Вы находитесь на странице: 1из 108

e-Tender No.

383/EPD-I/ATPS/2019-20

INS TR UC TION TO TENDERER

1. Submission of E-Bids:
The Bid Submission module of e-procurement website http://etender.up.nic.in enables the
bidders to submit the e-bids online against this bidding published by the purchaser. Bid
may be submitted only during the period and time stipulated in the bidding. Bidders are
advised start the Bid Submission process well in advance so that they can submit their
bids in time. The bidders shall submit their bids taking into account the server time,
displayed in the e-procurement website. This server time is the time by which the bid
submission activity will be allowed till the permissible time on the last date of submission
stipulated in the schedule. The bidders cannot submit their bids after the completion of
bid submission period. For delay in submission of bids due to any reasons, shall be
responsibility of the bidder. The bidders shall follow the instructions mentioned herein
under for submission of their e-bids:
1.1 For participating in bids through the e-bidding system, it is necessary for the bidders
to be the registered users of the e-procurement website http://etender.up.nic.in The
bidders shall first register themselves on the e-bidding website, if they have not done
so previously, using the option “Click here to enroll” available on the home page of
the website.
1.2 In addition to the normal registration, the bidder has to register with their Digital
Signature Certificate (DSC) in the e bidding system and subsequently he/ she will be
allowed to carry out his /her bid submission activities. Registering the Digital
Signature Certificate (DSC) is a onetime activity. Before proceeding to register their
DSC, the bidder shall first log on to the e bidding system using the User Login option
on the home page with the logging ID and Password with which they has registered as
per clause 1.1 above. For successful registration of DSC on e-procurement website
http://etender.up.nic.in., the bidder must ensure that they possess class-2 /Class-3
DSC issued by any certifying authorities duly approved by Controller of Certifying
Authorities. The bidder is also advised to register their DSC on E-procurement
website well in advance before bid submission period & time so that they do not face
any problem while submitting their e-bid against this bidding. The bidder can perform
User Login creation and DSC registration exercise as described in clauses 1.1 and 1.2
above even before bid submission period starts. The purchaser shall not be held
responsible if the bidder tries to submit their e-bid at the last moment of submission
of bid, but could not submit due to DSC registration problem.
1.3 The bidder can search for active biddings through “Search Active Biddings” link,
select a bidding in which they are interested in and then move it to ‘My Biddings’
Folder using the option available in the Bid Submission menu. After selecting and
viewing the bidding, for which the bidder intends to bid, from “My Biddings” folder,
the bidder can place their bid by clicking “pay Offline” option available at the end of
the view bidding form. Before this, the bidder should download the bidding document
and price Schedule/Bill of Quantity (BOQ) and study them carefully. The bidder shall
keep all the documents ready as per the requirements of bidding document in the PDF
format except the Price Schedule/Bill of Quantity (BOQ) which shall be in the XLS
Format (EXCEL sheet).
e-Tender No. 383/EPD-I/ATPS/2019-20

1.4 After clicking the ‘Pay offline’ option, the bidder shall be redirected to the relevant
page of Terms and conditions. The bidder shall read the Terms and conditions before
proceeding to fill in the Bidding fee EMD offline payment details. After entering and
saving the Bidding Fee and EMD details, the bidder shall click “Encrypt & Upload”
option given in the offline payment details form so that “Bid Document Preparation
and Submission” window appears to upload the documents as per technical (Fee
details, Qualification details, Bid Form and Technical Specification details) and
financial (Bid Form and Price Schedule/BOQ) schedules/packets given in the bidding
details. The details of the Demand Draft or any other accepted instrument which is to
be physically sent in the original before opening of technical bids, should tally with
the details available in the scanned copy and the data entered during with submission
time otherwise the bid submitted shall not be accepted.
1.5 Next, the bidder should upload the Technical Bid Documents for fee details (Bidding
fee and EMD), Qualification details as per PQC, and Financial Bid documents as per
BOQ of bidding document. Before uploading, the bidder has to select the relevant
Digital signature Certificate. They may be prompted to enter the digital signature
Certificate password, if necessary. For uploading, the bidder should click “Browse”
button against each document label in Technical and Financial schedules/packets and
then upload the relevant PDF/XLS files already prepared and stored in the bidder’s
computer.
1.6 The Bidder shall click “Encrypt” next for successfully encrypting and uploading of
required documents. During the above process, the bid documents are encrypted/
locked electronically with the DSC’s of the Bid openers to ensure that the bid
documents are protected, stored and opened by concerned bid openers only.
1.7 After successful submission of bid documents, a page giving the summary of bid
submission will be displayed that the process of e- bid submission is completed. The
bidder can take a printout of the summary using the “print” option available in the
window as an acknowledgement for future reference.
1.8 Purchaser reserves the right to cancel any or all Bids without assigning any reason.
1.9 The Bidders are advised to upload the scanned documents with minimum of 150 dpi
scanner to ensure readable uploaded e- Bids.
2. Deadline for Submission of E-Bids:
2.1 E-Bids (Technical and Financial) must be submitted by the bidders at e-procurement
website http://etender.up.nic.in not later than 16:00 Hours on 24/02/2020.
2.2 The Purchaser may’ at this discretion, extends this deadline for submission of bids by
amending the bid documents.
3. Late Bids
3.1 The server time indicated in the Bid Management window on the e-procurement
website http://etender.up.nic.in will be the time by which the bid submission activity
will be allowed till the permissible date and time schedule in the bidding. Once the
bid submission period is over, the bidder cannot submit their bid. Bidder has to start
the Bid Submission well in advance so that the submission process is completed
within the scheduled period, failing which, it shall be the bidder’s responsibility.
4. Withdrawal and Resubmission of E-Bids
4.1 At any point of time, a bidder may withdraw their bid submitted online before the
completion of bid submission period. For withdrawing, the bidder shall first log in
using their login ID and password and subsequently by their Digital Signature
e-Tender No. 383/EPD-I/ATPS/2019-20

Certificate on the e-procurement website http://etender.up.nic.in. The bidder shall


then select “My Bids” option in the Bid Submission menu. The page listing all the
bids submitted by the bidder shall be displayed. Click “View” to see the details of the
bid to be withdrawn. After selecting the “Bid Withdrawal” option, the bidder has to
click “Yes” to the message “Do you want to withdraw this bid?” displayed in the Bid
Information window for the selected bid. The bidder also has to enter the reason for
withdrawing the bid and upload the same for withdraw before clicking the “Submit”
button. The bidder has to confirm again by pressing “Ok” button before finally
withdrawing their selected bid.
4.2 The bidder has to request the purchaser with a letter, attaching the proof of
withdrawal and submission of bid security/EMD in the office of purchaser for taking
back the bid security/EMD as per the manual procedure.
4.3 No bid may be withdrawn in between the period fixed for submission of bids and the
period of expiry. Withdrawal of a bid during this interval may result in the Bidder’s
forfeiture of their bid security.
4.4 The bidder can resubmit their bid as and when required till the scheduled bid
submission end date and time. The bid submitted earlier will be replaced by the new
one. The bid security submitted by the bidder earlier will be used for revised bid and
the new bid submission summary generated after the successful submission of the
revised bid will be considered for evaluation purposes. For resubmission, the bidder
shall first log in using their Login ID and Password and subsequently by their Digital
Signature Certificate on the e-procurement website http://etender.up.nic.in. The
bidder should then select “My Bids” option in the Bid Submission menu. The page
listing all the bids submitted by the bidder will be displayed. Click “View” to see the
details of the bid to be resubmitted. After selecting the “Bid Resubmission” option,
click “Encrypt & Upload” to upload the revised bid documents by following the
methodology provided in clauses 1.4 to 1.7.
4.5 The bidders can submit their revised bids as many times as possible by up loading
their bid documents within the schedule period for submission of e-bids.
4.6 No bid can be resubmitted subsequently after the period for submission of bids is
over.
5. Bidders are advised to study the bid Document carefully. Submission of bids against the
tender notice shall be deemed to have been done after careful study and examination of the
procedures, terms and conditions stipulated in the bid Documents with full understanding of
its implications.
6. The bid document is available at e-procurement website http://etender.up.nic.in. Interested
bidders may view, download the bidding document, seek clarification and submit their bid
online up to the prescribed date and time through uploading on e-procurement website
http://etender.up.nic.in.
7. The bidders are required to submit the cost of bidding document as stated above through
NEFT / RTGS in the favour of Dy.CAO, CFA & BO,ATPS, Anpara by post/courier, prior to
the scheduled date & time of opening of bid failing which bid shall not be
considered/opened.
8. All bids must be accompanied by a Bid Security (EMD) in the form of Bank Guarantee in
prescribed proforma as per Annexure or NEFT / RTGS from scheduled Bank which shall be
duly pledged in favor of Dy.CAO, CFA & BO, ATPS, Anpara. The scanned copy of bid
document fee (Tender Cost), Earnest Money, Power of attorney must be up loaded
electronically along with all the bid documents. The original copy of bid document fee,
e-Tender No. 383/EPD-I/ATPS/2019-20

EMD, Power of Attorney made in the name of individual whom signed bid document
digitally through DSC & Validity Commitment in prescribed format as per Annexure on non
judicial stamp paper of ₹ 100.00 each should be furnished to the office of Superintending
Engineer, (O&M)MMC-VII, ATPS, Anpara before opening of part “A” of submitted Bid,
failing which the bid shall not be considered/ opened.
9. The bids shall be electronically opened in the presence of bidder’s representatives, who
choose to attend, at the prescribed venue, date and time mentioned above.
10. The Purchaser reserves the right to cancel any or all the bids/annul the bidding process
without assigning any reason thereof.
11. In the event of date specified for bids opening, being declared a holiday then the bid shall be
opened on next working day at schedule time.
12. All the required documents shall be submitted/ uploaded by the bidder electronically in the
PDF format. However, the Financial Bid should be submitted in the XLS format.
13. Quantity as mentioned in e-Tender Notice is tentative and may vary up to any extent as per
site requirement.
14. No deviation from the Technical specification & Technical Conditions shall be acceptable in
Technical part-‘B’ of Bid.

. GEN ER A L CON D ITIO NS

1. Where a bidder has not furnished complete information / documents which are required
in part-I, part –II [price bid] cover may not be opened.
2. In case, due date of opening happens to be a holiday, the tender shall be opened on the
next working day.
3. Consignee: The Executive Engineer, O&MSD, 3X210MW, 'A'TPS, Anpara.
4. Rejection of Offer: Nigam reserves the right to reject any or all offers without assigning
any reason thereof to the participants. This office may revise the quantity of material at
any stage and it will be communicated to the firm.
5. In case of a tie (same rate quoted by two or more bidder) in quotations for a particular
item, the decision to accept/reject the rate for that item shall be reserved with Nigam.
6. Overwriting / use of whitener may reject the tender. Any cutting should be verified with
full signature of the bidder. However, the decision to accept/reject such offer by Nigam
shall be final and binding on the tenderer.
7. No contents / figures / any other entries should be blocked or deleted while submitting the
copies of documents; otherwise such documents shall not be considered / accepted for
evaluation.
8. Please note if Type & Short circuit are required to be conducted then same will be
conducted free of cost by bidder.. The decision of conducting short circuit and type test
shall be taken on the basis of submitted document of bidder to UPRVUNL and it will be
binding on bidder. In case bidder does not agree with decision of UPRVUNL then its
price bid will not be opened and his bid will be rejected. If anything anywhere in tender
written contrary to above statement then same will be considered withdrawn.

Executive Engineer
e-Tender No. 383/EPD-I/ATPS/2019-20

ELECTRICAL PROCUREMENT DIVISION-I

‘A’ THERMAL POWER STATION, ANPARA


(SONEBHADRA) U.P.

Tender Specification No. 205/EPD-I/ ‘A’TPS/2015-2016

for

Design, Manufacturing, Supply, Transporting, Unloading,


Erection, Testing &commissioning

of

01No. 40 MVA, 132/ 6.9 KV, 3 Phase, CW Transformer


complete with fittings, accessories and transformer oil
e-Tender No. 383/EPD-I/ATPS/2019-20

Uttar Pradesh Rajya Vidyut Utpadan Nigam Limited

TENDER NOTICE NO. 383/EPD-I/ ‘A’TPS/2019-2020

Sealed and separate tenders, in two parts i.e. tender bid Part-I and Part-II are invited for
the following works from reputed manufacturers of transformer:-

1. Name of work : Design & Manufacturing on one to one replacement basis followed with
Supply, Transportation , Unloading, Erection, Testing & Commissioning of 01 No. 40MVA, 132/
6.9 KV, 3 Phase, CW Transformer complete with fittings, accessories and requisite quantity or
EHV grade transformer oil confirming to IS: 335, 1993 for Anpara ‘A’ Thermal Power Station.
2. Name of office : Executive Engineer, Electrical Procurement
Division-I, ‘A’TPS, Anpara Distt: Sonebhadra (U.P.)

3. Tender cost : 3894.00 INCLUDING GST

4. Earnest money : 2.00 lacs

5. Last Date of Submission of e-Bid : 24/02/2020

6. Tender bid receipt :

7. Opening Date:-

i) Part-I : 26/02/2020

EXECUTIVE ENGINEER
e-Tender No. 383/EPD-I/ATPS/2019-20

INDEX
Chapter –I
General Terms & conditions
Part-I:-Instruction of the Tenderers

1.1 Preparation of Tender


1.2 Pre-bid Meeting
1.3 Prequalifying conditions
1.4 Submission of Tender
1.5 Validity
1.6 Taxes & Duties
1.7 Price Variation
1.8 Award of Contract
1.9 Deviation
1.10 Canvassing
1.11 Court of Competent Jurisdiction
1.12 Arbitration clause-31 of Form-B
1.13 Currency & Payment
1.14 Rejection of offer

 Form-A: General conditions for the supply of plant & the execution of work
 Form-B: General condition for the supply of plant & the execution of work
 Form of Agreement  Schedule form`s
1. Schedule A: Annexure of Bank Guarantee for Earnest Money
2. Schedule B: Document regarding pr-qualifying details of the tender
3. Schedule C: Declaration of validity period
4. Schedule D: General particulars of firm
5. Schedule E: List of drawing literature enclosed with the tender
6. Schedule F: Schedule of deviations from “technical specification”
7. Schedule G: Schedule of deviations from “Instruction to Tenderes”
8. Schedule H: Schedule of deviation from “General requirement of
specification”
9. Schedule I: Schedule of deviation from “General condition of contract”
From-A/B
10. Schedule J: Guaranteed Technical particulars
11. Schedule K: Commercial T&C
12. Schedule L: Address Sheet Format
13. Schedule M: Declaration of no relation with UPRVUNL personnel
14. Schedule N: Declaration of non blacklisted firm
15. Schedule O: Unprice Bid Part-II:-
 2.1 Special Terms & Conditions
2.1.1 Drawing & Manuals
2.1.2 Testing and Quality Assurance Programme
2.1.3 Inspection
e-Tender No. 383/EPD-I/ATPS/2019-20

2.1.4 Packing & dispatch of equipments


2.1.5 Rejection
2.1.6 Mode of dispatch
2.1.7 Insurance
2.1.8 Terms of payment
2.1.9 Delivery
2.1.10 Quantity Variation
2.1.11 Training of Engineers
2.1.12 Rental charges
2.1.13 Tools of Plants, consumables
2.1.14 Site accommodation & Transport
2.1.15 Medical facility & insurance of workman
2.1.16 Workman
2.1.17 Recovery of damages
2.1.18 Penalty
2.1.19 Guarantee
2.1.20 Short circuit test certificates & test charges
2.1.21 Bid evaluation
2.1.22 Performance Guarantee
2.1.23 Important aspect to be kept into consideration while designing the transformer

 2.2. Intent of specification & scope of supply


 2.3 Proforma for certificate regarding acceptance of important terms &
conditions
 2.4 Qualifying requirement data to be filled by bidder as per clause 1.3.3
 2.5 Work experience and capability assessment data
 2.6 Format for deed of joint under taking

Chapter-II:
Part-I: Guaranteed Technical Parameters
(A) Project location of site, communicating Topography & Climatogically data
(B) Technical requirements
 Technical parameters
3.1 General Requirement of Transformer construction
3.1.1Standards
3.2 Performance
3.3 Construction
3.3.1 Tank & Tank Accessories
3.3.2 Core
3.3.3 Windings
3.3.4 Insulation oil (EHV Grade confirming to IS-335, 1993)
e-Tender No. 383/EPD-I/ATPS/2019-20

3.3.5 Terminal Arrangement


3.3.6 Terminal connector
3.3.7 Bushing and current Transformer
3.3.8 Terminal marking
3.3.9 Common Marshalling Box (CMB), cooler control cabinet (CCC) unit
3.3.10 Auxiliary power supply for coolers
3.3.11 Control wiring & cabling
3.3.12 Painting
3.3.13 Cooling equipment
3.3.14 On load Tap charger
3.3.15 Valves
3.3.16 Fitting
3.3.17 Inspection and Testing
3.3.17.1Routine/Types/Special tests on assembled Transformer
3.3.17.1.1 Routine Test
3.3.17.1.2 Type/Routine test on assembled transformer
3.3.17.1.3 Type test
3.3.17.1.4 Type test on components
3.3.17.2 Tank Test
3.3.17.3 Receipt and storage test checks
 Part-II: Capitalization of losses and flux densities of core
4.1 Capitalization of losses
4.2 Liquidated damages for short fall in performance.
4.3 Latest defect liabilities
4.4 Flux density
 Part-III: Schedule of Technical Data Requirement
5.1 Technical Parameters
 Part –IV
Annexure-A Technical details [Unprice Bid]
e-Tender No. 383/EPD-I/ATPS/2019-20

CHAPTER-I

General Instruction & Commercial Terms & Conditions

Part-I
1- Instruction to Tenderers
1a. Form-A General conditions for the supply of plant & the execution of
works.
1b. Form-B General conditions of the contract for supply of plant &
Machinery for works.
1c. Schedule Forms.
e-Tender No. 383/EPD-I/ATPS/2019-20

PART-I
Instruction to the Tenderers

1.1 Preparation of Tender

1.2 Pre-bid Meeting

1.3 Prequalifying Conditions

1.4 Submission of Tender

1.5 Validity

1.6 Taxes & Duties

1.7 Price Variation

1.8 Award of Contract

1.9 Deviations

1.10 Canvassing

1.11 Court of Competent Jurisdiction

1.12 Arbitration Clause of Form-B

1.13 Currency and Payment

1.14 Rejection of offer

1.15 Contradiction in Tender terms & condition and standard form A & B conditions
INSTRUCTIONS TO TENDERERS

1.1 PREPARATION OF TENDER:


1.1.1 Before submission of the tender the tenderers are required to make
themselves fully conversant with the technical specifications,
drawings, Special Instructions to Tenderer, Instruction to Tenderer,
General Requirement of specification including schedules and
General Conditions of Contract of Form- A/B as may be applicable so
that no ambiguity arises at a letter date in this respect.
1.1.2 Any inconsistency or ambiguity in the offers made by the tenderer
shall be interpreted to the maximum advantage of UPRVUN Ltd. And
disadvantage to the tenderer. The tenderer shall have no right to
e-Tender No. 383/EPD-I/ATPS/2019-20

question the interpretation of the Purchaser in all such case and same
shall be binding on the tenderer.
1.1.3 The tenderer should be prepared and uploaded on e tender website
strictly in accordance with the instruction contained in these
specifications. The tender shall be complete in all respects. Tender
must be submitted in the manner specified on the attached prescribed
schedules and/ or copies thereof. To complete the proposal, the
tenderer must fill the tender form, declaration, all schedules and data
sheets, annexed with the specification item by item accordance with
the instruction and notes supplementary thereto.
1.1.4 Each tenderer shall supply the data required in sheets annexed with
the specification by typing at appropriate places against each item to
facilitate preparation of comparative statements. These sheets must be
properly signed by authorized representative of the tenderer/
manufacturer testifying the data submitted. All schedules must be
duly filled in and shall be enclosed with each copy of the tender. In
case the tenderer does not supply any of the required information at
the time of tender, necessary loading may be made while evaluating
the prices of his offer without giving him any further opportunity to
supply or clarify the same. The tenderers are notified that in case the
required information are not furnished in the specified proforma/
schedule attached with the specification, the purchaser shall not be
responsible for any error in the evaluation of their tenders on this
account. Further, the failure to comply with this requirement may
result in the rejection of the tender at the discretion of the purchaser.
1.1.5 A set of technical, descriptive and illustrative literature along with
drawing must accompany each copy of the tender so that a clear
understanding of the equipment offered is obtained. All the
documents of tender are to be uploaded and one set of uploaded
document may be sent by post sufficiently in the advance so as to
reach the purchaser by the scheduled date and time of submission of
tender.
1.1.6 The original copy of bid document fee, EMD, Power of Attorney
made in the name individual whom signed document digitally through
DSC and original copy of agreement in prescribed format as per
annexure on non judicial stamp paper of Rs.100 each should be
furnished to the office of Executive Engineer (EPD-I) ATPS, Anpara
before opening of part ‘A’ of submitted bid.
1.2 PREBID MEETING
1.2.1 Pre-bid meeting will be organized by UPRVUNL to facilitate bidder
to resolve their queries and clarification regarding tender
specification, terms & conditions. The date of
Pre-bid meeting will be available on e tender bid documents. Any change in prebid
meeting shall be communicated through corrigendum.
1.3 PREQUALIFYING CONDITIONS TO BE FULL FILLED BY
BIDDERS FOROPENING PRICE BID (PART-II) OF THE TENDER:
e-Tender No. 383/EPD-I/ATPS/2019-20

1.3.1 This bidding is open to any manufacturer who provides satisfactory


evidence that he:-
(a) is a qualified manufacturer who regularly manufactures the
equipment of the type specified and has adequate technical
knowledge and practical experience:
(b) does not anticipate change in the ownership during the proposed
period of work. (If such a change in anticipated, the scope and
effect thereof shall be defined):
(c) has adequate financial stability and status to meet the financial
obligations pursuant to the scope of the works [The bidders should
submit at least 05 (five) copies of their profit and loss account and
balance sheet for the last 05 (five) years]:
(d) has adequate plant and manufacturing capacity available to
perform the works properly and expeditiously within the time
period specified. The evidence shall consist of written details of the
installed manufacturing capacities and present commitments
(excluding the work under this specification) of the bidder or his
principal. If the present commitments are such that the installed
capacity results in inadequacy of the manufacturing capacities to
meet the requirement of equipment corresponding to this bid, then
the details of alternative arrangements to be organized by the
bidder for this purpose and which shall meet the purchaser’s
approval shall also be furnished:
(e) has adequate field service organization to provide the necessary
field erection and management services required to successfully
erect, test and commission the equipments as required by the
specifications and documents; and
(f) has established quality assurance systems and organization
designed to achieve high levels of equipment reliability, both
during his manufacturing and field installation activities.
1.3.2 The above stated requirements are a minimum and the owner reserves
the right to request for any additional information and also reserves
the right to reject the proposal of any bidder, if in the opinion of the
purchaser, the qualification data is incomplete or the bidder if found
not qualified to satisfactorily perform the works.

1.3.3 In addition to the qualifying requirements mentioned in 1.3.1 above


following shall also apply.
Bidders should have designed, manufactured and supplied at least two (02) Nos. (one
each at two different installations) of 132 KV or above class transformers of at least 40
MVA capacity (either three phase transformer as a single unit or single phase
transformer) which should be in successful operation for at least two (02) years as on date
of bid opening. Out of these two supplies one supply should be in Thermal Power
Plant across India.
e-Tender No. 383/EPD-I/ATPS/2019-20

1.3.4The bidder shall, as a token of experience submit photo copies of


purchase orders placed on them for supply of same/similar items
from NTPC/UPRVUNL/SEB’s/OTHER Govt/semi govt.
organizations. Value of such orders should be
a. Value of one such order should not be less than 80% of the estimated value of
tender.
OR
b. Value of two such order should not be less than 50% of the estimated value of
tender.
OR
c. Value of three such order should not be less than 40% of the estimated value of
tender.
These order should have been placed with in seven years from the date of publication of
this tender/uploading on the internet.
1.3.5 Average annual financial turn over during last 03 years ending 31st
March of the previous financial year should be at least 30% of the
estimated cost.
1.3.6 Earnest Money (Refundable) The bidder must deposit requisite
earnest money amounting to Rs 2.00 lacs…… In the form of BG or
NEFT / RTGS, issued in favour of Dy.Chief Account Officer, CFA &
BO,3x210 MW ATPS, Anpara. The bidder can also deposit requisite
earnest money in the shape of BG of scheduled bank, in the prescribed
format enclosed, in case earnest money amount is more than Rs.
5000.00. Exemption from depositing the earnest money shall not
be allowed in any case and offer not accompanied with requisite
earnest money in prescribed form would be summarily rejected.
Note: (a) Bids shall be accepted if the uploaded proof for depositing EMD through RTGS/NEFT
or direct deposit in the Project / Nigam Bank account found in order after verification by
concerned account office.

The bank account details of the Nigam as below:


Name of Account Dy. C.A.O., CFA&BO, ATPS, Anpara
Type of Account Current Account
Account Number 10722279089
IFSC Code SBIN0006339
MICR Code 231002202
Name of Bank State Bank of India
Branch Name Anpara
Branch Code 06339
1.3.7 Tender cost Rs. 3894.00 (including GST @ 18%) through RTGS /
NEFT to Dy Chief Account Officer, CFA & BO, 3x210MW, ATPS,
Anpara (Non Refundable)
Note: (a) Bids shall be accepted if the uploaded proof for depositing EMD through RTGS/NEFT
or direct deposit in the Project / Nigam Bank account found in order after verification by
e-Tender No. 383/EPD-I/ATPS/2019-20

concerned account office.


The bank account details of the Nigam as below:
Name of Account Dy. C.A.O., CFA&BO, ATPS, Anpara
Type of Account Current Account
Account Number 10722279089
IFSC Code SBIN0006339
MICR Code 231002202
Name of Bank State Bank of India
Branch Name Anpara
Branch Code 06339
1.3.8 The bidder must submit validity agreement as per format enclosed on
non judicial stamp paper worth Rs. 100.00 affixed with revenue stamp
of Rs. 1.00/ duly signed by two witnesses with their addresses. Offer
should be valid for a minimum period of 06 months from the actual
date of opening of bid part-II i.e. Price Bid.
1.3.9 The bidder should submit the valid and relevant Sales GST
registration certificate. Bidder shall submit the copy of TAN card
also.
1.3.10 The bidder should submit a legible copy of documentary evidence
towards PAN allotted in the name ‘Firm’ for
partnership/public/limited firms & in name of proprietor in case of
proprietor firms.
1.3.11 The bidder shall submit all the attached forms duly filled all the
relevant & requisite information.
1.3.12 The bidder shall furnish photo copy of Proprietor ship Deed/
Partnership deed/ Memorandum of Association as the case may be.
1.3.13 The bidder shall furnish Name, Permanent Address, Correspondence
Address and other information as per enclosed format.
1.3.14 The Bidder shall certify in the form that ‘ Whether any of the relatives
of the proprietor/partners of the firm are employed in UPRVUNL’. If
so, the bidder shall have to intimate the post and place of posting of
such relatives.’
1.3.15 Bidder has to give certificate that they are not in list of black listed
firms in any government organization. Any bidder running black
listed in any government organization is not eligible to participate in
the tender bid. If it is found during tender process then its offer will be
rejected.
1.3.16 Bidder will give a certificate that supplied transformers shall be
designed & manufactured on one to one replacement basis.
1.3.17 Bidder shall enclose unprice bid as per annexure.
1.3.18 The bidder shall enclose commercial & other terms & conditions in
the proforma mentioned at schedule form ‘K’.
1.3.19 Bidder will submit the documents for exemptions in type test and
short circuit test as per condition laid down in tender specification or
e-Tender No. 383/EPD-I/ATPS/2019-20

submit consent of conducting the same free of cost in case placement


of order.
1.3.20 Bidder will submit consent of acceptance of all important condition of
tender by submitting the proforma duly filled mentioned at clause 2.3
.
1.3.21 Bidder will submit guaranteed technical particulars of supplied
transformer in requisite format mentioned at chapter-II, part-III ‘
Schedule of Technical data Requirement’

1.4 SUBMISSION OF TENDER:

1.4.1 Tenders must be submitted in two parts known as Part-I & Part-
II

i) TENDER BID PART-I:


This part shall contain the earnest money, tender cost, technical and commercial
particulars, documents required against fulfillment of pre-qualifying conditions,
unprice bid and commercial terms & Conditions and delivery offered.

ii) TENDER BID PART-II:


This part shall contain prices bid only and shall be opened only those bidders who
qualify PQC.
1.4.2 TENDER BID PART-I (EARNEST MONEY, Tender Cost, TECHNICAL,
COMMERCIAL AND PREQUALIFYING DETAILS ETC.)
1.43 Tenderer is required to deposit tender cost Rs.3894.00 inclusive GST through RTGS /
NEFT in favour of Dy. Chief Account Offcer , CFA & BO, ATPS, Anpara And earnest
money as specified Rs. 2.00 Lacs for full tendered quantity. Earnest money shall be
accepted in following form only.
a. RTGS / NEFT to Dy. Chief Account Officer, CFA&BO, ‘A’TPS, Anpara.
Or
b. Bank guarantee from a scheduled Bank in India executed on a non-judicial stamp paper
worth Rs. 100/- as per U.P. stamp Act. On the specified proforma appended with FormB.
1.4.2.2 Offers without earnest money and tender cost shall not be considered under any
circumstances.
1.4.2.3 Besides the Earnest money, tender cost other relevant information and the following
documents duly filled must also accompany the tender bid Part-I.
1. Schedule-A : Annexure of Bank Guarantee for earnest money
2. Schedule-B : Documents regarding pre-qualifying details of the tenderer
3. Schedule-C : Declaration of validity period of offer
4. Schedule-D : General Particular about firm
e-Tender No. 383/EPD-I/ATPS/2019-20

5. Schedule-E : List of drawing/ literature enclosed with the tender


6. Schedule-F : Schedule of deviations from “Technical specification”
7. Schedule-G : Schedule of deviations from “Instruction to Tenderers”
8. Schedule-H : Schedule of deviations from “General Requirement of
Specification”
9. Schedule-I : Schedule of deviations from “General conditions of contract” Form-
A/B
10. Schedule-J : Declaration of no relation with UPRVUNL personnels
11. Schedule-K : Commercial Terms & Conditions
12. Schedule-L : Declaration of firm as non blacklisted firm
1.4.3 On the date of tender opening at appointed time, Part-I of the tender shall be opened
publicly in the presence of authorized representative of the bidders. The date and time of
OPENING OF TENDER Part-II shall be intimated separately later on.
1.4.4 Any action on the part of the tenderers to revise the price and/ or change the structure of
prices (s) at his own instance after the opening of the tender may result in rejection of the
tender and/ or debarring the tenderer for participation in purchase by the Nigam for one
year in first instance.
1.5 VALIDITY:
1.5.1 The tender shall be valid for a period of six (06) calendar month from the date of opening.
Tender with lesser validity are liable to be rejected.
1.6 TAXES & DUTIES:
1.6.1 The prices quoted should be exclusive of all taxes, duties octroi charges etc. which will be
paid at actual on production of relevant original vouchers.
However the tenderer must indicate the rates of various taxes/ duties livable as on the
date of tender opening on various price components as given in price schedule. Form-
C/D will be obtained by the contractor from the concerned consignee. In no case Form-
C/D will be demanded through Bank.
1.7 PRICE VARIATION:
1.7.1 The tenderers are required to quote variable price only without ceiling limit on either side
unless specified otherwise under “Special Instruction to Tenderers”. The price variation
shall be admissible as per the latest relevant IEEMA price variation formula as applicable
for the equipment (of the tendered capacity and rating). The date of tendering shall be
taken as the first notified date of opening of the tender bid Part-I. The tender shall furnish
the photocopy of the IEEMA circular of basic rates of raw materials and the latest
IEEMA price variation clause as applicable in tender bid Part-I. Date of inspection shall
be treated as date of delivery for the purpose of Price-variation calculations. Price
variation shall be allowed up to contractual delivery period or date of inspection call
whichever is earlier. No price variation shall be allowed after contractual delivery period
instead penalty for delay shall be imposed if the supply is delayed beyond contractual
delivery period.
e-Tender No. 383/EPD-I/ATPS/2019-20

1.7.2 The price variation shall be allowed on Ex-works prices of transformer complete
with accessories and oil for the contractual delivery period. Price variation shall not be
allowed for the maintenance spares, , metallic enclosures. If anything written contrary to
it any where in tender document then same will be assumed to be withdrawn.
1.7.3 The component of packing and forwarding, freight and insurance charges shall remain
firm in all respects throughout the currency of the contract.
1.7.4 Tenderer shall quote FIRM prices only for metallic enclosures and maintenance spares.
1.7.5 No price variation shall be claimed against documents to be negotiated through bank.
1.7.6 Bank charges, if any for documents to be negotiated through bank, shall be borne by the
tenderer.
1.8 AWARD OF CONTRACT:
1.8.1 Tender for supply of one no. 40 MVA, 132/ 6.9 KV, 3 Phase CW Transformer
tender specification and L-1 bidder for CW transformer shall be decided separately
on the basis of quoted lowest total tender value. Tender value of CW transformer
shall be the summation of amount for A11 to A5 items. Tender shall be awarded to
L-1 bidder of CW Transformer.
1.8.2 The bidder must offer full tendered quantity of all items as mentioned in the bid. Bid
submitted by the bidder for the quantity or item less than tendered quantity shall be
rejected.
1.9 DEVIATIONS:
The offer should be strictly in line with conditions specification and other requirement
mentioned in this tender specification documents. No deviations are permitted except
under special circumstances should tenderer wish to depart from the general requirements
or technical specifications of general condition of contract Form-A/B. In any way he
must draw specific attention to such departure(s). All such deviation shall specifically be
filled up in the relevant deviation schedule. If deviations are not specifically recorded in
these schedules and submitted along with the tender documents it will be presumed that
there are no deviations and this interpretation will bind upon the tenderer. Purchaser is
however not bound to accept all or any deviations as mentioned in such schedules.
Tenderers are also advised not to enclose their own standard or printed conditions for sale
etc., as the same shall not be considered.
1.10 CANVASSING:
No tenderer shall canvas any UPRVUNL official or the Engineer, with respect to his own
or other’s tender. Contravention of this condition will result in rejection of the tender.
This clause shall not be deemed to prevent the tenderer from supplying to the Engineer
any further information/ clarification asked for by the Engineer.
1.11 COURT OF COMPETENT JURIDICTION:
All disputes arising out of and touching or relating to the subject matter of agreement
shall be subject to the jurisdiction of the Local Courts of Distt: Sonebhadra and High
Court of judicature at Allahabad only.
1.12 ARBITRATION CLAUSE-31 OF FORM-B:
The following is deemed to be added the end of the Para-1 in the Arbitration clause-31 of
Form-B.
“In the case of refusal/ neglect by such nominee. Chairman UPRVUNL may nominate
another person in his place.
SPECIAL NOTE:-
e-Tender No. 383/EPD-I/ATPS/2019-20

1. No modification in price reduction clause No. 27 of contract Form-B, shall accepted i.e.
broadly a price reduction of 1/2% per week subject to a maximum of 10% shall be
applicable.
2. The payment beyond schedule delivery period will be made after reduction of the price
considering the provisions of price reduction clause depending on the delay.
It would be possible to consider offers only if both the above conditions are accepted.
1.13 CURRENCY ANY PAYMENT:
Bidders shall quote bid prices in Indian Rupees only. All payments shall be made in
Indian Rupees only.

1.14Rejection of Offer
1.14.1 Nigam reserves the right to reject any or all offers without assigning any reason
thereof to the participant. This office may revise the quantity of material at any stage and
it will be communicated to firm.
1.14.2 In quotation to particular item, the decision to accept/reject the rate for that item
shall Be reserved with Nigam.
1.14.3 Overwriting/ use of whitener may reject the tender. Any cutting should be verified
with full signature of bidder. However the decision to accept/reject such offer by Nigam
shall be final and binding on the tenderer.
1.14.4 No content/figures/any other entries shall be blocked or deleted while submitting the
copies of documents otherwise such documents shall not be considered /accepted for
evaluation.
1.14.5 Tender quoted for part item shall be rejected.
1.14.6 Tender other terms & conditions shall be as per standard form ‘A’ & ‘B’. It is to
add further wherever there is contradiction in tender specification with conditions of
standard form ‘A’ & ‘B’, the conditions of tender specification shall prevail.
1.14.7 In case, due date of opening happens to be a holiday , the tender shall be opened
on the next working day.
1.14.8 If Type and short circuit test are required to be conducted then same will be
conducted free of cost by bidder. In case bidder does not agree with the decision of
UPRVUNL then its bid will be rejected. If any thing anywhere in tender is written
contrary to above statement then same will be considered withdrawn.
1.14.9 Liquidated damage for short fall in performance and penalty for late delivery will
act separately.
1.14.10 Work indicated A5 in price bid is optional for UPRVUNL but it is mandatory on
the part of bidder to quote rate for this item also along with other items otherwise his bid
will be cancelled. The reason keeping it optional is given in unprice bid at note-(i).

PART-I (a)

FORM-A: GENERAL CONDITIONS FOR THE SUPPLY OF PLANT & THE


EXECUTION OF WORK.
e-Tender No. 383/EPD-I/ATPS/2019-20

FORM – A
General Conditions of contract for Supply of Plant and the Execution of works in the
U.P.R.V.U.N.L.
1.Definition of terms: -
In construing the General Condition and annexed Specification, the following words shall have
the meaning herein assigned to them unless there is anything in the subject or context inconsistent
with such construction.
The “Purchaser” shall mean the U.P.R.V.U.N.L. and shall include its successors and assigns.
The “Contractor” shall mean the Tenderer whose tender shall be accepted by the Purchaser and
shall include such Tenderer’s heirs, legal representatives, successors and assigns.
The “Sub-contractor” shall mean the person named in the Contract for any part of the work or any
person to whom any part of contract has been sublet with the consent in writing of the Engineer and
the heirs, legal representatives, successors and assigns of such person.
The “Engineer” shall mean the officer placing the order for the work with the Contractor and such
other officer as may be duly authorized and appointed in writing by the Purchaser to act as Engineer
for the purposes of the Contract and, in case no such officer has been so appointed, the Purchaser or
his duly authorized representative.
“Plant”, “Equipment”, “Material”, “Work”, or “Works” shall mean respectively the plant and
materials to be provided and work or works to be done by the Contractor under contract.
The “contract” shall mean and include the General Conditions, Specifications, Schedules,
Drawings, Form of Tender, Covering Letter, Schedule of Prices or final General Conditions,
Specifications and Drawings and the Agreement to be entered into under clause 3 of these General
Conditions.
The “Specification” shall mean the Specification annexed to these General Conditions and the
Schedules thereto (if any).
The “Site” shall mean the site of the proposed work as detailed in the Specification or any other
place in U.P.R.V.U.N.L. where work is to be executed under the contract.
“Test on Completion” shall mean such test as are prescribed by the Specification to be made by
the Contractor before the plant is taken over by the Purchaser.
“Commercial Use” shall mean that use of the work which the contract contemplates or of which it
is commercially capable.
“Month” shall mean calendar month.
“Writing” shall include any manuscript, type written or printed statement, under or over signature
or seal as the case may be.
Words importing persons shall include Firms, Companies, Corporations and other bodies whether
incorporated or not.
Words importing the singular only shall also include the plural and vice versa where the context
requires.
2. Contractor to inform himself fully: - The contractor shall be deemed to have carefully examined
The General Conditions, Specifications, Schedules and Drawings. If he shall have any doubt as to the
meaning of any portion of these General Conditions or of the specifications he shall, before signing
the contract, set forth the particulars thereof, and submit them to the Engineer in writing in order that
such doubt may be removed.
3. Contract: - A general agreement shall, if required by the Purchaser, be entered into between the
Purchaser and Contractor for the proper fulfillment of the Contract.
Further, if required by the Purchaser, the Contractor shall deposit with the Purchaser as security
for the due and faithful performance of the contract such sums not being less than one percent of the
total value of the Contract as may be fixed by the Purchaser either in cash or in any other form
approved by the Purchaser.
The charges in respect of vetting and execution of the Contract document shall be borne by the
Contractor. The contractor shall be furnished with an executed stamped counter part of the agreement.
The import license fee will, in each case, have to be paid by the contractor; import license may have
to be taken in Nigam’s name.
After the tender has been accepted by the Purchaser all orders or instructions to the Contractor shall,
except as herein otherwise provided, be given by the Engineer on behalf of the Purchaser.
e-Tender No. 383/EPD-I/ATPS/2019-20

4. Contract drawings: - The Contractor shall submit, in duplicate, to the Engineer for his approval,
drawings of the General Arrangement of the works to be carried out and such detailed drawings, other
than shop drawings, as may be reasonably necessary. Within fourteen days of the receipt of such
drawings the Engineer shall signify his approval or otherwise of the same, and in the event of his
disapproving the drawings, the contractor shall submit further drawing for approval.
Within a reasonable period of the notification by the Engineer to the contractor of his approval of
such drawings, three sets in ink on tracing cloth or Ferro Gallic prints mounted on the cloth, of the
drawings as approved shall be supplied to him by the Contractor and be signed by him and by the
contractor respectively and be thereafter deemed to be the “Contractor Drawings”.
These drawings when so signed shall become the property of the purchaser and be deposited with
the Engineer, and shall not be departed from in any way whatsoever except by the written permission
of the Engineer hereinafter provided, during the execution of the works, one of the sets of drawing
shall be available for reference on the site.
In the event of Contractor desiring to possess a signed set of drawings, he shall supply four sets
instead of three sets, and in this case the Engineer shall sign the fourth set and return the same to the
Contractor.
The Contractor, if required by the Engineer, shall supply in addition copies of any drawing other
than shop drawing which may reasonably be required for the purpose of the Contract and may make a
reasonable charge for such copies.
The Engineer, or his duly authorized representative, whose name shall have previously been
communicated in writing to the contractor, shall have the right, at all reasonable times, to inspect, at
the factory of Contractor, drawings of any portion of the work.
5. Mistakes in drawings:-The Contractor shall be responsible for and shall pay for any alternations of
the work due to any discrepancies, errors, or omission in the drawings or other particulars supplied by
him, whether such drawing or particulars have been approved by the Engineer or not, provided that if
such discrepancies, errors or omissions are due to inaccurate information or particulars furnished to
the Contractor by the Engineer, any alterations in the work necessitated by reasons of such inaccurate
information or particulars shall be paid by the purchaser.
If any dimensions figured upon a drawing or a plan differ from those obtained by scaling the
drawing or plan shall be taken as correct.
6. Sub letting of contract:-The Contractor shall not, without the consent in writing of the Engineer or
Purchaser, which shall not be unreasonably with held, assign or sublet his Contract, or any substantial
part thereof, other than for raw materials, for minor details, or for any part of the work of which the
makers are named in contract, provided that any such consent shall not relieve the contractor from
any obligation, duty or responsibility under the Contract.
7. Patent rights:- In the event of any claim or demand being made or action being brought against the
Purchaser for infringement or alleged infringement of Letters Patent, in respect of any machine, plant
work or thing used or supplied by the Contractor under this Contract or in respect of any method of
using or working by the Purchaser of such machine, plant, work or thing, the contractor will
indemnify the Purchaser against such claim or demand and all costs and expense arising from or
incurred by reasons of such claim or demand PROVIDED THAT the Purchaser shall notify the
Contractor immediately any claim is made and that the Contractor shall be at liberty, if he so desires,
with the assistance of the Purchaser, if required. But at the Contractor’s own expense, to conduct all
negotiations for the settlement of the same or any litigation that may arise there from and PROVIDED
THAT no such machine, plant work or thing shall be used by the Purchaser for any purpose or in any
manner other than that for which they have been supplied by the Contractor and specified under this
Contract.
8. Quality of materials:- The plant shall be manufactured and constructed in the best and most
substantial and most workmanlike manner and with materials of the best or of approved qualities for
their respective uses.
9. Packing:-The contractor shall be responsible for securely protecting and packing the plant so as to
avoid damage under normal conditions of transport.
10. Delivery:-The cost of delivering the whole material F.O.R. at the railway stations specified or on the
site as the Specification may define and the cost of packing and, unless otherwise agreed, important
duties and customs dues shall be borne by the Contractor.
e-Tender No. 383/EPD-I/ATPS/2019-20

11. Fencing and lighting for works other than transmission lines:-Except as hereinafter provided the
purchaser shall, unless otherwise specified, be responsible for the proper fencing, guarding lighting,
and watching of all works other than transmission lines comprised in the Contract and for the proper
provision of temporary roadways, footways, guards and fences of the work for accommodation and
protection of foot passengers or other traffic and of the owners and occupiers of adjacent property and
of the public.
For Transmission Lines:-The contractor shall at all time provide sufficient fencing, notice boards,
lights and watchmen to protect and warn the public and guard the work of transmission lines and in
case the Contractor fails to make such provisions or the provision made by him is considered by the
Purchaser to be inadequate, the Purchaser may make such provision or further provisions as he may
consider necessary and charge the cost thereof to the Contractor.
For all works:-If during the period of erection of a plant the contractor or his workmen or servants
shall injure or destroy any part of a building or other structure contiguous to the work in progress or if
any damage shall be caused from any cause whatsoever to other work whether in progress or
completed forming part of the work for which the plant is being installed or if any imperfections
become apparent in these works the causes of which imperfections are attributable to the contractor or
his workmen or servants, the Contractor shall make good such damages and imperfections and if he
fails to do so within a reasonable time, the Purchaser may cause the same to be made good and may
deduct the cost thereof from any sum that may then or at any time thereafter become due to the
Contractor or from his security deposit or the proceeds of sale thereof or of a sufficient portion thereof
or may recover it otherwise.
12. Power to vary or omit work:- No alterations, amendments, omissions, additions, suspensions or
variations of the work (hereinafter referred to as “Variations”) under the contract as shown by the
contract drawings or the Specification shall be made by the Engineer; but the Engineer shall have full
power, subject to the proviso hereinafter contained, from time to time during the execution of contract
by notice in writing to instruct the contractor to make such variations without prejudice to the
contract, and the contractor shall carry out such instructions, and he bound by the same conditions, as
for as applicable, as though the said variations occurred in the specification. If any suggested
variation would, in the opinion of the contractor, if carried out, prevent him from fulfilling any of his
obligations or guarantees under the contract, he shall notify the Engineer thereof in writing, and the
Engineer shall decide forthwith whether or not the same shall be carried out, and if the Engineer
confirms his instructions, the contractor’s obligations and guarantees shall be modify to such extent as
may be justified. The difference of cost, if any, occasioned by any such variations, shall be added to,
or deducted from, the Contract price as the case may require. The amount of such difference, if any
shall be ascertained and determined in accordance with the rates specified in the Schedules of price,
so far as the same may be applicable, and where the rates are not contained in the said Schedules, or
are not applicable they shall be settled by the Engineer and Contractor jointly, as far as possible,
before such variations are carried out: Provided that the Purchaser shall not become liable for the
payment of any charges in respect of any such variations, unless the instructions for the performance
of the same shall have been given in the writing by the Engineer.
In the event of the Engineer requiring any variations, such reasonable and proper notice shall be
given to the contractor as will enable him to make his arrangements accordingly, and in case where
goods or materials have already been prepared, or any designs, drawings or patterns have been made
or work done that require to be altered, the Engineer shall allow such compensation in respect thereof
as he shall consider reasonable.
Provided that no such variation shall, except with the consent in writing of the Contractor, be such
as will involve an increase or decrease of the total price payable under the contract by more than 10 %
thereof.
In every case in which the contractor shall receive instructions from the Engineer for carrying out
any work which either then or later will, in the opinion of the contractor shall, as soon as reasonably
possible after the receipt of such instructions, inform the engineer of such claim for additional
payment.
13. Negligence:- If the contractor shall neglect to execute the work with due diligence and expedition, or
shall refuse or neglect to comply with any reasonable orders given to him in writing by the Engineer
in connection with work, or shall contravene any provision of the contract, the purchaser may give
seven days notice in writing to contractor, to make good the failure, neglect or contravention
e-Tender No. 383/EPD-I/ATPS/2019-20

complained of, and if the Contractor shall fail to comply with the notice within a reasonable time
from the date of service thereof in the case of a failure, neglect or contravention capable of being
made good within that time, then and in such case the Purchaser shall be at liberty to employ other
workmen, and forthwith perform such work as the contractor may have neglected to do or if the
Purchaser shall think fit, it shall be lawful for him to take the work wholly, or in part, out of the
Contractor’s hand and give it to another person on contract at a reasonable price or provide any other
materials, tool, tackle or labour for the purpose of completing the work, or any part thereof, and in
that event the purchaser shall without being responsible to the Contractor for fair wear and tear as the
same, have the free use as all the materials, tools, tackle or other things which may be ob the site, for
use at any time in the Connection with the work to the exclusion of any right of the Contractor over
the same, and the Purchaser shall be entitled to retain and apply any balance which may be otherwise
due on the Contract by him to the Contractor or such part thereof as may be necessary to the payment
of the cost of the executing such work as aforesaid.
If the cost of executing the work as aforesaid shall exceed the balance due to the Contractor, and
the Contractor fails to make good the deficiency, the Purchaser may recover it from the Contractor in
any lawful manner or the Purchaser may sell the said materials, tools, tackle or other thing belonging
to the contractor, and the proceeds of such sale be applied towards the payment of such deficiency and
the cost of and incidental to such sale and any balance remaining after crediting the same shall be paid
to the Contractor on the certificate of the Engineer, provided that when all expenses, costs and charges
incurred in completion of the work are paid by the Contractor, all such materials, tools, tackle or other
things remaining unsold shall be removed by the contractor.
14. Deaths, Bankruptcy etc:-If the contractor, shall die or commit any act of Bankruptcy, or being a
Corporation commence to be wound up except for reconstruction purpose or carry on its business
under a receiver, the executors, successors or other representatives in law of the estate of the
Contractor or any such Receiver.
Liquidator, or any person in whom the Contract may become vested, shall forthwith give notice
thereof in writing to the Purchaser and shall for one month during which he shall take all reasonable
steps to prevent a stoppage of the works, have the option of carrying out the Contract subject to his or
their providing such guarantee as may be required by the Purchaser, but not exceeding the value of the
work, for the time being remaining unexecuted. In the event of stoppage of the works period of the
option under this clause shall be fourteen days only: Provided that, should be above option not the
exercised, the Contract may be determined by the Purchaser by notice in writing to the Contractor,
and the Purchaser may exercise the same power which he could exercise and will have the same rights
which he would have under the last preceding clause if the work had been taken out of the Contractors
hand under that clause.
15. Inspection and Testing:-The Engineer and his duly authorized representatives shall have, at all
reasonable times, access to the Contractor’s premise, and shall have the power, at reasonable times, to
inspect and examine the materials and workmanship of the plant during its manufacture there; and if
the part of the plant is being manufactured on the premises, the Contractor shall obtain for the
Engineer and for his duly authorized representative permission to inspect it as if the plant was
manufactured on Contactors now premise.
The Engineer shall, on giving seven day’s notice in the writing to the contractor setting out any
grounds of objections which he may have in respect of work, be at liberty to reject all or any plant or
workmanship connected with such work, which, in his opinion, are not in accordance with the
Contract or are, in his opinion defective for any reason whatever Provided that if such notice be not
sent to the Contractor within reasonable time after the grounds upon which such notice is based have
come to knowledge of the Engineer, he shall not be entitled to reject the said plant or workmanship on
such grounds. Unless specifically provided otherwise all test shall be made at the Contractor’s work
before shipment.
The contractor shall, if required, give the Engineer notice of any material being ready for testing,
and the Engineer or his said representative, if so desired, shall on giving 24 hour’s previous notice in
writing to the contractor, attend at contractor’s premises within seven days of the date on which the
material is notified as being ready; failing which visit the Contractor may proceed with the test, which
shall be deemed to have been made in Engineer’s presence and he shall forthwith forward to the
Engineer duly certified copies of the test in duplicate.
e-Tender No. 383/EPD-I/ATPS/2019-20

Test at contractor’s premises: - In all cases where the contractor provided test, whether at the
premises of the Contractor or of any sub-contractor, the contractor, except where otherwise specified,
shall provide, free of charge, such labour, materials, electricity, fuel, water, stores, apparatus, and
instruments as may reasonably be demanded to carry out efficiently such test of the plant in
accordance with the contractor and shall give facilities to the Engineer or his authorized representative
to accomplish such testing.
If special tests, other than those specified in the contract are required they shall be paid for by the
Purchasers as “variations” under clause12.
When the tests have been satisfactorily completed at the contractor’s works the Engineer shall
issue a certificate to that effect.
Test on site:- In all cases where the Contractor provides for tests on the site the Purchaser, except
where otherwise specified shall provide, free of charge, such labour, materials, electricity, fuel, water,
stores, apparatus and instruments as may be requisite from time to time and as may reasonably be
demanded, efficiently to carry out such tests of the plant or workmanship in accordance with the
Contract. In the case of the contractor required electricity for test on site such electricity shall be
supplied to the contractor in the most convenient form available.
16. Delivery of plant:- The plant or material shall not be forwarded until shipping/ dispatch instructions
shall have been given to the contractor.
Notification of delivery or dispatch in regard to each and every consignment shall be made to the
purchaser immediately after dispatch or delivery. The supplier shall further supply to the consignee a
priced invoice and packing account of all store delivered or dispatch by him. All packages, containers,
bundles and loose materials forming part of each and every consignment shall be described in full in
the packing account, and full details of the contents of packages and quantity of materials shall be
given to enable the consignee to check the store on arrival at destination.
17. Access to site and work on site:-Suitable access to and possession of the site shall be afforded to the
contractor by the purchaser in reasonable time, and the purchaser shall have any foundations to be
provided by him ready when required by the contractor. Where a crane is available, its safe lifting a
capacity shall be stated in the specification, and it shall be available for free use of the contractor until
the plant is taken over.
Only applicable to complete erection contractions:- The work, so far it is carried out on the
Purchaser’s premises, shall be carried out at such time as the purchaser may approve, and so as not to
interfere unnecessarily with the conduct of the purchaser’s business, but the purchaser shall give the
contractor all reasonable facilities for carrying out the work.
No person other than the contractor, Sub-contractors and workmen and the contractor’s duly
authorized agents shall, except with the special permission in writing, of the Engineer or his
representative, be allowed to do any work on the site in connection with the erection of the work but
access to the works shall at all times be accorded to the Engineer and his representatives and other
authorized officials or representatives of the purchaser.
The contractor shall permit the execution of work by other contractors or tradesmen whose names
shall have been previously communicated in writing to the contractor by the Engineer, and afford
them every facility for the execution of their several works simultaneously with his own.
The purchaser shall provide all the unskilled labour and facilities necessary for the execution of
work included in the contractor unless otherwise specified.
18. Engineer’s Supervision:-All the work shall be carried out under the direction and to the reasonable
satisfaction of the Engineer. If supervision of erection or complete erection is included in the contract,
the contractor shall be responsible for the correctness of the positions, levels and dimension of the
work according to the drawings, notwithstanding that he may have been assisted by the Engineer in
setting out the same.
19. Engineer’s Decisions:- In respect of all matter, which are left to the decision of the Engineer,
including the granting or withholding of certificates, the Engineer shall, if required to do by the
contractor, give in the writing a decision thereon and his reasons for such decision. If the decision is
not accepted by the contractor the matter will, at the request of the contractor, be referred to
arbitration under the provision for arbitration hereinafter contained, but subject to this right of
reference to arbitration such decision shall be final and binding on the contractor.
20. Contractor’s representative and workmen:-If the supervision of the erection or complete erection
is also included in the contract, the contractor shall employ at least one competent representative,
e-Tender No. 383/EPD-I/ATPS/2019-20

whose name or names shall have previously been communicated in writing to the Engineer by the
contractor, to superintend the erection of plant and the carrying out of the works. The said
representative, or if more than one shall be employed, then one of such representatives shall be
present on the site during working hours, and any written orders or instructions which the Engineer or
his duly authorized representative whose name shall have been previously communicated in writing
to the contractor may give to the said representative of the contractor shall be deemed to have been
given to the contractor.
The engineer shall be at liberty to object to any representative or person employed by the
contractor in the execution of or otherwise about the works who shall in his opinion misconduct
himself or be incompetent or negligent, and the contractor shall remove the person so object to upon
receipt from the Engineer of notice in writing requiring him so to do, and shall provide in his place a
complete representative at the contactors expense.
The purchaser shall provide suitable living accommodation on the site for the use of contractor’s
representative unless the contractor exempts him from this liability.

21. Liability for accident and damage:-The contractor shall be responsible for loss, damage or
depreciation of the plant until the same is taken over under clause 35 or is deemed under that clause to
have been taken over: Provided ALWAYS that the contractor shall not be responsible for any such
loss, damage and depreciation occurring during such period that plant is operated by the purchaser’s
staff prior to being taken over in accordance with clause 35.
Until the plant is taken over or deemed to have been taken over as aforesaid, the contractor shall
also be liable for and shall indemnify the purchaser in respect of all injury to the contractor or his
workmen or sub-contractor or from defective design, or work, but not from any other cause.
Provide that the contractor shall not be liable for any loss of profit or loss of contractor or any
other claim made against the purchaser not already provided for in the contract, nor for any injury or
damage caused by or arising from the acts of the purchaser or of any other person or due to
circumstances over which the contractor has no control, nor shall his total liability for loss, damage or
injury under this clause exceed the total value of the contract.
The contractor will indemnify and save harmless the purchaser against all actions, suits, claims,
demands, costs, or expenses arising in connection with injuries (Other than as may be attributable to
the purchaser or his employees suffered prior to the date when the plant shall have been taken over
under clause 35 hereof, by persons employed by the contractor or his sub-contractor on the works,
whether at common law or under the workmen’s compensation Act, 1923, or any other statute in force
at the date of contract relating to the question of the liability of employers for injuries suffered by
employees, and will, if called up to do so, taken out the necessary policy or polices of insurance to
cover such indemnity.
Only applicable to complete erection contract:-In the event of any claim being made, or action
brought against the purchaser involving the contractor and arising out of the maters referred to and in
respect of which the contractor is liable under this clause, the contractor, shall be immediately notified
thereof, and he shall, with the assistance, if he so requires, of the purchaser, but at the sole expense of
the contractor, conduct all negotiations for the settlement of the same or any litigation that may arise
there from. In such case, the purchaser, shall, at the request and expense of the contractor, afford all
reasonable and available assistance for any such purpose.
22. Insurance:-The contractor shall insure the plant and shall keep it insured against loss by theft.
Destruction or damage by fire, flood, undue exposure to the weather, or through riot, civil
commotion, war or rebellion, for the full value of the plant is taken over under clause 35. This
insurance shall also cover loss by theft on site in the case of contractors the where is responsible for
complete erection, but not in other cases.
23. Replacement of defective plant or materials:-If during the progress of the work the Engineer shall
decide and notify in the writing to the contractor that the contractor has executed any unsound or
imperfect work, or has supplied any plant inferior in the quality to that specified, the contractor, on
receiving details of such defects or deficiency, shall at his own expense, within such time as may be
reasonably necessary for making it good, proceed to alter, reconstruct or remove such work, or supply
fresh materials up to standard of the specification, and in case the contractor shall fail to do so the
purchaser may, on giving the contractor seven days notice in writing of his intention so to do, proceed
to remove the work complained of and at the cost of the contractor perform all such work or supply
e-Tender No. 383/EPD-I/ATPS/2019-20

all such materials, provided that nothing in this clause shall be deemed to deprive the purchaser of or
affect any right under the contract which he may otherwise have in respect of such defects or
deficiencies.
24. Deduction from contract price:-All the cost damages or expenses, which the purchaser may have
paid, for which under the contract the contractor is liable, may be deduct from purchaser from any
moneys due or which may become due by him to the contractor under the contract, or may be
recovered by suit or otherwise from the contractor. Any sum of money due and payable to the
contractor (including security deposit returnable to him under this contract) may be appropriated by
the purchaser and set off against any claim of the purchaser for the payment of a sum of money
arising out of or under any other contract made by the contractor with the purchaser.
25.Terms of Payment:-
1.Subject to any deduction which the purchaser may be authorized to make under the contract, or subject
to any additions or deductions provided for under clause 12 the contractor shall be entitled to
payments as follows.
a. Eighty percent of the F.O.R. contract value of the plant in rupees on receipt by the purchaser of the
contractor’s invoice giving the number and date of the railway receipt covering the dispatch of the
plant from the Indian port and of the advice note giving case number and contents, together with a
certificate by the contractor to the effect that the plant detailed in the said advice not has actually been
dispatched under the said railway receipt and that contract value of the said plant so dispatched is not
less than the amount entered in the invoice.
b. Ten percent of the F.O.R. contract value of the plant on satisfactory completion of test and taking
over the plant.
c. Ten percent of the F.O.R. contract value of the plant at the end of twelve months from the date of
taking over.
d. For the erection of the plant, in proportion of the progress of the work on the receipt by the purchaser
of the monthly invoices submitted by the contractor supported by the certificates of the Engineer.
2. If at the time at which either of the installments due under sub clause (b) and (c) of clause (1) hereof
becomes payable there are minor defects in the plant which are not of such importance as to affect the
full commercial use of the plant, then the purchaser shall be entitled to retain only such part of the
installment then due as represents the cost of making good such minor defects and any sum so
retained shall, subject to the provisions of clause 36, become due upon such minor defects being made
good.
3. If the purchaser desires that the plant or any portion should not be dispatched by the contractor when
it is due for dispatch, the contractor shall store such plant or portion at his works and be responsible
for all risks. For such storage the purchaser shall pay to the contractor at a rate to be mutually agreed
upon between the parties, but not exceeding 5 s (five shilling) per ton per week payable quarterly plus
interest at one percent per annum above the current rate of the State Bank of India on 80 percent of
the contract value of the plant or portion thereof so stored, for the period from the date on which the
said plant or portion becomes due and is ready for shipment up to the date on which it is actually
shipped.
25A. In the event of the Supplier/ Contractor/ Company not being able to supply the materials or to carry
out the works in accordance with the terms of this contract, the Board/ Purchaser/ Owner shall have
the right to recovered any sum advanced in accordance with the clause 25 from the Supplier/
Contractor/ Company and from his/ its assets.
26. Provisional sums:-In any case where the contractor price include a provisional sum to be provided by
the contractor for meeting the expenses of extra work or for work to be done or materials to be
supplied by a sub-contractor, such sum shall be expended or used, either wholly or in part, or be not
used, at the discretion of the Engineer and entirely as he may decide and direct. If no part or only a
part thereof be used then the whole or the part not used, as the case may be, shall be deducted from
the contract price. If the sum used is more than such provisional sum the contractor shall pay the
excess. In the case of materials supplied or work done by a sub-contractor, the total of the net sums
paid to the sub-contractor on account of such materials or work and a sum equal to 10 percent of such
net sum allowed as contractor’s profit shall be deemed to be the sum used. None of the works or
articles to which such sum of money refers shall be done or purchased with-out the written order of
the Engineer. The contractor shall allow the sub-contract every facility for the supply of the materials
or execution of their several works simultaneously with his own, and shall, within fourteen days after
e-Tender No. 383/EPD-I/ATPS/2019-20

the Engineer has requested him in writing so to do, pay the dues of such sub-contractors on account of
such materials or works: PROVIDED ALWAYS that the contractor shall have no responsibility with
regard to such works or articles unless he shall have previously approved the sub-contract and/ or the
materials or plant to be supplied.
27. Certificate of Engineer:-Every application to the Engineer for a certificate must be accompanied by
a detailed invoice (in duplicate) setting forth in the order of the Schedule of prices, particulars of the
plant supplied and the certificate as to such plant as in the reasonable with the contractor shall be
issued within fourteen days of the application for the same as is reasonably necessary or
communication with the site.
The Engineer may, by any certificate, make any correction or modification in any previous
certificate which shall have been issued by him and payment shall be regulated and adjusted
accordingly.
28. Due date of payment:-Payment shall be due and payable by the purchaser in accordance with the
provision of clause 25 hereof at end of the month following that in which invoices for the amounts
due together with necessary documents are received by the purchaser shall not be bound to make any
payment under sub-clause (a) of clause 25 unless the amount of such payment represents at least 8
percent of the total contract value of the plant.
29.Certificate not to effect rights of the purchaser or contractor:-
1. No certificate of the Engineer on account, nor any sum paid on account by the purchaser, nor any
extension of time granted under clause 31 shall affect or prejudice the right of the purchaser, against
the contractor, either under this Agreement or under the law, or relive the contractor of his obligation
for the due performance of the contract, or be interpreted as approval of the work or of the material
supplied.
2. No certificate of Engineer shall create liability in the purchaser to pay for any alteration, amendments,
variations or additions not ordered in the writing by the Engineer, or absolve the contractor of his
liability for the payment of damages whether due, ascertained or certified or not or of any sum against
the payment of which he is bound to indemnify the purchaser, nor shall any such certificate nor the
acceptance by him of any sum paid on account or otherwise affect or prejudice the right of the
contractor against the purchaser, under this agreement or under the law.
30. Suspension of works:-The purchaser shall pay to the contractor all reasonable expenses, incurred by
the contractor by reason of suspension of the work or delay in shipment by order in writing of the
purchaser or the Engineer unless such suspension or delay shall be due to some default on the part of
contractor or sub- contractor.
31. Extension of time for completion:-The time given to the contractor for dispatch, delivery, erection
or completion as the case may be shall be reckoned from the date of receipt by the contractor of the
order, together with all necessary information and drawings, to enable the work to be put in hand.
In all cases in which progress shall be delayed by strikes, lockouts, fire accidents, defective materials,
delays in approval of drawings or any cause whatsoever beyond the reasonable control of the
contractor, and whether such delay or impediment shall occur before or after the time or extension of
time shall be granted.
32. Price reduction clause:-If the contractor shall fail in the due performance of his contract within the
time fixed by the contract or any extension thereof the contractor agrees to accept a reduction of the
contract price by half percent per week reckoned on the contract value of such portion only of the
plant as cannot in consequence of the delay be used commercially and efficiently during each week
between the appointed or extended time as the case may be and the actual time of acceptance under
clause 35, and such reduction shall be in full satisfaction of the contractor’s liability for delay, but
shall not in any case exceed 10 percent of the contract value of such portion of the plant.
33. Test on completion:-Whenever possible all test shall be carried out before shipment, should,
however, it be necessary for the final test as to performance and guarantees to be held over until the
plant is erected at site, they shall be carried out in the presence of the contractor’s representative
within one month of the completion of erection. If the result of these tests shall not come within the
margin specified, the tests shall, if required, be repeated within one month from the date, the plant is
ready for re-test and the contractor shall re-pay to the purchaser all reasonable expenses to which he
may be put by such tests.
34. Rejection of defective plant:-If the completed plant or any portion thereof before it is taken over
under clause 35, be found to be defective, or fails to fulfill the requirements of the contract, the
e-Tender No. 383/EPD-I/ATPS/2019-20

Engineer shall give the contractor notice setting forth particulars of such defects or failure, and the
contractor shall forthwith make the defect good, or alter the same to make it comply with the
requirements of the contract. If the contractor fails to do so within a reasonable time the purchaser
may reject and replace, at the cost of the contractor, the whole or any portion of the plant, as the case
may be, which is defective or fails to fulfill the requirement of the contract. Such replacement shall be
carried out by the purchaser within a reasonable time and at a reasonable price, and where reasonably
possible to the same specification and under competitive conditions. In case of such replacement by
the purchaser the contractor shall be liable to pay to the purchaser the extra cost, if any, of such
contract, such extra cost being the ascertained difference between the price paid by the purchaser,
under the provisions abovementioned, for such replacement and the contract price for the plant, so
replaced. And also to repay any sum paid by the purchaser to the contractor, in respect of such
defective plant. If the purchaser does not so replace the rejected plant within a reasonable time, the
contractor shall be liable only to repay to the purchaser all moneys paid by the purchaser to him in
respect of such plant.
In the event of such rejection, the purchaser shall be entitled to the use of the plant in a reasonable
and proper manner for a time reasonably sufficient to enable him to obtain other replacement plant.
During the period the rejected plant is used commercially the contractor shall be entitled to a
reasonable sum as payment for such use.
35. Taking over:-Where the specification calls for the performance tests before shipment and these have
been successfully carried out, the plant shall be accepted and taken over when it has been
satisfactorily put into operation, whichever shall be the earlier and the Engineer shall forthwith issue a
Taking over certificate. In the event of final or any outstanding tests being held over until the plant is
erected, such taking over certificate shall be issued subject to the results of such final or outstanding
tests shall be carried out in accordance with clause 33.
When the specification calls for tests on site the plant shall be taken over and the Taking-over
certificate issued immediately after such tests have been satisfactorily carried out.
If for any reason other than the default of the contractor such last mentioned tests on site shall not
be carried out within one month of notice by the contractor to be purchaser of the plant being ready
for test the plant shall be deemed to have been taken over as on the last day of such period and
payment due to the contractor on taking over shall be made, but nevertheless the contractor shall if
called upon so to do by the purchaser, but at the purchaser’s expense make the said test during the
maintenance period and accept as aforesaid under the same obligations as specified in clause 33.
The Engineer shall not delay the issue of any Taking over certificate contemplated by this clause
on account of minor deficiencies of material or defects in the plant which do not materially affect the
commercial use thereof provided that the contractor shall undertake to make good the same in due
course.
36. Maintenance:-For a period of 12(twelve) calendar months commencing from the date on which the
plant is taken over is deemed to have been taken over under clause 35 (called “the Maintenance
period”), the contractor shall remain liable to replace any defective parts that may develop in plant of
his own manufacture or those of his sub-contractors approved under proper clause 6 under conditions
provided for by the contract under proper use and arising solely from faulty design, materials or
workmanship : Provided Always that such defective parts as are not repairable at site and are not
essential in the meantime to the maintenance in commercials use of the plant, the promptly returned
to the contractor’s works at the expense of the contractor unless otherwise arranged.
If it become necessary for the contractor to replace or renew any defective parts of the plant under
this clause, the provision of the first paragraph of this clause shall apply to the parts of the plant so
replaced or renewed until the expiration of six months from the date of such replacement or renewal
or until the end of the above mentioned period of twelve months, which ever may be latter.
If any defect be not remedied within a reasonable time, the purchaser may proceed to do the work at
the contractor’s risk and expense, by without prejudice to any other rights which the purchaser may
have against the contractor in respect of such defects.
The repaired or new parts will be delivered on accordance with clause 10. The contractor shall
bear reasonable cost of minor repairs carried out on his behalf at site.
At the end of the Maintenance period the contractor’s liability shall cease. In respect of goods not
covered by the first paragraph of this clause, the purchaser shall be entitled to the benefit of any
guarantee given to the contractor by the original supplier or manufacturer of such goods.
e-Tender No. 383/EPD-I/ATPS/2019-20

37. Regulation of local authorities:-The purchaser shall, throughout the continuance of the contractor
and in respect of all matters arising in the performance thereof, serve all notices and obtain all
consents, way leaves, approval, and permission required in connection with regulations and by-laws
of any local or other authority which shall be applicable to the works.
All works shall be executed in accordance with the Indian Electricity Rules, 1956, and any
statutory modifications thereof, wherever are applicable, unless otherwise agreed to in writing by the
Engineer.
38. Arbitration:-If at any time any dispute or difference or controversy shall at any time rise between the
contractor on the one hand and the U.P. State Electricity Board and the Engineer of the contract or the
other touching the contract, or as to the true construction, meaning and intent or any part or condition
of, or payment for the same, or as to the true intent, meaning, interpretation, construction or effect of
the clauses of the contract, specifications or drawings or any of them, or as to anything to be done
committed or suffered in pursuance of the contract or specifications or as to the mode of carrying the
contract into effect, or as to the breach of alleged breach, or as to obviating or compensating for the
commission of such breach, or as to any other matter or thing, whatsoever connected with or arising
out the contract, and whether before or during the progress or dispute shall be referred for
adjudication to the chairman, U.P.V.U.N.L. or to any other person nominated by him in his behalf and
his decision in writing shall be final, binding and conclusive. The submission shall be the Indian
Arbitrator Act, 1940 or any statuary modification thereof. The arbitrator may from time to time with
consent of the parties enlarge the time for marking and publishing the award.
Upon every or any such reference, the costs of, an incidental to, the reference and award
respectively shall be competent to determine the amount thereof or direct the same to be taxed as
between solicitor and client or as between party and to direct by whom and to whom and in what
manner the same shall be borne and paid.
Work under the contract shall, if reasonably possible, continue during the arbitration proceedings,
and no payment due or payable by the Nigam shall be withheld on account of such proceedings.
39. Construction of contract:-The contract shall in all respect be construed and operate as a contract as
defined in the contract Act, 1872 and all payments there under shall be made in rupees unless
otherwise specified.
40. Marginal notes:-The marginal note to any clause of this contract shall not affect or control the
construction of such clause.
EXECUTIVE ENGINEER

PART-I (b)

FORM-B: GENERAL CONDITIONS FOR THE SUPPLY OF PLANT & THE


EXECUTION OF WORK. FORM - B
(See paragraph 60 of Chapter 1)
GENERAL CONDITIONS OF CONTRACT FOR THE SUPPLY OF PLANT AND MACHINERY FOR WORKPERTAINING
TO THE U.P. RAJYA VIDYUT UTPADAN NIGAM LTD.

1. DEFINITION OF TERMS: In construing these general conditions and the annexed specification, the following
words shall have the meaning herein assigned to them unless there is anything in the subject or context
inconsistent with such construction.
e-Tender No. 383/EPD-I/ATPS/2019-20

The Purchaser shall mean the U.P. Rajya Vidyut Utpadan Nigam Ltd. and shall include its successor and
assigns.
The Contractor shall mean the tenderer whose tender shall be accepted by the purchaser and shall include
such tenderer heirs legal representatives, successors and assigns.
The Sub-Contractor shall mean the person named in the Contract for any part of the work or any person to
whom any part of the contract has been sublet with the consent in writing of the Engineer and the heirs,
legal representative, successors and assigns of such person.
The Engineer shall mean the officer placing the order for the work with the contractor and such other
officer as may be duly authorized and appointed in writing by the purchaser to act the Engineer for the
purposes of the Contract and in case where no such officer has been so appointed, the purchaser or his duly
authorised representative.
The Plants shall mean the plant and materials to be provided by the contractor under the contract.
The Contract shall mean and include the general conditions, specifications, schedules drawings, form of
tender covering letter, schedule of prices or the final general conditions, specifications and drawings and
the Agreement to be entered into under clause 3 of these general conditions.
The Specification shall mean the specifications annexed to these general conditions and the schedule there to
(if arty).
The Site shall mean the site of the proposed work as detailed in the specification or any other place in Uttar
Pradesh where work is to be executed under the contract.
The Month shall mean calendar month.
The Writing shall include any manuscript, type written or printed statement under or over signature or seal,
as the case may be.
Words importing person shall include firms, companies, corporations and other bodies whether
incorporated or not.
Words importing the singular only shall also include the plural and vice versa where the context requires.
2. CONTRACTOR TO INFORM HIMSELF FULLY:
The contractor shall be deemed to have carefully examined the general conditions, specifications, schedules
and drawing if he shall have any doubt as to the meaning of any portion of these general conditions or of
the specifications he shall, before signing the contract set forth the particulars thereof and submit them to
the Engineer in writing in order that such doubt be removed.
3. CONTRACTOR: A formal agreement shall if required by the purchaser be entered into between the
purchaser and the contractor for the proper fulfilment of the contract. Further, if required by the purchaser,
the contractor shall deposit with the purchaser, as security for the due and the faithful performance of the
contract such sum not being less than one percent of the total value of the contract as may be fixed by the
purchaser either in cash or any other form approved by the purchaser by the security deposit shall be
refunded to the contractor on the delivery and check of the plant at the site of the work.
The changes in respect of vetting and execution of the contract document shall be borne by the contractor.
The contractor shall be furnished with an executed stamped counterpart of the agreement. After the tender
has been accepted by the purchaser all orders or instructions to the contractor shall, except as herein
otherwise provided be given by the Engineer on behalf of the purchaser.
4. CONTRACT DRAWING: The contractor shall submit in duplicate to the Engineer for his approval,
drawings of the general arrangement of the plant to be provided and such detailed drawings, other than shop
drawing, as may be reasonably necessary.
Within fourteen days of the receipt of such drawings the Engineer shall signify his approval or otherwise of
the same, and in the event of disapproving the drawing, the contractor shall submit further drawing for
approval.
Within a reasonable period of the notification by the Engineer to the Contractor of his approval of such
drawings in three sets, in ink on tracing cloth or ferrogallic prints mounted on cloth of the drawings as
approval shall be supplied to him by the contractor and be signed by him and by the contractor, respectively
and be thereafter deemed to be the "Contract Drawings".
e-Tender No. 383/EPD-I/ATPS/2019-20

These drawings when so signed shall become the property of the purchaser and be deposited with the
Engineer and shall not be departed form in any way whatsoever except by the written permission of the
Engineer as hereinafter provided.
In the event of contractor desiring to possess a signed set of drawings he shall supply four sets instead of
three sets, and in this case the Engineer shall sign the fourth set and return the same to the contractor.
The contractor, if required by the Engineer, shall supply in addition copy of any drawings other than shop
drawings which may reasonably be required for the purpose of the contract and may make a reasonable
charge for such copies.
The Engineer or his duly, authorized representative whose name shall have previously been communicated
in writing to the contractor shall have the right at all reasonable times, to inspect, at the factory of the
contractor, drawings of any portion of the plant.
5. MISTAKES IN DRAWINGS: The contractor shall be responsible for and shall pay for any alterations of
the plant due to any discrepancies, errors or omissions in the drawings or other particulars, supplied by him,
whether such drawings or particulars have been approved by the Engineer or not, provided that if such
discrepancies, errors or omissions are due to inaccurate information or particulars furnished to the
contractor by the Engineer any alternations in the plant necessitated by reasons of such inaccurate
information or particulars shall be paid for by the purchaser.
If any dimensions figured upon a drawing or a plan differ from those obtained by scaling the drawing or
plan the dimensions as figured upon the drawing or plan shall be taken as correct.
6. SUBLETTING OF CONTRACTOR: The contractor shall not, without the consent in writing of the
Engineer or purchaser, which shall not be unreasonably with held assign or sublet his contract, or any
substantial part there of other than for raw materials, for minor details or for any part of the plant, of which
the makers are named in the contract provided that any such consent shall not relieve the contract from any
obligation duty or responsibility under the contract.
7. PATENT RIGHTS: In the event of any claim or demand being made or action being brought against the
purchaser for infringement or alleged infringement of letters patent, in respect of any machine, plant or
thing used or supplied by the contractor under this contract or in respect of any method of using or working
by the purchaser of such machine, plant or thing, the contractor will indemnify the purchaser against such
claim or demand and all costs and expenses arising from or incurred by reason of such claim or demand
PROVIDED THAT the purchaser shall notify the contractor immediately any claim is made and that the
contractor shall be at liberty if he so desires, with the assistance of the- purchaser, if required but all
contractors, own expense, to conduct all negotiations for the settlement of the same or any litigation that
may arise there from and PROVIDED THAT no such machine, plant or thing shall be used by the
purchaser for any purpose or in any manner other than that for which they have been supplied by the
contractor and specified under this contract.
8. QUALITY OF MATERIALS: The plant shall be manufactured and constructed in the best and most
substantial and most work manlike manner and with materials of the best or approved quantities for their
respective uses.
9. PACKING: The contractor shall be responsible for security, protecting and packing the plant so as to avoid
damage under normal conditions of transport.
10. DELIVERY AND IMPORT LICENCE FEE : The cost of delivering the whole of the material F.O.R. at the
railway stations specified shall be borne by the contractor. The Import Licence Fee for the import of
equipment or component parts of raw materials if required, shall be paid by the contractor even when the
Import Licence may have to be taken in the name of the purchaser.
11. POWER TO VARY OR OMIT WORK : No alterations amendments, omissions, additions suspensions or
variations of the plant (hereinafter referred to as Variations) under the contract as shown by the contract
drawings of the specification shall be made by the contractor except as directed in writing by the Engineer,
but the Engineer shall have fully power, subject to provision hereinafter contained, from time to time during
the execution of the contract by notice in writing to instruct the contractor to make such variations.: without
prejudice to the contract and the contractor shall make such variations, and be bound by the same conditions
as for as applicable, as through the said variations, occurred in the specification. If any suggested variations
would, in the opinion of the contractor, if carried out, prevent him from fulfilling any of his obligations or
guarantees under the contract, he shall notify the Engineer thereof in writing and the Engineer shall decide
forthwith whether or not the same shall be carried out, and if the Engineer confirms his instructions, the
e-Tender No. 383/EPD-I/ATPS/2019-20

contractor's obligations and guarantees shall be modified to such an extent as may be justified. The
difference of cost if any, occasioned by any such variations shall be added to or deducted from the contract
price as the case may require. The amount of such difference, if any shall be ascertained and determined in
accordance with the rates specified in the schedule of prices so far as the same may be applicable and where
the rates are not contained in the said schedules, are not applicable they shall be settled by the Engineer and
contractor, jointly as far as possible, before such variations are carried out, provided that the purchaser shall
not become liable for the payment of any charge in respect of any such variations, unless the instruction,
performance of the same shall have been given in writing by the Engineer.
In the event of Engineer requiring any variations such reasonable and proper notice shall be given to the
contractor as will enable him to make his arrangements accordingly, and in case where goods or materials
have already been prepared, or any design, drawings or patterns have been made or work done that required
to be altered. The Engineer shall allow such compensation in respect thereof as he shall consider
reasonable.
Provided that no such variations shall except with the consent in writing of the contractor be such as will
include an increase or decrease of the total price payable under the contract by more than 10 percent
thereof.
In every case in which the contractor shall receive instruction from the Engineer for carrying out any work
which either than or later, will in the opinion of the contractor, involve a claim for additional payment, the
contractor shall as soon as reasonably possible after the receipt of such instructions inform the Engineer of
such claim for additional payment.
12. NEGLIGENCE: If the contractor shall neglect to manufacture or supply the plant with due negligence and
expedition or shall refuse or neglect to comply with any reasonable orders given to him in writing by the
Engineer in connection with the manufacture or supply, or shall contravene any provision of the contract
the purchaser may give seven days notice in writing to the contractor, to make good the failure, neglect or
contravention complained of, and if the contractor shall fail to comply with the notice within a reasonable
time from the date of service thereof in the case of a failure neglect of contravention capable of being made
good within that time then and in such case if the purchaser shall think it, shall be lawful for him to take the
manufacture or supply of plant wholly or in part, out of the contractor's hand and give it to another person
on contract at a reasonable price and if the purchaser shall be entitled to retain and apply any balance which
may be otherwise due on the contract by him to the contractor or such part thereof as may be necessary for
the payment of the cost of manufacture or supply of such plant as aforesaid.
13. DEATHS/BANKRUPTCY ETC: If the contractor shall die or commit any act of bankruptcy or being a
corporation commence to be wound up except for reconstruction purposes or carry on its business under a
Receiver, the executors successors or other representatives in law of the estate of the contractor or any such
Receiver, liquidator or any person in whom the contract may become vested shall forthwith give notice
thereof in writing to the purchaser and shall for one month during which he shall take all reasonable steps to
prevent a stoppage of the manufacture of plant have the option of carrying out the contract subject to his or
their providing such guarantee as may be required by the purchaser, but not exceeding the value of the plant
for the time being remaining unexecuted in the event of stoppage of the manufacture of the plant the period
of the option under this clause shall be fourteen days only provided that should the above option not
be exercised the contract may be determined by the purchaser by notice in writing to the contractor and the
purchaser may exercise the same power which he could exercise and will have the same rights which he
would have under the last proceeding clause if the work had been taken out of the contractor's hands under
that clause.
14. INSPECTING AND TESTING: The Engineer, and his duly authorized representatives shall have at all
reasonable times access to the contractors premises, and shall have the power at all reasonable times to
inspect and examine the materials and workmanship of the plant during its manufacture there, and if part of
the plant is being manufactured on other premises, the contractor shall obtain for the Engineer and for his
duly authorized representatives permission to inspect it, as if the plant was manufactured on the Contractor's
own premises.
The Engineer shall, on giving seven days notice in writing to the Contractor setting out any grounds of
objections which he may have in respect of the work, be at liberty to reject all or any plant or workmanship
connected with such work which, in his opinion, are not in accordance with the contract, or are in his
opinion, defective for any reason whatsoever provided that, if such notice be not sent to the contractor
within reasonable time after, the grounds upon which such notice is based have come to the knowledge of
e-Tender No. 383/EPD-I/ATPS/2019-20

the Engineer he shall not be entitled to reject the said plant or workmanship on such grounds, unless
specially provided otherwise all tests shall be made at contractor's works before shipment.
The contractor shall, if required, give notice to the Engineer of any materials being ready for testing and the
Engineer or his said representative. If so desired, shall on giving twenty-four hours previous notice in
writing to the Contractor to attend at the Contractor's premises within seven days of the date on which the
material is notified as being ready, failing which visit the contractor may proceed with the test which shall
be deemed to have been made in Engineer's presence and he shall forthwith forward to the Engineer duly
certified copies of the test in duplicate.
Test at Contractor's Premises: In all cases where the contractor provides for test, whether at the premises of
the contractor or of any sub-contractor, the contractor, except where otherwise specified shall provide free
of charge, such labour, material, electricity, fuel, water, stores apparatus and instruments as may reasonably
be demanded to carry out efficiently such test of the plant in accordance with the contractor and shall give
facilities to the Engineer or to his authorized representative to accomplish such testing.
If special test other than those specified in the contract are required they shall be paid for by purchaser as
variations under clause 11.
When the tests have been satisfactory completed at the contractor's works, the Engineer shall issue a
certificate to that effect.
Test of Site : In all cases where the contract provide for test on the site, the purchaser, except otherwise
specified, shall provide free of charge such labour, material electricity, fuel, water, stores apparatus and
instruments as may be requisite from time to time and as may reasonably be demanded efficiently to carry
out such tests of the plant of workmanship in accordance with the contract.
In the case of contractor requiring electricity for test on site such electricity shall be supplied to the
contractor in the most convenient from available.
15. DELIVERY OF PLANT: The plant or material shall not be forwarded until shipping dispatch instruction
have been given to the contractor. Notification of delivery or dispatch in regard to each and every
consignment shall be made to the purchaser immediately after dispatch or delivery. The supplier shall
further supply to the consignee a priced invoice and packing account of all stores delivered or dispatched by
him. All packages, containers, bundles and loose materials forming part of each and every consignment
shall be described fully in the packing account and full details of the contents of packages and quantity of
material shall be given to enable the consignee to check the stores on arrival at destination.
16. ENGINEER'S SUPERVISION: The manufacture and supply of plant shall be carried out under the
direction and to reasonable satisfaction of the Engineer.
17. ENGINEER'S DECISION: In respect of all matters which are left to the decision of the Engineer, including
the granting or with holding certificates the Engineer shall, if required so to do by the contractor give in
writing a decision thereon and his reasons for such decision. If the decision is not accepted by the
Contractor, the matter shall at the request of the contractor, be referred to arbitration under the provision for
arbitration hereinafter contained, but subject to the right of reference to arbitration, such decision, shall be
final and binding on the contractor.
18. LIABILITY FOR ACCIDENT AND DAMAGE: The Contractor shall be responsible for loss, damage or
depreciation to goods upto delivery at site.
19. REPLACEMENT OF DEFECTIVE PLANT OR MATERIALS : If during the progress of manufacture of
supply or plant the Engineer shall decide and notify in writing to the contractor that the contractor has
manufactured any plant or part of plant unsound or imperfect or has supplied any part inferior in quality to
that specified, the contractor on receiving details of such defects or deficiency shall at his own expense
within such time as may be reasonably necessary for the purpose proceed to alter, reconstruct or remove
such plant or part of plant, supply fresh materials upto the standard of the specification and in case the
contractor shall fail so to do the purchaser may, on giving the contractor seven days notice in writing of his
intention so to do proceed alter, reconstruct or remove such plant or part of plant or supply all such
materials at the Contractor's cost, provided that nothing in this clause shall be deemed to deprive the
purchaser of or afect any rights under the contract which he may otherwise have in respect of such defects
or deficiencies.
20. DEDUCTION FROM CONTRACT PRICE: All costs, damages or expenses, which the purchaser may have
paid for which, under the contract, the contractor is liable, may be deducted by the purchaser from any
e-Tender No. 383/EPD-I/ATPS/2019-20

money due or which may become due by him to the contractor under this contract or may be recovered by
suit or otherwise from the contractor's bill. Any sum of money due and payable to the contractor (including
security deposit returnable to him) under this contract may be appropriated by the purchaser and set of
against any claim of the purchaser for the payment of a sum of money arising out of or under any other
contract made by the contractor with the purchaser.
21. TERMS OF PAYMENT: Subject to any deduction which the purchaser may be authorized to make under
the contract or subject to any additions or deductions provided for under clause-11, if the contractor shall on
the certificate of Engineer be entitled to payment as follows :
(a) 90% (Ninety percent) of the F.O.R. contract value of the plant along with 100% Sales / Trade tax and
Excise duty as applicable on the finished material/ equipment shall be made through bank, intimated by the
purchaser in rupees on receipt by the purchaser of the contractor's invoice giving the number and date of the
railway receipt covering the dispatch of the plant from the Indian port and of the advice note giving case
number and contents, together with a certificate by the contractor to the effect. that detailed in the said
advice note has actually been dispatched under the said railway receipt and that the contract value of the
said plant so dispatched is not less than the amount entered in the invoice.
(b) 10% (Ten percent) of the F. 0. R. contract value on presentation of the Contractor’s invoice when each
commercially useable section of the plant is complete and the last portion of such section has been
dispatched and the whole material has been delivered at the place fixed for delivery and checked at the site
of the work or, within one month of such delivery, whichever is earlier.
(c) In case, the material/equipment is dispatched by Road Transport, 100% Payment along with Sale Tax /
Trade Tax and Excise duty etc. shall be made by the purchaser on receipt of material and check at site only
but within one month of receipt of material/equipment.
(ii) If at the time at which the last installment becomes payable there are minor defects in the plant which are
not of such importance as to affect the full commercial use of the plant, then the purchaser shall be entitled
to retain such part of the installments as represents the cost of making good such minor defects, and any
sum so retained shall, subject to the provisions of clause 30, become due upon such minor defects being
made good.
(iii) If the purchaser desires that the plant or any portion should not be dispatched by the contractor when it is
due for dispatch, the contractor shall store such plant or portion at his works and be responsible for all risks
for such storage the purchaser shall pay to the contractor at a rate to be mutually agreed upon between the
parties, but not exceeding Rs. 15 (fifteen) per tonne per week payable quarterly plus interest at ©1 percent
per annum above the current rate of the State Bank of India on 80% of the contract value of the plant or
portion thereof so stored, for the period from the date on which the said plant or portion become due is
ready for shipment up to the date on which it is actually shipped.
22. PROVISIONAL SUMS: In any case where the contract price includes a provisional sum to be provided by
the contractor for meeting the expenses of extra work or for work to be done or material to be supplied by a
sub-contractor, such sum shall be expended or used, either wholly or in part, or be not used at the discretion
of the Engineer and entirely as he may decide and direct. If no part or only a part thereof be used then the
whole or the part not Used, as the case may be, shall be deducted from the contract price. If the sum, used is
more than such provisional sum the contractor shall pay the excess. In the case of material supplied or work
done by a sub-contractor, the total of the net sum paid to the sub- contractor on account of such materials or
work and a sum equal to 10% of such net sum allowed as contractor's profit shall be deemed to be the sum
used. None of the work or articles to which such sum of money refers shall be done or purchased without
the written order of the Engineer. The contractor shall, allow the sub-contractors every
facility for the supply of materials or execution of their several works simultaneously with his own, and
shall, within fourteen days after the Engineer has requested him in writing so to do, pay the dues of such
sub-contractors on account of such materials or works, PROVIDED ALWAYS that the contractor shall
have no responsibility with regard to such works or articles unless he shall have previously approved the
sub-contractor and or the material or plant to be supplied.
23. Every application to the Engineer for a certificate must be accompanied by a detailed invoice (in duplicate)
setting forth in the order of schedule of prices particulars of the plant supplied and the certificates as to such
Plant, as is, in the reasonable opinion of the Engineer. in accordance with the contract shall be issued within
fourteen days of the application for the same. The Engineer may, by any certificate, make any correction or
modification in any previous certificate which shall have been issued by him and payments shall be
regulated and adjusted accordingly.
e-Tender No. 383/EPD-I/ATPS/2019-20

24. CERTIFICATE NOT TO EFFECT RIGHTS OF THE PURCHASE CONTRACTOR: No certificate of the
Engineer on account, nor any sum paid on account by the purchaser, nor any extension of time granted
under clause 26 shall affect or prejudice the rights of the purchaser, against the contractor either under this
agreement or under the law, or relieve the contractor of his obligations for the due performance of the
contract or be interpreted as approval of the plant manufactured or supplied and no certificate of the
Engineer shall create liability on the purchaser to pay for any alteration amendments, variations or additions
not ordered in writing or by the Engineer or absolve the contractor of his liability for the payment of
damages whether due, ascertained or certified or not or of any sum against the payment of which he is
bound to indemnify the purchaser, nor shall any such certificate nor the acceptance by him of any sum paid
on account or otherwise effect or prejudice the rights of the contractor against the purchaser either under
this agreement or under the law.
25. SUSPENSION OF WORK: The purchaser shall pay to the contractor all reasonable expanses. Incurred by
the contractor by reason of suspension of the manufacturer of plant or delay in shipment by order in writing
of the purchaser or the Engineer unless such suspension or delay shall be due to some default on the part of
contractor or sub-contractor.
26. EXTENSION OF TIME FOR COMPLETION : The time given to contractor for dispatch or delivery shall
be reckoned from the date of receipt by contractor of the order, together with all necessary information and
drawings to enable the work to be put in hand. In all cases, in which progress shall be delayed by strikes,
lockouts, fire accidents, defective materials, delay in approval of drawings or any cause whatsoever beyond
the reasonable control of the contractor and whether such delay or impediment shall occur before or after
the time or extended time for dispatch or delivery, a reasonable extension of time shall be granted.
27. PRICE REDUCTION CLAUSE: If the contractor shall fail in the due performance of his contract within
the time fixed by the contract or any extension thereof the contractor agrees to accept a reduction of the
contract price by half percent per week reckoned on the contract value of such portion only of the plant as
cannot, in consequence of the delay be used commercially and efficiently during each week between the
appointed or extended time as the case may be and the actual time of acceptance under clause 29 and such
reduction shall be in full satisfaction of the contractor's liability for delay, but shall not in any case exceed
10% of the contract value of such portion of plant.
28. REJECTION OF DEFECTIVE PLANT: If the completed plant or any portion there of before it is taken
over under clause 29, be found to be defective or fails to fulfil’s the requirements of the contract, the
Engineer shall given the Contractor notice setting forth particulars of such defects or failure and the
contractor shall forthwith make the defective plant good or alter the same to make it comply with the
requirements of contract. If the contractor fails to do so within a reasonable time, the purchaser may reject
and replace, at the cost of the contractor, the whole or any portion of the plant, as the case may be, which is
defective or fails to fulfil the requirement of the contract. Such replacement shall be carried out by the
purchaser within a reasonable time and at a reasonable price and where reasonably possible to the same
specification and under competitive conditions. In case of such replacement by the purchaser the contractor
shall be liable to pay to the purchaser the extra cost, if any, such replacement and or erected as provided for
in the original contract, such extra cost being the ascertained difference between the price paid by the
purchaser, under the provision above mentioned, for such replacement and the contract price for the plant,
so replaced, and also to repay any sum paid by the purchaser to the contractor, in respect of such defective
plant. If the purchaser does not so replace the rejected plant within a reasonable time, the contractor shall be
liable only to be re pay to the purchaser all moneys paid by the purchaser to him in respect of such plant.
In the event of such rejection, the purchaser shall be entitled to the use of the plant in a reasonable and
proper manner for a time reasonably sufficient to enable him to obtain other replacement plant. During the
period the rejected plant is used commercially the contractor shall be entitled to a reasonable sum as
payment for such use.
29. TAKING OVER: Where the specification calls for performance test before shipment and these have been
successfully carried out, the plant shall be accepted and taken over and the Engineer shall notify the
contractor to the effect. When specification calls for tests on site the plant shall be taken over immediately
after such tests have been satisfactorily carried out and the Engineer shall notify the contractor or to that
effect.
Such notification shall not be unreasonably withheld, nor shall the Engineer delay giving such notification
on account of minor omissions and defects, which does not necessarily delay shipment nor effect the
commercial use of plant without any serious risk, PROVIDED ALWAYS that the contractor undertakes to
make good such omissions and defects at the earliest possible moment.
e-Tender No. 383/EPD-I/ATPS/2019-20

30. MAINTENANCE: For a period of 12 (twelve) calendar months commencing immediately upon the setting
to work of the plant or 18 months from the date of receipt of equipment by the purchaser at site, whichever
is earlier, called the "maintenance period". The contractor shall remain liable to replace any defective parts
that may develop in plants of his own manufacture or those of his sub-contractor approved under clause 6,
under conditions provided for by the contract under proper use arising, solely from faulty design, materials
or workmanship; PROVIDED ALWAYS that such defective parts as are not repairable at site and are not
essential in the meantime to the maintenance in commercial use of the plant, are promptly returned to the
contractor's works at the expenses of the contractor unless otherwise arranged.
If it becomes necessary for the contractor to replace or renew any defective parts of the plant under this
clause, the provisions of the first paragraph of this clause shall apply to the part of the plant so replaced to
renewed until the expiration of six months from the date of such replacement or renewal or until the end of
the above mentioned period of twelve months whichever may be the later.
If any defect be not remedied within a reasonable time, the purchaser may proceed to do the work at the
contractor's risk and expense, but without prejudice to any other rights which the purchaser may have
against contractor in respect of such defect.
The repaired or new parts will be delivered in accordance with clause 10. The contractor shall bear
reasonable cost of minor repairs carried out on his behalf at site.
At the end of the maintenance period the contractor's liability shall cease. In respect of goods no covered by
the first paragraph of this clause the purchaser shall be entitled to the benefit of any guarantee given to the
contractor by the original supplier or manufacturer of such goods.
31. ARBITRATION: If any dispute, difference or controversy shall at any time arise between the contractor on
the one hand and this U.P, Rajya Vidyut Utpadan Nigam Ltd. and the Engineer of the contract or the other
touching, the contract or as to the true construction, meaning and intent or any part or condition of or
payment for the same, or as to the true intent, meaning, interpretation, construction or effect of the clauses
of the contract, specifications or drawings or any of them, or as to anything to be done, committed or
suffered in pursuance of the contract or specifications or as to the mode of carrying the contract in to effect
or as to the breach of alleged breach, or as to obviating compensating for the commission of any such
breach or as to any other matter or thing, whatsoever, connected with or arising out of the contract, and
whether before or during the progress or after the completion of the contract, such question, difference or
dispute shall be referred for ad jurisdiction to the C.M.D., U.P. Rajya Vidyut Utpadan Nigam Ltd. or to any
other person nominated by him in this behalf and his decision in writing shall be final, binding and
conclusive. The submission shall be deemed to be a submission to arbitration within the meaning of the
Indian Arbitration Act, 1940, or any statutory modification thereof. The Arbitrator may, from time to time,
with consent of the parties enlarge the time for marking and publishing the award. Upon every or any such
reference, the cost of. and incidental to the reference and award respectively, shall be in the discretion of the
arbitrator, who shall be competent to determine the amount thereof or direct the same to be taxed as
between solicitor and client or as between parties and to direct by whom and to whom and in what manner
the same shall be borne and paid.
Work under the contractor shall, if reasonable, possible, continue during the arbitration proceedings and no
payments due to payable by the Nigam shall be withheld on account of such proceedings.
32. CONSTRUCTION OF CONTRACT: The contract shall in all respect be construed and operate as a
construction of contract as defined in the Indian Contract Act, 1872, and contract all payments there under
shall be made in rupees unless otherwise specified.
33. MARGINAL NOTES: The marginal note to any clause of this contract shall not affect or control the
construction of such clause.

FORM OF AGREEMENT
(Referred to in Clause-3)

The agreement made the …….. day of …………..’2015 between M/s.


……………………………………………………….. (Hereinafter referred to as contractor) of
the one part and U.P. Rajya Vidyut Utpadan Nigam Ltd. (Hereinafter called the purchaser) of the
other part.
e-Tender No. 383/EPD-I/ATPS/2019-20

WHERE AS the purchaser is about to erect & maintain the


……………………………………………………………………………………………………

……………………………………………. (Hereinafter called the work) mentioned enumerated
or referred to certain General Conditions, specification, schedule, drawing, form of tender,
covering letter and schedule of price which for the purpose of identification and have been
signed by Mr. ………………………. on behalf of M/s.
…………………………………………………………… (the contractor) and Executive
Engineer, ……………………………….. Anpara (Sonebhadra) (The Engineer of the purchaser)
on behalf of the purchaser and all of which are deemed to form part of this contract as though
separately set out herein and are including in the expression contract (whenever herein used).
AND WHEREAS the purchaser has accepted the tender of the contractor for the
provision and execution of the said work for the sum of Rs. ………………………… (Rupees
……………………………………………………………… Only) upon the terms and subject to
the conditions hereinafter mentioned.
NOW PRESENT WITNESS AND THE PARTIES hereto hereby agree and declare as
follows that is to say in consideration of the payment to be made to the contractor by the
purchaser as for the said work and shall do and perform all other works and things in the contract
mentioned or described or which are implied there from or therein respectively or may be
reasonably necessary for the completion of the said work within and at the time and at in manner
and subject to the terms and conditions and stipulations mentioned in the said contract.

AND IN CONSIDERATION of the due provision, erection, execution, construction and


completion of the said work and its maintenance thereof as aforesaid the purchaser will pay to
the contractor they said sum of Rs. ………………………… (Rupees
……………………………………………………………… Only) or such other sums as may
become payable to the contractor under the provisions of this contract. Such payment to be made
at such time and in such a manner as is provided by the contract.

IN WITNESS WHEREOF the parties hereto have signed this deed hereunder on the dates
respectively mentioned against the signature of each.

SIGNED BY SIGNED BY

Executive Engineer Authorized Signatory


On behalf of Purchaser On behalf of M/s. ……………………..

Witness: Witness:
1. 1.

2. 2.

PART-1(C):SCHEDULE FORM’S
1. Schedule-A : Annexure of Bank Guarantee for Earnest Money
e-Tender No. 383/EPD-I/ATPS/2019-20

2. Schedule-B : Documents regarding pre-qualifying details of the tenderer

3. Schedule-C : Declaration of Validity Period

4. Schedule-D : General Particular

5. Schedule-E : List of drawing/ literature enclosed with the tender

6. Schedule-F : Schedule of deviations from “Technical Specification”

7. Schedule-G : Schedule of deviations from “Instruction To Tenderers”

8. Schedule-H : Schedule of deviations from “General Requirement of Specification”

9. Schedule-I : Schedule of deviations from “General Conditions of Contract” Form-A/B

10. Schedule-J : Guaranteed Technical particulars

11. Schedule-K : Commercial Terms & Conditions

12. Schedule-L : Address Sheet Format

13. Schedule-M : Declaration of no relation with UPRVUNL

14. Schedule- N : Declaration Of Non Black Listed Firm

15. Schedule – O : Unprice Bid

SCHEDULE-A
(A.1 of Instructions to Bidders)
Form of Bank Guarantee (For Earnest money)
(For depositing earnest money in case the amount for deposit exceeds than Rs. 5000/- Bank guarantee should be on a
non judicial stamp paper of ₹ 100.00 as per present Act and should be checked by the bidder at the time of issuing the
Bank guarantee for any charge in the stamp value)
U.P. RAJYA VIDYUT UTPADAN NIGAM LIMITED
To,
Dy. CAO, CFA&BO, ATPS, Anpara, Sonebhadra
Sir,
Whereas, Messer ……………………………… a company incorporated under the Indian Companies Act its
registered office at
……………………………………………………………………………………………...………. / a firm registered
under the Indian partnership Act and having its business office at ……………………………………./
Sri ………………………………………………………….. … son
of………………………………….…………………….. residence of
e-Tender No. 383/EPD-I/ATPS/2019-20

…………………………………………………….……. carrying on business under the firm's name and style of


Messer …………………..………………………… at ………………………………………………………………
Sri ………………………………………………… son of
…………………………………………………………………. resident
of.………………………………………………..….. at ………..…………. Sri
………………………………………………………… son of ……………………………………………… resident
of ……………………………………………..at ……………………..……………………………………………...
Sri ……………………………………..…… son of
……………………...…………………………………… resident of ………………………………. at
…………………….………………………………………………… partners carrying on business under the firm's
name and style of Messrs ……………...……………at
……………..……………………………………………which unregistered partnership (here in after called "The
bidder") has / have in response to your Tender Notice against specification number …………………………………
for ……………………………specification number ………………………………… for
…………………………………… offered to supply and or execute the works as contained in the Tenders letter no.
……………………………………….. AND WHEREAS the Bidder is required to furnish you a Bank guarantee for
the sum of Rs as earnest money against the bidders offer as aforesaid.
AND WHEREAS we ………………. (Name of the Bank) have at the request of the bidders agreed to give you the
guarantee as here in after contained.
NOW, THEREFORE, in consideration of promises, We the undersigned here by covenant that the aforesaid tender
of the bidders shall remain open for acceptance by you during the period of validity as mentioned in the tender or
any extension there of as you & the bidder may subsequently agree and if the bidder shall for any reason back out,
whether expressly or impliedly, from his said tender during the period of it's validity or any extension thereof as
aforesaid we hereby guarantee to you the payment of the sum of Rs. ………… ………….. on demand,
notwithstanding the existence of any dispute between the U. P. Rajya Vidyut Utpadan Nigam Limited and the bidder
in this regard AND we here by further agree as follows :-
(a) That you may without affecting this guarantee grant time or other indulgence to or negotiate further with the
bidder in regard to be conditions contained in the said tender and thereby modify these conditions or add there
to any further conditions as may be mutually agreed upon between you and the bidder.
(b) That the guarantee herein before contained shall not be affected by any change in the constitution of our bank
or in the constitution of the bidder.
(c) That any account settled between you and the bidder shall be conclusive evidence against us of the amount
due hereunder and shall not be questioned by us.
(d) That this guarantee commences from the date hereof and shall remain in force till the bidder if his tender is
accepted by you, furnishes the security as required under the said specification and executes a formal
agreement as therein provided or till four months after the period of validity or the extended period of validity
as the case may be of the tender whichever is earlier.
(e) Not with standing anything contained above, the liability of the Guarantor hereunder is restricted to the said
some of Rs. ……………………………………… add this guarantee shall expire on the ……………………
date of 20 . Unless a claim under the guarantee is failed with the Guarantor within six months of such date all
claims.
(f) shall lapse and the Guarantor shall be discharged from the guarantee.
(g) That the expressions the bidder" and the Bank" the U. P. Rajya Vidyut Utpadan Nigam Limited herein used
shall unless such interpretation is repugnant to the subject or context include their respective successors and
assigns.
Yours faithfully

SCHEDULE-B
(Documents regarding pre-qualifying details of the Tenderer)

Sl. PQC Clause No. Description of Annexure No. at which documents is enclosed
No. documents submitted in tender Part-I of the tender
e-Tender No. 383/EPD-I/ATPS/2019-20

Seal of Company Full signature ………………………………


Name: ………………………………………
Designation: ………………………………..
Date: ………………………………………..

SCHEDULE-C
(VALIDITY AGREEMENT/DECLARATION OF VALIDITY PERIOD)

Tender invited by : ………………………………………………………

Tender for : ………………………………………………………

Name of tenderer : ………………………………………………………

Specification No. & date of opening : ……………………………………………………....

In consideration of the “UPRVUNL” having treated the tenderer to be an eligible person whose
tender may be considered, the tenderer hereby agree to the condition that the proposal in
response to the above invitation shall not be withdrawn within six (06) months (or any extension
thereof) from the date of opening of the tender, also to the condition that if thereafter the tenderer
does withdrawn his proposal within the said period, the earnest money deposited by him may be
forfeited to the “UPRVUNL” and at the discretion of the purchaser, the purchaser may debar the
tenderer from tendering for a minimum period of one (01) year reckoned from the date of
opening of the tender.

Signed this ………………………. day of ……………… 2015


Place ……………………… Signed by ……………………….

Witness: Tenderer

Full signature ………………………………


Name: ………………………………………
Designation: ………………………………..
e-Tender No. 383/EPD-I/ATPS/2019-20

Date: ………………………………………..

SCHEDULE-D (SCHEDULE OF GENERAL


PARTICULARS)
1. Name of the Tenderer :
a) Registered office :
b) Postal address of tenderer :
c) Telegraphic address : 2.Name & address of manufacturer :
if any
3. Location & address of works :
4. Name & address of the officer of the :
tenderer/ manufacturer to whom all reference
shall be made for expeditions coordination.
5. Place from where service facility and : spares
are available (Give full address)
6. Whether the designs are their own or :
obtained from other sources. If from other
source the same may be indicated.
7. Authorized capital of the company :
8. Annual turnover in Rs. per year
: 9. Actual production per year of
the equipment :
quoted.
10. Earnest money :
i) Earnest money deposited or not : Yes/No ii)If yes, state amount of
earnest money : deposited. iii)No. & date of bank guarantee/ Bank
: draft (for earnest money).
11. Validity of offer (a minimum validity of six : (06) months from the date of tender opening
is required).
12. Have you noted :
i) That prices variable as per IEEMA/ : specified formula enclosed
without any ceiling on either side. ii) Have you mentioned
base prices :
indices prevailing as on the first day one
(01) month before tender opening.
13. State trade/ sale tax number :
i) Central :
ii) State :
14. Income-tax clearance certificate enclosed :
or not
e-Tender No. 383/EPD-I/ATPS/2019-20

SCHEDULE-E

(LIST OF DRAWING & LITERATURE ENCLOSED WITH THE TENDER)

Sl. No. Drawing / Literature No. Title

Seal of Company Full signature ………………………………


Name: ………………………………………
Designation: ………………………………..
Date: ………………………………………..

SCHEDULE-F

(DEVIATIONS FROM “TECHNICAL SPECIFICATION”)

(All deviation from the “Technical Specification” shall be filled in clause, in this
schedule. Compliance with the specifications will be taken as granted if the deviations are not
specifically mentioned in this schedule. In case the tenderer is required to agree to the standard
clause, then he may indicate the amount by which the tendered price will thereby be increased or
decreased).
Page No. Clause No. Deviation
e-Tender No. 383/EPD-I/ATPS/2019-20

The tenderer hereby certificate that the above mentioned are the only deviation from the
“Technical Specification”.
Seal of Company Full signature ………………………………
Name: ………………………………………
Designation: ………………………………..
Date: ………………………………………..

SCHEDULE-G

(Schedule of deviations from “Instructions to Tenderers”)

(All deviation from the “Instructions to Tenderers” shall be filled in clause, in this
schedule.
Page No. Clause No. Deviation
e-Tender No. 383/EPD-I/ATPS/2019-20

The tenderer hereby certificate that the above mentioned are the only deviation from the
“Instructions to Tenderers”.

Seal of Company Full signature ………………………………


Name: ………………………………………
Designation: ………………………………..
Date: ………………………………………..

SCHEDULE-H

(DEVIATIONS FROM “GENERAL REQUIREMENT OF SPECIFICATION”)

(All deviation from the “General Requirement of Specification” shall be filled in clause,
in this schedule. Compliance with the specifications will be taken as granted if the deviations are
not specifically mentioned in this schedule. In case the tenderer is required to agree to the
standard clause, then he may indicate the amount by which the tendered price will thereby be
increased or decreased).
Page No. Clause No. Deviation
e-Tender No. 383/EPD-I/ATPS/2019-20

The tenderer hereby certificate that the above mentioned are the only deviation from the
“General Requirement of Specification”.
Seal of Company Full signature ………………………………
Name: ………………………………………
Designation: ………………………………..
Date: ………………………………………..

SCHEDULE-I

(DEVIATIONS FROM “GENERAL CONDITIONS OF CONTRACT FORM-A/ B”)

(All deviation from the “General Conditions of Contract FORM-A/ B” shall be filled in
clause, in this schedule. Compliance with the specifications will be taken as granted if the
deviations are not specifically mentioned in this schedule. In case the tenderer is required to
agree to the standard clause, then he may indicate the amount by which the tendered price will
thereby be increased or decreased).
Page No. Clause No. Deviation
e-Tender No. 383/EPD-I/ATPS/2019-20

The tenderer hereby certificate that the above mentioned are the only deviation from the
“General Conditions of Contract FORM-A/ B”.

Seal of Company Full signature ………………………………


Name: ………………………………………
Designation: ………………………………..
Date: ………………………………………..

SCHEDULE-M
(DECLARATION OF NO RELATION WITH UPRVUNL PERSONNELS)

Tender invited by : ………………………………………………………

Tender for : ………………………………………………………

Name of tenderer : ………………………………………………………

Tender No. & date of opening : ……………………………………………………....

It is hereby certified that none of Director/proprietor/partner of firm has relation with personnel
of UPRVUNL.
OR
e-Tender No. 383/EPD-I/ATPS/2019-20

It is hereby certified that Shri acting as in firm has relative in UPRVUNL


and posted as in unit of UPRVUNL.

Signed this ………………………. day of ……………… 2015


Place ……………………… Signed by ……………………….

Witness: Tenderer

Full signature ………………………………


Name: ………………………………………
Designation: ………………………………..
Date: ………………………………………..

SCHEDULE-N
(DECLARATION OF NON BLACK LISTED FIRM)

Tender invited by : ………………………………………………………

Tender for : ………………………………………………………

Name of tenderer : ………………………………………………………

Tender No. & date of opening : ……………………………………………………....

It is hereby certified that our firm at present is not in list of black listed firm in central/state Govt.
organization/public sector/State generation utility
e-Tender No. 383/EPD-I/ATPS/2019-20

Signed this ………………………. day of ……………… 2015


Place ……………………… Signed by ……………………….

Witness: Tenderer

Full signature ………………………………


Name: ………………………………………
Designation: ………………………………..
Date: ………………………………………..

CHAPTER-I

General Instruction & Commercial Terms & Conditions

Part-II
2.1 Special Terms & conditions
2.2 Intent of specification and scope of supply and service.
2.3 Proforma for certificate regarding acceptance of important condition.
2.4 Qualifying requirement data to be filled by bidder as per clause 1.2.3.
e-Tender No. 383/EPD-I/ATPS/2019-20

2.5 Work experience and capability assessment data.


2.6 Format for Deed of Joint Undertaking.

CHAPTER-I PART-II

PART-2.1 : SPECIAL TERMS & CONDITIONS

2.1.1 : Drawings & Manuals


2.1.2 : Testing and Quality Assurance Programme
2.1.3 : Inspection
2.1.4 : Packing & dispatch of Equipments
2.1.5 : Rejection
2.1.6 : Mode of Dispatch
2.1.7 : Insurance
e-Tender No. 383/EPD-I/ATPS/2019-20

2.1.8 : Terms of Payments


2.1.9 : Delivery
2.1.10 : Quantity
2.1.11 : Training of Engineers
2.1.12 : Rental charges
2.1.13 : Tools & Plants, Consumables
2.1.14 : Site accommodation & Transport
2.1.15 : Medical facility & Insurance of workman
2.1.16 : Workman
2.1.17 : Recovery of damages
2.1.18 : Penalty
2.1.19 : Guarantee
2.1.20 : Short circuit test certificates and test charges
2.1.21 : Bid evaluation
2.1.22 : Performance Guarantee
2.1.23 : Important aspect to be kept into consideration while designing the transformer
2.2 : Intent of specification and scope of supply & services
2.3 : Proforma for certificate regarding acceptance of important terms and conditions.
2.4 : Qualifying requirement data to be filled by bidder as per clause 1.2.3
2.5 : Work experience and capability assessment data.
2.6: Format for Deed of Joint Undertaking.

2.1: SPECIAL TERMS & CONDITIONS


2.1.1 DRAWING & MANUALS:-
2.1.1.1Along with the tender the tenderer shall submit the following drawings:-
a) General arrangement drawings of the equipment offered.
b) Detailed dimensioned drawings and descriptive literature of all the components
supplied.
c) Basis electrical diagram.
2.1.1.2 In the event of order being placed, the contractor shall furnish three prints of each
drawing to the engineer of contract within 04 weeks of the date of order.
2.1.1.3 In addition, the contractor shall submit to the engineer within reasonable time but at least
03 months before dispatch of equipments, the complete bill of material with each item
e-Tender No. 383/EPD-I/ATPS/2019-20

identifiable in the detailed drawing with references. This will also form detailed packing
list of the equipments.
2.1.1.4 The engineer shall return to the contractor one print of each drawing(s) stamped
“APPROVED” or (b) marked up with comments.
In case of (a), no resubmission of drawings is required for Engineer’s approval. In case of (b),
the contractor shall correct his original drawing to confirm to the comments made by
engineer and resubmit in the same manner stated above within two weeks after the
receipt of the marked up print by him.
2.1.1.5 The contractor on receipt on prints stamped “APPROVED” shall furnish the following
drawings to the Engineer of contract:
a) 06 sets of prints of each drawing to the consignee and 06 sets for Engineer of the
contract.
b) 06 sets of detailed bill of material for consignee and 03 sets for Engineer of the
contract.
c) One direct reading reproducible of each drawing and bill of material.
All the prints of drawings and bills of materials and the reproducible are to be forwarded
to the Engineer of the contract, before any dispatches are made.
2.1.1.6 MANUALS:-
The contractor shall furnish bound copies of erection, commissioning and operation/
maintenance manuals giving detailed instructions, procedures, and precautions for all the
equipments supplied by him. The manuals shall be specific to equipments supplied and
not of general nature.
The contractor shall submit two preliminary copies of such manual to the engineer for the
preview and approval.
Thereafter, 06 sets of final approved manual for consignee and 03 sets for Engineer of
contract, otherwise the contractor shall reduce ex-works price by an amount of 2% from
his bill. This amount will be released only on the certificate from the engineer of contract
about receipt of all drawings/ reproducible manuals.
2.1.2TESTING:-
2.1.2.1 TESTING:
Purchaser shall have the right to witness any type, routine and acceptance test on the
equipment offered.
Witnessing of test or their approval would not relieve the contractor of his responsibility
to supply the equipment as per this specification.
2.1.2.2 QUALITY ASSURANCE PROGRAMME:
The contractor shall exercise strict quality assurance over all the manufacturing, testing
processing and other activities, whether at his works or his sub-contractor’s work,
including the supplies of the raw materials etc. Detailed Quality Assurance Programme
(QAP) will be submitted with the tender in part-I , giving step by step checks and counter
checks tests, sampling procedures etc. to insure quality of the equipment to meet
requirements. This shall also include the test details for type, routine and acceptance test
required. Such Q.A.P. shall be provided by the purchaser before implementation.
2.1.3 INSPECTION:
e-Tender No. 383/EPD-I/ATPS/2019-20

2.1.3.1 The purchaser reserves the right to inspect any machinery and material to ensure that
approved Q.A.P. is being strictly implemented by the contractor or his sub-contract/
Supplier under this contract, and to reject any item found defective in workmanship or
design or otherwise unsuitable for the use and purpose intended or which is not in
accordance with the intent of this contracts. The contractor should on demand by the
purchaser rectify or replace such defective or unsuitable equipments or the purchaser may
at the contractors expense, rectify or replace defective or unsuitable equipment, before or
after supply.
2.1.3.2The contractor shall advise the purchaser at least 04 weeks in advance as to when the
equipments will be ready for stage/ final inspection at the contractor’s works.
2.1.3.3 The purchaser’s inspecting Engineers at all times have access to all part of shops where
the equipment is being manufactured and also shall be provided with all reasonable
inspection facilities by the contractor and/ or his sub-contractor.
2.1.3.4 No equipment to be furnished or used in connection with this contract shall be dispatched
until factory inspection and acceptance tests are carried out satisfactorily. Such factory
inspection of the equipment or approval of acceptance tests shall not however, relieve the
contractor from full responsibility for supplying equipment conforming to the
requirements of this contract, nor prejudice any claim, right or privilege which the
purchaser may have because of the use of defective or unsatisfactory equipment should
purchaser waive the right to inspect any equipment, such waiver shall not relieve the
contractor any way from obligation under this contract.
2.1.3.5The tenderer is required to record the following certificates on the invoices and challans
of each and every consignment.
“Certified that material being dispatched against the invoice and challans has been inspected and
tested by the representative of Engineer of the contract on (Date) and all the test results
were satisfactory, as per approved test certificates enclosed.”
2.1.3.6 Transformer and its accessories shall be got inspected jointly by representatives of
Executive Engineer, EMD-I, ‘A’TPS, Anpara (Sonebhadra) and CE (L-1), R&M,
Lucknow.
2.1.3.7 Nigam at its own discretion may opt for inspection of transformer and its accessories
through an independent agency of repute. In this case expenses involved in inspection
shall be borne by Nigam.
2.1.4 PACKING AND DESPATCH OF EQUIPMENT:
2.1.4.1 All equipment/ material shall be suitably packed for transport. Carriage at site and
outdoor storage during transit. The contractor shall be responsible for any damages to the
equipment during transit due to the improper and inadequate packing. The cases
containing fragile or material easily prone to damage, shall be very carefully packed and
marked with appropriate caution symbols i.e. ‘FRAGILE HANDLE WITH CARE;USE
NO HOOK’ etc. The contents of each package shall bear marking that can be readily
identified from the packing list. Packing shall provide complete protection from
moisture, termites add mechanical shocks etc. wherever necessary proper arrangement
for attaching slings for lifting shall be provided. All packages shall be clearly marked
with gross weight, signs showing ‘UP & DOWN’ sides for boxes, contents of each
packages, order No. and date and unpacking instructions considered necessary. Any
material found short inside the packing cases shall be supplied by the contractor without
e-Tender No. 383/EPD-I/ATPS/2019-20

any extra cost. Tenderer shall ascertain, prior to shipment, from concerned authorities,
the transport limitation like weight and maximum allowable package size of
transportation.
All packing cases and packing material shall become the property of the purchaser.
2.1.4.2 The equipment/ material shall be dispatched to the respective substation. The detailed
dispatch instructions will be intimated to the successful tenderer.
2.1.4.3 The contractor shall intimate at least 10 (Ten) days in advance, to the consignee(s), as
well as to the Engineer, the probable date when the equipment are to be ready for
dispatch. A telegraphic intimation shall also be given to the consignee(s) immediately
after the dispatch of equipment mentioning the specification number and approximate
weight of each package to enable him to take the delivery of the material in case the
dispatch documents are not received by him in time.
2.1.4.4 A list in duplicate containing details of equipment for verification at site shall also be
placed inside each package and shall correspond with the advice note and approved bill
of materials.
2.1.4.5 Bill(s) duly pre-receipted in triplicate in accordance with approved terms of payment
together with all necessary dispatch documents, shall be sent to consignee(s) under
registered cover with intimation to Engineer of the contract.
2.1.4.6 Any demurrage/ wharfage or other charge payable due to non-implementation of any of
the instructions shall be to contractor’s account.
2.1.5 REJECTION:
2.1.5.1 Purchaser reserves the right to reject any equipment if during the tests at works or site,
the test value achieved do not comply with the respective standard/ specifications and
exceed the tolerable limits.
2.1.5.2 Contractor shall replace a rejected equipment with a new equipment complying with the
guaranteed value, as promptly as possible and at no extra cost to the purchaser. Purchaser
reserves the right to retain any rejected equipment and take into service until the
contractor supplies the new equipment.
2.1.5.3 Rejection of any equipment will not be held as valid reason for delay in timely
completion of the work.
2.1.6 MODE OF DESPATCH:
2.1.6.1The equipments are to be dispatched from contractor’s works to ‘A’TPS, Anpara as per
the dispatch instructions given by the Engineer (consignee).
2.1.6.2 The main transformer tank, HV/LV Bushings transformer oil and all other accessories
shall be dispatched by Road transport only and without transhipment to reduce the risk of
damage. Form-38 in such cases will be obtained by the contractor from the consignee(s).
2.1.7 INSURANCE:
2.1.7.1 The contractor shall arrange, secure or maintain insurance as may be necessary to protect
his own interest and interest of UPRVUN Ltd. against all risks. The risks that are to be
covered under the insurance shall include, but not be limited to the loss or damage in
transit theft, pilferage/ riot, civil commotion, weather conditions, accident or all kinds of
fire, war risks during ocean transportation only.
e-Tender No. 383/EPD-I/ATPS/2019-20

2.1.7.2 Insurance is to be taken FOR destination value of the equipment for transit from the
manufacturer’s ware house to the Purchaser’s ware house plus 45 days storage thereafter.
2.1.7.3 All damages and shortage of the equipment after its delivery to destination railway
station and transportation to stores and storage thereafter shall be notified by the
consignee by registered post to contractor or his authorized representative within 30
(thirty) days for making good the damage or loss by way of replacement of the equipment
damaged or lost.
2.1.7.4 The contractor shall take up the matter with insurance company for finalization of claims
and purchaser shall provide required information. All further action in connection with
making and settling of claims, if any will be carried out by the contractor for which no
extra payment will be made.
2.1.7.5The contractor shall be responsible to make good the damage or loss by way of repairs
and/ or replacement of equipments free of cost irrespective of the fact whether claim is
accepted by the insurance company or not, without waiting for claims settlement.
2.1.7.6 The scope of such insurance shall cover the entire value of the contract from time to time.
2.1.8 TERMS OF PAYMENT:
2.1.8.1100 % cost of Transformer (transformer complete with accessories, oil, and spares) plus
100% taxes & duties shall be paid through proforma invoice after deducting the
applicable penalties etc. on recept and check of transformer at site.
100 % payment along with taxes of erection & commissioning part shall be paid on completion
of work.
2.1.9 DELIVERY:
2.1.9.1 Delivery period allowed for supply portion of the tender will be 06 (six) months from the
date of issue of technically & commercially clear order. Date of inspection shall be
treated as date of delivery for the purpose of calculation of PVC and penalty.
2.1.10 QUANTITY VARIATION:
The quantity mentioned in this specification are subject to increase are decrease as per actual
requirement of the purchase at the unit prices mentioned in price schedule. This increase
or decrease shall not be more than 50%.
2.1.11 TRAINING OF ENGINEERS:
2.1.11.1The purchaser will depute his engineers for a period as mutually agreed, at the
manufacturers work for a purpose of familiarization with equipments and techniques
covered under the specification, including training in commissioning, operation,
maintenance and trouble shootings aspects etc. The contractor shall provided necessary
training facilities free of cost to the purchaser and also indicate suggested training
programme etc. In case this training course is being run regularly by the manufacturer or
his principals this may be indicated in the tender along with details of training duration,
schedule date, course content. The travelling expenses from U.P. to their place of training
and back and maintenance expenses of the deputed trainees shall be borne by the
purchaser.
2.1.11.2The contractor shall depute his senior Engineer/ specialist to the training institute/ Staff
College of the purchaser for training / familiarization course when requested by the
purchaser.
e-Tender No. 383/EPD-I/ATPS/2019-20

2.1.12 RENTAL CHARGES:


The inspection call shall be given only when the equipment has actually become ready, in
all respects. A period of 4 weeks (within U.P.) /6 weeks (beyond U.P.) shall be allowed
to UPRVUNL for making travel arrangements of inspecting officer to reach the works. In
case the equipment is not available for inspection on arrival of inspecting officers. The
tenderers shall pay Rs. 10000/per day from the date of departure to the date of arrival
(both days inclusive) of the officers concerned.
2.1.13 TOOLS &PLANTS, CONSUMABLES:
All general and special T&Ps required for performing unloading, dragging and shifting at
required place shall be arranged by the contactor at his own cost.
2.1.14 SITE ACCOMODATION AND TRANSPORT:
For UPRVUNL it will not be possible to provide site accommodation & transport facility
for the workers and officers of the contractor as such they will have to make their own
arrangement for site accommodation & transport.
2.1.15 MEDICAL FACILITY AND INSURANCE OF WORKMEN:
a) It will be the responsibility of contractor to abide and ensure the implementation of all the
existing labour rules/laws on their workers such as labour insurance, provident etc.’
b) Contractor will have to make their own arrangement for extending the medical support to
their work-men in case of any causality. Nigam shall not be extending any medical facilities
to the officers & workmen of the contractor.
2.1.16 WORKMEN:
All skilled/semi-skilled workers required for the job shall be arranged by the contractor at
his owncost.
2.1.17 RECOVERY OF DAMAGES:
Cost of damages /losses if any resulting due to transportation/ careless working of the
contractor shall be recovered from the bill of the contractor.
2.1.18 PENALTY:
a) Penalty @ ½ % per week subject to max. 10% shall be deducted for delay in supply. Date
of inspection call shall be treated as delivery date for computing the penalty of supply
portion.
b) Additional @ 2% penalty of order value shall be deducted if wound copies of manuals
are not submitted as per clause in manuals.
2.1.19 GUARANTEE:
Transformer complete with fittings accessories & mounting shall be guaranteed for minimum
period of 24 months from the date of commissioning or 30 months from the date of
receipt of transformer. For any defect/ fault noticed during this period contractor shall
attend the defect/ replace the defective material free of cost within reasonable period of
time not exceeding more than 30 days from the date giving intimation of the fault/ defect.

2.1.20 SHORT CIRCUIT TEST CERTIFICATE AND TEST CHARGES:


Bidders are essentially required to furnish short circuit test certificate copy for the short
circuit test conducted on similar rating and design transformer (Test must have been
conducted within last 05 (five) years as on date of bid opening and must have been done
at an independent laboratory or should have been witness by a client). In case bidder has
not conducted short circuit test on the similar rating and design transformer during 05
(five) years from the date of bid opening, then bidder has to essentially furnish an
e-Tender No. 383/EPD-I/ATPS/2019-20

undertaking to get the short circuit test done on transformer (to be supplied against this
bid) at an independent laboratory at bidders risk and cost. Test certificate will be
submitted to purchaser on completion of test.

2.1.21 BID EVALUTION:-


For the purpose of evaluation and comparison of bids, Evaluated Bid Price for 40 MVA,
132/6.9 KV CW Transformer shall be computed separately using following procedure-
a) BID PRICE: -Bid price shall mean the basic price quoted by each bidder in his proposal
for the complete scope of supply.
b) Differential Bid price: - Differential bid price shall mean the summation of equalizing
elements of the price while evaluating the bidders. Basis for completing the differential
bid price is explained in chapter –III part –III clause-1.
c) Evaluated Bid price:-Evaluated bid price shall be the summation of bid price all taxes,
duties, levies, packing & forwarding charges, insurance etc. quoted by bidder in the rate
schedule and differential bid price..
2.1.22 PERFORMANCE GUARANTEE:
The tenderer shall have to deposit a performance bank guarantee amounting of 10% of
the contract value, valid for 24 month from actual date of commissioning of equipment or
30 months from the date of receipt of equipment at site, as guarantee towards the actual
and faithful performance of the equipment being supplied under this specification.
2.1.23 IMPORTANT ASPECT TO BE KEPT INTO COSIDERATION WHILE
DESIGNING THE TRASFORMER:
While designing the transformer on one to one replacement basis bidders should take
following points into consideration -
(a) OGA of transformer is to be designed in such a way so that transformer main tank
assembly and its Radiator bank is accommodated in the available space of CW
Transformer yard and Station Transformer yard. (Refer drawing of CW Transformer and
Station Transformer enclosed at annexure I and II respectively of tender specification.)
(b) Bidder will have to design a suitable non-magnetic metallic interconnection enclosure for
completely enclosing all the three LV Bushings. Enclosure is to be designed in such a
way so that one side of it is fitted on the transformer main tank and other side is
connected with existing LV Bus duct. (Refer drawing of CW Transformer and Station
Transformer enclosed at annexure I and II respectively of tender specification.)
(c) Location and space between LV Bushing is to be maintained as per our existing
arrangement, so that no modification is required in our existing LV Bus duct. (Refer
drawing of CW Transformer and Station Transformer enclosed at annexure I and II
respectively of tender specification.)
(d) Manufacturing of transformer shall start only after approval of OGA drawings.
(e) Bidder may visit our existing installation on any working day between 10.00 hrs. to
17.00 hrs. to have actual site location and dimensional detail before participating/quoting
the tender.

2.2 : Intent of specification and scope of supply


e-Tender No. 383/EPD-I/ATPS/2019-20

CLAUSE Scope of supply:-


No.
2.2.1 INTENT OF SPECIFICATION
(a) This specification is intended to cover the following activities in respect of 01 No.
40 MVA, 132/6.9 KV, 3 Phase, CW Transformer to be installed in 210 MW
‘A’TPS, Anpara by manufacturing and supplying on one to one replacement
basis..
i) Detailed design of the transformers incorporating requirement of chapter-I part-II
clause 2.1.23. on one to one replacement basis
ii) Complete manufacture including shop testing.
iii) Providing engineering data, drawing and O&M manuals as per specified format
etc. for owner’s review approval and records.
iv) Packing, transportation and insurance from the manufacturer works to ‘A’TPS,
Anpara site, unloading at Anpara Thermal Power Project.
(b) The equipment offered by the bidder shall be complete in all respect. Any material
and component not specifically stated in this specification shall also meet all the
requirements.
(c) The equipment offered by the bidder shall be complete in all respect. Any material
and component not specially stated in this specification and which is necessary for
trouble free operation of the equipment and accessories specified in this
specification shall be deemed to be included unless specifically excluded. All such
equipment and accessories shall be supplied without any extra cost.
(d) It is not the intent to specify completely herein, all aspects of design and
construction of equipment. Nevertheless, the equipment shall confirm in all
respects to high standards of engineering, design and workmanship and shall be
capable of performing in continuous commercial operation.

(e) Whenever a material of article is specified or described by the name of particular


brand, manufacturer or trade mark, the specific item shall be understood as
establishing type, function and quality desired. Other manufacture’s products may
also be considered provided sufficient information in furnished so as to enable the
owner to determine that the products are equivalent to those named.
(f) Bidder is requested to carefully examine and understand the specification and seek
clarifications, if required, to ensure that they have understood the specification.
Such clarification should be sought up to 15 (fifteen) days before the scheduled
date of the opening of the bid documents. The bidders offer should not carry any
section like clarifications, interpretations and/ or assumptions.
e-Tender No. 383/EPD-I/ATPS/2019-20

(g) If the bidder feels that in his opinion, certain features brought out in is offer are
superior to what has been specified, these may be highlighted separately.
The bidder may also make alternative offers provided such offers are superior in
his opinion, in which case, adequate technical information, operating feedback etc.
shall be enclosed with the offer, to enable the owner to assess the superiority and
reliability of the alternatives offered. In case of each alternative offer, its
implications on the performance, guaranteed efficiency, auxiliary power
consumption etc. shall be clearly brought out for the owner to make an overall
assessment. In any case, the base offer shall necessarily be in line with the
specifications.
Under no circumstance the specified equipment etc. shall be brought out as an
alternative offer.
(h) Any deviation or variation from the scope requirement and/ or intent of the
specification shall be clearly defined under Deviation Schedule of the bid proposal
sheets irrespective of the fact that such deviation/ variations may be standard
practice or a possible interpretation of the specification by the bidder. Except for
these deviations/ variations covered under Deviation Schedule which are accepted
by the owner before the award of the contract, it will be the responsibility of the
bidder to fully meet the intent and the requirement of the specification within the
quoted price. No other departure of the specification whatsoever from the
specification except of the declared deviation submitted by the bidder with his
proposal shall be considered. Bids not complying with requirements shall be
treated as non-responsive and hence liable for rejection. The interpretation of the
owner in respect of the scope, details and services to be performed by the bidder,
shall be binding unless specifically clarified otherwise by the owner in writing
before the award of contract.
2.2.2 GENERAL INFORMATION
2.2.2.1 Facilities to be provided by the contractor - a- Contractor shall make his own
arrangement for unloading & dragging of the equipment at required place/ site.
b- Shifting, storage watch and ward on site during erection, testing and commissioning
shall be arranged by bidder.
c- Shifting of all accessories, oil etc. from Central Store ‘A’TPS Anpara to work site.
d- Transformer will be stored near to plinth of transformer. However same will be dragged
to its plinth during erection and commissioning. Therefore its dragging charges from
store to plinth shall be covered in erection and commissioning work.

2.2.3 TESTING REQUIREMENTS:


2.2.3.1 The contractor shall carry out the tests as listed in this specification on the equipment to be
supplied under this contract along with any other test asked by the owner or required under
relevant IS free of cost. The testing will be done with NABL approved calibrated testing
equipment.
2.2.3.2 In case the contractor has conducted such specified type test(s) within last 05 (five) years as
on the date of bid opening, he may submit the type test reports to the owner for waival off
conductance of such type test(s). These reports should be for the tests conducted for the
equipment similar to those proposed to be supplied under this contract and the test(s) should
have been either conducted at an independent laboratory or should have been witness by a
client. The owner reserves the right to waive off conducting of any or all the specified type
test(s) under this contract.
e-Tender No. 383/EPD-I/ATPS/2019-20

2.2.3.3 The contractor shall submit the reports of the type tests as listed in this specification and
carried out within last 05 (five) years from the date of bid opening. These reports should be
for the tests conducted on the equipment similar to those proposed to be supplied under this
contract and the test(s) should have been either conduct at an independent laboratory or
should have been witness by a client. The owner reserves the right to waive off conducting
of any or all of the specified type tests under this contract. However if owner is not satisfied
with type test report submitted by bidder then bidder will conduct type test as required in
tender free of cost.
2.2.3.4 For the following equipment, the contractor shall only submit the reports of all the type tests
as listed in this specification at clause no. 3.3.17.1.2 & 3.3.17.1.4 of chapter-II Part-B
carried out within last 05 (five) years from the date of bid opening. These reports should be
for the tests conducted on the equipment similar to those proposed to be supplied under this
contract and the test(s) should have been either conducted at an independent laboratory or
should have been witness by a client. In case the contractor is not able to submit report of
the type test(s) conducted within last 05 (five) years from the date of bid opening or in case
the type test report(s) are not found to be meeting the specification requirements, the
contractor shall conduct all such tests under this contract free of cost to the owner and
submit the reports for approval.
(a) Marshalling Box & Cable Box of Transformers.
2.2.3.5 All acceptance and routine tests as per the specification and relevant standards shall be
carried out, charges for these shall be deemed to be included in the equipment price.

2.3 : PROFORMA FOR CERTIFICATE REGARDING ACCEPTANCE OF


IMPORTANT CONDITIONS
(To be signed and submitted with tender Part-I by bidder)
Bidder’s Name and Address: To,

…………………………............................ Executive Engineer,


Electrical Procurement Division-I,
……………………………………………
Anpara ‘A’ Thermal Power Station,
…………………………………………… P.O. Anpara -231225
…………………………………………… Distt: Sonebhadra (U.P.).

1.0 With reference to our Bid Proposal No. ………………………………. Dtd: ………………..
for 01 No. 40 MVA, 132/6.9 KV, 3 Phase CW Transformer package against Tender No.
………………………………………. We hereby confirm that we have read all the
clauses mentioned below in tender specification and not withstanding anything stated
e-Tender No. 383/EPD-I/ATPS/2019-20

elsewhere to the contrary, the stipulations of these clauses are acceptable to us, and we
not taken any deviation to these clauses.
a) Terms of Payment : Chapter-I, Part-II, Clause 2.1.8
b) Guarantee : Chapter-I, Part-II, Clause 2.1.19
c) Penalty for delay in supply & execution of works: Chapter-I, Part-II, Clause 2.1.18
d) Price Variations : Chapter-I, Part-I, Clause 1.7
e) Currency and Payment : Chapter-I, Part-I, Clause 1.13
f) Short circuit test certificate & test charges : Chapter-I, Part-II, Clause 2.1.20
g) Performance Guarantee: : Chapter-I, Part-II, Clause 2.1.22
h) :Liquidated damage for short fall in performance : Chapter-II, Part-II, Clause 4.2
i) Important aspect to be kept into consideration : Chapter-I, Part-II, Clause
2.1.23while designing the transformer
2.0 With further confirm that any deviation to the above clauses at Sl. No. (a) through (h) found
anywhere in our bid proposal, implicit or explicit, shall and unconditionally withdrawn,
without any cost implication whatsoever to UPRVUNL.
Date: (Signature) …………………………...….
(Duly authorized to sign the Tender on behalf of the Contractor)
Place:
(Printed Name) ………………………..…
(Designation) …………………………….
(Name of Bidder)…………………………
(Common Seal) ………………………..…

2.4: 01 No. 40 MVA, 132/6.9 KV, 3 PHASE CW TRANSFORMER


PACKAGE
(Qualifying Requirements)
(Data to be filled by the Bidder seeking qualification and to be submitted in part-I of tender)
For Bidders seeking qualification as per Chapter-I, Part-I, Clause 1.2.3

Bidder’s Name and Address: To,

…………………………............................ Executive Engineer,


Electrical Procurement Division-I,
……………………………………………
Anpara ‘A’ Thermal Power Station,
…………………………………………… P.O. Anpara -231225
…………………………………………… Distt: Sonebhadra (U.P.).
e-Tender No. 383/EPD-I/ATPS/2019-20

Dear Sir,
We ………………………………. have designed, manufactured and supplied of at least two
(02)
Nos. (One each at two different installations) 132 KV or above class transformers of at least 40
MVA capacity (either 3 phase transformer as a single unit or single phase transformer) which are
in successfully operation for at least two (02) years as on date of bid opening as per stipulated
requirements specified in Chapter-I, Part-I, Clause 1.2.3. We furnish below, the details regarding
the same. We confirm that installation 01 and installation 02 are two different installations and
one is in thermal power station.
Sl. Description/ Details Installation No. 01 Installation No. 01
No.
1 Name of the Station and its Locations …………………… ……………………
2 Address of the Client (including contract
person name, telephone no., e-mail etc.) …………………… ……………………
3 Name & designation of the responsible
person in client’s organization. …………………… …………………… 4 Number of
units in the Station …………………… ……………………
5 Contract Number and Date …………………… ……………………
6 Type of cooling …………………… ……………………
7 Voltage Ratio …………………… ……………………
8 Whether scope of works executed for
aforesaid Transformer includes the
following:-
(a) Design of Transformer YES/ NO YES/ NO
(b) Manufacturer of Transformer YES/ NO YES/ NO
(c) Supply of Transformer YES/ NO YES/ NO
9 Voltage class of Transformer (KV) …………………… ……………………
10 Capacity of Transformer (MVA) …………………… ……………………
11 Whether the Transformer are:-
(a) Three Phase Transformer as a single Unit YES/ NO YES/ NO
(b) Single Phase Transformer YES/ NO YES/ NO
12 Date of commencement of successful
operations (commissioning date) …………………… ……………………
13 Proof of successful operation of
Transformers for two (02) years and above
(Client Certificates enclosed). YES/ NO YES/ NO
14 Required documentary evidence to substantiate Bidders QR data is enclosed
(Ref. Note). YES/ NO YES/ NO
e-Tender No. 383/EPD-I/ATPS/2019-20

Date: Signature …………………………………...


Place: Name: ………………………………………
Designation: ………………………………..
Seal: ………………………………………..

2.5:01 No. 40 MVA, 132/6.9 KV, 3 PHASE CW TRANSFORMER PACKAGE


(Work Experience & Capacity/ Capability Assessment Data)
(to be submitted by the Bidder with tender Part-I)

Bidder’s Name and Address: To,

…………………………............................ Executive Engineer,


Electrical Procurement Division-I,
……………………………………………
Anpara ‘A’ Thermal Power Station,
…………………………………………… P.O. Anpara -231225
…………………………………………… Distt: Sonebhadra (U.P.).

Dear Sirs,
e-Tender No. 383/EPD-I/ATPS/2019-20

The given below is the qualification data in support of our meeting the qualifying requirements
Chapter-I, Part-I, Clause 1.2.1.

1. Schedule A Details of financial capacity status.


2. Schedule B Details of design, engineering, manufacturing and testing
capabilities.
3. Schedule C Details of manufacturing capacities & plant loading.
4. Schedule D Present Order Book Position and Past Performance Data.
5. Schedule E Data regarding key construction personnel.

We further understand and agree that any misleading or false information furnished by us may
result in summary rejection of our bid.

Date: (Signature)………………………………...
Place: (Printed Name) ………………………..…

(Designation) …………………………….

(Name of Bidder)…………………………

(Common Seal) ………………………..…

Schedule-‘A’
01 No. 40 MVA, 132/6.9 KV, 3 PHASE CW TRANSFORMER PACKAGE
(Financial Capacity Status of Bidder and/ or where applicable, his Parent Company/
Collaborator)

Bidder’s Name and Address: To,

…………………………............................ Executive Engineer,


Electrical Procurement Division-I,
……………………………………………
Anpara ‘A’ Thermal Power Station,
…………………………………………… P.O. Anpara -231225
…………………………………………… Distt: Sonebhadra (U.P.).
e-Tender No. 383/EPD-I/ATPS/2019-20

A) Order in Hand :
i) Total value of Contracts : ii)
Cumulative work completed out of :
above value up to March’2015
iii) Value anticipated work to be done
in the following Financial Years:-
2012-2013 :
2013-2014 :
2014-2015 :
B) Bidder’s assessment of maximum : negative cash flow (fund requirement) at any point of
time between Letter of Award and completion of contract based on specified terms of
payment and this expenditure plan for equipment being offered by bidder for this package.
C) Arrangement to meet the above : Own FundsCreditOther Total fund requirement.
D) Gross turnover of Company during:
Year ending – March’2011 :
Year ending – March’2012 :
Year ending – March’2013 :
Year ending – March’2014 :
Year ending – March’2015 :
E) Balance sheet & profit and loss : account duly certified by a
Chartered Accountant for the last five (05) years is to be submitted. Enclosed at:
……………….
F) Declaration by Bankers of the
Chartered Accountant regarding:-
i) Bank Guarantee Limits : Enclosed at: ………………. ii) Over
Draft Limits/ Cash Credit : Limits Enclosed at: ………………. iii)
Detained payment limits : Enclosed at: ………………. iv) Fixed Deposits :
Enclosed at: ……………….
v) Movable property hypothecation. :
(Please state the present utilization
status also) Enclosed at: ……………….
G) Information regarding any current : litigation in which the Bidder is
involved, the parties concerned, the disputes and the disputed amount, if
any. Enclosed at: ……………….

Date: (Signature)………………………………...
Place: (Printed Name) ………………………..…
e-Tender No. 383/EPD-I/ATPS/2019-20

(Designation) …………………………….

(Name of Bidder)…………………………

(Common Seal) ………………………..…

---------------------------------------------------------------------------------------------------------------------
Note:-
1. The above schedule shall be filled up by the bidder separately for himself and for each
Parent Company/ Collaborator, if any being proposed by the bidder in his bid.
2. Continuation sheets of same size and format may be added by the bidder.

Schedule-‘B’
01 No. 40 MVA, 132/6.9 KV, 3 PHASE CW TRANSFORMER 01 No. 40 MVA,
(Details of Design, Engineering, Manufacturing and Testing Capabilities of Bidder and/or
where applicable, his Parent Company/ Collaborator)
Bidder’s Name and Address: To,

…………………………............................ Executive Engineer,


Electrical Procurement Division-I,
……………………………………………
Anpara ‘A’ Thermal Power Station,
…………………………………………… P.O. Anpara -231225
…………………………………………… Distt: Sonebhadra (U.P.).

(1) Furnish adequate detailed :


i) Manufacturing & Testing :
Organization and facilities/
capabilities. ii) Design, Engineering :
Organization and facilities/
capabilities. iii) Field Organization and
resources : for erection,
testing & commissioning.
(2) Additional details in respect of :
manufacturing & testing facilities,
may be enclosed with the bid and
listed out here.

Date: (Signature)………………………………...
e-Tender No. 383/EPD-I/ATPS/2019-20

Place: (Printed Name) ………………………..…

(Designation) …………………………….

(Name of Bidder)…………………………

(Common Seal) ………………………..… ------------------------------------------------------


--------------------------------------------------------------- Note:-
1. The above schedule shall be filled up by the bidder separately for himself and for each
Parent Company/ Collaborator, if any being proposed by the bidder in his bid.
2. Continuation sheets of same size and format may be added by the bidder.

Schedule-‘C’

01 No. 40 MVA, 132/6.9 KV, 3 Phase CW Transformer,


PACKAGE
(Details of Manufacturing capacities and plant loading of the Bidder)
Bidder’s Name and Address: To,
…………………………............................ Executive Engineer,
…………………………………………… Electrical Procurement
Division-I,
…………………………………………… Anpara ‘A’ Thermal Power
…………………………………………… Station,
P.O. Anpara -231225
Distt: Sonebhadra (U.P.).

We hereby furnish below the details of our installed manufacturing capacities and work in hand
to establish spare capacity for completion of work under this Package.

2011-2012 2012-2013 2013-2014 2014-2015 2015-2016

Sl.
Bidder’s shop

Bidder’s shop

Bidder’s shop

Bidder’s shop

Bidder’s shop
contractor’s

contractor’s

contractor’s

contractor’s

Item contractor’s
No.
Sub-

Sub-

Sub-

Sub-

Sub-
shop

shop

shop

shop

A. Production
as installed
B. Firm orders
in hand up
to
C. Balance
capacity
available
e-Tender No. 383/EPD-I/ATPS/2019-20

D. Orders
expected
E. Work load
expected for

shop
this contract
o
nti….

2011-2012 2012-2013 2013-2014 2014-2015 2015-2016

Sl.
Bidder’s shop

Bidder’s shop

Bidder’s shop

Bidder’s shop

Bidder’s shop
contractor’s

contractor’s

contractor’s

contractor’s

contractor’s
Item
No.
Sub-

Sub-

Sub-

Sub-

Sub-
shop

shop

shop

shop

shop
F. Shortfall,
if any
G. Alternative
arrangements
to
make
up
this shortfall

Date:
Place:
(Signature)………………………………...
(Printed Name) ………………………..…

(Designation) …………………………….

(Name of Bidder)…………………………

(Common Seal) ………………………..…


e-Tender No. 383/EPD-I/ATPS/2019-20

---------------------------------------------------------------------------------------------------------------------
---------------------------------------------------
Note:- Continuation sheets of like size and format may be used as per Bidder’s requirement and
shall be annexed to this attachment.

Schedule-‘D’
01 No. 40 MVA, 132/6.9 KV, 3 Phase CW Transformer PACKAGE
(Present Order Book Position and Past Performance Data)

Bidder’s Name and Address: To,


…………………………............................ Executive Engineer,
Electrical Procurement
……………………………………………
Division-I,
…………………………………………… Anpara ‘A’ Thermal Power
…………………………………………… Station,
P.O. Anpara -231225
Distt: Sonebhadra (U.P.).

1.List of order received in last five (05) years & details of similar equipment commissioned/
supplied in last five (05) years.

N
Na
o.
me
of % work Completio Rea
of Da
Sl Or un Typ complete n of son
Clie te
. der its e of Present d Engg./ Completion Erection, for
nt of
N val of cool status Manufac of supply Testing & dela
with or
o. ue un ing turing/ Commission y (if
full der
its erection ing any)
addr
siz
ess
e
Actu Actu Actu
Sche al/ Sche al/ Sche al/
dule expe dule expe dule expe
cted cted cted

Date:
Place:
e-Tender No. 383/EPD-I/ATPS/2019-20

(Signature)………………………………... (Printed
Name) ………………………..…(Designation)
……………………………. (Name of
Bidder)…………………………
(Common Seal) ………………………..…
Note:-
1. The above schedule shall be filled up by the bidder separately for himself and for each
Parent Company/ Collaborator, if any being proposed by the bidder in his bid.
2. Continuation sheets of same size and format may be added by the bidder.

Schedule-‘E’
01 No. 40 MVA, 132/6.9 KV, 3 Phase CW Transformer PACKAGE
(Data regarding key Constructional Personnel)

Bidder’s Name and Address: To,


…………………………............................ Executive Engineer,
Electrical Procurement
……………………………………………
Division-I,
…………………………………………… Anpara ‘A’ Thermal Power
…………………………………………… Station,
P.O. Anpara -231225
Distt: Sonebhadra (U.P.).

The qualification & experience of key construction personnel proposed for administration and
execution of the contract at site as follows:-

Sl. Position/
Name Qualification Experience
No. Designation

Date:
Place:

(Signature)………………………………...(Printed
Name) ………………………..… (Designation)
…………………………….
(Name of Bidder)…………………………
(Common Seal) ………………………..…
Note:-
e-Tender No. 383/EPD-I/ATPS/2019-20

1. The above schedule shall be filled up by the bidder separately for himself and for each
Parent Company/ Collaborator, if any being proposed by the bidder in his bid.
2. Continuation sheets of same size and format may be added by the bidder.

2.6: FORMAT FOR DEED OF JOINT UNDERTAKING


(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE) FORMAT
FOR DEED OF JOINT UNDERTAKING TO BE JOINTLY EXECUTED BY
CONTRACTOR AND HIS PARENT COMPANY/ COLLABORATOR
AS PER CHAPTER-1, PART-I, CLAUSE 1.2.3 OF TENDER SPECIFICATION FOR
THREE PHASE C W TRANSFORMER

This DEED OF UNDERTAKING executed this ………………… day of


………………… two thousand and …………………. By M/s.
………………………………………………………........... a Company incorporated under
…………………………………………….. having its registered office at
…………………………………………. Hereinafter called the “Parent Company/ Collaborator”,
which expression shall include its successors, administrators, executors and permitted assigns
and M/s. …………………………………………………………………………….. a company
registered under the companies Act, 1956 having its registered office at ……………………..
(hereinafter called the “Bidder/Contractor”, which expression shall include its successors,
administrators, executors and permitted assigns) in favour of UTTAR PRADESH RAJYA
VIDYUT UTRPADAN NIGAM LIMITED, a company or “Owner” which expression shall
include its successors, administrators, executors and assigns.
WHEREAS, the Owner invited bids for design, engineering, manufacture, testing at
works, transportation to various sites, insurance, receipt of C W transformer at site including
unloading. Supply of necessary tools & tackles, mandatory spares and 10% extra transformer oil
for three phase C W transformer package for its Projects at ‘A’TPS, Anpara.
AND WHEREAS THE Chapter-1, Part-I, Clause 1.3.3 of bidding documents stipulates
that bidder should have designed, manufactured and supplied at least two (02) Nos. (one each at
two different installations) of 33 KV or above class power transformers of at least 16 MVA
capacity (either three phase transformer as a single unit or single phase transformer) which
should be in successful operation for at least two (02) years as on date of bid opening.
AND WHEREAS, M/s. ………………………… (The bidder) is submitting its proposal,
in response to the aforesaid invitation for bid by the Owner, bearing No. …………………….
For the three phases Unit Auxiliary transformer package for Anpara the Owner’s bidding
documents.
And whereas M/s. ……………………. (Bidder) is entitled to bid as per clause No. 1.3.1,
Chapter-1, Part-I of bidding documents and desire to participate based on the support of Parent
Company. Collaborate with M/s. ……………………………………………… ()hereinafter
referred to as “Parent Company/ Collaborator”) who satisfy the qualification requirements as
specified in clause 1.3.3 of bidding documents, the bidder and the parent company/ collaborator
e-Tender No. 383/EPD-I/ATPS/2019-20

are required to jointly execute and furnish along with the bid an irrevocable deed of joint
undertaking and be jointly and severally responsible and bound up to the Owner for successful
performance of the equipment for three phase C W transformer package for Anpara fully
meeting the stipulated technical requirements, guaranteed parameters and characteristics as per
bidding documents, in the event the bid is accepted by the Owner resulting in a contract.
NOWTHEREFORE, THIS DEED WITNESSETH AS UNDER:
i. THAT in consideration of the award of the contract by the Owner to the
contractor, we the parent company/ collaborator and the contractor do hereby
declare and undertake that we shall be jointly & severally responsible to the
Owner for the execution and successful performance of the equipment under the
contract including the guaranteed parameters, as specified under the said
contract.

ii. In case of any breach of the contract committed by the contractor, we the parent
company/ collaborator do hereby undertake declare and confirm that we shall be
fully responsible for the successful performance of the equipment under the
contractor and undertake to carry out all the obligations and responsibilities under
this deed of breach of the contract on account of equipment. We the parent
company/ collaborator and contractor jointly and severally undertake to promptly
identify and pay such loss/ damages caused to the Owner on its written demand
without and demur, reservation contest or protest in any manner whatsoever. This
is without prejudice to any rights of the Owner against the contractor under the
contract and/ or guarantees. It shall not be necessary or obligatory for the Owner
to first proceed against the contractor before proceeding against the parent
company/ collaborator (with respect to obligations and responsibilities of the
parent company/ collaborator covered under this deed of joint undertaking) nor
any extension or time or any relaxation given by the Owner to the contractor
shall prejudice any rights of the Owner under this deed of joint undertaking to
proceed against the parent company/ collaborator/ contractor.

iii. Without prejudice to the generality of the undertaking in paragraph-1 above, the
manner of achieving the objective set forth in paragraph-1 above shall be as
follows:-
(a) We, the Parent company/ collaborator will be fully responsible for design
Engineering, Manufacture, Testing at works, transportation to various sites,
insurance, receipt and unloading of C W transformer at site including supply of
necessary tools & tackles. Mandatory spares and 10% extra transformer oil as
specified under the contract to the satisfaction of the Owner.
Further, the Parent company/ collaborator shall depute their technical experts from
time to time to Contractor’s works/ Owner’s project site as required by the Owner
and agreed to by Contractor/ Parent company/ collaborator to facilitate the
successful testing of C W transformer as stipulated in bidding documents to the
satisfaction of Owner.
Further, Parent company/ collaborator shall ensure proper design, manufacture and
filling and testing of transformer covered under the said contract in accordance with
the stipulations of bidding documents and if necessary the Parent company/
collaborator shall advice the contractor suitable modification of design and
implement necessary corrective measures to discharge the obligations under the
contract.
e-Tender No. 383/EPD-I/ATPS/2019-20

(b) In the event the Parent company/ collaborator and the contractor fail to demonstrate
successful performance of the equipment as set forth in paragraph 1 above, the
Parent company/ collaborator and the contractor shall promptly carry out all the
corrective measures at their own expense and shall promptly provide corrected
design to the Owner.
(c) Implementation of the corrected design and all other necessary repairs
replacements, rectification or modifications to the equipment and payment of
financial liabilities and penalties shall be the joint and several responsibilities of the
contractor and the Parent company/ collaborator.
iv. We, the contractor and the Parent company/ collaborator do hereby undertake and
confirm that this undertaking shall be irrevocable and shall not be revoked till
Ninety (90) days after the end of the warranty period of the last equipment
covered under this deed of joint. Undertaking and further stipulate that the
undertaking herein contained shall terminate after Ninety (90) days of satisfactory
completion of such warranty period. In case of delay in completion of warranty
period, the validity of this deed of joint undertaking shall be extended for such
period of delay. We further agree that this undertaking shall be without any
prejudice to the various liabilities of the contractor, including contract
performance guarantee as well as other obligation of the contractor in terms of the
contract.
v. The contractor and Parent company/ collaborator will be fully responsible for the
quality of all the equipment/ main assemblies/ components manufactured at their
works or at the Vendor’s works or constructed at site, and their repair or
replacement, if necessary for incorporation in the Plant and timely delivery
thereof to meet the completion schedule under the contract. vi.In case of Award,
in addition to the contract performance guarantee furnished in the contractor, the
Parent company/ collaborator shall furnish ‘as security’ and on demand
performance bank guarantee in favour of the Owner as per provisions of the
clause 1.2.3 of bid documents. The value of such bank guarantee shall be equal to
three percent (3%) of the total contract price as awarded by the Owner tot the
contractor and it shall be guaranteed towards the faithful performance/
compliance of this deed of joint undertaking in accordance with the terms and
conditions specified herein. The Bank Guarantee shall be unconditional and
irrevocable and valid till Ninety (90) days beyond the end of warranty period of
the last equipment covered under this deed of joint undertaking. In case of delay
in completion of warranty period, the validity of this Bank guarantee shall be
extended by such period of delay. The guarantee amount shall be promptly paid to
the Owner on demand without any demur, reservation, protest or contest.
vii.Any dispute that may arise in connection with this deed of joint undertaking shall be
settled as per arbitration Clause-31. Form-B [Chapter-1, Part-I (b)] annexed in the bidding
documents. This deed of joint undertaking shall be constructed and interpreted in accordance
with the laws of India and shall be subject to jurisdiction of local courts of Distt: Sonebhadra
(U.P.) and high court of judicature at Allahabad only. viii.We, the Parent company/
collaborator and the contractor agree that this undertaking shall be irrevocable and shall form
an integral part of the contract. We further agree that this undertaking shall continue to be
enforceable till its validity as given in Clause-4 of this undertaking. ix.That this deed of joint
undertaking shall be operative from the effective date of the contract.
IN WITNESS WHEREOF, the Parent company/ collaborator and the contractor through
their authorized representatives, have executed this deed of joint undertaking under these
e-Tender No. 383/EPD-I/ATPS/2019-20

presents and affixed common seal of their respective companies, on the day, month and year first
mentioned above.
For M/s. …………………………………………
(Parent company/ collaborator)
WITNESS:
1. (Signature, Name & Office Address) (Signature of the Authorized Representative)
Name ………………………………………….
Designation…………………………………………
(Signature, Name & Office Address) Common seal of the
2. company……………………………………………... For M/s.
…………………………………………
1. (Signature, Name & Office Address) (Bidder)

2. (Signature, Name & Office Address) (Signature of the Authorized Representative)


Name ………………………………………….
Designation…………………………………………
Common seal of the
company……………………………………………...

CHAPTER-II

Part-I : Guaranteed Technical Parameters

Part-II : Capitalization of losses and flux densities

Part-III : Schedule of Technical data Requirements and other technical


e-Tender No. 383/EPD-I/ATPS/2019-20

particulars.

Part-IV : Rate schedule for supply and erection works.

PART-I:- GUARANTEED TECHNICAL PARAMETERS

A. Project, Location of site communicating topography and climatologically data.

B. Technical Requirement for 01 No. 40 MVA, 132/6.9 KV, 3 Phase CW


Transformer
e-Tender No. 383/EPD-I/ATPS/2019-20

Part-I: GUARANTEED TECHNICAL PARAMETERS:-


This specification covers the guaranteed technical parameters of 01 No. 40 MVA,
132/6.9 KV, 3 Phase CW Transformer proposed for procurement through this tender
specification. Details of project, location of site & communicating topography and
climatologically data of Anpara ‘A’ Thermal Power Station where this transformer is
to be supplied are as under:-

A. PROJECT, LOCATION OF SITE, COMMUNICATING TOPOGRAPHY


ANDCLIMATOLOGICALLY DATA:

01. Purchaser : Executive Engineer, Electrical Procurement


Division-I, Anpara ‘A’ Thermal Power Station,
UPRVUNL, Anpara, Distt: Sonebhadra (U.P.)
02. Consignee : Executive Engineer, (O&M) Store Division, Anpara ‘A’ Thermal Power
Station, UPRVUNL, Anpara, Distt: Sonebhadra (U.P.)
03. Power Station : Anpara Thermal Power Station, Anpara.
04. Project : 3x210 MW Anpara ‘A’ Thermal Power Station,
UPRVUNL, Anpara, Distt: Sonebhadra (U.P.)
05. Location : Anpara, Sonebhadra (U.P.)
06. Nearest Railway Station : Anpara Railway Station, Eastern Railway.
e-Tender No. 383/EPD-I/ATPS/2019-20

07. AMBIENT TEMPERATURE:-


i) Maximum ambient air : 50°C temperature
ii) Maximum daily average : 40°C ambient
temperature
iii) Maximum yearly weighted : 37°C average
ambient temperature
iv) Minimum ambient air : (-) 5°C
temperature
08. Proximity to Railway Station : 30 Km. from Rihand Dam and approx. 100 Km. by and
district head quarters road from district head quarters Sonebhadra
(Robertsganj).
09. Elevation above sea level : 194 Meter
10. Relative humidity : Rages from 10% to 100%
11. Rain fall:-
a) Annual average : 1178.7 mm.
b) Period : June-September/ December
12. Transport:-
a) Road on U.P. state highway : Mirzapur-Robertsganj-Renukoot section (all weather
metalled road).
13. Climatic condition : Atmosphere is generally hot and humid and is conducive to fungus
growth.
14. Sies mic zone : Zone-II as per IS:1983
15. Sies mic coefficient : 0.06 g
(Horizontal)

B. TECHNICAL REQUIREMENT

1.00.00 TECHNICAL PARAMETERS:-


1.01.00 01 No. 40 MVA, 132/6.9 KV, 3 Phase CW Transformer

Sl. Description CW Transformer


No.
a) Rating : 40 MVA
b) Cooling : ONAN/ ONAF/ OFAF
c) Type : 3 Phase Transformer
d) Voltage ratio : 132/6.9KV
e) Frequency : 50 Hz
f) Phases : 3 Phase
g) Impedance voltage at 75°C at principal tap : 16.94%
respective rated MVA base (%).
h) Service : Outdoor type
i) Duty : Continuous
j) Overload capacity : As per IS:6600
e-Tender No. 383/EPD-I/ATPS/2019-20

k) Temperature rise over


50°C ambient:-
(i) Top oil measured by : 35°C
thermometer
(ii) Winding measured by : 40°C
resistance
l) Maximum design ambient temperature : 50°C

m) KVA Rating : OFAF ONAF ONAN


(i) HV winding : 40000 31000 25000
(ii) LV winding : 40000 31000 25000
n) Rated voltage:-
(i) HV winding : 132 KV
(ii) LV winding : 6.9 KV
o) Rated current (Amp.):-
(i) HV : 174.95 137.78 109.35
(ii) LV : 3346.96 2635.73 2091.85
p) Connections:-
(i) HV winding : Star
(ii) LV winding : Delta
q) Vector group : YNd11
r) On load tap changer:-
(i) Rating : 300 Amp.
(ii) Range : -10% to +10%
(iii) Number of steps : 16 steps (17 tap position)
(iv) Type of voltage variation : Constant flux, on load tap changer, 17
position with inversion continuous
service for HV voltage variation.

(v) Installation : Outdoor type


s) Cooling Equipment:-
(i) Radiator Bank : 2x50% separately mounted
(ii) No. of cooling fan : 04 Nos. per bank (three running + one
standby)
(iii) No. of pumps : 02 Nos.
(iv) Supply for cooling fan & pump : 415 V, 3 Phase, 4 wire

(v) Control supply : 220 V DC


t) Insulation level (IS:2026, :
Part-III, 1977)
e-Tender No. 383/EPD-I/ATPS/2019-20

a) Separate source power frequency


withstand for 60 second

(i) HV winding : As per IS:2026 ,Part-III

(ii) LV winding : As per IS:2026 ,Part-III

b) Induced over voltage test on:-

(i) HV and PD As per IS:2026 ,Part-III


measurement on
c) Full wave lightening impulse test:-

(i) HV winding : 550 KVP


(ii) LV winding : 60 KVP
d) Switching impulse withstand voltage:-

(i) HV winding : N.A.


(ii) LV winding : N.A.
u) Thermal arrangement:-
a) High voltage : 145 KV OIP condenser bushing as per
IS:2099/IEC137
b) Low voltage : 24 KV Porcelain bushing as per
IS:2099/IEC137
c) Neutral : 36 KV Porcelain bushing as per
IS:2099/IEC137

4
0 MVA, 132/6.9 KV, 3 Phase CW Transformer:-
Bushing turret mounted current transformers:-
Following bushing turret mounted current transformers shall be provided in the Transformers.
The neutral CT shall be frame mounted.
A. For Restricted E/F Protection CT R- Phase Y- Phase B- Phase Neutral
(132KV) (132KV) (132KV)
(i) Ratio 300/1 300/1 300/1 300/1
(ii) Burden 15VA 15VA 15VA 15VA
(iii) Class PS PS PS PS
(iv) Knee point voltage >300Volt >300Volt >300Volt >300Volt
(v) CT Resistance <3Ω <3Ω <3Ω <3Ω
(vi) Quantity 01 No. 01 No. 01 No. 01 No.
B. For Differential Protection CT
(i) Ratio 300/1 300/1 300/1 -
(ii) Burden 15VA 15VA 15VA -
e-Tender No. 383/EPD-I/ATPS/2019-20

(iii) Class PS PS PS -
(iv) Knee point voltage >300Volt >300Volt >300Volt -
(v) CT Resistance <3Ω <3Ω <3Ω -
(vi) Quantity 01 No. 01 No. 01 No. -
C. For Spare CT
(i) Ratio 300/1 300/1 300/1 300/1
(ii) Burden 15VA 15VA 15VA 15VA
(iii) Class PS PS PS PS
(iv) Knee point voltage >300Volt >300Volt >300Volt >300Volt
(v) CT Resistance <3Ω <3Ω <3Ω <3Ω
(vi) Quantity 01 No. 01 No. 01 No. 01 No.
D. Windings temperature Protection
CT
(i) Ratio - 194.39/2.9- - -
3.15-
3.4-3.6
(ii) Burden - 7.5VA±5% - -
(iii) Class - 5 - -
(iv) Knee point voltage - - - -
(v) CT Resistance - - - -
(vi) Quantity - 01 No. - -
Total Quantities 03 Nos. 04 Nos. 03 Nos. 02 Nos.
NOTE- Specification of WTI CT is as per existing Transformer however manufacturer may
choose WTI CT specification as per his requirement.
All CTs shall be strictly manufactured in conformity with the specification of IS: 2705
All CTs shall be strictly manufactured in conformity with the specification of IS: 2705

3.1 GENERAL REQUIREMENTS OF TRANSFORMER CONSTRUCTION


3.1.1 STANDRDS
All equipment provided under the specification shall in general, confirm to the latest issue
of the following standards:-
Indian Title International & internationally
Standards recognized standards
No.
(1) (2) (3)
IS:2026 Power Transformer IEC:76
IS:3639 Fitting & accessories for power
transformers.
IS: 335 Insulation for alternating IEC:296, BS:148
voltages switchgear
IS: 2099 Bushing for alternation voltages above IEC: 137, BS: 223
1000V
IS: 2705 Current transformers IEC: 185
e-Tender No. 383/EPD-I/ATPS/2019-20

IS: 325 Three Phase Induction Motors IEC: 34


IS: 375 Marking & arrangement for switchgear bus
bars, main connections & auxiliary wiring.
IS: 3637 Gas operated relays
IS: 10028 Code of practice for selection installation &
maintenance of transformers.
IS: 4691 Degree of protection provided by enclosure
for rotating electrical machinery.
IS: 2147 Degree of protection provided by enclosure IEC: 144
for low voltage switchgear & control
IS: 5 Colors for ready mix paints.
Code of practice for maintenance &
supervision of mineral insulating oil in
equipment.
IS:6272 Industrial cooling fans
IS:6600 Guide for loading of oil IEC: 354
immersed transformers.
IS:3347 Specification for dimensions of porcelain
bushing.
IS:8468 On load tap changers. IEC: 214
High voltage test technique. IEC: 60
Insulation co-ordination. IEC: 71
NEMA standard publication for power NEMA-TR-1
transformers.
IS:10597 Code of practice for selection installation

operation & maintenance of pumps for


industrial applications.
IS:9434 Guide for sampling & analysis of free & IEC: 567
dissolved gas & oil from oil fitted electrical
equipment.
IS:12676 Dimensions for OIP insulated condenser
bushings.
IEEE:32 IEEE standard requirement terminology &
test procedure for neutral grounding device.

3.1.2 The electrical installation shall meet the requirements of Indian Electricity Rules 1956 &
IS: 10028 Code of practice for selection, installation & maintenance of transformers as
named up to date.
3.2 PERFORMANCE:
(a) CW and Station Transformer should be suitable for charging from HV side.
e-Tender No. 383/EPD-I/ATPS/2019-20

(b) Total cooling system of transformer with oil forced & air forced (OFAF)
cooling shall be so designed that during total failure of power supply to
cooling fans & oil pumps, the transformer shall be able to operate at full load
for at least 10 minutes without the calculated winding hot spot temperature
exceeding 140°C. Also stooping of one of the cooling fan should not have
any effect on the cooling system of transformers.
(c) The maximum flux density in any part of the core & yoke at the rated MVA,
voltage & frequency shall be such that under 110% continuous voltage
condition it does not exceed 1.9 tesla.
(d) The transformer & all its accessories including CTs etc. shall be designed to
withstand without injury the thermal & mechanical effects of any external
short circuit to earth & of short circuit at the terminal of any winding for a
period of 03 seconds. Contractor shall submit the short circuit withstands
calculations.
(e) Transformer shall withstand, without injurious heating, combined voltage &
frequency fluctuation, which produce the following over fluxing condition.
110% Continuous
125% For one minute
140% For five seconds
Bidders shall indicate 150% & 170% over voltage withstand time. Over fluxing
characteristics up to 170% shall be submitted.
(f) The air core reactance of HV winding of transformers shall not be less than
20%.
(g) The transformer shall be capable of being operated continuously without
danger on any tapping at the rated MVA with voltage variation of 10%
corresponding to the voltage of tapping.
(h) The transformer shall be capable of being loaded in accordance with IS:
6600/ IEC: 354 up to load of 150%. There shall be no limitation imposed by
bushings, tap changers etc. of any other associated equipment.
(i) Employer/ Employer’s consultant would undertake design review.
3.3 CONSTRUCTION:
The features & construction details of each transformer shall be in accordance with the
requirement stated hereunder.
3.3.1 TANK AND TANK ACCESSORIES:-

(a) Tank shall be of welded construction & fabricated from tested quality low
carbon steel of adequate thickness. The welding procedure specified (WPS),
procedure qualification record (PQR) shop welding schedule, welder
qualifications shall be subject to owner’s approval. After completion of
welding all joints shall be subjected to dye penetration testing. Weld joints at
all load bearing member shall be left unpainted till carrying out jacking test
followed by DP test during final inspection of transformer. Detail of
acceptance norms of welding shall be submitted for Owner’s approval which
shall include permissible undercut, overlap, surface crack, porosity, out of
alignment of place surface in butt joints, maximum gap due to incorrect fit up
of fillet joint etc.
e-Tender No. 383/EPD-I/ATPS/2019-20

(b) Transformer shall be with bell type tank with the joint at about 500mm above
the bottom of the tank.
(c) Tank shall be provided with:-
1) Lifting lug suitable for lifting the equipment complete with oil.
2) A minimum of four jacking pads in accessible position to enable the
transformer complete with oil for raising and lowering purpose.
3) Suitable haulage holes shall be provided for transformer wheeling in all four
directions.
4) Four number lifting pads on the bell tank cover shall be provided with a
purpose to lift the tank cover for rim gasket replacement.
(d) The transformer are to be provided with flanged bi-directional wheels &
axles & shall be mounted on wheels on foundation. Suitable locking
arrangement shall be proved for the wheels to prevent accidental movement
of transformer. The rail track gauge shall be 1676 mm along longer axis as
well as along shorter axis.
(e) At least two adequately sized inspections opening one at each end of the tank
shall be provided for easy access to bushing & earth connections. Handles
shall be provided on the inspection cover to facilitate lifting.
(f) Turrets & other parts surrounding the conductor of individual phase shall be
non-magnetic.
(g) All bolted connections shall be fitted with weather proof, hot oil resistant
rubberized cork gasket in between for complete oil tightness. If gasket is
compressible, metallic stops shall be provided to prevent over compression.
3.3.2 CORE:
(a) The core shall be constructed from high-grade non-aging, cold roiled, super
grain oriented. Silicon steel laminations, known as HI-B steel trade name.
(b) The insulation of core to bolts & core to clamp plates shall be able to
withstand a voltage of 10 KV (rms) for a minute in air for 132 KV class
transformer.
(c) Adequate lifting lugs will be provided to enable the core & winding to be
lifted.
3.3.3 WINDINGS:
(a) The contractor shall ensure that windings are made in dust proof & air
conditioned atmosphere. The bidder shall furnish details of the facilities
available at his works along with the bid.
(b) The conductors shall be electrolytic grade copper free from scales & burrs.
(c) All windings of the transformers having voltage less than 66 KV shall have
uniform insulation.
3.3.4 INSULATION OIL (EHV GRADE CONFIRMING TO IS-335, 1993):

The transformer shall be supplied complete with insulating oil for first filling plus 10%
excess oil. The characteristics and parameters of insulating oil shall be as per IS-335, 1993
described hereunder.
Sl. No. Characteristics Unit Requirement
e-Tender No. 383/EPD-I/ATPS/2019-20

1 Appearance The oil shall be clear and transparent


& free from suspended matter or
sediments.
2 Density at 20°C g/cm³ 0.89
3 Kinematics viscosity at 27°C (max.) cst 27
4 Interfacial tensions at 27°C (Min.) N/m 0.04
5 Flash point (min.) °C 140
6 Pour point (max.) °C -6
7 Neutralization value (Total acidity) Mg/KOH/ 0.03
max. gm
8 Corrosive sulpher Non -corrosive
9 Electric strength KV rms
(breakdown voltage) min.
a. New unrated oil 30 (if the above value is not obtained,
the oil shall be filtered in laboratory)
b. After filtration 60
10 Dielectric dissipation factor (Tan δ) 0.002
at 90°C (Max.)
11 Water content (Max.) (in untreated PPM 40
& untreated oil)
12 Specific resistance (Min.):- Ω-cm
a) At 90°C 35×10¹²
b) At 27°C 1500×10¹²
13 Oxidation stability:-
a) Neutralization value (Max). Mg/KOH/ 0.4
gm
b) Total sludge after oxidation (Max.) % 0.1
14 Ageing characteristics after 96
hrs. as per ASTMD1934 with
catalyst (copper):-
a) Resistivity (min.)
a) At 90°C 02×10¹²
Ω-cm
b) At 27°C 2.5×10¹²
b) Tan δ at 90°C(Max.) 0.2
c) Total acidity (Max.) Mg/KOH/ 0.05
gm
d) Sludge content by weight (Max.) % 0.05
15 Presence of oxidation inhibitor Oil shall not contain oxidation
inhibitor
3.3.5 TERMINAL ARRANGEMENTS:
3.3.5.1 (a) The electrical & mechanical characteristics of bushings shall be in accordance
with IS: 2099, IS: 3347 & IS: 12076.
e-Tender No. 383/EPD-I/ATPS/2019-20

(b) Bushings of 52 KV & above shall be of the oil filled condenser type & shall
be of draw lead type to facilitate removal. Bushings of rating below 52 KV
shall be solid porcelain or oil communicating type.

(c) Condenser type bushing shall be provided with:-


1) Oil level gauge
2) Oil filling plug drain valve (if not hermetically sealed)
3) Tap for capacitance & tan delta test
(d) Clamps & fittings shall be of hot dip galvanized steel.
(e) Bushing & fittings shall be provided with vent pipes that shall be connected to
route any gas collection through the Buchholz relay.
(f) No arcing horns shall be provided on the bushings.
3.3.6 TERMINAL CONNECTOR:
(a) Bushing terminal shall be provided with terminal connectors of approved
type & size for connection to external part. Terminal connectors must have
been successfully type tested as per IS: 5561.
(b) These shall be suitable for either horizontal or vertical takeoff.
(c) Aluminum alloy if used shall confirm to designation 4600 M of IS: 617 or of
better quality.
(d) No part of a clamp shall be less than 10 mm thick.
(e) All ferrous parts shall be hot dip galvanized conforming to IS: 2633
(f) For bi-metallic clamp, copper alloy liner of minimum 2 mm thickness shall
be cast integral with aluminum body. Alternative bidder may offer bimetallic
connector with loose bimetallic sleeve.
(g) Flexible connectors shall be made from tined copper sheets.
(h) Size of terminal/ conductor for which the clamp is suitable & rated current
under the conditions shall be embossed/ punched on each component of the
clamp, except hardware.
(i) Rated current of the terminal connectors shall be same as that of
corresponding bushing.
(j) Expansion type twin ACSR MOOSE terminal connector shall be supplied (03
Nos. with required hardware) for HV bushings. It should be suitable for
connecting HV Bushing.
(k) LV terminal connector shall suitable for LV bushing.
3.3.7 BUSHING CURRENT TRANSFORMER:
(a) Current transformer shall comply with IS: 2705/ IEC: 185 CTs shall be
mounted in the turret of bushing. Provision of the same inside the tank is not
permitted.
(b) It shall be possible to remove turret mounted current transformers from the
transformer, tank without removing the tank cover. Necessary precautions
shall be taken to minimize eddy currents & local heat generated in the turret.
(c) All secondary leads shall be brought to a weather proof terminal box near
each bushing. These terminals shall be wired out to cooler control cabinet
using separate cables for each core.
e-Tender No. 383/EPD-I/ATPS/2019-20

3.3.8 TERMINAL MARKING:


The terminal marking & their physical position shall be as per IS: 2026 unless specified
otherwise.
3.3.8.1 NEUTRAL EARTHING ARRANGEMENT:
(a) The neutral transformers shall be brought to the ground level at a convenient
point, for connection to ground network through two (02), 75x12 mm
galvanized steel flats. The connection shall be made by using two (02) bolted
neutral grounding terminals with necessary accessories.
3.3.9 COMMON MARSHALLING BOX (CMB), COOLER CONTROL CABINET
(CCC) UNIT:

(a) Transformer shall be provided with one cooler control cabinet housing all the
cooler control, OTI, WTI for each winding etc. for one unit. Alternatively the
contractor may provide two different boxes, one for housing cooler controls
named as cooler control cabinet and a separate box for housing OTI, WTI etc.
named as Marshalling box.
(b) The sheet steel used for all the cabinet boxes shall be at least 2.5 mm thick.
The gasket used shall be of neoprene rubber. A space heater & cubical
lighting with on-off switch shall be provided in each cabinet. A circuit
breaker/ contractor with thermal overload device for controlling the AC
auxiliary supply shall be provided.
(c) Terminal Blocks:-
1) The terminal blocks for power to be provided shall be fully enclosed with
removable covers & made of molded, non-inflammable plastic material with
blocks & barriers molded integrally. The terminal blocks shall be 1100 V
grade & have 100 A continuous rating. Control terminal blocks shall be 650
V, 10 Amp. rated made up of unbreakable polyimide 6.6 grade, complete
with insulating barrier. Terminal blocks for current transformer secondary
leads shall be provided with test links & isolating facilities. Also current
transformer secondary leads shall be provided with short circuiting &
earthing facilities. At least 20% spare terminals shall be provided on each
panel & these spare terminals shall be uniformly distributed on all terminal
blocks.
2) Terminal blocks shall be suitable for connecting the following conductors on
each side:-
i) Current Transformer - Minimum of two Nos. of
Circuit 2.5 Sq.mm. copper wires
each side.
ii) Other circuits - Minimum of one No. of
2.5 Sq.mm. copper wires
each side.
(d) The temperature indicators shall be so mounted that the dials are not more
than 1200 mm from ground level. Glazed door of suitable size shall be
provided for convenience of reading.
(e) One cooler control cabinet/ marshalling box of each type for each rating of
transformer shall be tested for protection in accordance with IS: 2147.
e-Tender No. 383/EPD-I/ATPS/2019-20

3.3.10 AUXILIARY POWER SUPPLY FOR COOLERS:


3.3.10.1 All loads shall be fed by one of the two feeders (to be provided by employer) through an
electrically interlocked automatic transfer switch.
Design features of the transfer switch shall include the following:-
(a) Provision for the selection of one of the feeder as normal source & other as
standby.
(b) Upon failure of the normal source, the loads shall automatically transfer, after
an adjustable time delay, to standby source.
(c) Indication to be provided for failure of normal source & for transfer to
standby source & also for failure to transfer.
(d) Automatic retransfer to normal source without any intentional time delay
following re-energization of the normal source.
(e) Both the transfer & the re-transfer shall be dead transfers & AC feeders shall
not be paralleled at any time.
3.3.40.2 The contractor shall derive AC feeders for Tap Changer cabinet & cooler control cabinets

after suitable selection at CMB/ CCC for which description is given above. The supplier
shall derive AC supply for control circuitry from the AC feeder as mentioned above by
using appropriately rated dry type transformer if the control circuit is operated by DC
supply then suitable main & standby converters shall be provided by the supplier to be
operated from AC feeder.
3.3.11 CONTROL WIRING & CABLING:
Supply, lying & termination of all cables & accessories required of proper termination
from the CCC so as to make equipment complete & functional shall be in scope of
supplier. The cable between the CCC & transformer shall be laid by the supplier through
GI conduits/ pipes.
Cable box/ sealing end shall be suitable for following types of cables.
i) 415 V Power - 1100 V grade PVC
insulated aluminum
conductor cable with
Armour.
ii) Control - 1100 V grade PVC
insulated 2.5 Sq.mm.
standard copper
conductors with Armour.
Supplier shall furnish the total auxiliary power requirement for each rating.
3.3.12 PAINTING:
Painting of transformer and its accessories shall be in accordance with the following chart:-

PARTS NAME TYPE OF NO. OF COATS TOTAL DFT.


PAINT
Inside of tank and Oil & heat Two coats after Not less than 80
accessories (except resistant fully primer micron
Marshalling box glossy white
and CCC)
e-Tender No. 383/EPD-I/ATPS/2019-20

External surface of Chemical resistant Two coats each Not less than 100
transformer and epoxy zinc micron
accessories (except phosphate primer
cooler) followed by
polyurethane
finish paint.
External cooler Anticorrosive Two coats each Not less than 100
surface primary paint micron
followed by high
quality full glossy
outer finish paint
(light Grey color)
Internal/ surface of Chemical resistant Two coats each Not less than 100
Marshalling box/ epoxy Zinc micron
CCC phosphate primer
followed by
chemical &
heat resistant
epoxy enamel
white paint.
3.3.13 COOLING EQUIPMENT:

CW and Station transformer cooling shall be OFAF in addition cooling equipment shall
confirm to the requirement stipulated below:-
(a) The Cooler shall be designed using 2x50 % radiator banks equivalent in all
respect to the existing one on CW and Station Transformer site of ‘A’TPS.
For dimension and details of the existing cooling system, successful bidder
shall have to measure the same at site for avoiding any deviation from the
existing system. No request to consider the deviations shall be accepted in
view of the space constraints.
(b) Each radiator bank shall have its shut off valves, lifting lugs, top and bottom
oil filling valves, air release plug, a drain valve and thermometer pocket,
fitted with captive screw cap on the inlet and outlet oil pipes.
(c) Each radiator shall be provided with:
- a - One shut off valve at the top. b -
One shut-off valve at the bottom.
c - Air release device at the top. d - Main and
sampling device at the bottom. e - Lifting
lugs to lift entire cooling assembly.
f - Loose blanking plates for blanking off the main oil connections.
Note:-The omission of any or the provision of alternative arrangements to the
aboverequirements will not be accepted.
(d) Coolers fans & oil pumps (except standby cooler fan) shall operate
continuously. Cooler fans & oil pumps shall automatically start. Provision
shall be kept to start the Cooler fans & oil pumps by WTI contact.
(e) Suitable manual control facility for cooler fans & oil pumps shall be provided.
e-Tender No. 383/EPD-I/ATPS/2019-20

(f) Centrifugal or axial in line oil pumps shall be so designed that upon failure of
power supply to the pump motor, the pump impeller shall not limit the neutral
circulation of oil.
(g) Maximum oil velocity shall be such that it does not lead to static discharges
inside the transformer. These shall be verified during design review.
(h) An oil flow indicator shall be provided for the confirmation of normal pump
operation.
(i) Cooling fan & oil pump motor shall be suitable for operation on 415 ±10%
V, 3 phase, 4 wire, 50 Hz ±3% power supply & shall confirm to IS: 325 each
cooling fan & oil pump motors shall be provided with starter with thermal
overload & short circuit protection. The motor winding insulation shall be
conventional class B type. Motor shall have enclosure with degree of
protection equivalent to IP 55 as per IS: 4691. The temperature rise of the
motor shall be limited to 70 degree C above ambient of 50 degree. By
winding resistance method & shall comply with IS: 325.
(j) Fault indicating device- For transformer, an alarm contact shall be furnished
to indicate the unintended stoppage/ reverse rotation of a fan pump or oil
flow. The contractor shall also indicate if any additional lamp is required to
be provided in owner’s control room.
(k) Following lamp indicators shall be provided in MB/CMB/CCC:-
1) Cooler supply failure (main)
2) Cooler supply changeover
3) Cooler supply failure (standby)
4) Cooler supply failure
5) Cooling unit failure for each unit cooler.

6) No oil/ reverse oil flow for pumps


7) Common thermal overload trip
One potential free initiating contact for all the above conditions shall be wired
independently to the terminal blocks of CMB/CCC exclusively for Employer’s use.
3.3.14 ON LOAD TAP CHANGER:
Transformers shall be provided with a reversible, high speed on load tap changing
mechanism designed for full capacity rating of the transformer. All taps shall be provided
on HV side winding. On load tap changing mechanism must be suitable for parallel/
independent/ remote/ local electrical and local manual operation and bidirectional flow.
On load tap changing mechanism shall be designed to ensure the positive completion of
the load current transfer, once initiated without any possibility of stopping in an
intermediate position even in cases of failure of external power supply to the drive
mechanism. Apart from above OLTC shall be equipped with:-
1-Limit switches and mechanical steps to prevent over travel beyond maximum raise and
lower positions.
2-Hand/ crank/ Hand wheel for manual operation of the driving mechanism shall be
provided. Hand crank shall be electrically interlocked to prevent the operation of
mechanism by the motor while crank and wheel is engaged.
e-Tender No. 383/EPD-I/ATPS/2019-20

3-Drive mechanism provided with an interlock to cut off a counter impulse for a reverse
tap change being initiated during a progressive tap change, until the mechanism
comes to rest.
4-Tap selector and arcing switch shall be located in oil filed compartment mounted on the
transformer tank. Provisions shall be made for the escape of gas produced in the
arcing. Oil surge relay with alarm and trip contact shall also be provided on the
OLTC. Arcing switch compartment shall be sealed to prevent transfer of liquid to any
other compartment or to the main tank. Separate conservator for expansion of devices
switch shall be provided. Conservator shall be fitted with drain valve, filling cap and
vent pipe. Magnetic oil level indicator with high and low level alarm contacts shall
also be provided.

5-Each oil filled compartment shall be provided with a filling plug and drain valve with a
sampling device at the bottom of compartment as well as with magnetic liquid gauge
at the side of compartment.
6-OLTC shall include a break or clutch to allow only one step of tap change for each tap
change initiating impulse.
7-OLTC control equipment shall be mounted in a sheet steel weather proof cabinet
and include the following:-
(a) A device suitable for providing time delay in the range of 10 to 60 second in both
“raise” and “lower” directions. The time delay shall apply only to the first step of tap
changer.
(b) ‘Raise’-‘OFF’-‘Lower’ spring return to “OFF” type control switch.
(c) Tap position indicator with tap numbers on the instruments and ratings plates showing
corresponding rated voltage marked on the instrument. The tap position indicator shall
include an initiating device for operating the remote tap position indicator.
(d) Electrically interlocked reversing contactors shall be mechanically interlocked also.
(e) Operation counters to register the accumulated number of tap changers.
(f) Necessary relays for operation of control circuit.
(g) Voltmeter with selector switches for HV & LV windings.
8-For automatic operation control of OLTC following additional devices shall be
provided:-

(a) Voltage setting, voltage sensing and voltage regulating devices. The line drop
compensators with adjustable resistance and reactance element to permit
compensation for the line drop caused by load current fluctuations.
(b) Auto-manual maintained control selector switch.
9-For parallel operation of transformers following additional devices shall be
provided:-
(a) Current transformer of relaying accuracy for operating circulating current paralleling
circuits, if paralleling by circulating current method is specified.
(b) Line drop compensator with adjustable reactance suitable for reversing, if paralleling
by reverse reactance method is specified.
(c) Master-Follower-Individual-Maintained selector switches for transformer.
10-For remote control on load tap changer and remote control panel housing the
following devices shall be provided in addition to the local control cabinet and
local control devices:-
e-Tender No. 383/EPD-I/ATPS/2019-20

(a) “Local”-“Remote” maintained control selector switch.


(b) “Raise”-“OFF”-“Lower” spring return to ‘OFF’ type control switch.
(c) Remote tap position indicator with tap number and corresponding rated voltage
marked on the instrument.
(d) Auto-manual maintained control selector switch for remote automatic control of
OLTC gear.
(e) Master-follower-Individual maintained control selector switch for transformer for
parallel operation of transformer.
(f) Volt meter with selector switch for HV/ LV winding voltage.
(g) Reset, accept and lamp test push button for resetting/ accepting the alarm and testing
the alarm window lamps.
(h) Following alarm annunciation window shall be provide on remote control panel of
OLTC:-
(1) Failure of AC supply to OLTC Local control cabinet.
(2) Tap change in progress.
(3) Tap changers of all parallel operating transformers are not on the same tap.
(4) OLTC buchholz alarm.
(5) OLTC buchholz trip.
(6) Low oil level alarm for OLTC conservator.
(7) Alarm scheme should be such that it will be possible to silence the alarm after its
receipt and immediate after silencing it shall become available for the next operation.
It should not however be possible to reset the flags unless the fault is removed. All
alarm/ trip contact shall be designed to make break at 5 Ampere, 220V DC control
supply.
11-Following alarm initiating devices shall be provided on OLTC local control cabinet:-
(a) Failure of AC supply to OLTC control cabinet.
(b) Tap change in process.
(c) Tap changers of all parallel operating transformers are not on the same tap.
3.3.15 VALVES:
(a) All valves up to and including 10mm shall be of gun metal or of cast steel larger
valves may be of gun metal or may have cast iron bodies with gun metal fittings. They
shall be of full way type with internal screw and shall open when turned counter
clockwise when facing the hand wheel.
(b) Suitable means shall be provided for locking the valves in the open and close positions.
Provision is not required for locking individual radiator valves.
(c) Each valve shall be provided with the indicator to show clearly the position of the

valve.
(d) Gland packing/ gasket material shall be of Teflon rope/ nitrile rubber. In case of gate/
globe valves, gland packing preferably of Teflon rope shall be used to prevent oil
seepage through the gland.
(e) Oil sampling shall have provision to fix rubber hose of 100 mm size to facilitate oil
sampling.
e-Tender No. 383/EPD-I/ATPS/2019-20

(f) After testing, inside surface of all cast iron valves coming in contract with oil shall be
applied with one coat of oil resisting paint/ varnish with two coats of red oxide zinc
chromate primer followed by two coats of fully glossy finishing paint confirming to
IS:2932 and of a shade (preferable red or yellow) distinct and different from that of
main tank surface. Outside surface except gasket setting surface of butterfly valves
shall be painted with two coats of red oxide zinc chromate confirming to IS: 2074
followed by two coat of fully glossy finishing paint.
(g) Sampling and drain valves should have zero leakage rate.
(h) All hardware used shall be cadmium plated/ electro galvanized.
3.3.16 FITTINGS:
3.3.16.1 The following fittings shall be provided with transformer covered in this specification:-
(1) Conservator for main tank with oil filling hole and cap, isolating valves, drain valve,
magnetic oil level gauge with low/ high level alarm contacts and dehydrating silica gel
breather.
(2) Separate breather for conservator shall be mounted not more than 1400 mm above rail
top.
(3) Oil preservation system:- Air cell type.
(4) Minimum two Nos. of spring operated pressure relief devices with alarm/ trip
contacts. Discharge of PRD shall be properly taken through pipe & directed away
from the transformer/ other equipment.
(5) Buchholz relay double float type with isolating valves on both sides bleeding pipe with
gas collecting device at the end to collect gases and alarm and trip contacts.
(6) Air release plug.
(7) Inspection opening and covers.
(8) Bushing with metal parts and gaskets to suit it the termination arrangement.
(9) Cover lifting eyes transformer lifting lugs, jacking pads, towing holes and core &
winding lifting lugs.
(10) Protected type Mercury or alcohol in glass thermometer.
(11) Bottom and top filter valves with threaded male adapters, bottom, sampling valve and
drain valve.
(12) Rating & diagram plates on transformers and auxiliary apparatus.
(13) Fans, Pumps and Radiators as specified.
(14) Magnetic oil level gauge with low level alarm contacts.
(15) Dehydrating filter breather.
(16) Prismatic/ toughened glass oil gauge for transformers.
(17) 150 mm dial type oil temperature indicator with alarm and trip contacts, maximum
reading pointer & resetting device. Accuracy class shall be ±1.5% or better.
(18) 150 mm dial type winding temperature indicator with alarm and trip contacts,
maximum reading pointer & resetting device. Accuracy class shall be ±1.5% or better.
(19) Remote WTI. It should not be repeater dial of local WTI. Duplex or equipment
platinum RTD to be provided for remote winding temperature indication. In addition
4-20 mA signals shall be provided for DDCMIS. Any special cable required for
shielding purpose for connection between CCC & remote WTI.
(20) Flanged bi-directional wheels/ trolley for movement.
e-Tender No. 383/EPD-I/ATPS/2019-20

(21) Cooler control cabinet.


(22) Cooling equipment.
(23) Bushing current transformers.
(24) Insulating oil.
(25) Drain valves/ plugs shall be provided in order that each section of pipe work can be
drained independently.
(26) Terminal marking plates.
(27) Oil flow indicator.
(28) Valves schedule plates.
(29) Two earthing terminals on all the equipments mounted separately suitable for
connection to 75x12 mm G.I. flat along with 02 Nos. tapped holes, M10 bolt etc.
(30) Arrangement for collection of gases from buchholz relay.
3.3.16.2 The fittings listed above are only indicative and other fittings, which generally are required
for satisfactory operation of the transformer, are deemed to be included.
3.3.17 INSPECTION AND TESTING:-
(a) The contractor shall carry out a comprehensive inspection and testing program
during manufacture of the transformer. An indication of inspection envisaged by the
employer is given elsewhere in the specification. This is however not intended to
form a comprehensive program, as it is contractor’s responsibility to draw up and
carry out such a program in the form of detailed quality plan duly approved by
employer for necessary implementation.
(b) The contractor shall carry out all type tests and routine tests on the transformer. The
tests are listed elsewhere in the specification. The contractor shall carry out all the
test required against relevant Indian standard whether listed in tender or not during
manufacturing and commissioning of transformer. Its cost will be presumed
included in price quoted by bidder.
(c) The equipment checks to be carried out by the contractor are specified elsewhere in
the specification.
(d) The makes of all major bought out items shall be subject to employer’s approval.
The contractor shall also prepare a comprehensive inspection and testing program
for all bought out/ sub-contracted items and shall submit the same to the employer.
(e) Transformer shall be completely assembled with all fittings & accessories meant for
the particular transformer before offering for inspection & testing by employer.
3.3.17.1 ROUTINE/ TYPE/ SPECIAL TESTS ON ASSEMBLED TRANSFORMER:-
3.3.17.1.1 Routine test:-
(a) All routine tests in accordance with IEC: 60076 shall be carried out on transformer.
(b) Measurement of no load losses & current shall be done at 90%, 100% & 110% of
rated voltage.
(c) Dielectric tests shall be carried out as per IEC: 60076-3
(d) Procedure for lightning impulse test shall be as power Clause no. 14 of IEC: 60076-
3.
(e) ACLD test as per Clause no. 12.4 of IEC: 60076-3 shall be conducted.
e-Tender No. 383/EPD-I/ATPS/2019-20

(f) Following additional routine tests shall also be carried out on the transformer:-
1 Repeat no load current/ loss measurement after completion of all electrical tests.
2 Oil leakage test. This test shall be done on completely assembled transformer along
with unit coolers.
3 Jacking test followed by D.P. Test.
4 Temperature rise test:- shall be performed at a tap corresponding to maximum losses.
The test shall be carried out at minimum 110% of rated current. Oil samples

as per IEC: 567 shall be taken before & immediately after temperature rise test.
DGA shall be conducted on this oil sample & the values shall be recorded in the
report. For evaluation of gas analysis in temperature rise test the procedure shall be
as per IS: 9434 (based on IEC: 567) & results will be interpreted as per IS: 10593
(based on IEC: 599).
5 Core isolation test between core:- tank, clamp-tank and core-clamp.
6 Measurement of no load current with 415V, 50 Hz AC supply.
7 IR measurement.
8 Frequency response analysis test.
9 Measurement of capacitance & Tan Delta to determine capacitance between winding
& earth.
3.3.17.1.2 TYPE/ ROUTINE TEST ON ASSEMBLED TRANSFORMERS:-
3.3.17.1.3 Type Tests:-
Following tests shall be conducted on the transformer: Temperature rise test and all tests
other than test at Sl. No. (a) to (c) shall be conducted after short circuit test:-
(a) Tank vacuum test.
(b) Tank pressure test.
(c) Recurrence surge oscillograph measurement.
(d) Measurement of the power taken by the fans & oil pumps (Special test).
(e) Measurement of harmonics of the no load current (Special test).
(f) Measurement of acoustic noise level as per NEMA TR-1 (Special test).
(g) ACSD test (Special test) as per clause no. 12.3 of IEC: 600763
(h) Determination of transient voltage transfer characteristics (Special test).
3.3.17.1.4 TYPE TESTS ON COMPONENTS:-
Type reports shall be submitted for following:
(a) Degree of Protection (IP55) test on CCC/CMB
(b) All type tests on bushings as per IEC: 60137
3.3.17.2 TANK TEST: Routine & Type Test
ROUTINE TEST:
(a) Oil leakage test on assembled transformer
e-Tender No. 383/EPD-I/ATPS/2019-20

1 All tank & oil filled compartment shall be tested for oil tightness by being
completely filled with oil of viscosity not greater than that of insulating oil
conforming to IS: 335 at the ambient temperature & applying pressure equal to the
normal pressure plus 35 KN/Sq.m measured at the base of the tank. The pressure
shall be maintained for a period of not less than 24 hours during which time no
sweating shall occur. The gaskets & flanges used shall be capable of meeting the
above requirement. The gaskets shall not deteriorate during the life of transformer if
not opened for maintenance at site. Supplier shall also recommend quality & make
of gaskets to be used for replacement during maintenance if required. All joints
flanged or welded associated with oil shall be such that no oil leakage or sweating
occurs during the life of transformer. The quality of these joint is considered
established, only if the joints do not exhibit any oil leakage or sweating for a
continuous period of at least 03 (three) months of the same. If it is not established
during the guaranteed period, the guaranteed period shall be extended until the
performance is established.
(b) Type tests
1 VACUUM TEST
Transformer tank shall be subjected to the specified vacuum, the tank designed for
full vacuum shall be tested at an internal pressure of 3.33 KN/Sq.M absolute (25
Torr) for one hour. The permanent deflection of the plate after the vacuum has been
released shall not exceed the values specified below:-
Horizontal Length of Flat Plate (In mm) Permanent Deflection (In mm)
Up to and including 750 5.0
751 to 1250 6.5
1251 to 1750 8.0
1751 to 2000 9.5
2001 to 2250 11.0
2251 to 2500 12.0
2501 to 3000 16.0
above 19.0
2 PRESSURE TEST
Transformer tank shall be subjected to a pressure corresponding to twice the normal
head of oil or to the normal pressure plus 35 KN/Sq.M whichever is lower,
measured at the base of the tank & maintained for one hour. The permanent
defection of the plates after the excess pressure has been released shall not exceed
the figure specified above for vacuum test.
3.3.17.3 RECEIPT AND STORAGE CHECKS:-
(a) Check & record condition of each package, visible parts of the transformer etc. for
any damage.
(b) Check & record the gas pressure in the transformer tank as well as in the gas
cylinder.
(c) Visual check for wedging of core and coils before filling up with oil and also check
conditions of core and winding in general.
(d) Check & record reading of impact recorder at receipt and verify the allowable limits
as per manufacturer’s recommendation.
e-Tender No. 383/EPD-I/ATPS/2019-20

PART-II: CAPITALIZATION OF LOSSES AND FLUX


DENSITIES OF CORE

Part-II: CAPITALIZATION OF LOSSES AND FLUX DENSITIES

4.1Capitalization of losses:

The transformers are to be designed with minimum permissible losses.


The quoted losses shall be considered as maximum, without any positive tolerance. The
bidders are, however, at liberty to quote the guaranteed losses. The evolution of the offer
shall be done on basis of maximum guaranteed loss.

In case of any order, if the figures of losses during test are found , higher than the figures
guaranteed for maximum losses without any positive tolerance on individual component
of losses, the transformer will, at the option of the purchaser/ owner be rejected, or
accepted with the reduction in prices as under. The measurement of losses shall be
carried out with 3 (Three) Watt meter method only and CTs, PTs and meters used for
these measurements shall be of class of accuracy of 0.2.

However no weight age shall be given for supply of transformer, with losses (measured
during routine testes) less than the guaranteed losses.

For the purpose of evaluation of bids, the quoted losses shall be compared for all the
bidders of particular tender.
The following formula adopted by the UPRVUNL for working out comparable costs with
difference in prices and losses is:
Capitalized cost of transformer =IC + 1,60,000.00 Wi + 70,000.00 Wc + 60,000.00 Wp
Where, IC=Cost of Transformer; Wi = Iron losses in KW; Wc= Copper losses in
KW; Wp = Auxiliary losses in KW

4.2 Liquidated damages for short fall in performance:

In case of order if the figures of losses measured during tests or in service are found to be
higher than figures guaranteed, at the option of the UPRVUNL, will be rejected or
accepted with the reduction in price as under.

Losses Evaluation factor (Rs/ KW)


a) Iron losses Rs. 1,60,000.00/ KW
b) Copper losses Rs. 70,000.00/ KW
c) Cooler losses / Auxiliary Losses Rs. 60,000.00/ KW

If the guaranteed losses are not established at factory tests then purchaser at his discretion
may reject or accept the equipment after assessing the liquidated damages as per details
given above.

4.3 Latent defects liabilities:


e-Tender No. 383/EPD-I/ATPS/2019-20

At the end of guaranteed period, contractors liabilities ceases except for latent defects.
The contractor liabilities for latent defects shall be limited to a period of five (05) years
from the end of guarantee period for transformer. For the purpose of this clause, the latent
defects shall be the defects inherently lying within the material as arising out of design
deficiency which do not manifest themselves during guarantee period defined in Chapter-
1, Part-2, Clause No. 2.1.19 of the specification.

4.4 Flux density:


4.4.1 Flux density in the steel core and yoke corresponding to maximum operating voltage and
rated frequency conditions shall be subject to purchaser’s approval. However the
maximum flux density in any part of core and yoke at rated MVA, voltages and
frequency shall be 1.73 Wb/m² and that under 10% continuous over voltage conditions
should not exceed 1.9 Wb/m². Offers with higher flux density shall not be considered.
4.4.2 The bidder shall ascertain from the purchaser the transport limitation like weight
dimensions from manufacturing plant to job site. Bidder shall be solely responsible for
safe and satisfactory transport of transformer up to site. Before commencing manufacture
contractor shall obtain specific confirmation from the concerned authorities of Railway
etc. regarding transport feasibility of the largest package.

Part-III: Schedule of Technical data Requirement


[This sheet must be filled and submitted with Bid Part-I]
Part-III: Schedule of GUARANTEED Technical data parameters (to be filled bybidder for
supply of 40 MVA, 132/6.9 KV CW Transformer
C.TECHNICAL REQUIREMENT

5.1 GUARANTEEDTECHNICAL PARAMETERS:-


5.1.1 16 MVA, 132/6.9 KV, 3 Phase CW Transformer

Sl. 40 MVA, 132/6.9 KV, 3 Phase CW Transformer


No.
a) Rating :
b) Cooling :
c) Type :
d) Voltage ratio :
e) Frequency :
f) Phases :
g) Impedance voltage at 75°C at :
principal tap respective rated
MVA base (%).
h) Service :
i) Duty :
j) Overload capacity :
e-Tender No. 383/EPD-I/ATPS/2019-20

k) Temperature rise over


50°C ambient:-
(i) Top oil measured by :
thermometer
(ii) Winding measured by :
resistance
l) Maximum design ambient :
temperature
m) KVA Rating : OFA ONAF ONAN
F
(i) HV winding :
(ii) LV winding :
n) Rated voltage:-
(i) HV winding :
(ii) LV winding :
o) Rated current (Amp.):-
(i) HV :
(ii) LV :
p) Connections:-
(i) HV winding :
(ii) LV winding :
q) Vector group :
r) On load tap changer:-
(i) Rating :
(ii) Range :
(iii) Number of steps :
(iv) Type of voltage variation :
(v) Installation :
(vi) Rated Voltage
(vii) Rated Current
(viii) Step Voltage
(ix) Control
(x) Auxiliary supply details
(xi) Make
(xii) Type
(xiii) Rated Short circuit current
(a) Dynamic
(b) Thermal
(xiv) Withstand time for short circuit
(second)
s Insulation Level (IS:2026,
Part-III)
e-Tender No. 383/EPD-I/ATPS/2019-20

(a) Separate source power


frequency
(b) Induced over voltage test as per
IS:2026, Part-III
(c) Full wave lightening
Impulse test
(i) HV winding
(ii) LV winding
(d) Switching Impulse
withstand voltage
(i) HV winding
(ii) LV winding
T Terminal Arrangement
(i) High Voltage
(ii) Low Voltage
(iii) Neutral
U Insulation Level of Bushings HV LV Neutral
(a) Rated Voltage
(b) Rated Current
(c) Short time current rating (02
sec.)
(d) 1 minute, 50 c/s dry and wet
voltage withstand
(e) Lightening impulse withstand
1.2/50 micro
second
(f) Switching impulse withstand
250/2500 micro second
(g) Minimum creepage
(h) Rated frequency
(i) Type of bushing
V Bushing turret mounted
current transformer
A. For Restricted E/F
Protection
S.N. Description 132 KV R, Y, B Neutral Bushing
Phase
1. Ratio :
2. Burden :
3. Class :
4. Knee point voltage :
5. CT Resistance :
6. Quantity :
e-Tender No. 383/EPD-I/ATPS/2019-20

B. For winding temperature


protection
S.N. Description 132 KV Y-Phase
Bushing CT
1. Ratio
2. Burden :
3. Class :
4. Knee point voltage
5. CT Resistance
6. Quantity
W Guaranteed Parameters :
(i) Load loss at rated current at :
75 degree C winding
temperature on principal tap

(ii) No load losses (core loss &


dielectric loss) on principal tap
at 100% rated voltage
(iii) Maximum cooling system :

Power consumption at
rated load
X HV winding resistance at :
(i) Principal tap
(ii) Maximum tap :
(iii) Minimum tap :
Y LV winding resistance :
Z Cooling equipment details
(a) Number of radiator banks &
rating as % of transformer
cooling equipment
(b) Mounting
(c) Fan motor data

(i) Numbers per radiator bank


requirement (indicate
number of spare fan also)
(ii) Type
(iii) Rating
(iv) Lock rotor current
(d) Oil pump motor data
e-Tender No. 383/EPD-I/ATPS/2019-20

(i) Numbers per radiator banks &


rating as % of transformer
cooling equipment (indicate
number of spare pump also)
(ii) Type
(iii) Rating
(iv) Lock Rotor Current
(e) Unit radiator banks details
(f) Masses and dimension
(i) Approximate of masses
(a) Core & Winding (Kg.)
(b) Tank & Fillings and
accessories (Kg.)
(c) Oil (KL)
(i)
(ii) Oil (Kg.)
(d) Total Mass (Kg.)
(e) Approximate quantity oil
required for first fill (KL)
(f) Approximate mass of
heaviest package (Kg.)
(g) Un-tanking height
(h) Approximate O/A
dimensions
(i) Length (mm)
(ii) Breadth (mm)
(iii) Height (mm)
(I) Approximate dimensions of
heaviest package
(i) Length (mm)
(ii) Breadth (mm)
(iii) Height (mm)
(J) Proposed method for
transportation of transformer (oil
filled or nitrogen filled)
e-Tender No. 383/EPD-I/ATPS/2019-20

TECHNICAL DATA REQUIREMENTS

The successful bidder shall submit all the data, drawings, literature etc. as specified hereunder in
respect of each of the equipment covered under the Power Transformer Package.

(a)Drawing:-
All submissions shall be made in three (3) copies for approval. After approval, Twelve (12)
copies of each drawing along with two (2) floppies/ CD shall be furnished.

The following data/ drawings shall be furnished after award of contract:-

(i) Outline general arrangement drawing showing plan, elevation and view of transformer and
all accessories with details weights, dimensions, clearance, spacing of wheels in either
direction, centre of gravity, location of cooling system etc.
(ii) Foundation plan showing reactions at point of support, transformer wheel locking
arrangement and location of jacking pads.
(iii) Over fluxing withstand duration curve.
(iv) Schematic and wiring diagrams of cooler plant, along with write up on these schemes.
(v) Bushing drawing indicating bushing’s electrical and mechanical characteristics.
(vi) Outline general arrangement drawing of cooling system control cabinet etc.
(vii) Magnetization characteristics of Bushing C.Ts.
(viii) Hysteresis characteristics of iron core.
(ix) Rating and diagram plate.
(x) Cooling system control cabinet schematic and wiring diagrams.
(xi) Drawings showing typical sectional views of the windings with details of insulation,
cooling circuit method of coil bracing and core construction.
(xii) Short circuits withstand calculations.
(xiii) Transferred surge calculations (HV-LV, HV-Tap).
(xiv) Instruction Manuals.
(xv) Bill of Materials.
(xvi) Interconnection drawings for cabling between cooling system control cabinet to
Employer’s panel.
(xvii) Date sheets- As per the format attached in PART-A of technical data requirement.
The following programme shall be followed for approval of drawings:-
a) Initial comments by Employer : Within 04 weeks of receipt of drawing.
b) Resubmission of drawings : Within two weeks of comments.
(Including both ways postal time)
c) Approval of drawings : Within 03 weeks of receipt of Resubmitted
drawings.
e-Tender No. 383/EPD-I/ATPS/2019-20

Within 21 days of approval, stipulated number of copies and reproducible shall be furnished
by the contractor.
(b)Test Reports:-
After approval of test reports Six (06) bounds sets containing all drawings/ manuals, type
and routine test reports etc. shall be furnished.
After completion of manufacturing and testing at works, all the data mentioned in data
sheets shall be furnished by the contractor. In addition the contractor shall also supply
other data, drawings etc. required by the Employer.
Twelve (12) bound sets of Technical leaflets, catalogues/ instruction manuals on the
following equipments shall be furnished.
1- Bushing
2- Winding temperature indicator
3- Magnetic oil level gauge
4- Pressure relief device
5- Oil temperature indicator
6- Oil preservation system and details of oil filling
7- Buchholz relay
8- Oil flow indicator
9- Fan and Fan Motor
10- Oil Pump and its Motor
11- Valves
12- Neoprene Gaskets
13- Cooling system
14- Overhauling and commissioning procedure for the transformer.
e-Tender No. 383/EPD-I/ATPS/2019-20

Sc hedu le -O

TECHN ICA L D ETA ILS [ UN PR ICED BID]


[This sheet must be filled and submitted with Bid Part-I]
PART-IV

RATE SCHEDULE FOR SUPPLY AND ERECTION WORKS OF 01 No. 40 MVA,


132/6.9 KV, 3 PHASE CW
Sl. Quantity Quantity
No. Description of Equipment Required Offered
Make Rate

A For 40 MVA,132/6.9 KV, 3 Phase (a) (b) (c) (d)


CW Transformer
A1 Designing, manufacturing, testing, supplying,
transporting and unloading of 40 MVA,
132/6.9 KV, 3 Phase CW Transformer
complete with all accessories, erection
gaskets, HV, LV & Neutral Bushing, Oil Pipe
lines, Radiator Bank Conservator, Breather,
OLTC, RTCC, OTI, WTI, Air Release
Devices, PRVs, Drain Valves, Sampling
Valves, Buchholz Relay, Isolating Valves etc.
including cooling fans and Oil Pumps of [NOT TO
Radiator and supporting structures with BE FILLED
01 No.
marshaling kiosk and cooler control cabinets, IN BID
all required control& power cables from PART-I]
transformer Bushing CT’s, Buchholz, PRV,
OTI, WTI, Conservator oil level indicates,
Fan/ pumps etc. to CCC/ Marshalling Box etc.
above supply scope also includes terminal
clamps for HV and LV Bushing as per general
technical requirement Part-II. Insulators and
flexible connector etc. for neutral bushing and
its earthing is also included.

A2 EHV grade confirming to IS: 335 1993 01 lot


transformer oil
Note:- 01 lot will consists of transformer oil
for first filling of CW transformer plus 10%
extra in barrels of 209 Ltr.
A3 Non magnetic metallic enclosure 01 No.
complete with all fixing hardware
for completely enclosing all the
three LV Bushings and for
connecting with LV Bus duct on
e-Tender No. 383/EPD-I/ATPS/2019-20

one side transformer main tank on the


other side.
A4 Maintenance spares:- 01 set
One Set consists of Following Parts:-
i) One set of complete erection gasket 01 Set
ii) OTI 01 No.
iii) WTI 01 No.
iv) Magnetic oil level indicator for 01 No.
conservator
v) Spare cooling fans 06 Nos.
vi) PRV 01 No.
vii) Buchholz relay for main 01 No.
transformer conservator line
viii) Buchholz relay for OLTC 01 No.
conservator.
A5 Shifting site to plinth, Erection,
testing and commissioning of
supplied transformer complete with
fittings and accessories including
OLTC local and remote Tap changer, 01 Job
central cubical cooler control
cabinets, marshalling box and
associated control power cabling etc.
as per scope of work mentioned in
the tender specification.

Not to be
quoted in Bid
Note: The total value of CW Transformer will be (A1+A2+A3+A4+A5) Part-I

NOTE:-
(i) Works indicated at A5 above are optional as per site requirement. If required these
shall be got executed within period of one year from the date of receipt of these
transformers complete with fitting and accessories.
(ii) Quantity of control, protections and power supply required for terminating from
various equipment mounted on GT to CCC/ marshalling box is included in supply
scope of item No. A1 and B1.
(iii) All kind of control/protection/power/signaling cables required for commissioning of
RTCC panel i.e. from (Local OLTC panel to RTCC) and from CCC/ Marshalling box
to RTCC (for OTI & WTI remote indication) is also included in scope of supply for
item A1 and B1.
(iv) Approx. distance from transformer to RTCC of CW transformer is around 200 meters
and that of Station Transformer is around 150 meters. However bidders are advised to
e-Tender No. 383/EPD-I/ATPS/2019-20

visit the site on any working day to have exact assessment of required length of
cables.
(v) Cable laying, lugging ferules and terminations from CCC/ Marshalling box to RTCC
of both transformers is also included in the work scope of item A5 and B5.

Signature of Bidder:

Date :

Rubber Seal :

Schedule-K

CO M M ER CIAL & O T H ER T ER M S &CO N D IT IO N S


1. PRICE BASIS:
a. The bidder shall offer the prices FIRM & FOR Destination Basis in Indian rupees per unit.
b. However, in case the prices are not given FOR destination, following must be invariably mentioned.
i. PRICES: FIRM & FOR …………………………………………………………
ii. FREIGHT CHARGES: extra @ …………………… to be first paid by the firm and which shall be
reimbursed to the firm against submission of documentary evidences.
Note: In case rates are FOR Works but firm has not submitted the information at b. (i) or (ii), their rates shall
be evaluated for comparison after standard loading as decided by the purchaser, however these shall
not be payable in any eventual purchase order.

2. INSURANCE: To be arranged for and paid by the firm at their own cost / extra …………... against documentary
evidences.

3. TAXES & DUTIES:

a. CST / VAT: Extra @ ……………………against ‘Form ……………………….’

b. Excise Duty: Extra@ ………………………………...……………………………...

c. ……………………………………………………..…………………………………………

4. INSPECTION: Inspection of materials shall be carried out, as per present tender specification. UPRVUNL
reserves the right to get the material tested at any approved testing laboratory at their own cost. The results
indicated in this report shall be final and binding on the supplier.
5. In case of material not being ready for inspection at the time of inspection and / or the material being rejected
on inspection, the complete cost of such inspection, including T. A. & D. A. charges of UPRVUNL representative
and / or ‘‘Third Party’’ inspection shall be borne by the supplier, and is liable to be deducted from their bills.
6. DESPATCHES: The Material shall be dispatched by Rail/ Road / Air / Sea.
a. In case, material is dispatched by courier, the courier should have its office at Anpara.
b. In case dispatches being affected by Road, the material shall be dispatched from any recognized
transporter having its branch office at Anpara.

7. TERMS OF PAYMENT: Any of the following terms of payment are to be quoted:


e-Tender No. 383/EPD-I/ATPS/2019-20

a. 100 % Payment after receipt and check of material at ‘A’TPS stores against submission of tax invoice.
b. 100% payment against Proforma Invoice through Demand Draft/Cheque, which shall be handed over
after receipt and check of material at ‘A’TPS stores. Bank charges shall be borne by the supplier.
Note: Proforma Invoice shall be considered valid after submission of Security Deposit and Inspection
Call/Readiness of material.

8. DISCOUNT: Any discount offered should be unconditional and mentioned in Part-I of the tender itself. Any
conditional discount and / or that offered in BID Part-II of the tender shall not be considered for evaluation of
tender but would be deducted in any eventual purchase order.

9. SECURITY DEPOSIT: Successful bidder shall have to deposit security @ 2 % of order value in shape of DD / DAC
/ CDR / FDR, issued by scheduled bank, payable at Anpara issued in favour of Dy. Chief Accounts Officer, CFA &
BO, 3X210MW ‘A’TPS Anpara Sonebhadra, within one month from the date of issue of purchase order. In case
Security Deposit is more than Rs 5000.00, it can be deposited in form of BG of scheduled bank also, which
should be valid for 12 months with claim period six months from the date of supply, as per format given in
tender specification.

10. PERFORMANCE BANK GUARANTEE: Performance Bank Guarantee for 10 % of purchase order value shall be
submitted before dispatch of the first lot of material, issued by scheduled bank, pledged in favour of Dy. Chief
Accounts Officer, CFA & BO, 3X210MW ‘A’TPS Anpara Sonebhadra, valid for 18/12 months from the date of
dispatch / commissioning, whichever is earlier.

11. L. D. PENALTY: L. D. Penalty shall be charged @ ½ % per week subject to a maximum of 10 % of undelivered
portion of the material.

12. INTERCHANGEABILITY: The supplier shall certify that the material supplied shall be interchangeable with the
existing ones.

13. COURT OF JURISDICTION: Any dispute arising against this tender / order there-of shall be subject to the
jurisdiction of competent court of Sonebhadra / Hon’ble High Court of Judicature at Allahabad.

14. If, at any stage during finalization of tender / execution of purchase order, any document, submitted by a
bidder in his bid in support of Pre-Qualifying Conditions, is found to be forged / false, his bid is liable to be
rejected , purchase order cancelled, EMD / Security deposit forfeited and any other departmental action as
deemed fit be initiated. For this purpose the contractor shall have to produce original documents, if required,
before opening of bid Part-II or afterward.

15. We hereby give our consent to accept all the terms and conditions mentioned in the tender specification as
well as of Form ‘B’ of UPRVUNL.

Signature of Bidder : …………………….…


Date :………………………….
Rubber Seal :………………………….
e-Tender No. 383/EPD-I/ATPS/2019-20

Schedule-L
L ds l kFk t ek fd; k t kuk l qfuf”pr djasA

QeZ dk uke% -----------------------------------------------------------------


------------------------------------------------
Ekfyd ,oa Hkkxhnkjksa ds uke ¼firk ds uke lfgr½
dzekad uke fi rk dk uke irk nwjHkk’k l a[; k
1.    

2.    

3.    

4.    

1. LFkkbZ irk%
 edku l a[; k----------------------------------------------------------------------------------------
 xzke @ eksgYyk--------------------------------------------------------------------------------
 Mkd?kj ------------------------------------------------------------------------------------------------
 Fkkuk --------------------------------------------------------------------------------------------------
 ft yk ----------------------------------------------------------------------------------------------------
 fi udksM ---------------------------------------------------------------------------------------------------
 nwjHkk’k l a[; k -----------------------------------------------------------------------------------------

2. i =kpkj gsrq i rk%


 edku l a[; k---------------------------------------------------------------------------------------- 
 xzke @ eksgYyk--------------------------------------------------------------------------------
 Mkd?kj ------------------------------------------------------------------------------------------------
 Fkkuk --------------------------------------------------------------------------------------------------
 ft yk ----------------------------------------------------------------------------------------------------
 fi udksM ---------------------------------------------------------------------------------------------------
 nwjHkk’k l a[; k -----------------------------------------------------------------------------------------

gLrk{kj vf/kd`r i zfrfuf/k


dEi uh@QeZ dh fLFkfr esa i zksi jkbVjh i zek.k i =@i kVZujf”ki MhM@dEi uh gksus dk i zek.k i =
dEi uh , sDV ds vuql kj rFkk mi jksDr i rs dk i zek.k nsuk vko”; d gksxkA
e-Tender No. 383/EPD-I/ATPS/2019-20

Rough Sketch

Вам также может понравиться