36
1 GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in CIN: U40100GJ1993SGC019988 TECHNICAL BID T-3950 Replacement of existing old 11KV switchgear panel by Supply, designing, installation, commissioning & testing of new 11 KV switchgear panel With VCB at GSECL Ukai TPS. Due on At 3.30 P.M. (if Possible) EMD paid YES/NO Please mention the Receipt No. _____________________ Date: _____________________ OR D.D. No.______________ Date: _____________________ OR SSI/NSIC Certification Number: ________________________________ Valid Up to : ________________________________ Duly Notarized : YES/NO

GUJARAT STATE ELECTRICITY CORPORATION … Office/Ukai Thermal Power... · 1 gujarat state electricity corporation limitedgujarat state electricity corporation limitedgujarat state

Embed Size (px)

Citation preview

1

GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED

Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257

Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in CIN: U40100GJ1993SGC019988

TECHNICAL BID

T-3950 Replacement of existing old 11KV switchgear panel by Supply, designing, installation, commissioning & testing of new 11 KV switchgear panel With VCB at GSECL Ukai TPS.

Due on At 3.30 P.M. (if Possible)

EMD paid YES/NO

Please mention the Receipt No. _____________________ Date: _____________________

OR

D.D. No.______________ Date: _____________________

OR

SSI/NSIC Certification Number: ________________________________

Valid Up to : ________________________________

Duly Notarized : YES/NO

2

Gujarat State Electricity Corporation Limited Ukai Thermal Power Station

THERMAL POWER STATION UKAI DAM DIST - TAPI 394680

T-3950

Tender for the Replacement of existing old 11KV switchgear panel by Supply, designing, installation, commissioning & testing of new 11 KV switchgear panel With VCB at GSECL Ukai TPS. S. No. Index Page No. 1. Tender Notice 2. Undertaking(To be signed by the Tenderer) 3. Detail Specifications (Tech Bid) 4. Tender & Contract for works(Booklet) 5. Drawing No 6. Schedule 'B' (Price Bid)

Issued to___________________________ __________________________________ __________________________________ Receipt No. for Tender fees Receipt No. for Earnest Money

Important Note: This tender should be submitted duly signed without removing a single page. Otherwise the tender is liable to be rejected. For SUPPLY TENDER, TIN number should be invariable mentioned in their technical bid otherwise your offer will be ignored and price bid will not be opened.

3

Gujarat State Electricity Corporation Limited

Ukai Thermal Power Station THERMAL POWER STATION UKAI DAM DIST - TAPI 394680

TECHNICAL BID

Reference No. : T-3950 SUBJECT: Replacement of existing old 11KV switchgear panel by Supply, designing, installation, commissioning & testing of new 11 KV switchgear panel With VCB at GSECL Ukai TPS. Part-I : Supply

Sr. No. Description of Material Qty. Reqd Unit 1 Supply, designing, of New 11 KV , 630 Amp ,40 KA indoor

Metal clad switchgear panel with VCB as per schedule C 1 Set

Part-II : Works

2 Erection , commissioning & testing of New 11 KV , 630 Amp ,40 KA indoor Metal clad switchgear panel with VCB and dismantling of old exiting Jyoti make MOCB panel.

1 Job

Please Mention amount of tax in Rupees not in percentage While filling up Online Price bid.

Part-I [Supply] - Please quote the rates by indicating taxes & duties, P & F, freight etc.

Part-II [Works] - Please quote the rates by ________% exclusive of Service tax. Service Tax will be paid by GSECL extra as per Govt. rules. [A] Contents :

1. Annexure-I : Technical specification

2. Annexure-II :

a) Existing 11 KV Switchgear panel diagram of Jyot i make MOCB

b) Proposed 11 KV Switchgear panel

c) Scope of Work

3. Annexure-III : Other Terms & condition of Contract

[B] Notes

1. Brand : JYOTI / SIEMENCE / L & T / ABB

2. GSECL prefers to place the order on Overall L1 basi s [Part-I + Part-II]. Bidder should

quote their rates for all the items of the ten der

4

ANNEXURE-I

TECHNICAL SPECIFICATIONS FOR 11 KV INDOOR VCB SWITCHGEAR PANEL/BOARD

TECHNICAL SPECIFICATION

This specification describes the general requirements governing the design of 12kV LSC 2B, PM, IAC AF-LR Indoor Switchgear and control gear fully type tested according to IEC 62271-200 standards.

The design of the switchgear shall be exclusive and specific responsibility of supplier and shall comply with current good engineering practice, the relevant codes and recommendation, the project specific requirements.

The Circuit Breaker shall confirm to IEC-62271-100.

1. CODES, STANDARDS AND SPECIFICATION

1.1. Codes and Standards

The electrical switchgears and the relevant equipment shall be designed, manufactured and tested according to the latest version of:

IEC 62271-1 Common Specifications for Switchgear & Control gear

IEC 62271-100 Circuit Breakers

IEC 62271-200 A.C. metal-enclosed switchgear and control gear for rated voltages above 1kV and up to and including 72kV and the IEC Code herein referred

IEC 60129 Alternating current disconnectors (isolators)

IS 2705 Current transformers

IS 3156 Voltage transformers

IEC 60255 Electrical relays

IEC 60529 Classification of degrees of protection provided by enclosures

Any other codes recognized in the country of origin of equipment might be considered provided that they fully comply with IEC standards . The design of the switchgear shall be based on safety to personnel and equipment during operation and maintenance, reliability of service, ease of maintenance, mechanical protection of equipment, interchangeability of equipment and ready addition of future loads.

5

1.2 TECHNICAL AND SYSTEM CONDITIONS

1.2.1 SYSTEM CONDITIONS 11 kV switchgear equipment and accessories shall comply with the following system

conditions: (a) Nominal system voltage (kV) :11 KV (b) Highest system voltage (kV) :12 KV (c) System earthing : effectively earthed (d) Number of phases : 3 Phase (e) Rated Frequency (Hz) : 50 Hz (f) Bus-bar Rating (Amp) : 1260 Amp. (g) Size of bus bar : As per IS Standard (h) Material of bus bar : Electrical grade Aluminum. (i) Cable Entry : Bottom. (j) Basic Insulation level :

(i) 1.2 x 50 micro second impulse 75 withstand voltage (in KV peak) (ii) One minute power frequency 28 withstand voltage (KV rms)

1.2.2 TECHNICAL REQUIREMENT

CIRCUIT BREAKERS The circuit breakers shall comply with the following technical requirements: (A.) Type : Indoor Draw out trolley mounted. (B.) Insulating Medium : Vacuum (C.) Rated normal current of breakers : 630 Amp.

(i) Rated short time current (KARMS) : 40 KA (ii) Rated time (Sec.) : 3 second.

(D.) Operating duty cycle : 0 - 0.3 Sec - Co - 3 Min.-Co. (E.) Method of closing

(i) Normal : Motor operated (ii) Emergency : Manual

(F.) Auxiliary voltage for closing Coil : 220 V DC (G.) Auxiliary voltage for Tripping Coil : 220 V DC (H.) Auxiliary voltage for spring charging

Motor : 220V DC (I.) Auxiliary switch : 6 NO + 6 NC. (J.) Anti pumping feature : to be provided.

(K.) Surge Arrester : As per IS for system voltage of 11 KV

2. SERVICE CONDITIONS The switchgear and control gear shall be suitable for continuous operation under the basic service conditions indicated below.

Ambient temperature -5 to +50 oC

6

Relative humidity up to 95%

Altitude of installation up to 1000m above MSL,

The equipment offered shall be suitable for continuous operation at the full rated capacity under the above conditions.

3. METAL CUBICLES

3.1. STRUCTURAL AND MECHANICAL CONSTRUCTION REQUIRE MENTS

The switchgear and control gear panels shall be of the fully arc proof LSC 2B, PM, IAC AF-LR, free standing, floor mounting, flush fronted, with drawable type, consisting of separate panels assembled into one or more sections to form a single structure with a common bus bar assembly.

The panels shall be constructed from prime quality folded and riveted Aluminium Zinc coated steel sheet or pre-galvanised sheets of 3 mm thickness for front side panel & 2 mm thicknes s for rest of panel. Only doors and end covers shall be painted with paint shade as specified. The observation window on the CB compartment door shall be made of special toughened/ laminated glass of at least 6 mm thick. Observation window shall be of same material and construction as the type tested design/construction. The design of the panels shall be such that no permanent or harmful distortion occurs either when being lifted by eyebolts or when moved into position by rollers or transpallets.

The switchgear and control gear should have the minimum degree of protection (in accordance with IEC 60529)

- IP 4X for the enclosure for rated current up to 1250A - IP 2X for the partition between compartments

The switchgear must be readily extendable in either direction. All cubicles shall be equipped with anti-condensation heater controlled by thermostat.

Dimensions of panel shall be suitable to our existing panel dimensions and shall be match the existing foundation and cable trench. Our existing panels single cubicle dimensions are as below: Depth: 1450 mm Height: 2775 mm Width: 870 mm Panel should be designed in a such a way that it ma y be entered in our exiting 11 KV control room having door Width : 1250 mm & Height: 2820 mm Each switchboard shall be supplied with the basic operating tools.

7

Earth Bar: 3 THK x 25 W tin pated copper is to be provided at the bottom of the panel across the width & one depth of the cubicle 3.2. INTERLOCKING Isolation and connection of the circuit breaker shall be carried out inside the compartment with the door closed. The following interlocks shall be provided for service safety:

- interlocking which prevents racking-in and racking-out of the circuit breaker when closed - interlocking which prevents manual or electrical closing of the circuit breaker in the

intermediate positions between connected or isolated - interlocking which prevents insertion of CB when control plug is disconnected

3.3. COMPARTMENTS OF EACH CUBICLE Metal cubicles shall be divided in the following compartments.

- Bus-bar compartment - Circuit breaker compartment - Cable compartment - LV compartment - Voltage transformer compartment

The switchboard shall have passed internal arc faulted containment testing for each compartment for 1 second at the rated fault current of 26.3 KA Each HV compartment should have individual exhaust channel / pressure relief flaps to let out over-pressurized hot gases at the top of the switchboard in case of an internal fault. Front access doors with single action operator will be provided to the HV circuit breaker compartment. Bolted type CB door locking arrangement shall not be accepted. All the panels shall be completely dust and vermin proof. The panels shall remain vermin proof, even when the breaker is taken out for maint enance. 3.4. BUSBAR COMPARTMENT Comprising the 3 single phase Aluminium bus bars of 1260 A current rating having suitable size as per IS and the connections to the circuit breaker compartment. Bus bar coated by insulating sleeve [Red, Yellow, B lue colour] & joint by rubber packing. The bus bar system shall be air insulated. The bus system is also required to withstand the specified impulse voltage level without the use of filled compounds, hand wound tapes etc.

8

Bus bars shall be rated to withstand all dynamic and thermal stresses for the full length of the switchgear. Bus bars shall be constructed from hard drawn, high conductivity, extruded Aluminium. Solid bars shall make connections to the main bus bars. No other wiring shall be included in the bus bar compartment. The main bus bars in the bus bar compartment shall be of flat Aluminium. The frame and all other metallic non-current carrying parts of the switchgear shall be bonded together and earthed through the external connection to a through going earth bar along the switchgear. There are terminals for connection to the external station earth bar at the bottom of each cubicle. 3.5. CIRCUIT BREAKER COMPARTMENT Comprising the with-drawable Vacuum Circuit Breaker for 12kV voltage level and all accessories required for its operation. To ensure the integrity of the arc fault containment requirement, the operations must be carried out with the switchgear doors closed i.e. circuit breaker for opening and closing, racking of circuit breaker (or with drawable voltage transformer) between service and test position. Circuit breaker compartment door must be pad lockable. Circuit breaker mounted on with drawable truck. Access between the circuit breaker (or with draw able voltage transformer) and busbar / cable compartments shall be made through epoxy encapsulated spout bushings of uniform shape and dimension. Spouts are covered by automatic metal shutters, covering all three phases unless the circuit breaker is in service position. 3.5.1. CIRCUIT BREAKERS

Circuit breakers shall be withdraw-able Vacuum type of floor rolling design. The complete assembly of interrupters, contact pressure springs and HV terminals (top and bottom) shall be type tested for compatibility of design. Vacuum interrupters of the circuit breakers shall n ot be openly exposed design and shall be completely encapsulated in epoxy housing. Vacuum interrupters shall be sourced from India or Europe. Interrupters sourced from China shall not be acceptable even if it is from manufacturer of the CB. The offered circuit breaker should have valid type tests to support the afore-mentioned duty class. The circuit breaker shall be isolated by horizontal racking and positively fixing the unit into any one of the following positions:

9

- Service position; main and auxiliary circuits connected - Test position; main circuits disconnected auxiliary circuits connected. Circuit breaker in its

isolated position shall be completely contained in the apparatus compartment with shutters on main circuit closed and compartment front door closed.

- Withdrawn position; main circuits and auxiliary circuits disconnected. Circuit breaker is removed out of the cubicle.

All breakers must be inter-changeable for all feede r panels including incomer panel. Locking of circuit breaker compartment door shall be possible by means of padlocking A position indicator switch or viewing window must be provided for visual indication of the circuit breaker position. The circuit breaker control auxiliaries shall be of the plug and socket type. When the circuit breaker is in the service position removal of the control auxiliaries will not be possible. The circuit breaker truck shall ensure earthing in both connected and disconnected positions. An electro-mechanical device shall be provided to ensure the auxiliary circuits have been securely connected between the fixed and moving portions of the switchgear, before allowing closing operation of the circuit breaker. The voltage rating of the device shall be the same as the voltage used for the closing circuit. Tripping and/or release coils shall be continuous rated to ensure longer life The electrical tripping device shall be of a type which acts directly on the circuit breaker mechanism and shall give positive operation for a supply voltage of 70% of nominal control voltage and 85% of nominal control voltage. The switchgear shall be provided with facilities for full operation from a remote point. Circuit breakers shall be equipped with a motor wound spring stored energy operating mechanism with opening and closing operations independent of the operator, electric close and trip releases, manual on/off buttons and manual spring charging facilities. It shall be possible to manually charge the circuit breaker operating spring in case of auxiliary supply failure. Mechanical indication of the spring-charged condition shall be provided. Circuit breakers shall be provided with a mechanically operated visual indicating device to display the circuit breaker switching state and a mechanical operation counter. The circuit breaker operations of closing and opening shall be possible with the circuit breaker compartment door closed.

10

It shall be possible to trip the circuit breaker locally by mechanical means. Circuit breakers will be provided with at least one spare normally-open and one spare normally-closed contact, each wired out to terminals for the connection of external wiring. Circuit breakers shall be mechanical latching and electrical and mechanical tripping. The operating mechanism shall be trip-free and shall include an anti-pumping device. One Truck or trolley for easy drawl of the breaker from its panel, if applicable (two for each panel board set). One Circuit breaker operating handle, if applicable (two for each panel board set or 1 no. for each single phase transformer or O/G feeder panel). The details and ratings of vacuum interrupters shall be indicated in GTP and on the Name plate of the VCB panel. The bidder shall submit the following test report for offered type rating vacuum interrupter OR shall offer these tests during acceptance. 1. LIGHTING IMPULSE VOLTAGE WITHSTAND TEST 2. SHORT TIME CURRENT WITHSTAND TEST 3. TEMPERATURE RISE TEST The vacuum interrupter shall be encapsulated for protection against explosion. 3.5.2. SHUTTERS Circuit breaker compartment should have automatic shutters, which shall be opened and closed by the mechanical drive of the circuit breaker. The bus bar and circuit spout covers shall be operated independently of each other. Padlock facilities can be provided on the metal shutters. 3.6. CABLE COMPARTMENT This compartment shall have the following components

- current transformers - voltage transformers - cable terminals

It shall be possible to terminate up to a maximum of two single core for 630A HV cables per phase. The cable termination height should be a minimum of 600mm to facilitate ease of termination. The existing PILC cable should be terminated with r equired end termination kit as well as cable gland to mount on panel bottom cover plate.

11

The access to the compartment will be possible by removing the front and/or the back plates, bolted to the main frame. The entry of the cables shall be from the bottom of the cubicles. To prevent access of small animals to the live parts cable gland plates needs to be supplied. Internal arc should be valid also at the rear side of cubicle. 3.6.1. Current Transformers All current transformers shall comply with IS 2705. Current transformers shall be of cast-resin type, with ratings and ratios as required. The rated primary current, turns ratio, knee-point voltage and resistance of the secondary windings (corrected to the maximum service temperature) will be according to submitted schedule for approval. For Incomer feeder: Class: 0.2 for metering core & 20 VA 5P10 for protection CT ratio: 500/1/1 A

For Transformer feeder: Class: 0.2 for metering core & 20 VA 5P10 for protection CT ratio: 100/1/1 A

3.6.2. Voltage Transformers All voltage transformers shall comply with IS 3156 Voltage transformers shall be of dry type, with ratings and ratios as required. Voltage Transformer (VT) shall be cast-resin with built-in primary fuses; VT’s shall be draw out type & mounted on bottom side of breaker panel & front side withdrawable voltage transformer truck arrangement. Voltage transformer shall be independent of circuit breaker carriage. And it should be withdrawable. Class: 0.2 for metering core & 100 VA 5P10 for protection PT ratio: 11000/√3 / 110/√3 / 110/√3 3.7. LOW VOLTAGE COMPARTMENT All low voltage equipment shall be normally in contained in the low voltage compartment. In particular:

12

A. Terminal blocks and wiring for interconnections between cubicles and for connecting the

auxiliary cables

B. Instruments, protection relay, metering devices, fuses etc.

C. Control supply voltage is 220 VDC

D. Two control supply source will be provided. Two separate MCB is to be accommodating for

two sources in main panel.

E. DC control circuit should be separated for breaker control, protection relay, metering &

spring charging in all cubicles.

F. Exposed terminals of all fuses , links ,terminal blocks are shrouded.

G. Rear door are connected to earth bar with PVC flexible wire.

H. Panel wiring: PVC insulated 1100 Volt grade stranded copper conductor wire with

conductor cross section as under ,

2.5 square mm for CT, PT & earth circuits

1.5 square mm for rest of the circuit.

Colour of wire : as per Standard

I. For identification of wires numbered ferrules with black letter / digit over white surface at

both ends of wire are to be provided.

Complete internal wiring with 1100 volt grade single core multi-stranded wires conforming to

modern standard practice. All necessary cable glands and minor accessories shall be supplied

On the top of the low voltage compartment, there shall be a cable duct for auxiliary connections

between cubicles and towards the external installation. Similar channel shall be available at the

bottom along the switchgear.

Plug-in type terminal blocks shall do all inter-cabling between cubicles.

Wiring will be done according to relevant IEC/IS standards.

Panel front on inside labelling will be done by using Engraved black labels in English language.

Each Panel shall consist of following,

13

Sr. No. Particulars 11 KV

I/C panel X 2 nos

X’mer Feeder X 4 nos

BUS PT panel

1 Draw out type VCB , 630 A, 40 KA Make: ABB/ SIEMENS/L&T/JYOTI 1 1 --

2 Energy Meter , 3 ph - 4 wire with TTB, 0.2 class 1 1 -- 3 Analog KV meter with selector switch 1 1 1 4 Analog Ampere meter with selector switch 1 -- -- 5 Relay with TTB

A. Under Voltage B. Over current & Earth fault C. Master trip D. Auxiliary relay for buchhoz, OTI,WTI

-- 1 1 --

-- 1 1 1

1 -- -- --

6 Current Transformer 1 1 -- 7 Voltage transformer 1 -- 1 8 Indications:

Indicating lamp working on 220 V DC supply to indicate circuit breaker ON/OFF position, Auto trip, Trip circuit healty/faulty, spring charge , C.B. test position, C.B. in service position, DC supply fail & R Y B phase

1 1 1

9 Annunciation & Alarm scheme consisting of one Trip bell (on 220 VDC supply)

1 1 --

10 End termination kit for existing PILC cable 1 1 1 11 T-N-C Switch & DC ON/OFF SWITCH 1 1 1 12 Spare VCB breaker [ interchangeable with all]

1 nos [ as per Schedule C]

3.7.1 RELAYS The offered relay should be of numerical feeder protection relay with following features, 1. Minimum required protection:

• Over Current Protection: • Earth-Fault Protection: • Trip circuit Supervision • Master trip relay – auxiliary relay.

2. One number of suitable communication cable with USB port for downloading data to Laptop/ PC and necessary software for fault analysis and parameter setting.

3. The offered relay should have Auxiliary Supply: 220 V DC. 4. The relay should have LCD display and support on-line current measurement and display

in primary values. 5. The relay should have 5 dedicated LEDs. 6. Relay should have minimum of 4 nos of galvanically isolated and freely configurable Binary

Inputs. 7. Relay should have at least 5 to 6 programmable output contact having facility of Hand

Reset/ Self Reset with sufficient rating to trip the Circuit Breaker. 8. Facility to show protection healthy status, self supervision 9. Data recording facility, fault data [at least 5 fault records], event record [at least 100

records] , wave form record etc.

14

10. Relay should be draw out type 11. Ethernet/ RS485 communication port must available in the relay 12. CT SECONDARY: 1 AMP 13. Relay should be supplied with Test terminal Block [TTB]. 14. The offered relay must be of ABB/ Areva /Siemens Vendor has to submit all related type test reports for the offered model along with the offer. 3.7.2. ENERGY METER The static energy meter of high precision of accuracy 0.2 class, capable of performing functions of recording and storing in the memory half hourly units. The meter shall be 3- phase 4-wire. Energy meter should be of reputed brand and confirming to IS standard

a) Accuracy Class : 0.2 b) Type of indicating meters : Digital.

Energy meter should be supplied with Test terminal Block [TTB].

4. TESTS 4.1. TYPE TESTS Cubicles shall be type tested in accordance with latest IEC standards. The following type tests have been performed and available

- Dielectric tests - Temperature rise tests - Measurement of resistance of main circuit. - Short time and peak withstand current test - Mechanical endurance test - Duty cycle test - Internal Arc Test for 26.3KA for 1 sec - Cable charging current switching test - Capacitor bank current switching test - Single phase making and breaking test - BIL test on support insulators - Degree of protection (IP5X) - Humidity test - Type tests reports for numerical relays and major bought out items as per relevant IS/IEC.

Type test reports for above tests shall be submitte d with the offer. In case of non submission of the type test reports with the offer, the bid shall be liable to be rejected. 4.2. ROUTINE TESTS Routine tests shall be carried out in accordance with IEC 62271-200 standards. These tests shall ensure the reliability of cubicle.

15

Below listed test shall be performed as final acceptance tests before the delivery of cubicles;

- Withstand voltage at power frequency - Withstand voltage on the auxiliary circuits - Operation of functional locks, interlocks, signalling devices and auxiliary devices - Suitability and correct operation of protections, control instruments and electrical

connections of the circuit breaker operating mechanism - Measurement of the resistance of the main circuit - Verification of wiring - Visual inspection

All tests reports for acceptance / routine rests shall be submitted and got approved from the purchaser before dispatching the breaker.

Important Note:

Make & specification of All necessary equipment i.e . Circuit breaker, Energy meter, Switches, indicating Meters, indicating Lamp etc. Should be mentioned in Technical Bid & should be getting approved with drawing approval. 5. SPARE PARTS: (A.) A complete list of spare part recommended by the tenderer for five years trouble free

operation shall be submitted. All these parts shall be properly marked –up on equipment drawings

(B.) The bidder shall arrange uninterrupted supply of ne cessary spares parts for at least Twenty years [20 years] consumption after commissio ning of the equipment furnished under these specification.

(C.) For ensuring procurement of quality material, list of approved sub-vender may be furnished along with the bid document.

6. NAME PLATE The name plate / rating plate shall be provided and shall also indicate all required details of breaker, panel, CT, PT, support insulator, vacuum interrupters, and any other required details.

7. EARTH QUAKE AND WIND DESIGN LOADS Equipment shall be designed to withstand repeated earth quake accelerations of 0.08 x 2g. And wind loads of 150 kg/m2 on the project area (non simultaneous) without damage to component parts and without impairment of operation. Cubicle and circuit breakers are to be of supplier’s own products.

SEAL OF THE TENDERER SIGNATURE OF TENDERER'S AUTHORISED REPRESENTATIVE

Place: Date:

16

ANNEXURE-II

[A] Existing 11 KV Switchgear panel diagram of Jyoti make MOCB

BUS PT PANEL NO -1

11 KV INCOMMER NO- 1

TRANSFORMER FEEDER FOR STAGE 1

BUS TRUNKING BUS COUPLER

TRANSFORMER FEEDER FOR STAGE 1

TRANSFORMER FEEDER FOR STAGE 2

11 KV INCOMMER NO- 1

11 KV INCOMMER NO- 2

TRANSFORMER FEEDER FOR STAGE 3

BUS PT PANELNO -2

Technical Specification of existing MOCB breaker

Type: OZ2M/1006/350

STC: 1 Sec. 40 KA.

Rated voltage: 11 KV

Rated Br.capacity: 350 MVA.

Rated frequency: 50 Hz.

Rated max. Current: 55 peak KA.

Rated current: 630 Amp.

Withstand voltage: 35 KV rms.

Impulse S.C.C.: 60 peak KA.

17

[B] Proposed 11 KV Switchgear panel

BUS PT PANEL 11 KV INCOMMER NO- 1

TRANSFORMER FEEDER FOR STAGE 1

TRANSFORMER FEEDER [ FOR LIGHTING / FILTER M/C / TESTING ]

PT PANEL TRANSFORMER FEEDER FOR STAGE 2

TRANSFORMER FEEDER FOR STAGE 3

11 KV INCOMMER NO- 2

Technical Specification for 11 KV SwitchgearIncomer feeder : 2 nosTransformer feeder : 4 nosBus PT Panel : 1 nosSpare breaker VCB : 1 nos [ Interchangeable with all ] Rated Amp : 630 AmpRated voltage: 11 KVSTC : 3 sec for 40 KA Impulse SCC : 60 peak KARated max current: 55 peak KABus Bar: Aluminum [ suitable ]

Replacement of old 11 KV switchgear panel by Supply , designing , commissioning & testing of New 11 KV switchgear panel with VCB

TRANSFORMER FEEDER FOR STAGE 2

Panel consisting of following ,1. Energy meter 2. Volt meter with selector switch3. Ammeter with selector switch4. Master trip relay5. Micro processor base Electrical Protection Relay [ O/C , E/F – IDMT ]6. Under Voltage relay7. PT for Incomers & Bus PT8. Switch for DC On/Off9. TNC switch10. Annunciation11. Alram & Trip relay for OTI ,WTI ,Buchholz – 12. Control supply : 220 V DC [ provided by GSECL]

18

[C] Scope of Work

Sub: Replacement of old 11 KV switchgear panel by Supply, designing, installation, commissioning

& testing of New 11 KV switchgear panel – VCB.

Scope of work by Party

1. Party has to dismantle all existing 11 KV panels including power & control cable terminal

disconnection work and credit to main store as per EIC instruction.

2. Supply, designing, installation, commissioning & testing of New 11 KV switchgear panel – VCB

as per our requirement.

3. Party has to give all the operation test of the breaker (i.e. mechanical ON/ OFF, electrical

ON/OFF operation in TEST and SERVICE conditions) after completion of works at site.

4. Party has to perform the entire required test for breaker & panel.

5. Party has to prepare cable schedule for new panel in consideration with old panel cable -

wiring.

6. Party has to wire-up all the wiring as per existing incoming and outgoing power cables and

control wires.

7. Party has to arrange all special tools & tackles and required testing kit at his own cost.

8. Party has to make arrangement for required resources like well conversant, skilled man

power, and materials for Erection, testing and commissioning of 11KV switchgear panel – VCB

9. Party has to start and complete the work within shutdown period of 7 days strictly.

10. The work is to be carried out as and when shutdown is available.

11. No compensation will be given in case of cancellation of shut down/outage due to system

condition.

12. Party has to observe all the rules and regulations for safety measures/labour laws as per

GSECL.

13. Lodging and Boarding Facility for Personnel will be provided by GSECL on chargeable basis as

per GSECL rules if available otherwise party has to make his own arrangement.

14. Party has to make required modification for mounting of panels, existing cable –connection i.e.

suitable end termination kit for PILC cable , cable gland , lugs & cable trench

15. New panels will be erected on same place. The required Civil or fabrication work is to be

carried out by the party for erection of panels- if required.

16. Party has to submit the Schematic & General Arrangement drawing.

17. Party has to submit Breaker drawing separately.

18. Party has to obtain the NOC from our LWO after successful completion of work and the same

should be attached with the invoice, without this the invoice cannot be processed.

19. Without contract agreement the party will not be allowed to commence the work.

20. Party may take site visit before submitting the offers.

Scope of Work by GSECL

1. Necessary Gate pass for personnel, materials-Kits & your vehicle will be arranged by GSECL.

2. Three phase & Single phase supply will be given by GSECL at free of cost.

19

ANNEXURE-III

Other Terms & condition of Contract

1. SECURITY DEPOSITE: The successful tenderer will be required to pay an amount equivalent to 10% of the value of the order [ End Cost ] against letter of intent within 7 days as per GOG guideline as a security deposit for satisfactory execution of contract. Such security deposit will be payable either in DD/ Bank guarantees. Bank guarantees will be acceptable if issued by bank of Baroda and State Bank of India. The Bank guarantees will be executed on the standard form prescribed by the GSECL. In case of the bank Guarantees furnished / submitted, they should have clear one time validity till the completion of the order in all respects and up to expiry of guarantee period from the date of receipt of the last consignment. Bank guarantees for interim period will not be allowed. If by any reasons the supply period is extended then supplier should undertake to renew the Bank guarantees at least 01 month before the expiry of the validity failing which GSECL will be at liberty to encash the same. CORPORATE BANK GUARANTEES NOT ALLOWED.

2. GUARANTEE AND WARRANTY: All equipment supplied against this specification shall be guaranteed for a period of 18 months from the date of receipt at the destination store center OR 12 months from the date of commissioning whichever is earlier, however any engineering error, omission, wrong provision, equipment failure etc., if found during actual commissioning as well as during performance guarantee period of the equipment shall be attended by the supplier/contractor free of cost. The party has to give performance guarantee for the trouble free operation of the newly Supplied & Commissioned Vacuum Circuit Breakers along with accessories for the period of eighteen months after commissioning (i.e. Actual Service) & testing of supplied items & work attended.

3. PERFORMANCE GUARANTEE : The contractor has to repair/replace the faulty material at free of cost within Guarantee period and for that party has to give performance guarantee for [1] 10% of the supply portion & [2] 5 % for the work portion of the order value and shall have to be furnished in the form of Bank Guarantee for satisfactory performance of the materials, which should be valid for 13 months from the date of commissioning or 19 months from the date of delivery of supply, whichever is later. The P.B.G. should be for the full period i.e. 19 months and should have clear one time validity for the full period, PBG for an interim period will not be allowed. In case of expiry of P.B.G. before the said period, the same should be got extended / renewed till the completion of said period by you at least one month before the expiry of the validity failing which G.S.E.C.L. will be at liberty to encash the same, without entering into further correspondence formalities etc. in the matter.

4. PRE QUALIFICATION CRITERIA a. The bidder shall be Original Equipment Manufacturer (OEM). The offered equipment have to

be designed, manufactured and tested as per relevant IS/IEC with latest amendments.

20

b. The minimum requirement of manufacturing capacity of offered type, size and rating of equipment shall be 5 times tender / bid quantity. The bidder should indicate manufacturing capacity by submitting latest updated certificate of a Chartered Engineer (CE).

c. Equipment proposed shall be of similar or higher rating and in service for a minimum period of THREE years and satisfactory performance certificate in respect of this is to be submitted.

d. The bidder should clearly indicate the quantity and Single Value Contract executed during last FIVE (5) years for the offered equipment. Bidder should have executed one single contract during last five years for the quantity equivalent to tender / bid. Sr. No Items Supplied to Order Reference No & Date Items Quantity Whether Order fully executed Yes/No Status if Order under execution Remark

e. Equipment offered shall have Type Test Certificates from repute laboratory of the country, as

per IEC/IS/technical specification, valid for period of FIVE years from the date of opening of technical bid.

f. They must have executed at least three order of supply, erection & commissioning of breakers of similar capacity successfully with GSECL or other Govt Organizations such as GETCO/NTPC and they should submit authentic experience Certificate along with satisfactory working performance certificate.

g. The supplier should have to offer guarantee for supplied items.

5. TEST CERTIFICATE:

Party have to submit the test certificate for routine test as per relevant ISS / Material Composition of recognized or Govt. laboratory of the goods ordered in triplicate for our approval prior to dispatch of stores. You will be responsible for any expenditure that the consignee might incur if the goods stand rejected on this account. Further, GSECL will not be responsible for any delay in payment on this account.

6. DRAWINGS, DATA, INFORMATION REQUIRED : The bidder shall submit documents separately per unit basis and for all the units. A. Phase-I with Technical bid document 1) Complete bill of material with detail specification along with accessories.

a) Manufactured items with make / model number, type & identification tag marks. b) Erection hardware with type / quantity c) Bought out items with identification tag & short list of suppliers.

2) Catalogue / technical leaflets for all items offered. 3) List of references of similar job already in service with complete details. 4) List of imported items where owner’s certificates may be required with detail of the source

and approximate delivery time. 5) The Tenderer shall submit detailed PERT chart separately for supply, erection and

commissioning & testing activities. 6) Testing and inspection procedure proposed. B. Phase-II after issue of PO 1) The contractor shall furnish / supply six sets of followings free of cost to the GSECL

a) Cable schedules b) Cable layouts

21

c) Interconnection wiring diagram d) Schematic block diagram e) Circuit diagram for each PCB / Modules with complete details f) Catalogue for imported and indigenous instruments g) Operational and maintenance manuals h) Service manuals with trouble shooting details i) Reproducible copy of each unit for keeping record of this above.

2) All documents shall be submitted in neatly bound volumes 3) Documents meant for O&M purpose shall be handy size

7. CONTRACT AGREEMENT:

Successful bidder has to enter into a contract agreement on a stamp paper of Rs. 100/- as per standard Performa of GSECL attached. The cost of the stamp paper and agreement shall be borne by the successful tenderer. The agreement shall be signed by authorized person of company with the common seal of company of successful tenderer.

8. This contract or any part of thereof shall not be assigned subject to other agency/contractor without written permission of competent authority of corporation

9. During execution of work, any damage to the equipment or any other property of the corporation will have to be repaired / replaced free of cost by the contractor.

10. INSURANCE:

Party will make arrangement at your own cost by insuring all materials and equipments obtained by you for the work and also yours labours etc. The GSECL will not be responsible for any loss or damage either to your personal or to your equipments.

11. FAILURE TO EXECUTE THE ORDER: In case of failure on the tenderer to cope up with the works within the specified period, the same will be got executed through other agency at the risk and cost of contractor even at higher rates and the difference in the amount any will be recovered from the contractor. In case of poor progress of the work, Corporation reserves the right to stop the work and nothing will be payable to the contractor for part works carried out.

12. PENALTY: Any delay that may take place beyond contractual cutoff date / stipulated period in the order shall be subjected to penalty (not liquidated damages) at the rate of ½ % of the contract price / order price per week or part thereof subject to a maximum of 10% of the total contract value /order value (i.e. End cost including taxes & duties).

13. INSPECTION:

All supplies are subjected to the inspection and approval of GSECL. GSECL will depute an officer or authorized D.G.S. & D. or any other Govt. or Govt. approved agencies [not private] to carry out the inspection of on behalf of GSECL.

14. TRAINING :

22

After successful commissioning of the 11 KV switchgear panel, contractor shall arrange training to the engineers & technicians of GSECL for preventive & breakdown of maintenance of breakers & panel. For this the contractor shall arrange two or three days in plant training program at free of cost to the GSECL

15. UNSATISFACTORY PROGRESS OF WORK: If your work is found unsatisfactory or not progressing according to schedule given by corporation then Corporation may take such action as may be deemed fit to see that the work is completed in time at your risk and cost. If at any stage the contractor fails to complete the job, same will be got done from other agency at his risk and cost. Any additional expenditure incurred by GSECL shall be recovered from his Bills, S.D. or any due payment of contractor along with 15% supervision charges & shall remain bound to the contractor.

16. QUALITY ASSURANCE PLAN: The bidder shall invariably furnish along with his offer the quality assurance plan adopted by him/his sub-supplies in the process of manufacturing all major equipment/component. Precaution taken for ensuring usage of quality raw materials and sub-components shall be stated in the quality assurance plan. The bidder should specifically express their consent to accept additions, revisions to their quality assurance plan to meet the purchaser’s requirements if needed. The final quality assurance plan to be adopted, with mutual consent, shall be decided after discussion with successful bidder.

17. DEVIATIONS: All the Technical & Commercial Deviations from the Specifications should be mentioned separately. Deviations mentioned elsewhere shall not be considered. Any deviation claimed by the bidder shall be considered to have no effect unless otherwise it is specifically discussed and agreed upon in writing by the owner during the process of Tender Finalization.

18. PACKING AND TRANSPORT: All equipment/material shall be suitably packed for transport, carriage at site and outdoor storage during transit. The Supplier/contractor shall be responsible for any damage to the equipment during transit due to improper and inadequate packing. The cases containing easily damageable material shall be very carefully packed and marked with appropriate caution symbols i.e. `FRAGILE’ `HANDLE WITH CARE’, `USE NO HOOK’ etc. The contents of each package shall bear marking that can be readily identified from the package list and packing shall provide complete protection from moisture, termites and mechanical shocks etc. Wherever necessary proper arrangement for attaching slings for lifting shall be provided and all packages clearly marked with gross weight, signs showing `UP’ and `DOWN’ sides of boxes, contents of each package, order no. and date, name of the plant of which the material in the package forms part of and any handling and unpacking instructions considered necessary. Any material found short inside the intact packing cases shall be supplied by the manufacturer/supplier without any extra cost.

23

Bidder shall ascertain, prior to shipment, from concerned authorities, the transport limitations like weight and maximum allowable package size for transportation. Fragile material such as Electronic Items, Instruments and other glass material shall be carefully covered with shock absorbing protective materials, such as thermocol, silica gel or equivalent moisture absorbent material in small cotton bags shall be placed inside the packing wherever necessary. Each consignment shall be accompanied by a detailed packing list containing the following information. a) Purchase order reference. b) Name of consignee c) Details of consignment d) Destination e) Total weight of consignment f) Handling and unpacking instructions. g) Bill of materials indicating contents of each package h) Sign showing upper/lower side of the crate.

19. GUARANTEE FOR MAINTENANCE, SPARES AND SERVICES: The bidder shall be guaranteed for supplying, maintenance, spares and services as well as repairing of offered items of scope of supply for a period of the life expectancy of 20 years.

20. SUPERVISORY INSTALLATION & COMMISSIONING: The bidder shall depute their Engineers, technicians and Labours to the site for carrying out the Erection, testing and commissioning of supplied new 11 KV switchgear panels in place of our existing Jyoti make panels. The work supervisor must be experienced engineer who has minimum work experience of 5 years of similar types of works. Party has to provide full bio-data of his entire work force with relevant work experience details along with technical bid

SEAL OF THE TENDERER SIGNATURE OF TENDERER'S

AUTHORISED REPRESENTATIVE

Place: Date:

24

Special Notes:

(1) It is mandatory for all the bidders to submit their tender documents by both forms viz. online (e-tendering) and physically in schedule time. I f t ender documents submitted in only any one form, say either by on line or physically, in that case the same tender will not be considered. Further bidders are requested to submit Price bid (Schedule-B) online only and not to submit the Price bid in Physical form. This is mandator y. If price bid is submitted in physical form, the same will not be opened and only on-line submitted Price bid will be considered for evaluation. Further, if the quantity quoted differs in the any of the technical bid forms and in price bid forms, it is at the discretion of CE Committee / ED Committee - GSECL to consider the quoted quantity.

(2) Please submit Photocopy of Sch-B duly signed by you, along with technical bid, without stating prices.

(3) Tender shall not be opened without payment of EMD & Tender Fee. Please furnish details of EMD & Tender Fee paid on cover.

(4) If any deviation in your offer with respect to Tender specification, Please clearly mention on separate deviation sheet otherwise we will consider your offer is exactly as per our Enquiry / Tender specification.

(5) Repeat Order : GSECL reserves right for the placement of repeat order @ 50 % of the order quantity / value within 4 (Four) months of the order as per the Clause No. 24 of Commercial Terms and Conditions instead of 25 %. Other condition of Clause No. 24 remains same.

(6) It is to be noted that GSECL, Ukai TPS is establishing and implementing occupational Health & Safety Management System complying with OHSAS 18001:2007. You as a part of the GSECL Ukai team and as defined by the scope of mentioned standard, all contractors are required to comply with and participate to prevent the occupational Health and Safety hazards and risks including observation of safety rules. Further you are also to comply with all applicable legal requirements while executing the supply / work, in case the job is assigned to you.

(7) Payment Term for supply & Works: a) For supply portion: 80% payment shall be released within 45 days after receipt of

material in good condition at site and remaining 20% payment will be released after successful completion of work.

b) For works portion: 100% payment after dismantling of old exiting Jyoti make switchgear panel & successful erection, commissioning and testing of new 11 KV indoor metal clad switchgear pane. And as per the basis of actual work done and joint measurement subject to deductions occurring during the execution of work, if any. The final payment will be made after completion of work according to the scope.”

(8) Delivery schedule for supply & Works : i) For Supply & works: One month for drawing approval & Two months for supply ,

erection , testing & commissioning complete after receipt of Purchase Order. ii) Time limit for supply & Work : Total Three months for supply & works.

25

(9) Please note that conditionally offers will liable to be ignored. (10) Please Mention amount of tex in Rupees not in percentage While filling up Online Price bid. (11) "Tender fee/EMD/SD will be accepted by RTGS/NEEFTY also. The bank details are as under.

Beneficiary Name :- M/s. Gujarat State Electricity Corporation Ltd.

Address :- Urja nagar, GEB COLONY, TAL. SONGADH. DIST. TAPI.

PIN CODE NO. 394680.

Bank Name :- Bank of Baroda Ukai.

NATURE OF A/C :- Current Accounts.,

Branch : Ukai.

Account No. :- 02640200000002

IFSC CODE No. :- BARBOUKAIXX ("0" =ZERO)

MICR CODE NO :- 394012529 After net banking transaction, please inform to our Account Section

regarding payment details along with tender number on their e-mail id of

[email protected] and ukaiao.gsecl@gebmail. com

CHIEF ENGINEER (GEN.) GSECL, Ukai TPS.

Contractor's Signature With date and seal R.F.Q. No.29589

26

IMPORTANT All the bidders are requested to read and verify the documents of Commercial Terms & Condition of Tender & Supply (i.e. Clause No.1 to 83) of GSECL, UKAI, TPS and confirm that all the above documents are verified & certify by you as below.

“ I / we read the above documents and agree for the Conditions of Tender & Supply (i.e.

Clause No.1 to 83) of GSECL, UKAI, TPS and accordingly submitted my / our offer. ”

(1) For Page No. 1 to 21 of terms & condition : Party can give acceptance of clause No.1 to 83 on a single paper instead of all 21 pages.

(2) For Page No. 25 to 37 : Please note that you have to furnish the details in all Annexure-1 to 13, Certificate-A & Integrity Pact i.e. dully fill, stamped and signed otherwise your offer is likely to be ignored out rightly.

(3) In case of Ex-works Prices, you have to mention item wise Pkg. & Fwd., Freight, insurance charges in Annexure-10 otherwise it will be considered as per GSECL procedure for evaluation.

(4) Clause No. 12 of Commercial Terms & Condition at Pa ge No.6 of 46 : Kindly read clause No. 12 i.e. Security Deposit of Commercial terms & Condition as below.

SECURITY DEPOSIT : The successful Tenderer’s will be required to pay an amount equivalent to 10 % of the value of the Order (End Cost) against letter of intent as per GOG guideline as a Security Deposit for satisfactory execution of the contract. Such security deposit will be payable either in D.D./Bank Guarantees. Bank Guarantees will be acceptable if issued by Bank of Baroda and State Bank of India. The Bank Guarantees will be executed on the standard form prescribed by the GSECL. In case of the Bank Guarantees furnished / submitted, they should have clear one time validity till the completion of the order in all re spects and up to the expiry of guarantee period from the date of receipt of the last consign ment. Bank Guarantees for interim period will not be allowed . If by any reasons the supply period is extended t hen supplier should undertake to renew the Bank Guarantee at least 01 M onth before the expiry of the validity failing which GSECL will be at liberty to encash th e same. CORPORATE BANK GUARANTEES NOT ALLOWED. If S.D. Exemption is claimed against NSIC Certificate, then the NSIC Certificate / Competency Certificate more than 03 years old will not be considered. If the validity of the certificate expires prior to completion of the order, then it has to be got revalidated from NSIC by the Tenderer and submitted immediately; otherwise bidder shall have to arrange for payment of Security Deposit. S.D. should be paid within 07 (Seven) days after re ceipt of the LOI.

Security Deposit is to be paid @ 6 % of the Order End Cost for Small, Cottage & tiny industrial unit of Gujarat State registered under Small Scale industries of Gujarat State and holding subsequent registration with CSPO/NSIC/DGS&D Registration Certificates for the item under tender. .(Applicable Only of Gujarat base Parties)

Contractor’s Signature With date and seal

R.F.Q. No. : 29589

27

SCHEDULE-‘A’

GENERAL TERMS AND CONDITIONS

1. The ‘contract’ means the documents forming tender and the subsequent agreement that may be

entered into. 2. The general rules & regulations of the GSECL for tender and contract for works will apply to

the extent the same are not modified herein any other rules & regulations, conditions etc. the are in force at present and that, any be framed by the GSECL from time to time in connection with contracts will be binding & acceptable to the contractor.

3. Sub-letting or transfer of contract without prior written approval of GSECL will be treated as a breach of contract and it will be punishable by forfeiting the Security deposit as well as termination of contract.

4. The contractor shall hold the GSECL indemnified and in respect of any claims arising out of injury to any persons, loss of life, workman’s compensation or any other claims whatsoever. The contractor shall be responsible for any damages to any property of the GSECL due to negligence of the contractor or his employees. The GSECL will be entitled to recover from the contractor and it shall be final and binding to the contactor.

5. You will submit Sales Tax Registration number and same should be quoted on all his bills. 6. You will have to enter into an agreement with GSECL and the cost of the stamped paper will

be borne by the contractor. The contractor will also have to execute an indemnity bond on required value of stamped paper as per GSECL’s rules. The cost of the stamped paper will be borne by the contractor.

7. ARBITRATION: -“All question, disputed or differences whatsoever which may at any time arise between the parties to this contract in connection with the contract or any matter arising out of or in relation thereto ,shall be referred to the Gujarat Public Works Contract Dispute arbitration as per the provision of the Gujarat Public Works Contracts Disputes Arbitration Tribunal Act-1992”.

8. You will have to strictly observe all the Labour Laws and Factory Acts in existence & amendments made from time to time.

9 (A) You shall have to strictly observe all Safety rules as per the Factories Act, 1948 and the whatever amendments made from time to time to avoid any chances of accident. Contractor shall have to strictly follow the instructions of Safety Officer.

(B) The Safety precaution issued vide this office circular no. CCUT/Safety/4/90/ CIR345 A Dtd.: 14-12-90 is applicable to this contractor also and to be followed strictly.

(C) Before starting the contract it is advisable that party should have the documents for insurance of works.

28

10. The work shall be completed within stipulated time. If required, party have to work round the clock to maintain the work schedule.

11. Payment shall be made as per actual work done only. 12. You will have to take all necessary precautions to avoid fire during cutting welding etc. in

case of any smoldering fire, the same should be extinguished by contractor immediately using their own labour tools water and buckets etc.

13. You will have to arrange your own adequate tools and tackles welding accessories, drilling machine, grinders, scaffolding welding machines, gas cutting sets, lifting material like hydraulic jacks, slogging spanners, dial gauges & piano wire.

14. You will have to arrange all consumables including required electrodes, kerosene rustolene paint grinding wheels etc. at his own cost.

15. An authorized and technically qualified representative of the contractor must be available at site while the work is going on. The address of the representative should be submitted to this office so that party can be contacted whenever required in connection with execution of the work.

16. Scaffolding material, if available with GSECL will be issued on chargeable basis otherwise contractor will have to arrange for the same at his own cost. After completion of work scaffolding is to be removed immediately.

17. After completion of work, working area and surrounding area should be made clean by removing M.S. debris & all types of scrap etc. scrap should be credited to main store only & it should be dumped at place shown by E.E.(Store).

18. Electric connection & consumption will be given free of cost at one mutually point. 19. Oxygen / Acetylene gas if available will be issued on chargeable basis from GSECL Main

store, otherwise the party has to arrange on it’s own. The cylinders should be returned to main store within stipulated time.

20. Shifting, transportation of materials from Main store to working site shall have to be done by contractor at his own cost.

21. Party shall submit daily progress report for the work carried out by them. 22. The contractor, if desires, can seen the plant and site of work with permission of undersigned

on any working day during working hours. 23. Party has to carry out the work at site only. 24. The required spares like steel plates, nut bolts, studs, lubricants, will be given by the GSECL

free of cost for carrying out works as per Schedule-B. if any damages occurred while replacement of new Paris, the actual cost of the parts will be recovered from contractor.

25. Income Tax will be deducted at source at prevailing rates as per I.T. Act. 26. Rates should be offered on certain percentage higher or lower than the estimated amount under

Schedule-B. The net offered amount should be written in figures and in words in Schedule-B.

CHIEF ENGINEER (GEN) GSECL : UKAI : TPS

29

GENERAL TERMS & CONDITION OF CONTRACT:

01. LABOUR LAWS :

01 Persons below the age of 18 years shall not be employed for the work. 02 No female workers shall be employed in the night shift between 07.00 PM to 06.00

A.M. 03 Contractor shall maintain valid labour license under the Contractor (Regulation &

Abolition) Act 1972. For employing necessary manpower to be required by him. In the absence of such license the contract shall be liable to be terminated without assigning any reasons thereof.

04 The contractor shall at his own expense comply with all the labour laws and keep the Board indemnified in respect thereof. Some of the major liabilities under various labour and Industrial laws which the contractor shall have to comply with are as under.

05 Payment of contribution of employees (Contractor labour) as well as employer’s (Contractor) contribution towards Provident Fund, Family Pension Scheme, Employee Deposit Linked Insurance Scheme. Administrative charges, Inspection charges etc. at the rates made applicable from time to time by Government of Gujarat / Government of India or other Statutory Authorities.

06 Labour engaged by you shall be entitled for Earn leave as per the provision laid down in factories Act 1948. Contractor shall extend the facility of E.L. as per the provision laid down in Factories Act and shall also have to maintain leave records in prescribed form under Factories Act.

07 No labours are allowed to enter in power station [premises who do not have identity card prescribed under factories Act.

08 Contractor shall have to comply with the Maternity benefit is he happens to engaged female labours as per Maternity benefit Act.

09 Contractor shall have to obtain Insurance of the labourers engaged by him to carry out contractual work before commencement of work under workmen’s compensation Act.

10 P.F. CODE NUMBER :

The contractor shall have to submit the details of his own P.F. code number along with offer from appropriate authorities. Without P.F. code No. the tender is likely to be disqualified.

11 PROVIDENT FUND AND FAMILY PENSION SCHEME :

The contractor shall submit along with his bill (Month wise) a statement regarding

deductions at the rate of 12% of the wages against employees provident Fund &

Family pension Scheme in respect of each concerned employee. (or at the rates

made applicable by the Government from time to time) of the wages. The

contractor’s contribution and his workers contribution towards Provident fund and

Family Pension Scheme shall be deposited by the contractor with Regional

Provident Fund Commissioner, Ahmedabad or to the authority prescribed under

30

the Act along with the other charges applicable.

12

If any workman engaged by contractor meets with fatal or non-fatal accident while on duty then contractor shall be liable to pay compensation to the legal heir or to the workman as the case may be as per workman’s compensation Act.

13 EMPLOYEES DEPOSIT LINKED INSURANCE SCHEME :

The contractor shall have to deposit 1/2% of the rate applicable form time to time

of the wages in respect of employees who are a member of the provident fund

against the contribution towards Deposit linked insurance scheme with regional

provident Fund Commissioner, Ahmedabad.

14

The Contractor should pay prevailing minimum wages to the laboures engaged by

him as per the minimum wages Act in presence of the GSECL’s Officer or

Representative.

15 The Contractor shall deposit fifteen days salary for every completed one year of

service for each worker for the liabilities of gratuity.

16 ADMINISTRATIVE CHARGES :

Administrative charges for maintaining Provident Fund Account shall be deposited

by the contractor with Regional Provident Fund commissioner, Ahmedabad at the

rates applicable.

17 LABOUR LICENSE FOR LABOUR CONTRACT :

The contractor shall have to obtain the copy of labour contract license under

contract labour (Regulation & Abolition) Act from the appropriate authorities

before commencement of work.

18 Contractor shall have to issue the appointment letter to their labour engaged

during the contract period each & every instance and should be narrated clear cut

terms and conditions for the liabilities of the concerned employees.

19 After completion of the contract work, the work completion certificate is required

to be produced before the DY. GENERAL MANAGER for the purpose of no due

certificate and cancellation of the gate passes issued to the contractor worker at

the time of execution of the contract work.

20 The contractor shall have to maintain all the relevant records under labour law as

mentioned here in above and kept ready for verification by the Board’s authority

as well as the authority of the Government Officials as and when asked for the

checking.

21 The contract shall have to produce / submit the original copy of wage register /

muster roll and relevant records under labour laws for the contract work as and

when demanded by the Corporation for statutory compliance if arise in future.

CHIEF ENGINEER (GEN) GSECL : TPS : UKAI

31

“GENERAL SAFETY RULES TO BE OBSERVED BY THE CONTRACTORS “

All the contractors working under Ukai Power Station are required to scrupulously observe following safety rules. They are also responsible for informing and observance of these rules by their employees OR employees of their Sub-Contractor. Prior to commencing the work they will have to submit written assurance on their letter head to the concerned Sectional Head that they have read and will follow these safety rules while execution of work awarded to him and have educated their employees / sub contractor. They will have to indemnify the Corporation for any loss or damage / accident/injury to the Corporation’s property/employee or employees of their own in default of non – observing these rules.

01 Persons to be employed for carrying out the work shall possess required qualification, are fully trained and conversant for works to be done.

02 The contractor shall all the required safety measures prior to commencement of work on dangerous substances, machineries or area at which cautionary notice is displayed and obtain line clear or work permit through the concerned Department / Section prior to commencing the work.

03 Prior to commencing the work in the area where inflammable material is lying, all such inflammable material shall be removed or covered under protective covering. Special care shall be taken before carrying out welding, gas cutting, furnace heating or other hot work job. They should also keep ready fire extinguishing materials like water and sand buckets or appropriate equipment at such place.

04 While carrying out work in confined space or inside vessel, necessary “confined space / vessel entry permit “ shall be obtained prior to commencing work. For lighting in such area, 24 volt (ISI certified &with guard) hand lamp should be used. For taking care of the persons working within the confined space / vessel, a Supervisor capable of under – taking rescue operation should be present. While working within the gutter or trench, for warning to other entrants / passers by; caution notice shall be displayed. This can be done by making a temporary fence with a rope or red ribbon. After completion of the works, all the lids shall be fixed in original position and leave the place in safe condition so as to prevent accident to fellow workers.

05 Stair cases, lifts or other passages and gangways shall be kept free by not stacking of any material, spare parts, tools / tackles, equipment etc. such passages are necessary for safe escape in the event of emergency. If it is utmost necessary to carry out work in such area with blocking of passage, prior permission of competent authority or the Engineer – In – Charge shall be obtained. To demarcate the area as unsafe, proper fencing with caution notice shall be displayed and the traffic shall be diverted through other safe passage.

06 While using electrically operated gadgets or power operated equipment/hand tools like

32

welding machine, hand grinder, hand drilling machine etc., they should be ensured for safe operation. Defective or unsafe equipment shall not be used. Power connection for using such equipment shall be obtained only through the concerned Section and should be connected under observation/ guidance of concerned Section. The Electrical Section shall provide temporary electric connection up to contractor’s Mains Board on which mains switch, ELCB and fuses shall be installed. All the equipments shall be property and fully earthed to prevent electrical shock, sparking, short circuit etc. Power cord to be used shall be of single length. Single phase and three phase connection shall use 3 wire and 4 wire cords only. The plugs, receptacles, pin holders etc. should be of adequate capacity and safe to use.

07 Use personal protective equipments as per job requirement compulsorily : Following is the list of personal protective equipments for various work/work site :

01 Industrial Safety Helmet : For protection of Head. 02 Safety Goggles (Grinding / Welding /

Leather mask / Panorama Goggles etc.) : For protection of Eyes.

03 Face shield ( Half or full ) : For Face protection 04 Ear plug / Ear muffs : For ears 05 Apron(Rubber/PVC/Asbestos/Leather/

Cotton) : For body protection

06 Gloves(Rubber/PVC/Asbestos/Leather/ Cotton / Electrical shock proof )

: For protection of hand.

07 Leg Guards/Industrial Safety Shoes/Gum boots / Leather Shoes / Asbestos shoes.

: For protection of legs & feet.

08 Safety Belt / Safety Rope/Life line : For working at heights or depth, working in vessel or in confined space.

09 Dust Respirator / Scarf : Protection of respiratory system in dust-prone area.

10 Chemical cartridge Respirators : Protection against smoke, chemical fume, vapour etc.

11 Canister Gas mask : Protection against toxic gases. 12 Air supply respirators : Working in oxygen deficient

zone. 08 All the lifting tackles and associated fixtures, such as D-shackles, slings, “U” clamps,

Eye belt shall be checked before use for this safety and pursue that these are certified through competent authority every year and certificate obtained. They shall be fixed properly 7 firmly prior to lifting the weight.

09 While working at height, scaffolding of adequate size and capacity should be used. While climbing on such scaffolding, safety belt and Helmet should be used and chin straps of Helmet be fixed.

33

10 All the electrical and mechanical equipment viz, welding machine, cutting machine, Grinder, Drill, Chain Pulley Block, Hook, chooks etc. should carry ISI certification mark. The consumables to be used on which expiry date is mentioned shall be used before the expiry date only. Old material shall not be used.

11 Contractor or their employee shall not interfere in other’s activities except their assigned job. They should not loiter and operate other’s machinery and equipment. The contractor shall instruct their employees not to sit or take rest at a place where the plant / system / machinery are working and the area is prone to accident.

12 In case of fire or smoke coming out during the working, efforts should be made for extinguishing the fire and the Fire Station should be informed on Phone No. 4444/5555 & 4344.

13 Poisonous / toxic or inflammable / explosive Gas Bottles viz. Oxygen, Acetylene, LPG, Hydrogen, Ammonia, Chlorine, CO2 etc. shall be handled with special are and trolley should be used for their handling. They shall not be handled by rolling.

14 On completion of the work, cotton waste, spilled oil / grease, pieces of welding rod and other waste material shall be removed and the area shall be left clean and safe.

15 In case of injury / accident while working, accident report shall be filled and forwarded to the Safety Officer through the Sectional Head. Form No. 21 for this purpose can be obtained from Safety other or the concerned Section.

16 The contractor shall provide standard make (ISI certified) personal protective Equipments to their staff. The contractor shall also educate their staff for use of such P.P.E.S. insist, and enforce to use it while at works.

17 The contractor is obliged to follow all the safety regulations and legal provisions. They shall specifically obey to the provisions of Factory’s Act 1948 and Gujarat State Factory’s rules 1963 (up to latest amendments). They shall also honour the instructions of the competent authority for safety requirements.

18 The above rules shall be scrupulously followed and where required, they may contact the Safety Officer in case of unable to understand.

1) The rules and regulations regarding safety to be observed by all contractors are as per attachment. If it is found that, any of these rules is not observed / the corporation will take strict puniture action against the concerned contractor.

2) Moreover for all labours of the various contractors working in TPS area / premises, wearing of personal protective equipment shall be compulsory and if any labours is found working without PPF same shall be considered as a breach of safety rules and regulations for which the gate pass issued to the concerned labours shall be immediately confiscated and a sum of Rs. 1000/- (Rupees one thousand only.) shall be deducted from the monthly bill of the l contractor. No dispute in this regard shall be entertained by the corporation whatsoever.

CHIEF ENGINEER (GEN)

GSECL: TPS : UKAI.

34

GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED

Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257

Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in CIN: U40100GJ1993SGC019988

PRICE BID

T - 3950

Subject : Replacement of existing old 11KV switchgear panel by Supply, designing, installation, commissioning & testing of new 11 KV switchgear panel With VCB at GSECL Ukai TPS.

35

GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257

Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in CIN: U40100GJ1993SGC019988

THERMAL POWER STATION UKAI DAM DIST - TAPI – 394680

SCHEDULE-B (Price Bid) Description: Replacement of existing old 11KV switchgear panel by Supply, designing, installation, commissioning & testing of new 11 KV switchgear panel With VCB at GSECL Ukai TPS. Reference No.: T-3950 E-Urja RFQ No.: 29589 Part-I : Supply

Sr. No.

Description of materials with details of Specifications

Quantity Require

d UOM

Quantity

Offered by

Tenderer

Unit Ex-

Works

In Rs.

Packaging and

Forwarding Charges per Unit in

Rs.

Excise Duty per unit in

Rs.

Sales Tax per unit in

Rs.

Insurance

Charges per unit in Rs.

Freight Charges per

unit in Rs.

Unit End Cost Price in Rs.

Total End Cost Price in Rs.

1

Supply, designing, of New 11 KV , 630 Amp ,40 KA indoor Metal clad switchgear panel with VCB as per schedule C

1 Set

Part-II : Works

2

Erection , commissioning & testing of New 11 KV , 630 Amp ,40 KA indoor Metal clad switchgear panel with VCB and dismantling of old exiting Jyoti make MOCB panel.

1 Job

36

Note : ( I ) Please mention amount of tax in Rupees not i n percentage While filling up Online Price bid.

( ii ) The party has to refer Technical Bid for Tec hnical Specification of above mentioned item. Part-I [Supply] - Please quote the rates by indicating taxes & duties, P & F, freight etc.

Part-II [Works] - Please quote the rates by ________% exclusive of Service tax. Service Tax will be paid by GSECL extra as per Govt.

rules.

Following contents of Tender as per Technical Bid

[A] Supply part [B] Erection part [C] Makes [D] Notes [E] Detailed technical specification for high mast lighting tower 1. Preamble:

2. Pre-qualification : 3. Applicable standards : 4. Specifications of the high mast : 5. Makes :

[F] Scope of work : to be arranged by the GSECL [G] General terms & condition [H] Special note to supplier [i] Scope of work

Yours Faithfully, Yours Faithfully,

Chief Engineer (Gen) (Signature of the Tenderer)

GSECL TPS UKAI (With Company`s Round Seal)