Escolar Documentos
Profissional Documentos
Cultura Documentos
OFFICE OF THE
DIRECTOR/TRANSMISSION PROJECTS,
6TH FLOOR, NPKRR MAALIGAI,
144, ANNA SALAI,
CHENNAI – 600 002.
::TANTRANSCO::
General information on Tender Specification No. T –1605
(Tenders invited from Domestic Bidders only)
NOTE: The tenderers can quote for any number of packages or for both the
Packages.
If the due date for receiving and opening the tender happens to be declared holiday, then
the tender will be received and opened on the next working day.
• For documents sent by Post (both inside & outside Tamil Nadu),
Rs.100/- will be collected towards postage.
13. The Local SSI units should also pay the cost of the specification.
NOTE:
The Demand Draft / Bankers’ Cheque towards the cost of specification
shall be drawn in favour of “TANTRANSCO COLLECTION ACCOUNT” payable
at Chennai, if purchased from this Office.
The tenderers who have downloaded the specification from TNEB Website
(OR) Government of Tamil Nadu Website need not pay the cost of specification.
They shall ensure whether any clarification/amendment is issued to the
specification before submission of their tender by visiting the above mentioned
Websites.
The entire document should be stitched as a single volume and serially numbered from
first page to last page.
SPECIFICATION. NO.T.1605
DESCRIPTION
SECTION - V : COMMERCIAL
SECTION - VI : TECHNICAL
ANNEXURE :
NOTE: Tenderers quoting for all three packages should furnish Rs.8,32,960/-
as Earnest Money Deposit.
(or )
Permanent EMD : Rs.10,00,000/- (Rupees Ten Lakhs ) or above.
Permanent EMD holder of Rs.5,00,000/- are not eligible to participate in this tender.
4) The Earnest Money Deposit will be refunded on finalisation of tender to the unsuccessful
tenderers on application to the Superintending Engineer/ Transmission-II after intimation of
the rejection/non-acceptance of their tender is sent to them.
5) Cheques will not be accepted towards EMD and the tenders shall be rejected if EMD is not
paid in the prescribed manner.
6) The Small Scale Industrial units located within the State and Registered with the Tamil
Nadu Small Industries Development Corporation or the National Small Industries Corporation
or Holding Permanent Registration certificate from the District Industries centers of
Directorate of Industries and Commerce in respect of those items for which the Registration
Certificate has been obtained, Department of the Government of Tamil Nadu and
Undertakings and Corporations owned by Government of Tamil Nadu, Labour Contract Co-
operative Societies, Tiny Industries classified under SSI registered with the State of Tamil
Nadu and Registration Certificate issued by Department of Industries and
Commerce/Government of Tamil Nadu, Small Scale Industrial Units located outside the State
and such of these units registered with National small Industries Corporation in respect of the
items manufactured by them are the only categories of Institutions/Industries exempted from
the payment of Earnest Money Deposit.
7) Those Tenderers who are exempted from payment of EMD shall furnish in lieu of EMD
an undertaking on a non-judicial Stamp paper of value not less than Rs.80/-
(Rupees Eighty Only) to the effect to pay as penalty an amount equivalent to EMD or an
amount equal to the actual loss incurred whichever is less in the event of non-fulfillment
or non observance of any of the conditions stipulated in the contract consequent to
such breach of contract. The State Government, Public Sector undertakings who are
exempted from payment of EMD should also pay as penalty an amount equivalent to
the amount fixed as Earnest Money deposit in the event of non-fulfillment or non
observance of any of the conditions stipulated in the contract.
8) TENDERS RECEIVED WITHOUT THIS UNDERTAKING WILL NOT BE OPENED.
9) Small Scale Industries registered within the State of Tamil Nadu shall enclose duly
attested Photostat copy of their Registration Certificate showing the subject materials
specifying capacity which they are permitted to manufacture and the period of validity of the
certificate as proof of eligibility for exemption from payment of EMD in a sealed outer cover
or in envelope ‘A’ as specified in Clause - 2.
10) Others viz. Central and Other State Government Departments, Undertakings and
Corporations other than Tamil Nadu shall have to pay Earnest Money Deposit and Security
Deposit.
11) If on opening the outer cover or Envelope ‘A”, it is found that the Demand Draft/
Banker’s Cheque/ proof of permanent EMD/proof of exemption of EMD has not been enclosed
with the tender, then their offer will be SUMMARILY REJECTED without opening inner
envelope.
12) The Earnest Money Deposit made by the Tenderer will be forfeited if :-
(a) He withdraws his tender or backs out after acceptance.
(b) He withdraws his tender before the expiry of validity period stipulated in the
specification or fails to remit the security deposit.
(c) The tenderer violates any of the provisions of these regulations contained herein.
(d) The tenderer revises any of the terms quoted during the validity period.
(e) The tenderer produces bogus documents or if the documents contain false
particulars.
(f) In the event of the document furnished with the offer being found to be bogus or
the documents contain false particulars, the EMD paid by the tenderer will be
forfeited in addition to blacklisting them for future tenders/contracts in
TANTRANSCO.
(g) The EMD received from the unsuccessful tenders will be refunded on finalisation
of tender and on getting application for refund along with pre-stamped receipt.
13) Apart from the above, the TANTRANSCO has the right to adopt any changes, based on
the TANTRANSCO’s Accounts Branch instructions, with regard to extending exemption from
paying EMD.
SECTION – II
BID QUALIFICATION REQUIREMENTS (BQR)
The BIDDERS shall become eligible to bid on satisfying the following “BID QUALIFICATION
REQUIREMENTS” and on production of the required documentary evidences along with the
Tender.
I. (a) The bidders should have manufactured and supplied the minimum quantity
detailed below for the respective Outdoor Vacuum Circuit Breakers or higher KV rating
Vacuum Circuit Breakers satisfactorily to state Electricity Boards/ Power utilities.
i) 120 nos. for Package I (11KV Outdoor VCB)
ii) 30 nos. for Package II (33KV Outdoor VCB)
The attested copies of the Purchase Orders for the above minimum quantity of
equipments for the respective Packages, executed by the Bidder to state Electricity Boards /
Power utilities shall be furnished.
(b) Minimum quantity as detailed below for the respective Outdoor Vacuum Circuit Breakers
or higher KV rating Vacuum Circuit Breakers shall be in satisfactory operation for a continuous
period of two years, as on the date of tender opening.
i) 48 nos. for Package I (11KV Outdoor VCB)
ii)12 nos. for Package II (33KV Outdoor VCB)
The end user certificate for the above quantity and period shall be furnished.
II. The annual turnover of the bidder shall be furnished for the last 3 financial years
(2007-2008, 2008-2009 and 2009-2010). The turn over for atleast any one of the last 3
financial years shall be more than
i) Rs.140 Lakhs for Package I (11KV Outdoor VCB)
ii) Rs.70 Lakhs for Package II (33KV Outdoor VCB)
The turn-over of the bidders quoting for more than one Package shall be sum of the
requirements of the respective Packages for any one of the last 3 financial years. The bidders
shall furnish either annual turn over certificate certified by the Auditor or the Audited Annual
Statement of Accounts duly certified by the Auditors for the preceding three years 2007-2008,
2008-2009 and 2009-2010.
III. New Entrant(s) :-
The Board has right to place order on New entrant(s) upto 10% of tendered quantity on
each new entrant provided,
i) The firm shall be declared as “New entrant” who have no previous experience of supply for
the items tendered and have no financial turnover but have infrastructure/manufacturing
facility as per the inspection report of Third party inspection or Board Engineers.
The firms who have lesser quantity of supply experience and lesser financial criteria
than prescribed in the tender document may also be considered under New entrant category
provided they have infrastructure/manufacturing facility as required for New entrant.
ii) The firms are eligible to be considered for placement of orders under New entrant category
provided they are evaluated L1 tenderer.
iii) The firms who have considered under New entrant category shall satisfy all technical,
commercial and BQR conditions except BQR condition of quantity of previous experience of
supply and financial turnover criteria.
iv) Board have right to place order upto 10% of the tendered quantity on a New entrant. In
case more than one firm qualifies under New entrant category who are evaluated L1
tenderer Board has right to place order upto 10% of the tendered quantity on each New
entrant
v) A firm who have got PO in earlier tender under New Entrant category in TNEB shall be eligible
for placement of order under regular category, if they satisfy the condition of satisfactory
period of service, stipulated for the material even if the quantity supplied is lesser than the
minimum quantity stipulated in the tender document. However, if the firm do not satisfy the
satisfactory period of service specified in the tender document, they may be considered under
New entrant category.
(EE/SS)
SECTION – III
REJECTION OF TENDERS:
I. Tenders will be SUMMARILY rejected if
(a) The EMD requirements are not complied with,
(b) Not satisfying any of Bid Qualification Requirements.
(c) If the documents furnished with the offer is found to be bogus or
the documents contains any false particulars.
(j) not marked the Technical bid as envelope ‘A’ and price bid as
envelope ’B’.
1.1. Sealed tenders in Two Part System under rate contract basis (a) Technical Bid
with Commercial terms but without Price Bid and (b) Price Bid (both bids in duplicate)
will be received for and on behalf of TAMILNADU TRANSMISSION CORPORATION
herein after referred as TANTRANSCO so as to reach on or before the due date
prescribed. All the tenders shall be prepared and submitted strictly in accordance with
the Instructions set forth herein. THE TENDERERS WHO DO NOT FULFILL THE “BID
QUALIFICATION REQUIREMENTS“ AS PER SECTION – II NEED NOT PARTICIPATE IN
THE TENDER. OFFERS NOT SATISFYING THE "BID QUALIFICATION REQUIREMENTS”
WILL NOT BE CONSIDERED AND WILL BE SUMMARILY REJECTED.
4.2. The second envelope, called Envelope-B, shall contain the PRICE BIDS only as per
Schedule – A1 and A2. The Schedule A1 & A2 should be furnished separately and sealed in
two separate covers superscribed with Package Nos. (i.e) Package I, Package II and
description of the items tendered and Specification No. The two covers should be put in the
overall envelope –B, duly sealed.
4.3. The Tender in two parts shall be prepared in duplicate and put in a separate sealed
super scribed envelope (Envelope-A and Envelope-B) as instructed above.
4.4. Envelope- A and Envelope-B and the Earnest Money Deposit in approved form or
proof of exemption from payment of EMD / PEMD shall be enclosed either in “A” Cover or
inside the outer cover.
4.5. Envelope-A and Envelope-B and the overall envelope should be individually sealed,
super scribed with the Specification number, materials offered and due date of submission
and addressed to the Director/Transmission Projects, 6th Floor, NPKRR Maaligai, 144, Anna
Salai, Chennai – 600 002.
4.6. The Tender offers in complete shape in one envelope containing Envelope– A and
Envelope-B, as required in Clause 4.3 shall be sent so as to reach the Director/Transmission
Projects on or before 2.00 P.M. on the due date for submission of offers.
4.7. The Tender documents shall be addressed to the Director/Transmission Projects, 6th
Floor, Western Wing, NPKRR Maaligai, 144, Anna Salai, Chennai – 600 002.
4.8. The bid will not be considered if EMD (or) proof for EMD / PEMD are not found in
the outer covers (or) in envelope ‘A’. Those bidders who satisfy the requirement of Earnest
Money Deposit will only be opened on the due date and time already mentioned. If any of
the Bidders indicate price in Envelope – A, the Bid will not be read out and will be rejected.
4.9. Envelope “B” will not be opened at the time of opening Envelope “A” but will be
authenticated in the covers by officers authorised to open the bids. Envelope “B” so
authenticated will be kept under the safe custody of the empowered officer to open the
tender. Envelope “B” Price Bid will be opened later, the date of which will be intimated to the
tenderer at a later date, after technical evaluation of the tender is completed.
4.10. If the tenderer finds any ambiguity in any of the terms and conditions stipulated in
this specification, if any sought before 48 hours before opening of the tender will be replied
to and that such clarification shall be communicated to all tenderers. He shall get it clarified
the same from the Director/Transmission Projects, 6th floor, Western Wing, NPKRR Maaligai,
Electricity Avenue, 144, Anna Salai, Chennai – 600 002. If this is not done and subsequent to
the opening of the tenders, it is found that the doubt, about the meaning or, ambiguity in the
interpretation, of any of the terms and conditions stipulated in the specification are raised by
the tenderer either in this tender or by a separate letter, the interpretation or clarification
issued by the Director/Transmission Projects, TANTRANSCO, Chennai – 2 on such of those
terms and conditions of the Tender Document as may be raised by the tenderer shall be final
and binding on the tenderer.
4.11. All tender offers shall be prepared by typing or printing in the formats enclosed with
the specifications. One original and one duplicate of the original proposal which are identical
shall be submitted by each tenderer.
4.12. All information in the tender offer shall be in ENGLISH only. It shall not contain
interlineations, erasures or over writings except as necessary to correct errors made by the
tenderer. Such erasures or other changes in the tender document shall be attested by the
person signing the tender offer.
4.13. The tender offer shall contain full information asked for in the accompanying schedules
and elsewhere in the specification.
4.14. The tenderer has the option of sending the offer by Registered Post / Courier or
submitting the same in person so as to reach by the date and time indicated.
4.15. In case of postal delivery, tenderers are advised to send their offer well in advance so
that they are delivered at the office of the Director/Transmission Projects, Chennai-2 before
the prescribed date and time.
4.16. The tenders delivered in person/courier shall be handed over to the Executive Assistant
to The Superintending Engineer/Transmission-II, Chennai – 600 002, before 14.00 hrs. on
the due date.
4.17. The TANTRANSCO will not be responsible for any postal or other transit loss or
delay in receipt of the tender offer.
4.18.Telex/Fax/E-Mail or telegraphic offers will not be entertained and will be rejected.
4.19. Any offer received by the TANTRANSCO after the due date and time specified for
submission of tender will be declared late, rejected and returned unopened to the tenderer.
4.20. No tender offer shall be allowed to be modified subsequent to the deadline for
submission of tender offers.
4.21. Tenderer shall bear all costs associated with the preparation and delivery
of its offers, and the TANTRANSCO will in no case be responsible or liable for these costs.
4.22. No offer shall be withdrawn by the tenderer in the interval between the deadline for
submission and the expiry of the period of validity specified/extended validity of the tender
offer.
4.23. ONLY MANUFACTURERS MUST QUOTE. Tenders received from Agents /
Dealers will not be considered.
4.24. The Tenderers are requested to furnish the exact location of their factories with detailed
postal address, Pin Code, Telephone and Fax Nos. etc., in their tender so as to arrange
inspection by the TANTRANSCO if considered necessary.
4.25. The tenderers are advised to quote their Permanent Account Number in their tender or
other relevant documents.
7.1. The tender offers received and accepted will be examined to determine whether they are
in complete shape, all data required have been furnished, the tender offer is properly signed
and the offers are generally in order and the tender offer conforms to all the terms and
conditions of the Tender document without any deviation.
7.2. For the purpose of evaluation of the tender offers, the following factors will be
taken into account for arriving at the evaluated price.
7.2.1. The evaluated price shall include all central duties like Excise Duty,
Cess on Excise Duty, Freight and Insurance, Packing and Forwarding charges.
Where the tenderers are both from the State of Tamil Nadu and from outside the State
of Tamil Nadu, the TNVAT quoted by the tenderers situated in the State of Tamil Nadu will
be excluded and the CST quoted by the tenderers situated outside the State of Tamil Nadu
shall be included for the evaluation of the offers received to determine the L1 tenderer.
Where all the offers received are from outside State of Tamil Nadu offers may be
evaluated FOR (D) all inclusive including CST quoted by the firms.
Where all the offers received are within the State of Tamil Nadu offered may be
evaluated FOR (D) all inclusive of TN VAT quoted by the firms.
7.2.2. The amount of Sales Tax/TN VAT and percentage of Sales Tax/TN VAT shall be
indicated in the offer.
7.2.3. For the purpose of evaluation of the tender offers, the unit FOR (D)
value of 11KV O/D VCB (Package-I) and 33KV O/D VCB (Package –II) will be arrived for
each Package separately and evaluation will be carried out as detailed in Clause 7.2.1. From
this value, it will be evaluated to arrive at the lowest offer (L1 Tenderer).
7.2.4. The evaluation and comparison shall include Fifteen percent Price preference for
Domestic small Scale Industrial units and Ten percent price preference for the public sector
undertakings of the Government in respect of products and quantities manufactured by them
will be considered.
7.2.5. In determining the lowest evaluated price the following factors will be
considered.
(a) the quoted price will be corrected for arithmetical errors.
(b) In case of discrepancy between the price quoted in words and figures, lower of the
two and which is advantageous to the TANTRANSCO shall be considered.
7.2.6. The bid evaluation will be done as per Tamilnadu Transparency in Tenders Act 1998
and Tamilnadu Transparency in Tenders Rules 2000.
8.0. VALIDITY :
8.1. The tender offer shall be kept valid for acceptance for a period of 180 days from
the date of opening of offers. The offers with lower validity period are liable for rejection.
8.2. Further, the tenderer shall agree to extend the validity of the Bids without altering
the substance, and prices of their Bid for further periods, if any, required by the
TANTRANSCO.
Not withstanding anything contained in this specification, the TANTRANSCO reserves the
right to:
(a) Accept the lowest tender.
(b) Revise the quantities at the time of placing orders, to the extent of +/- 25%.
(c) Reject any or all the tenders or cancel without assigning any reasons therefor.
(d) To split the Tender Quantity and place orders on one or more than one Firm to meet
the delivery requirements.
(e) Recover losses if any sustained by the TANTRANSCO, from the supplier who pleads
inability to supply, and backs out of his obligation after award of contract. The
Security Deposit paid shall be forfeited in such cases.
(f) To cancel the orders for not keeping up the delivery schedule.
(g) In the event of the documents furnished with the offer being found to be bogus or
the documents contain false particulars, the EMD paid by the tenderers will be
forfeited in addition to blacklisting them for future tenders/ contracts in Tamil Nadu
Electricity TANTRANSCO.
(h) After negotiation with the tenderer and before passing the order accepting a tender, if
the tender accepting authority decides that the price quoted by such tenderer is high,
the tender is liable for rejection.
10.0. DEVIATIONS :
10.1. The Tenderer shall furnish, if there are any deviations in the commercial and technical
terms in the Schedule C1 & C2 Annexed. Deviations mentioned elsewhere will not be
considered. If no deviations are furnished, it will be construed that the tenderer is accepting
all terms specified in the specification.
Similarly if any deviations are furnished in the said schedules C1 & C2 it will be construed
that these are the only deviations and the tenderer is accepting all other terms of the
specification and the offer will be taken for evaluation accordingly.
THE TENDERERS SHALL FURNISH THE DETAILS OF THEIR OFFER IN THE GTP
AND IN THE CHECK LIST ALSO FOR BID QUALIFICATION REQUIREMENTS, COMMERCIAL
TERMS AND TECHNICAL TERMS IN THE ANNEXURES II, III AND IV RESPECTIVELY.
10.2. THE OFFERS OF THE TENDERERS WITH DEVIATIONS IN COMMERCIAL TERMS OF THE
TENDER DOCUMENT WHICH COULD NOT BE ACCEPTED WILL BE REJECTED.
10.3. NO ALTERNATE OFFER WILL BE ACCEPTED.
11.0. APPEAL :
Any tenderer aggrieved by the order passed by the Tender Accepting Authority
under Section-10 of the Tamil Nadu Transparency in Tenders Act 1998 may prefer an appeal
to Government within 10 (Ten) days from the date of receipt of order.
13.0. The entire document should be stitched as a single volume and serially numbered from
first page to last page.
(EE/SS)
SECTION : V – COMMERCIAL
1.0 SCOPE:
1.1. The scope of supply includes manufacture, inspection, testing, packing,
forwarding, insuring and delivery of the Equipments detailed herein, at our stores any where
in Tamil Nadu.
ii) The award of contract will be issued to the successful tenderers with all TANTRANSCO’s
terms and conditions, duly indicating the approved unit rates and the approximate quantity to
be ordered on them with a tentative schedule of delivery for a period of one year. The
approved rates will be FIRM and valid for one year from the date of receipt of the contract or
till the completion of supply.
iii) The quantity proposed to be ordered will be indicated in the Purchase Order and is only
tentative.
3.0. PRICE :
3.1 The Tenderers are requested to quote FIRM price only and variable price will not be
accepted.
3.2 The Tenderers shall quote the Ex-works price, Excise Duty with percentage, Cess on
Excise Duty, Packing and Forwarding, Freight and Insurance charges , Sales Tax with
percentage separately for delivery to TNEB/TANTRANSCO Stores anywhere in Tamil
Nadu. A format for price is given in Schedule `A’.
3.3. It is the responsibility of the Tenderer to make sure about the correct rates of duty/tax
leviable on the materials at the time of tendering. If the rates assumed by the Tenderers are
less than the current rates prevailing at the time of tendering, the TANTRANSCO will not be
responsible for the mistake.
3.4. The Tenderer should quote their rates taking into account the Excise Duty relief
available to them on account of duty paid for procurement of raw materials under
CENVAT Scheme. A certificate to this effect shall be furnished along with the offer.
3.5. The successful tenderer shall give an undertaking to the effect that if lower prices are
offered to anyone else during the period of one year from the date of order, the same benefit
shall be passed on to TANTRANSCO.
5.1. It is the responsibility of the tenderer to make sure about the correct rates of duty
leviable on the material at the time of tendering. If the rates assumed by the Tenderer are
less than the current rates prevailing at the time of tendering, the Board will not be
responsible for the mistake.
5.2. Any increase in Excise Duty and Cess on Excise Duty consequent to the suppliers coming
into different duty slab during the execution of the contract shall have to be taken into
account and the all inclusive Firm Price shall be quoted accordingly by the tenderers. Any
variation in Excise Duty and Cess on Excise Duty due to statutory variation within the contract
delivery date shall be considered.
For the delayed supplies received beyond the contracted date of delivery, the Excise
Duty and Cess on Excise Duty prevailing on the date of actual delivery or the Excise Duty and
Cess on Excise Duty applicable on the contracted delivery date whichever is less will be
admitted.
Authentic invoice containing the details of Central Excise Registration No.PLA No. Debit
entry in PLA/RG 23 duly authenticated by authorized signatory shall be produced for the
Excise Duty claim for all the items manufacturing by the tenderer.
5.3. The Tenderer who have quoted ED as NIL and in the event of placement of order on
such tender against this specification where the value of order is above Rs. 150 lakhs such
tenderer shall a furnish an undertaking to the effect that the ED commitment on account of
crossing the turnover slab will be discharged to the E.D. authorities and that the Board
shall not be responsible for any E.D. evasion by the tenderer in respect of this transaction.
5.4. In the case of tenderer who has quoted ED as NIL and in the event of placement of
order against the specification and the proposed order value is less than Rs.150 lakhs, the
tenderer shall furnish an undertaking to the effect that he has not obtained any other
order in the same financial year and that the Board shall not be responsible for ED evasion
if any by the tenderer in respect of this transaction.
6.0. INSURANCE:
Contracting firms shall arrange insurance for the equipment and all its accessories
being supplied by them, through any of the Nationalised Insurance Companies. The
equipment shall be insured to cover transport (from Warehouse) and 60 days storage risk at
site. The damages, if any, during transit will be reported within 30 days of receipt of
materials. It will be the responsibility of the supplier to replace the defective/damaged
materials and make good the shortages and other losses in transit, free of cost, lodge and
recover claim from Insurance, Under-writers/Carriers.
8.0 PAYMENT:
8.1 Payments will not be made for equipments/materials damaged during transit. All
defective materials shall be replaced by the supplier free of charge.
8.2 Payments for the supplies will be made by cheque on any one of the Nationalised
Banks/Scheduled Banks approved by Reserve Bank of India, in Tamil Nadu. The bank
charges involved in making the payment will be to the account of the Tenderer.
8.3. (I) Option – 1: When the tenderer opts to furnish Performance B.G.
(a) For the equipments/materials delivered within the contractual delivery period :
1. 95% of the all inclusive price (including sales Tax) of the equipments/ materials will be
paid within a reasonable time after receipt of materials in good condition at site and
submission of bills with required documents.
2. The balance 5% will be made within a reasonable time on completion of entire supply.
(b) For the equipments/materials delivered beyond the contractual delivery period:
1. 95% of the all inclusive price (including sales Tax) of the equipments/ materials after
deducting the appropriate amount of L.D. of each consignment will be paid within a
reasonable time after receipt of materials in good condition at site and submission of bills with
required documents.
2. The balance 5% will be made within a reasonable time after completion of the execution of
the contract and after closure of P.O.
(II) Option–2: When the tenderer does not opt to furnish Performance BG.
(a) For the equipments/materials delivered within the contractual delivery period :
90% of the all inclusive price of the equipments/materials including Sales
Tax will be paid within a reasonable time on receipt of materials in good condition at site.
The 5% payment will be made within a reasonable time on completion of entire supply.
The final 5% will be released on expiry of the guarantee period.
(b) For the equipments/materials delivered beyond the contractual delivery period:
1. 90% of the all inclusive price (including sales Tax) of the equipments/ materials after
deducting the appropriate amount of L.D. of each consignment will be paid within a
reasonable time after receipt of materials in good condition at site and submission of bills with
required documents.
2. The balance 5% will be made within a reasonable time after completion of the execution of
the contract and after closure of P.O.
3. The final 5% will be released on expiry of the guarantee period
8.4. For the delayed payments if any, TANTRANSCO will not pay any interest on any account.
8.5. In case of delay in supply, the materials will be accepted subject to the following
conditions.
(a) There should be no declining trend in prices.
(b) Payment will be released as per the recent purchase order rates or lowest rates
obtained during the recent tenders opened subject to levy of liquidated damage for
belated supplies.
(c) TANTRANSCO reserves the right to accept or reject the delayed supplies without
assigning any reason therefore and take action as per the other terms and conditions of
this specification.
8.6.The bills for payment will be passed only after the approval/acceptance of the following:
(a) Security Deposit.
(b) Performance Bank Guarantee for 5% value of the order/value of materials
to be supplied according to delivery schedule.
(c) Sales Tax Clearance Certificate/ VAT Certificate.
(d) Test Certificate.
(e) Supply of approved drawings, Instruction manuals, etc.,as per Section-VI
Technical of this Specification.
(f) Undertaking towards Jurisdiction for legal proceedings.
8.7.The supplier should despatch only after getting despatch instruction. If the supplier
despatches the materials without the prior approval of the purchaser, then the purchaser shall
not be responsible for any demurrage or wharfage or both and only the supplier should bear
any expenditure arising out of such unapproved despatches.
10.0. DELIVERY:
10.1. The delivery schedule is as follows:
Sl. PACKAGE DELIVERY SCHEDULE
No
1 I – 11KV I/D VCB Delivery of 20% of the ordered quantity shall
2 II – 33KV I/D VCB be completed within 3 (Three) months from the
date of receipt of PO.
14.0. GUARANTEE:
14.1. The entire equipments should be guaranteed for satisfactory operation and good
workmanship at least for a period of 36 (Thirty six) months from the date of receipt of
materials at site in good condition.
14.2. Any defects noticed during this period shall be rectified free of cost to the TANTRANSCO
within 2 (Two) months from the date of intimation of defect/failure. Irrespective of number of
failures and repairs, the suppliers are responsible for free replacement of the defective
materials. Such replaced components shall serve for a continuous period of 12 months from
the date of re-commissioning and this shall be in addition to the guarantee provided for the
equipment.
14.3. The incidental expenses, transport and freight charges for the replacement of defective
materials within the guarantee period shall also be borne by the supplier till such time it
serves a continuous period of 12 (Twelve) months as said above.
14.4. The tenderers shall guarantee among other things, the following
(i) Quality and strength of materials used.
(ii) Safe electrical and mechanical stresses on all parts of the equipments under all
specified conditions.
(iii) Performance figures given by the tenderers in the Schedule of Guaranteed
technical particulars.
OPTION – 2 :
The successful Tenderer need not furnish any Bank Guarantee towards performance
guarantee. Instead they should agree to retain 5 % value of the material supplied against
each invoice till the completion of guarantee period.
18.0. NON-ASSIGNMENT:
The supplier shall not assign or transfer the contract or any part thereof without the
prior approval of the purchaser.
23.0. ARBITRATION:
The TANTRANSCO will not accept any arbitration in case of disputes arising
in any respect under this contract. Any dispute arising out of this contract shall not be subject
to arbitration under the provisions of Arbitration and Conciliation Act 1996 in the event of any
dispute between the parties.
26.0. RESPONSIBILITY:
The tenderer is responsible for safe delivery of the materials at the destination stores.
The tenderer should include and provide for packing and secured protection of the materials
so as to avoid damages or loss in transit.
28.0. INSPECTION:
28.1. The authorized representatives of the purchaser shall have access to the
supplier’s or sub-vendor’s works at any time during working hours, for the purpose of
inspecting the manufacture of the materials and for testing the selected samples from the
materials covered by this specification. The supplier or the sub-vendor shall provide facilities
for the above.
28.2. Tenderers are requested to furnish in their tenders the exact location of their
factory with detailed address to enable inspection by TANTRANSCO if considered necessary.
28.3. Not less than 15 days advance intimation shall be given about the quantity of
materials that will be ready for inspection by the TANTRANSCO’s Officers/Third Agency
authorized by the TANTRANSCO. The arrangement for inspection shall be made by suppliers
in such a way that the delivery schedule is kept up. The materials shall not be despatched
without instruction from TANTRANSCO.
30.0. INTERCHANGEABILITY:
All similar parts and removable parts of similar items shall be interchangeable
with each other.
31.0. QUANTITIES:
The quantities mentioned above are only tentative. The purchaser reserves the right
to revise the quantities at the time of placing the order.
(EE/SS)
SECTION-VI
TECHNICAL SPECIFICATION FOR PACKAGE – I & II
The scope of supply covers the design, manufacture, assembly, Inspection and testing
at manufacturer’s works before dispatch of supply and delivery of 11 KV & 33KV, 1250
Amps,25 KA Outdoor Porcelain clad type, Vacuum Circuit Breakers along with structures,
terminal connectors, all the accessories and auxiliary equipment required for their satisfactory
operation in various sub-stations in the Tamilnadu State.
1.1. The circuit breaker shall conform in all respects to high standards of engineering design,
workmanship and latest revisions of relevant standards at the time of supply and purchaser
shall have the power to reject any work or material which in his judgement is not full
accordance therewith.
Unless otherwise specified elsewhere in this PO, the 11 KV & 33KV Vacuum Circuit
Breaker shall conform to the latest revisions and amendments thereof of the following
standards.
The climatic conditions under which the equipment should operate satisfactorily are as
follows:
Each of the foregoing supplies shall be made available by the purchaser at the terminal
point for each circuit breaker for operation of accessories and auxiliary equipment. The
above supply voltage may vary as below and all devices shall be suitable for continuous
operation over entire range of voltage.
The porcelain clad 11 KV & 33KV, 1250 Amps 500 MVA Outdoor VCB shall be in a
compact unit offering long life and extremely reliable performance for 11KV & 33KV Power
distribution network respectively. The three phase outdoor unit shall have three separate
porcelain columns housing the vacuum interrupters in upper portion. These columns shall be
mounted on a strong box section steel frame, under which the operating mechanism is
mounted. The foundation should be as per TNEB’s Standard Foundation drawing (Enclosed as
Annexure).
6.0. PRINCIPAL PARAMTERS OF VACUUM CIRCUIT BREAKERS FOR PACKAGE – I
(11KV O/D VCB):
Sl. ITEM REQUIREMENTS
No.
6.1. Rated voltage (KV rms) (nominal/max) 11KV
6.2. Highest system voltage 12KV
6.3. Control circuit voltage 30 V /110V DC
6.4. Frequency (Hz) 50
6.5. Neutral grounding Solidly earthed
6.6. Rated Continuous current 1250 A
6.7. Type Outdoor Vacuum
6.8. Mounting Hot dip galvanized lattice steel
support structure or on the
operating mechanism box to be
supplied by the bidder.
6.9. Number of Poles 3
6.10. Type of operation Gang operated poles
6.11. Height of concrete plinth (to be provided by the 300
TANTRANSCO in mm
6.12. The minimum vertical clearance from any 2550
energized metal part to the bottom of the circuit
breaker (structure) base, where it rests on the
foundation pad This clearance has to be arrived
at not including that creepage distance of the
bushing but actual vertical bushing height.
6.13. Operating mechanism Motor operated and spring charged
6.14. Rated operating duty cycle 0-0.3S-CO-3Min-CO as per latest
IEC.
6.15. First pole to clear factor 1.5
6.16. Closing time (ms) Less than 100ms
6.17. Total break time (ms) at rated breaking capacity Less than 80ms
6.18. Basic Insulation level 75 KV
6.19. 1.2/50 microsecond impulse withstand voltage 75
(dry) (KVp)
6.20. 1 minute power frequency withstand voltage 28
(KV rms) (wet)
6.21 Short circuit current (KA) 25
7.0.1. Circuit breaker shall be of outdoor porcelain clad vacuum type only with galvanized
steel structure with complete CT mounting brackets.
7.0.2. Any part of the breaker, especially the removable ones, shall be freely
interchangeable without the necessity of any modification at site.
7.0.3. Circuit breakers shall be of outdoor porcelain clad type which could be
self-reliable, complete with galvanized steel structure. The circuit breaker should consist of
three identical poles mounted on base frame housing. The interrupter in each pole is to be
rigidly fixed to the top terminal plate which should also act as cover for top porcelain insulator
which encloses the complete current path. The interrupter chamber porcelain is to be
supported over another hollow porcelain insulator through which an insulated glass fiber pull
rod passes for coupling moving stem of interrupter to operating shaft.
The three pole units are to be mounted on a common base frame which
should contain the operating shaft, contact, ,pressure, springs, linkages for transmitting
rotary movement of the shaft to oscillatory movement of moving contact stems. The
operating shaft is to be connected to spring closing mechanism via drive rod.
The arc-extinguishing chamber shall be of high quality insulating materials.
These arc extinguishing chamber shall be made of special insulating materials having very
high arc strength. Fixed and moving contacts shall be fitting with arc resisting alloys.
The noise made by the circuit breaker when opening and closing under all
specified conditions shall be kept to minimum.
7.0.4. The 11KV and 33 KV Vacuum Circuit Breaker shall be designed for high speed three
pole reclosing with operating sequence and timing as specified in clause “Principal
Parameters”.
7.0.5. The support structure of circuit breaker shall be hot dip galvanized. The
control cabinet shall be electrogalvanised/epoxy painted sheet steel or aluminium.
7.0.7. All breakers shall be supplied with terminal connectors. The terminal pads shall be
suitably designed to take the approximate terminal load of about 5mt. jumper length of
double Zebra conductor with terminal connector.
7.1. FEATURES:
7.1.7. CONTACT LOAD: In order to continuously carry the rated current sufficient contact
pressure shall be applied through the contact loading springs. The rated cable charging
breaking current shall be 50 Amps.
7.1.8. Circuit Breaker enclosure including mechanism box, shall have suitable
degree of protection as per relevant Indian Standard. While making or breaking the rated
short circuit current no part of the equipment shall be permanently strained.
7.1.9. It is noted that an emergency tripping device to trip the Breaker without opening the
door of the mechanism box will be provided.
7.2. CONTACTS :
All making and breaking contacts shall be sealed free from atmospheric
effects. Contacts shall be designed to have adequate thermal and current carrying capacity
for the duty specified and to have a life expectancy so that frequent replacements due to
excessive burning will not be necessary. Provision shall be made for rapid dissipation of heat
generated by the arc on opening.
Main contacts shall be first to open and the last to close so that there will
be little contact burning and wear. If arcing contacts are used they shall be first to close and
the last to open. Tips of arcing contacts and main contacts shall be silver plated or made of
superior material like graphite/tungsten copper/copper chromium.
Any device provided for voltage grading to damp oscillations or to prevent
restrike prior to the complete interruption of the circuit or to limit over voltages on closing
shall have a life expectancy comparable to that of the breaker as a whole.
Breakers shall be so designed that when operated within their specified
rating, the temperature of each part will be limited to values consistent with a long life or the
materials used. The temperature shall not exceed the limit indicated in latest IEC - 56 under
specified ambient conditions.
The inside operating or insulated fiber glass connecting rods wherever used shall be
sturdy and shall not break during the entire life period of the breaker. The insulated rod shall
have abstracting qualities towards electrical stresses.
7.3. PORCELAIN:
7.3.1. The porcelain housing shall be of single price construction without any joint (or)
coupling. Porcelain used shall be homogenous, free from laminations cavities and other flaws
or imperfections that might affect, the mechanical or di-electric quality and shall be
thoroughly verified for tough and impervious to moisture. It shall conform to IS 2099.
7.3.2. Glazing of the porcelain shall be of uniform brown colour with a smooth surface
arranged to shed away rain water (or) condensed water particles (fog) and free from blisters,
burns and similar other defects. Porcelain shall be designed to have ample insulation,
mechanical strength, and rigidity for the conditions under which they will be used. All
porcelain of identical ratings shall be interchangeable.
7.3.3. Puncture strength of porcelain shall be greater than the dry flash over voltage. When
operating at normal rated voltage there shall be no electric discharge between the conductors
and bushing which would cause corrosion or injury to conductors, insulators or supports by
the formation of substance produced by chemical action. No radio disturbance shall be
caused by the porcelain when operating at the normal rated voltage.
7.3.4. All iron parts shall be hot dip galvanized and all joints shall be air tight.
Surfaces of the joints shall be trued up: porcelain parts by grinding and metal parts by
machining. Porcelain design shall be such as to ensure a uniform compressive pressure on
the joints.
The breaker shall satisfactorily withstand the high stresses imposed on them during
fault clearing, load rejection and re-energisation of lines with tripped charges. The breaker
shall also withstand the voltage specified in clause 6.0. PRINCIPAL PARAMETERS of this
specification.
The supplier may please note that there is only one specified break
time of the breaker which shall not be exceeded under any duty conditions specified such as
with the combined variation of the trip coil voltage (70-100%).
The values guaranteed shall be supported with the type test reports.
Following is a partial list of some of the major fittings and accessories to be furnished
by supplier with the control cabinet. Number and exact location of these parts shall be
indicated in the bid.
The design of the operating mechanism shall be such that it shall be practically
maintenance free. The number of full load and full rated short circuit current
breaking/operation without requiring any maintenance or overhauling, shall be clearly stated
in the bid. As far as possible the need for lubricating the operating mechanism shall be kept
to the minimum and eliminated altogether if possible.
The following mechanical features may be provided for the mechanism offered :
(a) The operating mechanism shall be anti-pumping (and trip free) electrically and
mechanically under every method of closing.
(b) There shall be no rebounds in the mechanism and it shall not require any
critical adjustments at site.
(c) Interlock for the suspension of the operation of the power operated closing
device, when the circuit breaker is already closed.
(d) A mechanical indicator shall be provided to show open and close position of the
breaker.
(e) An operation counter shall also be provided in the control cabinet.
(f) Provision for mechanical closing/tripping.
(g) Provision for spring charging manually.
The supplier shall furnish detailed operation and maintenance manual of the
mechanism along with the operation manual for the circuit breaker.
Spring operated mechanism shall be complete with motor, opening spring, closing
spring and all other necessary accessories to make the mechanism a complete unit. Breaker
operation shall be independent of motor which shall be used solely for the purpose of
charging the closing spring. Motor rating shall be such that it requires only 15 seconds, for
fully charging the closing spring. Closing operation shall compress the opening spring and
keep ready for tripping. The mechanism shall be provided with means for charging the spring
by hand. This operation shall be carried out with the doors of the cubicle open. During the
process no electrical or mechanical operation of the mechanism shall endanger the operator
or damage the equipment. A mechanical indicating device shall be provided to indicate the
state of the charge spring and shall be visible with the door of the cubicle closed.
Means shall be provided for discharging the spring when the circuit breaker is in the
open position without circuit breaker attempting to close.
10.1 The Breaker shall be supplied completely wired internally to coils etc. and
terminal Blocks and ready for purchaser’s external cable connections at the terminal blocks.
Similarly separate terminal rows shall be provided for the above circuits
provided with Terminal Blocks. Atleast 10% extra terminals should be provided in the
terminal blocks for additional wiring. Terminal Blocks used for wiring shall not be less than
1100V grade and should be piece moulded type with insulation barriers. It should be of
stud/;WAGO type.
All wiring shall be carried out with 1100V grade single core multistranded,
copper conductor wires with PVC insulation. The minimum size of the stranded copper
conductor used for wiring shall be 1.5sq.mm for potential circuit and 2.5sq.mm for current
circuit. The minimum of strands per lead shall be not less than three. Nor more than two
leads should be connected in any terminal.
Wire termination shall be made with solder less crimping type of tinned
copper lugs which firmly grip the conductor and insulation. Engraved core identification
plastic ferrules shall be fitted with both ends of each wire. Ferrules shall fit tightly on the
wire when disconnected.
The wire number shown on the wiring diagram shall be in accordance with IS 375.
10.3. CABLING:
All cables for cabling within the breaker are to be supplied by the contractor. Only
stranded copper conductor shall be used.
12.1. Interlocks :
Interlock for the suspension of operation of the power operated closing device when a
closing command is given, when the breaker is in closed position.
Potential free contacts shall be provided, duly wired upto the operating mechanism
housing/control cabinet for the following alarms and indications in the C&R panel.
The following mechanical indications should be available in the control cabinet and
should be able to be viewed without opening the door of the control cabinet.
(1) The minimum vertical clearance from any energized metal part to the bottom of
the circuit breaker (structure) base, where it rests on the foundation pad, shall be 2.55m and
it should be as indicated in Clause “Principal Parameters”.
2) The minimum clearance between the live parts and earth shall be 275mm for 11KV
and 320 mm for 33 KV.
3) Suitable foundation details as per TANTRANSCO’s Standard foundation drawing
(enclosed as Annexure).
14.0. PAINTING, GALVANISING AND CLIMATE PROOFING
(For package I & II):
14.1. PAINTING :
All metal parts shall be thoroughly cleaned to remove all rust, scales, corrosion,
greases or other adhering foreign matter and the surfaces treated by phosphating (e.g. seven
tank phosphating sequence).
Paint inside the metallic housing shall be of anti condensation type and
the paint on outside surfaces shall be suitable for outdoor installation.
14.2. GALVANISING :
All ferrous parts including all sizes of nuts, bolts, support channels, structures, etc.
shall be hot dip galvanized conforming to latest version of IS:2629. Spring washers shall be
electro-galvanized.
The 415 Volt motor control centers shall be fixed type and fully sectionalized and shall
be equipped with load break switches. Motor feeders shall be provided with miniature circuit
breakers (MCBs) and contactor with thermal overload relay and open phase protection. The
motor contactor shall have one normally open auxiliary contact for alarm purposes. An
ammeter shall be provided on the motor feeders. The motor control circuit shall be
independent from all other control circuits.
The TANTRANSCO reserves the right for carrying out any other tests of a reasonable
nature at the works of the supplier/laboratory or at any other recognized laboratory/research
institute in addition to the above mentioned type, acceptance and routine tests at the cost of
the TANTRANSCO to satisfy that the material complies with the intent of this specification.
20.4. INSPECTION :
The supplier shall keep the TANTRANSCO informed in advance, about the
manufacturing programme so that arrangement can be made for inspection.
Inspection and acceptance of any quantity of the equipment shall in no way relive the
supplier of his responsibility for meeting all the requirement of this specification and shall not
prevent subsequent rejection if such equipments are found to be defective and later found
to be defective.
20.5. GENERAL:
a) All tests shall be conducted in accordance with the IS/IEC standards in effect at the
time of testing and in the presence of Purchaser’s representatives. The contractor
shall give 15 days notice of readiness for inspection of component parts and/or
before final assembly and tests. The purchaser’s representative may witness such
final and acceptance tests before despatch/shipment.
b) Five bound copies of the routine test results shall be supplied for approval before
despatch/shipment of the circuit breakers.
c) Despatch of equipment before test certificates approval is not permitted and if
done it is only at the risk of the suppliers.
The purchaser shall communicate his comments/approval on the drawings to the supplier
within reasonable period. The supplier shall, if necessary, modify the drawings and resubmit
four copies of the modified drawings for purchaser’s approval.
However the drawing approval does not absolve the supplier from complying with the
other terms of the specification.
The following should be supplied to each consignee circle along with the
initial supply of equipments ordered.
(i) Five copies of printed and bound volumes of operation, maintenance and
erection manual in English along with the copies of approved drawings and type
test reports etc.
(ii) Three sets of manuals detailed in item (1) along with the manual for interrupter
shall be supplied to the Office of the SE/TR.II within one week from the date of
approval of drawings.
(iii) It should be noted that if the above conditions are not fulfilled the initial
payment will not be released.
24.0 TEMPERATURE RISE (For package I & II):
The maximum temperature attained by the equipment when in service at site
under full load conditions and exposed to the direct rays of the sun shall not exceed the limits
specified in relevant IEC/IS. When the standard specify the limit of temperature rise, these
shall not be exceeded when corrected for the differences between ambient temperature at
site and that specified in the approved specification.
25.0 NAME PLATE (For package I & II):
Each breaker shall be provided with a name plate with the following date
indelibly marked on it.
a) Serial Number of the equipment/ Type design.
b) Manufacturer’s name/reference standard /trade mark.
c) Rated voltage
d) Rated normal current
e) Rated frequency
f) Rated breaking capacities (Symmetrical and Asymmetrical)
g) Rated short circuit breaking current
h) Rated duration of short circuit.
i) Trip coil rated operating voltage
j) Rated operating duty
k) Weight of complete breaker (kg)
l) Purchase order Number and date
m) Year of manufacture
n) Rated insulation level
o) First pole to clear factor
p) Rated auxiliary
q) DC supply voltage of closing and opening devices.
ANNEXURE - I - GUARANTEED TECHNICAL PARTICULARS
Sl.No. Description 11 KV 33 KV
01. Manufacturer’s Name and Country of origin
02. Manufacturer’s type designation
03. Frequency
04. Rated Voltage (KV)
05. Maximum (continuous) service Rated Voltage KV
06. Rated normal current rating :
07. Short time current rating with duration
08. Certificate or report of short circuit type test
09. Maximum temp. rise over ambient in the
terminals
10. Breaking capacity :
(a) Symmetrical - KA
(b) Symmetrical at rated voltage
(c) Asymmetrical at rated voltage
(i) Per Phase
(ii) Average
(d) D.C. Component
11. Total break time in milli sec.
(a) At 10% rated interrupting capacity
(b) At rated interrupting capacity
12. Arcing time (ms)
13. Make time in (ms)
14. Rated operated sequence
15. Rated restriking voltage at 100% and 50% rated
capacity
(a) Amplitude factor
(b) Phase factor
(c) Natural frequency
(d) R.R.R.V. Volts/Micro Sec.
16. Dry 1 minute power frequency withstand voltage
(a) Between terminal and grounded object KV
RMS
(b) Between terminals with breaker contacts
open KV RMS
17, 1.2/50 full wave impulse withstand test voltage.
(a) Between line terminal and grounded object
KV PEAK
(b) Between terminals with breaker contacts
open KV PEAK
18. Minimum Outdoor clearance
(a) Between phases : mm
(b) Live parts to earth : mm
(c) Live parts to ground level
CONSTRUCTIONAL FEATURES :
19. Total length of break per phase mm
20. Type of main contacts
21. Contact pressure
22. No. of auxiliary contact provided
23. Type of operating mechanism
24. Control circuit voltage
25. Power required for trip coil at 30V/110V DC
(Watts)
26. Power required for close coil at 30V/110V DC
(Watts)
27. Whether trip free or not
28. Rated Closing time
29. Total weight of 1 complete breaker
30. Overall dimensions
31. Porcelain Insulator - Creepage distance
32. Expected Total life period of the equipment.
ANNEXURE-II (For package I & II)
CHECK LIST FOR BID QUALIFICATION
(TO BE KEPT IN THE ENVELOPE-A “COMMERCIAL AND TECHNICAL BID)
(iii) If exempted, state whether the SSI unit of Tamil Nadu/SSI unit
bidder is registered with NSIC/Unit of
Government of Tamil Nadu
(iv) If SSI unit state whether copy of
duly attested Permanent Registration Yes/No
Certificate enclosed
(v) Whether the material tendered is
included in the certificate Yes/No
(vi) Validity of the permanent registration
certificate Yes/No
(vii) Whether undertaking on a non-
judicial stamp paper of value not less Yes/No
than Rs.80/- (Rupees eighty only)
enclosed in lieu of EMD
2. Whether the offer is valid for a period of 180 Yes/No
(One hundred and eighty) days from the date
of opening of commercial/Technical bids
(Envelope-A)
3. PRICE:
i) Whether quoted firm price valid for the entire Yes/No
contract period
ii)Whether the quoted price contain the Yes/No
following breakup price
a)Unit ex-works price Yes/No
b) Unit excise duty on Ex-works price Yes/No
(Percentage and amount)
c) Unit Freight and Insurance charges Yes/No
(d) Unit Sales Tax applicable (Percentage
and amount)
iii) Whether the tenderer is agreeable for Yes/No
charging Excise duty only on Ex-works price
iv) Whether the tenderer is agreeable for Yes/No
charging Sales Tax only on Ex-works price plus
Excise Duty
v) Confirm that any additional amount of Yes/No
Excise duty due to upward revision on account
of increase in turnover during the contractual
period shall be borne by the tenderer.
vi) Confirm that the price quoted is after taking Yes/No
into account of the CENVAT benefit.
vii) Whether the tenderer is agreeable in case Yes/No
of delayed delivery, the Excise Duty/Sales Tax
prevailing on the date of actual delivery or the
Excise duty/Sales Tax applicable on the date of
contractual delivery date whichever less shall
only be payable.
viii) Confirm that Freight and Insurance Yes/No
charges quoted are applicable for delivery to
any of the TNEB/TANTRANSCO stores in Tamil
Nadu including the unloading by the supplier.
4. Whether the tenderer is agreeable for the
following clauses specified under Section V
of the specification.
i) Payment terms Yes/No
ii) Security Deposit Yes/No
iii) Delivery Yes/No
iv) Liquidated damages Yes/No
v) Guarantee Yes/No
vi) Performance Guarantee Yes/No
vii) Jurisdiction for legal proceedings Yes/No
5. Quantity offered.
6. Whether Income Tax Permanent Account Yes/No
Number(PAN) furnished
7. (i) Whether copy of Sales Tax Clearance Yes/No
Certificate enclosed.
If so, indicate the date Sales Tax Clearance
certificate
8. Indicate your option for furnishing Bank
Guarantee for 5% value of the contract or
to retain 5% value of the payment till the
expiry of guarantee period.
PLACE: NAME :
ANNEXURE –V (a)
FOUNDATION DRAWING
ANNEXURE –V (b)
FOUNDATION DRAWING
SECTION – VI – FORMATS (For package –I )
SCHEDULE -`A1’- PRICE SCHEDULE`
(To be filled in by the Tenderer)
ALL AMOUNT IN RUPEES ONLY
1 11 KV,1250 A, 478
25 KA Outdoor 10
Vacuum circuit
Breaker with
terminal
connectors.
DESIGNATION :
COMPANY :
DATE :
SCHEDULE – C1 (For package - I & II)
DEVIATION FROM TECHNICAL SPECIFICATION
All technical deviations from the specification shall be filled in by the Tenderer, clause by
clause, in the Schedule.
Package –I
Package –II
The Tenderer hereby certifies that the above mentioned are the only deviations from the
TECHNICAL Specification and the tender confirms to the specification in all other respects.
DESIGNATION :
COMPANY :
DATE :
Package –II
The Tenderer hereby certifies that the above mentioned are the only deviations from the
Commercial terms of the Specification.
DESIGNATION :
COMPANY :
DATE :
SCHEDULE – E
To
Dear Sir,
Having examined the above specification together with the accompanying schedules
etc., we hereby offer to manufacture and supply the equipments/materials covered in this
specification at the rates entered in the attached schedule of prices.
2. We hereby guarantee the particulars entered in the schedules attached to the
specification.
3.In accordance with security deposit clause, Section-v, of the specification we agree to
furnish security to the extent of 5% of the total value of the contract.
4.In accordance with performance guarantee clause Section-V of the specification, we
agree to furnish performance guarantee to the extent of 5% of the total value of the
contract/to retain 5% of the contract value till the expiry of guarantee period.
5.Our company is not a potentially Sick Industrial Company or a Sick Industrial
Company in terms of Section-23 of Section-15 of the Sick Industrial Companies (Special
Provisions) Act, 1985.
Yours faithfully,
PLACE : SIGNATURE :
DATE : DESIGNATION :
(To be furnished in non-judicial stamp paper of value not less than Rs.80/-)
THIS DEED OF UNDERTAKING EXECUTED AT----------------------------ON THIS
THE------------------------DAY OF---------------------------------------TWO THOUSAND ……….. by
M/s.------------------------------------------------------------------hereafter called “Tenderer” (which
expression shall where the context so admits mean and include their Agents, Representatives,
Successors-in-office and Assigns).
AND WHEREAS the tenderer is exempted by the Board from payment of EMD in the form of
cash, subject to the tenderer executing an undertaking to the value of Rs……….
(Rupees…………………………………………..) representing the amount equivalent to the amount of
EMD specified to be paid to the Board in the event of non-fulfillment of breach of any of the
conditions of the tender by the Tenderer as mentioned hereunder.
AND WHEREAS in consideration of the acceptance by the Board of the above proposal,
The tenderer has agreed to pay to the Board the said amount of Rs-----------------------------
in the event of:-
(1) Withdrawing his tender before the expiry of the validity period, OR
(2) Withdrawing his tender after acceptance, OR
(3) Violating any of the conditions of the tender issued by the competent authority;
NOW THIS UNDERTAKING WITNESSES that in persuance of the said agreement the Tenderer
hereby doth covenant with the Board that in consideration of the “Board” waiving the
condition of payment of EMD in cash in terms of the said specification, the Tenderer has
agreed to pay to the Board Rs………………………………………….. only) in the event of :
(i) Withdrawing his tender before the expiry of the validity period.
(ii) Withdrawing his tender after acceptance.
(iii) Violating any of the conditions of the tender issued by the competent authority.
NOW THE CONDITION OF THE above written undertaking is such that if the tenderer shall
duly and faithfully observe and perform the conditions specified as above, then the above
written undertaking shall be void, otherwise it shall remain in full force.
The tenderer undertakes not to revoke this guarantee till the contract is completed under the
terms of contract.
The expression, `tenderer’ and the `Board’ hereinafter before used shall include their
respective successors and assign in office.
SIGNATURE
2 Signature
Name & Address
SCHEDULE – G
STATEMENT OF TYPE TEST PARTICULARS
(To be filled in by the Tenderer)
Yours faithfully,
DESIGNATION :
COMPANY :
DATE :
NOTE :
The above type tests should have been conducted in a Government/Government
recognized Laboratory within five (5) years as on the date of Tender Opening as per latest
IEC 62271-100.