Вы находитесь на странице: 1из 55

TANGEDCO

SPECIFICATION FOR SUPPLY OF 110KV CURRENT TRANSFORMER


600- 300 150/1A

SPECIFICATION No…07/17-18

DUE DATE : 12.06.2017

OFFICE OF THE
CHIEF ENGINEER/DISTRIBUTION ,
TANGEDCO, ERODE REGION,
ERODE

1
::TANGEDCO::

General information on Tender Specification No. 07/17-18


E –tender for procurement of 110KV Current
1. Equipments & Quantity :
Transformer 600-300-150/1A /7 Nos.

2. Due date & time for receipt of tenders : 14.00 Hours on 12.06.2017.
electronically
3. Due date & time for opening of tenders : 14.30 Hours on 12.06.2017.
electronically

4. (i) Earnest Money Deposit : Rs.9300/-(Rupees Nine Thousand and three


hundred only)

(OR)
(ii) Permanent EMD : Rs.10,00,000/- or above. Permanent EMD
holder of Rs.5,00,000/- are not eligible to
participate in this tender
Permanent EMD holder of Rs.5,00,000/- are not eligible to participate in this tender. Firms
who have a valid ( not forfeited or a request had been made as on the date of tender
opening) Permanent Earnest Money Deposit(PEMD)of Rs.10,00,000/- (Rupees Ten lakhs
only) with Head quarters (OR) the SE/EEDC/ERODE/ TANGEDCO are exempted from
payment of Earnest Money Deposit. (Refer Section-I, Page No.4, Clause (2))
5. URL for online bid submission : https://tntenders.gov.in
for e-tender
6. Type of Tender : Open tender Two Part System
7. Clarification to be sought for from : Chief Engineer/Distribution,
TANGEDCO/Erode Region
Erode -9

8. Place at which tenders will be opened : Will be opened electronically at


Office of Chief Engineer/ Distribution/Erode
Region/ Erode
NOTE:

The Tender Documents are available in the website https://tntenders.gov.in. The


prospective bidders may get the specification by down-loading from above Website,
free of cost.

They shall ensure whether any clarification/amendment is issued to the specification


before submission of their tender by visiting the above mentioned Websites.

Sd/-
CHIEF ENGINEER/DISTN.,
ERODE REGION/ERODE
SPECIFICATION. NO.07/17-18

DESCRIPTION:

SECTION - I : EARNEST MONEY DEPOSIT

SECTION - II : BID QUALIFICATION REQUIREMENTS

SECTION - III : REJECTION OF TENDERS

SECTION - IV : INSTRUCTION TO TENDERERS

SECTION - V : COMMERCIAL

SECTION - VI : TECHNICAL

ANNEXURE :

ANNEXURE - I : GUARANTEED TECHNICAL PARTICULARS

ANNEXURE - II : CHECK LIST FOR BID QUALIFICATION

ANNEXURE - III : CHECK LIST FOR COMMERCIAL TERMS

ANNEXURE - IV : CHECK LIST FOR TECHNICAL TERMS

SECTION - VII : FORMATS

SCHEDULE - A : SCHEDULE OF PRICES

SCHEDULE - B : SCHEDULE OF MATERIALS AND DELIVERY PERIOD

SCHEDULE - C1 : DEVIATION FROM TECHNICAL SPECIFICATION

SCHEDULE - C2 : DEVIATION FROM COMMERCIAL SPECIFICATION

SCHEDULE – D : STATEMENT OF SUPPLY ORDERS EXECUTED/UNDER EXECUTION

SCHEDULE - E : DECLARATION FORM

SCHEDULE - F : UNDERTAKING IN LIEU OF E.M.D.

3
SECTION – I
EARNEST MONEY DEPOSIT

1. Tenderer should pay the specified amount towards Earnest Money Deposit, as follows.
Earnest Money Deposit : Rs.9300/-(Rupees Nine Thousand and three hundred
only ) (or) Permanent EMD : Rs.10,00,000/- (Rupees Ten Lakhs ) or above. Permanent
EMD holder of Rs.5,00,000/- are not eligible to participate in this tender.
2. Firms who have a valid ( not forfeited or a request had been made as on the date of tender
opening) Permanent Earnest Money Deposit(PEMD)of Rs.10,00,000/- (Rupees Ten lakhs only)
with the SE/EEDC/ERODE/ TANGEDCO are exempted from payment of Earnest Money
Deposit. The permanent EMD holders of TANGEDCO Head quarters are also exempted from
payment of EMD
3. The tenderers who have a made Permanent Earnest Money Deposit(PEMD) with the
TANGEDCO at Head quarters are eligible to participate the tenders floated by all tender
inviting authorities of TANGEDCO .
The tenderers who have a made Permanent Earnest Money Deposit(PEMD) with the
TANTRANSCO at Head quarters are eligible to participate the tenders floated by all tender
inviting authorities of TANTRANSCO .
4. The Earnest Money Deposit specified above should be a DEMAND DRAFT/
BANKER’S CHEQUE for the above amount from any of the Nationalised/scheduled/Foreign
Banks with branches in India payable to the Superintending Engineer/EEDC/Erode
payable at Erode . The DEMAND DRAFT/ BANKER’S CHEQUE should be received at
Office of Chief Engineer/Distribution/Erode Region/Erode on or before 14:00 Hrs on
12.06.2017.

5. The EMD will not carry any interest.


6. The Earnest Money Deposit will be refunded on finalisation of tender to the
unsuccessful tenderers on application to the Superintending Engineer/ EEDC/Erode
after intimation of the rejection/non-acceptance of their tender is sent to them.
7. Cheques will not be accepted towards EMD and the tenders shall be rejected if EMD is not
paid in the prescribed manner.
8. The Small Scale Industrial units/UAM located within the State and Registered with the
Tamil Nadu Small Industries Development Corporation or the National Small Industries
Corporation (NSIC) or Holding Acknowledgement issued for Enterpreneur Memorandum Part-
II obtained from the District Industries centers in respect of those items for which the
Registration Certificate/ Acknowledgement has been issued, Departments of the Government
of Tamil Nadu and Undertakings and corporations owned by the Government of Tamil
Nadu, Labour contract Co-operative Societies, Tiny Industries classified under SSI/UAM
registered with the state of Tamil Nadu and Registration Certificate issued by Department
of Industries and Commerce / Government of Tamil Nadu, Small Scale Industrial units
located outside the State and such of those units registered with National Small Industries
Corporation in respect of the items manufactured by them are the only categories of
institutions/industries exempted from the payment of Earnest Money Deposit. SUBJECT TO
THE CONDITION THAT, the investment held in Plant and Machinery does not exceed Rs. 5
Crores, for which attested audited copy of Profit and Loss account, Balance sheet of 2016-
2017 along with proof of exemption from paying EMD, should be enclosed along with the
tender.

9. Those Tenderers who are exempted from payment of EMD shall furnish in lieu of EMD an
undertaking on a non-judicial Stamp paper of value not less than Rs.80/-
(Rupees Eighty Only) to the effect to pay as penalty an amount equivalent to EMD or
an amount equal to the actual loss incurred whichever is less in the event of non-
fulfillment or non observance of any of the conditions stipulated in the contract
consequent to such breach of contract. The State Government, Public Sector
undertakings who are exempted from payment of EMD should also pay as
penalty an amount equivalent to the amount fixed as Earnest Money deposit in the
event of fulfillment or non observance of any of the conditions stipulated in the
contract.
10. TENDERS RECEIVED WITHOUT THIS UNDERTAKING WILL NOT BE OPENED.
11. Small Scale Industries registered within the State of Tamil Nadu shall enclose duly
attested Photostat copy of their Registration Certificate showing the subject materials
specifying capacity which they are permitted to manufacture and the period of
validity of the certificate as proof of eligibility for exemption from payment of
EMD in a sealed outer cover or in envelope ’A’ as specified in Clause-2.
12. The prospective bidders shall furnish the audited attested copy of Profit and Loss
Account, Balance sheet with the value of Plant & Machinery , along with the proof for
exemption from payment of EMD in order to ensure the SSI status of the firm.
All SSI / NSIC units shall furnish the above audited attested copy of Profit
and Loss Account, Balance sheet with the value of Plant & Machinery, along with
the proof for exemption from payment of EMD. If not furnished along with
undertaking, the tenders will not be opened
In case the investment held by them in Plant and Machinery as per their financial
statement of Accounts exceeds Rs. 5 crores, the General Manager, District
Industries Centre concerned shall be requested to verify the SSI status of the firm. Till
receipt of confirmation from General Manager, District Industries Centre
concerned the exemption from paying EMD for SSI units and Purchase preference
for domestic SSI shall not be extended.
13. Others viz. Central and Other State Government Departments, Undertakings and
Corporations other than Tamil Nadu shall have to pay Earnest Money Deposit and Security
Deposit.

5
The following should be uploaded by the Vendor during submission of Techno-
14.
commercial bid for payment of EMD failing which the offer will be SUMMARILY
REJECTED .
i)The proof of Permanent EMD Holder.
ii)The proof of exemption of EMD with an undertaking in lieu of EMD and
documents in support of investment held in plant and machinery.

15. The Earnest Money Deposit made by the Tenderer will be forfeited if :-
a) He withdraws his tender or backs out after acceptance.

b) He withdraws his tender before the expiry of validity period stipulated in


the specification or fails to remit the security deposit.

c) The tenderer violates any of the provisions of these regulations contained herein.

d) The tenderer revises any of the terms quoted during the validity period.

e) The tenderer produces bogus documents or if the documents contain false particulars.

f) In the event of the document furnished with the offer being found to be
bogus or the
documents contain false particulars, the EMD paid by the tenderer will be
forfeited
in addition to blacklisting them for future tenders/contracts in TANGEDCO.
g) The EMD received from the unsuccessful tenders will be refunded on
finalisation of tender and on getting application for refund along with pre-
stamped receipt.
16. Apart from the above, the TANGEDCO has the right to adopt any changes,
based on the TANGEDCO’s Accounts Branch instructions, with regard to extending
exemption from paying EMD.
SECTION – II
BID QUALIFICATION REQUIREMENTS (BQR)

The BIDDERS shall become eligible to bid on satisfying the following “BID
QUALIFICATION REQUIREMENTS” and on production of the required documentary
evidences along with the Tender.

1. The bidders should be a manufacturer and supplier of 110KV Current Transformer


600-300-150/1A.
(Proof for original manufacturers/SSI/UAM/NSIC to be enclosed)

2.
The Tenderers should have supplied the required quantity of tendered materials or higher
size put together during the preceeding ten years as on the date of tender opening.
The attested copies of the Purchase Orders for the above quantity of
equipments, executed by the Bidder to state Electricity Boards /Power utilities for the
past 10 years shall be furnished.
The end user certificate for the above quantity and period shall be furnished.

3. In case of bidders who happen to be the companies registered under companies Act-1956,
attested copy of Audited financial statements like profit and loss A/c & Balance sheet for the
immediately preceding 3 years may be furnished and in case of others, the Annual turnover
certified by the practicing Charted accountant or attested copy of income tax statements or
attested copy of sales tax certificate for all the 3 years may be enclosed as documentary
proof to ensure the turnover criteria prescribed in the tender specification. The annual
turnover of the bidder shall be furnished for the last 3 financial years ( 2014-2015, 2015-2016
& 2016-2017). The turn over for at least any one of the last 3 financial years shall be more
than Rs.5 Lakhs.

4. Type test report for the tendered material/ equipment of their make in full shape should have
been conducted within five years(5 years) as on the date of tender opening as per relevant IS
& IEC.

5. The bidders may also furnish the attested copy of Income Tax return filed by the
bidders or the attested copy of Sales Tax Clearance Certificate containing turnover
details or the attested copy of enlistment certificate issued by the NSIC containing
turnover details of the bidder for the respective period as required.

THE OFFERS OF BIDDERS NOT SATISFYING THE ABOVE BID


QUALIFICATION REQUIREMENTS WILL BE SUMMARILY REJECTED.

Sd/-
CHIEF ENGINEER/DISTN.,
ERODE REGION/ERODE

7
SECTION – III

REJECTION OF TENDERS:

I Tenders will be SUMMARILY rejected if


a) The EMD requirements are not complied with,
b) Not satisfying any of Bid Qualification Requirements.
c) If the documents furnished with the offer is found to be bogus or the documents contains
any false particulars.
II Tender is LIABLE to be rejected, if it is:
a) not covering the supply of equipments/materials with all accessories.
b) with validity period less than that stipulated in this specification.
c) not in conformity with TANGEDCO’s Commercial terms and Technical Specifications
(Section - V & VI ).
d) not signed properly by the tenderer.
e) received from a Tenderer who is directly or indirectly connected with Government service or
TANGEDCO Service or services of local authority.
f) from any black listed Firm or Contractor.
g) received by Telex/Telegram / E-Mail/FAX.
h) from a tenderer whose past performance/Vendor rating is not satisfactory
i) not containing all required particulars as per Schedule - A to F.
j) Received from any joint venture of firms/ companies/ individual or consortium of firms
/companies/ individual.
k) received “ after due date and time”.
l) Tenderers not furnished the TIN No. in the offers. (To be furnished in envelope A)
SECTION – IV – INSTRUCTIONS TO TENDERERS

1.0 Sealed tenders in Two Part System


(a) Technical Bid with Commercial terms but without Price Bid and (b) Price Bid
will be received through E-tender for and on behalf of TANGEDCO herein after
referred as TANGEDCO so as to reach on or before the due date prescribed. All the tenders
shall be prepared and submitted strictly in accordance with the Instructions set
forth herein. THE TENDERERS WHO DO NOT FULFILL THE “BID QUALIFICATION
REQUIREMENTS“ AS PER SECTION – II NEED NOT PARTICIPATE IN THE TENDER. OFFERS
NOT SATISFYING THE "BID QUALIFICATION REQUIREMENTS” WILL NOT BE CONSIDERED
AND WILL BE SUMMARILY REJECTED.
Provisions of the Tamilnadu Transparency in Tenders Act 1998 and Tamilnadu
Transparency in Tender Rules 2000 and subsequent amendments will be applicable to this
tender.
2.0 SCOPE OF SUPPLY:
The scope of supply of the material (described in Schedule-A) includes design,
manufacture, inspection, testing, packing, forwarding and delivery of the materials detailed
herein, at Central stores/ Mettur.

3.0 SUBMISSION OF TENDER OFFER :


The Tenderer is expected to examine all instructions and Schedules detailed in the
Specification and submit the Schedule of prices and other required particulars in the
schedules and drawings called for in this specification only as per the formats prescribed
herein.

4.0 TWO PARTS TENDER SYSTEM:


The Tender Offer consisting of Schedules-A to E should be filled up and signed by the
4.1.1
Tenderer or any person holding Power of Attorney authorizing him to sign on behalf of the
Tenderer before submission of the Tender. The date of signature should invariably be
indicated.

In the event of tender being submitted by other than a firm, it must be signed by a partner
4.1.2
(copy of partnership deed should be enclosed) and in the event of the absence of any
Partner, it shall be signed on his behalf by a person holding a Power of Attorney authorizing
him to do so, Certified copies of which shall be enclosed.

Tender submitted on behalf of companies registered under the Indian Companies Act, shall
4.1.3
be signed by person duly authorised to submit the tender on behalf of the company and
shall be accompanied by certified true copies of the resolutions, extracts of the Articles of
Association, special or general Power of Attorney etc to show clearly the title, authority and
designation of persons signing the tender on behalf of the company

9
Modifications/Clarifications to Tender Documents:
4.2
At any time after the commencement of e-Tender and before the closing of the event,
4.2.1
TANGEDCO may make any changes, modifications or amendments to the tender
documents and same will be intimated to the concerned Vendors through corrigendum
which can be downloaded from the Vendor login .

4.2.2 In case any tenderer asks for a clarification to the tender documents before 48 hours of
opening of tenders, the Chief Engineer/Distribution, TANGEDCO, Erode Region/Erode will
clarify the same.

If any tenderer raises clarifications after the opening of the tender, the clarified reply
4.2.3.
issued by the Chief Engineer/Distribution, TANGEDCO, Erode Region/Erode on the
clarifications will be final and binding on the Tender.

All information in the tender offer shall be in ENGLISH only. It shall not contain
4.2.4
interlineations, erasures or overwritings except as necessary to correct errors made by the
tenderer. Such erasures or other changes in the tender documents shall be attested by the
persons signing the tender offer.

QUOTATION OF RATE
4.3
Rates should be quoted figures i.e., integers only.
4.3.1
Offers giving lumpsum price, without giving their breakup as per details required in the
attached Price Schedule-A shall be liable for rejection.

PRINTED TERMS AND CONDITIONS IN TENDERS:


4.4
Supplier's printed terms and conditions will not be considered as forming part of the
tender under any circumstances.

INCOMPLETE TENDERS:
4.5
Tender, which is incomplete, obscure or irregular is liable for rejection.

AMBIGUITIES IN CONDITIONS OF TENDERS:


4.6
In the case of ambiguous or contradictory terms / conditions mentioned in the bid,
interpretation as may be advantageous to the purchaser may be taken without any
reference to the Tenderer.

4.7 The tender offer shall contain full information asked for in the accompanying
schedules and elsewhere in the specification.
4.8 Tenderer shall bear all costs associated with the preparation and delivery of its offers,
and the TANGEDCO will in no case be responsible or liable for these costs.
4.9 No offer shall be withdrawn by the tenderer in the interval between the deadline
for submission and the expiry of the period of validity specified/extended
validity of the tender offer.
4.10 ONLY MANUFACTURERS MUST QUOTE. Tenders received from Agents
/Dealers will not be considered.
4.11 The Tenderers are requested to furnish the exact location of their factories with detailed
postal address, Pin Code, Telephone and Fax Nos. etc., in their tender so as
to arrange inspection by the TANGEDCO if considered necessary.
4.12 The tenderers are advised to quote their Permanent Account Number in their tender or
other relevant documents.
5.0 TENDER OPENING:
OPENING OF COMMERCIAL & TECHNICAL BIDS WITHOUT PRICE (PART-I):
5.1
Tender offers except price Bid will be opened electronically at 14.30 Hrs. on the date
notified at the Office of the Chief Engineer/Distribution/Erode Region/Erode ,
through https://tntenders.gov.in in the presence of tenderer’s authorized
representative who may wish to be present on the date of opening.

52.OPENING OF THE PRICE BIDS: (PART - II)


5.2
The date and time of opening of Price Bids shall be later notified through
registered e-mail to the Bidders who fulfill the BQR criteria and whose
bids are found to be commercially and technically acceptable.

5.3 The Tenderer’s Name, Technical and commercial terms during Techno commercial
Bid opening and such other details as the TANGEDCO, at its discretion, may
consider appropriate will be announced and recorded at the time of tender opening, for
ascertaining substantiated responsiveness of the Bids.
6.0 INFORMATION REQUIRED AND CLARIFICATIONS:
6.1 To assist in the examination, evaluation and comparison of tender offers, the
TANGEDCO may, at its discretion, ask the tenderer for a clarification of his offers. All
responses to requests for clarification shall be in writing and to the point only. No
change in the price or substance of the offer shall be permitted.
6.2 The TANGEDCO will examine the tender offers to determine whether they are complete,
whether any computational errors have been made, whether required sureties
have been furnished, whether the documents have been properly signed and
whether the offers are generally in order.
6.3 Prior to the detailed evaluation, the TANGEDCO will determine the substantial
responsiveness of each offer to the Bidding Documents
6.4 A substantially responsive offer is one which conforms to all the terms and conditions of
the specification without any deviation. “Attempt by any tenderer to bring to bear
extraneous pressure on the tender accepting authority shall be the sufficient reason
to disqualify the tenderer”.
6.5 The Tender offers shall be deemed to be under consideration immediately after they
are opened and until such time official intimation of award/rejection is made by the
TANGEDCO to the tenderers. While the offers are under consideration,
tenderers, and/or their representatives or other interested parties are advised
to refrain from contacting by any means, the TANGEDCO and/or TANGEDCO’s
employees/representatives on matters related to the offers under
consideration.

11
6.6 Mere submission of any Tender offer connected with these documents and Specification
shall not constitute any agreement. The tenderer shall have no cause of action or
claim, against the TANGEDCO for rejection of his offer. The TANGEDCO shall always be at
liberty to reject or accept any offer or offers at its sole discretion and any such action
will not be called into question and the tenderer shall have no claim in that regard
against the TANGEDCO.
7.0 EVALUATION AND COMPARISON OF TENDER OFFERS :
7.1 The tender offers received and accepted will be examined to determine whether
they are in complete shape, all data required have been furnished, the tender offer is
properly signed and the offers are generally in order and the tender offer
conforms to all the terms and conditions of the Tender document without any
deviation.
7.2 For the purpose of evaluation of the tender offers, the following factors will be
taken into account for arriving at the evaluated price.
7.2.1 The evaluated price shall include all central duties like Excise Duty, Cess on
Excise Duty, Freight and Insurance, Packing and Forwarding charges
(a) “In a tender where all the tenders are from within the State of Tamil Nadu or where all
the tenderers are from outside the State of Tamil Nadu, the Sales Tax or VAT will be
included for the evaluation of the price and in a tender where the tenderers are both from
the state of Tamil Nadu as well as from the outside state of Tamil Nadu, the TNVAT quoted
will be excluded for the evaluation of price”.

(b)The offers will be evaluated without extending price preference to domestic SSI units
and Public Sector undertakings to the Government.
(c) “In a tender where all the tenders are from within the State of Tamil Nadu or where all
the tenderers are from outside the State of Tamil Nadu, the Sales Tax or VAT will be
included for the evaluation of the price and in a tender where the tenderers are both from
the state of Tamil Nadu as well as from the outside state of Tamil Nadu, the TNVAT quoted
will be excluded for the evaluation of price” and it may also be specifically stipulated that no
price preference shall be extended in evaluating the offers.
7.2.2 The amount of Sales Tax/TN VAT and percentage of Sales Tax/TN VAT shall be indicated
in the offer
For the purpose of evaluation of the tender offers, the unit FOR (D) value of
7.2.3
110KV Current Transformer 600-300-150/1A / 7 Nos. will be arrived for and
evaluation will be carried out as detailed in Clause 7.2.1. From this value, it will be
evaluated to arrive at the lowest offer (L1 Tenderer).

7.2.4 In determining the lowest evaluated price the following factors will be considered.
(a) the quoted price will be corrected for arithmetical errors.
(b) In case of discrepancy between the price quoted in words and figures,
lower of the two and which is advantageous to the TANGEDCO shall be
considered.
7.2.5 The bid evaluation will be done as per Tamilnadu Transparency in Tenders Act
1998 and Tamilnadu Transparency in Tenders Rules 2000.
8.0 VALIDITY :
8.1 The tender offer shall be kept valid for acceptance for a period of 180 days from the
date of opening of offers. The offers with lower validity period are liable for rejection.
8.2 Further, the tenderer shall agree to extend the validity of the Bids without
altering the substance, and prices of their Bid for further periods, if any, required by the
TANGEDCO.
9.0 RIGHTS OF THE TANGEDCO :
Not withstanding anything contained in this specification, the TANGEDCO reserves the right
to:
a. Accept the lowest tender.
b. Revise the quantities at the time of placing orders, to the extent of
+/- 25%.
c. Reject any or all the tenders or cancel without assigning any reasons
therefore.
d. To split the Tender Quantity and place orders on one or more than one Firm to
meet the delivery requirements.
e. Recover losses if any sustained by the TANGEDCO, from the supplier who
pleads inability to supply, and backs out of his obligation after award of contract.
The Security Deposit paid shall be forfeited in such cases.
f. To cancel the orders for not keeping up the delivery schedule.
g. In the event of the documents furnished with the offer being found to be
bogus or the documents contain false particulars, the EMD paid by the
tenderers will be forfeited in addition to blacklisting them for
future tenders/ contracts in TANGEDCO.
h. After negotiation with the tenderer and before passing the order
accepting a tender, if the tender accepting authority decides that the
price quoted by such tenderer is high, the tender is liable for rejection.
10.0 DEVIATIONS :
10.1 The Tenderer shall furnish, if there are any deviations in the commercial and
technical terms in the Schedule C1 & C2 Annexed. Deviations mentioned
elsewhere will not be considered. If no deviations are furnished, it will be
construed that the tenderer is accepting all terms specified in the specification.
Similarly if any deviations are furnished in the said schedules C1 & C2 it will be construed
that these are the only deviations and the tenderer is accepting all other terms of the
specification and the offer will be taken for evaluation accordingly.

THE TENDERERS SHALL FURNISH THE DETAILS OF THEIR OFFER IN THE


GTP AND IN THE CHECK LIST ALSO FOR BID QUALIFICATION
REQUIREMENTS, COMMERCIAL TERMS AND TECHNICAL TERMS IN THE
ANNEXURES II, III AND IV RESPECTIVELY.

10.2 THE OFFERS OF THE TENDERERS WITH DEVIATIONS IN COMMERCIAL TERMS OF


THE TENDER DOCUMENT WHICH COULD NOT BE ACCEPTED WILL BE REJECTED.
10.3 NO ALTERNATE OFFER WILL BE ACCEPTED.
13
11.0 APPEAL :
Any tenderer aggrieved by the order passed by the Tender Accepting Authority under
Section-10 of the Tamil Nadu Transparency in Tenders Act 1998 may prefer an appeal
to Government within 10 (Ten) days from the date of receipt of order.

12.0 BAR ON JURISDICTION :


Save as otherwise provided in the Tamil Nadu Transparency in Tenders Act, 1998 no
order passed or proceedings taken by any officer or authority under this Act shall be called
in question in any court and no injunction shall be granted by any court in respect of
any action taken or to be taken by such officer or authority in pursuance of any
power conferred by or under this Act.

Sd/-
Chief Engineer/ Distribution,
Erode Region/Erode
SECTION : V – COMMERCIAL

1.0 SCOPE:
1.1 The scope of supply includes manufacture, inspection, testing, packing, forwarding,
insuring and delivery of the Equipments detailed herein, at our Central stores/ Mettur.
2.0 PLACING OF ORDERS
(i) The TANGEDCO reserves the right to split and place orders for the above items
on different tenderers and for revising the quantities at the time of placing of the orders.
The TANGEDCO reserves the right to vary the quantity finally ordered to the extent of
25% either way of the requirement indicated in the tender documents. It is not
binding on the TANGEDCO to accept the lowest or any tender.
ii) The purchase order will be issued to the successful tenderers with all
TANGEDCO’s terms and conditions, duly indicating the rates and the quantity to be
ordered on them . The approved rates will be FIRM and valid for one year from the date
of receipt of the contract or till the completion of supply.
iii) The quantity proposed to be ordered will be indicated in the Purchase Order.
3.0 PRICE :
3.1 The Tenderers are requested to quote FIRM price only and variable price will not
be accepted
3.2 The Tenderers shall quote the Ex-works price, Excise Duty with percentage, Cess on
Excise Duty, Packing and Forwarding, Freight and Insurance charges , Sales
Tax with percentage separately for delivery to Central stores/Mettur. A format
for price is given in Schedule `A’.
3.3 It is the responsibility of the Tenderer to make sure about the correct rates of duty/tax
leviable on the materials at the time of tendering. If the rates assumed by the
Tenderers are less than the current rates prevailing at the time of tendering, the
TANGEDCO will not be responsible for the mistake.
3.4 The Tenderer should quote their rates taking into account the Excise Duty relief available
to them on account of duty paid for procurement of raw materials under
CENVAT Scheme. A certificate to this effect shall be furnished along with the offer.
3.5 The successful tenderer shall give an undertaking to the effect that if lower prices are
offered to anyone else during the period of one year from the date of order, the same
benefit shall be passed on to TANGEDCO.
4.0 SALES TAX/VAT
The Central Sales Tax/TNVAT will be paid extra as applicable. The amount of Central Sales
Tax/TNVAT and percentage payable shall be indicated separately in the tender offer.
Central Sales Tax/TNVAT is not applicable to Freight and Insurance charges.

15
The TANGEDCO Ltd has been registered as a dealer under CST Act 1956 (Registration
No.956815) and under TNVAT act 2006 with TIN No.33060641471.As per G.O.Ms No.77,
dt.11.07.2011 Notification-III No.II(1)/CTR/12(R-17)/2011, the concessional rate of VAT @
5% is applicable for the goods supplied for the goods supplied to TNEB Ltd, TANGEDCO
and TANTRANSCO, used in Generation, Transmission and Distribution of Electrical Energy
except Petrol, Cement & Diesel. Further, As per G.O.MS.No.77, dt.01.07.2011 Notification-
IV No.II(1)/CTR/12(R-18)/2011, the concessional rate of VAT @ 5% is applicable for the
sale of goods for use in the execution of turnkey projects by contractors who have entered
into agreement with TNEB Ltd, TANGEDCO and TANTRANSCO, subject to the condition that
the dealer/Purchaser obtains and furnishes a certificate in the prescribed form.
The necessary certificate as per G.O. shall be furnished for availing concessional rate of
VAT. The “C” Form for the classes of goods specified for the purpose as per CST Act shall
be furnished for availing concession / Nil rate of CST.
In case of delayed delivery, the Central Sales Tax/TNVAT prevailing on the date of despatch
or on the last day of the contractual delivery period whichever is LESS will be admitted. For
both the cases the supplier shall furnish documentary evidence while submitting the bills for
payment.
Provided always, it is hereby agreed and declared that in case, where the Board has doubt
and belief that Central Sales Tax/TNVAT is not at all payable for the transaction in question,
the Board reserves the right to withhold the amount of Tax until the party produces an
order of court of competent jurisdiction, declaring the liability of the transaction to Central
Sales Tax/TNVAT. Concessional rate of Central Sales Tax/TNVAT, if any, shall be taken in
to account and included in the price quoted giving proof thereof.
Requested to furnish the TIN Nos. in the offer to be submitted.

The following certificates have to be furnished for admittance of claim of Central Sales Tax/
TNVAT:
(i) Certified that the transaction in which the Central Sales Tax/TNVAT has been claimed
and has been / will be included in the return submitted / to be submitted to the Central
Sales Tax/TNVAT authorities for assessment of the Central Sales Tax/TNVAT and the
amount of Central Sales Tax/TNVAT claimed from the purchaser has been/will be paid to
sales Tax authorities.
(ii) Certified that the goods on which the Central Sales Tax/TNVAT has been charged have
not been exempted under C.S.T. Act or TNVAT and the Rules made there under and the
charges on account of Central Sales Tax/TNVAT on these goods are correct, under
provisions of relevant Act or Rules made there under.
(iii) Certified that we shall indemnity the Board, In case if it is found at a later date that
wrong/incorrect or excess payment has been recouped on account of Central Sales
Tax/TNVAT paid by us.
(iv)Certified that we are registered as dealer under the Central Sales Tax Act and our
Registration No. is….. and under TNVAT Act 2006 and our Registration No. is………
(v)Certified that TNVAT credit availed by me has been taken into account in the rates
quoted.
5.0 EXCISE DUTY & CESS ON E.D. :
5.1 It is the responsibility of the tenderer to make sure about the correct rates of duty
leviable on the material at the time of tendering. If the rates assumed by the Tenderer
are less than the current rates prevailing at the time of tendering, the
TANGEDCO will not be responsible for the mistake.
5.2 Any increase in Excise Duty and Cess on Excise Duty consequent to the
suppliers coming into different duty slab during the execution of the contract
shall have to be taken into account and the all inclusive Firm Price shall be
quoted accordingly by the tenderers. Any variation in Excise Duty and Cess on Excise
Duty due to statutory variation within the contract delivery date shall be considered.
For the delayed supplies received beyond the contracted date of delivery, the Excise Duty
and Cess on Excise Duty prevailing on the date of actual delivery or the Excise Duty and
Cess on Excise Duty applicable on the contracted delivery date whichever is less will be
admitted.
Authentic invoice containing the details of Central Excise Registration No.PLA
No. Debit entry in PLA/RG 23 duly authenticated by authorized signatory shall be
produced for the Excise Duty claim for all the items manufacturing by the tenderer.
5.3 The Tenderer who have quoted ED as NIL and in the event of placement of order on
such tender against this specification where the value of order is above Rs. 150
lakhs such tenderer shall a furnish an undertaking to the effect that the ED
commitment on account of crossing the turnover slab will be discharged to the
E.D. authorities and that the Board shall not be responsible for any E.D. evasion by the
tenderer in respect of this transaction.
5.4 In the case of tenderer who has quoted ED as NIL and in the event of placement
of order against the specification and the proposed order value is less than Rs.150
lakhs, the tenderer shall furnish an undertaking to the effect that he has not
obtained any other order in the same financial year and that the Board shall not be
responsible for ED evasion if any by the tenderer in respect of this transaction.
6.0 INSURANCE:
Contracting firms shall arrange insurance for the equipment and all its
accessories being supplied by them, through any of the Nationalised Insurance
Companies. The equipment shall be insured to cover transport (from
Warehouse) and 60 days storage risk at site. The damages, if any, during transit will be
reported within 30 days of receipt of materials. It will be the responsibility
of the supplier to replace the defective/damaged materials and make good the
shortages and other losses in transit, free of cost, lodge and recover claim from
Insurance, Under-writers/Carriers.
7.0. PACKING AND FORWARDING:
7.1 The equipment and all its accessories shall be securely packed and despatched,
freight paid, duly insured, at supplier’s risk and cost. The packing may be in
accordance with the manufacturer’s standard practice. The supplier is responsible for
ascertaining the facilities that exist for Road Transport to site.

Each package shall be clearly marked and contain detailed packing list, such as gross
weight, net weight etc. The supplier is solely responsible for any loss or damage
17
during transport. The despatch of materials shall be made only after the approval of
test certificates by the TANGEDCO. The equipment/Materials shall be unloaded at
Destination Stores/Sites by the supplier free of cost.
7.2 Each consignment shall be accompanied by a detailed packing list containing the following
information.
a) Name of the consignee.
b) Details of consignment
c) Destination
d) Total weight of consignment
e) Handling and unpacking instructions.
f) Bill of material indicating contents of each package.

7.3 The supplier shall ensure that the bill of material is approved by the purchaser before
despatch.
7.4 The supplier is responsible to make sure about the facilities that exist for Road and
Rail transport to site, the maximum packages which can be conveyed by the
railways and crane lift available at the destination railway station. The supplier is also
responsible for any loss or damage during transport and storage for 60 days.
8. PAYMENT:
8.1 Payments will not be made for materials damaged during transit. All defective
materials shall be replaced by the supplier free of cost.
8.2 Payments for the supplies will be made by the concerned Superintending Engineers / EDC
in the ERODE region by cheque on any one of the Nationalised Banks/ Scheduled Banks
approved by Reserve Bank of India, in Tamil Nadu. The Bank charges involved in
making the payment will be to the account of the Tenderer.

8.3.(a) For the equipments/materials delivered within the contractual delivery


period:
100% of the all inclusive price on receipt of materials in good condition at site within a
reasonable time will be paid against submission of bills with required documents after
deducting recoveries, if any. For the delayed payments, if any, TANGEDCO will not
pay any interest on any account.

8.3.(b) For the equipments/materials delivered beyond the contractual delivery


period:
100% of the all inclusive price on receipt of materials in good condition at site within a
reasonable time will be paid against submission of bills with required documents
after deducting Liquidated damages and other recoveries, if any.

8.4 For the delayed payments if any, TANGEDCO will not pay any interest on any account.
8.5 In case of delay in supply, the materials will be accepted subject to the following
conditions.
(a) There should be no declining trend in prices.
(b) Payment will be released as per the recent purchase order rates or lowest rates
obtained during the recent tenders opened subject to levy of liquidated
damage for belated supplies.
(c) TANGEDCO reserves the right to accept or reject the delayed supplies without
assigning any reason therefore and take action as per the other terms and
conditions of this specification.

8.6 The bills for payment will be passed only after the approval/acceptance of the following:
(a) Payment of Security Deposit.
(b) Latest Sales Tax Clearance Certificate/ VAT Certificate.
(c) Test Certificate.
(d) Supply of approved drawings, Instruction manuals, etc.,as per Section-VI -Technical of
this Specification.
(e) Undertaking towards Jurisdiction for legal proceedings.
(f) PAN details

8.7 The supplier should despatch only after getting despatch instruction. If the supplier
despatches the materials without the prior approval of the purchaser, then the
purchaser shall not be responsible for any demurrage or wharfage or both and
only the supplier should bear any expenditure arising out of such unapproved
despatches.
9.0 SECURITY DEPOSIT:
9.1 The successful tenderer will have to furnish 5% of order value as Security Deposit in
the form of DD/Banker’s Cheque/Pay Order Up to a value of P.Os Rs.10 Lakhs and Bank
Guarantee may be accepted for P.Os exceeding Rs.10 Lakhs. Security Deposit will include
the Earnest Money Deposit already paid. For the Permanent Earnest Money Deposit
holders, Security Deposit has to be paid in full.
9.2 The Security Deposit will be refunded to the supplier only if the contract is completed to
the satisfaction of the purchaser. If the purchaser incurs any loss or damages on
account of breach of any of the clauses or any other amount arising out of the
contract becomes payable by the supplier to the purchaser, then the purchaser will
in addition to such other dues that he shall have under the law, appropriate the whole
or part of the security deposit and such amount that is appropriated will not be refunded
to the supplier.
9.3 The successful tenderer will have to furnish the Security Deposit within 15 days from
the date of receipt of P.O. The security deposit will not carry any interest.
The TANGEDCO also reserves the right to accept the belated payment of Security Deposit
by levying penal interest at the rate of 22% p.a. from the date of expiry of 15
days time limit till the date of actual payment of Security Deposit. The same will be
recovered from suppliers first bill.

19
9.4 Failure to comply with the terms regarding Security Deposit set out in the purchase order
within the stipulated time of the successful tenderer will entail cancellation of the
purchase order without any further reference to the supplier.
10.0 DELIVERY:
10.1 The delivery schedule is as follows:
Drawing: 2 Weeks from the date of receipt of purchase order.
Inspection call: 30 days from the date of receipt of drawing approval.
Bulk supply: within 30 days from the date of receipt of Despatch instruction from this
office after inspection.

10.2 The delivery period will not normally be extended. Hence all efforts shall be taken to
deliver the materials within contractual delivery period.
10.3 The above delivery shall be guaranteed by you under liquidated damages clause
governed by this specification.
10.4 The date of actual receipt of materials will be reckoned as the date of delivery for the
liquidated damage purpose. The date of receipt of last component of the main
equipment will be reckoned as the date of delivery for the purpose of
calculation of liquidated damage for delay in delivery, when the main
equipment and accessories are delivered in piece meal.
10.5 If any other delivery period is indicated by the tenderer in their Offer, their
Offer is liable for rejection.
The TANGEDCO is at liberty to alter the delivery rate to suit its need as and when
10.6
necessity arises, during the pendency of the contract.

11.0 LOSS OR DAMAGE:

11.1 External damages and/or shortages that are prima facie, the results of rough
handling in transit or due to defective packing will be intimated within one month from
the date of receipt of the materials at site. Internal defects, damages or
shortages of integral parts, which cannot ordinarily be detected on a superficial visual
examination, though due to bad handling in transit or defective packing, would
be intimated within 2 months from the date of receipt of materials. In either case,
the defective materials shall be replaced/rectified by the supplier, free of cost as
per the Clause of Replacement of Defective/Damaged materials of this specification.

11.2 If during the period of supply, it is found that goods already supplied are
defective in material or workmanship or do not conform to specification or
are unsuitable for the purpose for which they are purchased, then it will be open
to the purchaser either to reject the goods or repudiate the entire contract and claim such
loss that the purchaser may suffer on that account or require the supplier to replace the
defective goods, free of cost.

11.3 Similarly, if during the guarantee period any of the goods found to be defective in
materials or workmanship or do not conform to specification, it will be open to the
purchaser either to repudiate the entire contract and claim damages or accept such
parts of the goods that are satisfactory and require the supplier to replace the
balance or to claim compensation for the entire loss sustained by the purchaser
on that account.

11.4 In the event of supplies being received damaged or any shortages at the destination
stations, the cost of such materials, Excise duty and Sales Tax (if payable) and other
charges payable thereof will be paid only proportionate to the value of materials received in
good condition, unless the damaged goods or short supplies are made good free of cost by
the suppliers.
11.5 For all legal purposes, the materials shall be deemed to pass into the TANGEDCO’s
ownership at the destination Stores, where they are to be delivered and
accepted.
12.0 LIQUIDATED DAMAGES AND PENALTY :
12.1 The delivery as specified should be guaranteed by the supplier under the liquidated
damages clause given below:
If the supplier fails to deliver the equipments/materials within the time specified in the
contract or any extension thereof, the purchaser shall recover from the supplier as
liquidated damages, a sum of HALF PERCENT (0.5%) of the contract price of the
undelivered equipments/materials for each completed week of delay. The total liquidated
damages shall not exceed TEN PERCENT (10%) of the contract price of the
equipments/materials so delayed. Only the date of actual receipt of materials
at stores will be reckoned as date of delivery for this purpose. It should be
noted that if a contract is placed on the higher tenderer in preference to the lowest
acceptable tender in consideration of the offer of earlier delivery, the said
contractor will be liable to pay the TANGEDCO the difference between the contract
rate and that of the lowest acceptable tender in case of failure to complete the
supplies in terms of such contract within the delivery period specified in the
tender and incorporate ed in the contract. This is without prejudice to other rights under
the terms of contract.

12.2 Equipment will be deemed to have been delivered only when all its component
parts and its accessories are also delivered. If certain components and
accessories are not delivered in time the whole equipment will be considered as delayed
unless, the missing parts are delivered. The Liquidated damages will also be
levied for the quantity not supplied as is done for the delayed
supplies. If supplies effected in part which could not be beneficially
used by the TANGEDCO (due to such incomplete supply), liquidated damage
will be worked out on the basis of entire contract price of the such whole units
which could not be beneficially used and not on the value of delayed portion.
12.3 If supplies to be rendered are made by the supplier beyond the period of delivery and
they are accepted by the TANGEDCO, such acceptance is without prejudice to
TANGEDCO’s right to levy liquidated damages for the delay in supply.
12.4 If the ordered materials are not delivered, the purchaser shall recover from the
supplier, as liquidated damages a sum equal to TEN PERCENT (10%) of the contract
price of the equipments/materials undelivered

21
12.5 The suppliers are liable to pay the amount of loss sustained by the TANGEDCO
in the event of non-execution of orders, if any placed on them either in full or part
to the satisfaction of the TANGEDCO under the terms and conditions of contract and in
the event of placing orders for such quantities on some others at a higher price.
12.6 Tenderers not giving clear and specific acceptance to the above clauses are liable for
rejection.
12.7 If there is any downward trend in prices on account of belated supplies, the
tenderers have to accept the same with the levy of liquidated damages, for belated
supplies. In respect of contracts where supply effected in part or works executed in
part, could not be beneficially used by the Corporation, (due to such incomplete
Supply/execution), Liquidated damages should be worked out on the basis of entire
contract price of such whole units which could not be beneficially used and not on the
value of the delayed portion.
The Corporation will also be at liberty to cancel the contract if the supply is not completed
within the accepted delivery period not withstanding the liquidated damages clause
applicable for the belated supplies. Any charge for canceling the contract will not be
accepted under any circumstances.
In the event of cancellation of contract or non completion of supply by the suppliers, then
the short supplied items may be ordered fresh. The excess price if any between the
original and new contract will be recovered from the original supplier from the amount due
to the original supplier either from this contract or from any other contract.
13.0 FORCE MAJEURE:
13.1 If at any time, during the continuance of the contract, the performance in
whole or in part, on any obligation under this contract, is prevented or
delayed by reasons of any war, hostility, acts of public enemy, acts of civil commotion,
strikes, lockouts, sabotages, fires, floods, explosions, epidemics, quarantine
restrictions or other acts of God (herein after referred to as eventualities) then, provided
notice of the happening of any such eventuality is given by the tenderer to the
TANGEDCO within 15 days from the date of occurrence thereof, neither party
shall, by reasons of such eventuality, be entitled to terminate this contract nor shall
have any claim for damages against the other in respect of such non-performance or
delay in performance and deliveries under this contract, shall be resumed as soon as
practicable after such eventuality has come to an end or ceased to exist.
13.2 Provided that if the performance in whole or part by the supplier on any obligation
under this contract is prevented or delayed by reasons of any eventuality for
a period exceeding 60 days, the TANGEDCO may at its option terminate the contract by
a notice in writing.
Power cut shall not be considered under the Force Majeure condition. The period of
extension shall be decided only by the authority who placed the order after verifying
the evidence for the cause of delay.
It is hereby specifically agreed that time is the essence of the contract. The
termination of the contract as aforesaid shall not absolve the supplier/supplier
of his liability to pay damages to the Corporation for the breach of the contract to deliver
the goods or complete the performance of the contract within the time fixed by the
purchaser/suppliers.
14.0 GUARANTEE:

14.1 The materials shall be guaranteed for satisfactory operation and good workmanship for a
period of 18 months from the date of receipt at site in good condition or 12 months from
the date of commissioning whichever is later subject to an overall guarantee period of 24
months from the date of supply under normal and proper condition of service and
maintenance. Any defect noticed during this period shall be rectified by the supplier free of
charge to the TANGEDCO.

A written guarantee guaranteeing the TANGEDCO against defects in the materials supplied
14.2
either in materials or workmanship should be furnished to the consignee Superintending
Engineers along with bills and got approved by him.

14.3 The tenderers shall guarantee among other things, the following
(i) Quality and strength of materials used.
(ii) Safe electrical and mechanical stresses on all parts of the equipments under all
specified conditions.
(iii) Performance figures given by the tenderers in the Schedule of Guaranteed
technical particulars.
15.0 REPLACEMENT OF DEFECTIVE/DAMAGED MATERIALS:
15.1 Not withstanding anything contained in the above liquidated damages clause when the
whole or part of the materials supplied by the supplier are found to be defective/
damaged or are not in conformity with the specification or sample, such defects or
damages in the materials supplied shall be rectified within two months from the date
of intimation of defect/damage either at the point of destination or at the supplier’s
works, at the cost of supplier, against proper security and acknowledgement. In
the alternative, the defective or damaged materials shall be replaced at free of cost
within two months from the date of receipt of the intimation from the purchaser of such
defects or damages.
If the defects or damages are not rectified or replaced within this period, the supplier
shall pay a sum towards liquidated damages as per liquidated damages clause given
above, for the delay in rectification/replacement of the defects or damages from the
date of receipt of intimation of the defect or damages.
15.2 If even after such rectification or replacement of the damaged or defective part, if the
equipment materials ordered is not giving the satisfactory performance as per the
contract, then it will be open to the purchaser either to reject the goods or repudiate the
entire contract and claim such loss sustained by the TANGEDCO.
15.3 Notwithstanding any other remedies available, the purchaser shall be entitled to
dispose off the defective/damaged materials in `as is where is condition’ without
further notice, if the contractor/supplier fails to rectify the defect and /or replace
the damaged materials and /or fails to remove the defective/damaged materials
within such period as may be notified by the purchaser through notice and the
sale proceeds of such disposal shall be appropriate towards the dues to the
TANGEDCO such as liquidated damages, ground rent etc. as may be determined by the
purchaser.

23
16.0 FAILURE TO EXECUTE THE CONTRACT:
Suppliers failing to execute the order placed on them to the satisfaction of the
TANGEDCO under terms and conditions set forth therein, will be liable to make good the
loss sustained by the TANGEDCO, consequent to the placing of fresh orders elsewhere
at higher rate, i.e. the difference between the price accepted in the contract
already entered into and the price at which fresh orders have been placed. This is
without prejudice to the imposition of Liquidated Damages and forfeiture of security
deposit.
17.0 NON-ASSIGNMENT:
The supplier shall not assign or transfer the contract or any part thereof without the
prior approval of the purchaser.
18.0 EFFECTING OF RECOVERIES
Any loss, arising due to non-fulfillment of this contract or any other contract,
will be recovered from the Security Deposit held and or any other amount
due to the supplier from the TANGEDCO from this Contract as well as from other contracts.
19.0 SALES TAX CLEARANCE CERTIFICATE/TN VAT:
The tenderer should enclose with the tender, a copy of certificate of sales tax
clearance for the previous year from the appropriate Sales Tax Authorities.
NOTE : The successful tenderer should submit the copy of latest STCC/TNVAT
after receiving the order.

20.0 INCOME TAX:


Tenderers shall furnish their Permanent Account Number (PAN) in their offer or other
relevant documents without fail
21.0 PATENT RIGHTS ETC :
The supplier shall indemnify the purchaser against all claims, actions, suits and
proceedings for the infringement or alleged infringement of any patent, design
or copy right protected either in the country of origin or in India by the use of any
equipment supplied by the supplier other than for the purpose indicated by or
reasonably to be inferred from the specification.
22.0 ARBITRATION:
The TANGEDCO will not accept any arbitration in case of disputes arising in
any respect under this contract. Any dispute arising out of this contract shall not be subject
to arbitration under the provisions of Arbitration and Conciliation Act 1996 in the event of
any dispute between the parties.
23.0 DEVIATIONS FROM SPECIFICATION:
No deviations in commercial and Technical terms shall be acceptable.
24.0 TEST CERTIFICATES:
The test certificates for the materials furnishing the results of the tests as per latest
issue of IS/IEC shall be forwarded and got approved before the materials are
despatched. In addition to the tests called for in the specification, the purchaser
reserves the right of having such tests as he desires carried out at his own expenses to
satisfy himself that the materials conform to the requirement of this specification. The
materials may be rejected if the test results are not satisfactory.
25.0 RESPONSIBILITY:
The tenderer is responsible for safe delivery of the materials at the
destination stores. The tenderer should include and provide for packing and
secured protection of the materials so as to avoid damages or loss in transit.
26.0 MAXIMUM WEIGHTS AND DIMENSIONS OF PACKINGS:
26.1 The supplier is responsible to make sure about the facilities that exist for Road and Rail
transport to site, the maximum packages which can be conveyed by the railways and
crane lift available at the destination Railway station. The supplier is also responsible
for any loss or Damage during transport and storage for 60 days.
26.2 Each case or package should be clearly marked and should contain detailed
packing list.
27.0 INSPECTION:
27.1 The authorized representatives of the purchaser shall have access to the supplier’s
or sub-vendor’s works at any time during working hours, for the purpose of
inspecting the manufacture of the materials and for testing the selected
samples from the materials covered by this specification. The supplier or the sub-
vendor shall provide facilities for the above.
27.2 Tenderers are requested to furnish in their tenders the exact location of their factory
with detailed address to enable inspection by TANGEDCO if considered
necessary.
27.3 Not less than 15 days advance intimation shall be given about the quantity of materials
that will be ready for inspection by the TANGEDCO’s Officers/Third Agency
authorized by the TANGEDCO. The arrangement for inspection shall be made by
suppliers in such a way that the delivery schedule is kept up. The materials shall not
be despatched without instruction from TANGEDCO.
28.0 COMPLETENESS OF TENDER:
The tender should be complete with all details of illustrative and descriptive
literature and drawings. The tenderers shall furnish the complete technical details
of the equipment. Information regarding the country of manufacture or origin
of materials used in the manufacture of the articles should be furnished.
The tenderer should include all minor accessories even though not specifically
mentioned in this specification but which are essential for the completeness of the materials
ordered. The tenderer shall not be eligible for any extra charges in respect of such minor
accessories though not included in the tender.
29.0 INTERCHANGEABILITY:
All similar parts and removable parts of similar items shall be interchangeable
with each other.

30.0 QUANTITIES:
The quantities mentioned above are only tentative. The purchaser reserves the
right to revise the quantities at the time of placing the order.

25
31.0 CLIMATIC CONDITIONS:
The materials are for use in Tamil Nadu and should be satisfactory for operation
under tropical conditions in Tamil Nadu.
a) The ambient temperature will be within the range of + 10 Degree Centigrade to + 50
Degree Centigrade.
b) The altitude will be less than 1000 meters.
c) The maximum atmospheric humidity will be in the range of 95%.
d) Average Number of thunder storm days per annum is 65.
e) Average Number of dust storm days per annum is 5.
f) Average Number of rainy days per annum is 65.
g) Average annual rainfall is 100 cm.
h) The climatic conditions are prone to wide variation in ambient condition and equipments
offered under this specification shall be suitable for installation at any of the Sub-Stations in
Tamil Nadu.
i) All electrical devices shall be given tropical and fungicidal treatment.
Fog, smoke and mild acids are also present in the atmosphere.
32.0 ELECTRICITY RULES :
All works shall be carried out in accordance with the latest provisions of the Indian
Electricity Act /Electricity Supply Act and the Indian Electricity Rules there-under unless
modified by this specification.
33.0 MATERIALS AND WORKMANSHIP:
33.1 All materials, equipments and spare parts thereof shall be new, unused and originally
coming from manufacturer’s plant to the destination stores. Those including used, rebuilt or
overhauled materials/equipments will not be accepted.
33.2 All the materials shall be of best class and capable of satisfactory operation in the
tropics with humid atmospheric condition. Unless otherwise specified, they shall
conform to the requirements of appropriate Indian Standards. Where these are
not available, IEC and American/British Standards shall be followed
33.3 The equipments should be designed to facilitate inspection and repair and to ensure
satisfactory operation under atmospheric conditions prevailing at site and under
sudden variations of load and voltages as may be met with under working
conditions in the system including those due to faulty synchronizing and short circuits within
the rating of the apparatus.
33.4 The design shall incorporate every reasonable precautions and provisions for the
safety of all those concerned in the operation and maintenance of equipment.
33.5 All the equipments should operate without undue vibration and with the least
practicable amount of noise.

34.0 RECOVERIES OF DUES :


The TANGEDCO is empowered:
(a) To recover any dues against this contract in any bills/Security Deposit/
Earnest Money Deposit due to the suppliers either in this contract or any other
contracts with TANGEDCO.
(b) To recover any dues against any other contract of the suppliers with TANGEDCO,
with the available amount due to the suppliers against this contract.

35.0 PAST PERFORMANCE:


35.1 The intending tenderers shall furnish the documentary evidence with details of
various Purchase Orders/placed on them during the last five years as on the date of
Tendering in the proforma enclosed to the Tender Specification and also proof for
having manufactured the tendered item and for their satisfactory performance
from State Electricity Board.
35.2 The Bidders shall furnish copies of Balance Sheet, Profit and Loss Account for the years,
2013-14, 2014-2015 & 2015-2016 and certified by the Auditor . In case 2015-2016
accounts are not finalised, the bidders shall furnish annual turnover statement for the
year 2015-2016 certified by Auditor.
In order to ensure the annual turnover criteria stipulated under Bid
Qualification Requirement conditions , the bidders may also furnish the attested
copy of Income Tax return filed by the bidders or the attested copy of Sales Tax
Clearance Certificate containing turnover details or the attested copy of enlistment
certificate issued by the NSIC containing turnover details of the bidder for
the respective period as required.
35.3 The Bidders shall furnish documentary evidence for the constitution of the firm such as
Memorandum and Articles of Association, Attested copy of Registered
Partnership Deed with details of Name, Address, Telephone, Electricity Board
Service Connection No. of the manufacturing plants.
35.4 The details furnished by the tenderers shall be in complete shape and if it is found that
any information is found omitted, suppressed, incomplete or incorrect, the
same will be taken note of while dealing with the Tenderers in future.
36.0 TYPE TESTS :
Tenderers should furnish copy of type test certificates for the offered package in
full shape as conforming to relevant IS/IEC Standards of latest issue obtained from a
Government/ Government recognized Laboratory, along with offer.

The above type test should have been conducted within five years (5years)
as on the date of Tender opening, in a Government Laboratory/Government
recognised Laboratory. However submission of type test certificates along with the
tender is preferred.
Non submission of above type test certificates within the stipulated time will entail
cancellation of Purchase Order without any further reference to the supplier. The original
type test certificates shall be furnished for verification on request. The details of type test
should also be furnished .
In the event of any discrepancy in the test reports i.e. any test report not acceptable
due to any design / manufacturing changes (including substitution of components) or due
to non – compliance with the requirement stipulated in the Technical specification or
any / all additional type tests not carried out , same shall be carried out without any
additional cost implication to the purchaser.

27
37.0 RAW MATERIALS:
It is the responsibility of the tenderer to make his own arrangement to procure the
necessary raw materials required for the manufacture.
38.0 JURISDICTION FOR LEGAL PROCEEDINGS (AFTER AWARD OF CONTRACT)
No suit or any proceedings in regard to any matter arising in respect of this
contract shall be instituted in any court, save in the High Court, Chennai, District Court at
Erode or at the sub Court at Erode Or District Municif court at Erode. It is agreed that
no other court shall have jurisdiction to entertain any suit or proceedings, even
though, part of the cause of action might arise within their jurisdiction. In case, any
part of cause of action might arise within the jurisdiction of any of the Courts in Tamil Nadu
and rest within the jurisdiction of courts outside the Tamil Nadu, then it is agreed to
between the parties that such suits or proceedings shall be instituted in a Court within
the State of Tamil Nadu and no other court outside the State of Tamil Nadu shall have
jurisdiction even though any part of the cause of action might arise within the
jurisdiction of such courts. The successful tenderer shall furnish an undertaking in a
non/Judicial stamp paper of Rs.80/= agreeing to the above condition.

Sd/-
CHIEF ENGINEER/DISTN.,
ERODE REGION/ERODE
SECTION-VI

TECHNICAL SPECIFICATION FOR 110KV CURRENT TRANSFORMER

This specification covers for design, manufacture, inspection, testing before despatch,
packing and delivery F.O.R. (Destination) of 110KV Outdoor Current Transformers along
with all accessories specified here in for Protection and Metering services in different
Sub-Stations in Erode Region.

1.0 The instrument transformer shall conform in all respects to high standards of
engineering, design, workmanship and latest revisions of relevant standard at the time
of offer and TANGEDCO shall have the power to reject any work or material, which, in
its judgment, is not in full accordance therewith.
2.0 STANDARDS :
2.1 Unless otherwise specified elsewhere in this specifications, the Current Transformers
shall conform to the latest revisions and amendments thereof of the ISS & IEC
Standards.
2.2 CURRENT TRANSFORMERS :
Sl.No Standard No. Title

01. IS:2705 Current Transformers


02. IS:2099 High Voltage Porcelain Bushings

03. IS:3347 Dimensions of porcelain for transformer

04. IS:2165 Insulation co-ordination for equipments of 110KV and


above.

05. IS:335 Insulating oil for transformers

06. IS:2071 Method of high voltage testing

07. IS:2147 Degree of protection provided by enclosure for low voltage


switch gear and control

08. IS:185 Current Transformers

09. IEC:60 High Voltage testing techniques

10. IEC : 171 Insulation co-ordination

11. IEC:44(4) Instrument transformer measurement of P.Ds

12. IEC:270 Partial discharge measurement

13. IEC:8263 Method for RIV test on high voltage insulators.

14. IEC:60044-1 Current Transformers

Besides the above, the standard minimum safety clearances stipulated in IE Rules 1956
shall also be complied with.

29
3.0 PRINCIPAL PARAMETERS :
The Current Transformers covered in the specification shall meet the technical
requirements listed here under.
3.1 PRINCIPAL TECHNICAL PARAMETERS OF CURRENT TRANSFORMERS:
3.1.0 FOR 110 KV CURRENT TRANSFORMERS
Sl.No Item Requirements
01 Type of CT/Installation Single Phase, Live tank, oil filled
hermetically sealed, self cooled outdoor
type

02 Type of mounting Pedestal/structure mounting type

03 Suitable for system frequency 50 Hz

04 Highest system voltage 145 KV (rms)

05 Current ratio A/A Core 1, 2& 3 – 600-300-150 /1A


600-300-150/1A (5Core) Core 4 & 5 – 600-300/1A

06 Ratio Taps On Secondary side.

07 Method of Earthing system where the CT will Effectively earthed.


be installed.
08 Rated continuous thermal Current (A) 120% for higher two ratio taps and
200% for lower ratio taps.
09. Acceptable limit of temperature rise above the As per IS- 2705.
specified ambient temperature for continuous
operation at rated Current.
10. Acceptable partial discharge level at 1.2 UM / Less than 5 pico coulombs.
root 3
11. Max. Radio interference voltage at 1.1 times 2500 micro Volts.
the maximum rated Voltage/ Root 3
12. 1.2/50 micro second Lightning Impulse 550
withstand Voltage (KV peak).
13. 1 minute power frequency withstand 230
voltage(Dry) KV(rms)
14. Power frequency overvoltage withstand 3
requirement for secondary winding(KV rms)
for 1 min.
15. Min. creepage distance of porcelain housing 3625
(mm).

16. Rated short time withstand Current for 1 31.5 - for 600-300-150/1A, 5 Core
second duration(KA rms).

17. Rated dynamic withstand Current 78.75- for 600-300-150/1A, 5 Core


(KA peak)
18. Maximum dielectric dissipation factor at Um/ 0.005
root 3
19. Number of terminals in control cabinet. All contacts and control circuit to be
wired upto control cabinet plus 20%
extra terminals exclusively for
purchaser’s use.

20. Seismic acceleration(Horizontal) 0.3g.

21. Primary to earth insulation resistance at 30 C Min 20,000 M Ohms.

4.0 CORE WISE DETAILS OF CURRENT TRANSFORMERS:

For 600-300-150/1A (5Core)


No. Core Applica- Current Output Accur Min. Max. CT. Max. Instru-
of No. tion Ratio Burden acy Knee sec. Exciting ment
Cores class point winding current security
as per voltage resistanc @Knee
factor
IEC- (Volts) e point Vol
185 Vk (ohms) tage Vk/2
(mA)
1 Metering 600-300- 20VA 0.2S N.A N.A N.A 5 or less
150/1A @ in all
300/1A Ratios

5
2 Main-I 600-300- N.A PS 950V @ 6 ohms 30mA @ N.A
Protection 150/1A 600/1A @600/1A 600/1A
3 Main-II 600-300- N.A PS 950V @ 6 ohms 30mA @ N.A
Protection 150/1A 600/1A @600/1A 600/1A
4 Bus Diff. 600- N.A PS 950V @ 6 ohms 30mA @ N.A
Main 300/1A 600/1A @600/1A 600/1A
5 Bus Diff. 600- N.A PS 950V @ 6 ohms 30mA @ N.A
Check 300/1A 600/1A @600/1A 600/1A

NOTE: i.The parameters like Vk, RCT., Im specified shall be proportional to


ratios.
ii.All the ratios shall be made available with secondary tapping only so that the same
can be adopted simultaneously in different course
5.0 GENERAL TECHNICAL REQUIREMENTS:
5.1 Current Transformers should have the following requirements:

a. Current Transformers shall have single primary either ring type, or hair pin type and
suitably designed for bringing out the secondary terminals in a weather proof (IP 55)
terminal box at the bottom. These secondary terminals shall be terminated to stud type
non disconnecting terminal blocks inside the terminal box. The primary winding should be
housed in rigid metallic shell. The winding assembly should be held firmly and for this
purpose suitable clamping arrangement at the bottom shall be provided and explained
through a sketch. Firm clamping arrangement is a must and holding of winding using
nylon rope etc. shall not be acceptable. In case “Bar primary” inverted type current

31
transformers are offered the manufacturer will meet following additional requirements.

b. The secondaries shall be totally encased in metallic shielding providing uniform


equipotential surface for even electric field distribution.

c. The lowest part of the insulation assembly shall be properly ‘secured to avoid any risk of
damage due to transportation stresses.

d. The upper part of insulation assembly resting on primary bar shall be properly secured to
avoid any damage during transportation due to relative movement between insulation
assembly and top dome.

e. Nitrogen if used for hermetic sealing (in case of live tank design) should not come in
direct contact with oil.

f. Bidder/Manufacturer shall recommend whether any special storage facility is required for
CT.

g. Different ratios specified shall be achieved by secondary taps only and primary
reconnection shall not be accepted.

h. Core lamination shall be of cold rolled grain oriented silicon steel or other equivalent
better alloys. The cores used for protection shall produce undistorted secondary current
under transient conditions at all ratios with specified CT parameters.

i. The expansion chamber at the top of the porcelain insulators should be suitable for
expansion of oil.

j. Facilities shall be provided at terminal blocks in the marshalling box


for star delta formation, short circuiting and grounding of CT
secondary terminals.

k. Current Transformer’s guaranteed burdens and accuracy class are to be intended as


simultaneous for all cores.

l. For 145 kV Class CTs, the rated extended primary current shall be 120% (or 150% if
applicable) on all cores of the CTs as specified.

m. For 145 kV Current Transformer, characteristics shall be such as to provide satisfactory


performance of burdens ranging from 25% to 100% of rated burden over a range of
10% to 100% of rated current in case of metering CTs and up to the accuracy limit factor/
knee point voltage in case of relaying CTs.

n. The Current Transformer shall be suitable for horizontal transportation. It shall be


ensured that the CT is able to withstand all the stresses imposed on it while transporting
and there shall be no damage in transit the contractor shall submit the details of packing
design to the purchaser for review.

o. For 145 kV CTs the instrument security factor at all ratios shall be less than five (5) for
metering core.

p. The wiring diagram plate for the interconnections of the 3 single phase CTs shall be
provided inside the marshalling / junction box.
q. The Current Transformers should be suitable for mounting on lattice support structure to
be provided by the purchaser.

r. The CT shall be designed as to achieve the minimum risks of explosion in service.


Bidder/Manufacturer shall bring out in his offer, the measures taken to achieve this.

s. 145kV Current Transformers shall be suitable for high speed auto reclosing.

5.2 The insulation of the current transformer shall be designed that the internal insulation
shall have higher electrical withstand capability than the external insulation. The designed
dielectric withstand values of external and internal insulations shall be clearly brought out
in the guaranteed technical particulars. The dielectric withstand values specified in the
specification are meant for the fully assembled Current Transformers.

5.3 PORCELAIN HOUSING:


The details of location and type of joint, if provided on the porcelain shall be furnished by
the Bidder along with the offer. The housing shall be made of homogeneous, vitreous,
porcelain of high mechanical and dielectric strength, glazing of porcelain shall be of
uniform brown or dark brown colour with smooth surface arranged to shed away rain
water or condensed water particles (fog). The profile of porcelain shall be aerodynamic
type as per IEC-815. Details of attachment of metallic flanges to the porcelain shall be
brought in the offer.

5.4 The metal tanks shall have a bare minimum number of welded joints so as to minimize
possible locations of oil leakage. The metal tank shall be made out of mild steel/stainless
steel/ aluminium alloy, depending on the requirement. Welding in horizontal plane is to be
avoided as welding at this location may give way due to vibrations during transport
resulting in oil leakage. Supplier has to obtain specific approval from purchaser for any
horizontal welding used in the bottom tank.

5.5 HOT DIP GALVANISING AND WEATHER PROOFING:


All exposed Ferrous parts including Tank of the Current Transformer. Structural
steel, pipes, rods, levers, linkages, nuts & bolts used etc shall be hot dip galvanized as per
IS: 2629 AND is 2633.

5.6 The grade M4 toroidal core shall be of high-grade non-ageing electrical silicon laminated
steel of low hysterisis loss and high permeability to ensure high accuracy. The instrument
transformer core to be used for metering shall be of accuracy class specified or
appropriate class suitable for commercial and industrial metering.

5.7 INSULATING OIL:

Insulating oil required for first filling of the Current Transformer shall be covered in
Bidder’s scope of supply. The oil shall meet the requirements of latest edition of IS:335.

5.8 PREVENTION OF OIL LEAKAGES AND ENTRY OF MOISTURE:


5.8.1 The supplier shall ensure that the sealing of current Transformer is properly achieved.
In this connection the sealing arrangement provided by the supplier at various locations
including the following ones shall be described, supported by the sectional drawings.
a. Locations of emergence of primary and secondary terminals.

33
b. Interface between porcelain housing and metal tanks.
c. Cover of the secondary terminal box.

5.8.2 Nuts and bolts or screws for fixation of the interfacing porcelain bushings for taking out
terminals shall be provided on flanges cemented to the bushings and on the porcelain.
5.8.3 For gasketed joints, wherever used Nitryl Butyl rubber gaskets shall be used. The gasket
shall be fitted in properly machined groove with adequate space for accommodating the
gasket under compression. Aging tests shall be conducted on the gaskets as detailed in
ANNEXURE – IB and the test certificates produced for verification

5.8.4 During inspection each CTs will be subjected to a pressure test at 0.7 kg/square cm
for 8hrs.
5.9 OIL LEVEL INDICATORS:

Current Transformers supplied with Nitrogen cushion for compensation of oil volume
variation shall be provided with prismatic type oil sight window at suitable location so that
the oil level is clearly visible to naked eye for an observer standing at ground level. If
metal bellow is used for the above purpose a ground glass window shall be provided to
monitor the position of metal bellow.

6.0 EARTHING:

Metal tank of Current Transformer shall be provided with separate earthing.


terminals for bolted connection to 50 x 8 mm MS flat to be provided by the TANTRANSCO
for connection to station earth-mat.

6.1 LIFTING ARRANGEMENTS:

Current Transformers shall be provided with suitable lifting arrangement to the entire unit.
The lifting arrangement shall be clearly shown in the general arrangement drawing. Lifting
arrangement (lifting eye) shall be positioned in such a way so as to avoid any damage to
the porcelain housing or the tanks during lifting for installation/transport. Necessary string
guides supplied shall be of removable type.

6.2 NAME PLATE:

The Current Transformer shall be provided with, legible name plate with the information
specified in relevant standards, duly engraved/punched on it, including the capacitance
and tan delta value.

6.3 TERMINAL CONNECTOR:

The Terminal Connectors (TC) required for connection of the Current


Transformer to the purchaser’s bus bar, shall be in supplier’s scope. For use with flexible
Zebra conductor, the TC shall be suitable for both vertical and horizontal take off.

6.3.1 The Terminal Connectors shall meet the following requirements :


1. Terminal connectors shall be manufactured and tested as per IS-5561.
2. All casting shall be free from blow holes, surface blisters, cracks and cavities. All
3. sharp edges and corners shall be blurred and rounded off
4. No part of a clamp shall be less than 12mm thick.
5. All Ferrous parts including tank shall be galvanized conforming to IS-2633
6. For bimetallic connectors, copper alloy liner of minimum thickness of 2mm shall be
provided.
7. Flexible connectors if used shall be made from tinned copper.

8. All current carrying parts shall be designed and manufactured to have minimum
contact resistance and the required current density.
Connectors shall be designed to be corona free in accordance with the requirements
stipulated in IS: 5561.

6.3.2 Enamel, if used for conductor insulation shall be either polyvinyl acetate type or amide
type and shall meet the requirement of IS: 4800. polyester enamel shall not be used.

6.3.3 The temperature rise on any part of equipment shall not exceed the maximum
temperature rise specified below under the conditions specified in test clauses. The
permissible temperature rise indicated is for a maximum ambient temperature of 50°C.

Sl.No Nature of the part or of the Liquid Temperature Maximum value of


Temp. rise at a max.
ambient air temp.
not exceeding 50°C
01 Contacts in air, silver-faced copper, copper 105 55
alloy 75 25
Bare copper
02. Contacts in oil.
Silver –faced copper, copper alloy 90 40
Bare copper 80 30
03. Terminals to be connected to external 105 55
conductors by screws or bolts silver-
faced(see note-iii). 90 40
Bare copper
4. Metal parts acting as springs See note-iv See note-iv
05. Metal parts in contact with insulation of
the following classes.
Class-Y : (For Non-impregnated materials)
Class-A: ( For materials immersed in oil or 90 40
impregnated) 100 50
Class-E: In Air
In oil 120 70
Class-B: In Air 100 50
In oil 130 80
Class-F: In Air 100 50
In oil 155 105
Enamel : oil base 100 50
100 50
Synthetic, in air
120 70
Synthetic, in oil
100 50

35
06. Any part of metal or of insulating material 100 50
in contact with oil except contacts
07. Oil 90 40

NOTES:
1. When applying the temperature rise of 55°C care should be taken to ensure that
no damage is caused to the surrounding insulating materials.
2. The quality of the silver facing shall be such that a layer of silver
remains at the point of contact after the mechanical endurance test.
3. Otherwise, the contacts shall be regarded as “bare”.
4. The values of temperature and temperature rise are valid whether or not the
conductor connected to the terminals is Silver-faced.
5. The temperature shall not reach a value where the elasticity of the material is
impaired. For pure copper, this implies a temperature limit of 80°C.

6.4 CURRENT TRANSFORMER (CT):

The CT shall be of Live tank design and shall be so constructed that it can be easily
transported to site within the allowable transport limitation and in horizontal position if the
transport limitations so demand. The precautions if any, for horizontal transportation may
be indicated in the name plate itself.
6.4.1 For compensation of variation in the oil volume due to ambient variation, Nitrogen cushion
or metal bellows shall be used, rubber diaphragms shall not be permitted for this purpose.

6.4.2 The CT secondary terminals shall be brought out in a weather proof terminal box. The
terminal box shall be provided with removable gland plate and glands suitable for 1100
Volts grade, PVC insulated, PVC sheathed multicore 4 sq .mm or 6 sq mm stranded
copper conductor cable. The terminal blocks shall be stud type and provided with ferrules
indelibly marked or numbered and these identifications shall correspond to the
designations on the relevant wiring diagram. The terminals shall be rated for not less than
10 amps.

6.4.3 The terminal box shall be dust and vermin proof. Suitable arrangement shall be made for
drying of air inside the secondary terminal box. The dimensions of the terminal box and its
openings shall be adequate to enable easy access and working space with use of normal
tools.

6.4.4 Polarity shall be indelibly marked on each primary and secondary terminal. Facility shall be
provided for short circuiting and grounding of the C.T. secondary terminals inside the
terminal box

6.4.5 The C.T. shall be provided with a rating plate with dimensions and markings as per I.S :
2705. The markings shall be punched and not painted.

6.4.6 The Current Transformer shall be vacuum dried and filled with oil after processing and
thereafter hermetically sealed to eliminate breathing and to prevent air and moisture from
entering the tanks. Oil filling and/or oil sampling cocks, if provided to facilitate factory
processing should be permanently sealed before despatching the C.T.
6.4.7 The castings of base, collar etc., shall be die cast and tested before assembly to detect
cracks and voids if any.

6.4.8 The instrument security factor of metering core shall be low enough and not greater than
5. This shall be demonstrated on all the ratios of the metering core, in accordance with
procedure specified in IEC-60044-1 or IS:2705. In case the instrument security factor of 5
or less is not possible to be achieved on higher ratios, auxiliary CTs of ratio 1/1 and 5/5
and 0.2 accuracy class shall be deemed to be included in the supplier’s scope of supply.
This shall also be specifically brought out by the supplier in the offer.

7.0 PRIMARY WINDING:

Primary winding shall be made out of high conductivity copper Conductors used for the
primary winding shall be rigid or housed in rigid aluminium shell. Unavoidable joints in the
primary winding shall be welded type. The details of such welded joints shall be indicated
in the drawings submitted with the offer. For primary winding current density shall not
exceed 1.5A/ Sq.mm for copper primary winding. The design density for short circuit
current as well as conductivity of the metal used for primary winding shall meet the
requirement of IS: 2705.
8.0 SECONDARY WINDINGS:

Suitably insulated Copper wire of electrolytic grade shall be used for secondary windings.
Type of insulation design, suitable for tappings shall be provided on the secondary
winding.

The maximum excitation current of the CT at Vk/2 shall not exceed 30milli amps. The
Bidder shall furnish along with his offer the magnetization curve/s for all the core/s.

9.0 PRIMARY TERMINALS:

The primary terminals shall be of heavily tinned electrolytic copper of 99.9% conductivity.
The minimum thickness of tinning shall be 15 microns.

10.0 SECONDARY TERMINALS:

The secondary terminals shall be brought out in a weather proof terminal box. Firstly the
connections will be terminated in an internal board and then the same shall be brought
out in a secondary terminal box of size 350*250 mm and confirming to IP 55 as per IS
13947. The terminal box shall be provided with removable gland plate and glands suitable
for 1100 volts grade PVC insulated PVC sheathed multi core 4 or 6 sq.mm for CT.
The terminal box shall be dust and vermin proof. Suitable arrangement shall be made for
drying of air inside the secondary terminal box. The dimensions of the terminal box and its
openings shall be adequate to enable easy access and working space with use of normal
tools. The outer cover of secondary terminal box shall have provision for sealing by way
of insertion of wire in the bolt hole. A drawing indicating the above arrangement may
please be furnished along with the offer.
Secondary terminal studs shall be provided with at least three nuts and adequate plain
and spring washers for fixing the leads. The studs, nuts and washers shall be of brass,
duly Nickel plated. The minimum outside diameter of the studs shall be 8 mm. The
length of at least 15mm shall be available on the studs for inserting the leads. The
horizontal spacing between centers of the adjacent studs shall be at least 1.5 times the
outside circum dia. of the nuts.

37
11.0 MEASUREMENT OF CAPACITANCE AND TAN DELTA.
The Current Transformer shall be provided with suitable test tap for
measurement of capacitance, tan delta as well as partial discharges, in factory as well as
at site. Provision shall be made of a screw on caption, when not in use. A suitable
caution plate shall be provided duly fixed on the cover of the secondary terminal box
indicating the purpose of the test tap and necessity of its solid earthing as per prescribed
method before energizing the Current Transformers.

If there is any increase in trend of Tan Delta is noticed within 3 years from the date of
commissioning, invariably that CT have to be replaced.

12.0 TYPE TEST:

12.1 Tenderers should furnish copy of type test certificates for the offered package in full
shape as conforming to relevant IS/IEC Standards of latest issue obtained from a
Government/ Government recognized Laboratory, along with offer. The above type test
certificates should accompany the drawings of the material/equipments, duly signed under
seal by the Institution who had issued the type test certificate. The above type test should
have been conducted within five years (5 years) as on the date of Tender opening, in a
Government Laboratory/Government recognized Laboratory.

The above type test should have been conducted within five years (5 years) as on the
date of Tender opening. Original type test report shall be furnished for verification on
request.

In the event of any discrepancy in the Test reports i.e. any test report not acceptable due
to any design/manufacturing changes (including substitution of components) or due to
non-compliance with the requirement stipulated in the Technical Specification or any/all
additional type tests not carried out, same shall be carried out without any additional cost
implication to the purchaser.

12.2 Special Tests :


The following special tests as per IEC 60044-1 of latest version should be conducted and
test reports to be submitted along with the offer.
(i) Chopped Impulse Test on primary winding (Cl. 9.1).
ii) Measurement of capacitance and dielectric dissipation factor (Cl.9.2.)
iii) Mechanical tests (Cl. 9.3).
12.3 ACCEPTANCE AND ROUTINE TESTS:
All acceptance and routine tests as stipulated in the IEC 60044-1 of latest version shall be
carried out by the supplier in presence of TANGEDCO’s representative. In addition the
capacitance and tan delta tests should also be conducted. The measured values shall be
engraved in the name plate.
12.4 Immediately after finalization of the programme of acceptance / routine testing, the
supplier shall give at least fifteen days advance intimation to the TANGEDCO, to enable to
depute its representative for witnessing the tests.
13.0 INSPECTION:

(i) The TANGEDCO shall have access at all times to the works and all other places of
manufacture, where the Instrument Transformers are being manufactured and the
supplier shall provide TANGEDCO’s representative all facilities for unrestricted inspection
of the works, raw materials, manufacture of all the accessories and for conducting
necessary tests.

(ii) The supplier shall keep the TANGEDCO informed in advance of the time of starting and of
the progress of manufacture of equipment in its various stages so that arrangements
could be made for inspection.

(iii) No material shall be despatched from its point of manufacture unless the material has
been satisfactorily inspected and tested.

(iv) The acceptance of any quantity of the equipment shall in no way relieve the supplier of his
responsibility for meeting all the requirement of this specification and shall not prevent
subsequent rejection if such equipment are later found to be defective.

Immediately after finalization of the programme of acceptance / routine testing, the


supplier shall give at least fifteen days advance intimation to the TANGEDCO, to enable to
depute its representative for witnessing the tests.

14.0 PACKING AND FORWARDING:


14.1 The equipment shall be packed in crates suitable for vertical/horizontal
transport, as the case may be and suitable to withstand handling transport and outdoor
storage during transit. The suppiier shall be responsible for any damage to the equipment
during transit due to improper and inadequate packing and handling. The easily
damageable material shall be carefully packed and marked with the appropriate caution
symbols. Wherever necessary, proper arrangement for lifting, such as lifting hooks etc.,
shall be provided. Any material found short inside the packing cases shall be supplied by
supplier without any extra cost.

14.2 Each consignment shall be accompanied by a detailed packing list containing the following
information.
1) Name of the consignee.
2) Details of consignment.
3) Destination.
4) Total weight of consignment.
5) Handling and unpacking instructions.
Bill of material indicating contents of each package.

15.0 LIST OF DRAWINGS AND DOCUMENTS:

All drawings shall conform to relevant international standards organization (ISO)


specification. All drawings shall be in ink and suitable for micro filming. All dimensions
and data shall be in S.S.I units.

39
15.1 The Bidder shall furnish the following drawings along with his offer.
a) General outline and assembly drawings of the equipment.
b) Graphs showing other performance of equipments in regard to magnetization
characteristics.
c) Sectional views showing.
i) General constructional features.
ii) Materials/Gaskets/ sealings used.
iii) The insulation of the winding
arrangements,
iv) Method of connection of the
primary/secondary winding to
the primary/secondary terminals etc.,
d) Schematic drawing.
e) Type test reports.
f) Test reports, literature, pamphlets of the bought out items and raw materials.

15.2 The supplier shall within 2 weeks of placement of order, submit four sets of all the above
drawings for TANGEDCO’s approval. The TANGEDCO shall communicate its
comments/approval on the drawings to the supplier within reasonable time.
The Supplier shall, if necessary, modify the drawings for TANGEDCO’s approval within two
weeks from the date of TANGEDCO’s comments. After receipt of TANGEDCO’s approval,
the supplier shall within three weeks, submit 6 prints and two good quality reproducibles
of the approved drawings for TANGEDCO’s use.

15.3 Adequate copies of acceptance and routine test certificates, duly approved by the
TANGEDCO shall accompany the despatched consignment.

15.4 The manufacturing of the equipment shall be strictly in accordance with the approved
drawings and no deviation shall be permitted without the written approval of the
TANGEDCO. All manufacturing and fabrication work in connection with the equipment
prior to the approval of the drawing shall be at the supplier’s risk.

15.5 The following shall be supplied to each consignee circle along with the initial supply of the
equipments ordered.
i) Ten copies of printed and bound volumes of operation, maintenance
and erection manuals in English along with the copies of approved
drawings and type test reports etc.

16.0 QUANTITY AND DELIVERY REQUIREMENTS:


i) Quantity and Delivery requirement is set out in Section – V, Clause- 10.0 of
this specification.
ii) The scope of supply shall include a supply of 2.5% extra quantity of bolts,
nuts, washers , split pins, cotter pins and such other small loose items free
of cost.
17.0 ASSEMBLY:
During manufacture strict quality control should be adopted. The equipment should be
dried under vacuum in the hot chamber. Voids should be avoided to minimize partial
discharges. Suitable Transformer oil should be filled up under vacuum immediately after
drying is over. Oil filling and drain plugs may be provided.

18.0 JUNCTION BOXES:

Absolutely vermin proof fabricated from MS sheet of thickness 3mm minimum Junction
boxes with IP 55 Degree of protection are to be supplied one each along with a set of
3( three) numbers Current Transformers. Boxes have to be provided with belt / rubber
beadings and doors opening with wing nuts for lockings. It should be Hot dip galvanized.
It should be provided with stud type terminal blocks with lock nuts and washers. Boxes
should have necessary provision with cable glands for connecting 6 Nos. 4 Sq. mm, 6 core
cables and 2 Nos. 4 sq.mm 8 core cables. All sharp corners should be rounded off. Boxes
should have sufficient working spaces for easy working and spares for each wiring and
using testing instruments such as tong test milliammeters.

Sd/-
Chief Engineer/Distn.
Erode Region/Erode

41
ANNEXURE - I
GUARANTEED TECHNICAL PARTICULARS FOR
110 KV CURRENT TRANSFORMERS OF RATIO 600-300-150/1A
1. Type

2. Manufacturer’s type designation


3. Rated voltage

4. Number of cores

5. Frequency

6. Ratio of Transformation for each core

7. Rated burden (VA) for each core at different


ratios
8. Class of accuracy for each core at different
ratios
9. Knee point voltage (Vk)for each core at different
ratios
10. Maximum exciting current (ma) for cores
2,3,4&5 at different ratios at Vk
11. Maximum resistance of secondary winding at
75°c in Ohms for each core at different ratios
12. Magnetization curves for current transformer
cores (to be enclosed)
13. Short time thermal current rating in KA (for 1
sec)
14. Rated current dynamic in KA (peak value)

15. Rated continuous thermal current

16. a) one minute power frequency dry withstand


test voltage at primary to earth KV(RMS)
b) one minute power frequency dry withstand
test voltage between each section of primary
winding
17. 1.2/50 micro second positive and negative
impulse wave with stand test voltage
18. One minute power frequency dry withstand test
voltage on secondary
19. Whether the current transformer will carry 1.2
times the rated primary current continuously and
twice the rated primary current for 20 minutes
without any harmful effect
20. Turns ratio error & phase angle error for cores
2,3,4 & 5
21. Ratio error at rated burden and at 120 and 200
percentage of rated current for core – 1 at
different ratios.
22. Maximum value of tan delta
23. Mounting details.
24. Total creepage distance in mm.
25. Weight of oil.
26. Total weight.
27. Over all dimensions in mm.
28. Details of drawings enclosed.

29. Details of test certificates enclosed.

30. State the relevant IS followed for


a)110 KV Current Transformer offered.
b) Bushing used.
c) Transformer oil used.

Sd/-
Chief Engineer/Distn.
Erode Region/Erode

43
ANNEXURE - II

CHECK LIST FOR BID QUALIFICATION


(TO BE KEPT IN THE ENVELOPE-A “COMMERCIAL AND TECHNICAL BIDS”)
SL.No. Particulars Bidder’s Response
1. Name and Address of the Firm/Company

2. Address of the Registered office, Phone Nos. etc

3. Address of the Factory/Works, Phone Nos. etc.

4. Fax No. for correspondence

5. (a) Confirm whether the tenderer is a manufacturer of Yes/No


the tendered material
(b) If yes, whether documentary evidence is
enclosed
(c) If so, list the documentary evidence

6. Whether the bidder is old supplier to the Yes/No


TANGEDCO /TANTRANSCO
7. Whether the copies of orders executed during the Yes /No
Last ten years in respect of materials tendered to
State Electricity Boards/Power utilities enclosed.
8. Whether performance certificates from the end Yes/No
users enclosed
9. Annual Turn over of the Bidder for the last three
years 2014-2015
2015-2016
2016-2017
10. a) Whether documentary evidence produced for Yes/No
the annual turn over.
b) If so, whether certificate from auditor furnished
or copies of audited annual statement of accounts
furnished
11. Whether furnished the attested copy of Income Tax Yes/No
return filed by the bidders or the attested copy of
Sales Tax Clearance Certificate containing turnover
details or the attested copy of enlistment certificate
issued by the NSIC containing turnover details of the
bidder for the respective period as required.

DATE : SIGNATURE OF THE TENDERER :


PLACE: NAME :

STATUS IN THE COMPANY :

(AFFIX SEAL OF THE COMPANY)


ANNEXURE-III
CHECKLIST FOR COMMERCIAL TERMS.
(TO BE KEPT IN THE ENVELOPE-A “COMMERCIAL AND TECHNICAL BIDS”)
SL.No. Particulars Bidder’s Response
1. EARNEST MONEY DEPOSIT:

(i) Amount Rs.


(ii) Mode of payment Bank Draft/Banker’s Cheque,
Permanent EMD/Undertaking
(iii) If exempted, state whether the bidder SSI unit of Tamil Nadu/SSI
is unit registered with NSIC/Unit
of Government of Tamil Nadu.
(iv) If SSI unit, state whether copy of Yes/No
duly attested Permanent Registration
Certificate enclosed
(v) Whether the material tendered is Yes/No
included in the certificate
(vi) Validity of the permanent registration Yes/No
certificate
(vii) Whether undertaking on a non- judicial Yes/No
stamp paper of value not less than Rs.80/-
(Rupees eighty only) enclosed in lieu of EMD
2. Whether the offer is valid for a period Yes/No
of 180 (One hundred and eighty) days
from the date of opening of
commercial/Technical bids (Envelope-A)
3. PRICE:

(i) Whether quoted firm price valid for the Yes/No


entire contract period
(ii) Whether the quoted price contain the Yes/No
following breakup price
(a) Unit ex-works price Yes/No
(b) Unit excise duty on Ex-works price Yes/No
(Percentage and amount)
(c) Unit Freight and Insurance charges Yes/No

(d) Unit Sales Tax applicable (Percentage


and amount )
(iii) Whether the tenderer is agreeable for Yes/No
charging Excise duty only on Ex-works price
(iv) Whether the tenderer is agreeable for Yes/No
charging Sales Tax only on Ex-works price
plus Excise Duty

(v) Confirm that any additional amount of Yes/No


Excise duty due to upward revision on
45
account of increase in turnover during
the contractual period shall be borne by the
tenderer.
(vi) Confirm that the price quoted is after taking Yes/No
into account of the CENVAT benefit.
(vii) Whether the tenderer is agreeable in case Yes/No
of delayed delivery, the Excise Duty/Sales
Tax prevailing on the date of actual delivery
or the Excise duty/Sales Tax applicable on
the date of contractual delivery date
whichever less shall only be payable.
(viii) Confirm that Freight and Insurance Yes/No
charges quoted are applicable for delivery to
Central stores /EEDC/Erode. The
equipments/materials shall be unloaded at
Destination stores/ Sites by the supplier at
free of cost.
4. Whether the tenderer is agreeable for
the following clauses specified under Section
V of the specification.
(i) Payment terms Yes/No
(ii) Security Deposit Yes/No

(iii) Delivery Yes/No

(iv) Liquidated damages Yes/No

(v) Guarantee Yes/No

(vi) Performance Guarantee Yes/No


(vii) Jurisdiction for legal proceedings

5. Quantity offered.

6. Whether Income Tax Permanent Yes/No


Account Number(PAN) furnished
7. (i) Whether copy of Sales Tax Clearance Yes/No
Certificate enclosed.
If so, indicate the date Sales Tax Clearance
certificate.
8. Indicate your option for furnishing
Bank Guarantee for 5% value of the
contract or to retain 5% value of the
payment till the expiry of guarantee period.

DATE : SIGNATURE OF THE TENDERER :


PLACE: NAME :
STATUS IN THE COMPANY :

(AFFIX SEAL OF THE COMPANY)


ANNEXURE –IV .

CHECKLIST FOR TECHNICAL TERMS.

(TO BE KEPT IN THE ENVELOPE-A “COMMERCIAL AND TECHNICAL BIDS)

SL.No. Particulars Bidder’s Response


Whether the equipment offered is
1.(i) exactly as per the technical specification
of the TANGEDCO
Yes/No

(ii) If not, give details of technical


deviation in the deviation schedule C1

2. Whether the tendered equipment is Yes/No


type tested as per the specification
of the TANGEDCO

DATE : SIGNATURE OF THE TENDERER :


PLACE: NAME :

STATUS IN THE COMPANY :

(AFFIX SEAL OF THE COMPANY)

47
SECTION-VII-FORMATS

SCHEDULE – A – ‘PRICE SCHEDULE’

(Due date:12.06.2017)

SPECIFICATION No.07/17-18

(To be filled in by the Tenderer)


ALL AMOUNT IN RUPEES ONLY

TIN No.:

S. Description of Qty. Unit price VAT 5% F.O.R (D)** Price


No. Materials in or CST including ED, F&I ,
Nos. 2% and Sales Tax,
amount
unloading at
stores / site
Ex - Excise UNIT TOTAL
F&I *
works Duty in PRICE
VALUE
price
Percent
age and
amount
1. 110KV Current 7
transformer 600-
300-150/1A

Rate should be quoted in words also.

2 Delivery Period

COMPANY SEAL: SIGNATURE :


DESIGNATION :

COMPANY :

DATE :

(*) Frieght and Insurance charges including unloading at stores/site


(**) For supply at the Destination Stores : Central stores/Mettur.
SCHEDULE - `B’
SCHEDULE OF MATERIALS AND DELIVERY PERIOD
(TO BE FILLED IN BY THE TENDERER)

SL. Description Qty. in Nos. Qty. as per delivery clause in Sec. V –


No. Commercial

4.
1. 2. 3.

1 110KV Current transformer


600-300-150/1A

COMPANY SEAL: SIGNATURE :


DESIGNATION :

COMPANY :

DATE :

49
SCHEDULE – C1

DEVIATION FROM TECHNICAL SPECIFICATION

All technical deviations from the specification shall be filled in by the Tenderer, Clause by clause, in
the Schedule.

SECTION NO. CLAUSE NO. DEVIATION

The Tenderer hereby certifies that the above mentioned are the only deviations from the
TECHNICAL Specification and the tender confirms to the specification in all other respects.

COMPANY SEAL: SIGNATURE :


DESIGNATION :

COMPANY :

DATE :
SCHEDULE – C2
DEVIATION FROM COMMERCIAL TERMS

All deviations from the commercial terms shall be filled in by the Tenderer, Clause by clause, in the
Schedule.

SECTION NO. CLAUSE NO. DEVIATION

The Tenderer hereby certifies that the above mentioned are the only deviations from the
Commercial terms of the Specification.

COMPANY SEAL: SIGNATURE :


DESIGNATION :

COMPANY :

DATE :

51
SCHEDULE – D
STATEMENT OF SUPPLY ORDERS EXECUTED/UNDER EXECUTION
DURING THE PAST TEN YEARS AS ON THE DATE OF TENDER.

SL. Name & Name of P.O.No Qty Value Scheduled Actual


NO. address of the the & Date of date of date of
organisation material order completio completio
in Rs. n of order
n of order
Lakhs.
8.
1. 2. 3. 4. 5. 6. 7.

COMPANY SEAL: SIGNATURE :


DESIGNATION :

COMPANY :

DATE :
SCHEDULE – E
SPECIFICATION NO. 07/17-18

DECLARATION FORM
To

The Chief Engineer/TANGEDCO,


Distribution,
Erode Region,
948,EVN Road,
Erode -638009.

Dear Sir,

1. Having examined the above specification together with the accompanying


schedules etc., we hereby offer to manufacture and supply the
equipments/materials covered in this specification at the rates entered
in the attached schedule of prices.

2. We hereby guarantee the particulars entered in the schedules attached to the


specification.

3. In accordance with security deposit clause, Section-v, of the specification we


agree to furnish security to the extent of 5% of the total value of the contract.

4. In accordance with performance guarantee clause Section-V of the


specification, we agree to furnish performance guarantee to the extent of 5% of
the total value of the contract/to retain 5% of the contract value till the expiry of
guarantee period.

5. Our company is not a potentially Sick Industrial Company or a Sick


Industrial Company in terms of Section-23 of Section-15 of the Sick
Industrial Companies (Special Provisions) Act, 1985.

Yours faithfully,

PLACE : SIGNATURE :
DATE : DESIGNATION :

COMPANY SEAL : COMPANY :

53
SCHEDULE – F

UNDERTAKING IN LIEU OF E.M.D.

(To be furnished in non-judicial stamp paper of value not less than Rs.80/-) THIS DEED OF
UNDERTAKING EXECUTED AT----------------------------ON THIS THE------------------------DAY
OF---------------------------------------TWO THOUSAND ……….. by
M/s.------------------------------------------------------------------ hereafter called “Tenderer” (which
expression shall where the context so admits mean and include their Agents,
Representatives, Successors-in-office and Assigns).

TO AND IN FAVOUR OF ---------------------------------------------------------------------- THE TAMIL


NADU TANGEDCO CORPORATION LIMITED, a Body Corporate constituted under the
Electricity (Supply) Act, 1948 (Central Act LIV of 1948) having its office at 10 Floor,
NPKRR Maaligai, 144, Anna Salai, Chennai – 600002, herein called the “TANGEDCO” (which
expression shall where the context so admits mean and include its successors in office and
Assigns).

WHEREAS THE tenderer is required to pay Earnest Money Deposit of


Rs--------------------------for participation in the tender for supply
of-----------------------------------------------------in terms of specification
No-----------------------------

AND WHEREAS the tenderer is exempted by the TANGEDCO from payment of EMD in the form of
cash, subject to the tenderer executing an undertaking to the value of Rs……….
(Rupees…………………………………………..) representing the amount equivalent to the amount
of EMD specified to be paid to the TANGEDCO in the event of non-fulfillment of breach of
any of the conditions of the tender by the Tenderer as mentioned hereunder.

AND WHEREAS in consideration of the acceptance by the TANGEDCO of the above


proposal, The tenderer has agreed to pay to theTANGEDCO the said amount of
Rs----------------------------- in the event of:-

(1) Withdrawing his tender before the expiry of the validity period, OR

(2) Withdrawing his tender after acceptance, OR

(3) Violating any of the conditions of the tender issued by the competent

authority;
NOW THIS UNDERTAKING WITNESSES that in persuance of the said agreement the Tenderer
hereby doth covenant with the TANGEDCO that in consideration of the “TANGEDCO” waiving the
condition of payment of EMD in cash in terms of the said specification, the Tenderer has
agreed to pay to the TANGEDCO Rs………………………………………….. only) in the event of :

(i) Withdrawing his tender before the expiry of the validity period.

(ii) Withdrawing his tender after acceptance.

(iii) Violating any of the conditions of the tender issued by the competent
authority.

NOW THE CONDITION OF THE above written undertaking is such that if the
tenderer shall duly and faithfully observe and perform the conditions specified as above, then the
above written undertaking shall be void, otherwise it shall remain in full force.

The tenderer undertakes not to revoke this guarantee till the contract is completed
under the terms of contract.

The expression, `tenderer’ and the `TANGEDCO’ hereinafter before used shall include their
respective successors and assign in office.

IN WITNESS WHERE OF THIRU------------------------------------------------------------ acting


for and on behalf of the Tenderer has signed this deed on the day, month and year herein
before first mentioned.

SIGNATURE

NAME IN BLOCK LETTERS

SEAL OF THE COMPANY

In the presence of Witnesses:


1. Signature
Name & Address
2 Signature
Name & Address Signature Not Verified
Digitally signed by RAMACHANDRAN P
Date: 2017.05.27 16:16:12 IST
Location: Tamil Nadu
55

Вам также может понравиться