179531131 Tneb Specification for 11 Kv Vcb

80
1 Specification for supply of 11 KV Indoor Vacuum Circuit Breaker (VCB) Panels Specification No. E 461/12-13 Due date : 26.04.2013 O/o The Chief Engineer/Distribution Chennai Region/South 5A Block, 1 st  floor, 802, Anna Salai Chennai – 600 002

description

Specfication

Transcript of 179531131 Tneb Specification for 11 Kv Vcb

  • 1

    Specification for supply of

    11 KV Indoor

    Vacuum Circuit Breaker (VCB)

    Panels

    Specification No. E 461/12-13

    Due date : 26.04.2013

    O/o The Chief Engineer/Distribution Chennai Region/South 5A Block, 1st floor, 802, Anna Salai

    Chennai 600 002

  • 2

    Tamil Nadu Generation and Distribution Corporation Limited

    Specification No : E. 461/12-13

    (Tenders invited from Domestic Bidders only)

    1 Description of material 11 KV Indoor Vacuum Circuit Breaker (VCB) Panels

    2 Quantity (in Nos.)

    30 V 110 V Total

    (i) Transformer Panels 2 5 7

    (ii) Feeder Panels 10 20 30

    (iii) Bus coupler Panels 1 2 3

    Total 13 27 40

    3 Last date for sale of tender specification

    14.00 Hrs on 25.04.2013

    4 Due date and time for receipt of tender

    14.00 Hrs on 26.04.2013

    5 Due date and time of opening of tender

    14.30 hrs on 26.04.2013

    If the due date for the tender happens to be a declared holiday, then the tenders will be received and opened on the next working day, except on Saturdays without any change in timings.

    6 Earnest Money Deposit `. 1,60,000/-

    7 Permanent EMD with Chennai South Region

    `. 10,00,000/-

    8 Method of submission of tender

    Two part Tender system

    9 Required number of tender copies

    2 (two copies)

    10 Cost of tender specification `. 10,000/- (both inside & outside Tamil Nadu)

    Additional amount of `. 100/- to be paid, if the tender document is required by post .

    11

    Note:

    1. The Demand Draft / Bankers Cheque towards the cost of specification shall be drawn in favour of TANGEDCO COLLECTION ACCOUNT payable at Chennai, if purchased from this Office.

    2. The Tender Documents are also available in the TANGEDCO Website

    (www.tangedco.gov.in) & Government of Tamilnadu website (www.tenders.tn.gov.in). The prospective bidders may get the specification by down-loading from TANGEDCO or Government of Tamilnadu Website, free of cost.

  • 3

    3. The tenderers who have downloaded the specification from TANGEDCO Website (or)

    Government of Tamil Nadu Website need not pay the cost of specification. They shall ensure whether any clarification/amendment is issued to the specification before submission of their tender by visiting the above mentioned Websites.

    4. The entire document should be stitched as a single volume and serially numbered from first page to last page.

    Chief Engineer/Distribution Chennai South Region.

  • 4

    Specification No. E.461/12-13

    INDEX

    SECTION I - EARNEST MONEY DEPOSIT SECTION II - BID QUALIFICATION REQUIREMENT SECTION III - REJECTION OF TENDERS SECTION IV - INSTRUCTION TO TENDERERS SECTION V - COMMERCIAL TERMS SECTION VI - TECHNICAL SECTION - VII - ANNEXURES ANNEXURE - I - GUARANTEED TECHNICAL PARTICULARS ANNEXURE - II - CHECK LIST FOR BID QUALIFICATION ANNEXURE - III - CHECK LIST FOR COMMERCIAL TERMS ANNEXURE - IV - CHECK LIST FOR TECHNICAL TERMS

    SECTION - VIII - SCHEDULES

    SCHEDULE - A - SCHEDULE OF PRICES SCHEDULE - B - DEVIATION FROM TECHNICAL SPECIFICATION SCHEDULE - C - DEVIATION FROM COMMERCIAL SPECIFICATION SCHEDULE - D - STATEMENT OF SUPPLY ORDERS

    EXECUTED/UNDER EXECUTION SCHEDULE - E - DECLARATION FORM SCHEDULE - F - UNDERTAKING IN LIEU OF E.M.D. SCHEDULE - G - TYPE TEST PARTICULARS

  • 5

    SECTION-I

    EARNEST MONEY DEPOSIT (EMD)

    1. Tenderer should pay the specified amount towards Earnest Money Deposit, as

    follows. EMD: ````.... 1,60,000/- (Rupees One lakh sixty thousand only)

    2. The Earnest Money specified above should be a Demand Draft/ Bankers Cheque for the above amount, from any of the Nationalised / Scheduled /Foreign Banks with branches in India payable to The Superintending Engineer/Chennai EDC/ South, 110/33KV K.K. Nagar Substation complex, Anna Main Road, K.K.Nagar, Chennai 600 078 .

    3. Firms who have a valid ( not forfeited or a request had been made as on the

    date of tender opening) Permanent Earnest Money Deposit (PEMD) of `.`.`.`.10,00,000 (Rupees Ten lakhs only) with the Superintending Engineer /CEDC/South , TANGEDCO are exempted from payment of Earnest Money Deposit. The permanent EMD holders of TNEB Head quarters are not exempted from payment of EMD.

    4. The Earnest Money Deposit will not carry interest.

    5. The Earnest Money Deposit will be refunded to the unsuccessful tenderer

    on application to the Chief Engineer / Distribution / Chennai South Region after intimation of the rejection/non acceptance of their tender is sent to them.

    6. The Small Scale Industrial units located within the State and Registered with the

    Tamil Nadu Small Industries Development Corporation or the National Small Industries Corporation (NSIC) or Holding Permanent Registration certificate from the District Industries centers of Directorate of Industries and Commerce in respect of those items for which the Registration Certificate has been obtained, Departments of the Government of Tamil Nadu and Undertakings and Corporations owned by the Government of Tamil Nadu, Labour Contract Co-operative Societies, Tiny Industries classified under SSI registered with the state of Tamil Nadu and Registration Certificate issued by Department of Industries and Commerce / Government of Tamil Nadu, Small Scale Industrial units located outside the State and such of those units registered with National Small Industries Corporation in respect of the items manufactured by them are the only categories of institutions / industries exempted from the payment of Earnest Money Deposit .

    7. Those Tenderers who are exempted from payment of E.M.D. shall furnish in lieu

    of EMD an undertaking in a non judicial stamp paper of value not less than `.`.`.`. 80.00 (Rupees eighty only) to the effect to pay as penalty an amount equivalent to EMD or an amount equal to the actual loss incurred whichever is less in the event of non-fulfillment or non observance of any of the conditions stipulated in the contract consequent to such breach of contract .The State Government, Public Sector undertaking who are exempted from payment of EMD should also pay as penalty an amount equivalent to the amount fixed as security deposit in the event of non-fulfillment or non observance of any of the conditions stipulated in the contract. TENDERS RECEIVED WITHOUT THIS UNDERTAKING WILL NOT BE OPENED.

    8. Small Scale Industries shall enclose duly attested Photostat copy of their

    Registration Certificate showing the subject materials specifying capacity which they are permitted to manufacture and the period of validity of the certificate along

  • 6

    with the audited attested copy of Profit and Loss Account, Balance sheet as proof of eligibility for exemption from payment of EMD in a sealed outer envelope or in the envelope A as specified in clause 2.

    9. The tenderers shall necessarily furnish the proof of exemption in complete

    shape which includes attested SSI/NSIC certificate, undertaking in lieu of

    EMD and attested copy of audited profit and loss account and Balance sheet for verification of Plant & Machinery investments to claim exemption from payment of EMD.

    10. Others viz Central, other State Government Departments ,

    Undertakings, TANGEDCOs other than Tamilnadu shall have to pay Earnest Money Deposit and Security Deposit.

    11. Those tenderers who are exempted from payment of E.M.D. shall enclose Photostat

    copy of their registration Certificate or Entrepreneur Memorandum Part-II and acknowledgement issued by District Industries Centers concerned for the Entrepreneur Memorandum Part-II along with the list of materials manufactured , duly attested by a Gazetted officer showing the subject materials with capacity which they are permitted to manufacture and the period of validity of the certificate as proof of eligibility for exemption from payment of EMD. On any account the Entrepreneur Memorandum Part-I and acknowledgement obtained for Part-I shall not be considered for extending exemption from paying Earnest Money Deposit.

    12. The tenderers who are exempted from the payment of EMD shall enclose the audited attested copy of profit and Loss Account, Balance sheet along with the proof for exemption from payment of EMD in order to ensure the SSI status based on the investment held in plant machinery for extending exemption from paying EMD. In case the investment held by the tenderer in plant and machinery as per their financial statements of Accounts exceeds `. 5 Crores, the SSI status of the tenderer will be verified from the General Manager, District Industries Centre concerned. Till receipt of the confirmation from the General Manager, District Industries Centre, the exemption from paying EMD will not be extended.

    13. If on opening the outer cover , it is found that the Demand Draft / Bankers Cheque/ proof of exemption of EMD in complete shape i.e Undertaking, SSI Registration Certificate and Profit and Loss account and Balance sheet has not been attached to the inner Tender cover or in the envelope A; then their Tender offer will be summarily rejected without opening.

    14. The Earnest Money Deposit made by the Tenderer will be forfeited if:-

    a. He withdraws his tender or backs out after acceptance.

    b. He withdraws his tender before the expiry of validity of the offer, the period specified in the Specification, or fails to remit the Security Deposit.

    c. He violates any of the provisions of these regulations contained herein.

    d. He revises any of the terms quoted during the validity period.

    e. The documents furnished with the offer being found to be bogus or the documents contain false particulars.

  • 7

    SECTION II BID QUALIFICATION REQUIREMENTS ( B Q R )

    The BIDDERS shall become eligible to bid, on satisfying the following" Bid Qualification Requirements",

    1. The bidder should be a manufacturer of the tendered material .

    2. The bidder should have supplied a minimum quantity of 10 Nos. of 11 KV

    Indoor Vacuum Circuit Breakers during the last five years to any State Electricity Boards/ Power utilities in India . Out of the above quantity atleast 5 Nos of 11 KV Indoor Vacuum Circuit Breakers shall be in satisfactory operation for a continuous period of two years.

    3. The bidder should furnish the details of Purchase Orders executed during the last five years to State Electricity Boards / Power utilities in India . The bidder should furnish the documentary evidence and the Performance certificate from the end users in support of the above Bid Qualification Requirement along with the bid documents.

    4. Annual turnover of the tenderer shall be more than `. `. `. `. 40 Lakhs during any one of the last three years (ie. 2009-10, 2010-11, 2011-12 ). Proof for the same should be enclosed in the tender (i.e) attested copy of Balance sheet /profit & loss statement/ NSIC or STCC certificate containing turnover details of the bidder for the respective period/Income Tax return filed by the bidder etc.,.

    5. The experience as the main contractor/Supplier shall only be considered for satisfying the experience criteria specified above. The experience as a sub contractor /Supplier shall not be considered for qualifying the experience criteria specified above and the offer of such bidders shall be summarily rejected.

    Documentary proof / evidence in support of the BQR conditions mentioned above should be enclosed in the envelope A cover of the tender.

    THE OFFERS OF TENDERER NOT SATISFYING THE ABOVE BID QUALIFICATION REQUIREMENTS WILL BE SUMMARILY REJECTED.

    Chief Engineer / Distribution Chennai South Region

  • 8

    SECTION III REJECTION OF TENDERS:

    1. Tenders will be SUMMARILY REJECTED if

    a) The EMD requirements are not complied with.

    b) Not satisfying any of the Bid Qualification Requirements.

    c) received after due date and time.

    2. Tender is liable to be rejected if it is:

    a) not covering the supply of equipments/ materials with all accessories

    b) with validity period less than that specified in this specification

    c) not in conformity with TANGEDCO Commercial terms and Technical Specification. (Section V and VI)

    d) not signed properly by the tenderer

    e) received from consortium of SSI units

    f) received from the tenderer who is directly or indirectly

    connected with Government service or TANGEDCO service or services of Local authority from those who have not purchased the copy of the specification

    g) from any black listed firm h) from a tenderer whose past performance/ vendor rating is not

    satisfactory.

    i) offer received by Telex / Telegram / E mail / Fax.

    j) not containing all the required particulars as per schedules A to G (Section VIII).

    k) received from any joint ventures of firms/companies/individual or

    consortium of firms/companies/individual.

    2. In the event of the documents furnished with the offer being found to be bogus or the documents contain false particulars, the EMD paid by the tenderers will be forfeited in addition to blacklisting them for future tenders/ contracts in TANGEDCO LTD.

  • 9

    SECTION - IV

    INSTRUCTION TO TENDERERS 1.0 Tenders are invited from the domestic bidders only

    1.1 Sealed tenders in Two part System (a) Technical Bid with commercial

    terms but without Price Bid and (b) Price Bid, in duplicate will be received for and on behalf of TANGEDCO LTD herein after referred as TANGEDCO so as to reach on or before the due date prescribed. All the tenders shall be prepared and submitted strictly in accordance with the Instructions set forth herein. THE TENDERERS WHO DO NOT FULFILL THE "BID QUALIFICATION REQUIREMENTS " AS PER ANNEXURE - II NEED NOT APPLY, OFFERS NOT SATISFYING THIS "BID QUALIFICATION REQUIREMENTS" WILL NOT BE CONSIDERED AND WILL BE SUMMARILY REJECTED.

    1.2 This tender will be processed as per the provision in the Tamil Nadu

    Transparency in Tender Act 1998 and Tamil Nadu Transparency in Tenders Rules 2000.

    2.0 SCOPE OF SUPPLY

    2.1 The scope of supply of the material includes Design, manufacture, inspection, testing, packing, forwarding and delivery of the materials detailed herein, at our stores anywhere in Chennai South Region of TANGEDCO.

    3.0 SUBMISSION OF TENDER OFFER

    3.1 The Tenderer is expected to examine all instructions and Schedules as detailed in the Specification and submit the Schedule of prices and other required particulars in the Schedules & Drawings called for in this Specification only as per the formats enclosed herewith. The Tenderers are requested to submit only the Schedules required along with their tender offer and not to submit the entire downloaded specification.

    4.0 TWO PARTS TENDER

    4.1 The Tenders shall be in two parts as detailed below each in a separate

    sealed Envelope marked, ENVELOPE A" and "ENVELOPE B" .

    The first envelope called "ENVELOPE A" shall contain

    a. Un priced bid as per Schedule B, C, D, E, F & G (i.e. Technical Bid with commercial terms except price.), Guaranteed Technical Particulars as per Annexure I ,Check lists as per annexure II, III and IV.

  • 10

    b. Any other information called for in the specification other than price. THIS ENVELOPE "A" SHOULD NOT CONTAIN ANY PRICE BID.

    4.2 The second Envelope called "Envelope-B" shall contain the PRICE BID only as per "Schedule-A". The schedule A should be furnished separately and sealed in two separate covers and description of the items tendered and specification No.

    4.3 The tender documents shall be addressed to the Chief Engineer/

    Distribution/Chennai South Region, 1st floor, 802,Anna Salai, Chennai-600 002.

    4.4 The Tender in two parts shall be prepared in duplicate and put in a separate sealed superscribed envelope (Envelope-A and Envelope-B) as instructed above.

    4.5 Envelope-A , Envelope-B and the Earnest Money Deposit in approved form or proof of exemption from payment of EMD shall be enclosed in an overall envelope or in the inner Envelope A.

    OUTER COVER SHALL CONSIST OF i) EMD in approved form or proof for exemption from payment of EMD. ii) Envelope A iii) Envelope B

    4.6 Envelope "A" and Envelope "B" and the overall envelope should be

    individually sealed , superscribed with the Specification number, materials offered and due date of submission and addressed to the Chief Engineer/Distribution/Chennai South Region, 5A Block, 1stfloor, 802, Anna Salai , Chennai-600 002 . The Tenderer should also indicate his name and full address on the cover.

    4.7 4.7.The tender offers in complete shape in one envelope containing Envelope-A and Envelope - B , as required in Clause 4.3 shall be sent so as to reach the Chief Engineer/Distribution/Chennai South Region, on or before 2.00 P.M. on the due date of submission of offers.

    4.8 Envelope "A" of those bidders who satisfy the requirement of Earnest Money Deposit will only be opened on the due date and time already mentioned .If any of the Bidders indicate price in Envelope-A, the bid will not be read out and will be rejected

    4.9 Envelope "B" will not be opened at the time of opening Envelope "A" but will be authenticated in the covers by the officers authorised to open the bids. Envelope "B" so authenticated will be kept under the safe custody of the empowered officer, to open the tender. Envelope"B" Price Bid will be opened later, the date of which will be intimated to the tenderer at a later date, after technical evaluation of the tender is completed.

  • 11

    4.10 If the tenderer finds any ambiguity in any of the terms and conditions

    stipulated in this Specification , he shall get it clarified from the Chief Engineer/ Distribution / Chennai South Region , TANGEDCO , Electricity Avenue, 5A block, 802 Anna Salai, Chennai -600 002.If this is not done and subsequent to the opening of the Tenders, it is found that the doubt , about the meaning or ambiguity in the interpretation, if any of terms and conditions stipulated in this Specification are raised by the tenderer either in this tender or by a separate letter, the interpretation or clarification issued by the Chief Engineer/Distribution/Chennai South Region , TANGEDCO, Chennai - 2, on such of those terms and conditions of the Specification as may be raised by the tenderer shall be final and binding on the tenderer.

    4.11 All tender offers shall be prepared by typing or printing in the formats enclosed with the Specification. One original and one duplicate of the original proposal which are identical shall be submitted by each tenderer.

    4.12 All information in the tender offer shall be in ENGLISH only. It shall not contain interlineations , erasures or over writings except as necessary to correct errors made by the tenderer. Such erasures or other changes in the tender document shall be attested by the person signing the tender offer.

    4.13 The tender offer shall contain full information asked for, in the accompanying Schedules and elsewhere in the Specification.

    4.14 The tenderer has the option of sending the offer by Registered Post or submitting the same in person so as to reach by the date and time indicated.

    4.15 In case of postal delivery, tenderers are advised to send them well in advance so that they are delivered at the Office of the Chief Engineer / Distribution / Chennai South Region, 5 A Block, Ist floor, 802, Anna Salai, Chennai - 2, before the set date and time.

    4.16 The tenders delivered in person / courier shall be handed over to the Executive Assistant to the Chief Engineer / Distribution / Chennai South Region, 5 A Block, 802,Anna Salai, Chennai - 2, before 14.00 Hrs on the due date.

    4.17 The TANGEDCO will not be responsible for any postal or other transit delay in receipt of the tender offer.

    4.18 Telex/Fax or telegraphic offers will not be entertained and will be rejected.

    4.19 Any offer received by the purchaser after the due date and time specified for submission of tender offer will be declared late, rejected and returned unopened to the tenderer.

  • 12

    4.20 No tender offer shall be allowed to be modified subsequent to the deadline for submission of tender offers.

    4.21 Tenderer shall bear all costs associated with the preparation and delivery of its offers, and the TANGEDCO will in no case be responsible or liable for these costs.

    4.22 No offer shall be withdrawn by the tenderer in the interval between the deadlines for submission and the expiry of the period of validity specified/extended validity of the tender offer.

    4.23 Only manufacturers must quote. Tenders received from Agents / Dealers will not be considered.

    4.24 The tenderers are requested to furnish the exact location of their factories with detailed postal address and Pin Code, Telephone & Fax Nos etc. in their tenders so as to arrange inspection by the TANGEDCO if considered necessary

    4.25 The tenderers are advised to quote their Permanent Account Number in their tender or other relevant documents.

    5.0 CLARIFICATION TO TENDER DOCUMENTS:

    5.1 At any time after the issue of the tender documents and before the opening of the tender, the Tender Inviting Authority may make any changes, modifications or amendments to the tender documents and shall send intimation of such change to all those who have purchased the original tender documents.

    5.2 In case any one tenderer asks for a clarification to the tender document

    before 48 Hrs of the opening of the tender, replies to such clarifications will be communicated to all those who have purchased the tender documents.

    6.0 TENDER OPENING:

    6.1 The Tender offers except Price Bid will be opened, at 14.30 Hrs on the due date at the Office of the Chief Engineer / Distribution / Chennai South Region, TANGEDCO, 5A block, 802 Anna Salai, Chennai - 600 002, in the presence of tenderer's authorised representatives who may wish to be present on the date of opening.

    6.2 If the last date set for submission of tender offers and tender opening

    date happens to be a holiday, the tenders will be received and opened on the succeeding working day, except on Saturday without any change in the timings indicated.

    6.3 The duly authorised representatives of the tenderers, who are present shall sign the tender opening register.

  • 13

    6.4 The Tenderer's names, prices, all discounts offered, and such other details, the TANGEDCO, at its discretion, may consider the appropriate and the same will be announced and recorded at the time of opening.

    7.0 INFORMATION REQUIRED AND CLARIFICATIONS

    7.1 To assist in the examination, evaluation and comparison of tender offers, the TANGEDCO may, at its discretion, ask the tenderer for a clarification of his offers. All responses to requests for clarification shall be in writing to the point only. No change in the price or substance of the offer shall be permitted.

    7.2 The TANGEDCO will examine the tender offers to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the offers are generally in order.

    7.3 Prior to the detailed evaluation, the TANGEDCO will determine the substantial responsiveness of each offer to the Biding Documents.

    7.4 A substantially responsive offer is one which confirms to all the terms and conditions of the Specification without any deviation.

    7.5 The Tender offers shall be deemed to be under consideration immediately after they are opened and until such time official intimation of award / rejection is made by the TANGEDCO to the tenderers. While the offers are under consideration, tenderer, and / or their representatives or other interested parties are advised to refrain from contacting by any means, the TANGEDCO and / or TANGEDCO employees/ representatives on matters related to the offers under consideration. Attempt by any tenderer to being to bear extraneous pressures on the Tender Accepting Authority shall be the sufficient reason to disqualify the tenderer.

    7.6 Mere submission of any Tender offer connected with these

    documents and Specification shall not constitute any agreement. The tenderer shall have no cause of action or claim, against the TANGEDCO for rejection of his offer. The TANGEDCO shall always be at liberty to reject or accept any offer or offers at its sole discretion and any such action will not be called into question and the tenderer shall have no claim in that regard against the TANGEDCO.

    8.0 EVALUATION AND COMPARISION OF TENDER OFFERS :

    8.1 The tender offers received and accepted will be examined to

    determine whether they are in complete shape, all data required have been furnished, the tender offer is properly signed and the offers

  • 14

    are generally in order and the tender offer conforms to all the terms and conditions of the specification without any deviation.

    8.2 The offers of the bidders, who have stated to be previous supplier to

    TNEB/TANGEDCO will be considered for further evaluation , even though they have not enclosed copies of purchase orders or End user Certificate, etc., after ensuring with concerned purchase orders placing authorities.

    8.3 The documents in support of BQR furnished by the bidder after opening of technical bid, but before opening of the financial bid( Price bid) will be considered for further evaluation. In case the required documents are not furnished within the stipulated time after clarifications, the offers of the bidders will be rejected.

    8.4 For the purpose of evaluation of the tender offers, the following factors will be taken into account for arriving at the evaluated price. 8.4.1 The quoted price shall be corrected for arithmetical errors in case of

    discrepancy between the prices quoted in words and in figures lower of the two shall be considered.

    8.4.2 The price shall include all central duties like excise duty, freight,

    insurance, packing and forwarding charges and offers will be evaluated as under:

    In a tender where all tenderers are from within the state of Tamil Nadu or where all the tenderers are from outside the state of Tamil Nadu, Sales tax or VAT will be included for the evaluation of price and in a tender where the tenderers are both from the state of Tamil Nadu as well as from the outside state of Tamil Nadu, the TNVAT quoted will be excluded for the evaluation of price.

    8.4.3 The amount of Sales Tax/TNVAT & percentage of Sales Tax/TNVAT shall be indicated in the offer.

    8.4.4 On evaluation and comparison, no price preference shall be extended for Domestic small Scale Industrial units and for the public sector undertakings of the Government in view of the provision for extending price preference is withdrawn in Tamil Nadu Transparency in Tender Act.

    8.4.5 The bid evaluation will be done as per Tamilnadu Transparency in Tender Act 1998 and Tamilnadu Transparency in Tender Rules 2000 and amendments thereof.

    9.0 VALIDITY:

    9.1 The tender offers shall be kept valid for acceptance for a period of 180 days from the date of opening of offers. Offers with lower validity period are liable for rejection.

  • 15

    9.2 Further, the tenderer shall agree to extend the validity of the bids

    without altering the substance, and prices of their bids for further periods, if any, required by the TANGEDCO.

    10.0 RIGHTS OF THE TANGEDCO: Notwithstanding anything contained in this specification, the TANGEDCO reserves the right to :

    i) accept the lowest or any other tender. ii) revise the quantities at the time of placing orders to the extend of +/- 25% iii) reject any or all the tenders or cancel without assigning any

    reasons therefor. iv) to split the tender quantity and place orders on one or more than one firm

    to meet the delivery requirements. v) recover losses if any sustained by TANGEDCO, from the supplier

    who Pleads his inability to supply, and backs out of his obligation after award of contract. The Security Deposit paid shall also be forfeited.

    vi) to cancel the orders for not keeping up the delivery Schedule. vii) to order either all items or few items depending upon the situation that

    warrants. viii) After negotiation with the tenderer and before passing the order accepting a

    tender, if the tender accepting authority decides that the price quoted by such tenderer is high, the tender is liable for rejection.

    ix) request the bidders to furnish the required documents in support of BQR before opening of financial bid. In case the above documents are not furnished after clarifications the offers of the bidders will be rejected.

    11.0 DEVIATIONS:

    11.1 The tenderer shall furnish, if there are any deviations in the commercial and technical terms as per schedule B & C annexed. If no deviations are furnished or the column has been left blank it will be construed that the tenderer is accepting all terms specified in the specification. Similarly if any deviations are furnished in the specified form it will be construed that these are the only deviations and the tenderer is accepting all other terms of the specification and the offer will be taken for evaluation accordingly.

    THE TENDERERS SHALL FURNISH THE DETAILS OF THEIR OFFER IN THE GTP AND IN THE CHECK LIST ALSO FOR BID QUALIFICATION REQUIREMENTS, COMMERCIAL TERMS AND TECHNICAL TERMS IN THE ANNEXURES II, III AND IV RESPECTIVELY.

  • 16

    11.2 THE OFFERS OF THE TENDERERS WITH DEVIATIONS IN COMMERCIAL TERMS OF THE SPECIFICATION WHICH COULD NOT BE ACCEPTED WILL BE REJECTED. SIMILARLY UNSIGNED OFFERS ARE ALSO LIABLE FOR REJECTION.

    11.3 NO ALTERNATE OFFER WILL BE ACCEPTED. 12.0 APPEAL:

    Any tenderer aggrieved by the order passed by the Tender Accepting Authority under section-10 of the Tamil Nadu Transparency in Tenders Act 1998 may prefer an appeal to Government within 10 (ten) days from the date of receipt of order.

    13.0 BAR ON JURISDICTION:

    Save as otherwise provided in the Tamil Nadu Transparency in Tender Act, 1998

    no order passed or proceedings taken by any officer or authority under this Act shall be called in question in any court and no injunction shall be granted by any court in respect of any action taken or to be taken by such officer or authority in pursuance of any power conferred by or under this Act.

    14.0 The entire document should be stitched as a single volume and serially

    numbered from first page to last page.

    ***********

  • 17

    SECTION V COMMERCIAL

    1.0 PRICE:

    1.1 The Tenderers are requested to quote FIRM price only.

    1.2 The Tenderes shall quote the Ex-works price, Excise Duty with percentage, Packing and Forwarding, Freight and Insurance charges and sales tax with percentage separately for prices quoted should be "Unit All inclusive price" including Excise duty and excluding Sales Tax for delivery to TANGEDCO stores anywhere in Chennai South Region.

    A format for price schedule is given in Schedule 'A'.

    1.3 It is the responsibility of the tenderer to make sure about the correct

    rates of duty / tax leviable on the materials at the time of tendering. If the rates assumed by the Tenderers are less than the current rates prevailing at the time of tendering, the TANGEDCO will not be responsible for the mistake.

    1.4 The tenderer should quote their rates taking into account the

    Excise duty relief available to them on account of duty paid for procurement of raw materials under CENVAT scheme. A certificate to this effect shall be furnished along with the offer.

    1.5 An undertaking to the effect that if lesser prices are offered to any one else for the proposed materials during the period of one year from the date of purchase order the same benefit shall necessarily be passed on to TANGEDCO ,shall be furnished in the event of placement of order.

    2.0 EXCISE DUTY:

    2.1 It is the responsibility of the tenderer to make sure about the correct

    rates of duty leviable on the materials at the time of tendering. If the rates assumed by the Tenderer are less than the current rates prevailing at the time of tendering, the TANGEDCO will not be responsible for the mistake.

    2.2 Any increase in Excise duty consequent to the suppliers coming into

    different duty slab or due to statutory variation if any, during the execution of the contract shall have to be taken into account and the all inclusive Firm price shall be quoted according by the tenderers. Any variation in Excise duty due to statutory variation within the contract delivery date shall be considered.

    2.3 For the delayed supplies received beyond the contracted date of delivery, the Excise Duty prevailing on the date of despatch or the Excise Duty applicable on the contracted delivery date whichever is less will be admitted.

  • 18

    2.4 Authenticated invoice containing details of Central Excise Registration No. PLA No etc, date and time of removal of goods date of entry in PLA /RG23 duty authenticated by the authorised signatory shall be preferred in support of claims for ED for the materials manufactured by the supplier.

    2.5 The Tenderer who have quoted ED as Nil and in the event of placement of order on such tenderer against this specification where the value of order is above `.150 lakhs, such tenderer shall furnish an undertaking to the effect that the ED commitment on account of crossing the turnover slab will be discharged to the E.D. authorities and that the TANGEDCO shall not be responsible for any ED evasion by the tenderer in respect of this transaction.

    2.6 In the case of tenderer who has quoted ED as Nil and in the event of placement of order against this specification and the proposed order value is less than `.150 Lakhs, the tenderer shall furnish an undertaking to the effect that he has not obtained any other order in the same financial year and that the TANGEDCO shall not be responsible for ED evasion if any by the tenderer in respect of this transaction.

    3.0 SALES TAX

    3.1 The Central Sales Tax/TNVAT will be paid extra as applicable. The amount of Central Sales Tax/TNVAT and percentage payable shall be indicated separately in the tender offer. Central Sales Tax/TNVAT is not applicable to Freight and Insurance charges.

    3.2 The TANGEDCO Ltd has been registered as a dealer, under Central Sales Tax Act 1956 (Registration No. 956815) and under TNVAT Act 2006 with TIN No.33060641471 .

    3.3 As per G.O.MS No.77 dated 11.7.2011 Notification III No.II(1)/CTR/12

    (R-17) /2011 ,the concessional rate of VAT @ 5% is applicable for the goods supplied to TNEB Ltd, TANGEDCO and TANTRANSCO, used in Generation, Transmission and Distribution of Electrical Energy except Petrol, Cement & Diesel. Further, As per G.O.Ms No.77 dt 1.7.11 Notification-IV No.II(1)/CTR/12/(R-18)/2011, the concessional rate of VAT @ 5% is applicable for the sale of goods for use in the execution of turnkey projects by contractors who have entered into agreement with TNEB LTD, TANGEDCO and TANTRANSCO, subject to the condition that the dealer/Purchaser obtains and furnishes a certificate in the prescribed form.

    The necessary certificate as per G.O shall be furnished for availing concessional rate of VAT. The C Form for the classes of goods specified for the purpose as per CST ACT shall be furnished for availing concession/NiL rate of CST.

    3.4 In case of delayed delivery, the Central Sales Tax / TN VAT prevailing on the date of despatch or on the last day of the contractual delivery period whichever is LESS will be admitted. For both the cases the supplier shall furnish documentary evidence while submitting the bills for payment.

  • 19

    3.5 Provided always, it is hereby agreed and declared that in case, where the

    TANGEDCO has doubt and belief that Central Sales Tax/TN VAT is not at all payable for the transaction in question, the TANGEDCO reserves the right to withhold the amount of Tax until the party produces an order of court of competent jurisdiction, declaring the liability of the transaction to Central Sales Tax/TNVAT. Concessional rate of Central Sales Tax/TN VAT if any shall be taken into account and included in the price quoted giving proof thereof.

    3.6 The following certificates have to be furnished for admittance of claim of

    Central Sales Tax/TN VAT.

    i. Certified that the transaction in which the Central Sales Tax/TN VAT has been claimed and has been / will be included in the return submitted /to be submitted to the Central Sales Tax/TN VAT authorities for assessment of the Central Sales Tax/TN VAT and the amount of Central Sales Tax/TN VAT claimed from the purchaser has been /will be paid to sale tax authorities.

    ii. Certified that the goods on which the Central Sales Tax/TNVAT has been

    charged have not been exempted under C.S.T. Act or TN VAT and the rules made there under and the charges on account of Central Sales Tax/TN VAT on these goods are correct, under provisions of relevant Act or rules made there under.

    iii. Certified that we shall indemnify the Corporation, incase if it is found at a later date that wrong/incorrect or excess payment has been recouped on account of Central Sales Tax/TN VAT paid by us.

    iv. Certified that we are registered as dealer under the Central Sales Tax act and our Registration No is.. and under TNVAT Act 2006 and our Registration No. is .

    v. Certified that TNVAT credit availed by me has been taken into account in the rates quoted.

    4.0 SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE

    4.1 The successful tenderer will have to furnish 5% of order value as the Security Deposit cum Performance Guarantee in the form of an irrevocable Bank Guarantee issued by any Nationalized/Scheduled bank approved by the Reserve Bank of India in non-judicial stamp paper of value `.80/-. The Guarantee amount shall be equal to Five percent (5%) of the order value and it shall guarantee the faithful Performance of the Contract and the performance of the equipment supplied in accordance with the Terms and Conditions specified in the Specifications. The guarantee shall be valid for a continuous period of 36 months from the date of receipt of materials at site in good condition. In case of delay in supply, the Security Deposit cum Performance Bank Guarantee should be extended suitably.

  • 20

    4.2 The successful tenderer will have to furnish the Security Deposit cum Performance Guarantee within 15 days from the date of receipt of the Purchase Order. The Security Deposit cum Performance Guarantee will not carry any interest. The Owner also reserves the right to accept the belated payment of Security Deposit cum Performance Guarantee by levying penal interest at the rate of 22% per annum from the date of expiry of 15 days time limit till the date of actual receipt of payment of the Security Deposit cum Performance Guarantee. The interest will be recovered from suppliers first bill.

    4.3 The Security Deposit cum Performance Guarantee will be returned to the Supplier only if the contract is completed to the satisfaction of the purchaser. If the purchaser incurs any loss or damages on account of breach of any of the clauses or any other amount arising out of the contract becomes payable by the contractor to the Owner, then the Owner will in addition to such other dues that he shall have under the law, appropriate the whole or part of the Security deposit cum Performance Guarantee and such amount that is appropriated will not be refunded to the contractor.

    4.4 Failure to comply with the terms regarding Security Deposit cum Performance Guarantee set out in the purchase order within the stipulated time will entail in the cancellation of the Contract without any further reference to the Contractor.

    4.5 The Security Deposit cum Performance Guarantee will be released on expiry of guarantee period after ensuring that defects/damages during the guarantee period are rectified/ replaced.

    4.6 The Security Deposit cum Performance Guarantee will be discharged without any interest at the end of Guarantee Period.

    4.7 If the performance period of the supplied materials are over and some quantity of within guarantee period defective materials are still pending for want of repair/replacement, then fresh SD cum PBG equal to the cost of such defective materials is to be furnished by the Contractor for releasing original SD cum PBG by TANGEDCO.

    5.0 INSURANCE

    Contracting firms shall arrange insurance for the equipment and all its accessories being supplied by them, through any of the Nationalised Insurance Companies. The equipment shall be insured to cover transport (from Warehouse) and 60 days storage risk at site. The damages, if any, during transit will be reported within 30 days of receipt of materials. It will b e the responsibility of the supplier to replace the defective / damaged materials and make good the shortages and other losses in transit, free of cost, lodge and recover claim from Insurance, Under- writers/Carriers.

  • 21

    6.0 PACKING AND FORWARDING:

    6.1 The equipment and all its accessories shall be securely packed and despatched, freight paid, duly insured, at supplier's risk and cost. The packing may be in accordance with the manufacturer's standard practice. The supplier is responsible for ascertaining the facilities that exist for Road Transport to site. Each package shall be clearly marked and contain detailed packing list, such as gross weight, net weight etc. the supplier is solely responsible for any loss or damage during transport. The despatch of materials shall be only after the approval of test certificates by the TANGEDCO. The Equipments/Materials shall be unloaded at destination store/ site by the supplier at free of cost.

    6.2 Each consignment shall be accompanied by a detailed packing list

    containing the following information. a) Name of the consignee. b) Details of consignment c) Destination d) Total weight of consignment e) Handling and unpacking instructions. f) Bill of material indicating contents of each package.

    6.3 The supplier shall ensure that the bill of material is approved by the

    purchaser before despatch.

    6.4 The supplier is responsible to make sure about the facilities that exist for Road and Rail transport to site, the maximum packages which can be conveyed by the railways and crane lift available at the destination railway station. The supplier is also responsible for any loss or damage during transport and storage for 60 days.

    7.0 PAYMENT

    7.1 Payments for the supplies will be made by the concerned Superintending Engineer / Chennai EDC by cheque drawn on any one of the Nationalised Banks/ Scheduled Banks approved by Reserve Bank of India, in Tamil Nadu. The Bank charges involved in making the payment will be to the account of the Tenderer.

    7.2 Payments will not be made for materials damaged during transit. All defective materials shall be replaced by the supplier free of cost.

    7.3 (i) For the materials delivered within contractual delivery period:

    100% (hundred percent) of the all inclusive price (including Sales Tax )of the materials of each consignment will be paid within a reasonable time after receipt of materials in good condition and submission of bills with required documents after deducting recoveries, if any.

  • 22

    (ii) For the materials delivered beyond the contractual delivery period:

    100% of the all inclusive price (including Sales Tax) of the materials of each consignment will be paid within a reasonable time after receipt of materials at site in good condition and submission of bills with required documents after deducting LD and other recoveries, if any.

    iii) For the delayed payments, if any, TANGEDCO will not pay any interest on any account.

    iv) In case of delay in supply, the materials will be accepted subject to the following conditions:

    a) There should be no declining trend in prices.

    b) Payment will be released as per the latest purchase order rates or

    lowest rates obtained during the recent tenders opened subject to levy of liquidated damage for belated supplies.

    c) TANGEDCO reserves the right to accept or reject the delayed supplies without assigning any reason therefore and take action as per the other terms and conditions of this specification.

    7.4 The bills for payment will be passed only after the approval / acceptance of

    the following :

    (a) Security Deposit cum Performance Guarantee (b) Sales Tax Clearance Certificate (c) Undertaking towards Jurisdiction for legal proceedings. (d) Test Certificate, (e) Supply of approved drawings, Instruction manuals etc, as per section VI

    Technical of this specification.

    7.5 The supplier should despatch the materials only after getting despatch instruction from the Chief Engineer / Distribution / Chennai South Region. If the supplier despatches the materials without the prior approval of the purchaser, then the purchaser shall not be responsible for any demurrage or wharfage or both and only the supplier should bear any expenditure arising out of such unapproved despatches.

    8.0 DELIVERY

    8.1 The following delivery schedule is required

    50% of the ordered quantity shall be supplied within 2 months from the date of receipt of purchase order. Balance 50% of the material shall be supplied within 1 Month thereafter .The entire supply shall be completed within 3 months from the date of receipt of the Purchase order.

  • 23

    8.2 The delivery period will not normally be extended. Hence all efforts shall be taken to deliver the materials within contractual delivery period.

    8.3 The above delivery shall be guaranteed by you under liquidated damages clause governed by this specification. The date of actual receipt of materials will be reckoned as the date of delivery for the liquidated damage purpose.

    8.4 The date of receipt of last component of the main equipment will be reckoned as the date of delivery for the purpose of calculation of liquidated damage for delay in delivery, when the main equipment and accessories are delivered in piece meal.

    8.5 If any other delivery period is indicated by the tenderer in their Offer, their Offer is liable for rejection.

    9.0 FORCE MAJURE:

    9.1 If at any time, during the continuance of the contract, the performance in whole or in part, in any obligation under this contract, shall be prevented or delayed by reasons of any war, hostility, acts of public enemy, acts of civil commotion, strikes, lockouts, sabotages, fires, floods, explosions, epidemics, quarantine restrictions or other acts of God (herein after referred to as eventualities) then, provided notice of the happening of any such eventuality is given by the tenderer to the TANGEDCO within 15 days from the date of occurrence thereof, neither party shall, by reasons of such eventuality, be entitled to terminate this contract nor shall any claim for damages against the other in respect of such non performance or delay in performance and deliveries under this contract, shall be resumed as soon as practicable after such eventuality has come to an end or ceased to exist.

    9.2 Provided that of the performance in whole or part by the supplier on

    any obligation under this contract is prevented or delayed by reasons of any eventuality for a period exceeding 60 days, the TANGEDCO may at its option terminate this contract by a notice in writing.

    10.0 LIQUIDATED DAMAGES

    10.1 The delivery as specified should be guaranteed by the supplier under the liquidated damages clause given below:

    If the supplier fails to deliver the equipments / materials within the time specified in the contract or any extension thereof, the purchaser shall recover from the supplier as liquidated damages, a sum of half percent (0.5%) of the contract price of the undelivered equipments / materials for each completed week of delay. The total liquidated damages shall not exceed ten percent (10%) of the total contract price.

  • 24

    Only the date of actual receipt of materials at stores will be reckoned as date of delivery for this purpose. It should be noted that if a contract is placed on a higher tenderer in preference to the lowest acceptable tender in consideration of the offer of earlier delivery, the said contractor will be liable to pay the TANGEDCO the difference between the contract rate and that of the lowest acceptable tender in case of failure to complete the supplies in the tender and incorporated in the contract. This is without prejudice to other rights under the terms of contract.

    10.2 Equipment will be deemed to have been delivered only when all its

    component parts are also delivered. If certain components are not delivered in time the equipment will be considered as delayed unless the missing parts are delivered. Liquidated damages will also be levied for the quantity not supplied as is done for the delayed supplies. If supplies effected in part which could not be beneficially used by the TANGEDCO (due to such in-complete supply), liquidated damage will be worked out on the basis of entire contract price only and not on the value of delayed portion.

    10.3 If supplies to be rendered are made by the supplier beyond the period

    of delivery and they are accepted by the TANGEDCO, such acceptance is without prejudice to TANGEDCO right to levy liquidated damages for the delay in supply.

    10.4 If the ordered materials are not delivered, the purchaser shall

    recover from the supplier, as liquidated damages, sum of TEN PERCENT (10%) of the contract price of the equipments / materials.

    10.5 The suppliers are liable to pay the amount of loss sustained by the

    TANGEDCO in the event of non-execution of orders, if any placed on them, either in full or part to the satisfaction of the TANGEDCO under the terms of conditions of contract and in the event of placing orders for such quantities on some others at a higher price.

    10.6 Tenderers not giving clear and specific acceptance to the above clauses

    are liable to be rejected.

    10.7 If there is any downward trend in prices on account of belated supplies, you have to accept the same with the levy of liquidated damages, for belated supplies.

    11.0 LOSS OF DAMAGE:

    11.1 External damages and/or shortages that are prima facie, the results of rough handling in transit or due to defective packing will be intimated within one month from the date of receipt of the materials at site. Internal defects, damages or shortages of integral parts which cannot ordinarily be detected on a superficial visual examination, due to bad handling in transit or defective packing, would be intimated within 2

  • 25

    months from the date of receipt of materials. In either case, the defective materials shall be replaced / rectified by the supplier, free of cost.

    11.2 If during the period of supply, it is found that goods already supplied

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

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

    11.4 In the event of supplies being received damaged or any shortages at the destination stations, the cost of such materials, excise duty and sales tax (if payable) and other charges payable thereof will be paid only proportionate to the value of materials received in good condition, unless the damaged goods or short supplies are made good free of cost by the suppliers.

    11.5 For all legal purposes, the materials shall be deemed to pass into the TANGEDCO ownership at the destination stores, where they are delivered and accepted.

    12.0 GUARANTEE:

    12.1 The entire equipments should be guaranteed for satisfactory operation and good workmanship at least for a period of 36 (Thirty six) months from the date of receipt of materials at site in good condition.

    12.2 Any defects noticed during this period shall be rectified free of cost to the

    TANGEDCO within 2 (Two) months from the date of intimation of defect/failure. Irrespective of number of failures and repairs, the suppliers are responsible for free replacement of the defective materials. Such replaced components shall serve for a continuous period of 12 months from the date of re-commissioning and this shall be in addition to the guarantee provided for the equipment.

    12.3 The incidental expenses, transport and freight charges for the replacement of defective materials within the guarantee period shall also be borne by the supplier till such time it serves a continuous period of 12 (Twelve) months as said above.

  • 26

    12.4 The tenderers shall guarantee among other things, the following,

    (i) Quality and strength of materials used. (ii) Safe electrical and mechanical stresses on all parts of the equipments

    under all specified conditions.

    (iii) Performance figures given by the tenderers in the Schedule of Guaranteed technical particulars.

    13.0 REPLACEMENT OF DEFECTIVE / DAMAGED MATERIALS:

    13.1 Notwithstanding anything contained in the above liquidated damages clause when the whole or part of the materials supplied by the supplier are found to be defective / damaged or are not in conformity with the specification or sample, such defects or damages in the materials supplied shall be rectified within two months from the date of intimation of defect/damage either at the point of destination or at the supplier's works , at the cost of supplier, against proper security and acknowledgement. In the alternative, the defective or damaged materials shall be replaced free of cost within two months from the date of receipt of the intimation from the purchaser of such defects or damages. If the defects or damages are not rectified or replaced within this period, the supplier shall pay a sum towards liquidated damages as per liquidated damages clause given above, for the delay in rectification / replacement of the defects or damages.

    13.2 If even after such rectification or replacement of the damaged or

    defective part, if the equipment ordered is not giving the satisfactory performance as per the contract, then it will be open to the purchaser either to reject the goods or repudiate the entire contract and claim such loss sustained by the TANGEDCO.

    13.3 Notwithstanding any other remedies available, the purchaser shall be entitled to dispose of the defective / damaged materials in as is where is condition without further notice, if the contractor/supplier fails to rectify the defect and /or replace the damaged materials and / or fails to remove the defective / damaged materials within such period as may be notified by the purchaser through notice and the sale proceeds of such disposal shall be appropriated towards the dues to the TANGEDCO such as Liquidated Damages, ground rent, etc., as may be determined by the purchaser.

    14.0 FAILURE TO EXECUTE THE CONTRACT: Suppliers failing to execute the order placed on them to the satisfaction of the TANGEDCO under the terms and conditions set forth therein, will be liable to make good the loss sustained by the TANGEDCO, consequent to the placing of fresh orders elsewhere at higher rate, i.e. the difference between the price accepted in the contract already entered into and the price at which fresh

  • 27

    orders have been placed. This is without prejudice to the imposition of liquidated damages and forfeiture of Security Deposit cum Performance Guarantee for breach of contract.

    15.0 NON-ASSIGNMENT:

    The supplier shall not assign or transfer the contract or any part thereof without the prior approval of the Purchaser.

    16.0 EFFECTING OF RECOVERIES:

    Any loss, arising incident to non-fulfillment of this contract or any other contract, will be recovered from the Security Deposit held or any other amount due to the supplier from the TANGEDCO. 17.0 SALES TAX CLEARNACE CERTIFICATE:

    The tenderer should enclose with the tender, a copy of certificate of sales tax clearance for the previous year from the appropriate Sales Tax Authorities. NOTE: The successful tenderer should submit the latest copies of STCC after receiving the order.The tenderer should furnish their Permanent Account Number (PAN) in their offer. 18.0 PATENT RIGHTS ETC.

    The supplier shall indemnify the purchaser against all claims, actions, suits and proceedings for the infringement or alleged infringement of any patent, design or copy right protected either in the country of origin or in India by the use of any equipment supplied by the supplier, other than that for the purpose indicated by or reasonably to be inferred from the specification. 19.0 JURISDICTION FOR LEGAL PROCEEDINGS:

    No suit or any proceedings in regard to any matter arising in any respect under this contract shall be instituted in any court, save in the appropriate civil court of Chennai or the court of small causes at chennai. It is agreed that no other court shall have jurisdiction to entertain any suit or proceedings, even though, part of the cause of action might arise within their jurisdiction. In case any part of cause of action arises within the jurisdiction of any of the courts in Tamil Nadu and not in the courts in Chennai City, then it is agreed between parties that such suits or proceedings shall be instituted in court within Tamil Nadu and no other court out sided Tamil Nadu shall have jurisdiction, even though any part of the cause of action might arise within the jurisdiction of such courts. An undertaking on a stamped paper of value of Rs 80/- in this regard should be furnished on receipt of Purchase Order agreeing to the above condition.

  • 28

    20.0 ARBITRATION:

    The TANGEDCO will not accept any arbitration in case of disputes arising in any respect under this contract. Any dispute arising out of this contract shall not be subject to arbitration under the previsions of Arbitration Act 1 940 in the event of any dispute between the parties. 21.0 DEVIATIONS FROM SPECIFICATION:

    If the tenderer wishes to deviate from the provisions of this specification, he shall list out such deviations, in the format enclosed and submit full particulars and reasons therefore. Unless this is done, the equipment offered shall be considered to comply, in every respect within the terms and conditions of this specification. 22.0 RESPONSIBILITY:

    The tenderer is responsible for safe delivery of the materials at the destination stores. The tenderer should include and provide for packing and secured protection of the materials so as to avoid damages or loss in transit. 23.0 QUANTITIES:

    The quantities mentioned in this specification are only tentative. The purchaser reserves the right to revise the quantities at the time of placing the order and ordering more materials during the pendancy of the order at the accepted rates. 24.0 CLIMATIC CONDITIONS:

    The materials are for use in Chennai and should be satisfactory for operation under tropical conditions in Chennai.

    a) The ambient temperature will be within the range of + 10 Degree Centigrade to + 50 Degree Centigrade. b) The altitude is approximately 3M above M.S.L. c) The Ambient air temperature a. Maximum dry bulb : 45 degree C b. Minimum dry bulb : 15 degree C c. Maximum daily average dry bulb : 35 Degree C d. Reference temperature for design of electrical equipments : 45 Degree C d) Rain fall : 650 mm in a year (average) g) Climatic conditions : Hot, humid, dusty, salt laden and conductive to rust. Tropicalisation : All equipment supplied against this specification shall be given tropical and fungicidal treatment in view of the severe climatic conditions prevailing at site as prescribed above.

  • 29

    25.0 RECOVERIES OF DUES: The TANGEDCO is empowered,

    a) To recover any dues against this contract in any bills , Security Deposit / Earnest Money Deposit due to the suppliers either in this contract or any other contracts with TANGEDCO.

    b) To recover any dues against any other contract of the suppliers with

    TANGEDCO, with the available amount due to the suppliers against this contract.

    26.0 PAST PERFORMANCE: The intending tenderers shall furnish the details of various supply orders/work contracts executed by them for the past five years as on the date of Tendering in the proforma enclosed in the Tender Specification and also the proof for having manufactured the tendered item and for their satisfactory performance. The details furnished by the tenderers shall be in complete shape and if it is found that any information is found omitted, suppressed, incomplete or incorrect, the same will be taken note of while dealing with the Tenderers in future. Tenders furnished by the tenderers without these accompanying details of their past performance as per schedule D are liable for rejection. The original copy of the above orders shall be submitted on demand. 27.0 SICK INDUSTRIAL UNITS:

    Tenderers are requested to state whether the company is a potentially sick industrial company or sick industrial company in terms of section 23(or) 15 of the sick Industrial Companies (Special provision) Act 1985. Failure to furnish the information will make the tender liable for rejection.

    28.0 TEST CERTIFICATES:

    The test certificates in triplicate for the materials furnishing the results of the tests as per latest issue of IS/IEC shall be forwarded and got approved before the materials are despatched. In addition to the tests called for in the specification, the purchaser reserves the right of having such tests as he desires carried out at his own expenses to satisfy himself that the materials conform to the requirement of this specification. The materials may be rejected if the test results are not satisfactory. 29.0 INSPECTION:

    29.1 The authorized representatives of the purchaser shall have access to the

    suppliers or sub-vendors works at any time during working hours, for the purpose of inspecting the manufacture of the materials and for testing the selected samples from the materials covered by this specification. The supplier or the sub-vendor shall provide facilities for the above. And the supplier shall borne the cost towards transport, stay and other expendses of the inspecting officials of TANGEDCO

  • 30

    29.2 Tenderers are requested to furnish in their tenders the exact location of their

    factory with detailed address to enable inspection by TANGEDCO if considered necessary.

    29.3 Not less than 15 days advance intimation shall be given about the quantity of materials that will be ready for inspection by the TANGEDCOs Officers/Third Agency authorized by the TANGEDCO. The arrangement for inspection shall be made by suppliers in such a way that the delivery schedule is kept up. The materials shall not be despatched without instruction from TANGEDCO.

    30.0 COMPLETENESS OF TENDER:

    The tender should be complete with all details of illustrative and descriptive

    literature and drawings. The tenderers shall furnish the complete technical details of the equipment. Information regarding the country of manufacture or origin of materials used in the manufacture of the articles should be furnished. The tenderer should include all minor accessories even though not specifically mentioned in this specification but which are essential for the completeness of the materials ordered. The tenderer shall not be eligible for any extra charges in respect of such minor accessories though not included in the tender.

    31.0 INTERCHANGEABILITY:

    All similar parts and removable parts of similar items shall be

    interchangeable with each other

    32.0 ELECTRICITY RULES :

    All works shall be carried out in accordance with the latest provisions of the Indian Electricity Act 2003 and the Indian Electricity Rules there-under unless modified by this specification. 33.0 MATERIALS AND WORKMANSHIP:

    33.1 All materials, equipments and spare parts thereof shall be new, unused and

    originally coming from manufacturers plant to the destination stores. Those including used, rebuilt or overhauled materials/equipments will not be accepted.

    33.2 All the materials shall be of best class and capable of satisfactory operation

    in the tropics with humid atmospheric condition. Unless otherwise specified, they shall conform to the requirements of appropriate Indian Standards. Where these are not available, IEC and American/British Standards shall be followed.

    33.3 The equipments should be designed to facilitate inspection and repair and to ensure satisfactory operation under atmospheric conditions prevailing at site and under sudden variations of load and voltages as may be met with under

  • 31

    working conditions in the system including those due to faulty synchronizing and short circuits within the rating of the apparatus.

    33.4 The design shall incorporate every reasonable precautions and provisions for the safety of all those concerned in the operation and maintenance of equipment.

    33.5 All the equipments should operate without undue vibration and with the least practicable amount of noise.

    34.0 TYPE TESTS :

    Tenderers should furnish copy of type test certificates for the offered package in full shape as conforming to relevant IS/IEC Standards of latest issue obtained from a Government/ Government recognised Laboratory, along with offer. Offers may be considered subject to production of a written undertaking that they will produce the test certificates in case an order is placed on them before offering of the inspection of first lot of equipments at no extra cost to TANGEDCO and no relaxation to TANGEDCOs Delivery Clause will be given on this account. The above type test certificates should accompany the drawings of the material/equipments, duly signed under seal by the Institution who had issued the type test certificate.

    The above type test should have been conducted within five years (5 years) as

    on the date of Tender opening, in a Government Laboratory/Government recognised Laboratory.

    However submission of type test certificates along with the tender is

    preferred.

    Non submission of above type test certificates within the stipulated time will entail cancellation of Purchase Order without any further reference to the supplier. The original type test certificates shall be furnished for verification on request. The details of type test should also be furnished in the Schedule G.

    In the event of any discrepancy in the test reports i.e. any test report not

    acceptable due to any design / manufacturing changes ( including substitution of components) or due to non compliance with the requirement stipulated in the Technical specification or any / all additional type tests not carried out , same shall be carried out without any additional cost implication to the purchaser.

    35.0 RAW MATERIALS:

    It is the responsibility of the tenderer to make his own arrangement to procure the necessary raw materials required for the manufacture.

    ****************

  • 32

    SECTION-VI TECHNICAL SPECIFICATION FOR 11 KV INDOOR VCB

    1.0 SCOPE :

    1.1 The scope of bid envisages the Design, Engineering, Manufacture, Stage

    testing, Final Inspection and testing before supply, Supply and Delivery at

    site feasible to be integrated with remote and to be integrateable towards

    remote monitoring and control using local HMI SCADA and also to be

    compatible to the existing/proposed SCADA in TNEB/ TANGEDCO. The

    system will transmit data to Chennai DCC SCADA system on real time with

    IEC 60870-5-101 protocol. Sub-station equipments like energy meters, relays

    etc which may have MODBUS, DNP 3.0, IEC 60870-5-103 protocols with

    Optical/RS485 port. Station Controller shall also support ABBs RP570

    protocol and IEC60870-5-104 to communicate with Master Station. This

    specification also provides for packing and delivery F.O.R. (Destination) of 11

    KV Single Bus 25 KA, 1250 Amps, Indoor Vacuum Circuit Breaker (VCB)

    panels suitable for Feeder, Transformer and Bus coupler control with all

    accessories and auxiliary equipments and mandatory spares described herein

    and required for the satisfactory operation at any location in Chennai city in

    TAMILNADU for TANGEDCO.

    1.2 The Switchgear Panel shall conform in all respects to high standards of

    engineering design, workmanship and latest revisions of relevant standards

    at the time of offer. The purchaser shall have the right to reject any work or

    material which in his judgment is not in full accordance therewith.

    1.3 The breakers should be as per the guaranteed technical particulars furnished

    in annexure.

    2.0 STANDARDS:

    The Breakers and Instrument Transformers shall conform to the latest revisions

    and amendments thereof of the following standards.

    1. IEC-62271-100 Specification for alternating current circuit breakers. 2. IEC-60298 Metal Enclosed Switchgear and Control Gear for rate Voltages

    upto and including 12 KV 3. IEC 2331 High voltage porcelain bushings 4. IEC-60 High voltage test techniques 5. IEC-71 Insulation co-ordination 6. IEC-270 Partial discharge measurement 7. IS -13118 Specification for circuit breakers

  • 33

    8. IS-3427 Specification for metal clad high voltage switchgear 9. IS-2147 Degree of protection provided for enclosures for low voltage switchgear and control gear 10.IS-9582 Specification for Single phase Electric motors for definite purpose 11. IS-375 Marking and arrangements for switchgear bus bar, Main connections and auxiliary wirings 12. IS-2099 High voltage porcelain bushings

    13. IS-2705 /IEC 60044-1 Specification for Current Transformers. 14. IS-3156 /IEC 60044-2 Specification for Potential Transformers. 15. IS-2629 Recommended practice for hot dip galvanised iron andsteel 16. IS -2071 High voltage test techniques (part1&2) 17. Indian Electricity Rules

    18. IEEE80 (2000) IEEE Guide for safety in AC Substation grounding

    Equipment meeting with the requirements of any other authoritative standards, which

    ensures equal or better quality than the standard mentioned above shall also be

    acceptable. If the equipments, offered by the Bidder conform to other standards, salient

    points of difference between the standards adopted and the specific standards shall be

    clearly brought out in relevant schedule. Two copies of such standards with authentic

    English Translations shall be furnished along with the offer.

    3.0 RATING OF THE SWITCHGEAR:

    The H.T. switchgears shall be suitable for operation on three phase, three wire, 11 KV, 50 cycles, A.C. System. Every current-carrying part of the switchgear including Circuit Breaker, current transformers, conductors, bus bars, connections and joints shall be capable of carrying its specified rated normal current of 1250 A continuously and in no part shall the temperature rise exceed the values specified in relevant IEC Standards at ambient temperature. Assistance from any forced cooling to maintain IEC rating is not allowed. Every part of the switchgear shall also withstand, without mechanical or thermal damage the instantaneous peak currents and rated short-time current of 25 KA (3 sec.) pertaining to the rated breaking capacity of the circuit breaker.

    4.0 AUXILIARY POWER SUPPLY

    The Indoor VCB panels should be suitable for operation on the following auxiliary

    supply systems.

    a) Power Devices like drive

    Motors of rating 1 KW and

    above

    415V, 3 Phase 4 Wire 50Hz,

    AC neutral grounded

    b) Alarm, Lighting, space

    heaters and fractional KW

    motor

    240V single phase, 50Hz, AC neutral grounded

    c) Control and protective

    devices

    30 V/ 110 V DC

  • 34

    The above supply voltage may vary as below and all devices shall be suitable for continuous operation over entire range of voltage. i) AC supply : Voltage varies between 160 V to 250 V. Frequency 50 Hz ( +/- 5% ) ii) DC supply with 30 V / 110V : Voltage (-) 15% to + 10%; Isolated two wire system 5.0 PRINCIPAL PARAMETERS:

    Sl No Item Requirement

    1 Rated voltage 11 KV (rms) 2 Highest System Voltage 12 KV (rms) 3 Frequency 50 Hz. 4 Neutral grounding solidly earthed 5 Continuous current rating for bus 2000 A 6 Continuous current rating for breaker 1250 A 7 Mounting Inside a steel cubicle of thickness not less

    than 3 mm for Load Bearing and 2.5mm for non-loading bearing suitable for floor mounting and free standing

    8 Number of Poles 3 9 Type of operation Gang Operated Poles

    10 Spacing between the Bus bars i.e. live

    part to live part spacing 125 (mm) Minimum (HS Sleeve is additional protection)

    11 Spacing between the Bus bars and earth (i.e) live part to earth spacing

    90 (mm) Minimum (HS Sleeve is additional protection) 12 Operating mechanism Universal motor (AC & DC) operated spring charged (Motor / Handle operation for spring charge) 13 Auto reclosing duty

    Three phase

    14 Rated operating duty cycle O-0.3s-CO-3Min-CO

    15 First pole to clear factor 1.5

    16 Type of tripping Trip free

    17 Maximum closing time 75 (ms)

    18 Maximum total break time at rated breaking capacity

    50 (ms)

    19 1.2/50 microsecond impulse with- stand voltage (dry)

    75 KV peak- to Earth 75 KV peak -Across the open contacts

  • 35

    Sl No Item Requirement

    20 One minute power frequency withstand voltage (dry)

    28 KV( rms)

    21 Rated breaking current capacity(Symmetrical)

    25 KA

    22 Rated Short circuit withstand current for 3 Sec.

    25 K.A.

    23 Peak short circuit making current capacity

    62.5 KA (peak)

    24 Rated cable charging breaking current 25 A (Test conforming to Class C1 as per IEC 62271-100)

    25 Mechanical Endurance Test conforming to Class M2 as per IEC 62271-100

    26 Max. acceptable difference in the instants of closing/opening of contacts:

    10 ms ( Between poles)

    27 Short time current carrying capability 25 KA (rms) for three seconds

    28 Rating of auxiliary contacts 15 A

    29 Breaking capacity of auxiliary contacts 5 A DC with the circuit constant less than 20 ms at the rated voltage.

    30 Noise level at base and upto 50 metres 140 dB (max.)

    31 Seismic acceleration 0.3 g

    6.0 PRINCIPAL FEATURES

    Sl No

    Description Quantity per panel

    TR- LV Panel

    B/C-Panel

    FR-Panel

    1 Circuit label 1 No. Yes Yes Yes 2 Mimic diagram 1 No. Yes Yes Yes 3 Ammeter Analog 1 No. Yes Yes Yes 4 Voltmeter Analog 1 No. yes -- -- 5 Static Trivector Meter compatibility with SCADA

    and TNEB HT metering 1 No. Yes -- Yes

    6 Ammeter selector switch 1 No. Yes Yes Yes 7 Voltmeter selector switch 1 No. yes -- -- 8 Window/ring type Current Transformer 3 Nos. Yes Yes Yes

  • 36

    9 Potential Transformer Bus type 3 Nos. Yes -- --

    10 Isolation Transformers 1 No. Yes -- -- 11 Numeric IDMT Relay (3OL + 1 EL) with test

    block similar to MMLG /MMLB of Areva make 1set Yes Yes Yes

    12 DC Supervision Relay 1 No. Yes -- -- 13 a) Trip Relay (Breaker) 86

    b) Master Trip Relay (Transformer) 86 2 element c) Auxiliary relays for transformer

    1 No. 1 No. 1 set

    Yes Yes Yes

    Yes -- --

    Yes -- --

    14 Trip Circuit Supervision Relay 1 No. Yes Yes Yes 15 Annunciation Relay 1 No. Yes -- -- 16 Antipumping Relay in built 1 No. Yes Yes Yes 17 Annunciation Facia with AC failure 1 No. Yes Yes -- 18 Alarm with Hooter for DC failure 1 Set. -- Yes -- 19 Test/Accept/Reset Push Button for annunciation 3 Nos. Yes Yes Yes 20 Local /Remote Switch 1 No. Yes Yes Yes 21 TNC Pistol grip Switch 1 No. Yes Yes Yes 22 P.T. Supply Indication 3 Nos. Yes -- -- 23 P.T. selection switch with phase sequence

    indication (In case of Bus PT) 1 No. -- -- Yes

    24 Breaker ON/OFF indication 2 Nos. Yes Yes Yes 25 Spring Charge/ Discharge indication 2 Nos. Yes Yes Yes 26 Auto tripping indication 1 Set. Yes Yes Yes 27 VCB Truck 1 No. Yes Yes Yes 28 Earth Bus 1 No. Yes Yes Yes 29 3 nos. Bus bars to carry rated current 1 Set. Yes Yes Yes 30 PTC Heater with Hygrostat 1 Set. Yes Yes Yes 31 Illumination Lamp with door switch 1 Set. Yes Yes Yes 32 Interlock to defeat racking in when the Control

    circuit Plug detached from the VCB Truck 1set Yes Yes Yes

    33 Interlock to defeat the movement of the Breaker when ON & in service position.

    1set Yes Yes Yes

    34 Stud type terminal block 1set Yes Yes Yes 35 Disconnecting Link type terminal block for

    current leads 1set Yes Yes Yes

    36 Cable termination kit 1set Yes -- Yes 38 Cable gland plate of non magnetic material 1set Yes -- Yes 39 Heater circuit healthy indication 3 nos. Yes Yes Yes 7.0 INTERCHAGEABILTY AND EXTENDABILITY:

    7.1 All similar materials and removable parts of identical equipments shall be

    interchangeable with each other. The VCB truck in particular should easily be

    interchangeable.

  • 37

    7.2 The panels should be suitable for easy extension on both sides by addition of

    panels of any make.

    8.0 COMPATABILITY WITH SCADA SYSTEMS:

    The following features should be incorporated in the Indoor Vacuum Circuit Breaker panels so as to be compatible with the SCADA system. Sl No Feature Provision to be made available 1 On Off position of the Breaker 2 NO- 2NC Contacts of the auxiliary switch

    wired upto the terminal Block 2 Local / Remote Switch position Two separate NO contac; one for Local

    and other for remote, which becomes NC on selection of a particular position

    3 Spring charge / Discharge position One set of NO contacts in the limit switch closes when the spring is in charged condition

    4 Fault Tripping of the Breaker One set of NO and one set of NC Contacts of the Master / Tripping Relay wired upto terminal Block

    5 Voltage 3 Phase Potential Transformer out put 6 Current Voltage across the shunt resistance of the

    Ammeter 7. DC Contact multiplier With 4 NO &

    4 NC 4 Nos

    8 Transfer of Data from the Trivector

    Meter

    Static Trivector Meter DLMS with 0.5 accuracy capable of storing load survey for 35 days and RS 485 Port with MODBUS / DNP3.0 /or IEC Protocol

    NOTE: There should be terminal blocks specifically marked for SCADA systems. Wiring should be made for the availability of the above datas in the terminal blocks. 9.0 DETAILS ON VARIOUS PANELS

    9.1 Transformer panels:

    Each transformer panel should consist of:

    (i) 11 KV, 25 KA, 1250 Amps, triple pole indoor VCB, with provisions for both

    Manual & Motor operated spring charged closing mechanisms.

    (ii) 3 Nos 11 KV window/ring type, indoor resin cast, three core Current

    Transformers with the following specifications. In addition to the above 3

    Nos CT, one no CT per LV shall be supplied as mandatory spare, at free of

    cost.

    a) Ratio : 900-600/1-1-0.577A b) Burden : 5VA for metering and 15 VA for protection

  • 38

    c) Accuracy : Core - I Class 0.5S (metering) : Core II 5P15 (Protection) : Core III PS Class (Protection) The CTs shall have 3 cores on secondary with following specifications. Metering - 0.5S accuracy class with 5 VA burden, protection - 5P15 with 15 VA burden and PS class. The magnetising current and the knee point voltage (Vk) shall be as per the requirement of the relay manufacturer. The CT protection accuracy should take care of the fault current and fault MVA or whichever is higher. d) Short time current rating : 25 KA for 3 Seconds e) Insulation level : 28 KV /75 KV peak. (iii) Ammeter : 1 No. (To read: 0-600-900A)

    (iv) Ammeter Selector switch : 1 No. 5 position (R-Y-B- neutral and OFF)

    Additional Disconnecting terminal Block for R,Y,B Currents with loops may be Provided to connect External Transducers to be provided by TANGEDCO. (v) 3 nos 11 KV single phase indoor resin cast PTs: Shall be of Bus PT type. In

    addition 1No. PT per LV shall be supplied as mandatory spare at free of cost.

    a) Ratio : 11 KV/