Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
E-TENDER DOCUMENT FOR
SUPPLY OF DIFFERENT CAPACITIES OF 11KV/0.433KV
DISTRIBUTION TRANSFORMERS TO DAITARI MINES, ODISHA
E-Procurement Notice
NIT No. OMC/MAT/E-PROC/10/19 Dtd. 05.07.2019 1. Name of the work : Supply of different capacities of
11KV/0.433KV distribution transformers
to Daitari Mines, Odisha
2. Date of availability of bid
document in the portal : 09.07.2019 to 31.07.2019
Up to 03:30PM
3. Last Date for online submission of bids in the portal
: 31.07.2019 up to 05:00PM
4. Date of opening of techno-commercial bids
: 01.08.2019 up to 11:00AM
OMC reserves the right to cancel any or all the tenders without assigning any reason thereof. Further details can be seen from the e-procurement portal tendersodisha.gov.in/ www.omcltd.in Any amendment /cancellation/ retender please refer to the above cited website.
General Manager (Material)
E-mail: [email protected]
CHAPTER-1
INSTRUCTION TO THE BIDDERS FOR E-PROCUREMENT
a. The e-procurement portal of Govt. of Odisha (https://tendersodisha.gov.in)
shall be used for the tendering process.
b. Tenders will be published in the state e-procurement portal by authorized
executives of OMC with Digital Signature Certificate (DSC) issued with the
approval of the competent authority.
c. There shall be no sale of hard copies of tender from issuing offices. Tenders
can be accessed and downloaded by the prospective bidders on above
website. The tender can be downloaded by any prospective bidder from the
website free of cost. d. The bid submission will start from the next day of the e-publication of NIT. The
download of tender may start immediately after e-publication of NIT and shall
continue till the last date and time of bid submission.
e. Registration/Enrolment of Bidder on e-procurement Portal. In order to submit the Bid, the bidders have to get themselves registered
online on the e-procurement portal of State Govt. (tendersodisha.gov.in) with
valid Digital Signature Certificate (DSC). The online Registration of the Bidders
on the portal will be free of cost and one time activity only. The registration
should be in the name of bidder, whereas DSC holder may be either bidder
himself or his duly authorized person.
f. Procedure of bid submission using electronic payment of EMD by bidder.
i. The bidders have to logon to the Odisha e-procurement portal
(tendersodisha.gov.in) using his/her digital signature certificate and
then search and then select the required active tender from ‘Search
Active Tender” option. Now, submit button can be clicked against the
selected tender so that it comes to the “My Tenders” section.
ii. The bidders have to upload the required Prequalification/ Technical/
Financial bid, as mentioned in the bidding document.
iii. Then the bidders have to select and submit the bank name as
available in the payment options.
iv. A bidder shall make electronic payment using his/her internet
banking enabled account with designated Banks or their aggregator
banks.
v. A bidder having account in other Banks can make payment using
NEFT/RTGS facility of designated Banks.
vi. Online NEFT/RTGS payment using internet banking of the Bank in
which the bidder holds his account, by adding the account number as
mentioned in the challan as an interbank beneficiary.
vii. Only after receipt of intimation at the e-procurement portal regarding
successful transaction by bidder the system will activate the ‘Freeze
Bid Submission’ button to conclude the bid submission process.
viii. System will generate an acknowledgement receipt for successful bid
submission. The bidder should make a note ‘Bid ID’ generated in the
acknowledgement receipt for tracking their bid status.
g. Only those bidders who successfully remit their Earnest Money Deposit (EMD)
on submission of bids would be eligible to participate on the tender/bid
process. The bidders with pending or failure payment status shall not be able
to submit their bid. Tender Inviting Authority, State Procurement Cell, NIC, the
designated Banks shall not be held responsible for such pendency or failure.
h. Designated Banks (SBI/ICICI/HDFC Bank) payment gateway are being
integrated with e-Procurement Portal of Government of Odisha
(tendersodisha.gov.in)
i. The bidder will have to accept unconditionally the online user portal
agreement which contains the acceptance of all the Terms and Conditions of
NIT including Commercial and General Terms and Conditions and other
conditions, if any, along with on-line undertaking in support of the authenticity
of the declarations regarding the facts, figures, information and documents
furnished by the Bidder on-line in order to become and eligible bidder. No
conditional bid shall be allowed/ accepted.
j. The bidder will have to give an undertaking online that if the information/
declaration/scanned documents furnished in support of the same in respect of
eligibility criteria is found be to be wrong or misleading at any stage, they will
be liable to be punitive action as decided by the OMC Management.
k. The bidder may seek clarification on-line within the specified period. The
tender publishing authority will clarify as far as possible the relevant queries of
bidders. The clarifications may be asked from the next day of e-publication of
NIT. The last date for seeking clarification will be up to 10 (ten) days before
the last date of submission of bid and the last date of giving clarification on-
line will be up to 07 (seven) days before the last date of submission of bid. The
tender publishing authority will be responsible for giving the clarification
online within the prescribed time frame.
l. Corrigendum should be issued only in exceptional case. The corrigendum of
NIT will be published online with respect to extension of date and address.
However, the extension of date for an event/activity will be possible only
before the expiry of earlier specified date and time for that particular event.
Pre-ponement of date for any event/ activity is not permitted. The scanned
copy of corrigendum notice is to be uploaded on the e-procurement Portal
and also on the portal where the original NIT has been published.
m. The bidder will submit their Techno Commercial Bid and Price bid on-line. No
off-line bid shall be accepted.
The bidder will be required to deposit EMD through ONLINE mode only.
In case of exemption of EMD, the scanned copy of document in support of
exemption will have to be uploaded in the Technical Bid by the bidder during
bid submission.
n. The bidders will have to upload scanned copies of various documents (as per
DTCN) and all other documents as specified in NIT, in Cover-I and “Price-bid”
in Cover-II.
i. Technical Parameter Sheet: The Technical Parameter Sheet containing the
technical specification parameters for each tendered item will be in PDF
format (password protected) and will be uploaded during tender creation.
This will be downloaded by the bidder and the bidder has to furnish all the
required information in the said sheet. Thereafter, the bidder will upload
the same file during bid submission. The Technical Parameter Sheet which
is incomplete and not submitted as per specification given in DTCN will be
rejected.
ii. Price Bid: The price bid will be in BoQ format and will be uploaded during
tender creation. This will be downloaded by the bidder and the bidder will
quote the rates, taxes & duties etc. on this file. Thereafter, the bidder will
upload the same file during bid submission in cover-II. The price-bids of
the tenderers will have no condition. The price bid which is incomplete
and not submitted as per format or is a conditional Price Bid will be
rejected.
iii. The GST for total quantity amount shall be entered in the respective rows
of Price bid format instead of single quantity.
o. Modification of the submitted bid shall be allowed online only before the
deadline of submission of tender and the bidder may modify and resubmit the
bid online as many times as the bidder may wish. Bidder may withdraw only
once their bids online within the end date of bid submission.
p. The Techno Commercial bid will be opened on the pre-scheduled date and
time of tender opening. The Techno Commercial bids (Cover-I) will de
decrypted on-line and will be opened by the “Bid Openers” with their Digital
Signature Certificates.
q. Tender will be opened on the pre-scheduled date irrespective of the number
of offers received. Even in case of receipt of single offer, the same is to be
opened for evaluation. In case no offers are received tender will automatically
be cancelled with the approval of competent authority.
r. Techno- Commercial evaluation of bids: The techno commercial bids will be evaluated by the bid evaluating committee
based on the documents uploaded by the bidders. For this purpose all the
required parameters will be obtained from the bidders in an objective and
structured manner. Bidders will be required to upload scanned copy of various
documents as stipulated in the NIT for the evaluation process, document in
support of exemption of EMD for Technical Evaluation.
(i) Shortfall Document: If required OMC may ask for shortfall documents
during the evaluation of bids. These documents shall not be relating to
submission of EMD. Request for documents and the response shall be in
writing and no change in prices of the bid shall be sought, offered or
permitted. No modification of the bid or any form of communication
with OMC or submission of any additional documents, not specifically
asked for by OMC will be allowed and even if submitted, they will not be
considered by the purchaser.
These documents may be allowed to be uploaded within the specified
time period as specified by OMC.
The above documents will be specified on-line under the link “Upload
shortfall document” by Evaluator normally within 07 days of Technical-
bid(Part-I) opening, indicating the start date and end date giving 07 days
time for online submission by the bidder. The bidders will get this
information on their personalized dash board under “Upload shortfall
document/information” link. Additionally, information shall also be sent
by system generated e-mail and SMS, but it will be the bidder’s
responsibility to check the updated status/ information on their
personalized dash board at least once daily after opening of bid. No
separate communication will be made in this regard. Non-receipt of e-
mail and SMS will not be accepted as a reason of non-submission of
documents within prescribed time.
The bidder will re-upload the requested documents within the specified
period and no additional time will be allowed for on-line submission of
documents.
(ii) After the short listing of techno-commercially acceptable bidders as
above, the date and time of opening of price bid shall informed to the
shortlisted Bidders through system generated e-mail and SMS alert.
(iii) The price bid of the shortlisted bidders (qualified in Techno commercial
bid) will be decrypted and opened on the scheduled date and after the
pre-scheduled time by the Bid Openers with their Digital Signature
Certificates. The bidders may view the price bide opening online
remotely on their personalized dash board under the link “Bid Opening
(Live)” and can see the price bid submitted by all shortlisted bidders.
(iv) A system generated comparative statement of landed cost; will be duly
checked and vetted by the associated officials, before the case is put up
for further deliberation by the appropriate level of Tender Committee.
(v) The EMD of unsuccessfully bidders will be refunded through online. The
EMD shall be refunded to the account from which it was debited.
(vi) The IP address of all the bidders who has participated in the bid along
with timing and date will also kept preserved in the system.
(vii) The bid validity period for all tenders will be 180 (one hundred eighty)
days from the last date of submission of bid.
s. Original copies of the documents, if required, should be produced/ submitted
at the time of opening/ evaluation of Technical bid.
t. Regarding operation of e-Tender procedure please visit website
tendersodisha.gov.in/ www.omcltd.in/ www.odisha.gov.in Please note that
further addendum/ corrigendum if any will be declared in same website.
u. OMC reserves the right to cancel any or all the tenders without assigning any
reason thereof.
(A) EMD:
Sl.
No
Name of the material
Tender paper Cost
(in Rs.)
EMD
(in Rs.)
1. 100 KVA 11/0.433KV, 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 1No
Free of Cost 50,000.00
2. 315KVA, 11/0.433KV 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 4Nos
3. 500KVA, 11/0.433KV 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 1No
4. 1000KVA, 11/0.433KV 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 2Nos
The bidder will be required to submit EMD through ONLINE mode only. The bidder should follow the instructions for online payment available in the
e-procurement portal during processing of tender.
Amount towards EMD on submission of bids shall be collected in a separate
pooling account of Focal Point Branch called e-FPB of respective designated
banks at Bhubaneswar and the banks will remit the amount to respective
bidder’s account on receipt of instruction from Tender Inviting Authority
through refund and settlement of e-procurement system within two working
days from receipt of such instruction.
In case the EMD on submission of bid is forfeited, the e-Procurement portal
will direct the Bank to transfer the EMD value from the pooling Account of
State Procurement Cell to the registered account of the tender inviting
authority.
Bank will refund the tender EMD to the bidder, in case the tender is cancelled
before opening of the Bid as per direction received from Tender Inviting
Authority through e-procurement system.
In case of exemption of EMD the scanned copy of document in support of
exemption will have to be uploaded by the bidder during bid submission.
EMD furnished by all unsuccessful bidders will be refunded through online. If
the bidder withdraws or amends impairs or derogates from the tender in any
respect within the period of validity of its tender or award of contract, the
EMD will be forfeited.
Exemption of EMD shall be allowed to the bidders eligible for such exemption
as approved or permitted by the Odisha State Government/ Central
Government. For such exemption the bidder have to furnish the
documentary evidence along with the Bid. In case the bidder is exempted
from depositing EMD, if awarded the work, Security Deposit (SD) as per Point
No: 8 of the Chapter-4 of this Tender Document has to be deposited in shape
of Bank Draft drawn on any Nationalized Bank/ Scheduled Bank payable at
Bhubaneswar in favour of The Odisha Mining Corporation Limited before
issuance of formal purchase order and same shall be refunded after
successful execution of the work
The EMD of unsuccessful bidders except the L-2 Bidder shall be returned
after selection of L-1 Bidder.
The EMD of L-2 bidder shall be returned after the LOI/Work order has been
issued to the L-1 bidder.
The EMD of L1 bidder shall be returned after the L-1 bidder has deposited
the ISD amount. If the L-1 Bidder fails to take up the work or fails to deposit
the ISD amount, the EMD shall be forfeited.
CHAPTER-2
1. ELIGIBILITY CRITERIA:
(a) The bidder should be a manufacturer/Authorized dealer of Distribution
Transformers of rating 11/0.433 KV, 100 KVA or above with minimum five
years of experience in this field.
(i) In case the Bidder is a company: Certificate of incorporation along with copy of Memorandum of Association (MOA). The main objective of the company as per MOA should be business in transformers. Manufacturer License. Document in support of 5(Five) years experience to be attached.
(ii) In other cases: Manufacturer license/ valid Dealership certificate/
Authorization copy of manufacturer as well as document in support of five(5) years of experience to be produced as applicable)
(b) The manufacturer must have permission for manufacturing BIS Lable-2
transformer. (Valid authorization certificate for manufacturing of BIS Level-2
distribution transformer from appropriate authority must be attached with
offer)
(c) The bidder must have supplied similar rating or higher rating of transformers
to any State Govt/Central Govt/PSUs in competitive bidding process within
last five years from the date of tender opening.(Copy of PO and User
certificate against supply to be produced with bid)
(d) The bidder must have an annual average turnover of Rupees 50 lakhs or more
during last three financial years. (Copy of Balance Sheet & Profit Loss
Account statement of FY 2015-16, 2016-17, 2017-18 to be produced with
bid)
(e) The bidder must accept the tender conditions and must not have been
blacklisted by any competent court of law, forum or any Govt/PSUs or
statutory entities.( Completely filled &signed copy of Annexure-D as in this
tender is to be produced with bid)
(f) The Bidder must have filed its Income Tax return for the preceding three
Assessment Years, i.e. A.Y. 2016-17, 2017-18 & 2018-19. Copy of ITRs filed
shall be attached with the Bid.
(g) The bidder should have PAN &GSTN Registration Certificate.(Copy of PAN &
GSTN Certificate copy to be attached with bid)
(h) The must have submitted the required EMD online if not exempted as per
Govt. Law(Copy online submitted receipt, if exempted, copy of Valid
exemption Certificate issued by Govt. to be submitted)
(i) If the bidder is out of state of Odisha, it must have its own service station in
Odisha. (Copy of Odisha based service station address with contact number
should be attached)
NB: All the documents in support of Eligibility Criteria should be scanned
chronologically & indicated in respect of each criteria along with all Annex.
Non submission of any one of the above documents will entail rejection of the
Bid.
CLARIFICATION OF BIDS: To assist in the examination, evaluation and comparison of Bids, the OMC may at
its discretion, ask any Bidder for clarification of the Bidder’s Bid, including break-
up of unit rates. The request for clarification and the response shall be in writing.
CHAPTER-3
SCOPE OF SUPPLY, SERVICES AND COMPLETION PERIOD
1. BROAD SCOPE OF WORK:
The specification covers the design, engineering, manufacture, stage
inspection, testing, pre-delivery inspection, supply, delivery, loading,
unloading and performance requirements of 11/0.433 KV outdoor type,
CRGO Core, BEE S&L Scheme specified Distribution Transformers.
Sl.
No
Name of the material
Proposed place/ Qty of installation
Total Qty. (in Nos)
1. 100 KVA 11/0.433KV, 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 1No
Daitari Mines,
Keonjhar,
Odisha
08 nos.
2. 315KVA, 11/0.433KV 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 4Nos
3. 500KVA, 11/0.433KV 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 1No
4. 1000KVA, 11/0.433KV 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 2Nos
(TECHNICAL SPECIFICATION)
TECHNICAL SPECIFICATION FOR OUTDOOR TYPES
DISTRIBUTION TRANSFORMERS
1 SCOPE:
1.1 This specification covers design, engineering, manufacture, assembly,
stage testing, inspection and testing before supply and delivery at site of oil immersed, naturally cooled 3 phase 11 kV/433V outdoor type, CRGO core distribution transformer.
1.2 It is not the intent to specify completely herein all the details of the
design and construction of equipment. However the equipment shall
conform in all respects to high standards of engineering, design and
workmanship and shall be capable of performing in continuous
commercial operation, in a manner acceptable to the purchaser, who will
interpret the meanings of drawings and specification and shall have the
power to reject any work or material which, in his judgment is not in
accordance therewith. The offered equipment shall be complete with all
components necessary for their effective and trouble free operation.
Such components shall be deemed to be within the scope of bidder’s
supply irrespective of whether those are specifically brought out in this
specification and / or the commercial order or not.
1.3 The transformer and accessories shall be designed to facilitate operation, inspection, maintenance and repairs. The design shall incorporate every
precaution and provision for the safety of equipment as well as staff engaged in operation and maintenance of equipment.
1.4 All outdoor apparatus, including bushing insulators with their mountings,
shall be designed so as to avoid any accumulation of water.
2 STANDARD RATINGS: 2.1 The standard rating shall be 3-phase, 100KVA, 315KVA, 500KVA, 1000KVA,
11 KV/ 0.433 KV, CRGO Core, Label -2, distribution transformers.
3 STANDARDS: 3.1 The materials shall conform in all respects to the relevant Indian/
International Standards, with latest amendments thereof unless otherwise specified herein. Some of them are listed below:
3.2 Material conforming to other internationally accepted standards, which
ensure equal or better quality than the standards mentioned above,
would also be acceptable. In case the bidders who wish to offer material
conforming to other standards, the bidder shall clearly bring out the
salient points of difference between the standards adopted and the
specific standards in relevant schedule. Four copies of such standards
with authentic English translations shall be furnished along with the offer.
4 PRINCIPAL PARAMETERS: (A) TECHNICAL DETAILS & LIST OF ACCESSORIES FOR 100KVA,
11/0.433KV TRANSFORMER: i) The 100KVA outdoor type, CRGO Core, Label-2, distribution
transformer shall be of latest design, 3 phase, 2 winding core type, oil immersed, natural cooled (ONAN), generally designated manufacture and tested according to IS:2026-1977 & confirm to following particular.
a) Voltage ratio : 11/0.433KV b) Type : oil immersed, outdoor type c) Cooling : ONAN with temperature rise limits
as per Table 4 of IS: 2026 (Part-II) d) Installation : Outdoor e) No. of windings : 2 (two) having Copper (cu)
conductor
f) Supply frequency : 50 Hz, +3% to -3%
g) No. of phases : 3 (three)
h) Winding connection : Primary – Delta
Secondary – Star
with neutral
brought out for
solid earthing
i) Vector group : Dyn11
j) Duty : Continuous
k) Percentage impedance : As per IS: 2026
l) Rated primary voltage : 11KV
m) Rated secondary voltage : 0.433KV
n) Tap-changer : Off-circuit, pad lockable on HV side
o) Tapping range : ±2.5%, ±5% and ±7.5% taps shall be provided on HV side
p) Conductor material : Copper
ii) Place of supply: Daitari Mines, Dist. of Keonjhar, Odisha, Quantity-01 nos.
(B) TECHNICAL DETAILS & LIST OF ACCESSORIES FOR 315KVA,
11/0.433KV TRANSFORMER: i) The 315KVA outdoor type, CRGO Core,Label-2, distribution
transformer shall be of latest design, 3 phase, 2 winding core type, oil immersed, natural cooled (ONAN), generally designated manufacture and tested according to IS:2026-1977 or latest & confirm to following particular.
a) Voltage ratio : 11/0.433KV
b) Type : Oil immersed, outdoor type
c) Cooling : ONAN with temperature rise
limits as per Table 4 of
IS: 2026 (Part-II)
d) Installation : Outdoor
e) No. of windings : 2 (two) having Copper (cu)
conductor
f) Supply frequency : 50 Hz, +3% to -3%
g) No. of phases : 3 (three)
h) Winding connection : Primary – Delta
Secondary – Star
with neutral brought out for
solid earthing i) Vector group : Dyn11 j) Duty : Continuous
k) Percentage impedance : As per IS: 2026
l) Rated primary voltage : 11KV
m) Rated secondary voltage : 0.433KV
n) Tap-changer : Off-circuit, pad lockable on
HV side
o) Tapping range : ±2.5%, ±5% and ±7.5% taps
shall be provided on HV
side
p) Conductor material : Copper
ii) Place of supply: Daitari Mines, Dist. of Keonjhar, Odisha, Quantity-04 nos.
(C) TECHNICAL DETAILS & LIST OF ACCESSORIES FOR 500KVA, 11/0.433KV
TRANSFORMER: i) The 500KVA outdoor type, CRGO Core, Label-2, distribution transformer
shall be of latest design, 3 phase, 2 winding core type, oil immersed, natural cooled (ONAN), generally designated manufacture and tested according to IS:2026-1977 & confirm to following particular.
a) Voltage ratio : 11/0.433KV
b) Type : oil immersed, outdoor type
c) Cooling : ONAN with temperature rise limits as per Table 4 of IS: 2026
(Part-II)
d) Installation : Outdoor
e) No. of windings : 2 (two) having Copper (cu)
conductor
f) Supply frequency : 50 Hz, +3% to -3%
g) No. of phases : 3 (three)
h) Winding connection : Primary – Delta Secondary – Star with neutral brought out for solid earthing
i) Vector group : Dyn11 j) Duty : Continuous
k) Percentage impedance : As per IS: 2026
l) Rated primary voltage : 11KV
m) Rated secondary voltage : 0.433KV
n) Tap-changer : Off-circuit, pad lockable on HV side
o) Tapping range : ±2.5%, ±5% and ±7.5% taps shall be provided on HV
side
p) Conductor material : Copper
ii) Place of supply: Daitari Mines, Dist. of Keonjhar, Odisha, Quantity-01 nos.
(D) TECHNICAL DETAILS & LIST OF ACCESSORIES FOR 1000KVA, 11/0.400KV
TRANSFORMER: i) The 1000KVA, outdoor type, CRGO Core, Label-2, distribution
transformer shall be of latest design, 3 phase, 2 winding core type, oil immersed, natural cooled (ONAN), generally designated manufacture and tested according to IS:2026-1977 & confirm to following particular.
a) Voltage ratio : 11/0.433KV
b) Type : oil immersed, outdoor type
c) Cooling : ONAN with
temperature rise
limits as per Table
4 of IS: 2026
(Part-II)
d) Installation : Outdoor
e) No. of windings : 2 (two) having Copper (cu)
conductor
f) Supply frequency : 50 Hz, +3% to -3%
g) No. of phases : 3 (three)
h) Winding connection : Primary – Delta
Secondary – Star
with neutral
brought out for
solid earthing i) Vector group : Dyn11 j) Duty : Continuous
k) Percentage impedance : As per IS: 2026
l) Rated primary voltage : 11KV
m) Rated secondary voltage : 0.433KV
n) Tap-changer : Off-circuit, pad
lockable on HV
side
o) Tapping range : ±2.5%, ±5% and
±7.5% taps shall
be provided on
HV side
p) Conductor material : Copper
HV side terminal: As per standard norms. LV side terminal: Three insulated phase terminals housed within a LV box attached to the transformer tank.
ii) Accessories:
a. Rating plate.
b. Diagram and terminal marking plate.
c. Tap connection plate.
d. Two earthing terminals.
e. Lifting devices for transformer and enclosure.
f. Drain value with plug.
g. Flat bi-directional rollers.
h. Under carriage with haulage hole.
i. Lifting lugs for core coil assemble.
j. Dehydrating Silica Gel breather with oil seal.
k. Oil level indicator with ‘low’ oil level contact.
l. Thermometer pocket with bulb type thermometer.
m. Conservator with atom seal arrangement, oil filling hole, caps drain
valves, oil gauge glass and magnetic oil indicator. n. Oil filling hole with cover.
o. Air release device.
p. Explosion vent with equalizer pipe connection to conservator.
q. Filter valve.
r. Oil sampling valves.
s. Buchholz relay with alarm and trip contact and valves on conservator
side for the transformer.
Place of supply: Daitari Mines, Dist. of Keonjhar, Odisha, Quantity-02 nos Audible sound levels (decibels) at rated voltage and frequency for liquid immersed distribution transformers shall be as per standards. CORE MATERIAL 6.1.3 CRGO CORE METAL:
6.1.3.1 The core shall be high quality CRGO having very low loss formed into
wound cores of rectangular shape, bolted together to the frames firmly
to prevent vibration or noise. The complete design of core must ensure
permanency of the core loss with continuous working of the
transformers. The value of the flux density allowed in the design shall
be clearly stated in the offer. Curve showing the properties of the
metal shall be attached with the offer.
6.1.3.2 No load current shall not exceed 2% of full load current and will be measured by energizing the transformer at 433 volts, 50 Hz on the secondary. For increase of voltage of 433 volts by 12.5%, the no-load current shall not increase beyond 5 % of the full load current.
7 WINDINGS:
7.1 Material:
7.1.1 HV and LV windings shall be wound from Super Enamel covered /
Double Paper covered copper conductor/ foil winding.
7.1.2 LV winding shall be such that neutral formation will be at top. 7.1.3 The winding construction of single HV coil wound over LV coil is
preferable. 7.1.4 Inter layer insulation shall be Nomex /Epoxy dotted Kraft Paper. 7.1.5 Proper bonding of inter layer insulation with the conductor shall be
ensured.
7.1.6 Joints in the winding shall be avoided. However, if jointing is necessary the joints shall be properly brazed and the resistance of the joints shall be less than that of parent conductor. In case of foil windings, welding of leads to foil can be done within the winding.
8 TAPS:
8.1.2 OFF-Circuit tap changing switch five positions (i.e. -5%, -2.5%, Normal,
+2.5%, +5%) with locking arrangement + 5% to -5% in step of 2.5% Off load Tap changer.
8.1.3 Tap changing shall be carried out by means of an externally operated
self-position switch and when the transformer is in de-energized condition. Switch position No.1 shall correspond to the maximum plus tapping. Each tap change shall result in variation of 2.5% in voltage. Provision shall be made for locking the taping switch handle in position. Suitable aluminum anodised plate shall be fixed for tap changing switch to know the position number of tap.
9 OIL : 9.1 The insulating oil shall comply with the requirements of IS 335 or BS 148.
Use of recycled oil is not acceptable. The specific resistance of the oil shall be as per IS Standard 6103.
9.2 Oil shall be filtered and tested for break down voltage (BDV) and moisture free content before filling.
9.3 The oil shall be filled under vacuum. 9.4 The design and all materials and processes used in the manufacture of
the transformer, shall be such as to reduce to a minimum the risk of the development of acidity in the oil.
10. INSULATION LEVELS:
The Insulation Level should be as per the Standard depending upon therating of Distribution Transformer.
11. LOSSES:
11.1 The bidder shall guarantee individually the no-load loss and load loss without any positive tolerance. The bidder shall also guarantee the total losses at 50% and 100% load condition (at rated voltage and frequency and at 75°C) as per BEE Latest S& L Scheme Regulations.
12. No positive tolerance shall be allowed on the maximum losses displayed
on the label for both 50% and 100% loading values. 13 PERCENTAGE IMPEDANCE: 13.1 The percentage impedance at 75ºC. shall be 4% subject to tolerance as per
IS:2026-1997 or latest. 14 Temperature rise: The temperature rise over ambient shall not exceed
the standard limits. 15 INSULATION MATERIAL: 15.1 Electrical grade insulation epoxy dotted Kraft Paper/Nomex and
pressboard of standard make or any other superior material subject to approval of the purchaser shall be used.
15.2 All spacers, axial wedges / runners used in windings shall be made of pre-
compressed Pressboard-solid, conforming to type B 3.1 of IEC 641-3-2. In
case of cross-over coil winding of HV all spacers shall be properly sheared
and dovetail punched to ensure proper locking. All axial wedges / runners
shall be properly milled to dovetail shape so that they pass through the
designed spacers freely. Insulation shearing, cutting, milling and
punching operations shall be carried out in such a way, that there should
not be any burr and dimensional variations.
16 CONSERVATOR: 16.1 The conservator shall be provided on transformer tank. 16.2 When a conservator is provided, oil gauge and the plain or dehydrating
breathing device shall be fitted to the conservator which shall also be provided with a drain plug and a filling hole [32 mm (1¼”)] normal size thread with cover. In addition, the cover of the main tank shall be provided with an air release plug.
16.3 The dehydrating agent shall be silica gel. The moisture absorption shall be
indicated by a change in the colour of the silica gel crystals which should
be easily visible from a distance. Volume of breather shall be suitable for
1 kg.
16.4 The capacity of a conservator tank shall be designed keeping in view the
total quantity of oil and its contraction and expansion due to temperature
variations. The total volume of conservator shall be such as to
contain10% quantity of the oil. Normally 3% quantity the oil shall be
contained in the conservator.
16.5 The cover of main tank shall be provided with an air release plug to enable air trapped within to be released, unless the conservator is so located as to eliminate the possibility of air being trapped within the main tank.
17. PROTECTIVE COATING: 17.1 As soon as all items have been cleaned and within four hours of the
subsequent drying, they shall be given suitable anti-corrosion protection. 18. BUSHINGS:
18.1 The bushings shall conform to the relevant standards specified and shall be of outdoor type.
18.2 Bushing can be of porcelain/epoxy material. Polymer insulator bushings
conforming with relevant IEC can also be used. 18.3 Bushings of plain shades as per IS 3347 shall be mounted on the side of
the Tank and not on top cover. 18.4 Dimensions of the bushings of the voltage class shall conform to the
Standards specified and dimension of clamping arrangement shall be as
per IS 4257
18.5 Minimum external phase to phase and phase to earth clearances of bushing terminals shall be as per standard.
The clearances in case of cable box shall be as per standard.
18.6 Arcing horns shall be provided on HV bushings.
19. TERMINAL CONNECTORS: 19.1 The LV and HV bushing stems shall be provided with suitable terminal
connectors as per IS:5082 so as to connect the jumper without disturbing
the bushing stem. Connectors shall be with eye bolts so as to receive
conductor for HV. Terminal connectors shall be type tested as per
IS:5561.
20 FITTINGS: 20.1 The following standard fittings shall be provided:
i. Rating and terminal marking plates, non-detachable. ii. Earthing terminals with lugs - 2 Nos. iii. Lifting lugs for main tank and top cover iv. Terminal connectors on the HV/LV bushings (For bare terminations
only). v. Thermometer pocket with cap - 1 No. vi. Air release device vii. HV bushings viii. LV bushings ix. Pulling lugs x. Stiffener xi. Radiators - No. and length may be mentioned (as per heat
dissipation calculations)/ corrugations.
xii. Prismatic oil level gauge.
xiii. Drain cum sampling valve.
xiv. Top filter valve
xv. Oil filling hole having thread with plug and drain plug on the
conservator.
xvi. Silicagel breather
xvii. Base channel with holes to make them suitable for fixing on a
platform or plinth.
xviii. 4 No. rollers
xix. Pressure relief device or explosion vent.
21 OVERLOAD CAPACITY: 21.1 The transformers shall be suitable for loading as per IS 6600.
22 TESTS: 22.1 All the equipment offered shall be fully type tested by the bidder or his
collaborator as per the relevant standards including the additional type tests. The type test must have been conducted on a transformer of same design during the last five years at the time of bidding. The bidder shall furnish two sets of type test reports along with the offer. Offers without type test reports will be treated as non-responsive.
22.2 Special tests other than type and routine tests, as agreed between
purchaser and bidder shall also be carried out as per the relevant
standards.
22.3 The requirements of site tests are also given in this clause. 22.4 The test certificates for all routine and type tests for the transformers
and also for the bushings and transformer oil shall be submitted with the bid.
22.5 The procedure for testing shall be in accordance with IS1180/2026 as the case may be except for temperature rise test.
22.6 Before dispatch the completely assembled transformer shall be subjected to the routine tests at the manufacturer’s works.
23 ROUTINE TESTS:
23.1 Ratio, polarity, phase sequence and vector group. 23.2 No Load current and losses at service voltage and normal frequency. 23.3 Load losses at rated current and normal frequency. 23.4 Impedance voltage test. 23.5 Resistance of windings at each tap, cold (at or near the test bed temperature). 23.6 Insulation resistance. 23.7 Induced over voltage withstand test. 23.8 Separate source voltage withstand test. 23.9 Neutral current measurement-The value of zero sequence current in the
neutral of the star winding shall not be more than 2% of the full load
current.
23.10 Oil samples (one sample per lot) to comply with IS 1866. 23.11 Measurement of no load losses and magnetizing current at rated
frequency and 90%, 100% and 110% rated voltage. 23.12 Pressure and vacuum test for checking the deflection.
24 TYPE TESTS TO BE CONDUCTED ON ONE UNIT:
In addition to the tests mentioned in clause 33 and 34 following tests shall be conducted:
24.1 Temperature rise test for determining the maximum temperature rise after continuous full load run. The ambient temperature and time of test should be stated in the test certificate.
24.2 Impulse voltage test: with chopped wave of IS 2026 part-III. BIL for 11 kV shall be 95 kV peak instead of 75 kV
24.3 Short circuit withstand test: Thermal and dynamic ability. 24.4 Air Pressure Test: As per IS – 1180. 24.5 Magnetic Balance Test. 24.6 Un-balanced current test: The value of unbalanced current indicated by
the ammeter shall not be more than 2% of the full load current. 24.7 Noise-level measurement. 24.8 Measurement of zero-phase sequence impedance.
24.9 Measurement of Harmonics of no-load current. 24.10 Transformer tank shall be subjected to specified vacuum. The tank
designed for vacuum shall be tested at an internal pressure of 0.35 kg
per sq cm absolute (250 mm of Hg) for one hour. The permanent
deflection of flat plates after the vacuum has been released shall not
exceed.
24.11 Transformer tank together with its radiator and other fittings shall be
subjected to pressure corresponding to twice the normal pressure or
0.35 kg / sq.cm whichever is lower, measured at the base of the tank
and maintained for an hour. The permanent deflection of the flat
plates after the excess pressure has been released, shall not exceed
the figures for vacuum test.
24.12 Pressure relief device test: The pressure relief device shall be subject to
increasing fluid pressure. It shall operate before reaching the test
pressure as specified in the above class. The operating pressure shall
be recorded. The device shall seal-off after the excess pressure has
been released.
24.13 Short Circuit Test and Impulse Voltage Withstand Tests: The
purchaser intends to procure transformers designed and successfully
tested for short circuit and impulse test. In case the transformers
proposed for supply against the order are not exactly as per the tested
design, the supplier shall be required to carry out the short circuit test
and impulse voltage withstand test at their own cost in the presence of
the representative of the purchaser.
24.13.1 The supply shall be accepted only after such test is done successfully, as it confirms on successful withstand of short circuit and healthiness of the active parts thereafter on un-tanking after a short circuit test.
24.13.2 Apart from dynamic ability test, the transformers shall also be required
to withstand thermal ability test or thermal withstand ability will have
to be established by way of calculations.
24.13.3 It may also be noted that the purchaser reserves the right to conduct
short circuit test and impulse voltage withstand test in accordance
with the IS,afresh on each ordered rating at purchaser cost, even if the
transformers of the same rating and similar design are already tested.
This test shall be carried out on a transformer to be selected by the
purchaser either at the manufacturer’s works when they are offered in
a lot for supply or randomly from the supplies already made to
purchaser’s stores. The findings and conclusions of these tests shall be
binding on the supplier.
24.13.4 Type test certificates for the tests carried out on prototype of same specifications shall be submitted along with the bid. The purchaser may select the transformer for type tests randomly.
25 ACCEPTANCE TESTS:
25.1 The testing shall be carried out in accordance with IS:1180 and IS:2026.
26. INSPECTION:
26.1 In respect of raw material such as core stampings, winding conductors,
insulating paper and oil, supplier shall use materials
manufactured/supplied by standard manufacturers and furnish the
manufacturers’ test certificate as well as the proof of purchase from
these manufacturers (excise gate pass) for information of the
purchaser. The bidder shall furnish following documents along with
their offer in respect of the raw materials:
27 INSPECTION AND TESTING OF TRANSFORMER OIL: 27.1 To ascertain the quality of the transformer oil, the original
manufacturer’s tests report should be submitted at the time of
inspection. Arrangements should also be made for testing of transformer oil, after taking out the sample from the manufactured
transformer and tested in the presence of purchaser’s representative. 27.2 To ensure about the quality of transformers, the inspection shall be
carried out by the purchaser’s representative at finished stage i.e. transformers are fully assembled and are ready for dispatch.
27.3 When the transformer is ready for dispatch, an offer intimating about
the readiness of transformer, for final inspection for carrying out tests
as per relevant IS shall be sent by the firm along with Routine Test
Certificates. The inspection shall normally be arranged by the
purchaser at the earliest after receipt of offer for pre-delivery
inspection.
27.4 In case of any defect/defective workmanship observed at any stage by the purchaser’s Inspecting Officer, the same shall be pointed out to the firm in writing for taking remedial measures. Further processing should only be done after clearance from the Inspecting Officer/ purchaser.
27.5 All tests and inspection shall be carried out at the place of
manufacture unless otherwise specifically agreed upon by the manufacturer and purchaser at the time of purchase. The manufacturer shall offer the Inspector representing the Purchaser all reasonable facilities, without charges, to satisfy him that the material is being supplied in accordance with this specification. This will Form Active Part Inspection during Acceptance Tests.
27.6 The manufacturer shall provide all services to establish and maintain
quality of workman ship in his works and that of his sub-contractors to
ensure the mechanical /electrical performance of components,
compliance with drawings, identification and acceptability of all
materials, parts and equipment as per latest quality standards of ISO
9000.
27.7 Purchaser shall have every right to appoint a third party inspection to carry out the inspection process.
27.8 The purchaser has the right to have the test carried out at his own cost by an independent agency wherever there is a dispute regarding the quality supplied. In case of any deviation purchaser have every right to reject transformer or penalize the manufacturer, which may lead to blacklisting, among other things.
28 PACKING AND FORWARDING: 28.1 The packing shall be done as per the manufacturer’s standard practice.
However, it should be ensured that the packing is such that, the material would not get damaged during transit by Rail / Road / Sea.
28.2 The marking on each package shall be as per the relevant IS.
29 MANADATORY SPARES: 29.1 Mandatory spares shall be supplied as per the purchaser’s requirement.
30 DEVIATIONS : 30.1 The bidders are not allowed to deviate from the principal requirements
of the Specifications. However, the bidder is required to submit with his bid in the relevant schedule a detailed list of all deviations without any ambiguity. In the absence of a deviation list in the deviation schedules, it is understood that such bid conforms to the bid specifications and no post-bid negotiations shall take place in this regard.
30.2 The discrepancies, if any, between the specification and the catalogues
and / or literatures submitted as part of the offer by the bidders, shall
not be considered and representations in this regard shall not be
entertained.
30.3 If it is observed that there are deviations in the offer in guaranteed technical particulars other than those specified in the deviation schedules then such deviations shall be treated as deviations.
30.4 All the schedules shall be prepared by vendor and are to be enclosed with the bid.
CHAPTER-4
PRICE, PRICE FALL CLAUSE, VALIDITY OF THE PROPOSAL, DELIVERY PERIOD 1. PRICE:
Prices should be quoted as per the price bid format for different capacities of
11KV/0.433KV distribution transformers should be submitted online.
The Bidder shall quote the total composite price and the prices needs to be
individually indicated against each item as per the Part-II (Price-Bid format).
The details of the taxes/ duties break up are to be indicated clearly against
each item and is to be kept in the envelope for price Bid online. The taxes
and duties breakup of the equipments and services are mandatory without
which the bid shall be liable for rejection.
2. ESCALATION OF PRICE:
The rates quoted by the bidder shall remain firm & fixed during the entire
period of contract/supply order and shall not be subject to variation on any
account except on variation due to Govt. taxes and duties. The price
approved by the OMC for award of this contract will be inclusive of all levies,
taxes and duties. This clause is of course, subject to price fall clause.
3. RIGHT TO RISK PURCHASE:
If the seller/supplier fail to fulfil the terms and conditions of the purchase
order, OMC shall have the right to procure the materials /services from any
other party for execution /completion of the contract and recover from the
supplier all charges /expenses/losses/damages suffered by OMC at risk and
cost of the seller after giving 15 days’ notice to the seller. This will be without
prejudice to the rights of OMC for any other action including termination.
4. VALIDITY:
The offer will remain valid up to 180days from the date of opening of tender.
5. DELIVERY PERIOD: The successful bidder has to complete the work in all respect within 03
(three) months from the date of approval of drawing. The drawings must be
submitted to OMC for approval within 15 days from the date of issue of P.O.
When the supplier fails to supply the item in time, the ordering authority has
the following options depending upon the conditions and circumstances of
the case
6. Extending the delivery period without any penalty:
Under the following Circumstances extension of delivery date may be considered. (i) In absence of urgency of the requirement and delay involved has or
will not cause any loss or inconvenience to the organization. (ii) When the supply is delayed due to strike of Transporter, Factory or
any such incident linked to production/supply of the item. (iii) In case of any natural calamities occurring before the delivery date. (iv) In case of items where the supplier /manufacturer is dependent on
approval of advance sample/drawings or any clarification required is not submitted in time and delay occurs in approval time.
(v) When delay occurs in taking up pre despatch inspection at suppliers works by the nominated inspector.
(vi) Any other reason cited by the vendors supported by required documents if felt genuine by the management.
If extension of delivery date sought for in writing by the vendor is felt
genuine, the same may be considered after due approval of the competent
authority.
LIABILITY FOR ACCIDENTS AND DAMAGES: Under the contract the bidder
shall be responsible for any loss or damage to the Distribution Transformers
or to the manpower deployed by the selected bidder or its authorized
agencies until the work is taken over by OMC after necessary technical and
legal compliance.
7. INITIAL SECURITY DEPOSIT (ISD): The bidder shall have to deposit an ISD equivalent to 5% of the contract
value excluding Taxes and duties within 15 days of issue of LOI/P.O.,
whichever is earlier. The ISD shall be in form of DD. The ISD shall be for
satisfactory completion of the work awarded in the P.O. The ISD shall be
forfeited in case the Agency fails to fulfill its obligations under the contract.
The ISD shall be released to the Agency after completion of supply at the
time of release of last 10% payment.
The Micro & Small Enterprises shall be exempted from payment of Security
Deposit by facilitating them to pay the prescribed Security Deposit as per the
latest prevailing Govt. notification which is to be produced by the bidder.
8. PERFORMANCE SECURITY/GUARANTEE
The Agency shall submit a performance Bank Guarantee in shape of DD/BG
amounting to 10% of the contract value before release of last 10% of Bill
Value. The BG should be operable/ executable for invocation at any
Nationalized/ Scheduled Commercial Bank at Bhubaneswar. The BG shall be
in OMC’s BG format. The BG shall be towards the successful execution of the
contract and Performance Guarantee obligation of the Equipment/ System
and satisfactory compliance of the statutory obligations applicable to this
work. The Bank Guarantee shall remain valid till the expiry of the guarantee/
warrantee period. On breach of contract by the supplier or agency, the
performance guarantee shall be invoked by OMC with approval of
competent authority.
The performance Bank guarantee shall be released after successful
completion of warranty/ guarantee period certified by the concerned
Regional Manager and satisfactory compliance of statutory obligations under
the contract.
CHAPTER-5
PAYMENT TERMS, TAXES & DUTIES
1. SUPPLY, OF DIFFERENT CAPACITIES OF 11KV/0.433KV DISTRIBUTION TRANSFORMERS AT DAITARI MINES, ODISHA.
1.1 90% of payment of material cost alongwith applicable GST shall be
released at Head Office after receipt at site and acceptance of
materials along with submission of following documents:
a) Tax Invoice in triplicate duly certified by the respective site personnel with performance of the agency and recommendation of concerned Regional Manager for verification & stock entry and recommended by the concerned Regional Manager for release of payment. Invoice shall be raised as per GST Act & Rules.
b) Delivery Challan. c) Approved OEM warrantee Certificate. d) Submission of BG of amount i.e 10% of Total order value or
undertaking to deduct the required BG amount from claimed Bill value if BG not submitted.
e) Test Reports as desired by OMC. f) Inspection report.
1.2 Balance 10% of material cost along applicable GST shall be released
after expiry Warrantee period or on submission of Performance
Guarantee in form of BG in OMC’s BG format for 10% of the total
contract value excluding taxes & duties which is to be valid till the
completion of warrantee period with claim period of 2 months after
the BG expiry period.
The PBG should be issued by any Nationalized/Scheduled commercial
Banks in OMC format.
1.3 TDS under IT Act, BG Act and any other Act as applicable & statutory
deductions as per Govt. norm shall be deducted from the bills. All bills
are to be submitted as per relevant Rules as applicable.
1.4 No advance payment in any form will be made.
1.5 Part payment provision may be considered on supply and acceptance
of same by Consignee & submission of required documents.
2. TAXES & DUTIES: Taxes and duties in percentage and also specified amount should be clearly
mentioned in the price bid format. Variation of taxes and duties if any, by
the Govt. or statutory authority after tender date shall be allowed to the
bidder pertaining to this work.
3. GST Clause i) The Successful Bidder should have registration under GST Acts.
ii) The Successful Bidder has to raise Invoice as required under section
31 of the GST Act and relevant Rules made there under.
iii) The Invoice should contain the following particulars as required under Rule 46 of CGST Rules.
Name, address and Goods and Services” Tax Identification Number of the Supplier.
A consecutive serial number not exceeding sixteen characters, in one or multiple series, containing alphabets or numerals or special characters- hyphen or dash and slash symbolised as “-” and “/" respectively, and any combination thereof, unique for a financial year.
a) Date of its issue.
b) Name, address and Goods and Services Tax Identification Number or Unique Identity Number, if registered, of the recipient.
c) Harmonised System of Nomenclature code for goods or SAC code for services.
d) Description of goods or services.
e) Quantity in case of goods and unit or Unique Quantity Code thereof.
f) Total value of supply of goods or services or both.
g) Taxable value of the supply of goods or services or both taking into account discount or abatement, if any.
h) Rate of tax (Central tax, State tax, Integrated tax, Union territory tax or Cess).
i) Amount of tax charged in respect of taxable goods or services (Central tax, State tax, Integrated tax, Union territory tax or Cess).
j) Place of supply along with the name of the State, in the case of a
supply in the course of Inter-State Trade or Commerce.
k) Address of delivery where the same is different from the place of supply.
l) Whether the tax is payable on reverse charge basis; and
m) Signature or digital signature of the supplier or his authorised representative.
iv) The Successful Bidder should file the GST Returns as required in the
GST Acts, and details of Invoice submitted to OMC and GST amount
charged thereon should reflect in Form GSTR-2A within a reasonable
time, so as to make OMC enable to take Input Tax Credit (ITC) of the
GST amount paid against those Bills.
v) If due to any reason attributable to the Successful Bidder, Input credit
of the GST amount paid on Invoices raised by the Successful Bidder is
not available to OMC/denied by the dept. then the same will be
recovered from the dues of the Successful Bidder or the Successful
Bidder has to deposit an equivalent amount.
vi) The Successful Bidder has to comply with all the Provisions of GST
Acts, Rules and Notifications issued there under.
vii) The successful bidder hereby undertakes to indemnify OMC, from any
liabilities arising in future due to non compliance by the successful
bidder of the GST Acts, Rules and any other Acts currently in force
and applicable to the successful bidder by OMC.
4. WARRANTY
The manufacturers of the transformer shall provide a guarantee of 24
months from the date of receipt and acceptance of materials at site. In case
the distribution transformer fails within the guarantee period the purchaser
will immediately inform the supplier who shall take back the failed DT
within 15 days from the date of the intimation at his own cost and
replace/repair the transformer within forty five days of date of intimation
with a roll over guarantee.
The Warrantee/ Guarantee shall be in the name of OMC.
CHAPTER-6
PENALTY CLAUSE
1. PENALTY
If the supplier fails to supply the materials within the original or extended
delivery period, penalty will be imposed an amount equivalent to 0. 5% of the
value of the items (excluding Taxes & duties) of delayed portion per each
week or part thereof delay (Seven day week) subject to maximum of @5% of
the total ordered value excluding Taxes and duties.
If the purchasing authority at any time feels & ascertain that the bidder is not
in a position to supply the item within the delivery period or taking no steps
for delivery of the item, it shall be open to the management to cancel the
order alongwith forfeiture of ISD/ Performance Gurantee. To ascertain the
status of the supply, the purchasing authority may write to the bidder or send
any representative to the bidder’s site to verify the progress of supply or
carryout stage inspection if required.
2. WAIVER OF PENALTY:
If at any time during the Contract, the bidder should encounter conditions
impending timely performance of service, the bidder shall promptly notify to
OMC in writing of the fact of the delay, its likely duration and its cause(s). As
soon as practicable after receipt of the bidder’s notice, the OMC shall
evaluate the situation and may at its discretion waive the penalty on the
request of the bidder.
CHAPTER-7
OMC’S RIGHT
1. OMC'S RIGHT TO VARY QUANTITIES AND LOCATION: The OMC reserves the right at the time of award of work and during the tenure
of the contract to increase or decrease the quantity by +/- 20% of tendered
quantity without any in the terms & conditions and the prices quoted the
tenderers. OMC also reserve the right to change the location of installation if
applicable etc.
2. SPLITTING OF QUANTITY (IF REQUIRED):
Due to critical and vital nature of the item, OMC reserve the right to split the
contract in favour of more than one renderer depending on the requirement.
3. OMC'S RIGHT TO ACCEPT OR REJECT ANY OR ALL OFFERS:
OMC reserves the right to accept or reject any offer and reject all offers, at any
time prior to award of contract without assigning any reason whatsoever and
without thereby incurring any liability to the affected bidder(s) on the grounds
for the OMC's action.
4. TERMINATION FOR DEFAULT:
The OMC may, without prejudice to any other remedy for breach of contract, by
written notice of default, sent to the bidder, terminate this contract in whole or
in part.
(a) If the bidder fails to render services within the time period (s) specified
in the Contract or any extension thereof granted by the OMC.
(b) If the bidder fails to perform any other obligation (s) under Contract.
And
(c) If the bidder, in either of the above circumstance(s) does not remedy its
failure within a period of 30 days (or such longer period as OMC may
authorize in writing) after receipt of the default notice from OMC.
CHAPTER-8
DISPUTE RESOLUTION, FORCE MAJEURE, JURISIDICTION
1. FORCE MAJEURE: If for any reason of war, riots, commotion, civil disturbances, statutory
constraint, earthquake, acts of the State or acts of the God, the performance
of the contract becomes impossible which fact will be decided either by the
Managing Director or Chairman or CMD of the OMC, the contractual
obligation of the parties hereunder will stand terminated forthwith.
2. DISPUTE RESOLUTION:
Any dispute(s) or difference(s) under or arising out of or in respect of this
facility management or in connection there with, the same shall be referred
to sole arbitration of the Managing Director/Chairman / CMD, OMC Ltd,
whose decision on the dispute shall be final and binding on the parties. He
may, however, appoint another person of the rank of a Dist. Judge (Retd) of
the state of Odisha if he himself is not otherwise available for the said
purpose. The Arbitration will be carried out as per Arbitration and
Conciliation Act, 1996 and the Rules framed there under.
Annexure-A
Forwarding letter (To be enclosed in the Techno commercial Bid)
(On the Letter head of the Bidder)
(The bidder is required to indicate in this forwarding letter the details of the documents including Demand Draft attached in the bid)
Date: ___________
To The General Manager (Materials) The Odisha Mining Corporation Ltd. OMC House, Bhubaneswar – 751 001 Odisha, India
Sub: Proposal towards supply, installation & commissioning of different capacities of 11KV/0.433KV distribution transformers at Daitari Mines, Odisha.
I/We ……………………..…………………….………………………………………………………………
having My/Our
……….………………………………………………………………………………………………………… Office
at ………………………………..…….…………………. Do declare that I/We carefully read the
terms and conditions as laid down in the Tender documents for the supply,
installation & commissioning of different capacities of 11KV/0.433KV distribution
transformers at Daitari Mines, Odisha. I/We will abide by all conditions set forth in
the tender document.
I/we further declare that I/We possess valid manufacturing license/Distributor
license/ Authorized dealership for above work.
Bearing No. ……………………………………..……….. Valid up to…………………………………………. I/We ……………………………………………………………………………………………………………………….
Do hereby declare that I/We will supply, installation & commissioning of different
capacities of 11KV/0.433KV distribution transformers at Daitari Mines, Odisha as
per the terms and conditions of the tender document within the period
……………………………… (The bidder has to mention delivery period as per the tender
schedule.
Signature of the bidder Date :
Annexure-B
BG should be obtained from Nationalized/ Scheduled Commercial Bank operable/
executable at Bhubaneswar
DATE: _____________ BANK GUARANTEE
Name of Bank: To
The Odisha Mining Corporation Limited, Bhubaneswar
Dear Sir,
Guarantee No. ………………………… Amount of Guarantee Rs …………………/- (Rupees………………….….….)only.
Guarantee cover from………….….. to …………………… Guarantee remain full force ………………………………. Last date for lodgment of claim: ……… (Two months from date of expiry). This Deed of guarantee executed by (Bank Name) ..……………………………, constituted
under the Banking companies (Acquisition & Transfer of Undertaking) Act………………………………
having its registered office at ……………………………………………………… and amongst other places, a
branch at ……………………….(hereinafter referred to as the bank) in favour of the Odisha Mining
Corporation Ltd., Bhubaneswar (hereinafter referred to as OMC, the beneficiary) for an amount
not exceeding Rs. …………………/- (Rupees …………………………………………………………………………….……..)
only at the request of M/s. ………………………………………….…………………. (hereafter referred to as
the agency).
This guarantee is issued subject to the condition that the liability of the bank under this
guarantee is limited to maximum of Rs…………………/- (Rupees……………………………………………..)
only and the guarantee shall remain in full force from …………….. to ………………. (date of expiry)
with further claim period of two months and cannot be invoked otherwise than by a written
demand or claim under this guarantee served on the bank at our …………………………….. Branch at
Bhubaneswar on or before ………………………… (last date of lodgment of claim) by the OMC,
Bhubaneswar in writing.
For (Bank) Seal Branch Manager Branch
SUBJECT TO AS AFORESAID (Main guarantee matter may be typed hereafter)
BG No :…………….………….…..…….……
Date:…………………………………….……..
Amount:……………..………..……….….…
Valid period from ………. to ….………
Claim period…………..…………...………
BANK GUARANTEE
The Odisha Mining Corporation Ltd BBSR (herein after called as the OMC ) has
agreed to accept from M/s ………………………………………..…….. at
……………………………… PO …………………..…. PS ………………………… District……………………,
State……………………, (herein after called as Agency) a bank guarantee for Rs.
…………………..……………… (Rupees ………………………………………..…………………………………)
only for the period from …………….….…. to ……….…………. with a claim period of two
months & the last date of lodgment of claim within …………..…………………. towards
EMD/SD/ISD/Performance Guarantee/ Guarantee against advance payment in
connection with ……………………………. Work/Contract/PO/Tender No & Date.
We ……………………………………….(Bank)……………………. branch, do hereby undertake
to indemnify and keep indemnified “OMC.” to the extent of Rs ……………………………
(Rupees…………………………………... only) for the period from ……………….……….. to
…….……………....…. with the last date of lodgment of claim within ……….……..……..…..
We …………………………….…………….. (Bank) ………….………….. branch, further agree that
if a demand is made by the OMC, have no right to decline to cash the same for
any reason whatsoever. The fact that there is a dispute between the said Agency
and the OMC is no ground for us to decline to honour invocation and such
invocation is a sufficient reason for the OMC to enforce the bank guarantee
unconditionally without any reference to the said Agency within 48 hours
excluding holidays.
We………………………(Name of the Bank & Branch)…………………………branch, further
agree that a mere demand by the OMC. is sufficient for us ………….............(Bank
Name),…………...…… branch at Bhubaneswar, to pay the amount covered by the
bank guarantee without reference to the said Agency and any protest by the said
Agency cannot be valid ground for us,…………………Bank………….. Branch, to decline
payment to the OMC.
We ……………………….……………………the bank, undertake to pay to the OMC any
money so demanded notwithstanding any dispute or disputes raised by the said
agency in any suit or proceedings pending before any court or tribunal relating
thereto as our liability under this present being absolute and unequivocal.
If notice of demand is served on the Bank and for this purpose it shall be deemed
sufficient if such notice is served on our branch at ………………….……, Bhubaneswar,
by the OMC before the last date of lodgment of claim under this guarantee, then
not withstanding anything to the contrary herein contained, the liability of the
Bank under this guarantee shall be enforceable as due to us.
BG No :………………………..…..…….……
Date:…………………………..….…….……..
Amount:……………………….……….….…
Valid period from ………. to ….………
Claim period………………………...………
We ……………………………..the bank further agree that the OMC shall have fullest liberty,
without our consent and without affecting in any manner our obligation hereunder to
vary any of the terms and conditions of the agreement/work order/contract / order etc
or to extend time of performance by the said agency from time to time or to postpone
for any time or from time to time any of the powers exercisable by the OMC against the
said agency and to forbear or enforce any of the terms and conditions relating to the
order and shall not be relieved from our liability by reason of any such variation or
extension being granted to the said Agency or for any forbearance, act or omission on
the part of the OMC or any indulgence by the OMC to the said agency.
We ………………………… (Name of the Bank & specify branch Name) ……………………………….
Branch, lastly undertake not to revoke this guarantee during its currency except with the
previous consent of the OMC in writing.
Notwithstanding anything contained herein above: 1. All claims under this guarantee must be presented to …………………(name of the
bank)………….(Branch), Bhubaneswar (Odisha) 2. Our liability under this Bank Guarantee shall not exceed Rs. ……………(Rupees
………………………………………)only. 3. This guarantee will not get discharged due to change in the constitution in the
bank or the said agency. 4. This Bank Guarantee shall remain valid up to………….. (date of expiry) with
additional claim period of two months and claim under this guarantee can be served on or before …………… (last date of claim).
5. We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if OMC serves a written claim or demand on the bank at our branch at Bhubaneswar on or before ……………. (last date of for lodgment of claim.)
Signature: Name: Address: For & on behalf of
(Seal)
Signed and delivered this on ……………………………….…
Annexure-C
MANDATE FORM (FOR ENABLING E-PAYMENT) (Preferably in payee's Letter Head)
TO
THE ODISHA MINING CORPORATION LIMITED, OMC HOUSE; P.B. NO-34, UNIT-5, BHUBANESWAR PIN-751001, ODISHA
Sub: Mandate for getting payment through electronic mode i.e. EFT/NEFT/RTGS Dear Sir,
We are hereby giving our consent to get all our payments due from The Odisha Mining Corporation Ltd. through electronic mode i.e. EFT/NEFT/RTGS. We also agree to bear all the bank charges payable in this regard. (Please furnish the information in capital letter)
1. Name of the Vendor
2. Address of the Vendor
PIN Code
IT PAN
E-mail ld Mobile No
Phone FAX No
3. Bank Particulars:
Bank Name
Branch Name
Branch Place
Account No.
Account Type Saving/Current/Cash Credit
Branch State
RTGS Enable Yes/No NEFT Enabled Yes/No Core-Bank Enabled *
Yes/No
Branch Code MICR Code IFSC Code
* In case of Vendors having Bank account in Andhra Bank
4. Effective Date
We hereby declare that the particulars furnished are correct & complete. If any transaction is delayed or not effected for incomplete/incorrect information/any other technical reasons, we will not hold The OMC Ltd. responsible. Date: Signature of the Party with seal Certified that the Bank Particulars furnished are correct as per our record.
Annexure-D
DECLARATION
(innon judicial stamp paper)
Sub: Tender No: ____________
I/We___(name of bidder)_______confirm that I/we have fully read and
understood all the details mentioned in the tender document NIT
No.__________& all corrigendum/ addendum issued, if any. I/We accept all terms
and conditions mentioned in the tender schedule and I/We declare that I/We have
not been Black listed within a period of three preceding years from publication of
this NIT by any competent court of Law, Forum or any State Govt. or statutory
entities. If at any stage the declaration/information/scanned documents furnished
in support of the same in respect of eligibility criteria/black listing etc found to be
incorrect, I/We hereby agreed to be treated as disqualified bidder and I/We have
no right to claim for consideration of my/our bid at any stage and the money
deposited in form of EMD/S.D. shall be forfeited or as decided by OMC.
Signature of the Bidder with Seal
Annexure-E
GUARANTEED AND OTHER PARTICULARS FOR DISTRIBUTION
TRANSFORMERS
(To be furnished by the L-1 Manufacturer/ Supplier along with Material)
Sl.No. Description
1. Make 2. Name of Manufacturer 3. Place of Manufacture 4. Voltage Ratio 5. Rating in kVA 6. Core Material used and Grade:
a) Flux density b) Over fluxing without saturation
(Curve to be furnished by the Manufacturer in support of his claim)
7. Maximum temperature rise of : a) windings by resistance method b) Oil by thermometer
8. Magnetising (no-load) current at: a) 90% Voltage b) 100% Voltage c) 110% Voltage
9. Core loss in watts : a) Normal voltage b) Maximum voltage
10. Resistance of windings at 20°C (with 5% tolerance) :
a. HV Winding (ohms) b. LV Winding (ohms)
11. Full load losses (watts) at 75°C 12. Total Losses at 100% load at 75°C 13. Total Losses at 50% load at 75°C 14. Current density used for : (Amper/sq mm)
a) HV Winding b) LV Winding
15. Clearances : (mm) a) Core and LV
b) LV and HV
c) HV Phase to Phase d) End insulation clearance to earth e) Any point of winding to tank
16. Efficiency at 75°C: a) Unity P.F. and b) 0.8 P.F. 1) 125% load 2) 100% load 3) 75% load 4) 50% load 5) 25% load
17. Regulation at : a) Unity P.F. b) 0.8 P.F. at 75°C
18. % Impedance at 75°C 19. Flash Test :
(i) HV 28 kV / 50 HZ for 1 minute (ii) LV 3 kV/50 Hz for 1 minute
20. Over potential Test (Double Voltage and Double frequency for 1 minute)
21. Impulse test 22. Mass of : (kg)
a) Core lamination (minimum) b) Windings (minimum) c) Tank and fittings d) Oil e) Oil quantity (minimum) (litre) f) Total weight
23. Oil Data : 1. Quantity for first filling (minimum) (litre) 2. Grade of oil used 3. Maker’s name 4. BDV at the time of filling (kV)
24. Transformer: 1) Overall length x breadth x height (mm x mm x mm) 2) Tank length x breadth x height 3) Thickness of plates for
a) Side plate (min) b) Top and bottom plate (min)
4) Conservator Dimensions 25. Radiation:
1) Heat dissipation by tank walls excluding top and bottom 2) Heat dissipation by cooling tube 3) Diameter and thickness of cooling tube
4) Whether calculation sheet for selecting cooling area to ensure that the transformer is capable of giving continuous rated output without exceeding temperature rise is enclosed.
26. Inter layer insulation provided in design for : 1) Top and bottom layer 2) In between all layer 3) Details of end insulation 4) Whether wedges are provided at 50% turns of the HV coil
27. Insulation materials provided a) For Conductors
(1) HV (2) LV
b) For Core 28. 25. Material and Size of the wire used
1) HV Dia (mm) (SWG) 2) LV a) Strip size
b) No. of Conductors in parallel c) Total area of cross section (sq mm)
29. Whether the name plate gives all particulars as required in Tender 30. Particulars of bushings HV/LV
1) Maker’s name 2) Type IS-3347/IS-2099/IS7421 3) Rating as per IS 4) Dry power frequency voltage withstand test 5) Wet power frequency voltage withstand test
Note:
The following shall be specifically confirmed: 1) Whether the offer conforms to the limits of impedance mentioned in the
specification 2) Whether the offer conforms to the limits of temperature rise mentioned
in the specification. 3) Whether the losses of the transformers offered are within the limits
specified. 4) Whether the transformer offered is already type tested for the design and
test reports enclosed.