Thanks to visit codestin.com
Credit goes to www.scribd.com

0% found this document useful (1 vote)
2K views60 pages

Tender

The document is a specification from the Tamil Nadu Electricity Board for the supply of 30/110V DC outdoor control and relay panels. It specifies 39 panels (34 regular panels and 5 additional panels) are required and provides details on the tender submission process such as submission deadline, earnest money deposit requirements, addresses for communication, and the technical specifications for the panels.

Uploaded by

api-3827963
Copyright
© Attribution Non-Commercial (BY-NC)
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOC, PDF, TXT or read online on Scribd
0% found this document useful (1 vote)
2K views60 pages

Tender

The document is a specification from the Tamil Nadu Electricity Board for the supply of 30/110V DC outdoor control and relay panels. It specifies 39 panels (34 regular panels and 5 additional panels) are required and provides details on the tender submission process such as submission deadline, earnest money deposit requirements, addresses for communication, and the technical specifications for the panels.

Uploaded by

api-3827963
Copyright
© Attribution Non-Commercial (BY-NC)
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOC, PDF, TXT or read online on Scribd
You are on page 1/ 60

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

OFFICE OF THE CHIEF ENGINEER/TRANSMISSION,


6TH FLOOR, NPKRR MAALIGAI,
800, ANNA SALAI, CHENNAI - 600 002.
2

: 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 Money


Deposit : 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.

NOTE :
3

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.
4

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


SECTION – I
5

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

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-
6

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.

SECTION – II

BID QUALIFICATION REQUIREMENTS (BQR)


7

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 orders


placed 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.

SECTION – III

REJECTION OF TENDERS:
8

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.

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
9

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.

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.
10

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.
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
11

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

4.21Tenderer 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.
12

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, 6th 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
responses to requests for clarification shall be in writing and to the point only. No
change in the price or substance of the offer shall be permitted.
6.2 The 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
13

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.
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.
14

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.

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
15

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.

SECTION : V – COMMERCIAL
1.0. 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
16

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

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.
17

(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:
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
18

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 site and 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 :

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.
19

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.

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 (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.
20

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.

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
21

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 :

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.
22

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.

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.
23

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.

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
24

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:

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.
25

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
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.
26

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 to


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

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.

26.3Not less than 15 ( Fifteen) days advance intimation shall be given about
the 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 34 Nos
panels
27

b). 110V outdoor control and 5 Nos.


relay panels

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.

30.0CLIMATIC 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.
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.

32.3The equipments should be designed to facilitate inspection and repair and to


ensure satisfactory operation under atmospheric conditions prevailing at site and under
sudden variations of load and voltages as may be met with under working conditions in
28

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,
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
29

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.
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


to
procure 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

SECTION-VI
TECHNICAL-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.Sheet


2.2. 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 switches
2.5. IS 3231-Relays
31

2.6. IS 2203-HRC Cartridge type fuses


2.7. IS 375-Wiring ferrule numbers
2.8. 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.
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 mm
4.1.2. Width -- 600 mm
4.1.3. Depth -- 600 mm

5.0 THE COLOUR OF THE PANEL:

5.1. Exterior -- Light gray-shade 631 of IS-5


5.2. Interior -- White
5.3. Base frame -- Black
5.4. Finish -- Semi-Glossy
5.5. Method of -- Two coats synthetic enamel over a coat of rust
Painting resistant paint
In 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.
32

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 arrangement


7.2. The Base channel frame of size 100 x 50 mm
7.3. 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.
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.
33

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
uniformly bunched and tied by mean of PVC belts.
11.2 Seperate terminal rows shall be provided for
11.2.1. Control circuits and Indication Circuits.
11.2.2. Power Supply D.C/A.C.
11.2.3. C.T./P.T. circuits
11.3. 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 indication
11.4.5. 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.
34

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.

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:
35

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:

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.
36

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:

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
37

the approved drawings. If the supplier resubmit a revision or change for


approval, such resubmission shall be by four prints.

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 check
ii) Visual and quantitative check
iii) Functional check of switches, relays and meters
iv) Power frequency high voltage withstand test at 2 kV for one minute
v) 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/
38

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

AMMETER ) AE/MECO/NIPPEN

AMMETER SELECTOR SWITCH )


BREAKER CONTROL SWITCH ) KAYCEE/MICRON/SWITRON
AND LOCAL/REMOTE }
SELECTOR SWITCH )

NOTE: THE BRAND OFFERED SHOULD CONFORM TO


SPECIFICATION REQUIREMENTS.

SECTION-VI
TECHNICAL
PART-II
SCHEDULE 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.

Two 22.5 mm dia integrated good quality LED indication lamps for ON
indication(RED)and OFFindication (GREEN) of 230V AC.
39

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 Fuses


Fuse 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 standard
IS. 14697 of 1999 and Specification for AC Static IEC 687/1992
the CBIP Technical HT Trivector Meters
Report No.88 (Revised 110V/1A Class 0.5
July 1996) and its latest
40

amendments.

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.

3.0 SWITCHES:

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 10
B. Make and carry for 0.5 secs. 30
C. Break : Resistive Load 7
D. Inductive load with L/R 40 MS 6
41

4.0 OVER 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 Make and carry for 1 Break


continuously Secs.
AC 1250 VA with a 7500 VA with a maximum 1250 VA with a maximum
maximum of 5 Amps and of 30 Amps and 660 Volts of 5 Amps and 660 Volts
660 volts
DC 1250 VA with a 7500 VA with a maximum 100 Watts resistive 50
maximum of 5 Amps and of 30 Amps and 660 Volts watts inductive with a
660 volts 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.

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.
42

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 – FORMATS


SCHEDULE - `A’
PRICE SCHEDULE`

(To be filled in by the Tenderer)

ALL AMOUNT IN RUPEES ONLY


Sl. Description Quantit UNIT PRICE IN Rs. Sales Tax FOR (D) ** Price in
No. y in in % and Rs.
Nos. Exwork Excise F&I Amount (Including ED, F&I
s Duty in *** , ST & unloading
Price % and Surcharge at Stores/Site.
Amount on S.T. in
% and
Amount Unit Total
43

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. Description Qty. BEFORE THE END OF


No In
Nos. 2nd month 3rd month

FROM THE DATE OF RECEIPT OF


PURCHASE ORDER
44

01. 110/30V 39 Nos. 17Nos. 17Nos.


Outdoor ( 5 Nos.- (30 V) (30 V)
Control 110 V &
and Relay 34 Nos.- 5 Nos(110V)
Panels 30 V)

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

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

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.

S Name and Name of P.O.NO Qty. Value of Scheduled Actual


l.N address of material .& order in date of date of
o. the Date Rs.Lakhs completion completion
organization of order of order
1. 2. 3. 4. 5. 6. 7. 8.
47

COMPANY SEAL: SIGNATURE :


DESIGNATION :

COMPANY :

DATE :
: TAMIL NADU ELECTRICITY BOARD :
SPECIFICATION NO. T- 1380
SCHEDULE – E
TENDER 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,
48

1. Having examined the above specification together with the


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

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


specification.

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


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

4. In accordance with performance guarantee clause Section-V of the 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 10th Floor,
NPKRR Maaligai, 800, Anna Salai, Chennai – 600 002, herein called the “BOARD”
49

(which expression shall where the context so admits mean and include its
successors in office and Assigns).

WHEREAS THE tenderer is required to pay Earnest Money Deposit of


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

AND WHEREAS the tenderer is exempted by the 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

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

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 PANEL
GUARANTEED 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
52

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


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 : Yes


Provided for the front and rear
With built-in locking system

h. Whether panel designation label : Yes


Is provided.
3.0 SWITCH BOARD WIRING :
a. Power Frequency High Voltage : 2 KV for 1 Min
Insulation level of panel
b. Sizes of 1100 V Grade PVC insulated electrolytic grade flexible stranded
copper wires in sq.mm as below:

CIRCUITS:

i) Potential Transformer : 2.5


ii) Current Transformer : 2.5
iii) D.C.Annunciation/Control : 2.5
iv) A.C/(230 V) : 2.5
v) Earthing : 2.5
vi) Size of electrolytic grade : 25 x 3
53

Copper flat for earth bus in mm

vii) Type of terminal provided :

a) P.T. circuit ) Stud and nut type with


b) C.T. circuit ) disconnecting link facilities
) With lock washers
), nut and check nut

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 wire
d) Current rating : 1 Amp

l) Whether test terminal block : Yes


provided.

5. AMMETER:
a) Make : AE/MECO/NIPPEN
b) Type : FLUSH TYPE
c) Accuracy Class : As per IS-1248 of latest issue
d) Maximum scale Range : As per specn.
e) Rating : 1A
f) 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
54

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

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


iii 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

iv b) Current rating of contacts :


v
55

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%

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 :
56

COMPANY :

DATE :

NOTE: The tenderer is requested to furnish the details for the components relevant for
the category of the panel covered in the Specification.
57
1
2

You might also like