E-2878/SF6 Bkr: 2022-23 Page 1 of 19 Date: Seal & signature of Tenderer GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED Regd. Office: Sardar Patel Vidyut Bhavan, Race Course, Vadodara (Gujarat) : 390007 Website:www.getcogujarat.com email:[email protected]Phone: (0265) 2310582-86 email: [email protected]CIN: U40100GJ1999SGC036018 Fax No (0265) 2337918, 2338164 TENDER NOTICE No: CE (Proc & Contracts)/TN-23/2021-22 CE(P&C) invites “On line Tenders” (e-tendering) for the purchase of following items. Tender Papers & Specifications may be down loaded from Web site https://nprocure.com (For view, down load and on line submission) and GETCO web site www. getcogujarat.com (For View & down load only). Tender fee may be paid along with submission of tender in EMD cover, for respective tender. “All the relevant documents of tender to be submitted physically will be received only by Registered Post A.D. or Speed Post addressed to Chief Engineer (Procurement & Contracts) Gujarat Energy Transmission Corporation Limited, Corporate Office, S.P. Vidyut Bhavan, Race Course, Vadodara - 390 007. “NO COURIER SERVICE OR HAND DELIVERY” will be allowed. All the bidders, in respect of tender item must have vendor registration with the GETCO or their any subsidiary company viz. prior to the date of opening of technical bid of the tender otherwise their bids will not be considered eligible for technical scrutiny and as such, their technical bids will not be opened. Vendor Registration Policy may applicable as per Purchase Policy - 2016 Sr. No. Description 1 Tender No.: CE(P&C)/III/E-2878/SF6 Bkr/2022- 23 2 Purchase of Purchase of SF6 Breakers as per specifications . 3 Tender Fee in Rs. (non-refundable) Rs. 11,800/- (10000 + 18 % GST) 4 Estimated Cost in lacs 2274.43(with GST) 5 On line (E-tendering) tender/ offer submission last date up to 16.00 hours only (This is mandatory) 09.05.2022 6 Physical submission of all the relevant documents, last date up to 15.00 hours. By RPAD or SPEED POST only. (This is Mandatory) 11.05.2022 7 Date of opening of Tender fee, EMD cover, Vendor registration and technical bid physical as well as on – line opening at 16.00 Hours. 11.05.2022 8 Date of opening of Price Bids: Shall be intimated separately 9 Prices Firm IMPORTANT: 1. All the relevant documents as per requirement of the Tender also to be submitted physically along with the Tender Fee, EMD cover in sealed cover on OR before due date and time. All such documents should be strictly submitted by RPAD / speed post only. Otherwise the offer will not be considered and no any further communication in the matter will be entertained. 2. The tender in physical form is to be submitted in single copy instead of duplicate mentioned in the tender. (All the online Annexure & price bid i.e. Annexure-1 to
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
email: [email protected] CIN: U40100GJ1999SGC036018 Fax No (0265) 2337918, 2338164
TENDER NOTICE No: CE (Proc & Contracts)/TN-23/2021-22
CE(P&C) invites “On line Tenders” (e-tendering) for the purchase of following items. Tender Papers & Specifications may be down loaded from Web site https://nprocure.com (For view, down load and on line submission) and GETCO web site www. getcogujarat.com (For View & down load only).
Tender fee may be paid along with submission of tender in EMD cover, for respective tender. “All the relevant documents of tender to be submitted physically will be received only by Registered Post A.D. or Speed Post addressed to Chief Engineer (Procurement & Contracts) Gujarat Energy Transmission Corporation Limited, Corporate Office, S.P. Vidyut Bhavan, Race Course, Vadodara - 390 007. “NO COURIER SERVICE OR HAND DELIVERY” will be allowed.
All the bidders, in respect of tender item must have vendor registration with the GETCO or their any subsidiary company viz. prior to the date of opening of technical bid of the tender otherwise their bids will not be considered eligible for technical scrutiny and as such, their technical bids will not be opened. Vendor Registration Policy may applicable as per Purchase Policy - 2016
Sr. No.
Description
1 Tender No.: CE(P&C)/III/E-2878/SF6 Bkr/2022-23
2 Purchase of Purchase of SF6 Breakers as per specifications .
16, GTP and price bid are not to be submitted with the physical documents).
3. Any deviation found in Data / Details / Documents between on line offer (E-tendering)
and physically submitted documents (Tender document fee, EMD, Vender
Registration, Technical and commercial documents etc.) of bidder, offer of the same
bidder will not considered and no any further communication in the matter will be
entertained. Physical copy is for reference only and tender will be evaluated on Data
/ Details / Documents of the on line offer. For any discrepancy between online &
physical bid, Online bid is considered as final. Technical evaluation would be
carried out for the items offered in the online Annexure - 4 (Un-priced
Schedule) i.e. copy without prices. The quantity, GST offered in online price
bid shall be considered as final in case of any discrepancy.
Note: In online Annexure-4 of N-Procure, there is a provision to add lines.
Bidders are requested to mention item wise quantity offered as well as item
description clearly as quantity mentioned in Annexure-4 shall be treated as
final.
4. It is mandatory for all the bidders to submit their tender documents by both forms viz.
on – line (E-tendering) and physically in schedule time. If tender documents
submitted in only any one form, say either by on line or physically, in that case the
same tender will not be considered.
5. The bidders are required to fill up all the online annexure / forms. This is intended for
transparency and speedy evaluation of the bids. Instead of simply confirming /
attached in bid / refer physical offer, the Bidder shall fill in the particulars against
appropriate place in respect of each line appearing in each online annexure.
Wherever required, bidder shall invariably have to submit supporting authentic
documents in the physical bid.
(In the absence of required details in the online annexure, the purchaser has every
right to evaluate the bids accordingly and bidder cannot raise any objection against
any point during evaluation.)
6. Bidders are requested to remain in touch with the web-site for any amendment / corrigendum or extension of due date etc. Any technical questions, information and clarifications that may be required pertaining to this enquiry should be referred to: The CHIEF ENGINEER (PROCUREMENT & CONTRACTS), Gujarat Energy Transmission Corporation Limited, Corporate Office, S. P. Vidyut Bhavan, Race Course, Vadodara - 390 007. GETCO reserves the right to reject any OR all tenders without assigning any reasons thereof.
Your’s faithfully,
Chief Engineer (Procurement & Contracts)
Download Tender Documents in (PDF Format) which consists of: Part – I: Commercial Terms & Conditions Part – II: Technical Specifications & GTP’S, Schedule “A” indicating the quantities &
items, drawing if any. To view the PDF file please use “Acrobat Reader” software which can be downloaded from “Adobe” website.
E-2878/SF6 Bkr: 2022-23 Page 3 of 19
Date: Seal & signature of Tenderer
Note: In case bidder needs any difficulty in accessing / submission of on line bid / clarification or if training required for participating in online tender, they can contact the following office: (n)Code Solutions-A division of GNFC Ltd., (n)Procure Cell 403, GNFC Infotower, S.G. Road, Bodakdev, Ahmedabad – 380054 (Gujarat) Contact Details Phone Airtel : +91-79-40007501, 40007512, 40007516,40007517,40007525 Reliance : +91-79-30181689 Fax : +91-79-40007533 E-mail : [email protected] TOLL FREE NUMBER: 1-800-233-7944 (EXT: 501, 512, 516,517, 525)
E-2878/SF6 Bkr: 2022-23 Page 4 of 19
Date: Seal & signature of Tenderer
Tender No: CE(P&C)/III/E-2878/SF6 Bkr/2022-23
SCHEDULE – A
(For Clause No. 5 of Comm. Terms & conditions Category of Item : Critical)
Sr. No.
Item Description Tender quantity
Item wise EMD Payable in Rs.
Min Tender
Quantity for
MSME
Min Tender
Quantity for NON MSME
For MSME
For Non MSME
1
66 KV SF6 breaker 110V/220V DC with structure and clamp connector suitable for Panther/Zebra/Moose/Twin Moose conductor as per technical specification (1)Project:110V/220V DC-Panther/Zebra/Moose -360 set (2) DRM3 :220V DC ,Twin Zebra-5 set (3)DRM4:110V DC Panther-60 set (4)DRM4KSY:110V DC Panther-4 set (5) DRM3: 220V DC Twin Zebra-8 set (6) DRM1: 110V/220V DC (Panther/Zebra)-57 set (7) DRM3: 110V DC Panther-8 set and 110V DC Twin Zebra-3 set
Note : Foundation Bolt in scope of GETCO.
505 3.00 lac 3.75 lac 76 126
2
220 KV SF6 breaker 220V DC with structure and clamp connector suitable for Twin Moose as per Technical specification.
Note : Foundation Bolt in scope of GETCO.
15 80,000 1.20 lac 2 4
3
400KV SF6 Circuit Breaker, 3 ph , 3150A, 40KA, 3sec ,220V DC operating voltage with structure and both side Expansion type clamp connectors suitable to 4" IPS Al. Tube Sch 80 with Control Switching Device (With CSD) for transformer bay as per technical specification
Note : Foundation Bolt in scope of GETCO.
2 70,000 80,000 1 1
Total 4.50 lac 5.75 lac
Note:
a) Cl. No. 65 of commercial terms and conditions, the minimum tendering quantity is revised as above:
b) “All those manufacturers, who have required PQR and already qualified as Outside Gujarat (OG – Regular) party in GETCO, shall be considered regular Gujarat Based (GB – Regular) party provided they put up their manufacturing base in Gujarat with registration and Type Test documents as per GETCO’s qualification before the tender. The fresh registration and due inspection is essential for the factory at Gujarat. In case wherein one company is registering within the State for more than 2-3 locations, they will
E-2878/SF6 Bkr: 2022-23 Page 5 of 19
Date: Seal & signature of Tenderer
be allowed to quote from only one location in place of quoting from multiple locations. Moreover, they also have to do type test again after registration is done in the State in order to avail the benefit of Regular Gujarat based party. Also such company will be in its original name rather than a subsidiary company to avail benefits of Gujarat based company.”
IMPORTANT: This tender is uploaded with condition of Inter-se Revised Bidding. Bidders are requested to refer Modality of Inter-se revised bidding mentioned in Annexure-I attached herewith.
1) The estimated cost of this tender with GST is Rs. 2274.43 Lakhs.
2) Cost of the Tender Documents is Rs. 11,800/- (10,000 + 18 % GST) which is non-refundable. Details of Tender fees are as under: Demand Draft No. ___________________ dtd. ________________ Of Bank ___________________________________ Rs. For Rs. ___________
3) Details of the EMD are as under: Demand Draft No. _______________________ date ------------------ of Bank ___________________________________ Rs. For _________ Bank Guarantee No. ______________date. _______ of Rs. __________ Form the Bank ____________________ valid upto ______________.
4) EMD cover must contain the following documents: Note:
1) Bidders are requested to put all Mandatory Documents in EMD cover. If any Mandatory documents are missing in EMD cover, The Bid will treat as “Disqualified Bid” and automatically stand as “Rejected Bid”.
2) Bidders are requested to upload all Mandatory documents on N-procure website in Preliminary stage for reference only. The Documents submitted in EMD cover of Physical bid shall be considered for qualification.
a) Tender fee amount by way of demand draft or photo copy of money receipt of tender
fee (self-certified), if tender fee paid in cash at corporate office of GETCO. This is mandatory.
b) Guideline for payment of EMD Amount: (For MSME Bidders)
Commercial Terms & conditions Cl No. (8)[2] (b) (c) & (d) shall be replaced by (b)
The Micro and Small Scale Industrial (manufacturing) Units registered under Small Scale Industries of Gujarat State and holding subsequent registration is eligible for exemption from the payment of EMD amount on submission of duly notarized copy of UDYAM REGISTRATION CERTIFICATE from group A & minimum one certificate from group B. (i.e. UDYAM RGISTRATION CERTIFICATE from Group A And one certificate from Group B).
A Group B Group
1 UDYAM REGISTRATION
CERTIFICATE
1 CSPO Registration Certificates
2 NSIC Registration Certificates
3 DGS&D Registration Certificates
The MSME (manufacturing) Unit is eligible for benefit of submission of lower side EMD amount on submission of duly notarized copy of any one certificate from above mentioned Group A & B.
E-2878/SF6 Bkr: 2022-23 Page 6 of 19
Date: Seal & signature of Tenderer
Note: The Certificates should indicate the manufacture of items offered & in case of Udyam registration certificate, it should indicate the manufacture of related group of item. Further submitted certificate should be valid, wherever applicable. Provisional Registration Certificate are not allowed.
c) In view of Ministry of Micro, Small and Medium Enterprises, Govt. of India, New Delhi Notification S.O. 2119 (E) dated 26th Jun, 2020, subsequent clarifications issued vide O.M. No. 2/1(5)/2019-P&G/Policy (Pt. IV) dated 6th August, 2020 and Amendment S.O. 2347 (E) dated: 16/06/2021 Only “UDYAM REGISTRATION CERTIFICATE” out of SSI / MSME Part-II / Udyog Aadhar Memorandum / Udyam Registration Certificate shall remain valid from 1st Jan-2022 or from the date of amended in future by the ministry of Micro Small and Medium Enterprises (MSME) Govt. of India.
d) Full EMD amount shown against item shall be payable irrespective of Quantity offered. Please Submit letter in EMD Cover regarding item quoted & EMD Detail thereof i.e. break up for EMD paid. Bidder have to submit one BG by total EMD amount of offered items.
Sr. No. Item Description
Tender Qty.
Qty. offered
EMD Amount
MSME (Yes or No)
NOTE: Above table is required to be submitted with EMD cover to have clarity of items quoted and EMD paid. Item wise EMD is different and bidder has to pay total EMD of offered items.
e) Vender Registration-clause No.1 of commercial terms & conditions of this tender may be read as:
“Valid Vendor registration certificate / letter for the tendered item is compulsory for Tender item.”
f) If the EMD amount is more than Rs.1 Lac, it should be paid either by Demand Draft or Banker’s Cheque or Bank Guarantee. Otherwise it should be paid either in Cash (up to Rs. 10,000/- only) at the office address specified in the tender document or by Demand Draft or Banker’s Cheque or pay order only. Payment of EMD by RTGS/NEFT/on line shall be encouraged.
g) List of Orders executed during last three (3) years from the date of publication of tender notice (including supplied made to GETCO / GEB / GUVNL or their any subsidiary company) for the tendered items. Please attach order copies. In absence of this document
the performance / status of bidder for the tender item would be evaluated accordingly. (This document is not mandatory for opening of the technical bid.)
h) Latest Chartered Engineer certificate for manufacturing capacity.
i) The Bidders are requested to submit the EMD BG, Execution BG, Performance BG & Purchase Agreement on Rs. 300 Non judicial stamp.
j) GETCO Beneficiary Bank detail is as under:
1 Name of Account Holder Gujarat Energy Transmission Corporation Ltd.
2 Account No. 30483636156
3 Name of Bank State Bank of India
4 Branch Code 001946
5 Address of Bank 3rd & 4th Floor, Mid Town Heights, Jetalpur Road, Vadodara – 390 007
6 IFSC Code SBIN0001946
7 PAN No AABCG4029R
8 TAN No BRDG00540B
9 GST No 24AABCG4029R2ZC
k) As per Purchase Policy Amendment no. (9) dt.03/08/2019 regarding Conflict of Interest among Bidders/Agents clause No.4.23, Kindly submit authority letter of your representative (Who will make correspondence with GETCO) in tender document (i.e. EMD Cover).
l) The Certificate regarding “RESTRICTIONS ON PROCUREMENT FROM A BIDDER OF A COUNTRY WHICH SHARES A LAND BORDER WITH INDIA:
Every bidder/s should, at the time of submission of bid, give a declaration as per attached Certificate in EMD Cover.
5) Delivery schedule: - The delivery schedule of the materials to be supplied against this tender shall be as under. Commencement period will start from 15 days of date of issue of LOA. Separate postal period will not be given.
Sr. No.
Description of Material Tender quantity
Commencement Period
Delivery Period
1
66 KV SF6 breaker 110V/220V DC with structure and clamp connector suitable for Panther/Zebra/Moose/Twin Moose conductor as per technical specification (1)Project:110V/220V DC-Panther/Zebra/Moose -360 set (2) DRM3 :220V DC ,Twin Zebra-5 set (3)DRM4:110V DC Panther-60 set (4)DRM4KSY:110V DC Panther-4 set (5) DRM3: 220V DC Twin Zebra-8 set (6) DRM1: 110V/220V DC (Panther/Zebra)-57 set (7) DRM3: 110V DC Panther-8 set and 110V DC Twin Zebra-3 set
Note : Foundation Bolt in scope of GETCO.
505 One Month
Two quarter (Equal
quarterly rate)
2
220 KV SF6 breaker 220V DC with structure and clamp connector suitable for Twin Moose as per Technical specification
Note : Foundation Bolt in scope of GETCO.
15 One Month One
quarter
E-2878/SF6 Bkr: 2022-23 Page 8 of 19
Date: Seal & signature of Tenderer
3
400KV SF6 Circuit Breaker, 3 ph , 3150A, 40KA, 3sec ,220V DC operating voltage with structure and both side Expansion type clamp connectors suitable to 4" IPS Al. Tube Sch 80 with Control Switching Device (With CSD) for transformer bay as per technical specification Note : Foundation Bolt in scope of GETCO.
2 One Month One
quarter
However early delivery will be acceptable.
The above specified delivery Schedule is for the entire quantity of the tender items. If the quantity / items offered by the bidder is less while placing the order, the delivery period will be reduced on pro-rata basis based on the quantity allocations done by the Corporation, if required.
Bidders offering partial quantity against the tender items shall be required to specify delivery schedule, as per the quantity derived on equal monthly/monthly basis keeping in view the entire tender quantity.
Any deviations in the offered delivery schedule in online Annexure-4 shall lead to outright rejection of the bid and no further correspondence shall be entertained.
Note: In online Annexure-4 of N-Procure, there is a provision to add lines. Bidders are requested to mention item wise quantity offered as well as item description clearly as quantity mentioned in Annexure-4 shall be treated as final.
6) The firm whose supply against the previous order is pending as on the date of opening of the tender even after completion of their contractual delivery period, such firm will not be eligible for evaluation purpose unless convincing and sufficient reasons satisfactory to Corporation are furnished by the bidder.
7) Corporation reserves the right to terminate the contract at any time, without assigning any reason, whatsoever, by giving a notice period of Two months from the date of notice of termination of the contract. Suppliers will not be entitled for any compensation/ damages / losses, whatsoever, on account of such termination of the contract. Other text portion of Clause No. 49 – Termination of Contract will also be applicable.
8) Note: (List of Banks) Bank Guarantees to be submitted against EMD as per Clause No. 8 & against
Performance Guarantee as per Clause 9 & 41 and wherever applicable shall be furnished by following Banks:
(A) All Nationalized Banks. (B) Guarantees issued by following Banks will be accepted as EMD / Supply BG &
Performance BG for period up to March 31, 2022 as per GR No. EMD/10/2021/7729/DMO dtd. 12.04.2021 & Corrigendum No: EMD/10/2021/7729/DMO dtd 28.06.2021. The validity cut-off date is with respect to date of issue of Bank Guarantee irrespective of date of termination of Bank Guarantee.
1) The Mehsana Urban Co-Operative Bank Limited 2) Ahmedabad Mercantile Co-Operative Bank Limited 3) Nutan Nagrik Sahakari Bank Limited 4) Kalupur Commercial Co-Operative Bank Limited 5) RBL Bank 6) Axis Bank 7) ICICI Bank 8) HDFC Bank 9) Kotak Mahindra Bank 10) IndusInd Bank 11) Rajkot Nagarik sahakari Bank Limited
E-2878/SF6 Bkr: 2022-23 Page 9 of 19
Date: Seal & signature of Tenderer
12) The Gujarat State Co-Operative Bank 13) Sarswat Bank 14) Saurashtra Gramin Bank 15) DCB Bank 16) Tamilnadu Mercantile Bank 17) Ujjivan Small Finance Bank 18) A U Small Finance Bank 19) Federal Bank 20) Equitas Small Finance Bank 21) Bandhan Bank 22) Standard Chartered Bank 23) City Union Bank 24) Yes Bank
Bank Guarantee of other than above mentioned banks towards EMD, Performance Bank Guarantee for Supply & Warranty will not be acceptable.
Note: On receipt of approved list of Bank from GoG, same may be applicable & bidder has to submit fresh BG if Bank name is not included for submitted BG.
9) Guarantee: The Guarantee shall be as per Clause No.40 of the Commercial Terms & Conditions for 12/18 months.
10) Bidder has to submit following document in separate file along with technical bid. 1) A set of tender drawing 2) A set of Type Test Reports 3) Manufacturing Quality Plan 4) Field Quality plan 5) Erection, testing & Commissioning and maintenance manuals.
11) Validity of the Offer: Clause No. 10 of commercial terms & conditions of tender may be read as:
“The offer will have to be kept valid for a period of 120 days from the date of opening of technical bids. In case of finalization of the tender is likely to be delayed, the tenderer’s will be asked to extend the same without change in the prices or any terms and conditions of the offer. If any change is made, original or during the extended validity period, the offer will be liable for outright rejection without entering into further correspondence in this regard and no reference will also be made.”
12) It is proposed to have integrity pact, to have best business practices in an atmosphere of trust to provide goods & services for the ultimate benefit of the society and Nation.
GETCO management desires to have an integrity pact attached herewith to be signed by authorized person of vendor. However this document is voluntarily and does not have any legal binding.
13) Details as per qualifying requirement to be submitted along with offer in DUPLICATE Copy in a separate file. Bidder have to submit details in following format for the offered items with offer;
Sr. No.
Tender Items
Manufacturing Capacity*
Order executed with qty &
date, place. **
Performance as per qualifying requirement of specification ***
Commercial deviation $
Delivery offered
Chartered Engineer certificate to be attached. (This is must)
** Supply details for offered items with name of purchaser, date and location to be mentioned.
E-2878/SF6 Bkr: 2022-23 Page 10 of 19
Date: Seal & signature of Tenderer
*** Performance certificate for satisfactory operation/working for period as per qualifying requirement attached with specification. (This is must for getting the offer qualified)
Note: Bidders have to submit detail in above format with supporting documents, failing which offer is liable to dis-qualified.
14) The bidders are requested to submit their bids on line through our service provider M/s (n) Code Solutions, one day prior to the due date for submission, in order to avoid all complications / disputes at later stage arising due to last moment submission.
15) The successful bidders shall have to submit/ in person original type test reports for verification of type test along with acceptance of LOI within five days.
If bidder fail to submit original copy of type test reports or type test reports are found fake / tampered, then LOI will be cancelled. Also, submitted EMD against the tender will be encashed. Also, such bidders shall not be allowed to participate in the future tender for 3 years.
16) Clause No. 9.1.1 shall be added in Commercial Terms & conditions as under.
9.1.1 : Security Deposit if paid will be returned on successful completion of the Order and only after the Performance Guarantee Condition is fulfilled.
If the full Security Deposit amount is not paid within 15 (Fifteen) days after the receipt of the LOA OR Valid & Notarized NSIC certificate is not submitted, then the LOA/order will be out rightly cancelled at the risk & cost of the Tenderer (at the discretion of the Corporation) and without entering into any correspondences and this will be binding on the Tenderer.
17) Commercial terms & condition clause No. 23.1 first para shall be read as under.
Penalty shall be @ 0.5% per week or part thereof plus GST and Cess as applicable on delayed portion subject to maximum 10% plus GST and Cess as applicable of the delayed portion order value (End Cost including GST and Cess as applicable) in case of supply only, where as in case of projects, the ceiling shall be with reference to total contract value including GST and Cess as applicable of the project (Supply +Erection +Civil). For calculating the delayed portion, date of actual receipt of material at store shall be considered.
Moreover, in case of supply is delayed more than seven months, company may initiate for Stop Deal/Black List along with risk purchase.
18) Deduction of TDS under GST:
“TDS under GST @ 2 % (1 % CGST & 1 % SGST or 2 % IGST, as applicable) or at the applicable rate from time to time, will be deducted from the bill of the Suppliers / Contractors at the time of credit or payment. TDS certificates in the prescribed format will be issued as per prescribed rules under GST.”
19) Income Tax (TDS)
TDS under Income Tax will be deducted on purchase of goods by GETCO @ 0.1% of the sum exceeding Rs. 50 Lacs u/s 194Q from the bill of suppliers / Contractors at the time of credit or payment whichever is earlier. TDS will be deducted on Advance Payment being also made by GETCO to Supplier. Further in some of the cases, where TCS u/s 206 (1H) is applicable also along with TDS u/s 194Q, then only TDS on Purchase of Goods u/s 194Q shall be deductible, as TDS u/s 194Q overrides TCS u/s 206C (1H).
As per the Section 206AB of Income Tax Act, TDS under Income Tax will be deducted at higher rates of the following rates: (Non-filers of ITRs for the past two fiscal years will be subjected to higher TDS)
a) At twice the rate specified in the relevant provision of the Act, b) At twice the rates in force
E-2878/SF6 Bkr: 2022-23 Page 11 of 19
Date: Seal & signature of Tenderer
20) As per Purchase Policy Amendment no. (9) dt.03/08/2019 regarding Conflict of Interest among Bidders/Agents clause No.4.23 as under:
A bidder shall not have conflict of interest with other bidders for particular quoted item. Such conflict of interest can lead to anti-competitive practice to the detriment of Procuring Entity’s interests. The bidder found to have a conflict of interest shall be disqualified. A bidder may consider to have a conflict of interest with one or more parties in this bidding process for particular quoted item, if:
a) They have proprietor/Partner(s)/Director(s) in common: or
b) They receive or have received any direct or indirect subsidy/financial stake from any of them; or
c)They have the same legal representative/agent for purposes of the bid; or
d) They have relationship with each other, directly or through common third parties, they put them in a position to have access to information about or influence on the bid of another bidder; or
e) Bidder participates in more than one bid in this bidding process. Participation by a bidder in more than one bid will result in the disqualification of all bids in which the parties are involved. However, this does not limit the inclusion of the components/sub-assembly/assemblies from one bidding manufacture in more than one bid.
f) In cases of agents quoting in offshore procurements, on behalf of their principal manufactures, one agent cannot represent two manufacturer or quote on their one behalf in a particular tender enquiry. One manufacturer can also authorize only one agent/dealer. There can be only one bid from the following;
1.The Principal manufacturer directly or through one Indian agent on his behalf; and 2.Indian/Foreign agent on behalf of only one principal.
g) A bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the contract that is the subject of the bid;
h) In case of a holding company having more than one independently manufacturing units, or more than one unit having common business ownership/management, only one unit should quote. Similar restrictions would apply to closely related sister companies. Bidders must proactively declare such sister/common business/management units in same/similar line of business.
i) Bidder shall not act in contravention/violation to the provisions of competition act, as amended from time to time.
Every bidder should, at the time of submission of bid, give a declaration. That bidder shall not have conflict of interest with other bidders for particular quoted item, as above
Note: Kindly submit authority letter of your representative in tender document (i.e. in EMD Cover).
21) As per Purchase Policy Amendment No. (10) dtd.14.11.2019 (Addition of new clause no. 4.17.5 in Purchase Policy – 2016 for procurement of material) as under:
The supplier has option to submit single Bank Guarantee, to cover execution period and Guarantee/Warrantee period, equivalent to higher of two Bank Guarantees I.e. Security Deposit and Performance Guarantee as mentioned in Clause No. 4.17.5 to 4.17.7.
It should be valid till completion of Guarantee/Warrantee period including additional one month.
However, in case of the delay in execution/delivery extension of Purchase Order, the supplier shall have to extend such Bank Guarantee accordingly.
E-2878/SF6 Bkr: 2022-23 Page 12 of 19
Date: Seal & signature of Tenderer
22) The New Special conditions of contract shall be considered as below: Owner shall mean the Gujarat Energy Transmission Corporation Limited, Vadodara or any of its group companies i.e. GUVNL, GSECL, MGVCL, DGVCL, PGVCL, UGVCL and shall include its legal representatives, successors and assigns.
“In event of failure of the contractor to pay the amount of penalty as demanded, the owner shall be entitled to deduct the amount of penalty for delay from the amounts payable to the contractors under any bills raised under this contract or any other amount payable under any other contract with the GUVNL and its Subsidiary companies i.e. GETCO, GUVNL, GSECL, MGVCL, DGVCL, PGVCL, UGVCL. It is permissible for the owner to adjust the amount of penalty of delay against any Bank Guarantee furnished by the contractor under this contract or any other contract with GUVNL and/or its subsidiary companies.”
“RIGHTS OF THE OWENER:
Whenever any claim or claims for payment of a sum of money arises out of or under the contract against the contractor, the owner shall be entitled to withhold and also have a lien to retain such sum or sums in whole or in part from the security, if any, deposited by the contractor and for the purpose aforesaid, the Owner shall be entitled to encash and withhold the amount of performance Bank Guarantee or other security, if any, furnished as the case may be. The Owner shall also have a lien over the same pending finalization or adjudication of any such claim. In the event of the security is insufficient to cover the claimed amount or amounts, the Owner shall be entitled to withhold and have lien to retain to the extent of the such claimed amount or amounts referred to above, from any sum or sums found payable or which at any time-thereafter may become payable to the contractor under the same contract or any other contract with the owner or GUVNL or its Subsidiary companies pending finalization or adjudication of any such claim.
Lien in respect of claims in other contracts:
a) Any sum of money due and payable, to the contractor (including the security deposit) under the contract may be withheld or retained by way of lien by the Owner against any of its claim in respect of payment of a sum of money arising out of or under any other contract made by the Contractor with the Owner or GUVNL or any of its subsidiary companies.
It is an agreed that the sum of money so withheld or retained under this clause by the Owner will be kept withheld or retained as such by the Owner till its claim arising out of the same contract or any other contract is either mutually settled or determined by the arbitrator or competent court, as the case may be, and the Contractor shall have no claim for interest or damages whatsoever on this account or on any other ground in respect of any sum of money withheld or retained under this clause and as may be duly notified to the contractor.”
23) Amendment in commercial terms and conditions – REGARDING RESTRICTIONS ON PROCUREMENT FROM A BIDDER OF A COUNTRY WHICH SHARES A LAND BORDER WITH INDIA:
I. Any bidder from a country which shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority.
II. "Bidder" (including the term 'tenderer', 'consultant' or 'service provider' in certain contexts) means any person or firm or company, including any member of a consortium or joint venture (that is an association of several persons, or firms or companies), every artificial juridical person not falling in any of the descriptions of bidders stated hereinbefore, including any agency branch or office controlled by such person, participating in a procurement process.
III. "Bidder from a country which shares a land border with India" for the purpose of this Order
E-2878/SF6 Bkr: 2022-23 Page 13 of 19
Date: Seal & signature of Tenderer
means: - a) An entity incorporated, established or registered in such a country; or b) A subsidiary of an entity incorporated, established or registered in such a country; or c) An entity substantially controlled through entities incorporated, established or registered
in such a country; or d) An entity whose beneficial owner is situated in such a country; or e) An Indian (or other) agent of such an entity; or f) A natural person who is a citizen of such a country; or g) A consortium or joint venture where any member of the consortium or joint venture falls
under any of the above
IV. The beneficial owner for the purpose of (iii) above will be as under:
1. In case of a company or Limited Liability Partnership, the beneficial owner is the natural person(s), who, whether acting alone or together, or through one or more juridical person, has a controlling ownership interest or who exercises control through other means.
Explanation-
a. "Controlling ownership interest" means ownership of or entitlement to more than twenty-five per cent of shares or capital or profits of the company;
b. "Control” shall include the right to appoint majority of the directors or to control the management or policy decisions including by virtue of their shareholding or management rights or shareholders agreements or voting agreements; 2. In case of a partnership firm, the beneficial owner is the natural person(s) who, whether
acting alone or together, or through one or more juridical person, has ownership of entitlement to more than fifteen percent of capital or profits of the partnership;
3. In case of an unincorporated association or body of individuals, the beneficial owner is the natural person(s), who, whether acting alone or together, or through one or more juridical person, has ownership of or entitlement to more than fifteen percent of the property or capital or profits of such association or body of individuals;
4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner is the relevant natural person who holds the position of senior managing official;
5. In case of a trust, the identification of beneficial owner(s) shall include identification of the author of the trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other natural person exercising ultimate effective control over the trust through a chain of control or ownership.
V. An Agent is a person employed to do any act for another, or to represent another in dealings with third person.
Moreover, kindly refer the “Office Memorandum” Issued by Ministry of Finance Ref. No. F. No. 6/18/2019-PPD, dtd: 23rd July, 2020 and submit all relevant documents accordingly.
Every bidder/s should, at the time of submission of bid, give a declaration as per attached Certificate for above.
24) Audit Inspection Clause: - (In Commercial T&C Clause no. 47 shall be refer as under)
(1) On receipt of material at store, GETCO may pick up sample/(s) for Audit Testing from the lots supplied by the supplier within 10 days in presence of the representative of the supplier.
(2) The samples picked up will be tested for acceptance test / type test or as decided by GETCO at Government approved laboratory in presence of representatives of supplier and GETCO as per relevant ISS/BIS/ GETCO specifications. The test results will be binding on the suppliers and GETCO.
E-2878/SF6 Bkr: 2022-23 Page 14 of 19
Date: Seal & signature of Tenderer
(3) GETCO should not utilize the material until the test reports of audit sample is received.
(4) If material is under audit testing and there is urgency, supplier may consulted prior to utilize it.
(5) If the material fails in any of the acceptance tests carried out, then following penal action to be
taken to ensure good quality supply.
Sr. No.
Default Penal Action
a) Failure-1 Replacement of lot
b) Failure-2 Replacement of lot (+) monetary penalty of 3% of the Ex-works value of the lot plus GST as applicable
c) Failure-3 Replacement of lot (+) monetary penalty of 6% of the Ex-works value of the lot plus GST as applicable
d) Failure-4 Replacement of lot (+) monetary penalty of 10% of the Ex-works value of the lot. (+) debarment for which four consecutive failure are reported in the current contract plus GST as applicable
Note: The aforesaid penal action should be for a particular contract issued by a GETCO against a particular Product/rating in that contract/
In general, GETCO will not allow re-sampling. Further, If the material fails in any of the acceptance tests carried out, then the full lot of materials will be considered as rejected, and if replacement is not possible due to consumption of the materials then in that case for whole of the rejected lot, GETCO will deduct maximum upto 30% (Thirty) of the End Cost Price plus GST as applicable.
If the same are not utilized / consumed, then GETCO may ask for replacement at sole discretion of GETCO or may accept with maximum deduction upto 30% (Thirty) of the End Cost Price plus GST as applicable, and all these will be binding on the supplier.
In case if the materials do not confirm to specifications or fails at Government approved laboratory or other laboratory decided by GETCO for testing and if subsequent testing are to be carried out (which will solely at GETCO discretion), then all Testing fees, expenses of the inspector and other expenses incurred by GETCO plus GST as applicable will be to supplier’s account. The decision in this regards for acceptance as above of GETCO shall be final and this will be binding on the supplier
NOTE:
Refer commercial terms and condition uploaded with this tender. However, following may
please be considered.
(1) Please refer Annexure -11 of commercial terms & conditions, documents mentioned shall be
submitted in Technical Bid cover.
(2) All the online Annexure & price bid i.e. Annexure-1 to 16, GTP and price bid are not to be
submitted with the physical documents.
(3) For any discrepancy between online & physical bid, Online bid is considered as final.
Technical evaluation would be carried out for the items offered in the online Annexure 4 (Un-
priced Schedule) i.e. copy without prices. The quantity, GST offered in online price bid shall
be considered as final in case of any discrepancy.
(4) While filling up the online “PRICE BID”, please note following:
E-2878/SF6 Bkr: 2022-23 Page 15 of 19
Date: Seal & signature of Tenderer
Applicable GST rates needs to be mentioned in “GST rate with Cess, if any” Column and in
case of tenderers opting for composition scheme, “C” shall be mentioned and amount (In Rs.)
shall be “0” (Zero) in “Unit GST with Cess, if any per Unit in Rs.” Column of online “PRICE
BID”.
(5) Please refer Clause No. 36 of commercial terms & conditions, the required documents shall
be submitted in hard copy in technical bid cover only.
(6) In purchase agreement clause No. 6 on page No. 3 please read TWO MONTH’S NOTICE
IN WRITING in place of ONE MONTH’S NOTICE IN WRITING.
(7) Bidder shall have to submit tender all Documents as per check list (i.e. page no.19)
Date:- Place:-
SIGNATURE OF TENDERER
COMPANY’S ROUND SEAL
E-2878/SF6 Bkr: 2022-23 Page 16 of 19
Date: Seal & signature of Tenderer
GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED Vadodara
I N T E G R I T Y P A C T
OUR ENDEAVOUR To create environment where Business Confidence is built through Best Business Practices and is fostered in an atmosphere of trust and respect between providers of goods and services and their users for the ultimate benefit of society the nation.
GETCO COMMITMENT PARTY’S COMMITMENT
To maintain the highest ethical standards In business and professional
Not to bring pressure / recommendations outside GETCO to influence its decision.
Ensure maximum transparency to the Satisfaction of stakeholders.
Not to use intimidation, threat, inducement or Pressure of any kind on GETCO or any of it’s employees under any circumstances.
To ensure to fulfill the terms of agreement / contract and to consider objectively the viewpoint of parties.
To be prompt and reasonable in fulfilling the contract, agreement, legal obligations.
To ensure regular and timely release of payment on due dates for work done.
To provide goods and / or services timely as per agreed quality and specifications at minimum cost of GETCO.
To ensure that no improper demand is made by employees or by anyone on our behalf.
To abide by the general discipline to be maintained in our dealings.
To give maximum possible assistance to all the Vendors / Suppliers / Service provider and other to enable them to complete the contract in time.
To be true and honest in furnishing information including payment to agents / sub-agent.
To provide all information to suppliers/ contractors relating to contract / Job which facilitate him to complete the contract / job successfully in time.
Not to divulge any information, business details available during the course of business relationship to others without the written consent of GETCO.
To ensure minimum hurdles to Vendors/ suppliers / contractors in complete of agreement / contract / work order.
Not to enter into carter / syndicate / understanding whether formal / non-formal so as to influence the price.
__________________ Seal & Signature
(GETCO Authorized Signatory)
__________________ Seal & Signature
(Party’s Authorized Person)
Name: Designation:
E-2878/SF6 Bkr: 2022-23 Page 17 of 19
Date: Seal & signature of Tenderer
IMPORTANT FOR BANK GUARANTEE’S: Special Instructions Regarding Bank Guarantee(s) as Security deposit and Earnest
Money deposit:
i. There should be a claim period of at least one month after expiry of the Bank guarantee
ii. Bank guarantee Invocation–lodgment of claim should be possible at Local Branch of Issuing Bank
iii. For Invocation of BGs, a written application from the beneficiary i.e. GETCO should be sufficient for lodgment of our claim
iv. On receipt of original bank guarantee, a written confirmation should be given to GETCO from the issuing bank
NAME OF DESIGNATED BANKS:
AS PER CLAUSE No. 8 above.
Note: The banks shall be the Banks recognized / notified by the Finance Department, Government of Gujarat (GoG) from time to time.
PARTY TO TAKE NOTE PLEASE BEFORE SUBMITTING THEIR BANK
GUARANTEES
1) Title of Bank Guarantee shall be as per format of respective BG. 2) Bank Guarantee number and date to be written on every page, of Bank Guarantee &
its extension.
3) If B/G amount is more than Rs. 50,000/-, kindly take sign of two Bank Officer with their respective Employee Code No.
4) Valid confirmation letter of the concerned Bank in an approved format should be attaché with every Bank Guarantee & its Extension.
5) Stamp paper should be valid & recent one and date of issuing of stamp paper should not be beyond six months, in any case.
6) Round seal and signature of two Bank Officers should be affixed on every B/G paper.
7) BG Formats are attached separately. (on Stamp Paper of Rs. 300.) BG format with Commercial terms & conditions shall not be considered,
E-2878/SF6 Bkr: 2022-23 Page 18 of 19
Date: Seal & signature of Tenderer
CHECK LIST (This is mandatory)
Check list & documents required in following order with continuous serial no to be submitted with EMD and technical bid cover. (A) With EMD Cover:
Sr. No.
Documents in following order to be attached(Documents at Sr.No. 1 to 4 are Mandatory to be submitted in EMD Cover)
Bidder’s comment
Page no. from/to
1 Tender Fee DD Yes/No
2 EMD DD/EMD Bank Guarantee/RTGS Detail Yes/No
3 EMD Documents if applicable for exemption/ reduced rate EMD payable Yes/No
4 Copy of Vendor Registration or fees receipt of VR application Yes/No
5 Country Boundary Declaration on 300/- Rs. non judicial stamp paper (as per attached format)
Yes/No
6
Notarized declaration on Rs. 300/- Non judicial stamp paper as per attached format for Authorized representative.(as per attached format)
Yes/No
7 User ID for Interse reverse bidding (i.e. Reverse Auction ID) Yes/No
(B) With Technical Bid Cover: Sr. No.
Documents in following order to be attached Bidder’s comment
Page no. from/to
(i) Tender & Technical Docs.
1 Tender Sch-A with all corrigendum Yes/No
2 Integrity Pact signed by firm Yes/No
3 Certificate -A Yes/No
4 Important Instructions Yes/No
5 Comm. T&C Yes/No
6 GETCO Technical specs Yes/No
7 GETCO Technical GTP if applicable Yes/No
8 Testing results & Type test Yes/No
9 List of testing equipment’s (must have been calibrated up dated) for offered item/s of tender
Yes/No
10 List of machinery installed & Testing Facility for manufacturing of offered item/s of tender
Yes/No
(ii) Supply order & performance
1 CE Certi. For Annual production capacity (with shift in operation) of each item manufactured
Yes/No
2 Past Executed order with GUVNL & its subsidiaries company (last 5 years) Yes/No
3 Past Executed order other than GUVNL & Its subsidiaries company
4 Last three year Balance sheet with audited result Yes/No
5 Last Three year ITR filled Yes/No
6 Last Three year turn over/ CA Certificate Yes/No
7 List of Partners/Directors with MoA Yes/No 8 Partnership deed / Memorandum of Pvt. or Public limited company’s issued by RoC Yes/No
(iv) Certificates
1 Self- certified copy of GSTN Registration Certificate Yes/No
2 Notarized Copy of BIS License (if applicable) Yes/No
3 BEE Certificate (if applicable) Yes/No
Bidder must submit all documents mentioned in Tender/check list invariably wherever required/applicable with duly sign & seal as per Tender conditions. Please read tender documents carefully.
It’s GETCO sole discretion to reject the offer without any of above documents.
E-2878/SF6 Bkr: 2022-23 Page 19 of 19
Date: Seal & signature of Tenderer
ANNEXURE- I
(1) Tender is invited through n-Procure website i.e. https://www.nprocure.com/ for all required tender items in single tender.
(2) After Techno-Commercial Scrutiny Successful Bidders will be informed regarding price Bid opening before Two days (At least One working day) of schedule time of opening. However, Price bids will not be shared.
(3) After opening of price bid, bidders will see on n-Procure that price bids opened by GETCO but will not able see individual price quoted by them (i.e. price quoted by other bidders.)
(4) To participate the Inter-se Reversed Bidding, bidders have to create e-Auction USER ID on https://e-auction.nprocure.com/ and it is mandatory to submit the same along with physical Technical bid (In EMD cover); so that the bidder shall be allowed to participate the Inter-se Reversed Bidding. Details regarding elimination criteria and Inter-se Reversed bidding is available in Annexure-I in schedule-A.
(5) Item wise reverse auction will be carried out on web portal https://e-auction.nprocure.com/
(6) Separate Inter-se Reversed bidding will be done for New Category (New-1 / New-2) Bidders and Regular Category Bidders.
(7) The Inter-se reverse bidding shall be carried out on the same day for which the decremental value and duration for the Inter-se Reversed bidding shall be informed to the qualified bidders before start of “Inter-se Reverse Bidding”.
(8) Elimination criteria will be as under
Sr. No.
Item wise Nos. NEW/REGULAR Bidders
Particulars
1 2 No elimination.
2 3 to 5 H-1 Bidder shall be eliminated
3 6 or more bidders H-1 & H-2 Bidders shall be eliminated
(9) The L-1 price shall be put up for starting price for Inter-se Reversed bidding. Inter-se Reversed bidding shall be for reducing the price and the bidder have to reduce their quoted price in decrement of value as decided before start of Inter-se Reversed bidding. If any bidder bids in last 2 (Two) Minutes of deadline for submission of bid for Inter-se Reversed bidding then, the time for inter-se Reversed bidding shall be extended for further 5 (Five) Minutes from its previous closing time.
(10) On completion of Inter-se Reversed bidding for one item, same will be started amongst eligible bidder for other item. On completion of complete inter-se Reversed bidding, bid price along with position of bidder shall be shared and for that it is mandatory for all bidders to log in irrespective of whether to participate or not.
(11) On completion of complete Inter-se Reversed bidding for all items, Price bids of N- procure portal will be shared.
(12) After Interse Reversed bidding process, L-1 bidder shall be decided on lowest revised price.
(13) The L-1 bidder after Inter-se revised bidding shall have to submit break-up in line with their quoted price bid within three days.
(14) After Inter-se reverse bidding GUVNL Purchase policy 2016 & subsequent amendments shall be applicable.
***********************************
GUJARAT ENERGY TRANSMISSION CORPN.LTD.
TYPICAL FOUNDATION PLAN FOR
66kV "CIRCUIT BREAKER"
DRAWN:CHECKED: APPD:
DATE:SCALE: DRG. NO:
GETCO / C /
06S-STD/ CB-BASE-19
REV:
R1
SHEET:
1 OF 3
S.P.VIDYUT BHAVAN, RACE COURSE,
VADODARA - 390 007
A2
SIZE:
EXECUTION PURPOSE
JE(CIVIL)
N.T.S 04.03.2015
G
E
T
C
O
CE(ENGG.)DE(CIVIL)
DE(ENGG.) ACE(ENGG.)SE(CIVIL)
B
B
FOUNDATION PLAN
A A
R1
AS PER SHOWN IN THE DRG
R0 FIRST PREPARATION
REV: DESCRIPTIONSR NO. REFERENCE
8 NOS FDN. BOLT
M24 X 900MM
STR. TYPE
D= (Ø) DIA. OF
BOLT (MM)
T (MM) L (MM)
QTY. OF BOLTS
PER STR.
BREAKER 24 150 750 8X1=8
T
25
10
D
TYPICAL FOUNDATION BOLTS
TO BE GALVANISED (T+50)
M.S.ROD.
L
65SQX10THK
STOPPER PIT WELDED
THREAD TO BE UNDER
CUT BY 0.3MM
2NOS. STD.HEX.NUT
WITH CHECK NUT
SPRING WASHER
LOCK NUT
PLAIN WASHER
BASE PLATE
50
FOUNDATION LOAD CONSIDERED
DESCRIPTION VALUE
COMPRESSION (INCLUDING VERTICAL LOAD) 3047 Kg.
TENSION / UPLIFT
2039 Kg.
LONGITUDINAL
127 Kg.
TRANSVERSE
127 Kg.
GENERAL NOTES:-
1. ALL DIMENSIONS ARE IN MILLIMETER AND LEVELS ARE IN METER.
2. DO NOT SCALE THIS DRAWING ONLY WRITTEN DIMENSION SHALL BE FOLLOWED.
3. THE GRADE OF CONCRETE SHALL BE M20 EXCEPT LEAN CONCRETE.
4. THIS DRAWING IS ONLY FOR SUPPORT STRUCTURE DESIGN OF CIRCUIT BREAKER.
5. FOUNDATION DRAWING SHALL BE ISSUED BY CORPORATE ENGG. FOR ABOVE
7) Addition of seismic type test for 66 kV Class SF6 CB. (refer clause 1.18.1)
8) Addition of type test to demonstrate the power frequency withstand capability of
breaker in open condition at zero gauge & lockout pressure (refer clause 1.18.1 &
1.11.3)
9) Specified Pre commissioning tests (refer clause 1.18.4)
10) Specified SF6 Gas purity as per latest IEC60376 (refer Clause 1.21.11)
11) Modified Seismic 0.3 g for 66 KV Class breaker (refer clause 3)
12) Included packing & dispatch instructions (refer clause 6)
13) Included Actions required for defect observed during defect liability period
(warranty period) (refer clause 6)
Note: Only major changes are listed above, however for complete details of changes, please refer complete revised technical specification (GETCO/E/1,2 &6 TS – CB /R4 March 22)
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 3 of 47
SPECIAL INSTRUCTIONS TO BIDDER Please read following instructions carefully before submitting your bid. 1. All the drawings, i.e. elevation, side view, plan, cross sectional view etc., in
AutoCAD (DXF format) and manuals in PDF format, for offered item shall be submitted. Also the hard copies as per specification shall be submitted.
2. The bidder shall submit Quality Assurance Plan with the technical bid. 3. The bidder shall have to submit all the required type test reports for the
offered item. In absence of this, the evaluation shall be carried out accordingly as non-submission of type test reports.
4. The bidder must fill up all the points of GTP for offered item/s. Instead of
indicating “refer drawing, or as per IS/IEC”, the exact value/s must be filled in.
5. All the points other than GTP, which are asked to confirm in technical
specifications must be submitted separately with the bid. 6. The bidder is required to impart training in view of manufacture, assembly,
erection, operation and maintenance for offered item, at his works, to the person/s identified by GETCO, in the event of an order, free of cost. The cost of logistics will be bear by GETCO.
7. Please note that the evaluation will be carried out on the strength of content
of bid only. No further correspondence will be made. 8. The bidder shall bring out all the technical deviation/s only at the specified
annexure.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 4 of 47
QUALIFYING REQUIREMENT DATA (For Supply)
Bidder to satisfy all the following requirements. 1) The bidder shall be Original Equipment Manufacturer
(OEM). The offered equipment has to be designed, manufactured and tested as per relevant IS/IEC with latest amendments.
2) The minimum requirement of manufacturing capacity of
offered type, size and rating of equipment shall be FIVE (5) times tender/ bid quantity. The bidder should indicate manufacturing capacity by submitting latest updated certificate of a Chartered Engineer (CE).
3) Equipment proposed shall be of similar or higher rating and
in service for a minimum period of THREE (3) years and satisfactory performance certificate in respect of this is to be available and submitted.
4) The bidder should clearly indicate the quantity and Single
Value Contract executed during last FIVE (5) years, for the offered equipment. Bidder should have executed one single contract during last five years for the quantity equivalent to tender / bid.
The details are to be submitted in following format, Sr. No
ITEMS SUPPLIED TO
ORDER REFERENCE No. &
DATE
ITEMS QUANTITY
ORDER FULLY
EXECUTED. YES/NO
STATUS, IF ORDER UNDER
EXECUTION
REMARK
e) Equipment offered shall have Type Test Certificates from
accredited laboratory (accredited based on ISO/IEC Guide 25 / 17025 or EN 45001 by the National accredition body of the country where laboratory is located), as per IEC / IS / technical specification. The type test reports shall not be older than 10 years and shall be valid as on the last date of submission of bid.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 5 of 47
GENERAL TECHNICAL REQUIREMENTS FOR 245 KV AND 145 KV SF6 CIRCUIT BREAKER
1.1 SCOPE: 1.1.1 The scope covers design, engineering, manufacture, assembly,
inspection and testing at manufacture's works, supply and delivery of SF6 circuit breaker's complete with structures, accessories, auxiliary equipment and mandatory spares specified herein for their satisfactory operation in various sub-stations of our system.
1.1.2 It is not the intent to specify completely here all the details of design
and construction of the circuit breaker's, however, the breaker's shall conform in all respects to the high standard of engineering design and workmanship and shall be capable of performing in continuous commercial operation up to the guarantee in manner acceptable to the GETCO who will interpret the meanings of drawings and specifications and shall have power to reject and work or material which in his judgment is not in accordance therewith. The circuit breakers offered shall be complete with all components necessary for their effective and trouble-free operation. Such components shall be deemed to be within the scope of the Bidder irrespective of whether they are specifically brought out in this specification and / or in the commercial order or not. It should also be type tested and supposed to pass all accepted tests as per IEC/IS.
1.2 STANDARDS:
1.2.1 The circuit breakers shall conform to the latest revisions with
amendments available at the time of testing of relevant standards, rules and codes, some of which are listed herein for ready reference. Equipment meeting with the requirements of any other authoritative standards, which ensures equals or better quality than the standards mentioned herein may also be offered. In that case, salient points of difference between the standards adopted and the specified standards shall be clearly brought out in the bid and shall be
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 6 of 47
considered acceptable, if found justified after due technical evaluation.
SR. NO.
STANDARD TITLE
1 IEC-62271-100 Specification for alternating current circuit breakers
2 IEC-60376 Specification and acceptance of new supply of sulfur hexafluoride
3 IS-2147 Degree of protection provided for enclosures for low voltage switch gear and control gear.
4 IS 375 Marking and arrangement for switchgear bus- bar, main connections and auxiliary wiring.
5 IS-325 Specification for three phase induction motors
6 IS-2629 Recommended practice for hot dip galvanizing of iron and steel
7 IEC 62155 High voltage porcelain bushing
8 5561 Specifications for clamp connectors
9 IS-2062/2016 Specifications for GI /SS nit bolt ,washer
The components & accessories to be used in the manufacture of circuit breaker shall conform to relevant Indian Standards/the standard specified under respective clause in this specification.
1.3 DOCUMENTATION: 1.3.1 All drawings shall confirm to International Standards Organization
(ISO) 'A' series of drawing sheet/Indian Standards Specification IS: 11065. All drawings shall be in ink and suitable for microfilming. All dimensions and data shall be in S.I. Units.
1.3.2 List of Drawings and Documents The bidder shall furnish a set of relevant descriptive and illustrative published literature, pamphlets and the following drawings for preliminary study along with offer.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 7 of 47
a General outline drawings showing dimensions and shipping weights, quantity of insulating media with all technical parameters etc.
b Sectional views showing the general constructional features of the circuit breaker including operating mechanism, arcing chambers, insulators, contacts with lifting dimensions for maintenance.
c Drawings showing control cabinets and circuit diagrams for operating mechanism.
d Schematic diagrams for all the control, supervision circuitries and auto reclosing (single phase and three phases).
e Structural drawings and loading data for support structures.
f Foundation plan and loading data and foundation design.
g Drawings showing the complete operation cycle of the circuit breaker with description.
h Drawings showing the details of complete opening and closing operation.
i Rating Plate
j Terminal connector
k MQP
l FQP
m Erection, operation & maintenance manuals.
All the documents required shall be submitted over and above as indicated in Schedule – B of the specification.
1.3.3 The successful Bidder shall submit three sets of final version of all the
above drawings for purchaser's approval within 2 weeks of placement of order. The GETCO shall communicate his comments / approval on the drawings to the supplier within reasonable period. The supplier shall, if necessary, modify the drawings and resubmit two copies of the modified drawings for purchaser's approval within two weeks from the date of comments. After receipt of purchaser's approval, the supplier shall, sent
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 8 of 47
two sets of approved drawings in hard copy and one soft copy (in AUTOCAD format) to each consignee with each breaker and similar to CE (PROJECTS), GETCO, Corporate Office, Sardar Patel Vidyut Bhavan, Baroda - 390005.
1.3.4 The manufacturing of the equipment shall be strictly in accordance with
the approved drawings and no deviation shall be permitted without the written approval of the purchaser. All manufacturing and fabrication work in connection with the equipment prior to the approval of the drawing shall be at the supplier's risk.
1.3.5 Approval of drawings/ work by the GETCO shall not relieve the supplier
of any of his responsibility and liability for ensuring correctness and correct interpretation of the drawings for meeting the requirements of the latest revision of the applicable standards rules and codes of practices. The equipment shall conform in all respects to high standards of engineering, design, workmanship and latest revisions of relevant standards at the time of supply and GETCO shall have the power to reject any work or materials which, in his judgment, is not in full accordance therewith.
a) The precise procedure to be adopted by maintenance
personnel for handling equipment which are exposed to the products of arcing in SF6 gas so as to ensure that they are not affected by possible irritants of the skin and respiratory system. Recommendations shall be submitted for suitable protective clothing, methods of disposal of circuit breaker cleaning utensils and other relevant matters.
b) A complete catalogue on operation analyzer satisfying all the requirements stipulated in this specification should be provided.
c) The Bidder shall furnish along with the bid, curves supported by test data indicating the opening time under close & open operation with combined variation of trip coil voltage.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 9 of 47
d) All duty requirements shall be providing with the support of adequate test report to be furnished along with the bid failing which the bid likely to be rejected.
e) 245 KV SF6 circuit breaker shall also be suitable for 25 MVAR to 50 MVAR reactor switching duty and relevant type report shall be furnished.
1.3.6 The bidder may submit any other drawing found necessary in addition
to the drawings stated above. 1.4 GENERAL DESIGN FEATURES OF CIRCUIT BREAKERS:
245/145/72.5kV circuit breakers offered would be of Sulphur hexafluoride (SF6) type and of class C2-M2 as per IEC.
The circuit breaker shall be complete with operating mechanism, marshalling box, piping, inter-pole cables, cable accessories like glands, terminal blocks, marking ferrules, lugs, pressure gauges, density monitors (with graduated scale), galvanized support structure, platform with ladder for CB, their foundation bolts (For 132kV CB only) and all other accessories required for carrying out all the functions of the CB.
All necessary parts to provide a complete and operable circuit breaker installation such as terminal pads, control parts and other devices shall be provided.
The support structure, platform & ladder of circuit breaker shall be hot dip galvanized. Exposed hardware items shall be hot dip galvanized or Electro-galvanized.
The circuit breakers shall be designed for use in the climatic & isokeraunic conditions as given (cl. 2.2).
For 66 KV & 220 KV CB, the mounting dimensions for structure to be supplied for CB shall be matched with the mounting dimensions mentioned in attached standard foundation/base plan of GETCO.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 10 of 47
Alternatively, bidder can provide necessary steel frame work matching the dimensions of breaker structure on upper side and dimensions of standard foundation plan at bottom side.
1.4.1.1 The circuit breakers shall be capable of rapid and smooth interruption of currents under all conditions completely suppressing all undesirable phenomena even under the most severe and persistent short circuit conditions or when interrupting small currents or leading or lagging reactive currents. The circuit breakers shall be ‘Restrike-Free’ under all operating conditions. The details of any device incorporated to limit or control the rate of rise of restriking voltage across, the circuit breaker contacts shall be stated. The over voltages caused by circuit breaker while switching inductive or capacitive loads shall not exceed 2.5 times the highest phase to neutral voltage. The actual makes and break times for the circuit breakers throughout the ranges of their operating duties shall be stated in the offer and guaranteed.
1.4.1.2 The arc quenching chambers shall have devices to ensure almost uniform distribution of voltage across the interrupters.
1.5 TEMPERATURE RISES:
The temperature rises and the maximum temperature on any part of the equipment when in service of site under continuous full load conditions and exposed continuously to the direct rays of the sun shall not exceed the permissible limits as per IEC latest publication, this shall not be exceeded when corrected for the difference between ambient temperature at site and the ambient temperature specified in the relevant specification. The correction proposed shall be stated in the bid and shall be subject to the approval of the purchaser.
1.6 The circuit breaker shall have the following operating capabilities; (a) Shunt capacitor switching capacity,
(b) Breaking capacity for kilometric fault: (c) Transformer charging current breaking capacity:
(d) Restriking voltage breaking capacity: (e) Recovery voltage and power factor breaking capacity:
(f) Automatic rapid reclosing (three phase)
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 11 of 47
1.6.1 TRIP FREE OPERATION:
The circuit breakers shall be trip-free as per IEC62271-100.
1.7 TOTAL BREAK TIME
The total break time as specified under this section shall not be exceeded under any of the following duties: Test duties T10, T30, T60, T100a, and T100s (with TRV as per IEC: 62271-100) ii) Short line fault L75, L90 (with TRV as per IEC: 62271-100) The total break time of the breaker shall not be exceeded under any duty conditions specified such as with the combined variation of the trip coil voltage (70-110%), arc extinguishing medium pressure etc. While furnishing the proof of the total break time of complete circuit breaker, the effect of non-simultaneity between contacts within a pole or between poles shall be brought out to establish guaranteed total break time. The values guaranteed shall be supported with the type test reports.
1.7 GENERAL TECHNICAL REQUIREMENTS: The circuit breakers operating mechanism shall have two nos. of tripping
coils and one no. of closing coil for both 66 kV SF6 Gas CB for better reliability. There shall be separate contactor for each coil.
Exposed live parts shall be placed high enough above ground to meet the requirements of local safety codes.
a. The circuit breakers shall be suitable for outdoor operation under the climatic conditions specified in section-II of this specification.
b. The circuit breakers operating mechanism shall have two nos. of tripping coils and one no. of closing coil for both 66 kV SF6 Gas CB for better reliability. There shall be separate contactor for each coil.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 12 of 47
c. Exposed live parts shall be placed high enough above ground to meet the requirements of local safety codes.
d. Any part of the breaker, especially the removable ones, shall be freely interchangeable without the necessity of any modification at site.
e. Breaker assemblies with bases, support structure for circuit breaker well as for control cabinet, central control cabinet and foundation bolts (for 132 kV) for main structure as well as control cabinet and central (except concrete foundations) terminals and operating mechanisms are included in the scope of supply.
f. Compressed SF6 gas, spring operating system in all respects, also included in scope of supply.
g. All necessary parts to be provided for a complete and operatable circuit breaker installation such as main equipment, terminal, control parts, connectors and other devices, whether specifically called for herein or not.
h. The circuit breaker shall be designed for high speed single and three phase re-closing 'in case of individually operated breaker and three phase re-closing for mechanically gang operated breaker.
i. Support structure of breakers shall be hot dip galvanized. All other parts like control cabinet, mechanism, housing shall be epoxy painted as per shade 631 IS-5. Bolts, nuts etc shall be hot dip galvanized/steel.
All steel structure members shall be hot-dip galvanized after fabrication. Unless otherwise specified, minimum mass of zinc coating for Galvanizing shall be 610mm. Under marine environment, the fabricated structures shall have a minimum overall Zinc coating of 900 gm/square meter in case of 31 mm/kV creep age distance requirement.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 13 of 47
j. Circuit breaker shall be suitable for hot line washing.
k. The terminal pads shall be of aluminum alloy/copper. In case if terminal pads are of copper, then they will be silver plated with at least 50 microns’ thickness.
l. The current density adopted for the design of the terminal pads shall, in no case exceed the following values. For copper pads 1.6 A/sq. mm and others 1.0 A/sq. mm.
m. All gasketed surfaces shall be smooth, straight and reinforced, if necessary to minimize distortion and to make a tight seal. The operating rod connecting the operating mechanism to the arc chamber (SF6 media) shall have adequate seals. The manufacturer shall guarantee that the gas leakage rate should not exceed 1 % p. a. failing which total cost of refilling the gas including service charges shall be borne by the supplier.
n. In the interrupter assembly, there shall be an absorbing product box to eliminate SF6 decomposition products and moisture. The material used in the construction of the circuit breakers shall be fully compatible with SF6 gas.
o. SF6 density of circuit breaker shall be monitored and regulated by density monitor and pressure switches respectively in each pole. The SF6 gas density monitor shall be adequately temperature compensated. It will meet the following requirements:
I. It shall be possible to dismantle the density monitor for checking/replacement without draining the SF6 gas by using suitable interlocked non-return couplings.
II. It shall damp the pressure pulsation while filling the gas service so that the flickering of the pressure switch contacts does not take place.
III. A gas pressure indicator shall also be supplied.
p. Facility shall also be provided to reduce the gas pressure within the breaker to a value not exceeding 8 millibars within 4 hours or less. Each circuit breaker shall be capable of withstanding- this degree of vacuum without distortion or failure of any part.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 14 of 47
q. Sufficient SF6 gas shall be provided to fill all the circuit breakers installed. In addition to this 20% of the total gas requirement shall be supplied in separate cylinders as spare requirement.
r. Provisions shall be made for attaching an operation analyzer after installation at site to record contact travel, speed and making measurement of operation timings, preinsertion timing of closing resister, synchronization of contacts in one pole.
1.8.1 The bidder shall furnish complete literature regarding assembly,
maintenance and charging procedures as applicable to SF6 breakers. 1.8.2 The supply shall cover necessary remote control switches., temperature
compensated gas pressure switches which shall give an alarm or lockout operation of the breakers in case density of SF6 fall below a predetermined value or when the air pressure falls below the present values.
1.8.3 The bidder shall provide the following spare parts for SF6 gas circuit
breakers for each breaker free of cost.
i) SF6 gas together 1 No. (Cylinder preferably 10 KG along
with gas cylinder with manufacture's certificate for
quality of SF6 gas and certificate
of explosive for cylinder)
ii) Trip coil 1 set
iii) Closing coil 1 set
1.8.4 One set of special tools, if any, required for assembly gas charging and
maintenance of the SF6 circuit breakers shall be supplied per substation. Quantity shall be decided by purchaser, if deemed fit. The prices of the same may be quoted alongwith list separately.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 15 of 47
1.8.5 Tests: Besides the tests on SF6 circuit breakers as per the latest IS/IEC, the certificate of following tests shall be submitted for the SF6 gas:
a) Toxicity test b) Moisture Test c) Tests to determine the quantities of air, CF4 and free acid in the gas.
1.9 INSULATION OF THE CIRCUIT BREAKER: 1.9.1 The insulation to ground, the insulation between open contacts, and
the insulation between phases of the completely assembled circuit breaker shall be capable of withstanding satisfactorily dielectric test voltages corresponding to basic insulation level specified in Clause 2 (8) of this specification.
1.9..2 The minimum clearances in open air shall be as follows, unless the
apparatus is impulse tested after complete assembly as type tested (drawing of type tested breaker shall be submitted duly stamped by testing authority).
Minimum clearance between 220 KV 132 KV 66 kV Phase (mm) 4500 2100 790 Minimum clearance between live 5500 4600 4000 Parts & ground (mm)(up to plinth)
1.10 BUSHINGS AND INSULATORS: 1.10.1 The basic insulation level of the bushings and insulating porcelain
shall be as specified and shall be suitable for installation in climatic conditions specified in of this specification. The hollow insulators shall confirm to the latest edition of IS:62155. The porcelain used shall be homogeneous and free from cavities and other flaws. They shall be designed to have ample insulation, mechanical strength and rigidity for satisfactory operation. All bushing of identical ratings shall be interchangeable. The puncture strengths of the bushing shall be greater than their flashover values. The bushing shall be entirely free from radio disturbances when operating at a voltage up to the
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 16 of 47
maximum system voltage and shall also be free from external and internal corona. The compressive and cantilever strength shall conform to the relevant standard.
1.11 CONTACTS: 1.11.1 All making and breaking contacts shall be sealed free from
atmospheric effects. Contacts shall be designed to have adequate thermal and current carrying capacity for the duty specified and to have a life expectancy so that frequent replacements due to excessive burning will not be necessary. Provision shall be made for rapid dissipation of heat generated by the arc on opening. Main contacts shall be first to open and last to close so that there will be little contact burning and wear. If arcing contacts are used, they shall be first to close and last to open. They shall be easily accessible for inspection and replacement. If there are no separately mounted arcing contacts, the main contacts shall be easily accessible for inspection and replacements. Tips of arcing contacts shall be made of Tungsten alloy/Graphite and main contacts shall be silver plated or have tungsten alloy tipping.
1.11.2 Breaker shall be so designed that when operated within their
specified rating, the temperature of each part will be limited to values consistent with a long life of the material used. The temperature shall not exceed that indicated in IEC under specified ambient conditions.
1.11.3 The gap between the open contacts shall be such that it can
withstand at least the rated phase to ground voltage for 8 hours at zero-gauge pressure of SF6 gas due to the leakage. The breaker should be able to withstand all dielectric stresses imposed on it in open condition at lock out pressure continuously (i.e. 2 p.u. across the breaker continuously, for validation of which a power frequency dielectric with stand test conducted for a duration of at least 15 minutes is acceptable).
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 17 of 47
1.11.4 If multi break interrupters are used these shall be so designed and
augmented, that a uniform voltage distribution is developed across then. Calculations/test reports in support of the same shall be furnished along with the bid. The thermal and voltage with stands of the grading elements shall be adequate for the service conditions and duty specified.
1.12 OPERATING MECHANISM: 1.12.1 The circuit breakers shall be designed to operate from the control
room and for local control ON/OFF switch at MK Box. 1.12.2 The circuit breakers shall have a mechanical open/closed indicator in
addition to facilities for remote electrical indicator. 1.12.3 The operating mechanism shall be of spring charging type by electric
control. The mechanism will be trip free electrically. The mechanism shall perform satisfactorily the duty cycles specified. specified in Clause 2 (25).
1.12.4 All the working parts in the mechanism shall be of corrosion
resistance materials and all bearings which require greasing, shall be equipped with pressure grease fittings, mechanism shall be strong, quick in action and shall be removable without disturbing other parts of the circuit breakers.
1.12.5 The operating mechanism (spring operated) along with accessories shall be mounted in a weatherproof cabinet with hinged doors located near the breakers. The local control switch and the breaker position indicator shall be provided in this cabinet. The control circuit shall be designed to operate on 110 Volts or 220 Volts D.C. It shall be possible to adopt it to work on either of the voltage by changing the operating coils, necessary contactors and relay. The control circuit shall be designed to operate at the D.C. voltages specified in this specification. The closing coils shall be designed to operate satisfactorily at any control voltage from 85% to 110% of the normal
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 18 of 47
voltage and opening shall be designed to operate satisfactorily at any control voltage from 70% to 110% of the normal voltage.
However, even at 50% of rated voltage the breaker shall be able to open. If additional elements are introduced in the trip coil circuit their successful operation and reliability for similar applications.
A heater shall be provided in the cabinet to prevent moisture condensation.
1.12.6 Necessary cable glands for the cables of the operating mechanism
shall be provided. 1.13 AUXILIARY SWITCHES: A minimum twelve (12) number (for 132KV & 220KV) and Eight (8)
number (for 66 kV) of normally open and normally closed spare auxiliary switches contact both of the normally open and normally closed type shall be provided on each circuit breaker for use in remote indication over and above used in control scheme of the circuit breakers and for providing safety interlocking. If required, special contacts for use with trip coils and auto-re-closing operation shall also be provided. All auxiliary switches shall be placed in a weatherproof galvanized casing/epoxy painted casing and current rating of the switches shall be mentioned in the bid. Arrangement proposed for connecting control cables to the auxiliary switches should be clearly stated.
1.14 INTERLOCKS: Necessary interlocks to prevent the closing or opening of the circuit
breakers under low pressure and devices for initiating alarm shall be provided. Provision shall also be made to enable electrical interlocking of the isolator associated with the circuit breakers to prevent incorrect isolator operations, when the breaker is closed.
1.15 TERMINAL CONNECTORS AND EARTHING
TERMINALS:
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 19 of 47
Terminal connectors as per schedule –A of Tender item description
or as per BOQ shall be supplied. The terminal connector shall be suitable for both vertical and horizontal connections of the transmission line conductor or station bus bar. Suitable terminal earth connector must be compression type. The required bolts / nuts must be stain less steel with suitable check nut. Suitable terminal earth connector for earthing connections shall also be supplied.
1.16 TROPICALISATION: All control wiring, electric motors and accessories shall by means of
spray or dip coating, be protected against fungus growth and other harmful effects due to tropical environments.
1.17 GALVANISING:
All ferrous parts of breaker exposed to atmosphere shall be hot dip galvanized or epoxy painted. Bolts, nuts etc. hardware shall be hot dip galvanized or stainless steel.
1.18 TESTS: 1.18.1 Type Tests:
All the Circuit Breakers offered shall be fully type tested for following, as per IEC-62271-100 as per latest edition at the NABL or Government approved laboratory of the eligible country. Lightning impulse withstand test Power Frequency voltage dry withstand test after Lightning
Impulse test Test to demonstrate the power frequency withstand
capability of breaker in open condition at zero gauge & lockout pressure as per clause no. 1.11.3
Corona inception and extinction voltage test Temperature Rise and measurement of resistance test Short Time and peak current withstand test Short Circuit Test duties
i. Basic Short circuit duty tests (T10, T30, T60, T100a, T100s)
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 20 of 47
ii. Short line fault test (L60, L75, L90) iii. Single phase test
Out of phase closing test Line charging & switching current test Capacitor Current switching test Shunt reactor current switching test (for 220 kV Class) Mechanical Endurance test Tightness test Degree of protection for all cubicles Seismic test STC withstand test on terminal connector Temperature Rise & tightness test on terminal connector Tests on Auxiliary Switches Test on hollow insulator of offered make as per IS:62155.
The Bidder shall furnish one set of the type test reports for the Circuit breakers of the type and Design offered by him along with the bid. The Type Test report shall not be older than 10 (TEN) years on the date of expiry of offer.
However, the purchaser reserves the right to demand repetition of some or all the type tests in the presence of purchaser's representative. For this purpose, the Bidder may quote unit rates for carrying out each type test.
IMPORTANT NOTE: In case of non-submission of some of the type test reports, the bidder shall confirm the submission of same before commencement of supply, without affecting delivery schedule, from NABL accredited laboratory, free of cost. In absence of this confirmation, the offer will be evaluated as non submission of type test report. 1.18.2 The following additional type tests are proposed to be conducted.
The type tests charges for these tests shall be quoted along with other type tests as per IEC-62271 in the relevant schedule and the same shall be included in total bid price. I. Out of phase closing test as per IEC-267 and IEC-271. II. Line charging breaking current test. The breaker shall be able to
interrupt the Line charging current with a test voltage of 1.4 pu instead of 1.2 pu as per IEC-271.
III Shunt reactor current switching test (for 220 kV Class)
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 21 of 47
1.18.3 ACCEPTANCE AND ROUTINE TESTS: All acceptance and routine tests as stipulated in the relevant standards shall be carried out by the supplier in the presence of purchaser's representative. All tests report for acceptance / routine tests shall be submitted in spiral bound volume and got approved from the purchaser before dispatching the breaker.
Following additional tests shall also be performed.
In addition to above, speed curves for each breaker shall be obtained with the help of a suitable operation analyzer to determine the breaker contact movement during opening, closing, auto-re-closing and trip free operations under normal as well as limiting operating conditions (of control voltage) The tests shall show the speed of contacts directly at various stages of operation, travel of contacts, opening time, closing time, shortest time between separation and meeting of contacts at make-break operation and dynamic contact resistance measurement (DCRM) etc. This test shall be also performed at site.
All the routine test reports for all the breakers and for all the insulators utilized shall be submitted with inspection report.
1.18.4 Pre –commissioning tests
1. Breaker operation timing. 2. Contact resistance measurement of main circuit. (CRM) 3. Dynamic Contact resistance measurement. (DCRM) 4. SF6 Purity & Dew Point Measurement 5. Insulation resistance of each pole. 6. Functional checking of control circuits interlocks, tripping through
protective relays and auto reclose operation. 7. Trip free and anti-pumping operation. 8. Resistance of closing and tripping coils. 9. SF6 gas leakage check. 10. Operation check of pressure switches and gas density monitor during
gas filling.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 22 of 47
11. Checking of mechanical ‘CLOSE’ interlock, wherever applicable. 12. Check for annunciations in control room.
The contractor shall ensure that erection, testing and commissioning of circuit breaker shall be carried out under the supervision of the circuit breaker manufacturer's representative. The commissioning report shall be signed by the manufacturer’s representative.
1.19 CONTROL: 1.19.1 The close and trip circuits shall be designed to permit use of
momentary contact switches and push buttons. 1.19.2 Each breaker pole shall be provided with two (2) independent tripping
circuits and coils each connected to a different set of protective relays with one set of pressure switch per pole and one number of density monitor per pole.
1.19.3 The breaker shall normally be operated by remote electrical control.
Electrical tripping shall be performed by shunt trip coils. However, provisions shall be made for local electrical control. For this purpose a local/remote selector switch and close and trip push buttons/switch shall be provided in the breaker central control cabinet. Remote located push buttons and indicating lamps shall be provided by the purchaser.
1.19.4 The trip coils shall be suitable for trip circuit - supervision. The trip
circuit supervision relay would be provided by the purchaser. Necessary terminals shall be provided in the central control cabinet of the circuit breaker by the supplier. Trip circuit supervision shall be operative in both close and open conditions of the breaker.
1.19.5 Closing coil shall operate correctly at all values of voltage between
85% and 110 % of the rated voltage. Shunt trip shall operate correctly under all operating conditions of the circuit breaker up to the rated breaking capacity of the circuit breaker and at all values of
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 23 of 47
supply voltage between 70% and 110% of rated voltage. If additional elements are introduced in the trip coil circuit their successful operation and reliability for similar applications on outdoor circuit breakers shall be clearly brought out in the additional information schedules. In the absence of adequate details, the offer is likely to be rejected.
1.19.6 The pressure switches used for interlock purposes shall have
adequate contact ratings to be directly used in the closing and tripping circuits. In case. the contacts are not adequately rated and multiplying relays are used then the interlock for closing/opening operation of breaker shall be with no logic of the relay i.e. if dc supply to the interlock circuit falls then operation lockout shall take place.
1.19.7 For spring operated breaker mechanism box should be at a height
such that one man can manually charge the spring from ground level/suitable platform shall be provided for easy operation.
1.19.8 The auxiliary switch of the breaker shall be preferably positively
driven by the breaker operating rod and where due to construction features, same is not possible, a plug in device shall be provided to simulate the opening and closing operations of circuit breaker for the purpose of testing control circuits.
1.20 INTERLOCKS: It is proposed to electrically interlock the circuit breaker with
GETCO’s associated air break isolating switches in accordance with switchyard safety interlocking scheme. The details of the scheme will be furnished to the successful bidder. All accessories required on breaker side for satisfactory operation of the scheme shall be deemed to be included in the scope of supply of this specification.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 24 of 47
1.21 FITTINGS AND ACCESSORIES: 1.21.1 Following is a partial list of some of the major fittings and accessories
to be furnished by supplier in the central control cabinet. Number and exact location of these parts shall be indicated in the bid.
a) Central control cabinet 'in accordance with Clause 1.31.10 complete with:
i. Cable glands
ii. Local /remote changeover switch
iii. Operation counter
iv. Gas pressure gauges
v. Fuses/MCB as required
vi. The number of terminals provided shall be adequate enough to wire out all contacts and control circuits plus 12 terminals spare for owner's use.
b) Anti-pumping relay/Contactor. Rating and diagram plate in accordance with IEC incorporating year of manufacture.
1.21.2 All metal surfaces exposed to atmosphere shall be given two primer
coats of zinc chromate and coats of epoxy paint with epoxy base thinner. All metal parts not accessible for painting shall be made of corrosion resisting material. All machine finished or bright surfaces shall be coated with a suitable preventive compound and suitably wrapped or otherwise protected. All paints shall be carefully selected to withstand tropical heat and extremes of weather within the limits specified. The paint shall not scale off or wrinkle or be removed by abrasion due to normal handling. All external paintings shall be as per shade no.697 631 of IS:5.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 25 of 47
1.21.3 Galvanizing All ferrous parts exposed to atmosphere of breaker shall be hot dip
galvanized or epoxy painted. Bolts, nuts, etc. hardware shall be hot dip galvanized or stainless steel.
1.21.4 Earthing The operating mechanism housing, control cabinets, dead tanks,
support structure etc. shall be provided with two separate earthing terminals suitable for bolted connection to MS flat to be provided by the GETCO for connection to station earth mat.
1.21.5 Name and Rating Plates Circuit breaker and its operating device shall be provided with a
rating plate or plates (2 mm thick min) marked with but not limited to following data:
a) Manufacturer's name or trade mark. b) Type designation making it possible to get all the relevant
information from the manufacturer.
c) Type /designation of mechanism drive
d) Serial number and Year of manufacture.
e) Rated voltage & Rated normal current.
f) Rated insulation level.
g) Rated frequency.
h) Rated short circuit breaking & making current.
i) First pole to clear factor.
j) Rated duration of short circuit.
k) Rated DC supply voltage of closing and opening devices with operating range.
l) Rated gas pressure for operation, alarm and lockout
m) Rated out of phase breaking current.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 26 of 47
n) Rated supply voltage of auxiliary circuits.
o) “ Property of GETCO”
p) AT/purchase order number and project name
The coils of operating devices shall have a reference mark permitting the data to be obtained from the manufacturer. The rating plate shall be visible in position of normal service and installation. The rating plate shall be weather proof and corrosion proof.
1.21.6 Terminal Connectors
The terminal connectors shall meet the following requirements:
a) Terminal connectors shall be manufactured and tested as per IS:5561
b) All castings shall be free from blow holes, surface blisters, cracks and cavities. All sharp edges and corners shall be blurred and rounded off.
c) No part of a clamp shall be less than 12 mm thick.
d) All ferrous parts shall be hot dip galvanized confirming to IS:2633.
e) For bimetallic connectors, copper alloy liner of minimum thickness of 2 mm shall be cast integral with aluminum body.
f) Flexible connectors shall be made from tinned/copper/aluminum sheets.
g) All current carrying parts shall be designed and manufactured to have minimum contact resistance.
f) Connectors shall be designed to be corona free in accordance with the requirements stipulated in IS:5561.
g) The terminal connector shall be as per schedule A of respective tender or tender BOQ.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 27 of 47
h) The terminal connector shall be compression type to jumper side / boltless type.
i) The required bolts and nuts must be stainless steel with suitable check nut.
1.21.7 Fuses
All Fuses/MCBs shall be of the HRC cartridge type, conforming to IS:2208 and suitable for mounting on plug-in type of fuse bases. Fuses shall be provided with visible operation indicators to show that they have operated. All accessible live connections shall be adequately shrouded and it shall be possible to change fuses with the circuit alive, without danger or contact with live conductor. Insulated fuse pulling handle shall be supplied with each control cabinet.
1.21.8 Specification for Control Cabinets
1. Control cabinets shall be of the free standing floor-mounting type in case where control cabinet and operating mechanism are separate.
2. Control cabinets shall be sheet steel enclosed and shall be dust weather and vermin proof. Sheet steel shall be at least 2.6 mm thick when control cabinets are specified for indoor use and at least 3.0mm thick when control cabinets are intended for outdoor operation. Control cabinets shall be provided with a hinged door and padlocking arrangement. The door hinges shall be of union joint type to facilitate easy removal. Door shall be properly braced to prevent wobbling.
3. Equipment and devices shall be suitable for operation on 240 V, 1 phase or 415 V, 3 phase, 3 wire or 4 wire, at frequency from 90% to 105% of normal 50 Hz.
4. Motors rated I KW and above being controlled from the control cabinet would be suitable for operation on a 415 V, 3 phase 50 Hz system. Fractional KW motors would be suitable for operation on a 240 V, I phase, 50 Hz supply system.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 28 of 47
5. Fuses shall be HRC cartridge link type having prospective current rating of not less than 46 KA (rms). They shall be provided with visible operation indicators to show when they have operated. One fuse pulling handle shall be supplied for every ten fuses or a part thereof.
6. Push button shall be rated for not less than 6 Amps, 415 V A/C. or 2 Amps, 110/220 V D.C. and shall be flush mounted on the cabinet door and provided with appropriate nameplates. Red, Green and Amber indicating lamps shall be flush mounted and provided with series resistors to eliminate the possibility of short-circuiting of control supply in the event of using of lamps.
7. For motors up to 5 KW, contractors shall be direct-on-line, air break, single throw type and shall be suitable for making and breaking the stalled current of the associated motor which shall be assumed equal to 6.5 time the full load current of the motor at 0.2 p.f. For motors above 5 KW, automatic star delta type starters shall be provided. 3 pole contractors shall be furnished for 3 phase motors and 2-pole contractors for single-phase motors. Reversing contractors shall be provide with electrical interlocks between forward and reverse contactors. If possible, mechanical interlocks shall also be provide. Contactors shall be suitable for uninterrupted duty and shall be of duty category class AC4 as defined in IS:2959. The main contacts of the contactors shall be silver plated and the insulation class for the coils shall be class E or better. The dropout voltage of the contactors shall not exceed 70% of the rated voltage.
8. Single phasing presenter relay shall be provided for 3 phase motors to positive protection against single phasing.
9. Purchaser's power cables will be of 1100 volts grade stranded aluminum/Copper conductor. PVC insulated PVC sheathed single steel wire armored and PVC jacketed. All necessary cable terminating accessories such as glands, crimp type tinned copper lugs etc. for power as well as control cables shall be included in supplier's scope of supply. Suitable brass cable glands shall be provided for cable entry.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 29 of 47
10. Vertical run of cables to the operating mechanism box shall be properly supported by providing the perforated closed type galvanized cable tray (Cable tray also to be supplied along with the Circuit Breaker) to be fixed as an integral part of the structures. The load of the cable shall not be transferred to the mechanism box/plug-in type terminal arrangement in any circumstances. Hanging or loose run of cable is not permitted. The drawing of cable tray including fixing arrangement shall be incorporated in the GA drawing of CB also.
11. Wiring shall be done with stud type terminals and ring type lugs. More than two wires shall not be connected on each side of terminal.
12. Wiring for all control circuits shall be carried out with 1100 volts grade PVC insulated tinned copper stranded conductors of sizes not smaller than 1.5 sq.mm. At least 10% spare terminal blocks for control wire terminations shall be provided on each panel. The terminal blocks shall be ELMEX type. All terminals shall be provided with ferrules indelibly marked or numbered and these identifications shall correspond to the' designations on the relevant wiring diagrams. The terminals shall be rated for adequate capacity, which shall not be less than 10 Amps.
13. Separate terminal blocks shall be provided for terminating circuits of various voltage classes. CT loads shall be terminated on a separate block suitable for 4 sq.mm and shall have provision for short-circuiting the CT secondary terminals. Stud type terminal connectors should be used for all CT circuits and main DC input.
14. Control cabinet shall be provided with 240 V, I-Phase 50 Hz, 20W fluorescent light fixture a suitably rated 240 V, I phase, 5 amps, 3 pin socket for hand lamps.
15. Strip heaters shall be provided inside each cabinet complete with thermostat (preferably 30 to 80 0C setting) to prevent moisture condensation. Heaters shall be controlled by suitably rated double pole miniature circuit breakers.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 30 of 47
16. Signal lamps provided shall be of neon screw type with series resistors, enclosed in bakelite body. Each signal lamp shall be provided with a fuse integrally mounted in the lamp body.
17. All AC control equipment shall be suitable for operation on 240 V, I phase 50 Hz system.
18. All doors, panels, removable covers and breaker openings shall be gasketed all around. All louvers shall have screens and filters. Cabinets shall be dust, moisture and vermin proof.
19. Spare marshalling kiosk should be provided for wiring if breaker pole is individually operated and it should be provided and reasonable height from ground and it should be tested with IP 55. the thickness of MK box should not be less than 3mm with rain shed arrangement.
20. Following minimum numbers of potential free contacts over and above the breaker scheme shall be provided to meet the requirements of SCADA:
For total control, monitoring, supervision and operation from SCADA
system potential free contacts shall be provided for each and every interface of Switchgear status, Control, Monitoring, Interlocking, Alarms, Troubles etc. and all other interfaces considered in LCC which are mandatory.
[I.] 66 kV, & 132 kV CB:
1) Dual DC supply arrangement shall be provided. 2) Pressure switch shall be provided with following minimum numbers of
potential free contacts for breaker gas monitoring in SCADA / control panel over and above provided for scheme. (a) SF6 gas pressure normal – minimum 1 NO or 1 NC plus one spare (b) SF6 gas pressure low – minimum 2 NO or 2 NC plus one spare (c) SF6 gas pressure lockout - minimum 2 NO or 2 NC plus one spare
3) Following minimum numbers of potential free contacts are required to be provided for breaker monitoring in SCADA / control panel; over and above provided for breaker scheme: (a) Breaker spring charge – minimum 2 NO or 2 NC plus one spare (b) Control supply DC1 & DC2 fail, Motor MCB Trip, CB AC supply fail
indication contacts Plus one spare.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 31 of 47
(c) Local remote switch – minimum 1 local and remote plus one spare for each position i.e. Local & Remote
(d) CB ready status for Auto reclose for 145 kV - minimum 1 NO or 1 NC plus one spare
(e) Other interfaces if any
In any condition scheme requirement shall be fulfilled. [II.] 220 KV CB:
1) Dual DC supply arrangement shall be provided. 2) Pressure witch shall be provided with following minimum numbers of
potential free contacts for breaker gas monitoring status; over and above provided for breaker scheme: (a) SF6 gas pressure normal – minimum 2 NO or 2 NC plus one spare (b) SF6 gas pressure low – minimum 3 NO or 3 NC plus one spare (c) SF6 gas pressure lockout - minimum 3 NO or 3 NC plus one spare
3) Following minimum numbers of potential free contacts are required to be provided for breaker monitoring in SCADA / control panel; over and above provided for breaker scheme: (a) Breaker spring charge – minimum 3 NO or 3 NC plus one spare (b) CB ready status for Auto reclose -3NO or 3NC plus one spare (c) Pole Discrepancy Operated - minimum 3NO or 3NC plus one spare (d) Control supply DC1 & DC2 fail, Motor MCB Trip, CB AC supply fail
indication contacts plus one spare. (e) Local remote switch – minimum one local & one remote plus one spare
for each position i.e. Local & Remote (f) Other interfaces if any
In any condition scheme requirement shall be fulfilled.
1.21.9 Motors 1.21.10 Motors shall be "Squirrel Cage" three phase induction or universal
type motors of sufficient size capable of satisfactory operation for the application and duty as required for the driven equipment.
1.21.11 Sulphur Hexafluoride Gas (SF6 Gas)
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 32 of 47
a) The SF6 gas shall comply with IEC-376, 376A and 376B and be suitable in all respects for use in the switchgear under the worst operating conditions.
b) The high pressure cylinders in which the SF6 gas is shipped and stored at site shall comply with requirements of the following standards and regulations.
IS:4379 Identification of the contents of industrial gas cylinders.
IS:7311 Seamless high carbon steel cylinders for per manet and high pressure liquefiable gases.
The cylinders shall also meet Indian Boiler regulations and certificate should be submitted.
c) Test: SF6 gas should have been tested for purity, dew point, air, break down voltage, hydrolysable fluorides, water contents as per IEC:376, 376A and 376B and test certificates shall be furnished to GETCO indicating all the tests as per
The quality of new filled-in SF6 gas shall meet the following requirements in line with IEC 60376.
Content Specification Analytical methods (for indication only, not exhaustive)
NOTE 1 2 g/kg is equivalent to 1 % vol under ambient conditions (100 kPa and 20 °C [1]). NOTE 2 2400 mg/kg is equivalent to 4 000 µl/l under ambient conditions (100 kPa and 20 °C [1]). NOTE 3 25 mg/kg (25 mg/kg) is equivalent to 200 µl/l and to a dew point of –36 °C, measured at ambient conditions (100 kPa and 20 °C [1]). NOTE 4 1 mg/kg is equivalent to 7,3 µl/l under ambient conditions (100 kPa and 20 °C [1]). NOTE 5 Depending on the sample size
Reuse or recycling of removed gas:
The supplier should provide guidelines or recommended practices for the reuse or recycling of SF6 gas removed from the equipment. These guidelines should be consistent with current industry practices, as they pertain to the effect of SF6 on global warming; i.e. SF6 gas should be reused and recycled whenever possible and never be unnecessarily released into the atmosphere. Clear instructions shall be provided by bidder about handling, recycling & treatment of new and used SF6 gas. SF6 Gas filled inside breaker before charging is fresh SF6 Gas, hence it shall be considered as new Gas which shall be tested as per IEC 60376. Hence during commissioning measured purity, dew point, air, hydrolysable fluorides, and water contents shall be in line with IEC:60376, 60376A & 60376B. Gas bottles should be tested for leakage during receipt at site. Components may be filled with N2 for transportation and refilled with SF6 at site.
1.22 TECHNICAL AND GUARANTEED PARTICULARS: The bidder shall furnish all guaranteed technical particulars as called
for in Schedule 'A' of this specification. Particulars which are subject to guarantee shall be clearly marked. Bids lacking information in G.T.P. are liable to be rejected.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 34 of 47
SPECIFIC TECHNICAL REQUIREMENTS 1 SCOPE: This section cover the specific technical particulars, climatic and
isoceraunic conditions and system particulars suiting which the circuit breakers shall be offered as per the General Technical Requirements in this specification, and the Schedule of Requirements specified herein for the various sub-stations.
2 TYPE AND RATING:
The 220KV, 132KV & 66 KV circuit breakers shall comply with the following technical requirements: 1 Nominal system voltage (KV) 220 132 66 2 Highest system voltage (KV) 245 145 72.5 3 Rated frequency (Hz) 50 50 50 4 Number of poles 3 3 3 5 Type Out door SF6 Out door
SF6 Outdoor SF6
6 Number of poles 3 3 3 7 Type of operation Individually
operated single poles. However 3 poles shall be Electrically gang operated)
Gang operated single poles
8 Basic insulation level (a) 1.2 x 50 microsecond impulse
withstand voltage (KVP) to earth (b) One minute power frequency
withstand voltage (KV rms)
1050 460
650 275
350 140
9 Rated normal current (Amp.) 2000 1600 1600 10 Rated short circuit breaking current
(KA rms) 40 40 31.5
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 35 of 47
11 Total break time for any current up to the rated breaking current (Cycle)
3 3 3
12 Closing time (Cycle) 3 3 3 13 Short time current carrying capacity
for 3 Sec (KA rms) 40 40 31.5
14 Rated duration of short circuit (Sec) 3 3 3 15 Phase to phase spacing in the
switchyard i.e. inter-pole spacing for breaker (mm)
4500 2100 790
16 Required ground clearance from the lowest line terminal (mm) up to plinth level (a) If both the terminals are not in the
same horizontal plane (b) If both the terminals are in the
same horizontal plane
5500 5500
4600 4600
4000 4000
18 Minimum height of the live part to ground level (mm)(up to plinth level)
5500 4600 4000
19 Operating mechanism Spring charge Spring charge Spring charge 20 Rated transient recovery voltage for
terminal fault As per Clause of IS: 13118
As per Clause of IS: 13118
As per Clause of IS: 13118
21 Rated line charging current breaking capacity (Amp)
As per IEC As per IEC As per IEC
22 Small inductive current breaking capacity
As per IEC As per IEC As per IEC
23 First pole to clear factor 1.3 1.3 1.5 24 Rated short circuit making current
(KA rms) 100 KA 100 KA 78.75
25 Rated operating duty O-0.3S CO-3min-CO
O-0.3S CO-3min-CO
O-0.3S CO-3min-CO
26 Automatic rapid reclosing 1 phase and 3 phase
3 phase 3 phase
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 36 of 47
27 Maximum acceptable difference at the instance of closing / operating of contacts
As per standard As per standard
As per standard
28 Total minimum creepage distance (mm) for support insulator
6125 3625 1810
29 Control circuit voltage (Volt) 220/110 DC 220/110 DC 220/110 DC 30 Rated Sf6 Gas pressure (AT 20°C) --- ---- 5 kg/Cm2
min Note: The values indicated are for specific creepage of 25mm/kV. In case of
specific creepage of 31mm/kV specified in BOM/Tender, the Minimum Creepage distance values shall be considered proportionately
3 EARTHQUAKE AND WIND DESIGN LOADS:
“Each circuit breaker including its supporting structure shall be designed to withstand repeated earthquake acceleration of 0.3 g for 66 kV and 0.5g (H) for 132KV & 220Kv CB and wind loads of 150 Kg/m2 on the project area (non- simultaneous) without damage to component parts and without impairments operation. Necessary type test reports for Seismic test shall be submitted with the bid.”
4.0 AUXILIARY POWER SUPPLY:
4.1 The bidder shall quote in his bid estimated requirements of AC and DC power for equipment covered by this specification.
4.2 Power supply for auxiliaries will be available at 240 Volts single
phase and 425 volts, 3 phase AC 50 Hz. The frequency can vary between 90% and 105% of normal frequency of 50 Hz. And voltage would vary from 110% to 85% of the normal value.
DC supply at 110 Volts DC / 220 Volts DC 2 wire will be available from the Station Battery through the DC panels, DC supply is subject to variations of –15% to + 10%.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 37 of 47
5. PACKING AND TRANSPORT INSTRUCTIONS
Bidder shall ensure that all equipment covered by this specification shall be prepared for rail/road transport and be packed in such a manner as to protect it from damage in transit. The Bidder shall be responsible for and make good at his own expense any or all damage due to improper preparation and packing. Loose material, e.g. Bolts, Nuts etc shall be packed in gunny bags and sealed in polythene bags with proper tagging. Components containing glass shall be carefully covered with shock absorbing protective material such as ‘Thermocol’. All openings in the equipment shall be tightly covered plugged or capped to prevent dust and foreign material from entering in. Wherever necessary proper arrangements for attaching slings for lifting shall be provided. All spare parts shall be packed and treated for long storage at site. Any material found short inside the intact packing cases shall be supplied by the Vendor/Contractor at no extra cost to the purchaser. No material shall be dispatched without prior consent of the purchaser.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 38 of 47
6.0 ACTIONS REQUIRED FOR DEFECTS OBSERVED DURING DEFECT LIABILITY PERIOD (Warranty periods) The actions required to be taken by OEM/contractor in case of defects observed in AIS type Circuit Breakers of ratings 66 kV to 220KV class during the warranty period (defect liability period) shall be as per following.
Nature of problem Corrective measures to be taken by
OEM/contractor 1 Blasting of interrupter/ pole
column Replacement of compete CB pole Including SF6 gas
a. Abnormal DCRM and Travel Measurement b. Contact assembly and internal component damage, misalignment not leading to complete failure of interrupter
Repair/replacement of affected assembly/ component based on repair procedure approved by QA
2 Crack in insulator, cementing joint of interrupter , pole column
Replacement of affected par
3 SF6 gas leakage from sealing and bolted joints. SF6 gas leakage detectable by any Leakage Detection Method
Rectification by replacement of gasket, O-ring, sealing, Interrupter or affected part to be replaced etc If unable to arrest the leakage in 02 attempts, replacement of interrupter/column
4 SF6 gas purity for new gas ( before charging) as per IEC 60376 after charging as per IEC60380
Re-conditioning of gas. If does not improve, complete evacuation of CB, replacement filter material and gas
5 Pole/ break discrepancy (during O&M) Limits: Break to Break (Opening/Closing) : max. 2.5 ms Phase to Phase (Opening) : max. 3.33 ms Phase to Phase (Closing) : max 5 ms
Rectification/replacement of affected parts
6 Static Contact Resistance: increase >50% from factory/ pre-commissioning value or 75 micro-ohm/ break whichever is lower
Rectification/ Replacement of pole
7 Drive mechanism assembly failure
Rectification/ Replacement of affected part
8 Trip/ close coil, density monitor, relays and contactors and components of common MB
Replacement of affected part
Note: 1) Replaced/Repaired/Refurbished Equipment (or part of equipment) shall
have 2 years’ warranty without prejudice to contractual warranty period
2) The measurement at site shall be carried out as per GETCO standard Pre-commissioning procedures.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 39 of 47
SCHEDULE - A
Guaranteed Technical Particulars for Circuit Breakers:
1. Name of manufacturer
2. Manufacturer's type and designation of breaker
2.a Manufacturer's type and designation of mechanism
(as per Mech. Endu. test report)
3. Governing standard
4. Rated Voltage (KV)
5. Maximum continuous rated service voltage (KV)
6. Frequency (Hz)
7. Class (indoor or outdoor)
8. Normal current rating (approx.)
Under standard conditions
Under site conditions
Derating factor, if any, for site conditions
9. Short-time current rating (KA) for 3 sec
10. Rated short circuit breaking current
a) Rated short circuit current (A.C. component) -at- KV
b) Percentage D.C. component -at- KV
c) Asymmetrical breaking current (including -at- KV
D.C. component) KA nns.
11. Making capacity (KA peak) -at- KV
12. Total break time (milliseconds)
a) For interruption of 10% of the rated capacity
b) For interruption of 30% of the rated capacity
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 40 of 47
c) For interruption of 60% of rated capacity
d) For interruption of the full rated capacity
13 Arcing time (milliseconds)
14 Minimum reclosing rated interrupting capacity
from the instant of the trip coil energisation (milliseconds)
15 Minimum dead time
a) 3-phase reclosing (milliseconds)
b) I-phase reclosing (milliseconds)
c) Limit of adjustment of dead time for 3-phase reclosing
d) Limit of adjustment of dead time for I-phase reclosing
16. Rate of re-striking voltage for 100%, 50% or 30% rated capacity.
a) Amplitude factor
b) Phase factor
c) Natural frequency (Hz)
d)Rate of rise of re-striking voltage (KV/micro-sec.)
17. a) Recovery voltage when circuit breaker tested
at 100% rated breaking capacity (KV inst.)
b) Rate of rise of re-striking voltage at breaking
I. For 30% breaking capacity, (KV/micro seconds)
II. For 100% breaking capacity (KV/micro seconds)
c) Maximum over voltage factor of the circuit breaker when switching off
i) Unloaded transformers
ii) Loaded transformers
iii) Open circuited lines
18. When switching of synchronous systems
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 41 of 47
a) Max. Current (KA)
b) Max. Voltage of I pole (KV)
19. Maximum interrupting capacity under phase opposition condition (MVA)
20. Maximum line charging current breaking capacity without over-voltage exceeding
2.5 times the rated phase to neutral voltage (Amps.)
21. Maximum line charging current breaking capacity and corresponding over voltage recorded in test.
a) On supply side
b Online side
22. Maximum cable charging current breaking capacity and corresponding over
voltage recorded in test
a) On supply side.
b) Online side.
23. Maximum shunt capacitor bank switching capacity (single bank) (MVA)
24. Maximum breaking capacity on kilometric faults (MVA)
25. Dry 1-minute power frequency test with stand voltage, for complete circuit breaker
a) Between line terminals and grounded parts (KV rms)
b) Between terminal with breaker contacts open (KV rms)
26. Wet I minute power frequency test withstand voltage for complete circuit breaker
a) Between line terminals and grounded parts (KV rms)
b) Between terminal with breaker contacts open (KV rms)
27. a) i) R.I.V. level at specified voltage
ii) Corona inception voltage (KV)
iii) Corona extinction voltage (KV)
b) Whether the circuit breaker is fixed trip or trip free
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 42 of 47
SUPPORTING INSULATORS
28. Make and type
29. Weight
30. Transport dimensions
31. Height above pole required to remove porcelain (mm)
32. Insulation class.
33. Visible corona discharge voltage.
34. Dry 1minute power frequency flashover voltage (KV rms)
35. Wet 10 sec. power frequency flashover voltage (KV rms)
36. 1.2/50 microsecond impulse flashover voltage (KV peak)
37. Nature of dielectric.
38. Total minimum Creepage distance (mm)
39. Minimum clearance in air
a) Between phases (mm) (Live parts)
b) Live parts & earth (mm)
c) Live parts to Plinth level (mm).
d) Center to center distance between phase (mm)
40 Permissible safe cantilever loading on installed porcelain (Kg.m) 40.a Permissible safe compressive strength of installed porcelain
CONSTRUCTIONAL FEATURES : 41. No. of poles per circuit breaker
42. No. of break per pole
43. Length of contact travel (mm)
44. Total length of breaks per phase (mm)
45. Rate of contact travel
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 43 of 47
a) At tripping (millimeters/sec)
b) At closing (millimeters/sec.)
46 Type of devices if any used to obtain uniform voltage distribution between breakers.
47 Type of main contacts
48. Material of main contacts
49. Whether main contacts Silver plated (Yes/No)
Thickness of silver coating on main contracts (mm)
Type of arcing contacts & material
Contact pressure on arcing contacts (KG/m2)
50. Type of auxiliary switches
51 Material of switch contacts
52 Whether contacts silver plated (Yes/No)
53 No. of auxiliary switch contacts operating with all the three poles of a breaker
a) Which are closed when breaker is open (NC)
b) Which are open when breaker is open (NO)
c) Those adjustable with respect to the position of main contacts
54. No. of auxiliary switch contacts operating with individual pole of a breaker
a) Which are closed when breaker is open (NC) b) Which are open when breaker is open (NO)
c) Those adjustable with respect to the position of main contacts
55. No. of spare auxiliary switch contacts operating with all three poles of a breaker
a) Which are closed when breaker is open (NC) b) Which are open when breaker is open (NO)
c) Those adjustable with respect to the position of main contacts 56. No. of spare auxiliary switch contacts operative with individual pole of
breaker a) Which are closed when breaker is open (NC) b) Which are open when breaker is open (NO)
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 44 of 47
c) Which are adjustable with respect to the position of main contact
57. No. of operations possible without maintenance
a) At full rated interrupting capacity b) At 50% of rated interrupting capacity c) At 100% of rated current d) At 50% of rated current
58. Mounting flange details (PCD & Diameter)
59. Method of closing
a) Normal Electrical/Mechanical
b) Emergency Electrical/Mechanical
60. Type of closing mechanism (spring) 61. a) Normal voltage of closing
b) Pick up range, (Volts) 6 2. a) Power at normal voltage of closing mechanism (watts) b) Power at 85% normal voltage (watts) 63. Type of tripping mechanism (spring) 64. Normal voltage of tripping coils (Volts) '65. a) Power at normal voltage for tripping coils (watts) b) Power at 70% normal voltage for tripping coils (watts) 66. Arc duration at 100% interruption capacity (ms)
a) Power at Normal voltage for tripping coils (watts)
b) Power at 70% normal voltage for tripping coils (watts)
67. Arc duration at 100% interruption capacity (ms) a) Opening 68. Total length of the arc (mm) 69. Max. length of the arc (in sec) 70. Total interrupting time measured from instant of trip coil opening of main contact
71. Closing time measured from instant of application of power to closing device up to closing of main contact
72. Critical current (current giving the longest are when a break takes place) (KA)
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 45 of 47
73. Contingencies for which alarm provided
74. Design data for supporting structure
75. Weight of supporting steel structure per breaker
76. a) Weight of complete circuit breaker (Kg.) b) Impact loading for foundation design, to include dead load plus impact value on
opening at maximum interrupting ratings, in terms of equivalent static load (kg)
c) Overall dimensions: Height (mm)
Width (nun)
Length (mm)
77. Descriptive leaflets enclosed
78. Rated pressure of SF6 gas in the circuit breaker (Kg. /CM2)
79. Rated pressure of SF6 gas in the gas cylinders (Kg/cm2)
80. Quantity of SF6 gas required per single pole unit (Kg.)
81. Quantity of SF6 gas per cylinder (Kg.)
82. Weight of empty cylinder (Kg.)
83. Quantity of absorbent required per pole (Kg.)
84. Recommended interval for renewal of absorbent in case of outdoor circuit breakers operating in tropical conditions
85. Chemical composition of the absorbent
86. Quantity of absorbent covered in the scope of supply (including spare quantity) (Kg.)
87. Limits of gas pressure for proper operation of circuit breaker
88. Pressure and temperature at which the temperature compensated gas pressure switch will
a) Give alarm (Kg/cm2 0C) b) Cutoff (Kg/cm2 0C)
89. Name of SF6 suppliers and country of origin.
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 46 of 47
90. Quantity of SF6 gas supplied for
a) Actual use in breakers (Kg.) b) As spare (Kg.) ( free of cost )
91. Chemical composition of gas
a) Qty. of air by weights (ppm) b) Qty. of H2O by weight (ppm)
c) Qty. of CF4 - by weight (ppm) d) Qty. of acid by weight (ppm)
92. Type of operating mechanism offered
93. Voltage and power supply system for which the temp. compensating gas pressure switch and other pressure switches are suitable.
94. Recommended overhauling intervals for
a) Circuit Breakers b) Spring operating system.
95. Details of Control Cubicle
(a) Degree of Protection : (b) Type and thickness of gasket :
96. Details of (counter)
97 Electrical (counter).
98 Spares supplied free of cost with each C.B i) SF6 gas 20% of total gas Yes/No in separate cylinder ii) Trip coil 1 set Yes/No iii) Closing coil 1 set Yes/No
99 Special tools, required for assembly gas charging Yes/No and maintenance of circuit breakers 100 Terminal connector (Bimetallic compression type)
GETCO/E/1, 2 & 6 TS – CB /R4 March 22
Sign and Seal of Bidder Page 47 of 47
SCHEDULE – B List of documents attached with technical bid: Bidder shall invariably attach the following documents and clearly marked and duly flagged in technical bid. In absence of these documents offer will be evaluated as a non submission. Sr. No. Particulars of document Whether attached
the with technical bid
1 Drawings in AutoCAD format 2 Drawings hard copies as indicated in specification 3 Manual in PDF format 4 QAP for manufacturing process in SOFT format 5 QAP for manufacturing process in Hard format 6 FQP in SOFT format 7 FQP in Hard copy 8 Type test Reports in hard copies & soft copies
a for breaker b for clamps & connectors
c for hollow insulators 9 Confirmation regarding type tests as per clause no.
1.10(a) page no. 10 – “IMPORTANT NOTE”
10 Guaranteed Technical Particulars, completely filled in
11 Any other essential documents SIGNATURE OF BIDDER COMPANY’S ROUND SEAL DATE: PLACE:
GUJARAT ENERGY TRANSMISSION CORPN.LTD.
DRAWN: CHECKED: APPD:
DATE:SCALE: DRG. NO:
GETCO / C /
4S-STD /CB-BASE-19
REV:
R1
SHEET:
1 OF 1
S.P.VIDYUT BHAVAN, RACE COURSE,
VADODARA - 390 007
A3
TT
OO
CC
EE
GG
SIZE:
TYPICAL FOUNDATION PLAN FOR 400KV 'CIRCUIT BREAKER'
22.06.2015N.T.S.
JE(CIVIL)DE(CIVIL)
CE (ENGG.)EE (ENGG)
EXECUTION PURPOSE
R1
L(mm) OF BOLT INCREASED FROM 950 TO 1050
R0 FIRST PREPARATION
REV: DESCRIPTION
SR NO.
REFERENCE
SE (CIVIL)DE(ENGG)
GENERAL NOTES:-
1. ALL DIMENSIONS ARE IN MILLIMETER AND LEVELS ARE IN METER.
2. DO NOT SCALE THIS DRAWING ONLY WRITTEN DIMENSION SHALL BE FOLLOWED.
3. THE GRADE OF CONCRETE SHALL BE M20 EXCEPT LEAN CONCRETE.
4. THIS DRAWING IS ONLY FOR SUPPORT STRUCTURE DESIGN OF CIRCUIT BREAKER.
5. FOUNDATION DRAWING SHALL BE ISSUED BY CORPORATE ENGG. FOR ABOVE
SPECIAL INSTRUCTIONS TO BIDDER Please read following instructions carefully before submitting your bid. 1. All the drawings, i.e. elevation, side view, plan, cross sectional view etc., in
AutoCAD (DXF format) and manuals in PDF format, for offered item shall be submitted. Also the hard copies as per specification shall be submitted.
2. The bidder shall submit Quality Assurance Plan with the technical bid. 3. The bidder shall have to submit all the required type test reports for the
offered item. In absence of this, the evaluation shall be carried out accordingly as non-submission of type test reports.
4. The bidder must fill up all the points of GTP for offered item/s. Instead of
indicating “refer drawing, or as per IS/IEC”, the exact value/s must be filled in. 5. All the points other than GTP, which are asked to confirm in technical
specifications must be submitted separately with the bid. 6. The bidder is required to impart training in view of manufacture, assembly,
erection, operation and maintenance for offered item, at his works, to the person/s identified by GETCO, in the event of an order, free of cost. The cost of logistics will be bear by GETCO.
7. Please note that the evaluation will be carried out on the strength of content of
bid only. No further correspondence will be made. 8. The bidder shall bring out all the technical deviation/s only at the specified
annexure.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 3 of 36
QUALIFYING REQUIREMENT DATA (For Supply)
Bidder to satisfy all the following requirements.
1) The bidder shall be Original Equipment Manufacturer (OEM). The
offered equipment have to be designed, manufactured and tested
as per relevant IS/IEC with latest amendments.
2) The minimum requirement of manufacturing capacity of offered
type, size and rating of equipment shall be THREE times tender /
bid quantity. The bidder should indicate manufacturing capacity
by submitting latest updated certificate of a Chartered Engineer
(CE).
3) Equipment proposed shall be of similar or higher rating and in
service for a minimum period of THREE (3) years and satisfactory
performance certificate in respect of this is to be available and
submitted.
4) The bidder should clearly indicate the quantity and Single Value
Contract executed during last FIVE (5) years, for the offered
equipment. Bidder should have executed one single contract
during last five years for the quantity equivalent to tender / bid.
The details are to be submitted in following format,
Sr.
No
ITEMS
SUPPLIED
TO
ORDER
REFERENCE No.
& DATE
ITEMS QUANTITY ORDER
FULLY
EXECUTED.
YES/NO
STATUS, IF
ORDER
UNDER
EXECUTION
REMARK
5) Equipment offered shall have Type Test Certificates from
accredited laboratory (accredited based on ISO/IEC Guide 25 /
17025 or EN 45001 by the National accredition body of the country
where laboratory is located), as per IEC / IS / technical
specification. The type test reports shall not be older than Seven
years and shall be valid up to expiry of validity of offer.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 4 of 36
TECHNICAL SPECIFICATIONS for 400 kV SF6 CIRCUIT BREAKER.
1.1 SCOPE
This specification covers design, manufacture, testing & training to GETCO persons at manufacturer’s works, supply and delivery of 400 kV spring – spring mechanism, Circuit Breakers, with controlled switching device along with licensed software for
application indicated in Schedule - A and all accessories required for satisfactory operation. It also includes the supervision of erection, testing & commissioning at site, for which no separate charges shall be paid. 1.2 GENERAL These requirements include some specific elements of construction and materials, but are not intended to preclude ingenuity of design or improvement. Deviations from this specification are not acceptable and will be rejected. However, if the Bidder proposes any deviations from this specification, they will be considered provided they are necessary, either to improve the quality performance and efficiency or to secure overall economy, without affecting the performance. Circuit breakers shall be offered complete with all parts that are necessary or useful for their efficient operation. Such parts shall be deemed to be within supplier’s scope whether specifically mentioned or not. Circuit breakers in all respects shall incorporate the highest quality of modern engineering, design and workmanship. 1.3 STANDARDS: The equipment to be supplied under this specification shall conform to the latest issue of standards, rules and codes some of which are mentioned below.
1. IEC-62271-100 specification for alternating current Circuit breaker 2. IEC-376 specification and acceptance of new Supply of sulfur Hexafluoride. 3. IS: 2147 Degree of protection provided for
Enclosures for low voltage switchgear and control gear.
4. IS: 375 Marking and arrangement for switchgear bus-bar, main connections and auxiliary wiring.
5. IS: 325 Specification for 3-0 induction motor. 6. IS: 2516 Specification for circuit breaker. 7. IS: 2099 High voltage porcelain bushing. 9. IS: 2629 Recommended practice for hot dip galvanizing of iron and steel.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 5 of 36
The components & accessories to be used in the manufacture of circuit breaker shall conform to relevant Indian Standards/the standard specified under respective clause in this specification. However, if the offered equipment conform to standards other than those mentioned above, salient points of comparison between the standards adopted and IEC/IS standards shall be clearly brought out in the proposal. 1.4 CLIMATIC & ISOCERAUNIC CONDITIONS: The climatic conditions at site under which the equipment shall operate satisfactory are as under:
1. Altitude above mean sea level (meters) : Not exceeding 1000 Meters. 2. Max. ambient air temperature °C : 50
3. Max daily average ambient air : 35°
temperature °C 4. Relative humidity for design of : 95%
equipment % 5. Max. yearly weighted average : 30
temperature °C 6. Minimum temperature of air : 3.5
in shade °C 7. Climate : Moderately hot & humid
tropical climate conductive to rust & fungus growth.
8. Maximum annual rain fall in mm : 2000 9. Isoceraunic level : 30 10. Maximum wind pressure Kg/Mt² : 150 11. Earthquake acceleration (G) : 0.3 g.
Note: Gujarat State falls under Seismic Zone IV / V All electrical devices shall be given tropical and fungicidal treatment and shall be capable of satisfactory operation under the severe climatic conditions that would prevail at site as described above. The equipment offered shall be suitable for continuous operation under the above conditions at the full rated capacity. The equipment offered shall be suitable for heavily polluted atmosphere as well as suitable for hot line maintenance. 1.5 SYSTEM PARTICULARS
1. Nominal system voltage : 400 kV rms. 2. Highest system voltage : 420 kV rms. 3. System frequency : 50 Hz. 4. Number of phases : Three (3). 5. Type of earthing : Neutral Effectively earthed.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 6 of 36
1.6 AUXILIARY POWER SUPPLY Auxiliary electrical equipment shall be suitable for operation on the following supply system:
1. Power devices (like drive motors etc.) 440 volts, 3 phase 4wire 50 Hz, neutral grounded AC supply
2. AC control and protective devices like lighting fixtures, space heaters, HP Motor etc.
240 Volts, 1 Phase, 2wire 50 Hz AC supply with one lead grounded
3. D.C. alarm control & data protective devices.
Two separate 220 volts two Wires un-grounded DC supply from batteries
The above supply voltages may vary as follows: All devices shall be suitable for continuous operation over entire range of voltage:
1. A.C. supply : Voltage variation +10% frequency variation +3% 2. D.C. supply : (-) 15% to (+) 10% variation.
Each of the foregoing supplies will be made available by the purchaser at one terminal point for each circuit breaker for operation of accessories and auxiliary equipment. Bidder’s scope shall include distribution beyond the points of supply including supply of interconnecting cables, terminal blocks, HRC fuses, switches etc. 1.7 TECHNICAL REQUIREMENTS FOR CIRCUIT BREAKER The circuit breakers shall comply with the following technical requirements:
1) Type of circuit breaker : SF6. 2) Number of Poles : Three (3). 3) Installation : Outdoor. On hot dip
galvanized steel structures to be supplied by Bidder.
4) Rated Voltage : 420 KV (rms). 5) Basic Insulation Level : a) 1.2/50 microsecond : lightning impulse withstand voltage i) To earth : + 1425 KV (peak). ii) across the open : contacts, voltage applied to. - One terminal : + 1425 KV (peak) lightning impulse
- Opposite terminal: 240 KV (Peak) P F of opp. polarity.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 7 of 36
b) 250/2500 Microsecond switching impulse withstand voltage i) to earth : + 1050 KV (peak)
ii) across the open : contacts, voltage applied to - One terminal : + 900 KV (Peak) switching impulse
- Opposite terminal : 345 KV (Peak) of, PF opp polarity. c) Power frequency:
With stand Voltage i). to earth : 520 KV (rms) ii) across terminals : 610 KV (rms.) of open circuit breaker.
6) Radio interference voltage for : Less than 1000 frequency between 0.5 MHZ .micro volts at & 2 MHZ both in open and 266 KV (rms) closed position
7) Corona extinction voltage : 320 KV (rms) 8) Rated frequency : 50 Hz.
9) Rated Normal Current : 3150 A
10) Rated line charging current: 400 A (Max. over breaking capacity voltage factor1.5 PU)
11) Small inductive current breaking : Any value from 1 capacity to 10 A (the switching over
voltage shall not exceed 2.3PU)
12) I) Short time current : 40 KA for 3 second at Carrying capability rated voltage. II) Out of phase breaking : 10 KA (rms.) Current capacity.
13) First pole to clear factor : 1.3 14) Rated transient recovery : As per Clause 7 of IEC 56
voltage for terminal faults 15) Rated characteristics for short: As per Clause-8 of IEC 56
line faults 16) Rated short circuit making : 100 KA peak
current capacity. 17) Rated operating duty cycle : O - 0.3 sec – CO – 3 Min - CO 18) Rated out of phase making : Breaking (25% of the rated fault
current current) at twice rated voltage under phase opposition condition.
19) Total break time : Maximum 50 ms. 20) Total closing time : Maximum 160 ms. 21) Auto-reclosing : Breakers shall be
suitable for 1-Ø and 3- Ø high speed auto re-closing
22) Temperature rise : Final steady state
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 8 of 36
temperature of current carrying parts shall not exceed the limits specified in IEC publication 56.2 with a site reference ambient temperature of
50° 23) Operating Mechanism : Spring-Spring 24) Type of operation : Individually operated single poles. 25) Type of tripping : Trip free. 26) Phase to phase spacing in the : Not less than Switchyard. 7000mm. 27) Total creepage distance of : Minimum 10500
Support insulators. mm. 28) Seismic acceleration : 0.3 g horizontal. 29) Difference in the instants of :
closing/opening of contacts at rated voltage and rated pressure of quenching medium. i) Within a pole : Not exceeding 2.5 ms. ii) Between poles : Not exceeding 3.3 ms.
i) Phase to phase : 7000 mm. ii) Phase to ground : 3500 mm.
32) Live part to plinth level clearance in mm : 8000 mm. 33) No. of auxiliary contacts and : 12 NO & 12 NC per pole
their rating. (10 Amp. At 220 VDC) 34) No. of trip coils : Two (2) per pole.. 35) Noise level at base and up to 50 : Maximum 100 dB.
M distance from base of breaker.
1.8 ADDITIONAL DUTY REQUIREMENTS The circuit breaker shall be able to interrupt the line charging current with a temporary over voltage as high as 1.5 p.u. without restrike and without use of opening resistors. The breaker shall be able to interrupt the fault current without the provision of opening resisters across the contacts. The breaker shall have capacity of interrupting steady and transient magnetizing current of 400 KV class transformers of 500 MVA capacity. The breaker shall be suitable for successful operation with power transformers of 315/500 MVA rating, loaded with 25 or higher MVAR reactor provided on tertiary side without the over voltage exceeding 2.3 p.u.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 9 of 36
The transformer may be initially operated without switched reactors on the tertiary side. Even after providing the switched reactors on the transformer at later date, the breaker offered shall be able to switched in or cut, with or without all or some of the reactors. The tenderer shall/quote the value of partial dis-charge level for circuit breaker offered in his tender. Circuit breaker shall be re-strike free. Circuit breaker shall be capable of clearing short line faults with the source impedance behind the bus equivalent to the rated fault current. The critical current which gives the longest arc duration at lockout pressure of extinguishing medium and the duration shall be indicated. The breaker shall satisfactorily withstand the high stresses imposed on it during fault clearing. Load rejection and re-energisation of lines of 300mm length with trapped charges. The breakers meant for reactor switching shall be able to switch in and out the 420 KV shunt reactors for any value from 50 MVAR up to 80 MVAR without giving rise to over voltage more than 2.3 p.u. Laboratory tests and/or field test reports in support of this shall be furnished along with the bid. The total break time as specified in this specification shall not be exceeded under any of the following duties. The duties 1, 2,3,4,5 (with MRV as per IEC-56). Short line fault L 90, L 75 (with TRV as per IEC-56). The specified break time shall not exceed under any duty conditions specified such as with the combined variation of the trip coil voltage (70-110%), gas pressure and arc extinguishing medium pressure etc. While furnishing the proof for the total break time of complete circuit breaker, the bidder may specifically bring out the effect of non-simultaneity between contacts within a pole or between poles and show how it is covered in the guaranteed total break time. The guaranteed values related to performance of the breaker shall be supported with the type test reports. 1.9 Controlled Switching Scheme Controlled switching shall be provided for all breakers. The circuit breaker shall be suitable for the application of controlled switching with consequent optimization of switching behavior, when:
a. Switching in and reclosing the Line – reduction of switching surge severity. b. Switching in the Transformer – reduction of inrush current c. Switching off the Shunt Reactor – elimination of re-ignitions
The controlling relay shall also record and monitor switching operations and make adjustments to the switching instant to optimise switching behavior as necessary. It shall provide self-diagnostic facilities, signaling of alarms and enable downloading of data captured from switching events.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 10 of 36
Calculations and related test reports of scheme proving rating for duties specified above shall be furnished in the bid. The calculations shall take care of requirements of programming etc for setting switching for various duties like long line, Shunt reactor, power transformer and time setting. The proposed scheme should be designed keeping in view all the system parameters of GETCO and applicability with various operations. Circuit Breaker is not supposed to be Mal functioned due to this scheme. The very advantage of provision of controlled switching should not be spoiled due to any design defect. All the preliminary literatures on this scheme should be provided with the bid. Bidder shall provide all the detailed documents, function diagrams, calculations and design criteria etc. The controlled switching relay shall be communicable and shall be supplied with all the original customized licensed software, I/O cards, required cables, etc., for communication with computer. Any modification required in control & relay panel as per Controlled switching device scheme
requirement shall be in the scope of bidder.
1.10 OPERATING MECHANISM OF CONTROL Circuit breakers shall be operated by Spring Charged mechanism only (for both opening and closing). The mechanism shall be housed in a dust proof and weather proof control cabinet. The operating mechanism shall be strong, rigid, not subject to rebound and shall be readily accessible for maintenance by standing on ground. The operating mechanism shall be suitable for high speed re-closing and other duties specified. During re-closing the breaker contacts shall close fully and then open. The machine shall be anti pumping and trip free (as per IEC definition) under every method of closing (Except during manual closing of a breaker for maintenance). The mechanism shall be such that the failure of any auxiliary spring will not prevent tripping and will not cause trip or closing operation of the power operating devices. A mechanical indicator shall be provided to show open and close position of the breaker. It shall be located in a position where it can be visible by a man standing on ground with the mechanism housing closed. An operation counter shall also be provided in the central control cabinet. Working parts of the mechanism shall be of corrosion resisting material. Bearing which require greasing shall be equipped with pressure type grease fittings. Breaking pins, bolts, nuts and other parts shall be adequately pinned or locked to prevent loosening or changing adjustment with repeated operation of the breaker. The design of the operating mechanism shall be such that it shall be practically maintenance free. The guaranteed years of maintenance free operation, the number of full load and full rated short circuit breaking operation without requiring any maintenance or overhauling, shall be clearly stated in the bid. The mechanism will require minimum lubrication. 1.11 CONTROL The close and trip circuits shall be designed to permit use of momentary control switches and push buttons.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 11 of 36
Each breaker pole shall be provided with two independent tripping circuits, valves and coils each connected to a different set of protective relays. The breaker shall normally be operated by remote electrical control. Electrical tripping shall be performed by shunt trip coils. However, provisions shall be made for local electrical control. For this purpose a local/remote selector switches and close and trip push buttons shall be provided in the breaker central control cabinet. The trip coils shall be suitable for trip circuit supervision. The trip circuit supervision relay would be provided by the purchaser. Necessary terminals shall be provided in the central control cabinet of the circuit breaker by the contractor. Trip circuit supervision shall be operative in both close and open condition of the breaker. Closing coil shall operate at all values of voltages between 85% and 110% of rated voltage. Shunt trip coil shall operate correctly under all operating conditions of the circuit breaker up to the rated breaking capacity of the circuit breaker and at all values of supply voltage between 70% and 115% of rated voltage. If additional elements are introduced in the trip coil circuit, their successful operation and reliability for similar applications on outdoor circuit breaker shall be brought out in the tender. In the absence of adequate details, the offer is likely to be rejected. Suitable monitoring relay of D.C. supply voltage to the control cabinet shall be provided. The pressure switches used for interlock purposes shall have adequate contact ratings to be directly used in the closing and tripping circuits. In case the contacts are not adequately rated and multiplying relays are used then the interlock for closing/opening operation of breaker shall be with fail safe logic/scheme i.e. if the DC supply to the interlock circuit fails then operation lockout shall take place. In addition to breaker operation scheme requirements,
following minimum nos. potential free contacts are required to be provided for monitoring, control
and protection
CB gas pressure normal for each pole – 3 contacts + 1 spare
CB gas pressure low for each pole – 3 contacts +1 spare
CB lockout for each pole -3 contacts +1 spare
CB DC1 fails – 1 contact +1 spare
CB DC2 fails – 1 contact +1 spare
CB AC fails – 1 contact +1 spare
CB spring charge motor for each pole - 1 contact +1 spare
CB on local mode -1 contact +1 spare
CB on remote mode -1 contact +1 spare
CB Ready (combination of spring charging & Pressure normal) -3 contacts + 1 spare
CB Pole discrepancy Operated - 1 contact + 1 spare
CB Motor MCB Trip - 1 contact + 1 spare
However, to achieve above requirements multiplication relay / contactor may be utilized. Local manual closing device which can be easily operated by one man standing on the ground shall be provided for maintenance purposes and direction of motion of handle shall be clearly marked. A conveniently located manual tripping lever or button shall also be provided for local tripping of the breaker and simultaneous opening of re-closing circuit. It shall be possible to trip the breaker in the event of auxiliary supply failure. The auxiliary switch of the breaker shall be preferably positively driven by the breaker operating rod and where due to construction feature the same is not possible a plug in
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 12 of 36
device shall be provided to simulate the opening and closing operation of circuit breaker for the purpose of testing control circuits. 1.12 This clause is intentionally deleted. 1.13 SPRING OPERATED MECHANISM: Spring operating mechanism shall be complete with motor opening and closing springs, limit switch and all other accessories required for satisfactory operation. As long as power is available to the motor, continuous sequence of the closing and opening sequence of the closing and opening operations shall be possible. The motor shall have adequate thermal rating for this duty. One close-open operation shall be possible after failure of power supply to the motor. Breaker operation shall be independent of the motor which shall be used solely for compressing the closing spring. Facility for manual charging of the closing spring shall also be provided. The motor rating shall be such that it requires not more than 30 seconds for full charging of the closing spring. Closing action of the circuit breaker shall compress the opening spring ready for tripping. When closing springs are discharged after closing the breaker, they shall be automatically charged for the next operation and an indication of this shall be provided in the local and remote control cabinet. Provisions shall be made to prevent a closing operation of the breaker when the spring is in partial charged condition. Mechanical interlocks shall be provided in the operating mechanism to prevent discharging of closing springs when the breakers is already in the closed position. The spring operating mechanism shall have adequate energy stored in the operating spring to close and latch the circuit breaker against the rated making current and also to provide the required energy for the tripping mechanism in case the tripping energy is derived from the operating mechanism. 1.14 CONSTRUCTION FEATURES The circuit breaker shall be of single pressure type. The design and construction of the circuit breaker shall be such that there is a minimum possibility of gas leakage and entry of moisture. There should not be any condensation of SF6 gas on the internal insulating surfaces of the circuit breakers. All gasketed surfaces shall be smooth, straight and reinforced, if necessary, to minimize distortion and to make a tight seal. The operating rod connecting the operating mechanism to the arc chamber shall have adequate seals. Double ‘O’ ring
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 13 of 36
seals and test holes for leakage test of the internal seal shall be provided on each static joint. Each pole of the circuit breaker shall be provided with its own self-contained gas system. The SF6 gas density of each pole shall be monitored and regulated by individual pressure switches. Provision shall be made for remote indication if possible. In the interrupter assembly, there shall be an absorbing product box to minimize the effects of SF6 decomposition products and moisture. The material used in the construction of the circuit breakers shall be such as to be fully compatible with SF6 gas. The SF6 gas density monitor shall be adequately temperature compensated to control the change in density due to variations in ambient, temperature within the body of the circuit breaker as a whole. The density monitor shall meet the following requirements: a) It shall be possible to dismantle the density monitor for checking/replacement
without draining the SF6 gas by using suitable interlocked non-return valve coupling.
b) It shall damp the pressure pulsation while filling the gas in service so that the flickering of the pressure switch contacts does not take place.
Means for pressure relief shall be provided in the gas chamber of circuit breaker to avoid the damages or distortion during the occurrence of abnormal pressure increase or shock waves generated by internal electric fault arcs. The position of vents diaphragms and pressure relief devices shall be so arranged to minimize danger to the operators in the event of gas or vapour escaping under pressure. Facility shall be provided to reduce the gas pressure within the breaker to a value not exceeding 8 millibars within 4 hours or less. Each circuit breaker shall be capable to withstand this degree of vacuum without distortion or failure of any parts. Sufficient Sf6 gas shall be provided to fill all the circuit breakers installed. In addition, 30% of total gas requirement shall be supplied free of cost in separate cylinders as spare requirement. Provision shall be made for attaching an operational analyzer after installation of breaker at site to record contact travel, speed, operating time, dynamic contact resistance 1.15 SULPHER HEXAFLORIDE GAS (SF6 GAS) The SF6 gas shall comply with IEC 376, 376A and 376B and shall be suitable in all respects for use in high voltage switchgear under the operating conditions specified. The high pressure cylinders in which the SF6 gas is shipped and stored at site shall comply with requirements of the following standards and regulations.
IS: 4379 - Identification of the contents of Industrial gas cylinders.
IS: 7311 - Seamless high carbon steel cylinders for permanent and high pressure liquefiable gases
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 14 of 36
The cylinders shall meet the requirements of Indian Boiler Regulations. Explosive test
certificate for cylinders for SF6 gas shall be submitted
Sf6 gas shall be tested for purity, dew point, breakdown voltage, water content as per IEC: 376, 376A & 376B and test certificate shall be furnished for each lot of SF6 gas. 1.16 CONTACTS:
Main contacts shall have ample area and contact pressure for carrying the rated current and the short time rated current of the breaker without excessive temperature rise which may cause pitting or welding. Contacts shall be adjustable to allow for wear, easily replaceable and shall have a minimum of moveable parts and adjustments to accomplish these results. Main contacts shall be the first to open and the last to close so that there will be little contact burning and wear. Contacts shall be so designed that frequent replacement due to excessive burning will not be necessary. Arcing contacts shall be the first to close and the last to open and shall be easily accessible for inspection and replacement. Tips of arcing and main contacts shall be silver plated or have a tungsten alloy tipping. If multi-break interrupters are used, they shall be designed and augmented so that a fairly uniform voltage distribution is developed across them. The thermal and voltage withstand of grading elements shall be adequate for the service conditions and duty specified. Positive mechanical interconnection shall be provided between interrupting contacts, resistor switches (when used), blast valve mechanism, if any, to ensure maximum operating reliability and retention timing. The contacts shall be permanently under pressure of SF6 gas. The gap between the open contacts shall be such that it can withstand at least the rated phase to ground voltage continuously at zero gauge pressure of SF6 gas due to its leakage. Any device provided for voltage grading to damp oscillations or to prevent re-strike prior to the complete interruption of the circuit or to limit over voltages on closing, shall have a life expectancy comparable to that of the breaker as a whole. 1.17 BUSHING, SUPPORT INSULATORS AND HOLLOW INSULATORS: Bushing shall be manufactured and tested in accordance with IS: 2099 & IEC: 237 while hollow column insulators shall be manufactured and tested in accordance with IS: 5284 & IEC: 233. The support insulators shall be manufactured and tested as per IS: 2544/IEC: 168/IEC: 273. The compressive and cantilever strength shall conform to the relevant IS.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 15 of 36
Porcelain used in manufacture of bushings and insulators shall be homogeneous, free from laminations, cavities and other flaws or imperfections that might affect the technical or dielectric quality and shall be thoroughly vitrified, tough and impervious to moisture. Glazing of the porcelain shall be uniform brown or dark brown colour free from blisters, burns and similar other defects Bushings shall be designed to have ample insulation, mechanical strength and rigidity for the conditions under which they will be used. All bushings of identical ratings shall be interchangeable. Puncture strength of bushings shall be greater than the dry flashover value. When operating at normal rated voltage there shall be no electric discharge between the conductors and bushing which could cause corrosion or injury to conductors, insulators or supports by the formation of substance produced by chemical action. No radio interference shall be caused by the bushings when operating at the normal rated voltage. All iron parts shall be hot-dip galvanized and joints shall be air-tight. Surfaces of the joints shall be turned up porcelain parts by grinding and metal parts by machining. Bushing design shall be such as to ensure a uniform compressive pressure on the joints. Bushings support insulators/hollow column insulators shall satisfactory withstand the insulation level specified in the I.E.C. specification. The minimum creepage distance shall be 10,500mm (Total). The pollution level shall be class-III as per IEC 71. 1.18 This clause is intentionally deleted. 1.19 OPERATING TIME:
1.19.1 The breaker interrupting, closing and re-closing time shall be stated in the proposal. The interrupting time shall be the sum of (a) the time taken by contacts to start parting from the moment of trip impulse and (b) the time taken for extinction of the arc thereafter. The interrupting time shall not exceed 50 millisecond. The re-closing times shall be suitable for the high speed re-closing duty as specified.
1.20 SUPPORT STRUCTURES Support structures along with the foundation bolts required for mounting the breaker shall be within the scope of the bidder and prices for the same shall be quoted inclusive of all the items of structures, hardware and accessories for mounting so as to put circuit breaker in to service.
The design of support structure shall take in to account the following points.
Minimum vertical clearance = 8 meters from any energized part to the bottom of the circuit breaker base where it rest on the foundation pad.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 16 of 36
Minimum vertical distance from the bottom of the lowest porcelain part of the bushings, porcelain housing or support insulators to the bottom of the circuit breaker base, where it rests on the foundation pad should not be less than 2.60 meters.
Minimum clearance between the live parts & earth - 3.5 meters
The design of structure shall also take into account the environmental conditions. The structures shall be hot dip galvanized. Necessary platform for ease of working and maintenance of mechanism, maintaining
required clearances for safe working shall also be provided. 1.21 CONTROL CABINET or CUBICLE, TERMINAL or MARSHALING BOX
1.21.1 All types of boxes and cabinets shall generally conform to IS: 5039/IS: 8623/IEC: 439 and meet the requirements stipulated hereunder.
1.21.2 Cabinet box shall be of sheet steel enclosed and shall be dust, weather and vermin proof. Sheet steel used shall be at least 3.00 mm thick cold rolled/ hot rolled. The cabinet/box shall be properly braced to prevent wobbling. It shall be reinforced sufficiently to provide level surfaces, resistance to vibration and rigidity during transportation and installation.
1.21.3 The enclosure of cabinet/box shall provide a degree of protection of not less than IP 55 and one cabinet/box of each type shall be tested for the same as per IS:2147. The type and thickness of gasket used during type test shall be indicated in GTP
1.21.4 Control cabinet, pedestal mounting junction box, terminal box and marshalling box shall be provided with hinged doors having pad locking arrangement. The maximum distance between two hinges shall be 350mm.
1.21.5 All doors, removable covers and plates shall be gasketed all around with
neoprene gaskets of minimum thickness of 6 mm. All gasketed surfaces shall be smooth, straight and reinforced to make a tight seal.
1.21.6 All sheet steel work shall be degreased, pickled, phosphated and then
applied with two coats of zinc chromate primer and two coats of finishing powder coated paint. The colour of finishing paint shall be light admiral grey in accordance with shade No.631 of IS: 5 for outside & inside surfaces.
1.21.7 All cabinets/boxes shall be designed for the entry of cables from bottom by
means of weatherproof and dust-proof connections. Suitable cable gland plate (at least 150 mm above the base of cabinet/box) of HDG having minimum thickness of 3 mm, with necessary cable glands shall be provided. The cable gland plate shall be re-movable type and shall have provision for additional glands for future. The glands shall have provision for securing armour of the cable separately and shall be provided with earthing tag. The glands shall be cadmium plated. The cabinet/box shall be designed generously for clearance so as to avoid interference between the wiring entering from below and any terminal block or accessories mounted within the box or cabinet.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 17 of 36
1.21.8 60 watt heater(s) along with thermostat of range 0 to 90 0C shall be provided in the cabinet/box to prevent condensation. The heaters shall be suitable for 240 Volt AC supply. ON/OFF switch and fuse for this shall be provided.
1.22 TERMINAL BLOCKS
1.22.1 All internal wiring to be connected to the external equipment shall terminate on terminal blocks, preferably vertically mounted on the side of cabinet/box.
1.22.2 The terminal blocks shall be made of moulded non-inflammable thermostatic plastic. The material of terminal block moulding shall not deteriorate because of varied anticipated conditions of heat, cold, humidity, dryness etc.
1.22.3. The terminal shall be such that maximum contact area is achieved
when a cable is terminated. The terminal shall have a locking mechanism to prevent cable from escaping from the terminal clamp unless it is done intentionally. The terminal block shall be non-disconnecting stud type ELMEX type CAT-M6 or equivalent.
1.22.4. The connecting part in contact with cable shall be tinned or silver
plated. 1.22.5. The terminal blocks shall be of extensible design. 1.22.6. The terminal blocks shall have locking arrangement to prevent its
escape from the mounting rails. 1.22.7. The terminal blocks shall be of 1100V grade and shall be rated for
maximum continuous current. 1.22.8. The terminal block shall be fully enclosed with removable covers of
transparent, non-inflammable, non-deteriorating type plastic material. Insulating barriers shall be provided between the terminal blocks. These barriers shall not hinder the operation of carrying out the wiring without removing the barriers.
1.22.9. The terminals shall be provided with the marking tags for wiring
identification. 1.22.10. Unless otherwise specified, the terminal blocks shall be suitable for
connecting the following conductors. A. All circuit except CT & PT circuit : One No. of 2.5 sq.mm. copper flexible. B. All CT circuit : Maximum 4 Nos. of 2.5 sq.mm. copper Flexible. C. All PT circuit. : Minimum 2 Nos. of 2.5 sq.mm. copper
Flexible
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 18 of 36
1.22.11. There shall be a minimum clearance of 250mm between the first row of terminal block and the cable gland plate or side of the box. Also the clearance between two rows of terminal blocks shall be a minimum of 150 mm.
1.22.12. The arrangement shall be such that it is possible to safely connect or disconnect
terminals online circuit and replace fuse links when the cabinet is live. Cabinet wiring shall be suitable for 60°c (10°C higher than the maximum ambient temperature).
1.22.13 At least 20% spare terminals shall be provided for future use.
1.23 CABINET WIRING 1.23.1 All wiring shall be carried out with minimum 2.5 sqmm, stranded tinned
1100 V grade copper wires. 1.23.2 All internal wiring shall be securely supported, neatly arranged, readily
accessible and connected to equipment terminals and terminal blocks. 1.23.3 Wire termination shall be done with solder less crimping type tinned
copper lugs which firmly grip the conductor and insulation. Insulated sleeves shall be provided at all the wire terminations. Engraved core identification plastic ferrules marked to correspond with the wiring diagram shall be fitted at both ends of each wire. Ferrules shall fit tightly on wires and shall not fall off when wire is disconnected from terminal block. Number 6 & 9 shall not be used for ferrule purpose. All wires directly connected to trip circuit breaker shall be distinguished by the addition of a red coloured unlettered ferrule.
1.23.4. All terminals including spare terminals of auxiliary equipment shall be
wired up to terminal blocks. Each equipment shall have its own central control cabinet.
1.23.5. A 240 V, single phase, 50 Hz AC industrial grade plug and a socket
shall be provided in the cabinet with ON – OFF switch. 1.23.6. For illumination of control cabinet, 40 W lamp or 15 W CFL with holder
and switch shall be provided. 1.23.7. All control switches shall be of rotary switch type. 1.23.8 All the wiring between poles and between pole & control cubicle shall be
carried out by bidder, decently placed in perforated hot dip galvanized steel
tray of suitable size. The wiring shall be carried out with steel armored, 2.5
sqmm stranded copper cables.
1.24 INDICATIONS
All Indicating lamps shall be of bright LED type of 22.5 mm dia. On-Off indication over and above the normal indicating device for breaker position, a separate potential free contact for each position shall be provided
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 19 of 36
for the purpose of remote metering. Mechanical indicators for breaker position shall also be provided such that it can be visible from ground level. Local
electrical ON / OFF and spring charged indication shall be provided.
1.25 PUSH BUTTONS
All push buttons shall be of push to actuate type having 2 NO & 2 NC self reset contacts. They shall be provided with integral escutcheon plates, engraved with their functions. Push button contacts shall be rated for 5-amps at 415 V AC and 1 Amp. Inductive breaking at 250 V DC.
1.26 LABELS
All equipment / items mounted shall be provided with individual designated engraved labels. Labels shall be made of non-rusting metal like Aluminum anodized. All the labels shall be properly fixed by Aluminum rivets.
1.27 EARTHING TERMINALS
Control cabinet/housing/box shall be provided with two separate earthing terminals suitable to receive the purchaser’s earthing conductor. All instruments/relay case shall be connected to earth by 1100 grade, 4.0 sq. mm. tinned copper wire.
1.28 AUTO-RECLOSING EQUIPMENT
Circuit breakers shall be incorporated with the features of high speed auto re-closing. All relays, controls and interlocks required for auto re-closing scheme shall be included in the offer.
If breaker trips out after first shot re-closing equipment shall lockout and no further closure shall take place. The duty cycle of the auto re-closing breakers shall be O – t – CO - t’ - CO, where the dead time interval ‘t’ shall be adjustable. The bidder shall clearly state the minimum dead time interval (t) that can be used and the range of adjustment for the same. The value of ‘t’ and ‘t’ ’ shall be 0.3 sec. & 3.0 min respectively. Auto-re-closing equipment shall be suitable for operation on the D.C. control Voltage specified in the specification. Control circuitry shall be so arranged that the re-closing sequence shall not come into operation if the breaker is opened by hand. 1.29 INTERLOCKS The circuit breakers shall be electrically interlocked with purchaser’s associated isolators and earth switches. The Bidder shall give recommended interlocking scheme in detail in accordance with switchyard safety interlocking scheme. All
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 20 of 36
accessories required on breaker side for satisfactory operation of the scheme shall be deemed to have been included in bidder’s scope of supply. 1.30 AUXILIARY SWITCHES: Each pole of the circuit breaker shall be provided with twelve (12) normally open and twelve (12) normally closed contacts. Additional Ten (10) normally open and Ten (10) normally closed contacts shall be provided. Normal position of auxiliary switches refers to contact position when circuit breaker is open. The auxiliary switch shall be tested for the following tests: Electrical endurance test – A minimum of 1000 operations for 2A DC with a time constant greater than or equal to 20 millisecond with a subsequent examination of mV drop / visual defects/temp. rise test.
Mechanical endurance test – A minimum of 5000 operations with a subsequent checking of contact pressure/visual examination. Heat run test on contacts. IR/HV test etc. 1.31 FITTINGS AND ACCESSORIES: 1.31.1 Following is the partial list of some of the major fittings and accessories to be
furnished by the bidder in the control cabinet as an integral part of the main equipment. Quantity and exact location of these parts shall be indicated in the proposal & will be finalized during detailed engineering.
1. Cables glands and cable glands plate. 2. Local/remote changeover switch (with One No. of spare contact for each
position) 3. SF6 gas pressure gauges. 4. Control switches to cut off control supply. 5. Operation counter. 6. Heater with thermostat control 7. Fuses, as per requirement 8. Manually operated tripping push button/mechanical lever. 9. Terminal block with spare terminals. 10. Anti-pumping relay / contactor 11. Auxiliary relays required for satisfactory operation 12. Padlocking arrangement with padlock and duplicate key. 13. Earthing terminals.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 21 of 36
14. Rating and diagram plate in accordance with IEC incorporating manufacture name & year, order no. & date, purchaser’s name, etc.
1.31.2 Miscellaneous Accessories:
1. Arcing horns if required. 2. Corona rings. 3. Lifting lugs/hooks. 4. Hand operated lifting and lowering devices. 5. Galvanized steel supporting structure with foundation bolts and
templates. 6. Manually operated device for closing of the breaker under power
1.32 PAINTING AND GALVANISING Interiors and exteriors of tanks, mechanisms, enclosures, cabinets and other metal parts shall be thoroughly cleaned to remove all rust, scales, corrosion, grease or other adhering foreign matter. All metal surfaces exposed to atmosphere shall be given two primer coats of zinc chromate and two coats of epoxy paint with epoxy base thinner. All metal parts not accessible for painting shall be made of corrosion resisting material. All machine finished or bright surfaces shall be coated with a suitable preventive compound and suitably wrapped or otherwise protected. The paint shall not scale off or wrinkle or be removed by abrasion due to normal handling. All the ferrous hardware, exposed to atmosphere, shall be hot dip galvanized. 1.33 TERMINAL CONNECTORS 1.33.1 All circuit breakers shall be provided with expansion and rigid type terminal
range II). Actual quantity and type of connector shall be decided during detailed
engineering. Clamps shall be designed adequately to take care of any
bimetallic effect. The temperature at the clamp shall not exceed 80° C. Corona rings shall be provided at the breaker terminals. The terminal pad shall have protective covers which shall be removed before interconnections. The rating of Terminal Connectors shall be equal or higher than that of the Circuit breakers
1.33.2 Terminal connectors shall be manufactured as per IS/IEC 1.33.3 The drawings of the clamp connectors shall be submitted with the Technical
Bid.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 22 of 36
1.33.4 Two clamp type grounding terminals each suitable for clamping purchaser’s grounding conductor/earthing strip shall be provided on each circuit breaker. Size of the conductor/strip shall be indicated to the successful Bidder.
1.33.5 All casting shall be free from blow holes, surface blisters, cracks cavities. All sharp edges and corners shall be blurred and rounded off
1.33.6 No part of a clamp or connector shall be less than 10mm thick. 1.33.7 Flexible connectors, braids or laminated strips shall be made from tinned
copper sheets. 1.33.8 All ferrous parts shall be hot dip galvanized conforming to IS:2633. 1.33.9 All current carrying connectors shall be designed so that hystersis and eddy
current losses are negligible. 2.0 ERECTION AND COMMISSIONING The Bidder shall provide the services of an Erection Engineer free of cost who
shall assume full responsibility for the supervision of erection, testing and commissioning of the equipment. No To & Fro fare, conveyance or other logistic shall be provided by purchaser. Skilled & unskilled labour and normal erection tools would be provided by the purchaser. All special tools & instruments required for the erection, testing and commissioning of the circuit breakers shall be provided by the Bidder.
3.0 TESTS 3.1 Type Tests
All the Circuit Breakers offered shall be fully type tested for following, as per IEC-62271-100 & IS 13118 latest edition at the Government approved laboratory of the eligible country.
3.1.1 Lightning impulse withstand test 3.1.2 Power Frequency voltage dry withstand test after Lightning Impulse test 3.1.3 Switching Impulse voltage withstand test (wet) 3.1.4 Power Frequency voltage dry & wet withstand test after switching Impulse
test 3.1.5 Corona inception and extinction voltage test 3.1.6 Temperature Rise and measurement of resistance test 3.1.7 Short Time and peak current withstand test 3.1.8 Short Circuit Test duties 3.1.9 Out of phase closing test 3.1.10 Line charging & switching current test 3.1.11 Capacitor Current switching test 3.1.12 Shunt reactor current switching test 3.1.13 Mechanical Endurance test
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 23 of 36
3.1.14 Degree of protection for all cubicles 3.1.15 Seismic test 3.1.16 Tests on offered Controlled Switching Device. 3.1.17 STC withstand test on terminal connector 3.1.18 Temperature Rise & tightness test on terminal connector 3.1.19 Tests on Auxiliary Switches
The Bidder shall furnish ONE set of all above type test reports for the offered Circuit breakers along with the offer. The Type Test report shall not be older then 7 (seven) years on the date of expiry of offer. However the purchaser reserves the right to demand repetition of some or all the type tests in the presence of purchaser's representative. For this purpose the Bidder may quote unit rates for carrying out each type test.
IMPORTANT NOTE: In case of non-submission of some of the type test reports, the
bidder shall confirm the submission of same before commencement of supply,
without affecting delivery schedule, from NABL accredited laboratory, free of cost. In
absence of this confirmation, the offer will be evaluated as non submission of type
test report.
3.2 ACCEPTANCE AND ROUTINE TESTS
3.2.1 All acceptance and routine tests as stipulated in the relevant standards shall be carried out by the supplier in the presence of purchaser's representative.
3.2.2 Following additional tests shall also be performed. 1 Speed curves for each breaker shall be obtained with the help of a suitable
operation analyzer to determine the breaker contact movement during opening, closing, auto-re-closing and trip free operations under normal as well as limiting operating conditions (of control voltage) The tests shall show the speed of contacts directly at various stages of operation, travel of contacts, opening time, closing time, shortest time between separation and meeting of contacts at make-break operation and dynamic contact resistance measurement etc. This test shall also be performed at site.
2 Temperature Rise test on one of the selected sample from offered lot of Terminal Connectors.
3 Tests on Controlled Switching Device.
Immediately after finalization of the programme of acceptance/routine tests at the supplier’s works, the supplier shall give notice well in advance to the purchaser for witnessing the tests. The inspection may be carried out by the purchaser at any stage of manufacturing. The successful Bidder shall allow free access to the purchaser’s representative at reasonable time when the work is in progress. The supplier shall keep the purchaser informed, in advance, about the manufacturing program so that arrangement can be made for inspection.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 24 of 36
All the components, accessories etc. provided for the breakers shall conform to relevant applicable Standards. The purchaser reserves the right to insist for witnessing the acceptance/routine testing of the bought out items. All the routine test reports for all the breakers and for all the insulators utilized shall be submitted with inspection report. All tests reports for acceptance / routine tests shall be submitted in spiral bound volume and got approved from the purchaser before dispatching the breaker.
4.0 UPRATING OF BREAKING CAPACITY The Bids shall indicate for suitability of offered breakers for up rating the capacity at site, if required. The details shall be given. 5.0 DRAWINGS AND DATA As a part of the proposal, the Bidder shall furnish relevant descriptive and illustrative literature and the following drawings for preliminary study. No weight age shall be given to the words “reputed and or equivalent” for the make of any item. Hence should not be indicated. 1 General outlines drawings showing dimensions, net and shipping weights,
quantity of SF6 gas etc. 2 Sectional views showing the general constructional features of the circuit
breaker including operating mechanism, arcing chambers, contacts, dimensions of bushings etc.
3 Typical and recommended schematic diag. for control, supervision and auto-re-closing and controlled switching scheme.
4 General arrangement of the foundations and drawing of support structure. 5 G.A. drawing of control cabinet. 6 Other data/information/details/drawings called for in various clauses of this
specification. The following additional information and data shall be furnished with the bid. A. Drawing showing contacts in close, arc initiation full arcing arc extinction and
open position. B. The temperature v/s pressure curves for each setting of density monitor along
with details of density monitor. C. Method of checking the healthiness of condensers provided across the breaks at
site. D. The effect of non-simultaneity between contacts within a pole or between poles
and also show how it is covered in the guaranteed total break time. E. Details & type of filters used in interrupter assembly. F. Characteristics of SF6 gas to be used and test report of the same. G. Detailed literature and schematic diagrams of switching mechanism for closing
resistors showing the duration of insertion. Calculations in respect of thermal rating of resistors for the duties shall also be furnished.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 25 of 36
H. Any other information as required by this specification and considered necessary by the bidder to give complete information about the offered equipment.
I. All the documents required shall be submitted over and above as indicated in Section - V of the specification.
After receipt of purchase order the successful Bidder will be required to furnish the following drawings in hard copy as well as in AUTOCAD (DXF format) for approval.
i General outline drawings showing front and side elevations and plan of the equipment, with detailed dimensions.
ii Foundation drawing and floor plans of circuit breaker, structures etc. including weights of various components and impact loadings.
iii Wiring diagrams showing the control schemes of the breaker, including alarm, indicating devices, instruments, space heaters etc.
iv Drawing for locations of control cabinet indicating inlet pipes and cable entry. v Schematic wiring diagram of the control cabinet. vi Dimensional drawing of terminal connectors. vii Schematic Diagram for Gas flow viii Bill Of Materials with make and rating for all the items ix Assembly and sub-assembly drawings of the breaker, arcing chamber,
contacts, operating mechanism, etc. x Detailed dimensions and assembly of the auxiliaries. xi Net and shipping weights quantity of Gas/insulating liquid etc. xii Drawing for operating mechanism xii Any other drawing required by purchaser
Drawings, diagrams, instructions and reports shall be identified by descriptive title indicating their application to the equipment offered. All drawings and data shall be annotated in English Language and units shall be in metric system.
Purchaser will review and return one duly approved and stamped copy of drawings to supplier. One set each of such approved drawings shall be submitted to consignee and to end user along with the breaker documents. Drawings submission and approval should be completed as per terms and conditions of the order. 4 copies of bound manuals covering erection operation and maintenance instructions and all relevant information and drawings pertaining to the main equipment as well as auxiliary devices shall be furnished. One copy of operation & maintenance instruction should be kept in the kiosks of each breaker before dispatch to destination.
A comprehensive spare parts catalogue listing all component parts with their itemized unit prices shall be furnished with manual. 6.0 INSPECTION: Equipment shall be subject to inspection by a duly authorized representative of the purchaser. Inspection may be made at any stage of manufacture at the option of the purchaser and the equipment, if found unsatisfactory as to workmanship or material,
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 26 of 36
is liable for rejection. Bidder shall grant free access to the places of manufacture to purchaser’s representatives at all times when the work is in progress. Inspection by the purchaser or his authorized representative shall not relieve the Bidder of his obligation of furnishing equipment in accordance with the specifications. 7.0 PACKING AND TRANSPORT INSTRUCTIONS:
Bidder shall ensure that all equipment covered by this specification shall be prepared for rail/road transport and be packed in such a manner as to protect it from damage in transit. The Bidder shall be responsible for and make good at his own expense any or all damage due to improper preparation and packing.
Loose material, e.g. Bolts, Nuts etc shall be packed in gunny bags and sealed in polythene bags with proper tagging.
Components containing glass shall be carefully covered with shock absorbing protective material such as ‘Thermocol’.
All openings in the equipment shall be tightly covered plugged or capped to prevent dust and foreign material from entering in.
Wherever necessary proper arrangements for attaching slings for lifting shall be provided.
All spare parts shall be packed and treated for long storage at site. Any material found short inside the intact packing cases shall be supplied by the Vendor/Contractor at no extra cost to the purchaser.
No material shall be dispatched without prior consent of the purchaser. 8.0 SPARES One set of Closing Coil, One set of Tripping Coil and 30% SF 6 gas shall be provided as spares free of cost with each circuit breaker. 9.0 TECHNICAL & GUARANTED PARTICULARS: The Bidder shall furnish all guaranteed technical particulars as called for in schedule-A of this specification. Bids with any lacking information in this respect may not be considered.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 27 of 36
SCHEDULE - A (THIS SHALL BE INVARIABLY FURNISHED WITH THE TECHNICAL BID)
SCHEDULE OF GAURANTEED TECHNICAL PARTICULARS AND DATA
CIRCUIT BREAKERS: 1. General (a) Name of the Manufacturer : (b) Country of Manufacture : (c) Type of Ckt. Breaker : (d) Manf’s. type designation of CB : Type & Designation of operating mechanism: (as per Mech. Endu. test report)
(e) Standard applicable : (f) Rated voltage (KV rms) : (g) Rated current (i) Under normal condition-A : (ii) Under site condition – A : (h) Rated frequency – Hz : (i) Number of poles : (j) Whether 3 pole or 1 pole unit : (k) Whether dead tank or live tank design : (l) Type of installation : (m) No. of breaks per pole : (n) Latching current – KA : 2. Guaranteed Ratings (a) Rated short circuit breaking currents (i) Symmetrical component at 420KV – KA : (ii) DC Component - % : (iii) Asymmetrical breaking current at 420KV – KA :
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 28 of 36
(b) Rated making capacity (i) At higher rated voltage - KA peak : (ii) At lower rated voltage - KA peak : (c) Max. total break time under any duty condition up to rated brea- king current with limiting condi- tions –(mS) (d) closing time – ms : (e) Min. opening time under any Limiting condition – ms : (f) Max. Opening time under any limiting condition – ms : (g) Max. close open time under any limiting condition – ms : (h) First pole to clear factor : (i) Short time current rating - KA (i) 1 Second : (ii) 3 Seconds : (j) Rated operating duty : (k) Max. breaking capacity under kilometric faults and rated TRV characteristics – KA peak : (l) Max. breaking capacity under phase opposition – (KA rms) : (m) (i) Max. line charging breaking current with temporary over voltage up to 1.4 p.u. – KA : (ii) Max. cable charging breaking current - KA : (iii) Max. single capacitor bank breaking current - KA : (n) Max. over voltage (p.u.) on switching off transformer on NO load and corresponding Charging current :
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 29 of 36
(o) Max. period between closing of first contact and last contact in a pole – ms : (p) Max. pole discrepancy – ms : (q) Details of Controlled switching scheme (i) List of items and ratings : (ii) List of duty requirement : (iii) List of type test : : (r) Small fault current breaking capacity – KA peak : (s) Max. temp. rise for main contacts over an ambient temp. of 50°C : (t) Rated voltage and pick up range for trip coil – V : (u) Rated voltage and pick up range for closing coil – V : (v) Rated capacity (spring force) of operating mechanism : (w) Rated pressure and limits of pressure of extinguishing
medium : (x) Min. dead time for (i) Three phase re-closing–ms: (ii) Single phase re-closing–ms: (y) Data of re-striking voltage : (i) Amplitude factor : (ii) Phase factor : (iii) Natural frequency : (iv) Rate of rise of re-striking voltage : (z) Dead time interval for auto recloser (i) t (sec) : (ii) t’ (sec) : 3. Dielectric withstand capacity of complete breaker (a) One minute dry & wet freq.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 30 of 36
Withstand voltage (i) Between live terminals and ground – KV rms : (ii) Between terminals with breaker contacts
open – KV rms : (b) 1.2 / 50 micro sec. impulse withstand test voltage (i) Between live terminals and ground – KV rms : (ii) Between terminals with breaker contacts
open – KV rms : (c) 250 / 2500 micro sec. switching surge withstand the test voltage (i) Between live terminals and ground – KV rms : (ii) Between terminals with breaker contacts
open – KV rms : (d) Corona extinction voltage – KV rms : (e) Max. radio interference voltage at 266KV rms and at – Microvolt (i) 0.5 MHz. : (ii) 1.0 MHz. : (iii) 1.5 MHz. : (iv) 2.0 MHz. : (f) Total creepage distance – mm (i) To ground : (ii) Between terminals : 4.0 Spring charged mechanism (a) No. of close open operations possible after failure of AC supply to motor : (b) Time required for motor to charge the closing spring – Min. : (c) Whether indication of spring charged condition provided in central control cabinet :
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 31 of 36
(d) Rating and type of motor : 5.0 SF6 Gas: (a) Quantity of SF6 per pole at rated pressure – kg : (b) Guaranteed max. leakage rate per year : (c) Rated pressure of SF6 in operating chamber – Kg/SqCm : (d) Limits of pressure at which breaker operates correctly - Kg/SqCm. : (e) Standard to which SF6 gas complies : (f) Qty. of spare SF6 gas (Min 30%):
(g) Capacity and filling in ratio of containers in which SF6 gas would shipped and the corresponding pressure :
(h) Type and make of SF6 pipe couplings used :
(i) Type and make of mandato- ry maintenance equipment (i) SF6 gas filling and evacuation trolley (portable) : (ii) SF6 gas leak detector : (iii) Any other recommended : (j) Parameters of SF6 gas for initial fillings and satisfactory operation (i) Density : (ii) Relative dielectric strength – KV/mm : (iii) Acidity – ppm : (iv) Water content – ppm : (v) Oil content – ppm : (vi) Condensation tempe-
rature - °C :
(k) Whether details as per Cl. No. 2.3.2 enclosed :
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 32 of 36
(l) Dead tank or live tank design :
(m) Type and material of gasket used to ensure gas tight joint for (i) Metal to metal joint : (ii) Metal to porcelain joint :
(n) Method of housing SF6 gas, mechanism and equipment (i) At circuit breaker : (ii) In control cubicle :
(o) Type and make of (i) Densimeter : (ii) Pressure gauge :
(p) Noise level at a distance of - db (i) 0 Mtr. : (ii) 50 Mtr. : (iii) 100 Mtr. : (iv) 150 Mtr. :
(q) Noise level at a distance of - db (i) 0 Mtr. : (ii) 50 Mtr. : (iii) 100 Mtr. : (iv) 150 Mtr. : from the base of breaker
(r) Minimum clearance in air (i) Between live parts – mm : (ii) Live parts to earth – mm : (iii) Live parts to Plinth level (mm): :
6. Constructional details
(a) Whether arcing contacts provided (i) Type and material of main contacts and arcing cont- acts. : (ii) Minimum thickness of silver plating on arcing contacts : (b) Whether main contacts are silver plated, state thickness : (c) Contact pressure on main contacts – Kg/SqCm. : (d) Contact separation in arcing position – mm : (e) Contact separation in open
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 33 of 36
position – mm : (f) Whether pressure relief device for each of the gas chamber of SF6 CB provided : (g) Rate of contact travel – m/sec. : (i) Opening : (ii) Closing : (h) Whether the making and brea- king contacts are hermetically sealed : (i) Type and capacity of device used to obtain uniform volt. Distribution between breaks : (j) Over voltage withstand capability of grading components – KV rms (i) Continuous : (ii) 10 Min. : (iii) 1 Min. : (iv) 5 Sec. : (k) No. of aux. Contacts per pole provided for owner’s use (i) NO : (ii) NC : (iii) Adjustable : (l) Rated voltage of auxiliary contacts – Volts : (m) Type of aux. Contacts : (n) Current capacity – Amps. (i) Continuous : (ii) DC breaking with 20ms time constant : (o) Thickness of silver plating on aux. Contacts (p) Details of support structures :
i) Height of support structure :
ii) Material of support structure :
iii) Standard to which the design
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 34 of 36
of support structure confirms : 7. Support insulators (a) Make : (b) Type : (c) Weight – Kg. : (d) Transport dimensions – mm : (e) Height above floor required to remove porcelain – mm : (f) Insulation class : (g) 1 – min. dry power frequency withstand – KV rms : (h) 1 – min. wet power frequency withstand – KV rms : (i) Flash over voltage – KV : (j) Full wave impulse withstand voltage – KVp : (k) Switching surge withstand voltage – KVp : (l) Corona discharge voltage – KV : (m) Creepage distance - mm (i) Protected : (ii) Total : (n) Permissible safe cantilever loading on installed porcelain : (o) Permissible safe compressive strength of installed porcelain 8 Details of Control Cubicle (a) Degree of Protection :
(b) Type and thickness of gasket :
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 35 of 36
9 Terminal connector :
i) Make
ii) Rated Current
iii) STC rating
iv) Type
10. Controlled Switching Device: i) Make :
ii) Type :
iii) Designation :
iv) Application :
v) Licensed software details :
vi) Any other requirement for successful :
operation.
GETCO/E/4TS – CB013/R5 July 13
Sign and Seal of Bidder Page 36 of 36
SCHEDULE – B List of documents attached with technical bid: Bidder shall invariably attach the following documents and clearly marked and duly flagged in technical bid. In absence of these documents offer will be evaluated as a non submission.
Sr. No. Particulars of document Whether attached the with technical bid
1 Drawings in AutoCAD format 2 Drawings hard copies as indicated in specification 3 Manual in PDF format 4 QAP for manufacturing process in SOFT format 5 QAP for manufacturing process in Hard format 6 FQP in SOFT format 7 FQP in Hard copy 8 Type test Reports in hard copies
a for breaker b for clamps & connectors
9 Confirmation regarding type tests as per clause no. 3.1 page no. 21 – “IMPORTANT NOTE”
10 Guaranteed Technical Particulars, completely filled in 11 Any other essential documents
SIGNATURE OF BIDDER COMPANY’S ROUND SEAL DATE: PLACE:
1 of 4
(on Non-judicial stamp paper of Rs.300/- duly Notarized)A G R E E M E N T THIS AGREEMENT day of .............. Two
BETWEEN
Registered Office at .................................... and represented Authorized Officer (herein after called , which expression where the context so requires or admits shall include his legal heir, administrators, executors, assignees and legal representatives) of the ONE PART. AND Registered Office at .................................... and represented Authorized Officer (here in after called
, which expression where the context so requires or admits shall include his administrators, executors, authorised person, assignees and legal representatives) of the OTHER PART. WHEREAS, the Supplier willingly submitted bids for the Tender ...................... of the Purchaser company for supply of
as specified and as per delivery instructions provided in the Acceptance of Tender (AT) / Letter of the Purchaser company at the accepted respective prices or rates mentioned against the said items / materials. AND WHEREAS THE PURCHASER Company has accepted the tender of the Supplier for the supply for the total sum of Rs.
(Rupees only) *including / excluding taxes upon the terms and subject to the conditions herein mentioned in the agreement. AND WHEREAS hereunder written and all of which said documents of the Schedule are deemed to form part of this agreement and included in the
2 of 4
expression wherever herein used, upon the terms and subject to the conditions hereinafter mentioned. NOW THIS AGREEMENT WITNESSES AS UNDER AND IT IS HEREBY AGREED AND DECLARED THAT:- (1) The Supplier has accepted the Terms and Conditions set out in
the form of Acceptance of Tender (AT) / Letter of Acceptance which will hold good & valid during the period of this Agreement.
(2) The supplier shall do and perform for all supplies and things mentioned and described in this agreement or which are implied therein or therefrom respectively or are reasonably necessary for the in-time and in manner supplies as mentioned and subject to the general / commercial terms & conditions and stipulations contained in this agreement. (3) In consideration of the due provision, executions, completion of the Supply, as agreed to by the Supplier as aforesaid, the Purchaser company hereby agrees to pay all the sums of money as and when they become due and payable to the supplier under the provisions of the agreement and such payment to be made at such times and in such manner as provided in the agreement. (4) In respect of the said Tender as per the terms & conditions of this Agreement, the Supplier has deposited amount in Cash or DD or has provided valid Bank Guarantee of Rs.
Purchaser Company towards performance guarantee of execution period i.e. for security deposit of the supply material / items. (5) Upon breach by the Supplier of any of the conditions of this Agreement, the Purchaser Company may give a notice in writing to rescind, determine and put to an end to the A/T without prejudice to the right of the Purchaser company to claim damages for antecedent breaches thereof on the part of the Supplier and also to claim reasonable compensation / risk & cost purchase for the loss occasioned by the Purchaser Company due to failure of the Supplier to fulfill the Order as certified in writing by the Purchaser for which Certificate shall be conclusive evidence of the amount of such compensation payable by the Supplier to the Purchaser.
3 of 4
(6) The Purchaser Company shall not be bound to take the whole or any part of the ordered quantity herein or therein mentioned in the LOA / AT and may cancel the contract at any time after giving TWO MONTHS NOTICE IN WRITING without compensating the Supplier. (7) This Agreement shall remain in force till the expiry of satisfactory performance of the Supply during Guarantee / Warranty period including for the quantity mentioned in the repeat order, if any as per the terms & conditions of the LOA / AT. (8) Any Notice in connection with the Supply including the Notice for termination may be given by the Purchaser or any Authorized Officer for the said purpose as per the Commercial Terms & Conditions of the LOA / AT.
(9) If subject to the circumstances beyond control i.e. Force Majeure conditions, the Supplier fails to deliver the materials, the same shall be governed as per the Tender Documents. (10) The agreed value, extent of supply, delivery dates, specifications, and other relevant matters may be altered by mutual agreement as per the policy of the purchaser Company and if so altered shall not be deemed or construed to mean or apply to affect or alter other general / commercial terms & conditions of the agreement and the agreement so altered or revised shall be and shall always be deemed to have been adhered subject to and without prejudice to said stipulation.
(11) The following is the Schedule forming part of this agreement as provided herein above:
4 of 4
SCHEDULE List of documents: 1, 2. 3. 4. 5. 6. 7.
In witness whereof the parties hereto have set their hands and seals this day, month and year first above written. Place: Date: 1. Signed, Sealed and delivered by : (Signature with Name, Designation & official seal / stamp)
For and on behalf of M/s. (Supplier)
In the presence of Name, full Address & Signatures: i)
ii)
2. Signed, Sealed and Delivered by : (Signature with Name, Designation & official seal / Stamp)
For and on behalf of ,
In the presence of Name, Full Address & Signature: i)
ii)
Page 1 of 3
Amendment for 400 kV CB Date: 08.03.2022
For technical specifications of 400 kV SF6 circuit breaker with CSD (GETCO/E/4TS – CB013/R5 July 13) and specifications of 400 kV Sf6 circuit breaker with PIR (GETCO/E/4TS – CB013(PIR)/R5 July 2013), following clauses of specification shall be considered as below:
1. Following minimum numbers of potential free contacts over and above the breaker scheme shall be provided to meet the requirements of SCADA:
1) Dual DC supply arrangement shall be provided 2) Pressure switch shall be provided with following minimum numbers of potential free contacts
for breaker gas monitoring status; over and above provided for breaker scheme. All these contact shall be wired up to central cubicle (Marshalling Kiosk) (a) SF6 gas pressure normal – 2 NO or 2 NC plus one spare (b) SF6 gas pressure low – 3NO or 3 NC plus one spare (c) SF6 gas pressure lockout ‐ 3 NO or 3 NC plus one spare
3) Following minimum numbers of potential free contacts are required to be provided for breaker monitoring in SCADA / control panel; over and above provided for breaker scheme. All these contact shall be wired up to central cubicle (Marshaling Kiosk) (a) Breaker spring charge – 3 NO or 3 NC plus one spare (b) CB ready status for Auto reclose ‐3NO or 3NC plus one spare (c) Pole Discrepancy Operated ‐ 3NO or 3NC plus one spare (d) Control supply DC1 & DC2 fail, Motor MCB Trip, CB AC supply fail indication contacts plus
one spare. (e) Local remote switch – 1 NO or 1 NC plus one spare
2. The mounting dimensions for structure to be supplied for CB shall be matched with the mounting dimensions mention in attached standard foundation plan of GETCO. Alternatively, bidder can provide necessary steel frame work matching the dimensions of breaker structure on upper side and dimensions of standard foundation plan at bottom side.
3. Type Test
1. The validity of type test reports to be submitted with technical bid now onwards shall be considered as 10 years instead of 7 years for & 400 kV SF6 circuit breakers. 2.Type test reports shall be valid as on the last date of submission of bid”
4. Clause: 1.16 –Following paragraph shall be read as
Contacts shall be kept permanently under pressure of SF6 gas. The gap
between the open contacts shall be such that it can withstand at least the rated
phase to ground voltage continuously at zero-gauge pressure of SF6 gas due
to its leakage.
Page 2 of 3
The gap between the open contacts shall be such that it can withstand at least the rated phase to ground voltage for 8 hours at zero‐gauge pressure of SF6 gas due to the leakage. The breaker should be able to withstand all dielectric stresses imposed on it in open condition at lock out pressure continuously (i.e. 2 p.u. across the breaker continuously, for validation of which a power frequency dielectric with stand test conducted for a duration of at least 15 minutes is acceptable).
5. Clause: 3.1 Type test
To Add following tests.
1) Test to demonstrate the power frequency withstand capability of breaker in
open condition at zero gauge & lockout pressure as per clause no. 1.16.
2) Test on hollow insulator of offered make as per IS:62155.
6. To Add new clause
Clause: 10 ACTIONS REQUIRED FOR DEFECTS OBSERVED DURING DEFECT LIABILITY PERIOD (Warranty periods) The actions required to be taken by OEM/contractor in case of defects observed in AIS type Circuit Breakers of ratings 66 kV to 220KV class during the warranty period (defect liability period) shall be as per following.
Nature of problem Corrective measures to be taken by
OEM/contractor 1 Blasting of interrupter/ pole
column Replacement of compete CB pole Including SF6 gas
a. Abnormal DCRM and Travel Measurement b. Contact assembly and internal component damage, misalignment not leading to complete failure of interrupter
Repair/replacement of affected assembly/ component based on repair procedure approved by QA
2 Crack in insulator, cementing joint of interrupter , pole column
Replacement of affected par
3 SF6 gas leakage from sealing and bolted joints. SF6 gas leakage detectable by any Leakage Detection Method
Rectification by replacement of gasket, O-ring, sealing, Interrupter or affected part to be replaced etc If unable to arrest the leakage in 02 attempts, replacement of interrupter/column
4 SF6 gas purity for new gas ( before charging) as per IEC 60376 after charging as per IEC60380
Re-conditioning of gas. If does not improve, complete evacuation of CB, replacement filter material and gas
5 Pole/ break discrepancy (during O&M) Limits: Break to Break (Opening/Closing) : max. 2.5 ms Phase to Phase (Opening) : max. 3.33 ms Phase to Phase (Closing) : max 5 ms
Rectification/replacement of affected parts
Page 3 of 3
6 Static Contact Resistance: increase >50% from factory/ pre-commissioning value or 75 micro-ohm/ break whichever is lower
Rectification/ Replacement of pole
7 Drive mechanism assembly failure
Rectification/ Replacement of affected part
8 Trip/ close coil, density monitor, relays and contactors and components of common MB
Replacement of affected part
Note: 1) Replaced/Repaired/Refurbished Equipment (or part of equipment) shall
have 2 years’ warranty without prejudice to contractual warranty period
2) The measurement at site shall be carried out as per GETCO standard Pre-commissioning procedures.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 1 of 65
COMMERCIAL TERMS AND CONDITIONS (e procurement) 1 VENDOR REGISTRATION: 1.1. REGISTRATION:
1.1.1 All new Suppliers shall get themselves registered by paying non-refundable Registration Fees plus GST as applicable, as detailed below, to the concerned subsidiary Company with Vendor Registration Application Form and all relevant documents. The Vendor Registration for non-Engineering items like stationery, uniforms etc., as per Annexure - I is not required. While for other items, Vendor Registration is compulsory for the Bidders to participate in the Tender.
For factory within the Gujarat State. 1.1.1.1. Rs. 15,000/- plus GST as applicable for Micro and Small Industries. 1.1.1.2. Rs. 25,000/- plus GST as applicable for all other category of
Industries.
1.1.2. For factory within the Country but out of Gujarat State. 1.1.2.1. Rs. 50,000/- plus GST as applicable for Micro and Small Industries. 1.1.2.2. Rs.75,000/- plus GST as applicable for all other category of
Industries.
1.1.3. Out of Country: $ 5,000 USD plus GST as applicable. To be remitted by the prospective Vendor through SWIFT (Purchaser to give Bank Account details)
1.1.4. For Re-Registration of already registered Vendor, the Vendor has to pay 50% of the Vendor Registration fees plus GST as applicable towards registration charges, provided the Vendor has successfully executed Purchase order in GUVNL or its any subsidiary Companies within two years before the date of expiry of existing Vendor registration, as otherwise, it will be as per regular Registration charges.
1.1.5. In case of multiple manufacturing locations of Vendor, fees shall be paid for each location.
1.1.6. Vendor Registration shall be issued on manufacturing unit-wise of the firm.
1.1.7. The Registration Charge shall be reviewed every three years. 1.1.8. Registration Charge shall be non-refundable even if registration is
denied. 1.1.9. Payment of registration fees does not guarantee the registration as
approved vendor.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 2 of 65
1.1.10. Period: The registration is valid for five years from the date of Vendor Registration. The subsidiary Companies of GUVNL shall inspect the factories every two years, if required.
1.1.11. GST shall be charged extra as applicable from time to time for clause No. 1.1.1 to 1.1.4
1.2. Existing Registered Vendor:-
1.2.1. The registration of existing Vendors of GUVNL & its subsidiary Companies would continue for the period prescribed in the Vendor Registration Order. Upon expiry of the validity period, the Firm shall re-register themselves by following the prescribed procedure, as stipulated herein below. Existing Vendor should apply for re-registration at least two months before the date of expiry of their existing registration. If, firm has not applied for re-registration before two months from the date of expiry of their existing registration but applied prior to the date of publication of Tender in the Newspaper, in such case GETCO reserves the right to consider or not to consider their bid at its sole discretion.
However, the Price Bid of such Vendor will be opened provided the firm is Registered Vendor on the date of opening of Price Bid.
1.2.2. In case, the registered vendor desires to add new item/(s) of lower capacity of relevant Indian Standard in their existing vendor registration certificate of higher capacity, the vendor has to pay Rs. 1000/- as registration charges plus GST as applicable and submit application along with following documents.
The applicability of vendor registration period shall be as per existing vendor registration for all items. GETCO may waive the inspection of factory premises, if deem fit.
1.2.2.1. Type test report for each rating/size of item/(s) to be registered not older than 7 years.
1.2.2.2. ISI/ BIS/ International Licenses, if applicable.
1.2.3. In case, the registered vendor desires to add new item/(s) of higher capacity of relevant Indian Standard in their existing vendor registration certificate of lower capacity, the vendor has to pay 50% of the Vendor Registration fees plus GST as applicable towards registration charges and submit application along with following documents.
The vendor registration period shall be as per existing vendor registration for all items. The inspection of factory premises shall be carried out as per procedures of new application.
1.2.3.1. Type test report for each rating/size of item/(s) to be registered not older than 7 years.
1.2.3.2. ISI/ BIS/ International Licenses, if applicable. 1.2.3.3. List of Plant & Machineries. 1.2.3.4. List of testing equipment.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 3 of 65
1.3. Guidelines for Vendor Registration / Re-registration:- 1.3.1. The Vendor Registration / Re-Registration Application Form duly filled in
with requisite Registration Fees plus GST as applicable and relevant documents such as all type Test Reports from the factory location sought for, as per relevant IS / IEC Specifications conducted at NABL accredited Laboratory or Govt. approved lab not older than Seven Years and other documents as per Annexure II shall be submitted to the concerned Company. Incomplete application along with all documents shall be returned within 07 calendar days on receipt of the application with reasons for such rejection highlighting the list of incomplete documents / information. Thereafter, if firm does not re-submit his application along with complete required documents within seven calendar days from the date of receipt of rejection, then the application submitted earlier for Registration will be treated as rejected and disposed of.
1.3.2. If deficiencies are found on factory inspection, the application shall be returned with highlighting such deficiencies immediately within Seven days. Thereafter, if Firm does not re-submit their application indicating rectification of deficiencies with supporting documents within Thirty days, then application of such Firm will be treated as rejected and disposed of. Actual expense for second inspection will be borne by the Firm.
1.3.3. The prospective Vendor may then submit a fresh application along with fresh Registration Fees after rectifying / complying with all the deficiencies. Such application shall be treated as fresh application for all purposes.
1.3.4. In case of shifting of factory premises of the Registered Vendor, such Vendor has to pay Registration Charges of Rs. 1500/- towards Registration Fees plus GST as applicable and factory inspection shall be carried out as per norms.
e. New-1//New-2/Regular as the case may be, can be considered subject to conditions that (i) Name of company shall be in its original name (ii) Firm has completely close down old works & shifted to new place(iii) All Machinery & Testing facility available at old works should be atleast available at New place, (iv) Firm has to submit all required Type test from new(shifted) works for all items mentioned in existing Vendor Registration Certificate (v) There should not be any pending supply from existing works and (vi) Respective subsidiary has to cancel the registration given at existing place before issue of new registration at new place. The vendor registration period shall be as per existing Vendor Registration for all items. No shifting shall be allowed during execution of order.
1.3.5. In case of change in the name or ownership or control of the Firm of the Registered Vendor, having valid vendor registration, such Firm shall inform in writing along with supporting documents within 90 days of such change. The Firm shall have to confirm that there is neither change in the infrastructure facilities nor in the products / items and that change is only in the name / ownership / control of the Firm. In such a case, the Firm shall have to submit application and relevant documents towards the proof that such change is lawful / legitimate along with processing fees of Rs. 5000/- plus GST as
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 4 of 65
applicable the documents as per Annexure III, to the Company, who had granted Vendor Registration for registering change of name / ownership / control of the existing registered vendor. If, firm fails to inform such changes to respective Company within 90 days, in such case, the firm will not be considered as registered vendor. In case of Amalgamation of companies, order from the Court is to be followed. While, in case of Merger & Acquisition, legal procedures to be
1.3.6. In case of Vendor Registration for Regular items, the new Vendor, who has submitted their application for Vendor Registration with all required fees and all the requisite documents prior to the date of publication of Tender in the Newspaper shall be allowed to participate in the Tender, subject to the condition that they should submit Vendor Registration Certificate before opening of Price Bid.
In case of Vendor Registration for new products, which are to be procured first time, the new Vendor who has submitted their application for Vendor Registration with all required fees and all the requisite documents within 21 Calendar days from the date of publication of Tender in the Newspaper shall be allowed to participate in the Tender, subject to the condition that they should submit Vendor Registration Certificate before opening of Price Bid. However, to encourage new vendors for new products, wide publicity through newspapers / web-site, indicating details of items to be procured should be given at least 45 days prior to invitation of tender to enable the New Vendors to register them as vendor.
If, GETCO invites short notice tender for urgent requirement of the materials, above time limit for applying for vendor registration may suitably be modified by GETCO.
If the firm fails to submit the Vendor Registration Certificate before opening of Price Bid, their Technical Bid shall be rejected and Price Bid shall not be opened. However, the process of tender shall not be delayed by the GETCO merely because of vendor application of a bidder is in process. The participating bidder must enclose copy of Receipt of the Fees paid towards Vendor Registration along with the Tender Fees / EMD payment receipt. There shall be no relaxation in above as companies also require reasonable time to evaluate the vendors credential & complete the process of registration.
1.3.7. At the time of re- -inspected departmentally, incase factory situated within the Country, while for other factory it shall be either departmentally or through third party inspection, if deem fit.
1.3.8. In order to streamline Vendor Registration process and to avoid overburdening on any particular DISCOM with Vendor Registration work, all new Vendor Registrations and re-registrations of existing Vendors on completion of 5 years in respect of Vendors, whose factories are in Gujarat shall be done by the concerned DISCOM within whose licensee areas such
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 5 of 65
factories are located for the items used by DISCOMs.
1.3.9. In case of the Vendors whose factories are located in Torrent Power Ltd license area of Ahmedabad Gandhinagar, it will be the responsibility of UGVCL and those in Surat, it will be the responsibility of DGVCL.
1.3.10. In case of the factories located outside Gujarat, the responsibility for Registration and re-registration of Vendors shall be as under (As per attached Map):
1.3.10.1. Northern Region ---------------------------- UGVCL, 1.3.10.2. Western Region ----------------------------- PGVCL, 1.3.10.3. Southern Region --------------------------- DGVCL, 1.3.10.4. Eastern and North-Eastern Region ----- MGVCL
1.3.11. For overseas Vendors having their works / factories located outside India, responsibility shall be taken by the concerned DISCOM to whom Application for Vendor Registration is made by the prospective Vendor to undertake the required procedure.
1.3.12. For the items specifically used by GETCO and GSECL, all new Vendor registrations and re-registrations of existing Vendors on completion of 5 years shall be processed by respective Company.
1.3.13. The new Vendor for the items, commonly used by DISCOMs and by GETCO / GSECL the application will be entertained by either GETCO or GSECL or by the DISCOM as per above jurisdiction criteria.
1.3.14. The Re-registration of existing Vendors on completion of 5 years shall be done by GETCO or GSECL in respect of their registered Vendors, whereas in respect of the Vendors registered by any DISCOM, the Re-registration will be done by DISCOMs as per above jurisdiction criteria stated as above.
1.3.15. For the material specifically used in GETCO, GSECL and not utilized by DISCOMs, the Vendor Registration of those items shall not be made by DISCOMs and vice-versa.
1.3.16. No Tender document is to be entertained for the firm / from any Company, who is not registered as Supplier / Vendor with GUVNL or any of its subsidiary Companies for tender item. However, the Tender submitted by a firm may be considered for evaluation, if it fulfills the requirement as per clause No. 1.3.6.
1.3.17. The Factory Inspection is mandatory in respect of new Vendors. No inspection waiver will be considered. If required, factory inspection of existing Vendors may be conducted every two years departmentally incase factory situated within the Country, while for other factory it shall be either departmentally or through third party.
1.3.18. The subsidiary Companies of GUVNL have to inspect factory of applicant within 30 calendar days from the date of application in case of First Registration within which inspection has to be carried out departmentally for works in India (Note: Inspection will be arranged only if the documents are otherwise found complete in all respect).
1.3.19. During factory inspection, it is mandatory to have Photography with Date, of the applicant Comp
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 6 of 65
equipment and machineries. The Vendors will have to submit their consent for Photography.
1.3.20. The new Vendor Registration shall be given to the item/(s) to be mentioned clearly, for which the vendor has submitted type test report along with application. The Vendor Registration shall be given in the name of item only. The relevant IS of the material shall be mentioned in the bracket for that item.
1.3.21. Mere Vendor registration shall not itself vest any right on a firm to receive compensation for non-placement of the order against any tender.
1.3.22. Company reserves its right to change/revise/alter/delete the vendor registration criteria at any time at its sole discretion.
1.3.23. Only the courts at Head quarter of the Company (Gujarat State) shall have exclusive jurisdiction to adjudicate all disputes relating to or arising out of the vendor registration or placement of the order etc.
1.3.24 Government or Government Controlled Organization/ Undertaking or State Public Sector Undertaking/ Enterprise or Central Public Sector Undertaking/ Enterprise is exempted from payment of Vendor Registration Fees. They have to simply mention their intention for vendor registration on their letter-head along with list of machineries and list of testing equipments available at respective works. This application may be done at the time of bidding itself. Based on the same, respective company will issue vendor registration certificate. The company may inspect factory premises, if required. However, company shall issue vendor registration within 15 days from date of application.
1.4 Applicability of Vendor Registration / Stop Deal / Banned for business dealing / blacklisting:-
1.4.1 The Firm registered as Vendor in GUVNL or in any subsidiary Company of the GUVNL shall be considered as a Vendor for all Companies.
1.4.2 The firm, stop deal and/ or banned for business dealing and/ or blacklist by GUVNL or any subsidiary Companies of GUVNL shall be considered as a stop deal and/ or banned for business dealing and/ or blacklisting for all Companies.
1.4.3 Effect of putting a firm for Stop dealing/ Banned for business dealing/ blacklisting. 1.4.3.1 The proprietor / all the partners / directors of the stop deal/ banned for
business dealing/ blacklisting firm shall also be considered for stop deal/ banned for business dealing/ blacklist.
1.4.3.2 Once the name of the firm and/ or proprietor/ partner/ director of the firm appears in the list of Stop dealing / Banned for business dealing / blacklist in any Company of GUVNL and its Subsidiary Companies,
1.4.3.2.1 No enquiry shall be issued to a firm. 1.4.3.2.2 No bids / tender shall be considered for evaluation and the bid submitted
by the Firm shall be returned. 1.4.3.3 Action to be taken, when a Firm and/or proprietor/ partner/ director of the
firm is put on Stop dealing/ Banned for business dealing/ blacklisting by GUVNL or any of its subsidiary Companies, during tender process:-
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 7 of 65
1.4.3.3.1 Before opening Technical bids, the bid submitted by the Firm will be the time of scrutiny of Preliminary / Technical Bid.
1.4.3.3.2 After opening Technical bid but before opening the price bid, the price bid of the Firm should not be opened and the bid submitted by the Firm will be the time of scrutiny of Technical Bid.
1.4.3.3.3 After opening of price bid, the offer of the Firm should be ignored and will not be further evaluated. The Firm will not be considered for issue of order even if its price is the lowest. In this situation, the next lowest bidder shall be considered as L1.
1.4.3.3.4 The BG/EMD submitted by the Firm with tender should be returned after obtaining confirmation from GUVNL and its other subsidiary Companies that there are no outstanding dues recoverable from the firm.
1.4.3.4 If a Firm is put on Stop dealing / Banned for business dealing/ blacklisting in one Company and is already executing work and/ or Letter of Acceptance/ purchase order awarded to them by another Company, then the firm should be allowed to complete such awarded work / supply.
1.4.3.5 The amount of EMD/ SD/ any payment against supply withheld at the instance of GUVNL or any of its subsidiary Companies shall be appropriated against the dues recoverable from the firm by GUVNL or any of its subsidiary Companies. EMD/ SD/ PG in the form of bank Guarantee shall be encashed and appropriated.
1.4.3.6 The Stop dealing/ Banned for business dealing/ blacklist shall be Firm- specific and when a Firm is put on Stop dealing/ Banned for business dealing/ blacklist, all the manufacturing works of the Firm shall be on Stop dealing/ Banned for business dealing/ blacklist for GUVNL and its Subsidiary Companies & for all Services of the Firm.
1.4.3.7 If the Firm placed on Stop Dealing/ Banned for business dealing/ blacklist is a Proprietary Concern, then all the Concerns of the same Proprietor shall also be considered to be on Stop Dealing/ Banned for business dealing/ blacklist.
1.4.3.8 The Board of Directors of the concerned Company may however, if he considers it to be in the interest of the Company, remove the ban in respect of any specific Service / Supply from any supplier for that Company only.
1.4.4 Every bidder should, at the time of submission of bid, give a declaration that bidder and/or proprietor/ partner/ director of the firm has not been placed on Stop dealing / Banned for business dealing / blacklisting by
any Subsidiary Companies. 1.5 Every Supplier / Vendor shall inform their GSTIN No. at the time of payment
of applicable fees. 2 NEW PARTIES:
Category of firm i.e. New-1, New-2 and Regular supplier shall be decided on manufacturing unit-wise order executed. 2.:New Supplier:- 2.1:New-1 Supplier:- 2.1.1 The bidder, which has not supplied tendered equipment / material for same or
higher rating of relevant Indian Standard to GUVNL or any of its Subsidiary Company in the regular tender, as on the date of publication of Tender in the
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 8 of 65
Newspaper, shall be considered as a New-1 Supplier. Such bidder should have already got itself registered as a Vendor for tendered item with GUVNL or any of its Subsidiary Company. 2.1.2 The Bidder who has supplied equipment / material to GUVNL or any of its subsidiary Company, but performance of supplied equipment / materials is not satisfactory in any case, is also to be considered as New-1 Supplier. Such bidder should have already got itself registered as a Vendor for tendered item with GUVNL or any of its Subsidiary Company.
2.1.3 The bidder, who was placed under stop deal/ banned for business dealing/ blacklist by GUVNL or any of its Subsidiary Companies and after expiry of their stop dealing/ banned for business dealing/ blacklisting period, the bidder shall be considered as New -1 Supplier for evaluation. Such bidder should have already got itself registered as a Vendor for tendered item with GUVNL or any of its Subsidiary Company.
2.2 New-2 Supplier : 2.2.1 The New 1 Supplier is considered to be as a New-2 Supplier, provided the
bidder has successfully executed their first order for tendered equipment / material for same or higher rating of relevant Indian Standard to GUVNL or any of its subsidiary Company in the regular tender, and performance of the supplied equipment / materials is found satisfactory as on the date of publication of Tender in the Newspaper. Such bidder should have already got itself registered as a Vendor for tendered item with GUVNL or any of its Subsidiary Company.
2.3 Regular Supplier : 2.3.1 The existing regular Suppliers for tendered equipment/ material for same or
higher rating of relevant Indian Standard in GUVNL and its subsidiary Companies shall be considered as Regular Suppliers. Such Supplier should have already got itself registered as a Vendor for tender item with GUVNL or any of its subsidiary Company.
2.3.2 The New 2 supplier is considered to be as a Regular Supplier, provided the performance of the supplied equipment/ materials as a New-2 Supplier for tendered equipment/ material for same or higher rating of relevant Indian Standard to GUVNL or any of its Subsidiary Company in the regular tender is found satisfactory at least for Twelve months from the date of first consignment supplied as per the terms of A/T (Order / Contract), as on the date of publication of Tender in the Newspaper. Such bidder should have already got itself registered as a Vendor for tender item with GUVNL or any of its subsidiary Company.
2.3.3 The Performance Certificate shall be obtained from other Companies of GUVNL in the prescribed Performa as per Annexure VI, so as to maintain uniformity amongst all the Companies and all the Bidders.
2.3.4 The performance certificate shall consists of : 2.3.4.1 The material supplied shall be of similar or higher rating of relevant Indian
Standard for the tendered item used by GUVNL & its subsidiary Companies. 2.3.4.2 The Performance Certificate shall be with reference to performance of the
equipment / materials as well as timely execution of the Contract and after sales services. A draft Performance Certificate to be issued by the subsidiary Companies is attached as Annexure VI. The order placing company will issue performance certificate on demand from other subsidiary company, as and when required.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 9 of 65
2.3.4.3 The Certificate towards satisfactory supply performance against A/Ts executed satisfactorily for supply of the material to GUVNL & its Subsidiary Companies shall be issued by an Officer not below the rank of the Chief Engineer / Additional Chief Engineer (Head of the Purchase Department) from the Purchase Department of the concerned Company.
3 TENDER SPECIFICATIONS: All technical specification should be ISS/ISI/BIS. Specification framed out by GETCO shall be separately brought out in the tender documents. No deviation in specification shall be allowed and GETCO decision shall be final. GETCO also desires that all the suppliers should possess high quality ISO 9001 / ISO 9002 certificate as on date of publication of tender. The technical scrutiny committee of GETCO shall evaluate the techno-commercial view of the tender. GETCO reserves the right to open or not to open the price bid of the bidders on the basis of their past performance of their supplied materials. Tender should be in two bids. a) Techno Commercial Bid and b) Price Bid. Incomplete bids and amendments and additions to bids after opening of the bids will be ignored out rightly. The price Bid of Techno-commercially qualified Bidders will be opened. After technical bid is opened, for modification, if any, all shall give equal chance.
4 EVALUATION: Tender Shall be called for in two bids: 4.1 Techno-commercial Bid and 4.2 Price Bid.
4.2.1 The price Bid of Techno-commercially qualified Bidders will be opened. 4.2.2 For modification or relaxation in Techno-commercial Conditions after
Technical Bid is opened, all Bidders shall be given equal opportunity. PRICE EVALUATION:
4.2.3 No price preference shall be given on any account. All Tenders shall be evaluated on firm Price End Cost with GST and Cess as applicable basis unless otherwise mentioned in the Tender documents.
4.2.4 If the Tender is invited with Total Owning Cost (TOC) Clause, the evaluation shall be done accordingly. For the same, the Bidders have to give the detailed breakup of the End Cost. 4.2.5 Negotiation and Price matching:-
4.2.5.1 If the GETCO feels that there is lack of serious competition, or any other valid reasons, the GETCO may negotiate with the L-1 New and lowest Regular Categories.
4.2.5.2 If more than one firm is to be considered for placement of order, then New Supplier has to match price with L-1 New Supplier and Regular Supplier has to match with L-1 Regular Supplier, as the case may be, who is technically acceptable.
4.2.5.3 The firm, who has submitted their consent for price matching with Regular/ New L-1 bidder, as the case may be, for allotted quantity shall only be considered for placement of order. The consent for price matching with reduction in quantity shall not be considered for placement of order.
4.2.5.4 If an order is under execution by a Firm placed by the Company and in the meanwhile Tender is invited for the same item by same Company or by other Company on behalf of them, and the rates received/ negotiated in this subsequent Tender from same Firm are lower than the rates at which the current order is placed, then the lower rates shall apply for the balance
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 10 of 65
quantity of the order under execution, subject to the condition that the technical specifications remain unchanged and the delivery schedule of the order is already completed.
5
5.1 Quantity Distribution:- 5.1.1 Reservation for Gujarat based Parties:-
5.1.1.1 Not less than 50% of the quantity to be purchased may be given to parties, who propose to supply such materials from their manufacturing Units in Gujarat, subject to the condition that such Gujarat based parties shall match L-1 price End Cost including GST and Cess as applicable, (if they themselves are not L-1). If they are L-1, even 100% quantity may be given at the option of the GETCO and subject to their Financial and Technical capability to supply the materials as per the required Delivery Schedule.
5.1.1.2 The benefit of Gujarat based reservation is applicable where the quoted Unit End Cost with GST and Cess as applicable of Gujarat based bidder is not higher than 15% of the quoted Unit End Cost with GST and Cess as applicable of L-1 New / Regular bidder, as the case may be. If difference is higher than 15%, then reservation benefit of Gujarat based parties may not be applied.
5.1.2 The quantity distribution to New parties:- 5.1.2.1 For Critical items (As per Annexure V): 5.1.2.1.1 The quantity distribution to each New-1 Supplier will be restricted up to
10% of the quantity requirement of the particular item provided that the price quoted by the New-1 Supplier is lower than that quoted by the lowest Regular Supplier.
5.1.2.1.2 The quantity distribution to each New-2 supplier will be limited to 25% of the quantity requirement of particular item, provided that the price quoted by the New-2 Supplier is lower than that quoted by the Regular L-1 Supplier.
5.1.2.1.3 The total Quantity to be allotted to New Suppliers (New-1 & 2) should be limited up to 50% (giving more weightage to New-2) of the quantity requirement of particular item and distributed amongst New Suppliers considering above Clauses, subject to price matching with L-1 bidder and the price of all new Suppliers should be lower than that of lowest Regular Supplier and balance quantity to Regular Suppliers.
5.1.2.1.4 The New Supplier is to be asked to match the L-1 price of the New Supplier only and the Regular Supplier has to match the L-1 price of the Regular Supplier.
5.1.2.1.5 In case of Cables, Conductor and Conveyor Belts, New Supplier shall be allotted up to 10% (New-1) / 25% (New-2) of Tender Quantity or Minimum Drum Length, whichever is higher. 5.1.2.2 For Non-Critical items:-
5.1.2.2.1 The quantity distribution to each New-1 Supplier will be restricted up to 30% of the quantity requirement of the particular item provided that the price quoted by the New-1 Supplier is lower than that quoted by the lowest Regular Supplier.
5.1.2.2.2 The quantity distribution to each New-2 Supplier will be limited to 40% of the quantity requirement of particular item, provided that the price quoted by the New-2 Supplier is lower than that quoted by the lowest Regular Supplier.
5.1.2.2.3 The New Supplier is to be asked to match the L-1 price of the New Supplier only and the Regular Supplier has to match the L-1 price of the Regular Supplier.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 11 of 65
5.1.3 In case, if there is no Regular Supplier or if the rate quoted by Regular Suppliers is very high or the quantities quoted / accepted by Regular Suppliers is lower than requirement, the above conditions may be suitably relaxed by the concerned Competent Authority for acceptance of Tender as per DOP / Purchase Committee / Board. However, reasons for granting such relaxation shall be appropriately recorded.
5.1.4 In normal case, quantity allotted to successful bidders shall be restricted up to their offered quantity. However, if quantity accepted by successful bidders is less than the requirement of the GETCO, in such case, more quantity than what they offered, may be allotted to L-1, L-2 and so on, if bidder consented.
5.1.5 GETCO would not place order on more than 50% of the total parties who are bidding for the order. L-1 regular party however will get heavy weightage in order placement. However, In case, the quantities offered/ accepted by 50% of total successful parties do not fulfill the requirement of GETCO, then GETCO may relax the above criteria at their discretion.
5.1.6 Quantity distribution to Gujarat based Micro, Cottage and Small Scale Industries.
GETCO may consider for quantity allocation to Micro, Cottage and Small Scale Industrial Units of Gujarat state, if they are manufacturing item under tender and take participate in tender directly i.e. without intermediators as under.
5.1.6.1 Micro, Cottage and Small Scale Industrial units of Gujarat State have quoted up to 10% higher rate against quoted by Medium and Heavy Industrial units of Gujarat State and Micro, Cottage, Small, Medium and Heavy Industrial units of other State.
5.1.6.2 Out of Micro, Cottage and Small Scale Industrial units of Gujarat State, if any unit having either (1) Women Proprietor or (2) All partners are Women, in case of Partnership firm or (3) All Share Holders are Women, in case of Company, has quoted up to 11% higher rate against rate quoted by Medium and Heavy Industrial units of Gujarat State and Micro, Cottage, Small, Medium and Heavy Industrial units of other State.
5.1.6.3 Quality based price preference: If for item under tender is not mandatory to provide ISI/BIS/ Agmark in any law, in such cases Micro, Cottage and Small Scale Industrial units of Gujarat State have quoted up to 5% higher rate against quoted by Medium and Heavy Industrial units of Gujarat State and Micro, Cottage, Small, Medium and Heavy Industrial units of other State, for their material having ISI/ BIS/ Agmark, shall get the benefits of price preference. If, it is mandatory to provide ISI/ BIS/ Agmark on material under any law, price preference is not allowed.
5.1.6.4 But in no case total 15% more than rate quoted shall be considered. Clarification:- It is to clarify that price preference does not mean to pay extra amount to
bidder. Price preference is only for consideration for placement of order, if they are matching price with L-1. Further, it is to clarify that for price preference, rate should be considered Firm Price End Cost with GST and Cess as applicable. While in case of tender is invited with Total Owning Cost (ToC), rate should be considered ToC basis.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 12 of 65
6 TENDER FEE: Tender fee (Non-refundable) plus GST as applicable as notified in the tender notice should invariably be paid by way of Demand Draft/ Bankers Cheque; otherwise offer Demand Draft/ Gujarat Energy Transmission Corporation Limited Vadodara Company should issue invoice for Tender Fees to all bidders and take further appropriate actions, as per GST provisions so that necessary credit for GST paid on Tender fees can be availed by the vendors. The Tender Fees is Non-refundable under normal circumstances. However, if GETCO decides to scrap/ cancel the tender, by one or another reason, in which bidders are not responsible for cancellation/ scrap of tender, in such case tender fee may be refunded to bidder(s), at sole discretion of GETCO. Alternatively, the bidder can pay the tender fee plus GST as applicable in CASH at, Gujarat Energy Transmission Corporation Limited, Sardar Patel Vidyut Bhavan, Race
Course, Vadodara er during working day between 11.00 A.M.to 2.00 P.M. and on working Saturday between 11.00 A.M. to 12.30 P.M. before the due date and time for submission of tender, and enclose the self-certified photo copy of Money submitted in physical form as per clause no.: 8 hereunder).The Tender SHOULD BE SENT BY R.P.A.D. OR SPEED POST OF P & T DEPARTMENT OF GOVERNMENT OF INDIA ONLY ADDRESSED TO THE ADDITIONAL CHIEF ENGINEER (PROCUREMENT) of Sardar Patel Vidyut Bhavan, Race Course, Vad
Tender ARE NOT ALLOWED. THE TELEGRAPHIC OR SHORT OFFERS RECEIVED WILL NOT BE ACCEPTED AND THE OFFERS WILL BE REJECTED OUTRIGHTLY. GETCO WILL NOT BE RESPONSIBLE FOR THE TRANSIT LOSS OR MISPLACEMENT OF tender Documents. Tender Physical form) received after the due date and time will not be accepted and the offer will be ignored out rightly. NO LATE TENDER / DELYAED TENDER SHALL BE CONSIDERED. Tender fee Demand Draft / Original Money fee receipt must be kept in the cover of be opened. SAMPLE: The sample/s as per requirement of the tendered technical specification/ Schedule-A of tender must be submitted during working day only and not later than 18.00 hrs. of date of physical submission of bid/documents to the following address only. The bid shall be rejected out rightly, if sample/s is/are not submitted in schedule time of tender. The Executive Engineer, Const. Division Store Office, Gujarat Energy Transmission Corporation Limited, Asoj Store, 400 KV Asoj Substation compound, Vadodara-Halol Highway , At &POST : AMALIYARA, PIN CODE 390022. Every bidder shall inform their GSTIN No. at the time of payment of applicable fees.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 13 of 65
7 PRICES: Prices quoted should be FIRM and on F.O.R. Destination basis (i.e. any of the stores of GETCO in Gujarat). However, the Tenderer should indicate in the Schedule (i.e. Price Bid), the break-up of Total Unit F.O.R. Destination Price and Total Unit End Cost with GST and Cess as applicable stating the Unit Ex-works price, freight, packing & forwarding charges, Insurance Charges, GST and Cess as applicable separately in price bid, which is a must. If the Supplier/Contractor has opted for the Composition scheme of GST, the same must be clearly specified with valid Declaration & self-certified Certificate from Department. In the event of withdrawal/cessation of the Supplier from Composition scheme during the tenure of the contract, the rate (i.e. price) mentioned in the price bid shall be final and any additional GST will have to be borne by the tenderer himself. In no case additional amount towards GST or otherwise will be paid / reimbursed to supplier/contractor. Further Statutory Variation clause will not be applicable in case of Supplier / Contractor has opted for Composition Scheme under GST. Also, please mention separate applicable HSN / SAC Code and rate of GST and Cess as applicable for each item of Goods/Service. If not specifically mentioned, then GETCO will have the option to take the prices as exclusive of taxes and duties at maximum higher slab rates for the evaluation of the tenders. The offered prices to be indicated in online mode of tender in the format given (i.e. Schedule-B). The price bid submitted in physical mode shall not be considered. The Tenderer should invariably indicate the total unit end cost price considering all their costs / calculations in the Price bid itself for each item and all sub-items if any. This is a must. Cost components hidden / furnished elsewhere will not be considered and will be ignored out rightly. Every bidder shall inform their GSTIN No. of the registered place(s) wherefrom the bidder intends to supply the goods / services, meaning thereby the bidder has to supply the goods / services from the relevant declared / registered place of supply only. 8
EARNEST MONEY DEPOSIT: (E.M.D.) :
The following documents as stated hereunder out of 8 documents mentioned here under of commercial terms and condition of tender are required to be submitted in
[1] Tender fee amount by way of demand draft or photo copy of money receipt of tender fee (self-certified), if tender fee paid in cash at corporate office of GETCO. This is mandatory. [2] Earnest Money Deposit (E.M.D) amount by way of demand draft and/or valid Bank Guarantee in original OR copy of money receipt, if EMD paid in cash at Corporate Office of GETCO. This is mandatory. a) If the EMD amount is more than Rs.1 Lac, it should be paid either by Demand
either in Cash (up to Rs. 10,000/- only) at the office address specified in the tender document or by Demand Payment of EMD by RTGS/NEFT/on line shall be encouraged. b) The Micro and Small Scale Industrial (manufacturing) Units registered under
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 14 of 65
Small Scale Industries of Gujarat State and holding subsequent registration with CSPO / NSIC / DGS&D, Registration Certificates for the item under Tender will be eligible for exemption from payment of EMD on submission of attested copies of their SSI (SSI/ MSME Part-II/ Udyog Aadhaar Memorandum) & CSPO / NSIC / DGS&D Registration Certificates in EMD Cover. This benefit of exemption will not be admissible in the tender if they take part in the tender indirectly either through dealer, agents, distributors or other intermediators c)The Certificates should indicate the manufacture of items offered. In case of
Udyog Aadhar Memorandum, it should indicate the manufacture of related group of item.
d)The MSME firms has to submit valid duly attested copies of SSI/ MSME Part-II/ Udyog Aadhaar Memorandum) or CSPO / NSIC / DGS&D Registration Certificates in EMD Cover to avail benefit of MSME unit for EMD payment. The documents required for MSME is mandatory to avail benefit of MSME unit.
Also take note that, if the EMD be paid by way of Bank Guarantee, the validity of Bank Guarantee must be for 6 Months from the date of submission of the bid for this tender. [3] The Copy of valid vendor registration letter of tender item/s issued by GUVNL or its any subsidiary company OR the copy of receipt of the fees paid towards vendor registration. The complete guideline for registration of vendors & Vendor development policy is attached herewith as APPENDIX-1. This is mandatory. Note: The bid will be rejected out rightly, if the above mandatory documents i.e. (At Sr.
Moreover, the following documents (for Technical Evaluation) are also required to be sub Technical bid [4] Drawing/s of each item of tender duly signed & stamped of the bidder as per technical specification / requirement of tender documents. [5] The Copy of valid Bureau of Indian Standard (BIS) license Or copy of application of renewal (applied before expiry of license) of such license along with photo copy of license (expired) and copy of money receipt / acknowledge of BIS, if license expired at the time of bidding, duly notarized. This is mandatory wherever applicable as per technical specification / requirement of tender documents. [6] Valid Type test report of tender item/s, not older than 7 years, from any Govt. approved laboratory or laboratory as per tender requirement / technical specification, duly notarized.
[7] List of orders of tender item/s, executed / under execution, which are received by bidder in last five years (five years from the date of publishing of the tender), from GUVNL (Formerly GEB) or their subsidiary companies viz. MGVCL/DGVCL/UGVCL /PGVCL/GETCO/GSECL shouplacing company, Date of order, Name of item/s of order, Item wise qty. of order, status of supplies etc. However, the copies of any such orders along with performance reports issued by purchaser should be uploaded by bidder in technical stage of online tender. Please note that these details are required for deciding performance / experience / status of bidder.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 15 of 65
[8] The Copy of High Quality ISO certificate duly notarized The documents mentioned under [4] to [8] are required for technical evaluation of bid hence bidder should submit the sa form. 8.1 All the Bidders shall be required to pay EMD, except those who are exempted as
per Industries & Mines Department, GoG New Purchase Policy Resolution No. SPO/102015/691093/CH dated 03/06/2016 for Small and Micro Scale Industries. 8.2 In cases, where EMD need not to be paid, valid exemption Certificates duly notarized has to be produced / attached in place of EMD documents as per the Tender Terms and Conditions. 8.3 The Micro and Small Scale Industrial (manufacturing) Units registered under
Small Scale Industries of Gujarat State and holding subsequent registration with CSPO / NSIC / DGS&D, Registration Certificates for the item under Tender will be eligible for exemption from payment of EMD on submission of attested copies of their SSI (SSI/ MSME Part-II/Udyog Aadhaar Memorandum)& CSPO / NSIC / DGS&D Registration Certificates in EMD Cover. This benefit of exemption will not be admissible if they take part in the tender indirectly either through their dealers, agents, distributors or other intermediators. 8.4 The Certificates should indicate the manufacture of items offered. In case Udyog Aadhar memorandum, it should indicate the manufacture of related group of item. 8.5 Government or Semi-Government Organizations, which are being run departmentally & are not Limited Companies, will be eligible for exemption from payment of EMD.
Further, Over & above mentioned in clause No.8.3 to 8.5,bidders who are exempted as per Gujarat state purchase policy-2016 will be eligible for exemption from payment of EMD.
8.6 Participants not covered under these categories mentioned at Clause No. 8.3 will
of opening of Preliminary / Technical Bid.
Bidder have to submit detailed break up of EMD amount against item/s offered by them in EMD cover in following format: Sr.
No Offered item in tender EMD Amount for MSME
(GB & OGB) Units in Rs.
EMD Amount for Non-MSME units in Rs.
8.7 Any basic document with regard to EMD will not be acceptable after closing time of On-line bid of Tender.
8.8 If the EMD amount is more than Rs.1 Lac, it should be paid either by Demand
er in Cash (up to Rs. 10,000/- only) at the office address specified in the tender
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 16 of 65
8.9 Cheque will be returned within 15 days from the date of placing of the order to the successful Tenderer through RTGS / NEFT for credit to his Bank Account. The Bidder shall have to give details of his Bank Account with a Cheque duly cancelled. No claim for refund of EMD without original Money Receipt shall be entertained by the GETCO. The details of refund of EMD by RTGS with transaction No. should be informed to respective bidder by letter/ e-mail etc.
8.10 EMD will be returned to the successful Bidders, only on their submission of
Performance Guarantee towards execution period (i.e. Security Deposit) against order released on them.
8.11 EMD will be encashed & forfeited (i) if the tender, which it covers, is withdrawn during the validity of the offer and (ii) the Tenderer fails to furnish / deposit the Performance Guarantee towards Execution Period (security deposit).
9 SECURITY DEPOSIT (SD) TOWARDS EXECUTION PERIOD: Security Deposit shall be paid by the successful Bidders irrespective of whether they are SSI Unit or exempted by NSIC.
9.1 The Supplier shall submit the Security Deposit to cover execution period by DD / Bank Guarantee within 15 days from the date of issue of Letter of Acceptance. 9.2 The successful bidder has to give Bank Guarantee with validity period of additional 01 (One) month i.e. more than actual delivery period to safeguard GETCOdelivery period after office hours of the Bank or Bank holidays. 9.3 Bank Guarantee shall be considered as per Tender terms.
The Micro and Small Scale Industrial (manufacturing) Units registered under Small Scale Industries of Gujarat State and holding subsequent registration with CSPO / NSIC / DGS&D Registration Certificates for the item under Tender shall submit Security Deposit & Performance Bank Guarantee as under on submission of attested copies of their SSI (SSI/ MSME Part-II / Udhyog Aadhar Memorandum) & CSPO / NSIC / DGS&D Registration Certificates. This benefit of exemption will not be admissible if they take part in the tender indirectly either through their dealers, agents, distributors or other intermediates. The item wise security deposit(SD) towards execution of contract is given as under.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 17 of 65
Sr.No Items
Amount For MSME /non MSME
unit For Gujarat based Micro
& small unit
1
Distribution Transformers &
meter (All types),Conductors, Cables, Insulators, Steel items, Kit-Kat
fuses, L/T Dist. boxes, Transformers
oil, Line Hardware and PVC pipes
5%( five) of the contract value in the form of DD/BG to cover execution period.
03%( three) of the contract value in the form
of DD/BG to cover execution period.
2 Metal Meter Boxes,
G.I. Wires, Stay Wires,
Earthing Plates
3 Transmission items ,Generation &other
10%( Ten) of the contract value in the form of DD/BG to cover execution period.
04%( Four) of the contract value in the form of DD/BG to cover execution period.
9.4 The Supplier / Contractor can submit only one Bank Guarantee considering the Performance Guarantee requirement.
9.5 The Bank Guarantee shall be from the Nationalized Banks or any other Banks, as Notified by the Finance Department, Govt of Gujarat from time to time.
9.6 In case of delivery deferment by GETCO, option should be given to the supplier to submit new BG towards execution period for balance order value subject to the supplier have submitted Performance Guarantee towards Guarantee / warrantee period. 9.7 The Performance Guarantee towards execution period for repeat order may not be insisted from the supplier subject to the following conditions:-
9.7.1. Value of Performance Guarantee towards execution period (Security Deposit) available with respective company, shall be equal to or higher than sum of the following:- i. Amount of Performance Guarantee towards execution period required for
repeat order ii. Amount of Performance Guarantee towards execution period required for unexecuted / unsupplied portion of main order iii. Amount of Performance Guarantee towards Guarantee/ Warrantee Period required for executed/ supplied portion of main order
9.7.2. Validity of the Performance Guarantee towards execution period is not over and it shall be extended up to completion of main order as well as repeat order.
9.7.3 Unconditional consent shall be taken from the supplier for consideration of the Performance Guarantee towards execution period of main order for repeat order and company is authorized to encash the Performance Guarantee towards execution period for any default in repeat order also.
9.7.4 The Performance Guarantee towards Guarantee/Warrantee period shall be taken for main as well as repeat order as per the tender terms.
10
VALIDITY OF THE OFFERS: The offers will have to be kept valid for a period of 120 days for tender on price variation basis.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 18 of 65
The offers will have to be kept valid for 120 days for following items on firm basis i.e. 11 KV VCB, C&R Panel, Hardware & Accessories, Breakers, CT-PT as specified in Schedule A- The offer will have to kept valid for a period of 90 days in case of tender on firm price basis other than mentioned above. from the date of opening of technical bids. In case of finalization of the tender is likely to be delayed, the tenderers will be asked to extend the same without change in the prices or any terms and conditions of the offer. If any change is made, original or during the extended validity period, the offers will be liable for outright rejection without entering into further correspondence in this regard and no reference will also be made.
11 RAILWAY RECEIPT (R.R.) / TRUCK RECEIPT (T.R.): All goods should be dispatched freight paid and the R.R. /T.R should be forwarded directly to the consignee by registered letter and not through any Bank or GETCO Office of Vadodara. It should be immediately intimated on dispatch of the stores, as otherwise demurrage essential that packing notes and prices invoices should be furnished to the consignees in respect of every consignment with a copy to this office. A clear R.R. /T.R. should be obtained from the Railway authorities / Transport Authorities without any ambiguity, otherwise the supplier will be held responsible for any damages / shortage claim rejected by the Authorities for want of a clear R.R. /T.R. Materials may be dispatched by any convenient mode of transport and up to GETCO stores i.e. F.O.R. Destination.
12 PACKING AND FORWARDING CHARGES: The prices shall be inclusive of packing & forwarding charges. The stores should be strongly and adequately packed to ensure safe arrival at destination. The materials dispatched from overseas by Air / Shipping should be packed in such a way that it can withstand rough handling and possible corrosion due to exposure to salt laden atmosphere, salt spray or open storage. All packing must be clearly marked with
13 TRANSIT INSURANCE:
All the materials will be required to be supplied up to Destination against all transit risks, such as damage, loss, theft, fire, etc. The insurance period shall cover 30 days after the date of receipt of materials at site in order to enable GETCO to check up stores fully. The suppliers will be responsible for free replacement of such stores components as may be reported by the consignee which have been received short, damaged or broken within 30 days. The cost of damaged, defective stores materials will however be deducted from the bills of the suppliers and will be refunded only after replacement thereof. It will be the responsibility of the supplier to lodge claim against the insurance on receiving necessary advice from the consignee.
14 ACCEPTANCE OF STORES: All or any stores and materials to be supplied at F.O.R. Destination, against this contract will be subject to their acceptance by the consignee or any other Officer deputed by GETCO for this purpose. GETCO will be at liberty to reject whole lot without assigning any reasons and the decision of the Officer concerned will be considered as final. 15 Goods and Service Tax (GST) : The F.O.R. Destination prices are excluding GST and Cess as applicable which will be paid extra on a given taxable goods and/or services within the original contractual delivery period. The amount of GST and Cess as applicable should clearly be indicated separately. (GST/Cess means all applicable Tax/Cess under GST Laws.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 19 of 65
GST Laws means IGST Act, GST(Compensation to the State for Loss of Revenue) Act, CGST Act, UTGST Act and SGSCT Act, 2017and all related ancillary legislations). You shall have to submit a C.A Certificate& duly authorized Signatory of successful bidder, certifying that you have not claimed Refund of any applicable GST and Cess , charged to GETCO or shall not claim any such Refund, on a future date, from the concerned Authorities and if, any Refund, in respect of such GST and Cess , is claimed by you, it will be immediately passed on to the GETCO, without GETCO making any specific Claim, for the same, either from the Department or from you.
The offers having price INCLUSIVE OF GST and Cess is likely to be rejected if the rate of GST and Cess is not mentioned clearly unless the bidder has opted for Composition Scheme under GST Act, which should be clearly indicated in the price bid. GETCO may at its discretion consider such offer with presumption of highest applicable rate of GST/Cess prevailing when the price quoted is inclusive of GST and Cess. If the Supplier/Contractor has opted for the Composition scheme of GST, the same must be clearly specified with valid Declaration & Certificate from Department. In the event of withdrawal/cessation of the Supplier from Composition scheme during the tenure of the contract, the rate mentioned in the price bid shall be final and any additional GST will have to be borne by the tenderer. In no case additional amount towards tax or otherwise will be paid / reimbursed to supplier/contractor. Further Statutory Variation clause will not be applicable in case of Supplier / Contractor has opted for Composition Scheme under GST. Supplier/Contractor should charge GST in Invoice at the rate as agreed to / mentioned in acceptance of tender only and any deviation in the same shall not be accepted. Further, any additional liability of GST (later on due to wrong mentioning of GST rate, mis-interpretation of HSN/SAC Code, etc.) over and above as charged in the invoice shall be borne by the Supplier/Contractor. However, any refund received by the supplier / contractor on account of GST charged from the GETCO; such refund shall have to be passed on to the GETCO, along with interest if any. Such refund along with interest needs to be passed on suo motu by the supplier / contractor. Further, the GETCO has a right to recover the amount of GST along with penal interest at the rate of 15% per annum if GST charged is not paid / short paid to the government or fail to upload the details or uploads inaccurate particulars on GSTIN portal by the Supplier / Contractor within the stipulated time limit. In case, Govt. revises the rate of GST rate / Code during the tenure of the contract,
INPUT TAX CREDIT BENEFIT In the event of any statutory increase in the rate of Input Tax Credit and / or due to inclusion of any other additional item of their inputs / input services under the ambit of the Input Tax Credit provisions under the GST Act, subsequent to the date of submission of the offer, the same should be passed on to GETCO and you should inform such changes to GETCO from time to time.
16
UNLOADING: Unless and otherwise specified in the detailed purchase order, Unloading of the materials shall be arranged by GETCO.
17 STATUTORY VARIATION:
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 20 of 65
Any statutory increase or decrease in the taxes and duties including GST and Cess as applicable or in the event of introduction of new tax/cess or cessation of existing tax/cess subsequent to suppliers offer if it takes place within the original contractual delivery date will be to GETCO claim being supported by documentary evidence. However, if any decrease takes place after the contractual delivery date, the advantage will have to be passed on to GETCO. Statutory Variation clause shall not be applicable in case of Supplier / Contractor has opted for Composition Scheme under GST.
18
PAYMENT TERMS: Payment shall be made by GETCO, either directly to you or to suppliers Banker for the materials supplied as per GETCO standard payment terms and conditions i.e. 80% of F.O.R. Destination Price and 100% GST and Cess as applicable, from the date of receipt of material [as mentioned in Truck Receipt Certificate (TRC)]within 30 (Thirty) days on verifying required documents as per A/T conditions and balance 20% of F.O.R. Destination Price within 45 days (Forty Five) on receipt of Store Receipt (S.R.) Note from the consignee. Alternatively, GETCO may make payment through SIDBI, ICICI, Power Finance Corporation, R.E.C. or any other financial institution depending upon facility available at the relevant time. In case of payment through SIDBI, ICICI, 80% and / or 20% of Ex-Works price including 100% of F&I, GST and Cess as applicable, payment shall be made against TRC / RRC and balance 20% payment shall be released against SR note. In case of payment through SIDBI / ICICI necessary, stamp charges and interest charge shall be borne by GETCO. Other charges, if any shall have to be borne by the supplier. Tenderer, while quoting need specifically agree to receive payment under any of the aforesaid alternative at the option of GETCO. You shall invariably instruct your Bankers to accept lesser amount than IBC amount (Bank Advice amount) in case GETCO Cheque amount differs from claimed amount / IBC amount supported with deduction memo. In case of payment through Bank: You shall have to furnish (i) Indemnity Bond for the A/T, (ii) Undertaking (iii) Power of Attorney duly registered with GETCO for individual Bank and a request letter for discounted bills to issue Cheque in favour of your Bank A/c. M/s.___________. (All these three documents should be as per GETCO format only and should be duly NOTARIZED). While extending the above facility, GETCO in no case will be responsible for any default in repayment OR interest to the Bank by you. Your Banker should accept the payment released as per the Bill passed and audited. GETCO would normally accept only one mode of payment: viz. Either (1) Direct payment OR (2) Payment through Bank or Financial Institution on the strength of Power of Attorney to be executed by the supplier to that effect. Tenderer, while quoting should specifically state any one mode of payment chosen by them. They should indicate the name of the Bank / Financial Institution to whom the payment is to be made. Also the Indemnity bond is to be furnished by the supplier as per the prescribed format, which may be obtained from GETCO.
19 REPEAT/ADDITIONAL ORDERS:
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 21 of 65
19.1 The GETCO may place repeat Order / additional Order, provided there is no conspicuous downtrend in the price of such item.
19.2 The Company should exercise their right to place repeat orders /additional orders in case of exigency only. The reason of exigency shall be appropriately recorded
19.3 In special circumstances GUVNL and its subsidiary Companies reserve the right to place repeat order / additional order up to 100% of the original quantity of the A/T at the same prices terms and conditions stipulated in the original Contract as mutually agreed upon.
19.4 The material supplied will be considered on FIFO basis i.e. first applied towards original order & after completion of original order quantity, material supplied will be considered towards repeat / additional order. 20 DELIVERY SCHEDULE OF GETCO:
Delivery of materials is desired as under: a) Submission of sample/Drawing. b) Approval of Sample/Drawing.
Within commencing period. No separate commencement period will be given.
c) Commencement of supply after ----- d) Qty. to be supplied. Month wise / Quarter
wise supply after Commencement period ---------
As per the details Shown in Schedule Tender.
Supplier is liable to get the drawings / Sample /proto approved within the Commencement period.
Supplier should indicate deviation in delivery period, if any. The delivery period will be reckoned after four days for Gujarat based firms and seven days for out state f irms from the date of dispatch of the order. All necessary formalities are to be completed within the commencement period instead of vague period. If specific period is not quoted, the delivery period, best suitable to GETCO will be considered and in such case, no subsequent complaint will be entertained.
The delivery Schedule proposed by GETCO is considering the full quantity of the tender. If the finalized quantity is less, then in that case the delivery period best suited as per GETCO requirement will be given on pro-rata basis and also based on the quantity allocations done by GETCO.
21
DELIVERY PERIOD: The Tenderers will have to quote a firm delivery schedule on month / quarter wise basis as specified subject to the force Majeure conditions as accepted by DGS & D. Tenderer should mention their delivery period in Annexure - 5(online format only). Time being the essence of this tender, delivery period shall be strictly adhered to. Delay in execution of order on account of any other reasons will be subject to levy of penalty. [a] The date of inspection of materials will be reckoned, as the date of dispatch, GETCO for arranging the inspection i.e. the firm has to offer the inspection call 15 days prior to the proposed date of inspection. No tentative date, tentative quantity for inspection should be given and if given the same will be ignored and the same will not be treated as call for inspection. In case the material is offered for inspection on the last week of the scheduled period, the same will be considered as delay in delivery and will be liable for penalty in terms of the contract. All the ordered materials should be offered for inspection strictly as per delivery schedules as mentioned in the detailed order, without linking to payments by GETCO.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 22 of 65
[b] In case the materials are supplied later than the date of contractual delivery schedule, materials may be accepted by GETCO subject to levy of penalty as per clause no. 23 for Penalty for late delivery. In that case the penalty will be levied from the last date of delivery schedule and up to the TRC date. The delivery period will include the time required for pre-dispatch inspection of materials. However, if the material is not kept ready for inspection after intimation of the said quantity then all consequences will be to suppliers account and GETCO will recover the actual expenses of to & fro travelling fares plus Rs.1000/- per day per employee towards reimbursement of other costs. [c] In order to avoid delay in dispatch of the inspected lot materials, if the materials are found OK then written dispatch instruction will be given by GETCO inspector at suppliers works and the date on which these written instructions are issued will be reckoned as date of dispatch instructions and materials are to be dispatched to respective consignees for Gujarat based & out of Gujarat based supplier within 15 days and 21 days respectively OR if written dispatch instructions are not given by GETCO inspector at works, then materials are to be dispatched to respective consignees within 15 days/21 days as case may be from date of DI received, from GETCO.
All the inspection results for the inspected materials carried out at the first instance will be binding to the supplier irrespective of passing the tests OR failure. If the supplier re-offers the same materials for re-inspection then it will be solely at GETCO s discretion to accept the same or not. If the subsequent testings are to be carried out, then all the expenses of the inspector and other expenses incurred by GETCO will be to tenderers account. This will be binding on you. Company may short close the orders in case of various reasons viz. changes in Budgetary Provision, Amendment in Indian Standard, Policy change by Central/ State Govt., if beneficiary not available etc.
22 SUPPLY OF MATERIALS AT GETCO The Tenderers will have to agree to supply any of the quantities at any of GETCO Stores in Gujarat (i.e. F.O.R Destination only).
23 PENALTY FOR LATE DELIVERY: 23.1 Supply Contracts Penalty shall be 0.5% plus GST as applicable per week or part thereof on delayed portion subject to maximum 10 % plus GST as applicable of the Order value (End Cost with GST & Cess as applicable). For calculating the delayed portion, date of actual receipt of material at store shall be considered. However, if 85% or more of supply of order value is completed within delivery schedule and company can utilize the completed supply in the system, in such case, penalty for remaining quantity shall be 0.5% plus GST as applicable per week or part thereof on delayed portion subject to maximum 10 % plus GST as applicable of the Delayed Portion Order value (End Cost with GST & Cess as applicable). EPC Contracts Penalty shall be 0.5% plus GST as applicable per week or part thereof on delayed portion subject to maximum 10 % plus GST as applicable of the Total Contract value of the Project (Supply + Erection + Civil) (End Cost with GST & Cess as applicable). For calculating the delayed portion, date of actual receipt of material at store (For Supply portion) / date of work completion mentioned in work completion certificate shall be considered (For Erection and Civil Portion). Civil Contracts Penalty shall be 0.5% plus GST as applicable per week or part thereof on delayed
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 23 of 65
portion subject to maximum 10 % plus GST as applicable of the Total Contract value of the Civil Works (End Cost with GST & Cess as applicable). For calculating the delayed portion, date of work completion mentioned in work completion certificate shall be considered.
23.2 In case of Foreign OEM / Indian Trader of a Foreign OEM, in order to avoid delay in dispatch of the inspected lot of materials, for which the Dispatch Instructions are already issued, the Supplier shall deliver the materials to respective Shipper at Dispatch Port within 30 days from the date of Dispatch Instructions. If materials are not delivered to the respective Shipper within 30 days from the date of Dispatch Instruction, the special penalty charges shall be recovered at 0.5% per Week or part thereof plus GST as applicable, maximum up to 3% plus GST as applicable of the consignment value of the lot of respective Dispatches Instruction. For calculation of penalty date of bill of Lading / Airway Bill / Courier Receipt shall be considered as date of delivery.
23.2.1 General Guide lines. In order to avoid delay & possible attraction of penalty,
23.2.1.1 The Firm has to offer the Inspection Call 15 days prior to proposed date of inspection and 30 days prior to the due date of Delivery Schedule.
23.2.1.2 If the above condition is fulfilled by firm then any delay in inspection and any delay in issuance of Dispatch Instruction, said delay period will not be considered for penalty purpose.
23.2.1.3 However, the GETCO shall carry out inspection not later than Seven days from the date intimation from the Supplier for inspection.
23.2.1.4 The Dispatch date of satisfactory inspection.
23.2.2 Due consideration will be given for waiver/ levy of penalty(excluding GST already collected and paid to the Govt. treasury thereon) only for the reasons absolutely down in the DGS & D) for which documentary evidence will have to be provided.
23.2.3 The GETCO reserves the right to recover any dues from the subsidiary companies of GUVNL including GUVNL.
24 Penalty on rejected Materials during testing :- The representative of the GETCO may pick up samples from the lots supplied by the Supplier at the Stores of the GETCO at random for quality check. The samples picked up will be tested for acceptance test / type test or as decided by the GETCO at Government approved laboratory or NABL Laboratory, in the presence of specifications. The test results will be binding on the suppliers and GETCO in general and will not allow re-sampling. If the material fails in any of the tests carried out, the full lot of materials will be considered as rejected, and if replacement is not possible due to utilized/ consumption of the materials then in that case for whole of the rejected lot, GETCO will deduct maximum up to 30% (Thirty) of the End Cost Price. If the same are not utilized / consumed, then GETCO may ask for replacement at sole discretion of the GETCO or may accept with maximum deduction up to 30% (Thirty) of the End Cost Price of the rejected lot plus GST as applicable, and all these will be binding on the supplier. Due consideration will be given for waiver / levy of penalty (excluding GST already collected and paid to the Govt. treasury thereon) only for the reasons absolutely beyond suppliers control (e.g. Force Majeure conditions as laid down in the DGS & D,
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 24 of 65
Clause reproduced hereunder) for which documentary evidence will have to be provided. The request for extension in delivery giving reasons and supporting documents shall have to be made within one month on completion of the supply only. The request made after one month on completion of the supply shall not be entertained and rejected out rightly without any correspondence. No request for waiver / levy of penalty will be entertained / reviewed during the execution of order. part by either party of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, act of the public enemy, civil commotion, sabotage fires, floods, explosion, epidemics, quarantine restrictions, strikes lockouts or acts of such event is given by either party to the other within twenty one days from the date of occurrence there of neither party shall by reason of such event be entitled to terminate this contract nor shall either party shall have any claim for damages against the other in respect of such non-performance of delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such event has come to end or ceased to exist, and the decision of the Managing Director as to whether the deliveries have been so resumed or not shall be final and conclusive. Provided further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reasons of any such event for a period exceeding 60 days, either party may at its option terminate the contract provided also that if the contract is terminated under this clause, the Purchaser shall be at liberty to take over from the Supplier at a price to be fixed by the Managing Director of the GETCO, which shall be final, all unused undamaged and acceptable materials bought out components, and stores in course of manufacture in the possession of the Supplier at the time of such termination or such portion thereof as the Purchaser may be deem fit excepting such materials, bought out component and stores as the supplier may with concurr
25
Extension In Contractual Delivery Date: stipulated delivery period. However, on account of reasons beyond ones control as laid down in the DGS & D Force Major Conditions GETCO may consider extension of delivery period with or without statutory variations and with or without price variation. However, delivery extensions will be considered only after execution of the order fully and upon submission of documentary evidence for the reasons of delay. Such extension will be subject to the following conditions shown hereunder.
(a) That no increase in price on account of any statutory increase in or fresh imposition of customs duty, GST and Cess as applicable or on account of any other tax or duty leviable in respect of the stores specified in the said acceptance of the tender which may take place on or after the contractual delivery date of the P.O referred to above shall be admissible on such of the said stores as are delivered after the original contractual delivery date and (b) That notwithstanding any stipulation in the contract for increase in price on any other ground, no such increase which has become effective on or after the contractual delivery date of this said P.O shall be admissible on such of the said stores as are delivered after the original contractual delivery date.
(c) But nevertheless, the purchaser shall be entitled to the benefit of any decrease in price on account of reduction in or remission of customs duty, GST
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 25 of 65
and Cess as applicable or on account of any other tax or duty or on any other ground as stipulated in the P.O., which takes place or on after the contractual delivery date of the said P.O. (d) Statutory Variation clause shall not be applicable in case of Supplier / Contractor has opted for Composition Scheme under GST.
26 REPLACEMENTS OF GOODS BROKEN, DAMAGED OR SHORT: In the event of any stores or part thereof being broken or damaged or received short during transit or during the testing and trial at site before commissioning in service the suppliers shall replace the same free of cost. However, GETCO will arrange recoveries of amount equivalent to cost of such damaged / broken / short supplied materials before actual replacement is given.
27 POST TENDER CORRESPONDENCE / ENQUIRIES: Any correspondence or enquiry subsequent to opening of Technical and Commercial bids is not desirable, if the same is indulged into, it will be considered for disqualifying the tender. The Tenderer will be required to abstain from pursuing / canvassing the matter, directly or indirectly with any Officers of GETCO, as otherwise the same would also amount to disqualification of the tender.
28
Tenderer may submit requisite descriptive literature and all other required documents like technical data, literamachinery of manufacturing the tender item/s etc. duly scanned / photo copy as an attachments with e-tender / online submission. Tenderer will be at full liberty to provide information and data about his products.
29 TEST CERTIFICATES: Test Certificate for the stores as per relevant BSS / ISS shall be submitted in Triplicate for our approval prior to dispatch of stores and should be dispatched only after the test certificates are approved. Supplier will be responsible for any expenditure that consignee might incur if the goods stand rejected on this account. Further, GETCO will not be responsible for any delay in payment on this account.
30 TYPE TESTS: (TO BE SUBMCLAUSE NO.: 8 OF THIS COMMERCIALS TERMS AND CONDITIONS) All the necessary Type tests will have to be carried out before submission of the tender and to be submitted along with Technical bid Cover as per clause no.: 8 of this commercial terms and condition (to be kept in Technical bid Cover in physical form). The Type Tests which are more than 07(Seven) years old will not be considered (except otherwise specifically mentioned in the Guaranteed Technical Particulars i.e.
equired type tests on one particular item must have been conducted in the span of one year only. If the type tests for the tendered items are not carried out before the submission of the tender, then it will at GETCO sole discretion to accept them or NOT. However, depending up on GETCO requirement, if the Letter of Acceptance (LOA) is placed subject to submission of type tests, then in such cases all the necessary Type tests will have to be carried out by the firm within 30 (Thirty) days of the issue of LOA / within commencement period or at GETCO discretion, failure to do so the LOA stands cancelled and the detailed purchase order will not be placed and no further correspondences in this matter will be entertained at any cost and will be out rightly ignored.
31 The purchaser (i.e. GETCO) shall have the right to make any changes, additions / deletions or modifications in any terms / conditions of the tender and / or specifications as may be deemed necessary by GETCO at its sole discretion at any time before the due date of opening of the tender.
33 The GETCO does not accept the printed conditions of any Tenderer. It will be ignored
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 26 of 65
without any reference; hence tenderers should withdraw such printed conditions if they have any. 34 The materials should be offered strictly confirming to ISS / BIS / Tender specifications
y technical deviations they should specifically quote the deviation & the ISS or BIS Nos. in the body of the tender itself under the Annexure-12 of e-tender only. If technical deviations furnished by the Tenderer are not agreeable to GETCO, the offers may be ignored. However it will be solely at GETCO discretion to consider the technical deviations OR not for considering the Tenderer. No correspondences of the Tenderer after opening of the bid will be entertained in this matter.
35 ADVANCE INTIMATION TO THE CONSIGNEE: When R.R. is obtained and materials dispatched R.R. No. Wagon No. etc. should be intimated to the consignee in advance, preferably by phone / fax / telegram so that he may arrange to take delivery at the receiving station against indemnity bond, in case R.R. is not received. Also if the unloading requires use of crane, such Advice should also be issued by telegram, to the consignee indicating the weight, size of the package, wagon No. etc. so that he may make arrangements for crane in advance. In case if GETCO has to incur any extra expenditure for want of advance information, the same would be recovered from the suppliers.
ALL THE SUPPLIERS SHOULD INTIMATE THE CONSIGNEES WELL IN ADVANCE TCH
MATERIALS AT SITE. 36
TENDERERS SHOULD SUBMIT THE FOLLOWING DETAILS / DOCUMENTS IN TECHNICAL STAGE OF ONLINE TENDER: Bidders are requested to submit each of the following documents / details in technical Bid cover. (1)
items/s (2) List of machinery installed for manufacturing tender item/s (3) Annual production capacity (with shift in operation) of each item manufactured (4) Self certified GST Registration no. and date and issuing authority of the
location wherefrom supplier intends to supply the goods / services. (5) Valid factory license (for manufacturer) (6) Registration No. under shops and Estt. Act and issuing authority (if applicable) (7) Audited Accounts and financial turnover of last three years of the firm (8) Performance reports, if any (9) Consent letter from their principals to manufacture such items whenever
applicable (10) Copy of partnership deed / Memorandum of Pvt. or Public limited GETCO
issued by RoC (11) Copy of order/s of tender item/s of Subsidiary Company of GUVNL executed
in last three years (12) Copy of order/s of tender item/s of Subsidiary Company of GUVNL and other
COMPANY/ SEB of Outside Gujarat, under execution
37 Revision of prices or any commercial terms affecting the price after opening of
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 27 of 65
technical bids shall not be considered and will be ignored. 38 Tenderers should indicate the name of their Partners / Proprietor / Directors of their
manufacturing firm and updated Address / Telephone, e-mail ID, Fax Numbers (Office & Residential) etc., along with the name of authorized signatory in the Annexure 3 of online / e-tender invariably. Bidder are informed that only their employee authorized in with GETCO in respect of this tender.
39 Please give suitable declarations in e--15 of
online form) 40
or workmanship the same should be repaired or replaced by you free of charge if reported within 18 / 24 / 36 / 48 / 60 /66 months of their receipt at site or 12 / 18 / 24 / earlier. You will be respmaterials for the respective guarantee period. Suppliers have to replace/repair failed Dist. transformers unit within 45 days and Other items within 30 days, failing to which GETCO may initiate punitive actions.
41
PERFORMANCE BANK GUARANTEE (PBG) TOWARDS WARRANTY / GUARANTEE: Performance Guarantee shall be paid by the successful bidders irrespective of whether they are SSI Unit or exempted by NSIC. 41.1 The successful bidder has to give Bank Guarantee with validity period of
additional 01 (One) month i.e. more than actual Guarantee / warrantee period to safeguard GETCOthe last day of the Guarantee / Warrantee period after office hours of the Bank or Bank holidays.
41.2 The Performance Bank Guarantee to cover Guarantee / Warrantee period is required to be submitted before the date of completion of last supply and should be valid till the completion of Guarantee Period to be reckoned from the date of last supply. 41.3 Performance Guarantee shall be considered as per Tender terms.
The tabular format for performance guarantee towards warrantee is given as under.
Sr.No Items
Amount For MSME /non
MSME unit For Gujarat based
Micro & Small
1
Distribution Transformers& meter (All types),Conductors, Cables, Insulators, Steel items, Kit-Kat fuses, L/T.Dist.boxes, Transformers oil, Line Hardware and PVC pipes
05%( Five) of the contract value in the
form of DD/BG to cover Warranty period.
03%( three) of the contract value in the
form of DD/BG to cover Warranty period.
2 Metal Meter Boxes, G.I.Wires, Stay Wires, Earthing Plates
02%( Two)of the contract value in the form of B/G to cover the Warranty period.
02%( Two) of the contract value in the
form of DD/BG to cover Warranty period
3 Transmission items ,Generation &other
10% (Ten) of the contract value in the form of B/G to cover the Warranty period.
04% (Four) of the contract value in the form of B/G to cover the Warranty period
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 28 of 65
41.4 The Micro and Small Scale Industrial (manufacturing) Units registered under Small Scale Industries of Gujarat State and holding subsequent registration with CSPO / NSIC / DGS&D Registration Certificates for the item under Tender shall submit Performance Bank Guarantee as under on submission of attested copies of their SSI (SSI/ MSME Part-II/Udhyog aadhaar memorandum) & CSPO / NSIC / DGS&D Registration Certificates. This benefit of exemption will not be admissible if they take part in the tender indirectly either through their dealers, agents, distributors or other intermediators. 41.5 The Supplier / Contractor can submit only one Bank Guarantee considering the Performance Guarantee requirement.
41.6 The Bank Guarantee shall be from the Nationalized Banks or any other Banks, as Notified by the Finance Department, Govt. of Gujarat from time to time.
No relaxation shall be given to the bidders having only one registration numbers from Government of Gujarat but no subsequent registration with CSPO/NSIC/DGS&D registration certificates for the item under tender. No exemption as well as relaxation shall be given to outside Gujarat based parties. The Performance Guarantee to cover warranty/guarantee for the tendered items wherever applicable as above shall be furnished in the form of D.D./Cash and by Bank Guarantee, by the successful Tenderer for satisfactory performance of the materials, which should be valid for 12 months from the date of commissioning OR 18 months or as specified from the last date of delivery of supply whichever is earlier. The PG submitted should be for the full period i.e.18/24/36/48/60 Months OR whatever applicable as per Technical Specifications as per 41.2 of this clause and should have a clear one time validity for the full period. PG for an interim period will not be allowed. However, in case of expiry of PG before the said period the same should be got extended / renewed till the completion of said period by the Tenderer at least one month before the expiry of the validity failing which GETCO will be at liberty to encash the same, without entering into further correspondence, formalities, etc. in the matter. CORPORATE GUARANTEES ARE NOT ALLOWED.
42
43
APPROVAL: The goods shall be subject to the approval of the concerned consignee after receipt of the stores at site. GETCO would prefer the offers from manufacturers directly. All the manufacturers should quote for those items, which are actually manufactured at / rolled by their plants. This should be strictly adhered. The Tenderer should ensure that minimum production, manufacturing and routine testing facility required for manufacturing of the tendered products as per IS standard is available in-house. If the same is available elsewhere, then GETCO reserves right to reject the offer out rightly. GETCO reserves the right to inspect, suppliers factory at any time during the currency of the contract in case order is placed on supplier and also to inspect each manufactured lot before testing / packing / dispatch.
44 OTHER CONDITION OF SUPPLY: General Conditions of contract will apply to all supply to contracts and supplier will be deemed to fully aware of general conditions of contract for the supply of plant equipment and materials except the conditions modified in this commercial terms and
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 29 of 65
conditions and any ignorance of these conditions will not exempt supplier from their liability to abide by the same. Copies are available from GETCO Office.
45 Relationship with employee:- Every bidder should, at the time of submission of bid, give a declaration as under. in partnership firm) of any employee of the tendering Company or his/ her relative as
e or more, the GETCO will not deal with such Company/ Firm at all. Tenderer therefore, must specifically disclose this fact in his technical Bid. Non-disclosure of such facts would immediately disqualify the tenderer for further dealing with the GETCO
46 The materials offered for inspection shall be in duly packed condition ready for putting the embossing of the seal by the inspector on the lead seal which is provided on the packing by the supplier by passing a sealed wire through it, as per our approved method. The Inspector will inspect only a few packages and select samples at random for which, he will emboss his marking on the seal thereafter provided on the packages, which will be only few.
47 AUDIT INSPECTION: From the lots inspected by the User Department Inspector, the Inspector of Audit
GETCO or other stores of GETCO at random for quality check only. The samples picked up will be tested for acceptance test / type test or as decided by GETCO at Government approved laboratory in presence of representatives of supplier and GETCO as per relevant ISS/BIS/ GETCO specifications. The test results will be binding on the suppliers and GETCO, in general will not allow re-sampling. If the material fails in any of the acceptance tests carried out, the full lot of materials will be considered as rejected, and if replacement is not possible due to consumption of the materials then in that case for whole of the rejected lot, GETCO will deduct maximum upto 30% (Thirty) of the End Cost Price plus GST as applicable. If the same are not utilized / consumed, then GETCO may ask for replacement at sole discretion of GETCO or may accept with maximum deduction upto 30% (Thirty) of the End Cost Price plus GST as applicable, and all these will be binding on the supplier.
In case if the materials does not confirm to specifications or fails at Government approved laboratory or other laboratory decided by GETCO for testing and if subsequent testing are to be carried out (which will solely at GETCO discretion), then all Testing fees, expenses of the inspector and other expenses incurred by GETCO acceptance as above of GETCO shall be final and this will be binding on the supplier. Please refer audit inspection clause of technical specification of tender for applicability of penalty in case of distribution transformer.
48 INSPECTION: All supplies are to be offered to the inspection and approval of GETCO. GETCO will depute an officer or authorize D G S & D, OR any other Govt. or Govt. Approved agencies (Not private) to carry out the inspection on behalf of GETCO. At least 30
case of general stores, in order to enable GETCO to detail on inspection. GETCO also reserves the right to waive the inspection before dispatch and authorize the consignee to carry out the final inspection on receipt of the stores at site.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 30 of 65
49
TERMINATION OF CONTRACT: consignment thereof within contractual period of delivery or in case the stores are found not in accordance with prescribed specification and/or the approved sample, GETCO shall exercise its discretionary power either: [a] To recover, from the supplier as agreed, by way of penalty clause above, and/or [b] To purchase elsewhere after giving due notice to the supplier on account and at the risk of the supplier such stores not so delivered or other similar description without canceling the contract in respect of the consignment not yet due for delivery and/or [c] To cancel the contract. In the event of the risk purchase of stores of similar description, the opinion of GETCO shall be final. In the event of action taken under clause (a) or (b) above, the supplier shall liable to pay for any loss and applicable GST/Cess which GETCO may sustain on that account but the supplier shall not be entitled to any saving on such purchases made against default. The decision of GETCO shall be final as regards the acceptability of stores supplied by the supplier and GETCO shall not be required to give any reason in writing or otherwise at any time for rejection of the stores.
GETCO reserves the right to terminate the Contract (i.e. Purchase order) at any time, without assigning any reasons, whatsoever, by giving a notice period of ONE month from the date of Notice of termination of the Contract. Suppliers will not be entitled for any compensations / damages / losses, whatsoever, on account of such termination of the Contract.
50
ARBITRATION: All questions, disputes or differences whatsoever which may at any time arise between the parties to this agreement touching the agreement or subject matter thereof, arising out of or in relation there to and whether as to construction or otherwise shall be referred to the decision of the Sole Arbitrator, appointed by the MD of GETCO, for that purpose, who shall be a retired High Court Judge or retired District and Sessions Judge, and the decision of the said Arbitrator shall be final and binding upon the parties. Reference to the arbitration shall be governed by the provisions of Indian Arbitration & Conciliation Act. 1996 as amended from time to time and the rules made there under.
51 JURISDICTION: All questions, disputes or differences arising under out of or in connection with the Tender / Contract if concluded shall be subject to the exclusive jurisdiction of the court under whose jurisdiction the place from which the tender / Acceptance of tender is issued, is situated i.e. Vadodara.
52 Offers on Ex-stock or offers requiring no foreign exchange will be considered. Those offers requiring foreign exchange will not be considered.
53 SUBMISSION OF OFFERS: The firm having single legal entity and having two or more works / factory and submits offers from two or more different works / factory, in such case firm have to pay/ submit separate tender fee, E.M.D., vendor registration etc. for all works / factory and if separate tender fee, E.M.D., vendor registration etc. not paid / submitted, GETCO reserves the right to consider the offer/s against which the tender fee, E.M.D., vendor registration etc. are paid / submitted. If all above are submitted in such case GETCO will consider only one lowest offer for allocation of quantity if decided. Many of the tenderers are submitting their offers with the conditions of advance payment along with the order; such conditions are not acceptable by GETCO.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 31 of 65
54 Participation by Foreign Manufacturers (other than propriety items) :- 54.1.1 The Vendor Registration shall be given to Original Equipment Manufacturer
(OEM) only. The Traders / Dealers / Agent shall not be considered for the above registration.
54.1.2 The OEM Vendor while registration shall have to declare the Country of Origin
54.1.3 OEM is required to pay Vendor Registration Fees as applicable at the time of registration.
54.1.4 At the time of participation in the Tender, the OEM is required to pay Tender Fees and EMD as applicable for the Tender.
54.1.5 On award of the Contract to such OEM, they shall have to submit Performance Guarantee for successful execution of supply as specified in Letter of Acceptance and for satisfactory performance of the equipment supplied as specified in the Order either in form of remittance or through a Bank guarantee. In case of Bank guarantee issued by Bank situated outside India, the same shall be confirmed by its correspondent Bank in India.
54.1.6 The Foreign OEM must submit all the required documents in English language. In case, if any documents are in any other language than English, the same must be translated in English and should be duly Notarized. The OEM shall be fully responsible for any mistake / misrepresentation or any kind of discrepancy in the same.
54.1.7 Foreign OEMs to confirm for design, manufacturing & testing of equipment as per relevant IS / IEC / ANSI / any International Standards with latest amendments.
54.1.8 OEM shall confirm for free replacement / repair within the Guarantee / Warrantee period of equipment. OEM shall also confirm for services and spares at reasonable rates for Ten Years after Guarantee Period.
54.1.9 All Acceptance Tests shall be carried out in presence of GETCO's Engineer / Representative at OEM's Works without any extra cost to the GETCO. However if required, the Acceptance Test shall be carried out in any NABL approved Laboratory in India for which the cost will be borne by the Firm.
54.1.10 In case the Tender is invited on FOR destination basis, then OEM may avail service related to Customs Clearance, Shipping / Air Freight, Local Transportation, Unloading, and verification through Indian Sole Agency / Firm / Distributor / Representative.
54.1.11 For dispute, if any, the Indian Judicial as defined in the Tender by the GETCO shall be binding on Foreign OEM.
54.1.12 Foreign OEM to abide & act as per the Indian Govt. Rules & Regulation in To-to. Foreign OEM should obtain GST Registration No. and quote all relevant elements of price bid including GST.
54.1.13 Bid Currency: - Indian Rupees only. 54.1.14 Any statutory variation in Taxes / Duties including GST and cess as
applicable in India during contractual delivery schedule shall be payable / receivable as mentioned in clause no. 17.
54.1.15 Normally e-procurement is done through M/s (n) Code Solutions only and if Foreign Bidder wishes to participate directly then they have to request Purchaser for allotment of Digital Key for e-procurement within Fifteen Days from the date of NIT. On request of Foreign Bidder, the Purchaser may forward the request to the Authority issuing e-procurement Key for providing Key to OEM. The necessary charges shall have to be paid by the Bidder directly to (n) Code Solution.
Note: It is to be noted by the Foreign OEM / Bidder that minimum Five Days are required for allotment of e-procurement Key on receipt of payment.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 32 of 65
54.1.16 Representative, who shall be duly authorized by the Board of Directors of the Bidding Company. The bidding document shall contain the Board Resolution in this regards. The bidding documents shall also contain the Specimen Signature of the Authorized Representative duly attested by the CEO / COO / CFO of the Company.
54.2 Tender participation by an Indian Agent / Associate quoting on behalf of the Principal / Manufacturer abroad on FOR destination basis:-
54.2.1 It is preferred that the Manufacturer is expected to quote rates directly in response to Tender. In case, if it is not possible and the Bid is being submitted through their Indian Agent / Associate, the OEM shall authorize such Indian Agent / Associate for the entire tenure of the Contract i.e. Sixty days after the completion of Warranty / Guarantee period.
54.2.2 Bidder shall submit the confirmation from OEM for free replacement / repair within the Guarantee / Warrantee period of equipment. OEM shall also confirm for services and spares at reasonable rates for Ten Years after Guarantee Period.
54.2.3 The Indian Agent / Associate shall submit Bid on their own Letter Head along with letter (in original) issued from the OEM clearly mentioning that they are bound by the Terms and Conditions of Bid submitted by the Indian Agent / Associate on their behalf and Vendor Registration Letter issued by subsidiary Companies of the GUVNL in the name of OEM.
54.2.4 In a Tender, either the Indian Agent on behalf of the Principal / OEM or Principal / OEM itself can bid but both cannot bid simultaneously for the same item / product in the same Tender.
54.2.5 If an Agent submits Bid on behalf of the Principal / OEM, the same Agent shall not submit a Bid on behalf of another Principal / OEM in the same Tender for the same item / product.
54.2.6 Bid currency: - Indian Rupees only. 54.2.7 Any statutory variation in Taxes / Duties in India including GST and cess as
applicable during Contractual Delivery Schedule shall be payable / receivable as mentioned in clause no. 17.
54.2.8 Indian Agent / Associate have to pay EMD, Tender Fees, PBG as per Tender Condition.
54.2.9 The Indian Agent and OEM both are responsible for successful execution of the Contract.
54.2.10 Foreign OEM should also confirm that they are having all the testing facilities as required for testing of the equipment as per relevant IS / TEC / ANSI with their latest amendments.
54.2.11 Foreign OEMs have to confirm for design, manufacturing & testing of equipment as per relevant IS / IEC / ANSI with latest amendments.
54.2.12 Agency quoting for the equipment, OEM should give commitments for full technical / financial back up / after sales support including spares and confirm that the products are as per Technical Specification & type tested as per IEC / IS / Specification from accredited Laboratory.
54.2.13 For bidding purpose, the OEM shall permit only one Indian Agent / Associate to participate in the Bid, as its Sole Agency.
54.2.14 All Acceptance Tests shall be carried out in presence of GETCO's Engineer / Representative at OEM's Works without any extra cost to the GETCO. However if required, the Acceptance Test shall be carried out in any NABL approved Laboratory in India for which the cost will be borne by the GETCO.
54.2.15 For dispute, if any, the Indian Judicial as defined in the Tender by the GETCO shall be binding on Foreign OEM.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 33 of 65
54.2.16 Over and above following documents shall be submitted: 54.2.16.1 Attested photo copies of all Agreements with the Principal including
54.2.16.2 The nature of services to be rewarded by an Authorized Representative / Agent & the Commission payable to him shall unambiguously reflect in the Contract.
54.2.16.3 PAN No. Disclose Name & Address of Bankers within & outside Country 54.2.16.4 Income Tax No. of Foreign Supplier. 54.2.16.5 Balance Sheet of last 3 years to be submitted. 54.2.16.6 Previous professional background & suitable details regarding the nature
of the business undertaken by the Agent. 55
Tenderers should agree to submit the Test Certificates in triplicate after inspection is carried out by GETCO Representative prior to dispatch of materials for GETCO approval.
56 GETCO reserves the right to cancel any or all the offers / bids or to accept any offer without assigning any reasons. Also in case GETCO finds that there is an attempt of cartel in the prices, GETCO reserves the right to consider or reject any or all the parties offers without assigning any reasons thereof.
57 GETCO reserves the right to increase or decrease the quantity against each item/s while placing the order. 58 QUANTITY TOLERANCE: (When the Order placed is in terms of Weight basis / Length basis) The quantity tolerance shall be allowed + 3% order-wise for total order quantity for each item or mentioned in tender. The weighment recorded at our consignee shall be considered final for purpose of payment. However where the weighbridge facility are not available and / or weigh bridge is out of order or under capacity, material will be accepted on sectional weight basis / weight recorded at any other nearby weighbridge. If the materials are accepted on sectional weight basis and for weighment difference, the tolerance will be allowed as per provisions of IS: 1852 for weight tolerance.
59 The tenderers should invariably write the Tender no., Due date of opening of tender, name and address of the GETCO / bidder, on sealed covers of EMD Cover Documents, otherwise the tender covers without these details will not be opened which may please be noted.
60 The tenderers are required to furnish the technical information and the Guaranteed technical particulars (GTP) in online format of tender only.
61 All the costs of the stamp papers, other than required for payment is to be made through SIDBI / ICICI by COMPANY, are to be borne by you as per the Govt. Of
62 Tenderer should invariably fill up all the details of all the Annexure of online /e-
tendering including the prices in the Price Bid format. This is mandatory. 63 EMBOSSING OR ENGRAVING:
The successful Tenderer wherever possible, will require to emboss / engrave the GETCO
as Insulators, Hardware accessories, Lighting Arrestors, Transformers, Meters, Metal meter boxes, Switches, Distribution boxes, Cable boxes, M.S. Beams and other items as required by GETCO. Also suppliers should emboss / engrave / affix their company name
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 34 of 65
64 If the Tenderer fails to pay the Security Deposit or defaults in execution of the orders placed or if GETCO suffers any financial loss due to this, then GETCO will be at liberty to adjust the amount plus GST as applicable from other orders of the same firm or by encashing the Bank Guarantee.
65
MINIMUM TENDERING QUANTITY (Refer Schedule A) : Minimum Tender Quantity to be Offered / Quoted:-The Bidder, who submits their Bid for a minimum quantity, as specified below for which the firm participated, shall only be considered for price evaluation for particular item.
Sr. No.
Tender Value Minimum quantity to be offered by For MSME
bidders For other bidders
1 Up to 1 Cr. 100% 100% 2 Above 1 Cr up to 5Cr. 50% 50% 3 Above 5 Cr up to 10Cr. 25% 40% 4 Above 10 Cr up to 20Cr. 20% 25% 5 Above 20 Cr up to 35Cr. 15% 25% 6 Above 35 Cr. Up to 50 Crs. 10% 25% 7 Above 50 Cr. Up to 100 Crs. 05% 15% 8 Above 100 Crs. 2.5% 10%
GETCO shall not consider the Bid of any firm, who quotes for lesser quantity than the minimum quantity mentioned in the Tender document. For item wise minimum tendering quantity please refer Schedule-A of tender.
66 Please note that any additional conditions / deviations, if any, found in the Commercial terms & conditions (except reference under clause no.34 of this tender document), then the Price Bids of such tenderers will not be opened and no further correspondences in the matter will be allowed.
67 All the above points should be complied by the Tenderers. If not, tenders are likely to be ignored without making any further reference.
68 The firm whose supply against the previous order is pending as on the date of opening of the tender even after completion of their contractual delivery period, such firm will not be eligible for evaluation purpose unless convincing and sufficient reasons satisfactory to GETCO are furnished by the bidder.
69 PURCHASE AGREEMENT: The successful bidder has to execute agreement on Non judicial Stamp paper of Rs. 100/- duly Notarized as per agreement document uploaded herewith within 10 days after the payment of S.D. amount/Bank Guarantee. The cost of Non judicial stamp & Notary charges will be borne by the successful bidder. The agreement shall be executed between CE /ACE (Proc.)& the authorized representative of successful bidder as mentioned hereunder.
Agreement:- 69.1 On approval of the offer of successful Bidder, a Contract Agreement is required
to be entered into between the GETCO and the successful Bidder. 69.1.1 An Officer who signs the LOA / Purchase Order be authorized to sign the
Agreement documents on behalf of the GETCO & 69.1.2
Authorized Representative as under : 69.1.2.1 If the Authorized Representative is from a Partnership Firm, then a certified
copy of the Registered Partnership Deed must be attached along with the signatures of other partners who have authorized the particular partner to execute and sign the Agreement;
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 35 of 65
69.1.2.2 If it is a Private or Public Limited firm, a copy of the Resolution, authorizing the person to execute and sign the Agreement on behalf of the firm, passed with the Agreement; &
69.1.2.3 If it is a Proprietary Firm, then the Proprietor himself should execute and sign the Agreement and his full residential address must be available in the file.
Upon submission of security deposit and signing of Agreement, GETCO shall issue a detailed A/T /order incorporating various terms and conditions.
70
In case due to any technical snag at bidders end or at service providers for e-tendering, the bidder could not submit their on line tender in prescribed time limit, GETCO is not held responsible for the same and in that case GETCO will not entertained any request / representation
71 Cartel:- If, the GETCO during the procurement process, observes or suspects any activity on the part of bidders or obtains any knowledge which indicates the existence of cartel formation amongst the bidders or apprehends the possibilities of cartel as defined under The Competition Act, 2002, the Board of the Company being a government Company involved in public procurement work, reserve all rights to allot quantities to such bidders, who are not part of the cartel, in any manner deemed fit in the interest of the Company without assigning any reason thereof. Besides the above the GETCO, may initiate actions under the Competition Act/ other laws and / or the bidder(s)/ firm(s) will be black listed / stop deal, at its sole discretion.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 41 of 65
ANNEXURE 1 (TO BE SUBMITTED / FILLED IN ONLINE / e-TENDER FORMAT ONLY)
Subject: Supply of ______________________________________ Reference: Tender enquiry No.: GETCO/ / Due on date: / / 201 . In connection with the above subject and reference I/ We confirm the following:
1. I / We, the under signed have read and examined the Tender Specifications in tender mentioned under reference along with the Commercial terms and conditions.
2. I / We, declare that our Technical Bid is strictly in line with the Tender specifications (except
the deviations shown in Annexure of Technical Deviations as per clause no.35 of this tender document).
3. Further, I / We also agree that additional conditions / deviations, if any, found in the
Commercial terms & conditions (except reference under clause no.35 of this tender document), our offer shall be out rightly rejected without assigning any reason thereof.
Seal of the Firm Signature of the Authorised Representatives
of the firm Date: Name: Status:
Name of the Tendering Firm / Agency:
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 42 of 65
ANNEXURE 2 (TO BE SUBMITTED / FILLED IN ONLINE / e-TENDER FORMAT ONLY)
I / WE, confirm that following documents are filled in / submitted in the online / e-tendering format of the technical bid. Sr. No Details Confirmation
(Tick any one) 1 YES / NO 2
Copy of the un-priced schedule (Description and quantity of items offered in price schedule without price)
YES / NO 3 - YES / NO 4 - YES / NO 5 List of Performance certificates as per - YES / NO 6 - YES / NO 7 Certificate A YES / NO 8 Confirmation of GETCO technical specification YES / NO 9 Guaranteed Technical Particulars submitted in GETCO
Performa only. YES / NO 10 ANNEXURE - 10 YES / NO 11 ANNEXURE - 11 YES / NO 12 ANNEXURE - 12 YES / NO 13 ANNEXURE - 13 YES / NO 14 ANNEXURE - 14:Undertaking in regard to Stop Deal / Black
List thereof YES / NO 15 ANNEXURE 15:Declaration as manufacturer of tender
Item/s YES / NO 16 Important Instruction YES / NO
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 43 of 65
ANNEXURE 3 DETAILS OF THE FIRM
(TO BE SUBMITTED / FILLED IN ONLINE / e-TENDER FORMAT ONLY)
These details are necessary to create the database of suppliers
Supplier Name Works/factory at Within Gujarat / Outside Gujarat Pvt. Firm / Public Ltd. / State Govt. Under taking / Central Govt. undertaking (Indicate the relevant status) Supplier Category Manufacturer/Authorized dealer/distributor/Trader/Agent Vendor Registration Letter No. & Date Vendor Registration Fee for New Entrants/Re-registration Not applicable/Paid / Not Paid Vendor Registration /Re-registration fee paid Date Vendor Registration Validity Period From Date___________ to Date___________ VAT / TIN No. and VAT / TIN Date, if applicable GST Registration No. and GST Date MSEs / SSI Certificate /EM No. and Date NSIC/DGS&D/CSPO Certificate No. (Should be revalidated since last 3 yrs.)@
NSIC/ DGS&D/CSPO Certificate Date. @
Whether under NSIC/ DGS&D/CSPO scheme. If Yes then Monetary limit. @
Rs. Custom No. and Date (If applicable) ISO Certification Details Name of ISO Certification Agency Validity Period of ISO Certification From Date___________ to Date___________ Address of Registered
Office Factory / Works Authorized Representative
(As per cond. no.:40 above) Contact person name Designation Address City & Pin code State Country Phone Nos.(Office) Phone Nos.(Residence) Fax Nos. STD Code. Mobile No. Web site address Email-id Specimen signature
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 44 of 65
ANNEXURE 3 (Continued)
DETAILS OF PARTNERS / DIRECTORS OF FIRM / COMPANY
Sr. No.:
Name of Partners / Directors
DIN no. as applicable e- mail ID
Address of Office & Contact Phone / Fax No. / Mobile
No.
Address of Residence &
Contact Phone / Fax No./ Mobile
No. 1 2 3 4 5
Name of Authorized Signatory:
@ Applicable for Gujarat based (Works in Gujarat) bidders only.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 45 of 65
ANNEXURE 4 UN PRICED SCHEDULE (COPY WITHOUT PRICES)
(TO BE SUBMITTED / FILLED IN ONLINE / e-TENDER FORMAT ONLY) Sr. No.
Details of the Items / Equipments Offered Quantity Offered Production Capacity for the
offered item / items @
@ No. of shift per day in operation at factory/works considered for working out annual production capacity may be mentioned.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 46 of 65
ANNEXURE - 5
DELIVERY SCHEDULE (TO BE SUBMITTED / FILLED IN ONLINE / e-TENDER FORMAT ONLY)
Tenderer should furnish their Delivery Schedule of the tendered items in the following table in online / e-tendering only Approval of drawing / prototype sample, if applicable is to be completed in commencement period only (as indicated by GETCO in the tender) Sr. No.
Details of the Items / Equipment Offered
Commencement Period as per
tender Schedule after
Commencement period.
Note: The bid will be rejected if offered delivery is more than the requirement of tender, without going in to further correspondence with bidder.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 47 of 65
ANNEXURE- 6 DETAILS OF THE EXPERIENCE FOR SUPPLY OF TENDER ITEM /SIMILAR TYPE OF
TENDER ITEM IN LAST FIVE YEARS FROM THE DUE DATE OF TENDER:
(TO BE SUBMITTED / FILLED IN ONLINE / e-TENDER FORMAT ONLY)
Sr. No.
ITEMS SUPPLIED
TO ORDER
REFERENCE No. & DATE
Name of
ITEMS ORDER
QUANTITY ORDER FULLY
EXECUTED YES/NO
STATUS, IF
ORDER UNDER
EXECUTION
Qty. on hand if order under
execution
REMARKS
A GUVNL (Formerly GEB ) MGVCL/UGVCL/DGVCL/PGVCL/GETCO/GSECL
Technical bid Cover clause no. 8)
1)2)3) 4) 5)
B OTHER STATE ELECTRICITY BOARD:
1)2) 3) 4)
5)
C PRIVATE FIRMS:
1) 2) 3) 4)
5)
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 48 of 65
ANNEXURE 7
LIST OF PERFORMANCE CERTIFICATES (PHOTO COPY/IESOF PERFORMANCE REPORT/S TO BE UPLOADED IN TECHNICAL
STAGE OF ONLINE MODE / e-TENDER FORMAT ONLY) Sr. No.
Name of the Authority by whom certificate is issued
Reference No. & Date Details of items supplied
1 2 3 4
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 49 of 65
ANNEXURE- 8
LIST OF TYPE TESTS REPORTS
(PHOTO COPY/IES OF TYPE TEST REPORT/S DULY NOTARIZED OF EACH OFFERED ITEM AS PER REQUIREMENT OF TENDER TO BE SUBMITTED IN PHYSICAL FORM IN
as per clause no. 8)
Sr. No
Type Test Report No.
& Date
Tests Carried out at (Name
of Laboratory)
Rating & Type /
Designation of Item /
Equipment
Name of the test
Conducted Results
Of the Tests.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 50 of 65
ANNEXURE 9
LIST OF THE TENDER DRAWINGS
(DRAWING OF EACH OF ITEM OFFERED AS PER REQUIREMENT OF TENDER TO BE
SUBMITTED IN PHYSICAL FORM WITH TECHNICAL BID COVER)
Sr. No. Description / drawing of Drawing Number Number of Sheets 1 2 3 4
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 51 of 65
ANNEXURE 10 (TO BE SUBMITTED / FILLED IN ONLINE / e-TENDER FORMAT ONLY)
1 PRICES: [FIRM /VARIABLE] FIRM /VARIABLE
2
GST:[In percentage] instead of percentage) (In case different rate of GST applicable on different items, details shall be provided separate annexure) Please quote your GST Registration No.& Date of the location wherefrom Supplier / Contractor intends to supply goods / services)
_____________
%
3 PENALTY TERMS OF TENDER AGREED: (Clause no.:25) (Please Specify YES / NO.) YES / NO
4 PERFORMANCE GUARANTEE TO COVER EXECUTION PERIOD (SECURITY) TERMS OF TENDER AGREED: (Cl.no.9)(Please Specify YES / NO.) YES / NO
6 DELIVERY TERMS OF TENDERAGREED: (Please Specify YES / NO.) (It should not be different than declared / mentioned in Annexure-5) (Please refer Cl. no. 23 of comm. T & C and as per schedule-A of tender)
YES / NO
7 VALIDITY OF THE OFFER OF TENDER AGREED (clause no.:10)(Please Specify YES / NO.) YES / NO
8 PAYMENT TERMS OF TENDER AGREED: (Clause no.:20) (Please Specify YES / NO.) YES / NO
9 ITEMS OFFERED : Brief description :
1. 2. 3. 4. 5.
10 QUANTITY OFFERED ( It should not be different than declared / mentioned in Annexure-4)
1. 2. 3. 4. 5.
Note: % age / amount of GST/Cess will be considered as offered in price bid.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 52 of 65
ANNEXURE 11
(SCANNED / PHOTO COPY OF EACH OF FOLLOWING TO BE SUBMITTED WITH TECHNICAL BID COVER ONLY AS AN ATTACHMENT)
Vendors must furnish the below details /documents along with technical Bid as attachments in e-tender. (1) ered item/s of tender (2) List of machinery installed for manufacturing of offered item/s of tender (3) Annual production capacity (with shift in operation) of each item manufactured (4) Copy showing GST Registration no. and date and issuing authority (5) Copy of valid factory license (for manufacturer) (6) Copy showing Registration No. under shops and Estt. Act and issuing authority (if
applicable) (7) Audited Accounts and financial turnover of last three years of the firm, duly certified by
Authorized Charter Accountant (8) Performance reports, if any (9) Consent letter from their principals to manufacture such items whenever applicable (10) issued by RoC (11) Copy of each order of subsidiary company of GUVNL for each item offered which are
also) (12) Copy of each order of subsidiary company of GUVNL and other COMPANY/ SEB for each
Note: In case of non-attachment of mandatory document or attachment of wrong document, bid/offer may be rejected at the discretion of GETCO.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 53 of 65
ANNEXURE 12 (TO BE SUBMITTED / FILLED IN ONLINE / e-TENDER FORMAT ONLY)
TECHNICAL& COMMERCIAL DEVIATIONS, IF ANY, TO BE FURNISHED IN THIS ANNEXURE
ONLY
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 54 of 65
TO BE DISCUSSED
ANNEXURE 13 (To be submitted in online mode)
(UNDERTAKING IN REGARD TO QUOTED PRICE) (All bidders will have to furnish the following undertaking duly filled in, for all the quoted item/s of the tender along with online Technical) [A] Bidder shall mention confirmed/Not confirmed in provided box. submission of the above tender, we have not quoted/offered the unit ex-works price with GST/Cess for the tendered item/s (with similar specifications as per the above tender of GETCO) at the unit ex-works price with excise duty/ GST/Cess to other subsidiary company of GUVNL, which is lower than the unit ex-works price with GST/Cess quoted/offered in the above tender by us for the aforesaid tendered item.
Confirmed/ not
confirmed
[B] If not confirmed at [A] above, please fill up the following. The unit ex-works price with GST/Cess quoted/offered (with similar specifications
as per the above tender of GETCO) by us to other subsidiary company of GUVNL at the prices lower than this tender during the last three (3) months are given below:
#up to 25 Nos. of Rows
Sr. No.
Name of tender item
Name of buyer
Unit ex-work price with GST/Cess in Rs.
#
[C] Bidder shall mention accepted/Not accepted in provided box. We further accept and confirm that if the above prices as per [B] quoted/offered are lower than the prices of this tender or if subsequently it comes to the knowledge of GETCO that we have quoted/offered the unit ex-works price with GST/Cess or tendered item/s (with similar specifications as per the above tender of GETCO) to other subsidiary company of GUVNL, which is lower than the unit ex-works price with GST/Cess quoted/offered by us in the present tender of GETCO for the tendered item/s during past 3 months from the last date of submission of this tender and till LOA is placed under this tender by GETCO, GETCO is authorized to place the LOA / A/T for the above tendered item/s at lowest of the such lower unit ex-works price with GST/Cess quoted/offered by us during this period and we undertake to accept the LOA / A/T at such lowest unit ex-works price with
Accepted/ not
accepted
NOTE:
[C] OF ABOVE ANNEXURE -13 IN ONLINE MODE. THE WORDS OTHER THAN ABOVE SHOULD NOT BE ALLOWED / CONSIDERED OTHERWISE THE BID MAY BE REJECTED WITHOUT GOING IN TO FURTHER CORRESPONDANCE WITH BIDDER.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 55 of 65
ANNEXURE 14
(UNDERTAKING IN REGARD TO STOP DEAL / BANNED FOR BUSINESS DEALING / BLACK LIST THEREOF).
Sub: Undertaking in regard to Stop Deal / Banned for Business dealing / Black List Thereof. Ref: Tender No.: I / We ________________________________________________________ authorized signatory of M/S ______________________________________ here by certify that M/S __________________________________________ and their proprietor / any partner / any directors of the firm is not stop deal and/or banned for business dealing and/or black listed by GUVNL and/or their any subsidiary company viz. GSECL / GETCO / DGVCL / MGVCL / UGVCL / PGVCL.
Signature of the Tenderer Seal of the Firm
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 56 of 65
ANNEXURE-15
(TO BE SUBMITTED IN ONLINE / e-TENDERING FORMAT)
Ref.: Date:
Confirm / Not Confirm: _____________ Name of Bidder / Manufacturer: ___________________ Address of the works: _____________________ ______________________ ______________________
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 57 of 65
(TO BE SUBMITTED / FILLED IN ONLINE / e-TENDER FORMAT ONLY) Tender for Supply of ________________________
Tender No. GETCO/ Due On:
CERTIFICATE
I / We__________________________________ authorised signatory of M/s.________________________________________ hereby certify that M/s.______________________________________ is not related with other firms who have submitted tenders for the same items under this inquiry / Tender. Seal of the Firm Signature of the Tenderer With Designation Place: Date:
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 58 of 65
(TO BE SUBMITTED / FILLED IN ONLINE / e-TENDER FORMAT ONLY)
1. The Tenderer should clearly give certificate along with the Technical Bid:
GETCO Tender specifications, Guaranteed Technical Particulars and drawing as mentioned in the Tender Specifications. There is no commercial or Technical deviation (except the deviations shown in Annexure of Technical Deviations as per clause no.35 of this tender document) in the offer from GETCO Tender Specification. I undertake to abide by GETCO Technical specification / Guaranteed Technical Particulars / Drawing, I undertake to supply materials strictly as per GETCO Technical specification / Guaranteed Technical Particulars / Drawing, even if any technical deviations are mentioned by me. I also undertake to abide by all commercial conditions of GETCO, including de
_____________________ (Signature of the Tenderer)
2. Any offer without above certificate will not be considered and the tender will be outrightly ignored in the absence of above certificate. 3. After opening of the Tender, if it is found that the offer given by the Tenderer is not according to GETCO specifications, Guaranteed Technical Specifications, Drawing and commercial terms and conditions and false certificate is given by the Tenderer, then GETCO will not deal with the firm for the present Tender. It is, therefore requested that the Tenderer should take care in giving their offer and submission of documents, including Type Test certificate. 4. The conditional tenders will not be accepted.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 59 of 65
VENDOR REGISTRATION APPLICATION FORM:
1. a) Name of the Firm b) Year of Establishment.
c) The date of commencement of commercial production. d) PAN / TAN No. (Attach certified copy). e) GST Registration No. (Attach Certified copy).
2. Address of the Factory / Works from where material will be supplied a) Full Address: b) Telephone No. c) Fax No. d) e - mail ID. 3. Address of the Registered Office. a) Full Address: b) Telephone No.
c) Fax No. d) e-.mail ID. 4. Whether Proprietary or Partnership or Pvt. Ltd., or Public Ltd.(Copy of Income Tax Returns
for 3 years in case of Proprietary Firm, Partnership Deed in case of Partnership Firm and Memorandum and Article of Association in case of GETCO)
5. Name of the Proprietor / Partners / Directors. 6. a) List of items / materials to be registered for supply with rating / description. The relevant
IS Number shall be mentioned. b) Details of Registration nonrefundable fees of Rs._______________ vide Cheque / D.D.
No. _________ dated _______________ issuing Bank ______________. (Attach a copy of Money Receipt issued by the GETCO)
7. Whether the Factory is owned by the Firm (documentary evidence of Ownership must be
produced). In case Firm does not own factory but utilize the facility for manufacturing / basis, the Firm should furnish valid Legal Agreement that factory of (here indicate the Name Five Years at the time of Registration / Re-the Firms have applied.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 60 of 65
8. Name and Full Address of the Bankers and Account No. along with details of credit facilities
sanctioned.
a) Total investment excluding Loan Capital (Pl. attach Certified True Copy of the last 3
b) Total turnover for last Three Years. c) Copies of Income Tax Return for last 3 years.
9. Loan Capital with Bank Limit. 10. Copy of latest Income Tax Clearance Certificate. 11. Product manufactured with complete description. 12. Area of land occupied by the Factory. 13. Built up area of the Factory. 14. No. of Working Shifts in the Factory. 15. Factory License No. (Notarized Copy) 16. SSI and NSIC/ DGS&D/ CSPO Certificate No.(Notarized Copy) 17. Value of Plant and Machinery certified by SSI in case of SSI Units, along with the date of
assessment of said value. 18.
Registration etc. along with copy of Registration Certificate. 19. Whether the product manufactured carry ISI mark (Please specify YES / NO) 20. Whether registered with other Power Utilities DGS&D, Other Govt. and Semi-Govt. Deptt.
and validity thereof. (attach a copy such Registration Certificate) 21. Details of machinery installed with their capacities. 22. Details of testing equipment with their capacities and details of Calibration. 23. a) Qualified personnel working in the Factory / Office, their academic Qualification and
Experience.
Particulars Name Qualification Experience a) Managerial b) Production / Work Staff c) Quality Control Staff b) Other Personnel working in the Factory and their experience.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 61 of 65
a) Skilled
b) Unskilled
c) Other.
24. a) Is testing record maintained and if so, since when b) Type Tests as per Standards (This is must for Registration) 25. Method adopted for Quality Control 26. Is the person in charge for Quality Control independent of production control? 27. Distinguished marks or method employed to identify materials, if any. 28. Source of supply of Raw Materials (with address) 29. a) Production Capacity per annum (quantity) b) Maximum production per annum (in quantity as well as value) achieved so far. 30. a)
Date, Quantity Supplied till actual completion date, (self certified statement to be attached).
b) Please confirm whether your Firm and/or proprietor/ partner/ director of the firm is not
under Stop Deal / banned for business dealing / Blacklisted by any Power Utility or Offices, Submit details. This is must (Affidavit by Director is required)
31. Estimate of stocks of raw material held and the estimated Production on single shift basis
from the stock so available. 32. Result of sample testing. 33. List of items holding ISO 9001 Certificate. 34. Remarks. Signature Date: Place:
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 62 of 65
LIST OF DOCUMENTS TO BE ATTACHED WITH VENDOR REGISTRATION FORMS. Following Original or Notarized documents in Gujarati, Hindi or in English language, whichever is applicable are to be attached in Triplicate:-
i. Partnership Deed or Memorandum of Article of Association
ii. Audited Balance Sheet of last 3 years
iii. Factory License
iv. Registration Certificate
v. ISI / BIS / International Licenses.
vi. List of Machineries
vii.
viii. List of Orders executed along with details of highest single value order. Give the name of Purchaser, Order No. & Date of Supplies.
ix. ISO 9001 Certificates
x. PAN No.
xi. GST Registration No.
xii. Latest Telephone and Electricity Bill (Photo Copy)
xiii. Type Test Report as per relevant IS for items to be registered not older than 7 Years.
xiv. Approved Plan of Factory.
xv. If premises are on Lease base / Rental base, registered documents are required.
xvi. Name and Address of all the Partners / Directors.
xvii. The complete details of Partners / Directors involved in other Company.
xviii. Declaration from the prospective Vendors that, none of the Partners or Directors is either a
Partner or on the Board of an entity, which is in default to GUVNL or any of its subsidiaries.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 63 of 65
1. ANNEXURE III LIST OF DOCUMENTS REQUIRED FOR CHANGE OF NAME:
1. Undertaking letter forma 2. Latest renewed Factory License in the new name. 3. Memorandum, and Articles of Association. 4. List of Directors.
Date : Place : Signature tenderer : R1 Commercial terms & Conditions Page 64 of 65
Annexure A (On duly Notarized Non-Judicial Stamp Paper of Rs. 100/-)
UNDERTAKING
We, M/s. _____________________________________________ address _____________________________________________________________, do hereby declare that the name of our Company / Firm has been changed from M/s. ___________________________________________________________ to M/s. ______________________________________________ pursuant to MOA / Amalgamation. We, through this Undertaking confirm that there is neither change in the infrastructure facilities nor in the products / items and that change is only in the Name / Ownership / Control of the Company / Firm only. We shall be liable and responsible, to execute the Orders placed vide A/T No. _________________________________ and Vendor Registration given by ___________________________________ (Name of subsidiary Company), and agree to fulfill all the obligations related to it.
Remarks: Tenderer should invariably furnish notarized copy of their valid BIS License (with all enclosures of the BIS License) held by their firm using IS / BIS mark whenever applicable. I / We agree to supply the articles noted above at the rates herein tendered by me / us subject to the condition of tender and supply at the Tender Inquiry which I / We have carefully read and which I / We have thoroughly understood and to which I / We agree. I / we hereby agree to keep this offer open for 120 days after returnable date of the tenders and shall be bound by communication of acceptance dispatched within the prescribed time.
Date: (Signature of Tenderer)
With Company's Round Seal)
GUJARAT ENERGY TRANSMISSION CORPN.LTD.
DRAWN: CHECKED: APPD:
DATE:SCALE: DRG. NO:
GETCO / C /
2S-STD /CB-BASE-19
REV:
R1
SHEET:
1 OF 1
S.P.VIDYUT BHAVAN, RACE COURSE,
VADODARA - 390 007
A3
TT
OO
CC
EE
GG
SIZE:
TYPICAL FOUNDATION PLAN FOR 220KV 'CIRCUIT BREAKER'
06.04.2016N.T.S.
JE(CIVIL)DE(CIVIL)
CE (ENGG.)SE (CIVIL)
EXECUTION PURPOSE
(TYP)
(T
YP
)
FDN BOLT M30 Ø
1000MM LENGTH
R1
AS PER DESIGN CHANGE NOTE
R0 FIRST PREPARATION ON DATED. 11.03.2015
REV: DESCRIPTION
SR NO.
REFERENCE
EXCAVATION PLAN
ACE (ENGG.)DE(ENGG)
GENERAL NOTES:-
1. ALL DIMENSIONS ARE IN MILLIMETER AND LEVELS ARE IN METER.
2. DO NOT SCALE THIS DRAWING ONLY WRITTEN DIMENSION SHALL BE
FOLLOWED.
3. THE GRADE OF CONCRETE SHALL BE M20 EXCEPT LEAN CONCRETE.
4. THIS DRAWING IS ONLY FOR SUPPORT STRUCTURE DESIGN OF
CIRCUIT BREAKER.
5. FOUNDATION DRAWING SHALL BE ISSUED BY CORPORATE ENGG. FOR