181
- 1 - OSIC Ltd.CUTTACK TENDER SPECIFICATION NO.CESU/P&S/TRANSFORMER/362 / 2019-20 FOR PROCUREMENT OF TRANSFORMERS DATE OF OPENING OF TENDER: Dt. 08.08.2019 / TIME 3.30 P.M. ONWARDS (UNDER FANI CYCLONE HEAD)

admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

  • Upload
    others

  • View
    8

  • Download
    0

Embed Size (px)

Citation preview

Page 1: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 1 -

OSIC Ltd.CUTTACK

TENDER SPECIFICATION NO.CESU/P&S/TRANSFORMER/362 / 2019-20

FOR

PROCUREMENT OF TRANSFORMERS DATE OF OPENING OF TENDER: Dt. 08.08.2019 / TIME 3.30 P.M. ONWARDS

(UNDER FANI CYCLONE HEAD)

Page 2: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 2 -

CONTENTS

SECTIONNo. DESCRIPTION PAGE NO.

TENDERNOTICE 3-4

SECTION-I: INVITATION FORBIDS(IFB) 5 -8

SECTION-II: INSTRUCTIONTOBIDDERS 9 -15

SECTION-III: GENERAL TERMSANDCONDITIONS 16 - 21 OF CONTRACT (GTCC)

SECTION-IV: TECHNICALSPECIFICATION 22 - 66

SECTION-V: LISTOFANNEXURE 67

ANNEXURE-I : ABSTRACTOFGENERAL 68 TERMS AND CONDITIONS

ANNEXURE-II :DECLARATION FORM 69

ANNEXURE-III :PBGFORMAT 70 -71

ANNEXURE-IV : GTPOFTRANSFORMERS 72-103 Annexure -IV(A) to IV(H)

ANNEXURE-V :PRICE SCHEDULE 104

ANNEXURE-VI(A) : TECHNICALDEVIATIONSHEET 105

ANNEXURE-VI (B) : COMMERCIALDEVIATIONSHEET 106

ANNEXURE-VII : SELFDECLARATIONFORM 107

ANNEXURE-VIII : SELF DECLARATIONFORMFOR 108 SUCCESSFUL EXECUTION OF P.O.

Page 3: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 3 -

UNDER FANI CYCLONE HEAD TENDER NOTICE

Tender Notice No: CESU/P&S/Materials/FANI/735/ 2019-20/Vol-I /13070/Dt.- 16.07.2019.

For and on behalf of the OSIC, the undersigned invites sealed tenders in duplicate on two part bidding system from the eligible bidders, who comply to the terms and conditions for the supply of following materials super scribing the Tender Specification No., Name of the material & date of opening (as mentioned in thespecifications).

The tender papers can be obtained from the undersigned at the above address on payment of the cost of Tender Paper indicated below in shape of D.D drawn on any Nationalized Bank/ Scheduled Bank in favour of the “OSIC” payable at Bhubaneswar & the related money receipt issued by OSIC against the Tender paper cost should be furnished while submitting the bid documents. The cost of tender paper isnon-refundable. SCHEDULE OF MATERIALS TENDERED:

Sl. No

Tender Specification No.

Name of the Materials

Unit

Quantity Cost of Tender Paper

(Rs.)

EMD (Rs.)

1

CESU/P&S/Transformer/362 / 2019-20

i)16 KVA, 11/0.250 KV(Al) Transformer(Level-II)

Nos.

1000

15,000/-+ 12% GST=16,800/-

603000.00

ii)25 KVA, 11/0.433 KV(Al) Transformer(Level-II)

1500 952000.00

iii)63 KVA, 11/0.433 KV (Al) Transformer(Level-II)

1000 1021000.00

iv)100 KVA, 11/0.433 KV(Al) Transformer(Level-II)

2000 2761000.00

v)250KVA, 11/0.433 KV(Al) Transformer(Level-II)

500 1584000.00

vi) 500KVA, 11/0.433 KV(Cu) Transformer(Level-II)

500 3422000.00

vii) 100KVA, 33/0.433KV(Cu) Station Transformer(Level-II)

50 160000.00

viii)1.0 MVA,33/0.433 KV(Cu) Power Transformer(Level-II)

10 153000.00

2 CESU/P&S/LT PVC

Cable/363/ 2019-20

i) 3.5Core X 150mm2 KM

250.00 15,000/-+ 12% GST=16,800/-

1431000.00 ii) 3.5Core X 185mm2 250.00 1770000.00 iii) 3.5Core X 300mm2 250.00 2729000.00

3

CESU/P&S/AB Switch/364 / 2019-20

i) 11 KV,200 A, 3 Pole,50 Hz (Horizontal)

Nos.

1000

15,000/-+ 12% GST=16,800/-

87000.00

ii) 11 KV,400 A, 3 Pole,50 Hz (Horizontal)

1000 140000.00

TIME SCHEDULES:-

Sl. No. Description of Event Date

1

Sale and downloading of tender document start from

Dt. 19.07.2019

2

Last Date & Time for selling of tender papers

Dt. 07.08.2019 up to 5.00 PM

3

Last Date & Time for submission of tender papers

Dt. 08.08.2019 up to 1.00PM

4 Date & Time for opening of tender Dt. 08.08.2019 from 3.30PM onwards

Page 4: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 4 -

The intending bidders can also download the tender document from our website www.OSICLTD.com/ However the bidder has to furnish Demand Draft drawn on any Nationalized Bank /Scheduled Bank in favour of the “OSIC” payable at Bhubaneswar for the cost of the bid documents indicated above along with the bid, failing of which the bid will be rejected outright. In the event of any specified date for the sale, submission or opening of bids being declared a holiday for OSIC, the bids will be sold / received / opened up at the appointed time on the next working day. OSIC also reserves the right to accept or reject any or all tenders without assigning any reason thereof, if the situation so warrants. Request for tender document through postal will not beentertained.

For detail Tender Specification & Terms and Conditions, updates & modifications to these specifications if any, please keep regularly visiting our website www. OSICLTD.COM. NB: - As per above tender, the bidders may participate in any one or all of the above items tendered. However bidders who wish to participate in any one or all of the items as mention above, they have to furnish item wise Tender Paper Cost (Money receipt if purchase by cash & DD if downloaded) & EMD amount (in DD) for respective items in separate envelope mentioning Tender Specification No. & Name of theMater

Sd/-

Chief General Manager

Page 5: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 5 -

SECTION-I

INVITATION FOR BIDS(IFB)

Page 6: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 6 -

1.0 For and on behalf of the OSIC, the undersigned invites bids under two part bidding system in sealed cover in duplicate duly superscribed with tender specification no. CESU/P&S/ Transformer/362/2019-20 and date of opening Dt. 08.08.2019 from the reputed manufacturers only for design, manufacture, supply, type testing, inspection, loading at factory, transportation to & unloading at site / stores including guaranteed obligation for supply of Type Tested Transformers as indicated below at clause5.

2.0 Submission of theBids: The Bidders are required to submit a detailed and comprehensive bid, consisting of Technical and Commercial Proposal and conditions / schedule of non-compliance, if any. The submission of the Bids shall be in the manner specified in the instruction to Bidders. The due date of submission shall be as detailed below at clause-4.0 .

OSIC will not be responsible for any costs or expenses incurred by bidders in connection with the preparation and delivery of bids.

OSIC reserves the right to cancel, postpone, withdraw the invitation for Bids without assigning any reason thereofandshallbearnoliabilitywhatsoeverconsequentuponsuchadecisionifthesituationsowarrants.

4.0 E.M.D & TIME SCHEDULES: Description Date & Time

Last Date & Time of Submission of Tenders Dt. 08.08.2019 up to 1.00P.M

Opening of Tenders Dt. 08.08.2019 from 3.30 PM Onwards Required Quantities of Materials:- As indicated at clause – 5 below. Completion of the delivery As indicated at clause 5 below.

Cost of Tender Paper ( Non-Refundable)

Rs. 16,800.00 (Rupees Sixteen Thousand Eight Hundred Only ) including 12 % GST in shape of Cash/ account payee demand draft infavour of the OSIC: payable at Bhubaneswar only.

Amount of E.M.D payable In shape of account payee Demand Draft in favour of the OSIC, Bhubaneswar, drawn from a scheduled Bank. The E.M.D Drafts are to be furnished separately for each item, the bidder wishto participate, as indicated in the Table below.

Sl. No. Name of Materials Unit Quantity

Cost of Tender Paper (Rs.) EMD (Rs.)

1 i)16 KVA, 11/0.250 KV(Al) 1000

603000.00

Transformer(Level-II)

2 ii)25 KVA, 11/0.433 KV(Al) 1500

952000.00

Transformer(Level-II)

3 iii)63 KVA, 11/0.433 KV (Al) 1000

1021000.00

Transformer(Level-II)

4 iv)100 KVA, 11/0.433 KV(Al) Transformer(Level-II)

Nos. 2000 15,000/-+

12%GST= 16,800.00

2761000.00

5 v)250KVA, 11/0.433 KV(Al) Transformer(Level-II)

500 1584000.00

6 vi) 500KVA, 11/0.433 KV(Cu) 500

3422000.00

Transformer(Level-II)

7 vii) 100KVA, 33/0.433KV(Cu) Station 50

160000.00

Transformer(Level-II)

8 viii)1.0 MVA,33/0.433 KV(Cu) Power 10

153000.00

Transformer(Level-II)

Page 7: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 7 -

:(i) E.M.Ds as prescribed above are to be furnished in shape of A/C Payee Bank Drafts payable to OSIC, Bhubaneswar, drawn from Nationalized / ScheduledBanks.

(ii) Local SSI Units located in the State of Odisha / Consortium of SSI Units located in the state of Odisha, having valid registration in D.I.C / NSIC on the date of submission of the tender shall be allowed to deposit 25 % of the E.M.D amount as prescribedabove.

(iii) Cost of Tender Papers shall be fully exempted for the local SSI Units / Consortium of SSI units located in the State of Odisha having valid registration in D.I.C / N.S.I.C on the date of submission of theTender.

5.0 SCHEDULE OF REQUIREMENTS &DELIVERY:

Sl. No.

Description of material

Units

Quantity

Within 60 days of issue of P.O (Consignment-I)

Within 90 days of issue of P.O

(Consignment-II)

1 i)16 KVA, 11/0.250 KV(Al) Transformer(Level-II)

Nos.

1000 500 500

2 ii)25 KVA, 11/0.433 KV(Al) Transformer(Level-II)

1500 750 750

3 iii)63 KVA, 11/0.433 KV (Al) Transformer(Level-II)

1000 500 500

4 iv)100 KVA, 11/0.433 KV(Al) Transformer(Level-II)

2000 1000 1000

5 v)250KVA, 11/0.433 KV(Al) Transformer(Level-II)

500 250 250

6 vi) 500KVA, 11/0.433 KV(Cu) Transformer(Level-II)

500 250 250

7 vii) 100KVA, 33/0.433KV(Cu) Station Transformer(Level-II)

50 20 30

8 viii)1.0 MVA,33/0.433 KV(Cu) Power Transformer(Level-II)

10 05 05

Note: (i) OSIC may re-schedule the due date of delivery as per their requirement. QUALIFICATION OFBIDDERS: Criteria for qualification:

6.1.1 Technical: a) The bidder should be a manufacturer of ISI Marked Transformers for which he submits his offer. The bidder

mustfurnishvalidB.I.SLicensetouseISIMarksfortheofferedTransformers. b) TheBidderhastoquotefulltenderedquantitiesofTransformers(foranyonecurrent&voltageratingormore

)covered under this specification, For offered Transformers, the bidder should have supplied Transformers of same current rating/voltage rating or higher current rating/ voltage rating minimum 50% of the tendered quantityduringanyoneofthefinancialyearoutoftheimmediatepastthreefinancialyear.Biddersshallsubmit selfattestedcopiesofP.O’sexecutedsuccessfully fortherelevantyearsandabstractthereof(asperAnnexure - VIII) to prove the quantity as supplied.

c) The bid shall be accompanied by user’s certificate from any Distribution Utility/ State Govt./Central Govt. Organisationortheirundertaking(s)insupportofsatisfactoryperformanceofTransformeroftenderedcurrent rating/voltage rating or higher current rating/ voltage rating, supplied earlier tothem.

d) The offered tendered Transformers should have been type-tested at CPRI/ ERDA. The bid shall accompany withtype -testreportsconductedatCentralPowerResearchInstitute/ERDAfortheofferedmaterialsconducted within five years before the date of opening of the tender. Bids not accompanied with type test reports conducted within five years shall not be considered forevaluation.

e) The bidders who have earlier failed to execute the purchase order(s) of the OSIC and or black listed by the OSIC/anyotherdistributionUtilityshallnotbeeligibletoparticipateinthistender.

f) OSICreservestherighttowaiveminordeviation,iftheydonotmateriallyaffectthecapacityofthebidderto perform thecontract.

Page 8: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 8 -

Financial: The minimum average annual turnover of the bidder in the best 3 (Three) years out of the immediate past 5 (Five)financialyearofthetendernotificationshouldbeequaltoormorethanthevaluementionedagainsteach item.

Item Sl No.

Name of the item Required Turn Over value (Rs. Crore)

1 i)16 KVA, 11/0.250 KV(Al) Transformer(Level-II) 6.03 2 ii)25 KVA, 11/0.433 KV(Al) Transformer(Level-II) 9.52 3 iii)63 KVA, 11/0.433 KV (Al) Transformer(Level-II) 10.21 4 iv)100 KVA, 11/0.433 KV(Al) Transformer(Level-II) 27.61 5 v)250KVA, 11/0.433 KV(Al) Transformer(Level-II) 15.84 6 vi) 500KVA, 11/0.433 KV(Cu) Transformer(Level-II) 34.22

7 vii) 100KVA, 33/0.433KV(Cu) Station Transformer(Level-II)

1.60

8 viii)1.0 MVA,33/0.433 KV(Cu) Power Transformer(Level-II)

1.53

However,ifthebidderisapplyingformorethanoneitem,thentheminimumaverageannualturnovershould beequaltoormorethanthetotalturnovervaluementionedasaboveagainsteachitem.

Documentation: Biddershallfurnishcopiesoforiginaldocumentsdefiningtheconstitutionorlegalstatus,placeofregistration

andprincipalplaceofbusinessnamelyMemorandumandArticleofAssociation. Writtenpowerofattorney/BoardResolutionoftheauthorisedsignatoryofthebid. Biddersshallsubmittheirauditedfinancialannualaccountsforlastthreeyearspriortotheyearoftender.In

casetheBidderisinexistenceforlessthanthreeyearstheauditedfinancialannualaccountsfromthedateof its incorporation should befurnished.

CopiesofPurchaseOrderssuccessfullyexecuted,UserPerformanceCertificates,TypeTestReports,ifany. Valid ITCC & GSTIN RegistrationCertificate.

7.0 THE PURCHASER’S RIGHT TO VARYQUANTITIES: CESU reserves the right to increase the ordered quantity up to 100% over the Tendered Quantity without any change in terms and conditions at the time of placing the orders or at any stage during implementation of the project executed under this contract.

All Correspondences with regard to above tender shall be made to following address. ChiefGeneralManager(Technical) CESU HeadQuarters 2nd Floor, IDCO Towers, Bhubaneswar -751022

Page 9: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 9 -

SECTION-II

INSTRUCTION TO BIDDERS (ITB)

Page 10: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 10 -

SECTION –II

INSTRUCTION TO BIDDERS (ITB)

SOURCE OFFUNDS: CESU hereinafter referred to as the “Purchaser’” is desirous of procurement for above tendered Transformers

from the funds available under FANI CycloneHead. SCOPE OFWORK: The scope of work in brief shall include design, manufacture, inspection, supply, loading at factory,

transportation to site / unloading at stores including guaranteed obligation of complete supply of materials (As perClause5ofSection-IIFB)inconformitytothetechnicalspecificationenclosedherewithinSection–IV.

DISCLAIMER: This Document includes statements, which reflect various assumptions, which may or may not be correct.

Each Bidder should conduct its own estimation and analysis and should check the accuracy, reliability and completeness of the information in this Document and obtain independent advice from appropriate sources in their owninterest.

Neither OSIC nor its employees will have any liability whatsoever to any Bidder or any other person under the law or contract, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage whatsoever which may arise from or be incurred or suffered in connection with anything contained in this document, any matter deemed to form part of this document, provision of Services and any other information supplied by or on behalf of OSIC or its employees, or otherwise arising in any way from the selection process for the Supply / provision of Services for theProject.

Though adequate care has been taken while issuing the Bid document, the Bidder should satisfy himself that documents are complete in all respects. Intimation of any discrepancy/ doubt shall be sent inthe OSIC address for speedyresponse.

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

COST OFBIDDING: The Bidder shall bear all costs associated with the preparation and submission of its Bid and OSIC will in no

case be responsible or liable for thosecosts. BIDDINGDOCUMENTS: The Scope of Work, Bidding Procedures and Contract Terms are described in the Bidding Documents. In

addition to the covering Letter accompanying Bidding Documents, the Bidding documentsinclude: (a) Invitation of Bids (IFB) - Section –I (b) Instruction to Bidders (ITB) - Section –II (c) General Terms and Conditions of Contract (GTCC) - Section –III (d) Technical Specification - Section –IV (e) List of Annexures - Section –V

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

AMENDMENT OF BIDDINGDOCUMENTS: At any time prior to the deadline for submission of Bids, OSICmay, for any reason, whether at its own initiative

or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by way of issuing anaddendum.

The Amendment / Addendum shall be part of the Bidding Documents, pursuant to Clause 6.1, and it will be binding on theBidder(s).

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

LANGUAGE OFBID: The Bid, prepared by the Bidder, and all correspondence and documents relating to the Bid exchanged by the

Bidder and the OSIC,shall be written in the English Language. Any printed literature furnished by the Bidder may be written in another Language, provided that this literature is accompanied by an English

translation, in which case, for purposes of interpretationof the Bid, the English translation shall govern. DOCUMENTS COMPRISING THEBID:

Page 11: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 11 -

The Bid prepared and submitted by the Bidder shall comprise of two parts i.e. Part-I (Techno-Commercial Part), & Part-II (Price Bid).

(A) The Part-I (Techno-Commercial Part) must contain the followingdocuments. (a) Bid Document signed by the bidder in every page, all other Schedules / Formats enclosed in the Bid-

Document (i.e. Annexure-I, II, IV, V, VI (A), VI (B), VII, VIII) duly filled in & signed by the bidder with seal. Bids containing information in formats other than our prescribed formats as above shall not be acceptable and may make the bidnon-responsive.

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

(c) Following Documentary evidence establishing in accordance with Clause-6, IFB, that the Bidder is qualified to perform the Contract if the Bid is accepted; i) Self attested copies of Purchase Orders executed in last 3Years. ii) Self attested copies of Performance Certificates / Successful contract completion Certificates from

above buyers preferably from Electricity Distribution Utilities / GovernmentOrganizations. iii) Copies of Profit & Loss Accounts & Audited Balance Sheet indicating Turnover for best 3 financial

years out of last 5 financialyears. iv) A copy of valid BIS License to manufacture ISI MarkedTransformers. v) Valid ITCC & GST registrationnumber.

(d) Power of Attorney / Board resolution indicating that the person(s) signing the Bid have the authority to sign the Bid and as such the Bid is binding upon the Bidder during the full period of its validity, in accordance with clause14.

(e) Requisite Cost of Tender Document as per clause 4 of Section –I, IFB in shape of Bank Draft from a Scheduled/Nationalized Bank issued in favour of the OSIC Payable at Bhubaneswar is to be enclosed along with the Bid, if the document is downloaded from ourweb-site.

(B) Part-II (Price-Bid): Shall contain the price schedules as per prescribed format at Annexure-V, duly filled in & signed by the bidder with seal. (This shall be submitted in a double sealed envelope separately duly superscribed as “PriceBid”)

SUBMISSION OFBID: The Bidder shall complete and submit the Bid Document in duplicate enclosing all documents at clause “8”

above in two sealed envelops for Original & Duplicate separately, super scribing Tender Notice No:13070 Date: 16.07.2019Tender Specification No 362, Date of Opening 08.08.2019 & Description of Material.

E.M.D: The bidder shall submit E.M.D as a part of the bid in the prescribed manner for the amount mentioned in Clause No.4

of Section–I. The E.M.D is required to protect the OSIC / it’s representative against the risk of bidder’s conduct, which would warrant

the security’sforfeiture. Local SSI units located in the State of Odisha having valid registration in DIC/NSIC are allowed exemption

onCostofTenderDocument&EMDtotheextent,asperclause4.0,Section-IofthisTenderDocument. The E.M.D shall be in the followingform:

A/C Payee Demand Draft in favour of the OSIC issued by a Scheduled/Nationalized Bank payable at Bhubaneswar only.

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

The E.M.D may be forfeited due to followingreasons: 1) If the bidder withdraws bid during the period of bid validity specified bythe bidder in the bid form. 2) In case the successful bidder fails to sign the contract in specifiedtime. 3) In case of failure to supply the Materilas/Equipments during the contractual deliveryperiod.

BIDPRICE: Bidders have to quote for the full quantity covered under this specification strictly as per the enclosed format

in Section –V. The total Bid Price shall also cover all the Supplier’s obligations mentioned in or reasonably to be inferred from the Bidding Documents in respect of Design, Supply, testing, inspection, Transportation to Site/stores, all in accordance with the requirement of Tender Documents. The Bidder shall complete the appropriate Price Schedules enclosed herein at Annexure – V, stating the Unit Price for each item, all other leviable taxes & duties, transportation, insurance separately and thereby arriving at the totalPrice.

Page 12: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 12 -

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

The Price offered shall be inclusive of all costs as well as Duties, Taxes and Levies paid or payable during implementation of the contract. If the Bidder is exempted from any taxes & duties, the same should be clearly mentioned supported with documentaryevidence.

Prices quoted by the Bidder shall be “FIRM” and not subject to any price adjustment during the performance of the Contract. A Bid submitted with variable Price or an adjustable price clause shall be treated as non- responsive and rejectedoutright.

The Prices quoted in the Price Schedule shall be treated as final. The bidders should take care of specifying thebreakuppricesalongwiththeratesoftaxes&dutiesinrespectivecolumnsinthePriceSchedule.

Any revised/supplementary price bids offer after the due date of opening of the price bid shall not beconsidered unless specifically asked by theOSIC. CONTRACTPRICE:

The Ex-Works Prices quoted for the Contract shall remain FIRM as per the above Parameters and OSIC shall not compensate Bidder for any variations. However, any variation in the taxes & duties within the Scheduled date of delivery shall be borne by CESU, else the same shall be borne by theBidder. BIDCURRENCIES:

Prices shall be quoted in Indian Rupees Only. DOCUMENTS ESTABLISHING CONFORMITY TO THE BIDDINGDOCUMENTS:

The bidder shall confirm by documentary evidence of the Good’s conforming to the Bidding Documents by submitting <Materials> datasheets. PERIOD OF VALIDITY OFBIDS:

Bids shall remain valid for 180 days from the date of opening ofBids. Notwithstanding Clause 14.1 above, OSICmay solicit the Bidder’s consent to an extension of the Period of Bid

Validity. The request and the responses thereto shall be made in writing or byFax. ALTERNATIVEBIDS:

Bidders shall submit Bids, which comply with the Tender Documents. Alternative bids shall not be considered forevaluation. FORMAT AND SIGNING OFBID:

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

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

The Bid shall contain no interlineations, erasures, overwriting except as necessary to correct errors, made by the Bidder, in which case such corrections shall be initialed by the person or persons signingthe Bid. SEALING AND MARKING OFBIDS:

Bid submission: One Original Hard Copy of all the Bid Documents shall be sealed and submitted to the OSIC before the closing time for submission of thebid.

The Bid proposal should be divided into two parts and should be submitted in two separate sealed envelopes, addressed to OSIC. All the envelopes should bear the Name and Address of the Bidder and marking for the Original and the duplicate copy. The envelopes should be super-scribed with the title of its contents, as follows: i) TECHNO COMMERCIAL BID ENVELOPE: Shall contain the Bid Security, Cost of Tender

Document, all supporting documents for qualifying requirement of this tender, duly filled in formats. Abstract of General Terms & Conditions, Declaration Form, Technical Data Schedule, Technical & Commercial Deviations formats, Un-quoted blank Price Schedule etc. enclosed at Annexure I, II, IV, V, VI(A) , VI (B), VII, VIII ) at Section-V of this document.

ii) PRICE BID ENVELOPE: Shall contain the Price schedule duly filled in & ink-signed as per Annexure –V at Section-V of this document. (This shall be submitted in a double sealed envelope separately.)

a) Bear the Project name as: “Design, Manufacture, Testing, Inspection and Supply of tendered Transformers as per Schedule of Requirement in Section-(I) – Specification NoCESU /P&S/Transformer/362/2019-20.

In addition to the information required in sub clause (a) and (b) above, the inner envelope shall indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared “Late” pursuant to Clause20.

Page 13: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 13 -

The Bidders have the option of sending the Bids by post/ Courier services or in person. Bids submitted by Telex/Telegram/Fax will not be accepted. No request from any Bidder to OSICto collect the proposals from Airlines/ Cargo Agents etc. shall be entertained byOSIC. DEADLINE FOR SUBMISSION OF BIDS:

The original Bid together with required copies, must be received by the OSICat the address specified in Clause17.3notlaterthanDt.08.08.19,1.00PM(IST)ontheduedateasindicatedintheinvitationforbids.

OSICmay, at its discretion, extend the dead line for the submission of Bids by amending the Bidding Documents, in which case all rights and obligations of OSIC and Bidders previously subject to the deadline will thereafter be subject to the deadline asextended. ONE BID PER BIDDER:

Each Bidder shall submit only oneBid. LATEBIDS:

Any Bid received by OSIC after the deadline for submission of Bids prescribed by OSIC, pursuant to Clause-18, will be declared “Late” and rejected outright and returned unopened to theBidder. MODIFICATION AND WITHDRAWAL OFBIDS:

The Bidder may modify or withdraw his Bid after the Bid’s submission, provided that written notice of the modificationorwithdrawalisreceivedbyOSICpriortothedeadlineprescribedforsubmissionofBids.

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

No Bid may be modified subsequent to the deadline for submission ofBids. No Bid may be withdrawn in the interval between the deadline for submission of Bids and the expiry of the period of

Bid validity specified by the Bidder on the Bid form as perclause-14. EVALUATION OFBID:

PROCESS TO BECONFIDENTIAL: Information relating to the examination, clarification, evaluation and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process. Any effort by a Bidder to influence CESU’s processing of Bids or award decisions may result in the rejection of the Bidder’sBid.

23.0 CLARIFICATION OF BIDS: To assist in the examination, evaluation and comparison of Bids, OSICmay, at its discretion, ask the Bidder for a clarification of its Bid. All responses to requests for clarification shall be in writing and no change in the price or substance of the Bid shall be sought, offered orpermitted. PRELIMINARY EXAMINATION OF BIDS /RESPONSIVENESS:

CESU will examine the Bids to determine whether they are complete, whether any computational error have beenmade,whetherthedocumentshavebeenproperlysigned,andwhethertheBidsaregenerallyinorder.

Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price per item that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price per item will be corrected. If there is a discrepancy between the Total Amount and the sum of the total price per item, the sum of the total price per item shall prevail and the Total Amount will be corrected.

Prior to the detailed evaluation, pursuant to Clause 25, OSICwill determine the substantial responsiveness of each Bid to the Bidding Documents including production capability and acceptable quality of the materials offered, pursuant to Clause 13. Substantially responsive Bid is one, which confirms to all the terms and conditions of the Bidding Documents without materialdeviation.

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

Page 14: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 14 -

EVALUATION AND COMPARISON OFBIDS: The evaluation of Bids shall be done basing on the delivered cost competitiveness basis ofitem. The evaluation of the Bids shall be a stage-wise procedure. The following stages are identified for evaluation purposes: In the first stage, the Bids would be subject to a responsiveness check as detailed in the clause-24. The Technical

Proposals and the Commercial terms & conditions of the Bidders would be evaluated and discussed as per clause-26 of thisdocument.

Subsequently, the Financial Proposals submitted along with the Techno commercially bid shall be considered for evaluation. Supplementary financial proposal submitted by the bidder after due date of opening of part-I bid shall not be considered for evaluation unless otherwise specifically asked byOSIC OSIC’s evaluation of a Bid will take into account, in addition to the Bid price, the following factors, in the manner and to the extent indicated in thisClause:

a) Delivery Schedule: b) Deviations from Bidding Documents as mentioned in Non-ComplianceSchedule. c) Past performance and capability to execute thecontract.

Bidders shall base their Bid price on the terms and conditions specified in the Bidding Documents. The Cost of all quantifiable deviations and omissions from the specification, terms and conditions, specified in Bidding Documents shall be evaluated. OSIC will make his own assessment of the cost of any deviation for the purpose of ensuring fair comparison ofBids. AWARD OFCONTRACT: In normal circumstances OSIC will generally award the Contract to the successful Bidder whose Bid has been determined to be the lowest evaluated responsive Bid, provided further that the Bidder has been determined to be qualified to perform the Contract satisfactory. If the lowest evaluated price (L1) of more than one responsive bidder(s) are same, then in such event the tender quantity shall be awarded in equalproportion.

However, for timely completion of project, OSIC may distribute the order among the bidders (maximum three) at L1 rate. In case of distributing between two bidders, the ratio shall be 70% (L1) : 30% (L2) or the quantity offered / quoted by the bidders whichever is less. Similarly in case of distributing among 3 bidders, the ratio shall be 50% (L1) : 30% (L2) : 20%(L3). In case L2 or L3 bidders does not agree to match the L1 prices, negotiation can be held with other techno-commercially responsive L4, L5 …… bidders in sequence to match L1 price (Landed Cost).

CONTACTINGOSIC: From the time of Bid opening to the time of contract award, if any Bidder wishes to contact OSIC on any matter related

to the Bid, he should do so inwriting. Any effort by a Bidder to influence the OSIC and / or in the OSIC’s decisions in respect of Bid evaluation, Bid

comparison or Contract of Award will result in the rejection of the Bidder’sBid. CESU’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS OR TO RELAX ANY TERMS ANDCONDITIONS:

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

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

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

OSIC’S RIGHT TO VARYQUANTITIES: The Purchaser reserves the right to increase the quantity up 100% of tendered quantity without any change in terms and conditions at the time of placing the orders or at any stage during implementation of the project executed under thiscontract.

Page 15: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 15 -

LETTER OF INTENT / NOTIFICATION OFAWARD: The letter of intent / Notification of Award shall be issued to the successful Bidder(s) whose bid(s) have been

considered responsive, techno-commercially acceptable and evaluated to be the Lowest (L1). The successful Bidder shall be required to furnish a letter of acceptance within 7 days of issue of the letter of intent / Notification of Award byCESU. PERFORMANCESECURITY:

Within 30 days of the receipt of Notification of Award / Letter of Intent from CESU, the successful Bidder shall furnish the Performance Security in the form of Bank Guarantee executed on non-judicial stamp paper worth Rs.100/- (Rupees One hundred only) issued by a Scheduled/Nationalized Bank in favour of CESU encashable at Bhubaneswar only for an amount of 10% (ten percent) of the Contract Price (Full Order value) inaccordancewiththeGeneralConditionsofContractinthePerformanceSecurityFormprovidedinSection –V of Bidding Documents. The Bank Guarantee shall be valid for a period not less than 90 days over and above the guarantee. Initially the above Performance BG submitted by the supplier should be valid for atleast 72 months considering the scheduled last date of delivery. If the materials are not delivered within the schedule date of delivery, then the Performance Bank Guarantee shall be extended accordingly, considering the actual last date of delivery of all order materials atdepartmentalstore.ThesaidextendedBGshallbesubmittedfornecessaryconfirmation&approval. CORRUPT OR FRAUDULENTPRACTICE:

CESU requires that the Bidders observe the highest standard of ethics during the procurement and execution of the Project. In pursuance of this policy,CESU: a) Defines, for the purposes of this provision, the terms set forth below asfollows:

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

ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the CESU, and includes collusive practice amount Bidders (prior to or after Bid submission ) designed to establish Bid prices at artificial non- competitive levels and to deprive the CESU of the benefits of free and opencompetition.

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

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

Furthermore,BiddersshallbeawareoftheprovisionstatedintheGeneralTermsandConditionsofContract. 29.0 LITIGATION HISTORY:

The Bidder should provide accurate information on any litigation or arbitration resulting on contracts completed or under execution by him over the last three (3) years. A consistent history of awards involving litigation against the Bidder or any Partner of a consortium may result in disqualification ofBid.

Page 16: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 16 -

SECTION-III

GENERAL TERMS & CONDITIONS OF CONTRACTS (GTCC)

Page 17: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 17 -

GENERAL TERMS AND CONDITIONS (For supply of Transformers)

General Instruction All the Bids shall be prepared and submitted in accordance with theseinstructions. Bidder shall bear all costs associated with the preparation and delivery of its Bid, and the Purchaser will in no

case shall be responsible or liable for thesecosts. The Bid should be submitted by the Bidder in the name the bid document has been originally issued and under no

circumstances it shall be transferred / sold to the otherparty. The Purchaser reserves the right to request for any additional information and also reserves the right to reject the

proposal of any Bidder, if in the opinion of the Purchaser, the data in support of Tender requirement is incomplete.

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

2.0 Scope of Proposal : The scope of this specification calls for supply in accordance with the technical specifications covering design, engineering, manufacturing and supply of Transformers as mentioned in the schedule of requirements of IFB, at Store Sub-division, Bhubaneswar / Choudwar ofCESU. The bidders are required to tender for the full quantity of material( for any one current & voltage rating or more ). Offers for reduced quantity for any size of Transformers would be rejected outright.

3.0 Qualifying Criteria for Bidders:- 1. The bidder should be a manufacturer of ISI Marked Transformers for which he submits his offer.The required type

tests must have been carried out not later than 5 years before the date of opening of bids. The bids shall accompany self attested copies of such type test reports conducted at Central Power Research Institute /ERDA. Bids without valid Type Test Report shall be rejectedoutright.

2. The bidders should posses valid License from BureuOf Standards to manufacture ISI Marked Transformers as an evidence as a manufacturer of ISI Marked Transformers. . The bids should accompany a self-attested copy of valid B.I.S License failing which the bids may be treatednon-responsive.

3. All bids should accompany bid security ( EMD ) for amounts mentioned at clause 4, Section – 1 of this specification in the form of crossed Bank Draft / Pay order drawn from a Scheduled Bank in favour of CESU, Bhubaneswar encashable at Bhubaneswar . Bids without EMD shall be rejectedoutright.

4. The Bidder have toquotefull tendered quantity of ISI Marked Transformers covered under this specification, they chose to quote/offer. The bidder should have supplied ISI Marked Transformers of same size or highersizes / voltage rating minimum 50% of the quoted/offered quantity during any one of the financial year out of the immediate past three financial year or Current Financial Year. Bidders shall submit self attested copies of P.O.’s executed successfully for the relevant years and abstract there of( as per Annexure-VIII) to prove the quantity as supplied.

5. The bid shall be accompanied by self attested copies of performance certificate / Successful contract completion certificates from any Electricity Distribution Company, State or Central PSUs in support of satisfactory performance of their supplied transformers for at least 1 year from the date of commissioning within a period of last 5 years.

6. The bidders should give offer for the full quantity of tendered items, in which they participate. Offers for reduced quantity or covering a portion of the items would be out rightly rejected. However the offers with item/items with full quantities only shall be considered.

7. The minimum average annual Turn over of the intending bidder during last three financial year should not be less thantheamountsspecifiedatclause6.1.2,Section–1,InstructiontotheBidders(ITB)ofthisspecification.

Page 18: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 18 -

4.0 Earnest Money Deposit (EMD) : The Tender must be accompanied by Earnest Money Deposit for amounts mentioned at clause 4, Section – 1 of this specification in shape of Demand Draft drawn from any Scheduled Bank in favour of CESU, Bhubaneswar payable at Bhubaneswar. Bids without EMD will be rejected out right. No adjustment of any previous deposit will be entertained. Local SSI units located in the State of Odisha having valid registration in DIC/NSIC may avail exemption on Tender Cost & EMD as provided under Clause 4.0 of Section – I of this Tender Specification. The EMD shall be forfeited in case of refusal to accept LOA or non execution of supplyorders.

Submission of Bid(s) Bidders are required to submit their bids in duplicate on two part bidding basis i.ePart 1 Bid Document for

Techno Commercial Bid & Part II Bid Document for Price Bid in followingmanner. (a) The Part I bid document set shall comprise of thefollowing

(i) Guaranteed Technical Particulars (as per annexure-IV) is to be filled in & signed in each page by the bidder.

(ii) Abstract of General Terms & Condition (as per annexure-I), Declaration Form (as per annexure-II) & Non-Compliance Schedule (as per annexure-VI (A) & VI (B)) is to be filled in & signed in each page by the bidder.

(iii) Copy of this bid document duly signed by the bidder in eachpage. (iv) Details of previous P.O executed by the bidder during the last 5 (five) years in the format duly signed in

ink as in Annexure-VIII.(Self attested Copies of P.Os, successfully executed by the bidder must be enclosed along with thisAnnexure)

(v) Self attested copies of certificate on performance of ISI Marked Transformers from the buyers for the ISI Marked Transformers supplied earlier by thebidder.

(vi) Self attested copies of type test reports of materials tendered carried out within last 5 (five)years. (vii) Self attested copy of presently valid license for use of ISI mark on ISI Marked Transformer offered for

supply. (viii) Brief details of quality assurance procedures followed for manufacture of tenderedproducts. (ix) Bid Security ( EMD Draft) shall be kept in a separate sealed envelope duly superscribed “ Bid security

for Tender Specification No.”CESU/36/ Transformer/2019-20” to be opened onDt.:08.08.19. (x) Self attested copies of audited profit & loss Account for best 3 years out of last fiveyears. (xi) Self attested copies of Valid ITCC & GSTIN are to befurnished. (xii) Original Bank draft amounting Rs.16, 800.00 towards the cost of TenderDocuments.

The documents as in (i) to (xii) above shall be kept in an envelope super scribed there on “ Original Part – I Bid (i.e Techno-Commercial Bid document with EMD inside) for Bid specification No . CESU/362/ Transformers /2019-20 to be opened onDt.08.08.2019”

b) Self attested copies of all the documents as contained under clause (a) above shall be placed in another sealed envelope super scribed as “ Duplicate Part – I Bid documents ( Techno-commercial ) for Bid Specification No. CESU/362/ Transformers /2019-20.

(b)Part II Bid (Price Bid) Price bid in duplicate in separate sealed envelope with superscription “ price bid against bid specification No. CESU/362/ Transformers /2019-20NOT TO BE OPENED on Dt.08.08.2019”

One copy of original bid as above but excluding price bid, bid security shall beplaced in another envelope duly sealed and superscribed there on “ Duplicate copy of Bid ”.

The original and duplicate bids may be placed in another envelope and submitted to the designated officer of CESU. BidValidity:

The offer shall be valid for a period not less than 180 days from the date of opening. Telegraphic tenders will not be accepted.

Receipt and opening of theTender: Tenders in duplicate as described under Clause – 3 shall be received in the office of the CGM (Tech.), Central Electricity Supply Utility of Odisha, Head Office - IDCO Towers (IInd Floor) , Bhubaneswar - 751022 and shall be opened on the scheduled date and time as specified at Section – I of IFB (Information to the bidders) in presence of bidders or their authorized representatives who may wish to bepresent.

Page 19: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 19 -

6.0 Price :-

The price quoted shall be firm and shall be on FOR destination store at Bhubaneswar / Choudwar of CESU. Quoted price shall be indicated both in words and figures. No over writing will be allowed. In case of any discrepancy the price written in words shall be treated as final. The break up Price such as Basic Price, G.S.T. Transit Insurance, Freight, Packing & Forwarding shall be clearly mentioned in the bid as per the Prescribed Price Schedule as at Annexure - V. Another copy of original bid as described above but excluding Bid security and price bid shall be placed in another sealed envelope with appropriate superscription. Both the original and copy of bid as described above shall be furnished to the designated officer keeping the two envelopes inside anotherenvelope

EvaluationProcess:- After opening of part-I bids, responsive bidders will be identified considering bidder’s compliance to the qualification criteria besides assessing their capability to manufacture and deliver the required goods. Price bids of only responsive bidders will be opened and price comparison will be carried out. Final vendor selection will be done on the basis of lowest competitive price of Transformers and must be economical to the purchaser. For price comparison purpose conditional rebates/ discounts offered for Transformers shall not be taken into account. But while placing orders the purchaser will avail this offered facility ifany.

AWARD OFCONTRACT In normal circumstances the Purchaser will generally award the Contract to the successful Bidder whose Bid has been determined to be the lowest evaluated responsive Bid, provided further that the Bidder has been determined to be qualified to perform the Contract satisfactorily. However for sensitive items, to have better reliability in supply, the Purchaser at its option/ discretion may split the total quantity to be supplied between two or more Techno- Commercially responsive Bidders in followingmanner. In case of splitting of Order between two responsive bidders, total order quantity may be distributed in 70 : 30 ratio between L1 & L2 bidders provided the L2 bidder agrees to match the evaluated unit landing price in either of following ways, which ever islower. i) Unit landing Price of L1 bidder provided the applicable Tax Rate is same for both the bidders.OR ii) The Ex-Works Price of L1 bidder with Tax Rate as applicable to L2 bidder. techno-commercially

responsive L3, L4, L5 ---- bidders in sequence, to supplyat unit landing Price as mentioned above. CONTACTING THEPURCHASER

From the time of Bid opening to the time of contract award, if any Bidder wishes to contact the Purchaser on any matter related to the Bid, he should do so inwriting. Any effort by a Bidder to influence the Purchaser and / or in the Purchaser’s decisions in respect of Bid evaluation, Bid comparison or Contract of Award, will result in the rejection of the Bidder’sBid.

8.0 Submission of Contract Performance Bank Guarantee :- A Contract Performance Bank Guarantee (CPBG) drawn in favour of CESU and encashable at

Bhubaneswar as per the Performa enclosed for 10% (Ten percent) of the total value of the purchase order should be furnished from a Nationalised / Scheduled Bank, in favour of Central Electricity Supply Utility of Odisha, Bhubaneswar, within 30 days of issue of the Purchase Order as provided under clause 27.1 of Section II of this TenderDocument.

9.0 DESPATCH OF MATERIALS : After receipt of successful inspection reports as above & approval of the same, the dispatch instruction shall

be issued by theundersigned.

The materials shall be dispatched by the supplier to the consignee indicated in the dispatch instruction. The consignment of the dispatched materials shall be accepted at the designated CESU Stores after due physical verification observing departmental formalities.

Page 20: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 20 -

However in case of any future discrepancy regarding the quality of materials delivered during guarantee period,

the purchaser reserves the right to test the samples of the transformer supplied, at CPRI or any Govt. testing Laboratory. In such case the results of the testing laboratory shall be binding to both theparties.

delivery before the schedule date would be welcome. 10.0 Rejection of materials:-

In the event of the materials supplied by the supplier are found defective in quality and the workmanship is poor or otherwise not in conformity with the requirements of the contract specification, the Purchaser shall either reject the materials or advise the suppliers in writing to rectify the defects where possible. The suppliers on receipt of such notification shall either rectify or replace the defective materials free of cost to the purchaser. If the suppliers fail to comply purchaser may at hisoption.

A) Replace or rectify such defective materials and recover the extra cost so involved plus 15% from the suppliers. B) Terminate the contract for balance supply with enforcement of penalty as percontract. C) Accept the defective materials at reduced prices to be fixed exclusively by thepurchaser. D) The supplier shall take back rejected good at his own cost and responsibility when asked upon by the purchaser within the stipulated period. 11.0 Guarantee Period:-

The material covered by this specification should be guaranteed for satisfactory operation against defects in design and workmanship for a period of at least 66 months from the date of supply or 60 months from the date of use/operation which ever isearlier.

The above guarantee certificate shall be furnished in triplicate to the Purchaser for approval. Any defects noticed during the above period should be rectified by the supplier free of cost to the purchaser provided such defects are due to faulty design, bad workmanship or bad materials used on receipt of written notice from the Purchaser. The term date of supply used in this case shall mean the date of receipt and verification there to by the consignee of theowner.

12.0 Penalty for delay in completion of Delivery:-

If the supplier shall fail to deliver the materials within the delivery schedule specified in the contract or any extension granted thereby, the supplier shall be liable for payment of penalty amounting to 0.5 % (half percent) of the contract price of undelivered good per week subject to the maximum of 5 % ( five percentage ) of the total contract price and subject to force majeure conditions.

13.0 Terms of Payment

100 % value of each consignment will be paid within 30 days of receipt of materials in good conditions at stores/ desired destination and verification there of subject to approval of the Guarantee certificates & Test Certificates, and Submission and approval of the required Performance Bank Guarantee at the rate of 10% (ten percent) of the Total Contract price on non-judicial stamp paper worth Rs.100/- in the prescribed format from a Nationalized/ScheduledBankencashableatBhubaneswaronlyvalidfor90daysoverandabovetheGuaranteeperiod.

Else, An equivalent amount of 10% of the total contract price shall be deducted from the payment made for the first Consignment and the same amount shall be released after submission and approval of the PBG amounting 10% of the total contract price or expiry of the Guarantee Period whichever is earlier. 14.0 Purchaser’s Rights:-

The purchaser reserves the right to accept any bid or reject any or all bids or cancel / withdraw invitation of bid / relax any qualifying norms without assigning any reason to such decision. Such decision by the purchaser shall bear noliability.

Page 21: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 21 -

15.0 FORCEMAJEURE (i) Force majeure is herein defined as any cause which is beyond the control of the

Contractor or the Owner as the may be, which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affects the performance of the contract, suchas:

a. Natural phenomena, including but not limited to floods, droughts, earthquakes and epidemics;

b. Acts of any Government, domestic or foreign, including but not limited to war, declared or undeclared, priorities, guarantees,embargoes. Provided either party shall within fifteen (15) days from the occurrence of such a cause notify the other in writing of such causes.

(ii) The Contractor or the Owner shall not be liable for delays in performing his obligations resulting from any force majeure cause as referred to and/or definedabove. The date of completion will, subject to hereinafter provided, be extended by a reasonable time even though such cause may occur after Contractor’s performance of obligation has been delayed due to othercauses.

DISPUTE RESOLUTION ANDJURISDICTION:

(i) Any Disputes arising out of this contract shall be referred to the CEO, CESU who shall decide the case as soleArbitrator.

(ii) For the purpose of dispute resolution, this agreement shall be governed by the provision of Arbitration and ConciliationAct,1996.

(iii) All disputes shall be subjected to exclusive jurisdiction of the Courts at Bhubaneswar and the writ jurisdiction of Hon’ble High Court of Odisha atCuttack.

Page 22: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 22 -

SPECIFICATION No. CESU/ P&S/ Transformer / 362/ 2019-20

SECTION-IV

TECHNICAL SPECIFICATION

Page 23: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 23 -

SECTION-IV

TECHNICAL SPECIFICATION OF 16KVA 11/0.250KV, 25 KVA, 63KVA, 100 KVA, 250 KVA & 500 KVA 11/0.433 KV

DISTRIBUTION TRANSFORMER, 100KVA 33/ 0.433KV STATION TRANSFORMER & 1000KVA, 33/ 0.433KV POWER TRANSFORMER OF BIS ENERGY LEVEL-II RATING.

PART 1: GENERAL 1. SCOPE

The specification covers the design, engineering, manufacture, stage inspection, testing, pre-delivery inspection, supply, delivery, loading, unloading and performance requirements of non-sealed type distribution transformers for outdoor use in the networks of CESU. The transformers shall be double wound, three phase, CRGO oil immersed with ONAN cooling with Oil filled up to maximum permissible level. The ratings required under this specification are 16KVA -11/0.250KV, 25 KVA, 63 KVA, 100KVA & 250KVA,11/0.433KV with Aluminum windings and 500KVA,11/0.433KV,100KVA, 1000KVA, 33/0.433KV with copperwindings.

The equipment offered should have been successfully type tested within five years from date of tender and the designs should have been in satisfactory operation for a period not less than three years as on the date of bid opening. Compliance shall be demonstrated by submitting with the bid, (i) authenticated copies of the type test reports and (ii) performance certificates from the users, specifically from Central Govt./ State Govt. or their undertakings.

The scope of supply should also include the provision of type test. The C.G.M., Purchase& Stores reserves the right to waive type tests as indicated in the section on Quality Assurance, Inspection and Testing in this specification for meeting the urgent requirement towards permanent restoration in FANI damage.

The transformer shall conform in all respects to highest standards of engineering, design, workmanship, this specification and the latest revisions of relevant standards at the time of offer and the Purchaser shall have the power to reject anywork or material, which, in his judgment, is not in full accordance therewith.

2. CODES &STANDARDS

Except where modified by this specification, the transformers shall be designed, manufactured and tested in accordance with the latest editions of the following standards. The Bidder may propose alternative standards, provided it is demonstrated that they give a degree of quality and performance equivalent to or better than the referenced standards. Whether to accept or reject any alternative standard shall be adjudged by the Purchaser. The Bidder shall furnish a copy of the alternative standard proposed along with the bid. If the alternative standard is in a language other than English, an English translation shall be submitted with the standard. In the case of conflict the order of precedence shall be 1) IEC or ISO Standards, 2) Indian Standards, 3) other alternative standards.

IEC/ISO Indian Standard Subject

IEC 71 Insulation Coordination

IEC 76 IS 2026 Power Transformers. IS1180 (Part 1):2014

(LatestAmendments) Outdoor Three Phase Distribution Transformers up to 2500 KVA, 11/ 0.433 KV, Non- Sealed Type.

IEC 137 IS 2099 Bushing for Alternating Voltages above 1000V.

IEC 156 Method of determining Electric Strength of Insulating Oils.

IEC 296 IS 335 Specification for Unused Mineral Insulating Oils for Transformers and Switchgear.

IS 6792

Method of determination of electric strength of insulating oils.

IEC 354 IS 6600 Loading Guide for oil immersed Transformers

IEC 437 Radio Influence Voltage Measurement.

Page 24: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 24 -

IEC 551 Determination of Transformer and Reactor Sound Levels.

IEC 616 Terminal and Tapping markings for power transformers.

IEC 722 Guide to the Lightning and Switching impulse testing of

Power Transformers and Reactors. ISO 1460/BS 729

Galvanizing

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

3. SERVICECONDITIONS

The service conditions shall be as follows:

i) Maximum altitude above sea level 1,000m ii) Maximum ambient air temperature 50° C iii) Maximum daily average ambient air temperature 40° C iv) Minimum ambient air temperature -5° C v) Maximum temperature attainable by an object exposed to the sun 60 ° C vi) Maximum yearly weighted average ambient temperature 32° C vii) Maximum relative humidity 100% viii) Average number of thunderstorm days per annum (isokeraunic level) 70 ix) Average number of rainy days per annum 120 x) Average annual rainfall 1500 mm xi) Maximum wind pressure 260Kg / m2

Environmentally, the region where the equipment will be installed includes coastal areas, subject to high relative humidity, which can give rise to condensation. Onshore winds will frequently be salt laden. On occasions, the combination of salt and condensation may create pollution conditions for outdoor insulators.

Therefore, outdoor material and equipment shall be designed and protected for use in exposed, heavily polluted, salty, corrosive, tropical and humid coastalatmosphere.

4. SYSTEMCONDITIONS:

The equipment shall be suitable for installation in supply systems of the following characteristics.

i) Frequency 50 Hz ± 5% ii)

Nominal system voltages

11 KV System 33KV System

11 KV 33KV

LV System 250V – ( for 16 KVA) 433 V

iii)

Minimum LV voltage

(NEC) 392 V

LV System 275V – ( for 16 KVA) 476 V

iv) Maximum system voltages 11 KV System 33KV System

12KV 36KV

v) Nominal short circuit apparent power of the system

11 KV System 33KV System 500 MVA (IS: 2026)

vi) Insulation levels : 1.2/50 µ sec impulse withstand

11 KV System 33KV System

(As Per IS1180 (Part1): 2014) Latest Revision

vii)

Power frequency one minute withstand (wet and dry)

11 KV System 33KVSystem

28 KV (rms) 70KV(rms)

LV System 3 KV (rms)

viii) Neutral earthing arrangements : LV System Solidly earthed

Page 25: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 25 -

5. TECHNICALSPECIFICATION

SPECIFIC TECHNICAL REQUIREMENTS 1 Rated KVA (ONAN rating) 16KVA - 11/0.250KV and

25KVA,63 KVA 100KVA, 250KVA - 11/0.433KV (Aluminum Wound) (Energy Efficiency Level2)

500KVA- 11/0.433 KV, 100KVA, 1000KVA - 33/0.433KV (Copper Wound) (Energy Efficiency Level2)

2 No. of phases 16 KVA-1 phase & 3 Phase for others Transformers.

3 Type of installation Outdoor 4 Frequency 50 Hz (± 5% ) 5 Cooling medium Insulating Oil (ONAN) 6 Type of mounting On Channels. 7 Rated voltage

a) High voltage winding 11 KV & 33KV b) Low voltage winding 0.250KV & 0.433 KV

8 Highest continuous system voltage

a) Maximum system voltage ratio (HV / LV ) 12 KV& 36 KV /0.275KV & 0.476 KV b) Rated voltage ratio (HV / LV ) 11 KV & 33KV / 0.250KV & 0.433 KV

9 No. of windings Two winding Transformers 10 Type of cooling ONAN ( Oil natural / Air natural ) 11 KVA Rating corresponding to ONAN

coolingsystem 100%

12 Method of connection:

a) HV: Delta for all & Series for 16KVA

b) LV: Star for all & Series or Parallel :-16KVA 13 Connection symbol Dyn 11:- 3 Phase

14 System earthing Neutral of LV side to be solidly earthed. 15 Percentage impedance voltage on normal tap

and KVA base at 750 C corresponding to HV/ LV rating and applicable tolerances :

As per IS 1180(Part 1) 2014 (No negative tolerance will be allowed)

16 Intended regular cyclic overloading of windings

As per IEC –76-1, Clause 4.2

17 a) Anticipated unbalanced loading Around 10%

b) Anticipated continuous loading of windings (HV / LV)

110 % of rated current

18 a) Type of tap changer 16KVA to 100KVA, Not Required 250KVA, 500KVA, 11/0.433KV OFF LOAD TAP SWITCH 100KVA, 1000KVA 33/0.433KV- OFF LOAD TAP SWITCH

Page 26: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 26 -

b) Range of taping +2.5% to -7.50% in steps of 2.50%variation for 100KVA,33/0.433KV +5.00% to -10.00% in steps of 2.50% variation for all rating Trf.

19 Neutral terminal to be brought out On LV side only

20 Over Voltage operating capability and duration

112.5 % of rated voltage ( continuous )

21 Maximum Flux Density in any part of the core and yoke at +112.5% rated voltage and system frequency of 50 HZ

1.9 Tesla

22 Insulation levels for windings :-

a) 1.2 / 50 microsecond wave shape Impulse withstand (KVP)

As per IS1180(Part 1) :2014 Latest Revision

b) Power frequency voltage withstand (KV- rms) HV: 28 & 70 LV: 03

23 Type of winding insulation

a) HV winding DPC

b) LV winding DPC

24 Withstand time for three phase short circuit 2 Seconds

25 Noise level at rated voltage and frequency As per NEMA Publication No. TR-1.

26 Permissible Temperature Rise over ambient temperature of 500C

a) Of top oil measured by thermometer. 350C up to 100KVA & 400C up to 1000KVA

b) Of winding measured by resistance. 400 C up to 100KVA & 450C up to 1000KVA

27 Minimum HV clearances in air (mm) :-

a) Phase to Phase 280:-11KV 350:-33KV

b) Phase to ground 140:-11KV 320:-33KV

28 Bushings & Terminals

a) HV winding line end 12 KV & 36KVoil filled porcelain type of bushings(Antifog type )

b) LV winding 0.4 KV porcelain type of bushing (Antifog type)

29 Insulation level of bushing HV LV a) Lightning Impulse withstand (KVP) AsPerIS1180 NA

Latest Revision b) 1 Minute Power Frequency withstand voltage

(KV –rms ) 28KV-11KV 3KV

75KV-33KV 3KV

c) Creepage distance (mm) (minimum) 25 mm/ KV

Page 27: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 27 -

30 Material of HV & LV Conductor EC grade Aluminum- 16,25,63,100&250KVA EC grade Copper-500KVA,11/0.433KV & 100KVA,1000KVA,33/0.433KV

31 Maximum current density for HV and LV winding for rated current

1.4 Amp/ mm2 .forAlluminium. & 2.4A/mm2 for Copper

33 Core Assembly Boltless type

34 Maximum permissible Total losses at 50% Load,100% Load and % Impendence at rated current, rated frequency at 750C as per Energy Efficiency Level-II rated Transformer of the Bureau of Energy Efficiency:

Transformer

rating % Impendence

(Maximum)

Max. losses at 50% load (Watts).

Max. losses at 100% load (Watts).

a) 16KVA:-1 Phase 4.00(+10.0%) 82 224 b) 25KVA:-3 Phase 4.50(+10.0%) 190 635 c) 63KVA-3Phase 4.50(+10.0%) 340 1140 d) 100KVA-3Phase 4.50(+10.0%) 475 1650 e) 250 KVA-3 Phase 4.50(+10.0%) 980 2930 f) 500KVA-3 Phase 4.50(+10.0%) 1510 4300 g) 100KVA-

3Phase,33/0.433 KV 4.50(+10.0%) 510 1775

h) 1000KVA-3 Phase,33/0.433 KV

5.00(+10.0%) 3000 8280

6. TYPE OFTRANSFORMER

The transformers shall be of core type construction, double wound, single phase, three phase, oil immersed, 11/0.250KV,11/0.433KV & 33/0.433KV, 50 Hz with natural oil and air cooling (ONAN) to be used as step down transformers for out door use. The design of the tank, fittings, bushings, etc shall be such that it will not be necessary to keep the transformer energised to prevent deterioration as the transformers may be held in reserve, outdoors, for manyyears.

7. PERFORMANCE, CAPACITY AND SHORT CIRCUITRATINGS

The following ratings are covered under this specification 16

KVA, 11/0.250 KV, Aluminumwound

25 KVA, 11/0.433 KV, Aluminum wound

63 KVA, 11/0.433 KV, Aluminum wound

100KVA, 11/0.433KV, Aluminum wound

250 KVA, 11/0.433 KV, Aluminum wound

500KVA, 11/0.433KV, Copper wound

100KVA, 33/0.433KV, Copper wound

1000KVA, 33/0.433KV, Copper wound

The transformer shall be capable of supplying a continuous load equal to its KVA rating, under the following conditions:

Continuous steady load;

Design at maximum ambient air temperature of 500C;

400 C average winding temperature rise and 350C top oil temperature rise for conventional breathing transformers up to 100 KVA rating and 450 C average winding temperature rise and 400C top oil

Page 28: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 28 -

temperature rise for conventional breathing transformers above 100 KVA ie for 250 KVA,500 KVA &1000KVA.

The transformer may be overloaded during emergency up to 150% of its continuous rating in accordance with IEC Publication 354 or IS: 6600. Bushings and other current-carrying parts shall also be designed for thiscondition.

The transformer shall be capable of withstanding for two seconds without damage to any external short circuit, with the short circuit MVA available at the terminals of either winding with rated voltage on the other winding. If short circuit tests have been carried out on the particular design of transformer offered, the test results shall be supplied with thebid.

The thermal ability to withstand short circuit shall be demonstrated bycalculation.

The transformer shall be capable of withstanding the thermal and dynamic effects of short circuits, as specified in IEC 76-5 or IS: 2026: Ability to withstand shortcircuits.

Maximum Flux Density in any part of the core and yoke at rated voltage and frequency shall be such that the flux density with +12.5% combined voltage and frequency variation from rated voltage and frequency shall not exceed 1.9Tesla.

8. VOLTAGERATIO:-

The transformers shall have the followingratio:-

The nominal voltage ratio shall be 11,000/ 250 V for 16KVA Transformer

The nominal voltage ratio shall be 11,000/433 Volt for 25KVA, 63 KVA, 100KVA, 250KVA, transformers;

The nominal voltage ratio shall be 33,000/ 433 V for 100KVA & 1000KVA transformers;

Tolerance on the voltage ratio shall be ± 0.5%.

For transformers up to 100 KVA, 11/0.433 KV no tap changer is required.

The bidder shall state in the technical schedule, the percentage regulation at full load, power factor 1.0 and at full load, power factor 0.85 lagging. Transformers shall be suitable for parallel operation with each other.

9. PERCENTAGEIMPEDANCE

The Percentage of Impedance at 75 0 C shall be 4.0+10% for16KVA, 11/0.250KV and 4.5+10% for 25 KVA, 63KVA, 100 KVA, 250 KVA 500 KVA & 5.0+10% for 1000KVA Transformers. No negative tolerance on percentage Impedance isallowed.

10. LOSSES

The Total losses shall not exceed the values given below:-

KVA Rating Maximum losses at 50% loading (Watts)

Maximum losses at 100% loading (Watts)

16KVA,11/0.250KV 82 224 25KVA,11/0.433KV 190 635 63KVA,11/0.433KV 340 1140 100KVA,11/0.433KV 475 1650 250KVA,11/0.433KV 980 2930 500KVA,11/0.433KV 1510 4300 100KVA,33/0.433KV 510 1775 1000KVA,33/0.433KV 3000 8280

The above losses are maximum allowable and there should not be any positivetolerance.

The offered transformer(s) should have been type-tested at CPRI/ ERDA. The bid shall be accompanied with type-test reports (short circuit test and Impulse test) conducted at Central Power Research Institute / ERDA for the offered transformers withinfive

Page 29: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 29 -

years from date of tender. The short circuit test report(s) must contain the measured no load loss and load loss, determined byCPRI/ERDA.

In case of any doubts, CESU reserves the right to verify the original type test reports of CPRI/ERDA or ask the supplier to conduct the type tests at CPRI/ ERDA at his (supplier’s) cost for re-confirmation of the test results particularly no load losses, load losses and percentage impedance.

If the bidder quotes lower values of losses than the CPRI’s measured losses, he has to prove the same by conducting the Impulse & short Circuit tests at CPRI/ ERDA along with measurement of no load losses and load losses at his own cost in presence of CESU’ s authorized representative without any financial liability toCESU.

However, if the loss figures will exceed the stipulated values as per specification, the transformer(s) shall be out rightlyrejected.

11. VECTORGROUP

The transformers shall be connected delta-star for 3-phase , in accordance with vector group reference Dyn11 of IEC - 76/ IS -2026.

The LV neutral shall be brought out to a terminal bushing, which shall be identical to the phase bushings in allrespects.

12. LOSSES

Transformers would be out rightly rejected if losses exceed the values indicated at clause-10above.

13. FLUXDENSITY

Maximum Flux Density in any part of the core and yoke at rated voltage and frequency shall be such that the flux density with +12.5% combined voltage and frequency variation from rated voltage and frequency shall not exceed 1.9Tesla.

14. INSULATIONLEVELS

The insulation levels as defined in IEC 76-C/ IS: 2026 Insulation levels and dielectric test shall apply as per Table 2:

Table 2 : Transformer insulation level

HV Winding (33/11KV)

LV Winding

Basic Impulse voltage Level (KVp) (1.2/50 micro. sec. Wave) 170/75 Not Applicable

Power Frequency voltage withstand level, Wet and Dry (KV) 70/28 3

Bushings and terminals shall be adequate for the winding insulation tests and shall flash over externally before puncture or internal failure canoccur.

15. NOISELEVEL

The average noise level of the transformers shall not exceed 51db. The measurement shall be carried out in accordance with IEC 551 at a distance of 300mm from the envelope of the transformer.

16. RADIO INFLUENCEVOLTAGE

The maximum radio influence voltage shall be 250µ V, measured as specified in IEC 437.

17. CORE ANDWINDINGS

Core

Stage level inspection for core construction shall be carried out by theowner.

Each lamination shall be insulated such that it will not deteriorate due to mechanical pressure and the action of hot transformeroil.

Page 30: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 30 -

The core shall be constructed from high grade, non-ageing, Cold Rolled Grain Oriented (CRGO) silicon steel laminations only. No other core materials shall be entertained. Bidders are requested to note that only PRIME CORE materials are to be used. In no case, second grade core material is to be used. The purchaser at his discretion, may select samples from the core laminations and get the same tested in CPRI/ Approved National Govt. Laboratory to prove the quality of the corematerial.

For the above purpose, the supplier shall have to offer every batch of core laminations received from his Sub-Vendor along with Invoice of the sub-vendor, Mills test certificate, packing list, Bill of landing, Bill of entry certificate to customs etc. towards proof of prime core materials for verification by the Purchaser’s representative without any cost to the Purchaser. Besides, the contractor must mention in his bid about the type of CRGO laminations to be utilized for the offered transformers along with a copy of the specific core loss curve at different fluxdensities.

Core materials should be directly procured either from the manufacturer or through their accredited marketing organization of repute, but not through anyagent.

The core and winding shall be capable of withstanding shocks during transport, installation and service. Provision shall be made to prevent movement of the core and windings relative to the tank during these conditions and also during short circuits.

The design shall avoid the presence of pockets which would prevent the complete emptying of the tank through the drain valve. The core material offered in the tender to be checked for its correctness before core coil assembly. For this, the tenderer must ask forcore and coil inspection before its tanking.

The laminations shall be free of all burrs and sharp projections. Each sheet shall have an insulting coating resistant to the action of hotoil.

The insulation structure for the core to bolts and core to clamp plates, shall be such as to withstand 2000 V DC voltage for oneminute.

The completed core and coil shall be so assembled that the axis and the plane of the outer surface of the core assemble shall not deviate from the vertical plane by more than25mm.

All steel sections used for supporting the core shall be thoroughly shot or sand blasted, after cutting, drilling and welding.

The finally assembled core with all the clamping structures shall be free from deformation and shall not vibrate during operation.

The core clamping structure shall be designed to minimize eddy current loss. The

framework and clamping arrangements shall be securelyearthed.

The core shall be carefully assembled and rigidly clamped to ensure adequate mechanicalstrength.

Oil ducts shall be provided, where necessary, to ensure adequate cooling inside the core. The welding structure and major insulation shall not obstruct the free flow of oil through suchducts.

The design of magnetic circuit shall be such as to avoid static discharges, development of short circuit paths within itself or to the earth clamping structure and production of flux component at right angle to the plane of the lamination, which may cause local heating. The supporting framework of the cores shall be so designed as to avoid the presence of pockets, which would prevent complete emptying of the tank through the drain valve or cause trapping of air duringfilling.

The construction is to be of boltless core type. The core shall be provided with lugs suitable for lifting the complete core and coil assembly. The core and coil assembly shall be so fixed in the tank that shifting will not occur during transport or shortcircuits.

All internal metal parts of the transformer, with the exception of individual laminations and their individual clamping plates shall beearthed.

Page 31: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 31 -

Internal Earthing

The top clamping structure shall be connected to the tank by a copper strap. The bottom clamping structure shall be earthed by one or more the followingmethods:

a) By connection through vertical tie-rods to the top structure. b) By direct metal to metal contact with the tankbase. c) By a connection to the structure on the same side of the core as the main earth connection to the

tank.

The magnetic circuit shall be connected to the clamping structure at one point only and this shall be brought out of the top cover of the transformer tank through a suitably ratedinsulator.

Coil clamping rings of metal at earth potential shall be connected to the adjacent core clamping structure on the same side as the main earthconnections.

Windings

Winding shall be subjected to a shrinking and seasoning process, so that no further shrinkage occurs during service. Adjustable devices shall be provided for taking up possible shrinkage inservice.

All low voltage windings for use in the circular coil concentric winding shall be wound on a performed insulating cylinder for mechanical protection of the winding in handling and placing around thecore.

Winding shall not contain sharp bends which might damage the insulation or produce high dielectric stresses. No strip conductor wound on edge shall have width exceeding six times the thickness.

The winding insulation shall be free from insulating compounds which are liable to soften, ooze out, shrink or collapse. It shall be non catalytic and chemically inert in hot transformer oil during normalservice.

The stacks of windings are to receive adequate shrinkagetreatment.

The windings and connections are to be braced to withstand shocks during transport, switching, short circuit or other transientconditions.

Permanent current carrying joints in the windings and leads shall be welded or brazed. Clamping bolts for current carrying parts inside oil shall be made of oil resistant material which shall not be affected by acidity in the oil steel bolts, if used, shall be suitablytreated.

Terminals of all windings shall be brought out of the tank through bushings for external connections.

The windings shall be uniformlyinsulated and the L.V neutral points shall be insulated for full voltage.

The completed core and coil assemble shall be dried in vacuum at not more than 0.5mm of mercury absolute pressure and shall be immediately impregnated with oil after the drying process to ensure the elimination of air and moisture within the insulation. Vacuum may be applied in either vacuum over or in the transformertank.

The winding shall be so designed that all coil assembles of identical voltage ratings shall be interchangeable and field repairs to the winding can be made readily without special equipment. The coils shall have high dielectricstrength.

Coils shall be made of continuous smooth high grade electrolytic aluminium conductor for 16KVA,25KVA,63KVA,100KVA,250KVA,11/0.433KV and Copper Conductor for100KVA,1000KVA,33/0.433KV&500KVA,11/0.433KV and shaped and braced to provide for expansion and contraction due to temperaturechanges.

Page 32: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 32 -

Adequate barriers shall be provided between coils and core and between high and low voltage coil. End turn shall have additional protection against abnormal linedisturbances.

The insulation of winding shall be designed to withstand voltage stress arising from surge in transmission lines due to atmospheric or transient conditions caused by switchingetc.

Tapping shall not be brought out from inside the coil or from intermediate turns and shall be so arranged as to preserve as far as possible magnetic balance of transformer at all voltageratios.

Magnitude of impulse surges transferred from HV to LV windings by electromagnetic induction and capacitance coupling shall be limited to BIL of LVwinding.

18. BUSHINGS ANDTERMINATIONS

Bushings

Bushings shall be of the outdoor type and easily replaceable. Cemented in types will not be accepted. They shall be sufficiently robust to withstand normal transport and erection hazards and shall confirm to IEC 137 /IS 3347 and2099.

Bushings and other current-carrying parts shall also be designed for this condition. During emergency Overloading the current in the bushing parts of the below ratings will be as follows: For 100kVA, LV current: 133.33 Amps. As per clause No.7.3, LV bushing current required is = 133.33 x 1.5=199.995 Amps. So, 250Amps bushing is required which is as per IS:2099.

The following minimum 11 KV clearance shall be provided:

External (Air) for 11 KV External (Air) for 33 KV

Phase to phase 280 mm 350 mm

Phase to earth 140 mm 320 mm

All bushings shall have a minimum creepage distance of 25 mm /KV and shall have a continuous rating of200%ofthetransformerrating.Theprotectedcreepagedistanceshallnotbelessthan50%ofthetotal.

The dia of HT bushing stud should not be less than 12mm for 16KVA, 25KVA, 63KVA , 100KVA, 250KVA, 500KVA ratings, 250Amps bushing is sufficient. As per IS -3347 Part-1 upto250 Amps up to 250 Amps bushings M12 stem is required. HV Bushing stud shall be not less than 20 mm diameter for 1000KVA. The 11 KV bushings of transformers shall be provided with a bi-metallic terminal connector or suitable device to receive 35 —100 mm2 AAAC or ACSR conductordirectly.

The secondary bushings of transformers shall be as per Clause#10 of BIS 1180: Part-I 2014 and IS:3347, Part I section 2 Metals Parts. The Dia of Stud for various ratings of DTR is specified in BIS as per the rated current of respective distributionTransformer.

The secondary bushings of transformers shall be fitted with nonferrous threaded terminals of dia not less than 20 mm. With the exception of brass the terminals shall be protected from atmospheric deterioration by suitable tinning or by some other approved coating. For 250KVA rating, 630Amps bushing is required. As per IS -2099, for 630 Amps bushings M20 stem isrequired.

The terminals are to be supplied with one 16mm bolt, one conic spring washer, one matching flat washer, one nut and one lock nut for each hole in the terminal plate. For 500KVA rating, 1000Amps bushing is required. As per IS -2099, for 1000 Amps bushings M30 stem isrequired.

The terminals are to be supplied with one 16mm bolt, one conic spring washer, one matching flat washer, one nut and one lock nut for each hole in the terminal plate. For 1000KVA rating, 2000Amps bushing is required.AsperIS-2099,for2000Ampsbushings50mmdiawithPalmterminalconnectorsrequired.

Page 33: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 33 -

Bushing Labels

The HV bushings shall be labeled U, V and W and the LV bushing u, v, w and n. Marking letters shall be at least 12 mm high. The means of marking shall beeither,

? engraved metal plate;or

? etched anodizedaluminum.

Phase identification by adhesive stickers shall not be acceptable.

If labeling is to be carried out on the tank, it is preferred that one plate be used rather than individual markings for each phase, in order to prevent incorrect phasemarkings.

Labels shall conform to the requirements of the section on labels in this specification.

Earthing Terminals

All transformers shall be provided with two earthing terminals conforming to relevant Standards and M12 ISO metric bolt and nut which shall be non ferrous. It shall include a spring washer and lockwasher.

LightningArrestors 9 KV, 5KA for 11KV and 30KV, 10KA for 33KV metal oxide lightning arresters of reputed

make conforming to IS-3070 Part-III, one number per phase shall be provided.(Under the HV bushing with GI earth strip 25x4 mm connected to the body of the transformer with robust clamping arrangement). Lightening arrestors with polymer insulators in conformance with relevant IEC can also beused.

19. TANKFABRICATION

Alltransformersizes,thetankshallbeofboltedtypeconstructioninaccordancewithIS1180(Part2).

? The tank shall be at atmospheric pressure at an internal temperature of 100C; ? The tank shall be designed for an internal pressure of 100 Kg/ m2 at 500 C ambient

conditions. It shall be capable of withstanding an unlimited number of 24 hours cyclic variations of internal pressure from atmospheric to thisvalue.

? The tenderer shall state the top oil temperature at which the tank internal pressure shall reach the value of 100 kN/ m2 and the value of steady load which will result in this top oil temperature with an ambient temperature of 450C.

? Adequate space shall be provided at the bottom of the tank for collection ofsediments.

Transformer tanks of all types shall be designed so that the completed transformer can be lifted and transported without permanent deformation or oil leakage. Stiffeners provided on all the four side walls for rigidity should be so designed that there is no accumulation ofwater.

The Tank shall be of rectangular shape with round edges fabricated from tested quality mild steel plates with minimum thickness of 3.15 mm. for the side walls while top cover and the bottom plate of the tank shall have a minimum thickness of 5 mm up to 500KVA. The transformer tank and the top cover shall be designed in such a manner as to leave no external pockets in which water can log, or any internal pocket where air/ gas canaccumulate.

The Tank shall be of rectangular shape with round edges fabricated from tested quality mild steel plates with minimum thickness of 5 mm. for the side walls while top cover and the bottom plate of the tank shall have a minimum thickness of 8 mm for 1000KVA. The transformer tank and the top cover shall be designed in such a manner as to leave no external pockets in which water can log, or any internal pocket where air/ gas canaccumulate

All sealing washers / gaskets shall be made of oil and heat resistant neoprene rubber or neoprene bonded cork seals suitable for temperature as stipulated in this specification. Surfaces at gasketted joints shall be such that an even face is presented to gasket, thereby eliminating the necessity for the gasket to take up surfaceirregularities.

Page 34: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 34 -

All pipes, radiators, stiffeners or corrugations which are welded to the tank wall shall be welded externally and shall be double welded wherever possible. All welds shall be stressrelieved.

The transformer tank shall be complete with all accessories, lifting lugs etc. and shall be designed to allow the complete transformer filled with oil to be lifted by crane or jacks without risk of any damage and can be transported by Rail/ Road without straining any joints and without causing any leakage ofoil.

20. PRESSURE RELIEFDEVICE

Transformers shall be fitted with a pressure relief device in the form of explosion vent. The tenderer shall state the pressure at which it is designed to operate.

21. OIL LEVELGAUGE

Prismatic Oil level gauge indicating oil level at minimum, 30°C and maximum operating Temperature.

NOTES: Minimum and maximum positions correspond to the operating temperature of -5°C and 90°C respectively (for non-sealed type transformer).

22. CONSERVATORS ANDBREATHERS

All the transformers shall be provided with a conservator tank.

The conservator tank shall be so designed and located as to eliminate any trapping of air in the transformer or pipe work. It shall be inclined at an angle of about 5 degrees to the horizontal towards the drain plug and the pipe connecting the main tank to the conservator should project about 20 mm above the bottom of the conservator so as to create a sump for the collection of impurities. Minimum oil level corresponding to 50 C shall be well above the sumplevel.

All transformers shall be fitted with a silica gel breather of weatherproof design at a convenient height with oil seal at the bottom, draw in plug and filling holes with covers to isolate the silica gel from the atmosphere. The breather pipe should be connected at top of the conservator tank with two bends at right angles. The cover of the main tank and bushings turrets shall be provided with air release plug to enable the trapped air to bereleased.

23. PROTECTION & MEASURING DEVICES (FOR1000KVA) BuchholzRelay

A double float type Buchholz relay shall be provided., Any gas evolved in the transformer shall collect in this relay. The relay shall be provided with a test cock suitable for a flexible pipe connection for checking its operation. A copper tube shall be connected from the gas collector to a valve located about 1200 mm above ground level to facilitate sampling with the transformer in service. The device shall be provided with two electrically independent potential free contracts, one for alarm on gas accumulation and the other for tripping on sudden rise ofpressure.

Temperature Indicator Oil Temperature Indicator (OTI) & Winding Temperature indicator(WTI)

The transformers shall be provided with a micro switch contact type thermometer with 100 mm dial for top oil and winding temperatureindication.

MARSHALLING BOX( For1000KVA)

i) Sheet steel, weather, vermin and dust proof marshalling box fitted with required glands, locks, glass door, terminal Board, heater with switch, illumination lamp with switch, water-tight hinged and padlocked door of a suitable construction shall be provided with each transformer to accommodate temperature indicators, terminal blocks etc. The box shall have slopping roof and the interior and exterior painting shall be in accordance with the specification. Padlock along with duplicate keys shall be supplied for marshalling box. The degree of protection shall be IP-55 orbetter.

ii) The schematic diagram of the circuitry inside the marshalling box be prepared and fixed inside the door under a prosponesheet.

iii) The marshalling box shall accommodate the following equipment:

Terminal blocks and gland plates for incoming and outgoingcables.

Page 35: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 35 -

All the above equipments except c) shall be mounted on panels and back of panel wiring shall be used for inter-connection. The temperature indicators shall be so mounted that the dials are not more than 1600 mm from the ground level and the door (s) of the compartment(s) shall be provided with glazed window of adequate size. The transformer shall be erected on a plinth which shall be 2.5 feet above ground level.

iv) All incoming cables shall enter the kiosk from the bottom and the gland plate shall not be less than 450 mm from the base of the box. The gland plate and associated compartment shall be sealed in suitable manner to prevent the ingress of moisture from the cabletrench.

FITTINGS AND ACCESSORIES (For allrating)

The following fittings and accessories shall be provided on thetransformers:

i) Conservator with isolating valves, oil filling hole with cap and drain valve. The conservator vessel shall be filled with constant oil pressure diaphragm oil sealingsystem.

ii) Magnetic type oil level gauge (100 mm dia) with low oil level alarmcontacts.

iii) Prismatic/ toughened glass oil levelgauge.

iv) Silica gel breather with oil seal and connecting pipe complete with first fill of activated silica gel or Alumina mounted at a level of 1300 mm above groundlevel.

v) FOR 1000KVA ONLY - A double float type Buchholz relay with isolating valve. Bleeding pipe and a testing cock, the test cock shall be suitable for a flexible (pipe connection for checking its operation). A 5mm dia. Copper pipe shall be connected from the relay test cock to a valve located at a suitable height above ground level to facilitate sampling of gas with the transformer in service. Interconnection between gas collection box and relay shall also be provided. The device shall be provided with two electrically independent ungrounded contacts, one for alarm on gas accumulation and the other for tripping on sudden oil surge. These contacts shall be wired upto transformer marshalling box. The relay shall be provided with shut off valve on the conservator side aswell as on the tank side.

vii) Air release plugs in the topcover.

viii) Inspection cover, access holes with bolted covers for access to inner ends of bushingetc.

ix) FOR 1000KVA ONLY:-Winding temperature (hot spot) indicating device mounted inside Marshalling Box complete in all respects. Winding temperature indicator shall have:

a) winding temperature highalarm

b) temperature too high trip

x) FOR 1000KVA ONLY -Dial thermometer with pocket for oil temperature indicator with one set of alarm and one set of trip contacts and maximum readingpointer.

xi) Lifting eyes or lugs for the top cover, core and coils and for the completetransformer.

xii) Jacking pads

xiii) Haulagelugs.

xiv) Protected type mercury / alcohol in glass thermometer and a pocket to house thesame.

xv) Top and bottom filter valves on diagonally opposite ends with pad locking arrangement onboth valves.

xvi) Top and bottom samplingvalves.

xvii) Drain valve with pad lockingarrangement

xviii) Rating and connection diagramplate.

xix )Two numbers tank earthing terminals with associated nuts and bolts for connections to purchaser’s grounding strip.

xx) Bi-directional flagged rollers with locking and boltingdevice.

xxi) Marshalling Box(MB)

Page 36: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 36 -

xxii) Shut off valve on both sides of flexible pipe connections between radiator bank and transformer tank.

xxiii) Cooling Accessories : FOR 1000KVAONLY

a) Requisite number of radiators provided with :-

- One shut off valve ontop

- One shut off valve atbottom

- Air release device on top

- Drain and sampling device at bottom

- Lifting lugs.

b) Air release device and oil drain plug on oil pipe connectors:

xxiv) OFF- Load TapChanger

xxv) Oil Preservation Equipment (Conservatortank)

24. TRANSFORMEROIL

The transformers shall be supplied complete with first filling of transformer oil up to maximum permissible level. The quantity of oil required for the first filling of the transformer and its full specification shall be stated in the bid. The complete first filling shall be of new oil free from inhibitors and additives up to maximum permissible level for the supplied Transformer. The bidder shall quote the price of transformer including the cost of Transformer Oil required for initialfilling.

The insulating oil for the transformer shall be of EHV grade, generally conforming to IEC: 296/ BS: 148/ REC: 39/ 1993 or latest version of IS: 335/ 1983 whichever is more stringent. No inhibitors shall be used in the oil. The dielectric strength of the oil shall not be less than 60 KV at 2.5 mm. gap when tested in accordance with IS: 6792/ 1972. If an anti-oxidant inhibitor is recommended, its use shall be subject to the purchaser’sapproval.

The design and materials used in the construction of the transformer shall be such as to reduce the risk of the development of acidity in the oil.

The contractor shall warrant that oil furnished is in accordance with the following specifications.

Sl. No Characteristic Requirement Method of Test 01 Appearance The oil shall be clear &

transparent & free from suspended matter orsediment

A representative sample of oil shall be examined in a 100 mm thick layer at ambient temp.

02 Density at 200C 0.89 g/cm3 Max. IS:1448

03 Kinematic Viscosity at 27 deg. C Max

27 CST IS:1448

04 Interfacial tension at 27deg.C Min.

0.03 N/m IS:6104

05 Flash Point 136 0C IS:1448

06 Pour Point Max. -6 0C IS:1448

07 Neutralization Value (Total Acidity) Max.

0.03 mg KOH/gm IS:335

08 Electric strength Breakdown (voltage) Min.

72.5 KV IS:6792

09 Dielectric dissipation factor tan delta at 900 C

0.03 Max IS:6262

Page 37: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 37 -

10 Min specific resistance (resistively) at 90 deg.C

35X1012 ohm cm (min.) IS:6103

11 Oxidation stability 12 Neutralization value after

oxidation 0.40mg KOH/g

13 Total sludge after oxidation

0.10% by weight max.

14 Presence of oxidation Inhibitor

The oil shall not contain anti- oxidant Additives.

IS:335

15 Water content Max: Less than 25ppm IS:2362

25. RATING AND CONNECTIONPLATE

Each transformer shall be riveted with a rating plate of weatherproof material showing the following items indelibly marked:

? type oftransformer

? standard to which it is manufactured (preferably IEC76)

? manufacturer’s name

? transformer serialnumber

? year of manufacture

? rated frequency in Hz(50)

? rated voltages in KV (as per ratings of tenderedtransformers) ? number of phases(3)

? rated power inKVA

? type of cooling(ONAN)

? rated currents in A

? vector group symbol(Dyn11)

? 1.2/50µs wave impulse voltage withstand level inKVp

? power frequency withstand voltage inKV ? impedance voltage at rated current and frequency in percentage at 75 0 C at normaltap

? Measured load loss in KW at rated current and at 75 0 C at normaltap

? Measured no-load loss in KW at rated voltage and ratedfrequency

? continuous ambient temperature at which ratings apply in0C

? top oil and winding temperature rise at rated load in0C

? winding connectiondiagram

? total weight in kg with complete oilfilled.

? total weight of the transformer with outoil ? volume of oil in litres.

? weight of core and windings in kg;and

? name of the purchaser(CESU,FANI)

The rating plate shall conform to the requirements of the section of Labels in this specification.

26. BASE MOUNTINGARRANGEMENT

The under base of all transformers up to 100 KVA capacity shall be provided with two 75x40 mm channels, 460 mm long with holes of 14 mm dia at a centre to centre distance of 415 mm to make them suitable for fixing on a platform orplinth.

Page 38: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 38 -

27 (a) PUNCHINGS : Punching and embossing of Volume of oil in litres, name of the Purchaser-CESU, Orissa, Name of the Supplier – M/s ------------- , Year of Manufacture, Guarantee Period ( i.e. 5 years from the date of installation )and Sl. No. of each transformer, FANI Scheme is to be made on top core channel, top cover, side walls and name plates oftransformers.

(b) BIS ENERGY LEVEL-II: In addition to above, the supplied Distribution Transformers must contain BIS ENERGY LEVEL-II with style and information provided by the Bureau of IndianStandard.

28. PAINTING

All paints shall be applied in accordance with the paint manufacturer’s recommendations. Particular attention shall be paid to thefollowing:

Proper storage to avoid exposure as well as extremes oftemperature.

a) Surface preparation prior topainting.

b) Mixing andthinning

c) Application of paints and the recommended limit on time intervals betweencoats.

d) Shelf life forstorage.

All paints, when applied in normal full coat, shall be free from runs, sags, wrinkles, patchiness, brush marks or otherdefects.

All primers shall be well marked into the surface, particularly in areas where painting is evident, and the first priming coat shall be applied as soon as possible after cleaning. The paint shall be applied by airless spray according to the manufacturer’s recommendations. However, wherever airless spray is not possible, conventional spray be used with prior approval ofpurchaser.

The supplier shall, prior to painting protect nameplates, lettering gauges, sight glasses, light fittings and similar suchitems.

Cleaning and SurfacePreparation

After all machining, forming and welding has been completed, all steel work surfaces shall be thoroughly cleaned of rust, scale, welding slag or spatter and other contamination prior to anypainting.

Steel surfaces shall be prepared by Sand/Shot blast cleaning or Chemical cleaning by Seven tank process including Phosphating to the appropriatequality.

The pressure and Volume of the compressed air supply for the blast cleaning shall meet the work requirements and shall be sufficiently free from all water contamination prior to anypainting.

Chipping, scraping and steel wire brushing using manual or power driven tools cannot remove firmly adherent mill-scale and shall only be used where blast cleaning isimpractical.

ProtectiveCoating

As soon as all items have been cleaned and within four hours of the subsequent drying, they shall be given suitable anticorrosionprotection.

PaintMaterial

Followings are the type of paints that may be suitably used for the items to be painted at shop and supply of matching paint to site:

i) Heat resistant paint(Hot oil proof) for insidesurface.

ii) For external surfaces one coat of Thermo Setting Paint or2 coats of Zinc chromate followed by 2 coats of Synthetic Enamel paint. The color of the finishing coats shall be dark admiral grey conforming to No.632 or IS 5:1961 or its latestamendments.

PaintingProcedure

Al painting shall be carried out in conformity with both specifications and with the paint manufacture’s recommendations. All paints in any one particular system. Whether shop or site applied, shall originate from one paintmanufacturer.

Page 39: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 39 -

Particular attention shall be paid to the manufacture’s instructions on storage, mixing, thinning and pot life. The paint shall only be applied in the manner detailed by the manufacturer e.g. brush, roller, conventional or airless spray and shall be applied under the manufacturer’s recommended conditions. Minimum and maximum time intervals between coats shall be closelyfollowed.

All prepared steel surfaces should be primed before visible re-rusting occurs or within 4 hours whichever is sooner. Chemical treated steel surfaces shall be primed as soon as the surface is dry and while the surface iswarm.

Where the quality of film is impaired by excess film thickness,(wrinkling, mud cracking or general softness) the supplier shall remove the unsatisfactory paint coatings and apply another. As a general rule, dry film thickness should not exceed the specified minimum dry film thickness by more than 25% .In all instances, where two or more coats of the same paints are specifies, such coatings may or may not be of contrastingcolors.

Paint applied to items that are not be painted, shall be removed at supplier’s expense, leaving the surface clean, un-stained andundamaged.

Damages to Paints Work

Any damage occurring to any part of the painting scheme shall be made good to the same standard of corrosion protection and appearance as that originally employed.

Any damaged paint work shall be made as follows:

a) The damaged area, together with an area extending 25mm around its boundary, shall be cleaned down to bare metal.

b) A priming coat shall immediately applied, followed by a full paint finish equal to that originally applied and extending 50mm around the perimeter of the originallydamaged.

The repainted surface shall present a smooth surface. This shall be obtained by carefully chamfering the paint edges before & after priming.

Dry FilmThickness

To the maximum extent practicable, the coats shall be applied as a continuous film of uniform thickness and free of pores. Over-spray, skips, runs, sags and drips should be avoided. The different coats may or may not be same color.

Each coat of paint shall be allowed to harden before the next is applied as per manufacture’s recommendations. Particular attention must be paid to full film thickness at edges.

The requirement for the dry film thickness(DFT) of paint and the material to be used shall be as given below:

Sl. No Paint Type Area to be

painted

No of Coats

Total Dry film thickness(Min)

1. Powder Paint Inside 01 30 Micron (2) Thermo setting powder outside 01 60 Micron 2. Liquid paint

a) Epoxy(Primer) b) P.U. Paint (FinishCoat) c) Hot Oil paint /Varnish

Out side 01 30 micron

Out side inside

02 01

25 each 35/10 micron

29.0 SEALING GASKETS All sealing washers / gaskets shall be made of oil and heat-resistant Nitrile/ Neoprene rubber/ synthetic rubber bonded cork type RC-70C gaskets. Gaskets made of natural rubber or cork sheet are notpermissible.

Page 40: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 40 -

Test

Routine Tests( to be conducted on allunits)

Routine tests shall be carried out on all transformers and the tests shall be conducted in accordance with relevant National/ International Standards. No sampling is allowed. In addition, tank tests in accordance with IS:1180 shall be carriedout.

The following routine measurements and tests shall be carried out in presence of Purchaser’s authorized representative(s):

a) Measurement of winding resistance.

b) Voltage ratio measurement and check of polarity and vector group. Bushing positions shall have permanent markings at this stage ofproduction;

c) measurement of impedance voltages/ short circuit impedance at rated current andfrequency

d) measurement of load loss at Half Load & full load at750C;

e) measurement of neutral unbalance current shall not exceed 2% of the full rated current of the transformer.

f) Temperature rise test on one transformer of each rating and measurement of hotresistance.

g) Measurement of no-load loss and no-load currents at full, 50%, 75%, 90%, 110% and 112.5% of rated voltages for 250KVA & above and below 250KVA only at 100% ratedvoltage.

h) induced over voltage withstand test at 22KV for 60 sec on the HVwindings;

i) power frequency voltage withstand tests on HV and LVwindings;

j) magnetic balancetest

.oil leakage test : The criterion of leakage shall be discoloration by oil of whitewash applied externally tosuspectedpartsatanoiltemperatureof900Corothermethod,asapprovedbythePurchaser;

k) pressure test on transformer tank on one unit for each rating.

Bushings and oil shall be subject to the following routinetests.

l) bushing routine test: in accordance with IEC 137/IS3347;

m) oil dielectric and moisture content test: conforming to IEC 156 or IS335.

Routine test certificates shall include in addition to the test results, the purchaser’s order number, the transformer serial number, outline drawing number and transformer KVA rating.

Any other applicable tests shall be conducted at the discretion of the Purchaser without any extra cost to Purchaser.

TypeTests

The measurements and tests of offered transformers should be carried out in accordance with the standard specified in each case as indicated in the following table at CPRI/ERDA on the transformers of the offereddesign.

Table 6 : Transformer Type Tests

Type Test Standard

Temperature Rise Test IEC 76/IS 2026

Impulse Voltage Withstand Test, including Full Waves and Chopped Waves as listed below

IEC 76/IS 2026

Noise Level Measurement IEC 551

Short Circuit Test IEC 76 / IS 2026

Page 41: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 41 -

In accordance with IEC 76-3 the following sequence of impulses should have been/ should be applied;

? one full wave at 50%BIL; ? one full wave at 100%BIL; ? one chopped wave at 50%BIL; ? two chopped waves at 100% BILand ? two full waves at 100%BIL.

Even if the Type test report(s) confirm(s) the Purchaser’s specification, the Purchaser at his discretion may ask the Supplier to repeat any or all specified type tests at CPRI/ ERDA on sample(s), selected at random by the purchaser’s representative(s) out of the offered quantity (first lot i.e. minimum one third of the total ordered quantity). The type test(s) are to be test-witnessed by the Purchaser’s representative(s). For such type of repetition of type tests, the Bidder ma y quote Type Test Charges in the enclosed Price Schedule or conduct the tests free ofcost.

The supplier shall furnish calculations in accordance with IS: 2026 to demonstrate the Thermal ability of the transformers to withstand Short Circuitforces.

CHALLENGETESTING: The manufacturer can also request challenge testing for any test based on the specification and measurement of no load losses, load losses & impedance at 750C. The challenger would request for testing with testing fees. The challenge test fees are proposed to be at least three times the cost of testing. This is likely to deter unnecessary challenges. The challenger would have the opportunity to select the sample from the store and any such challenge should be made within the guarantee period. The party challenged, challenger and the utility could witness the challenge testing. The challenge testing would cover the following tests:

1. Measurement of magnetizing current & No Load losses at rated voltage &frequency. 2. Load Losses at more than 50% loading to determine the Full Load losses & percentage

impedance at 750C and neutral unbalancecurrent. 3. Temperature RiseTest.

The challenge test could be conducted at Laboratory like ERDA and CPRI. If the values are within the limits the product gets confirmed else not confirmed. No positive tolerances in losses is permitted. If the product is not confirmed the manufacturer would pay the challenge fee and the challenger would get the fee refunded. However as a redressal system the challenged would be allowed to ask for fresh testing of two or more samples from the store and the same be tested in ERDA Laboratory or CPRI in presence of the party challenged, challenger and theutility.

If any one of the above two samples does not confirm the test, then the product is said to have failed the test. In such cases the manufacturer will be declared as unsuccessful manufacturer for the said product with wide publicity and would not be allowed to compete in tenders of the CESU for a period of at least three years and heavy penalty would beimposed.

TEST VOLTAGE:

Transformers shall be capable of withstanding the Power frequency and Impulse test voltage as described below:

Nominal system voltage

Highest Systemvoltage

Impulse Test voltage

Power frequency test voltage

433 V (rms) 3 KV (rms)

11 KV (rms) 12 KV (rms) 75 KV (Peak) 28 KV (rms)

33KV(rms) 36KV(rms) 170KV(Peak) 70KV(rms)

Page 42: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 42 -

32. COMPLIANCE WITHSPECIFICATION

The transformers shall comply in all respects with the requirements of this specification. However, any minor departure from the provisions of the specification shall be disclosed at the time of tendering in the Non Compliance Schedule as in Annexure-3, Section- V of this document.

33. COMPLIANCE WITHREGULATIONS

All the equipment shall comply in all respects with the Indian Regulations and acts in force.

The equipment and connections shall be designed and arranged to minimize the risk of fire and any damage which might be caused in the event offire.

34. INSPECTION ANDTESTING

The Purchaser shall have free entry at all times, while work on the contract is being performed, to all parts of the manufacturer’s works which concern the processing of the equipment ordered. The manufacturer shall afford the Purchaser without charge, all reasonable facilities to assure that the equipment being furnished is in accordance with this specification. After approval of Drawings & GTP by the Purchaser, the manufacture shall manufacture the ordered transformers & offered for stage inspection of the same. The said stage inspection will be conducted as per the Format prescribed at Clause 41, Section-IV of our Tender Specification complying to our approved GTP & Drawing for satisfactory test result,. The Supplier shall offer the core, windings and tanks of each transformer for inspection by the Purchaser’s representative(s). During stage inspection all the measurements like diameter, window, height, leg centre, stack width, stack thickness, thickness of laminations etc for core assembly, conductor size, insulation thickness, I.D., O.D., Winding height, major and minor insulations for both HV and LV windings, length, breadth, height and thickness of plates of transformer tanks, the quality of fittings and accessories will be taken/determined.

The Supplier can offer for final inspection of the transformers subject to clearance of the stage inspection report by the Purchaser.

However in any case if the purchaser desire to wave out the stage inspection then during final inspection the authorized inspector of the purchaser will randomly select any one no. of transformer from the total offered transformers for open & to carry out the stage inspection of the same as per approved GTP & Drawing for satisfactory testresult.

The equipment shall successfully pass all the type tests and routine tests mentioned in the above Clauses and those listed in the most recent edition of the standards given in Clause 2,of this specification.

The Purchaser reserves the right to reject an item of equipment if the test results do not comply with the values specified or with the data given in the technical dataschedule.

Routine tests shall be carried out by the Supplier at no extra charge at theirworks.

Adequate facility with calibrated testing equipment must be provided by the manufacturer free of cost to carry out the tests. Type test certificates must be furnished along with the tender for reference of the Purchaser.

The Purchaser will witness all required tests. In order to facilitate this, the Supplier shall give the Purchaser a minimum of two weeks notice that the materials are ready for testing. If the Purchaser does not indicate his intention to participate in the testing, the manufacturer may proceed with the tests only after receipt of written confirmation to this effect from the Purchaser and shall furnish the results thereof to the Purchaser consequent upon suchtesting.

All costs in connection with the testing, including any necessary re-testing, shall be borne by the Supplier who shall provide the Purchaser with all the test facilities which the latter may require, free of charge. The Purchaser shall have the right to select the samples for test and shall also have the right to assure that the testing apparatus is duly calibrated and correct. Measuring apparatus for routine tests shall be calibrated at the expense of the Supplier at an approved laboratory and shall be approved by the Purchaser.

Page 43: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 43 -

The supplier shall submit to the Purchaser five signed copies of the test certificates, giving the results of the tests as required. No materials shall be dispatched until the test certificates have been received by the Purchaser and the Supplier has been informed that they areacceptable.

The test certificates must show the actual values obtained from the tests, in the units used in this specification, and not merely confirm that the requirements have been met.

In the case of components for which specific type tests or routine tests are not given in this specification or in the quoted standards in Clause 2, of this specification, The Supplier shall include a list of the tests normally required for these components. All materials used in the Contract shall withstand and shall be certified to have satisfactorily passed suc htests.

The Purchaser at his discretion may re-confirm the Routine Test Results, particularly no load losses, load losses and percentage impedance in his own laboratory or laboratory of hischoice.

No inspection or lack of inspection or passing by the Purchaser’s Representative of equipment or materials whether supplied by the Supplier or sub-supplier, shall relieve the Supplier from his liability to completethecontractworksinaccordancewiththecontractorexoneratehimfromanyofhisguarantees.

However in case of future discrepancy, if any, after acceptance of transformers, observed at any stage during guarantee period, the matter may bereferred to BIS for random testing of transformers supplied. In such cases the observation of BIS shall be binding to both parties

35. GUARANTEE

The supplier shall guarantee the following:

? Quality and strength of materials used;

? Satisfactory operation during the guarantee period of 60 months from the date of commissioning, or 66 months from the date of acceptance of the equipment by the Purchaser following delivery, whichever isearlier;

? Performance figures as supplied by the tenderer in the schedule of guaranteedparticulars;

? The offered surface treatment shall protect the treated metal from corrosion for a period of not less than five years from the date ofdelivery.

36. PACKING

Packing

The equipment and any supporting structures are to be transported adequately sealed against water ingress. All accessories and spares shall be packed and securely clamped against movement in robust, wooden, non returnable packing cases to ensure safe transit in rough terrain, cross country road conditions and in heavy rains from the manufacturer’s works to the work sites/ earmarkeddestinations.

All accessories shall be carefully packed so that they are fully protected during transport and handling operations and in storage. Internal surfaces of loose accessories shall be sealed by means of gaskets and blanking off plates. All parts liable to rust shall receive an anti-rusting coat and shall be suitably protected. It shall be the responsibility of the Supplier to make good any damage caused through insufficient packing.

Each packing case shall be indelibly marked, on two adjacent sides and on the top, with the following:

? Individual serialnumber;?

? Purchaser’sname;?

? Contractnumber;?

Page 44: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 44 -

? Destination;?

? A colour coded marking to indicatedestination;?

? Supplier’s name;?

? Name and address of supplier’s agent inOrissa;?

? Description and numbers ofcontents;?

? Manufacturer’sname;?

? Country oforigin;?

? Casemeasurements;?

? Gross and net weight in kilograms:and?

? All necessary slinging and stackinginstructions.?

Each crate or container shall be marked clearly on the outside of the case to show TOP and BOTTOM positions with appropriate signs to indicate where the mass is bearing and the correct positions for slings. All component parts which are separately transported shall have permanent identification marks to facilitate correct matching and assembly at site. Welded parts shall be marked before welding. Six copies of each packing list shall be sent to the Purchaser prior to dispatching theequipment.

Transportation

The Supplier shall be responsible for the transport of all plant and equipment supplied by them and for the transport of all goods to the various specified destinations including all road clearance, offloading, warehousing and insurance.

The Supplier shall inform himself fully as to all relevant transport facilities and requirements and loading gauges and ensure that the equipment as packed for transport conform to these limitations. The Supplier shall also be responsible for verifying the access facilitiesspecified.

The Supplier shall be responsible for the transportation of all loads associated with the contract works and shall take all reasonable steps to prevent any highways or bridges from being damaged by his traffic and shall select routes, choose and use vehicles and restrict and distribute loads so that the risk of damage shall be avoided. The Supplier shall immediately report to the Purchaser any claims made against the Supplier arising out of alleged damage to a highway or bridge.

All transport accessories, such as riding lugs, jacking pads or blanking off plates shall become the property of thePurchaser.

All items of equipment shall be securely clamped against movement to ensure safe transit from the manufacturer’s facilities to the specifieddestinations.

The Supplier shall advice the storage requirements for any plant and equipment that may be delivered to the Purchaser’s stores. The Supplier shall be required to accept responsibility for the advice given in so far as these arrangements may have a bearing on the behavior of the equipment in subsequentservice.

37. Hazardous substances

The Supplier shall submit safety data sheets for all hazardous substances used with the equipment. The Supplier shall give an assurance that there are no other substances classified as hazardous in the equipment supplied. No oil shall be supplied or used at any stage of manufacture or test without a certificate acceptable to the Purchaser that it has a PCB content of less than 2 mg/ kg. The Supplier shall accept responsibility for the disposal of such hazardous substances, should any befound.

The Supplier shall also be responsible for any injuries resulting from hazardous substances due to non compliance with these requirements.

Page 45: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 45 -

38. SUBMITTALS

Submittals required with thebid

The following shall be required with each copy of the bid :

o Completed technical dataschedule;

o Descriptive literature giving full technical details of equipmentoffered;

o Outline dimensions drawing for each major component, general arrangement drawing showing component layout and general schematicdiagram;

o Type test certificates ( short circuit withstand test and impulse test ) of the offered transformers conducted at CPRI/ or any National Govt approved Laboratory without which tender will be out rightlyrejected.

o Sample routine testreports;

Detailed reference list of customers already using equipment offered along with performance certificates of such equipment, during the last 3 (three) years with particular emphasis on units of similar design andrating;

o Details of manufacturer’s quality assurance standards and programme and ISO 9000 series or equivalent nationalcertification;

o Deviations from this specification. Only deviations approved in writing before award of contract shall beaccepted;

o List of recommended spare parts and consumable items for five year of operation with prices and spare parts catalogue with price list for futurerequirements.

Submittals required after contract award

Programme

Five copies of the programme for production and testing

Technical Particulars

Within 30 days of contract award five bound folders with records of the technical particulars relating to the equipment. Each folder shall contain the followinginformation:

? General description of the equipment and all components, includingbrochures;?

? Technical data schedule, with approvedrevision;?

? Calculations to substantiate choice of electrical, structural, mechanical component size/ratings;?

? Detailed dimension drawing for all components, general arrangement drawing showing detailed component layout and detailed schematic and wiring drawings for all components; along with core- coil assembly drawings, showing details of core such as grade, thickness, window height, leg centre, diameter, step width, step thickness and details of windings such as I.D., O.D , thickness , Conductor size, No. of turns, major and minor insulations, winding heightetc.?

? Detailed loading drawing to enable the Purchaser to design and construct foundations for the transformer;?

? Statement drawing attention to all exposed points in the equipment at which copper / aluminium or aluminium alloy parts are in contact with or in close proximity to other metals and stating clearly what protection is employed to prevent corrosion at eachpoint;?

? Detailed installation and commissioninginstructions;?

At the final hold point for Purchaser approval prior to delivery of the equipment the following shall be submitted ;

? Inspection and test reports carried out in the manufacturer’sworks;?

Page 46: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 46 -

? Operation and maintenance instructions as well as trouble shootingcharts.?

Operation and MaintenanceInstructions

A copy of installation and commissioning instructions and of the operation and maintenance instructions and trouble shooting charts shall be supplied with eachtransformer.

Drawings

Within 15 days of award of contract, the Supplier shall submit 4 complete sets of drawings as detailed below describing equipment in details. These drawings would be duly approved by the Purchaser after due scrutinisation and approval will be communicated for mass production of ordered materials.

All detail drawings submitted for approval shall be to scale not less than 1:20. All important dimensions shall be given and the material of which each part is to be constructed shall be indicated on the drawings. All documents and drawings shall be submitted in accordance with the provisions of this specification and shall become the property of thePurchaser.

All drawings and calculations, submitted to the Purchaser, shall be on international standard size paper, either A0, A1, A2, A3 or A4. All such drawings and calculations shall be provided with a contract title block, which shall include the name of the Purchaser and shall be assigned an unique project drawing number; the contract title block and project numbering system shall be agreed with thePurchaser.

Script sizes and thickness of scripts and lines be selected so that if reduced by two stages the alphanumeric characters and lines are still perfectly legible so as to facilitatemicrofilming.

For presentation of design drawings and circuit documents IEC Publication 617 or equivalent standards for graphical symbols are to be followed. The drawing approval will be communicated within 15 days from the receipt of drawings from the tenderer and for any delay in furnishing the drawings, if delivery period will be delayed, no extension of delivery time will be granted due tothis.

The following drawings for each item are to be submitted as part of thisContract.

a. Out line dimensional drawings of transformers andaccessories

b. Assembly drawings and weights of main componentparts.

c. Transportation drawings showing dimensions and weights of eachpackage.

d. Drawings giving the weights for foundations each.

e. Drawing showing details such as clamping arrangements of core, core assembly showing oil duct section of HT and LT coils with conductor size showing insulation arrangements of windings and their reinforcement to withstand short circuit stresses, in side tank dimensions showing core assembly. Details of core and windings, as enumerated at Cl. No. 33.2.2 of this part of Specification shall be indicated in the abovedrawings.

f. Schematic diagram showing the flow of oil in the cooling system as well as each limb and winding. Longitudinal and cross- sectional views showing the duct sizes, cooling pipe etc. for transformer/ heat exchanger, drawn to scale shall befurnished.

g. Large Scale drawings of high and low tension winding of the transformers showing the nature and arrangements of insulation and terminalconnection.

h. Name plate drawing showing details as per Cl. 23 of Part-2 of TechnicalSpecification.

i. Test Reports.

39 FASTENERS

All bolts, studs, screw threads, pipe threads, bolt heads and nuts shall comply with the appropriate Indian Standards for metric threads, or the technicalequivalent.

Bolts or studs shall not be less than 6 mm in diameter except when used for small wiring terminals. All nuts and pins shall be adequatelylocked.

Wherever possible, bolts shall be fitted in such a manner that in the event of failure of locking resulting in the nuts working loose and falling off, the bolt will remain inposition.

All ferrous bolts, nuts and washers placed in outdoor positions shall be of anti-corrosive materials except hightensilesteelboltsandspringwasherswhichshallbeelectro-galvanizedtoserviceconditionstated

Page 47: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 47 -

elsewhere in the Specification. Appropriate precautions shall be taken to prevent electrolytic action between dissimilar metals where bolts are used on external horizontal surfaces and where water can collect, methods of preventing the ingress of moisture to the threads shall be provided. Each bolt or stud shall project at least one thread but not more than three threads through the nut, except when otherwise approved for terminal board studs or relay stems. If bolts nuts are placed so that they are inaccessible by means of ordinary spanners, special spanners shall be provided. The length of the screwed portion of the bolts shall be such that no screw thread may form part of a shear place between members. Taper washers shall be provided where necessary. Protective washers of suitable material shall be provided front and back on the securing screws.

40. LABELS

All apparatus shall be clearly labelled indicating, where necessary, its purpose and service positions. The material of all labels and plates, their dimensions, legend and the method of printing shall be subject to approval of the Purchaser. The surfaces of all labels and plates shall have a mat or satin finish to avoid dazzle from reflected light. Colours shall be permanent and free from fading. Labels mounted on black surfaces shall have white lettering. Danger plates shall have white lettering on a red background. All labels and plates for outdoor use shall be of in-corrodible material. Where the use of enameled iron plates is approved, the whole surface including the back and edges, shall be properly covered and resistant to corrosion. They shall be engraved in English. Name plates shall be white with black engraved lettering and shall carry all the applicable information specified in the applicable items of the Standards. No scratching, corrections or changes will be allowed on nameplates.

Name plates shall be provided of white background with black engraved lettering carrying all the applicable information specified in the standards and other details as required by the Purchaser. The name plate inscription and the size and lettering shall be submitted to the Purchaser forapproval.

Page 48: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 48 -

41. PROFORMA FOR STAGE INSPECTION OF DISTRIBYUTIONTRANSFORMERS

(A) GENERALINFORMATION: 1. NameofFirm :

2. Order NoandDate :

3. Rating –wisequantityoffered :

4. Details ofoffer

(a) Rating

(b) Quantity

(c) Serial Numbers

5. Details of last stageinspectedlot :

(a) Total quantityinspected

(b) Serial Numbers

(c) Date of stageinspection

(d) Quantity offered for final inspection of

6.

(A) Inspection of BEE 3 Star Level/ Embossing / Punching requirement: whether satisfies the Specification :

deviation if any to be mentioned : 6

(B) AVAILABILITY OF MATERIAL FOR OFFERED QUANTITY:

Details to be filled in

( C)POSITION OF MANUFACTURING STAGE OF THE OFFERED

QUANTITY :

(a) Complete tankedassembly

(b) Core and coil assemblyready

(c) Core assembled

(d) Coils ready forassembly

(i) HVCoils

(ii) LV Coils

NOTE:

(i) A quantity if more than 100 nos shall not be entertained for stageinspection

(ii) The stage inspection shall be carried out incase:-

(a) At Least 25% quantity offered has been tankedand

(b) Core coil assembly of further at least 30% of the quantity offered has beencompleted.

(iii) Quantity offered for stage inspection should be offered for final inspection within 15 days from the date of

issuance of clearance for stage inspection, otherwise stage inspection already cleared shall be liable for

cancellation.

Page 49: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 49 -

Sl.No Particulars As Offered As observed Deviation and Remarks

D INSPECTION OF CORE

(i) Core material

1 Manufacturer's Characterstic Certificate in respect of grade of lamination used. (Please furnish test certificate)

2 Remarks regarding Rusting and smoothness of core

3 Whether laminations used for top and bottom yoke are in one piece.

(ii) Core Construction:

1 No of steps 2 Dimension of Steps

StepNo. 1

2 3 4 5 6 7 8 9 10 11 12

As Offered

W mm

T mm

As found

W mm

T mm

3 Core Dia (mm)

4 Total Cross Section area of core

5 Effective cross Sectional area of core

6 Clamping arrangement

(i) Channel Size

(ii) Bolt size and No

(iii) Tie Rods

(iv) Painting

(a) Channels

(b) Tie Rods

( c) Bolts

7 Whether top yoke is cut for LV connection

8 If yes, at 7 above, whether Reinforcement is done

9 Size of support Channels provided for Core base and bottom yoke (Single Piece of channels are only acceptable)

10 Thickness of insulation provided between core base and support channel

Page 50: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 50 -

11 Core length (leg center to leg centre)

12 Window height

13 Core height

14 Core weight only (without channel etc.)

(E) INSPECTION OF WINDING

(I) Winding material

1 Material used for

(a) HV Winding

(b) LV Winding

2 Grade of material for

(a) HV Winding

(b) LV Winding

3 Test certificate of manufacturer (enclosed copy) for winding material of :

(a) HV (b) LV

(II)

CONSTRUCTIONAL DETAILS

1 Size of Cross Sectional area of conductor for:

(a) HV Winding

(b) LV Winding

2 Type of insulation for conductor

(a) HV Winding

(b) LV Winding

3

Diameter of wire used for delta formation (mm)

4 Diameter of coils in:

a LV Winding

(i) Internal dia (mm)

(ii) Outer dia (mm)

b HV Winding

Internal dia (mm)

Outer dia (mm)

5 Current Density of winding material uised for

(a) HV (b) LV

6 Whether neutral formation on top

7 HV Coils/ Phase

a) Number

Page 51: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 51 -

b) Turns/ coil

c) Total turns

8 LV Coils/ Phase

a) Number

b) Turns/coil

c) Total turns

9 Method of HV Coil Joints

10 Total weight of coils of

(a) HV Winding (Kg)

(b) LV Winding (Kg)

F INSULATION MATERIALS:

(I) MATERIAL

1 Craft paper

a) Make

b) Thickness (mm)

c) Test certificate of manufacturer (enclosed copy)

2 Press Board

a) Make

Thickness (mm)

Test certificate of manufacturer (enclosed copy)

3 Material used for top and bottom yoke and insulation

II Type and thickness of material used: (mm)

a) Between core and LV

b) Spacers

c) Interlayer

d) Between HV & LV winding

e) Between phases

f) End insulation

G CLEARANCES

(I) Related to core and winding

1 LV to Core (Radial)

2 Between HV and LV (Radial)

3 (i) Phase to phase between HV Conductor

(ii) Whether two Nos Press Board each of minimum 1 mm ;thick provided to cover the tie rods

Page 52: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 52 -

4 Thickness of locking spacers between LV coils (mm)

5 Axial wedges betweenHV and LV coils / phase(Nos)

6 No. of radial spacersper phase between HVcoils

7 Size of duct between LV and HV winding (mm)

(II) Between core-coil assembly and tank: (mm)

1 Between winding and body

a) Tank lengthwise

b) Tank breadth wise

2 Clearance between top cover and top yoke upto 100 KVA and between top cover and top most live part of tap changing switch for 200 KVA and above.

H TANK

1 Constructional details:

1) Rectangular shape

2) Thickness of side wall (mm)

3) Thickness of top and bottom place (mm)

4) Provision of slopping top cover towards HV bushing

5) Tank internal dimensions(mm)

(a) Length

(b) Breadth

( c) Height

(i) On LV side

(ii) On LV side

(II) General Details

1) Inside painted by varnish/ oil corrosion resistant paint (please specify which type of coating done)

2) Gasket between top cover and tank

(i) Material

(ii) Thickness(mm)

(iii) Joint over laps (mm)

3) Reinforcement of welded angle (Specify size and No. of angle povided) on side walls of tank

Page 53: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 53 -

4) Provisionof lifting lugs:

a) Numbers

b) Whether lugs of 8 mm thick MS plate provided

c) Whether reinforced by welded plates edge wise below the lug up to re- enforcing angle of the tank done

5) Pulling lug of MS Plate

a) Nos

b) Thickness (mm).

c) Whether provided on breadth side or length side

6) Provision of air release plug

7) Provision of galvanized GI Nuts Bolts with 1 No Plain and 1 No spring washer

8) Deformation of length wise side wall of tank when subject to:

a) Vaccume of (-) 0.7 Kg/sq cm for 30 minutes

b) Pressure of 0.8 Kg/sq cm for 30 minutes

(I) RADIATORS

1. Fin radiators of 1.25 mm thick sheet

a) Dimensiton of each fin (LxBxT)

b) Fins per raditors

c) Total No. of radiators

2. Verification of manufcturer's test certificate regarding Heat dissipation (excluding Top and Botton) in w/sq m

3. Verificationo of position of radiatir with respect to bushing

(J) CONSERVATOR

1. Dimensitons ( L x D) (in mm)

2. Volume (m3)

3.Inside dia of Conservator tank

4. Whether conservator outlet pipe is projected approx.20 mm inside the conservator tank

Page 54: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 54 -

5Whether arrangement made so that oil does not fall on the active parts

6. Whether die cast metal oil level guage indicator having three positions at ( - 5° C, 30° C and 98 ° C is provided.

7. Whether drain plug and filling hole with cover is provided

8. Inner side of the conservator tank painted with.

(K) BREATHER 1.Whether Die cast

Aluminium body breather for silica gel provided

2. Make

3. Capcity

(L) TERMINALS

1 Material whether of Brass Rods/ Tinned Copper

a) HV

b) LV

2 Size (dia in mm)

a) HV

b) LV

3 Method of Star connection formed on LV side of 6mm thick (Should use Al./ Cu. Flat bolted/ brazed with crimped lugs on winding alternatively for 63 and 100 KVA rating brazed is done covered with tubular sleeve duly crimped) Please state dimensions of Al/Cu flat or tubular sleeve used (mm)

4 Method of Connection of LV of winding to LV bushing (end od winding should be crimped with lugs(Al/Cu) and bolted with bushing stud)

5 Method of Connection of HV winding to HV bushing (Copper joint should be done by using silver brazing alloy and for Aluminium, brazing rod or with tubular connector crimped at three spots).

Page 55: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 55 -

6 Whether SRB P tube/ insulated paper used for formation of Delta on HV

7 Whether Empire sleeves used on the portion of HV winding joining to HV bushing

8 Whether neutral formation is covered with cotton tape

(M) BUSHING

1 Whether HV bushing mounted on side walls.

2 Whether sheet metal pocket used for mounting bushing (pipe are not acceptable)

a) HV b) LV

3 Whether arrangement for studs for fitting of HV bushing are in diamond shape ( so that Arcing Horns are placedvertically)

4. Position of mounting of LV bushing

5. Bushing Clearance: (mm)

a) LV to Earth

b) HV to Earth

c) Between LV Bushings

d) Between HV Bushings

(N) TANK BASE CHANNEL/ROLLERS:

1 Size of channels(mm)

2 Whether channels welded across the length of the tank

3 Size and type of roller (mm)

(O) OIL

1 Name of Supplier

2 Break down voltage of oil:(KV)

i) Filled in tanked Transformers

In storage tank ( to be tested by Inspecting Officer).

3. Supplier's test certificate (Enclosed)

(P) ENGRAVING / PUNCHINGS

1.Engaraving of Sl.No and name of firm

Page 56: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 56 -

i) On bottom of clamping channel of core-coil assembly

ii) On side wall and top cover of tank along with date of despatch. / Guarantee Period

iii) 3 Star Level : Whether contains 3 Star Level with style prescribed by the B.E.E.

(Q) i) MS plate of size 125 x 125 mm welded on width side of stiffner

ii) Following details engraved (as per approved GTP)

(a) Serial Number

(b) Name of Firm

( c) Order No. and Date

(d) Rating

(e) Name of Inspecting Officer

(f) Designation

(g) Date of dispatch

( R) NAME PLATE DETAILS

Whether Name Plate is as per approved drawing

(S) Colour of Transformer

1. Tank body with dark green colour

2. Conservator with white colour

(T) CHECKING OF TESTING FACILITIES

(Calibration certificate also to be checked for its validity)

TESTS

1. No Load Current

2. No Load Loss

3. % Impedance

4. Load Losses

5. Insulation Resistance Test

6. Vector Group Test (phase relationship)

7. Ratio and Polarity test relationship

8. Transformer oil Test (Break down Voltage)

9. Magnetic Balance

Page 57: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 57 -

10. Measurement ofwinding resistance (HV and LVboth)

11. Induced over voltage withstand test ( Double voltage and Double frequency)

12. Separate source power fequency withstand test at 28 KV for HV and 3 KV for LV (one minute)

13. Air Pressure/ Oil leakage Test

14. Vacume Test

15. Unbalanced current test

16. Temperature rise(Heat Run) test

(U) We have specifically checked the following and found the same as per G.T.P./ deviations observed as mentioned against each.

i) Rustlessness of CRGO laminations used

ii) Core Steps

iii) Core Area

iv) Core Weight

v) Winding cross section area

a) LV

b) HV

vi) Weight of windings

vii) Clearance between winding and wall of tank (mm)

a) Length-wise

b) Breadth- wise

viii) Clearance between top of yoke top most live part of tap changer to tank cover

ix) Details of Neutral formation

x) Connections to bushings

a) LV

b) HV

xi) Slope of tank top

xii) Position of mounting of bushings

COMPANY INSPECTING OFFICER

DATE OF INSPECTION

FIRMS REPRESENTATIVE

Page 58: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 58 -

PROFORMA FOR PRE-DELIVERY INSPECTION OF DISTRIBUTION ,TRANSFORMERS

1

Name of the Firm

2

Details of Offer made

i) Order No and Date

(ii) Rating

(iii) Quantity

(iv) Sl.No of transformers

3

Date of stage inspection of the lot

4

Reference of stage inspection clearance

5

Quantity offered and inspected against the order prior to this lot

(A) ACCEPTANCE TESTS TO BE CARRIEDOUT

Sl.No PARTICULARS OBSERVATION

1 (a) Ratio Test AB/an

BC/bn

CA/cn

(b) Polarity Test

2 No load loss measurement

W1

W2

W3

TOTAL

Multiplying Factors:-

CT

Watt meter

Total X MF

NET LOSS

3 LOAD loss measurement

W1

W2

W3

TOTAL

Page 59: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 59 -

Sl.No PARTICULARS OBSERVATION

Multiplying Factors:-

CT

Watt meter

PT

Total X MF

Loss at ambient temperature(watt)

Loss at 75 ° C ( with calculation sheet) (watt)

4 Winding Resistance:

H.V. ( In Ohms)

(a) At Ambienttemperatureof °C A - B

B - C

C - A

(b) Resistance at 75 ° C A - B

B - C

C - A

L.V. (in Ohm)

(a) At Ambienttemperatureof °C a- b

b-c

c-a

(b) Per phase resistance at 75 ° C a-n

b-n

c-n

5 Insulation Resistance (M ohm) HV-LV

HV-E

LV-E

6 Separate Source Voltage withstand test voltage

HV 28 kV 60 secs

LV 3 kV for 60 secs

7

Induced over-voltage withstand test at double voltage and double frequency

100 Hz,866 volts for 60 seconds

8 No load current at

90% volts

110 % volts

9 Unbalance current

10

Vector group test Diagram and readings be shown in separate sheets

Page 60: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 60 -

Sl.No PARTICULARS OBSERVATION

11 Percentage impedance at 75 ° C (Please furnish calculation sheet)

12

Transformer oil test (Breakdown voltage)

13

Oil leakage test

14

Heat run test

To be carried out once against the order

15

Bushing clearance (mm)

HV LV

(a) Phase to Phase

(b) Phase to Earth

16 Comments on compliance by the firm on the modifications done as per stage inspection clearance letter issued

17 Whether fittings of the order have been verified

18 Whether aluminium die cast silica gel breather with tin container is fitted on the transformers offered.

19 Whether engraving of sl.No. and Name of firm on core clamping channel, side wall and top cover of tank has been verified.

20 Whether MS Plate of size 125 x 125 mm welded on with side of stiffner

21 Whether engraving of name of firm, Sl.No. and Rating of Transformer, Order No. and date and Date of dispatch on MS Plate

22 Copy of calibration certificates of metering equipments be enclosed.

Page 61: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 61 -

(B) POINTS TO BE SEEN /DIMENSIONS TO BE NOTED AT THE TIME OF DISMANTLING OF TRANSFORMERS

Sl.No

PARTICULARS

OBSERVATION 1 Details of the transformer dismantled for physical verification

(a) Rating (kVA)

(b) Sl.No

2 Whether GI Nut Bolts with one spring one plain washer provided for tightening the tank cover

3 Details of gasket used between top cover and tank Material:

(i) Thickness(mm)

(ii) Type of joints

4 Whether core is earthed properly with copper strip ( one end should be tightened in between the core laminations and other end bolted on core clamping channel)

5 Connections from winding to bushings ( describe the manner in which it has been done)

(a) HV (b) LV

( c) Formation of Star connection on LV side.

6 Winding wire dia and cross sectional area:

(a) HV

(i) Dia (mm)

(ii) Area (sq mm)

(B) LV

(i) L x W x Nos of layer

(ii) Area (sq mm)

7 Thickness of press board (s) provided between HV coils to cover the tie rods

8 Whether painted with oil and corrosion resistant paint/ varnish

(a) Inside of the tank

(b) Inside of the conservator tank

( c) Core clamping and core base channels

(d) Tie rods

(e) Core bolts

9 Whether tie rods and core bots insulated, if yes, material of insulation

10 Whether flap on inner side of top cover provided to prevent direct falling of oil on core-coil assembly.

Page 62: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 62 -

Sl.No PARTICULARS OBSERVATION

11 Method of joints

(a) Between HV coils

(b) Between tap coils

( c ) For tap changer

12 Whether engraving of Sl. No. and name of firm done on bottom channel of core coil assembly.

13

Diameter of Copper wire, used for formation of delta (should not be less than 1.5 times the dia of conductor). (mm)

14 Whether empire sleeves provided upto the end portion of HV winding joining to bushing.

15 HV Coils:

(a) Inner dia(mm) (b) Outer dia(mm)

16 LV Coils: (a) Inner dia(mm) (b) Outer dia(mm)

17 Core dia

18 Core height including base channel and insulation in between (mm)

19 Leg Center of core

20 Clearances between

(a) Core and LV (mm)

(b) HV and LV (mm)

(c ) Phase to phase of HV coils (mm)

(d) Core coil assembly and tank body (mm)

(I) Length- wise

(ii) Width-wise

(e) Top of yoke and top cover (mm)

(f) Top most live part of tap changer and top cover.

21 Weight of core only (kg)

22 Weight of windings (kg)

(a) LV

(b) HV

23 Whether core laminations are in one piece, used for

(a) Bottom yoke

(b) Top yoke

24 Specific remarks regarding smoothness and rusting of core used.

25 Volume of oil filled (to be done once against the order)

(a) In conservator tank

Page 63: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 63 -

Sl.No PARTICULARS OBSERVATION

(b) In tank of the transformer

26 Weight of transformer (inclusive of all fittings, accessories, oil etc. complete)

27 Inner dimensions of the tank

(a) Length

(b) Width

(c ) Height

(I) LV Side

(ii) HV side

28 Remarks, if any:

Note: Please ensure that complete details have been filled in the proforma and no column has been left blank.

SIGNATURE OFINSPECTINGOFFICER SIGNATURE OFFIRM'S (with nameanddesignation) REPRESENTATIVE

(with name and designation)

DATE OFINSPECTION:

Page 64: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 64 -

SOURCE OF MATERIALS/ PLACES OF MANUFACTURE, TESTING AND INSPECTION

Sl. No.

Item

Source of Materials Place of

Manufacture Place of testing and inspection

1

Laminations

2

Copper Conductor

3

Insulated winding wires

4

Oil

5

Press boards

6

Kraft paper

7

MS Plates/ Angles/ Channels

8

Gaskets

9

Bushing HV/LV

10

Paints

Page 65: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 65 -

42. NON COMPLIANCESCHEDULE

On this schedule the bidder shall provide a list of non compliance with this specification, documenting the effects that such non compliance is likely to have on the equipment’s life and operating characteristics. Each non compliance shall refer to the relevant clause of thespecification.

Where there are no deviations from specifications, the bidder shall so indicate by stating “No deviations” in this schedule.

Clause No. Non Compliance

Page 66: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 66 -

43. TEST CERTIFICATESSCHEDULE

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

Clause No. Type Test Certificate or Routine test Report

Page 67: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 67 -

SECTION-V

LIST OF ANNEXURE

(To be filled up, signed and submitted by the bidder along with the Tender Document)

Page 68: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 68 -

Annexure – I (For Procurement of Transformers under FANI Cyclone Head)

1. Whether the bidder is a Manufacturer &furnished valid BISLicence: Yes /No

2. Voltage & Current Rating & Quantity of tendered TransformersOffered: ----------------------------------------

3. Details of Cost of Tender Document Furnished (D.D ref): -------------------------------------------

4. Details Earnest Money Furnished( D.D ref) ------------------------------------------

5. Whether Type test(CPRI/ERDA) certificates enclosed with thebid: Yes /No

6. Manufacturer’s past supply experience ( Self Attested Copies ofP.Os including user’s certificate furnished ornot:- Yes /No

7. Audited Profit & Loss Account for the best 3 financial year out of last5

financial furnishedornot: Yes /No

8. Whether Deviation to the specification , if any furnished (As per Annexure VI (A) &VI(B) Yes /No

9. Whether agreed to Purchaser’sDeliveryschedule: Yes / No

If agreed, a) Dateofcommencement : b) Rate of deliverypermonth :

10. Whether agreed to Purchaser’sGuaranteeclause:- Yes /No

11. Whether agreed for 180 days’ validity periodofPrices Yes /No

12. Whether the PricesareFIRM? Yes /No

13. Whether agreed to furnish security deposit in shape of

B.G. encashable at Bhubaneswar in case his tender is successful:- Yes /No

14. Whether agreed to penalty for delayeddelivery:- Yes /No

15. Whether agreed to Purchaser’s standard terms of payment ornot: Yes /No

16. Valid ITCC & GSTIN furnishedornot: Yes /No

17. Four(04) setsofdrawingsofeachoffervoltage&currentrating Yes / No

of Transformer furnished ornot.

Signature of the bidder with seal

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

Page 69: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 69 -

Annexure – II

DECLARATION FORM

(For Procurement of Transformers under FANI Cyclone Head)

To

Sir,

The Chief General Manager ( Purchase& Stores) Central Electricity Supply Utility of Odisha (CESU) 2nd Floor, IDCO Towers,

Janapath, Bhubaneswar-751022, Odisha

HavingexaminedtheabovespecificationstogetherwiththeTendertermsandconditions referred to therein

1- I / We the undersigned do hereby offer to supply the materials covered there on in complete shape in all respects as per the rules entered in the attached contract schedule of prices in thetender.

2- I / We do hereby under take to have the materials delivered within the timespecified in the tender. 3- I / We do hereby guarantee the technical particulars given in the tender supported with necessary

reports from concernedauthorities. 4- I / We do have gone through all the provisions of your Tender Specification No.

CESU/362/Transformers/2019-20 & offer to supply materials without any deviation unless particularly mentioned in the Non-Compliance schedule enclosed at Annexure VI (A) & (B) of the said Tender Specification. Deviations mentioned not mentioned at Annexure VI ( Non-Compliance Schedule), but mentioned any where else of our offer shall not be considered as a deviation to your Tender Specification.

5- I / We do hereby agree to furnish the contract Performance Bank Guarantee in the manner specified / acceptable by CESU & for the sum as applicable to me / us as per clause No.8, Section II , of GCC in the prescribed format Annexure-III of this specification within fifteen days of issue of Letter of intent / Purchase Order , in the event of purchase order being decided in my / us favour , failing which I / We clearly understand that the said LOI / P.O. shall be liable to be withdrawn by the purchaser and bid security furnished by us shall be forfeited.

Signedthis…………….Dayof ................................. 200…. Yours faithfully

(Signature of Tenderer with company Seal)

(ThisformshouldbedulyfilledupbytheTenderer&submittedalongwiththeoriginal copy of theTender)

Page 70: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 70 -

ANNEXURE – III PROFORMA FOR COMPOSITE BANK GUARANTEE FOR SECURITY DEPOSIT, PAYMENT AND

PERFORMANCE This Guarantee Bond is executed this day of by us the Bank at P.S. Dist State

Whereas the ( indicate designation of Purchaser ) the CESU, 2nd Floor, IDCO Towers, Janapath,Bhubaneswar- 751022 a <Body corporate > , <constituted> under the <Electricity > Act, <2003> (here in after called “the Purchaser”) has placed PurchaseOrderNo. Dt. (hereinafter called “the Agreement”)with M/s (hereinafter called “the Contractor”) for supplyof (name of the material) and whereas CESU has agreed (1) to exempt the Contractor from making payment of security deposit, (2) to release 100% payment of the cost of materials as per the said agreement and (3) to exempt from performance guarantee on furnishing by the Contractor to the CESU a composite Bank Guarantee of the value of 10% (ten percent) of the Contract price of the saidAgreement. 1. Now, therefore, in consideration of the CESU having agreed (1) to exempt the Contractor for making payment ofsecuritydeposit,(2)torelease100%paymenttotheContractorand(3)toexemptfromfurnishingperformance guarantee in terms of the said Agreement as aforesaid, we the Bank, Address (codeNo. ) (hereinafter referred to as “the Bank”) do hereby undertake topaytotheCESUanamountnotexceedingRs. (Rupees ) only against any loss or damage caused to or suffered by the CESU by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the saidAgreement. 2. We,the Bank do hereby undertake to pay the amounts due and payable under the guarantee without any demur, merely on a demand from the CESU stating that the amount claimed is due by way of loss or damage caused to or suffered by the CESU by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement or by the reason of any breach by the said Contractor’s failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount notexceedingRs. (Rupees ) only. 3. We,the Bank also undertake to pay to the CESU any money so demanded not withstanding any dispute or dispute raised by the Contractor(s) in any suit or proceeding instituted/ pending before any court or Tribunal relating thereto our liability under this Agreement being absolute andunrevocable.

The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the Contractor(s) shall have no claim against us for making suchpayment. 4. We,the Bank further agree that the guarantee herein containshall remain in full force and affect during the period that would be taken for the performance of the said Agreement and it shall continue to remain in force endorsable till all the dues of the CESU under by virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till CESU certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharge this guarantee and will not be revoked by us during the validity of the guarantee period. Unlessademandorclaimunderthisguaranteeismadeonusorwith (Local Bank Name, address and code No.) , Bhubaneswar in writing on or before (date) we shall be discharged from all liability under this guaranteethereafter.

Contd : - P/ 2

Page 71: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 71 -

- P/ 2 -

5. We, the Bank further agree that the CESU shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor(s) or for any forbearance act or omission on part of the CESU or any indulgence by the CESU to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions have effect of so relievingus. 6. The Guarantee will not be discharged due to change in the name, style and constitution of the Bank and or Contractor(s). 7. We,the Bank lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the CESU inwriting. Dated the day of Twothousand .

Not withstanding anything contained herein above.Our liability under this Bank Guarantee shall not exceed Rs. (Rupees ) only. The Bank Guarantee shall be validupto only. We or our Bank at Bhubaneswar (Name & Address of the Local Bank) are liable to pay the guaranteed amount depending on the filing of claim and any part thereof under this Bank Guarantee only and only if you serve upon us or our local Bank at Bhubaneswar a written claim or demand and received by us or by Local Branch at Bhubaneswar on orbeforeDt. otherwise bank shall be discharged of all liabilities under this guaranteethereafter.

N.B.: (1) Name of theContractor:

For ( indicate the name of the Bank)

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

(3) Amount of P.O.:

(4) Name of Materials:

(5) Name of theBank:

(6) Amount of the BankGuarantee:

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

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

(9) Signature of the Constituent Authority of the Bank withseal:

(10) Name & addresses of the Witnesses withsignature:

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

Page 72: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 72 -

ANNEXURE-IV (A ) GUARANTEED TECHNICAL PARTICULARS FOR 16KVA,11/0.250KV(Al.), 1-PHASE BIS LEVEL-II

RATED DISTRIBUTION TRANSFORMERS (To be furnished by the Manufacturer)

Tender Specification No- CESU /P&S / Transformers / 362 / 2019-20

Sl. No Description As Specified Bidder's Offer 1 Make

2 Name of the Manufacturer

3 Place of Manufacture

3 (a) Type of BIS Specified Level to be fixed near Name Plate.

BIS LEVEL-II

4 Voltage Ratio 11000/250V

5 Rating in KVA 16

6 Core Material used and Grade: CRGO and M3 or Better

a) Flux density as per IS 1180(Part-1) 2014 Latest Amendments

1.9 Tesla (Max.)

b) Over fluxing without saturation (Curve to be furnished by the Manufacturer in support of his claim)

7 Maximum temperature rise of:

a) windings by resistance method

400C over an ambient of 500C

b) Oil by thermometer

350C over an ambient of 500C

8 Magnetizing (no-load) current at:

a) 90% Voltage

b) 100% Voltage 3% (Max.)

c) 112.5% Voltage 6% (Max.)

9 Core loss in watts:

a) Normal voltage

b) Maximum voltage

10 Resistance of windings at 200C (with 5% tolerance)

a) HV Winding (ohms)

b) LV Winding (ohms)

11 Full load losses (watts) at 750C

12 Total losses at 100% load at 750C 224Watts (Max.)

13 Total losses at 50% load at 750C 82Watts (Max.)

14 Current density used for : (Ampere/ Sq mm)

a) HV Winding 1.4(Max.)

b) LV Winding 1.4(Max.)

15 Clearances : (mm)

a) Core and LV

b) LV and HV

c) HV Phase to Phase

d) End insulation clearance to earth

e) Any point of winding to tank

Page 73: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 73 -

Sl. No Description As Specified Bidder's Offer 16 Efficiency at 750C:

a) Unity P. F. and

b) 0.8 P.F

1) 125% load

2) 100% load

3) 75% load

4) 50% load

5) 25% load

17 Regulation at:

a) Unity P.F.

b) 0.8 P.F. at 750C

18 % Impedance at 750C

4.0+10%(No negative tolerance)

19 Separate Source Voltage withstand Test:

(I) HV 28kV/50 HZ for 1 minute Yes

(ii) LV 3kV/50 HZ for 1 minute Yes

20

Induced Over Voltage withstand Test (Double Voltage and Double frequency for 1 minute)

22KV for HV winding by applying 0.500 KV on LV at 100Hz for the duration of 1

minute.

21 Impulse test HV-75KV peak, LV- NA

22 Mass of : (kg)

a) Core lamination (minimum)

b) Windings (minimum)

c) Tank and fittings

d) Oil

e) Oil quantity (minimum) (litre)

f) Total weight

23 Oil Data:

1. Quantity for first filling (minimum) (litre)

2. Grade of oil used

3. Maker's name

4. BDV at the time of filling (kV)

24 Transformer:

1) Overall length x breadth x height (mmx mmx mm)

2) Tank length x breadth x height

3) Thickness of plates for

a) Side plate (min) 3.15mm

b) Top and bottom plate (min) 5mm

4) Conservator Dimensions.

Page 74: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 74 -

Sl. No Description As Specified Bidder's Offer 25 Radiation

1) Heat dissipation by tank walls excluding top and bottom

2) Heat dissipation by cooling tube.

3) Diameter and thickness of cooling tube.

4) Whether calculation sheet for selecting cooling area to ensure that the transformer is capable of giving continuous rated output without exceeding temperature rise is enclosed.

26 Inter layer insulation provided in design for:

1) Top and bottom layer Epoxy Dotted Kraft Paper

2) In between all layer Epoxy Dotted Kraft Paper 3) Details of end insulation. Press Board

4) Whether wedges are provided at 50% turns of the HV coil

27 Insulation materials provided

a) For conductors (1) HV DPC (2) LV DPC b) For Core Carlite

28 Material and Size of the wire used.

1) HV Dia (mm) (SWG)

2) LV

a) Strip size

b) No. of Conductors in parallel

c) Total area of cross section (sq mm)

29 Whether the name plate gives all particulars as required in Tender

Yes

30 Particulars of bushings HV/LV

1) Maker's name

2) Type IS-3347/ IS-2099/ IS- 7421

3) Rating as per IS

4) Dry power frequency voltage withstand test HV-28KV, LV-3KV

5) Wet power frequency voltage withstand test HV-28KV, LV-3KV

Note:

The following shall be specifically confirmed:

1) Whether the offer conforms to the limits of impedance mentioned in the specification.

2)

Whether the offer conforms to the limits of temperature rise mentioned in the specification.

3)

Whether the losses of the transformers offered are within the limits specified.

4)

Whether the transformer offered is already type tested for the design and test reports enclosed.

Page 75: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 75 -

SCHEDULE IV(A) ADDITIONAL DETAILS

(To be furnished by the bidder)

Sl. No

Description

Unit

As Specified

Bidder's Offer

1 Core Grade

CRGO, M3 or Better

2 Core diameter mm

3 Gross core area sq cm

4 Net core area sq cm

5 Flux density Tesla

6 Mass of core kg

7 Loss per kg of core at the specified flux density watt

8 Core window height mm

9 Centre to centre distance of the core mm

10 No. of the LV turns

11 No. of the HV turns

12 Size of the LV conductor bare / covered mm

13 Size of the HV conductor bare / covered mm

14 No. of parallels

15 Current density of LV winding A/sq mm

16 Current density of HV winding A/sq mm

17 Wt. of the LV winding for Transformer Kg

18 Wt. of the HV winding for Transformer Kg

19 No. of LV Coils/ phase

20 No. of HV Coils/ phase

21 Height of LV Windings mm

22 Height of HV Windings mm

23 ID/OD of HV Windings mm

24 ID/OD of LV Windings mm

25 Size of the duct in LV winding mm

26 Size of the duct in HV winding mm

27 Size of the duct between HV and LV mm

28 HV winding to LV winding clearance mm

29 HV winding to tank clearance mm

30 Calculated impedance %

31 HV to earth creepage distance mm

32 LV to earth creepage distance mm

Page 76: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 76 -

ANNEXURE-IV (B) GUARANTEED TECHNICAL PARTICULARS FOR 25KVA,11/0.433KV(Al.), 3-PHASE BIS LEVEL-II

RATED DISTRIBUTION TRANSFORMERS (To be furnished by the Manufacturer)

Tender Specification No- CESU /P&S / Transformers / 362 / 2019-20

Sl. No Description As Specified Bidder's Offer

1 Make

2 Name of the Manufacturer

3 Place of Manufacture

3 (a) Type of BIS Specified Level to be fixed near Name Plate.

BIS LEVEL-II

4 Voltage Ratio 11000/433V

5 Rating in KVA 25

6 Core Material used and Grade: CRGO and M3 or Better

a) Flux density as per IS 1180(Part-1) 2014 Latest Amendments

1.9 Tesla(Max)

b) Over fluxing without saturation (Curve to be furnished by the Manufacturer in support of his claim)

7 Maximum temperature rise of:

a) windings by resistance method 400C over an ambient of 500C

b) Oil by thermometer 350C over an ambient of 500C

8 Magnetizing (no-load) current at:

a) 90% Voltage

b) 100% Voltage

c) 110% Voltage

9 Core loss in watts:

a) Normal voltage

b) Maximum voltage

10 Resistance of windings at 200C (with 5% tolerance)

a) HV Winding (ohms)

b) LV Winding (ohms)

11 Full load losses (watts) at 750C

12 Total losses at 100% load at 750C 635 (Max.)

13 Total losses at 50% load at 750C 190 (Max.)

14 Current density used for : (Ampere/ Sq mm)

a) HV Winding 1.4 (Max.)

b) LV Winding 1.4(Max.)

15 Clearances : (mm)

a) Core and LV

b) LV and HV

c) HV Phase to Phase

d) End insulation clearances to earth

e) Any point of winding to tank

Page 77: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 77 -

Sl. No Description As Specified Bidder's Offer 16 Efficiency at 750C:

a) Unity P. F. and

b) 0.8 P.F

1) 125% load

2) 100% load

3) 75% load

4) 50% load

5) 25% load

17 Regulation at:

a) Unity P.F.

b) 0.8 P.F. at 750C

18 % Impedance at 750C

4.5+10%(No negative tolerance)

19 Separate Source Voltage withstand Test:

(I) HV 28kV/50 HZ for 1 minute Yes

(ii) LV 3kV/50 HZ for 1 minute Yes

20

Induced Over Voltage withstand Test (Double Voltage and Double frequency for 1 minute)

22KV for HV winding by applying 0.866 KV on LV at 100Hz for the duration of 1

minute.

21 Impulse test HV-75KV peak, LV- NA

22 Mass of : (kg)

a) Core lamination (minimum)

b) Windings (minimum)

c) Tank and fittings

d) Oil

e) Oil quantity (minimum) (litre)

f) Total weight

23 Oil Data:

1. Quantity for first filling (minimum) (litre)

2. Grade of oil used

3. Maker's name

4. BDV at the time of filling (kV)

24 Transformer:

1) Overall length x breadth x height (mmx mmx mm)

2) Tank length x breadth x height

3) Thickness of plates for

a) Side plate (min) 3.15mm

b) Top and bottom plate (min) 5mm

4) Conservator Dimensions.

Page 78: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 78 -

Sl. No Description As Specified Bidder's Offer 25 Radiation

1) Heat dissipation by tank walls excluding top and bottom

2) Heat dissipation by cooling tube.

3) Diameter and thickness of cooling tube.

4) Whether calculation sheet for selecting cooling area to ensure that the transformer is capable of giving continuous rated output without exceedingtemperature rise is enclosed.

26 Inter layer insulation provided in design for:

1) Top and bottom layer Epoxy Dotted Kraft Paper

2) In between all layer Epoxy Dotted Kraft Paper

3) Details of end insulation. Press Board

4) Whether wedges are provided at 50% turns of the HV coil

27 Insulation materials provided

a) For conductors

(1) HV DPC

(2) LV DPC

b) For Core Carlite

28 Material and Size of the wire used.

1) HV Dia

(mm)

(SWG) 2) LV

a) Strip size

b) No. of Conductors in parallel

c) Total area of cross section (sq mm)

29 Whether the name plate gives all particulars as required in Tender

30 Particulars of bushings HV/LV

1) Maker's name

2) Type IS-3347/ IS-2099/ IS- 7421 3) Rating as per IS

4) Dry power frequency voltage withstand test HV-28KV, LV-3KV

5) Wet power frequency voltage withstand test HV-28KV, LV-3KV

Note:

The following shall be specifically confirmed:

1) Whether the offer conforms to the limits of impedance mentioned in the specification.

2)

Whether the offer conforms to the limits of temperature rise mentioned in the specification.

3)

Whether the losses of the transformers offered are within the limits specified.

4)

Whether the transformer offered is already type tested for the design and test reports enclosed.

Page 79: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 79 -

SCHEDULE – IV (B)

ADDITIONAL DETAILS (To be furnished by the bidder)

Sl. No

Description

Unit

As Specified

Bidder's Offer

1 Core Grade

CRGO, M3 or Better

2 Core diameter mm

3 Gross core area sq cm

4 Net core area sq cm

5 Flux density Tesla

6 Mass of core kg

7 Loss per kg of core at the specified flux density watt

8 Core window height mm

9 Centre to centre distance of the core mm

10 No. of the LV turns

11 No. of the HV turns

12 Size of the LV conductor bare / covered mm

13 Size of the HV conductor bare / covered mm

14 No. of parallels

15 Current density of LV winding A/sq mm

16 Current density of HV winding A/sq mm

17 Wt. of the LV winding for Transformer Kg

18 Wt. of the HV winding for Transformer Kg

19 No. of LV Coils/ phase

20 No. of HV Coils/ phase

21 Height of LV Windings mm

22 Height of HV Windings mm

23 ID/OD of HV Windings mm

24 ID/OD of LV Windings mm

25 Size of the duct in LV winding mm

26 Size of the duct in HV winding mm

27 Size of the duct between HV and LV mm

28 HV winding to LV winding clearance mm

29 HV winding to tank clearance mm

30 Calculated impedance %

31 HV to earth creepage distance mm

32 LV to earth creepage distance mm

Page 80: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 80 -

ANNEXURE-IV(C)

GUARANTEED TECHNICAL PARTICULARS FOR 63KVA,11/0.433KV(Al.), 3-PHASE BIS LEVEL-II RATED DISTRIBUTION TRANSFORMERS

(To be furnished by the Manufacturer) Tender Specification No- CESU /P&S / Transformers / 362 / 2019-20

Sl. No Description As Specified Bidder's Offer 1 Make

2 Name of the Manufacturer

3 Place of Manufacture

3 (a) Type of BIS Specified Level to be fixed near Name Plate.

BIS LEVEL-II

4 Voltage Ratio 11000/433V

5 Rating in KVA 63

6 Core Material used and Grade: CRGO and M3 or Better

a) Flux density as per IS 1180(Part-1) 2014 Latest Amendments

1.9 Tesla(Max)

b) Over fluxing without saturation (Curve to be furnished by the Manufacturer in support of his claim)

7 Maximum temperature rise of:

a) windings by resistance method 400C over an ambient of 500C

b) Oil by thermometer 350C over an ambient of 500C

8 Magnetizing (no-load) current at:

a) 90% Voltage

b) 100% Voltage

c) 110% Voltage

9 Core loss in watts:

a) Normal voltage

b) Maximum voltage

10 Resistance of windings at 200C (with 5% tolerance)

a) HV Winding (ohms)

b) LV Winding (ohms)

11 Full load losses (watts) at 750C

12 Total losses at 100% load at 750C 1140 (Max.)

13 Total losses at 50% load at 750C 340 (Max.)

14 Current density used for : (Ampere/ Sq mm)

a) HV Winding 1.4 (Max.)

b) LV Winding 1.4(Max.)

15 Clearances : (mm)

a) Core and LV

b) LV and HV

Page 81: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 81 -

c) HV Phase to Phase

d) End insulation clearances to earth

e) Any point of winding to tank

Sl. No Description As Specified Bidder's Offer 16 Efficiency at 750C:

a) Unity P. F. and

b) 0.8 P.F

1) 125% load

2) 100% load

3) 75% load

4) 50% load

5) 25% load

17 Regulation at:

a) Unity P.F.

b) 0.8 P.F. at 750C

18

% Impedance at 750C 4.5+10%(No negative

tolerance)

19 Separate Source Voltage withstand Test:

(I) HV 28kV/50 HZ for 1 minute Yes

(ii) LV 3kV/50 HZ for 1 minute Yes

20

Induced Over Voltage withstand Test (Double Voltage and Double frequency for 1 minute)

22KV for HV winding by applying 0.866 KV on LV at 100Hz for the duration of 1

minute.

21 Impulse test HV-75KV peak, LV- NA

22 Mass of : (kg)

a) Core lamination (minimum)

b) Windings (minimum)

c) Tank and fittings

d) Oil

e) Oil quantity (minimum) (litre)

f) Total weight

23 Oil Data:

1. Quantity for first filling (minimum) (litre)

2. Grade of oil used

3. Maker's name

4. BDV at the time of filling (kV)

24 Transformer:

1) Overall length x breadth x height (mmx mmx mm)

2) Tank length x breadth x height

3) Thickness of plates for

a) Side plate (min) 3.15mm

Page 82: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 82 -

b) Top and bottom plate (min) 5mm

4) Conservator Dimensions.

Sl. No Description As Specified Bidder's Offer 25 Radiation

1) Heat dissipation by tank walls excluding top and bottom

2) Heat dissipation by cooling tube.

3) Diameter and thickness of cooling tube.

4) Whether calculation sheet for selecting cooling area to ensure that the transformer is capable of giving continuous rated output without exceedingtemperature rise is enclosed.

26 Inter layer insulation provided in design for:

1) Top and bottom layer Epoxy Dotted Kraft Paper

2) In between all layer Epoxy Dotted Kraft Paper

3) Details of end insulation. Press Board

4) Whether wedges are provided at 50% turns of the HV coil

27 Insulation materials provided

a) For conductors

(1) HV DPC

(2) LV DPC

b) For Core Carlite

28 Material and Size of the wire used.

1) HV Dia

(mm)

(SWG) 2) LV

a) Strip size

b) No. of Conductors in parallel

c) Total area of cross section (sq mm)

29 Whether the name plate gives all particulars as required in Tender

30 Particulars of bushings HV/LV

1) Maker's name

2) Type IS-3347/ IS-2099/ IS- 7421 3) Rating as per IS

4) Dry power frequency voltage withstand test HV-28KV, LV-3KV

5) Wet power frequency voltage withstand test HV-28KV, LV-3KV

Note:

The following shall be specifically confirmed:

1) Whether the offer conforms to the limits of impedance mentioned in the specification.

2)

Whether the offer conforms to the limits of temperature rise mentioned in the specification.

3)

Whether the losses of the transformers offered are within the limits specified.

4)

Whether the transformer offered is already type tested for the design and test reports enclosed.

Page 83: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 83 -

SCHEDULE IV(C ) ADDITIONAL DETAILS

(To be furnished by the bidder)

Sl. No

Description

Unit

As Specified

Bidder's Offer

1 Core Grade

CRGO, M3 or Better

2 Core diameter mm

3 Gross core area sq cm

4 Net core area sq cm

5 Flux density Tesla

6 Mass of core kg

7 Loss per kg of core at the specified flux density watt

8 Core window height mm

9 Centre to centre distance of the core mm

10 No. of the LV turns

11 No. of the HV turns

12 Size of the LV conductor bare / covered mm

13 Size of the HV conductor bare / covered mm

14 No. of parallels

15 Current density of LV winding A/sq mm

16 Current density of HV winding A/sq mm

17 Wt. of the LV winding for Transformer Kg

18 Wt. of the HV winding for Transformer Kg

19 No. of LV Coils/ phase

20 No. of HV Coils/ phase

21 Height of LV Windings mm

22 Height of HV Windings mm

23 ID/OD of HV Windings mm

24 ID/OD of LV Windings mm

25 Size of the duct in LV winding mm

26 Size of the duct in HV winding mm

27 Size of the duct between HV and LV mm

28 HV winding to LV winding clearance mm

29 HV winding to tank clearance mm

30 Calculated impedance %

31 HV to earth creepage distance mm

32 LV to earth creepage distance mm

Page 84: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 84 -

ANNEXURE-IV (D ) GUARANTEED TECHNICAL PARTICULARS FOR 100KVA,11/0.433KV(Al.), 3-PHASE BIS LEVEL-II

RATED DISTRIBUTION TRANSFORMERS (To be furnished by the Manufacturer)

Tender Specification No- CESU /P&S / Transformers / 362 / 2019-20

Sl. No Description As Specified Bidder's Offer 1 Make

2 Name of the Manufacturer

3 Place of Manufacture

3 (a) Type of BIS Specified Level to be fixed near Name Plate.

BIS LEVEL-II

4 Voltage Ratio 11000/433V

5 Rating in KVA 100

6 Core Material used and Grade: CRGO and M3 or Better

a) Flux density as per IS 1180(Part-1) 2014 Latest Amendments

1.9 Tesla(Max)

b) Over fluxing without saturation (Curve to be furnished by the Manufacturer in support of his claim)

7 Maximum temperature rise of:

a) windings by resistance method

400C over an ambient of 500C

b) Oil by thermometer

350C over an ambient of 500C

8 Magnetizing (no-load) current at:

a) 90% Voltage

b) 100% Voltage 3% (Max.)

c) 112.5% Voltage 6% (Max.)

9 Core loss in watts:

a) Normal voltage

b) Maximum voltage

10 Resistance of windings at 200C (with 5% tolerance)

a) HV Winding (ohms)

b) LV Winding (ohms)

11 Full load losses (watts) at 750C

12 Total losses at 100% load at 750C 1650Watts (Max.)

13 Total losses at 50% load at 750C 475Watts (Max.)

14 Current density used for : (Ampere/ Sq mm)

a) HV Winding 1.4(Max.)

b) LV Winding 1.4(Max.)

15 Clearances : (mm)

a) Core and LV

b) LV and HV

c) HV Phase to Phase

d) End insulation clearance to earth

e) Any point of winding to tank

Page 85: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 85 -

Sl. No Description As Specified Bidder's Offer 16 Efficiency at 750C:

a) Unity P. F. and

b) 0.8 P.F

1) 125% load

2) 100% load

3) 75% load

4) 50% load

5) 25% load

17 Regulation at:

a) Unity P.F.

b) 0.8 P.F. at 750C

18 % Impedance at 750C

4.5+10%(No negative tolerance)

19 Separate Source Voltage withstand Test:

(I) HV 28kV/50 HZ for 1 minute Yes

(ii) LV 3kV/50 HZ for 1 minute Yes

20

Induced Over Voltage withstand Test (Double Voltage and Double frequency for 1 minute)

22KV for HV winding by applying 0.866 KV on LV at 100Hz for the duration of 1

minute.

21 Impulse test HV-75KV peak, LV- NA

22 Mass of : (kg)

a) Core lamination (minimum)

b) Windings (minimum)

c) Tank and fittings

d) Oil

e) Oil quantity (minimum) (litre)

f) Total weight

23 Oil Data:

1. Quantity for first filling (minimum) (litre)

2. Grade of oil used

3. Maker's name

4. BDV at the time of filling (kV)

24 Transformer:

1) Overall length x breadth x height (mmx mmx mm)

2) Tank length x breadth x height

3) Thickness of plates for

a) Side plate (min) 3.15mm

b) Top and bottom plate (min) 5mm

4) Conservator Dimensions.

Page 86: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 86 -

Sl. No Description As Specified Bidder's Offer 25 Radiation

1) Heat dissipation by tank walls excluding top and bottom

2) Heat dissipation by cooling tube.

3) Diameter and thickness of cooling tube.

4) Whether calculation sheet for selecting cooling area to ensure that the transformer is capable of giving continuous rated output without exceeding temperature rise is enclosed.

26 Inter layer insulation provided in design for:

1) Top and bottom layer Epoxy Dotted Kraft Paper

2) In between all layer Epoxy Dotted Kraft Paper 3) Details of end insulation. Press Board

4) Whether wedges are provided at 50% turns of the HV coil

27 Insulation materials provided

a) For conductors (1) HV DPC (2) LV DPC b) For Core Carlite

28 Material and Size of the wire used.

1) HV Dia (mm) (SWG)

2) LV

a) Strip size

b) No. of Conductors in parallel

c) Total area of cross section (sq mm)

29 Whether the name plate gives all particulars as required in Tender

Yes

30 Particulars of bushings HV/LV

1) Maker's name

2) Type IS-3347/ IS-2099/ IS- 7421

3) Rating as per IS

4) Dry power frequency voltage withstand test HV-28KV, LV-3KV

5) Wet power frequency voltage withstand test HV-28KV, LV-3KV

Note:

The following shall be specifically confirmed:

1) Whether the offer conforms to the limits of impedance mentioned in the specification.

2)

Whether the offer conforms to the limits of temperature rise mentioned in the specification.

3)

Whether the losses of the transformers offered are within the limits specified.

4)

Whether the transformer offered is already type tested for the design and test reports enclosed.

Page 87: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 87 -

SCHEDULE IV (D ) ADDITIONAL DETAILS

(To be furnished by the bidder)

Sl. No

Description

Unit

As Specified

Bidder's Offer

1 Core Grade

CRGO, M3 or Better

2 Core diameter mm

3 Gross core area sq cm

4 Net core area sq cm

5 Flux density Tesla

6 Mass of core kg

7 Loss per kg of core at the specified flux density watt

8 Core window height mm

9 Centre to centre distance of the core mm

10 No. of the LV turns

11 No. of the HV turns

12 Size of the LV conductor bare / covered mm

13 Size of the HV conductor bare / covered mm

14 No. of parallels

15 Current density of LV winding A/sq mm

16 Current density of HV winding A/sq mm

17 Wt. of the LV winding for Transformer Kg

18 Wt. of the HV winding for Transformer Kg

19 No. of LV Coils/ phase

20 No. of HV Coils/ phase

21 Height of LV Windings

mm

22 Height of HV Windings mm

23 ID/OD of HV Windings mm

24 ID/OD of LV Windings mm

25 Size of the duct in LV winding mm

26 Size of the duct in HV winding

mm

27 Size of the duct between HV and LV mm

28 HV winding to LV winding clearance mm

29 HV winding to tank clearance

mm

30 Calculated impedance %

31 HV to earth creepage distance mm

32 LV to earth creepage distance mm

Page 88: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 88 -

ANNEXURE-IV (E ) GUARANTEED TECHNICAL PARTICULARS FOR 250KVA,11/0.433KV(Al.), 3-PHASE BIS LEVEL-II

RATED DISTRIBUTION TRANSFORMERS (To be furnished by the Manufacturer)

Tender Specification No- CESU /P&S / Transformers / 362 / 2019-20

Sl. No Description As Specified Bidder's Offer

1 Make

2 Name of the Manufacturer

3 Place of Manufacture

3 (a) Type of BIS Specified Level to be fixed near Name Plate.

BIS LEVEL-II

4 Voltage Ratio 11000/433V

5 Rating in KVA 250

6 Core Material used and Grade: CRGO and M3 or Better

a) Flux density as per IS 1180(Part-1) 2014 Latest Amendments

1.9 Tesla (Max.)

b) Over fluxing without saturation (Curve to be furnished by the Manufacturer in support of his claim)

7 Maximum temperature rise of:

a) windings by resistance method

450C over an ambient of 500C

b) Oil by thermometer

400C over an ambient of 500C

8 Magnetizing (no-load) current at:

a) 90% Voltage

b) 100% Voltage 3% (Max.)

c) 112.5% Voltage 6% (Max.)

9 Core loss in watts:

a) Normal voltage

b) Maximum voltage

10 Resistance of windings at 200C (with 5% tolerance)

a) HV Winding (ohms)

b) LV Winding (ohms)

11 Full load losses (watts) at 750C

12 Total losses at 100% load at 750C 2930Watts (Max.)

13 Total losses at 50% load at 750C 980Watts (Max.)

14 Current density used for : (Ampere/ Sq mm)

a) HV Winding 1.4(Max.)

b) LV Winding 1.4(Max.)

15 Clearances : (mm)

a) Core and LV

b) LV and HV

c) HV Phase to Phase

d) End insulation clearance to earth

Page 89: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 89 -

e) Any point of winding to tank

Sl. No Description As Specified Bidder's Offer 16 Efficiency at 750C:

a) Unity P. F. and

b) 0.8 P.F

1) 125% load

2) 100% load

3) 75% load

4) 50% load

5) 25% load

17 Regulation at:

a) Unity P.F.

b) 0.8 P.F. at 750C

18

% Impedance at 750C 4.5+10%(No negative

tolerance)

19 Separate Source Voltage withstand Test:

(I) HV 28kV/50 HZ for 1 minute Yes

(ii) LV 3kV/50 HZ for 1 minute Yes

20

Induced Over Voltage withstand Test (Double Voltage and Double frequency for 1 minute)

22KV for HV winding by applying 0.866 KV on LV at 100Hz for the duration of 1

minute.

21 Impulse test HV-75KV peak, LV- NA

22 Mass of : (kg)

a) Core lamination (minimum)

b) Windings (minimum)

c) Tank and fittings

d) Oil

e) Oil quantity (minimum) (litre)

f) Total weight

23 Oil Data:

1. Quantity for first filling (minimum) (litre)

2. Grade of oil used

3. Maker's name

4. BDV at the time of filling (kV)

24 Transformer:

1) Overall length x breadth x height (mmx mmx mm)

2) Tank length x breadth x height

3) Thickness of plates for

a) Side plate (min) 3.15mm

b) Top and bottom plate (min) 5mm

4) Conservator Dimensions.

Page 90: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 90 -

Sl. No Description As Specified Bidder's Offer 25 Radiation

1) Heat dissipation by tank walls excluding top and bottom

2) Heat dissipation by cooling tube.

3) Diameter and thickness of cooling tube.

4) Whether calculation sheet for selecting cooling area to ensure that the transformer is capable of giving continuous rated output without exceeding temperature rise is enclosed.

26 Inter layer insulation provided in design for:

1) Top and bottom layer Epoxy Dotted Kraft Paper

2) In between all layer Epoxy Dotted Kraft Paper

3) Details of end insulation. Press Board

4) Whether wedges are provided at 50% turns of the HV coil

27 Insulation materials provided a) For conductors (1) HV DPC (2) LV DPC b) For Core Carlite

28 Material and Size of the wire used.

1) HV Dia (mm) (SWG)

2) LV

a) Strip size

b) No. of Conductors in parallel

c) Total area of cross section (sq mm)

29 Whether the name plate gives all particulars as required in Tender

Yes

30 Particulars of bushings HV/LV

1) Maker's name

2) Type IS-3347/ IS-2099/ IS- 7421

3) Rating as per IS

4) Dry power frequency voltage withstand test HV-28KV, LV-3KV

5) Wet power frequency voltage withstand test HV-28KV, LV-3KV

Note:

The following shall be specifically confirmed:

1)

Whether the offer conforms to the limits of impedance mentioned in the specification.

2)

Whether the offer conforms to the limits of temperature rise mentioned in the specification.

3)

Whether the losses of the transformers offered are within the limits specified.

4)

Whether the transformer offered is already type tested for the design and test reports enclosed.

Page 91: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 91 -

SCHEDULE IV (E) ADDITIONAL DETAILS

(To be furnished by the bidder)

Sl. No

Description

Unit

As Specified

Bidder's Offer

1 Core Grade

CRGO, M3 or Better

2 Core diameter mm

3 Gross core area sq cm

4 Net core area sq cm

5 Flux density Tesla

6 Mass of core kg

7 Loss per kg of core at the specified flux density watt

8 Core window height mm

9 Centre to centre distance of the core mm

10 No. of the LV turns

11 No. of the HV turns

12 Size of the LV conductor bare / covered mm

13 Size of the HV conductor bare / covered mm

14 No. of parallels

15 Current density of LV winding A/sq mm

16 Current density of HV winding A/sq mm

17 Wt. of the LV winding for Transformer Kg

18 Wt. of the HV winding for Transformer Kg

19 No. of LV Coils/ phase

20 No. of HV Coils/ phase

21 Height of LV Windings

mm

22 Height of HV Windings mm

23 ID/OD of HV Windings mm

24 ID/OD of LV Windings mm

25 Size of the duct in LV winding mm

26 Size of the duct in HV winding

mm

27 Size of the duct between HV and LV mm

28 HV winding to LV winding clearance mm

29 HV winding to tank clearance

mm

30 Calculated impedance %

31 HV to earth creepage distance mm

32 LV to earth creepage distance mm

Page 92: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 92 -

ANNEXURE-IV (F ) GUARANTEED TECHNICAL PARTICULARS FOR 500KVA,11/0.433KV(Cu.), 3-PHASE BIS LEVEL-II

RATED DISTRIBUTION TRANSFORMERS (To be furnished by the Manufacturer)

Tender Specification No- CESU /P&S / Transformers / 362 / 2019-20

Sl. No Description As Specified Bidder's Offer 1 Make

2 Name of the Manufacturer

3 Place of Manufacture

3 (a) Type of BIS Specified Level to be fixed near Name Plate.

BIS LEVEL-II

4 Voltage Ratio 11000/433V

5 Rating in KVA 500

6 Core Material used and Grade: CRGO and M3 or Better

a) Flux density as per IS 1180(Part-1) 2014 Latest Amendments

1.9 Tesla (Max.)

b) Over fluxing without saturation (Curve to be furnished by the Manufacturer in support of his claim)

7 Maximum temperature rise of:

a) windings by resistance method

450C over an ambient of 500C

b) Oil by thermometer

400C over an ambient of 500C

8 Magnetizing (no-load) current at:

a) 90% Voltage

b) 100% Voltage 3% (Max.)

c) 112.5% Voltage 6% (Max.)

9 Core loss in watts:

a) Normal voltage

b) Maximum voltage

10 Resistance of windings at 200C (with 5% tolerance)

a) HV Winding (ohms)

b) LV Winding (ohms)

11 Full load losses (watts) at 750C

12 Total losses at 100% load at 750C 4300Watts (Max.)

13 Total losses at 50% load at 750C 1510Watts (Max.)

14 Current density used for : (Ampere/ Sq mm)

a) HV Winding 2.4(Max.)

b) LV Winding 2.4(Max.)

15 Clearances : (mm)

a) Core and LV

b) LV and HV

c) HV Phase to Phase

d) End insulation clearance to earth

Page 93: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 93 -

e) Any point of winding to tank

Sl. No Description As Specified Bidder's Offer 16 Efficiency at 750C:

a) Unity P. F. and

b) 0.8 P.F

1) 125% load

2) 100% load

3) 75% load

4) 50% load

5) 25% load

17 Regulation at:

a) Unity P.F.

b) 0.8 P.F. at 750C

18

% Impedance at 750C 4.5+10%(No negative

tolerance)

19 Separate Source Voltage withstand Test:

(I) HV 28kV/50 HZ for 1 minute Yes

(ii) LV 3kV/50 HZ for 1 minute Yes

20

Induced Over Voltage withstand Test (Double Voltage and Double frequency for 1 minute)

22KV for HV winding by applying 0.866 KV on LV at 100Hz for the duration of 1

minute.

21 Impulse test HV-75KV peak, LV- NA

22 Mass of : (kg)

a) Core lamination (minimum)

b) Windings (minimum)

c) Tank and fittings

d) Oil

e) Oil quantity (minimum) (litre)

f) Total weight

23 Oil Data:

1. Quantity for first filling (minimum) (litre)

2. Grade of oil used

3. Maker's name

4. BDV at the time of filling (kV)

24 Transformer:

1) Overall length x breadth x height (mmx mmx mm)

2) Tank length x breadth x height

3) Thickness of plates for

a) Side plate (min) 3.15mm

b) Top and bottom plate (min) 5mm

4) Conservator Dimensions.

Page 94: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 94 -

Sl. No Description As Specified Bidder's Offer 25 Radiation

1) Heat dissipation by tank walls excluding top and bottom

2) Heat dissipation by cooling tube.

3) Diameter and thickness of cooling tube.

4) Whether calculation sheet for selecting cooling area to ensure that the transformer is capable of giving continuous rated output without exceeding temperature rise is enclosed.

26 Inter layer insulation provided in design for:

1) Top and bottom layer Epoxy Dotted Kraft Paper

2) In between all layer Epoxy Dotted Kraft Paper

3) Details of end insulation. Press Board

4) Whether wedges are provided at 50% turns of the HV coil

27 Insulation materials provided a) For conductors (1) HV DPC (2) LV DPC b) For Core Carlite

28 Material and Size of the wire used.

1) HV Dia (mm) (SWG)

2) LV

a) Strip size

b) No. of Conductors in parallel

c) Total area of cross section (sq mm)

29 Whether the name plate gives all particulars as required in Tender

Yes

30 Particulars of bushings HV/LV

1) Maker's name

2) Type IS-3347/ IS-2099/ IS- 7421

3) Rating as per IS

4) Dry power frequency voltage withstand test HV-28KV, LV-3KV

5) Wet power frequency voltage withstand test HV-28KV, LV-3KV

Note:

The following shall be specifically confirmed:

1)

Whether the offer conforms to the limits of impedance mentioned in the specification.

2)

Whether the offer conforms to the limits of temperature rise mentioned in the specification.

3)

Whether the losses of the transformers offered are within the limits specified.

4)

Whether the transformer offered is already type tested for the design and test reports enclosed.

Page 95: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 95 -

SCHEDULE IV ( F) ADDITIONAL DETAILS

(To be furnished by the bidder)

Sl. No

Description

Unit

As Specified

Bidder's Offer

1 Core Grade

CRGO, M3 or Better

2 Core diameter mm

3 Gross core area sq cm

4 Net core area sq cm

5 Flux density Tesla

6 Mass of core kg

7 Loss per kg of core at the specified flux density watt

8 Core window height mm

9 Centre to centre distance of the core mm

10 No. of the LV turns

11 No. of the HV turns

12 Size of the LV conductor bare / covered mm

13 Size of the HV conductor bare / covered mm

14 No. of parallels

15 Current density of LV winding A/sq mm

16 Current density of HV winding A/sq mm

17 Wt. of the LV winding for Transformer Kg

18 Wt. of the HV winding for Transformer Kg

19 No. of LV Coils/ phase

20 No. of HV Coils/ phase

21 Height of LV Windings mm

22 Height of HV Windings mm

23 ID/OD of HV Windings mm

24 ID/OD of LV Windings mm

25 Size of the duct in LV winding mm

26 Size of the duct in HV winding mm

27 Size of the duct between HV and LV mm

28 HV winding to LV winding clearance mm

29 HV winding to tank clearance mm

30 Calculated impedance %

31 HV to earth creepage distance mm

32 LV to earth creepage distance mm

Page 96: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 96 -

ANNEXURE-IV (G ) GUARANTEED TECHNICAL PARTICULARS FOR 100KVA,33/0.433KV(Cu.), 3-PHASE BIS LEVEL-II

RATED DISTRIBUTION TRANSFORMERS (To be furnished by the Manufacturer)

Tender Specification No- CESU /P&S / Transformers / 362 / 2019-20

Sl. No Description As Specified Bidder's Offer 1 Make

2 Name of the Manufacturer

3 Place of Manufacture

3 (a) Type of BIS Specified Level to be fixed near Name Plate.

BIS LEVEL-II

4 Voltage Ratio 33000/433V

5 Rating in KVA 100

6 Core Material used and Grade: CRGO and M3 or Better

a) Flux density as per IS 1180(Part-1) 2014 Latest Amendments

1.9 Tesla (Max.)

b) Over fluxing without saturation (Curve to be furnished by the Manufacturer in support of his claim)

7 Maximum temperature rise of:

a) windings by resistance method

400C over an ambient of 500C

b) Oil by thermometer

350C over an ambient of 500C

8 Magnetizing (no-load) current at:

a) 90% Voltage

b) 100% Voltage 3% (Max.)

c) 112.5% Voltage 6% (Max.)

9 Core loss in watts:

a) Normal voltage

b) Maximum voltage

10 Resistance of windings at 200C (with 5% tolerance)

a) HV Winding (ohms)

b) LV Winding (ohms)

11 Full load losses (watts) at 750C

12 Total losses at 100% load at 750C 1775Watts (Max.)

13 Total losses at 50% load at 750C 510Watts (Max.)

14 Current density used for : (Ampere/ Sq mm)

a) HV Winding 2.4(Max.)

b) LV Winding 2.4(Max.)

15 Clearances : (mm)

a) Core and LV

b) LV and HV

c) HV Phase to Phase

d) End insulation clearance to earth

Page 97: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 97 -

e) Any point of winding to tank

Sl. No Description As Specified Bidder's Offer 16 Efficiency at 750C:

a) Unity P. F. and

b) 0.8 P.F

1) 125% load

2) 100% load

3) 75% load

4) 50% load

5) 25% load

17 Regulation at:

a) Unity P.F.

b) 0.8 P.F. at 750C

18

% Impedance at 750C 4.5+10%(No negative

tolerance)

19 Separate Source Voltage withstand Test:

(I) HV 28kV/50 HZ for 1 minute Yes

(ii) LV 3kV/50 HZ for 1 minute Yes

20

Induced Over Voltage withstand Test (Double Voltage and Double frequency for 1 minute)

66KV for HV winding by applying 0.866 KV on LV at 100Hz for the duration of 1

minute.

21 Impulse test HV-170KV peak, LV- NA

22 Mass of : (kg)

a) Core lamination (minimum)

b) Windings (minimum)

c) Tank and fittings

d) Oil

e) Oil quantity (minimum) (litre)

f) Total weight

23 Oil Data:

1. Quantity for first filling (minimum) (litre)

2. Grade of oil used

3. Maker's name

4. BDV at the time of filling (kV)

24 Transformer:

1) Overall length x breadth x height (mmx mmx mm)

2) Tank length x breadth x height

3) Thickness of plates for

a) Side plate (min) 3.15mm

b) Top and bottom plate (min) 5mm

4) Conservator Dimensions.

Page 98: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 98 -

Sl. No Description As Specified Bidder's Offer 25 Radiation

1) Heat dissipation by tank walls excluding top and bottom

2) Heat dissipation by cooling tube.

3) Diameter and thickness of cooling tube.

4) Whether calculation sheet for selecting cooling area to ensure that the transformer is capable of giving continuous rated output without exceeding temperature rise is enclosed.

26 Inter layer insulation provided in design for:

1) Top and bottom layer Epoxy Dotted Kraft Paper

2) In between all layer Epoxy Dotted Kraft Paper

3) Details of end insulation. Press Board

4) Whether wedges are provided at 50% turns of the HV coil

27 Insulation materials provided a) For conductors (1) HV DPC (2) LV DPC b) For Core Carlite

28 Material and Size of the wire used.

1) HV Dia (mm) (SWG)

2) LV

a) Strip size

b) No. of Conductors in parallel

c) Total area of cross section (sq mm)

29 Whether the name plate gives all particulars as required in Tender

Yes

30 Particulars of bushings HV/LV

1) Maker's name

2) Type IS-3347/ IS-2099/ IS- 7421

3) Rating as per IS

4) Dry power frequency voltage withstand test HV-70KV, LV-3KV

5) Wet power frequency voltage withstand test HV-70KV, LV-3KV

Note:

The following shall be specifically confirmed:

1)

Whether the offer conforms to the limits of impedance mentioned in the specification.

2)

Whether the offer conforms to the limits of temperature rise mentioned in the specification.

3)

Whether the losses of the transformers offered are within the limits specified.

4)

Whether the transformer offered is already type tested for the design and test reports enclosed.

Page 99: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 99 -

SCHEDULE IV (G ) ADDITIONAL DETAILS

(To be furnished by the bidder)

Sl. No

Description

Unit

As Specified

Bidder's Offer

1 Core Grade

CRGO, M3 or Better

2 Core diameter mm

3 Gross core area sq cm

4 Net core area sq cm

5 Flux density Tesla

6 Mass of core kg

7 Loss per kg of core at the specified flux density watt

8 Core window height mm

9 Centre to centre distance of the core mm

10 No. of the LV turns

11 No. of the HV turns

12 Size of the LV conductor bare / covered mm

13 Size of the HV conductor bare / covered mm

14 No. of parallels

15 Current density of LV winding A/sq mm

16 Current density of HV winding A/sq mm

17 Wt. of the LV winding for Transformer Kg

18 Wt. of the HV winding for Transformer Kg

19 No. of LV Coils/ phase

20 No. of HV Coils/ phase

21 Height of LV Windings

mm

22 Height of HV Windings mm

23 ID/OD of HV Windings mm

24 ID/OD of LV Windings mm

25 Size of the duct in LV winding mm

26 Size of the duct in HV winding

mm

27 Size of the duct between HV and LV mm

28 HV winding to LV winding clearance mm

29 HV winding to tank clearance

mm

30 Calculated impedance %

31 HV to earth creepage distance mm

32 LV to earth creepage distance mm

Page 100: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 100 -

ANNEXURE-IV (H ) GUARANTEED TECHNICAL PARTICULARS FOR 1000KVA,33/0.433KV(Cu.), 3-PHASE BIS LEVEL-II

RATED DISTRIBUTION TRANSFORMERS (To be furnished by the Manufacturer)

Tender Specification No- CESU /P&S / Transformers / 362 / 2019-20

Sl. No Description As Specified Bidder's Offer

1 Make

2 Name of the Manufacturer

3 Place of Manufacture

3 (a) Type of BIS Specified Level to be fixed near Name Plate.

BIS LEVEL-II

4 Voltage Ratio 33000/433V

5 Rating in KVA 1000

6 Core Material used and Grade: CRGO and M3 or Better

a) Flux density as per IS 1180(Part-1) 2014 Latest Amendments

1.9 Tesla (Max.)

b) Over fluxing without saturation (Curve to be furnished by the Manufacturer in support of his claim)

7 Maximum temperature rise of:

a) windings by resistance method

450C over an ambient of 500C

b) Oil by thermometer

400C over an ambient of 500C

8 Magnetizing (no-load) current at:

a) 90% Voltage

b) 100% Voltage 3% (Max.)

c) 112.5% Voltage 6% (Max.)

9 Core loss in watts:

a) Normal voltage

b) Maximum voltage

10 Resistance of windings at 200C (with 5% tolerance)

a) HV Winding (ohms)

b) LV Winding (ohms)

11 Full load losses (watts) at 750C

12 Total losses at 100% load at 750C 8280Watts (Max.)

13 Total losses at 50% load at 750C 3000Watts (Max.)

14 Current density used for : (Ampere/ Sq mm)

a) HV Winding 2.4(Max.)

b) LV Winding 2.4(Max.)

15 Clearances : (mm)

a) Core and LV

b) LV and HV

c) HV Phase to Phase

d) End insulation clearance to earth

Page 101: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 101 -

e) Any point of winding to tank

Sl. No Description As Specified Bidder's Offer 16 Efficiency at 750C:

a) Unity P. F. and

b) 0.8 P.F

1) 125% load

2) 100% load

3) 75% load

4) 50% load

5) 25% load

17 Regulation at:

a) Unity P.F.

b) 0.8 P.F. at 750C

18

% Impedance at 750C 5.0+10%(No negative

tolerance)

19 Separate Source Voltage withstand Test:

(I) HV 28kV/50 HZ for 1 minute Yes

(ii) LV 3kV/50 HZ for 1 minute Yes

20

Induced Over Voltage withstand Test (Double Voltage and Double frequency for 1 minute)

66KV for HV winding by applying 0.866 KV on LV at 100Hz for the duration of 1

minute.

21 Impulse test HV-170KV peak, LV- NA

22 Mass of : (kg)

a) Core lamination (minimum)

b) Windings (minimum)

c) Tank and fittings

d) Oil

e) Oil quantity (minimum) (litre)

f) Total weight

23 Oil Data:

1. Quantity for first filling (minimum) (litre)

2. Grade of oil used

3. Maker's name

4. BDV at the time of filling (kV)

24 Transformer:

1) Overall length x breadth x height (mmx mmx mm)

2) Tank length x breadth x height

3) Thickness of plates for

a) Side plate (min) 5.0mm

b) Top and bottom plate (min) 8.0mm

4) Conservator Dimensions.

Page 102: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 102 -

Sl. No Description As Specified Bidder's Offer 25 Radiation

1) Heat dissipation by tank walls excluding top and bottom

2) Heat dissipation by cooling tube.

3) Diameter and thickness of cooling tube.

4) Whether calculation sheet for selecting cooling area to ensure that the transformer is capable of giving continuous rated output without exceeding temperature rise is enclosed.

26 Inter layer insulation provided in design for:

1) Top and bottom layer Epoxy Dotted Kraft Paper

2) In between all layer Epoxy Dotted Kraft Paper

3) Details of end insulation. Press Board

4) Whether wedges are provided at 50% turns of the HV coil

27 Insulation materials provided a) For conductors (1) HV DPC (2) LV DPC b) For Core Carlite

28 Material and Size of the wire used.

1) HV Dia (mm) (SWG)

2) LV

a) Strip size

b) No. of Conductors in parallel

c) Total area of cross section (sq mm)

29 Whether the name plate gives all particulars as required in Tender

Yes

30 Particulars of bushings HV/LV

1) Maker's name

2) Type IS-3347/ IS-2099/ IS- 7421

3) Rating as per IS

4) Dry power frequency voltage withstand test HV-70KV, LV-3KV

5) Wet power frequency voltage withstand test HV-70KV, LV-3KV

Note:

The following shall be specifically confirmed:

1)

Whether the offer conforms to the limits of impedance mentioned in the specification.

2)

Whether the offer conforms to the limits of temperature rise mentioned in the specification.

3)

Whether the losses of the transformers offered are within the limits specified.

4)

Whether the transformer offered is already type tested for the design and test reports enclosed.

Page 103: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 103 -

SCHEDULE IV (H) ADDITIONAL DETAILS

(To be furnished by the bidder)

Sl. No

Description

Unit

As Specified

Bidder's Offer

1 Core Grade

CRGO, M3 or Better

2 Core diameter mm

3 Gross core area sq cm

4 Net core area sq cm

5 Flux density Tesla

6 Mass of core kg

7 Loss per kg of core at the specified flux density watt

8 Core window height mm

9 Centre to centre distance of the core mm

10 No. of the LV turns

11 No. of the HV turns

12 Size of the LV conductor bare / covered mm

13 Size of the HV conductor bare / covered mm

14 No. of parallels

15 Current density of LV winding A/sq mm

16 Current density of HV winding A/sq mm

17 Wt. of the LV winding for Transformer Kg

18 Wt. of the HV winding for Transformer Kg

19 No. of LV Coils/ phase

20 No. of HV Coils/ phase

21 Height of LV Windings

mm

22 Height of HV Windings mm

23 ID/OD of HV Windings mm

24 ID/OD of LV Windings mm

25 Size of the duct in LV winding mm

26 Size of the duct in HV winding

mm

27 Size of the duct between HV and LV mm

28 HV winding to LV winding clearance mm

29 HV winding to tank clearance

mm

30 Calculated impedance %

31 HV to earth creepage distance mm

32 LV to earth creepage distance mm

Signature of Bidder with Company Seal

Page 104: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

Annexure - V Price Schedule for Materials/ Equipments Offered as per Specification No. CESU/362/Transformer/2019-20 (For Procurement of Transformer under FANI Cyclone Head)

Name ofBidder

Item Sl.

No.

Item Description

Unit

Quantity

Price for each unit

Unit Ex-

Works Price ( Rs. )

Unit Packing & Forwarding

Charges ( Rs. )

Unit GST Rate

( Rs.)

Unit freight & insurance and other local costs incidental to delivery ( Rs.)

Total Unit Price inclusive of all taxes & duties

( Rs. )

Total Landing Price inclusive

of taxes & duties ( Rs.)

1 2 3 4 5 6 7 8 9=5+6+7+8 10 = 4 x 9

Total amountinWords Rupees.…………………………………………………………….only Signature of Bidder alongwith Seal &date

Note: 1) Any column left blank shall be treated as NIL / Inclusive of. 2) Unit price under Column-9 is inclusive ofall. 3) In case of discrepancybetween unit price and total price, the unit price shall prevail over the total price.

Signature of the Bidder with seal

The above is to be duly filled up, signed and submitted in sealed condition in a separate envelope superscribed as “ Part-II Bid – Price Bid”

104

Page 105: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 105 -

ANNEXURE VI (A) (TECHNICAL DEVIATION FORMAT)

Tender Specn. No. CESU/362/ Transformers /2019-20 (For Procurement of Transformers under FANI Cyclone Head)

Clause

No Prescribed as per Tender

Specification Deviation in the bidder's Offer

Bidder’s Signature with Seal.

N.B : The bidder has to mention all technical deviations in his offer which differs from the Technical Requirement

of this Tender in above format. Deviations not mentioned in above format but mentioned in any other format or in any other part of the offer document shall not be considered as deviation and the bidder shall be deemed to have accepted our technical requirement withoutdeviation.

Page 106: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 106 -

ANNEXURE VI (B) (COMMERCIAL DEVIATION FORMAT)

Tender Specn. No. CESU/362/ Transformers /2019-20

(For Procurement of Transformers under FANI Cyclone Head)

Clause No

Prescribed as per Tender Specification Provided in the bidder's Offer

Bidder’s Signature with Seal.

N.B : The bidder has to mention all commercial deviations in his offer which differs from the Commercial

Requirement of this Tender in above format. Deviations not mentioned in this format but mentioned in any other format or in any other part of the offer document shall not be considered as deviation and the bidder shall be deemed to have accepted our commercial requirement withoutdeviation.

Page 107: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 107 -

ANNEXURE-VII SELF DECLARATION FORM

Sir,

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

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

there were no debarring actions against us for any default in supply of material / equipments or in the performance of the contract entrusted to us in any of the Electricity Utilities ofIndia.

2. In the event of any such information pertaining to the aforesaid matter found at any given point of time either during the course of the contract or at the bidding stage, my bid/contract shall be liable for truncation / cancellation / termination without any notice at the sole discretion of thepurchaser.

Place- Date-

Yours faithfully,

Signature of the bidder With seal

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

Page 108: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 108 -

Annexure – VIII SCHEDULE OF PURCHASE ORDERS ALREADY EXECUTED TO ELECTRICITY IN THE

LAST 3 FINANCIAL YEARS & CURRENT FINANCIAL YEAR Tender Specn. No. CESU/362/ Transformers /2019-20

(For Procurement of Transformers under FANI Cyclone Head) Ref : Tender Specification No. CESU/362/Transformers/2019-20 Date ofOpening Name & Address of theBidder This is to certify that we have successfully executed following purchase orders for the offered Transformers of same current & voltage rating or higher current & voltage rating related to this tender, during last 3 FinancialYears. Sl. No.

Financial Year

Total quantity of tender transformer of current rating/voltage rating or higher current rating/ voltage rating during the FY

Purchencl

ase Order No. and Date osed / Size & Quantity

Ordered.

Name & Address of the Purchaser

1 FY-2018-19 1. 2. 3. 4. 2 FY 2017-18 1.

2. 3. 4 3 FY 2016-17 1.

2. 3. 4.

Self attested copies of above Purchase Orders have been enclosed at Annexure ------------- in this bid- document.

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

Page 109: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 1 -

TENDER SPECIFICATION NO.CESU/P&S/LT PVC CABLE/363 / 2019-20

FOR

PROCUREMENT OF LT PVC CABLE DATE OF OPENING OF TENDER: Dt. 08.08.2019 / TIME 3.30 P.M. ONWARDS

(UNDER FANI CYCLONE HEAD)

Page 110: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 2 -

CONTENTS

SECTION No. DESCRIPTION PAGE NO.

TENDER NOTICE 3-4

SECTION-I: INVITATION FOR BIDS (IFB) 5 - 8

SECTION-II: INSTRUCTION TO BIDDERS 9 - 15

SECTION-III: GENERAL TERMS AND CONDITIONS 16 - 21 OF CONTRACT (GTCC)

SECTION-IV: TECHNICAL SPECIFICATION 22 - 24

SECTION-V: LIST OF ANNEXURE 25

ANNEXURE-I : ABSTRACT OF GENERAL TERMS AND CONDITIONS

26

ANNEXURE-II : DECLARATION FORM 27

ANNEXURE-III : PBG FORMAT 28 - 29

ANNEXURE-IV : GTP OF LT PVC CABLES 30-31

ANNEXURE-V : PRICE SCHEDULE 32

ANNEXURE-VI(A) : TECHNICAL DEVIATION SHEET

33

ANNEXURE-VI (B) : COMMERCIAL DEVIATION SHEET 34

ANNEXURE-VII : SELF DECLARATION FORM 35

ANNEXURE-VIII : SELF DECLARATION FORM FOR 36 SUCCESSFUL EXECUTION OF P.O.

Page 111: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 3 -

UNDER FANI CYCLONE HEAD TENDER NOTICE

Tender Notice No: CESU/P&S/Materials/FANI/735/ 2019-20/Vol-I /13070/Dt.- 16.07.2019. For and on behalf of the CESU, the undersigned invites sealed tenders in duplicate on two part bidding system from the

eligible bidders, who comply to the terms and conditions for the supply of following materials super scribing the Tender Specification No., Name of the material & date of opening (as mentioned in the specifications).

The tender papers can be obtained from the undersigned at the above address on payment of the cost of Tender Paper

indicated below in shape of D.D drawn on any Nationalized Bank/ Scheduled Bank in favour of the “CESU” payable at Bhubaneswar & the related money receipt issued by CESU against the Tender paper cost should be furnished while submitting the bid documents. The cost of tender paper is non-refundable. SCHEDULE OF MATERIALS TENDERED:

Sl. No

Tender Specification No.

Name of the Materials

Unit Quantity

Cost of Tender Paper

(Rs.)

EMD (Rs.)

1

CESU/P&S/Transform er/362 / 2019-20

i)16 KVA, 11/0.250 KV(Al) Transformer(Level-II)

Nos.

1000

15,000/-+ 12% GST=16,800/-

603000.00

ii)25 KVA, 11/0.433 KV(Al) Transformer(Level-II)

1500 952000.00

iii)63 KVA, 11/0.433 KV(Al) Transformer(Level-II)

1000 1021000.00

iv)100 KVA, 11/0.433 KV(Al) Transformer(Level-II)

2000 2761000.00

v)250KVA, 11/0.433 KV(Al) Transformer(Level-II)

500 1584000.00

vi) 500KVA, 11/0.433 KV(Cu) Transformer(Level- II)

500

3422000.00

vii) 100KVA, 33/0.433KV(Cu) Station Transformer(Level-II)

50

160000.00

viii)1.0 MVA,33/0.433 KV(Cu) Power Transformer(Level-II)

10

153000.00

2 CESU/P&S/LT PVC

Cable/363/ 2019-20

i)3.5Core X 150mm2 KM

250.00 15,000/-+ 12% GST=16,800/-

1431000.00 ii)3.5Core X 185mm2 250.00 1770000.00 iii)3.5Core X 300mm2 250.00 2729000.00

3

CESU/P&S/AB Switch/364 / 2019-20

i)11 KV,200 A, 3 Pole,50 Hz (Horizontal)

Nos.

1000

15,000/-+ 12% GST=16,800/-

87000.00

ii)11 KV,400 A, 3 Pole,50 Hz (Horizontal) 1000 140000.00

TIME SCHEDULES:-

Sl. No. Description of Event Date

1

Sale and downloading of tender document start from

Dt. 19.07.2019

2

Last Date & Time for selling of tender papers

Dt. 07.08.2019 up to 5.00 PM

3

Last Date & Time for submission of tender papers

Dt. 08.08.2019 up to 1.00PM

4 Date & Time for opening of tender Dt. 08.08.2019 from 3.30PM onwards

Page 112: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 4 -

The intending bidders can also download the tender document from our website www. cescoorissa.com/

www.cesuodisha.com. However the bidder has to furnish Demand Draft drawn on any Nationalized Bank /Scheduled Bank in favour of the “CESU” payable at Bhubaneswar for the cost of the bid documents indicated above along with the bid, failing of which the bid will be rejected outright. In the event of any specified date for the sale, submission or opening of bids being declared a holiday for CESU, the bids will be sold / received / opened up at the appointed time on the next working day. CESU also reserves the right to accept or reject any or all tenders without assigning any reason thereof, if the situation so warrants. Request for tender document through postal will not be entertained.

For detail Tender Specification & Terms and Conditions, updates & modifications to these specifications if any, please keep regularly visiting our website www. cescoorissa.com./ www. cesuodisha.com. NB: - As per above tender, the bidders may participate in any one or all of the above items tendered. However bidders who wish to participate in any one or all of the items as mention above, they have to furnish item wise Tender Paper Cost (Money receipt if purchase by cash & DD if downloaded) & EMD amount (in DD) for respective items in separate envelope mentioning Tender Specification No. & Name of the Material.

Sd/- Chief General manager

Page 113: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 5 -

SECTION-I

INVITATION FOR BIDS (IFB)

Page 114: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 6 -

1.0 For and on behalf of the CESU, the undersigned invites bids under two part bidding system in

sealed cover in duplicate duly superscribed with tender specification no. CESU/P&S/LT PVC Cable/363/2019-20 and date of opening Dt. 08.08.2019 from the reputed manufacturers only for design, manufacture, supply, type testing, inspection, loading at factory, transportation to & unloading at site / stores including guaranteed obligation for supply of Type Tested LT PVC Cables of sizes indicated below at clause 5.

2.0 Submission of the Bids: The Bidders are required to submit a detailed and comprehensive bid, consisting of Technical and Commercial Proposal and conditions / schedule of non-compliance, if any. The submission of the Bids shall be in the manner specified in the instruction to Bidders. The due date of submission shall be as detailed below at clause-4.0 .

CESU will not be responsible for any costs or expenses incurred by bidders in connection with the preparation and delivery of bids.

CESU reserves the right to cancel, postpone, withdraw the invitation for Bids without assigning any reason thereof and shall bear no liability whatsoever consequent upon such a decision if the situation so warrants.

4.0 E.M.D & TIME SCHEDULES: Description Date & Time

Last Date & Time of Submission of Tenders Dt. 08.08.2019 up to 1.00P.M

Opening of Tenders Dt. 08.08.2019 from 3.30 PM Onwards

Required Quantities of Materials:- As indicated at clause – 5 below. Completion of the delivery As indicated at clause 5 below.

Cost of Tender Paper ( Non-Refundable)

Rs. 16,800.00 (Rupees Sixteen Thousand Eight Hundred Only ) including 12 % GST in shape of Cash/ account payee demand draft in favour of the CESU: payable at Bhubaneswar only.

Amount of E.M.D payable In shape of account payee Demand Draft in favour of the CESU, Bhubaneswar, drawn from a scheduled Bank. The E.M.D Drafts are to be furnished separately for each item, the bidder wish to participate, as indicated in the Table below.

Sl. No. Name of Materials Unit Quantity Cost of Tender

Paper (Rs.) EMD (Rs.)

1 LT PVC Cable Size : 3.5Core X 150mm2 Kms.

250.000 15,000/- + 12%GST = 16,800.00

1487000.00 2 LT PVC Cable Size : 3.5Core X 185mm2 250.000 1873000.00 3 LT PVC Cable Size : 3.5Core X 300mm2 250.000 2932000.00

: (i) E.M.Ds as prescribed above are to be furnished in shape of A/C Payee Bank Drafts payable to CESU, Bhubaneswar, drawn from Nationalized / Scheduled Banks.

(ii) Local SSI Units located in the State of Odisha / Consortium of SSI Units located in the state of Odisha, having valid registration in D.I.C / NSIC on the date of submission of the tender shall be allowed to deposit 25 % of the E.M.D amount as prescribed above.

(iii) Cost of Tender Papers shall be fully exempted for the local SSI Units / Consortium of SSI units located in the State of Odisha having valid registration in D.I.C / N.S.I.C on the date of submission of the Tender.

Page 115: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 7 -

5.0 SCHEDULE OF REQUIREMENTS & DELIVERY:

Sl. No.

Description of material

Units

Quantity

Within 60 days of issue of P.O (Consignment-I)

Within 90 days of issue of P.O

(Consignment-II)

1 LT PVC Cable Size : 3.5Core X 150mm2

Kms.

250 100 150

2 LT PVC Cable Size : 3.5Core X 185mm2

250 100 150

3 LT PVC Cable Size : 3.5Core X 300mm2

250 100 150

Note: (i) CESU may re-schedule the due date of delivery as per their requirement. (ii) The supply of exact quantity being not feasible, variation in total length of the cables to be

supplied is allowed up to ± 5% while accepting the lot. However the payment shall be made as per actual length accepted within this tolerance.

QUALIFICATION OF BIDDERS: Criteria for qualification :

6.1.1 Technical: a) The bidder should be a manufacturer of ISI Marked LT PVC Cables for which he submits his offer. The bidder

must furnish valid B.I.S License to use ISI Marks for the offered Cables. b) The Bidder has to quote full tendered quantities of LT PVC Cables (of any one size or more )covered under

this specification. For offered LT PVC Cable, the bidder should have supplied LT PVC Cable of same size or higher sizes / voltage rating minimum 50% o f the tendered quantity during any one o f the financial year out of the immediate past three financial year. Bidders shall submit self attested copies of P.O’s executed successfully for the relevant years and abstract there o f ( as per Annexure -VIII) to prove the quantity as supplied.

c) The bid shall be accompanied by user’s certificate from any Distribution Utility/ State Govt./Central Govt. Organisation o r their undertaking (s) in support o f satisfactory performance o f LT PVC Cable of tendered size or higher, supplied earlier to them.

d) The offered tendered PVC Cable should have been type -tested at CPRI/ ERDA. The bid shall accompany with type-test reports conducted at Central Power Research Institute/ERDA for the offered materials conducted within five years before the date of opening of the tender. Bids not accompanied with type test reports conducted within five years shall not be considered for evaluation.

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

f) CESU reserves the right to waive minor deviation, if they do not materially affect the capacity of the bidder to perform the contract.

Financial : The minimum average annual turnover of the bidder in the best 3 (Three) years out of the immediate past 5 (Five) financial year o f the tender notification should be equal to o r more than the value mentioned against each item.

Item Sl No.

Name of the item Required Turn Over value (Rs. Crore)

1 LT PVC Cable Size : 3.5Core X 150mm2 14.87 2 LT PVC Cable Size : 3.5Core X 185mm2 18.73 3 LT PVC Cable Size : 3.5Core X 300mm2 29.32

However, if the bidder is applying for more than one item, then the minimum average annual turn over should be equal to or more than the total turn over value mentioned as above against each item.

Page 116: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 8 -

Documentation : Bidder shall furnish copies o f original documents defining the constitution or legal status, place of registration and

principal place of business namely Memorandum and Article o f Association. Written power o f attorney / Board Resolution o f the authorised signatory of the bid. Bidders shall submit their audited financial annual accounts for last three years prior to the year o f tender. In case the

Bidder is in existence for less than three years the audited financial annual accounts from the date of its incorporation should be furnished.

Copies of Purchase Orders successfully executed, User Performance Certificates, Type Test Reports, if any. Valid ITCC & GSTIN Registration Certificate.

7.0 THE PURCHASER’S RIGHT TO VARY QUANTITIES: CESU reserves the right to increase the ordered quantity up to 100% over the Tendered Quantity without any change in terms and conditions at the time of placing the orders or at any stage during implementation of the project executed under this contract.

All Correspondences with regard to above tender shall be made to following address. Chief General Manager (Technical) CESU Head Quarters 2nd Floor, IDCO Towers, Bhubaneswar -751022

Page 117: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 9 -

SECTION-II

INSTRUCTION TO BIDDERS (ITB)

Page 118: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 10 -

SECTION –II

INSTRUCTION TO BIDDERS (ITB)

SOURCE OF FUNDS: CESU hereinafter referred to as the “Purchaser’” is desirous of procurement for above tendered LT PVC

Cable from the funds available under FANI Cyclone Head. SCOPE OF WORK: The scope of work in brief shall include design, manufacture, inspection, supply, loading at factory,

transportation to site / unloading at stores including guaranteed obligation of complete supply of materials (As per Clause 5 of Section-I IFB) in conformity to the technical specification enclosed herewith in Section –IV.

DISCLAIMER: This Document includes statements, which reflect various assumptions, which may or may not be correct.

Each Bidder should conduct its own estimation and analysis and should check the accuracy, reliability and completeness of the information in this Document and obtain independent advice from appropriate sources in their own interest.

Neither CESU nor its employees will have any liability whatsoever to any Bidder or any other person under the law or contract, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage whatsoever which may arise from or be incurred or suffered in connection with anything contained in this document, any matter deemed to form part of this document, provision of Services and any other information supplied by or on behalf of CESU or its employees, or otherwise arising in any way from the selection process for the Supply / provision of Services for the Project.

Though adequate care has been taken while issuing the Bid document, the Bidder should satisfy himself that documents are complete in all respects. Intimation of any discrepancy/ doubt shall be sent in the CESU address for speedy response.

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

COST OF BIDDING: The Bidder shall bear all costs associated with the preparation and submission of its Bid and CESU will in no

case be responsible or liable for those costs. BIDDING DOCUMENTS: The Scope of Work, Bidding Procedures and Contract Terms are described in the Bidding Documents. In

addition to the covering Letter accompanying Bidding Documents, the Bidding documents include: (a) Invitation of Bids (IFB) - Section –I (b) Instruction to Bidders (ITB) - Section –II (c) General Terms and Conditions of Contract (GTCC) - Section –III (d) Technical Specification - Section –IV (e) List of Annexures - Section –V

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

AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of Bids, CESU may, for any reason, whether at its own

initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by way of issuing an addendum.

The Amendment / Addendum shall be part of the Bidding Documents, pursuant to Clause 6.1, and it will be binding on the Bidder(s).

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

LANGUAGE OF BID: The Bid, prepared by the Bidder, and all correspondence and documents relating to the Bid exchanged by the

Bidder and the CESU, shall be written in the English Language. Any printed literature furnished by the

Page 119: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 11 -

Bidder may be written in another Language, provided that this literature is accompanied by an English translation, in which case, for purposes of interpretation of the Bid, the English translation shall govern. DOCUMENTS COMPRISING THE BID:

The Bid prepared and submitted by the Bidder shall comprise of two parts i.e. Part-I (Techno-Commercial Part), & Part-II (Price Bid). (A) The Part-I (Techno-Commercial Part) must contain the following documents. (a) Bid Document signed by the bidder in every page, all other Schedules / Formats enclosed in the Bid-

Document (i.e. Annexure-I, II, IV, V, VI (A), VI (B), VII, VIII) duly filled in & signed by the bidder with seal. Bids containing information in formats other than our prescribed formats as above shall not be acceptable and may make the bid non-responsive.

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

(c) Following Documentary evidence establishing in accordance with Clause-6, IFB, that the Bidder is qualified to perform the Contract if the Bid is accepted; i) Self attested copies of Purchase Orders executed in last 3 Years. ii) Self attested copies of Performance Certificates / Successful contract completion Certificates from

above buyers preferably from Electricity Distribution Utilities / Government Organizations. iii) Copies of Profit & Loss Accounts & Audited Balance Sheet indicating Turnover for best 3 financial

years out of last 5 financial years. iv) A copy of valid BIS License to manufacture ISI Marked LT PVC Cable. v) Valid ITCC & GST registration number.

(d) Power of Attorney / Board resolution indicating that the person(s) signing the Bid have the authority to sign the Bid and as such the Bid is binding upon the Bidder during the full period of its validity, in accordance with clause 14.

(e) Requisite Cost of Tender Document as per clause 4 of Section –I, IFB in shape of Bank Draft from a Scheduled/Nationalized Bank issued in favour of the CESU Payable at Bhubaneswar is to be enclosed along with the Bid, if the document is downloaded from our web-site.

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

SUBMISSION OF BID: The Bidder shall complete and submit the Bid Document in duplicate enclosing all documents at clause “8”

above in two sealed envelops for Original & Duplicate separately, super scribing Tender Notice No:13070 Date: 16.07.2019 Tender Specification No 363, Date of Opening 08.08.2019 & Description of Material.

E.M.D: The bidder shall submit E.M.D as a part of the bid in the prescribed manner for the amount mentioned in Clause No.4

of Section –I. The E.M.D is required to protect the CESU / it’s representative against the risk of bidder’s conduct, which would

warrant the security’s forfeiture. Local SSI units located in the State of Odisha having valid registration in DIC/NSIC are allowed exemption on Cost

of Tender Document & EMD to the extent, as per clause 4.0, Section-I of this Tender Document. The E.M.D shall be in the following form:

A/C Payee Demand Draft in favour of the CESU issued by a Scheduled/Nationalized Bank payable at Bhubaneswar only.

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

The E.M.D may be forfeited due to following reasons: 1) If the bidder withdraws bid during the period of bid validity specified by the bidder in the bid form. 2) In case the successful bidder fails to sign the contract in specified time. 3) In case of failure to supply the Materilas/Equipments during the contractual delivery period.

BID PRICE: Bidders have to quote for the full quantity covered under this specification strictly as per the enclosed format

in Section –V. The total Bid Price shall also cover all the Supplier’s obligations mentioned in or reasonably to

Page 120: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 12 -

be inferred from the Bidding Documents in respect of Design, Supply, testing, inspection, Transportation to Site/stores, all in accordance with the requirement of Tender Documents. The Bidder shall complete the appropriate Price Schedules enclosed herein at Annexure – V, stating the Unit Price for each item, all other leviable taxes & duties, transportation, insurance separately and thereby arriving at the total Price.

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

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

Prices quoted by the Bidder shall be “FIRM” and not subject to any price adjustment during the performance of the Contract. A Bid submitted with variable Price or an adjustable price clause shall be treated as non- responsive and rejected outright.

The Prices quoted in the Price Schedule shall be treated as final. The bidders should take care of specifying the break up prices along with the rates of taxes & duties in respective columns in the Price Schedule.

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

The Ex-Works Prices quoted for the Contract shall remain FIRM as per the above Parameters and CESU shall not compensate Bidder for any variations. However, any variation in the taxes & duties within the Scheduled date of delivery shall be borne by CESU, else the same shall be borne by the Bidder. BID CURRENCIES:

Prices shall be quoted in Indian Rupees Only. DOCUMENTS ESTABLISHING CONFORMITY TO THE BIDDING DOCUMENTS:

The bidder shall confirm by documentary evidence of the Good’s conforming to the Bidding Documents by submitting <Materials> data sheets. PERIOD OF VALIDITY OF BIDS:

Bids shall remain valid for 180 days from the date of opening of Bids. Notwithstanding Clause 14.1 above, CESU may solicit the Bidder’s consent to an extension of the Period of Bid

Validity. The request and the responses thereto shall be made in writing or by Fax. ALTERNATIVE BIDS:

Bidders shall submit Bids, which comply with the Tender Documents. Alternative bids shall not be considered for evaluation. FORMAT AND SIGNING OF BID:

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

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

The Bid shall contain no interlineations, erasures, overwriting except as necessary to correct errors, made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid. SEALING AND MARKING OF BIDS:

Bid submission: One Original Hard Copy of all the Bid Documents shall be sealed and submitted to the CESU before the closing time for submission of the bid.

The Bid proposal should be divided into two parts and should be submitted in two separate sealed envelopes, addressed to CESU. All the envelopes should bear the Name and Address of the Bidder and marking for the Original and the duplicate copy. The envelopes should be super-scribed with the title of its contents, as follows: i) TECHNO COMMERCIAL BID ENVELOPE: Shall contain the Bid Security, Cost of Tender

Document, all supporting documents for qualifying requirement of this tender, duly filled in formats. Abstract of General Terms & Conditions, Declaration Form, Technical Data Schedule, Technical & Commercial Deviations formats, Un-quoted blank Price Schedule etc. enclosed at Annexure I, II, IV, V, VI(A) , VI (B), VII, VIII ) at Section-V of this document .

Page 121: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 13 -

ii) PRICE BID ENVELOPE: Shall contain the Price schedule duly filled in & ink-signed as per Annexure –V at Section-V of this document. (This shall be submitted in a double sealed envelope separately.)

The inner and outer envelopes shall: a) Be addressed to the Purchaser at the following address:

Chief General Manager (Technical) CESU Head Quarters, 2nd Floor, IDCO Towers, Bhubaneswar – 751022 Ph: 0674 – 2545681 Fax:0674-2543125

b) Bear the Project name as: “Design, Manufacture, Testing, Inspection and Supply of tendered LT PVC Cable as per Schedule of Requirement in Section-(I) – Specification No CESU /P&S/LT PVC Cable/ 363/2019-20.

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

The Bidders have the option of sending the Bids by post/ Courier services or in person. Bids submitted by Telex/Telegram/Fax will not be accepted. No request from any Bidder to CESU to collect the proposals from Airlines/ Cargo Agents etc. shall be entertained by CESU. DEADLINE FOR SUBMISSION OF BIDS:

The original Bid together with required copies, must be received by the CESU at the address specified in Clause 17.3 not later than Dt.08.08.19, 1.00PM (IST) on the due date as indicated in the invitation for bids.

CESU may, at its discretion, extend the dead line for the submission of Bids by amending the Bidding Documents, in which case all rights and obligations of CESU and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended. ONE BID PER BIDDER:

Each Bidder shall submit only one Bid. LATE BIDS:

Any Bid received by CESU after the deadline for submission of Bids prescribed by CESU, pursuant to Clause-18, will be declared “Late” and rejected outright and returned unopened to the Bidder. MODIFICATION AND WITHDRAWAL OF BIDS:

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

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

No Bid may be modified subsequent to the deadline for submission of Bids. No Bid may be withdrawn in the interval between the deadline for submission of Bids and the expiry of the period of

Bid validity specified by the Bidder on the Bid form as per clause-14. EVALUATION OF BID:

PROCESS TO BE CONFIDENTIAL: Information relating to the examination, clarification, evaluation and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process. Any effort by a Bidder to influence CESU’s processing of Bids or award decisions may result in the rejection of the Bidder’s Bid.

23.0 CLARIFICATION OF BIDS: To assist in the examination, evaluation and comparison of Bids, CESU may, at its discretion, ask the Bidder for a clarification of its Bid. All responses to requests for clarification shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted. PRELIMINARY EXAMINATION OF BIDS / RESPONSIVENESS:

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

Page 122: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 14 -

Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price per item that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price per item will be corrected. If there is a discrepancy between the Total Amount and the sum of the total price per item, the sum of the total price per item shall prevail and the Total Amount will be corrected.

Prior to the detailed evaluation, pursuant to Clause 25, CESU will determine the substantial responsiveness of each Bid to the Bidding Documents including production capability and acceptable quality of the materials offered, pursuant to Clause 13. Substantially responsive Bid is one, which confirms to all the terms and conditions of the Bidding Documents without material deviation.

A Bid determined as not substantially responsive will be rejected by CESU and will not subsequently allowed to be made responsive by the Bidder by correction of the non – conformity. EVALUATION AND COMPARISON OF BIDS:

The evaluation of Bids shall be done basing on the delivered cost competitiveness basis of item. The evaluation of the Bids shall be a stage-wise procedure. The following stages are identified for evaluation purposes: In the first stage, the Bids would be subject to a responsiveness check as detailed in the clause-24. The Technical

Proposals and the Commercial terms & conditions of the Bidders would be evaluated and discussed as per clause-26 of this document.

Subsequently, the Financial Proposals submitted along with the Techno commercially bid shall be considered for evaluation. Supplementary financial proposal submitted by the bidder after due date of opening of part-I bid shall not be considered for evaluation unless otherwise specifically asked by CESU. CESU’s evaluation of a Bid will take into account, in addition to the Bid price, the following factors, in the manner and to the extent indicated in this Clause:

a) Delivery Schedule: b) Deviations from Bidding Documents as mentioned in Non-Compliance Schedule. c) Past performance and capability to execute the contract.

Bidders shall base their Bid price on the terms and conditions specified in the Bidding Documents. The Cost of all quantifiable deviations and omissions from the specification, terms and conditions, specified in Bidding Documents shall be evaluated. CESU will make his own assessment of the cost of any deviation for the purpose of ensuring fair comparison of Bids. AWARD OF CONTRACT: In normal circumstances CESU will generally award the Contract to the successful Bidder whose Bid has been determined to be the lowest evaluated responsive Bid, provided further that the Bidder has been determined to be qualified to perform the Contract satisfactory. If the lowest evaluated price (L1) of more than one responsive bidder(s) are same, then in such event the tender quantity shall be awarded in equal proportion.

However, for timely completion of project, CESU may distribute the order among the bidders (maximum three) at L1 rate. In case of distributing between two bidders, the ratio shall be 70% (L1) : 30% (L2) or the quantity offered / quoted by the bidders whichever is less. Similarly in case of distributing among 3 bidders, the ratio shall be 50% (L1) : 30% (L2) : 20% (L3). In case L2 or L3 bidders does not agree to match the L1 prices, negotiation can be held with other techno-commercially responsive L4, L5 …… bidders in sequence to match L1 price (Landed Cost).

CONTACTING CESU: From the time of Bid opening to the time of contract award, if any Bidder wishes to contact CESU on any matter

related to the Bid, he should do so in writing. Any effort by a Bidder to influence the CESU and / or in the CESU’s decisions in respect of Bid evaluation, Bid

comparison or Contract of Award will result in the rejection of the Bidder’s Bid. CESU’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS OR TO RELAX ANY TERMS AND CONDITIONS:

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

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

Page 123: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 15 -

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

CESU’S RIGHT TO VARY QUANTITIES: The Purchaser reserves the right to increase the quantity up 100% of tendered quantity without any change in terms and conditions at the time of placing the orders or at any stage during implementation of the project executed under this contract.

LETTER OF INTENT / NOTIFICATION OF AWARD: The letter of intent / Notification of Award shall be issued to the successful Bidder(s) whose bid(s) have been

considered responsive, techno-commercially acceptable and evaluated to be the Lowest (L1). The successful Bidder shall be required to furnish a letter of acceptance within 7 days of issue of the letter of intent / Notification of Award by CESU. PERFORMANCE SECURITY:

Within 30 days of the receipt of Notification of Award / Letter of Intent from CESU, the successful Bidder shall furnish the Performance Security in the form of Bank Guarantee executed on non-judicial stamp paper worth Rs.100/- (Rupees One hundred only) issued by a Scheduled/Nationalized Bank in favour of CESU encashable at Bhubaneswar only for an amount of 10% (ten percent) of the Contract Price (Full Order value) in accordance with the General Conditions of Contract in the Performance Security Form provided in Section –V of Bidding Documents. The Bank Guarantee shall be valid for a period not less than 90 days over and above the guarantee. Initially the above Performance BG submitted by the supplier should be valid for at least 36 months considering the scheduled last date of delivery. If the materials are not delivered within the schedule date of delivery, then the Performance Bank Guarantee shall be extended accordingly, considering the actual last date of delivery of all order materials at departmental store. The said extended BG shall be submitted for necessary confirmation & approval. CORRUPT OR FRAUDULENT PRACTICE:

CESU requires that the Bidders observe the highest standard of ethics during the procurement and execution of the Project. In pursuance of this policy, CESU: a) Defines, for the purposes of this provision, the terms set forth below as follows:

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

ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the CESU, and includes collusive practice amount Bidders (prior to or after Bid submission ) designed to establish Bid prices at artificial non- competitive levels and to deprive the CESU of the benefits of free and open competition.

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

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

Further more, Bidders shall be aware of the provision stated in the General Terms and Conditions of Contract. 29.0 LITIGATION HISTORY:

The Bidder should provide accurate information on any litigation or arbitration resulting on contracts completed or under execution by him over the last three (3) years. A consistent history of awards involving litigation against the Bidder or any Partner of a consortium may result in disqualification of Bid.

Page 124: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 16 -

SECTION-III

GENERAL TERMS & CONDITIONS OF CONTRACTS (GTCC)

Page 125: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 17 -

SPECIFICATION No. CESU/363/LT PVC Cable/2019-20 GENERAL TERMS AND CONDITIONS

(For supply of LT PVC Cable) General Instruction All the Bids shall be prepared and submitted in accordance with these instructions. Bidder shall bear all costs associated with the preparation and delivery of its Bid, and the Purchaser will in no

case shall be responsible or liable for these costs. The Bid should be submitted by the Bidder in the name the bid document has been originally issued and under no

circumstances it shall be transferred / sold to the other party. The Purchaser reserves the right to request for any additional information and also reserves the right to reject the

proposal of any Bidder, if in the opinion of the Purchaser, the data in support of Tender requirement is incomplete.

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

2.0 Scope of Proposal : The scope of this specification calls for supply in accordance with the technical specifications covering design, engineering, manufacturing and supply of LT PVC Cable of sizes mentioned in the schedule of requirements of IFB, at Store Sub-division, Bhubaneswar / Choudwar of CESU. The bidders are required to tender for the full quantity of material(of any one size or more )covered. Offers for reduced quantity for any size of LT PVC Cable would be rejected outright.

3.0 Qualifying Criteria for Bidders:- 1. The bidder should be a manufacturer of ISI Marked LT PVC Cables for which he submits his offer.The required type

tests must have been carried out not later than 5 years before the date of opening of bids. The bids shall accompany self attested copies of such type test reports conducted at Central Power Research Institute /ERDA. Bids without valid Type Test Report shall be rejected outright.

2. The bidders should posses valid License from Bureu Of Standards to manufacture ISI Marked LT PVC Cable as an evidence as a manufacturer of ISI Marked LT PVC Cable. . The bids should accompany a self-attested copy of valid B.I.S License failing which the bids may be treated non-responsive.

3. All bids should accompany bid security ( EMD ) for amounts mentioned at clause 4, Section – 1 of this specification in the form of crossed Bank Draft / Pay order drawn from a Scheduled Bank in favour of CESU, Bhubaneswar encashable at Bhubaneswar . Bids without EMD shall be rejected outright.

4. The Bidder have to quote full tendered quantity of LT PVC Cable covered under this specification, they chose to quote/offer. The bidder should have supplied LT PVC Cable of same size or higher sizes / voltage rating minimum 50% of the quoted/offered quantity during any one of the financial year out of the immediate past three financial year or Current Financial Year. Bidders shall submit self attested copies of P.O.’s executed successfully for the relevant years and abstract there of( as per Annexure-VIII) to prove the quantity as supplied.

5. The bid shall be accompanied by self attested copies of performance certificate / Successful contract completion certificates from any Electricity Distribution Company, State or Central PSUs in support of satisfactory performance of their supplied cables for at least 1 year from the date of commissioning within a period of last 5 years .

6. The bidders should give offer for the full quantity of tendered items, in which they participate. Offers for reduced quantity or covering a portion of the items would be out rightly rejected. However the offers with item/items with full quantities only shall be considered.

Page 126: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 18 -

7. The minimum average annual Turn over of the intending bidder during last three financial year should not be less than the amounts specified at clause 6.1.2, Section – 1, Instruction to the Bidders (ITB) of this specification.

4.0 Earnest Money Deposit (EMD) : The Tender must be accompanied by Earnest Money Deposit for amounts mentioned at clause 4, Section – 1 of this specification in shape of Demand Draft drawn from any Scheduled Bank in favour of CESU, Bhubaneswar payable at Bhubaneswar. Bids without EMD will be rejected out right. No adjustment of any previous deposit will be entertained. Local SSI units located in the State of Odisha having valid registration in DIC/NSIC may avail exemption on Tender Cost & EMD as provided under Clause 4.0 of Section – I of this Tender Specification. The EMD shall be forfeited in case of refusal to accept LOA or non execution of supply of orders.

Submission of Bid(s) Bidders are required to submit their bids in duplicate on two part bidding basis i.e Part 1 Bid Document for

Techno Commercial Bid & Part II Bid Document for Price Bid in following manner. (a) The Part I bid document set shall comprise of the following

(i) Guaranteed Technical Particulars (as per annexure-IV) is to be filled in & signed in each page by the bidder.

(ii) Abstract of General Terms & Condition (as per annexure-I), Declaration Form (as per annexure-II) & Non-Compliance Schedule (as per annexure-VI (A) & VI (B)) is to be filled in & signed in each page by the bidder.

(iii) Copy of this bid document duly signed by the bidder in each page. (iv) Details of previous P.O executed by the bidder during the last 5 (five) years in the format duly signed in

ink as in Annexure-VIII.(Self attested Copies of P.Os, successfully executed by the bidder must be enclosed along with this Annexure)

(v) Self attested copies of certificate on performance of LT PVC Cable from the buyers for the LT PVC Cable supplied earlier by the bidder.

(vi) Self attested copies of type test reports of materials tendered carried out within last 5 (five) years. (vii) Self attested copy of presently valid license for use of ISI mark on LT PVC Cable offered for supply. (viii) Brief details of quality assurance procedures followed for manufacture of tendered products. (ix) Bid Security ( EMD Draft) shall be kept in a separate sealed envelope duly superscribed “ Bid security

for Tender Specification No.”CESU/363/LT PVC Cable/2019-20” to be opened on Dt.:08.08.19. (x) Self attested copies of audited profit & loss Account for best 3 years out of last five years. (xi) Self attested copies of Valid ITCC & GSTIN are to be furnished. (xii) Original Bank draft amounting Rs.16, 800.00 towards the cost of Tender Documents.

The documents as in (i) to (xii) above shall be kept in an envelope super scribed there on “ Original Part – I Bid (i.e Techno-Commercial Bid document with EMD inside) for Bid specification No .CESU/ 363/LT PVC Cable/2019-20 to be opened on Dt.08.08.2019”

b) Self attested copies of all the documents as contained under clause (a) above shall be placed in another sealed envelope super scribed as “ Duplicate Part – I Bid documents ( Techno-commercial ) for Bid Specification No. CESU/ 363/LT PVC Cable/2019-20.

(b)Part II Bid (Price Bid) Price bid in duplicate in separate sealed envelope with superscription “ price bid against bid specification No. CESU/ 363/LT PVC Cable/2019-20 ) NOT TO BE OPENED on Dt. 08.08.2019”

One copy of original bid as above but excluding price bid, bid security shall be placed in another envelope duly sealed and superscribed there on “ Duplicate copy of Bid ” .

The original and duplicate bids may be placed in another envelope and submitted to the designated officer of CESU. Bid Validity:

The offer shall be valid for a period not less than 180 days from the date of opening. Telegraphic tenders will not be accepted.

Receipt and opening of the Tender: Tenders in duplicate as described under Clause – 3 shall be received in the office of the CGM (Tech.), Central Electricity Supply Utility of Orissa, Head Office - IDCO Towers (IInd Floor) , Bhubaneswar - 751012 and shall be opened on the scheduled date and time as specified at Section – I of IFB (Information to the bidders) in presence of bidders or their authorized representatives who may wish to be present.

Page 127: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 19 -

6.0 Price :- The price quoted shall be firm and shall be on FOR destination store at Bhubaneswar / Choudwar of CESU. Quoted price shall be indicated both in words and figures. No over writing will be allowed. In case of any discrepancy the price written in words shall be treated as final. The break up Price such as Basic Price, G.S.T. Transit Insurance, Freight, Packing & Forwarding shall be clearly mentioned in the bid as per the Prescribed Price Schedule as at Annexure - V. Another copy of original bid as described above but excluding Bid security and price bid shall be placed in another sealed envelope with appropriate superscription. Both the original and copy of bid as described above shall be furnished to the designated officer keeping the two envelopes inside another envelope

Evaluation Process:- After opening of part-I bids, responsive bidders will be identified considering bidder’s compliance to the qualification criteria besides assessing their capability to manufacture and deliver the required goods. Price bids of only responsive bidders will be opened and price comparison will be carried out. Final vendor selection will be done on the basis of lowest competitive price of LT PVC Cable and must be economical to the purchaser. For price comparison purpose conditional rebates/ discounts offered for LT PVC Cable shall not be taken into account. But while placing orders the purchaser will avail this offered facility if any.

AWARD OF CONTRACT In normal circumstances the Purchaser will generally award the Contract to the successful Bidder whose Bid has been determined to be the lowest evaluated responsive Bid, provided further that the Bidder has been determined to be qualified to perform the Contract satisfactorily. However for sensitive items, to have better reliability in supply, the Purchaser at its option/ discretion

may split the total quantity to be supplied between two or more Techno- Commercially responsive Bidders in following manner. In case of splitting of Order between two responsive bidders, total order quantity may be distributed in 70 : 30 ratio between L1 & L2 bidders provided the L2 bidder agrees to match the evaluated unit landing price in either of following ways, which ever is lower. i) Unit landing Price of L1 bidder provided the applicable Tax Rate is same for both the bidders. OR ii) The Ex-Works Price of L1 bidder with Tax Rate as applicable to L2 bidder. techno-commercially

responsive L3, L4, L5 ---- bidders in sequence, to supply at unit landing Price as mentioned above. CONTACTING THE PURCHASER

From the time of Bid opening to the time of contract award, if any Bidder wishes to contact the Purchaser on any matter related to the Bid, he should do so in writing. Any effort by a Bidder to influence the Purchaser and / or in the Purchaser’s decisions in respect of Bid evaluation, Bid comparison or Contract of Award, will result in the rejection of the Bidder’s Bid.

8.0 Submission of Contract Performance Bank Guarantee :- A Contract Performance Bank Guarantee (CPBG) drawn in favour of CESU and encashable at

Bhubaneswar as per the Performa enclosed for 10% (Ten percent) of the total value of the purchase order should be furnished from a Nationalised / Scheduled Bank, in favour of Central Electricity Supply Utility of Orissa, Bhubaneswar, within 30 days of issue of the Purchase Order as provided under clause 27.1 of Section II of this Tender Document.

9.0 DESPATCH OF MATERIALS : After receipt of successful inspection reports as above & approval of the same, the dispatch instruction shall

be issued by the undersigned.

The materials shall be dispatched by the supplier to the consignee indicated in the dispatch instruction. The consignment of the dispatched materials shall be accepted at the designated CESU Stores after due physical verification observing departmental formalities.

Page 128: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 20 -

However in case of any future discrepancy regarding the quality of materials delivered during guarantee period, the purchaser reserves the right to test the samples of the cables supplied, at CPRI or any Govt. testing Laboratory. In such case the results of the testing laboratory shall be binding to both the parties.

delivery before the schedule date would be welcome. 10.0 Rejection of materials :-

In the event of the materials supplied by the supplier are found defective in quality and the workmanship is poor or otherwise not in conformity with the requirements of the contract specification, the Purchaser shall either reject the materials or advise the suppliers in writing to rectify the defects where possible. The suppliers on receipt of such notification shall either rectify or replace the defective materials free of cost to the purchaser. If the suppliers fail to comply purchaser may at his option.

A) Replace or rectify such defective materials and recover the extra cost so involved plus 15% from the suppliers. B) Terminate the contract for balance supply with enforcement of penalty as per contract. C) Accept the defective materials at reduced prices to be fixed exclusively by the purchaser. D) The supplier shall take back rejected good at his own cost and responsibility when asked upon by the purchaser within the stipulated period.

11.0 Guarantee Period :- The material covered by this specification should be guaranteed for satisfactory operation against

defects in design and workmanship for a period of at least 30 months from the date of supply or 24 months from the date of use/operation which ever is earlier.

The above guarantee certificate shall be furnished in triplicate to the Purchaser for approval. Any defects noticed during the above period should be rectified by the supplier free of cost to the purchaser provided such defects are due to faulty design, bad workmanship or bad materials used on receipt of written notice from the Purchaser. The term date of supply used in this case shall mean the date of receipt and verification there to by the consignee of the owner.

12.0 Penalty for delay in completion of Delivery :- If the supplier shall fail to deliver the materials within the delivery schedule specified in the contract or

any extension granted thereby, the supplier shall be liable for payment of penalty amounting to 0.5 % (half percent) of the contract price of undelivered good per week subject to the maximum of 5 % ( five percentage ) of the total contract price and subject to force majeure conditions .

13.0 Terms of Payment 100 % value of each consignment will be paid within 30 days of receipt of materials in good conditions at

stores/ desired destination and verification there of subject to approval of the Guarantee certificates & Test Certificates, and Submission and approval of the required Performance Bank Guarantee at the rate of 10% (ten percent) of the Total Contract price on non-judicial stamp paper worth Rs.100/- in the prescribed format from a Nationalized/Scheduled Bank encashable at Bhubaneswar only valid for 90 days over and above the Guarantee period.

Else, An equivalent amount of 10% of the total contract price shall be deducted from the payment made for the first Consignment and the same amount shall be released after submission and approval of the PBG amounting 10% of the total contract price or expiry of the Guarantee Period whichever is earlier.

14.0 Purchaser’s Rights:- The purchaser reserves the right to accept any bid or reject any or all bids or cancel / withdraw

invitation of bid / relax any qualifying norms without assigning any reason to such decis ion. Such decision by the purchaser shall bear no liability.

Page 129: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 21 -

15.0 FORCE MAJEURE (i) Force majeure is herein defined as any cause which is beyond the control of the

Contractor or the Owner as the may be, which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affects the performance of the contract, such as:

a. Natural phenomena, including but not limited to floods, droughts, earthquakes and epidemics;

b. Acts of any Government, domestic or foreign, including but not limited to war, declared or undeclared, priorities, guarantees, embargoes. Provided either party shall within fifteen (15) days from the occurrence of such a cause notify the other in writing of such causes.

(ii) The Contractor or the Owner shall not be liable for delays in performing his obligations resulting from any force majeure cause as referred to and/or defined above. The date of completion will, subject to hereinafter provided, be extended by a reasonable time even though such cause may occur after Contractor’s performance of obligation has been delayed due to other causes.

DISPUTE RESOLUTION AND JURISDICTION:

(i) Any Disputes arising out of this contract shall be referred to the CEO, CESU who shall decide the case as sole Arbitrator.

(ii) For the purpose of dispute resolution, this agreement shall be governed by the provision of Arbitration and Conciliation Act,1996.

(iii) All disputes shall be subjected to exclusive jurisdiction of the Courts at Bhubaneswar and the writ jurisdiction of Hon’ble High Court of Odisha at Cuttack.

Page 130: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 22 -

SPECIFICATION No.CESU/363/LT PVC Cable/2019-20

SECTION-IV

TECHNICAL SPECIFICATION

Page 131: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 23 -

INSPECTION & TESTING: The ordered materials shall be inspected & tested by our authorized inspector at your factory

premises before dispatch of materials. Accordingly the supplier should offer their pre -dispatch inspection offer of 1st consignment of ordered materials immediately for deputing our authorized inspectors for said inspection towards timely delivery of 1st consignment of ordered materials i,e. within 15 (fifteen) days of issue of this order. Similar procedure should be followed by the bidder for pre -dispatch inspe ction offer of the 2nd consignment of ordered materials for timely delivery of 2nd consignment of ordered materials. a) Stage –I Inspection:

Initially packing list of materials offered for inspection, Raw materials invoices for materials used to manufacture offered LT PVC Cables, Test Reports of such Raw Materials, Routine Test reports for the offered materials, up-to date calibration certificate of measuring instruments to be used for testing of offered materials & B.I.S License to use ISI marks for the offered product for inspection shall be verified by the inspecting officer, before proceeding for inspection.

After verification of above documents, each drum carrying offered LT PVC Cables, presented for inspection should be physically verified as per provisions of GTP Value.

After being satisfied on verification of above documents & physical verification of drums, random samples from offer ordered materials shall be collected for testing as per ISS, in presence of your representative and our authorized inspectors for testing. The samples shall be first physically verified for dimensional requirements & specific weights of the Guaranteed Technical Particulars (GTP- Annexure-IV) enclosed.

Further rewinding tests shall be conducted on other sample drums to verify the gross weight of the drum, total length of the cable in side the drum as declared in the packing slip. The specific weight of the conductors thus ascertained during re-winding test shall not be less than the specific weight specified in the GTP. The materials found unsuitable during this stage -I inspection shall be rejected and the lot shall not be considered for further testing in Stage-II. b) Stage-II Inspection :

Only after the samples pass the stage-I inspection indicated above, the offered lot shall only be tested for Acceptance Tests. Such Acceptance Tests shall be carried out as per relevant ISS.

After the samples pass both stage-I & stage-II Inspections, the inspection report of the authorized inspector enclosing documents such as (1)copies of verified documents such as raw-material invoices, (2) raw material test reports, (3)valid B.I.S License for the product offered for inspection, (4)calibration report of the measuring instruments used during testing etc., (5) the physical verification reports & (6) rewinding statements for re-winding tests conducted during stage –I inspection, (7) the test results for acceptance tests conducted during stage-II inspection (8) results of the routine tests conducted by the manufacturer for the offered lot etc. & any other report felt necessary by the authorized inspectors for acceptance of the lot of material offered for inspection, shall be submitted to the undersigned for approval. 2.0 TYPE TESTING :

The offered tendered PVC Cable should have been type-tested at CPRI/ ERDA. The bid shall accompany with type-test reports conducted at Central Power Research Institute/ERDA for the offered materials conducted within five years before the date of opening of the tender. Bids not accompanied with type test reports conducted within five years shall not be considered for evaluation. (i) Information to be painted /laminated on each drum :

Each drum or reel shall carry or be clearly marked with following information: ? Individual serial name ? Standard ISI Marks/ Logo, IS IS - 1554(Part-I) - 1988, Manufacturer’s BIS License No. ? Name of the Purchaser : CESU, ODISHA ( CYCLONE FANI WORK) ? Destination : ? Purchase Order No. & Date ? Manufacturer’s name / Trade Mark

Page 132: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 24 -

? Year of manufacture ? Size of the Conductor ? Length of conductor (meters) ? Net and Gross mass of conductor (Kg) ? All necessary slinging and stacking instructions ? Country of origin

The direction of rolling as indicated by an arrow shall be marked on a flange (ii) INSULATION EMBOSSING:

Each individual conductor comprising a bundle shall have the range of non-erasable distinct embossing on the insulation surface at one meter intervals. The embossing should be very clear & easily visible to naked eye.

? ISI Mark, IS 14255-95, Manufacturer’s B.I.S Licence No. legibly embossed on the insulation. ? Name of the Purchaser – CESU, Odisha, (Cyclone Fani Work) ? P.O No. & Date. ? Manufacturer’s trademark identification. ? Year of manufacture: last two digits are sufficient: ? Designation of cable type ? Size: ? Rated voltage class: 0.65/1.1KV . ? Back up conductor identification: conductors with one, two and three projections shall be marked R,

Y and B respectively. The conductor with no projection shall be marked N and ? The height of the printed lettering shall be not less than 20% of the overall diameter of the conductor

4.0 DOCUMENTS TO BE FURNISHED BY THE AUTHORISED INSPECTING OFFICER / THIRD PARTY AGENCY AFTER SUCCESSFUL INSPECTION :

Following documents are to be submitted by the Authorised Inspecting Officer (s) / Third Party Agency engaged by the Purchaser for inspection of Materials, to the undersigned for approval / acceptance. i) Verified copies of Packing slips of the drums of LT PVC Cables offered for inspection. ii) Physical Verification reports for Cable Drums as per clause 6 above. iii) Verified copy of the valid B.I.S license for the offered LT PVC Cables. iv) Verified copy of the Type Test Reports of the offered cables, conducted at CPRI /ERDA within last 5 years. iv) Verified copies Raw materials invoices , for the raw materials used for production of offered LT PVC Cable. v) Duly signed Physical Verification Reports ( For Sample Drums) for measured dimensions as specified at GTP enclosed at Annexure-IV of this specification, along with measured specific weight of offered LT PVC Cable in Kg / Kms. & embossing details observed on the insulation of verified samples. vi) Rewinding Reports ( For Sample Drums) indicating , (a) measured length of the LT PVC contained in the drum, (b) measured Gross weight, (c ) )Net weight of LT PVC Cable contained inside the drum, (d) ascertained specific weight of the LT PVC Cable, (e) Embossing Details on the insulations (As per Clause-3(ii) above.), etc. vii) Duly signed copies of the Test Reports for Acceptance Tests conducted at stage –II of Pre-Dispatch inspection, for randomly selected Drums as per relevant ISS after the lot passes the stage-I inspection as provided under clause 6 above. viii) Verified Copies of routine Type Test Report conducted by the manufacturer for the lot of LT PVC Cable offered for inspection. ix) Verified copies of the valid calibration certificates of the instruments used, for measurement & testing of above materials. x) Any other document, felt necessary by the Purchaser or it’s Authorised Inspecting Officer / Third Party Agency engaged by the Purchaser for above Pre-dispatch inspection.

Page 133: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 25 -

SECTION-V

LIST OF ANNEXURE

(To be filled up, signed and submitted by the bidder along with the Tender Document)

Page 134: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 26 -

Annexure – I

ABSTRACT OF GENERAL TERMS AND CONDITIONS

(For supply of LT PVC Cable) Tender Specn. No. CESU/363/LT PVC Cable/2018-19

(For Procurement of LT PVC Cable under FANI Cyclone Head)

1. Whether the bidder is a Manufacturer & furnished valid BIS Licence: Yes / No

2. Size & Quantity of tendered LT PVC Cables Offered : ----------------------------------------

3. Details of Cost of Tender Document Furnished (D.D ref) : -------------------------------------------

4. Details Earnest Money Furnished( D.D ref ) ------------------------------------------

5. Whether Type test(CPRI/ERDA) certificates enclosed with the bid: Yes / No

6. Manufacturer’s past supply experience ( Self Attested Copies of P.Os including user’s certificate furnished or not: - Yes / No

7. Audited Profit & Loss Account for the best 3 financial year out of last 5

financial furnished or not: Yes / No

8. Whether Deviation to the specification , if any furnished (As per Annexure VI (A) & VI (B) Yes / No

9. Whether agreed to Purchaser’s Delivery schedule: Yes / No

If agreed, a) Date of commencement : b) Rate of delivery per month :

10. Whether agreed to Purchaser’s Guarantee clause:- Yes / No

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

12. Whether the Prices are FIRM? Yes / No

13. Whether agreed to furnish security deposit in shape of

B.G. encashable at Bhubaneswar in case his tender is successful: - Yes / No

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

15. Whether agreed to Purchaser’s standard terms of payment or not: Yes / No

16. Valid ITCC & GSTIN furnished or not: Yes / No

Signature of the bidder with seal

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

Page 135: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 27 -

Annexure – II

DECLARATION FORM Tender Specn. No. CESU/363/LT PVC Cable/2018-19

(For Procurement of LT PVC Cable under FANI Cyclone Head)

To

Sir,

The Chief General Manager ( Purchase & Stores) Central Electricity Supply Utility of Odisha (CESU) 2nd Floor, IDCO Towers,

Janapath, Bhubaneswar-751022, Odisha

Having examined the above specifications together with the Tender terms and conditions referred to therein

1- I / We the undersigned do hereby offer to supply the materials covered there on in complete shape in all respects as per the rules entered in the attached contract schedule of prices in the tender.

2- I / We do hereby under take to have the materials delivered within the time specified in the tender. 3- I / We do hereby guarantee the technical particulars given in the tender supported with necessary

reports from concerned authorities. 4- I / We do have gone through all the provisions of your Tender Specification No. CESU/363/LT PVC

Cable/2019-20 & offer to supply materials without any deviation unless particularly mentioned in the Non-Compliance schedule enclosed at Annexure VI (A) & (B) of the said Tender Specification. Deviations mentioned not mentioned at Annexure VI ( Non-Compliance Schedule), but mentioned any where else of our offer shall not be considered as a deviation to your Tender Specification.

5- I / We do hereby agree to furnish the contract Performance Bank Guarantee in the manner specified / acceptable by CESU & for the sum as applicable to me / us as per clause No.8, Section II , of GCC in the prescribed format Annexure-III of this specification within fifteen days of issue of Letter of intent / Purchase Order , in the event of purchase order being decided in my / us favour , failing which I / We clearly understand that the said LOI / P.O. shall be liable to be withdrawn by the purchaser and bid security furnished by us shall be forfeited.

Signed this…………….Day of ............................... 200…. Yours faithfully

(Signature of Tenderer with company Seal)

(This form should be duly filled up by the Tenderer & submitted along with the original copy of the Tender)

Page 136: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 28 -

ANNEXURE – III PROFORMA FOR COMPOSITE BANK GUARANTEE FOR SECURITY DEPOSIT, PAYMENT AND

PERFORMANCE This Guarantee Bond is executed this day of by us the Bank at P.O. P.S. Dist State

Whereas the ( indicate designation of Purchaser ) the CESU, 2nd Floor, IDCO Towers, Janapath,Bhubaneswar- 751022 a <Body corporate > , <constituted> under the <Electricity > Act, <2003> (here in after called “the Purchaser”) has placed Purchase Order No. Dt. (hereinafter called “the Agreement”) with M/s (hereinafter called “the Contractor”) for supply of (name of the material) and whereas CESU has agreed (1) to exempt the Contractor from making payment of security deposit, (2) to release 100% payment of the cost of materials as per the said agreement and (3) to exempt from performance guarantee on furnishing by the Contractor to the CESU a composite Bank Guarantee of the value of 10% (ten percent) of the Contract price of the said Agreement. 1. Now, therefore, in consideration of the CESU having agreed (1) to exempt the Contractor for making payment of security deposit, (2) to release 100% payment to the Contractor and (3) to exempt from furnishing performance guarantee in terms of the said Agreement as aforesaid, we the Bank, Address (code No. ) (hereinafter referred to as “the Bank”) do hereby undertake to pay to the CESU an amount not exceeding Rs. (Rupees ) only against any loss or damage caused to or suffered by the CESU by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement. 2. We, the Bank do hereby undertake to pay the amounts due and payable under the guarantee without any demur, merely on a demand from the CESU stating that the amount claimed is due by way of loss or damage caused to or suffered by the CESU by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement or by the reason of any breach by the said Contractor’s failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. (Rupees ) only. 3. We, the Bank also undertake to pay to the CESU any money so demanded not withstanding any dispute or dispute raised by the Contractor(s) in any suit or proceeding instituted/ pending before any court or Tribunal relating thereto our liability under this Agreement being absolute and unrevocable.

The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the Contractor(s) shall have no claim against us for making such payment. 4. We, the Bank further agree that the guarantee herein contain shall remain in full force and affect during the period that would be taken for the performance of the said Agreement and it shall continue to remain in force endorsable till all the dues of the CESU under by virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till CESU certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharge this guarantee and will not be revoked by us during the validity of the guarantee period. Unless a demand or claim under this guarantee is made on us or with (Local Bank Name, address and code No.) , Bhubaneswar in writing on or before (date) we shall be discharged from all liability under this guarantee thereafter.

Contd : - P/ 2

Page 137: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 29 -

- P/ 2 -

5. We, the Bank further agree that the CESU shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor(s) or for any forbearance act or omission on part of the CESU or any indulgence by the CESU to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions have effect of so relieving us. 6. The Guarantee will not be discharged due to change in the name, style and constitution of the Bank and or Contractor(s). 7. We, the Bank lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the CESU in writing. Dated the day of Two thousand .

Not withstanding anything contained herein above.Our liability under this Bank Guarantee shall not exceed Rs. (Rupees ) only. The Bank Guarantee shall be valid up to only. We or our Bank at Bhubaneswar (Name & Address of the Local Bank) are liable to pay the guaranteed amount depending on the filing of claim and any part thereof under this Bank Guarantee only and only if you serve upon us or our local Bank at Bhubaneswar a written claim or demand and received by us or by Local Branch at Bhubaneswar on or before Dt. otherwise bank shall be discharged of all liabilities under this guarantee thereafter.

N.B.: (1) Name of the Contractor:

For ( indicate the name of the Bank )

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

(3) Amount of P.O. :

(4) Name of Materials :

(5) Name of the Bank:

(6) Amount of the Bank Guarantee:

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

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

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

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

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

Page 138: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 30 -

GTP OF LT PVC CABLE ANNEXURE – IV

Tender Specn. No. CESU/363/LT PVC Cable 2019-20 (For Procurement of LT PVC Cable under FANI Cyclone Head)

Sl. No. Description 150 mm2 185mm2 300mm2

1 IS standard to which the cable conforms.

1554 (Part-I) / 1988

1554 (Part-I) / 1988

1554 (Part-I) / 1988

2 Rated Voltage in KV 1.1 1.1 1.1

3

Embossing on each meter of the cable.

As per clause 7 of the

Purchase Order

As per clause 7 of the Purchase

Order

As per clause 7 of the

Purchase Order

4

Strencilling on the cable drum.

As per clause 18.2 of

IS1554(Part- I)

As per clause 18.2 of

IS1554(Part-I)

As per clause 18.2 of

IS1554(Part-I)

5 Short Circuit current rating

for 1 sec duration in KA.

11.4

14.06

22.8

7 Nominal Area of Cross- section in mm2

a) Main Core 150 185 300 b) Neutral 70 95 150

8

Material of Core / Neutral Conductor

Aluminium wires

complaying IS:8130-1984

Aluminium wires

complaying IS:8130-1984

Aluminium wires

complaying IS:8130-1984

9

No. of Strands / min.average strand dia in mm for each Core.

37/2.28

37/2.5

61/2.5

10

No. of Strands / min.average strand dia in mm for Nutral.

19/2.18

19/2.53

37/2.28

11 Insulation

a)

Material of insulation

Type 'A' PVC Compound conforming

ISS- 5831/1984

Type 'A' PVC Compound

conforming ISS- 5831/1984

Type 'A' PVC Compound conforming

ISS- 5831/1984

b) Insulation Thickness in mm.(Nominal/ Minimum) 1.8/1.52 2.0/1.7 2.4/2.06

c)

Minimum Volume Resistivity of Insulation at 27 deg. C in Ohm-cm.

1 X 1013

1 X 1013

1 X 1013

d)

Minimum Tensile strength of insulation without aging in N/mm2)

12.5

12.5

12.5

Page 139: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 31 -

e) Minimum elongation at break (%) 150% 150% 150%

12 Inner / Outer sheath

a)

Inner / Outer sheath Material

St-I-PVC conforming to

ISS - 5831/1984

St-I-PVC

conforming to ISS - 5831/1984

St-I-PVC conforming to

ISS - 5831/1984

b)

Inner sheath thickness in mm.

0.5

0.5

0.6

c)

Outer sheath thickness in mm(Nom/Min.)

2.4/1.72

2.6/1.88

3.2/2.36

13

Approx. Over all dia of Cable in mm.

42.3

47.9

59

14

Maximum DC resistance for core conductor at 20 deg. C in Ohm / Km.

0.206

0.164

0.1

15

Maximum DC resistance for neutral conductor at 20 deg. C in Ohm / Km.

0.443

0.32

0.206

16

Maximum AC resistance for core conductor at 70 deg. C in Ohm / Km.

0.247

0.1968

0.12

17 Capacitance of each core in mfd / Km.

1.62

1.62

1.74

18

Reactanc of each core at 50 HZ in Ohm / Km.

0.085

0.084

0.08

19

Delivery Length per drum in meters.

500 / 250m.+/- 5%

500 / 250m.+/- 5%

500 / 250m.+/- 5%

20

Approx. Net weight of Cable in Kg/Km..

2550

3160

4952

Signature of Bidder with Company Seal

Page 140: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

Annexure - V Price Schedule for Materials/ Equipments Offered as per Specification No. CESU/363/LT PVC Cable/2019-20 (For Procurement of LT PVC Cable under FANI Cyclone Head)

Name of Bidder

Item Sl.

No.

Item Description

Unit

Quantity

Price for each unit

Unit Ex-

Works Price ( Rs. )

Unit Packing & Forwarding

Charges ( Rs. )

Unit GST Rate

( Rs. )

Unit freight & insurance and other local costs incidental to delivery ( Rs. )

Total Unit Price inclusive of all taxes & duties

( Rs. )

Total Landing Price inclusive

of taxes & duties ( Rs. )

1 2 3 4 5 6 7 8 9=5+6+7+8 10 = 4 x 9

Total amount in Words Rupees.…………………………………………………………….only Signature of Bidder alongwith Seal & date

Note: 1) Any column left blank shall be treated as NIL / Inclusive of . 2) Unit price under Column-9 is inclusive of all. 3) In case of discrepancy between unit price and total price, the unit price shall prevail over the total price.

Signature of the Bidder with seal

The above is to be duly filled up, signed and submitted in sealed condition in a separate envelope superscribed as “ Part-II Bid – Price Bid”

32

Page 141: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 33 -

ANNEXURE VI (A) (TECHNICAL DEVIATION FORMAT)

Tender Specn. No. CESU/363/LT PVC Cable 2019-20 (For Procurement of LT PVC Cable under FANI Cyclone Head)

Clause No

Prescribed as per Tender Specification

Deviation in the bidder's Offer

Bidder’s Signature with Seal.

N.B : The bidder has to mention all technical deviations in his offer which differs from the Technical Requirement

of this Tender in above format. Deviations not mentioned in above format but mentioned in any other format or in any other part of the offer document shall not be considered as deviation and the bidder shall be deemed to have accepted our technical requirement without deviation.

Page 142: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 34 -

ANNEXURE VI (B) (COMMERCIAL DEVIATION FORMAT)

Tender Specn. No. CESU/363/LT PVC Cable 2019-20

(For Procurement of LT PVC Cable under FANI Cyclone Head)

Clause No

Prescribed as per Tender Specification

Provided in the bidder's Offer

Bidder’s Signature with Seal.

N.B : The bidder has to mention all commercial deviations in his offer which differs from the Commercial

Requirement of this Tender in above format. Deviations not mentioned in this format but mentioned in any other format or in any other part of the offer document shall not be considered as deviation and the bidder shall be deemed to have accepted our commercial requirement without deviation.

Page 143: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 35 -

ANNEXURE-VII SELF DECLARATION FORM

Sir,

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

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

there were no debarring actions against us for any default in supply of material / equipments or in the performance of the contract entrusted to us in any of the Electricity Utilities of India.

2. In the event of any such information pertaining to the aforesaid matter found at any given point of time either during the course of the contract or at the bidding stage, my bid/contract shall be liable for truncation / cancellation / termination without any notice at the sole discretion of the purchaser.

Place- Date-

Yours faithfully,

Signature of the bidder With seal

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

Page 144: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 36 -

Annexure – VIII SCHEDULE OF PURCHASE ORDERS ALREADY EXECUTED TO ELECTRICITY IN THE

LAST 3 FINANCIAL YEARS & CURRENT FINANCIAL YEAR Tender Specn. No. CESU/363/LT PVC Cable 2019-20

(For Procurement of LT PVC Cable under FANI Cyclone Head)

Ref : Tender Specification No. CESU/363/LT PVC Cable 2019-20 Date of Opening Name & Address of the Bidder This is to certify that we have successfully executed following purchase orders for the offered materials or higher size related to this tender, during last 3 Financial Years. Sl. No.

Financial Year

Total quantity of tender cables or

higher size supplied during the

FY

Purch encl

ase Order No. and Date osed / Size & Quantity

Ordered.

Name & Address of the Purchaser

1 FY-2018-19 1. 2. 3. 4. 2 FY 2017-18 1.

2. 3. 4 3 FY 2016-17 1.

2. 3. 4.

Self attested copies of above Purchase Orders have been enclosed at Annexure ------------- in this bid- document.

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

Page 145: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 1 -

TENDER SPECIFICATION NO.CESU/P&S/AB SWITCH/364 / 2019-20

FOR

PROCUREMENT OF 11 KV AB SWITCH DATE OF OPENING OF TENDER: Dt. 08.08.2019 / TIME 3.30 P.M. ONWARDS

(UNDER FANI CYCLONE HEAD)

Page 146: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 2 -

CONTENTS

SECTION No. DESCRIPTION PAGE NO.

TENDER NOTICE 3-4

SECTION-I: INVITATION FOR BIDS (IFB) 5 - 8

SECTION-II: INSTRUCTION TO BIDDERS 9 - 15

SECTION-III: GENERAL TERMS AND CONDITIONS 16 - 21 OF CONTRACT (GTCC)

SECTION-IV: TECHNICAL SPECIFICATION 22 - 23

SECTION-V: LIST OF ANNEXURE 24

ANNEXURE-I : ABSTRACT OF GENERAL TERMS AND CONDITIONS

25

ANNEXURE-II : DECLARATION FORM 26

ANNEXURE-III : PBG FORMAT 27 - 28

ANNEXURE-IV : GTP OF AB SWITCHES 29-32

ANNEXURE-V : PRICE SCHEDULE 33

ANNEXURE-VI(A) : TECHNICAL DEVIATION SHEET

34

ANNEXURE-VI (B) : COMMERCIAL DEVIATION SHEET 35

ANNEXURE-VII : SELF DECLARATION FORM 36

ANNEXURE-VIII : SELF DECLARATION FORM FOR 37 SUCCESSFUL EXECUTION OF P.O.

Page 147: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 3 -

UNDER FANI CYCLONE HEAD TENDER NOTICE

Tender Notice No: CESU/P&S/Materials/FANI/735/ 2019-20/Vol-I /13070/Dt.- 16.07.2019. For and on behalf of the CESU, the undersigned invites sealed tenders in duplicate on two part bidding system from the

eligible bidders, who comply to the terms and conditions for the supply of following materials super scribing the Tender Specification No., Name of the material & date of opening (as mentioned in the specifications).

The tender papers can be obtained from the undersigned at the above address on payment of the cost of Tender Paper

indicated below in shape of D.D drawn on any Nationalized Bank/ Scheduled Bank in favour of the “CESU” payable at Bhubaneswar & the related money receipt issued by CESU against the Tender paper cost should be furnished while submitting the bid documents. The cost of tender paper is non-refundable. SCHEDULE OF MATERIALS TENDERED:

Sl. No

Tender Specification No.

Name of the Materials

Unit Quantity

Cost of Tender Paper

(Rs.)

EMD (Rs.)

1

CESU/P&S/Transfor mer/362 / 2019-20

i)16 KVA, 11/0.250 KV(Al) Transformer(Level-II)

Nos.

1000

15,000/-+ 12% GST=16,800/-

603000.00

ii)25 KVA, 11/0.433 KV(Al) Transformer(Level-II)

1500 952000.00

iii)63 KVA, 11/0.433 KV(Al) Transformer(Level-II)

1000 1021000.00

iv)100 KVA, 11/0.433 KV(Al) Transformer(Level-II)

2000 2761000.00

v)250KVA, 11/0.433 KV(Al) Transformer(Level-II)

500 1584000.00

vi) 500KVA, 11/0.433 KV(Cu) Transformer(Level-II)

500 3422000.00

vii) 100KVA, 33/0.433KV(Cu) Station Transformer(Level-II)

50 160000.00

viii)1.0 MVA,33/0.433 KV(Cu) Power Transformer(Level-II)

10 153000.00

2 CESU/P&S/LT PVC

Cable/363/ 2019-20

i)3.5Core X 150mm2 KM

250.00 15,000/-+ 12% GST=16,800/-

1431000.00 ii)3.5Core X 185mm2 250.00 1770000.00 iii)3.5Core X 300mm2 250.00 2729000.00

3

CESU/P&S/AB Switch/364 / 2019-20

i)11 KV,200 A, 3 Pole,50 Hz (Horizontal)

Nos.

1000

15,000/-+ 12% GST=16,800/-

87000.00

ii)11 KV,400 A, 3 Pole,50 Hz (Horizontal) 1000 140000.00

TIME SCHEDULES:-

Sl. No. Description of Event Date

1

Sale and downloading of tender document start from

Dt. 19.07.2019

2

Last Date & Time for selling of tender papers

Dt. 07.08.2019 up to 5.00 PM

3

Last Date & Time for submission of tender papers

Dt. 08.08.2019 up to 1.00PM

4 Date & Time for opening of tender Dt. 08.08.2019 from 3.30PM onwards

Page 148: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 4 -

The intending bidders can also download the tender document from our website www. cescoorissa.com/

www.cesuodisha.com. However the bidder has to furnish Demand Draft drawn on any Nationalized Bank /Scheduled Bank in favour of the “CESU” payable at Bhubaneswar for the cost of the bid documents indicated above along with the bid, failing of which the bid will be rejected outright. In the event of any specified date for the sale, submission or opening of bids being declared a holiday for CESU, the bids will be sold / received / opened up at the appointed time on the next working day. CESU also reserves the right to accept or reject any or all tenders without assigning any reas on thereof, if the situation so warrants. Request for tender document through postal will not be entertained.

For detail Tender Specification & Terms and Conditions, updates & modifications to these specifications if any, please keep regularly visiting our website www. cescoorissa.com./ www. cesuodisha.com. NB: - As per above tender, the bidders may participate in any one or all of the above items tendered. However bidders who wish to participate in any one or all of the items as mention above, they have to furnish item wise Tender Paper Cost (Money receipt if purchase by cash & DD if downloaded) & EMD amount (in DD) for respective items in separate envelope mentioning Tender Specification No. & Name of the Material.

Sd/- Chief General Manager

Page 149: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 5 -

SECTION-I

INVITATION FOR BIDS(IFB)

Page 150: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 6 -

1.0 For and on behalf of the CESU, the undersigned invites bids under two part bidding system in

sealed cover in duplicate duly superscribed with tender specification no. CESU/P&S/AB Switch/364/2019-20 and date of opening Dt. 08.08.2019 from the reputed manufacturers only for design, manufacture, supply, type testing, inspection, loading at factory, transportation to & unloading at site / stores including guaranteed obligation for supply of Type Tested 11 KV AB Switches as indicated below at clause 5.

2.0 Submission of the Bids: The Bidders are required to submit a detailed and comprehensive bid, consisting of Technical and Commercial Proposal and conditions / schedule of non-compliance, if any. The submission of the Bids shall be in the manner specified in the instruction to Bidders. The due date of submission shall be as detailed below at clause-4.0 .

CESU will not be responsible for any costs or expenses incurred by bidders in connection with the preparation and delivery of bids.

CESU reserves the right to cancel, postpone, withdraw the invitation for Bids without assigning any reason thereof and shall bear no liability whatsoever consequent upon such a decision if the situation so warrants.

4.0 E.M.D & TIME SCHEDULES: Description Date & Time

Last Date & Time of Submission of Tenders Dt. 08.08.2019 up to 1.00P.M

Opening of Tenders Dt. 08.08.2019 from 3.30 PM Onwards

Required Quantities of Materials:- As indicated at clause – 5 below. Completion of the delivery As indicated at clause 5 below.

Cost of Tender Paper ( Non-Refundable)

Rs. 16,800.00 (Rupees Sixteen Thousand Eight Hundred Only ) including 12 % GST in shape of Cash/ account payee demand draft in favour of the CESU: payable at Bhubaneswar only.

Amount of E.M.D payable In shape of account payee Demand Draft in favour of the CESU, Bhubaneswar, drawn from a scheduled Bank. The E.M.D Drafts are to be furnished separately for each item, the bidder wish to participate, as indicated in the Table below.

Sl. No. Name of Materia ls Unit Quantity Cost of Tender

Paper (Rs.) EMD (Rs.)

1 11 KV,200 A, 3 Pole,50 Hz (Horizontal) Nos.

1000 15,000/- + 12%GST = 16,800.00

87000.00

2 11 KV,400 A, 3 Pole,50 Hz (Horizontal) 1000 140000.00

: (i) E.M.Ds as prescribed above are to be furnished in shape of A/C Payee Bank Drafts payable to CESU, Bhubaneswar, drawn from Nationalized / Scheduled Banks.

(ii) Local SSI Units located in the State of Odisha / Consortium of SSI Units located in the state of Odisha, having valid registration in D.I.C / NSIC on the date of submission of the tender shall be allowed to deposit 25 % of the E.M.D amount as prescribed above.

(iii) Cost of Tender Papers shall be fully exempted for the local SSI Units / Consortium of SSI units located in the State of Odisha having valid registration in D.I.C / N.S.I.C on the date of submission of the Tender.

Page 151: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 7 -

5.0 SCHEDULE OF REQUIREMENTS & DELIVERY:

Sl. No.

Description of material

Units

Quantity

Within 60 days of issue of P.O (Consignment-I)

Within 90 days of issue of P.O

(Consignment-II)

1

11 KV,200 A, 3 Pole,50 Hz (Horizontal)

Nos.

1000 500 500

2

11 KV,400 A, 3 Pole,50 Hz (Horizontal)

1000 500 500

Note: (i) CESU may re-schedule the due date of delivery as per their requirement. QUALIFICATION OF BIDDERS: Criteria for qualification :

6.1.1 Technical: a) The bidder should be a manufacturer of ISI Marked 11 KV AB Switches for which he submits his offer. The

bidder must furnish valid B.I.S License to use ISI Marks for the offered 11 KV A B Switch. b) The Bidder has to quote full tendered quantities o f 11 K V A B Switch(of any one current rating o r more

)covered under this specification. For offered A B Switch, the bidder should have supplied 11 KV A B Switch of same current rating/voltage rating or higher current rating/ voltage rating minimum 50% of the tendered quantity during any one of the financial year out of the immediate past three financial year. Bidders shall submit self attested copies of P.O’s executed successfully for the relevant years and abstract there o f ( as per Annexure- VIII) to prove the quantity as supplied.

c) The bid shall be accompanied by user’s certificate from any Distribution Utility/ State Govt./Central Govt. Organisation or their undertaking (s) in support of satisfactory performance of AB Switch of tendered current rating/voltage rating or higher current rating/ voltage rating, supplied earlier to them.

d) The offered tendered A B Switch should have been type -tested at CPRI/ ERDA. The bid shall accompany with type-test reports conducted at Central Power Research Institute/ERDA for the offered materials conducted within five years before the date of opening of the tender. Bids not accompanied with type test reports conducted within five years shall not be considered for evaluation.

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

f) CESU reserves the right to waive minor deviation, if they do not materially affect the capacity of the bidder to perform the contract.

Financial : The minimum average annual turnover of the bidder in the best 3 (Three) years out of the immediate past 5 (Five) financial year o f the tender notification should be equal to o r more than the value mentioned against each item.

Item Sl No.

Name of the item Required Turn Over value (Rs. Crore)

1 11 KV,200 A, 3 Pole,50 Hz (Horizontal) 0.87 2 11 KV,400 A, 3 Pole,50 Hz (Horizontal) 1.40

However, if the bidder is applying for more than one item, then the minimum average annual turn over should be equal to o r more than the total turn over value mentioned as above against each ite

Documentation : Bidder shall furnish copies o f original documents defining the constitution or legal status, place of registration and

principal place of business namely Memorandum and Article o f Association. Written power o f attorney / Board Resolution o f the authorised signatory of the bid. Bidders shall submit their audited financial annual accounts for last three years prior to the year o f tender. In case the

Bidder is in existence for less than three years the audited financial annual accounts from the date of its incorporation should be furnished.

Copies of Purchase Orders successfully executed, User Performance Certificates, Type Test Reports, if any. Valid ITCC & GSTIN Registration Certificate.

Page 152: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 8 -

7.0 THE PURCHASER’S RIGHT TO VARY QUANTITIES: CESU reserves the right to increase the ordered quantity up to 100% over the Tendered Quantity without any change in terms and conditions at the time of placing the orders or at any stage during implementation of the project executed under this contract.

All Correspondences with regard to above tender shall be made to following address. Chief General Manager (Technical) CESU Head Quarters 2nd Floor, IDCO Towers, Bhubaneswar -751022

Page 153: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 9 -

SECTION-II

INSTRUCTION TO BIDDERS (ITB)

Page 154: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 10 -

SECTION –II

INSTRUCTION TO BIDDERS (ITB)

SOURCE OF FUNDS: CESU hereinafter referred to as the “Purchaser’” is desirous of procurement for above tendered 11 KV AB

Switch from the funds available under FANI Cyclone Head. SCOPE OF WORK: The scope of work in brief shall include design, manufacture, inspection, supply, loading at factory,

transportation to site / unloading at stores including guaranteed obligation of complete supply of materials (As per Clause 5 of Section-I IFB) in conformity to the technical specification enclosed herewith in Section –IV.

DISCLAIMER: This Document includes statements, which reflect various assumptions, which may or may not be correct.

Each Bidder should conduct its own estimation and analysis and should check the accuracy, reliability and completeness of the information in this Document and obtain independent advice from appropriate sources in their own interest.

Neither CESU nor its employees will have any liability whatsoever to any Bidder or any other person under the law or contract, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage whatsoever which may arise from or be incurred or suffered in connection with anything contained in this document, any matter deemed to form part of this document, provision of Services and any other information supplied by or on behalf of CESU or its employees, or otherwise arising in any way from the selection process for the Supply / provision of Services for the Project.

Though adequate care has been taken while issuing the Bid document, the Bidder should satisfy himself that documents are complete in all respects. Intimation of any discrepancy/ doubt shall be sent in the CESU address for speedy response.

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

COST OF BIDDING: The Bidder shall bear all costs associated with the preparation and submission of its Bid and CESU will in no

case be responsible or liable for those costs. BIDDING DOCUMENTS: The Scope of Work, Bidding Procedures and Contract Terms are described in the Bidding Documents. In

addition to the covering Letter accompanying Bidding Documents, the Bidding documents include: (a) Invitation of Bids (IFB) - Section –I (b) Instruction to Bidders (ITB) - Section –II (c) General Terms and Conditions of Contract (GTCC) - Section –III (d) Technical Specification - Section –IV (e) List of Annexures - Section –V

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

AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of Bids, CESU may, for any reason, whether at its own

initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by way of issuing an addendum.

The Amendment / Addendum shall be part of the Bidding Documents, pursuant to Clause 6.1, and it will be binding on the Bidder(s).

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

LANGUAGE OF BID: The Bid, prepared by the Bidder, and all correspondence and documents relating to the Bid exchanged by the

Bidder and the CESU, shall be written in the English Language. Any printed literature furnished by the

Page 155: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 11 -

Bidder may be written in another Language, provided that this literature is accompanied by an English translation, in which case, for purposes of interpretation of the Bid, the English translation shall govern. DOCUMENTS COMPRISING THE BID:

The Bid prepared and submitted by the Bidder shall comprise of two parts i.e. Part-I (Techno-Commercial Part), & Part-II (Price Bid). (A) The Part-I (Techno-Commercial Part) must contain the following documents. (a) Bid Document signed by the bidder in every page, all other Schedules / Formats enclosed in the Bid-

Document (i.e. Annexure-I, II, IV, V, VI (A), VI (B), VII, VIII) duly filled in & signed by the bidder with seal. Bids containing information in formats other than our prescribed formats as above shall not be acceptable and may make the bid non-responsive.

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

(c) Following Documentary evidence establishing in accordance with Clause-6, IFB, that the Bidder is qualified to perform the Contract if the Bid is accepted; i) Self attested copies of Purchase Orders executed in last 3 Years. ii) Self attested copies of Performance Certificates / Successful contract completion Certificates from

above buyers preferably from Electricity Distribution Utilities / Government Organizations. iii) Copies of Profit & Loss Accounts & Audited Balance Sheet indicating Turnover for best 3 financial

years out of last 5 financial years. iv) A copy of valid BIS License to manufacture ISI Marked 11 KV AB Switch. v) Valid ITCC & GST registration number.

(d) Power of Attorney / Board resolution indicating that the person(s) signing the Bid have the authority to sign the Bid and as such the Bid is binding upon the Bidder during the full period of its validity, in accordance with clause 14.

(e) Requisite Cost of Tender Document as per clause 4 of Section –I, IFB in shape of Bank Draft from a Scheduled/Nationalized Bank issued in favour of the CESU Payable at Bhubaneswar is to be enclosed along with the Bid, if the document is downloaded from our web-site.

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

SUBMISSION OF BID: The Bidder shall complete and submit the Bid Document in duplicate enclosing all documents at clause “8”

above in two sealed envelops for Original & Duplicate separately, super scribing Tender Notice No:13070 Date: 16.07.2019 Tender Specification No 364, Date of Opening 08.08.2019 & Description of Material.

E.M.D: The bidder shall submit E.M.D as a part of the bid in the prescribed manner for the amount mentioned in Clause No.4

of Section –I. The E.M.D is required to protect the CESU / it’s representative against the risk of bidder’s conduct, which would

warrant the security’s forfeiture. Local SSI units located in the State of Odisha having valid registration in DIC/NSIC are allowed exemption on Cost

of Tender Document & EMD to the extent, as per clause 4.0, Section-I of this Tender Document. The E.M.D shall be in the following form:

A/C Payee Demand Draft in favour of the CESU issued by a Scheduled/Nationalized Bank payable at Bhubaneswar only.

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

The E.M.D may be forfeited due to following reasons: 1) If the bidder withdraws bid during the period of bid validity specified by the bidder in the bid form. 2) In case the successful bidder fails to sign the contract in specified time. 3) In case of failure to supply the Materilas/Equipments during the contractual delivery period.

BID PRICE: Bidders have to quote for the full quantity covered under this specification strictly as per the enclosed format

in Section –V. The total Bid Price shall also cover all the Supplier’s obligations mentioned in or reasonably to

Page 156: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 12 -

be inferred from the Bidding Documents in respect of Design, Supply, testing, inspection, Transportation to Site/stores, all in accordance with the requirement of Tender Documents. The Bidder shall complete the appropriate Price Schedules enclosed herein at Annexure – V, stating the Unit Price for each item, all other leviable taxes & duties, transportation, insurance separately and thereby arriving at the total Price.

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

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

Prices quoted by the Bidder shall be “FIRM” and not subject to any price adjustment during the performance of the Contract. A Bid submitted with variable Price or an adjustable price clause shall be treated as non- responsive and rejected outright.

The Prices quoted in the Price Schedule shall be treated as final. The bidders should take care of specifying the break up prices along with the rates of taxes & duties in respective columns in the Price Schedule.

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

The Ex-Works Prices quoted for the Contract shall remain FIRM as per the above Parameters and CESU shall not compensate Bidder for any variations. However, any variation in the taxes & duties within the Scheduled date of delivery shall be borne by CESU, else the same shall be borne by the Bidder. BID CURRENCIES:

Prices shall be quoted in Indian Rupees Only. DOCUMENTS ESTABLISHING CONFORMITY TO THE BIDDING DOCUMENTS:

The bidder shall confirm by documentary evidence of the Good’s conforming to the Bidding Documents by submitting <Materials> data sheets. PERIOD OF VALIDITY OF BIDS:

Bids shall remain valid for 180 days from the date of opening of Bids. Notwithstanding Clause 14.1 above, CESU may solicit the Bidder’s consent to an extension of the Period of Bid

Validity. The request and the responses thereto shall be made in writing or by Fax. ALTERNATIVE BIDS:

Bidders shall submit Bids, which comply with the Tender Documents. Alternative bids shall not be considered for evaluation. FORMAT AND SIGNING OF BID:

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

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

The Bid shall contain no interlineations, erasures, overwriting except as necessary to correct errors, made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid. SEALING AND MARKING OF BIDS:

Bid submission: One Original Hard Copy of all the Bid Documents shall be sealed and submitted to the CESU before the closing time for submission of the bid.

The Bid proposal should be divided into two parts and should be submitted in two separate sealed envelopes, addressed to CESU. All the envelopes should bear the Name and Address of the Bidder and marking for the Original and the duplicate copy. The envelopes should be super-scribed with the title of its contents, as follows: i) TECHNO COMMERCIAL BID ENVELOPE: Shall contain the Bid Security, Cost of Tender

Document, all supporting documents for qualifying requirement of this tender, duly filled in formats. Abstract of General Terms & Conditions, Declaration Form, Technical Data Schedule, Technical & Commercial Deviations formats, Un-quoted blank Price Schedule etc. enclosed at Annexure I, II, IV, V, VI(A) , VI (B), VII, VIII ) at Section-V of this document .

Page 157: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 13 -

ii) PRICE BID ENVELOPE: Shall contain the Price schedule duly filled in & ink-signed as per Annexure –V at Section-V of this document. (This shall be submitted in a double sealed envelope separately.)

The inner and outer envelopes shall: a) Be addressed to the Purchaser at the following address:

Chief General Manager (Technical) CESU Head Quarters, 2nd Floor, IDCO Towers, Bhubaneswar – 751022 Ph: 0674 – 2545681 Fax:0674-2543125

b) Bear the Project name as: “Design, Manufacture, Testing, Inspection and Supply of tendered 11 KV AB Switch as per Schedule of Requirement in Section-(I) – Specification No CESU /P&S/AB Switch/ 364/2019-20.

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

The Bidders have the option of sending the Bids by post/ Courier services or in person. Bids submitted by Telex/Telegram/Fax will not be accepted. No request from any Bidder to CESU to collect the proposals from Airlines/ Cargo Agents etc. shall be entertained by CESU. DEADLINE FOR SUBMISSION OF BIDS:

The original Bid together with required copies, must be received by the CESU at the address specified in Clause 17.3 not later than Dt.08.08.19, 1.00PM (IST) on the due date as indicated in the invitation for bids.

CESU may, at its discretion, extend the dead line for the submission of Bids by amending the Bidding Documents, in which case all rights and obligations of CESU and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended. ONE BID PER BIDDER:

Each Bidder shall submit only one Bid. LATE BIDS:

Any Bid received by CESU after the deadline for submission of Bids prescribed by CESU, pursuant to Clause-18, will be declared “Late” and rejected outright and returned unopened to the Bidder. MODIFICATION AND WITHDRAWAL OF BIDS:

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

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

No Bid may be modified subsequent to the deadline for submission of Bids. No Bid may be withdrawn in the interval between the deadline for submission of Bids and the expiry of the period of

Bid validity specified by the Bidder on the Bid form as per clause-14. EVALUATION OF BID:

PROCESS TO BE CONFIDENTIAL: Information relating to the examination, clarification, evaluation and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process. Any effort by a Bidder to influence CESU’s processing of Bids or award decisions may result in the rejection of the Bidder’s Bid.

23.0 CLARIFICATION OF BIDS: To assist in the examination, evaluation and comparison of Bids, CESU may, at its discretion, ask the Bidder for a clarification of its Bid. All responses to requests for clarification shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted. PRELIMINARY EXAMINATION OF BIDS / RESPONSIVENESS:

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

Page 158: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 14 -

Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price per item that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price per item will be corrected. If there is a discrepancy between the Total Amount and the sum of the total price per item, the sum of the total price per item shall prevail and the Total Amount will be corrected.

Prior to the detailed evaluation, pursuant to Clause 25, CESU will determine the substantial responsiveness of each Bid to the Bidding Documents including production capability and acceptable quality of the materials offered, pursuant to Clause 13. Substantially responsive Bid is one, which confirms to all the terms and conditions of the Bidding Documents without material deviation.

A Bid determined as not substantially responsive will be rejected by CESU and will not subsequently allowed to be made responsive by the Bidder by correction of the non – conformity. EVALUATION AND COMPARISON OF BIDS:

The evaluation of Bids shall be done basing on the delivered cost competitiveness basis of item. The evaluation of the Bids shall be a stage-wise procedure. The following stages are identified for evaluation purposes: In the first stage, the Bids would be subject to a responsiveness check as detailed in the clause-24. The Technical

Proposals and the Commercial terms & conditions of the Bidders would be evaluated and discussed as per clause-26 of this document.

Subsequently, the Financial Proposals submitted along with the Techno commercially bid shall be considered for evaluation. Supplementary financial proposal submitted by the bidder after due date of opening of part-I bid shall not be considered for evaluation unless otherwise specifically asked by CESU. CESU’s evaluation of a Bid will take into account, in addition to the Bid price, the following factors, in the manner and to the extent indicated in this Clause:

a) Delivery Schedule: b) Deviations from Bidding Documents as mentioned in Non-Compliance Schedule. c) Past performance and capability to execute the contract.

Bidders shall base their Bid price on the terms and conditions specified in the Bidding Documents. The Cost of all quantifiable deviations and omissions from the specification, terms and conditions, specified in Bidding Documents shall be evaluated. CESU will make his own assessment of the cost of any deviation for the purpose of ensuring fair comparison of Bids. AWARD OF CONTRACT: In normal circumstances CESU will generally award the Contract to the successful Bidder whose Bid has been determined to be the lowest evaluated responsive Bid, provided further that the Bidder has been determined to be qualified to perform the Contract satisfactory. If the lowest evaluated price (L1) of more than one responsive bidder(s) are same, then in such event the tender quantity shall be awarded in equal proportion.

However, for timely completion of project, CESU may distribute the order among the bidders (maximum three) at L1 rate. In case of distributing between two bidders, the ratio shall be 70% (L1) : 30% (L2) or the quantity offered / quoted by the bidders whichever is less. Similarly in case of distributing among 3 bidders, the ratio shall be 50% (L1) : 30% (L2) : 20% (L3). In case L2 or L3 bidders does not agree to match the L1 prices, negotiation can be held with other techno-commercially responsive L4, L5 …… bidders in sequence to match L1 price (Landed Cost).

CONTACTING CESU: From the time of Bid opening to the time of contract award, if any Bidder wishes to contact CESU on any matter

related to the Bid, he should do so in writing. Any effort by a Bidder to influence the CESU and / or in the CESU’s decisions in respect of Bid evaluation, Bid

comparison or Contract of Award will result in the rejection of the Bidder’s Bid. CESU’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS OR TO RELAX ANY TERMS AND CONDITIONS:

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

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

Page 159: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 15 -

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

CESU’S RIGHT TO VARY QUANTITIES: The Purchaser reserves the right to increase the quantity up 100% of tendered quantity without any change in terms and conditions at the time of placing the orders or at any stage during implementation of the project executed under this contract.

LETTER OF INTENT / NOTIFICATION OF AWARD: The letter of intent / Notification of Award shall be issued to the successful Bidder(s) whose bid(s) have been

considered responsive, techno-commercially acceptable and evaluated to be the Lowest (L1). The successful Bidder shall be required to furnish a letter of acceptance within 7 days of issue of the letter of intent / Notification of Award by CESU. PERFORMANCE SECURITY:

Within 30 days of the receipt of Notification of Award / Letter of Intent from CESU, the successful Bidder shall furnish the Performance Security in the form of Bank Guarantee executed on non-judicial stamp paper worth Rs.100/- (Rupees One hundred only) issued by a Scheduled/Nationalized Bank in favour of CESU encashable at Bhubaneswar only for an amount of 10% (ten percent) of the Contract Price (Full Order value) in accordance with the General Conditions of Contract in the Performance Security Form provided in Section –V of Bidding Documents. The Bank Guarantee shall be valid for a period not less than 90 days over and above the guarantee. Initially the above Performance BG submitted by the supplier should be valid for at least 36 months considering the scheduled last date of delivery. If the materials are not delivered within the schedule date of delivery, then the Performance Bank Guarantee shall be extended accordingly, considering the actual last date of delivery of all order materials at departmental store. The said extended BG shall be submitted for necessary confirmation & approval. CORRUPT OR FRAUDULENT PRACTICE:

CESU requires that the Bidders observe the highest standard of ethics during the procurement and execution of the Project. In pursuance of this policy, CESU: a) Defines, for the purposes of this provision, the terms set forth below as follows:

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

ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the CESU, and includes collusive practice amount Bidders (prior to or after Bid submission ) designed to establish Bid prices at artificial non- competitive levels and to deprive the CESU of the benefits of free and open competition.

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

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

Further more, Bidders shall be aware of the provision stated in the General Terms and Conditions of Contract. 29.0 LITIGATION HISTORY:

The Bidder should provide accurate information on any litigation or arbitration resulting on contracts completed or under execution by him over the last three (3) years. A consistent history of awards involving litigation against the Bidder or any Partner of a consortium may result in disqualification of Bid.

Page 160: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 16 -

SECTION-III

GENERAL TERMS & CONDITIONS OF CONTRACTS (GTCC)

Page 161: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 17 -

SPECIFICATION No. CESU/363/LT PVC Cable/2019-20 GENERAL TERMS AND CONDITIONS

(For supply of AB Switch) General Instruction All the Bids shall be prepared and submitted in accordance with these instructions. Bidder shall bear all costs associated with the preparation and delivery of its Bid, and the Purchaser will in no

case shall be responsible or liable for these costs. The Bid should be submitted by the Bidder in the name the bid document has been originally issued and under no

circumstances it shall be transferred / sold to the other party. The Purchaser reserves the right to request for any additional information and also reserves the right to reject the

proposal of any Bidder, if in the opinion of the Purchaser, the data in support of Tender requirement is incomplete.

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

2.0 Scope of Proposal : The scope of this specification calls for supply in accordance with the technical specifications covering design, engineering, manufacturing and supply of 11 KV AB switch as mentioned in the schedule of requirements of IFB, at Store Sub-division, Bhubaneswar / Choudwar of CESU. The bidders are required to tender for the full quantity of material(of any one current rating or more ). Offers for reduced quantity for any size of 11 KV AB Switch would be rejected outright.

3.0 Qualifying Criteria for Bidders:- 1. The bidder should be a manufacturer of ISI Marked 11 KV AB switch for which he submits his offer.The required

type tests must have been carried out not later than 5 years before the date of opening of bids. The bids shall accompany self attested copies of such type test reports conducted at Central Power Research Institute /ERDA. Bids without valid Type Test Report shall be rejected outright.

2. The bidders should posses valid License from Bureu Of Standards to manufacture ISI Marked 11 KV AB Switch as an evidence as a manufacturer of ISI Marked 11 KV AB Switch. . The bids should accompany a self-attested copy of valid B.I.S License failing which the bids may be treated non-responsive.

3. All bids should accompany bid security ( EMD ) for amounts mentioned at clause 4, Section – 1 of this specification in the form of crossed Bank Draft / Pay order drawn from a Scheduled Bank in favour of CESU, Bhubaneswar encashable at Bhubaneswar . Bids without EMD shall be rejected outright.

4. The Bidder have to quote full tendered quantity of ISI Marked 11 KV AB Switch covered under this specification, they chose to quote/offer. The bidder should have supplied ISI Marked 11 KV AB Switch of same size or higher sizes / voltage rating minimum 50% of the quoted/offered quantity during any one of the financial year out of the immediate past three financial year or Current Financial Year. Bidders shall submit self attested copies of P.O.’s executed successfully for the relevant years and abstract there of( as per Annexure-VIII) to prove the quantity as supplied.

5. The bid shall be accompanied by self attested copies of performance certificate / Successful contract completion certificates from any Electricity Distribution Company, State or Central PSUs in support of satisfactory performance of their supplied cables for at least 1 year from the date of commissioning within a period of last 5 years .

6. The bidders should give offer for the full quantity of tendered items, in which they participate. Offers for reduced quantity or covering a portion of the items would be out rightly rejected. However the offers with item/items with full quantities only shall be considered.

Page 162: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 18 -

7. The minimum average annual Turn over of the intending bidder during last three financial year should not be less than the amounts specified at clause 6.1.2, Section – 1, Instruction to the Bidders (ITB) of this specification.

4.0 Earnest Money Deposit (EMD) : The Tender must be accompanied by Earnest Money Deposit for amounts mentioned at clause 4, Section – 1 of this specification in shape of Demand Draft drawn from any Scheduled Bank in favour of CESU, Bhubaneswar payable at Bhubaneswar. Bids without EMD will be rejected out right. No adjustment of any previous deposit will be entertained. Local SSI units located in the State of Odisha having valid registration in DIC/NSIC may avail exemption on Tender Cost & EMD as provided under Clause 4.0 of Section – I of this Tender Specification. The EMD shall be forfeited in case of refusal to accept LOA or non execution of supply of orders.

Submission of Bid(s) Bidders are required to submit their bids in duplicate on two part bidding basis i.e Part 1 Bid Document for

Techno Commercial Bid & Part II Bid Document for Price Bid in following manner. (a) The Part I bid document set shall comprise of the following

(i) Guaranteed Technical Particulars (as per annexure-IV) is to be filled in & signed in each page by the bidder.

(ii) Abstract of General Terms & Condition (as per annexure-I), Declaration Form (as per annexure-II) & Non-Compliance Schedule (as per annexure-VI (A) & VI (B)) is to be filled in & signed in each page by the bidder.

(iii) Copy of this bid document duly signed by the bidder in each page. (iv) Details of previous P.O executed by the bidder during the last 5 (five) years in the format duly signed in

ink as in Annexure-VIII.(Self attested Copies of P.Os, successfully executed by the bidder must be enclosed along with this Annexure)

(v) Self attested copies of certificate on performance of ISI Marked 11 KV AB Switch from the buyers for the ISI Marked 11 KV AB Switch supplied earlier by the bidder.

(vi) Self attested copies of type test reports of materials tendered carried out within last 5 (five) years. (vii) Self attested copy of presently valid license for use of ISI mark on ISI Marked 11 KV AB Switch offered

for supply. (viii) Brief details of quality assurance procedures followed for manufacture of tendered products. (ix) Bid Security ( EMD Draft) shall be kept in a separate sealed envelope duly superscribed “ Bid security

for Tender Specification No.”CESU/364/AB Switch/2019-20” to be opened on Dt.:08.08.19. (x) Self attested copies of audited profit & loss Account for best 3 years out of last five years. (xi) Self attested copies of Valid ITCC & GSTIN are to be furnished. (xii) Original Bank draft amounting Rs.16, 800.00 towards the cost of Tender Documents.

The documents as in (i) to (xii) above shall be kept in an envelope super scribed there on “ Original Part – I Bid (i.e Techno-Commercial Bid document with EMD inside) for Bid specification No . CESU/364/AB Switch/2019-20 to be opened on Dt.08.08.2019”

b) Self attested copies of all the documents as contained under clause (a) above shall be placed in another sealed envelope super scribed as “ Duplicate Part – I Bid documents ( Techno-commercial ) for Bid Specification No. CESU/364/AB Switch/2019-20.

(b)Part II Bid (Price Bid) Price bid in duplicate in separate sealed envelope with superscription “ price bid against bid specification No. CESU/364/AB Switch/2019-20NOT TO BE OPENED on Dt. 08.08.2019”

One copy of original bid as above but excluding price bid, bid security shall be placed in another envelope duly sealed and superscribed there on “ Duplicate copy of Bid ” .

The original and duplicate bids may be placed in another envelope and submitted to the designated officer of CESU. Bid Validity:

The offer shall be valid for a period not less than 180 days from the date of opening. Telegraphic tenders will not be accepted.

Receipt and opening of the Tender: Tenders in duplicate as described under Clause – 3 shall be received in the office of the CGM (Tech.), Central Electricity Supply Utility of Orissa, Head Office - IDCO Towers (IInd Floor) , Bhubaneswar - 751012 and shall be opened on the scheduled date and time as specified at Section – I of IFB

Page 163: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 19 -

(Information to the bidders) in presence of bidders or their authorized representatives who may wish to be present.

6.0 Price :- The price quoted shall be firm and shall be on FOR destination store at Bhubaneswar / Choudwar of CESU. Quoted price shall be indicated both in words and figures. No over writing will be allowed. In case of any discrepancy the price written in words shall be treated as final. The break up Price such as Basic Price, G.S.T. Transit Insurance, Freight, Packing & Forwarding shall be clearly mentioned in the bid as per the Prescribed Price Schedule as at Annexure - V. Another copy of original bid as described above but excluding Bid security and price bid shall be placed in another sealed envelope with appropria te superscription. Both the original and copy of bid as described above shall be furnished to the designated officer keeping the two envelopes inside another envelope

Evaluation Process:- After opening of part-I bids, responsive bidders will be identified considering bidder’s compliance to the qualification criteria besides assessing their capability to manufacture and deliver the required goods. Price bids of only responsive bidders will be opened and price comparison will be carried out. Final vendor selection will be done on the basis of lowest competitive price of 11 KV AB Switch and must be economical to the purchaser. For price comparison purpose conditional rebates/ discounts offered for 11 KV AB Switch shall not be taken into account. But while placing orders the purchaser will avail this offered facility if any.

AWARD OF CONTRACT In normal circumstances the Purchaser will generally award the Contract to the successful Bidder whose Bid has been determined to be the lowest evaluated responsive Bid, provided further that the Bidder has been determined to be qualified to perform the Contract satisfactorily. However for sensitive items, to have better reliability in supply, the Purchaser at its option/ discretion

may split the total quantity to be supplied between two or more Techno- Commercially responsive Bidders in following manner. In case of splitting of Order between two responsive bidders, total order quantity may be distributed in 70 : 30 ratio between L1 & L2 bidders provided the L2 bidder agrees to match the evaluated unit landing price in either of following ways, which ever is lower. i) Unit landing Price of L1 bidder provided the applicable Tax Rate is same for both the bidders. OR ii) The Ex-Works Price of L1 bidder with Tax Rate as applicable to L2 bidder. techno-commercially

responsive L3, L4, L5 ---- bidders in sequence, to supply at unit landing Price as mentioned above. CONTACTING THE PURCHASER

From the time of Bid opening to the time of contract award, if any Bidder wishes to contact the Purchaser on any matter related to the Bid, he should do so in writing. Any effort by a Bidder to influence the Purchaser and / or in the Purchaser’s decisions in respect of Bid evaluation, Bid comparison or Contract of Award, will result in the rejection of the Bidder’s Bid.

8.0 Submission of Contract Performance Bank Guarantee :- A Contract Performance Bank Guarantee (CPBG) drawn in favour of CESU and encashable at

Bhubaneswar as per the Performa enclosed for 10% (Ten percent) of the total value of the purchase order should be furnished from a Nationalised / Scheduled Bank, in favour of Central Electricity Supply Utility of Orissa, Bhubaneswar, within 30 days of issue of the Purchase Order as provided under clause 27.1 of Section II of this Tender Document.

9.0 DESPATCH OF MATERIALS : After receipt of successful inspection reports as above & approval of the same, the dispatch instruction shall

be issued by the undersigned.

The materials shall be dispatched by the supplier to the consignee indicated in the dispatch instruction. The consignment of the dispatched materials shall be accepted at the designated CESU Stores after due physical verification observing departmental formalities.

Page 164: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 20 -

However in case of any future discrepancy regarding the quality of materials delivered during guarantee period, the purchaser reserves the right to test the samples of the cables supplied, at CPRI or any Govt. testing Laboratory. In such case the results of the testing laboratory shall be binding to both the parties.

delivery before the schedule date would be welcome. 10.0 Rejection of materials :-

In the event of the materials supplied by the supplier are found defective in quality and the workmanship is poor or otherwise not in conformity with the requirements of the contract specification, the Purchaser shall either reject the materials or advise the suppliers in writing to rectify the defects where possible. The suppliers on receipt of such notification shall either rectify or replace the defective materials free of cost to the purchaser. If the suppliers fail to comply purchaser may at his option.

A) Replace or rectify such defective materials and recover the extra cost so involved plus 15% from the suppliers. B) Terminate the contract for balance supply with enforcement of penalty as per contract. C) Accept the defective materials at reduced prices to be fixed exclusively by the purchaser. D) The supplier shall take back rejected good at his own cost and responsibility when asked upon by the purchaser within the stipulated period.

11.0 Guarantee Period :- The material covered by this specification should be guaranteed for satisfactory operation against

defects in design and workmanship for a period of at least 30 months from the date of supply or 24 months from the date of use/operation which ever is earlier.

The above guarantee certificate shall be furnished in triplicate to the Purchaser for approval. Any defects noticed during the above period should be rectified by the supplier free of cost to the purchaser provided such defects are due to faulty design, bad workmanship or bad materials used on receipt of written notice from the Purchaser. The term date of supply used in this case shall mean the date of receipt and verification there to by the consignee of the owner.

12.0 Penalty for delay in completion of Delivery :- If the supplier shall fail to deliver the materials within the delivery schedule specified in the contract or

any extension granted thereby, the supplier shall be liable for payment of penalty amounting to 0.5 % (half percent) of the contract price of unde livered good per week subject to the maximum of 5 % ( five percentage ) of the total contract price and subject to force majeure conditions .

13.0 Terms of Payment 100 % value of each consignment will be paid within 30 days of receipt of materials in good conditions at

stores/ desired destination and verification there of subject to approval of the Guarantee certificates & Test Certificates, and Submission and approval of the required Performance Bank Guarantee at the rate of 10% (ten percent) of the Total Contract price on non-judicial stamp paper worth Rs.100/- in the prescribed format from a Nationalized/Scheduled Bank encashable at Bhubaneswar only valid for 90 days over and above the Guarantee period.

Else, An equivalent amount of 10% of the total contract price shall be deducted from the payment made for the first Consignment and the same amount shall be released after submission and approval of the PBG amounting 10% of the total contract price or expiry of the Guarantee Period whichever is earlier.

14.0 Purchaser’s Rights:- The purchaser reserves the right to accept any bid or reject any or all bids or cancel / withdraw

invitation of bid / relax any qualifying norms without assigning any reason to such decision. Such decision by the purchaser shall bear no liability.

Page 165: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 21 -

15.0 FORCE MAJEURE (i) Force majeure is herein defined as any cause which is beyond the control of the

Contractor or the Owner as the may be, which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affects the performance of the contract, such as:

a. Natural phenomena, including but not limited to floods, droughts, earthquakes and epidemics;

b. Acts of any Government, domestic or foreign, including but not limited to war, declared or undeclared, priorities, guarantees, embargoes. Provided either party shall within fifteen (15) days from the occurrence of such a cause notify the other in writing of such causes.

(ii) The Contractor or the Owner shall not be liable for delays in performing his obligations resulting from any force majeure cause as referred to and/or defined above. The date of completion will, subject to hereinafter provided, be extended by a reasonable time even though such cause may occur after Contractor’s performance of obligation has been delayed due to other causes.

DISPUTE RESOLUTION AND JURISDICTION:

(i) Any Disputes arising out of this contract shall be referred to the CEO, CESU who shall decide the case as sole Arbitrator.

(ii) For the purpose of dispute resolution, this agreement shall be governed by the provision of Arbitration and Conciliation Act,1996.

(iii) All disputes shall be subjected to exclusive jurisdiction of the Courts at Bhubaneswar and the writ jurisdiction of Hon’ble High Court of Odisha at Cuttack.

Page 166: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 22 -

SPECIFICATION No.CESU/364/AB Switch/2019-20

SECTION-IV

TECHNICAL SPECIFICATION

Page 167: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 23 -

INSPECTION & TESTING:

The ordered materials shall be inspected & tested by our authorized inspector at your factory premises before dispatch of materials. Accordingly the supplier should offer their pre -dispatch inspection offer of 1st consignment of ordered materials immediately for deputing our authorized inspectors for said inspection towards timely delivery of 1st consignment of ordered materials i,e. within 15 (fifteen) days of issue of this order. Similar procedure should be followed by the bidder for pre - dispatch inspection offer of the 2nd consignment of ordered materials for timely delivery of 2nd consignment of ordered materials.

: Inspection:

The offered AB Switch, presented for inspection should be physically verified & tested as per provisions of GTP Value (Annexure-IV) enclosed & conforming to the following standards:-

i) IS-9920 (Part-I to V.)

ii) IS-2544/1973 ( for porcelain post insulators)

iii) Is-2633 (for galvanization of ferrous parts.) or its latest amendments if any.

: Galvanization : - All ferrous parts should be galvanized as per IS - 2633 / 1972 or it’s latest amendments if any & all non-ferrous part should be duly electroplated with silver.

: Drawing : - Three sets of Type Tested drawings of each offer rating of 11 KV AB Switch clearly mentioning all dimensions

to be furnished by Bidder for reference & approval. The details of construction and materials of different parts shall clearly be indicated in the drawing and illustrative pamphlet // literature for the same shall be submitted along with the tender.

2.0 TYPE TESTING : The offered tendered A B Switch should have been type-tested at CPRI/ ERDA. The bid shall accompany with

type-test reports conducted at Central Power Research Institute/ERDA for the offered materials conducted within five years before the date of opening of the tender. Bids not accompanied with type test reports conducted within five years shall not be considered for evaluation.

(i) Information to be engraved/embossing on each AB Switch : To be clearly marked with following information:

? Individual serial name ? Standard ISI Marks, Manufacturer’s BIS License No. ? Name of the Purchaser : CESU, ODISHA ( CYCLONE FANI WORK) ? Purchase Order No. & Date ? Manufacturer’s name / Trade Mark

Page 168: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 24 -

SECTION-V

LIST OF ANNEXURE

(To be filled up, signed and submitted by the bidder along with the Tender Document)

Page 169: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 25 -

Annexure – I ABSTRACT OF GENERAL TERMS AND CONDITIONS

(For supply of LT PVC Cable) Tender Specn. No. CESU/364/AB Switch/2019-20

(For Procurement of 11 KV AB Switch under FANI Cyclone Head)

1. Whether the bidder is a Manufacturer & furnished valid BIS Licence: Yes / No

2. Rating & Quantity of tendered 11 KV AB Switch Offered : ----------------------------------------

3. Details of Cost of Tender Document Furnished (D.D ref) : -------------------------------------------

4. Details Earnest Money Furnished( D.D ref ) ------------------------------------------

5. Whether Type test(CPRI/ERDA) certificates enclosed with the bid: Yes / No

6. Manufacturer’s past supply experience ( Self Attested Copies of P.Os including user’s certificate furnished or not: - Yes / No

7. Audited Profit & Loss Account for the best 3 financial year out of last 5

financial furnished or not: Yes / No

8. Whether Deviation to the specification , if any furnished (As per Annexure VI (A) & VI (B) Yes / No

9. Whether agreed to Purchaser’s Delivery schedule: Yes / No

If agreed, a) Date of commencement : b) Rate of delivery per month :

10. Whether agreed to Purchaser’s Guarantee clause:- Yes / No

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

12. Whether the Prices are FIRM? Yes / No

13. Whether agreed to furnish security deposit in shape of

B.G. encashable at Bhubaneswar in case his tender is successful: - Yes / No

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

15. Whether agreed to Purchaser’s standard terms of payment or not: Yes / No

16. Valid ITCC & GSTIN furnished or not: Yes / No

17. Three sets of Type Tested drawings of each offer rating of Yes / No 11 KV AB Switch furnished or not.

Signature of the bidder with seal

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

Page 170: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 26 -

Annexure – II

DECLARATION FORM Tender Specn. No. CESU/364/AB Switch/2019-20

(For Procurement of 11 KV AB Switch under FANI Cyclone Head)

To

Sir,

The Chief General Manager ( Purchase & Stores) Central Electricity Supply Utility of Odisha (CESU) 2nd Floor, IDCO Towers,

Janapath, Bhubaneswar-751022, Odisha

Having examined the above specifications together with the Tender terms and conditions referred to therein

1- I / We the undersigned do hereby offer to supply the materials covered there on in complete shape in all respects as per the rules entered in the attached contract schedule of prices in the tender.

2- I / We do hereby under take to have the materials delivered within the time specified in the tender. 3- I / We do hereby guarantee the technical particulars given in the tender supported with necessary

reports from concerned authorities. 4- I / We do have gone through all the provisions of your Tender Specification No. CESU/364/AB

Switch/2019-20 & offer to supply materials without any deviation unless particularly mentioned in the Non-Compliance schedule enclosed at Annexure VI (A) & (B) of the said Tender Specification. Deviations mentioned not mentioned at Annexure VI ( Non-Compliance Schedule), but mentioned any where else of our offer shall not be considered as a deviation to your Tender Specification.

5- I / We do hereby agree to furnish the contract Performance Bank Guarantee in the manner specified / acceptable by CESU & for the sum as applicable to me / us as per clause No.8, Section II , of GCC in the prescribed format Annexure-III of this specification within fifteen days of issue of Letter of intent / Purchase Order , in the event of purchase order being decided in my / us favour , failing which I / We clearly understand that the said LOI / P.O. shall be liable to be withdrawn by the purchaser and bid security furnished by us shall be forfeited.

Signed this…………….Day of ............................... 200…. Yours faithfully

(Signature of Tenderer with company Seal)

(This form should be duly filled up by the Tenderer & submitted along with the original copy of the Tender)

Page 171: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 27 -

ANNEXURE – III PROFORMA FOR COMPOSITE BANK GUARANTEE FOR SECURITY DEPOSIT, PAYMENT AND

PERFORMANCE This Guarantee Bond is executed this day of by us the Bank at P.O. P.S. Dist State

Whereas the ( indicate designation of Purchaser ) the CESU, 2nd Floor, IDCO Towers, Janapath,Bhubaneswar- 751022 a <Body corporate > , <constituted> under the <Electricity > Act, <2003> (here in after called “the Purchaser”) has placed Purchase Order No. Dt. (hereinafter called “the Agreement”) with M/s (hereinafter called “the Contractor”) for supply of (name of the material) and whereas CESU has agreed (1) to exempt the Contractor from making payment of security deposit, (2) to release 100% payment of the cost of materials as per the said agreement and (3) to exempt from performance guarantee on furnishing by the Contractor to the CESU a composite Bank Guarantee of the value of 10% (ten percent) of the Contract price of the said Agreement. 1. Now, therefore, in consideration of the CESU having agreed (1) to exempt the Contractor for making payment of security deposit, (2) to release 100% payment to the Contractor and (3) to exempt from furnishing performance guarantee in terms of the said Agreement as aforesaid, we the Bank, Address (code No. ) (hereinafter referred to as “the Bank”) do hereby undertake to pay to the CESU an amount not exceeding Rs. (Rupees ) only against any loss or damage caused to or suffered by the CESU by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement. 2. We, the Bank do hereby undertake to pay the amounts due and payable under the guarantee without any demur, merely on a demand from the CESU stating that the amount claimed is due by way of loss or damage caused to or suffered by the CESU by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement or by the reason of any breach by the said Contractor’s failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. (Rupees ) only. 3. We, the Bank also undertake to pay to the CESU any money so demanded not withstanding any dispute or dispute raised by the Contractor(s) in any suit or proceeding instituted/ pending before any court or Tribunal relating thereto our liability under this Agreement being absolute and unrevocable.

The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the Contractor(s) shall have no claim against us for making such payment. 4. We, the Bank further agree that the guarantee herein contain shall remain in full force and affect during the period that would be taken for the performance of the said Agreement and it shall continue to remain in force endorsable till all the dues of the CESU under by virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till CESU certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharge this guarantee and will not be revoked by us during the validity of the guarantee period. Unless a demand or claim under this guarantee is made on us or with (Local Bank Name, address and code No.) , Bhubaneswar in writing on or before (date) we shall be discharged from all liability under this guarantee thereafter.

Contd : - P/ 2

Page 172: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 28 -

- P/ 2 -

5. We, the Bank further agree that the CESU shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor(s) or for any forbearance act or omission on part of the CESU or any indulgence by the CESU to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions have effect of so relieving us. 6. The Guarantee will not be discharged due to change in the name, style and constitution of the Bank and or Contractor(s). 7. We, the Bank lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the CESU in writing. Dated the day of Two thousand .

Not withstanding anything contained herein above.Our liability under this Bank Guarantee shall not exceed Rs. (Rupees ) only. The Bank Guarantee shall be valid up to only. We or our Bank at Bhubaneswar (Name & Address of the Local Bank) are liable to pay the guaranteed amount depending on the filing of claim and any part thereof under this Bank Guarantee only and only if you serve upon us or our local Bank at Bhubaneswar a written claim or demand and received by us or by Local Branch at Bhubaneswar on or before Dt. otherwise bank shall be discharged of all liabilities under this guarantee thereafter.

N.B.: (1) Name of the Contractor:

For ( indicate the name of the Bank )

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

(3) Amount of P.O. :

(4) Name of Materials :

(5) Name of the Bank:

(6) Amount of the Bank Guarantee:

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

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

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

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

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

Page 173: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 29 -

GTP OF 11 KV AB SWITCH ANNEXURE – IV

Tender Specn. No. CESU/364/AB Switch/2019-20 (For Procurement of 11 KV AB Switch under FANI Cyclone Head)

A.B. Switches ( 11 KV , 200 A & 400A, 3 Pole , 50 Hz ) ( SINGLE BREAK) – (IS- 9920-Latest Amnd.) Sl. No.

Particulars Desired value 11KV, 200 A, 3Pole

Desired value 11KV, 400 A, 3Pole

1 Maker’s Name and country or origin

To be specified by the bidder To be specified by the bidder

2 Type of Switch Rotating Type Rotating Type 3 Suitable for mounting Horizontal only Horizontal only 4 Number of supporting

post insulator per Phase 2 Nos , 12 KV Post Insulator per

phase as per ISS-2544 / 1973 2 Nos , 12 KV Post Insulator per phase as per ISS-2544 /

1973 5 Post Insulator.

a Maker’s name & country of origin To be specified (as per CPRI Test Report)

To be specified (as per CPRI Test Report)

b Type of cementing Original cemented only & as per ISS - 2544 / 1973 & relevant IEC

Original cemented only & as per ISS - 2544 / 1973 &

relevant IEC c One minute power frequency

with stand voltage Dry 35 KV RMS 35 KV RMS

d One minute power frequency withstand voltage Wet

35 KV RMS 35 KV RMS

e Visible discharge voltage 9 KV RMS 9 KV RMS f Dry Flashover Voltage 55 KV r m s 55 KV r m s g Power frequency puncture

with stand voltage 1.3 times of actual dry flash over

Voltage ( 110 V ) 1.3 times of actual dry flash

over Voltage (110V ) h Creepage distance 320 mm minimum (ISS-2544/1973

& relevant IEC) 320 mm minimum (ISS- 2544/1973 & relevant IEC)

6

Impulse with stand voltage for positive and negative polarity (1.2 / 50) micro second wave)

a Across the isolating distance 85 KV (Peak ) 85 KV (Peak ) b To earth & between poles 75 KV (Peak) 75 KV (Peak) 7 One minute power frequency with stand

voltage

a Across the isolating distance 32 KV (RMS) 32 KV (RMS) b To earth and between poles 28 KV (RMS) 28 KV (RMS) 8 Rated normal current and rated

frequency 200 Amps , 50 Hz 400 Amps , 50 Hz

9 Rated short circuit making capacity 25 KA ( Peak ) 25 KA ( Peak ) 10 Rated short time current 10 KA ( RMS ) 10 KA ( RMS ) 11 Rated peak withstand current 40 KA ( Peak ) 40 KA ( Peak )

12

Rated mainly active load breaking capacity

200 Amp (RMS)

400 Amp (RMS)

13

Rated Transformer off load breaking capacity

6.3 Amp (RMS)

6.3 Amp (RMS)

14 Rated line charging breaking capacity 2.5 Amps ( RMS)

2.5 Amps ( RMS)

Page 174: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 30 -

Sl. No.

Particulars Desired value 11KV, 200 A, 3Pole

Desired value 11KV, 400 A, 3Pole

15 Rated Cable Charging Breaking Capacity 10 Amp, (rms) 10 Amp, (rms)

16 Minimum clearance between adjacent phases

a Switch Closed ( centre to centre) 760 mm

760 mm

b Switch opened (center / edge of blade) 380 mm

380 mm

17 Temperature rise ( Shall not exceed the maximum limit as specified below at an ambient temperature not exceeding in 40 0 C

a Copper contacts in air 65 0 C 65 0 C b Terminal of switch intended to be

connected to external conductor by bolts

50 0 C

50 0 C 18 Vertical Clearance from top of Insulator

cap to mounting channel

254 mm (minimum)

254 mm (minimum)

19 Type of contact a) Self aligned, high pressure jaw type fixed contacts of electrolytic copper of size 65 mm x 35 mm x 6 mm duly silver plated. Each contact should be revetted with three nos. Copper rivets with a bunch ( minimum 3 mm thick) consisting of copper foils, each may vary from 0.15 mm to 0.25 mm. These total thickness of copper foils per jaw should be 6 mm. Jaw assemblies are to be bolted through stainless steel bolts and nuts with stainless steel flat and spring washer.

a) Self aligned, high pressure jaw type fixed contacts of electrolytic copper of size 80 mm x 50 mm x 8 mm duly silver plated. Each contact should be revetted with three nos. Copper rivets with a bunch ( minimum 3 mm thick) consisting of copper foils, each may vary from 0.15 mm to 0.25 mm. These total thickness of copper foils per jaw should be 8 mm. Jaw assemblies are to be bolted through stainless steel bolts and nuts with stainless steel flat and spring washer.

b) Solid rectangular blade type moving contact of electrolytic copper size 220 mm x 35 mm x 6 mm duly silver plated ensuring a minimum deposit of 10 micron of silver on copper contacts or as may be prescribed under relevant ISS / IEC.

b) Solid rectangular blade type moving contact of electrolytic copper size 220 mm x 50 mm x 8mm duly silver plated ensuring a minimum deposit of 10 micron of silver on copper contacts or as may be prescribed under relevant ISS / IEC.

c) Pressure spring to be used in jaw contacts shall be phosphorous bronze having 8 nos of turn x 28 mm height x 14.4 mm diameter with 14 SWG wire (minimum four nos springs shall be used)

c) Pressure spring to be used in jaw contacts shall be phosphorous bronze having 8 nos. of turn x 28 mm height x 14.4 mm diameter with 14 SWG wire (minimum Six nos. springs shall be used)

Page 175: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 31 -

Sl. No.

Particulars Desired value 11KV, 200 A, 3Pole

Desired value 11KV, 400 A, 3Pole

20 Terminal Connector Terminal connectors for both movable and fixed should be of copper flats of same size similar to that of moving contact blades ( minimum 95 % copper composition) . The fixed connector shall of size 65 mm x 35 x 6 mm and the size of movable connector shall be size 65 x 35 x 6 mm with machine finishing duly silver plated with 2 nos. of 12 mm brass bolts , nuts , plain washers & brass spring washers should be provided along with 2 nos solder less bimetallic sockets for each connector suitable sockets for each connector suitable up to 55 Sq.mm conductor

Terminal connectors for both movable and fixed should be of copper flats of same size similar to that of moving contact blades ( minimum 95 % copper composition) . The fixed connector shall of size 80 mm x 50 x 8 mm and the size of movable connector shall be size 80 mm x 50 x 8 mm with machine finishing duly silver plated with 2 nos. of 14 mm brass bolts , nuts , plain washers & brass spring washers should be provided along with 2 nos solder less bimetallic sockets for each connector suitable sockets for each connector suitable up to 55- 80 Sq.mm conductor

21 Moving Contact Movable contact is to be supported by galvanised angle of 45 x 45 x 5 mm in each phase and the moving contact are to be bolted through 2 nos stainless steel bolts and nuts with suitable stainless steel flat and spring washers.

Movable contact is to be supported by galvanised angle of 50 x 50 x 5 mm in each phase and the moving contact are to be bolted through 2 nos stainless steel bolts and nuts with suitable stainless steel flat and spring washers.

22 Galvanization a) Iron parts shall be dip galvanized as per IS – 2633 / 1972 (b) The pipe shall be galvanized as per IS – 4736 / 1968.

a) Iron parts shall be dip galvanized as per IS – 2633 / 1972 (b) The pipe shall be galvanized as per IS – 4736 / 1968.

23 Details of Phase (a) Coupling Rod :- 25 mm nominal bore G.I. pipe medium guage ( b ) Operating Rod :- 32 mm nominal bore G.I. pipe medium gauge single length 6 mtrs

(a) Coupling Rod :- 25 mm nominal bore G.I. pipe medium gauge ( b ) Operating Rod :- 32 mm nominal bore G.I. pipe medium gauge single length 6 mtrs

a b

Nominal Bore ( GI Pipe ) 25 mm

32 mm

O.D. Diameter Thickness

Max Min 34.2 mm 33.3 mm 3.25 mm 42.9 mm 42 mm 3.25 mm

O.D. Diameter Thickness

Max Min 34.2 mm 33.3 mm 3.25 mm 42.9 mm 42 mm 3.25 mm

Page 176: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 32 -

g

Signature of Bidder with Company Seal

Sl. No.

Particulars Desired value 11KV, 200 A, 3Pole

Desired value 11KV, 400 A, 3Pole

c Arcing Horn 8 mm dia G.I. Rod with spring assisteoperation

10 mm dia G.I. Rod with sprin assisted operation

d Force of fixed contact spring 50 lbs to 75 lbs 50 lbs to 75 lbs

e

Copper braided flexible topes 320 mm length of flexible electrolytic copper tape or braided chord (with tin coated) having minimum weight 450 gms per meter and both ends shall be crimped with copper sockets through brass bolts and nuts with brass flat washers. Two nos of suitable copper sockets shall be used at both the ends. The minimum no. of flexible wires should be 1536 of 36 SWG for each flexible chord

320 mm length of flexible electrolytic copper tape or braided chord (with tin coated) having minimum weight 450 gms per meter and both ends shall be crimped with copper sockets through brass bolts and nuts with brass flat washers. Two nos of suitable copper sockets shall be used at both the ends. The minimum no. of flexible wires should be 1536 of 36 SWG for each flexible chord

f Quick break device Lever mechanism Lever mechanism g Bearings 4 nos. self lubricated bearing to be

provided with grease nipple including 4 th bearing being a thrust bearing

4 nos. self lubricated bearing to be provided with grease nipple including 4 th bearing being a thrust bearing

h Locking arrangement Pad Locker & Key arrangement at both ‘ ON ‘ & ‘OFF’ position

Pad Locker & Key arrangement at both ‘ ON ‘ & ‘OFF’ position

i Earth Terminal To be provided at Base Channels To be Channels

provided at Base

j Eye bolt The eye bolt shall be longer with 75 mm thread.

The eye bolt shall be longer wi 75 mm thread.

24 Supporting Channels 75 mm x 40 mm M.S. Channel hot deep (Galvanised)

75 mm x 40 mm M.S. Channel hot deep (Galvanised)

25 Weight of each pole complete ( Kg ) To be specified by the Bidder To be specified by the Bidder

Page 177: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

Annexure - V Price Schedule for Materials/ Equipments Offered as per Specification No. CESU/364/11 KV AB Switch/2019-20 (For Procurement of 11 KV AB Switch under FANI Cyclone Head)

Name of Bidder

Item Sl.

No.

Item Description

Unit

Quantity

Price for each unit

Unit Ex-

Works Price ( Rs. )

Unit Packing & Forwarding

Charges ( Rs. )

Unit GST Rate

( Rs. )

Unit freight & insurance and other local costs incidental to delivery ( Rs. )

Total Unit Price inclusive of all taxes & duties

( Rs. )

Total Landing Price inclusive

of taxes & duties ( Rs. )

1 2 3 4 5 6 7 8 9=5+6+7+8 10 = 4 x 9

Total amount in Words Rupees.…………………………………………………………….only Signature of Bidder alongwith Seal & date

Note: 1) Any column left blank shall be treated as NIL / Inclusive of . 2) Unit price under Column-9 is inclusive of all. 3) In case of discrepancy between unit price and total price, the unit price shall prevail over the total price.

Signature of the Bidder with seal

The above is to be duly filled up, signed and submitted in sealed condition in a separate envelope superscribed as “ Part-II Bid – Price Bid”

33

Page 178: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 34 -

ANNEXURE VI (A) (TECHNICAL DEVIATION FORMAT)

Tender Specn. No. CESU/364/AB Switch/2019-20 (For Procurement of 11 KV AB Switch under FANI Cyclone Head)

Clause

No Prescribed as per Tender

Specification Deviation in the bidder's Offer

Bidder’s Signature with Seal.

N.B : The bidder has to mention all technical deviations in his offer which differs from the Technical Requirement

of this Tender in above format. Deviations not mentioned in above format but mentioned in any other format or in any other part of the offer document shall not be considered as deviation and the bidder shall be deemed to have accepted our technical requirement without deviation.

Page 179: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 35 -

ANNEXURE VI (B) (COMMERCIAL DEVIATION FORMAT)

Tender Specn. No. CESU/364/AB Switch/2019-20

(For Procurement of 11 KV AB Switch under FANI Cyclone Head)

Clause No

Prescribed as per Tender Specification Provided in the bidder's Offer

Bidder’s Signature with Seal.

N.B : The bidder has to mention all commercial deviations in his offer which differs from the Commercial

Requirement of this Tender in above format. Deviations not mentioned in this format but mentioned in any other format or in any other part of the offer document shall not be considered as deviation and the bidder shall be deemed to have accepted our commercial requirement without deviation.

Page 180: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 36 -

ANNEXURE-VII SELF DECLARATION FORM

Sir,

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

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

there were no debarring actions against us for any default in supply of material / equipments or in the performance of the contract entrusted to us in any of the Electricity Utilities of India.

2. In the event of any such information pertaining to the aforesaid matter found at any given point of time either during the course of the contract or at the bidding stage, my bid/contract shall be liable for truncation / cancellation / termination without any notice at the sole discretion of the purchaser.

Place- Date-

Yours faithfully,

Signature of the bidder With seal

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

Page 181: admin.osicltd.inadmin.osicltd.in/Siteupdate/TenderFile/26388.pdf · - 2 - CONTENTS SECTIONNo. DESCRIPTION PAGE NO. TENDERNOTICE 3-4 SECTION-I: INVITATION FORBIDS(IFB) 5 -8 SECTION-II:

- 37 -

Annexure – VIII SCHEDULE OF PURCHASE ORDERS ALREADY EXECUTED TO ELECTRICITY IN THE

LAST 3 FINANCIAL YEARS & CURRENT FINANCIAL YEAR Tender Specn. No. CESU/364/AB Switch/2019-20

(For Procurement of 11 KV AB Switch under FANI Cyclone Head)

Ref : Tender Specification No. CESU/363/LT PVC Cable 2019-20 Date of Opening Name & Address of the Bidder This is to certify that we have successfully executed following purchase orders for the offered 11 KV AB Switch of same current rating/voltage rating or higher current rating/ voltage rating related to this tender, during last 3 Financial Years. Sl. No.

Financial Year

Total quantity of tender cables or

higher size supplied during the

FY

Purch encl

ase Order No. and Date osed / Size & Quantity

Ordered.

Name & Address of the Purchaser

1 FY-2018-19 1. 2. 3. 4. 2 FY 2017-18 1.

2. 3. 4 3 FY 2016-17 1.

2. 3. 4.

Self attested copies of above Purchase Orders have been enclosed at Annexure ------------- in this bid- document.

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