tata institute of fundamental reasearch 33kv switchyard tender

Upload: thirdangle

Post on 07-Jul-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    1/34

    TATA INSTITUTE OF FUNDAMENTAL RESEARCH Autonomous Institution of the Department of Atomic Energy, Government of India (A Deemed University) 

    HOMI BHABHA ROAD, NAVY NAGAR, COLABA, MUMBAI - 400 005. Tel. No.: 2278 2890 / 2588 Purchase Fax. 2280 4566 

    E mail: [email protected], [email protected]  Website: www.tifr.res.in

    Ref.: TFR/PD/ CA13-427/132740 February 21, 2014 

    Dear Sir,

    Please submit quotations for the following item:

    Sr No. Description Qty. UOM

    01  Design, Manufacture, Supply, Installation, Testing andCommissioning of 33 kV HT Sub-Station and all related

    Works, etc. (As per enclosed specification) 1 NO 

    ( TWO PART TENDER )

    Note : - Approx. Cost of Tender : Rs. 2,15,00,000/-

    - Cost of EMD : Rs. 4,30,000/- (In favour of Registrar, Tata Institute

    of Fundamental Research, Mumbai)

    - You may contact Prof. Nilmani Mathur ( Tel. : 2278 2215or e-mail : [email protected]) for any technical clarification.

    - Tender should reach us on or before 24.03.2014 at 13:00 hrs.

    - Tender will be opened on the same day at 14:00 hrs.- For further details, specifications, terms and conditions etc. please visit

    our website : www.tifr.res.in/tenders or www.eprocure.gov.in/cppp/  for download Tender Documents.

    The quotation should indicate make delivery period, exact taxes applicable, installation chargeswarranty etc. Please mention your VAT/ST/CST Registration numbers on the quotation,

    proforma invoice and bills.

    Due Date for submitting your offer is on or before 13.00 hrs. 24.03.2014. 

    ( ADMN. OFFICER)

    PURCHASE

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    2/34

    Contractor’s Signature 1 Date: ______________ 

    TATA INSTITUTE OF FUNDAMENTAL RESEARCHILGTI-HPC Facility 

    TENDER DOCUMENT 

    Design, Manufacture, Supply, Installation, Testing & Commissioningof

    33 kV HT Sub-Stationand all related works, etc.

    as perEnclosed Specifications & Drawings & Schedule of Quantities

    forILGTI-HPC at National Balloon Facility, TIFR, Hyderabad

    PART – ITECHNICAL BID 

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    3/34

    Contractor’s Signature 2 Date: ______________ 

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    4/34

    Contractor’s Signature 3 Date: ______________ 

    TATA INSTITUTE OF FUNDAMENTAL RESEARCHILGTI-HPC Facility 

    Tender Notice:

    Name of Work: Design, Manufacture, Supply, Installation, Testing &Commissioning of 33kV Sub-Station and all related works,etc

    Location: National Balloon Facility

    Tata Institute of Fundamental ResearchECIL P.O., Hyderabad, AP.

    Estimated Cost: Rs 2,15,00,000/- ( Two Crore Fifteen Lakh Only )

    EMD: Rs 4, 30,000/- (Five Lakh Only)

    Delivery Period: Three (3) months

    Validity: Ninety (90) days after opening of Part-I, Technical Bid

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    5/34

    Contractor’s Signature 4 Date: ______________ 

    INDEX

    1.  General Condition of Contract

    2. 

    Technical Specifications

    3.  Guaranteed Technical ParticularsTo Be Filled By Bidder

    4.  List of Approved Make of Materials

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    6/34

    Contractor’s Signature 5 Date: ______________ 

    GENERAL CONDITIONS OF CONTRACT 

    1.0 Definition of Terms :

    1.1. In constructing these general conditions and the specifications thefollowing works shall have the meanings herein assigned to them unless there issomething in the subject or context inconsistent with such construction.

    1.2 The `Purchaser’ shall mean Tata Institute of Fundamental Research, HomiBhabha Road, Colaba, Mumbai – 400 005 and shall include the Purchaser’s heirs,successors and assigns.

    1.3 The term ‘Engineer In-Charge’ and `Engineer’ shall mean Engineer In-Charge, Tata Institute of Fundamental Research, Colaba, Mumbai or some other

    person for the time being or from time to time duly appointed in writing by thePurchaser to act as Engineer In-Charge for the purpose of the Contract or indefault of such appointment the Purchaser.

    1.4 The term `Contractor’/`Supplier’/`Bidder’/`Vender’ shall mean theBidder whose tender has been accepted by the Owner and shall include theBidder’s heirs, successors and assigns approved by the Purchaser:

    1.5 The term `Sub-Contractor’ shall mean the firm or persons named in thecontract for any part of the work or any person to whom any part of the work

    has been sublet with the consent in writing of the Engineer In-Charge and shallinclude his heirs, successors and assigns approved by the Purchaser.

    1.6 The Term `Inspector’ shall mean any person appointed by or on behalf ofthe Purchaser to inspect supplies, stores or work under the contract or anyperson deputed by the Inspector for the purpose.

    1.7 The term `Particulars’ shall mean, the following :

    a) Specificationsb) Drawingc) Sealed Pattern denoting a pattern sealed and signed by the Inspector.d) Proprietary make denoting the produce of an individual firm.e) Any other details governing the construction, manufacture and/or supplyas existing for the contract.

    1.8 The term `Specification’ shall mean the specifications annexed to or issuedwith these Conditions of Contract.

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    7/34

    Contractor’s Signature 6 Date: ______________ 

    1.9 The term `Site’ shall mean the place or places at which the Equipment is tobe delivered or work done by the Contractor; and shall include, whereapplicable, the lands and buildings upon or in which the works are to beexecuted and shall also include the place or places at which fabrication and other

    work is being carried out by the Contractor.

    1.10 `Electrical Equipment’, `Stores’, `Work’ or `Works’ shall mean and includeequipment and materials to be provided and work to be done by the Contractorunder the Contract.

    1.11 The `Contract’ shall mean acceptance of the work order placed oncontractor/supplier under section (2) of these conditions and shall include theseconditions of Contract, Specifications, Schedule, Drawing, Letter of Intent of thePurchaser and any subsequent amendments mutually agreed upon.

    1.12 `Tests on Completion’ shall mean such tests which are prescribed by thespecifications or have been mutually agreed to between the Contractor/Supplierand the Purchaser to be made before the equipment is taken over by thePurchaser.

    1.13 `Writing’ shall include any manuscript, typewritten or printed statementunder or over signature or seal as the case may be. Words importing `person’shall include firms, companies, corporations and association of individualswhether incorporate or not.

    1.14 Words importing singular shall also include plural and vice versa wherecontext requires.

    1.15 Bidders are advised to visit and inspect the work-site to make themselvesfully conversant with the site conditions and nature of work. Any claim by themafter the opening of bids on account of themselves being unaware of any sitecondition shall not be entertained.

    2.0 Contract:2.1 Contractor/Supplier/Manufacturer should send their acceptance letter onreceipt of `Letter of Intent’ or ‘Work Order’ or ‘Purchase Order’ within stipulatedperiod. On expiry of said period or exorbitant delay in commencing or executingthe work, the Purchaser shall not be liable to any claim from the Contractor/Supplier for work entrusted to and may revoke the contract.

    3.0 Work at Site

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    8/34

    Contractor’s Signature 7 Date: ______________ 

    3.1 Access to the works shall be allowed only to the Contractor/Supplier,Sub-Contractors or his duly appointed representatives. The Contractor/Supplier shall not object to the execution of other works by other contractors ortradesmen and shall afford them every facility for execution of their severalworks simultaneously with his own.

    3.2 Work at the Purchaser’s premises shall be carried out at such time as thePurchaser may approve but the Purchaser shall give the Contractor/ Supplier allreasonable facilities for the same. The Contractor/Supplier shall providesufficient fencing, notice boards etc. to guard the works and warn the public.

    3.3 The Contractor shall obey Central, Local and State regulations andenactments pertaining to workmen and labour and the Engineer In-Charge shallhave the right to enquire into and decide all complaints on such matters. TheContractor should comply with the Minimum Wages Act and should also ensure

    that safe practices are followed by his people at site.

    4.0 Delays:4.1 The Contractor/Supplier shall not be entitled to any compensation for anyloss suffered by him on account of delays in commencing or executing the work,whatever the cause for such delays may be, including delays in procuringGovernment controlled or other materials and delay in obtaining instructionsand decisions from the Engineer In-Charge. The Contractor shall, however,merit extension of time as hereinafter mentioned.

    5.0 Taking Over:The equipment when erected at site shall be deemed to have been taken over bythe Purchaser when the Engineer In-Charge will have certified in writing that theequipment has fulfilled the contract conditions.

    6.0 Extension of Time:6.1 If the Contractor/Supplier is delayed in the progress of work by changesordered in the work, or by any cause, which the Engineer In-Charge shall decideto justify the delay, then the time of completion shall be extended by a reasonabletime. No such extension shall be allowed unless requested for extension is madein writing by the Contractor/Supplier to the Engineer In-Charge within 15 daysfrom the date of occurrence of the delay.

    7.0 Liquidated Damages:7.1 For all delays, which do not, merit any extension of time, the Contractor/Supplier shall attract 1% penalty per week for the first 4 weeks of delay and 2%penalty per week for the next 4 weeks of the total contract value. The amount of

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    9/34

    Contractor’s Signature 8 Date: ______________ 

    liquidated damages shall be recoverable from the payment due to theContractor/Supplier.

    7.2 The deduction of liquidated damages shall not, however, absolve theContractor/Supplier of his responsibility and obligations under the contract to

    complete the work in its entirety and shall also be without prejudice to action bythe Purchaser under clause: `Termination of Contract by the Purchaser’. Afterthat the same shall be completed by the Purchaser at the Contractor’s/Supplier’srisk and cost.

    8.0 Other Damages:8.1 The Contractor/Supplier/Manufacturer shall be responsible for all injuryto persons, animals or things and for all damage to the works, structure of, anddecorative work in the property which may arise from operation or neglect ofhimself or any of his Sub-Contractor or of his or Sub-Contractor’s employees,

    whether such injury or damage may arise from carelessness, accident or anyother cause whatever in any way connected with the carrying out of thiscontract. This clause shall be held to include any damage to buildings, whetherimmediately adjacent or otherwise, any damage to roads, streets, foot paths, aswell as all damage caused to the works forming the subject of this contract byfrost or other inclemency of weather. The Contractor/Supplier shall indemnifythe Purchaser and hold him harmless in respect of all and any expenses onproperty as aforesaid and also in respect of any claim made in respect of injuryor damage under any acts of Government or otherwise and also in respect of anyaward of compensation or damages consequent upon such claim.

    8.2 The Contractor/Supplier/Manufacturer shall reinstate all damage ofevery sort mentioned in this clause, so as to deliver up the whole of the contractworks complete and perfect in every respect and so as to make good or otherwisesatisfy all claims for damage to the property of the Owner/third parties.

    8.3 The Contractor/Supplier/Manufacturer shall indemnify the Purchaseragainst all claims which may be made against the Purchaser, by any member ofthe public or other party, in respect of anything which may arise in respect of theworks or in consequence thereof and shall, at his own expense, effect andmaintain, until the work has been ‘Taken Over’ under clause 5.0.

    8.4 The Contractor/Supplier/Manufacturer shall also indemnify thePurchaser against all claims which may be made upon the Purchaser whetherunder the Workmen’s Compensation Act or any other statute in force during thecurrency of this contract or at common law in respect of any employee of theContractor/Supplier or of any of his sub-contractor and shall at his own expense

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    10/34

    Contractor’s Signature 9 Date: ______________ 

    effect and maintain until the work has been `Taken Over’, with an approvedoffice.

    8.5 The Purchaser, with the concurrence of the Engineer In-Charge, shall be atliberty and is hereby empowered to deduct the amount of any damages

    compensation costs, charges and expenses arising or accruing from or in respectof any such claims or damages from any sums due to or become due to theContractor/Supplier.

    9.0 Earnest Money Deposit and Security Deposit:9.1 Earnest Money Deposit (EMD):Every Bidder has to pay EMD of amount as specified elsewhere in this tender byDemand Draft in favour of the Registrar, Tata Institute of Fundamental Researchalong with the offer. Quotation received without EMD shall be rejected and nocorrespondence whatsoever will be entertained.

    For successful bidder the EMD will be refunded after completion of work/supply of material at site and for unsuccessful bidders EMD will be refundedafter placing the order to successful bidder.

    9.2 Security Deposit (SD):Deductions towards Security Deposit shall be made from all running bills @ 5%of the billed amount. The Security Deposit shall be released after the DefectLiability Period reckoned from the date of completion as certified by theEngineer In-Charge.

    10.0 Guarantee and Defects Liability Period :10.1 The Contractor/Supplier/Manufacturer shall guarantee that allequipments shall be free from any defect due to the defective materials and badworkmanship and that the equipment shall operate satisfactorily and that theperformance and efficiencies of the equipment shall be not less than theguaranteed values.The guarantee shall be valid for a period of 12 months after the date ofcommissioning as certified by the Engineer In-Charge. Any parts founddefective shall be replaced free of all costs by the Contractor/Supplier. Theservices of the Contractor’s/Supplier’s personnel if requisitioned during thisperiod for such work shall be made available free of any cost to the Purchaser.

    10.2 If the defects be not remedied within a reasonable time, the Purchasermay proceed to do so at the Contractor’s/Supplier’s risk and expense withoutprejudice to any other rights.

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    11/34

    Contractor’s Signature 10 Date: ______________ 

    11.0 Terms of Payment :11.1 Unless otherwise agreed to in writing between the Purchaser and theContractor/Supplier, payment for the delivery/commissioning of theequipment/works approved by the Inspector shall be made as follows:

    a) 65% of the contract price of each consignment delivered as soon aspossible after site inspection.

    b) 25% of contract price after erection.

    c) 10% of the contract price after testing and commissioning, as soon aspossible after final inspection and test.

    d) In addition to his other remedies under the law and those conditions, thePurchaser shall have lien on each consignment in respect of which 65% has been

    paid to secure refund of this amount in the event of the same becomingrefundable under the terms of the contract or under the law and to securepayment of any other dues under the contract or under the law.

    e) In a, b and c above, Security Deposit @ 5% of the billed value shall bededucted.

    12.0 Special conditions of Contract governing supplies of the Equipments ofthis Tender:

    12.1 Scope:

    12.1.1 This specification covers the supply of material as per the enclosed detailsand quantities and erection / installation / testing and commissioning of thematerials.

    12.1.2 The Contractor/Manufacturer/Supplier shall quote for all the materialsalong with accessories as mentioned in the enquiry.

    12.1.3 All the supply shall be in accordance with relevant I.S. Specifications andrecognized standards.

    12.2 Technical Data Sheet:All the bidders are instructed to fill up the enclosed Technical Data Sheet

    of materials.

    12.3 Inspection & Testing of Material:

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    12/34

    Contractor’s Signature 11 Date: ______________ 

    12.3.1 Contractor/Manufacturer/Supplier shall submit the lists of Type Testsand Routine Tests to be conducted on the material in Technical Data Sheet.12.3.2 All the materials shall be tested at factory as per IS Specifications ofmaterial by Purchaser’s Engineer In-Charge/Engineers before dispatch at thecost of Contractor/Manufacturer/Supplier.

    12.3.3 Contractor/Manufacturer/Supplier shall inform the concerned EngineerIn-Charge for inspection and testing in accordance and fix up suitable date forthe same.

    12.4 Test Certificates:Contractor/Manufacturer/Supplier shall submit the Test Certificates of allmaterials.

    12.5 Taxes & Duty:12.5.1 Contractor/Manufacturer/Supplier shall quote the basic price of material.

    Excise Duty, Custom Duty, Sales Tax, Octroi, Delivery Charges, TransitInsurance and/or any other charges, if any, must be indicated separately.

    12.5.2 TIFR being a research institute of Govt. of India, is eligible for Excise Dutyand Octroi Exemption on equipment supplies. Necessary exemption certificatewill be provided by TIFR.

    12.5.3 Transit Insurance: The Transit Insurance from the point of dispatch to thesite of erection shall be in the scope of Supplier and the cost shall be indicatedseparately.

    12.6 Delivery of Material:12.6.1 Packing:

    The Contractor/Manufacturer/Supplier shall be held responsible forloading of all equipments and for the stores being sufficiently and properlypacked for transport by rail, road, sea or air so as to ensure their being free fromany loss or damage on arrival at destination. The packing and marking ofpackages shall be done by and at the expenses of Manufacturer/Supplier. Eachpackage shall contain a packing note quoting purchase order number and detailof the contents.

    12.6.2 All the materials must be delivered at site i.e. National Balloon Facility,Tata Institute of Fundamental Research, Hyderabad. The unloading andpositioning of all equipments at the designated locations specified by theEngineer In-Charge shall be in the scope of the Supplier. The Supplier shallarrange for handling equipments, labour for rigging, etc. as required.

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    13/34

    Contractor’s Signature 12 Date: ______________ 

    12.6.3 Material must be delivered at site in all respects as mentioned in thePurchase Order.

    12.7 Guarantee:If during the period of guarantee any fault or defect arises, the material shall be

    replaced/repaired immediately free of cost, as well as any replacement ofaccessories required shall be done free of cost.

    12.8 Mistake in Drawing:The Contractor/Supplier shall be responsible for and shall pay for anyalterations in works due to any discrepancies, errors or omissions the drawingsor other particulars supplied by him whether such drawings or particulars havebeen approved by the Purchaser or not.

    12.9 Responsibility for Completeness:Any fittings or accessories which may not be specifically mentioned in thespecifications but which are usual or necessary are to be provided by theContractor/Supplier without extra charge and the equipment must be completein all details.

    12.10 Rejection of Defective Equipment:If the equipment after the acceptance thereof is discovered to be defective,notwithstanding that such defects could have been discovered at the time ofinspection or found to have failed to fulfill the requirements of the contract or

    developed defects after the erection within a period of 12 months from the dateof erection, even if such erection is done by the Purchaser, he shall be entitled togive a notice on the Contractor/Supplier setting forth details of such defects orfailure and the Contractor/Supplier shall, provided such notice is given within aperiod of 14 months from the date of such erection or acceptance, forthwith makethe defective equipment good or alter the same to make it comply with therequirements of the contract at his own cost and further if in the opinion of thePurchaser, the defects are of such a nature that the defects cannot be made goodor required without impairing the efficiency or workability of the equipment or ifin the opinion of the Purchaser the Equipment cannot be repaired or altered tomake it comply with the requirements of the Contract, the Contractor/Suppliershall, provided a notice given by the Purchaser in this behalf within a period of14 months from the date of erection or acceptance thereof, remove and replacethe same with the equipment conforming to the stipulated particulars, in allrespects at the Contractor’s/Supplier’s own cost. Should he fail to do so within areasonable time, the Purchaser may reject and replace, at the cost of theContractor/Supplier, with equipment of the same particulars or if equipment

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    14/34

    Contractor’s Signature 13 Date: ______________ 

    conforming to the stipulated particulars are not in the opinion of the Purchaserreadily procurable, such opinion being final, then with the nearest substitutes.

    In the event of such rejection the Purchaser shall be entitled to use the Equipmentin a reasonable and proper manner for a time reasonably sufficient to enable him

    to obtain replacement equipment as herein before provided.

    12.11 Inspection and Final Tests:All tests necessary to ensure that the Equipment complies with the particularsand guarantee shall be carried out at such place or places as may be determinedby the Inspector. Should, however, it be necessary for the final test as toperformance or guarantee to be held over until the Equipment is erected at sitethey shall be carried out within one month of completion of erection.

    12.12 Intimation about Delivery:

    If the Purchaser shall have notified the Contractor/Supplier in writing that theformer is not ready to take delivery, no equipment or materials shall beforwarded until intimation in writing shall have been given to theContractor/Supplier by the Purchaser that he is ready to take delivery.

    12.13 Delay in erection:Wherever erection of an equipment or machinery is the responsibility of theContractor/Supplier as a term of the contract and in case the Contractor fails tocarry out the erection as and when called upon as to do within the periodspecified by the Purchaser, the Purchaser shall have right to get the erection done

    through any source of his choice. In such an event, the Contractor/Supplier shallbe liable to bear any additional expenditure that the Purchaser may incurtowards erection. The Contractor/Supplier shall, however not be entitled to anygain due to such an action by the Purchaser.

    12.14 Definition of Equipment:The work `Equipment’ wherever, it appears in these `Special Conditions ofContract’ governing supplier of Equipments in this Tender shall mean allswitchgears, panels, etc. or parts thereof or what the Contractor/Supplier agreesto supply under Contract as specified in the work order.

    12.15 Force Majeure:Normally Force Majeure shall cover only act of God, fire, wars, strike, riots andcivil commotion, floods, epidemic, quarantine related strikes, freight embargoes,etc. The contractor shall not be liable for any liquidated damages for delay or anyfailure to perform the contract arising out of Force Majeure conditions, providedthat the contractor shall within ten days from the beginning of such delay notifyto the department in writing the cause of delay along with convincing

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    15/34

    Contractor’s Signature 14 Date: ______________ 

    supporting evidence. The department once convinced and accepted the reasonmay extend the supply completion period by a suitable / reasonable margin.

    13.0 Termination of Contract by the Purchaser:13.1 If the Contractor/Supplier commits any `Act of Insolvency’ or shall be

    adjudged an Insolvent or shall have an order for compulsory winding up madeagainst him or pass effective resolution for winding up voluntarily, or if theContractor/Supplier shall suffer any payment under this contract to be attachedby or on behalf of any of the creditors of the Contractor/ Supplier, or shall assignthe Contract without the prior consent in writing of the Engineer In-Charge, orshall charge or encumber this Contract or any payments due or which maybecome due to the Contractor/Supplier there under, or if the Engineer In-Chargeshall certify in writing to the Purchaser that the Contractor/Supplier –

    a) has abandoned the Contract,

    orb) has failed to commence the works, or has without any lawful excuse theseconditions suspended the progress of the works for seven days after receivingfrom the Engineer In-Charge written notice to proceed,

    orc) has failed to proceed with the work with such due diligence and failed tomake such due progress as would enable the works to be completed inaccordance with the approved programme of work,

    ord) has failed to remove materials from the site or to pull down and replace

    work for seven days after receiving from the Engineer In-Charge written noticethat the said materials or work were condemned and rejected by the Engineer In-Charge under these conditions,

    ore) has neglected or failed persistently to observe and perform all or any ofthe acts matters or things by this contract to be observed and performed by theContractor for seven days after written notice shall have been given to theContractor/ Supplier requiring the Contractor/Supplier to observe or performthe same,

    orf) has to the detriment of good workmanship or in defiance of the EngineerIn-Charge’s instructions to the contrary sub-let any part of the contract,

    then and in any of the above said causes, the Purchaser with the written consentof the Engineer In-Charge may, notwithstanding any previous waiver, aftergiving seven days notice in writing under the provisions of this clause to theContractor/Supplier, determine the contract but without prejudice to the powersof the Engineer In-Charge or the obligations and liabilities of the Contract, the

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    16/34

    Contractor’s Signature 15 Date: ______________ 

    whole of which shall continue to be in force as if the contract has not been sodetermined and as if the work subsequently executed has been executed by andon behalf of the Contractor/ Supplier.

    13.2 After the issue of such notice, the Contractor/Supplier shall not be at

    liberty to remove from site any equipment, tools and materials belonging to himwhich shall have been placed thereon for the purpose of the works and thePurchaser shall have lien upon such equipments, tools or materials to subsistfrom the date of such notice and until the notice shall have been complied with.

    13.3 If the Contractor/Supplier shall fail to comply with the requirements ofsaid notice for seven days after such notice has been given, the Purchaser shallhave the power to enter upon and take possession of the works and site and allequipment, tools and materials thereon, and to engage any other person, firm oragency to complete the works, utilizing the equipment, tools and materials to the

    extent possible. The Purchaser shall not in any way be responsible for damage orloss of the tools, equipment and materials and the Contractor/Supplier shall nothave any compensation therefore.

    13.4 Upon completion of the works, the Engineer In-Charge shall certify theamount of expenditure properly incurred consequent on and incidental to thedefault of the Contractor/Supplier as aforesaid and such amount shall bededucted from the payments due to the Contractor/Supplier, including theSecurity Deposit. If the said amount exceeds the payment due to theContractor/Supplier, the Purchaser shall be at liberty to dispose off any of the

    Contractor’s/Supplier’s materials, tools or equipment and apply the proceeds forthe payments due from the Contractor/Supplier and recover the balance byprocess of law.

    13.5 After the works have been completed after the amounts due to theContractor/Supplier, the Engineer In-Charge shall give notice in writing to theContractor/Supplier to remove the surplus equipment and material from site. Ifsuch equipment and materials are not removed within a period of 14 days aftersuch notice, the Purchaser shall have the power to remove and sell the sameholding the proceed less the cost of removal and sale, to the credit of theContractor/Supplier. The Purchaser shall not be responsible for any losssustained by the Contractor/Supplier from the sale of the equipment andmaterial.

    14.0 Contractor’s Representative:14.1 The Contractor/Supplier shall employ at least one qualifiedrepresentative whose name shall have previously been communicated in writingto the Engineer In-Charge and approved by him to supervise the erection. Any

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    17/34

    Contractor’s Signature 16 Date: ______________ 

    written order or instructions given to the representative shall be deemed to havebeen given to the Contractor/Supplier. The Engineer In-Charge shall be atliberty to object to any particular representative/or any persons employed by theContractor/Supplier on the work and the Contractor/Supplier shall remove theperson objected to, on the receipt of the Engineer In-Charge, in writing, a request

    requiring him to do so and shall provide in his place another competentrepresentative acceptable to the Engineer In-Charge.

    The Contractor’s/Supplier’s representative shall be a qualified electrical/mechanical engineer and possessing adequate site experience in similar nature ofworks.

    15.0 Completion Time:Unless otherwise agreed in writing between the Purchaser and theContractor/Supplier, the work contract shall be completed within the stipulated

    period mentioned elsewhere in this tender document from the date ofWork/Purchase Order issued to Contractor/Supplier by the Purchaser.

    16.0 Delivery of Material at Site:The Contractor/Supplier/Manufacturer shall arrange for safe transit anddelivery of material at site and unloading the material at site.

    17.0 Validity of Tender:The quotation should be valid for 90 days after opening of the Part—I : TechnicalBids.

    18.0 Measurements:All the measurements of quantities shall be done by the Contractor at his owncost in the presence of the Engineer In-Charge or any authorized person deputedby him who will certify the routes, length and quantities etc. for the purpose ofdetermination of the amount payable.

    19.0 Spare Parts & Manuals:Manufacturer/Contractor/Supplier should submit operation, maintenance andspare part list and manuals for all equipments.

    20.0 Training:Manufacturer/Contractor/Supplier should provide training for operation andmaintenance free of cost for equipments supplied.

    21.0 Past Execution Experience:

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    18/34

    Contractor’s Signature 17 Date: ______________ 

    The Bidder must qualify the following criteria of satisfactory execution of worksin the last 7 years ending on the last day of the month previous to the one inwhich tenders are invited:a) Three similar works each of value not less than Rs. 60,00,000/-, orb) Two similar works each of value not less than Rs. 75,00,000/-, or

    c) One similar work of value not less than Rs. 1,00,00,000/-All supporting documents to this effect must be submitted by the contractoralong with the Technical Bid.

    22.0 Contractor:22.1 Contractor should submit following documents along with quotation:

    a) Xerox of Income Tax Returns for last three years.b) Xerox of Service Tax /Works Contract Tax Registration.c) Xerox of Sales Tax/VAT Registration.d) Xerox of PAN Card.

    e) Xerox of Electrical Contractor License.

    22.2 The contractor should be the manufacturer or the authorized sales agentor authorized alliance partner or authorized integrator of the manufacturer forall major high value items and equipments. Otherwise, the major items orequipments should be procured directly from the manufacturer. All supportingdocument of such authorization must be submitted by the contractor along withthe Technical Bid.

    22.3 The contractor shall be registered / enlisted / empanelled under M/s

    APCPDCL as an approved contractor for carrying out similar works as of thistender under the supervision of M/s APCPDCL for last five years. Thecontractor shall submit valid documentary evidence to the satisfaction of thepurchaser to this effect along with the Technical Bid. Non-submission of suchdocument shall be sufficient ground for ignoring the bid.

    22.4 The contractor shall be well-versed with the standards, specifications andcode of practice of M/s APCPDCL for similar type of work as of this tender. Thecontractor shall submit valid documentary evidence to the satisfaction of thepurchaser to this effect along with the Technical Bid. Non-submission of suchdocument shall be sufficient ground for ignoring the bid.

    22.5 The contractor shall submit a separate list of similar work describingdetails of work and equipments involved, tender value, completion time, etc,carried out by him in last five years under the supervision of M/s APCPDCLalong with the Technical Bid. Non-submission of such document shall besufficient ground for ignoring the bid.

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    19/34

    Contractor’s Signature 18 Date: ______________ 

    22.6 The contractor shall submit a list of works/contracts describing details ofwork, value and completion time, currently being handled by him and a list ofmanpower presently working under him with details of designation anddeployment along with the Technical Bid. Non-submission of such documentshall be sufficient ground for ignoring the bid.

    22.7 The contractor shall submit a solvency certificate or equivalent documentto the satisfaction of the purchaser along with the Technical Bid. Non-submissionof such document shall be sufficient ground for ignoring the bid.

    23.0 Equipment/Material Quality and Standard23.1 All the equipments supplied shall be new, first class and should not havebeen manufactured on or before 6 (six) months from the date of issue ofWork/Purchase Order to the Contractor/Manufacturer/Supplier.

    23.2 All the equipments / materials shall conform to the approved standard ofM/s APCPDCL. The contractor shall obtain approval of M/s APCPDCL for allequipments / materials and submit to the purchaser for onward approval by thepurchaser.

    23.3 The contractor shall specifically mention the make of all equipments /materials intended to be used, in the bid in Part-I: Technical Bid

    24.0 Special Instruction for bidding processThis tender is a two part tender. The Part-I: Technical Bid and Part-II: Price Bid.

    Bidder shall seal each bid separately with a clear label on the envelope about itscontent. Both the bids should be submitted in single drop two cover method.Any pricing details must not appear in the Part-I: Technical Bid.

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    20/34

    Contractor’s Signature 19 Date: ______________ 

    ANNEXURE - I

    TECHNICAL SPECIFICATIONS

    33KV HT SUB-STATION 

    1.0 The specification covers the requirements of design, construction,manufacture, supply, testing, erection /laying, installation, testing andcommissioning of 33kV HT switchgears, 33kV XLPE cable laying andtermination, isolators, protective and metering equipments, and othergeneral requirements of the equipment, strictly in accordance with the datasheets, drawings, specifications etc. as well as other referenced codes,standards and other recommended practices.

    1.1 Scope of Work

    1.1.1 Supply, erection, testing and commissioning of 33kV bay and VCB atAPCPDCL sub-station

    1.1.2 Supply, erection / laying, testing and commissioning of 33kV XLPE UGcable and termination to purchaser’s sub-station

    1.1.3 Supply, erection, testing and commissioning of 33kV protective and

    metering equipments at APCPDCL and purchaser’s sub-station

    1.1.4 Supply, erection, testing and commissioning of indoor VCB panel withprotective equipments at Purchaser’s sub-station

    1.1.5 Supply, erection /laying / installation, testing and commissioning of allabove equipments including termination of cables

    1.1.6 Connecting and terminating to the purchaser’s Transformer using 33kVXLPE cable through indoor VCB panel 

    1.1.7 All works as stipulated in Schedule of Quantities in Part – II : Price Bid.

    1.1.8 All associated major / minor civil works including RCC work, digging,removal of excess earth, supply and laying of Spun pipe, etc.

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    21/34

    Contractor’s Signature 20 Date: ______________ 

    1.1.9 Any other major / minor equipments which shall be necessary, but notspecifically mentioned in this specifications, for the entire work of the sub-stationand connecting upto the primary terminals of the purchaser’s 33kV/433Vtransformer shall be added and mentioned in the Part-I: Technical Bid, andspecifically brought out and quoted in the schedule of quantities in Part-II: Price

    Bid.

    1.1.10 The contractor shall also work under the supervision and directives ofM/s APCPDCL and all works as may be directed by M/s APCPDCL shall be inthe scope of work.

    1.1.11 Statutory Permissions:Obtaining all statutory permissions, if required, for installation andcommissioning of the equipment and associated work from statutory authoritiesshall be in the scope of work.

    1.1.12 Approval of APCPDCL on completion of workObtaining approval from M/s APCPDCL after completion of the work shall be inthe scope of work. Any modifications as may be required and suggested by M/sAPCPDCL for according approval shall be carried out by the contractor withoutany extra cost to the purchaser. All procedural work and co-ordination workwith M/s APCPDCL shall be in the scope of work.

    1.1.13 All fittings and accessories which may not be specifically mentioned inthis specification but those are usually necessary for the equipment shall be

    specified by the bidder and shall be deemed to be included in the specificationand shall be furnished by the bidder without extra charges.

    1.1.14 Delivery (including unloading) shall be made to the destination / locationas specified in this tender document. The contractor shall arrange all roadclearances / permit etc. as may be necessary for transportation. TIFR may assistin arranging Road Permit wherever possible. 

    1.1.15 The material code specified in the Schedule of Quantities in Part-II : PriceBid of this tender refres to the material code of M/s APCPDCL.

    2.0 Codes and Standards2.1 The equipment shall comply with the requirement of latest revision offollowing standard issued by BIS (Bureau of Indian Standards), unless otherwisespecified.

    2.2 All the supply and work shall be in accordance with the relevant I.S.Specification and recognized standards and modern approved practice and shall

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    22/34

    Contractor’s Signature 21 Date: ______________ 

    meet the requirement of the latest issue of applicable codes, factory rates andregulations, supply codes and all standard accepted practice in locality where theinstallation is to be made.

    2.3 All the materials and accessories provided by Contractor under terms of

    this contract shall conform to the relevant Indian Standard Specifications.Samples of all equipment, materials and accessories to be supplied by theContractor shall be submitted for the approval of the Engineer In-Charge beforethey are used.

    2.4 The installation shall generally be carried out strictly in conformity withthe requirement of latest edition of the Indian Electricity Act, 1910, as amendedfrom time to time, and the Indian Electricity Rules, 1956, framed therein and allother statutory regulations that may be relevant to the installation.

    2.5 In case of any contradiction between various referred standards/specifications/data sheet and statutory regulations, the following order ofpriority shall govern.

    a) Statutory Regulationb) These Specificationc) Relevant Codes & Standards

    2.6 All the equipments / materials shall conform to the approved standard ofM/s APCPDCL. The contractor shall obtain approval of M/s APCPDCL for allequipments / materials and submit to the purchaser for onward approval by the

    purchaser.

    2.7 All works shall be carried out complying with the standards and code ofpractice of M/s APCPDCL.

    3.0 Site/Climate Conditions:3.1 The Equipment shall be suitable for installation and satisfactorycontinuous operation in a sub-station in a generally hot and humid atmosphere.The equipment shall be designed to operate continuous under site condition asspecified below.

    i) Location : Hyderabadii) Max. ambient air temperature, 0C : 50 0Ciii) Min. ambient air temperature, 0C : 10 0Civ) Max. average daily ambient air temp., 0C : 40 0Cv) Max. yearly weighed average ambient temp, 0C : 32 0Cvi) Max. relative humidity, % : 95 %vii) Average Annual rainfall, mm : 800 mm

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    23/34

    Contractor’s Signature 22 Date: ______________ 

    viii) Max. altitude above mean sea level (Meters) : 540 m

    4.0 General Conditions4.1 Contractor shall provide all necessary labour, tools, and other requisitework like drilling, cutting, welding etc. as may be necessary for the work at his

    own cost.

    4.2 Good workmanship is the essence of this contract and shall be compliedwith at all time. The Contractor shall have the works supervised by his qualifiedand experienced engineers. All the defects pointed out by the Engineer In-Charge shall be rectified immediately by the Contractor free of cost.

    4.3 No alteration which may affect the structures and architecture of buildingshall be done without the prior approval of the Engineer In-Charge. All workshall be carried out in such a manner that it should not cause any inconvenience

    to other works which are under progress. The Contractor shall cooperate withother agencies in the area for the smooth execution of all works.

    4.4 Contractor shall bring all roads, pathways, ground and other surfaces andinstallations which were affected during the execution of this work by thecontractor to the original state and finish to the satisfaction of the Engineer In-Charge.

    4.5 Accidental damage to any property shall be reported immediately to siteengineers and latter confirmed in writing to the Engineer In-Charge.

    5.0 Drawings5.1 The Contractor must submit all required GA drawing and necessarydesign details to the Purchaser for approval. However, it shall be noted that suchapproval by the purchaser shall not relieve the Contractor of his liabilities asmentioned in this Tender Document.

    5.2 The contractor shall submit scheme and layout of sub-station, GA drawingof entire electrical system from 33kV bay at M/s APCPDCL to primary terminalof the 33kV/433V transformer, outdoor space requirement and height of sub-station structures, indoor space and building requirement, etc along with the bidin Part-I: Technical Bid.

    6.0 Technical Data, Routine and Type Test Certificates6.1 Each tender shall be accompanied by the following information withsufficient details to enable the purchaser to make an appraisal of the quality andsuitability of the material and equipment offered:

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    24/34

    Contractor’s Signature 23 Date: ______________ 

    a) Complete information required in the form of “Guaranteed Technicalparticulars to be filled by the bidder” of this specification.

    b) Type test certificates of similar equipment offered or of similar design andcapacity from a Govt. recognized laboratory. Type test certificates should not be

    more than 5 (five) years old.

    c) Manufacturer’s literature, brochures, catalogues etc.

    d) List of customers to whom similar such equipment has been supplied.

    e) Detail lists of successfully commissioned similar equipments of equivalentrating during the last three years. Contractor should note that failure to complywith the provision of this clause might be sufficient reason to reject the bid.

    7.0 Inspection & Testing7.1 Test shall be made at any ambient air temperature below 500C. Where it isrequired, test results shall be corrected to a reference temperature of 750C.

    7.2 For all type and acceptance tests, the acceptance values shall be the valueguaranteed by the supplier in the proforma for “Guaranteed TechnicalParticulars” furnished in this specification or acceptance value specified in thisspecification, which is more strengthen for that particular test.

    7.3 Purchaser reserves the right to witness any or all the tests. The contractor

    must obtain prior approval of purchaser in case purchaser waives off witnessingthe tests at manufacturer’s premises.

    7.4 Purchaser reserves the right to witness any stage of manufacturing of theequipment.

    7.5 Makes for all the testing equipments installed in the work of thebidder/manufacturer shall be furnished along with the calibration/latest testresults carried out on these equipments from a Govt. approved Test House.

    7.6 Purchaser shall have the option to check the input of material includingweights, dimension, current density, flux density, etc anytime during themanufacturing process or at final inspection.

    7.7 Contractor must obtain prior approval and acceptance of the purchaserbefore delivery of any material at site. 

    8.0 Drawing & Documents:

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    25/34

    Contractor’s Signature 24 Date: ______________ 

    Within two weeks of the Letter of Intent /Purchase Order, vendor shall submit 2sets of the GA and detailed drawings for approval by purchaser prior tomanufacture and/or procurement.

    9.0 Packing:

    Panels with all accessories shall be dispatched to site packed in wooden crateswherever applicable. It shall be wrapped in Polyethylene sheets before puttingin crates and it shall be ensured that damage to the equipment does not occurduring handling/transportation.

    10.0 Guarantee:The Panels shall be guaranteed against all design and manufacturing defects,poor workmanship etc. for a period of 12 months from the date ofcommissioning or 18 months from the date of supply, whichever is earlier. Anydefects discovered during this period shall be rectified by the vendor free of cost

    to purchaser.

    11.0 Annual Maintenance ContractAt the discretion of the purchaser, it shall be binding on the contractor to enterinto an annual maintenance contract (AMC) for regular servicing andmaintenance of the transformer for a period of four years after expiry of the freeguarantee period of first 12 months from the date of commissioning. Thecontractor must quote for the charges of such AMC separately in the schedule ofquantities. The entire bid may be ignored if AMC charge is not specified in theprice bid.

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    26/34

    Contractor’s Signature 25 Date: ______________ 

    GUARANTEED TECHNICAL PARTICULARSTO BE FILLED BY BIDDER

    TO BE SUBMITTED WITH TECHNICAL BID 

    33kV SUB-STATION EQUIPMENTS 

    1.0 All technical parameters shall be listed in separate sheet by the bidder alongwith their guaranteed values for evaluation of the bid. The list shall includeall major equipments, namely

    1.  All 33 kV Swichgears, its accessories and components at APCPDCL andPurchaser’s sub-station

    2.  33 kV XLPE cable3.  All 33 kV VCB panels, its accessories and components

    4. 

    All protection and metering equipments, its accessories and components 2.0 The following data, wherever applicable, but not limited to, shall besubmitted for all equipments as listed above:

    1.  Make2.  Model / Type / Catalogue No.3.  Rating4.  Rated Voltage5.  Rated Current6.  Insulation Class7.

     

    Operating Temperature8.  Max Temperature Rise9.  Operating Mechanism10.  Control Voltage11.  Construction Details12.  Dimensions13.  Type of Installation, Indoor / Outdoor

    3.0 Technical specifications and reference data of M/s APCPDCL wherever

    the material is supplied as per the stock item code of M/s APCPDCL asmentioned in the schedule of quantities shall be submitted.

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    27/34

    Contractor’s Signature 26 Date: ______________ 

    LIST OF APPROVED MAKE OF MATERIALS 

    1. 

    XLPE cable, 33kV, armoured CCI/Finolex/NICCO

    2.  XLPE Termination Kit Raychem

    3.  PVC Cable, 1.1kV, armoured/unarmoured CCI/Finolex/NICCO

    4.  PVC copper control wire Finolex/Polycab 

    5.  Voltmeter (Analog) AE/MECO

    6.  Ammeter (Analog) AE/MECO

    7.  Ammeter (Digital) Consery, type EM 3259 Class

    1.0

    8.  Selector Switch L&T

    9.  Energy meter, multipurpose Schneider, type PM800

    10. HRC / HBC Fuse GE

    11. Bakelite Fuse Base & Carrier GE

    12. Indicating Lamp, LED type Teknic/GE/Siemens

    13. Copper lugs, heavy duty Dowell/Comet/Hex

    14. Crimping Compound for lugs Dowell/Comet

    15. Terminal Strip Connect Well/ELMAX

    16. Brass Gland Dowell/Comet

    17. Copper Plate/Copper Strip Electrolytic, 99.99% pure

    18. Bakelite Sheet Hylum or equivalent

    19. Bolt, Nut, Washer, Screw SS-304 

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    28/34

    Contractor’s Signature Date: ______________1

     

    TATA INSTITUTE OF FUNDAMENTAL RESEARCHILGTI-HPC Facility 

    TENDER DOCUMENT 

    Design, Fabrication, Supply, Installation, Testing & Commissioning of33 KV HT Sub-Station

    and all related works, etc.

    as perEnclosed Specifications & Drawings & Schedule of Quantities

    forILGTI-HPC at National Balloon Facility, TIFR, Hyderabad

    PART – II : PRICE BID 

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    29/34

    Contractor’s Signature Date: ______________2

    Schedule of Quantities 

    Sr.No.

    Description in brief Qty Unit Rate/Unit Amount

    HT Data – I for Erection of 33KV Bay andVCB 

    1  33KV 800A D/B AB   (ABS30004)

    4 EA

    2  ACSR conductor Panther ( CDR00010)  100 M

    3  T Clamps for Panther to   ( SSB10028)

    3 EA

    4  LT PVC Cu Contr Cable 4 2 . 5 .   ( CBP00002)

    500 M

    5  LT PVC Cu Contr Cable 10 Core 2.5 Sq.mm ( CBP00006 ) 

    200 M

    6  RSJoist 150x150mm (MST00029)  450 KG

    7  11KV Disc Insulator(C&T) ( INS10002)  18 EA

    8  C.I. Earth pipe 100m ( EMT00003 )  5 EA

    9  11KV Metal parts(C&T) ( HWR00002 )  18 SET

    10  33KV Pad clamps for   ( SSB10082 ) 

    18 EA

    11  33KV 1Ph P.T.s 30VA 0 . 2   ( ITR30030 )

    3 EA

    12  RS Joist 175x85mm ( MST00032 )  500 KG

    13  33KV lighting arrestors line (  LAS00003 )    3 EA

    14  33KV 220V VCB with CT's 4 0 0 - 2 0 0 - 1 0 0 / 1 - 1

    ( BRK30029 )   

    1 EA

    15  33kV twin feeder control   ( MIS50036)

    1 EA

    16  S&Erection of 33KV Bay    1 EA

    17  Erection of 33KV 800A AB   ( SWR20040)

    4 EA

    18  Erection of Box pole 1 5 0 1 5 0    1 EA

    19  Civil works for erection of    1 LS

    20  Erection of 33KV Bay at     1 LS

    21  Supply of 33KV TC -  

    ( SMR40102)   

    3 EA

    22  Erection of 33KV TC -  

    ( SWR11010 )   

    3 EA

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    30/34

    Contractor’s Signature Date: ______________3

    23  Supply of 33KV BD boom -   ( SMR40104 )

    5 EA

    24  Erection of 33KV BD -   ( SWR10875)

    5 EA

    25  Earthing arrangement ( SWR21299) 5 LS

    26  Erection of 33KV single   ( SWR10401 )

    1 SET

    27  Labour and Transport   

    ( SWR10003)

    1 LS

    28  providing of Cable trench  1 LS

    29  providing of metal 3 3    1 LS

    30  Erection of twin feeder    1 EA

    31  providing of CO2 cylinders  1 LS

    32  providing barbed fencing   1 LS

    33  providing of yard lighting  2 LS

    Excise Duty

    Sales Tax

    Octroi

    FreightInsurance

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    31/34

    Contractor’s Signature Date: ______________4

      

    HT Data – II for Erection of 33KV UG Cable 

    1 33KV XLPE Cable 3 Core 4 0 0 . . (

    CBX30001)

    650 M

    2  33KV 3X400 Heat Shble

    (SCB10113)

    24 EA

    3  33KV 3X400 Heat Shble / (

    SCB10115)

    2 EA

    4  33KV 3X400 Heat Shble / (

    SCB10114)

    4 EA

    5  Hard gravelsoil BC Soil    5500 EA

    6  Raising of 33KV the cable    50 M

    7  33KV XLPE Out Door End ( 3 4 0 0 . ) (

    SWR20843)

    4 EA

    8  33KV XLPE Indoor End ( 3 4 0 0 . ) (

    SWR20844)

    2 EA

    9  Straight through joint 33KV 3 4 0 0 (

    SWR10382)

    24 EA

    10  Providing of Cable route    2.8 KM

    11  Road cutting charges w/o   

    ( SWR21752)

    800 M

    12  GI pipe 6' dia at cable   

    ( SWR20611)

    20 M

    13  Laying of UG cable 33KV 3 4 0 0 . . (

    SWR10428)

    2000 M

    14  UG Cable 33KV 3x400   (SWR10847)

    800 M

    15  Laying of 33KV 4 0 0 . . /    200 M

    16  Labour and Transport ( SWR10003)    1 LS

    Excise Duty 

    Sales Tax 

    Octroi

    Freight

    Insurance

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    32/34

    Contractor’s Signature Date: ______________5

     

    Sr.No

    Brief Description Qty Unit Rate Amount

    HT Data – III for Erection of MeteringEquipment 

    1  33KV 1Ph P.T.s 30VA 0 . 2   

    ( ITR30030)

    3 EA

    2  HT Pilfer proof Boxes ( BXS00026) 1 EA

    3  HT Tri Met 33KV/110V 2 5 / 1 , 3 0 # 0 . 2   

    ( MHT30031)

    1 EA

    4  33KV Metering CT's 25/1A 0 . 2   

    ( ITR30029)

    3 EA

    5  33KV 3way RMU with ( BRK30024) 1 EA

    6  33KV 3X400 Heat Shble /   

    ( SCB10115)

    3 EA

    7  33KV 220V VCB with CT's 4 0 0 - 2 0 0 - 1 0 0 / 1 - 1

    ( BRK30029)

    1 EA

    8  Erec of 2 nos. 33KV , &    1 SET

    9  Erection of HT Trivector (  SWR20176 )    1 EA

    10  Erec of HTmetering Box   

    ( SWR20177) 

    1 EA

    11  Erection of 33KV VCB  1

    12  Erection of 33KV CT s/PT   

    ( SWR10419) 

    0 EA

    13  Labour and Transport   

    ( SWR10003)

    1 LS

    14  Erection of 33KV 3way    

    ( SWR11128)

    1 EA

    15  OD/idoor end termination 3 3 3 4 0 0   

    (SWR10387) 

    3 EA

    Excise Duty 

    Sales Tax 

    Octroi 

    Freight 

    Insurance 

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    33/34

    TATA INSTITUTE OF FUNDAMENTAL RESEARCHAutonomous Institution of the Department of Atomic Energy, Government of India (A Deemed University) 

    HOMI BHABHA ROAD, COLABA, MUMBAI – 400 005(PURCHASE SECTION)

    Instructions to Bidder

    1.  PART “I” (Technical Bid) consisting of Technical Bid & Commercial Terms and

    PART “II” (Price Bid) consisting of only Price shall be submitted in separate sealed

    envelopes duly super scribed with the tender enquiry number, and the due date in boldletters, addressed to the Admn. Officer (Purchase), Tata Institute of Fundamental

    Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The envelopes should be

    clearly marked on top as either PART “I” or PART “II”. The two sealed covers shouldbe further put in a master cover super scribed with the Tender Enquiry No., Due Date in

    bold letters, addressed to the Admn. Officer (Purchase), Tata Institute of Fundamental

    Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The sealed master envelop

    has to be delivered by hand/courier at the security Gate Officer of TIFR on or before13.00 hrs on the due date specified. The technical bid will be opened in the presence ofattending tenderers at 14.00 hrs on the due date at Purchase Section, TIFR Mumbai.

    Tenders submitted after 13.00 hrs. on due date will not be considered.

    2.  In case the PART ‘I’ and Part ‘II’ bids are not sealed in separate envelopes the

    tender will be rejected. 

    3.  The technical bid should not contain any indication of the price. 

    4.  After scrutiny of Technical Bids, Price bids of only those bidders who are shortlisted ontechnical basis will be opened at on later date. The opening date, time and venue will be

    intimated to the technically successful bidder.

    5.  After downloading the documents please inform your company details such as name,

    address, telephone nos., contact person and email address etc. by email to us.([email protected], [email protected]) to enable us to inform prospective bidder for any

    corrigendum/changes if any; in the Tender document before due date.

    6. 

    Tenders containing correction, overwriting will not be considered. Late ordelayed/Unsolicited quotations/offers shall not be considered at all. These will be

    returned to the firms as it is. Post tender revisions/corrections shall also not be

    considered.

  • 8/18/2019 TATA Institute of Fundamental Reasearch 33KV Switchyard Tender

    34/34

    TATA INSTITUTE OF FUNDAMENTAL RESEARCH

    7.  Tenderer should sign on all the pages of the technical bid and the price bid.

    8. 

    In case of any interpretational issues in this tender, the interpretational decision of the

    TIFR shall be Final binding on the bidder.

    9. 

    TIFR reserve the right to ask for or to provide any clarification, changes after the release

    of this tender.

    10. TIFR reserve the right to cancel the tender even after the receipt of tender, and in suchcase the EMD would be refunded without any interest to the bidding parties.

    11. If equipment offered is to be imported, arrangements for import will be made by us.

    12. 

    The Institute shall be under no obligation to accept the lowest or any other tenderreceived in response to this tender notice and shall be entitled to reject any tender without

    assigning any reason whatsoever.

    13. TIFR reserves the right to place the order for part/reduced quantity than what is specified

    in the tender.

    14. We are exempted from payment of Excise Duty under notification number 10/97 dated

    01.03.1997 and Customs Duty under notification No.51/96 dated 23.07.1996 for allprocurements/supply meant exclusively for scientific and research purposes. Whenever

    the exemption certificate not honored by the authorities, the applicable excise duty will

    have to be paid. Hence Excise Duty and Customs Duty, if any, should be shownseparately. No other charges than those mentioned clearly in the quotation will be paid.

    15. Sales Tax: TIFR does not have any exemption/concession on payment of Sales Tax/VATand we are not authorized to issue any Sales Tax Form ‘C’ & ‘D’

    16. Specifications are basic essence of the product. It must be ensured that the offers must be

    strictly as per our specifications. At the same time it must be kept in mind that merelycopying our specifications in the quotation shall not make the parties eligible for

    consideration of the quotation. A quotation has to be supported with the printed technical

    leaflet/literature of the quoted model of the item by the quoting party/manufacturer.

    ADMINISTRATIVE OFFICER(PURCHASE SECTION)

    TIFR, MUMBAI