Você está na página 1de 71

TANTRANSCO

SPECIFICATION FOR SUPPLY OF

OUTDOOR VACUUM CIRCUIT BREAKERS

AS PER THE FOLLOWING PACKAGES

UNDER RATE CONTRACT SYSTEM

PACKAGE I : 11KV O/D VCB : 478 Nos.


PACKAGE II : 33KV O/D VCB : 118 Nos.

SPECIFICATION No. T- 1605

DUE DATE : 02.09.2010

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)

SUPPLY OF VARIOUS VOLTAGE RATING OF


VACUUM CIRCUIT BREAKERS UNDER RATE CONTRACT SYSTEM

1. Equipments : 11KV & 33KV Outdoor Vacuum Circuit


Breakers
2. Quantity (tentative) :

Package I : 11KV O/D VCB : 478Nos.


Package II : 33KV O/D VCB : 118Nos.

NOTE: The tenderers can quote for any number of packages or for both the
Packages.

3. Closing date for sale of : 14.00 Hours on 01.09.2010


Specification

4. Due date & time for receipt of : 14.00 Hours on 02.09.2010


tenders

5. Due date & time for opening


of tenders : 15.00 Hours on 02.09.2010

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.

6. (i) Earnest Money Deposit :

Package I : 11KV O/D VCB : Rs.5,54,480/-


Package II : 33KV O/D VCB : Rs.2,78,480/-
NOTE: The EMD value should be in accordance with the number of packages for which
tenderer has quoted. Tenderers quoting for the two packages should furnish Rs.8,32,960/- as
Earnest Money Deposit.
(OR)
(ii) Permanent EMD : Rs.10,00,000/- or above
Permanent EMD holder of Rs.5,00,000/- are not eligible to participate in this tender.

7. Tender outer cover should : Director /Transmission Projects,


be addressed to TANTRANSCO,
6th Floor, NPKRR Maaligai,
144, Anna Salai, Chennai – 600 002.
8. Submission of Tender : Two Part System under rate contract basis

9. Clarification to be sought for : Director/Transmission Projects,


from TANTRANSCO,
Chennai – 600 002.

10. Required No. of tender copies : In Duplicate (2 copies)

11. Place at which tenders will be : O/o. Director/ Transmission Projects,


opened : TANTRANSCO/Chennai – 2.

12. Cost of the specification : Within & Outside Tamilnadu Rs.10,000/-


(Non-refundable)

• 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 Tender Documents are available in the website of Tamil Nadu


Electricity Board (www.tneb.in) & Government of Tamilnadu
(www.tenders.tn.gov.in). The prospective bidders may get the specification by
down-loading from Tamil Nadu Electricity Board or Government of Tamilnadu
Website, free of cost.

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 - I : EARNEST MONEY DEPOSIT

SECTION - II : BID QUALIFICATION REQUIREMENTS

SECTION - III : REJECTION OF TENDERS

SECTION - IV : INSTRUCTION TO TENDERERS

SECTION - V : COMMERCIAL

SECTION - VI : TECHNICAL
ANNEXURE :

ANNEXURE - I : GUARANTEED TECHNICAL PARTICULARS

ANNEXURE - 1A : SPECIFICATION FOR NITRYL BUTYL RUBBER

ANNEXURE - II : CHECK LIST FOR BID QUALIFICATION

ANNEXURE - III : CHECK LIST FOR COMMERCIAL TERMS

ANNEXURE - IV : CHECK LIST FOR TECHNICAL TERMS

ANNEXURE - V(a&b) : FOUNDATION DRAWINGS

SECTION - VII : FORMATS

SCHEDULE - A : SCHEDULE OF PRICES

SCHEDULE - B : SCHEDULE OF MATERIALS AND DELIVERY PERIOD

SCHEDULE - C1 : DEVIATION FROM TECHNICAL SPECIFICATION

SCHEDULE - C2 : DEVIATION FROM COMMERCIAL SPECIFICATION

SCHEDULE - D : STATEMENT OF SUPPLY ORDERS


EXECUTED/UNDER EXECUTION

SCHEDULE - E : DECLARATION FORM

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

SCHEDULE - G : TYPE TEST PARTICULARS


SECTION – I
EARNEST MONEY DEPOSIT
1) Tenderer should pay the specified amount towards Earnest Money
Deposit, as follows.

Earnest Money Deposit :


Package I : 11KV O/D VCB : Rs.5,54,480/-
Package II : 33KV O/D VCB : Rs.2,78,480/-

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.

2) The Earnest Money Deposit specified above should be a DEMAND DRAFT/BANKER’S


CHEQUE for the above amount from any of the Nationalised/ scheduled/Foreign Banks with
branches in India payable to the TANTRANSCO Collection Account, N.P.K.R. Ramasamy
Malligai, 7th Floor, “Electricity Avenue”, 144, Anna Salai,Chennai-600002.

3) The EMD will not carry any interest.

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)

Package I 11KV O/D VCB 478 Nos.


Package II 33KV O/D VCB 118 Nos.

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.

DOCUMENTARY PROOF / EVIDENCE IN SUPPORT OF THE BQR CONDITIONS MENTIONED


ABOVE SHOULD BE ENCLOSED IN THE ENVELOPE “A” COVER OF THE TENDER.

THE OFFERS OF BIDDERS NOT SATISFYING THE ABOVE BID QUALIFICATION


REQUIREMENTS WILL BE SUMMARILY REJECTED.

(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.

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


(a) not covering the supply of equipments/materials with all accessories.
(b) with validity period less than that stipulated in this specification.
(c) not in conformity with TANTRANSCO’s Commercial terms and
Technical Specifications (Section - V & VI ).
(d) not signed properly by the tenderer.
(e) received from a Tenderer who is directly or indirectly connected
with Government service or TANTRANSCO Service or services of local
authority.
(f) from any black listed Firm or Contractor.

(g) received by Telex/Telegram / E-Mail/FAX.

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


satisfactory

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

(j) not marked the Technical bid as envelope ‘A’ and price bid as
envelope ’B’.

(k) Received from any joint venture of firms/ companies/ individual or


consortium of firms /companies/ individual.

(l) received “ after due date and time”.

(m)received from consortium of SSI units.


SECTION – IV – INSTRUCTIONS TO TENDERERS

1.0 Tenders are invited from domestic bidders only.

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.

Provisions of the Tamilnadu Transparency in Tenders Act 1998 and Tamilnadu


Transparency in Tender Rules 2000 and subsequent amendments will be applicable to this
tender.

2.0. SCOPE OF SUPPLY:


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

3.0. SUBMISSION OF TENDER OFFER :


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

4.0. TWO PARTS TENDER SYSTEM:


4.1. The Tenders shall be in Two Parts as detailed below each in a separate sealed
Envelope marked,
" ENVELOPE - A " AND " ENVELOPE - B "
The first envelope, called “Envelope - A” shall contain:
(a) Un priced bid as per Schedule B, C1, C2, D, E, F & G (i.e. Technical Bid with
commercial terms except price.), Check lists as per annexure II, III and IV, guaranteed
Technical particulars.
(b) Any other information called for in the specification other than price.

THIS ENVELOPE - “A” SHOULD NOT CONTAIN ANY PRICE BID.

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

5.0. TENDER OPENING:


5.1. The Tender offers except price Bid will be opened at 15.00 Hrs. on the date notified, at
the Office of the Director/Transmission Projects, 6th Floor, NPKRR Maaligai, Electricity Avenue,
144, Anna Salai, Chennai – 600 002 in the presence of tenderer’s Authorised representatives
who may wish to be present on the date of opening.
5.2. If the last date set for submission of tender offers and opening date happens to be a
holiday, the tenders will be received and opened on the succeeding working day, without any
changes in the timings indicated.
5.3. The duly authorized representatives of the tenderers who are present shall sign the
tender opening register.
5.4. The Tenderer’s Name, Technical and commercial terms during Techno commercial Bid
opening and such other details as the TANTRANSCO, at its discretion, may consider
appropriate will be announced and recorded at the time of tender opening, for ascertaining
substantiated responsiveness of the Bids.

6.0. INFORMATION REQUIRED AND CLARIFICATIONS:


6.1. To assist in the examination, evaluation and comparison of tender offers, the
TANTRANSCO may, at its discretion, ask the tenderer for a clarification of his offers. All
responses to requests for clarification shall be in writing and to the point only. No change in
the price or substance of the offer shall be permitted.
6.2. The TANTRANSCO will examine the tender offers to determine whether they are
complete, whether any computational errors have been made, whether required sureties
have been furnished, whether the documents have been properly signed and whether the
offers are generally in order.
6.3. Prior to the detailed evaluation, the TANTRANSCO will determine the substantial
responsiveness of each offer to the Bidding Documents.
6.4. A substantially responsive offer is one which conforms to all the terms and conditions of
the specification without any deviation.
“Attempt by any tenderer to bring to bear extraneous pressure on the tender accepting
authority shall be the sufficient reason to disqualify the tenderer”.
6.5. The Tender offers shall be deemed to be under consideration immediately after they are
opened and until such time official intimation of award/rejection is made by the TANTRANSCO
to the tenderers. While the offers are under consideration, tenderers, and/or their
representatives or other interested parties are advised to refrain from contacting by any
means, the TANTRANSCO and/or TANTRANSCO’s employees/representatives on matters
related to the offers under consideration.
6.6. Mere submission of any Tender offer connected with these documents and Specification
shall not constitute any agreement. The tenderer shall have no cause of action or claim,
against the TANTRANSCO for rejection of his offer. The TANTRANSCO shall always be at
liberty to reject or accept any offer or offers at its sole discretion and any such action will not
be called into question and the tenderer shall have no claim in that regard against the
TANTRANSCO.

7.0. EVALUATION AND COMPARISON OF TENDER OFFERS :

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

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

7.2.1. 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.

9. 0. RIGHTS OF 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.

12.0. BAR ON JURISDICTION :


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

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.

2.0. PERIOD OF CONTRACT & PLACING OF ORDERS ON RATE CONTRACT:


i) The period of contract is valid till the completion of the supply, from the date of award of
contract. The TANTRANSCO reserves the right to split and place orders for the above items
on different tenderers and for revising the quantities at the time of placing of the orders. The
TANTRANSCO reserves the right to vary the quantity finally ordered to the extent of 25%
either way of the requirement indicated in the tender documents. It is not binding on the
TANTRANSCO to accept the lowest or any tender.

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.

4.0. CENTRAL SALES TAX/TNVAT :


4.1. The Central Sales Tax / TNVAT will be paid extra as applicable. The amount of Central
Sales Tax/ TNVAT and percentage payable shall be indicated separately in the tender offer.
Central Sales Tax/ TNVAT is not applicable to Freight and Insurance charges. Any statutory
variation in CST/TNVAT within the delivery period will be to the Account of TNEB.
4.2. The Board has been registered as a dealer, both under Central Sales Tax Act 1956 under
Registration Nos. 32929/81-82 dated 18.1.82 Appropriate Central Sales Tax/ TNVAT in
accordance with the provisions of the relevant Act in force shall be included by the Tenderer
in the price quoted.
The Commissioner of Commercial Taxes in their Lr. No. VAT Cell/ 2952/2007 (VCC No.
995) Dt. 06.08.07 has clarified that exemption already granted for registration of TNEB will
continue as per Section 88(3) (i) of the VAT Act 2006. Hence TIN shall not be applicable to
TNEB.
As per Sl.No. 305 of Annexure to TN VAT Act, 2006 Sale of any goods except Petrol,
Diesel and Cement to TNEB for use in Generation, Transmission and Distribution of Electrical
energy will attract TNVAT @ 4% as per G.O. Ms.No. 31, Commercial Taxes, B.s, Dt.
27.03.02.
The Commissioner of Commercial Taxes has confirmed in their Lr. No. VAT Cell/ 2952/
2007 (VCC N.955) Dt. 06.08.07 that exemption is continued as per Sec .88 (3) (i) of the TN
VAT Act 2006.
4.3. In case of delayed delivery the central sales tax prevailing on the date of despatch or on
the last day of the contractual delivery period whichever is LESS will be admitted. For both
the cases the supplier shall furnish documentary evidence while submitting the bills for
payment.
4.4. Provided always, it is hereby agreed and declared that in case, where the Board has
doubt and belief that Central ST/TNVAT is not at all payable for the transaction in question,
the Board reserves the right to with-hold the amount of tax until the party produces an order
of court of competent jurisdiction, declaring the liability of the transaction to Central sales
tax/TNVAT. Concessional rate of Central Sales Tax/TNVAT if any shall be taken into account
and included in the price quoted giving proof thereof.
4.5. The following certificates have to be furnished for admittance of claim of Central Sales
Tax/TNVAT.
(i) Certified that the transaction in which the Central Sales Tax/TNVAT has been claimed and
has been/will be included in the return submitted/to be submitted to the Central Sales
Tax/TNVAT authorities for assessment of the Central Sales Tax/TNVAT and the amount of
Central Sales Tax/TNVAT claimed from the purchaser has been/will be paid to Central Sales
Tax/TNVAT authorities.
(ii) Certified that the goods on which the Central Sales Tax/TNVAT has been charged have not
been exempted under C.S.T. Act or the rules made there under and the charges on account
of Central Sales Tax/TNVAT on these goods are correct, under provisions of relevant Act or
rules made there under.
(iii) Certified that we shall indemnify the Board, in case if it is found later on that wrong or
incorrect payment has been recouped on account of Central Sales Tax/TNVAT paid by us.
(iv) Certified that we are registered as dealer under the Central Sales Tax/TNVAT Act and
our Registration No is….. and under TNVAT Act 2006 and our Registration No.
is……………
(v) Certified that TNVAT Credit availed by me has been taken into account in the rates
quoted.
Consequent to introduction of VAT, the additional taxes such as Turnover Tax or Resale
Tax, Surcharge and additional surcharge have been abolished.
In VAT Act 2006, there is no provision for availing concessional rate of 3% against
Form XVII.
In regard to central Sales Tax involving Inter State sale appropriate rate of CST
against “C” form shall be applicable.

5.0. EXCISE DUTY & CESS ON E.D. :

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.

7.0. PACKING AND FORWARDING:


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

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.

9.0. SECURITY DEPOSIT :


9.1. The successful tenderer will have to furnish 5% of order value as Security Deposit in the
form of DD/Banker’s Cheque/irrevocable Bank Guarantee. Security Deposit will include the
Earnest Money Deposit already paid. For the Permanent Earnest Money Deposit holders,
Security Deposit has to be paid in full.
9.2. The Security Deposit will be refunded to the supplier only if the contract is completed to
the satisfaction of the purchaser. If the purchaser incurs any loss or damages on account of
breach of any of the clauses or any other amount arising out of the contract becomes payable
by the supplier to the purchaser, then the purchaser will in addition to such other dues that
he shall have under the law, appropriate the whole or part of the security deposit and such
amount that is appropriated will not be refunded to the supplier.
9.3. The successful tenderer will have to furnish the Security Deposit within 15 days from the
date of receipt of P.O. The security deposit will not carry any interest.
The TANTRANSCO also reserves the right to accept the belated payment of Security
Deposit by levying penal interest at the rate of 22% p.a. from the date of expiry of 15 days
time limit till the date of actual payment of Security Deposit. The same will be recovered
from suppliers first bill.
9.4. Failure to comply with the terms regarding Security Deposit set out in the purchase
order within the stipulated time of the successful tenderer will entail cancellation of the
purchase order without any further reference to the supplier.

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.

10.2. Balance Quantities:


The indents for the balance quantity will be given by the Director / Transmission
projects 60 days in advance, based on the actual requirements, duly indicating the due date
of delivery. Indents for subsequent quantities shall be based on the requirement, timeliness
of supply by the bidder and feedback on performance from the field and if possible, on turn
basis also. This is purely at the discretion of Director / Transmission projects.
10.3. The delivery period will not normally be extended. Hence all efforts shall be taken to
deliver the materials within contractual delivery period.
10.4. The above delivery shall be guaranteed by you under liquidated damages clause
governed by this specification.
The date of actual receipt of materials will be reckoned as the date of delivery for the
liquidated damage purpose.
The date of receipt of last component of the main equipment will be reckoned as the
date of delivery for the purpose of calculation of liquidated damage for delay in delivery,
when the main equipment and accessories are delivered in piece meal.
10.5. If any other delivery period is indicated by the tenderer in their Offer, their Offer is
liable for rejection.

11.0. LOSS OR DAMAGE:


11.1. External damages and/or shortages that are prima facie, the results of rough handling
in transit or due to defective packing will be intimated within one month from the date of
receipt of the materials at site. Internal defects, damages or shortages of integral parts,
which cannot ordinarily be detected on a superficial visual examination, though due to bad
handling in transit or defective packing, would be intimated within 2 months from the date of
receipt of materials. In either case, the defective materials shall be replaced/rectified by the
supplier, free of cost as per the Clause of Replacement of Defective/Damaged materials of
this specification.
11.2. If during the period of supply, it is found that goods already supplied are
defective in material or workmanship or do not conform to specification or are unsuitable for
the purpose for which they are purchased, then it will be open to the purchaser either to
reject the goods or repudiate the entire contract and claim such loss that the purchaser may
suffer on that account or require the supplier to replace the defective goods, free of cost.
11.3. Similarly, if during the guarantee period any of the goods found to be
defective in materials or workmanship or do not conform to specification, it will be open to
the purchaser either to repudiate the entire contract and claim damages or accept such parts
of the goods that are satisfactory and require the supplier to replace the balance or to claim
compensation for the entire loss sustained by the purchaser on that account.
11.4. In the event of supplies being received damaged or any shortages at the
destination stations, the cost of such materials, Excise duty and Sales Tax (if payable) and
other charges payable thereof will be paid only proportionate to the value of materials
received in good condition, unless the damaged goods or short supplies are made good free
of cost by the suppliers.
11.5. For all legal purposes, the materials shall be deemed to pass into the TANTRANSCO’s
ownership at the destination Stores, where they are to be delivered and accepted.

12.0. LIQUIDATED DAMAGES AND PENALTY :


12.1. The delivery as specified should be guaranteed by the supplier under the liquidated
damages clause given below:
If the supplier fails to deliver the equipments/materials within the time specified in the
contract or any extension thereof, the purchaser shall recover from the supplier as liquidated
damages, a sum of HALF PERCENT (0.5%) of the contract price of the undelivered
equipments/materials for each completed week of delay. The total liquidated damages shall
not exceed TEN PERCENT (10%) of the contract price of the equipments/materials so
delayed. Only the date of actual receipt of materials at stores will be reckoned as date of
delivery for this purpose.
It should be noted that if a contract is placed on the higher tenderer
in preference to the lowest acceptable tender in consideration of the offer of earlier delivery,
the said contractor will be liable to pay the TANTRANSCO the difference between the contract
rate and that of the lowest acceptable tender in case of failure to complete the supplies in
terms of such contract within the delivery period specified in the tender and incorporated in
the contract. This is without prejudice to other rights under the terms of contract.
12.2. Equipment will be deemed to have been delivered only when all its component
parts and its accessories are also delivered. If certain components and accessories are not
delivered in time the whole equipment will be considered as delayed unless, the missing parts
are delivered. The Liquidated damages will also be levied for the quantity not supplied as is
done for the delayed supplies. If supplies effected in part which could not be beneficially
used by the TANTRANSCO (due to such incomplete supply), liquidated damage will be worked
out on the basis of entire contract price of the such whole units which could not be
beneficially used and not on the value of delayed portion.
12.3. If supplies to be rendered are made by the supplier beyond the period of delivery and
they are accepted by the TANTRANSCO, such acceptance is without prejudice to
TANTRANSCO’s right to levy liquidated damages for the delay in supply.
12.4. If the ordered materials are not delivered, the purchaser shall recover from the
supplier, as liquidated damages a sum equal to TEN PERCENT (10%) of the contract price
of the equipments/materials undelivered besides forfeiture of security deposit.
12.5. The suppliers are liable to pay the amount of loss sustained by the TANTRANSCO in the
event of non-execution of orders, if any placed on them either in full or part to the
satisfaction of the TANTRANSCO under the terms and conditions of contract and in the event
of placing orders for such quantities on some others at a higher price.
12.6. Tenderers not giving clear and specific acceptance to the above clauses are liable for
rejection.
12.7. If there is any downward trend in prices on account of belated supplies, the tenderers
have to accept the same with the levy of liquidated damages, for belated supplies. In respect
of contracts where supply effected in part or works executed in part, could not be beneficially
used by the Corporation, (due to such incomplete Supply/execution), Liquidated damages
should be worked out on the basis of entire contract price of such whole units which could not
be beneficially used and not on the value of the delayed portion.
The Corporation will also be at liberty to cancel the contract if the supply is not
completed within the accepted delivery period not withstanding the liquidated damages clause
applicable for the belated supplies. Any charge for canceling the contract will not be accepted
under any circumstances.
In the event of cancellation of contract or non completion of supply by the suppliers,
then the short supplied items may be ordered fresh. The excess price if any between the
original and new contract will be recovered from the original supplier from the amount due to
the original supplier either from this contract or from any other contract.

13.0. FORCE MAJEURE:


13.1. If at any time, during the continuance of the contract, the performance in whole or
in part, on any obligation under this contract, is prevented or delayed by reasons of any war,
hostility, acts of public enemy, acts of civil commotion, strikes, lockouts, sabotages, fires,
floods, explosions, epidemics, quarantine restrictions or other acts of God (herein after
referred to as eventualities) then, provided notice of the happening of any such eventuality is
given by the tenderer to the TANTRANSCO within 15 days from the date of occurrence
thereof, neither party shall, by reasons of such eventuality, be entitled to terminate this
contract nor shall have any claim for damages against the other in respect of such non-
performance or delay in performance and deliveries under this contract, shall be resumed as
soon as practicable after such eventuality has come to an end or ceased to exist.
13.2. Provided that if the performance in whole or part by the supplier on any obligation
under this contract is prevented or delayed by reasons of any eventuality for a period
exceeding 60 days, the TANTRANSCO may at its option terminate the contract by a notice in
writing.
Power cut shall not be considered under the Force Majeure condition. The period of
extension shall be decided only by the authority who placed the order after verifying the
evidence for the cause of delay.
It is hereby specifically agreed that time is the essence of the contract. The
termination of the contract as aforesaid shall not absolve the supplier/supplier of his liability to
pay damages to the Corporation for the breach of the contract to deliver the goods or
complete the performance of the contract within the time fixed by the purchaser/suppliers.

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.

15.0. PERFORMANCE GUARANTEE:


OPTION – 1 :
The successful tenderer should furnish a performance guarantee in the form of bank
guarantee for 5% of the total accepted value of the contract/value of the materials to be
supplied according to delivery schedule and shall be valid for a period of 36 months from the
anticipated date of receipt of last consignment of goods/materials at site in good condition.
In case of delay in supply, the Performance Bank Guarantee should be extended suitably.
The Performance Bank Guarantee will be released on expiry of guarantee period after
ensuring that defects /damages during the guarantee periods are rectified /replaced.

OPTION – 2 :
The successful Tenderer need not furnish any Bank Guarantee towards performance
guarantee. Instead they should agree to retain 5 % value of the material supplied against
each invoice till the completion of guarantee period.

16.0. REPLACEMENT OF DEFECTIVE/DAMAGED MATERIALS:


16.1. Not withstanding anything contained in the above liquidated damages clause when the
whole or part of the materials supplied by the supplier are found to be defective/damaged or
are not in conformity with the specification or sample, such defects or damages in the
materials supplied shall be rectified within two months from the date of intimation of
defect/damage either at the point of destination or at the supplier’s works, at the cost of
supplier, against proper security and acknowledgement. In the alternative, the defective or
damaged materials shall be replaced at free of cost within two months from the date of
receipt of the intimation from the purchaser of such defects or damages. If the defects or
damages are not rectified or replaced within this period, the supplier shall pay a sum towards
liquidated damages as per liquidated damages clause given above, for the delay in
rectification/replacement of the defects or damages from the date of receipt of intimation of
the defect or damages.
16.2. If even after such rectification or replacement of the damaged or defective part, if the
equipment materials ordered is not giving the satisfactory performance as per the
contract, then it will be open to the purchaser either to reject the goods or repudiate
the entire contract and claim such loss sustained by the TANTRANSCO.
16.3. Notwithstanding any other remedies available, the purchaser shall be entitled to dispose
off the defective/damaged materials in `as is where is condition’ without further notice, if the
contractor/supplier fails to rectify the defect and /or replace the damaged materials and / or
fails to remove the defective/damaged materials within such period as may be notified by the
purchaser through notice and the sale proceeds of such disposal shall be appropriate towards
the dues to the TANTRANSCO such as liquidated damages, ground rent etc. as may be
determined by the purchaser.

17.0. FAILURE TO EXECUTE THE CONTRACT:


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

18.0. NON-ASSIGNMENT:
The supplier shall not assign or transfer the contract or any part thereof without the
prior approval of the purchaser.

19.0. EFFECTING OF RECOVERIES:


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

20.0. SALES TAX CLEARANCE CERTIFICATE/TN VAT:


The tenderer should enclose with the tender, a copy of certificate of sales tax
clearance for the previous year from the appropriate Sales Tax Authorities.
NOTE : The successful tenderer should submit the copy of latest STCC/TNVAT after
receiving the order.

21.0. INCOME TAX:


Tenderers shall furnish their Permanent Account Number (PAN) in their offer or
other relevant documents without fail.

22.0. PATENT RIGHTS ETC :


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

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.

24.0. DEVIATIONS FROM SPECIFICATION:


No deviations in commercial and Technical terms shall be acceptable.

25.0. TEST CERTIFICATES:


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

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.

27.0. MAXIMUM WEIGHTS AND DIMENSIONS OF PACKINGS:


27.1. The supplier is responsible to make sure about the facilities that exist for
Road and Rail transport to site, the maximum packages which can be conveyed by the
railways and crane lift available at the destination Railway station. The supplier is also
responsible for any loss or Damage during transport and storage for 60 days.
27.2. Each case or package should be clearly marked and should contain detailed
packing list.

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.

29.0. COMPLETENESS OF TENDER:


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

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.

32.0. CLIMATIC CONDITIONS:


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

a) The ambient temperature will be within the range of + 10 Degree


Centigrade to + 50 Degree Centigrade.
b) The altitude will be less than 1000 meters.
c) The maximum atmospheric humidity will be in the range of 95%.
d) Average Number of thunder storm days per annum is 65.
e) Average Number of dust storm days per annum is 5.
f) Average Number of rainy days per annum is 65.
g) Average annual rainfall is 100 cm.
h) The climatic conditions are prone to wide variation in ambient condition
and equipments offered under this specification shall be suitable for
installation at any of the Sub-Stations in Tamil Nadu.
i) All electrical devices shall be given tropical and fungicidal treatment.
Fog, smoke and mild acids are also present in the atmosphere.

33.0. ELECTRICITY RULES :


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

34.0. MATERIALS AND WORKMANSHIP:


34.1. All materials, equipments and spare parts thereof shall be new, unused and originally
coming from manufacturer’s plant to the destination stores. Those including used, rebuilt or
overhauled materials/equipments will not be accepted.
34.2. All the materials shall be of best class and capable of satisfactory operation in the
tropics with humid atmospheric condition. Unless otherwise specified, they shall conform to
the requirements of appropriate Indian Standards. Where these are not available, IEC and
American/British Standards shall be followed.
34.3. The equipments should be designed to facilitate inspection and repair and to ensure
satisfactory operation under atmospheric conditions prevailing at site and under sudden
variations of load and voltages as may be met with under working conditions in the system
including those due to faulty synchronizing and short circuits within the rating of the
apparatus.
34.4. The design shall incorporate every reasonable precautions and provisions for the safety
of all those concerned in the operation and maintenance of equipment.
34.5. All the equipments should operate without undue vibration and with the least
practicable amount of noise.

35.0. RECOVERIES OF DUES :


The TANTRANSCO is empowered:
(a) To recover any dues against this contract in any bills/
Security Deposit/Earnest Money Deposit due to the suppliers either in this contract or any
other contracts with TANTRANSCO.
(b) To recover any dues against any other contract of the suppliers with TANTRANSCO,
with the available amount due to the suppliers against this contract.

36.0. PAST PERFORMANCE:


36.1. The intending tenderers shall furnish the documentary evidence with details of various
Purchase Orders/placed on them during the last three years as on the date of Tendering in
the proforma enclosed to the Tender Specification and also proof for having manufactured the
tendered item and for their satisfactory performance from State Electricity Board.
36.2. The Bidders shall furnish copies of Balance Sheet, Profit and Loss Account for the years
2007-2008, 2008-2009 and 2009-2010 certified by the Auditor.
In case 2009-2010 accounts are not finalised, the bidders shall furnish annual
turnover statement for the year 2009-2010 certified by Auditor.
36.3. The Bidders shall furnish documentary evidence for the constitution of the firm such
as Memorandum and Articles of Association, Attested copy of Registered Partnership Deed
with details of Name, Address, Telephone, Electricity Board Service Connection No. of the
manufacturing plants.
36.4. The details furnished by the tenderers shall be in complete shape and if it
is found that any information is found omitted, suppressed, incomplete or incorrect, the same
will be taken note of while dealing with the Tenderers in future.

37.0. TYPE TESTS :


Tenderers should furnish copy of type test certificates for the offered package in full
shape as conforming to relevant IS/IEC Standards of latest issue obtained from a
Government/ Government recognised Laboratory, along with offer. Offers may be considered
subject to production of a written undertaking that they will produce the test certificates in
case an order is placed on them before offering of the inspection of first lot of equipments
at no extra cost to TANTRANSCO and no relaxation to TANTRANSCO’s Delivery Clause will
be given on this account. The above type test certificates should accompany the drawings of
the material/equipments, duly signed under seal by the Institution who had issued the type
test certificate.
The above type test should have been conducted within five years (5 years) as on the
date of Tender opening, in a Government Laboratory/Government recognised Laboratory.
However submission of type test certificates along with the tender is preferred.
Non submission of above type test certificates within the stipulated time
will entail cancellation of Purchase Order without any further reference to the
supplier. The original type test certificates shall be furnished for verification on
request. The details of type test should also be furnished in the Schedule – G.

38.0. RAW MATERIALS:


It is the responsibility of the tenderer to make his own arrangement to procure the
necessary raw materials required for the manufacture.
39.0.JURISDICTION FOR LEGAL PROCEEDINGS (AFTER AWARD OF CONTRACT)
No suit or any proceedings in regard to any matter arising in respect of this contract
shall be instituted in any court, save in the High Court, Madras, City Civil Court at Chennai or
at the Court of small causes at Chennai. It is agreed that no other court shall have
jurisdiction to entertain any suit or proceedings, even though, part of the cause of action
might arise within their jurisdiction. In case, any part of cause of action might arise within
the jurisdiction of any of the Courts in Tamil Nadu and rest within the jurisdiction of courts
outside the Tamil Nadu, then it is agreed to between the parties that such suits or
proceedings shall be instituted in a Court within the State of Tamil Nadu and no other court
outside the State of Tamil Nadu shall have jurisdiction even though any part of the cause of
action might arise within the jurisdiction of such courts. The successful tenderer shall furnish
an undertaking in a non/Judicial stamp paper of Rs.80/= agreeing to the above condition.

(EE/SS)
SECTION-VI
TECHNICAL SPECIFICATION FOR PACKAGE – I & II

1.0. SCOPE OF SUPPLY:

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.

Package I : 11KV O/D VCB : 478 Nos.


Package II : 33KV O/D VCB : 118 Nos.

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.

2.0. STANDARDS : (For package I & II)

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.

1. IS13118 Specification for circuit breakers.


2. IS-2629 Recommended practice for hot dip galvanized iron
and steel.
3. IS-2147 Degree of protection provided for enclosures of low
voltage switchgear and control gear.
4. IS-2099 (IEC 2331) High Voltage porcelain bushings.
5. IS - 802 (Part-I Code of practice for use of structural steel in
overhead transmission line towers.
6. IS-375 Marking and arrangements for switchgear bus bar,
main connections and auxiliary wirings.
7. IEC 62271-100 Specification for alternating current circuit breakers.
8. IS-325 Specification for three phase induction motors.
9. IEC - 60 High voltage test techniques.
10. IEC-71 Insulation Co-ordination (Part 1 & 2).
11. IEC-270 Partial discharge measurement
12. ------------ Indian Electricity Rules 1958.

Equipment meeting with the requirements of any other authoritative standards,


which ensures equal or better quality than the standard mentioned above shall also be
acceptable. If the equipments, offered conforms to other standards, salient points of
difference between the standards adopted and the specific standards shall be clearly brought
out to the knowledge of TNEB. Two copies of such standards with authentic English
translations shall be furnished for approval from TNEB.

3.0. CLIMATIC CONDITIONS: (For package I & II)

The climatic conditions under which the equipment should operate satisfactorily are as
follows:

Maximum temperature of air in shade dry bulb : 45° C


Minimum temperature of air in shade dry bulb : 10°C
Maximum Humidity for design of equipment : 95%
Average number of thunder storm days per annum : 65
Average of rainy days per annum : 65
Average number of od dust storms per annum :5
Average annual rainfall : 100 cm
No. of months during which tropical monsoon
Conditions prevail (conditions per annum) :9
Attitude above M.S.L. in meters : 1000 meters

The reference ambient temperature would be 40 °C

Climatic Condition : Hot, Humid, dusty, salt laden and conducive


to Rust.
Design wind pressure : 200 Kg./Sq.cm. for structures upto 30 m
height. For Higher structures as per IS:875.

4.0. AUXILIARY POWER SUPPLY : (For package I & II)


Auxiliary electrical equipments maintenance equipments etc, shall be suitable for operation
on the following supply system.
(a) Power devices like drive motors - 415 V, 3 Phase 4 wire 50 Hz, neutral
of rating 1KW and above grounded AC supply.
(b) Lightning space heaters and - 240V single phase, 50Hz, neutral
Fractional KW motor grounded AC supply.

(c) Alarm, control and protective - 30V DC/110V DC


devices 2 Wires for 11KV breakers.

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.

(i) AC supply : Voltage +/- 10%, frequency +/-5% - solidly earthed.


(ii) DC supply : (-) 15% to +10% - isolated two wire system.
(d) The fault level for the 415V - AC power distribution system of TNEB shall
be 35 MVA.

5.0. DESIGN AND CONSTRUCTIONS OF PORCELAIN CLAD TYPE VACCUM CIRCUIT


BREAKERS: (For package I & II)

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

6.22. Symmetrical interrupting capacity 25 KA


6.23. Short time current carrying capability for 3 25 KA
seconds
6.24. Rated short circuit making current capacity (KA) 62.5
6.25. Max. acceptable difference in the instants of 10 ms.
closing/opening of contracts.
6.26. Min. creepage distance of support insulator 300
(mm)
6.27. Rating of auxiliary contacts 5A at 110V d.c.
6.28. Breaking capacity of auxiliary contacts 5ADC with the circuit time constant
less than 20 ms at the rated
voltage.
6.29. Noise level at base and upto 50 metres 140 dB (max.)
6.30. Seismic acceleration 0.3g

6.1. PRINCIPAL PARAMTERS OF VACUUM CIRCUIT BREAKERS FOR PACKAGE – II


(33KV O/D VCB):
Sl. ITEM REQUIREMENTS
No.
6.1.1. Rated voltage (KV rms) (nominal/max) 33KV
6.1.2. Highest system voltage 36KV
6.1.3. Control circuit voltage 30 V /110V DC
6.1.4. Frequency (Hz) 50
6.1.5. Neutral grounding Solidly earthed
6.1.6. Rated Continuous current 1250 A
6.1.7. Type Outdoor Vacuum
6.1.8. Mounting Hot dip galvanized lattice steel
support structure or on the
operating mechanism box to be
supplied by the bidder.
6.1.9. Number of Poles 3
6.1.10. Type of operation Gang operated poles
6.1.11. Height of concrete plinth (to be provided by the 300
TANTRANSCO in mm
6.1.12. 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.
6.1.13. Operating mechanism Motor operated and spring
charged
6.1.14. Rated operating duty cycle 0-0.3S-CO-3Min-CO as per latest
IEC.
6.1.15. First pole to clear factor 1.5
6.1.16. Maximum Closing time (ms) 100ms
6.1.17. Maximum Total break time (ms) at rated 80ms
breaking capacity
6.1.18. Basic Insulation level 170 KV
6.1.19. 1.2/50 microsecond impulse withstand voltage 170 KVp
(dry) (KVp)
6.1.20. 1 minute power frequency withstand voltage 70 KV (rms)
(KV rms) (wet)
6.1.21 Short circuit current (KA)
i) AC Component (KA) 25 for 3 Secs
ii) % DC component Corresponding to minimum
opening time as per latest.
6.1.22. Symmetrical interrupting capacity 25 KA
6.1.23. Short time current carrying capability for 3 25 KA
seconds
6.1.24. Rated short circuit making current capacity (KA) 62.5
6.1.25. Max. acceptable difference in the instants of 10 ms.
closing/opening of contracts.
6.1.26. Min. creepage distance of support insulator 900
(mm)
6.1.27. Rating of auxiliary contacts 5A at 110V d.c.
6.1.28. Breaking capacity of auxiliary contacts 5ADC with the circuit time
constant less than 20 ms at the
rated voltage.
6.1.29. Noise level at base and upto 50 metres 140 dB (max.)
6.1.30. Seismic acceleration 0.3g

7.0. GENERAL TECHNICAL REQUIREMENTS : (For package I & II)

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.

7.0.6. Circuit breaker shall be suitable for hot line washing.

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:

This Vacuum Circuit Breaker shall have the following features:


7.1.1. Superior interrupting capabilities.
7.1.2. The breaker should successfully interrupt short line faults, out of
phase faults, capacitive currents, low inductive currents, without generating dangerous over
voltage and without the use of auxiliary resistors etc.
7.1.3. Simple structure and compact size.
7.1.4. Minimum Operation noise: Since the breaker is sealed off from the atmosphere there
shall be no gas exhausting noise during operation.
7.1.5. Easy installation, inspection and maintenance.
7.1.6. STROKE: As the stroke in VCB is very small, precision linkage design with minimum
play shall be used.
Variation in stroke due to wear and tear of components over a large number of
operations shall be minimized by proper selection of materials and heat treatment.

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.

7.4. DUTY REQUIREMENT :


The circuit breaker shall be totally restrike free under all duty conditions.
Opening resistors shall not be used.
The circuit breaker shall meet the duty requirements for any type of fault
or fault location, for line charging and dropping when used on an effectively grounded system
and perform make and break operations as per stipulated duty cycles satisfactory.

7.5. THE CIRCUIT BREAKER SHALL BE CAPABLE OF :

(i) interrupting the steady and transient magnetizing current


corresponding to 110KV class transformers of 16 & 25 MVA rating
and both 11 KV and 33KV class transformers of 16,10 & 8MVA
ratings respectively.
(ii) Breaking 25% of the rated fault current at twice rated voltage under phase
opposition condition.

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.

7.6. “TOTAL BREAK TIME :


The “Total Break Time” as specified in Clause “Principal Parameters” of
this section shall not be exceeded under any of the following duties :-
(a) Test duties 1,2, 3,4,5 (with TRV as per latest IEC)
(b) Short line fault L90, L75 (with TRVA as per latest IEC)

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.

8.0. FITTINGS AND ACCESSORIES (For package I & II) :

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.

(a) Motor for auto spring charging.


(b) Local/remote changeover switch.
(c) Operation counter.
(d) Switches to cut off control power supply.
(e) Fuses as required.
(f) The number of terminals provided shall be adequate enough wire out all contacts
and control circuits plus 24 terminals spare for TANTRANSCO’s use.
(g) Antipumping relay.
(h) Handle for manual spring charging.
(i) Pistol grip spring return neutral close/trip control switch.
(j) Cable glands of sizes 4x4 Sq.mm; 2x4 Sq.mm; 8x2.5 Sq.mm and 8x4 Sq.mm.
(k) Rating and diagram plate in accordance with IEC incorporating year of
manufacture.

9.0.OPERATING MECHANISM AND ASSOCIATED EQUIPMENTS


(For package I & II) :
9.1. OPERATING MECHANISM :
The circuit breaker shall be designed for electrical/local as well as
remote control.
The operating mechanism for 11KV & 33KV class breakers shall be of spring
operated type suitable for gang operation. The mechanism shall be adequately designed for
the specified tripping and reclosing duty. The entire operating mechanism control circuitry, as
required, shall be housed in an outdoor type, hot dip galvanized steel/MS painted preferably
powder coated enclosure. These enclosures shall conform to IP-55 of IS-2147. The enclosure
shall be preferably on a separate concrete plinth.

All working parts in the mechanism shall be corrosion resistant material.


All bearings which require greasing shall be equipped with pressure grease fittings.

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.

9.2. MOTOR COMPRESSED SPRING CHARGING MECHANISM :

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.

9.3. OPERATING MECHANISM HOUSING :

The operating mechanism housing/control cabinet shall conform to the requirement


specified below:-
Operating mechanism and all accessories shall be enclosed in a weather - proof
mechanism cabinet of enamel (gray) painted sheet steel construction, the thickness of which
shall not be less than 3 mm. It is noted that suitable protection will be provided for the
operating mechanism housing. Hinged doors giving access to the mechanism at the front
and sides shall be provided. The enclosure shall conform to the degree of protection IP-55.
Suitable gaskets shall be provided to make the mechanism housing water-proof and dust
proof. The housing latch shall be with door knobs.
Suitable space heaters shall be mounted in the housing to prevent condensation.
Heaters shall be controlled by thermostat so that the cubicle temperature is always
maintained at a preset value. On/Off switch and fuse shall be provided for the heaters.
Heaters shall be suitable for 240V A-C-single phase supply. The heater leads shall he covered
with porcelain material up to sufficient length to avoid melting of insulation of the leads. The
illuminating circuit shall be protected with fuses.
Terminal blocks shall be furnished in the mechanism housing. Terminal for the control
and other circuits shall be suitable for accommodating 4 sq.mm stranded copper conductor
cable leads. A minimum of 10% spare terminals for control wiring shall be provided. All
wiring in the housing shall be stranded and the installation shall be vermin proof. Insulation
shall be such that it shall not support combustion. Suitable device (Fuse) shall be provided to
enable the control supply to the breaker to be cut off from the mechanism housing. A light
point with a control switch shall be provided. The terminals must be stud type or WAGO type
of adequate capacity.

10.0.WIRING (For package I & II) :

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.

10.2. Colour Code for Wirings:


DC supply (2.5 sq.mm) : Grey for both negative and positive
230 V AC supply (1.5sq.mm) : Black for both phase and neutral
Earthing : Green.

10.3. CABLING:
All cables for cabling within the breaker are to be supplied by the contractor. Only
stranded copper conductor shall be used.

11.0. CONTROL (For package I & II) :


The close and trip circuits shall be designed to permit use of momentary
contact switches and pistol grip spring return to neutral switch.

The breaker shall normally be operated by remote electrical control.


Electrical tripping shall be performed by shunt trip coils. However, provisions shall be
made for local electrical control. For this purpose a local/remote selector switch and close
and trip pistol grip switches shall be provided by supplier in the breaker control cabinet.
Mechanical emergency trip push button should also be provided in the event of failure of
electrical trip device.
Closing coil shall operate correctly at all values of voltage between 85%
and 110% of the rated voltage. Shunt trip shall operate correctly under all operating
conditions of the circuit breaker upto the rated breaking capacity of the circuit breaker and at
all values of supply voltage between 70% and 110% rated voltage. The closing and trip coils
should be so fixed that they do not move from their position even after repeated operations.
The auxiliary switch of the breaker shall be preferably positively driven by
the breaker operating rod, where the same is not possible due to constructional features, a
suitable plug in device shall be provided to simulate the opening and closing operations of
circuit breaker for the purpose of testing the control circuits.
The following electrical control may be provided for the circuit breaker
offered :
(a) Anti-pumping control.
(b) If the motor for the spring charge runs more than the required time due
provision shall be arranged for remote signaling.
(c) Provision for manual closing/tripping arrangements.
(d) Operating handle for manual operation at a convenient level.
(e) The DC closing/trip coil and all auxiliary relays provided to be rated at 110V and
suitable external wire wound resistance with by-pass arrangements to be made
so that it can operate on 30V/110V DC.
(f) 3 Phase Auto reclosing duty.

12.0. INTERLOCKS ALARMS AND INDICATIONS (For package I & II) :

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.

12.2. Alarms & Indications :

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.

(a) Breaker on-off.


(b) Spring charged/Discharged.
(c) Trip circuit healthy.

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.

(a) Breaker ON/OFF


(b) Spring charged/Discharged
(c) Operation counter.

13.0. SUPPORT STRUCUTRE (For package I & II) :


The supplier shall include the supply of support structure and the foundation bolts
along with the breaker. The supplier should also supply the support structure for the 11KV
and 33 KV CTs - 3 Nos. The support structure shall meet the following requirements.

(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).

All metal surfaces exposed to atmosphere shall be given, in addition to the


treatment two primer coats of zinc chromate and two coats of epoxy paint with epoxy base
thinner. All metal parts not accessible for painting shall be made of corrosion resisting
material. All machine finished or bright surfaces shall be coated with a suitable preventive
compound and suitably wrapped or otherwise protected. All paints shall be carefully selected
to withstand tropical heat and extremes of weather within the limits specified. The paint shall
not scale off or wrinkle or be removed by abrasion due to normal handling. All external
paintings shall be as per shade No.697 of IS-5.

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.

14.3. CLIMATE PROOFING :


All components shall be given adequate treatment of climate proofing as per IS : 3202
so as to withstand corrosive and severe service conditions.

15.0. MOTOR CONTROL CENTRE (For package I & II) :

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.

16.0.TERMINAL CONNECTORS (For package I & II):

The terminal connectors shall meet the following requirements.

(a) Terminal connectors shall be manufactured and tested as per IS:5561.


(b) All castings shall be free from blow holes, surface blisters, cracks and cavities. All
sharp edges and corners shall be blurred and rounded off.
(c) No part of a clamp shall be less than 10mm thick.
(d) Bolts and nuts shall be hot dip galvanized conforming to IS:2633.
(e) For bimetallic connectors,, copper alloy liner of minimum thickness of 2mm shall
be cast integral with aluminium body.
(f) All current carrying parts shall be designed and manufactured to have minimum
contact resistance.
(g) Connectors shall be designed to be corona free in accordance with the
requirements stipulated in IS:5561.

17.0. EARTHING (For package I & II):


The operating mechanism housing, control cabinets, support structure etc.
shall be provided with two separate earthing terminals suitable for bolted connection to 50x8
mm mild steel flat to be provided by the TANTRANSCO for connection to station earth mat.

18.0. FOUNDATION (For package I & II):


Foundation for the breaker will be in cement concrete. The contractors should supply
well in time, the foundation drawings as per General arrangement drawing, full erection
particulars as per maintenance manual to facilitate preparation of foundations before the
materials arrive at site. All foundations bolts should be supplied by the contractor. The
foundation should be as per TANTRANSCO’s Standard Foundation drawing (enclosed as
Annexure).

19.0. TYPE TESTS (For package I & II):


Tenderers should furnish copy of type test certificates for the offered package in full
shape as conforming to relevant IS/IEC Standards of latest issue obtained from a
Government/ Government recognised Laboratory, along with offer. Offers may be considered
subject to production of a written undertaking that they will produce the test certificates in
case an order is placed on them before offering of the inspection of first lot of equipments at
no extra cost to TANTRANSCO and no relaxation to TANTRANSCO’s Delivery Clause will be
given on this account. The above type test certificates should accompany the drawings of
the material/equipments, duly signed under seal by the Institution who had issued the type
test certificate. The above type test should have been conducted within five years (5 years)
as on the date of Tender opening, in a Government Laboratory/Government recognised
Laboratory.
However submission of type test certificates along with the tender is preferred.
Non submission of above type test certificates within the stipulated time
will entail cancellation of Purchase Order without any further reference to the
supplier. The original type test certificates shall be furnished for verification on
request. The details of type test should also be furnished in the Schedule – G.

20.0 INSPECTION (BEFORE DESPATCH) (For package I & II):


20.1. ACCEPTANCE AND ROUTINE TESTS :
All acceptance and routine tests as stipulated in the relevant IS/IEC of the
latest issue shall be carried out by the supplier in the presence of purchaser’s representative.
In addition to the mechanical and electrical tests specified by IS/IEC, the
following shall also be performed.
Speed curves for each breaker shall be obtained with the help of a suitable operation
analyser to determine the breaker contact movement during opening, closing, auto-reclosing
and trip free operation under normal as well as limiting operating conditions (control voltage,
pneumatic pressure etc.) The tests shall show the speed of contacts directly at various
stages of operation, travel of contacts, opening time, closing time shortest time between
separation and meeting of contacts at break/make operation etc. This test shall also be
performed at site by the TANTRANSCO, if found necessary.
Immediately after finalization of the programme of acceptance/ routine testing,
the supplier shall give at least 15 days advance intimation to the TANTRANSCO to enable
them to depute their representative for witnessing the tests.

20.2. ROUTINE TESTS:

a) Equipment shall be subjected to inspection by duly authorized representative of the


purchaser. Inspection may be made at any stage of manufacture at the option of the
purchaser and the equipment if found unsatisfactory as to workmanship or materials
is liable for rejection. Supplier shall grant free access to the p lace of manufacture to
Purchaser’s representatives at all times when the work is in progress.
b) Inspection by the Purchaser or his authorized representative shall not relieve the
contractor or his obligation of furnishing equipment in accordance with the
specifications.
c) As soon as the equipment is getting ready for factory test the same may be reported
to the purchaser well in advance to depute an inspecting officer at the suppliers
works.
Following routine tests whether included in the manufacturer’s routine test or not,
shall be carried out on each breaker in the presence of TANTRANSCO
Engineer/Representative.
i) Routine test on breaker operating mechanism as per IEC publication of
62271-100.
ii) One minute power frequency voltage dry withstand tests as per IEC
publication of 62271-100.
iii) Measurement of the resistance of the main circuits as per IEC publication of
62271-100.
iv) Functional limits of the breaker.
v) Measurement of operating times etc.
vi) High Voltage test on control and Auxiliary circuits.

20.3. ADDITIONAL TESTS :

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 inspection may be carried out by the TANTRANSCO at any stage


of manufacture. The supplier shall grant free access to purchaser’s representative at a
reasonable time when the work is in progress. Inspection and acceptance of any equipment
under this specification by the TANTRANSCO shall not relieve the supplier of his obligation of
furnishing equipment in accordance with the specification and shall not prevent subsequent
rejection if the equipment is found to be defective.

The supplier shall keep the TANTRANSCO informed in advance, about the
manufacturing programme so that arrangement can be made for inspection.

The TANTRANSCO reserves the right to insist for witnessing the


acceptance/routine testing of the bought out items.

No material shall be despatched from its point of manufacture unless


the material has been satisfactorily inspected and tested or the inspection is waived by the
TANTRANSCO in writing.

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.

21.0. BILL OF MATERIALS (For package I & II):


Bill of materials for 11KV and 33 KV, 1250A, 25KA Procelian glad Outdoor type
Vacuum Circuit Breaker shall be furnished along with drawings.

22.0. DOCUEMNTATION (For package I & II):


All drawings shall conform to relevant International Standards
Organization (ISO) specification. All drawing shall be in ink and suitable for micro filming. All
dimensions and data shall be in S.I. units.
23.0 DRAWING AND DATA (For package I & II):
The following drawings may be sent to the purchaser in quadruplicate
within 2 weeks from the date of receipt of this Purchase Order for approval. Any shop
work done before the approval of relevant drawing is only at the risk of the supplier. It may
also be noted that the approved drawing does not absolve the contractor to fulfill the terms
and conditions of this contract.
a) General outline drawings showing front and side elevation and plan of the
equipment with detailed dimensions.
b) Sectional views showing the general constructional features of the circuit Breaker
including the operating mechanism.
c) General arrangement of the foundation and structure drawings including weights of
various components and impact loadings.
d) Wiring diagrams showing the control scheme of the VCB.
e) Wiring schedule.
f) Terminal connector drawing.

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

SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR BREAKERS

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)

Sl.No Particulars Bidders’s response


1. Name and Address of the Firm/Company
2. Address of the Registered office, Phone Nos. etc
3. Address of the Factory/Works, Phone Nos. etc.
4. Fax No. for correspondence
5. (a) Confirm whether the tenderer is a
manufacturer of the tendered material Yes/No
(b) If yes, whether documentary evidence is
enclosed
(c) If so, list the documentary evidence
6. Whether the bidder is old supplier to the TNEB Yes/No

7. Whether the copies of orders executed during the Yes/No


last three years in respect of materials tendered to
State Electricity Boards/Power utilities enclosed.
8. Whether performance certificates from the end Yes/No
users enclosed
9. Annual Turn over of the Bidder for the last three
years
2007-2008
2008-2009
2009-2010
10. a) Whether documentary evidence produced for Yes/No
the annual turn over.
b) If so, whether certificate from auditor furnished
or copies of audited annual statement of accounts
furnished

DATE : SIGNATURE OF THE TENDERER


PLACE: NAME :
STATUS IN THE COMPANY
(AFFIX SEAL OF THE COMPANY)

ANNEXURE-III (For package I &II)


CHECKLIST FOR COMMERCIAL TERMS.
(TO BE KEPT IN THE ENVELOPE-A “COMMERCIAL AND TECHNICAL BIDS)

Sl.No. Particulars Bidder’s response


1. EARNEST MONEY DEPOSIT:
(i) Amount Rs.
(ii) Mode of payment Bank Draft/Banker’s Cheque,
Permanent EMD/Undertaking

(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.

DATE : SIGNATURE OF THE TENDERER


PLACE: NAME :

STATUS IN THE COMPANY


(AFFIX SEAL OF THE COMPANY)
ANNEXURE –IV .

CHECKLIST FOR TECHNICAL TERMS.


(TO BE KEPT IN THE ENVELOPE-A “COMMERCIAL AND TECHNICAL BIDS)

Sl. Particulars Bidder’s


No. Response
Package – I Package – II
(11KV O/D VCB) (33KV O/D VCB)
1. i) Whether the equipment offered is Yes/No Yes/No
exactly as per technical specification
of the Board

ii) If not, give details of technical


deviation in the deviation schedule C1

2. i) Whether the tendered equipment is Yes/No Yes/No


type tested as per the specification
of the TANTRANSCO

DATE : SIGNATURE OF THE TENDERER

PLACE: NAME :

STATUS IN THE COMPANY

(AFFIX SEAL OF THE COMPANY)

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

Sl. Description Qty. Unit price F.O.R (D)** Price


No of Materials in including ED, F&I ,
Nos Unit SalesTax, unloading
Ex- Excise
Sales at stores / site
works Duty in F&I
Tax In %
price Percent *
and UNIT TOTAL
age
amount PRICE VALUE
and
amount
1) 11 KV,1250 A,
25 KA Outdoor 478
Vacuum Circuit nos.
Breaker with
terminal
connectors.

COMPANY SEAL : SIGNATURE :


DESIGNATION :
COMPANY :
DATE :

(*) Frieght and Insurance charges including unloading at stores/site


(**) For supply at the Destination Stores anywhere in Tamil Nadu.
SECTION – VI – FORMATS (For package –II )
SCHEDULE -`A2’- PRICE SCHEDULE`
(To be filled in by the Tenderer)
ALL AMOUNT IN RUPEES ONLY

Sl. Description Qty. Unit price F.O.R (D)** Price


No of Materials in including ED, F&I ,
Nos Unit SalesTax, unloading
Ex- Excise
Sales at stores / site
works Duty in F&I
Tax In %
price Percent *
and UNIT TOTAL
age
amount PRICE VALUE
and
amount
1) 33 KV,1250 A,
25 KA Outdoor 118
Vacuum Circuit nos.
Breaker with
terminal
connectors.

COMPANY SEAL : SIGNATURE :


DESIGNATION :
COMPANY :
DATE :

(*) Frieght and Insurance charges including unloading at stores/site


(**) For supply at the Destination Stores anywhere in Tamil Nadu.
SCHEDULE - `B’
SCHEDULE OF MATERIALS AND DELIVERY PERIOD
(TO BE FILLED IN BY THE TENDERER)

Sl. Description Qty. in Before the end Balance qty. as


No Nos. of 2nd Month per delivery
(20%of the clause in Sec.
ordered qty.) V – Commercial
For package –I

1 11 KV,1250 A, 478
25 KA Outdoor 10
Vacuum circuit
Breaker with
terminal
connectors.

For package –II


2 33 KV,1250 A, 118
25 KA Outdoor
Vacuum circuit
Breaker with
terminal
connectors.

COMPANY SEAL : SIGNATURE :

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.

SECTION NO. CLAUSE NO. DEVIATION

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.

COMPANY SEAL: SIGNATURE :

DESIGNATION :

COMPANY :

DATE :

SCHEDULE – C2 (For package – I & II)


DEVIATION FROM COMMERCIAL TERMS
All deviations from the commercial terms shall be filled in by the Tenderer, clause by clause,
in the Schedule.

SECTION NO. CLAUSE NO. DEVIATION


Package –I

Package –II

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

COMPANY SEAL: SIGNATURE :


DESIGNATION :
COMPANY :
DATE :
SCHEDULE – D

STATEMENT OF SUPPLY ORDERS EXECUTED/UNDER EXECUTION DURING THE


PAST THREE YEARS AS ON THE DATE OF TENDER.

Sl.No Name and Name P.O.No. Qty. Value Scheduled Actual


address of of & Date of date of date of
the material order completion completion
organization in Rs. of order of order
Lakhs
1. 2. 3. 4. 5. 6. 7. 8.
For package –I

For package –II

COMPANY SEAL: SIGNATURE :

DESIGNATION :

COMPANY :

DATE :
SCHEDULE – E

SPECIFICATION NO. T- 1605

DECLARATION FORM (For Package – I & II)

To

The Director /Transmission Projects,


Tamil Nadu Transmission Corporation,
6th floor, Western Wing,
NPKRR Maaligai, Electricity Avenue,
144, Anna Salai,
Chennai – 600 002.

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 :

COMPANY SEAL : COMPANY :

SCHEDULE – F (For package – I & II)


UNDERTAKING IN LIEU OF E.M.D.

(To be furnished in non-judicial stamp paper of value not less than Rs.80/-)
THIS DEED OF UNDERTAKING EXECUTED AT----------------------------ON THIS
THE------------------------DAY OF---------------------------------------TWO THOUSAND ……….. by
M/s.------------------------------------------------------------------hereafter called “Tenderer” (which
expression shall where the context so admits mean and include their Agents, Representatives,
Successors-in-office and Assigns).

TO AND IN FAVOUR OF ----------------------------------------------------------------------THE TAMIL


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

WHEREAS THE tenderer is required to pay Earnest Money Deposit of


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

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

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

(1) Withdrawing his tender before the expiry of the validity period, OR
(2) Withdrawing his tender after acceptance, OR
(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.

IN WITNESS WHERE OF THIRU------------------------------------------------------------ acting for


and on behalf of the Tenderer has signed this deed on the day, month and year herein before
first mentioned.

SIGNATURE

NAME IN BLOCK LETTERS

SEAL OF THE COMPANY

In the presence of Witnesses:


1. Signature
Name & Address

2 Signature
Name & Address

SCHEDULE – G
STATEMENT OF TYPE TEST PARTICULARS
(To be filled in by the Tenderer)

Sl. Name of Test Name of Lab Date of Test


No.
Package – Package – II Package – I Package – II
I (11 KV (33 KV O/D (11 KV O/D (33 KV O/D
O/D VCB VCB VCB VCB
01. Short time current withstand
test and peak current
withstand test.
02. Lightning Impulse voltage
with-stand test
03. Short Circuit current making
and breaking tests
04. Power frequency voltage
withstand test (wet)
05. Temperature rise test
06. Mechanical Endurance Test
confirming to class M1 of
IEC / 62271 – 100
07 Capacitive current switching
test confirming to class C1 of
IEC 62271-100
08 Measurement of the
resistance of the main circuit.

Yours faithfully,

COMPANY SEAL : SIGNATURE :

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.

Você também pode gostar