bid document of e-tender · 2020-06-19 · dnie-t for installation of indoor type vcb & relay...
TRANSCRIPT
DNIe-T for Installation of indoor type VCB & relay control panel
Page 1 of 38
Bid Document of e-tender
Name of Work:- “Supply, erection, testing & commissioning of 1 (one) 11 KV, 800A,18.4 KA indoor
VCB Horizontal isolation Horizontal Drawout type incomer with Control & Relay Panel with other
accessories and 3 (three) nos. 11KV, 200A,18.4 KA indoor VCB Horizontal isolation Horizontal
Drawout type outgoing with Control & Relay Panel with other accessories at Gas Thermal Power
Station, Baramura”.
TRIPURA POWER GENERATION LIMITED
(Government of Tripura Undertaking) Gas Thermal Electrical Division
Baramura, Khowai District, Tripura.
Certified that the NIT Document contains 38 pages
NIe-T for Installation of indoor type VCB & relay control panel
Page 2 of 38
Signature of Bidder with Seal
PRESS NOTICE INVITING e-TENDER (e-NIT)
Deputy General Manager, GTED, Baramura, TPGL, invites proposal on behalf of TPGL from reputed
consultants through electronic tendering (e-tendering)for “Supply, erection, testing & commissioning of 1 (one)
11 KV, 800A,18.4 KA indoor VCB Horizontal isolation Horizontal Drawout type incomer with Control & Relay Panel
with other accessories and 3 (three) nos. 11KV, 200A,18.4 KA indoor VCB Horizontal isolation Horizontal Drawout
type outgoing with Control & Relay Panel with other accessories at Gas Thermal Power Station, Baramura”.
. The Notice Inviting Tender (NIT) can be seen in the websites www.tsecl.in from 18-06-2020 and details of bid document will be available to download from the website http://tripuratenders.gov.in w.e.f. 19-06-2020.
Memo No. F.TS/1(8)/DGM/GTED/BRM/2020-21/515- 20 Dated: 17/06/2020 Copy to: -
1. P.S. to the MD, TPGL, Agartala, Tripura for his kind information please.
2. The AGM, Generation, TPGL, Agartala.
3. Sri A.Debbarma, Manager, Office of the Additional General Manager (C&SO), Bidyut Bhawan, TSECL for information and request for hoisting the tender at www.tsecl.in (Enclo: - Soft Copy).
4. The Local Agent of The Indian Express, Agartala, with a request to kindly arrange for publication of the same at Delhi & NCR on 19th June 2020 for 1(one) insertion covering minimum column Cm
5. The Editor, Dainik Sambad, Agartala , with a request to kindly arrange for publication of the same on 19th June 2020 for 1(one) insertion covering minimum column Cm.
Dy. General Manager, Gas Thermal Electrical Division, Baramura.
NIe-T for Installation of indoor type VCB & relay control panel
Page 3 of 38
Signature of Bidder with Seal
Table of Contents
Sl.No Particulars Page No
1 Bid Information Sheet 4-5 2 Instruction to bidders 6-13 3 General Conditions of The Contract 14-21 4 Annexure-I 22 5 Annexure-II 23 6 Annexure-III 24-25 7 Annexure-IV 26-27 8 FORMAT -1 28 9 FORMAT -2 29-30 10 FORMAT -3 31 11 FORMAT -4 32 12 FORMAT -5 33 13 FORMAT -6 34-35 14 FORMAT -7 36-38
Deputy General Manager
NIe-T for Installation of indoor type VCB & relay control panel
Page 4 of 38
Signature of Bidder with Seal
BID INFORMATION SHEET / PARTICULARS OF E_TENDER
1 NIe-T No. : DGM/GTED(B)/2020-21/04, Date 17/06/2020
2 Name of Work : Supply, erection, testing & commissioning of 1 (one) 11 KV,
800A,18.4 KA indoor VCB Horizontal isolation Horizontal
Drawout type incomer with Control & Relay Panel with other
accessories and 3 (three) nos. 11KV, 200A,18.4 KA indoor VCB
Horizontal isolation Horizontal Drawout type outgoing with
Control & Relay Panel with other accessories at Gas Thermal
Power Station, Baramura.
3 Estimated Cost : Rs. 18,26,000.00 (Rupees Eighteen Lakh Twenty Six Thousand)
only.
4 Earnest Money : Rs. 45,650.00 (Rupees Forty five thousand six hundred fifty) only is to be paid online by using Net banking only through e- procurement portal at the time of submission of bids .
5 Cost of tender document : Rs. 1000/- (Rupees One thousand) only is to be paid online by using Net banking only through e- procurement portal at the time of submission of bids (Non- refundable).
6 Time limit of the work : 6(Six) months from the date of issue of Letter of Award.
7 Period of validity of rates for acceptance
: 6 ( six) calendar months from the date of opening of price bid
8 Date of publication of NIT : 18 / 06/2020
9 Period of downloading of document
: From 19/ 06/2020 at 10:00 Hrs. to 13/07/2020 upto 12.00 Hrs.
10 Date of start of seeking clarification
: 20/06/2020 from 11:00 Hrs (Through e-mail)
11 Closing date for seeking clarification
: 27/06/2020 upto 17:00 Hrs.
12 Query response/Corrigendum
: From 29/06/2020 at 11:00 Hrs. to 30/06/2020 upto 17.00 Hrs.
14 Bid Submission Start Date & time
: 01/07/2020 from 11:00 Hrs (Online through e-procurement portal)
15 Bid Submission End Date & time
: 13/07/2020 upto17:00 Hrs
17 Technical Bid opening date : 15/07/2020 at 12:00 Hrs.
18 Financial Bid opening date : Shall be intimated later through e-procurement portal after Technical bid evaluation www.tripuratenders.gov.in.
19 Place of opening of e-Tender : In the office of the Deputy General Manager ,Gas
Thermal Electrical Division, Baramura, Khowai Tripura
NIe-T for Installation of indoor type VCB & relay control panel
Page 5 of 38
Signature of Bidder with Seal
NOTE: All the above mentioned time are as per clock time of e-procurement website htpps://tripuratenders.gov.in. I M P O R T A N T N O T E :
1. Tender documents may be downloaded from Central Public Procurement Portal htpps://tripuratenders.gov.in. Aspiring Bidders who have not enrolled/ registered in e-procurement should enroll/ register before participating through website htpps://tripuratenders.gov.in. The enrollment for the bidder is free of cost. Bidders need to go through the tender document where instructions are given.
2. Bidders are advised to study the tender documents carefully. Submission of e- bid against this tender shall be deemed to have been done after careful study and examination of the procedures, technical specifications, terms and conditions of the tender documents with full understanding of its implications.
3. Bidders can access tender documents on the website, fill them with all relevant information and submit the completed tender document into electronic tender on the website htpps://tripuratenders.gov.in.
4. Tender & supporting documents as per NIeT should be uploaded electronically in the PDF/ XLS format through website htpps://tripuratenders.gov.in. Hard copy of the tender document will not be accepted. The successful Bidder(S) may be required to produce original documents on getting communication from TPGL before issue of formal Letter of Award.
5. Prospective bidders are requested to remain updated for any Notices/Amendments/Corrigendum etc. to the NIe -T document through the website www.tripuratenders.gov.in. No separate Notices would be issued for such Notices/Amendments/Clarifications etc. in the print media or individually. All the information related to this NIE-T shall also be uploaded only in the website www.tripuratenders.gov.in.
6. The e-bids will be opened electronically .
7. In the event of date specified for e -bid opening being declared a holiday for TPGL’s office then the due date for opening of e -bid shall be the following working day at the appointed time & place.
Deputy General Manager
NIe-T for Installation of indoor type VCB & relay control panel
Page 6 of 38
Signature of Bidder with Seal
INSTRUCTIONS
TO
BIDDER
ON
ELECTRONIC TENDERING
SYSTEM
NIe-T for Installation of indoor type VCB & relay control panel
Page 7 of 38
Signature of Bidder with Seal
INSTRUCTIONS TO BIDDER ON ELECTRONIC TENDERING SYSTEM
These conditions will over-rule the conditions stated in the tender documents, wherever relevant and applicable.
1. Registration of bidders on e-Tender Portal: - All the bidders intending to
participate in the tenders processed online are required to get registered on the
centralized Portal i.e. https://tripuratenders.gov.in. Please visit the website for more
details.
2. OBTAINING A DIGITAL CERTIFICATE:
2.1. The Bids submitted online should be encrypted and signed electronically with a Digital Certificate to establish the identity of the bidder bidding online.
2.2. A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN Card) and Address proofs and verification form duly attested by the Bank Manager / Post Master / Gazetted Officer. Only upon the receipt of the required documents, a digital certificate can be issued. For more details please visit the website – https://tripuratenders.gov.in.
2.3. The bidders may obtain Class-II or III digital signature certificate from any Certifying Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities.
2.4. Bid for a particular tender must be submitted online using the digital certificate (Encryption & Signing), which is used to encrypt and sign the data during of bid preparation stage. In case, during the process of a particular tender, the user loses his digital certificate (due to virus attack, hardware problem, operating system or any other problem) he will not be able to submit the bid online. Hence, the users are advised to keep certificate at safe place under proper security (for its use in case of emergencies).
2.5. In case of online tendering, if the digital certificate issued to the authorized user of a firm is used for signing and submitting a bid, it will be considered equivalent to a no objection certificate/power of attorney/lawful authorization to that User. The firm has to authorize a specific individual through an authorization certificate signed by all partners to use the digital certificate as per Indian Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to represent adequate authority of the user to bid on behalf of the firm in the department tenders as per Information Technology Act 2000. The digital signature of this authorized user will be binding on the firm.
2.6. In case of any change in the authorization, it shall be the responsibility of management/partners of the company/firm to inform the certifying authority about the change and to obtain the digital signatures of the new person/user on behalf of the company/firm. The procedure for application of a digital certificate however will remain the same for the new user.
2.7. The same procedure holds true for the authorized users in a private/public limited company. In this case, the authorization certificate will have to be signed by the directors of the company/firm.
NIe-T for Installation of indoor type VCB & relay control panel
Page 8 of 38
Signature of Bidder with Seal
3. ONLINE VIEWING OF DETAILED NOTICE INVITING TENDERS:
The bidders can view the detailed NIe-T and the time schedule (Key Dates) for all the
tenders floated through the single portal e-procurement system on the Home Page at
https://tripuratenders.gov.in.
4. DOWNLOAD OF TENDER DOCUMENTS:
The tender documents can be downloaded free of cost from the e-Procurement portal https://tripuratenders.gov.in.
5. KEY DATES: The bidders are strictly advised to follow dates and times as
indicated in the online Notice Inviting Tenders/Bid Schedule. The date and time shall be
binding on all bidders. All online activities are time tracked and the system enforces
time locks that ensure that no activity or transaction can take place outside the start
and end dates and the time of the stage as defined in the online Notice Inviting Tenders.
6. CLARIFICATION:
6.1. A prospective bidder requiring any clarifications of the e-tender documents may
contact TPGL in writing through mail at the TPGL’s mailing address
[email protected] by 20/06/2020 from 11:00 Hrs to 27/06/2020 upto 17.00 Hrs,
reply to the clarification would be sent through e-mail only.
6.2. Verbal clarifications and information given by the TPGL or its employees or its
representatives shall not be in any entertained.
6.3. The bidders have to remain updated with the e-procurement portal
https://tripuratenders.gov.in.
6.4. The TPGL is not under any obligation to entertain or respond to
suggestions made or to incorporate modifications sought for.
7. AMENDMENT OF E-TENDER DOCUMENT:
7.1. At any time prior to the due date for submission of the e-tender, TPGL may for
any reason, whether at its own initiative or as a result for clarification/
suggestion by a prospective bidder, amend the tender document by issuing a
notice.
7.2. The amendments if required, will be notified on the e-Tender website
http://tripuratenders.gov.in at least 5 (five) days before the last date of submission
of the tender. TPGL will bear no responsibility or liability arising out of non-
receipt of the information in time or otherwise. Bidders must check the website
for any such amendment before submitting their bid.
7.3. If any amendment is required to be notified within last 5 days of the scheduled
period of submission of the tender, the last date of submission shall be extended for a
suitable period of time.
7.4. All the notices related to this bid which are required to be publicized shall be
uploaded on website http://tripuratenders.gov.in.
NIe-T for Installation of indoor type VCB & relay control panel
Page 9 of 38
Signature of Bidder with Seal
8. LOCAL CONDITIONS:
8.1. The bidder shall make independent enquiry and satisfy itself with respect to all the
required information, inputs, and conditions including site conditions and
circumstances and factors that may have any effect on its bid. Once the bidder has
submitted the bids, the bidder shall be deemed to have examined the laws and
regulations in force in India and prepare the financial bid and other sections
taking into account all such relevant conditions and also the risks, contingencies
and other circumstances which may influence or affect the implementation of the
execution of contract. Accordingly the bidder acknowledges that, on being
selected as the Successful Bidder, it shall not relieved from any of its obligations
foreseen under this document nor shall be entitled to any extension of time
for supply, erection, testing & commissioning of 11 KV, 800A, 18.4 KA indoor Vacuum
Circuit Breaker with control relay panel or financial compensation for any reason what
so ever.
8.2. The Bidders in their own interest familiarize themselves with the standard
operating practices and all other relevant Acts, Laws, Rules and Regulations prevalent in
India, as amended from time to time. TPGL shall not entertain any request for
clarifications from the bidders regarding the same. Non-awareness of these
laws or such information shall not be a reason for the Bidder to request for extension in
the Bid Deadline The bidder undertakes and agrees that, before submission of its
bid; all such factors as generally stated above, have been fully investigated and
considered while submitting the bid.
9. BIDDERS TO INFORM FULLY
9.1. Tripura Power Generation Limited (TPGL), A Government of Tripura Enterprise,
erstwhile Tripura State Electricity Corporation Limited is having two Gas based
Thermal Power Stations located at Rokhia & Baramura in the State of Tripura.
There are 3x21 MW BHEL make Frame-V Gas Turbine Units at Rokhia Power Plant
and 2x21 MW BHEL make Frame-V Gas Turbine Units at Baramura Power Plant
supplied & commissioned by BHEL in different phases
9.2. In order to ensure safe & reliable operation of Gas Turbine Units at GTPS, Baramura
Deputy General Manager, Gas Thermal Electrical Division, Baramura on behalf of
TPGL has invited e-tender for selection of vendors for supply, erection, testing &
commissioning of 1 (one) 11 KV, 800A,18.4 KA indoor VCB Horizontal isolation Horizontal
Drawout type incomer with Control & Relay Panel with other accessories and 3 (three) nos.
11KV, 200A,18.4 KA indoor VCB Horizontal isolation Horizontal Drawout type outgoing
with Control & Relay Panel with other accessories at Gas Thermal Power Station, Baramura
including insurance coverage of materials supplied during warranty period .
9.3 LOCATIONS OF INSTALLATION: Gas Thermal Power Station, Baramura, Khowai District
in Tripura.
NIe-T for Installation of indoor type VCB & relay control panel
Page 10 of 38
Signature of Bidder with Seal
10. MODE OF EXECUTION OF PROGRAMME: 10.1. The basis of evaluation of the bids shall be the cost/rate quoted in the Price Schedule.
To further clarify, cost of supply, erection, testing & commissioning of Vacuum Circuit
Breaker etc. shall be inclusive of transportation, transit insurance and taxes as
applicable and providing 18 ( eighteen ) months warranty from the date of supply or
12 months from the date of commissioning. The bidders are required to quote rate /
cost on firm basis and no price variation on any account shall be considered.
10.2. The successful bidder to whom LOA is issued shall have to engage skilled
worker for erection, testing & commissioning of the work.
10.4. During Post Commissioning maintenance, TPGL will monitor the breaker for
effective performance in line with conditions specified elsewhere in this bid
documents.
10.5. Any damage of the existing structure, building etc. made by the successful bidder
during execution of this work shall be made good as it was at his own cost &
risk.
10.6. This is a Zero deviation Bidding Process. Bidder has to ensure compliance of all
provisions of the Bid Documents and submit his bid accordingly. Tenders with
any deviations to the bid document shall be liable for rejections.
10.7. The programme shall be carried out as given hereunder:-
a) The Contractor shall be allowed to supply, erection, testing & commissioning
conforming to the specifications, standards mentioned in this document after
authorization by TPGL.
b) The work covers erection & commissioning including supply of Materials &
Labour as detailed in Annexure – IV as required with 1(one) years warranty
for trouble free operations of the breaker from the date of commissioning on
turnkey basis.
c) Commissioning of breaker panel will be considered on successful operation
of the breaker. A detailed record of operation during commissioning shall be
submitted to TPGL for acceptance.
d) TPGL reserves the right to change the site of installation before
commencement of supply of materials.
NIe-T for Installation of indoor type VCB & relay control panel
Page 11 of 38
Signature of Bidder with Seal
11. TENDER FEE: Rs 1000/- (Rupees one thousand) only to be paid
electronically using online payment facility provided by the e-procurement Portal
(non-refundable).
12. EARNEST MONEY DEPOPSIT (EMD): Rs.45,650/-(Rupees forty five thousand six hundred fifty) only to be paid electronically using online payment facility provided by the e-procurement Portal.
13. PROCEDURE FOR DEPOSITING TENDER FEE (TF) AND EARNEST MONEY DEPOSIT
(EMD):
13.1. Tender Fee and Earnest Money Deposit are to be paid electronically using the
online payment Facility provided in the e-procurement Portal.
13.2. After initiating the Bid Submission Process from “My Tender” option, an “Online
Payment” page will appear which will display the total TF & EMD.
14. RELEASE OF EARNEST MONEY DEPOSIT (EMD):
14.1. EMD shall be refunded to all the bidders including L1 bidder (selected) in their respective bank accounts after issue of Letter of Award (LoA) and signing of contract agreement is completed and LOA is uploaded in the e-procurement portal https://tripuratenders.gov.in. on receipt of Performance Bank Guarantee from the L1 Bidder.
14.2. The EMD of L1 Bidder may be forfeited along with other panel actions as
deemed fit by TPGL if L1 bidder fails to sign the Contract Agreement with in the stipulated period after issuance of Letter of Award (LoA).
14.3. If any bidder withdraws his offer after opening Technical Bid before
opening of Financial bid or makes any modification in the terms and conditions of the tender which are not acceptable to the Tendering Authority, the deposited EMD may be forfeited.
14.4. If any bidder withdraws his offer after opening of financial bid and within the period of validity or makes any modification in the terms and conditions of the tender which are not acceptable to the Tendering Authority, the deposited EMD may be forfeited.
14.5. If submitted document(s) / certificate(s) are found fake, EMD will be forfeited. 14.6. The earnest money deposited by the Bidder will not carry any interest.
NIe-T for Installation of indoor type VCB & relay control panel
Page 12 of 38
Signature of Bidder with Seal
15. PERFORMANCE SECURITY:
15.1. L1 (Successful) Bidder has to furnish “Performance Bank Guarantee” as per
Performance Security for an amount equal to 10% of Confirmatory
purchase order value. The Bank Guarantee shall be issued by a National
Bank having Branches at Agartala in the Format (Performance Security
Bond Form) in favour of Tender Inviting Authority.
15.2. The L1 Bidder will be notified in written to deposit the said
“Performance Bank Guarantee” within 15 (fifteen) days from the date of
issue of Confirmatory Purchase Order.
15.3. The Validity of “Performance Bank Guarantee” shall remain valid for warranty
period + 60 days claim period from the date of commissioning of the
instrument.
15.4. Any request for time extension by the bidder for submission of
“Performance Bank Guarantee” will not be accepted.
15.5. On receipt of “Performance Bank Guarantee” from the selected bidder , TPGL
shall scrutinize the receipt instrument for its authenticity & validity for
the Amount & Period.
15.6. In the event of breach / violation or contravention of any terms and conditions
contained herein by the agency i.e. if the selected bidder fails to execute the
contract including compliance to Warranty/Guarantee for satisfactory
performance of the instrument, the Performance Security, part / whole as per
decision of Tendering Authority, will be forfeited from the guarantor.
15.7. The “Performance Bank Guarantee” will be released as per Bank Protocol
on successful operation of the instrument upto warranty period.
15.8. Performance Bank Guarantee should be submitted in favour of Deputy General
Manager ,Gas Thermal Electrical Division, Baramura in the FORMAT 6
(Performance Security Bond Form).
15.9. Any request for time extension by the bidder for submission of “Performance Bank
Guarantee” will not be accepted.
15.10. The Performance Security shall be forfeited as follows without prejudice to the
Bidder being liable for any further consequential loss or damage incurred to TPGL.
15.11. If the Successful Bidder is not able to supply the full quantity of materials as per the
specification within the stipulated time period to the satisfaction of TPGL hundred
percent (100%) Performance Security amount would be forfeited.
16. RIGHT TO ACCEPT OR REJECT THE BID: TPGL reserves the right to accept or
reject and to annul the bidding process and reject all such bids at any time prior to
award of contract, without thereby incurring any liability to the affected
applicants(S)/ bidders or any obligations to inform the affected applicants(S)/ bidders
of the ground for such decision.
NIe-T for Installation of indoor type VCB & relay control panel
Page 13 of 38
Signature of Bidder with Seal
17. SUBMISSION OF BID:
17.1. Bidder should upload the said bid documents through two-bid system, where they
will get two folders space to upload their document. In Folder I-Technical
documents and in Folder II- Financial document need to be uploaded.
17.1.1. Documents to be uploaded in Folder-I
a. Scanned copy of Covering Letter (FORMAT -1), General Particular of the bidder (FORMAT -3), Power of Attorney (FORMAT -2) & Declaration by the Bidder (FORMAT -4).
b. Scanned copy of NIe-T document duly signed by the bidder with seal & date at every page. And scanned copy of affidavit by the participated bidder that he has not been blacklisted/debarred by any Government Departments/Undertakings, scanned copy of enlistment with PWD/RD/DWS/CPWD/MES/TSECL .
c. Scanned copy of Eligibility documents as per clause no.22 of this NIe- T. d. Scanned copy of credential certificates, for carrying out similar type of work and
completion certificate thereof during last one year. e. Scanned copy of Labour registration certificate from appropriate
Authority of Government for engagement of labour in contract work. f. Scanned copy of documents relating to Annual turnover as per
credential of bidder mentioned at clause no. 22.3 as per ANNEXURE – I along with Scanned Copy of GST Registration Certificate, PAN Card issued by appropriate authority.
17.1.2. Documents to be uploaded in Folder-II a. Financial Bids as per Annexure-III .
18. The Technical Bids will be evaluated first. The bidders, whose technical bids are found
qualified in all respect, would be considered for opening of the financial bids. In this
regard TPGL will be the sole judge in determining the capacity & capability of bidder.
19. The work may be segregated among two or more bidders at the approved rate and
terms and conditions at discretion of TPGL.
20. The quantity of work may be increased or decreased of the tender quantity at the
same rate & terms and conditions at the discretion of TPGL.
Deputy General Manager
NIe-T for Installation of indoor type VCB & relay control panel
Page 14 of 38
Signature of Bidder with Seal
GENERAL CONDITIONS OF THE CONTRACT
21. DEFINITIONS: 21.1. “TENDERING AUTHORITY” shall mean the undersigned i.e. the Deputy General
Manager, Gas Thermal Electrical Division, Baramura Khowai, Tripura, on behalf of Tripura Power Generation Limited, A Govt. of Tripura Enterprise with its Head office at Vidyut Bhawan, Old Building, North Banamalipur, Agartala, West Tripura District.
21.2. ‘TPGL’ shall mean The Managing Director or his representative of “Tripura Power
Generation Limited, A Govt. of Tripura Enterprise with its Head office at Vidyut Bhawan, Old Building, North Banamalipur, Agartala, West Tripura District and shall also include its successors in interest and assignees.
21.3. The “CONTRACTOR” or “SUCCESSFUL BIDDER” shall mean shall mean the Firm/ Person (whose tender has been accepted by TPGL) and shall include his legal representatives, successor in interest and assignees.
21.4. The “CONTRACT” shall mean “Supply, erection, testing & commissioning of 1 (one)
11 KV, 800A,18.4 KA indoor VCB Horizontal isolation Horizontal Drawout type incomer with Control & Relay Panel with other accessories and 3 (three) nos. 11KV, 200A,18.4 KA indoor VCB Horizontal isolation Horizontal Drawout type outgoing with Control & Relay Panel with other accessories at Gas Thermal Power Station, Baramura.”
21.5. “Post-installation Maintenance & Performance Warranty/Guarantee Contract”
means routine and on-call maintenance of the systems including supply of all spare parts as required for reliable operation of the systems for 1 (one) year Warranty period.
21.6. "BIS" shall mean specifications of Bureau of Indian Standards (BIS);
21.7. "IEC" shall mean specifications of International Electro-technical Commission; 21.8. “Bids” shall mean the Technical Bid and the Price Bid submitted by the Bidder
electronically at the prescribed web portal, in response to the e-bid document, in accordance with the terms and conditions hereof;
21.9. “Bid Deadline” shall mean the last date and time for submission of Bid in response to
the DNIe-T and as may have been extended in accordance with the e-bid document; 21.10. “Bidder” shall mean Bidding Company. 21.11. “Commissioning” means successful operation of the Gas turbine with supply &
installation of Air Filter Elements as defined in NIe-T. 21.12. “Completion of work” means the Project / Works has been completed as per
Technical Specifications as per NIe-T. 21.13. “Price Bid” shall mean the e-Bid, containing the Bidder’s quoted cost for Supply,
erection, testing & commissioning of 1 (one) 11 KV, 800A,18.4 KA indoor VCB
Horizontal isolation Horizontal Drawout type incomer with Control & Relay Panel with
other accessories and 3 (three) nos. 11KV, 200A,18.4 KA indoor VCB Horizontal
isolation Horizontal Drawout type outgoing with Control & Relay Panel with other
accessories at Gas Thermal Power Station, Baramura, Tripura in the PART -B of the e-bid document.
NIe-T for Installation of indoor type VCB & relay control panel
Page 15 of 38
Signature of Bidder with Seal
21.14. “Statutory Auditor” shall mean the auditor of a company appointed under the provisions of the Companies Act, 1956 or under the provisions of any other applicable governing law.
21.15. “Security Deposit” shall mean the bank guarantee to be provided from a Selected
Bidder to the TPGL in accordance with the prescribed Format.
22. ELIGIBILITY CRITERIA: The bidder must fulfill the eligibility criteria as given below.
22.1. The bidder must be a Government approved contractor having adequate
knowledge and experience in supplying such items and civil foundation works for
installation of said breakers.
22.2. The minimum average annual turnover with IT Return of the bidder for the last three
years shall be not less than 30% of the estimated cost put to tender.
22.3. Bids may be submitted by an individual firm (proprietorship entity ) with relevant
experience or registered partnership firm or companies registered under companies
act or joint ventures of registered firms/companies/ proprietorship entity with two
constituents only as one of the following.
22.4. A single firm of proprietorship entity or registered partnership firms or companies
registered under Companies Act, which meets both the requirements, indicated in
para 22.3, 22.4 above
22.5. A joint venture/consortium of two registered firms/companies/ proprietorship entity,
wherein each registered firm/company/ proprietorship entity shall meet any one or
both the requirements of para 22.3, 22.4. Out of two bidders, Lead partner must fulfill
the requirement of Para 22.3
22.6. In case of joint ventures /consortium, any of the registered firms/companies/
proprietorship entities shall be authorized to incur liabilities and receive instructions
for and on behalf of any and all partners of the joint venture/consortium and the
entire execution of the contract including receipt of payment shall be done
exclusively through him. This authorization shall be evidenced by submitting a
registered power of attorney signed by legally authorized signatories of all the
partners.
22.7. All partners of Joint Venture/consortium shall be liable jointly and individually /
severally for the execution of the contract in accordance with the contract terms. A
copy of the agreement of joint venture/consortium partners having such provision
shall be submitted with the bid.
22.8. The Contractor shall mandatorily obtain the registration under GST Law at Central
level and / or in respective state as may be required. Further the Contractor shall
mandatorily file returns under GST before their due date & comply with the
requirement of the law. TPGL will ensure that the contractor has complied with all
the required statutory requirements under GST.
22.9. Notwithstanding anything contained herein above, TPGL reserves the right to ask for
the original documents as well as to assess the “capacity and capability” of the bidder
to execute the work.
22.10. The bidder shall bear all cost and expenses associated with purchase and submission
of its bid document and TPGL will not be responsible or liable in any case for those
cost, regardless of the conduct or outcome of the bidding process.
22.11. The bidder shall furnish documentary evidence in support of the qualifying
requirements stipulated above along with their bid. Bid received without such
documents shall be summarily rejected.
NIe-T for Installation of indoor type VCB & relay control panel
Page 16 of 38
Signature of Bidder with Seal
.
22.12. The bidder should not have been blacklisted or debarred by any Central / State
Government Departments / Undertaking Bodies / Autonomous Bodies /PSUs
from carrying out similar business during last three financial years.
22.13. Scanned copy of Documents in support of eligibility must be enclosed
with the e-tender (Technical Bid).
23. CREDENTIALS OF THE BIDDERS:
23.1. The bidder must have successfully executed the erection and commissioning of similar type sub-station equipment of same voltage level on Turn Key/Partial basis in a single award which must be in satisfactory operation for at least one year as on the date of bid opening, work value not less than 10.0 lakh (supported with authenticated documents or certification from competent authority not below the rank of DGM (Electrical).
23.2. The bidders must upload Labor registration certificate from appropriate Authority of
Government for engagement of labour in contract work. 23.3. Experience of any collaborator/sister concern of the bidder offered as
experience proof will not be accepted. 23.4. Any misleading information will disqualify the bidder.
24. DIMENSIONS /SPECIFICATIONS: - Specification of the instrument as per approved is given at Annexure – IV of this DNIe-T.
25. IMPLEMENTATION OF INSTALLATION OF 11 KV BREAKER PANEL:-
25.1. It is a turn-key job for Supply, erection, testing & commissioning of 1 (one) 11 KV, 800A,18.4 KA indoor VCB Horizontal isolation Horizontal Drawout type incomer with Control & Relay Panel with other accessories and 3 (three) nos. 11KV, 200A,18.4 KA indoor VCB Horizontal isolation Horizontal Drawout type outgoing with Control & Relay Panel with other accessories at Gas Thermal Power Station, Baramura as per approved specification at Annexure – IV as required with 1(one) year warranty for trouble free operations of instrument from the date of commissioning on turn-key basis, as such no extra payments against any unforeseen items / works required to complete the job will be paid/allowed.
25.2. Installation of the instrument will be implemented immediately and as such successful bidder shall ensure supply of all materials and labour whenever required for execution of the work.
26. POST-INSTALLATION MAINTENANCE & PERFORMANCE WARRANTY CONTRACT:
26.1. Routine and on-call maintenance of the systems including supply of all defective spare parts as required for reliable operation of the systems for 1 (one) years Warranty period.
26.2. TPGL reserves the right to claim damages and cost for non-fulfillment of warranty / guarantee/ O&M, apart from forfeiture of Security Deposit in the event of unsatisfactory maintenance.
26.3. In case of any fault, the fault must be removed within a maximum period of 1 (one) day from the date of receipt of complain from User/TPGL through letter or telephonically or e-mail. Failing which, TPGL may make the system functional and the actual expenditure incurred for this will be deducted from the balance payment (Performance Security) due to the successful bidder. The expenditure towards the repairing of the system(s) determined by TPGL should be final & binding on the successful bidder.
NIe-T for Installation of indoor type VCB & relay control panel
Page 17 of 38
Signature of Bidder with Seal
26.4. TPGL reserves the right to claim damages and cost for non-fulfillment of warranty/guarantee/O&M obligations, apart from forfeiture of Performance Security in the event of unsatisfactory maintenance.
27. RATE: The rate quoted in the Financial Bid shall be in Indian Rupees and shall include supply of the complete breaker panel along with fittings, fixing of all accessories and installation & commissioning at specified locations. 1 (one) year Warranty should also be included in above quoted price as per the Bidding Schedule appeared at Annexure – III. Rates quoted should be valid for at least 6(six) months from the date of opening of the Financial bid.
28. FORCE MAJEURE:
28.1. Notwithstanding the provisions of clauses contained in this NIe-T; the successful bidder shall not be liable for forfeiture of its performance security, liquidated damages, termination for default, if he is unable to fulfill his obligation under this NIe-T due to event of force majeure circumstances.
28.2. For purpose of this clause, "Force majeure" means an event beyond the control of the contractor and not involving the contractor's fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of Govt. either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and fright embargoes.
28.3. However, if a force majeure situation arises, the contractor shall immediately notify the “TPGL” in writing. The decision of the MD, TPGL in above conditions shall be final & binding on successful bidder.
29. PRICE VARIATION CLAUSE: Price should be fixed & firm during entire contract period. No price variation on quoted price will be allowed except applicable GST.
30. VALIDITY OF TENDER & FINALIZED RATE: Once the rates are accepted by TPGL, the rates would be valid till the end of the work completion.
31. PAYMENT TERMS: 31.1. No advance payment will be allowed.
31.2. The payment to the Contractor for the performance of the Works under the Contract will be made by TPGL as per the guidelines and conditions specified herein. All payment made during the Contract shall be on account payments only. The final payment will be made on completion of all Works and on completion of Warranty / Guaranty Period including fulfillment by the Contractor of all his liabilities under the Contract.
31.3. Currency of Payment: All payments under the Contract shall be in Indian Rupees only.
31.4. Mode of Payment: Payment due on supply/erection of Equipment & materials / services shall be made by the owner’s Engineer in charge of the work as per the norms of TPGL.
31.5 Due Dates for Payments: TPGL will make progressive payment as and when the payment is due as per the terms of payment set forth as herein after.
31.5.1. Price of Supply and Erection: The terms of payments for cost of all equipment / materials and erection are detailed herein after.
A. 60% of the cost of total work value after: i. Acceptance of Letter of Award. ii. Submission of contract performance guarantee as per clause of (Section – I). iii. Submission of a detailed Bar Chart based on the work schedule stipulated in
the Bid document and its approval by TPGL. iv. Signing of contract agreement.
NIe-T for Installation of indoor type VCB & relay control panel
Page 18 of 38
Signature of Bidder with Seal
v. On production of dispatch documents (Delivery Challan in original) including the material inspection clearance certificate (MICC) issued by the inspecting officer / team of TPGL.
vi. Finally, on receipt of materials at site. vii. Insurance policy/certificate. viii. Manufacturer’s/Contractor’s guarantee certificate of quality of supplied
equipments and materials. B. Balance 30% of the cost of total work value after successful erection at site. C. Balance 10% of the cost of total work value after successful commissioning.
32. STATUTORY DEDUCTION FROM BILL: The Income Tax & GST etc./as per norms. as applicable on gross amount of each bill of the contractor will be deducted from bill at source or as decided by the concerned Authority as per the
then prevailing rate. 33. SUBMISSION OF BILLS FOR PAYMENT/ PERFORMANCE SECURITY AFTER
SUCCESSFUL EXECUTION:
33.1. The successful bidder may submit the bills in triplicate to TPGL or directly to the respective Officers under Gas Thermal Electrical Division, Baramura.
33.2. The bills should be accompanied by completion report in respect of installation & commissioning of the Instrument duly signed by the concerned officer-in-charge of TPGL.
33.3. The bills claiming Security Deposit should be accompanied by satisfactory performance report for that particular year in respect of Repair Maintenance / Routine Checkup of the Instrument duly signed by the concerned officer-in-charge of TPGL.
34. LIQUIDATED DAMAGES: In case the materials are not delivered as per delivery schedule and the work is not completed within the time stipulated in the order, the supplier shall be liable to pay at the discretion of the competent authority of purchaser, the liquidated damages to be determined by the purchaser as 1% of the delivered price of the delayed goods or un- performed services for each week or part thereof for delay until actual delivery or performance subject to a maximum deduction of 10% of the delayed goods/services price. Due consideration may be given in the levy of damages for reasons absolutely beyond the control of the supplier for which documentary evidence shall be provided to the satisfaction of the competent delayed supplies.
35. LIABILITY FOR ACCIDENTS AND DAMAGES: Under the Contract, the Contractor/Supplier shall be responsible for loss or damage to the equipment until the successful completion of commissioning as defined else-where in the Bidding Documents.
36. SUPERVISION / EXECUTION OF WORKS: The works should be done as per the
direction of Officer – in – charge, TPGL.
37. QUANTITY TO BE PROCURED:
37.1. The quantity shown in the tender may be increased or decreased at the discretion of tendering authority / purchaser as per the accepted rate, terms & conditions stipulated in the Order of successful bidder.
37.2. Formal orders will be placed with the successful bidder as per requirement of TPGL.
37.3. Time of completion of 6(Six) months from the date of issue of Confirmatory Order.
37.4. After issuance of the Order, if it is reviewed that performance of the contractor is not satisfactorily or contractor has failed to supply the materials maintaining delivery schedule, then TPGL may slash the reasonable
NIe-T for Installation of indoor type VCB & relay control panel
Page 19 of 38
Signature of Bidder with Seal
quantity assessed by the TPGL and Order will be placed to other bidders participated in the tender and the cost difference, if any, will be recovered from errant supplier. Successful bidder will not any claim over the slashed quantity.
38. AUTHORITIES TO MAKE CORRESPONDENCE WITH THE BIDDER /
CONTRACTOR:
38.1. The Tendering Authority or TPGL during evaluation of Technical & Financial Bid prior to the placement of Order.
38.2. The Tendering Authority or TPGL after placement of Order during execution / post execution of work during warranty / guarantee period.
39. CLARIFICATIONS ON SUBMITTED TENDER DOCUMENTS :
39.1. During the process of evaluation of the tender, TPGL at its discretion may ask the bidder for a clarification of his tender only through e-mail. The request for clarification and the response shall be in English only through e-mail.
39.2. Any query regarding any clarification required by TPGL on the information submitted by the bidder, must be replied by the bidder within the allowed time schedule.
40. PRE-BID MEETING: 40.1. Pre-bid meeting can not be arranged due to CoVid-19 outbreak, necessary queries
may be sent through e-mail.
41. LATE TENDER: No tender will be accepted after the deadline for submission of e-tender stipulated at e-procurement portal https://tripuratenders.gov.in.
42. LEGAL CASE: All disputes are to be settled within the jurisdiction of Tripura
High Court, Agartala.
43. LETTER OF AWARD (LoA):-
43.1. TPGL shall award the Contract to the successful Bidder whose bid has been determined to be substantially responsive and has been determined as technically acceptable and lowest evaluated package Bid, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily. TPGL shall be the sole judge in this regard.
43.2. Prior to the expiry of the bid validity and extended validity period, if any, TPGL, on acceptance of their bid , will notify the successful Bidder in writing through issuing Letter of Award (LoA) either through scanned e-mail or through registered/speed post/courier.
43.3. The Letter of Award shall constitute the formation of the Contract. 43.4. The LoA will constitute the formation of the contract and the successful bidder
has to return the duplicate copy of the LoA with duly signed as acceptance of LoA within 10(ten) days, otherwise LoA will be deemed to be accepted by the successful bidder on whom the award is given.
43.5. Within 15 ( fifteen) days from the date of P.O. quantity, the successful bidder to whom LOA is issued shall submit performance bank guarantee @ 10 % of the P.O. price valid up to successful & satisfactory installation and commissioning of the instrument plus additional 60 days claim period.
43.6. In case the successful bidder to whom P.O. is issued fails to complete the work strictly as per technical specification mentioned in the Purchase order and within time stipulated in the order part or whole of performance bank guarantee will be forfeited as decided by TPGL apart from LD clause mentioned elsewhere in the bid document.
NIe-T for Installation of indoor type VCB & relay control panel
Page 20 of 38
Signature of Bidder with Seal
43.7. LoA will be uploaded in e-procurement portal https://tripuratenders.gov.in only after receipt of Performance Bank Guarantee” for release of EMD to all the bidders.
44. CONTRACT AGREEMENT:
44.1. A contract agreement for execution of the work shall be signed by the successful bidder with TPGL within 20(twenty) days of issuance of Letter of Award (LoA) & confirmatory purchase order by TPGL.
44.2. Within 15(fifteen) days from the date of issue of Confirmatory Purchase order, successful bidder has to submit “Performance Bank Guarantee” as Performance Security for an amount equal to the 10% of the conformity purchase order value with a validity period including 1(one) year warranty for trouble free operations of instrument from the date of commissioning + 60(sixty) days claim period.
44.3. On receipt of Performance Bank Guarantee and execution of Contract Agreement, LoA will be uploaded in e-procurement portal www.tripuratenders.gov.in for releasing EMD to all bidders.
44.4. Successful bidder is to make in his own cost two original copies of Contract Agreement containing Contract Agreement on Non-Judicial Stamp Paper of Rs. 50/-, LoA, Technical Bid, Price Bid and copies of tender documents which are to be jointly signed by TPGL & the successful bidder within 20(twenty) days from the date of receipt of the LoA.
44.5. Five more copies of Contract Agreement are to be submitted by the successful bidder to TPGL at the cost of the successful bidder.
44.6. The denial of the successful bidder of the category to undertake the work after issue of Letter Of Award shall be treated as breach of contract and TPGL may forfeit EMD/Performance Bank Guarantee(PBG) amount submitted by successful bidder.
44.7. The Successful bidder is to submit necessary drawing and details of equipments for approval.
45. GENERAL: 45.1. No T & P will be supplied from TPGL for successful execution of the work.
45.2. Deviation of specifications and terms & conditions of NIe-T may cause for
rejection of the offer(s) of bidder(s).
45.3. If submitted document(s) / certificate(s) are found fake, appropriate legal actions
will be initiated and the bidder will be blacklisted.
45.4. The e-tender prepared by the tenderer along with all the related
documents shall be in English only. Any printed literature furnished by the
tenderer may be in another language so long as it is accompanied by an
English translation of its pertinent passages. Unit measurements shall be
metric in accordance with International system. All correspondence
between the tenderer and TPGL shall also be in English.
45.5. The tenderer is expected to examine all instructions, terms and conditions, specifications, forms and formats etc. as mentioned in the tender document. Failure to furnish all information required in the tender document or submission of a tender not substantially responsive to the tender document in every respect will be at the tenderer’s risk and is likely to result in out-right rejection of the tender.
45.6. The copy of the tender document must be signed & stamped with the legal
name of the corporation / company by the President / Managing Director /
Secretary of the firm or a person duly authorized to bid and should be
enclosed with the technical bid of the tender. In case of authorized
person, the letter of authorization by written power-of- attorney should
be uploaded with the technical bid of the tender. The person or persons
signing the tender shall also sign & stamp at all such corrections, if made.
NIe-T for Installation of indoor type VCB & relay control panel
Page 21 of 38
Signature of Bidder with Seal
45.7. Tender not accompanied with Cost of Tender Document & EMD shall not be
accepted.
45.8. Copies of GST Registration Certificate, PAN Card issued by appropriate
authority, Income Tax Return of last three Assessment Years are to be
submitted along with the Technical Bid.
45.9. All Work should be completed within 6(Six) month after issuance of LOA. 45.10. The Declaration by the Bidder given at FORMAT – IV should be
submitted in the letterhead alongwith the offer/bid, otherwise the offer/bid would not be brought under consideration for evaluation.
45.11. Bidders, who have submitted bids against any work of TPGL, became successful bidders but failed to accept the work order issued to them by TPGL within specified time period / failed to execute the works after issue of work orders, should not submit bid against this tender or otherwise their bids will not be accepted.
46. The above terms and condition will be stipulated in the contract agreement.
Deputy General Manager
NIe-T for Installation of indoor type VCB & relay control panel
Page 22 of 38
Signature of Bidder with Seal
ANNEXURE - I
[To be submitted in the letterhead of the bidder including full postal address, telephone, faxes and e-mail address]
ANNUAL TURNOVER DATA
Year Net Worth (In INR) Annual Turnover (In INR)
Annual Average
[This format should be certified by the practicing CA of the Bidder]
NIe-T for Installation of indoor type VCB & relay control panel
Page 23 of 38
Signature of Bidder with Seal
ANNEXURE –II ANNUALLY PERFORMANCE REPORT OF Instrument/ Device
1. Name & address of the site:-
2. Capacity of the system:-
3. Date of attending the system:-
4. Name of Agency :-
5. Whether the system is found working Yes/No
6. If no, a) Cause of non- functioning
b) Rectification done, if any
c) Status of the system after rectification Working/not working
7. Remarks, if any :-
Signature with date of the authorised person of Company/firm
Counter signed by :- Concerned Officer, TP
NIe-T for Installation of indoor type VCB & relay control panel
Page 24 of 38
Signature of Bidder with Seal
ANNEXURE – III
RATE QUOTATION SHEET <BOQ (Bill of Quantity)> BIDDING SCHEDULE-I
TENDER INVITING AUTHORITY: Deputy General Manager, Gas Thermal electrical Division, Baramura, Khowai, Tripura. NAME OF ITEM: “Supply, erection, testing & commissioning of 1 (one) 11 KV, 800A,18.4 KA indoor VCB Horizontal isolation Horizontal Drawout type incomer with Control & Relay Panel with other accessories and 3 (three) nos. 11KV, 200A,18.4 KA indoor VCB Horizontal isolation Horizontal Drawout type outgoing with Control & Relay Panel with other accessories at Gas Thermal Power Station, Baramura”. (As per specification of DNIe-T). NIe-T NO.: No.DGM/GTED(B)/2020-21/04, Date 017/06/2020.
BIDDER NAME: (This Proforma is meant for acceptance of BOQ Format only by the prospective Bidders. Bidders shall not quote any value on this proforma. Violation of this instruction may lead to cancellation of tender summarily)
Sl. No.
Item Description Qty Unit
BASIC RATE for Supply in
Figures To be entered
by the Bidder in
Rs.
Erection RATE in Figures To be
entered by the Bidder
in Rs.
Total amount (Supply
and Erection) in Rs.
GST Amount in Rs. (18 %
on Supply
and Erection
)
Freight &
Insurance in
Rs. (3% on
Supply value)
Total amount
i/c Supply,
erection, freight & Insuranc
e in Rs.
TOTAL AMOUNT In
Words
A B C D E F G H I
1
Supply, erection, testing & commissioning of Indoor type Horizontal isolation Horizontal draw out 11KV, 800A, 18.4KA Vacuum Circuit Breaker, Control & Relay Panel with Accessories, complete with electrical closing & Tripping mechanism with internal wiring, a. 01 No. 230V AC Motorized Mechanism, 01 No. numerical non-communicable relay, 01 No. Trip circuit supervision relay, 01 No. Master trip relay, 01 No. Analog/Digital Voltmeter with selector switch, 03 Nos. Analog/Digital Ammeter, 01 No. Digital Tri-vector meter, 03 Nos. CT with ratio 600/1-1-1 (Class-0.2/5P10, Burden- 15/15 VA), 01 No. Epoxy Resin Cast V.T with ratio 11KV/√3/110V/√3/110/√3 with integral earthing facility for incomer Panel. b. 03 Nos. 230V AC Motorized Mechanism, 01 No. Numerical non-communicable relay, 03 Nos. Trip circuit supervision relay, 03 Nos. Master trip relay, 09 Nos. Analog/Digital Ammeter, 03 Nos. Digital Tri-
1.00 Set
Signature of Bidder with seal Signature of Bidder with seal
Page 25
NIe-T for Installation of indoor type VCB & relay control panel
vector meter, 09 Nos. CT with ratio 200/1-1 (Class-0.2/5P10, Burden- 15/15 VA) with integral earthing facility for outgoing Panel.
Deputy General Manager
NIe-T for Installation of indoor type VCB & relay control panel
Page 26 of 38
Signature of Bidder with Seal
na
Annexure –I V
TECHNICAL SPECIFICATION
Supply, erection, testing & commissioning of 1 (one) 11 KV, 800A,18.4 KA indoor VCB Horizontal isolation Horizontal
Drawout type incomer with Control & Relay Panel with other accessories and 3 (three) nos. 11KV, 200 A,18.4 KA
indoor VCB Horizontal isolation Horizontal Drawout type outgoing with Control & Relay Panel with other accessories
at Gas Thermal Power Station, Baramura.
Description of Items Make/Brand I/C
Qty.
O/G
Qty.
A. Vacuum Circuit Breaker
1. 11kV, 800 Amp.18.4 kA for 3 Sec Indoor VCB
horizontal isolation Horizontal Draw out
ABB/CGL/PASCAL SCHNEIDER 01 03
2. 230V AC Motorised Mechanism reputed make 01 03
3. Copper Busbar, 800A, PVC Sleeves
4. Terminal Block Elmex/Connectwell/Equiv. 01 03
B. INSTRUMENT TRANSFORMER
(Epoxy Resin cast)
1. PT ratio: 11kV/root3/110V/root3, class-1,
Burden-100 VA, Draw out type, Protected with
HRC fuse on HT & MCB on LT side.
ECS / CGL / JSL / Equiv. 01
2. Epoxy Resin Cast CT ratio: 600/1-1-1-0.577,
class-0.5/5P10, Burden-15 VA
ECS / CGL / JSL / Equiv. 03
3. Epoxy Resin Cast CT ratio: 200-100/1-1-1,
class-0.5/5P10, Burden-15 VA
ECS / CGL / JSL / Equiv. 09
C. RELAYS
1. Numerical Non-communicable protection relay
(50+50N+51+51N)
ABB / ALSTOM / Equiv. 01 03
2. Numerical Transformer Differential Relay ABB / ALSTOM / Equiv. 01
3. Electromechanical Trip Circuit Supervision
relay
ABB / ALSTOM / Equiv. 01 03
4. Electromechanical Master Trip relay ABB / ALSTOM / Equiv. 01 03
D. LED TYPE INDICATION LAMPS
1. R-Y-B Indication TECHNIK / Equivalent reputed make 03
2. Breaker ON-RED TECHNIK / Equivalent reputed make 01 03
3. Breaker OFF-Green TECHNIK / Equivalent reputed make 01 03
4. Auto Trip Indication-Amber TECHNIK / Equivalent reputed make 01 03
5. Trip Circuit Healthy-White TECHNIK / Equivalent reputed make 01 03
6. Spring Charged-Blue TECHNIK / Equivalent reputed make 01 03
D. ACCESSORIES:
1. Push Button for trip circuit healthy SIEMENS / TEKNIC / Equiv. 01 03
2. Trip Neutral Close switch KAYCEE/SWITRON / Equiv. 01 03
3. Local Remote switch KAYCEE/SWITRON / Equiv. 01 03
4. 8 Window annunciator with built in push
button & Hooter
ALAN / Equiv. 01 03
5. Panel space heater with thermostat & switch Reputed make 01 03
6. 15 Amps. Switch & Socket Reputed make 01 03
7. Double pole MCB for AC ABB/SIEMENS/L&T/ Equiv. 01 03
8. Double pole MCB for DC ABB/SIEMENS/L&T/ Equiv. 01 03
9. Panel illumination CFL Lamp with switch Reputed make 01 03
E. INDICATION METER
1. Digital/Analog Voltmeter AE/RISHAB/Equiv. 01
NIe-T for Installation of indoor type VCB & relay control panel
Page 27 of 38
Signature of Bidder with Seal
2. Digital/Analog Ammeter AE/RISHAB/Equiv. 01 03
3. Digital Multi-function meter with RS 485
communication
L&T /Secure/Equiv. 01 03
4. Electrical Emergency Trip Push Button for
Tripping of Upstream Breaker
Reputed Make 01
F. OTHER DETAILS.
1. The successful bidder shall provide Design & Drawing if any for Company’s approval prior to manufacturing.
2. Panel supplied by successful bidder shall be made up of ALUZINC Sheets.
3. The successful bidder scope shall be to Dismantle of existing unit, Supply, Installation, Testing, and Commissioning
of new unit. Connect the available earthing to the existing system of earthing.
4. The successful bidder shall supply all material as per Bill of Material (BOM) provided above. Any additional item
w.r.t. the item over and above BOM shall be provided in detail by bidder in their bid.
5. The successful bidder shall meet on their own expenses for associated work carried out towards travel for site
inspection travel, boarding / lodging etc.
6. All Statutory Electrical Inspection / Approvals shall be to scope of Company.
7. Commissioning spares, HT/LT cables, Cable tray, Cable Termination Kits, Cable Glands, Cable Lugs, Straight
through etc. Earthing Pits, Interconnecting GI Strips, support structure any civil work, mechanical work, lifting,
unloading, shifting of any material, water, power etc., will be provided by Company.
Signature of the Applicant Agency/Authorized Signatory
NIe-T for Installation of indoor type VCB & relay control panel
Page 28 of 38
Signature of Bidder with Seal
COVERING LETTER
FORMAT-I
E-Bid Reference No. Date /_______/2020
To The Deputy General Manager
Gas Thermal Electrical Division Baramura, Khowai District, Tripura.
Subject: Proposal in response to NIe-T No.DGM/GTED(B)/2020-21/04, Date 17/06/2020 Sir,
We are submitting our proposal in full compliance of the terms & conditions of the above cited DNIeT. A copy of tender duly signed on each page is also submitted as a proof of our acceptance of all specifications as well as all the terms & conditions as laid down in the tender documents.
We confirm that, we have the capability “Supply, erection, testing & commissioning of 1 (one) 11 KV,
800A,18.4 KA indoor VCB Horizontal isolation Horizontal Drawout type incomer with Control & Relay Panel with
other accessories and 3 (three) nos. 11KV, 200A,18.4 KA indoor VCB Horizontal isolation Horizontal Drawout type
outgoing with Control & Relay Panel with other accessories as per approved specification of TPGL with 1(one) year warranty for trouble free operations of instrument/ Device from the date of commissioning on turn-key basis.
We confirmed that, we have electronically deposited the tender fee of Rs.1000.00 (Rupees One
thousand) only and EMD of Rs. 45,650.00 (Rupees Forty five thousand six hundred fifty) only through e-procurement portal.
We confirm that our offered rate would be valid for at least 6(six) month from the date of
opening of price bid.
The E-tender is uploaded in two separate files named Part-A for technical bid and Part-B for price bid only.
Signature of the authorized signatory Name: Designation Company Seal
NIe-T for Installation of indoor type VCB & relay control panel
Page 29 of 38
Signature of Bidder with Seal
POWER OF ATTORNEY
FORMAT 2
(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution)
Power of Attorney to be provided by the Bidding Company in favour of its representative as evidence of authorized signatory’s authority.
Know all men by these presents, We .........................................................................(Name and address of the registered office of the Bidding Company as applicable) do hereby constitute, appoint and authorize Mr./Ms. ....................................(name & residential address) who is presently employed with us and holding the position of ....................................................... as our true and lawful attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to submission of our Bid for “Supply, erection, testing & commissioning of 1 (one) 11 KV, 800A,18.4 KA
indoor VCB Horizontal isolation Horizontal Drawout type incomer with Control & Relay Panel with other
accessories and 3 (three) nos. 11KV, 200A,18.4 KA indoor VCB Horizontal isolation Horizontal Drawout type
outgoing with Control & Relay Panel with other accessories at Gas Thermal Power Station, Baramura” as per approved specification of TPGL with 1(one) years warranty for trouble free operations of instrument / Device from the date of commissioning on turn-key basis in response to NIe-T No.DGM/GTED(B)/2020-21/04, Date 17/06/2020 issued by Deputy General Manager, Gas Thermal Electrical Division, Baramura Khowai, Tripura, on behalf of Tripura Power Generation Limited, A Govt. of Tripura Enterprise with its Head office at Vidyut Bhawan, Old Building, North Banamalipur, Agartala, West Tripura District including and submission of the Bid and all other documents related to the Bid, including but not limited to undertakings, letters certificates, acceptances, clarifications, guarantees or any other document which the TPGL may require us to submit. The aforesaid Attorney is further authorized for making representations to the TPGL and providing information / responses to TPGL representing us in all matters before TPGL and generally dealing with TPGL in all matters in connection with this Bid till the completion of the bidding process as per the terms of the above mentioned NIe-T.
We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this Power
of Attorney and that all acts, deeds and things done by our aforesaid attorney shall be binding on us
and shall always be deemed to have been done by us.
All the terms used herein but not defined shall have the meaning described to such terms under the
NIe-T.
NIe-T for Installation of indoor type VCB & relay control panel
Page 30 of 38
Signature of Bidder with Seal
Signed by the within named ......................................................... (Insert the name of the executants
company) through the hand of Mr. .............................................. duly authorized by the Board (vide Board
resolution No ) to issue such Power of Attorney Dated this
.................................... day of .......................Accepted
Signature of Attorney (Name , designation and address of the Attorney) Attested .................................................... (Signature of the executants) (Name , designation and address of the executants)
Signature and stamp of Notary of the place of execution Common seal of .................................. has been affixed in my/our presence Pursuant to Board of Director‟s Resolution dated ......................(Board of Director‟s Resolution is also enclosed)
WITNESS i) ..................................................................... (Signature)
Name ................................................... Designation .............................................
ii) ........................................................ (Signature)
Name ................................................... Designation .............................................
Notes : The mode of execution of the power of attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executants(s) and the same should be under common seal of the executants affixed in accordance with the applicable procedure. Further, the person whose signatures are to be provided on the power of attorney shall be duly authorized by the executants(s) in this regard.
NIe-T for Installation of indoor type VCB & relay control panel
Page 31 of 38
Signature of Bidder with Seal
FORMAT-3 GENERAL PARTICULARS OF BIDDER
1 Name of Bidder
2 Postal Address 3 Website 4 e-mail Address 5 Mobile No 6 Telephone,Telex,Fax No. 7 Name, Designation of the
representative of the bidder to whom all references shall be made
8 Mobile No of Authorised representative
9 Name and address of the Indian / foreign collaboration if any
10 Have anything / extra other than price of items ( as mentioned in price schedule) been written in the price schedule
11 Copy of GST Registration Certificate, PAN Card issued by appropriate authority, Income Tax Return of last three Assessment Years etc. (attach copy)
12 Have the bidder ever been debarred by any Government Department/ Undertakings‟ for undertaking any works? Upload underling.
13 Details of proposal/bid ( Please mention number of pages and number of drawings uploaded)
14 Reference of any other information attached by the bidder (please mention number of pages & number of drawings)
NIe-T for Installation of indoor type VCB & relay control panel
Page 32 of 38
Signature of Bidder with Seal
FORMAT-4
DECLARATION BY THE BIDDER
Tender Notice No.DGM/GTED(B)/2020-21/04 Date 17/06/2020
I/We ( herein referred to as the
bidder) being desirous of tendering for the work under the above mentioned tender and having fully
understood the nature of the work and having carefully noted all the terms and conditions,
specifications etc. as mentioned in the tender documents DO HEREBY DECLARE THAT
1) The bidder is fully aware of all the requirements of the tender documents and agrees with all provisions of the tender documents.
2) The bidder is capable of executing and completing the work on turnkey basis as required in the tender.
3) The Bidder accepts all the risk & responsibilities directly or indirectly connected with the performance of the tender.
4) The Bidder has no collusion with other contractors, any employee of TPGL, A Government of Tripura Enterprise or its autonomous bodies or with any other person or firm in the preparation of the bid. 5) The bidder has not been influenced by any statements or promises of TPGL, A Government
of Tripura Enterprise or its autonomous bodies or any of its employees but only by the tender documents.
6) The bidder is financially solvent and sound to execute the work. 7) The bidder is sufficiently experienced and competent to perform the contract to the
satisfaction of TPGL. 8) The information & statements submitted with the tender are true. 9) The Bidder is familiar with all General & Special Laws, Acts, Ordinance, Rules &
Regulations of the Municipal, District, State & Central Government that may affect the work and its performances or personnel employed therein.
10) The Bidder has not been debarred or blacklisted from similar type of work by TPGL and or Central / State Governments / Undertakings during last three years.
11) This offer shall remain valid for acceptance for 6(six) months from the date of opening of tender. 12) The Bidder gives the assurance to execute the tendered work as per specifications, terms & conditions of the tender documents. 13) The quote to supply the goods and materials specified in the underwritten schedule in the
manner in which and within the time specified as set forth in the conditions of the contract at the rates given in the price bid.
14) The terms & conditions of the tender will be binding upon the Bidder in the event of acceptance of the tender.
15) The Bidder has submitted the earnest money & the cost of tender document as required in the tender document.
16) The bidder accepts that the earnest money be partially / absolutely forfeited by TPGL as per terms & Conditions laid down in this NIe-T.
Date:- /___/2020
Signature of the Bidder
NIe-T for Installation of indoor type VCB & relay control panel
Page 33 of 38
Signature of Bidder with Seal
FORMAT-5
CHECK LIST OF DOCUMENTS TO BE UPLOPADED
The following information/ documents are to be annexed, flagged and uploaded by the bidders along with the TECHNICAL BID. The list is indicative, any other documents as required / specified in this NIe-T are also to be uploaded.
FOLDER I-TECHNICAL DOCUMENT:
Sl No
Particulars
Yes/No
1 Earnest money valid for minimum 6(six) months.
2 Documents in support of technical eligibility as per clause No. 22 3 Overall Average Turnover of the bidder in the last 1 or 2 financial year certified by
registered CA as per ANNEXURE –I
4 a) Copy of PAN Card b) Copy of valid GST registration certificate c) Copy of IT Return for last 3 ( three) assessment years
5 Power of attorney for the person representing the bidder for this e-tender as per Format-2
6 Affidavit from the firm/bidder that he has not been debarred or blacklisted by any Government Department or Undertakings.
7 Declaration by the bidder as per FORMAT - 4 8 Covering Letter as per FORMAT - I 9 Any other document as per NIeT ( Please specify)
NOTE: a) Please mark the annexure number in right upper corner in all pages of the concerned
uploaded documents and write annexure number in the box. b) Bids received without supporting documents as specified & mentioned in the tender
documents may be rejected.
FOLDER II- FINANCIAL DOCUMENT: 1. BOQ (Bill of Quantity) as per Annexure-III.
NIe-T for Installation of indoor type VCB & relay control panel
Page 34 of 38
Signature of Bidder with Seal
FORMAT FOR PERFORMANCE BANK GUARANTEE (PBG)
FORMAT 6
(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution)
In consideration of the -------- [ Insert name of the Bidder] (hereinafter referred to as selected Successful Bidder (SB)) submitting the response to e-tender for “Supply, erection, testing
& commissioning of 1 (one) 11 KV, 800A,18.4 KA indoor VCB Horizontal isolation Horizontal Drawout type
incomer with Control & Relay Panel with other accessories and 3 (three) nos. 11KV, 200A,18.4 KA indoor VCB
Horizontal isolation Horizontal Drawout type outgoing with Control & Relay Panel with other accessories at Gas
Thermal Power Station, Baramura” as required with 1(one) year warranty for trouble free operations of instrument from the date of commissioning on turn-key basis at Baramura Gas Thermal Power Station and shall be valid till the completion of all related works in response to the NIe-T No. DGM/GTED(B)/2020-21/01, Date 02/06/2020 issued by Deputy General Manager, Gas Thermal Electrical Division, Baramura Khowai, Tripura, on behalf of Tripura Power Generation Limited, A Govt. of Tripura Enterprise with its Head office at Vidyut Bhawan, Old Building, North Banamalipur, Agartala, West Tripura District (hereinafter referred to as TPGL) and TPGL considering such response to the bid of ............[insert the name of the Successful Bidder] (which expression shall unless repugnant to the context or meaning thereof include its executers, administrators, successors and assignees) and issuing Letter of allocation No --------- to -----------(insert the name of the Successful Bidder (SB) as per terms of NIe-T and the same having been accepted by the selected SB, M/S ------------. As per the terms of the NIe-T, the [ insert name & address of Bank] hereby agrees unequivocally, irrevocably and unconditionally to pay to TPGL at [insert Name of the Place from the address of the TPGL] forthwith on demand in writing from TPGL or any Officer authorized by it in this behalf, any amount up to and not exceeding Rupees -------- [ Total Value] only, on behalf of M/S [ Insert name of the selected Successful Bidder (SB)]. This guarantee shall be valid and binding on this Bank up to and including .............. [ insert date of validity in accordance with NIe-T] and shall not be terminable by notice or any change in the constitution of the Bank or the term of contract or by any other reasons whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variation or alternations made, given, or agreed with or without our knowledge or consent, by or between parties to the respective agreement. Our liability under this Guarantee is restricted to Rs. (Rs. only). Our Guarantee shall remain in force until ......................TPGL shall be entitled to invoke this Guarantee till ................ The Guarantor Bank hereby agrees and acknowledges that TPGL shall have a right to invoke this Bank GUARANTEE in Part or in full, as it may deem fit. The Guarantor Bank hereby expressly agrees that it shall not require any proof in addition to the written demand by TPGL, made in any format, raised at the above mentioned address of the Guarantor Bank, in order to make the said payment to TPGL. The Guarantor Bank shall make payment hereunder on first demand without restriction or conditions and notwithstanding any objection by ------------- [ Insert name of the Successful Bidder (SB)] and /or any other person. The Guarantor Bank shall not require TPGL to justify the invocation of this BANK GUARANTEE, nor shall the Guarantor Bank have any recourse against TPGL in respect of any payment made hereunder.
NIe-T for Installation of indoor type VCB & relay control panel
Page 35 of 38
Signature of Bidder with Seal
This BANK GUARANTEE shall be interpreted in accordance with the laws of India and the
high Court of Tripura shall have exclusive jurisdiction.
The Guarantor Bank represents that this BANK GUARANTEE has been established in such
form and with such content that it is fully enforceable in accordance with its terms as against the
Guarantor Bank in the manner provided herein.
This BANK GUARANTEE shall not be affected in any manner by reason of merger,
amalgamation, restructuring or any other change in the constitution of the Guarantor Bank.
This BANK GUARANTEE shall be a primary obligation of the Guarantor Bank and accordingly
TPGL shall not be obliged before enforcing this BANK GUARANTEE to take any action in any court
or arbitral proceedings against the Successful Bidder (SB), to make any claim against or any demand
on the Successful Bidder (SB) or to give any notice to the Successful Bidder (SB or to enforce
any security held by TPGL or to exercise, levy or enforce any distress, diligence or other process
against the Successful Bidder (SB).
Notwithstanding anything contained hereinabove, our liability under this Guarantee is
restricted to Rs. (Rs. only) and it shall remain in force until
................ We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee
only if TPGL serves upon us a written claim or demand.
Signature Name Power of Attorney No. Email ID For [Insert name of the Bank] Banker‟s Stamp and Full Address. Dated this day of , 20 Witness:
1. ........................................... Signature Name and Address Notes : The Stamp Paper should be in the name of the Executing Bank and of appropriate value.
NIe-T for Installation of indoor type VCB & relay control panel
Page 36 of 38
Signature of Bidder with Seal
Format-7
APPLICATION FOR EXTENSION OF TIME
(Part – I)
• Name of Contractor ____________________________________________________ • Name of work (as given in the contract) ____________________________________
_____________________________________________________________________ _____________________________________________________________________
• Agreement no. ________________________________________________________ • Contract amount ______________________________________________________ • Date of Commencement of work as per agreement ____________________________ • Period allowed for completion of work (as per agreement) ______________________ • Date of completion stipulated in the agreement _______________________________ • Actual date of completion ________________________________________________ • Period for which extension of time has been given previously if any ______________ • 1st extension vide No. • 2nd extension vide No. • 3rd extension vide No. • 4th extension vide No. • Period for which extension have been previously given (Copies of the previous application should be attached). • Hindrances on account of which extension is applied for with date on which hindrances occurred.
Sl. No.
Nature of hindrances
Date of occurrence
Period for which
hindrances is likely to last
Extension of time applied for by the contractor
Overlapping period, if any,
giving reference to items which
overlap
Period for which
extension is applied
for.
Remarks as to why the
hindrances occurred and justification
for extension of time
• Total period for which extension is applied for on account of hindrances mentioned above.
• Extension of time required for extra work: - ___________ Months. ____________ days.
• Detailed for extra work and the amount involved: -
• Total value of extra work: -
• Proportionate period of extension of time based on estimated amount put to tender on account of extra work: -
• Total extension of time required for 11 & 12: -
Signature of Contractor
NIe-T for Installation of indoor type VCB & relay control panel
Page 37 of 38
Signature of Bidder with Seal
APPLICATION FOR EXTENSION OF TIME
(Part – II)
(To be filled in by TPGL)
• Date of receipt of application from________________________________ contractor for the work of _________________________________________________in the Sub-Divisional ______________________________________________________.
• Acknowledgement issued by the Sr. Manager, vide his No.______________________ __________________ Dated _____________________________.
• Recommendation of Sr. Manager, in – charge of the Sub-Division is to whether the reasons given by the Contractor are correct and what extension, if any, recommended by him, if he does not recommended the extension, reasons for rejection should be given
Dated ………………….. Signature of the Sr. Manager in-charge of Sub-Division.
NIe-T for Installation of indoor type VCB & relay control panel
Page 38 of 38
Signature of Bidder with Seal
APPLICATION FOR EXTENSION OF TIME
(Part – III)
(To be filled in by TPGL) • Date of receipt in the Divisional office: _____________________________________ • Report of DGM, in-charge of the Division regarding hindrances mentioned by the
contractor_____________________________________________________________
Sl. No.
Nature of hindrances
Date of occurrence
Period for which
hindrances is likely to
last
Extension of time
applied for by the
contractor
Overlapping period, if any,
giving reference to items which
overlap
Net extension
applied for
Remarks as to why the hindrances occurred and
justification for extension
recommended
• Recommendation / Approval of the DGM, in-charge of the Division: - (The present progress of work should be stated and whether the work is likely to be completed by the date upto which extension is applied for, if extension of time is not recommended, what compensation is proposed to be levied under clause 13 of section - III.
Signature of DGM
• Recommendation / Approval of the AGM, in-charge of the Circle: -
Signature of AGM • Recommendation / Approval of the GM (Technical): -
Signature of GM (Technical)
• Recommendation / Approval of the MD: -
Signature of MD