Top Banner
TAMIL NADU ELECTRICITY BOARD CHENNAI TAMIL NADU SPECIFICATION FOR SUPPLY OF 30/110V DC OUTDOOR CONTROL AND RELAY PANELS SPECIFICATION NO. TR-II/T- 1380 DUE DATE : 28.10 .2006
86
Welcome message from author
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.
Transcript
Page 1: Tender

TAMIL NADU ELECTRICITY BOARDCHENNAI

TAMIL NADU

SPECIFICATION FOR SUPPLY OF 30/110V DC OUTDOOR CONTROL AND

RELAY PANELS

SPECIFICATION NO. TR-II/T- 1380 DUE DATE : 28.10 .2006

OFFICE OF THE CHIEF ENGINEER/TRANSMISSION,6TH FLOOR, NPKRR MAALIGAI,

800, ANNA SALAI, CHENNAI - 600 002.

Page 2: Tender

: TAMIL NADU ELECTRICITY BOARD :SPECIFICATION NO.T- 1380

1. Equipments : OUTDOOR CONTROL AND RELAY PANELS Quantity : 30V/110V DC - 39 Nos

( 34 Nos+ 5 Nos )

2. a). Last date for Sale of Tender document: : 27.10.2006 b) Due date & time for receipt of : 14.00 Hours on 28.10.2006 tenders

3. Due date & time for opening : 15.00 Hours on 28.10. 2006 of tenders

If the due date for receiving and opening the tender happens to be declared holiday then the tender will be received and opened on the next working day .

4. (i) Earnest Money Deposit : Rs. 15,000 /- (Rupees Fifteen thousand only)

(ii)Permanent Earnest MoneyDeposit : Rs. 5,00,000/- and above

5. Tender outer cover should : Chief Engineer/Transmission, be addressed to Tamil Nadu Electricity Board,

6th Floor, NPKRR Maaligai, 800, Anna Salai, Chennai – 600 002. TELEGRAM : SETRANDIS

6. Submission of Tender : Two Part System.

7. Clarification to be sought for from : Chief Engineer/Transmission, Tamil Nadu Electricity Board,

Chennai – 600 002.8. Required number of tender copies : In duplicate 9. Place at which tenders will be : Office of the Chief Engineer, opened Transmission/TNEB/Chennai – 2.10. Cost of Tender Document : Within Tamil Nadu Outside Tamil Nadu* (Non-refundable) Rs. 2500 /- Rs.2762.5/-

* Inclusive of Central Sales Tax at the rate of 10.5% applicable for Tender Documents sent by Post outside the State. For documents sent by Post (both inside & outside Tamil Nadu), Rs.100/- will be collected towards postage.

2

Page 3: Tender

NOTE :

1.The SSI units located in Tamil Nadu shall also remit the cost of the Tender Specification.

2. The tender documents shall be supplied to the intending tenderer after collecting the rate prescribed by the competent authority.

3. The Tender Documents are available in the Tamil Nadu Electricity Board website (www.tneb.org) and the prospective bidders may get the specification by down-loading from Tamil Nadu Electricity Board Website. In such case, the bidders shall be required to remit the cost of Tender Documents by a separate Demand Draft/Banker's Cheque and kept separately along with their offer, as specified in para 4 below.

4. If the Tenderer does not keep the Demand Draft / Banker’s Cheque for the cost of Tender Documents outside the inner covers and inside the overall envelope, then the tender will be summarily rejected without opening the inner envelope.

5. The Demand Draft/Banker’s Cheque towards the cost of Specification in the event of downloading from TNEB Website, should be taken on or before the last date for sale of tender specification. (i.e. one day prior to the due date for Tender opening).

6. The Demand Draft/Banker’s cheque towards the cost of specifcation shall be drawn in favour of TNEB Collection Account, payable at Chennai.

3

Page 4: Tender

SPECIFICATION No T: 1380 OUTDOOR CONTROL AND RELAY PANELS

DESCRIPTION

SECTION - I : EARNEST MONEY DEPOSIT

SECTION - II : BID QUALIFICATION REQUIREMENTS

SECTION - III : REJECTION OF TENDERS

SECTION - IV : INSTRUCTION TO TENDERERS

SECTION - V : COMMERCIAL

SECTION - VI : TECHNICAL

SECTION - VII : FORMATS

SCHEDULE - A : SCHEDULE OF PRICES

SCHEDULE - B : SCHEDULE OF MATERIALS AND DELIVERY PERIOD

SCHEDULE - C1 : DEVIATION FROM TECHNICAL SPECIFICATION

SCHEDULE - C2 : DEVIATION FROM COMMERCIAL SPECIFICATION

SCHEDULE - D : STATEMENT OF SUPPLY ORDERS EXECUTED/UNDER EXECUTION DURING THE PAST THREE YEARS AS ON THE DATE OF TENDER OPENING.

SCHEDULE - E : DECLARATION FORM

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

SCHEDULE - G : TYPE TEST PARTICULARS.

ANNEXURE :

ANNEXURE - I : GUARANTEED TECHNICAL PARTICULARS

4

Page 5: Tender

SECTION – I EARNEST MONEY DEPOSIT

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

Earnest Money Deposit : Rs. 15,000/-(Rupees Fifteen thousand only) 2) The Earnest Money Deposit specified above should be

A DEMAND DRAFT/PAY ORDER / BANKER’S CHEQUE for the above amount, from any of the Nationalised/Scheduled/Foreign Banks with Branches in India payable to the CHIEF FINANCIAL CONTROLLER, T.N.E.B., N.P.K.R.Ramasamy Malligai, 7th Floor, “Electricity Avenue” 800, Anna Salai, Chennai - 600 002.

3) The EMD will not carry any interest.

4) The Earnest Money Deposit will be refunded to the unsuccessful tenderers on application to the Superintending Engineer/TR-II after intimation of the rejection/non-acceptance of their tender is sent to them.

5) CHEQUE/ Bank guarantee will not be accepted towards E.M.D. and the tenders shall be rejected if EMD is not paid in the prescribed manner.

6) The tenderer who had made a permanent EMD of Rs. 5,00,000/- and above with the Board can participate in this Tender.

7) The Small Scale Industrial units located within the State and Registered with the Tamil Nadu Small Industries Development Corporation or the National Small Industries Corporation or Holding Permanent Registration certificate from the District Industries centres of Directorate of Industries and Commerce in respect of those items for which the Registration Certificate has been obtained, Department of the Government of Tamil Nadu and Undertakings and Corporations owned by Government of Tamil Nadu, Labour Contract Co-operative Societies, Tiny Industries classified under SSI registered with the State of Tamil Nadu and Registration Certificate issued by Department of Industries and Commerce/Government of Tamil Nadu, Small Scale Industrial Units located outside the State and such of these units registered with National small Industries Corporation in respect of the items manufactured by them are the only categories of Institutions/Industries exempted from the payment of Earnest Money Deposit . 8)Those Tenderers who are exempted from payment of EMD shall furnish in lieu of EMD an undertaking on a non-judicial Stamp paper of value not less than Rs.80/- (Rupees Eighty Only) to the effect to pay as penalty an amount equivalent EMD or an amount equal to the actual loss incurred whichever is less in the event of non-fulfillment or non observance of any of the conditions stipulated in the contract

5

Page 6: Tender

consequent to such breach of contract. The State Government, Public Sector undertakings who are exempted from payment of EMD should also pay as penalty an amount equivalent to the amount fixed as Earnest Money Deposit in the event of non-fulfillment or non observance of any of the conditions stipulated in the contract. TENDERS RECEIVED WITHOUT THIS UNDERTAKING WILL NOT BE OPENED.

9) Small Scale Industries registered within the State of Tamil Nadu shall enclose duly attested Photostat copy of their Registration Certificate showing the subject materials specifying capacity which they are permitted to manufacture and the period of validity of the certificate as proof of eligibility for exemption from payment of EMD as specified in Clause - 1 in a sealed outer envelope.

10) Others viz. Central and Other State Government Departments, Undertakings and Corporations other than Tamil Nadu shall have to pay Earnest Money Deposit and Security Deposit.

11) If on opening the outer cover, it is found that (a) the Demand Draft/Pay Order/ Banker’s Cheque/ Undertaking along with proof for exemption of EMD and (b) Demand Draft/ Banker's Cheque towards cost of specification in case of tenderers downloading the Specification from TNEB Website has not been enclosed with the tender, then their offer will be SUMMARILY REJECTED without opening inner envelope.

12) The Earnest Money Deposit made by the Tenderer will be forfeited if :-

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

(b) He withdraws his tender before the expiry of validity period stipulated in the specification or fails to remit the security deposit.

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

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

(13) In the event of the documents furnished with the offer being found to be bogus or if the documents containing false particulars, the Earnest Money Deposit paid by the tenderers will be forfeited in addition to black listing them for future tenders/contracts in Tamil Nadu Electricity Board.

6

Page 7: Tender

SECTION – II

BID QUALIFICATION REQUIREMENTS (BQR)

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

1) Only manufacturers of control and relay panels are eligible for submitting bids. Necessary documentary evidence shall be furnished for the same. If the bids are received through consortium, the same will not be considered and the bids will be rejected. Tenders received from Agents / Dealers will not be considered.

2) Annual Turnover of the Tenderer should be more than Rupees 4,00,000/= (Rupees Four Lakhs Only) in any one of the preceeding 3 financial years.viz; 2003-2004, 2004-2005, and 2005-2006. The Tenderer shall furnish either the Annual Turn Over Certificate for 3 years certified by Chartered Accountant or Annual statement of Accounts (i.e) Profit & Loss Accounts and Balance Sheet for preceeding 3 years certified by Chartered Accountant in support of Annual Turn Over.

3) The Bidders shall furnish the details of various Purchase ordersplaced on them by State Electricity Boards/ Utilities and executed during the last three years on the date of Tender Opening for the Tendered items. Necessary documentary evidence from the end users in proof of having executed the above orders from the end users shall be furnished.

THE OFFERS OF BIDDERS NOT SATISFYING Sl.No. 1 to 3 OF THE ABOVE “BID

QUALIFICATION REQUIREMENTS” WILL BE SUMMARILY REJECTED.

7

Page 8: Tender

SECTION – III

REJECTION OF TENDERS:

I. Tenders will be summarily rejected if

(a) The EMD requirements are not complied with,(b) Not satisfying any of the Bid Qualification Requirements.(c) Cost of specification in case of downloading of specification, is not

enclosed.

II. Tender is liable to be rejected, if it is:

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

(b) with validity period less than that stipulated in this specification

(c) not in conformity with Board’s Commercial terms and Technical Specifications (Section - V & VI ).

(d) not signed by the tenderer.

(e) received from a tenderer who is directly or indirectly connected with Government service or Board Service or services of local authority.

(f) from those who have not purchased the copy of the Tender document.

(g) from any black listed Firm or Contractor.

(h) received by Telex/Telegram / E-Mail

(i) from a tenderer whose past performance/Vendor rating is not satisfactory

(j) not containing all required particulars as per Schedule - A to G.

III. Offers received from consortium of SSI units will be rejected.

IV. The offer received after due date and time shall be rejected.

8

Page 9: Tender

SECTION – IV – INSTRUCTIONS TO TENDERERS

1.0. Sealed tenders in Two Part System (a) Technical Bid with Commercial terms but without Price Bid and (b) Price Bid (both bids in duplicate) will be received for and on behalf of TAMILNADU ELECTRICITY BOARD herein after referred as Board so as to reach on or before the due date prescribed. All the tenders shall be prepared and submitted strictly in accordance with the Instructions set forth herein. THE TENDERERS WHO DO NOT FULFILL THE “BID QUALIFICATION REQUIREMENTS“ AS PER SECTION – II NEED NOT PARTICIPATE IN THE TENDER. OFFERS NOT SATISFYING THIS "BID QUALIFICATION REQUIREMENTS” WILL NOT BE CONSIDERED AND WILL BE SUMMARILY REJECTED.

1.1. The Transparency in Tenders Act 1998 and the Transparency in Tenders Rules 2000 with all amendments are applicable to this tender.

2.0. SCOPE OF SUPPLY:

2.1. The scope of supply of the material (described in Schedule-A) includes design, manufacture, inspection, testing, packing, forwarding and delivery of the materials detailed herein, at TNEB stores anywhere in Tamil Nadu.

3.0. SUBMISSION OF TENDER OFFER :

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

4.0. TWO PARTS TENDER: 4.1. The Tenders shall be in Two Parts as detailed below each in a separate sealed

Envelope marked,

" ENVELOPE - A " AND " ENVELOPE - B "

1. . The first envelope, called “Envelope - A” shall contain:

(a) Unpriced bid as per Schedule B, C1, C2, D, E, F and G (i.e. Technical Bid with commercial terms except price.)

(b) Any other information called for in the specification other than price.THIS ENVELOPE - “A” SHOULD NOT CONTAIN ANY PRICE BID.

9

Page 10: Tender

4.2. The second envelope, called Envelope-B, shall contain the PRICE BIDS only as per Schedule – A and as below :-

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

4.4 Envelope- A and Envelope-B and the Earnest Money Deposit in approved form or proof of exemption from payment of EMD along with undertaking in lieu of EMD shall be enclosed in an overall envelope i.e.,

OUTER COVER (overall envelope) SHALL CONSIST OF,1) EMD IN APPROVED FORM (OR) PROOF FOR EXEMPTION FROM

PAYMENT OF E.M.D. ALONG WITH UNDERTAKING IN LIEU OF E.M.D.

2) .DEMAND DRAFT/ BANKER'S CHEQUE TOWARDS COST OF SPECIFICATION IN CASE OF TENDERERS DOWNLOADING THE SPECIFICATION FROM TNEB WEBSITE

3) ENVELOPE - A 4) ENVELOPE - B

4.5. Envelope-A and Envelope-B and the overall envelope should be individually sealed, superscribed with the Specification number, materials offered and due date of submission and addressed to the Chief Engineer/Transmission, 6th

Floor, NPKRR Maaligai, 800, Anna Salai, Chennai – 600 002.

4.6. The Tender offers in complete shape in one envelope containing Envelope – A and Envelope-B, as required in Clause 4.4 shall be sent so as to reach the Chief Engineer/Transmission on or before 2.00 P.M. on the due date for submission of offers.

4.7. The Tender documents shall be addressed to the Chief Engineer / Transmission, 6th Floor, Western Wing, NPKRR Maaligai, 800, Anna Salai, Chennai – 600 002.

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

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

10

Page 11: Tender

4.10. If the tenderer finds any ambiguity in any of the terms and conditions stipulated in this specification, he shall get it clarified from the Chief Engineer / Transmission, 6th floor, Western Wing, NPKRR Maaligai, Electricity Avenue, 800, Anna Salai, Chennai – 600 002. The clarification to the tender documents if any asked for by any tenderer before 48 hours of the opening of the tender will be replied to and copies of such clarification will be communicated to all the tenderers. If this is not done and subsequent to the opening of the tenders, it is found that the doubt, about the meaning or, ambiguity in the interpretation, if any of the terms and conditions stipulated in the specification are raised by the tenderer either in this tender or by a separate letter, the interpretation or clarification issued by the Chief Engineer / Transmission, Tamil Nadu Electricity Board, Chennai – 2 on such of those terms and conditions of the Tender Document as may be raised by the tenderer shall be final and binding on the tenderer.

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

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

4.13. The tender offer shall contain full information asked for in the accompanying schedules and elsewhere in the specification.

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

4.15. In case of postal delivery, tenderers are advised to send them well in advance so that they are delivered at the office of the Chief Engineer / Transmission, Chennai-2 before the prescribed date and time.

4.16. The tenders delivered in person / courier shall be handed over to the Executive Assistant to The Superintending Engineer / TR-II, Chennai – 600 002 before 14.00 hrs. on the due date.

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

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

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

11

Page 12: Tender

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

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

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

4.23. The Tenderers are advised to register themselves as suppliers of the tendered item at the Office of the Superintending Engineer/Transmission, 6 th Floor, NPKRR Maaligai, 800, Anna Salai, Chennai – 2 before tendering.

4.24. ONLY MANUFACTURERS MUST QUOTE. Tenders received from Agents/Dealers will not be considered.

4.25. The Tenderers are requested to furnish the exact location of their factories with detailed postal address, Pin Code, Telephone and Fax Nos. etc., in their tender so as to arrange inspection by the Board if considered necessary.

5.0. TENDER OPENING:

5.1. The Tender offers except price Bid will be opened at 15.00 Hrs. on the date notified, at the Office of the Chief Engineer / Transmission, 6th Floor, NPKRR Maaligai, Electricity Avenue, 800, Anna Salai, Chennai – 600 002 in the presence of tenderer’s authorised representatives who may wish to be present on the date of opening.

5.2. If the last date set for submission of tender offers and opening date happens to be a holiday, the tenders will be received and opened on the succeeding working day, without any changes in the timings indicated.

5.3. The duly authorized representatives of the tenderers who are present shall sign the tender opening register.

5.4. The Tenderer’s Name, prices, all discounts offered, and such other details as the Board, at its discretion, may consider appropriate will be announced and recorded at the time of tender opening.

6.0. INFORMATION REQUIRED AND CLARIFICATIONS:

6.1 To assist in the examination, evaluation and comparison of tender offers, the Board may, at its discretion, ask the tenderer for a clarification of his offers. All

12

Page 13: Tender

responses to requests for clarification shall be in writing and to the point only. No change in the price or substance of the offer shall be permitted.

6.2The Board will examine the tender offers to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the offers are generally in order.

6.3. Prior to the detailed evaluation, the Board will determine the substantial responsiveness of each offer to the Bidding Documents.

6.4. A substantially responsive offer is one which conforms to all the terms and conditions of the specification without any deviation.

6.5. The Tender offers shall be deemed to be under consideration immediately after they are opened and until such time official intimation of award/rejection is made by the Board to the tenderers. While the offers are under consideration, tenderers, and / or their representatives or other interested parties are advised to refrain from contacting by any means, the Board and/or Board’s employees/representatives on matters related to the offers under consideration.

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

6.7. An attempt by any tenderer to bring to bear extraneous pressures on the tender accepting authority shall be sufficient reason to disqualify the tenderer.

7.0 EVALUATION AND COMPARISON OF TENDER OFFERS :

7.1. The tender offers received and accepted will be examined to determine whether, they are in complete shape, all data required have been furnished, the tender offer is properly signed and the offers are generally in order and the tender offer conforms to all the terms and conditions of the Tender document without any deviation.

7.2. For the purpose of evaluation of the tender offers, the following factors will be taken into account for arriving at the evaluated price.

7.2.1. Where the Tenderers are both from the state of Tamil Nadu as well as from outside the state of Tamil Nadu the TNGST quoted by the Tenderers situated in the state of Tamil Nadu shall be excluded and CST quoted by the Tenderers situated outside the state of Tamil Nadu shall be included for the evaluation of offers received to determine the LI tenderer.

13

Page 14: Tender

7.2.2. The amount of Sales Tax and percentage of Sales Tax shall be indicated in the offer.

7.2.3 The evaluation and comparison shall include Fifteen Percent Price Preference for Domestic Small Scale Industrial Units and Ten Percent Price Preference for the Public Sector Undertakings of the Government in respect of products and quantities manufactured by them.

7.2.4 The Bid evaluation shall be done as per Tamil Nadu Transparency in Tenders Act 1998 and Tamil Nadu Transparency in Tender Rules 2000.

8.0. VALIDITY :

8.1. The tender offer shall be kept valid for acceptance for a period of 120 days from the date of opening of offers. The offers with lower validity period are liable for rejection .

8.2. Further, the tenderer shall agree to extend the validity of the Bids without altering the substance, and prices of their Bid for further periods, if any, required by the Board.

9. 0. RIGHTS OF THE BOARD : Not withstanding anything contained in this specification, the Board reserves the right to :

(a) Accept the lowest tender.

(b) Revise the quantities at the time of placing orders.

(c) Reject any or all the tenders or cancel without assigning any reasons therefor.

(d) To split the Tender Quantity and place orders on one or more than one Firm to meet the delivery requirements.

(e) Relax or waive or amend any of the conditions stipulated in the tender specification wherever deemed necessary in the best interest of the Board.

(f) Recover losses if any sustained by Board, from the supplier who pleads inability to supply, and backs out of his obligation after award of contract. The Security Deposit paid shall be forfeited.

(g) To cancel the orders for not keeping up the delivery schedule.

14

Page 15: Tender

10.0 DEVIATIONS :

10.1. The tenderer shall furnish, if there are any deviations in the commercial and technical terms in the Schedule C1 & C2 Annexed. Deviations mentioned elsewhere will not be considered. If no deviations are furnished, it will be construed that the tenderer is accepting all terms specified in the specification. Similarly if any deviations are furnished in the said schedules C1 & C2 it will be construed that these are the only deviations and the tenderer is accepting all other terms of the specification and the offer will be taken for evaluation accordingly.

10.2. THE OFFERS OF THE TENDERERS WITH DEVIATIONS IN COMMERCIAL TERMS OF THE TENDER DOCUMENT WHICH COULD NOT BE ACCEPTED WILL BE REJECTED.

10.3. NO ALTERNATE OFFER WILL BE ACCEPTED.

11.0. APPEAL :

Any tenderer aggrieved by the order Passed by the Tender accepting Authority under section 10 of the Tamil Nadu Transparancy in Tender Act 1998 may prefer an appeal to Government within 10 (Ten) days from the date of receipt of order.

12.0 BAR ON JURISDICTION :

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

15

Page 16: Tender

SECTION : V – COMMERCIAL1.0. PRICE :

1.1. The Tenderers are requested to quote FIRM price and in the FORMAT given in Schdule A only.

1.2. The tenderers shall quote the Ex works price, Excise Duty with percentage, Packing and Forwarding Charges, Freight and Insurance Charges and Sales Tax with percentage separately for Delivery to Tamil Nadu Electricity Board Stores anywhere in Tamil Nadu. A format for price is given in Schedule `A’.

1.3. It is the responsibility of the tenderer to make sure about the correct rates of duty/tax leviable on the materials at the time of tendering. If the rates assumed by the Tenderers are less than the current rates prevailing at the time of tendering, the Board will not be responsible for the mistake.

1.4. The tenderer should quote their rates taking into account the Excise Duty. relief available to them on account of duty paid for procurement of raw materials under CENVAT Scheme. A certificate to this effect may be furnished along with the offer.

2.0. SALES TAX :

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

2.2. The Board has been registered as a dealer, both under Central Sales Tax Act 1956 and Chennai General Sales Tax Act 1959 (Presently TNGST Act) under Registration Nos. 32929/81-82 dated 18.1.82 and RC.315/61-62 dated 15.06.61, issued by the C.T.D. General/SMDS/Mount Road, dated 22.12.1959 respectively. Appropriate Sales Tax, in accordance with the provisions of the relevant Sales Tax Act in force shall be included by the Tenderer in the price quoted. Any goods except Petrol, Diesel and Cement sold to T.N.E.B. will attract TNGST @ 4% as per G.O.Ms.No.31. Commercial Tax (B2) dt. 27.03.2002.

2.3. In case of delayed delivery the sales tax prevailing on the date of despatch or the sales tax on the last day of the contractual delivery period whichever is LESS will be admitted. For both the cases the supplier shall furnish documentary evidence while submitting the bills for payment.

2.4. Provided always, it is hereby agreed and declared that in case, where the Board has doubt whether sales tax is not at all payable for the transaction in question, the Board reserves the right to with-hold the amount of tax until the party produces an order of court of competent jurisdiction, declaring the liability of the

16

Page 17: Tender

transaction to sales tax. Concessional rate of Sales Tax if any shall be taken into account and included in the price quoted giving proof thereof.

2.5. The following certificates have to be furnished for admittance of claim of sales tax.

(i) Certified that the transaction in which the sales tax has been claimed and has been/will be included in the return submitted/to be submitted to the sales tax authorities for assessment of the sales tax and the amount of sales tax claimed from the purchaser has been/will be paid to sales tax authorities.

(ii) Certified that the goods on which the sales tax has been charged have not been exempted under C.S.T. Act or the rules made there under and the charges on account of sales tax on these goods are correct, under provisions of relevant Act or rules made there under.

(iii) Certified that we shall indemnify the Board, in case if it is found later on that wrong or incorrect payment has been recouped on account of sales tax paid by us.

(iv) Certified that we are registered as dealer under the Sales Tax Act and our Registration No is………………………….

3.0. EXCISE DUTY :

3.1. It is the responsibility of the tenderer to make sure about the correct rates of duty leviable on the material at the time of tendering. If the rates assumed by the Tenderer are less than the current rates prevailing at the time of tendering, the Board will not be responsible for the mistake.

3.2. Any increase in Excise Duty consequent to the suppliers coming into different duty slab during the execution of the contract shall have to be taken into account and the all inclusive Firm Price shall be quoted accordingly by the tenderers. Any variation in Excise Duty due to statutory variation within the contract delivery date shall be considered. In case of delayed delivery ,the Excise Duty prevailing on the date of despatch or the Excise Duty applicable on the contractual date of delivery whichever is less will be admitted.

Excise invoice containing PLA account entry in RG.23 shall be produced as proof of Excise Duty claim.

4.0. INSURANCE:

17

Page 18: Tender

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

5.0. PACKING AND FORWADING:

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

6.0. PAYMENT:

6.1. Payments for the supplies will be made by cheque on any one of the Nationalised Banks/Scheduled Banks approved by Reserve Bank of India, in Tamil Nadu. The bank charges involved in making the payment will be to the account of the Tenderer.

6.2. Payments will not be made for equipments/materials damaged during transit. All defective materials shall be replaced by the supplier free of charge.

6.3. Option - 1 : When the tenderer opts to furnish Performance Bank Guarantee

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

95% of the all inclusive price of the equipments/materials including Sales Tax will be paid within a reasonable time on receipt of materials in good condition at siteand the balance 5% will be made within 3 months on completion of entire supply.

(b) For the equipments/materials delivered beyond the contractual delivery period :

18

Page 19: Tender

90% of the all inclusive price of the equipments/materials including Sales Tax will be paid on receipt of materials at site in good condition and the balance 10% will be paid after closure of P.O. and finalizing the amount of liquidated damages to be levied.

Option - 2 : When the tenderer does not opt to furnish Performance Bank Guarantee.

(a) For the equipments/materials delivered within the contractual delivery period :

90% of the all inclusive price of the equipments/materials including Sales Tax will be paid within a reasonable time on receipt of materials in good condition at site.

The 5% payment will be made within 3 months on completion of entire supply.

The final 5% will be released on expiry of the guarantee period or closure of P.O whichever is later.

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

85% of the all inclusive price of the equipments/materials including Sales Tax will be paid on receipt of materials at site in good condition and the 10% payment will be paid after closure of P.O. and finalizing the amount of liquidated damages to be levied.

The final 5% will be released on expiry of the guarantee period or closure of P.O whichever is later..

6.4. In case of delay in supply, the materials will be accepted subject to the following conditions.

(a) There should be no declining trend in prices.(b) In case of declining trend in the prices, payment will be released as per

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

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

19

Page 20: Tender

6.5. The bills for payment will be passed only after the approval / acceptance of the following:(a) Security Deposit for 5% value of order.

(b) Performance Guarantee for 5% value of the order. (c) Sales Tax Clearance Certificate. (d) Test Certificate.

(e) Supply of drawings, Instruction manuals, etc., as per Section-VI Technical of this Specification.

(f) Type test certificate for the equipments to be supplied( bought out components) (g) Undertaking towards juristiction for legal proceeding

6.6. The supplier should despatch only after getting despatch instruction. If the supplier despatches the materials without the prior approval of the purchaser, then the purchaser shall not be responsible for any demurrage or wharfage or both and only the supplier should bear any expenditure arising out of such unapproved despatches.

7.0. SECURITY DEPOSIT :

7.1. The successful tenderer will have to furnish 5% of order value as Security Deposit in the form of Demand Draft / Banker’s Cheque / irrevocable Bank Guarantee. If the value of the Purchase Order is Less than Rs.10 Lakhs, Security Deposit shall be furnished in the form of Demand Draft/Banker's Cheques only.

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

7.3. The successful tenderer will have to furnish the Security Deposit within 15 days from the date of receipt of P.O. The security deposit will not carry any interest. The Board also reserves the right to accept the belated payment of Security Deposit by levying penal interest at the rate of 22% p.a. from the date of expiry of 15 days time limit till the date of actual payment of Security Deposit. The same will be recovered from suppliers first bill.

7.4. Failure to comply with the terms regarding Security Deposit set out in the purchase order within the stipulated time of the successful tenderer will entail cancellation of the purchase order without any further reference to the supplier.

20

Page 21: Tender

7.5. The Board reserves the right to cancel the purchase order on failure to furnish the Security Deposit within the prescribed time and right to levy penal interest for delayed payment of Security Deposit and delayed submission of Bank Guarantee towards Security Deposit

8.0. DELIVERY :The delivery indicated in the Schedule - B shall have to be adhered to. If any other

delivery period is indicated the tender is liable for rejection. The delivery period will be reckoned from the date of receipt of purchase order and not from the date of approval of drawings.

The date of receipt of materials at Stores/site in good condition will be treated as date of delivery for all purposes.9.0. LOSS OR DAMAGE :9.1. External damages and/or shortages that are prima facie, the results of rough

handling in transit or due to defective packing will be intimated within one month from the date of receipt of the materials at site. Internal defects, damages or shortages of integral parts which cannot ordinarily be detected on a superficial visual examination, though due to bad handling in transit or defective packing, would be intimated within 2 months from the date of receipt of materials. In either case, the defective materials shall be replaced/rectified by the supplier, free of cost as per Clause 14-1.

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

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

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

9.5. For all legal purposes, the materials shall be deemed to pass into the Board’s ownership at the destination Stores, where they are to be delivered and accepted.

10.0. LIQUIDATED DAMAGES AND PENALTY :

21

Page 22: Tender

10.1. The delivery as specified should be guaranteed by the supplier under the liquidated damages clause given below: If the supplier fails to deliver the equipments/materials within the time specified in the contract or any extension thereof, the purchaser shall recover from the supplier as liquidated damages, a

sum of HALF PERCENT (0.5%) of the contract price of the undelivered equipments/materials for each completed week of delay. The total liquidated damages shall not exceed TEN PERCENT (10%) of the contract price of the equipments/materials so delayed. Only the date of actual receipt of materials at stores will be reckoned as date of delivery for this purpose.

It should be noted that if a contract is placed on the higher tenderer in preference to the lowest acceptable tender in consideration of the offer of earlier delivery, the said contractor will be liable to pay the Board the difference between the contract rate and that of the lowest acceptable tender in case of failure to complete the supplies in terms of such contract within the delivery period specified in the tender and incorporated in the contract. This is without prejudice to other rights under the terms of contract.

10.2. Equipment will be deemed to have been delivered only when all its component parts and its accessories are also delivered. If certain components and accessories are not delivered in time the whole equipment will be considered as delayed unless, the missing parts are delivered. The Liquidated damages will also be levied for the quantity not supplied as is done for the delayed supplies. If supplies effected in part which could not be beneficially used by the Board (due to such incomplete supply), liquidated damage will be worked out on the basis of contract price of the such whole units which could not be beneficially used and not on the value of delayed portion only.

10.3. If supplies to be rendered are made by the supplier beyond the period of delivery and they are accepted by the Board, such acceptance is without prejudice to Board’s right to levy liquidated damages for the delay in supply.

10.4. If the ordered materials are not delivered, the purchaser shall recover from the supplier, as liquidated damages a sum equal to TEN PERCENT (10%) of the contract price of the equipments/materials undelivered besides forfeiture of security deposit

10.5. The suppliers are liable to pay the amount of loss sustained by the Board in the event of non-execution of orders, if any placed on them either in full or part to the satisfaction of the Board under the terms and conditions of contract and in the event of placing orders for such quantities on some others at a higher price.

22

Page 23: Tender

10.6. Tenderers not giving clear and specific acceptance to the above clauses are liable for rejection.

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

11.0. FORCE MAJEURE:

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

11.2. Provided that if the performance in whole or part by the supplier on any obligation under this contract is prevented or delayed by reasons of any eventuality for a period exceeding 60 days, the Board may at its option terminate the contract by a notice in writing.

12.0. GUARANTEE:

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

12.2.Any defects noticed during this period shall be rectified free of cost to the Board within 2 (Two) months from the date of intimation of defect/failure. Irrespective of number of failures and repairs, the suppliers are responsible for free replacement of the defective materials till the same serves a continuous period of 12 (Twelve) months from the date of commissioning after the last repairs or 36 (Thirty six ) months from the date of receipt of last consignment of materials at site in good condition whichever is LATER.

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

23

Page 24: Tender

12.4. The tenderers shall guarantee among other things, the following.(i) Quality and strength of materials used.(ii) Safe electrical and mechanical stresses on all parts of the equipments under

all specified conditions.

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

13.0. PERFORMANCE GUARANTEE:OPTION - 1 :

The successful tenderer should furnish a performance guarantee in the form of irrevocable bank guarantee for 5% of the total accepted value of the contract and shall be valid for a period of 36 months from the anticipated date of receipt of last consignment of goods/materials at site in good condition. In case of delay in supply, the Performance Bank Guarantee should be extended suitably.

The Performance Bank Guarantee will be released on expiry of guarantee period after ensuring that defects/damages during the guarantee periods are rectified/replaced.

OPTION - 2 :The successful tenderer need not furnish any Bank Guarantee towards

performance guarantee. Instead they should agree to retain 5% value of the material supplied against each invoice till the completion of guarantee period.

14.0. REPLACEMENT OF DEFECTIVE/DAMAGED MATERIALS:

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

14.2. If even after such rectification or replacement of the damaged or defective part, if the equipment ordered is not giving the satisfactory performance as per the contract, then it will be open to the purchaser to reject the goods and recover the entire cost of such goods and also claim such other loss sustained by the Board.15.0. FAILURE TO EXECUTE THE CONTRACT:

24

Page 25: Tender

Suppliers failing to execute the order placed on them to the satisfaction of the Board under terms and conditions set forth therein, will be liable to make good the loss sustained by the Board, consequent to the placing of fresh orders elsewhere at higher rate, i.e. the difference between the price accepted in the contract already entered into and the price at which fresh orders have been placed. This is without prejudice to the imposition of Liquidated Damages and forfeiture of security deposit.16.0. NON-ASSIGNMENT:

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

17.0. EFFECTING OF RECOVERIES:

Any loss, arising due to non-fulfillment of this contract or any other contract, will be recovered from the Security Deposit held and or any other amount due to the supplier from the Board from this Contract as well as from other contracts.

18.0. INCOME TAX:

The tenderers should furnish their Permanent Account Number for Income tax in their offer.

19.0 SALES TAX CLEARANCE CERTIFICATE:

The tenderer should enclose with the tender, a copy of certificate of sales tax clearance for the previous year from the appropriate Sales Tax Authorities.

NOTE : The successful tenderer should submit the copies of latest STCC after receiving the order.

20..0. PATENT RIGHTS ETC :

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

21.0. ARBITRATION:

The Board will not accept any arbitration in case of disputes arising in any respect under this contract. Any dispute arising out of this contract shall not be subject to

25

Page 26: Tender

arbitration under the provisions of Arbitration and conciliation Act 1996 in the event of any dispute between the parties.

22.0. DEVIATIONS FROM SPECIFICATION:

Deviations from Commercial and Technical terms of Tender Documents is not acceptable.

23.0. TEST CERTIFICATES:

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

24.0. RESPONSIBILITY:

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

25.0 MAXIMUM WEIGHTS AND DIMENSIONS OF PACKINGS:

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

25.2. Each case or package should be clearly marked and should contain detailed packing list.

26.0 INSPECTION:

26.1 The authorized representatives of the purchaser shall have access tothe supplier’s or sub-vendor’s works at any time during working hours, for the purpose of inspecting the manufacture of the materials and for testing the selected samples from the materials covered by this specification. The supplier or the sub-vendor shall provide facilities for the above.

26.2 Tenderers are requested to furnish in their tenders the exact location of their factory with detailed address to enable inspection by Board if considered necessary.

26

Page 27: Tender

26.3 Not less than 15 ( Fifteen) days advance intimation shall be given aboutthe quantity of materials that will be ready for inspection by the Board’s Officers / Third Agency authorized by the Board. The arrangement for inspection shall be made by suppliers in such a way that the delivery schedule is kept up. The materials shall not be despatched without instruction from Board.

27.0. COMPLETENESS OF TENDER:The tender should be complete with all details of illustrative and descriptive

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

28.0. INTERCHANGEABILITY:

All similar parts and removable parts of similar items shall be interchangeable with each other.29.0. QUANTITIES:Sl.No. Description of Materials Qty in Nos.

01. a). 30V outdoor control and relay panelsb). 110V outdoor control and relay panels

34 Nos

5 Nos.

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

30.0 CLIMATIC CONDITIONS:

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

a) The ambient temperature will be within the range of + 10 Degree Centigrade to + 50 Degree Centigrade.b) The altitude will be less than 2500 metres.c) The maximum atmospheric humidity will be in the range of 95%.d) Average Number of thunder storm days per annum is 65.e) Average Number of dust storm days per annum is 5.f) Average Number of rainy days per annum is 65.

27

Page 28: Tender

g) Average annual rainfall is 100 cm.h) The climatic conditions are prone to wide variation in ambient condition and equipments offered under this specification shall be suitable for installation at any of the Sub-Stations in Tamil Nadu.i) All electrical devices shall be given tropical and fungicidal treatment. Fog, smoke and milked acids are also present in the atmosphere.

31.0. ELECTRICITY RULES :

All works shall be carried out in accordance with the latest provisions of the Indian Electricity Act/Electricity Supply Act and the Indian Electricity Rules there-under unless modified by this specification.

32.0. MATERIALS AND WORKMANSHIP:

32.1 All materials, equipments and spare parts thereof shall be new, unused and originally coming from manufacturer’s plant to the destination stores. Those including used, rebuilt or overhauled materials / equipments will not be accepted.

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

32.3 The equipments should be designed to facilitate inspection and repair and toensure satisfactory operation under atmospheric conditions prevailing at site and under sudden variations of load and voltages as may be met with under working conditions in the system including those due to faulty synchronizing and short circuits within the rating of the apparatus.

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

32.5All the equipments should operate without undue vibration and with the least practicable amount of noise.

33.0. RECOVERIES OF DUES : The Board is empowered:

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

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

28

Page 29: Tender

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

34.0 PAST PERFORMANCE:

34.1. The intending tenderers shall furnish the details of various supply orders/work contracts executed by them for the past three years as on the date of Tendering in the proforma enclosed to the Tender Specification and also proof for their satisfactory performance. The details furnished by the tenderers shall be in complete shape and if it is found that any information is found omitted, suppressed, incomplete or incorrect, the same will be taken note of while dealing with the tenderers in future. Tenders furnished by the tenderers without these accompanying details of their past performance are liable for rejection.

34.2. The Bidders shall furnish copies of Balance Sheet, Profit and Loss Account for the Preceeding 3 Years certified by the Auditor. In case 2005-2006 accounts are not finalised, the Bidder shall furnish Annual Turn Over statement for the year 2005 - 2006 certified by the Auditor.

34.3. The Bidders shall furnish documentary evidence for the constitution of the firm such as Memorandum and Articles of Association, Attested copy of Registered Partnership Deed with details of Name, Address, Telephone, Electricity Board Service Connection No.of the manufacturing Plants.

35.0. TYPE TESTS :

Tenderers are requested to furnish along with tender copy of type test certificates for the Equipments /boughout components in full shape as conforming to relevant IS / IEC standards of latest issue obtained from a Government/ Government Recognised Laboratory. The above test certificates should accompany the drawings of the material / equipments, duly signed under seal by the Institution who have issued the type test certificate. Otherwise the above type test certificates shall be furnished before the offer of Inspection for the first lot of materials / equipments at no extra cost to Board and no relaxation to Board’s Delivery Clause will be given on this account.

The above type test should have been conducted not earlier than five years (5 years) as on the date of tender opening . Non submission of above type test certificates within the stipulated time will entail cancellation of Purchase Order without any further reference to supplier. The original type test certificates shall be furnished for verification on request.

29

Page 30: Tender

The details of type test if already conducted should be furnished in the Schedule - G

36.0. RAW MATERIALS:

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

37.0 JURISDICTION FOR LEGAL PROCEEDINGS (AFTER AWARD OF CONTRACT)

37.1. No suit or any proceedings in regard to any matter arising in respect of this contract shall be instituted in any court, save in the High Court, Madras, City Civil court at Chennai or at the Court of small causes at Chennai. It is agreed that no other court shall have jurisdiction to entertain any suit or proceedings, even though, part of the cause of action might arise within their jurisdiction. In case, any part of cause of action might arise within the jurisdiction of any of the Courts in Tamil Nadu and rest within the jurisdiction of courts outside the Tamil Nadu, then it is agreed to between the parties that such suits or proceedings shall be instituted in a Court within the State of Tamil Nadu and no other courts outside the State of Tamilnadu shall have jurisdiction, even though any part of the cause of action might arise within the jurisdiction of such courts. The successful tenderer shall furnish an undertaking in a non/judicial stamp paper of Rs.80/= agreeing to the above condition.

30

Page 31: Tender

SECTION-VITECHNICAL-PART-I

1.0. GENERAL:

1.1. The outdoor C&R panels are to be erected at the sub-stations and are intended to indicate the status of the equipments/control, protect and operate the equipments with protection scheme as specified.

1.2 The Potential Transformer/Current Transformer supply and auxiliary supply of 230V A.C./110 DC/30V DC required for the operation of the protective relays/measuring instruments/indicating instruments/indicating lamps and other auxiliary equipments will be made available at these panels by the Board.

2.0 APPLICABLE STANDARDS:

2.1. IS 6005-Surface treatment for M.S.Sheet2.2. IS 1248 - Indicating instruments 2.3. CBIP-Technical Report No.88-Revised July 1996 or the latest amendments-

STATIC TRIVECTOR METER with 0.5 class accuracy and with RS 485 Mod Bus communication Port .

2.4. IS 6875-Push Buttons and control switches2.5. IS 3231-Relays2.6. IS 2203-HRC Cartridge type fuses2.7. IS 375-Wiring ferrule numbers2.8. IS 8623-Specification for factory built assembly of switch Gear and control Gear

for voltage upto and including 1000V/1200V A.C.

3.0 SCOPE:

3.1. The design and fabrication of outdoor type C & R panel having slant roofing arrangement.3.2 Procurement and mounting of all equipments, instruments and associated

equipments.3.3 Panel wiring as per the approved drawing.3.4 Testing and furnishing test certificates as per specification.

31

Page 32: Tender

3.5 Supply at F.O.R(D) Stores anywhere in Tamil Nadu.3.6 Preparation and furnishing of schematic wiring drawing for each panel for

approval.3.7 Preparation and furnishing of Drawings showing the general arrangement of

instruments, relays indicating lamps and associated equipments for approval.3.8 Furnishing of foundation details of panels.3.9 Furnishing of Wiring schedule

3.10 Supply of operation and maintenance manual with schematic wiring diagram for each and every equipments and instruments.

3.11 The supplier may include any other equipment required for the satisfactory operation of the scheme eventhough not specified.

4.0 SIZE:

4.1. Unless otherwise specified the overall size of the outdoor type panel shall be as follows:

4.1.1. Height--1600 mm4.1.2. Width -- 600 mm4.1.3. Depth -- 600 mm

5.0 THE COLOUR OF THE PANEL:

5.1. Exterior -- Light gray-shade 631 of IS-55.2. Interior -- White5.3. Base frame -- Black5.4. Finish -- Semi-Glossy 5.5. Method of -- Two coats synthetic enamel over a coat of rust

Painting resistant paintIn case the tenderer proposes to follow any other established painting procedure like electro static painting, the procedure shall be submitted along with the tender for purchaser’s review and approval.

6.0 Thickness of the sheet-MS Sheet Steel of size 3.15 mm

7.0 TYPE OF PANEL:

7.1. The panel shall have slant roof arrangement7.2. The Base channel frame of size 100 x 50 mm7.3. The front and rear shall have single door with hinges and handles with built in

locking facilities and suitable gaskets shall be provided in the door panels to make it water/vermin proof.

32

Page 33: Tender

7.4 All indicating, measuring instruments, protection equipments shall be flush mounting type and shall be erercted in a suitable 10 SWG (3.15mm) steel plate inside the panel.

7.5 The panel should be independently totally closed, freely standing on its base frame and water/vermin proof.

7.6 The bottom sheet of the panel shall be provided in two halves and suitable detachable type cutouts for making cable entry shall be provided in each half.

7.7 2 Nos. water/vermin-proof ventilating louvers covered by Stainless Steel/Brass/Copper mesh shall be suitably provided.

7.8 The front door shall be provided with glass window such that the meters and indicating lamps shall be visible from outside without opening the front door.

8.0 EARTHING:8.1. An earth bus bar of 25 x 3 mm size Copper Flat to a length not less than 500 mm

shall be provided inside the panel at the bottom with provision to connect them to the earth grid.

8.2. All metallic cases of relays instruments shall be connected to the earth bus by independent copper wire.

8.3. Earth wires shall be connected on the terminals with suitable clamp connectors and soldering shall not be permitted.

9.0 FUSES AND LINKS:

9.1. Necessary fuses and links shall be provided in each panel for receiving, distribution and isolation of DC and AC and relay/metering potential supplies.

9.2. All fuses shall be HRC cartridge type confirming to IS 2203 mounted on plug in type fuse bases.

9.3. Fuse carrier base shall have imprints of fuse rating and voltage.9.4. The fuses and links shall be mounted at front side of steel plate inside the panel

in which all the instruments and indicating lamps are erected, such that they are accessible on opening of the front door.

10.0 LABELS:

10.1. The lables shall be engraved and fixed just below the respective items for each and every accessories.

10.2. Panel designation label shall be fixed at the top of the panel with suitable screws.10.3. Labels shall be made of non-rusting metal of 3 ply lamicol. The label designation

and size of the letters of label shall be subjected to purchaser's approval.

11.0 PANEL WIRING:

11.1 All wirings from equipments to equipments and equipments to terminal connectors shall be made by the supplier as per scheme approved and

33

Page 34: Tender

uniformly bunched and tied by mean of PVC belts.11.2 Seperate terminal rows shall be provided for11.2.1. Control circuits and Indication Circuits.11.2.2. Power Supply D.C/A.C.11.2.3. C.T./P.T. circuits11.3. These terminals shall be covered with insulating covers.11.4. All wirings shall be carried with 1100V Grade PVC insulated single core

stranded copper conductor wires. The size of wires and colour code to be used are as follows:

11.4.1. C.T. Circuit -- 2.5. sq.mm Red, Yellow, Blue and Black colour wires for R-phase, Y-phase, B-phase and neutral respectively.

11.4.2. P.T. Circuit -- 2.5. sq.mm Red, Yellow, Blue and Black colour wires for R-phase, Y-phase, B-phase and neutral respectively.

11.4.3 A.C. Circuit --2.5 sq.mm Black colour wires

11.4.4 D.C. Control--2.5 sq.mm Grey colour wires and indication11.4.5. Earth -- 2.5. sq.mm Green colour wires.

11.5 Wire termination shall be made with solderless crimping type of tinned copper lugs.

11.6 Core identification plastic ferrules marked to correspond with panel wiring diagram shall be fitted tightly at both end of each wire.

11.7 The wire number shown on the wiring diagram shall be in accordance with IS 375.

11.8 All wires directly connected to trip circuit of breaker or device shall be distinguished by addition of red colour unlettered ferrule.

11.9 Wiring shall be done for all the contacts available in the relays and equipments and brought out to the terminal block even for the spare contacts.

11.10 Atleast 10% extra terminals shall be provided in the terminal block for additional wiring.

11.11 The supplier shall be solely responsible for the completeness and correctness of internal wiring and proper functioning of the connected equipments.

11.12 The supplier should provide separate push button arrangement for trip circuit healthy monitoring.

12.0 TERMINAL BLOCK:

12.1 Terminal block used for wiring shall not be less than 1100V and 10Amps.grade and should be piece moulded type with insulation barriers. The terminals shall be stud type with washers, lock washer, nut and check nut.

34

Page 35: Tender

12.2. The moulded type terminal block of 1100V, 10Amps. Grade with insulation barriers for PT/CT connections and AC and DC main supplies shall have disconnecting link facilities with stud type terminals washers, nuts and lock nuts.

12.3. The terminal block should be arranged in vertical formation and erected in front of the central sheet such that they are accessible on opening the front door.

12.4. The lowest terminal should be atleast 150mm above the cable gland fixing plate.12.5. The CTs short circuit links should be hook type instead of screw

type.

13.0 INDICATION LAMP:

13.1. 22.5 mm dia integrated good quality LED indication lamp in a suitable holder with suitable wire wound resistor shall be provided for indication in the panels in 230V AC system except the trip circuit supervision arrangement. The trip circuit supervision arrangement consists of one push button, one lamp and resistor with connected wiring suitable for 30V/110V DC in both sides of the panel.

13.2. The LED colour indication shall be as follows:

13.2.1. RED -- ON

13.2.2. GREEN -- OFF

13.2.3. YELLOW -- Spring charged

14.0 SPACE HEATER:

14.1. Heater(80 W) with thermostat and ON/OFF PIANO switch suitable for operation on 230V AC 50 Hz single phase.'

14.2. This heater shall be provided inside the panel at the bottom without hindrance to the incoming cable and wiring.

14.3. The Watt loss per unit surface of the heater shall be low enough to keep surface temperature well below visible heat.

15.0 PLUG POINTS:

Single phase 15A, 3 Pin Plug socket having provision also for 5A, 3 Pin plug socket with ON/OFF switch for 230 V AC50Hz shall be provided inside the panel.

16.0 PANEL ILLUMINATION:

35

Page 36: Tender

16.1. The panel illumination lamps shall be mounted at top of the panel and controlled by the respective door switches.

16.2. The rating of the Bulb is 230V A.C. 60W.

17.0 FACTORY INSPECTION:

During the course of manufacture, purchaser's representative shall have the right to expedite and or inspect the materials, workmanship, labour and the progress of manufacture of the equipment on order and may reject any material which is defective or unsuitable for the purpose intended or which is not in accordance with the indent of the specification. Supplier, upon demand by the purchaser or his representative, shall remedy or replace such defective or unsuitable material. Supplier shall provide all reasonable inspection facilities to purchaser's inspector. The supplier shall give notice of readiness so that the purchaser's representative may witness such final and acceptance tests before shipment. Purchaser's representative may at any time inspect and note down any or all test data. No material being furnished shall be despatched until factory inspection to the satisfaction of the purchaser and/or his representative had been made. Such inspection and approval shall not relieve the supplier from full responsibility for furnishing equipment, conforming to the requirements of the purchase order nor prejudice any claim, right or privilege which the purchaser may have, because of the use of defective or unsatisfactory equipment. Should the inspection be waived by the purchaser, such waiver shall not relieve the supplier in any way from his contractual obligations. All tests required including repeated tests and inspections, that may be necessary owing to the failure to meet any tests specified shall be made at supplier's expense. If the equipment fails to pass the tests specified purchaser shall have option to reject them, additional tests shall be made to locate the failure and other reconstruction, testing shall be repeated to prove that the rebuilt equipment meets the requirements in all respects.

18.0 TYPE TEST CERTIFICATE FOR THE COMPONETS:

a) Copies of the type test certificate carried out already on the components viz. Relays, meters and switches shall be submitted and got approved before the offer of inspection for the first lot of panels.

b) The supplier should submit the Manufacturer's test certificates for each and every component/equipment in the panel to this office.

19.0 The SCHEMATIC DIAGRAM shall be printed by anodising on a separate Aluminium sheet and the same shall be fixed inner side of the front door.

20.0 GUARANTEED TECHNICAL PARTICULARS:

36

Page 37: Tender

The guaranteed technical particulars as per enclosed Annexure should be furnished by the tenderers without fail.

21.0 DRAWINGS TO BE SUPPLIED ALONG WITH TENDER:

Tenderer shall submit the following drawings along with the tender:

i) General arrangement of meters, relays, switches etc., in the central sheet of the panel.

ii) G.A. on rear side, front side and foundation details of the panel.iii) Schematic wiring diagram.

NOTE: No block diagrams are acceptable. Tenderers are requested to submit detailed schematic drawings without fail.

The successful tenderer shall forward within 10 days from the date of receipt of purchase order, four sets of the drawings mentioned below for the purchaser's approval. Drawings which are satisfactory for approval on the first submission will be approved and one copy of the approved print will be returned. The drawings not satisfactory for approval on the first submission will be returned to the tenderer for resubmission. i) Drawing showing the front elevation of the panel with front door open and closed condition.ii) Drawing showing the lateral cross-section indicating mounting arrangements and front and rear door.iii) Drawings showing the cable entry arrangement.iv) Drawings showing the foundation details.v) Single line diagram of metering and protection arrangements.

Any shop work done prior to the approval of drawings shall be at the suppliers risk. Supplier shall make any change in the design which are considered necessary to make the equipment conform to the provisions and indent of the purchase order without any additional cost to the purchaser.

The successful tenderer shall supply within 15 days of receiving an approved print, one reproducible master transparancy and two prints of each of the approved drawings. If the supplier resubmit a revision or change for approval, such resubmission shall be by four prints.

37

Page 38: Tender

The supplier shall send 5 sets of approved drawings and instruction manuals to each consignee and also two sets along with the panels while despatch.

All drawings, part lists assembly procedures etc., shall bear a readily identifiable number etc., drawing number and each subsequent revision or addition to the drawing shall be identified by a revision number.

Checking and approval of the above documents by the purchaser is for the benefit of the purchaser and shall not relieve the supplier from full responsibility for ensuring correct interpretation of design, drawings and specifications or for the completeness and accuracy of the shop drawings and relevant specifications.

Supplier shall record all deviations, corrections, omissions, changes etc., occuring throughout the manufacturing, assembly and testing phases.

All drawings shall be in ENGLISH LANGUAGE AND METRIC SYSTEM OF UNITS:

22.0 TESTS.

The following tests shall be carried out at the works of supplier free of charges in the presence of Board's Engineer or authorised representative and test certificates in triplicate shall be submitted for approval before despatch of each panel.

i) Dimensional checkii) Visual and quantitative checkiii) Functional check of switches, relays and metersiv) Power frequency high voltage withstand test at 2 kV for one minutev) IR value test.

23.0 DESCRIPTIVE LITERATURE AND PAMPHLETS:

Full descriptive particulars of the items used in the panel and necessary drawings showing the connection details with pamphlets should be furnished.The successful tenderer should send 5 such sets to this office, 5 sets to each consignee Superintending Engineer as well as 2 sets along with each panel while despatch in case of an order on them.

24.0 BRAND NAMES FOR RELAYS AND METERS:

STATIC VERSION O/L AND E/L ) ABB/ASHIDA/ER/JVS RELAYS ALSTHOM/JYOTI/ L & T/SIEMENS/CSPC

38

Page 39: Tender

(STATIC VERSION ONLY)STATIC TRIVECTOR METER WITH 0.5 CLASS ACCURACY AND WITH RS 485 MOD BUSCOMMUNICATION PORT ) ABB/L&T/SECURE

AMMETER ) AE/MECO/NIPPEN

AMMETER SELECTOR SWITCH ) BREAKER CONTROL SWITCH ) KAYCEE/MICRON/SWITRONAND LOCAL/REMOTE } SELECTOR SWITCH )

NOTE: THE BRAND OFFERED SHOULD CONFORM TO SPECIFICATION REQUIREMENTS.

SECTION-VITECHNICAL

PART-IISCHEDULE OF MATERIALS FOR OUTDOOR CONTROL AND RELAY PANELS QUANTITY : 39 Nos. ( 34 Nos-30V DC,5 Nos- 110V DC)

DETAILS OF EQUIPMENTS:

Outdoor type panel having 1600 x 600 x 600 mm (Height x Width x Depth) dimension and equipped with the following:

Panel designation label.

AC Ammeter with 6 position Ammeter Selector Switch.

110V/1A Static Trivector Meter With 0,5 class Accuracy and with RS 485 Mod bus Communication Port .

Test terminal blocks.

Circuit Breaker Control Switch spring return to Neutral with pistol grip type handle.

Static version Non directional relays (3 0/L + 1 E/L) with high set instantaneous unit.

39

Page 40: Tender

Two 22.5 mm dia integrated good quality LED indication lamps for ON indication(RED)and OFFindication (GREEN) of 230V AC.

One 22.5 mm dia integrated good quality LED indication lamps for spring charged condition/breaker ready for closing indication (YELLOW).

One Trip circuit healthy indication arrangement.

INSIDE:One Heater (80W)with thermostat and piano type ON/OFF SWITCH

One Plug point with switch for 230V A,.C. 5/15A 6 Pin type.

Two Panel illumination lamps with door switches

Two Fuse unit with 10A HRC Fuses

Eight fuse units with 2A HRC FusesFuse units with links (HRC Type)Earth Bus

1.0 SPECIFICATION FOR COMPONENTS:

1.1. AMMETER :

1.1.0 The Ammeter shall have an accuracy class as per I.S. 1248 of latest issue.

1.1.1. They shall be approximately 144 mm x 144mm size with circular dial.

1.1.2. These meters shall have a deflection of 90 degrees.1.1.3. The Ammeter shall be provided with double range direct reading scale.1.1.4. (a) 0-125A (100A at 1A)

(b) 0-200A (150A at 1A)1.1.5. The meter shall be flush mounting type.1.1.6. The meters shall conform to ISS 1248 of latest issue.

2.0. STATIC TRIVECTOR METER WITH 0.5 CLASS ACCURACY AND WITH RS 485 MOD BUS COMMUNICATION PORT :

2.1 STANDARDS:The meters covered under this specification shall conform to latest

issues/amendments of the standards given below:Indian Standard No. Title. International & Internationally

Recognised standardIS. 14697 of 1999 and the CBIP Technical

Specification for AC Static HT Trivector Meters

IEC 687/1992

40

Page 41: Tender

Report No.88 (Revised July 1996) and its latest amendments.

110V/1A Class 0.5

Equipment conforming to the above standards, which ensure equal or higher quality than the standards mentioned above would also be acceptable.

2.2. The meters shall also have an optical port in addition to RS 485 Mod Bus Communication port for automatic data logger system in Sub-Station for energy Balancing and Accounting. Besides the meter supplied shall be with pulse output for KWHr pulse. Suitable window based software with compatible software for data logging in the Sub-Station shall be supplied along with the meters and the same to be installed in the Sub-station PC’s.

NOTE: Suitable test blocks for testing the meter without disturbing the CT and PT secondary connections shall be provided.

3.0SWITCHES:

3.1 CONTROL SWITCH FOR BREAKER:The control switch should be of three positions (i.e. trip neutral and close positions) spring return to Neutral from trip and close position with pistol grip handle. The control switch should be strong and robust enough to prevent inadvertant operation due to light touch.

3.2 AMMETER SELECTOR SWITCH:

It should be of 10A & 6 position type. It should have 'make' before 'break' type contacts so as to prevent open circuiting of CT secondary while changing the position of the switch.

3.3 The contacts of the Switch shall be spring assisted and control faces shall be with rivets of pure silver. Springs shall not be used as current carrying paths. The contact rating of the switch shall be as follows:

DESCRIPTION CONTACT RATING IN AMPS.------------------------------------AT 30V/110V DC

A. Make and carry continuously 10B. Make and carry for 0.5 secs. 30C. Break : Resistive Load 7

41

Page 42: Tender

D. Inductive load with L/R 40 MS

4.0OVER CURRENT AND EARTH FAULT RELAYS/STATIC VERSION AS A WHOLE UNIT:

D.C. OPERATING VOLTAGE : 30 VOLTS/110 VOLTS

C.T. SECONDARY CURRENT : 1 Amps.O/L RELAY:

Plug setting range : 50 to 200% of 1 Amp. In steps of 10%

Time lever setting : 0 to 1 in steps of 0.01/0.02

IDMT curve : 1.3/3 Sec. At 10 times current at 1 TLS

High set instantaneous unit 400 to 3000% of 1 Amp. In steps of 200%.

E/L RELAYS:

Plug setting range : 10 to 80% In steps of 5%

Time lever setting : 0 to 1 in steps of 0.01/0.02

IDMT curve : 1.3/3 Sec. At 10 times current at 1 TLS

High set instantaneous unit 50 to 800% of 1 Amp. In steps of 50%.

The rating of contacts of all types of relays offered shall be as follows:

Make and carry continuously

Make and carry for 1 Secs.

Break

AC 1250 VA with a maximum of 5 Amps and 660 volts

7500 VA with a maximum of 30 Amps and 660 Volts

1250 VA with a maximum of 5 Amps and 660 Volts

DC 1250 VA with a maximum of 5 Amps and 660 volts

7500 VA with a maximum of 30 Amps and 660 Volts

100 Watts resistive 50 watts inductive with a maximum of 5 Amps and 660 Volts.

The burden of the relay with and without high set instantaneous unit shall be specified by the manufacturers separately for over current per phase and Earth fault at rated current at all settings and shall be 0.03VA (max.) & 0.20VA (max) respectively.

42

Page 43: Tender

The starting current of the relay shall be 103-105% of the current setting and resetting current shall not be less than 90% of the current setting.

O/L and E/L relays shall be provided with a minimum 2 Nos. N/O contacts of self reset type. The instantaneous units shall also be provided with a minimum of 1 No. N/O contacts of self reset type.

O/L, E/L and instantaneous elements shall be provided with hand reset LED indicator.

Time current characteristics should be enclosed with the tender, the impedance current characteristic for O/L, E/L and high set instantaneous unit shall also be furnished.

SECTION – VII – FORMATSSCHEDULE - `A’

PRICE SCHEDULE`

(To be filled in by the Tenderer)

ALL AMOUNT IN RUPEES ONLYSl.No.

Description Quantity in Nos.

UNIT PRICE IN Rs. Sales Tax in % and Amount

Surcharge on S.T. in % and Amount

FOR (D) ** Price in Rs.

ExworksPrice

ExciseDuty in% andAmount

F&I*** (Including ED, F&I

, ST & unloading at Stores/Site.

Unit Total

43

Page 44: Tender

COMPANY SEAL : SIGNATURE :

DESIGNATION :

COMPANY :

DATE :

NOTE :

(** ) For supply at the Destination TNEB Stores anywhere in Tamil Nadu. (***) Freight and Insurance including unloading at Stores/Site.

SCHEDULE - `B’

SCHEDULE OF MATERIALS AND DELIVERY PERIOD

Sl.No

Description Qty.In

Nos.

BEFORE THE END OF

2nd month 3rd month

FROM THE DATE OF RECEIPT OFPURCHASE ORDER

01. 110/30V Outdoor Control and Relay Panels

39 Nos.( 5 Nos.- 110 V & 34 Nos.- 30 V)

17Nos.(30 V)

17Nos.(30 V)

5 Nos(110V)

44

Page 45: Tender

COMPANY SEAL : SIGNATURE :

DESIGNATION :

COMPANY :

DATE :

SCHEDULE – C1

DEVIATION FROM TECHNICAL SPECIFICATION

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

SECTION NO. CLAUSE NO. DEVIATION

45

Page 46: Tender

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

COMPANY SEAL: SIGNATURE :

DESIGNATION :

COMPANY :

DATE :SCHEDULE – C2

DEVIATIONS FROM COMMERCIAL TERMS

All deviations from the Commercial terms shall be filled in by the Tenderer, clause by clause, in this schedule.

SECTION NO. CLAUSE NO. DEVIATION

46

Page 47: Tender

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

COMPANY SEAL: SIGNATURE :

DESIGNATION :

COMPANY :

DATE :

SCHEDULE – D

STATEMENT OF SUPPLY ORDERS EXECUTED/UNDER EXECUTION DURING THE PAST THREE YEARS AS ON THE DATE OF TENDER.

Sl.No.

Name and address of the organization

Name of material

P.O.NO. & Date

Qty. Value of order in Rs.Lakhs

Scheduled date of completion of order

Actual date of completion of order

1. 2. 3. 4. 5. 6. 7. 8.

47

Page 48: Tender

COMPANY SEAL: SIGNATURE :DESIGNATION :

COMPANY :

DATE :: TAMIL NADU ELECTRICITY BOARD :

SPECIFICATION NO. T- 1380SCHEDULE – ETENDER FORM

To

The Chief Engineer/Transmission ,Tamil Nadu Electricity Board,6th floor, Western Wing,NPKRR Maaligai, Electricity Avenue,800, Anna Salai,Chennai – 600 002.

Dear Sir,

1. Having examined the above specification together with the accompanying schedules etc., we hereby offer to manufacture and supply the equipments/materials covered in this specification at the rates entered in the attached schedule of prices.

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

48

Page 49: Tender

3. In accordance with security deposit clause, Section-V, of the specification we agree to furnish security to the extent of 5% of the total value of the contract.

4. In accordance with performance guarantee clause Section-V of the specn., we agree to furnish performance guarantee to the extent of 5% of the total value of the contract.

5. Our company is not a potentially Sick Industrial Company or a Sick Industrial Company in terms of Section-23 or Section-15 of the Sick Industrial Companies (Special Provisions) Act, 1985.

Yours faithfully,

PLACE : SIGNATURE :

DATE : DESIGNATION :

COMPANY SEAL : COMPANY :

SCHEDULE – F

UNDERTAKING IN LIEU OF E.M.D.

(To be furnished in non-judicial stamp paper of value not less than Rs.80/-)

THIS DEED OF UNDERTAKING EXECUTED AT----------------------------ON THIS THE------------------------DAY OF---------------------------------------TWO THOUSAND SIX BY M/S------------------------------------------------------------------hereafter called “Tenderer” (which expression shall where the context so admits mean and include their Agents, Representatives, Successors-in-office and Assigns).

TO AND IN FAVOUR OF ----------------------------------------------------------------------THE TAMIL NADU ELECTRICITY BOARD, a Body Corporate constituted under the Electricity (Supply) Act, 1948 (Central Act LIV of 1948) having its office at 10 th Floor, NPKRR Maaligai, 800, Anna Salai, Chennai – 600 002, herein called the “BOARD” (which expression shall where the context so admits mean and include its successors in office and Assigns).

WHEREAS THE tenderer is required to pay Earnest Money Deposit of

49

Page 50: Tender

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

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

AND WHEREAS in consideration of the acceptance by the Board of the above proposal, The tenderer has agreed to pay to the Board the said amount of Rs----------------------------- in the event of:-

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

(2) Withdrawing his tender after acceptance, OR

(2) Violating any of the conditions of the tender issued by the competent authority;

NOW THIS UNDERTAKING WITNESSES that in persuance of the said agreement the Tenderer hereby doth covenant with the Board that in consideration of the “Board” waiving the condition of payment of EMD in cash in terms of the said specification, the Tenderer has agreed to pay to the Board Rs………………………………………….. only) in the event of :(i)Withdrawing his tender before the expiry of the validity period.(ii) Withdrawing his tender after acceptance.(iii) Violating any of the conditions of the tender issued by the competent authority.

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

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

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

IN WITNESS WHERE OF THIRU------------------------------------------------------------ acting for and on behalf of the Tenderer has signed this deed on the day, month and year herein before first mentioned.

50

Page 51: Tender

SIGNATURE

NAME IN BLOCK LETTERS

SEAL OF THE COMPANY

In the presence of Witnesses:

1. Signature Name & Address

2. Signature Name & Address

SCHEDULE - G

STATEMENT OF TYPE TEST PARTICULARS

( TO BE FILLED IN BY THE TENDERER )

SL. NO. NAME OF TEST NAME OF LAB DATE OF TEST

51

Page 52: Tender

NOTE : 1) The copies of the Type Test Certificates for the bought out components shall be furnished before the offer of 1st LOT of materials for inspection.

2) The above Type Tests should have been conducted in a Government/ Government recognised laboratory as per relevant IS/IEC not earlier than Five (5) years on the date of tender opening.

COMPANY SEAL SIGNATURE :

DESIGNATION :

COMPANY :

DATE :

ANNEXURE--I. 30/110V DC OUTDOOR PANELGUARANTEED TECHNICAL PARTICULARS FOR C & R PANEL.------------------------------------------------------------------------------------------

As per specification------------------------------------------------------------------------------------------1. Name of the manufacturer : To be furnished by the Bidder and place of manufacture 2. a.Overall dimension of the panel : Height x Width x Depth in mm 1600 600 600 b.Thickness of sheet metal in : 3.15 mm (10 SWG) mm for cabinet and mounting sheet. c. No. of hinged doors : 2 (Front door with glass window arrangement and rear door)

i) Dimension of base support : 100 x 50

ii) Thickness of base frame-mm : 3

52

Page 53: Tender

iii) Roofing arrangement : Slant

d) Colour shade :

i) Exterior finish : light gray (shade 631 of IS-5)

ii) Interior finish : White

iii) Base frame : Black e. Materials of wire Mesh : Stainless Steel/Brass/Copper

f. Whether detachable gland : Yes plate in two halves provided at bottom.

g. Whether door with lift-off hinges : YesProvided for the front and rearWith built-in locking system

h. Whether panel designation label : YesIs provided.

3.0 SWITCH BOARD WIRING :a. Power Frequency High Voltage : 2 KV for 1 Min

Insulation level of panelb. Sizes of 1100 V Grade PVC insulated electrolytic grade flexible stranded

copper wires in sq.mm as below:

CIRCUITS:

i) Potential Transformer : 2.5ii) Current Transformer : 2.5iii) D.C.Annunciation/Control : 2.5iv) A.C/(230 V) : 2.5v) Earthing : 2.5vi) Size of electrolytic grade : 25 x 3

Copper flat for earth bus in mm

vii) Type of terminal provided :

a) P.T. circuit ) Stud and nut type withb) C.T. circuit ) disconnecting link facilities

) With lock washers ), nut and check nut

53

Page 54: Tender

c) Other circuit ) Stud and nut type with ) lock washers, nut and check ) nut.

d) CTs short circuit should be hook type instead of screw type

4.0 STATIC TRIVECTOR METER WITH 0.5 CLASS ACCURACY AND WITH RS 485 MOD COMMUNICATION PORT :

a) Make : Secure, ABB, L&T

b) Type : As per CBIP Specification for AC Static Electrical Energy

Meter Technical Report No.88 - Revised July 1996 or to

the latest issue.c) Voltage rating : 110V Ph-Ph, 3 Phase,3 element,

4 wired) Current rating : 1 Amp

l) Whether test terminal block : Yes provided.

5. AMMETER:a) Make : AE/MECO/NIPPENb) Type : FLUSH TYPEc) Accuracy Class : As per IS-1248 of latest issued) Maximum scale Range : As per specn.e) Rating : 1Af) Size : 144mm x 144mm

SELECTOR SWITCH FOR AMMETER:

a) No. of position in the Selector switch : 6 position

b) Current rating of the Switch : 10 Amps

c) Make : KAYCEE/MICRON/SWITRON

BREAKER CONTROL SWITCH AND LOCAL REMOTE SELECTION SWITCH

a) Current Rating : AT 110V DC/30V DC

i) Make and carry continuously : 10A

54

Page 55: Tender

ii) Make and carry for 0.5 secs. : 30A

b) Make : KAYCEE/MICRON/SWITRON

6. O/L AND E/L RELAYS :i) Make : ABB, ER, ALSTHOM/CSPC/JVS

ASHIDA/JYOTI STATIC ONLY ii) Type : Flush Type

iii) D.C. operation voltage : 110V/30V

iv) plug Setting range : a) O/L relay : 50 to 200% of IA in steps of 10%

b) E/L RELAY : 10 to 80% of 1A in steps of 5%

vi) a) Time Lever setting range : 0 to 1

b) Number of steps : in steps of 0.01/0.02

vii) IDMT curve : 1.3/3 sec. At 10 times current at 1 TLS

viii) a) No. of N/O contacts : TWO b) Current carrying capacity

of contacts i) Continuous : 5A ii) Short time and duration in : 30A for 0.2 Sec.

Second.

HIGH SET INSTANTANEOUS UNIT:

a) No. of N/O contacts : 1 N/O

b) Current rating of contacts :

i) Continuous : 5A

ii) Short time and duration in : 30A for 0.2 Sec. Second. c) Plug setting range : 400 to 3000% for O/L Relay in steps of 200%

55

Page 56: Tender

50 to 800% for E/L Relay in steps of 50%7. ACCESSORIES :

a) Rating of Space Heater : 80W, 230V, 50 HZ, AC

b) Whether, No. of HRC fuses as : Provided as per Schedule per Specn. Provided of materials for each panel

c) Whether A.C. and D.C. terminals : Yes kept separate

8. Whether internal wiring conform : Yes to relevant IS

9. Whether testing facility is provided : Yes To check trip circuit healthy

------------------------------------------------------------------------------------------

COMPANY SEAL SIGNATURE ;

DESIGNATION :

COMPANY :

DATE :

56

Page 57: Tender

NOTE: The tenderer is requested to furnish the details for the components relevant for the category of the panel covered in the Specification.

57

Page 58: Tender

58

Page 59: Tender

1

Page 60: Tender

2