(regd. office: 21, n.s.road, kolkata-700001) - balmer...

21
Seal & Signature of the Tenderer: (Regd. Office: 21, N.S.Road, Kolkata-700001) Tender Ref: SBUAS/CAP/RMG/021/1617 Dated: 05.08.2016 Due date: 27.08.2016 Sub: Inviting “e” bidding for Supply, Erection & Commissioning of 11 KV Indoor RMG as per specification – Reg… 1. INTRODUCTION Balmer Lawrie & Co Ltd. [herein after referred as BL], a Public Sector Undertaking, is a multiple product, multi-location and multi-technology diversified conglomerate coming under Ministry of Petroleum & Natural Gas. Manufacturing of Leather Chemicals, Industrial steel drums and Grease & Lubricants forms the core businesses of the company. The company invites ‘e’-bids for supply of “11 KV INDIOOR RMG WITH 630 AMPS WITH VCB & 2 NOS OF LBS (LOAD BREAK SWITCH SUITABLE FOR TNGEDCO WITH ERECTION AND COMMISISONING” for their Chennai plant (in Manali) from approved and experienced Original Equipment Manufacturers / dealers with sound infrastructural, technical and financial capabilities. Offers from new vendors based on BL website enquiry, if any, will not be considered in this tender. They will be taken for vendor development only. 2. TENDER QUANTITY Quantity - 1 No. (Refer Scope of Supply, Erection and Commissioning as mentioned in Annexure 1) 3. ITEM TECHNICAL SPECIFICATIONS Refer Annexure - 1 Technical specifications given in the annexure-1. Bidders need to quote with maximum level of accuracy designed for the given conditions. VISIT TO OUR FACTORY The tenderer, at the tenderer’s own cost/responsibility is advised to visit our factory between 9.30 am to 4.30 pm on all working days and examine the site of work and its surroundings and obtain all information that may be necessary for preparing the tender for entering into a contract, for the supply erection and commissioning of NEW RMG. For any technical queries, the bidder is requested to contact the following technical persons in Balmer Lawrie & Co Ltd., Manali Chennai Name Phone No : Mobile No : Mr. Yogaselvan 044 - 25946553 +(91) 9551508160 Mr. Venkatapathy 044 - 25946577 +(91) 9840497645 Mr. Manivarman 044 – 25946575 +(91) 9445229921 Mr. Murugan 044 - 25946570 +(91) 9444363028

Upload: trancong

Post on 05-Feb-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Seal & Signature of the Tenderer:

(Regd. Office: 21, N.S.Road, Kolkata-700001)

Tender Ref: SBUAS/CAP/RMG/021/1617 Dated: 05.08.2016 Due date: 27.08.2016 Sub: Inviting “e” bidding for Supply, Erection & Commissioning of 11 KV Indoor RMG as per specification – Reg…

1. INTRODUCTION Balmer Lawrie & Co Ltd. [herein after referred as BL], a Public Sector Undertaking, is a multiple product, multi-location and multi-technology diversified conglomerate coming under Ministry of Petroleum & Natural Gas. Manufacturing of Leather Chemicals, Industrial steel drums and Grease & Lubricants forms the core businesses of the company. The company invites ‘e’-bids for supply of “11 KV INDIOOR RMG WITH 630 AMPS WITH VCB & 2 NOS OF LBS (LOAD BREAK SWITCH SUITABLE FOR TNGEDCO WITH ERECTION AND COMMISISONING” for their Chennai plant (in Manali) from approved and experienced Original Equipment Manufacturers / dealers with sound infrastructural, technical and financial capabilities. Offers from new vendors based on BL website enquiry, if any, will not be considered in this tender. They will be taken for vendor development only.

2. TENDER QUANTITY Quantity - 1 No. (Refer Scope of Supply, Erection and Commissioning as mentioned in Annexure 1)

3. ITEM TECHNICAL SPECIFICATIONS Refer Annexure - 1 Technical specifications given in the annexure-1. Bidders need to quote with maximum level of accuracy designed for the given conditions. VISIT TO OUR FACTORY The tenderer, at the tenderer’s own cost/responsibility is advised to visit our factory between 9.30 am to 4.30 pm on all working days and examine the site of work and its surroundings and obtain all information that may be necessary for preparing the tender for entering into a contract, for the supply erection and commissioning of NEW RMG. For any technical queries, the bidder is requested to contact the following technical persons in Balmer Lawrie & Co Ltd., Manali Chennai Name Phone No: Mobile No: Mr. Yogaselvan 044 - 25946553 +(91) 9551508160 Mr. Venkatapathy 044 - 25946577 +(91) 9840497645 Mr. Manivarman 044 – 25946575 +(91) 9445229921 Mr. Murugan 044 - 25946570 +(91) 9444363028

Page 2: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

4. EARNEST MONEY DEPOSIT The bidder shall furnish an EMD for a sum of Rs. 5,000 /- (Rupees Five Thousand only) along with the bid by a/c payee pay order / demand draft / irrevocable bank guarantee (as per BL format enclosed as last page of the tender) in favour of Balmer Lawrie & Co Ltd payable at Chennai. DD should be valid for the period of at least 75 days from the due date of tender. The bank guarantee (BG) shall remain in force for at least 90 days from the due date of tender and shall be extendable on request made by BL prior to expiry of the BG.

a. OFFERS RECEIVED WITHOUT EMD WILL BE REJECTED

b. For the successful bidder, the EMD will be refunded only after they submit the necessary Security Deposit against the work order placed on them. EMD will carry no interest.

c. For the unsuccessful bidders, the EMD will be refunded only after the

Purchase order has been released on the successful bidder.

d. Linking of EMD amount with earlier transactions / adjustments with pending bills or any other amount payable by the company is not allowed.

e. SSI UNITS WITH VALID REGISTERATION WITH NATIONAL SMALL

INDUSTRIES CORPORATION LIMITED (MSME / NSIC), FOR THE ITEM / SERVICE TENDERED ARE EXEMPTED FROM PAYMENT OF EARNEST MONEY DEPOSIT.

f. NOTE: - Bidder having MSME / NSIC Registration needs to attach

copy of valid Certificate applicable for the tendered product / service.

5. PREQUALIFICATION CRITERIA FOR PARTIES SUBMITTING OFFERS: As a part of pre-qualification criteria, the vendor should have supplied this equipment for the TNEB / TANGEDCO HT incomer. Vendors need to submit the relevant certificate / document / affidavit (whichever be acceptable by BL) as the proof for meeting the above mentioned criteria. If required, BL will request the vendors to show the original documents for verification. Note: Price offers from the vendors meeting the above-mentioned criteria only will be considered. Price bid submitted by the vendors not meeting this criteria will be rejected.

6. PRICE 6.1 The price to be submitted at our e-portal only, as per the indicative format below: (Submission of offline price bid will disqualify the bidder’s participation)

Page 3: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

SUPPLY & COMMISSIONING OF 11KV RMG

S.no Particulars Amount / Formula (if any) 1 Basic Price A 2 P&F (if any) B 3 Excise Duty (if applicable) C 4 VAT / CST (if applicable) D 5 Service Tax (if applicable) E 6 Any other duties / levy (if applicable) F 7 Freight Charges G 8 Transit Insurance H 9 Any other miscellaneous charges I 10 Total Cost J = SUM (A + B + C + D or

D1 + E + F + G + H + I) 11 Unloading By BL 12 Erection & Installation /

Commissioning charges Should be included above (in Basic Price)

Price quoted should be on FOR Manali basis (inclusive of Freight & Insurance Charges) in Rs. per unit. Please input the actual value (in Rs) in each cell. Please ignore the cells whichever are not applicable or irrelevant. Changes in statutory levies like excise duty, sales tax or octroi charges, service tax as applicable on the product shall be reimbursed at actuals based on documentary proof. Taxes and duties as applicable shall be clearly mentioned. Form-C will be issued by BL as required. 6.2 No Change in the accepted price structure on the basis of landed cost at our Manali works shall be permitted during the period of contract under any circumstances

7. PAYMENT TERMS 7.1 For Supply, Erection and Commissioning: Our preferred payment terms would be - 70% of basic with full duties and taxes: with 30 days credit from date of receipt and acceptance; - 20% of basic on successful completion of erection and commissioning or within 45 days of supply whichever is earlier - Balance 10% of basic against PBG valid for one year, further extended to three months Or after one year of retention period. Note: In case of payment terms differing from above, suitable adjustments will be made in arriving at the landed cost while price comparison. However, partial advance payment, prior to dispatch is payable only against Advance Bank Guarantee (taken from a nationalized bank) as per BL format.

Page 4: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

Offers seeking payment before supply without Advance Bank Guarantee will be rejected. Advance Bank Guarantee / Performance Bank Guarantee format shall be given only to successful tenderer. If the tenderer is submitting BG, it shall be strictly as per our BG format only. 7.2 Supply will be complete only if all relevant documents etc are submitted. Relevant Material test certificate for bought out items (if required) to be submitted along with dispatch. 7.3 Payment will be made only to the bidder or principal on whom the Purchase Order is placed. If offer states that payment is to be made to bidder’s financier / creditor, the offer will stand rejected.

8. DELIVERY Delivery, Erection and Commissioning is expected to get completed within 16 weeks from the date of LOI/PO. However, vendor shall mention their possible delivery period clearly in the offer.

9. CONFLICT OF INTEREST The bids of any tenderers may be rejected if a conflict of interest between the tenderer and the Company is detected at any stage

10. RISK PURCHASE Without prejudice to other provisions in the tender, in the event of the vendor failing to supply within the stipulated delivery period, BL shall have the right and option to procure the products from alternate sources, at the risk and cost of the vendor, without further intimation. In case of rejection and with no request for re-test from vendor against the rejection or on confirmation of rejection after re-test, if dispatch of replacement material is not made within mutually agreed time period, BL shall have the right to procure the product from alternate sources, at the risk and cost of the vendor, without further intimation.

11. DELIVERY TO PLANT Purchase Order under this tender will be placed for DELIVERED supplies. Transit Risk for the supplied material, Insurance coverage thereof will be borne by the vendor. Necessary support shall be provided by BL in respect of claim on insurance company by the latter. If required, inspection will be made by the BL technical incharge on the equipment on the vendor’s premises before dispatch.

12. ARBITRATION Any dispute or difference arising under this Contract shall be referred under jurisdiction of Chennai to a sole arbitrator to be appointed by the Chairman & Managing Director, Balmer Lawrie & Co. Limited and the provisions of Arbitration and

Page 5: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

Conciliation Act, 1996 including any statutory modifications or enactment thereof shall apply to the Arbitration proceedings. The fees of the arbitrator, if any, shall be shared equally by both the parties. The award shall be a speaking award stating reason therefore and is final and binding on the parties. The proceeding shall be conducted in English language and courts at Chennai will have exclusive jurisdiction to settle any dispute arising out of this contract.

13. SALES TAX / EXCISE FORMALITES & COMPLIANCE WITH REGULATIONS Vendor shall warrant that all goods covered by this agreement / contract are dispatched and delivered in strict compliance with all applicable laws, regulations, labour agreements, working conditions and technical codes and requirements as applicable from time to time. The vendor shall execute and deliver such documents as may be required to effect or to evidence such compliance. The vendor shall issue the excise/tax paid invoice so that equivalent amount may be availed as Cenvat / VAT credit by BL, if applicable. Vendor / vendor’s nominated transporter shall ensure handing over of the transporter copy of excise paid invoice for availing Cenvat to the Company at the time of delivery of the consignment. Form pertaining to applicability of concessional rate of Sales Tax shall be issued to the vendor by BL, as necessary. All laws and regulation required to be incorporated in this charter are hereby deemed to be incorporated by these references. BL and / or their authorized representatives disown any responsibility for any irregularity, contravention or infringement of any statutory regulations in the manufacture and / or supply of goods covered by this agreement / contract.

14. FORCE MAJEURE Any delay in or failure of performance of either party hereto shall not constitute default hereunder or give rise to any claims for damage, if any, to the extent such delays / failure of performance is caused by occurrences such as Acts of God or an enemy, decrees of any Government or Governmental authority, acts of war, rebellion, sabotage or fires, floods, explosions, riots, or strikes. The vendor shall keep records of the circumstances referred to above and bring these to notice of the concerned Officer of the buyer in writing within 7 days of such occurrences. The period of time, if any, lost on any of these counts shall not be counted for the contract period. The decision of buyer arrived at after consultation with vendor, shall be final and binding. Such period of time shall be extended by the buyer to enable the vendor to deliver the items within such extended period of time. As soon as the cause of Force Majeure been removed, the party whose liability to perform its obligation has been affected shall notify the other of such cessation and inform the other party the actual delay incurred in such affected activities. Any such event, whenever it occurs, provided that it prevents, affects or delays the party in performing contractual obligation, shall justify the claim of Force Majeure. During the pendency of Force Majeure conditions, the Agreement and the obligations there under shall stand suspended provided the notice as required above is given in time. If such event continues beyond 14 days, the parties to this Agreement hereby agree to discuss and decide the course of action to be adopted in this regard including the possibility and manner of terminating the Agreement.

Page 6: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

15. CONDITIONS / PROCEDURE FOR BID SUBMISSION The bidder would be required to register on the e-procurement market place https://balmerlawrie.eproc.in and submit their price bids online. No offline price bids shall be entertained by the Tender Inviting Authority. The bidders shall submit their price bid displayed in e Procurement web site. The bidders shall submit copies of all the relevant certificates, documents etc., in support of their eligibility criteria / technical bids to the Tender Inviting Authority office before the tender closing date. The bidder shall sign on the statements, documents, certificates, owning responsibility for their correctness/authenticity.

16. Registration with eProcurement platform For registration and online price bid submission, bidders may contact HELP DESK of M/s C1 India Pvt., Ltd., or they can register themselves online by logging in to the website https://balmerlawrie.eproc.in. Vendors need to get themselves registered online as above to participate in tender

17. Digital Certificate authentication The bidder shall authenticate the bid with his Digital Certificate before submitting the price bid electronically on e Procurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted on the e Procurement platform. All the bidders who do not have Digital Certificates with encryption need to obtain Digital Certificate with encryption to participate in e-tender. They may contact Help Desk of C1 India Pvt Ltd.

18. Corrigendum to tender The bidder has to keep track of any changes by viewing the addendum / corrigendum's issued by the Tender Inviting Authority on time-to-time basis in our website www.balmerlawrie.com and our eProcurement platform https://balmerlawrie.eproc.in. The Company inviting tender shall not be responsible for any claims / other issues arising out of this.

19. Bid Submission Acknowledgement

HELPDESK NOS ARE OPEN BETWEEN 1000 HRS to 1830 HRS IST

(MONDAY TO FRIDAY (Exclusions: Balmer Lawrie HOLIDAYS) Please email your issues before your call helpdesk. This will help to serve you better.

Contact Nos. and email IDs for Balmer Lawrie helpdesk officers Name E-mail Phone Numbers 1. Mr. Tuhin Ghosh [email protected] +91-8981165071 2. Mr. Tirtha Das [email protected] +91-9163254290 3. Mr. Ravi Gaiwal [email protected] +91-022-66865633 4. Mr. Ujjal Mitra [email protected] +91-8986678058

Page 7: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

The user should complete all the processes and steps required for bid submission. The successful bid submission can be ascertained once acknowledgement is given by the system through bid submission number after completing all the processes and steps. Tender Inviting Authority and C1 India Pvt. Ltd. will not be responsible for incomplete bid submission by users. Users may also note that the incomplete bids will not be saved by the system and are not available for the Tender Inviting Authority for processing. Before uploading scanned documents, the bidders shall sign on all the statements, documents, certificates uploaded by him, owning responsibility for their correctness / authenticity.

20. SUBMISSION OF TENDER DOCUMENT [excluding price bid] Vendors participating should submit the pre-qualification document as mentioned in the clause-5. All the pages of this tender document has to be signed by the vendor with your company official seal / stamp. BL expects bidders’ compliance of bid document without any deviation. Deviation if felt absolutely necessary in respect of terms & conditions / quality should be mentioned in the deviation sheet as per format of the tender documents and furnished along with the submission of offline tender documents. BL shall not take cognizance of any deviation stipulated elsewhere in the bid. The deviations, if mentioned, are subject to approval by BL. The vendor should also submit the photocopies of all the relevant statutory documents / certificates as mentioned in the Annexure-3 All the above mentioned docuemnts should be sent in a sealed envelope before the due date to the following address:

Shri J P Ambrose Associate Vice President (HR)-SR BALMER LAWRIE & CO. LTD. Phone : 044 – 25946500 32, Sathangadu Village, Manali, Fax : 044 – 25941156 Chennai – 600068. email : [email protected]

21. SUBMISSION OF PRICE BID (ON-LINE ONLY) 21.1 Vendors to submit their price online only, as per the indicative format as per clause 6 as sought in our e-procurement portal. 21.2 SUBMISSION OF OFF- LINE PRICE BID WILL DISQUALIFY THE BIDDERS’s PARTICIPATION IN THE TENDER

22. EVALUATIONS OF BIDS The on-line closed price bids shall be used for grading the bidders. Evaluation of the price bids of technically qualified bidders will be done and overall lowest landed rate (including all items in both Supply and Commissioning) shall be taken as L1 price and next lowest as L2 price and so on. 100% order (including all items) will be awarded to L1 bidder.

Page 8: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

In case bids are received from related Companies, only the lowest among such bids shall be considered for evaluation. The other bids of related Companies will stand rejected. If required, the facilities of the manufacturer and their clients will be visited by BL for verification.

23. VALIDITY OF OFFER Your offer should be valid for our acceptance up to 75 days from the due date of this tender (i.e. From 27.08.2016).

24. GENERAL BL shall not take any responsibility for any delay or non-receipt of said documents. If any of the documents furnished by the bidder is found to be false / fabricated, the bidder is liable for black listing, forfeiture of the EMD, cancellation of work and criminal prosecution. BL reserves the right to accept any tender in whole or split the order or reject any or all tenders without assigning any reason. BL shall not be bound to accept the lowest tender and reserves the right to accept any or more tenders in part. Decision of BL in this context shall be final and shall be binding on the bidders. Whenever there is a duplication of clause in the terms and conditions, the clause which is beneficial to the Company will be considered applicable at the time of any dispute It shall be understood that every endeavor has been made to avoid error which may materially affect the basis of the tender and the successful bidder will take upon himself to provide for risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

25. DISCLAIMER CLAUSE Neither the Company (Balmer Lawrie & Co. Ltd.) nor the service provider (C1 India Pvt. Ltd.) is responsible for any failure of submission of bids due to failure of internet or other connectivity problems or reasons thereof.

26. AWARD OF CONTRACT The order will be awarded to the overall lowest quoted tenderer (including all items) based on the rate provided in the PRICE SCHEDULE in our e-procurement website. If required, the Company would carry out negotiation with the tenderers and it would be in the interest of the tenderers to give their most competitive rates. For Balmer Lawrie & Co Ltd J P Ambrose AVP (HR)-SR

Page 9: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

Encl: Annexure- 1 : Technical Requirements

Annexure- 2 : Bill of Quantities (BOQ) for the Supply & Commissioning / Installation of the 11 KV indoor RMG

Annexure- 3 : Commercial Requirements Annexure- 4 : Vendor Details Annexure- 5 : Deviation Sheet Format Annexure- 6 : BG Format for EMD

Page 10: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

Annexure - 1

Technical Specification of 11 KV Indoor RMG as per TNEB Norms The RMG (Ring Main gear) shall consist of atleast 2 Nos. isolators and 1 No. vacuum circuit breaker. The VCB panel shall be in the middle with one isolator at each side.

1. VCB SHALL CONSIST THE FOLLOWING:

S.no. Description Remarks

1 Service

Indoor RMG with horizontal draw out and isolators

2 Rated Voltage 11 KV 3 Current Ratings 630 Amps

4 Rated breaking capacity

25 KV (500 MVA)

5 Rated operating duty 0-3m-Co-3m-Co

6 Tripping Both mechanical and

electrical

7 Manual/Motors operated Spring charge mechanism

8 11 KV 25 KA 630A Interrupters

3 Nos.

9 1 No. Closing coil 110 V DC

10 1 No. Tripping coil 110 V DC

11 Mechanical on/off indicator

12 Mechanical on/off push button

13 8 Nos. + 8 Nos. Auxiliary contacts

14 Operating counter

15 Mechanical spring charge indicator

16 Self-aligned 24 pin plug & socket

17 Test/Service position indicator

18 Anti-pumping relay

Page 11: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

19 Automatic safety shutter

20 Power pack with stored energy to meet five tripping

To be connected to the auxiliary A.C. supply - 230V

21 The gland plates shall be of non-magnetic material

22 Insulation level

12 KV / 28KV / 75 KV (Peak)

23 Finish Powder coated (light grey

shade)

2. CURRENT TRANSFORMER (OUTGOING) Three Nos of dual core resin cast current transformers are required

S.no. DESCRIPTION Remarks

1 Insulation Epoxy cast resin

2 No. of core Dual

3 Ratio

Shall have the ratio as required for the demand with one more ratio generally the multiple of the required ratio. Usually specified by TANGEDCO

4 Metering

Class 0.2s, Burden 5 VA

5 Protection

Class 5P10, Burden 15 VA

3. POTENTIAL TRANSFORMER (OUTGOING)

S.no. DESCRIPTION Remarks 1 Insulation Epoxy cast resin 2 Type Draw out 3 Ratio 11 KV / √3 / 110V / √3 4 Class 0.2s 5 Burden 50 VA

6 Draw out PT shall be connected on bus side and shall have fuses on HV and LV side with sealing facility

Page 12: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

4. BUSBAR DETAILS

S.no. DESCRIPTION Remarks

1 Materials Copper

2 Phase

50mm x 10mm (1 Run per phase for main bus)

3 Earth 25mm x 6 mm (1 Run for

main earth)

25mm x 3 mm (1 Run for

dropper earth)

4 Bus bar sleeve

"R" phase - Red color heat shrinkable sleeve

"Y" phase - Yellow color heat shrinkable sleeve

"B" phase - Blue color heat shrinkable sleeve

5 Bus bar support Epoxy resin cast

6 Door & equipment earth 2.5 sq.mm PVC Copper

Green Color multi strand wires

5. INDICATING LAMPS:

S.no. DESCRIPTION Remarks 1 TYPE LED 2 VCB on Red color 3 VCB off Green color 4 VCB trip Amber color 5 Trip circuit healthy White color 6 Spring charged Blue color

7 Phase indication

"R" phase RED "Y" phase YELLOW, "B" phase BLUE

8 All indication lamps and heaters shall be connected to 230 V AC.

Page 13: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

6. PUSH BUTTON

S.no. DESCRIPTION Remarks

1 Type

Flush cutout 2.5mm ID

2 Test trip circuit healthy push button Black

3 Emergency trip push button Red

7. INDICATING METER

S.no. DESCRIPTION Remarks

1 Ammeter / Voltmeter Analog type with dual scale

for the ammeter 2 Size 144 x 144 Sq.mm 3 Mounting Flush

4 5 position selector switch for ammeter

8. RELAY

S.no. DESCRIPTION Remarks

1 The relay for 2 O/L and 1 E/L for protection shall be of 1.3 second with instantaneous elements

9. TEST TERMINAL BLOCK

S.no. Description Remarks 1 Type Link Type 2 Input 3 phase, 4 wire 3 Amps 5 Amps

4 The test terminal block shall be completely closed and shall have sealing facility

Page 14: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

10. BUSBAR CLEARANCES

S.no. Description Remarks 1 Phase to phase Not less than 130 mm 2 Phase to earth Not less than 80mm 3 Phase identification Colored sleeve

4 Bus bar insulation suitable for 11 KV

11. PANEL SHALL BE PROVIDED WITH THE FOLLOWING:

S.no. Description Remarks

1 1 No. cubical illumination lamp 230V AC, 20 Amp (CFL with door switch)

2 1 No. 5 Amps, 230V AC, plug and socket along with piano type on/off switch for outgoing panel only

3 1 no. space heater controlled by thermostat with on/off toggle switch

12. WIRING AND TERMINAL BLOCK DETAILS

S.no. Description Remarks

1 Cable

4 sq.mm PVC flexible copper cable for CT wiring and 2.5 sq.mm PVC flexible copper cable for all control circuits

2 Color code

AC circuit - Black

DC circuit - Grey

Red, Yellow, Blue for

indicating phase circuits

3 Terminal block Disconnecting type of TB for

CT wiring and 6 SQ m clip on type for control wiring

Page 15: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

13. METER

S.no. Description Remarks

1

TNEB scope. Space for providing meter shall be made in front VCB panel. Metering circuit shall be wired for three phase four wire system.

14. ISOLATORS

S.no. Description Remarks

1 The RMG shall have two isolators with earth switches and provision for mechanical interlock.

2 The isolators shall be rated for 630 Amp

3 The isolators shall have ON/OFF indications both electrical and mechanical

4 The isolators shall be equipped with a voltage indication to indicate whether there is voltage or not on the cable

5 The isolators shall have facility to check the synchronization of phase with the use of external device.

Apart from the above, sealing facility for PT lock, PT cutout, CT chamber, LV panel door, front door and back door shall be provided.

15. TEST CERTIFICATES

S.no. Description Remarks

Page 16: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

1

The test certificates of the VCB, Relay, CTs and PT are to be furnished by the consumer before pre-commissioning tests (PCT). The copies of operating manual and the technical details of the gear shall be furnished by the consumer to MRT as well as the Asst. Engineer / O&M of the section where the service is to be effected.

2

A technical representative of the RMG supplier shall be made available during PCT works to assist in the commissioning activities.

3

Issued to M/s. Balmer Lawrie as per the request of AEE/O&M/Manali for purpose of proposed replacement of Existing OCB into VCB

Page 17: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

Annexure - 2

Bill of Quantities (BOQ) for the Supply & Commissioning / Installation of the 11 KV indoor RMG

SCOPE OF SUPPLY & WORK

S.no Description QTY Vendor Offer 1 11 KV Indoor RMG with 630 amps, 2 Nos of isolators

and 1 No of VCB with 2 Nos LBS (load break switch) suitable for TANGEDCO with erection & commissioning. Vendor has to provide the technical specification with GA drawing.

1

2 Removing of old TNEB OCB panel with disconnection of old HT Cable and earth flats (Moving to BL stores).

1 SET

3 Erection of New RMG includes unloading, Handling, positioning.

1 SET

4 Supply & fixing of end termination kit of 11KV 3CX150Sq.mm XLPE cable UG cable HT indoor heat sinkable kit with necessary accessories (out going from RMG).

1 SET

5 Supply & fixing of end termination kit for 11KV 3CX120Sq.mm HT indoor heat sinkable kit with necessary accessories for RMG incomer (from TNEB)

1 SET

6 Supply and laying of 25x3mm thick copper flats for RMG and VCB Earthing.

60 MTS

7 Supply of copper earthing with 76mm Dia Electrode, 3000mm length, and Connecting terminal hole of 14mm Dia x 4 Nos. Internal strip size 50x60mm.

2 No

8 Earth pits shall be constructed as per IS 3043 2 No

9 Preparation of GA drawing, submitting the same to TNEB for approval, getting the completion report from TNEB office and obtaining safety certificates for RMG.

1 Lot

P & F charges (if any) Excise Duty (if applicable) VAT / CST (if applicable) Service Tax (if applicable) Any other taxes / levy (if applicable) Freight Charges

(including loading at your premises)

Transit insurance Any other miscellaneous charges TOTAL COST

Note: Unloading at site will be done by BL. Please ignore the cells whichever are not applicable or irrelevant

Page 18: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

Annexure - 3

Vendor is requested to confirm all the data provided in the table below:

Commercial

S.no. ITEM DESCRIPTION BL REQUIREMENT VENDORS OFFER 1 Validity 60 days from 27.08.2016 2 Delivery To be Specified by Vendor

3 Guarantee Period Please specify guarantee period

4 Payment Terms

For Supply, Erection and Commissioning:

Our preferred payment terms - 70% of basic with full duties and taxes: with 30 days credit from date of receipt and acceptance - 20% of basic on successful completion of erection and commissioning or within 45 days of supply whichever is earlier - Balance 10% of basic against PBG valid for one year, further extended to three months Or after one year of retention period

5 Packing and Forwarding To be Specified by Vendor

6 Taxes & Duties applicable To be Specified by Vendor

a Excise Duty To be Specified by Vendor

b Sales Tax To be Specified by Vendor c Octroi Duty, If any To be Specified by Vendor 7 Transit Insurance To be arranged by Vendor

8 Any other duties (if applicable) To be Specified by Vendor

8 Transportation To be arranged by Vendor 9 Unloading at site By BL

Note: The data whichever no applicabl or irrelevant can be ignored.

Page 19: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

Annexure - 4

Vendor is requested to provide all the data in the table below, as applicable:

1. Supplier Name

2. House No with address 1

3. Address 2

4. City

5. Postal code

6. State

7. Tel No

8. Mob No

9. Fax

10. Email

11. Industry Type* Domestic / service vendor / MSME*/ SSI* / trader / others (specify it)

12. If MSME registered, under category SC/ST?

13. Contact Person

14. Inco terms

15. Taxes applicable

16. CST no. ( if applicable )*

17. TIN no. ( if applicable )*

18. Service Tax/ Reg No ( if applicable )

19. PAN no*

20. Excise Registration No*

21. Excise range

22. Excise Division

23. Excise Commissionerate

* - relevant registration / certificate copies shall be submitted.

Page 20: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

Annexure - 5

DEVIATION SHEET

Cl No. of EOI /Tender Tender Requirements Deviation

Page 21: (Regd. Office: 21, N.S.Road, Kolkata-700001) - Balmer Lawriebalmerlawrie.com/files/uploads/1470481264tender_for_11_kv_indoor... · at least 90 days from the due date of tender and

Tender Ref: SBUAS/CAP/RMG/021/1617

Seal & Signature of the Tenderer:

Annexure - 6