
colour easily distinguishable from the primary and final coasts shall be applied
after the primary coats have been touched up where necessary.
36.5. The final coat shall be of glossy oil and weather resisting non fading paint of Dark
Admiralty Grey shade no. 632 of IS:5.
36.6. Primer paint shall be ready made zinc chrome as per IS: 104: Intermediate and
final coats of paint shall be as per IS: 2932 or equivalent international
specifications.
36.7. All interior surfaces of mechanism chambers and kiosks except those which have
received anti-corrosion treatment shall receive three coats of paint applied to the
thoroughly cleaned metal surface as per procedure mentioned above. The final
coat shall be of a light coloured anti-condensation mixture.
36.8. Any damage to paint work incurred during delivery shall be made good by the
manufacturer by thoroughly cleaning the damage portion and applying the full
number of coats of paint that had been applied before the damage was caused.
37.0 EARTHING TERMINAL
Two earthing terminals capable of carrying the full amount of lower voltage short
circuit current of transformer continuously for a period of 5 Second Provision
shall be made at positions close to each of the bottom two corners of the tank for
bolting the earthing terminals to the tank structure to suit local condition.
38.0 TEMPERATURE INDICATING DEVICE:
38.1. Oil temperature indicator with two electrical contacts for alarm and trip
purposes, shall be provided with anti vibration mounting. The oil temperature
indicator shall be housed in the marshalling box.
38.2. The winding temperature indicator with two electrical contacts for alarm & trip
purposes shall be provided with anti vibration mounting. The winding temperature
indicator shall be housed in the marshalling Box.
38.3. The Oil and Winding temperature indicator should be of renowned make
preferably of “Perfect Control” or “Precimeasure”. The scale on the dial of the
27
thermometer should be 0°C to 150°C. The angular displacement of thermometer
should be 270 Deg.
38.4. The signaling contact of WTI & OTI shall be set to operate at the following
temperature:
OIL : Alarm-85 °C, Trip – 95 ° C
WINDING : Alarm-100 °C, Trip – 110 °C 38.5. The tripping contacts of indicator shall be adjustable to close the winding
temperature indicator between 60 Deg.C and 120 Deg.C. The alarm contacts of
indicator shall be adjustable to close between 50 deg.C & 100 Deg.C.
38.6. All contacts shall be adjustable on a scale and shall be accessible on removal of
the cover. The Temperature indicators shall be so designed that it shall be
possible to check the operation of contacts and associated Equipments.
38.7. For measuring winding temperature a heater coil fed from a C.T. has to be
provided on the pocket for winding temperature indicator bulb. The connection
from C.T. to heater should be through a link arrangement on the tank cover
suitably housed in a weather proof box so that C.T. current and heater coil
resistance can be checked. WTI C.T. secondary should be of 5 Amps, rating.
38.8. Accuracy class of both OTI and WTI shall be ±1% or better.
39.0 MARSHALLING BOX
39.1. A sheet steel 3.15mm thick vermin proof, well ventilated and weather proof
marshalling box of a suitable construction shall be provided for the
transformer ancillary apparatus. The box shall have domed or sloping roofs
and the interior & exterior painting shall be in accordance with painting
clause specified. The degree of protection shall be IP-55.
39.2. The marshalling box shall accommodate.
Winding and oil temperature indicator.
Terminal Blocks and gland plates for incoming and outgoing Cables.
One space heater operated by 220 V.A.C. Aux. Supply, Cubicle illuminating lamp
with door switch.
39.3. All incoming cables shall enter the kiosk from the bottom and the gland
plate shall not be less than 450 mm from the base of the box. The gland
plate and associated compartment shall be sealed in suitable manner to
prevent the ingress from the cable trench
39.4. All the above equipment shall be mounted on panels and back of panel
wiring shall be used for Interconnection. The temperature indicators shall be
so mounted that the dials are visible by standing at ground level.
39.5. Door of the compartment shall be provided with glass window of adequate
size. Ventilation louvers shall be provided.
39.6. The schematic diagram of the circuitry inside the marshalling box be
prepared and fixed inside the door
28
40.0 GAS AND OIL ACATUATED RELAYS
40.1. Each transformer shall be provided with gas and oil actuated Relay (Buchholtz
Relay) equipment conforming to IS:3637 or equivalent international specifications,
double float type with one set of alarm contacts, one set of trip contacts and a
testing pet cock. The contacts shall be wired with a P.V.C. armoured cable.
40.2. A machined surface shall be provided on the top of Relay to facilitate the setting of
Relay and to check the mounting angle in the pipe and cross level of the Relay.
40.3. The pipe work shall be so arranged that all gas arising from the Transformer shall
pass into the gas and oil actuated Relay. The oil circuit through the Relay shall not
form a delivery path in parallel with any circulating oil pipe.
41.0 RATING DIAGRAM AND PROPERTY PLATES :
41.1. The following plates shall be fixed to the transformer tank at a suitable height so
that the particulars could be read by standing at ground level.
41.2. A rating plate bearing the data specified in the relevant clauses of IS:2026
including figures of temperature rise of oil and winding and high voltage test values.
That the equipment belongs to APDCL with reference of purchase order is also to
be indicated.
41.3. A diagram plate showing the internal numbering of taps, tapping switch connection
of windings and also the voltages vector relationship in accordance with IS:2026 or
equivalent international specifications and in addition a plan view of the transformer
giving the correct physical relationship of the terminals. No load voltage shall be
indicated for each tap. Details of C.T particulars w.r.o phase, Neutral &WTI CT.
42.0 CENTRE OF GRAVITY :
42.1. The centre of gravity of the assembled transformer shall be low and as near the
vertical centre line as possible. The transformer shall be stable with or without oil.
42.2. If the centre of gravity is eccentric relative to track either with or without oil, its
location shall be shown on the outline drawing.
43.0 FOUNDATION :
43.1. The tenderer shall furnish foundation plan of the transformer showing the fixing
arrangement of the transformer so that the purchase may be able to finalise the
foundation drawings.
44.0 TEST AND INSPECTION :
44.1. Routine Tests :
44.2. All transformers shall be subjected to the following routine tests at the
manufacturer’s works. The tests shall be carried out in accordance with the
details specified in IS:2026 or equivalent international specifications.
i. Measurement of winding resistance.
ii. Measurement of turns ratio for all sets uthoriz on each tap
29
iii. Polarity and phase vector relationship.
iv. Measurement of no load loss and no load current.
v. Measurement of impedance voltage at normal , maximum and minmum tap
vi. Measurement of insulation resistance between windings and between windings and earth
vii. Measurement of load loss
viii. Induced over voltage withstand test
ix. Separate source voltage withstand test
x. Oil Leakage gas collection, oil surge and voltage test on gas and oil actuated relay for on load tap changer
xi. Magnetic balance test
xii. Testing of Phase & Neutral C.T., as applicable, in accordance with provisions in the relevant I.S
xiii. Oil leakage test of transformer tanks at a pressure equals to the normal pressure plus 35 KN/ sq.M measured at the base of tank
.
44.3. Type Test
44.4. In addition to routine Tests mentioned above the transformer shall be subjected
to all kinds of Type and Acceptance Test in accordance with Relevant I.S.
(IS:2026) or equivalent international specifications with latest amendment if any.
44.5. Bidder should submit Type Test report from NABL/Govt. approved
Laboratories along with their offer having identical technical parameters as
that of the tendered item failing which their offer may not be technically
accepted.
44.6. However, if it is found that the bidder has submitted Type tests Report but
those have not been conducted on identical Design of equipment/material
as per specification of APDCL, the same may be accepted subject to the
following conditions: APDCL at his discretion request the successful
bidders to conduct Type Tests on identical design as per specification
44.7. Such Type tests/special tests, if required to be carried out at NABL/Govt.
approved Laboratories in presence of APDCL engineers for which no extra
cost shall be charged to the APDCL.
44.8. However, the bidders who have not submitted such Type Test/Dynamic Short
Circuit Test report but if their offer is considered technically acceptable by the
purchasers on the basis of other credentials, they will have to carry out such tests
at NABL/Govt. approved Laboratories in presence of APDCL engineers before
effecting physical delivery against Purchase Order for which no extra cost shall
be charged to the APDCL..
30
45.0 INSPECTION AND TESTING
2. STAGE INSPECTION
Stage inspections of raw materials i.e. Tank, Core, Winding, Bushing, Insulating Materials
etc. will be carried out in preassembled condition and final inspection will be carried out
on finished product.
Out of the whole lot of respective capacity, one
Transformer will be dissembled for verification of design parameter during final
inspection.
a) Tank and Conservator
(i). Inspection of major weld.
(ii). Crack detection of major strength weld seams by dye penetration test.
(iii). Check correct dimensions between wheels, demonstrate turning of wheels, through 90o and further dimensional check
(iv). Leakage test of the conservator.
(v). Measurement of film thickness of :
Oil insoluble varnish.
Zinc chromate paint.
Finished coat.
(vi). Tank pressure test
(vii). Vacuum test
b) Core
(i). Sample testing of core materials for checking specific loss properties, uthorized on characteristics and thickness.
(ii). Check on the quality of varnish if used on the stampings.
(iii). Check on the amount of burrs.
(iv). Visual and dimensional check during assembly stage.
(v). Check on completed core for measurement of iron loss.
(vi). Visual and dimensional checks for straightness and roundness of core, thickness of limbs and suitability of clamps.
(vii). High voltage test (2 kV for one minute) between core and clamps.
c) Insulating Material
(i). Sample check for physical properties of materials.
(ii). Check for dielectric strength
(iii). Check for the reaction of hot oil on insulating materials.
d) Winding
(i). Sample check on winding conductor for mechanical and electrical conductivity.
(ii). Visual and dimensional checks on conductor for scratches, dentmark etc.
(iii). Sample check on insulating paper for PH value, electric strength.
(iv). Check for the bonding of the insulating paper with conductor.
(v). Check for the reaction of hot oil and insulating paper.
(vi). Check and ensure that physical condition of all materials taken for windings is satisfactory and free of dust.
31
(vii). Check for brazed joints wherever applicable.
(viii). Check for absence of short circuit between parallel strands.
e) Checks Before Drying Process
(i). Check condition of insulation on the conductor and between the windings.
(ii). Check insulation distance between high voltage connections, between high voltage connection cables and earth and other live parts.
(iii). Check insulating distances between low voltage connections and earth and other parts.
(iv). Insulating test for core earthing.
f) Checks During Drying Process
(i). Measurement and recording of temperature and drying time during vacuum treatment.
(ii). Check for completeness of drying.
g) Assembled Transformer
(i). Check completed transformer against approved outline drawing, provision for all fittings, finish level etc.
(ii). Jacking test on the assembled Transformer.
h) Oil
All standard test in accordance with IS: 335 shall be carried out on Transformer oil sample before filling in the transformer.
i) Test Reports for bought out items
The contractor shall submit the test reports for all bought out/sub contracted items for approval. All auxiliary equipment shall be tested as per the relevant IS & IEC. Test certificates shall be submitted for bought out items.
(i). Bucholz relay (ii). Winding temperature indicators. (iii). Oil temperature indicators. (iv). Bushings (v). Marshalling box (vi). Air Cell (vii). Thermosyphon filter (viii). Off Load Tap changer (ix). Any other item required to complete the works.
(B) Final Inspection: During final inspection all routine tests mentioned in clause 44.2
shall be carried out at the factory of the manufacturer in presence of the Inspecting officer of APDCL
Temperature rise test: temperature rise test in any one of the transformer of each lot is to be performed in presence of the Inspecting officer of APDCL
46.0 Porcelain, bushings, control devices, insulating oil and other associated equipment shall be
tested by the contractor in accordance with relevant IS. If such equipment are purchased by
the contractor on a sub-contract, he shall have them tested to comply with these
requirements
32
46.1. Inspection and testing as already mentioned the equipment shall be subjected to
routine and other acceptance tests as per provisions in the relevant I.S.
46.2. The APDCL reserves the right to send its Engineers if so desires to witness
manufacturing process and to reject either raw materials or finished products
found to be not complying with the requirement of the specification and also shall
have the right to select any/all equipment from the lot offered for tests.
46.3. The manufacturer shall give at least (21) twenty one days’ advance notice
regarding readiness of such inspection and testing and shall submit six sets of
the works test certificates of the materials/equipment offered for inspection and
testing indicating probable date of inspection and testing.
46.4. The manufacturer shall arrange all possible facilities for such inspection and
testing at any time during the course of manufacture free of cost.
47.0 TEST CERTIFICATE
Five copies of the approved Test Certificates as mentioned above are to be
furnished to the APDCL before dispatch of the equipment.
48.0 DRAWINGS AND MANUALS TO BE SUBMITTED BY SUCCESSFUL BIDDER
48.1. The bidder shall furnish, within fifteen days after issuing of letters Award, six
copies each of the following drawings/documents incorporating name of project
and transformer rating for approval.
i. Detailed overall general arrangement drawing showing front and side elevations and plan of the transformer and all accessories including radiators and external features with details of dimension, spacing of wheels in either direction of motion, net weights and shipping weights, crane lift for untanking, size of lugs and eyes, bushing lifting dimensions, clearances between HV and LV terminals and ground, quantity of insulating oil etc.
ii. Foundation plan showing loading on each wheel and jacking points with respect to centre line of transformer.
iii. GA drawing/details of bushing and terminal connectors.
iv. Name plate drawing with terminal marking and connection diagrams.
v. Wheel locking arrangement drawing.
vi. Transportation dimension drawings.
vii. Interconnection diagrams.
viii. Over fluxing withstand time characteristics of transformer.
ix. GA drawing of marshalling box.
x. Control scheme/wiring diagram of marshalling box.
xi. Technical leaflets of major components and fittings.
xii. As built drawing of schematic, wiring diagrams etc.
xiii. Setting of oil temperature indicator, winding temperature indicator.
xiv. Completed technical data sheets.
33
xv. HV/LV conductor bushing.
xvi. Bushing assembly.
xvii. Bi-metallic connector for connection to “Wolf”/PANTHER ACSR/AAAC conductor
xviii. Radiator type assembly.
48.2. All drawings/documents, technical data sheets and test
certificates/results/calculations shall be furnished.
48.3. Any approval given to the detailed drawings by the purchaser shall not
relieve the contractor of the responsibility for correctness of the drawing
and in the manufacture of the equipment. The approval given by the
purchaser shall be general with overall responsibility with contractor.
48.4. Installation, operation and maintenance manual of transformer, associated
equipment like buchholtz Relay, temperature indicators, oil level indicator
etc. The manual shall clearly indicate the installation method, check-ups
and tests to be carried out before and after commissioning of the
transformer.
48.5. One copy of manual, set of approved drawings shall be submitted to the
CGM(PP&D), APDCL before dispatch of the Transformer.
48.6. In addition one set of approved drawing, manual for transformer shall be
send to the respective consignee officer in water proof folder at the time of
delivery of the transformer.
49.0 GUARANTEED TECHNICAL PARTICULARS
Bidder shall furnish guaranteed technical particulars of equipment as offered
along with Annexure-III( maximum flux density and core weight calculation) and
Annexure-IV( details of loss calculation) ,
50.0 ACCESSORIES
All accessories as specified in the schedule A are to be provided. Any other part
necessary for smooth operation of the transformer if omitted it is the
manufacturer’s responsibility to include the same.
51.0 SPARE PARTS:
The bidder shall supply recommended list of mandatory spare parts with each
transformer as stated in Schedule B free of cost (including all taxes and
duties)
34
SCHEDULE – A
FITTINGS & ACCESSORIES
The following fittings and accessories shall be supplied with each Transformer :
1. Outdoor type bushing – HV-3 Nos. and LV-4 Nos.
2. Conservator with aircell and supporting bracket or structure as the case may be.
3. Isolating valve for conservator in between conservator and Buchholtz Relay and
in between Buchholtz relay and main tank..
4. Conservator valves for driving out air between air cell & wall of conservator &
connection to breather.
5. Conservator drain valve.
6. Dial type oil level indicator complete with alarm contact.
7. Silica gel breather with oil seal and connecting pipe. The breather shall be
accessible for inspection from ground.
8. Spring loaded setting type pressure relief Valve having suitable opening Port.
Hole & provision of visual indication for opening of the valve & Alarm/Trip contact
arrangement.
9. Access/inspection holes with bolted cover for access to inner ends of bushing.
10. Cover lifting eyes.
11. Lifting eyes for core frame with windings.
12. Tap changing arrangement with hand wheel for Off-Load tap-
13. Air release plugs on top of cover and pressure equalizer pipe for bushing turret.
14. Upper filter valve and bottom filter valve.
15. Drain valve.
16. Top and bottom oil sampling devices. Provision for oil sample collection during
process of filtration should be made.
17. Lifting lugs.
18. Jacking pads with handling holes at four corners.
19. Transport lugs.
20. Under carriage base channel.
21. Tank earthing terminals – 2 Nos.
22. Buchholtz relay double float type with one set of alarm contacts, one set of trip
contacts and testing pet cock. The contacts should be wired with a PVC
armoured cable
23. Dial thermometer for winding temperature with alarm contacts and Trip contacts.
24. Dial thermometer for oil temperature with alarm contacts and Trip Contacts.
25. An additional pocket for inserting thermometer for oil temperature indication.
26. Weather proof control cabinet for marshalling terminal connections from
protective and indicative devices. The cabinet shall be provided with
incandescent filament lighting, heater and plugs etc.
27. Rating plate, as per I.S.S
28. Diagram Plate : As per clause 28
29. Property label
35
SCHEDULE – B
SPARE PARTS:
The bidder shall supply the following list of mandatory spare parts with each transformer free of cost
(i) Bushings:
a. High Voltage - 1 No.
b. Low Voltage - 1 No.
c. Neutral Bushing - 1 No.
(ii) Complete set of gaskets for all - 1 Set openings on the tank requiring gasket.
(iii) Magnetic oil level gauge with low oil - 1 No. level alarm contacts.
(iv) Oil temperature indicator with alarm - 1 No. and trip contacts and maximum reading pointer.
(v) Winding temperature indicator with alarm and trip - 1 No. contacts and maximum reading pointer
(vi) Set of all types of valves comprising one in each type. - 1 Set
(vii) Silicagel breather - 1 No.
(viii) Buchholz Relay - 1 No.
Note: The quantities indicated above are for each transformer.
36
Guaranteed Technical Particulars
GUARANTEED TECHNICAL PARTICULARS OF 33kV /11kV TRANSFORMER (To be filled by bidder)
Sl. No
Description
1 Name of the Manufacturer
2 Installation [indoor/outdoor]
3 Reference standards
4 Continuous Ratings
a) Type of cooling
b) Rating [MVA]
c Rated voltage
I HV [KV rms.]
ii LV [KV-rms.]
d Highest system voltage
I HV [KV rms.]
ii LV [KV-rms.]
e Rated frequency with ±% variation
f Number of phases
g Current at rated full load and on principal tap
I HV [Amps]
ii LV [Amps]
5 Connections
HV
LV
6 Connection symbol and vector group
7 Temperature rise
a Temperature rise of oil above reference peak ambient temperature i.e.50 °C [by thermometer] [°C]
b Temperature rise of winding above reference peak ambient temperature [by resistance method][°C]
c Temperature gradients between windings & oil.
D Limit of Hot spot temperature for which the Transformer is designed [°C]
8 Type of OFF load tap changing switch
9 Tapping on windings for
i Constant flux/variable flux/combined regulation
ii Tapping provided at
iii Number of steps
iv Range of tapping for variation [+ percent to – percent]
10 i No load loss at rated voltage and frequency at principal tap [KW]
ii No load loss at the voltage corresponding to highest tap [KW]
11 Load loss at rated output, rated frequency, corrected for 75 °C winding temperature at:- [Copper loss ]
ONAN
37
i Principal tap [In KW]
ii Highest tap [In KW]
iii Lowest tap [In KW]
12 Positive sequence impedance on rated MVA base at rated current and frequency at 75°Centigrade winding temperature at
i Principal tap [%]
ii Highest tap [%]
iii Lowest tap [%]
13 Zero sequence impedance at reference temperature of 75°C at principal tap [%]
14 % reactance at rated MVA base at rated current and rated frequency at
i Principal tap [%]
ii Highest tap [%]
iii Lowest tap [%]
15 % resistance at rated MVA base at rated current and rated frequency at
i Principal tap [%]
ii Highest tap [%]
iii Lowest tap [%]
16 % Impedance at rated MVA base at rated current and rated frequency at
i Principal tap [%]
ii Highest tap [%]
iii Lowest tap [%]
17 a Polarisation index i.e. ratio of Megger values at 600 secs to 60 secs, (H.V. to E, L.V. to E, & H.V.to L.V.)
In Between PI
H.V – E
L.V. – E
H.V – L.V.
b Regulation at full load and 75°C winding temperature expressed as a percentage of normal voltage
i At unity power factor [%]
ii At 0.8 power factor [lagging][%]
18 Efficiency at 75°C winding temperature as derived from guaranteed loss figures and at
Unity power factor
0.8 Power factor
a At full load [%]
b At ¾ load [%]
c At ½ load [%]
19 i Maximum efficiency [%]
ii Load at which maximum efficiency occurs[% of full load]
20 Short time thermal rating of
i HV winding in KA and duration in seconds
ii LV winding in KA and duration in seconds
21 Permissible over loading:-
a HV winding
b LV winding
22 Terminal arrangement
a High voltage [HV]
b Low voltage (LV)
c Neutral
23 Insulating and cooling medium
24 Test voltage HV LV
38
i Lightning impulse withstand test voltage [KVP]
ii Power frequency withstand test voltage [dry and wet][for 1 minute] [KV-rms.]
25 Noise level when energized at normal voltage, frequency without load.
26 External short circuit withstand capacity [MVA] and duration [seconds]
27 Over-fluxing withstand capability of the Transformer
28 DETAILS OF CORE
a Type of core construction
b Type of corner joints of the core
c Maximum flux density at
i Rated voltage [33/11 KV] & rated frequency 50 Hz][in Tesla]
ii Highest system voltage [36/12 KV] and lowest system frequency [48.5Hz.][in Tesla]
d No load current, no load loss and no load power factor at normal ratio and frequency [Amp/KW/p.f.]
i 10 percent of rated voltage
ii 25 percent of rated voltage
iii 50 percent of rated voltage
iv 85 percent of rated voltage
v 100 percent of rated voltage
vi 105 percent of rated voltage
vii 110 percent of rated voltage
viii 112.5 percent of rated voltage
ix 115 percent of rated voltage
x 120 percent of rated voltage
xi 121 percent of rated voltage
xii 125 percent of rated voltage
e Core laminations:-
i Material of core lamination [M4 /HIB]
ii Grade of core laminations
iii Thickness of core lamination [mm]
iv Specific loss [watt/Kg.] at rated voltage and rated frequency
v Specific loss [watt/Kg.] at highest system voltage and lowest system frequency
vi Whether specific core loss graph [flux density vs. watt/Kg. submitted
vii VA/Kg at rated voltage and rated frequency
viii VA/Kg. at highest system voltage and lowest system frequency
ix Whether VA/Kg. Vs. flux density graph Submitted
x Insulation of core laminations
f CORE ASSEMBLY:-
i Core diameter [mm]
ii Core window height [mm]
iii Core leg centre [mm]
iv Gross core cross-sectional area [m²]
v Whether details of core widths, stacks
39
and calculation furnished as per enclosed annexure
vi Distance between centers [mm]
vii Total height of core [mm]
viii 1) Details of core belting.
2) Material, grade & type
3) Width
4) Thickness
5) Fixing method
ix Details of top end frame
x Details of Bottom end frame
xi Details of clamp plate [Material, thickness, Insulation]
xii Total core weight [kg]
xiii Core loss basing on core loss graph at operating flux density [rated voltage and rated frequency] [kw]
xiv Core stacking factor
xv Net core area Sq. m.
xvi Margin towards corner joints, cross fluxing etc [kw]
xvii Total core loss at rated voltage and rated frequency [xiii+xvii] [kw]
xviii Dielectric loss at rated voltage and rated frequency [KW]
xix No load loss at rated voltage and rated frequency [xviii+xix] [KW]
g Describe location/method of core grounding
h Details of oil ducts in core
i Peak value of magnetizing Inrush current (% of HV rated current).
29 DETAILS OF WINDINGS. HV Regulating LV
a Type of winding
b Material of the winding conductor
c Maximum current density of windings [at rated current] and conductor area
Conductor area [cm²]
Current density [A/cm²]
i HV
ii Regulating
iii L.V.
d Whether HV windings are interleaved
e Whether windings are pre-shrunk?
F Whether adjustable coil clamps are provided for H.V. and L.V. windings?
G Whether steel rings are used for the windings? If so, whether these are split?
H Whether electrostatic shields are provided to obtain uniform voltage distribution in the windings?
I Winding Insulation. Type & class Graded or Ungraded
i H.V. & Regulating
ii LV Winding
j Insulating material used for
i H.V.& Regulating winding
ii L.V Winding
iii Tapping connection
k Insulating material used between
40
i H.V. and L.V. winding
ii H.V. and Regulating winding
iii Core and L.V winding
iv L.V. Winding and core
v Regulating Winding and core
vi H.V. winding and core
vii H.V. to H.V. winding [between phases]
l Type of axial coil supports
i H.V. winding
ii Regulating winding
iii LV winding
m Type of radial coil supports
i H.V. winding
ii Regulating winding
ii LV winding
n Maximum allowable torque on coil clamping HV Regulating LV bolts
Winding HV side LV side
o Bare conductor size (mm).
p Insulated conductor size (mm).
q No. of conductors in parallel (Nos.).
r No. of turns/phase
s No. of discs/phase
t No. of turns/disc
u Gap between discs. (mm).
V Inside diameter (mm).
W Outside diameter (mm).
x Axial height after shrinkage (mm).
y D.C.RESISTANCE
i L.V winding at 75 ° C (Ohms).
Ii HV winding and Regulating winding at normal tap at 75° C (Ohms).
Iii HV winding and Regulating winding at highest tap at 75° C (Ohms).
Iv HV winding and regulating winding at lowest tap. (Ohms).
V Total I²R losses at 75 ° C. for normal tap. (KW).
Vi Total I²R losses at 75 ° C. for highest tap. (KW)
vii Total I²R losses at 75 ° C for lowest tap.(KW).
Viii Stray losses including eddy current losses in winding at 75°C (KW).
A Normal tap position
b Highest tap position
c Lowest tap position.
D Any special measures taken to reduce eddy current losses and stray losses, mention in details
x Load losses at 75°C [I²R + stray].
A Normal tap position [KW].
B Highest tap position [KW].
C Lowest tap position [KW].
Z Details of special arrangement provided to improve surge voltage distribution in the windings
41
30 BUSHINGS. HV LV Neutral
a Make and type
i Rated voltage class [KV-rms.]
ii Rated current [Amps.]
b Lightning Impulse withstand test voltage [1.2/50 micro second][KVP]
c Power frequency withstand test voltage
i Wet for 1 minute [KV-rms]
ii Dry for 1 minute [KV-rms]
d Power frequency visible corona discharge voltage [KV-rms.]
e Minimum creepage distance in mm
f Phase to earth clearance in air of live parts at the top of bushings
31 Minimum clearance [mm] In Oil Out of Oil
Between windings
Phase to
Ground
Between windings
Phase to
Ground
HV
LV
32 Weight [Tolerance + 5%] [Approximate value is not allowed]
a Core [Kg.]
b Core with clamping [Kg.]
c H.V. winding insulated conductor [Kg.]
d Regulating winding insulated conductor [Kg.]
e L.V.winding insulated conductor [Kg.]
f Coils with insulation [Kg.]
g Core and winding [Kg]
h Oil required for first filling [Liter/Kg.]
i Tank and fittings with accessories [Kg.]
j Untanking weight [Kg.]
k Total weight with oil and fittings [kg.]
33 DETAILS OF TANK
a Material for Transformer tank
b Type of tank
c Thickness of sheet [No approximate value to be mentioned]
i Sides [mm]
ii Bottom [mm]
iii Cover [mm]
iv Radiators [mm]
d Inside dimensions of main tank [No approximation in dimensions to be used]
i Length [mm]
ii Breadth [mm]
iii Height [mm]
e Outside dimensions of main tank [No approximation in dimensions to be used]
i Length [mm]
ii Breadth [mm]
iii Height [mm]
f Thickness of spray uthorized on of tank bottom.
G Vacuum recommended for hot oil
42
circulation [torr]
h Vacuum to be maintained during oil filling in Transformer tank [torr]
i Vacuum to which the tank can be subjected without distortion [torr]
j No. of bi-directional wheels provided
k Track gauge required for the wheels
i Transverse axis
ii Longitudinal axis
l Type and make of pressure relief device and minimum pressure at which it operates [Kpa]
34 CONSERVATOR
a Total volume [Liters]
b Volume between the highest and lowest visible oil levels [Litres]
c Whether flexi separator provided
35 OIL QUALITY
a Governing standard
b Density in gms/cu-cm
c Kinematics viscosity in CST
d Inter facial tension at 27°C in N/m
e Flash point in °C
f Pour point in °C
g Acidity [neutralization value] in mg of KOH/gm
h Corrosive sulfur in %
i Electric strength [breakdown voltage]
i As received [KV-rms.]
ii After treatment [KV-rms.]
j Dielectric dissipation factor [tan delta] at 90°C
k Saponification value in mg of KOH/gm
l Water content in ppm
m Specific resistance
i At 90°C [ohm-cm]
ii At 27 °C [ohm-cm]
N- dm analysis
CA%
CM%
CP%
o Oxidation stability
i Neutralization value after oxidation
ii Total sludge after oxidation
p Characteristic of oil after ageing test as per ASTMD-1934
i Specific resistance at
27°C [ohm-cms]
90°C [ohm-cms]
ii Tan delta
iii Sludge content
iv Neutralization number
v Details of oil preserving equipment offered
36 RADIATORS
a Overall dimensions lxbxh [mm]
b Total weight with oil [Kg.]
c Total weight without oil [Kg.]
43
d Thickness of radiator tube [mm]
e Types of mounting
f Vacuum withstand capability
g Total radiating surface in sq.m
h Type and make of material used for the radiators
i Total number of radiators for Transformer and dimensions of tubes
j Thickness of hot dip galvanization of radiators
37 GAS AND OIL OPERATED RELAY
a Make
b Type
c Size
d Whether supervisory alarm and trip contacts provided and their sizes and Nos
38 TEMPERATURE INDICATORS Oil Temp Indicator
Winding Temp Indicator
a Make and type
b Permissible setting ranges for alarm and trip
c Number of contacts
d Current rating of each contact
e Whether supervisory alarm contacts provided?
F Size [lxbxd]
g Nos.
h Ratio and type of CT used for winding temperature indicators.
39 APPROXIMATE OVERALL DIMENSIONS OF TRANSFORMER INCLUDING COOLING SYSTEM, TAP CHANGING GEAR ETC.
Length [mm]
Breadth [mm]
Height [mm]
40
a Minimum clearance height for lifting core and winding from tank [mm]
b Minimum clearance height for lifting tank cover [mm]
41 SHIPPING DETAILS
a Approximate weight of heaviest package [Kg.]
b Approximate dimensions of largest Package [Kg.]
42 Transformers will be transported with oil/gas.
43 MARSHALLING KIOSK
a Make and type
b Details of apparatus proposed to be housed in the kiosk
44 Details of anti-earthquake device provided, if any
45 Separate conservator and Buchholz relay provided
46 TAP CHANGING EQUIPMENT [These details refer to the basic rating of O.L.
44
T.C. as guaranteed by OLTC manufacturers]
a Make
b Type
c Power flow [Uni.-directional/bi – directional/restricted bi-directional]
d Rated voltage to earth [KV]
e Rated current [Amps.]
f Step voltage [volts]
g Number of steps
h Control – manual/local- electrical/remoteelectrical
i Voltage control [Automatic/Non –automatic]
j Line drop compensation provided/not provided
k Parallel operation
l Protective devices
m Auxiliary supply details
n Time for complete tap change [one step][Sec.]
o Diverter selector switch transient time [cycles]
p Value of maximum short circuit current [Amps]
q Maximum impulse withstand test voltage with 1.2/50 micro seconds full wave between switch assembly and ground [KVP]
r Maximum power frequency test voltage between switch assembly and earth [KV-rms]
s Maximum impulse withstand test voltage with 1.2/50 micro-seconds across the tapping range [KVP]
t Approximate overall dimensions of tap changer [WxBxD] in mm
u Approximate overall weight [Kg.]
v Approximate mass of oil [Kg.]
w Particulars of the OLTC control panel for installation in control room
47 DRIVING MECHANISM BOX
a Make and type
b Details of apparatus proposed to be housed in the box
48 Types of terminal connectors and drawing No
a HV
b LV
49 Details of painting, galvanization conforms to this Specification [Yes/No]
50 Type of oil level indicator and whether Supervisory alarm contact for low oil level provided [Yes/No]
51 Type and size of thermostat to be used
52 No. of breathers provided [Nos.]
53 Type of dehydrating agent used for breathers
54 Valve sizes and numbers
a Drain valves- mm-Nos
b Filter valves- mm-Nos
45
c Sampling valves- mm-Nos
d Radiator valves- mm-Nos
e Other valves- mm-Nos
55 a Type and make of PRV
b No. of each type of devices per transformer
c Min. pressure at which device operates
56 Please enclose the list of accessories and fittings, being provided on transformer. Please confirm, these are as stipulated in the tender
57 Whether the transformer, covered is fully type tested and if so, whether copies of type test certificates, enclosed with the tender
58 Please confirm that you will guarantee maximum Impedance variation between phases within the limit of 2% only
46
SECTION 5
BID PROPOSAL SHEETS (To be submitted by bidders)
47
Annexure – I
Tender Proforma part – I (Techno-commercial Bid) NIT No. CGM (PP&D)/ APDCL/TDF-2011-14/Power Transformer/03
1 Name and full address of the Tenderer.
2 Particulars of payment made for Purchase of tender
document in the shape of
3 Amount of earnest money paid and in the shape of
4 Whether Sales Tax clearance certificate submitted Yes / No
5 Sale Tax Registration No
6 Pan No (in case of firm must be in the name of firm
7
Acceptance of guarantee clause of Materials /equipment
and system Installed individually and for integrated
operation.
Yes/ No
8 Acceptance of penalty clause Yes/ No
9 Acceptance of terms of payment Yes/ No
10 Documentary evidence for manufacturing power
transformer during last five years Submitted/Not submitted
11 Type test certificate from NABL accredited laboratory Submitted/Not submitted
12 Details of manpower and T&Ps available with the firm Submitted/Not submitted
13 Performance certificate from at least two utilities Submitted/Not submitted
14 Guaranteed Technical Particulars as per Annexure II, III
and IV Submitted/Not submitted
15
Reports on the financial standing of the Bidder, such as
profit and loss statements and auditor’s reports for the
past five years.
Submitted/Not submitted
16
Evidence of adequacy of working capital submitted for this
contract (access to line (s) of credit and availability of
other financial resources)
Submitted/Not
17
Drawings Submitted With The Bid:
(i) General outline drawing
(ii) Height of centre line of HV and LV connectors of
transformers from the rail top level.
(iii) Dimensions of the largest part to be transported.
(iv) GA drawings/details of various types of bushing.
(v) Illustrative & descriptive literature of the Transformer.
Submitted/Not submitted
18 List of other documents enclosed
Power Of Attorney for signatory of bid
Signature with full name and designation of tenderer or his/her uthorized representative with seal
48
ANNEXURE-III MAXIMUM FLUX DENSITY AND CORE WEIGHT CALCULATION
(To be filled by tenderer)
Rating of Transformer : 33/11kV, 10MVA
Name of the bidder: -
Type and Grade of Core: -
Thickness [in mm]:-
Step No Width of steps [mm] Stack thickness [mm] Gross Iron area [mm²]
1 2
3
4
5
6
7
8
9
10
11
12.
13
14
15 to …….
E= 4.44 x f x B max. X Ai x N
Where E = L.V. winding phase voltage / phase = 11000/1.732 volts. F = Rated frequency = 50 HZ. B max. = Maximum flux density in Tesla. Ai = Net iron area in sq.m = Gross iron area x stacking factor in sq.m N = Number of L.V.winding turns/phase B max. = E/4.44 x f x Ai x N Core weight calculation:-
Core dia [in mm] =
Window height [in mm] = Limb center [in mm] =
Weight of core = [3 x window height + 4 x limb centre + 2 x max. width] x Net iron area x
Density of core
NB: - 1. Specific loss vs. flux density graph for the type of core lamination to be used has to be
furnished.
2. VA/Kg. Vs flux density graph for the core lamination to be used has to be furnished.
3. Any other factor assumed for above calculation to be explained with reasons.
N.B.:- The bidder may use its own method of calculation towards determination of maximum
flux density and weight of the core. But the same shall be supported with proper
explanation and justification.
Place: Date: Signature of Tenderer
with seal of Company.
49
ANNEXURE-IV DETAILS OF LOSS CALCULATIONS
(to be submitted by the tenderer)
Rating of Transformer :33/11kV, 10 MVA,
1. Name of the Firm
2 Flux density at
I 36/12 KV and 48.5 Hz [Tesla]
ii 33/11 KV & 50.0Hz [Tesla]
3 I Core weight in Kg.
ii Gross core area [mm²]
4. Stacking factor.
5. Net core iron area [mm²] [ii x iii]
6 [a] Specific losses [W/Kg.] I At maximum flux density corresponding to
36/12 KV and 48.5 HZ.
Ii At maximum flux density corresponding to
33/11KV and 50Hz.
[b] Volt ampere/Kg
(i) At maximum flux density corresponding to
36/12 KV and 48.5 Hz. 7. At maximum flux density corresponding to
33/11 KV and 50 Hz.
8. Calculated/guaranteed iron loss in KW at:-
I Rated voltage and rated frequency
ii Maximum system voltage and lowest system frequency
9 Current density [A/Sq. mm] for
I HV
ii Regulating
iii LV
10 Conductor size [in mm²]
a HV winding
I Bare
ii Insulated
iii No of conductors in parallel
b Regulating winding
I Bare
ii Insulated
iii No of conductors in parallel
c. L.V. winding
50
i. Bare
ii. Insulated.
iii. No. of conductors in parallel.
11. Copper weight
I H.V. windings
ii Regulating windings
iii LV windings
iv For Tap connections, star connection and any
other [please specify]
v Total copper weight [i]+[ii]+[iii]+[iv] 12. L.V. winding resistance in ohms at 75°C/Phase. 13. H.V. winding resistance in ohms at 75°C/Phase.
A At normal tap position
b At maximum tap position
c At minimum tap position 13. Stray losses and eddy current losses [in KW] at 75°C
a At normal tap position
b At maximum tap position
c At minimum tap position 14. Resistively of copper to be used for winding 15. I²R loss at 75°C
I At normal tap position [in KW]
ii At maximum tap position [in KW]
iii At minimum tap position [in KW]
16. Calculated guaranteed copper losses [in KW] at
75°C [I²R loss + stray losses]
I At normal tap position
ii At maximum tap position
iii At minimum tap position
17. Computed/guaranteed total loss in KW at rated
voltage and rated frequency
[Copper loss + Iron loss]
I At normal tap position
ii At maximum tap position
iii At minimum tap position
NB: - 1. Approximate values in weight and losses etc. are not allowed. 18. Tolerance of + 5% in weights may be quoted without any approximation
Place: Date
Bidder’s name:
Signature, designation, seal
51
Annexure V
DECLARATION
I………………………………………………………………………… authorized representative
of M/S ……………………………………………………………………………………tenderer against
NIT no …………………………………………………………..dtd …………………………issued by
CGM(PP&D), APDCL have gone through all section of the bid document of the tender and further
bind myself/the said M/S ………………………………………………………………to abide by the
said terms and conditions
I also declare that the information submitted by me on behalf of the tenderer are true and
correct to the best of my knowledge and belief. It is also known to me that any deviation of facts or
misleading or false representations in the forms, statements and attachments submitted will render
the bid for outright rejection from participation in the said tender.
Signature with full name and designation of tenderer with seal
52
SECTION 6
Schedule of price and Delivery
53
Annexure-II
Schedule of price and delivery (To be filled by the tenderer)
b)Breakup of price of the unit FOR door delivery
10.0 MVA = 12 Nos
NB: Tender without showing breakup rate shall be rejected outright. Excise duty must be mentioned clearly in % in figure and words.
Signature of the tenderer
Detailed address: Contact No: Fax No: E-mail:
Sl no
Particulars Tendered
qty Offered
qty
Rate per unit for door delivery by road at our store inclusive of loading unloading stacking,
F&I etc (duties & Taxes extra)
Ex factory price
₹.
Excise duty ……..%
₹
Education cess
₹
Taxes CST/VAT
…..% ₹
Entry tax (if
applicable) ₹
F&I ₹
Total unit cost ₹.
54
Delivery schedule of power transformer
CAPACITY OF TRANSFORMER
QTY (NOS)
CONSIGNEE DELIVERY
DESTINATION Approximate
distance
10 MVA 4 DGM
Central Stores Circle, APDCL Ulubari
Barpeta (2 nos.), Barpeta Road (2
nos.),
Average 70 Km from Bongaigaon
10 MVA 2 DGM
Central Stores Circle, APDCL Ulubari
Mirza, (2 nos) Average 35 Km from Guwahati
10 MVA 2 DGM
Rangia Electrical Circle, APDCL(LAZ), Rangia
Chirakundi (2 nos.),
Average 50 Km from Guwahati or
150 km from Bongaigaon
10 MVA 1
DGM North Lakhimpur Electrical Circle, APDCL(CAZ),
Ramanichuk (1 no.),
Average 400 kM from Guwahati or
600 km from Bongaigaon
55
SECTION 7
General Conditions of Supply & Erection of APDCL
56
FOREWORD
1. This General Conditions for Supply and Erection of Assam Power Distribution Company
Limited is meant mainly for contract of supply of goods, their delivery at site and erection
and commissioning.
2. This General Conditions for Supply and Erection shall not be modified. If any modification
is necessary for a particular contract, same shall be done through a Special Conditions of
Contract to be enclosed with the Tender Document.
3. This General Conditions for Supply and Erection may also be used for civil works and
turnkey jobs with modifications/ additions/ deletions of clauses wherever necessary through
a Special Conditions of Contract to be enclosed with the Tender Document.
4. This General Conditions for Supply and Erection shall be apart of the Tender Document. A
Tender Document normally should have following Sections or Chapters:
a) Instruction to Tenderer .
b) General Conditions for Supply and Erection.
c) Special Conditions of Contract.
d) Technical Specification.
e) Bidding Forms and Schedules.
5. The General Condition of Supply and Erection of Lower Assam Electricity Distribution
Company Ltd. has been approved vide LAEDCL Board's Resolution No. : 20(a) dtd. 31-08-
2009 effective from 1st October, 2009. With the change of name of the said company from
Lower Assam Electricity Distribution Company Ltd. to Assam Power Distribution Company
Limited vide Department of Company Affairs, Government of India. Notification No. SRN
A71221972 dated 23/10/2009, hence forth. The General Condition of Supply and Erection
of LAEDCL will be known as The General Condition of Supply and Erection of APDCL.
Corporate Office : Bijuli Bhawan
Paltan Bazar, Guwahati - 781001, Assam, India.
Phone : +91 361 2733094
Telefax : +91 361 2739535
e-mail ID: [email protected]
Website : www.apdcl.gov.in
57
GENERAL CONDITIONS
OF SUPPLY AND ERECTION
1.0 INTRODUCTION :
1.1 Assam Power Distribution Company Limited was constituted under the provisions of
Electricity Act, 2003 and is a public sector company registered under ‘Company
Act,1956’. It was formed out of Assam State Electricity Board in 2003 and was notified
as the State Electricity Distribution Utility. It is entrusted with the responsibility of
promoting the co-ordinated development of power distribution and its efficient
management in the entire state of Assam.
1.2 Assam Power Distribution Company Limited hereinafter referred to as APDCL, has its
Corporate Office at Bijulee Bhawan, Paltanbazar, Guwahati, Assam. For further
information, one may refer to APDCL’s official web site: www.laedcl.gov .in.
1.3 Assam is one of the seven states of North East India and its boundary encompasses
almost the entire valleys of Brahmaputra and Barak rivers. The state is well connected
with rest of the country by broad gauge railways and several national highways, one of
which is a part of the four lane east-west corridor. It also has important airports at
Guwahati, Jorhat, Silchar, Tezpur & Dibrugarh.
1.4 Relevant guidelines and rules connected with all departmental supply and erection works
have been laid down in this document General Conditions of Supply & Erection of Assam
Power Distribution Company Limited adopted in 2009. This document supersedes earlier
conditions of contract. It is intended that contractual clauses of this document will be
generally followed in all contractual works. Any modification of a contractual clause
considering requirement of a particular project shall be made in the NIT/ Tender
document for the specific project.
2.0 DEFINITION OF TERMS:
2.1 The following terms appearing in the General Conditions of Supply & Erection of Assam
Power Distribution Company Limited shall have the meaning herein indicated unless
there is anything repugnant in the subject or context.
2.2 “Purchaser/ Employer” shall mean the Assam Power Distribution Company Limited (in
short APDCL) and its assignees.
2.3 “Contractor/Supplier/Owner” shall mean the tenderer/ bidder whose tender/ bid has been
accepted by the “Purchaser/ Employer” and shall include the bidder’s/ tenderer’s legal
personal representatives, successors and assignees.
2.4 “Engineer” shall mean the Officer in-Charge of Project/ Work/ purchase for the supply and/
or erection contract or such other Officer or Offices as may be duly authorized and
appointed in writing by the Purchaser to act as “Engineer” for the purpose of the contract.
2.5 “Sub-Contractor” shall mean the person named in the contract for any part of the work or
any person to whom any part of the contract has been sublet with the consent in writing of
the “Purchaser/ Employer” and the legal representatives, successors and assignees of
such person.
2.6 “Materials” or “Works” shall mean and include plant and materials to be provided and work
to be done by the contractor under contract.
2.7 “Contract” shall mean and include the general conditions, specifications, schedules,
drawings, tender forms, bidding schedules, covering letter, schedule of prices, any
special conditions applying to the particular contract specification, amendments if any,
letter of acceptance and contract agreement to be entered into.
58
2.8 “Contract period” means the period from the contract commencement date to the date on
which the warranty period is over. Date of acceptance of ‘Purchase/ Work Order’ shall be
treated as the “date of commencement of contract”.
2.9 “Specification” shall mean the relevant ISS/ IEC specification with up to date amendments
and revisions and/or APDCL specification wherever applicable.
2.10 “Site” shall mean the site of the station, where proposed work is to be executed under the
contract and to which the plant and machinery are to be delivered and any other places
as may be specifically designated in the contract as forming part of the site.
2.11 “Consignee” shall mean the Executive Engineer/ Senior Manager or any other authorized
Officer performing the duty of the consignee as specified in the Order.
2.12 “Commercial use” shall mean use in the work which the contract contemplates or to which
it is to be commercially capable.
2.13 “Day” shall mean a calendar day.
2.14 “Month” shall mean a calendar month.
2.15 “Writing” shall include any manuscript, type written or printed statement properly signed.
2.16 “Persons” shall include firm, company, corporation and other body of persons whether
incorporated or not.
2.17 “Word” indicating in the singular only shall also include the plural and vice versa where the
context requires.
2.18 “Bid” will mean “Tender”
3.0 PREPARATION OF TENDER I BID:
3.1. DEFINITION OF TENDERER / BIDDER:
3.1.1. When the tenderer is a firm, the names and addresses of the partners must be indicated
and a copy of the certificate of registration with the concerned Registrar of firms should
be enclosed.
3.1.2. When the tenderer is a Company, the company registration document along with
Memorandum of Association shall be submitted.
3.1.3. When the tenderer is an individual carrying on business in a firm’s name, the tender
should be submitted by the owner of the firm, who may describe himself as carrying on
business in the firm’s name.
3.1.4. When the tenderer is a Joint Venture (JV) of two or more firms as partners, one of the
partners shall be legally authorized as the lead partner for the purpose of submitting the
tender, incur liabilities; receive payments and instructions on behalf of the others. A copy
of the registered agreement, executed on Non judicial stamp paper, shall be submitted
with the tender.
However, in case of a successful tender, the agreement shall be signed by all the
partners, so as to be legally binding on all the partners.
3.2. PURCHASE OF TENDER I BIDDING DOCUMENTS:
3.2.1. Tenderer may purchase the tender document by paying the requisite fee as stipulated in
the NIT. Alternatively, the tenderer may download tender document from the company’s
website: www.laedcl.gov.in and pay the above requisite fee by way of a demand draft
separately along with earnest money. Tenderer shall be responsible for any error etc., on
the downloaded tender document.
3.2.2. The General Conditions of Supply & Erection of Assam Power Distribution Company
Limited will be treated as a part of the NIT. The Contractor shall be deemed to have
carefully examined the aforesaid general conditions of supply & erection besides all
specifications.
3.2.3. The tender should be complete in all respects so as to eliminate further correspondences
and clarifications. A tender which is not complete in all respects, will be liable for
59
rejection. However the Purchaser, in its discretion, may seek clarification from the
tenderer where necessary .The discretion of the Purchaser in this regard shall be final.
3.3. LANGUAGE AND SIGNING OF TENDER:
3.3.1. The tender, and all correspondence and documents related to the tender, exchanged
between the Tenderer and the Purchaser shall be written in English. Supporting
documents and printed literature furnished by the tenderer shall also be in English.
3.3.2. Tender shall be written in ink or typed. No tender filled in pencil or otherwise shall be
considered. The tender shall be signed by a responsible and authorized person and the
designation and authority of the signatory shall be stated in the tender. All corrections in
the proposal will have to be signed with date and seal of the tenderer. Such correction
even though signed, may make the tender liable for rejection.
3.3.3. Any printed document promoting sales may not be accepted by the Purchaser.
3.4. DOCUMENTS COMPRISING TECHNO-COMMERCIAL BID:
The particulars and supporting documents required in respect of the techno- commercial
bid should be strictly as per following sub-clauses (clauses 3.4.1 to 3.4.10). In case, any
of the details are either not furnished or inadequately furnished, the entire tender may be
rejected without informing the tenderer.
A techno-commercial bid may have to be submitted under separate sealed cover if so
stipulated in the NIT. The price bid may not at all be opened for examination in case the
techno-commercial bid, which shall be opened first is not found substantially responsive.
3.4.1. EARNEST MONEY OR BID SECURITY:
(a) Every tender must be accompanied with Earnest Money of value as stipulated in the NIT.
Mode of depositing the earnest money shall be clearly indicated in the NIT. Earnest
money or Bid security may be furnished in the shape of Bank Call Deposit/ Bank Draft as
may be prescribed in the NIT. Without this, the tender may be deemed to be incomplete
and liable for rejection. The earnest money shall be pledged in favour of the Officer as
indicated in the NIT.
(b) In case of unsuccessful tenderer, earnest money will be released on request from the
tenderer on a date subsequent to contract agreement with the successful tenderer.
(c) In case of successful tenderer, the earnest money will be retained until submission of the
performance security deposit referred to in clause 9.0.
(d) No interests shall be payable on such deposit
(e) The Purchaser/ Employer reserve the right to forfeit the earnest money or part thereof, in
circumstances which according to him indicate that the tenderer is not earnest in
accepting/ executing any order placed under specification.
3.4.2. GUARANTEED TECHNICAL PARTICULARS:
The GTP (Guaranteed Technical Particulars) of the materials offered along with their
complete technical description supported by drawings shall be furnished by the tenderer.
Relevant specifications like IS/ BS/ IEC etc. will be mentioned.
3.4.3. TEST REPORTS:
(a) A list showing various type tests and routine tests as required under the relevant
specifications shall be furnished by the tenderer and all such tests shall be carried out on
the materials and the components offered for supply in the event of award of contract.
Against each such test, the results of test performance shall be mentioned along with the
name of laboratories/ testing houses, where tests were
so conducted. In support of the results whether type tests or factory tests, certified copies
of the test certificates shall be furnished. In case any of the prescribed tests has not been
60
carried out, the same shall be clearly mentioned in this list stating the reasons for not
carrying out the test. The tenderer also shall furnish a separate list of tests which they
have carried out on their products for ensuring their better quality, but are not stipulated
explicitly, in the relevant ISS or BSS specifications. Type test reports to be acceptable,
the tests have to be carried out at an NABL accredited laboratory. Reports of Type test
conducted in laboratories other than the above will be acceptable only if witnessed by an
officer from a power utility.
(b) Type test reports of equipment of higher capacity or voltage class than those specified
shall be acceptable for the purpose of bidding. However, in that case, the successful
tenderer shall conduct type tests on the offered equipment free of charge.
(c) Type test reports, conducted 5 years prior to the date of opening of tender, in general, will
not be accepted.
3.4.4. SPARE PARTS:
Each tenderer shall indicate the expected life in use of their products. A list of spares
which may be necessary for replacement during the maintenance of the equipment in
service shall be furnished indicating if these are of proprietary nature or of standard make
available in the market. In case these spares are of proprietary nature, their prices and
the likely quantities that may be necessary during the useful life of the equipment shall
also be mentioned.
3.4.5. BIS. CERTIFICATION:
The tenderer shall state clearly if the particular product offered by him is covered by any
IS certification mark and if so, the tenderer will furnish the particulars of the IS
Specification, the year of obtaining the certification and a copy of the certification.
3.4.6. PAST EXPERIENCE:
A Complete list of supplies/ works/ services in respect of the particular supplies / works /
services offered to various parties during the period of last 5 (five) years along with total
value of supplies shall be furnished. A separate list of supplies/ works/ services not
exactly same as the one offered but similar to it, supplied during the last five years shall
also be furnished.
The tenderer shall state clearly if they had supplied similar material including the offered
product, to Assam Power Distribution Company Limited/ ASEB in the past. If so,
reference of the purchase orders, the ordering authority and the consignees shall also be
furnished.
3.4.7. SOURCES OF SUPPLIES:
3.4.7.1. The tenderer shall clearly state the names of the manufacturer, the brand name of the
product and the place/ places of its manufacture. In case, the components of the product
are obtained from ancillary manufacturers, the names and addresses of such
manufacturers also shall be furnished. It shall be mentioned clearly how the tenderer
ensures quality control over such ancillary components and if manufacturer of such
components is covered by any IS/ BS/ IEC or any other relevant specification.
3.4.7.2. The tenderer shall mention clearly whether he is a manufacturer, a sole selling agent or a
commission agent of the product.
3.4.7.3. When the tenderer is not a manufacturer, submission of manufacturer's authorization for
supply of the offered materials by the tenderer along with warranty pledged by the
manufacturer is compulsory.
3.4.7.4. Further, the manufacturing experience of the manufacturer in respect of the particular
product or similar product also shall be furnished, indicating chronological development of
the industry or the manufacturing unit.
61
3.4.7.5. The sources of receipt of the raw material whether indigenous or imported shall be clearly
mentioned against each type of such raw materials used. The methods by which quality
control of such raw materials being enforced shall be clearly described.
3.4.8. DELIVERY/ WORK SCHEDULE:
3.4.8.1. The delivery/ work schedule as stipulated in the NIT or. in the APDCL specification shall
be binding on the tenderers. In case the APDCL delivery/ work schedule is not acceptable
to the tenderer, then the tenderer may give their own delivery schedule stating clearly the
reasons for deviations whether statutory or otherwise.
In any case such schedules must satisfy the completion time specified. Acceptance of
such deviations in the delivery/ completion schedule is entirely optional to the Purchaser.
3.4.8.2. The commencement period and the quantity of each item to be supplied per month shall
be specifically mentioned.
3.4.8.3. Quantities offered ex-stock as well as with earlier delivery schedule shall be mentioned.
3.4.9. SAMPLES:
A sample shall be submitted along with the tender if asked for in the NIT and as per .its
terms. Non-submission or late submission of sample may disqualify the tender .
3.4.10. TAX CLEARANCE CERTIFICATES AND REGISTRATION:
3.4.10.1. The tender shall be accompanied with income tax and sales tax clearance certificates.
3.4.10.2. The Contractor must register for VAT with the concerned department of Government of
Assam within a reasonable time after award of contract if not already registered.
3.5. PRICE BID
3.5.1. The particulars and supporting documents in respect of the price bid should be as
follows:
3.5.2. The total FOR destination price of the product offered unit wise and quantity wise both in
words and in figures shall be clearly furnished. Such FOR destination price also shall be
supported by a breakup of the price indicating separately Ex-works price, station of
dispatch, Freight and Insurance Charges. The offer may be straightway rejected if the
FOR destination price and its break up against the components as aforesaid are not
furnished. The FOR destination price will be on door delivery basis and shall be inclusive
of cost of unloading of materials at site.
3.5.3. The Ex-works price shall not include Sales Tax whether central or state and the same will
be indicated separately in words and in figures by the tenderer .
3.5.4. Excise duty on the finished product also shall be indicated separately if applicable. This
should be worked out both unit wise and quantity wise indicating the excise rates
applicable.
3.5.5. Any other levy, entry tax, excise or otherwise on finished products and of statutory nature
also shall be indicated separately stating the reasons for claim of such levies.
3.5.6. For imported equipment:-
(a) The tenderer shall quote price for:-
i. FOB Port of shipment, inclusive of seaworthy packing.
ii. CIF Kolkata
iii. Indian Agent Commission, if any.
(b) When prices quoted are for delivery FOB port of shipment, the Contractor shall agree to
arrange for the shipment and insurance of the machinery from the port of shipment to
Kolkata on behalf and to the account of the Purchaser should the Purchaser so desires.
The actual expenses incurred by the Contractor for Sea freight and insurance will be paid
by the Purchaser. The Purchaser shall provide for all incidental and statutory charges
62
beyond the port of shipment such as customs duty clearance, loading and unloading,
Railway freight and Octroi or terminal and other taxes.
(c) Firm FOB port of shipment shall be quoted. An alternative price CIF Kolkata shall be
quoted separately. The customs duty applicable and the category (Import Trade Control
Classification as brought up to date) under which the “applicant’s plant is assessable”
shall be stated. If firm FOB price cannot be offered, price subject to contract price
adjustment may be quoted, but a ceilings limit must be stated. Any claim for contract price
adjustment shall be supported by authentic documents
which shall be to the satisfaction of the Purchaser. Preference will be given to the firm
offering FOB/ CIF price. The currency in which payments have to be affected shall be
clearly mentioned in the tender .
(d) The best delivery FOB port of shipment shall be clearly stated in the tender as it shall
have a vital bearing on the selection of the final successful tender.
(e) In either cases of goods supplied from within and outside India, the tenderer will quote
separately the freight and insurance for delivery of the goods at site.
3.5.7. Price quoted should be firm. If however a variable price is permitted as per provisions of
the
NIT, the tenderer shall specifically stipulate the price variation formula by indicating the
base price and base date. Normally the price variation formula and indices as per IEEMA
and CACMAI will be accepted.
3.5.8. In case the tenderer quotes variable price as per any formula of his own/ other sources,
the
tenderer will state clearly the reasons for quoting such variable price and submit the
source of the formula and indices. However, his offer may be rejected at the discretion of
the Purchaser if the Purchaser finds the quoted formula to be complex and it is difficult to
compare the outcome with other bids.
3.5.9. In any case, if price variation is allowed, it will be limited to a ceiling of 10% (ten percent)
upward only. However, there shall be no limit for downward price variation.
3.5.10. The rate quoted shall remain valid for a minimum period of 180 (one hundred eighty) days
from the date of opening of the tender. Any tender offering a shorter validity period than
specified in the NIT may be rejected outright. The price quoted shall remain FIRM during
the period of validity and any post revision of rate after opening of the tender will make it
liable for rejection. The Purchaser, however, reserves the right to negotiate with the
tenderer or offer lowest/ reasonable rate to any/ all of the tenderers.
3.5.11. The tenderer shall explain clearly if there is any DGS & D rate contract available for the
product offered and if on the positive, copies of such rate contract shall invariably be
furnished. For such DGS & D prices, the tenderer.should state clearly the period of
validity of the rate contract.
3.5.12. The tenderer shall mention clearly if any quantity discount or payment discount is offered.
3.5.13. The price bid shall be furnished clause wise and in the same order as above.
4.0 RIGHT TO REJECT:
4.1. The Purchaser reserves the right to reject any or all the tenders without assigning any
reason thereof and the Purchaser further reserves the right to split up the supply order in
favour of more than one contractor. The Purchaser also reserves the right to reject the
lowest or any other price without assigning any reason.
5.0 ACCEPTANCE OF THE ORDER / CONTRACT:
5.1. Acceptance of the order(s) in writing shall be conveyed by the supplier to the Purchaser/
Employer within 10 (ten) days from the date of issue of the purchase order failing which, it
will be presumed that all the terms and conditions of the purchase order are acceptable
by him in full.
63
5.2. Before finalization of the contract, if discussion with the successful tenderer is considered
necessary by the Engineer, the tenderer shall turn up for the same within 10 (ten) days
from the receipt of intimation by FAX / e-mail at no extra cost to the Purchaser.
5.3. Also, if it is for executing a separate agreement the successful tenderer will turn up for the
same within 10 (ten) days from the receipt of intimation at no extra cost to the Purchaser.
6.0 CONDITION OF CONTRACT: COMMERCIAL & GENERAL:
6.1. If so required by the Purchaser, a formal agreement with or without guarantee at the
option of the Purchaser shall be entered into between the Contractor and the Purchaser
for the proper fulfilment of contract.
6.2. Such contracts shall be drawn up in non-judicial stamp paper.
6.3. The expenses of completing and standing the agreement shall be paid by the Contractor
and Purchaser shall be furnished free of charge with an executed stamped counterpart of
the agreement along with ten copies thereof.
6.4. After the tender has been accepted by the Purchaser, all orders or instructions to the
Contractor shall except as wherein otherwise provided, be given by the Engineer on
behalf of the Purchaser .
7.0 CONSTRUCTION OF CONTRACT:
7.1. The contract shall in all respects be constructed and operated as defined in the Indian
Contract Act 1972 and any statutory modification thereof.
8.0 EXECUTION OF AGREEMENT:
8.1. The contract agreement to be executed at Guwahati (Assam) by the parties.
9.0 PERFORMANCE SECURITY DEPOSIT:
9.1. The successful tenderer shall have to deposit through a Bank Guarantee from a
nationalized or scheduled Bank of RBI for an amount equivalent to 10% (ten percent) of
the total value of the order as performance security, immediately on acceptance of letter
of intent/detailed orders (as the case may be), duly pledged in favour of the Purchaser
concerned and such security deposits shall be valid up to 30(Thirty) days beyond the
warranty period.
9.2. If the supplier fails or neglects to observe perform any of his obligations under the
contract, the Purchaser shall have the right to forfeit either in full or in part at his absolute
discretion, the security deposit furnished by the supplier.
9.3. No interest shall be payable on such deposits.
10.0 RETENTION MONEY:
10.1. In addition to above performance security deposit, 5% value of each progressive bill will
be retained by the Engineer/ Purchaser as ‘retention money’. The amount will be held by
the Purchaser till the work under the contract is completed and the completion certificate
is issued in pursuance to clause 25.0.
10.2. If the supplier fails or neglects to observe and perform any of his obligations under the
contract, the Purchaser shall have the right to forfeit either in full or in part at his absolute
discretion, the security deposit furnished by the supplier.
10.3. No interest shall be payable on such deposits.
11.0 RAW MATERIALS:
11.1. Raw materials will be arranged by the suppliers from their own quota and the Purchaser
does not have any responsibility in this regard. If, however raw materials are obtainable
against purchaser’s quota due to statutory compulsion, allotment orders in respect thereof
will be issued by the Purchaser. In case of raw materials for which supplier has own
64
quota, no recommendation or advice for release of raw materials shall be issued by the
Purchaser. If issue of raw materials from purchaser quota is desired by the tenderer, he
must indicate the price of the same raw material considered in the offer. In the event of
actual cost of such supply by the Purchaser, being lower than the price stipulated in the
tender, the difference will be recovered from the tenderer.
11.2. Where imports are unavoidable, the items shall be imported by the supplier in good time
against his import license without affecting the delivery schedule.
12.0 WARRANTY :
12.1. Each tender shall stipulate a warranty clause of products offered covering a minimum
period for rectification/free replacement thereof. The term “period of warranty” shall mean
the period of 12 (Twelve) months from the date of commissioning and successful
operation of the equipment. In any case, this period shall not be less than 18 months from
the date the materials are received in the purchaser’s store in good and acceptable
conditions. During the period of warranty, the Contractor shall rectify all defects in design,
materials and workmanship that may develop under normal use of the equipment upon
written notice from the Engineer who shall indicate in what respects the equipment is
faulty .This rectification/ free replacement must be carried i out within a reasonable period
as determined and directed by the Engineer. The cost of rectification/ free replacement
will be to the Contractor’s account.
12.2. If the Contractor fails to rectify the defects within the reasonable time, the Purchaser/
Employer may fix a date by which the Contractor would rectify the defects, failing which
the Engineer may
(a) Carry out remedial works himself or through by others, in a reasonable manner and at the
contractor’s risk and cost. The costs incurred by the Purchaser/ Employer in remedying
the defect shall be recoverable from the Contractor by the Purchaser/ Employer;
(b) Determine and certify a reasonable reduction in the contract price; or
(c) May terminate the contract in respect of such parts of the works and the Engineer shall
be entitled to recover all sums paid for such parts of the work.
13.0 DETAILS OF AUXILIARIES / MATERIALS:
13.1. Within a reasonable time from the date of acceptance of notification of award of contract,
the Contractor shall provide the Purchaser with details of all the auxiliaries/ materials
being supplied and also of others, not forming part of the Contractor’s supply but
essential for the safe and satisfactory working of the equipment/ system.
The Contractor shall send for approval on or before the date indicated by the Engineer,
outline drawings of all equipment/ materials to be furnished under the contract, together
with weights and sufficient overall dimensions to enable the design of the foundations,
structures and associated equipment to be prepared and also for transportation purpose.
14.0 CONTRACTOR.S DRAWINGS:
14.1. All working drawings shall preferably be prepared in AutoCAD 2000 software or its later
version. The Contractor shall also submit the soft copies of all working drawings.
14.2. Within 30 days from the date of acceptance of notification of award of contract, the
Contractor shall send to the Purchaser a preliminary list of all the drawings with their
respective identification numbers, titles and expected date of submission.
This list shall be amended or extended by the Contractor as and when necessary during
the progress of the work under the contract.
14.3. All titles, notes and inscriptions on the drawings shall be in English.
14.4. All drawings which the Contractor shall send to the Purchaser for approval shall be
approved or rejected or returned for modification within 15 days of receipt by the
65
Purchaser. In case of modification or rejection the Contractor shall submit the correct
drawings within 15 days from receipt of communication from the Purchaser.
Contractor shall be responsible for any delay in the contract processing and its award
caused by non conforming technical particulars furnished by the Contractor requiring
query, confirmation etc.
14.5. Upon approval by the Engineer, the drawings shall become the contract drawings and
thereafter, the Contractor shall not depart from them in anyway whatsoever except with
the written permission of the Purchaser.
14.6. FINAL AS-BUILT DRAWINGS:
In the final stages of the contract, the Contractor shall submit to the Purchaser hard
copies as well as soft copies of complete set of built up drawings.
14.7. MISTAKES/ ERRORS IN DRAWINGS:
14.7.1. The Contractor shall be responsible and liable for any change in the work due to any
discrepancies, errors, or omissions in the drawings or other particulars which have arisen
due to inaccurate information or particulars furnished by the Contractor, even though
approved by the Purchaser/Employer.
14.7.2. However, the Purchaser/ Employer shall be responsible for drawings and information
supplied by him. The Purchaser/ Employer shall compensate for any change in the work
caused due to inaccurate information supplied by him to the Contractor.
15.0 COPY RIGHT ETC.:
15.1. The Contractor shall indemnify the Purchaser against all claims, actions, suits and
proceedings for the infringement or alleged infringement of any patent, design or
copyright protected either in the country of origin or in India for the use of any equipment
supplied by the Contractor but such indemnity shall not cause any use of the equipment
other than for the purposes indicated by or reasonably to be inferred from the
specification.
16.0 SUBLETTING CONTRACT:
16.1. The Contractor shall not, without the consent in writing of the Purchaser/ Employer assign
or sublet his contract, or any substantial part thereof, or interest therein or benefit or
advantage whatsoever, other than for raw materials or for minor details or for any part of
the work of which the Sub-contractors are named in the tender provided any such
consent shall not relieve the Contractor from any obligation, duty or responsibility under
the contract.
17.0 PACKING & MARKING:
17.1. The contract shall include provisions for secured/ protective packing of equipment so as
to avoid damage in transit, and the Contractor shall be responsible for all loss or damage
caused or occasioned by a defect in the packing.
17.2. All bright metal parts shall be thoroughly protected from rust during transit.
17.3. All materials shall be packed in suitable strong cases or crates as per standard practice,
unless otherwise specified. Large equipment such as power transformers, circuit breakers
etc. which are not packed in cases, shall have all screwed holes plugged with wood and
all machined faces shall be properly protected. Each package should be suitably marked
with APDCL marking as specified in the purchase order.
18.0 VARIATION OF QUANTITY:
18.1. Purchaser/ Employer shall have the right to increase/ decrease the ordered quantity by
20% within 50 days of the period of completion of supply order and the same shall be
66
supplied at the same rates/ prices and terms and conditions stipulated in the order except
in regard to delivery schedule, which shall be mutually agreed upon in case of increase in
the ordered quantity.
19.0 CO-OPERATION WITH OTHER MANUFACTURERS:
19.1. The Contractor shall agree to co-operate with the Purchaser’s other contractors for
associated supplies and freely exchange with them such technical information as is
necessary to obtain the most efficient and economical design and to avoid unnecessary
duplication. No remuneration shall come from the Purchaser for such technical co-
operation.
20.0 INSPECTION AND TESTING:
20.1. The Purchaser/ Employer and his duly authorized representative shall have at all
reasonable time access to the Contractor’s premises or works and shall have the power
to inspect and examine the materials including raw materials used and the workmanship
of the product during manufacture. If a part of the goods is manufactured at other’s
premises or works the Contractor shall obtain for purchaser’s duly authorized
representative, permission to similarly inspect at the other premises/works.
21.0 INSPECTION AT SITE FOR ERECTION WORK:
21.1. A representative of the Purchaser shall have access to the Contractor/ Sub- Contractor’s
work at site at any time and the Contractor/ Sub-Contractor or his authorized agent shall
be present and shall provide facilities for necessary inspection.
22.0 TEST AT SITE FOR ERECTION WORK:
22.1. The Contractor after erection and commissioning of the equipment shall arrange testing
to prove correct workmanship as per specification. The Contractor shall give in writing the
Purchaser’s representative thirty (30) days notice of the date the equipment would be
ready for testing. The Contractor shall bear all testing cost at site of work and shall
become responsible for rectification of defects found on testing within reasonable time as
decided by the Engineer.
23.0 INSURANCE:
23.1. The Contractor shall, unless otherwise specified by the Purchaser, insure the materials
through their underwriter at their cost and shall keep it insured against any loss/ damage/
pilferage in transit, destruction or damage by fire/ flood, exposure to vagaries of weather
or through riot, civil commotion, war or rebellion, for the full value of the materials until the
materials are received at the Purchaser’s destination store.
23.2. The Contractor shall be responsible for safe arrival of the goods at destination, their
unloading and their receipt by the consignee. The Assam Power Distribution Company
Limited will discharge consignee’s responsibilities only and shall not be responsible for
any damage/ loss/ pilferage/ non-delivery by the carriers.
23.3. In case of any loss / damage / pilferage / non-delivery / short delivery by carriers etc. the
supplier shall replace free of cost the missing / damaged / lost materials within 30 (thirty)
days from the receipt of report thereof from the consignee without waiting for settlement
of their claims with their carriers/ under-writers.
Normally such reports from the consignee to the supplier shall be initiated within a period
of 30 (thirty) days from the date of receipt of each consignment by him.
23.4. If it is considered necessary that the damaged equipment either in part or in full be sent
back to the manufacturer’s works for repair, the manufacturers/ suppliers will furnish the
Bank Guarantee for the full value of equipment needing repairs and such Bank
Guarantee shall remain valid till such time the equipment are repaired and returned to the
67
consignee in good condition. The to and fro freight, handling and insurance charges in
such cases will be borne by the Contractor .
23.5. Unless otherwise mutually agreed upon, in case of failure by the supplier to replenish/
make good of the loss/ damage/ short supplied quantities, within the stipulated period, the
Purchaser reserves the right to forfeit the security deposit and/ or adjust any outstanding
payment to the Contractor with APDCL or take any other appropriate action.
23.6. All materials will be dispatched against clear door delivery basis unless otherwise agreed
by the Purchaser .
24.0 TERMS OF PAYMENT:
24.1. The standard terms of payment of APDCL for supply of equipment/ materials are
indicated below:-
(A) 100% payment would be admissible within three (3) weeks from the date of receipt of the
materials/ equipment at site in full and good condition less deduction of retention money
and advance applicable as per clause 10.0 and 24.2 and as per terms and conditions
stipulated in the purchase order
(B) However, in special case, the following terms of payment may be agreed to at the
discretion of Purchaser .
(1) Payment of 90% (ninety percent) of the consignment value on receipt of all
dispatch and other documents by the consignee through Bank.
(2) Balance 10% (ten percent) on-receipt of the equipment/ materials at site in full and
in good condition and as per terms & conditions stipulated in the Purchase order.
(3) Payment vide clause (B)(I) & (B)(2) would be made provided the Contractor
submits to the Purchaser/ Employer a bank guarantee equivalent to 90% of the
consignment value, which will be released after the consignment is received in full
and good condition.
(4) Payments as per sub-para (A), (B)(I) & (B)(2) above will be made under the
following conditions:-
(a) Advance copies of bills in duplicate and other information such as challan
packing list etc. are furnished sufficiently in advance.
(b) Any demurrage charges on account of late intimation and/or delivery of
documents by the Bank is borne by the supplier.
(c) The supplier intimates the dispatch of each and every consignment to the
Purchaser and the Consignee.
(d) All Bank charges are borne by the supplier.
(5) Payment through Bank in respect of material/ equipment dispatched by road
transport shall be allowed if required, provided the transport agency is approved by
the Banking Association and prior approval thereof is given by the Engineer .
(C) TERMS OF PAYMENTS FOR ERECTION WORK:
Payment up to 100% of erection items will be made against progressive monthly bills
within a reasonable time from the date of submission of bills less deduction of retention
money and advance applicable as per clause 10.0 and 24.2 respectively.
24.2. ADVANCE PAYMENT:
10% of the contract value as interest free advance against a Bank Guarantee for a sum
equivalent may be permitted if specifically provided in the NIT. The advance amount will
be gradually adjusted/ amortized by suitable instalments from the progressive bills.
Number of instalments will be specified in the NIT.
68
25.0 TIME FOR COMMENCEMENT AND COMPLETION:
25.1. For the purpose of determining the completion time of supply and/or erection works, the
date on which the Contractor accept the purchase/ work order in pursuance to clause 5.0
shall be taken as commencement date of the contract.
25.2. The Contractor shall attain Completion of the supply and/or works (or of a part where a
separate time for Completion of such part is specified in the NIT/ Contract), within the
time stated in the NIT / Contract.
25.3. As soon as the works, in the opinion of the Contractor, are completed as per
requirements of the specification/ contract, the Contractor shall so notify the Engineer in
writing.
25.4. The Engineer shall, within fourteen (14) days after receipt of the Contractor’s notice under
Sub-Clause 25.3 either issue a Completion Certificate in the form specified by the
Engineer, stating that the supply/ works thereof have reached Completion on the date of
Contractor’s notice under Sub-Clause 25.3 or notify the Contractor in writing of any
defects and/ or deficiencies.
25.5. If the Engineer notifies the Contractor of any defects and/ or deficiencies, the Contractor
shall then correct such defects and/ or deficiencies, and shall repeat the procedure
described in Sub-Clause 25.3
25.6. If the Engineer is satisfied that the supplies/ works have reached completion, the
Engineer shall, within seven (7) days after receipt of the Contractor’s repeat notice, issue
a Completion Certificate stating that the supplies/ works have reached Completion on the
date of the Contractor’s repeat notice.
25.7. If the Engineer is not so satisfied, then he shall notify the Contractor in writing of any
defects and/or deficiencies within seven (7) days after receipt of the Contractor’s repeat
notice, and the above procedure shall be repeated.
25.8. If the Engineer fails to issue the Completion Certificate and fails to inform the Contractor
of any defects and/ or deficiencies within fourteen (14) days after receipt of the
Contractor’s notice under Sub-Clause 25.4 or within seven (7) days after receipt of the
Contractor’s repeat notice under Sub-Clause 25.6 then the supplies / works shall be
deemed to have reached completion on the date of the Contractor’s notice or repeat
notice, as the case may be.
25.9. EXTENSION OF TIME FOR COMPLETION: Should progress be delayed because of
delay in approval of drawings or any cause beyond reasonable control of the Contractor,
reasonable extension of time may be granted on the application made by the Contractor
in writing to the Purchaser but without prejudice to other terms and conditions of the
contract. It shall be the duty of the Contractor to notify to the Purchaser the reason for
delay which the Contractor considers to be beyond his control. The decision of the
Purchaser as to whether the delay was beyond the control of the Contractor shall be final.
25.10. Price variation, if any, applicable as per purchase order shall not apply to any quantity not
delivered as per delivery schedule of the purchase order. If, however, the prices in
respect of delayed deliveries are found to have gone down, payment will be made at the
reduced price or penalty levied at the discretion of the Purchaser.
26.0 LIQUIDATED DAMAGE FOR DELAY IN DELIVERY / COMPLETION OF WORKS AND
PENALTY:
26.1. The date of delivery/ completion of work shall be deemed to be the essence of the
contract and shall be completed not later than the date specified in the purchase order/
contract. In case of failure to deliver the materials/ equipment in full or to complete the
delivery within the stipulated delivery period or delay in the erection work beyond
completion schedule, the Purchaser/ Employer shall be entitled to: -
69
(1) Recover an amount at the rate of 1% (one percent) of the Contract Price per week or part
thereof of delay, subject to maximum of 10% (ten percent) of the contract price as
liquidated damage to APDCL. However, the payment of liquidated damages shall not in
any way relieve the Contractor from any of its obligations to complete the works or from
any other obligations and liabilities of the Contractor under the Contract.
(2) Purchase the undelivered material/ equipment from elsewhere or to complete the balance
work giving notice to the supplier and to recover any extra expenditure incurred thereby
for having to purchase these materials or complete the work at a higher price, at the risk
and responsibility of the Contractor.
(3) Cancel the contract wholly or in part and to purchase materials/ equipment at the full risk
and cost of the supplier and forfeit the security deposit.
27.0 CONTRACTUAL FAILURE:
27.1. In the event of contractual failure of any respect on the part of the supplier, the Purchaser
shall be entitled to forfeit the security deposit or any deposit or any payment due to
Supplier from this or his other contracts towards the recovery of Purchaser’s claim for
damages arising out of the failure. In addition, APDCL may black-list or ban the
Contractor or pending enquiry, suspend him or take any other steps considered suitable.
28.0 REJECTION:
28.1. In the event, any of the Equipment supplied by the Contractor is found defective in
materials or workmanship or otherwise not in conformity with the requirements of the
contract specifications, the Purchaser shall either reject the equipment or request 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 at his option:
(a) Replace or rectify such defective equipment and recover the extra cost so involved from
the Contractor plus 15% fifteen percent thereof, or
(b) Terminate the contract for default, or
(c) Acquire the defective equipment at a reduced price as considered equitable under the
circumstances. The provision of this article shall not prejudice the Purchaser’s right under
clause 26.0
29.0 DEDUCTION FROM CONTRACT PRICE:
29.1. All cost, damages or expenses which the Purchaser may have made for which, under the
contract, the Contractor is liable, may be deducted by the Purchaser from any money due
or becoming due by him to the Contractor or may be recovered by action at law or
otherwise from the Contractor.
29.2. In the event of recovery to the necessary extent becoming impossible owing to
insufficiency of the earnest money/ security deposit and withheld amounts, the balance
due to the Purchaser may at the option of the Purchaser be recovered from any money
due to the Contractor from LAEDCL under other contracts with the Contractor.
30.0 FORCE MAJEURE:
30.1. Normally, force majeure shall cover only act of God, fire, war, riots and, act of
Government etc. Any constraints other than those specified above, will not constitute a
force majeure condition. In view of other constraints beyond the control of the supplier,
primarily due to statutory compulsion, extension of delivery time may also be considered
on merit of individual case. In case of a force majeure condition, the Contractor shall
notify the Purchaser in writing such condition within 10 (ten) days from the beginning of
such delay for consideration and acceptance.
70
31.0 CHANGE OF NAME OF THE TENDERER:
31.1. At any stage after tendering, the Purchaser/ Employer shall deal with the Supplier/
Contractor only in the name and the address under which he submitted the tender. All the
liabilities/ responsibilities for due execution of the contract shall be that of the Supplier/
Contractor. The Purchaser may however, in his discretion deal with agents/
representatives/ distributors/ manufacturers/ associates/ principals/ sister concerns and
such dealings shall not absolve the Supplier/ Contractor from the responsibilities/
obligations/ liabilities to the Purchaser/ Employer under the contract.
31.2. Any change/ alteration of name/ constitution/ organization of supplier shall be duly notified
to the Purchaser/ Employer and the Purchaser/ Employer reserves the right to determine
the contract, in case of any such notification.
32.0 DEATH, BANKRUPTCY ETC.:
32.1. If the Contractor becomes bankrupt or being a corporation is in the process of winding up,
amalgamation or reorganization, the Purchaser shall be at liberty to:
(a) Terminate the contract forthwith by notice in writing to the Contractor or to the liquidator
or receiver or to any person in whom the contract may become vested.
(b) Give such liquidator, receiver or other person the option of carrying out the contract
subject to his providing a guarantee for the due and faithful performance of the contract
up to an amount to be determined by the Purchaser.
32.2. In case of death of the Contractor before completion of work and supply, the Engineer or
Purchaser shall be at liberty to:
(a) Close up the contract and take over the completed portion of work/ supply done and
made as per specification and make final payment to the legal heir of the Contractor on
receipt of claim from such legal heir .
(b) Give the contract to the legal heir of the Contractor subject to his depositing a
performance security for the due and faithful performance of the contract. The
performance security amount shall be determined by the Purchaser/ Engineer
commensurate with the incomplete portion of the work/ supply.
The Purchaser will enter into a fresh contract with the legal heir of the Contractor on the
same terms and conditions of the earlier contract.
33.0 ARBITRATION:
33.1. If at any time, any question, disputes or differences whatsoever shall rise between the
Purchaser and the Contractor, upon or in relation to or in connection with the contract,
either party may forthwith give notice to the other in writing of the existence of such
question of dispute or difference and the same shall be referred to the adjudication of
three Arbitrators, one to be nominated by the Purchaser the other by the Contractor and
the third by the President of the International Chamber of Commerce in the case of
foreign contractors and in case of local contractors by the President of the Institution of
Engineers, India/ Retired or Sitting Judge not below the status of a retired Judge of High
Court of India. If either of the parties fail to appoint its arbitrators within 60 (sixty) days
after receipt of notice of the appointment of arbitrators then President of International
Chamber of Commerce or the President of the Institution of Engineers retired or sitting
Judge of India, as the case may be shall have the power at request of either of the
parties, to appoint an Arbitrator. A certified copy of the President of the ICC or IOE
making such an appointment shall be furnished to both parties
33.2. The arbitration shall be conducted in accordance with Rules and procedures for
Arbitration of the International Chamber of Commerce (Paris) in the case of foreign
contractors as per provisions of the Arbitration Act 1940 or any statutory modification
thereof and in case of local contractors, shall be held at Guwahati or any other place as
may be decided by the Managing Director, APDCL. The decision of the majority of
71
Arbitrators shall be final & binding upon the parties and the expenses of the arbitration
shall be paid as may be determined by the Arbitrator . However, any dispute arising out of
this contract will first be discussed and settled bilaterally between LAEDCL and the
Contractor.
34.0 PRECAUTIONS TO BE TAKEN DURING CONSTRUCTIONS/ ERECTION:
34.1. The Contractor shall take reasonable and statutory precaution during execution of
erection and construction work so as to avoid accident and damage to equipment and
injury to workman and to prevent theft, pilferage etc.
35.0 LIABILITY FOR ACCIDENT AND DAMAGE:
35.1. The Contractor shall not claim for compensation arising out of any accident(s) or
damages done during the course of erection & commissioning work & the Contractor will
be responsible for paying compensation to the worker as per Workmen’s Compensation
Act, 1923 and subsequent amendments thereof. It is further clarified that in case any
payment is to be made by the Contractor under the said Workmen Compensation Act, the
same shall be paid forthwith and in case of failure in making such payments the
Purchaser shall make payment and the amount so paid shall be deducted from the bills of
the Contractor.
35.2. The Contractor shall adequately insure against liability to third party, in the joint names of
the Employer, the Contractor and the Sub-contractors for any loss, damage, death or
bodily injury which may occur to any physical property owned by others, the goods/
materials of the contract or to any person which may arise out of the performance of the
contract.
36.0 REGULATION OF LOCAL AUTHORITIES:
36.1. The Contractor shall abide by the regulation of local Authorities unless such regulation is
repugnant to any terms of the contract agreed upon.
36.2. All electrical contractors need to possess a valid ‘Electrical Contractor’s License’ from the
concerned Licensing Board, Government of Assam. A tenderer, who has a valid
‘Electrical Contractor’s License’ from other states will also qualify for a bidding. However,
in such cases the tenderer will have to obtain the same or an endorsement to that extent,
from the Licensing Board of Government of Assam within a reasonable time from the date
of award of contract.
36.3. The Contractor is required to fulfil all criteria related to Labour Laws.
36.4. The Contractor will also comply with all regulations/ directives of both State & Central
Government Pollution Boards.
37.0 SUSPENSION OF BUSINESS DEALINGS WITH FIRMS/ CONTRACTORS:
37.1. The Purchaser may suspend business dealings with a Firm/ Contractor, if:
(a) The Central Bureau of Investigation or any other investing agency recommends such a
course in respect of a case under investigation; and if a prima facie case is made out that
the firm is guilty of an offence involving unethical, unlawful, fraudulent means in relation to
business dealings, which, if established, would result in business dealings with it being
banned.
(b) The Purchaser has past record of non-performance of the Firm in its previously awarded
contracts.
(c) The Purchaser has record of ban against the Firm by other Government / Public sector
utility
37.2. However, the Purchaser shall give the Firm/ Contractor a fair chance to explain the
circumstances of such previous suspensions.
72
38.0 BANNING OF BUSINESS DEALINGS WITH FIRMS/ CONTRACTORS:
38.1. The Purchaser may ban business dealings with a Firm/ Contractor, if:
(a) The owner (s) of the Firm/ Contractor is convicted by a court of law following prosecution
for offences involving unethical, unlawful, fraudulent means in relation to business
dealings.
(b) There is strong justification that the Firm has been guilty of malpractices “such as,
bribery, corruption, fraud, substitution of tenders, interpolation, mis-representation,
evasion or habitual default in payment of any Government tax" etc. .
(c) The Firm continuously refuses to return government dues without showing adequate
cause and government are reasonably satisfied that this is not due to reasonable dispute
which would attract proceeding in arbitration or court of law.
(d) The Firm is found guilty of involving in unethical practices, such as:
1. “corrupt practice” involving offering, giving, receiving or soliciting, directly or indirectly, of
anything of value to influence the action of any such official/ party in procurement process
or in contract execution.
2. “fraudulent practice” involving misrepresentation or omission of facts in order to influence
a procurement process or the execution of a contract to the detriment of the Employer.
3. “collusive practice” involving a scheme among bidders (prior to or after bid submission)
designed to establish bid prices at artificial non-competitive levels and to deprive the
Employer of the benefits of free and open competition.
4. “coercive practice” involving harming or threatening to harm directly or indirectly, persons
or their property to influence procurement process or the execution of a contract.
38.2. The Purchaser may sanction a Firm/ Contractor or its successor, including declaring
ineligible, indefinitely or for a period of not less than 3 (three) years.
39.0 LEGAL JURISDICTION:
39.1. For any litigation arising out of the contract which cannot be resolved through mutual
agreement or through arbitration, the Guwahati High Court will have the sole jurisdiction.
73
SECTION – 8
FORMS OF BID
74
PROFORMA OF BANK GUARANTEE FOR BID GUARANTEE/SECURITY
(To be stamped in accordance with Stamp Act) The non-Judicial stamp paper should be in the name of issuing bank
Ref………………………….. Bank Guarantee No…………..
Date……………………. To
The Chief General Manager (PP&D) Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltanbazar Guwahati-1
Dear Sirs/ Madam, In accordance with invitation to bid under your Bid No………………. M/s………………. having its Registered/ Head Office at ……………..( hereinafter called the ‘Bidder’) wish to participate in the said Bid or ………………… and you, as a special favour have agreed to accept an irrevocable and unconditional Bank Guarantee for an amount of ……………….. valid upto……………………. On behalf of Bidder in lieu of the Bid deposit required to be made by the bidder, as a condition precedent for participation in the Said Bid. We, the …………………. Bank at …………………… have our Head Office at…………..( local address) guarantee and undertake to pay immediately on demand by Assam Power Distribution Company Limited, the Amount of …………………………………………… …………………………………………………..( in words & figures) without any reservation, protest, demur and recourse. Any such demand made by said ‘Owner’ shall be conclusive and binding on us irrespective of any dispute or difference raised by the Bidder. The Guarantee shall be irrevocable and shall remain valid up to and including …………. @....................... if any further extension of this guarantee is required, the same shall be extended to such required period ( not exceeding one year) on receiving instruction from M/s ………… … ………. on whose behalf this guarantee is issued. In witness whereof the Bank, through its authorized office, has set its hand and stamp on this …………… day of ………………….. 20………… at ………………………… WITNESS ……………………… ……………………. (Signature) ( Signature) …………………….. …………………… (Name) (Name) ……………………. …………………… ( Official Address) (Official Address)
@ This date shall be thirty (30) days after the last date for which the bid is valid.
75
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE (To be stamped in accordance with Stamp Act)
Ref………………………….. Bank Guarantee No…………..
Date……………………. To
The Chief General Manager (PP&D) Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltanbazar Guwahati-1
Dear Sirs/ Madam, In consideration of Assam Power Distribution Company Ltd., (herein after referred to as the ‘Owner’ which expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded to M/s…………… ….……………………….with registered/ Head office at ……………….( hereinafter referred to as “ Contractor” which expression shall unless repugnant to the context or meaning thereof include its successors, administrators, executors and assigns), a Contract by issued of Owner’s Letter of Award No…………… dated……………….. and the same having been acknowledged by the contractor, resulting in a contract bearing No…………….. dated contractor having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to……………… being(%) (Percent *) of the said value Contract to the Owner. We………………………………………………………………………………………….. (Name & Address) having its Head Office at …………………( hereinafter referred to as the “ Bank” , which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the owner, on demand any all monies payable by the contractor to be extent of …………………. As aforesaid at any time up to ………………………..**( day/month/year) without any demur, reservation , contest , recourse or protest and / or without any reference to this contractor. Any such demand made by the owner on the bank shall be conclusive and binding notwithstanding any difference between the Owner the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority . The bank undertakes not to revoke this guarantee during its currency without previous consent of the owner and further agrees that the guarantee herein contained shall continue to be enforceable till the owner discharges this guarantee. The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under the guarantee, from time to time to extend the time for performance or the contract by the contractor. The owner shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any power vested in them or of any right which they might have against the contractor, and to exercise the same at any time in any matter, and either to enforce or to for bear to enforce any covenants, contained or implied, in the contract between the owner and the contractor or any other course or remedy or security available to the owner. The Bank shall not be released to its obligations under these presents by any exercise by the owner of its liberty with reference to the matters aforesaid or any of them or by reason of any other act of omission or commission on the part of the owner or any other indulgences shown by the owner or by any other matter or thing whatsoever which under law would , but for this provision have the effect of relieving the Bank. The bank also agrees that the owner at its option shall be entitled to enforce this guarantee against the Bank as a principal debtor, in the first instance without proceeding against the contractor and not withstanding any security or other guarantee the owner may have in relation to the Contractor’s liabilities. Notwithstanding anything contained herein above our liability under this guarantee is restricted to ……………………. And it shall remain in force up to an including …………………….. and shall be extended from time to time for such period( not exceeding 1 year) as may be desired M/s………………………………………………………….on whose behalf this guarantee has been given.
76
Dated this……………………. Day of ……………………….. 20……………… at………… WITNESS ……………………………. ……………………… (Signature) (Signature) …………………………… …………………….. (Name) (Name) ………………………….. …………………….. (Official address) (Official address) Attorney as per power Of Attorney No………….. Date…………………….. Notes * This sum shall be 10%(Ten) of the Contract price. ** The date will be 90(Ninety) days after the end of the Warranty Period as specified in the contract. 1. The stamp paper of appropriate value shall be purchased in the name of issuing bank.
77
PROFORMA OF EXTENSION OF BANK GUARANTEE Ref………………………….. Date……………………. To
The Chief General Manager (PP&D) Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltanbazar Guwahati-1
Dear Sirs/ Madam, Sub: Extension of Bank Guarantee No……………….. for Rs…………………. Favouring
yourselves , expiring on …………………. On account of M/S………………………….. in respect of contract no……………………. dated …………….. ( hereinafter called original Bank Guarantee).
At the request of M/s ……………………… we …………………… bank, branch office at ………………….. and having its Head Office at ………………………. Do hereby extend our liability under the above mentioned Bank Guarantee No………………… dated………………………for a further period of ……………………… ( Years/ Months) from………………….. to expire on………………….. expect as provided above, all other terms and conditions of the original Bank Guarantee No………………………. dated ………………. Shall remain unaltered and binding. Please treat this as an integral part of the original Bank Guarantee to which it would be attached.
Yours faithfully For……………………………… Manager/ Agent/Accountant ………………….. Power of attorney No…………………… Dated…………………………………… SEAL OF BANK
Note: The non-judicial stamp paper of appropriate value shall be purchased in the name of the Bank who has issued the Bank Guarantee.
78
PROFORMA OF BANK GUARANTEE FOR ADVANCEPAYMENT ( To be stamped in accordance with Stamp Act )
Ref………………………….. Bank guarantee No…………………… Date……………………. To
The Chief General Manager (PP&D) Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltanbazar Guwahati-1
Dear Sirs/ Madam, In consideration of Assam Power Distribution Company Ltd.(hereinafter referred to as the ‘Owner’, which expressions shall unless repugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded to M/s…………………………… hereinafter referred to as the ‘Contractor’ which expression shall unless repugnant to the context or meaning thereof , include its successors, administrators, executors and assigns), a Contract by issue of Owner’s letter of Award No…………………… Dated……………………and the same having been acknowledged by the contractors, resulting in a Contract bearing no…………………. Dated…………………. Valued (at………………………………( in words and figures). For ………………………….Contract (space of work)………………………………….. (hereinafter called the ‘Contract’) and the Owner having agreed to make an advance payment to the Contractor for performance of the above contract amounting ……………………………… (in words and figures) as an advance against Bank Guarantee to be furnished by the Contractor. We…………………………..( Name of the Bank) having its Head Office at……………………………… ( hereinafter referred to as the ‘Bank’, which expression shall, unless repugnant to the context or meaning thereof , include its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the owner , immediately on demand any or, all monies payable by the contractor to the extent of ………………..as aforesaid at any time upto…………………….. (a….) without any demur, reservation, contest, recourse or protest and/or without any reference to the contractor. Any such demand made by the Owner on the Bank shall be conclusive and binding notwithstanding any difference between the Owner and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. We agree that the guarantee herein contained shall be irrevocable and shall continue to be enforceable till the owner discharge this guarantee. The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee, from time to time to vary the advance or to extent the time for performance of the contract by the Contractor. The Owners shall have the fullest liberty without affecting this guarantee, to postpone from time to time the exercise of any power vested in them or of any right which they might have against the Contractor and to exercise the same at any time in any manner, and either to enforce any covenants, contained or implied, in the contact between the Owner and the Contractor or any other course or remedy or security available to the Owner. The Bank shall not be released of its obligations under this presents by any exercise by the owner of its liberty with reference to the matter aforesaid of any of them or by reason of any other act or forbearance or other acts of omission or commission on the part of the owner or any other indulgence shown by the owner or by any other matter or thing whatsoever which under law would be for this provision have the effect of relieving the Bank. The Bank also agrees that the Owner at its option shall be entitled to enforce this guarantee against the Bank as a principal debtor, in the first instance without proceeding against the contractor and not withstanding any security or other guarantee that the owner may have in relation to the contractors liabilities. Notwithstanding anything hereinabove our liability under this guarantee is limited to………… and it shall remain in force upto an including ……………………….( @ and shall be extended from time to time for such period ( not exceeding 1 year as may be desired by M/s…………………………………………………………………...dated this ………. Day of ……………….. 20……. At…………………………….. WITNESS…………………………………….. ……………………………… …….……………………….. (Signature) (Signature) ……………………………. ……………………………… (Name) (Name) …………………………..…. (Designation) (Official Address) (With Bank Stamp) Attorney as per Power of attorney No……………………… …. Dated…………………. Strike whichever is not applicable
@ The date will be 90(ninety) days after the date of completion of the Contract.
79
PROFORMA OF “AGREEMENT” (To be executed on non-Judicial stamp paper)
This Agreement made this …………….. day of ………… two thousand……………. Between Assam Power Distribution Company Ltd. having its head office at Bijulee Bhawan, Paltanbazar, Guwahati-1 ( hereinafter referred to as ‘Owner’ or ‘APDCL’, which expression shall include its administrators, successors and assign on one part and (hereinafter referred to as the ‘Contractors ‘X’ ( Name of the contracting Co.) which expression shall include its administrators, successors, executors and permitted assigns) on the other part. WHEREAS APDCL desirous of …………………….. in ……………. Circle associated with APDCL at ……………….(District) invited Bids for…………………………………………….. ………………………………. (Briefly describe scope of works) for the first state of the project as per its Bid Specification No……………………………… AND WHEREAS……………………….”X” ………………………. Had participated in the above referred Bidding vide their proposal No……………………. dated………………. And awarded the Contract to……………..” X”…………….. on terms and conditions documents referred to therein which have been acknowledged by……………….”X”…………………..resulting into a “Contract”
NOW THEREFORE THIS DEED WITNESS AS UNDER:- 1.0 Article 1.1 Award of Contract APDCL awarded the contract to……………..”X”……………… for the work of …………… on the terms and conditions contained in its letter of Award No…….. ………. Dated…………… and the documents referred to therein. The award has taken effect from aforesaid letter of award. The terms and expression used in this agreement shall have the same meaning as are assigned to them in the ‘Contract Documents’ referred to in this succeeding Article. 2.0 Documentation 2.1 The contract shall be performed strictly as per the terms and condition stipulated herein and in the following documents attached herewith( hereinafter referred to as “Contract Documents”.) i) Section 1-11 of the Bidding Document. ii) Proposal Sheets, Data Sheets, Drawing work schedule submitted by “X”. APDCL’s Letter of Award No………….. dated……………….duly acknowledged by “X”. Quality Plans for manufacturing and field activities entitled as Quality Plan. All the aforesaid Contract Documents shall form an integral part of this agreement , in so far as the same or any part conform to the bidding documents and what has been specifically agreed to by the Owner in its letter of Award. Any matter inconsistent therewith, contrary or repugnant thereto or any deviations taken by the Contractor in its ‘Proposal’ but not agreed to specially by the Owner in its Letter of Award shall be deemed to have been withdrawn b y the Contractor. For the sake of brevity, this agreement along with its aforesaid Contract Documents shall be referred to as the ‘Agreement’. 3.0 Conditions & Covenants 3.1 The scope of Contract, Consideration, Terms of Payment, Price Adjustments, Taxes wherever applicable, Insurance, Liquidated Damage, Performance Guarantees and all other terms and conditions are contained in APDCL’s Letter of Award No………........... dated……………… read in conjunction with other aforesaid contract documents. The contract shall be duly performed by the Contract Documents, but which are needed for successful, efficient, safe and reliable operation of the equipment unless otherwise specifically excluded in the specification under ‘exclusion’ or Letter of Award. 3.2 The scope of work shall also include supply and installation of all such items which are not specifically mentioned in the contract Documents, but which are needed for successful, efficient, safe and reliable operation of the equipment unless otherwise specifically excluded in the specifications under ‘exclusions’ or ‘Letter of Award’. 3.3 Time Schedule 3.3.1 Time is the essence of the Contract and schedules shall be strictly adhered to “X” shall perform the work in accordance with the agreed schedules. 3.4 Quality Plans 3.4.1 The Contractor is responsible for the proper execution of the Quality Plans mentioned in Section 4.8 of GTC. The work beyond the customer’s hold points will progress only with the owners consent. The Owner will also undertake quality surveillance and quality audit of the Contractor’s /Sub-contractor’s works, systems and procedures and quality control activities. The Contractor further agrees that any change in the Quality Plan will be made only with the Owner’s approval. The contractor shall also perform all quality control activities, inspection and tests agreed with the Owner to demonstrate full compliance with the contract requirements. 3.4.2 The contractor also agrees to provide the Owner with the necessary facilities for carrying out inspection, quality audit and quality surveillance of contractors and its Subcontractor’s Quality Assurance Systems and Manufacturing Activities. These shall include but not limited to the following:
Relevant plant standards, drawing and procedures;
Detailed Quality Assurance System manuals for manufacturing activities.
Storage procedures and instructions weld, NDT, heat treatment prior to commencement of manufacture;
Complete set of log sheets (blank) mentioned in the Quality Plans. It is expressly agreed to by the contractor that the quality test and inspection by the owner shall not in any way relief the contractor of its responsibilities for quality standards and performance guarantee and their other obligations under the Agreement. 3.4.4 “X’ agrees to submit quality Assurance Documents to APDCL for review and record after completion and within 3 weeks of dispatch of material. The package will include the following :
80
Factory test result, inspection report for testing required by this contract or applicable codes and standards.
Two copies of inspection reports duly signed by Quality Assurance personnel of both APDCL and “X” for the agreed customer hold points.
Report of the rectification works where and if applicable. 3.5 It is expressly agreed to by the Contractor that notwithstanding the fact that the Contract is termed as Supply-cum-Erection Contract or indicates the break-up of the Contract consideration, for convenience of operation and for payment of sale tax on supply portion, it is in fact one composite Contract on single source responsibility basis and the Contractor is bound to perform the total Contract in its entirely and non-performance of any part or portion of the Contract shall be deemed to be breach of the entire Contract. 3.6 The Contractor guarantees that the equipment package under the Contract shall meet the ratings and performance parameters as stipulated in the technical specifications (Section 10) and in the event of any deficiencies found in the requisite performance figures, the Owner may at its option reject the equipment package or alternatively accept it on the terms and conditions and subject to levy of the liquidated damages in terms of Contract documents. The amount of liquidated damages so leviable shall be in accordance with the contract document and without any limitation. 3.7 It is further agreed by the contractor that the contract performance guarantee shall in no way be constructed to limit or restrict the owner’s equipment right to recover the damages/compensation due to shortfall in the equipment performance figures as stated in Para 3.6 above or under any other clause of the agreement. The amount of damages/compensation shall be recoverable either by way of deduction from the contract price, contract performance guarantee and or otherwise. The contract performance guarantee furnished by the contractor is irrevocable and unconditional and the owner shall have the power to invoke it notwithstanding any dispute or difference between the owner and the contractor pending before any court tribunal, arbitrator or any other authority. 3.8 This Agreement constitutes full and complete understanding between the parties and terms of the payment. It shall supersede all prior correspondence terms and conditions contained in the Agreement. Any modification of the agreement shall be effected only by a written instrument signed by the authorized representative of both the parties. 4.0 SETTLEMENT OF DISPUTES 4.1 It is specifically agreed between parties that all the differences or disputes arising out of the agreement or touching the subject matter of the agreement shall be decided by process of settlement and Arbitration as specified in clause 41 of the General Condition of the Contract and provision of the Indian Arbitration Act, 1996 shall apply. Guwahati Courts alone shall have exclusive jurisdiction over the same. 4.2 NOTICE OF DEFAULT Notice of default given by either party to the other under agreement shall be in writing and shall be deemed to have been duly and properly served upon the parties hereto if delivered against acknowledgement or by telex or by registered mail with acknowledgements due addressed to the signatories at the addresses mentioned at Guwahati. IN WITNESS WHEROF, the parties through their duly authorized representatives have executed these presents (execution where of has been approved by the competent authorities of both the parties) on the day, month and year first above mentioned at Guwahati . WITNESS: 1. ……………………….. (Owner’s signature) ( Printed Name) 2. ……………………… (Designation)( Company’s Stamp) 3. …………………….. (Contractor’s Signature)(Company’s Name) 4. …………………….. (Designation)(Company’s Stamp)
Applicable in case of single award is placed on one party on Supply-cum- Erection basis. In two separate awards are placed on single party/two different parties this clause is to be modified suitably while signing the contract agreement to be signed separately for two awards to incorporate cross fall breach clause.
81
FORM OF POWER OF ATTORNEY FOR JOINT VENTURE
(On Non-judicial Stamp Paper of Appropriate value to be Purchased in the Name of Joint Venture) KNOW ALL MEN BY THESE PRESENTS THAT WE, the Partners whose details are given hereunder……................................................................. have formed a Joint Venture under the laws of……………………..and having our Registered Office(s)/Head Office(s) at ………………………………………………………………………………………………………….....(herein after called the 'Joint Venture' which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators and assigns) acting thorough M/S……………… ………………………………………………………………………….. being the Partner in-charge do hereby' constitute, nominate and appoint M/S…………………………………… ………………………………..a Company incorporated under the laws of arid having its Registered/Head Office at..as our duly 'constituted lawful Attorney (hereinafter called "Attorney" or" Authorized Representative" or "Partner In-charge") to exercise all or any of the powers for and on be.ha1f of, the Joint Venture in regard* to ---------------------(Name of the Package) (Specification No.-------------------------) of Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltan Bazar, GUWAHATI (hereinafter called the "Owner"). and the bids for which' have been invited by the Owner, to undertake the following acts:
i) To submit proposal and participate in the aforesaid Bid Specification of the Owner on behalf of the “Joint Venture”.
ii) To negotiate with the Owner 'the terms and' conditions for award of the Contract pursuant to the aforesaid Bid and to sign the Contract with the Owner for and on behalf of the "Joint Venture'.
iii) To do any other act or submit any document rated to the above. iv) To receive, accept and execute .the Contract for and on behalf of the "Joint Venture".
It is clearly understood that the Partner In-charge (Lead Partner) shall ensure performance of the Contract(s) and if one or more Partner fail to perform their respective portion of the Contract(s), the same shall be deemed to be a default by all the Partners. It is expressly understood that this Power of Attorney shall remain valid binding and irrevocable till completion of the Defect Liability Period in terms of the Contract. The Joint Venture hereby agrees and undertakes to ratify and confirm all the above whatsoever the said Attorney/ Authorized Representative/Partner In-charge quotes in the bid, negotiates and signs the Contract with the Owner and/or proposes to act on behalf of the joint Venture by virtue of this Power of Attorney and the same shall bind the Joint Venture as if done by itself.
* Strike which is not applicable.
IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid have executed these presents on this …………….. day of ……………....... under the Common Seal(s) of their Companies.
for and on behalf of the Partners of Joint Ventures
The Common Seal of the above Partners of the Joint Venture: The Common Seal has been affixed there unto in the presence of : WITNESS
1. Signature _________________________
Name___________________________ Designation_______________________ Occupation ________________________
2. Signature _________________________
Name___________________________ Designation_______________________ Occupation ________________________
82
FORM OF JOINT VENTURE AGREEMENT
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE PURCHASED IN THE NAME OF JOINT VENTURE)
PROFORMA OF JOINT VENTURE AGREEMENT BETWEEN ______________________ ______________________________ AND ____________________________________________ FOR BID SPECIFICATION No_______________________________OF ASSAM POWER DISTRIBUTION COMPANY LTD.
THIS Joint Venture agreement executed on this _____day of ______________Two thousand eight and between M/S _________________________________________________ a Company incorporated under the laws of _______________________________ and having its registered office at __________________________________ _____________________________ (herein after called the “Lead Partner” which expression shall include its successors, executors and permitted assigns) and M/S _______________________________________________ a Company incorporated under the laws of _______________________________ and having its registered office at ________________________________________________________________ (herein after called the “Partner” which expression shall include its successors, executors and permitted assigns) for purpose of making a bid and entering into a contract* (in case of award) for Construction of _______________________________(name of the package) against the specifications No._____________________ of APDCL BIJULEE BHAWAN, PALTAN BAZAR, GUWAHATI – 781001,
an Electricity Distribution Company registered under Indian Electricity Act, 2003 having its registered office at Bijulee Bhawan, Paltan Bazar, Guwahati – 781001 (herein after called the “Owner”)
WHEREAS the Owner invited bids as per the above mentioned Specification for the design manufacture, supply and erection, testing and commissioning of Equipment/Materials stipulated in the bidding documents under subject Package* For_________________ (Package Name) (Specification No.:_____________________) AND WHEREAS Annexure – A (Qualification Requirement of the Bidder). Section-4, forming part of the bidding documents, stipulates that a Joint Venture of two or more qualified firms as partners, meeting the requirement of Annexure-A, Section 4 as applicable may bid, provided the .Joint Venture fulfills all other requirements of Annexure-A, Section 4 and in such a case, the BID shall be signed by all the partners so as to legally bind all the Partners of the .Joint Venture, who will be jointly and severally liable to perform the Contract and all obligations hereunder . * Strike which is not applicable. The above clause further states that the Joint Venture agreement shall be attached to the bid and the contract performance guarantee will be as per the format enclosed with the bidding document without any restriction or liability for either party.
AND 'WHEREAS the bid has been submitted to the Owner vide proposal No ................................. dated ........................................................... by Lead Partner based on the Joint Venture agreement between all the Partners under these presents and the bid in accordance with the requirements of Annexure-A (Qualification Requirements of the Bidders), Section -4 has been signed by all the partners. NOW THIS INDENTURE WITNESSETH AS UNDER: In consideration of the above premises and agreements all the Partners to this ,Joint Venture do hereby now agree as follows:
1. In consideration of the award of the Contract by the Owner to the Joint Venture partners, we, the Partners to the Joint Venture agreement do hereby agree that M/S__________________ shall act as Lead Partner and further declare and confirm that we shall jointly and severally be bound unto the Owner for the successful performance of the Contract and shall be fully responsible for the design, manufacture, supply, and successful performance of the equipment in accordance with the Contract.
2. In case of any breach of the said Contract by the Lead Partner or other Partner(s) of the Joint Venture agreement, the Partner(s) do hereby agree to be fully responsible for the successful performance of the Contract and to carry out all the obligations and responsibilities under the Contract in accordance with the requirements of the Contract.
3. Further, if the Owner suffers any loss or damage on account of any breach in the Contract or any shortfall in the performance of the equipment in meeting the performance guaranteed as per the specification in terms of the Contract, tile Partner(s) of these presents undertake to promptly make good such loss or damages caused to the Owner, on its
83
demand without any demur. It shall not be necessary or obligatory for the Owner to proceed against Lead Partner to these presents before proceeding against or dealing with the other Partner(s)
4. The financial liability of the Partners of this Joint Venture agreement to the Owner, with respect to any of the claims arising out of the performance of non-performance of the obligations set forth in the said Joint Venture agreement, read in conjunction with the relevant conditions of the Contract shall, however, not be limited in any way so as to restrict or limit the liabilities of any of the Partners of the Joint Venture agreement.
5. It is expressly understood and agreed between the Partners to this Joint Venture agreement that the responsibilities and obligations of each of the Partners shall be as delineated in Appendix-I (*To be incorporated suitably by the Partners) to this agreement. It is further agreed by the Partners that the above sharing of responsibilities and obligations shall not in any way be a limitation of joint and several responsibilities of the Partners under this Contract.
6. This Joint Venture agreement shall be construed and interpreted in accordance with the laws of India and the courts of Delhi shall have the exclusive jurisdiction in all matters arising there under.
7. In case of an award of a Contract, We the Partners to the Joint Venture agreement do hereby agree that we shall be jointly and severally responsible for furnishing a contract performance security from a bank in favour of the Owner in the forms acceptable to purchaser for value of 10% of the Contract Price in the currency/currencies of the Contract.
8. It is further agreed that the Joint Venture agreement shall be irrevocable and shall form an integral part of the Contract, and shall continue to be enforceable till the Owner discharges the same. It shall be effective from the date first mentioned above for all purposes and intents.
IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their authorised representatives executed these presents and affixed Common Seals of their companies, on the day, month and year first mentioned above. IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their authorized representatives executed these presents and affixed Common Seals of their companies, on the day, month and year first mentioned above. 1. Common Seal of_________________
For Lead Partner has been affixed in my/our presence pursuant to the Board of Director's (Signature of authorized resolution dated________________ representative) Name Signature Designation Name Common Seal of the Company Designation
2. Common Seal of_________________
For Other Partner has been affixed in my/our presence pursuant to the Board of Director's (Signature of authorized resolution dated_______________ representative) Name Signature Designation Name Common Seal of the Company Designation
WITNESSES
1. Name . (Signature)
(Official address)
2. Name . (Signature)
(Official address)