- Tata Institute of Fundamental Research

advertisement
TATA INSTITUTE OF FUNDAMENTAL RESEARCH
Autonomous Institution of the Department of Atomic Energy, Government of India (A Deemed University)
HOMI BHABHA ROAD, NAVY NAGAR, COLABA, MUMBAI - 400 005.
Tel. No.: 2278 2890 / 2588 Purchase Fax. 2280 4566
E mail: sgk@tifr.res.in, cvsamuel@tifr.res.in Website: www.tifr.res.in
Ref.: TFR/PD/CA13-420/132711
February 21, 2014
Dear Sir,
Please submit quotations for the following item:
Sr No.
01
Description
Design, Fabrication, Supply, Installation, Testing & Commissioning
Of 1250 KVA 33KV/433 V Transformer and all related
Works, etc. (As per enclosed specification)
Qty.
UOM
1
NO
( TWO PART TENDER )
Note :
- Approx. Cost of Tender : Rs. 75,00,000/- Cost of EMD : Rs. 1,50,000/- (In favour of Registrar, Tata Institute
of Fundamental Research, Mumbai)
- You may contact Prof. Nilmani Mathur ( Tel. : 2278 2215
or e-mail : nilmani@theory.tifr.res.in) for any technical clarification.
- Tender should reach us on or before 27.03.2014 at 13:00 hrs.
- Tender will be opened on the same day at 14:00 hrs.
- For further details, specifications, terms and conditions etc. please visit
our website : www.tifr.res.in/tenders or www.eprocure.gov.in/cppp/
for download Tender Documents.
The quotation should indicate make delivery period, exact taxes applicable, installation charges
warranty etc. Please mention your VAT/ST/CST Registration numbers on the quotation,
proforma invoice and bills.
Due Date for submitting your offer is on or before 13.00 hrs. 27.03.2014.
( ADMN. OFFICER)
PURCHASE
TATA INSTITUTE OF FUNDAMENTAL RESEARCH
ILGTI-HPC Facility
TENDER DOCUMENT
Design, Fabrication, Supply, Installation, Testing & Commissioning of
1250 KVA 33 KV/433 V Transformer
and all related works, etc.
as per
Enclosed Specifications & Drawings & Schedule of Quantities
for
ILGTI-HPC at National Balloon Facility, TIFR, Hyderabad
PART – I
TECHNICAL BID
1
2
TATA INSTITUTE OF FUNDAMENTAL RESEARCH
ILGTI-HPC Facility
Tender Notice:
Name of Work:
Design, Fabrication, Supply, Installation, Testing &
Commissioning of 1250 kVA, 33kV/433V Transformer
and all related works, etc
Location:
National Balloon Facility
Tata Institute of Fundamental Research
POST BAG NO. 5
ECIL P.O., Hyderabad, AP.
Estimated Cost:
Rs 75,00,000/- ( Seventy Five Lakh Only )
EMD:
Rs 1,50,000/- ( One Lakh Fifty Thousand Only)
Delivery Period:
Three (3) months
Validity:
Ninety (90) days after opening of Part-I, Technical Bid
3
INDEX
1.
General Condition of Contract
2.
Technical Specifications
3.
Guaranteed Technical Particulars
To Be Filled By Bidder
4.
List of Approved Make of Materials
4
GENERAL CONDITIONS OF CONTRACT
1.0
Definition of Terms :
1.1. In constructing these general conditions and the specifications the
following works shall have the meanings herein assigned to them unless there
is something in the subject or context inconsistent with such construction.
1.2
The `Purchaser’ shall mean Tata Institute of Fundamental Research,
Homi Bhabha Road, Colaba, Mumbai – 400 005 and shall include the
Purchaser’s heirs, successors and assigns.
1.3
The term ‘Engineer In-Charge’ and `Engineer’ shall mean Engineer InCharge, Tata Institute of Fundamental Research, Colaba, Mumbai or some
other person for the time being or from time to time duly appointed in
writing by the Purchaser to act as Engineer In-Charge for the purpose of the
Contract or in default of such appointment the Purchaser.
1.4
The term `Contractor’/`Supplier’/`Bidder’/`Vender’ shall mean the
Bidder whose tender has been accepted by the Owner and shall include the
Bidder’s heirs, successors and assigns approved by the Purchaser:
1.5
The term `Sub-Contractor’ shall mean the firm or persons named in the
contract for any part of the work or any person to whom any part of the work
has been sublet with the consent in writing of the Engineer In-Charge and
shall include his heirs, successors and assigns approved by the Purchaser.
1.6
The Term `Inspector’ shall mean any person appointed by or on behalf
of the Purchaser to inspect supplies, stores or work under the contract or any
person deputed by the Inspector for the purpose.
1.7
The term `Particulars’ shall mean, the following :
a)
Specifications
b)
Drawing
c)
Sealed Pattern denoting a pattern sealed and signed by the Inspector.
d)
Proprietary make denoting the produce of an individual firm.
e)
Any other details governing the construction, manufacture and/or
supply as existing for the contract.
1.8
The term `Specification’ shall mean the specifications annexed to or
issued with these Conditions of Contract.
1.9
The term `Site’ shall mean the place or places at which the Equipment
is to be delivered or work done by the Contractor; and shall include, where
applicable, the lands and buildings upon or in which the works are to be
executed and shall also include the place or places at which fabrication and
other work is being carried out by the Contractor.
5
1.10 `Electrical Equipment’, `Stores’, `Work’ or `Works’ shall mean and
include equipment and materials to be provided and work to be done by the
Contractor under the Contract.
1.11 The `Contract’ shall mean acceptance of the work order placed on
contractor/supplier under section (2) of these conditions and shall include
these conditions of Contract, Specifications, Schedule, Drawing, Letter of
Intent of the Purchaser and any subsequent amendments mutually agreed
upon.
1.12 `Tests on Completion’ shall mean such tests which are prescribed by
the specifications or have been mutually agreed to between the
Contractor/Supplier and the Purchaser to be made before the equipment is
taken over by the Purchaser.
1.13 `Writing’ shall include any manuscript, typewritten or printed
statement under or over signature or seal as the case may be. Words
importing `person’ shall include firms, companies, corporations and
association of individuals whether incorporate or not.
1.14 Words importing singular shall also include plural and vice versa
where context requires.
1.15 Bidders are advised to visit and inspect the work-site to make
themselves fully conversant with the site conditions and nature of work. Any
claim by them after the opening of bids on account of themselves being
unaware of any site condition shall not be entertained.
2.0
Contract:
2.1
Contractor/Supplier/Manufacturer should send their acceptance letter
on receipt of `Letter of Intent’ or ‘Work Order’ or ‘Purchase Order’ within
stipulated period.
On expiry of said period or exorbitant delay in
commencing or executing the work, the Purchaser shall not be liable to any
claim from the Contractor/ Supplier for work entrusted to and may revoke
the contract.
3.0
Work at Site
3.1
Access to the works shall be allowed only to the Contractor/Supplier,
Sub-Contractors or his duly appointed representatives. The Contractor/
Supplier shall not object to the execution of other works by other contractors
or tradesmen and shall afford them every facility for execution of their several
works simultaneously with his own.
3.2
Work at the Purchaser’s premises shall be carried out at such time as
the Purchaser may approve but the Purchaser shall give the Contractor/
Supplier all reasonable facilities for the same. The Contractor/Supplier shall
provide sufficient fencing, notice boards etc. to guard the works and warn the
public.
3.3
The Contractor shall obey Central, Local and State regulations and
enactments pertaining to workmen and labour and the Engineer In-Charge
6
shall have the right to enquire into and decide all complaints on such matters.
The Contractor should comply with the Minimum Wages Act and should also
ensure that safe practices are followed by his people at site.
4.0
Delays:
4.1
The Contractor/Supplier shall not be entitled to any compensation for
any loss suffered by him on account of delays in commencing or executing the
work, whatever the cause for such delays may be, including delays in
procuring Government controlled or other materials and delay in obtaining
instructions and decisions from the Engineer In-Charge. The Contractor shall,
however, merit extension of time as hereinafter mentioned.
5.0
Taking Over:
The equipment when erected at site shall be deemed to have been taken over
by the Purchaser when the Engineer In-Charge will have certified in writing
that the equipment has fulfilled the contract conditions.
6.0
Extension of Time:
6.1
If the Contractor/Supplier is delayed in the progress of work by
changes ordered in the work, or by any cause, which the Engineer In-Charge
shall decide to justify the delay, then the time of completion shall be extended
by a reasonable time. No such extension shall be allowed unless requested for
extension is made in writing by the Contractor/Supplier to the Engineer InCharge within 15 days from the date of occurrence of the delay.
7.0
Liquidated Damages:
7.1
For all delays, which do not, merit any extension of time, the
Contractor/ Supplier shall attract 1% penalty per week for the first 4 weeks of
delay and 2% penalty per week for the next 4 weeks of the total contract
value. The amount of liquidated damages shall be recoverable from the
payment due to the Contractor/Supplier.
7.2
The deduction of liquidated damages shall not, however, absolve the
Contractor/Supplier of his responsibility and obligations under the contract
to complete the work in its entirety and shall also be without prejudice to
action by the Purchaser under clause: `Termination of Contract by the
Purchaser’. After that the same shall be completed by the Purchaser at the
Contractor’s/Supplier’s risk and cost.
8.0
Other Damages:
8.1
The Contractor/Supplier/Manufacturer shall be responsible for all
injury to persons, animals or things and for all damage to the works, structure
of, and decorative work in the property which may arise from operation or
neglect of himself or any of his Sub-Contractor or of his or Sub-Contractor’s
employees, whether such injury or damage may arise from carelessness,
accident or any other cause whatever in any way connected with the carrying
out of this contract. This clause shall be held to include any damage to
buildings, whether immediately adjacent or otherwise, any damage to roads,
streets, foot paths, as well as all damage caused to the works forming the
subject of this contract by frost or other inclemency of weather. The
Contractor/Supplier shall indemnify the Purchaser and hold him harmless in
7
respect of all and any expenses on property as aforesaid and also in respect of
any claim made in respect of injury or damage under any acts of Government
or otherwise and also in respect of any award of compensation or damages
consequent upon such claim.
8.2
The Contractor/Supplier/Manufacturer shall reinstate all damage of
every sort mentioned in this clause, so as to deliver up the whole of the
contract works complete and perfect in every respect and so as to make good
or otherwise satisfy all claims for damage to the property of the Owner/third
parties.
8.3
The Contractor/Supplier/Manufacturer shall indemnify the Purchaser
against all claims which may be made against the Purchaser, by any member
of the public or other party, in respect of anything which may arise in respect
of the works or in consequence thereof and shall, at his own expense, effect
and maintain, until the work has been ‘Taken Over’ under clause 5.0.
8.4
The Contractor/Supplier/Manufacturer shall also indemnify the
Purchaser against all claims which may be made upon the Purchaser whether
under the Workmen’s Compensation Act or any other statute in force during
the currency of this contract or at common law in respect of any employee of
the Contractor/Supplier or of any of his sub-contractor and shall at his own
expense effect and maintain until the work has been `Taken Over’, with an
approved office.
8.5
The Purchaser, with the concurrence of the Engineer In-Charge, shall
be at liberty and is hereby empowered to deduct the amount of any damages
compensation costs, charges and expenses arising or accruing from or in
respect of any such claims or damages from any sums due to or become due
to the Contractor/Supplier.
9.0
Earnest Money Deposit and Security Deposit:
9.1
Earnest Money Deposit (EMD):
Every Bidder has to pay EMD of amount as specified elsewhere in this tender
by Demand Draft in favour of the Registrar, Tata Institute of Fundamental
Research along with the offer. Quotation received without EMD shall be
rejected and no correspondence whatsoever will be entertained.
For successful bidder the EMD will be refunded after completion of work
/supply of material at site and for unsuccessful bidders EMD will be
refunded after placing the order to successful bidder.
9.2
Security Deposit (SD):
Deductions towards Security Deposit shall be made from all running bills @
5% of the billed amount. The Security Deposit shall be released after the
Defect Liability Period reckoned from the date of completion as certified by
the Engineer In-Charge.
10.0
Guarantee and Defects Liability Period :
8
10.1 The Contractor/Supplier/Manufacturer shall guarantee that all
equipments shall be free from any defect due to the defective materials and
bad workmanship and that the equipment shall operate satisfactorily and that
the performance and efficiencies of the equipment shall be not less than the
guaranteed values.
The guarantee shall be valid for a period of 12 months after the date of
commissioning as certified by the Engineer In-Charge. Any parts found
defective shall be replaced free of all costs by the Contractor/Supplier. The
services of the Contractor’s/Supplier’s personnel if requisitioned during this
period for such work shall be made available free of any cost to the Purchaser.
10.2 If the defects be not remedied within a reasonable time, the Purchaser
may proceed to do so at the Contractor’s/Supplier’s risk and expense without
prejudice to any other rights.
11.0 Terms of Payment :
11.1 Unless otherwise agreed to in writing between the Purchaser and the
Contractor/Supplier, payment for the delivery/commissioning of the
equipment/works approved by the Inspector shall be made as follows:
a)
65% of the contract price of each consignment delivered as soon as
possible after site inspection.
b)
25% of contract price after erection.
c)
10% of the contract price after testing and commissioning, as soon as
possible after final inspection and test.
d)
In addition to his other remedies under the law and those conditions,
the Purchaser shall have lien on each consignment in respect of which 65%
has been paid to secure refund of this amount in the event of the same
becoming refundable under the terms of the contract or under the law and to
secure payment of any other dues under the contract or under the law.
e)
In a, b and c above, Security Deposit @ 5% of the billed value shall be
deducted.
12.0 Special conditions of Contract governing supplies of the Equipments of
this Tender:
12.1
Scope:
12.1.1 This specification covers the supply of material as per the enclosed
details and quantities and supervision of erection and commissioning of the
material.
12.1.2 The Contractor/Manufacturer/Supplier shall quote for all the
materials along with accessories as mentioned in the enquiry.
12.1.3 All the supply shall be in accordance with relevant I.S. Specifications
and recognized standards.
9
12.2
Technical Data Sheet:
All the bidders are instructed to fill up the enclosed Technical Data
Sheet of materials.
12.3 Inspection & Testing of Material:
12.3.1 Contractor/Manufacturer/Supplier shall submit the lists of Type Tests
and Routine Tests to be conducted on the material in Technical Data Sheet.
12.3.2 All the materials shall be tested at factory as per IS Specifications of
material by Purchaser’s Engineer In-Charge/Engineers before dispatch at the
cost of Contractor/Manufacturer/Supplier.
12.3.3 Contractor/Manufacturer/Supplier shall inform the concerned
Engineer In-Charge for inspection and testing in accordance and fix up
suitable date for the same.
12.4 Test Certificates:
Contractor/Manufacturer/Supplier shall submit the Test Certificates of all
materials.
12.5 Taxes & Duty:
12.5.1 Contractor/Manufacturer/Supplier shall quote the basic price of
material. Excise Duty, Custom Duty, Sales Tax, Octroi, Delivery Charges,
Transit Insurance and/or any other charges, if any, must be indicated
separately.
12.5.2 TIFR being a research institute of Govt. of India, is eligible for Excise
Duty and Octroi Exemption on equipment supplies. Necessary exemption
certificate will be provided by TIFR.
12.5.3 Transit Insurance: The Transit Insurance from the point of dispatch to
the site of erection shall be in the scope of Supplier and the cost shall be
indicated separately.
12.6 Delivery of Material:
12.6.1 Packing:
The Contractor/Manufacturer/Supplier shall be held responsible for
loading of all equipments and for the stores being sufficiently and properly
packed for transport by rail, road, sea or air so as to ensure their being free
from any loss or damage on arrival at destination. The packing and marking
of packages shall be done by and at the expenses of Manufacturer/Supplier.
Each package shall contain a packing note quoting purchase order number
and detail of the contents.
12.6.2 All the materials must be delivered at site i.e. National Balloon Facility,
Tata Institute of Fundamental Research, Hyderabad. The unloading and
positioning of all equipments at the designated locations specified by the
Engineer In-Charge shall be in the scope of the Supplier. The Supplier shall
arrange for handling equipments, labour for rigging, etc. as required.
12.6.3 Material must be delivered at site in all respects as mentioned in the
Purchase Order.
10
12.7 Guarantee:
If during the period of guarantee any fault or defect arises, the material shall
be replaced/repaired immediately free of cost, as well as any replacement of
accessories required shall be done free of cost.
12.8
Mistake in Drawing:
The Contractor/Supplier shall be responsible for and shall pay for any
alterations in works due to any discrepancies, errors or omissions the
drawings or other particulars supplied by him whether such drawings or
particulars have been approved by the Purchaser or not.
12.9 Responsibility for Completeness:
Any fittings or accessories which may not be specifically mentioned in the
specifications but which are usual or necessary are to be provided by the
Contractor/Supplier without extra charge and the equipment must be
complete in all details.
12.10 Rejection of Defective Equipment:
If the equipment after the acceptance thereof is discovered to be
defective, notwithstanding that such defects could have been discovered at
the time of inspection or found to have failed to fulfill the requirements of the
contract or developed defects after the erection within a period of 12 months
from the date of erection, even if such erection is done by the Purchaser, he
shall be entitled to give a notice on the Contractor/Supplier setting forth
details of such defects or failure and the Contractor/Supplier shall, provided
such notice is given within a period of 14 months from the date of such
erection or acceptance, forthwith make the defective equipment good or alter
the same to make it comply with the requirements of the contract at his own
cost and further if in the opinion of the Purchaser, the defects are of such a
nature that the defects cannot be made good or required without impairing
the efficiency or workability of the equipment or if in the opinion of the
Purchaser the Equipment cannot be repaired or altered to make it comply
with the requirements of the Contract, the Contractor/Supplier shall,
provided a notice given by the Purchaser in this behalf within a period of 14
months from the date of erection or acceptance thereof, remove and replace
the same with the equipment conforming to the stipulated particulars, in all
respects at the Contractor’s/Supplier’s own cost. Should he fail to do so
within a reasonable time, the Purchaser may reject and replace, at the cost of
the Contractor/Supplier, with equipment of the same particulars or if
equipment conforming to the stipulated particulars are not in the opinion of
the Purchaser readily procurable, such opinion being final, then with the
nearest substitutes.
In the event of such rejection the Purchaser shall be entitled to use the
Equipment in a reasonable and proper manner for a time reasonably
sufficient to enable him to obtain replacement equipment as herein before
provided.
11
12.11 Inspection and Final Tests:
All tests necessary to ensure that the Equipment complies with the
particulars and guarantee shall be carried out at such place or places as may
be determined by the Inspector. Should, however, it be necessary for the final
test as to performance or guarantee to be held over until the Equipment is
erected at site they shall be carried out within one month of completion of
erection.
12.12 Intimation about Delivery:
If the Purchaser shall have notified the Contractor/Supplier in writing
that the former is not ready to take delivery, no equipment or materials shall
be forwarded until an intimation in writing shall have been given to the
Contractor/Supplier by the Purchaser that he is ready to take delivery.
12.13 Delay in erection:
Wherever erection of an equipment or machinery is the responsibility
of the Contractor/Supplier as a term of the contract and in case the Contractor
fails to carry out the erection as and when called upon as to do within the
period specified by the Purchaser, the Purchaser shall have right to get the
erection done through any source of his choice. In such an event, the
Contractor/Supplier shall be liable to bear any additional expenditure that
the Purchaser may incur towards erection. The Contractor/Supplier shall,
however not be entitled to any gain due to such an action by the Purchaser.
12.14 Definition of Equipment:
The work `Equipment’ wherever, it appears in these `Special
Conditions of Contract’ governing supplier of Equipments in this Tender
shall mean all switchgears, panels, etc. or parts thereof or what the
Contractor/Supplier agrees to supply under Contract as specified in the work
order.
12.15 Force Majeure:
Normally Force Majeure shall cover only act of God, fire, wars, strike,
riots and civil commotion, floods, epidemic, quarantine related strikes, freight
embargoes, etc. The contractor shall not be liable for any liquidated damages
for delay or any failure to perform the contract arising out of Force Majeure
conditions, provided that the contractor shall within ten days from the
beginning of such delay notify to the department in writing the cause of delay
along with convincing supporting evidence. The department once convinced
and accepted the reason may extend the supply completion period by a
suitable / reasonable margin.
13.0 Termination of Contract by the Purchaser:
13.1 If the Contractor/Supplier commits any `Act of Insolvency’ or shall be
adjudged an Insolvent or shall have an order for compulsory winding up
made against him or pass effective resolution for winding up voluntarily, or if
the Contractor/Supplier shall suffer any payment under this contract to be
attached by or on behalf of any of the creditors of the Contractor/ Supplier, or
shall assign the Contract without the prior consent in writing of the Engineer
In-Charge, or shall charge or encumber this Contract or any payments due or
which may become due to the Contractor/Supplier there under, or if the
12
Engineer In-Charge shall certify in writing to the Purchaser that the
Contractor/Supplier –
a)
has abandoned the Contract,
or
b)
has failed to commence the works, or has without any lawful excuse
these conditions suspended the progress of the works for seven days after
receiving from the Engineer In-Charge written notice to proceed,
or
c)
has failed to proceed with the work with such due diligence and failed
to make such due progress as would enable the works to be completed in
accordance with the approved programme of work,
or
d)
has failed to remove materials from the site or to pull down and
replace work for seven days after receiving from the Engineer In-Charge
written notice that the said materials or work were condemned and rejected
by the Engineer In-Charge under these conditions,
or
e)
has neglected or failed persistently to observe and perform all or any of
the acts matters or things by this contract to be observed and performed by
the Contractor for seven days after written notice shall have been given to the
Contractor/ Supplier requiring the Contractor/Supplier to observe or
perform the same,
or
f)
has to the detriment of good workmanship or in defiance of the
Engineer In-Charge’s instructions to the contrary sub-let any part of the
contract,
then and in any of the above said causes, the Purchaser with the written
consent of the Engineer In-Charge may, notwithstanding any previous
waiver, after giving seven days notice in writing under the provisions of this
clause to the Contractor/Supplier, determine the contract but without
prejudice to the powers of the Engineer In-Charge or the obligations and
liabilities of the Contract, the whole of which shall continue to be in force as if
the contract has not been so determined and as if the work subsequently
executed has been executed by and on behalf of the Contractor/ Supplier.
13.2 After the issue of such notice, the Contractor/Supplier shall not be at
liberty to remove from site any equipment, tools and materials belonging to
him which shall have been placed thereon for the purpose of the works and
the Purchaser shall have lien upon such equipments, tools or materials to
subsist from the date of such notice and until the notice shall have been
complied with.
13.3 If the Contractor/Supplier shall fail to comply with the requirements
of said notice for seven days after such notice has been given, the Purchaser
shall have the power to enter upon and take possession of the works and site
and all equipment, tools and materials thereon, and to engage any other
person, firm or agency to complete the works, utilizing the equipment, tools
and materials to the extent possible. The Purchaser shall not in any way be
13
responsible for damage or loss of the tools, equipment and materials and the
Contractor/Supplier shall not have any compensation therefore.
13.4 Upon completion of the works, the Engineer In-Charge shall certify the
amount of expenditure properly incurred consequent on and incidental to the
default of the Contractor/Supplier as aforesaid and such amount shall be
deducted from the payments due to the Contractor/Supplier, including the
Security Deposit. If the said amount exceeds the payment due to the
Contractor/Supplier, the Purchaser shall be at liberty to dispose off any of the
Contractor’s/Supplier’s materials, tools or equipment and apply the proceeds
for the payments due from the Contractor/Supplier and recover the balance
by process of law.
13.5 After the works have been completed after the amounts due to the
Contractor/Supplier, the Engineer In-Charge shall give notice in writing to
the Contractor/Supplier to remove the surplus equipment and material from
site. If such equipment and materials are not removed within a period of 14
days after such notice, the Purchaser shall have the power to remove and sell
the same holding the proceed less the cost of removal and sale, to the credit of
the Contractor/Supplier. The Purchaser shall not be responsible for any loss
sustained by the Contractor/Supplier from the sale of the equipment and
material.
14.0 Contractor’s Representative:
14.1 The Contractor/Supplier shall employ at least one qualified
representative whose name shall have previously been communicated in
writing to the Engineer In-Charge and approved by him to supervise the
erection. Any written order or instructions given to the representative shall be
deemed to have been given to the Contractor/Supplier. The Engineer InCharge shall be at liberty to object to any particular representative/or any
persons employed by the Contractor/Supplier on the work and the
Contractor/Supplier shall remove the person objected to, on the receipt of the
Engineer In-Charge, in writing, a request requiring him to do so and shall
provide in his place another competent representative acceptable to the
Engineer In-Charge.
The Contractor’s/Supplier’s representative shall be a qualified electrical/
mechanical engineer and possessing adequate site experience in similar
nature of works.
15.0 Completion Time:
Unless otherwise agreed in writing between the Purchaser and the
Contractor/Supplier, the work contract shall be completed within the
stipulated period mentioned elsewhere in this tender document from the date
of Work/Purchase Order issued to Contractor/Supplier by the Purchaser.
16.0 Delivery of Material at Site:
The Contractor/Supplier/Manufacturer shall arrange for safe transit and
delivery of material at site and unloading the material at site.
17.0
Validity of Tender:
14
The quotation should be valid for 90 days after opening of the Part—I :
Technical Bids.
18.0 Measurements:
All the measurements of quantities shall be done by the Contractor at his own
cost in the presence of the Engineer In-Charge or any authorized person
deputed by him who will certify the routes, length and quantities etc. for the
purpose of determination of the amount payable.
19.0 Spare Parts & Manuals:
Manufacturer/Contractor/Supplier should submit operation, maintenance
and spare part list and manuals for all equipments.
20.0 Training:
Manufacturer/Contractor/Supplier should provide training for operation
and maintenance free of cost for equipments supplied.
21.0 Past Execution Experience:
The Bidder must qualify the following criteria of satisfactory execution of
works in the last 7 years ending on the last day of the month previous to the
one in which tenders are invited:
a)
Three similar works each of value not less than Rs. 75,00,000/-, or
b)
Two similar works each of value not less than Rs. 95,00,000/-, or
c)
One similar work of value not less than Rs. 1,50,00,000/All supporting documents to this effect must be submitted by the contractor
along with the Technical Bid.
22.0
22.1
Contractor:
Contractor should submit following documents along with quotation:
a)
Xerox of Income Tax Returns for last three years.
b)
Xerox of Service Tax /Works Contract Tax Registration.
c)
Xerox of Sales Tax/VAT Registration.
d)
Xerox of PAN Card.
e)
Xerox of Electrical Contractor License.
22.2 The contractor should be the manufacturer or the authorized sales
agent or authorized alliance partner or authorized integrator of the
manufacturer for all major high value items and equipments. Otherwise, the
major items or equipments should be procured directly from the
manufacturer. All supporting document of such authorization must be
submitted by the contractor along with the Technical Bid.
23.0 All the equipments supplied shall be new, first class and should not
have been manufactured on or before 6 (six) months from the date of issue of
Work/Purchase Order to the Contractor/Manufacturer/Supplier.
24.0 Special Instruction for bidding process
This tender is a two part tender. The Part-I: Technical Bid and Part-II: Price
Bid. Bidder shall seal each bid separately with a clear label on the envelope
about its content and submit those in a single sealed evelope (with tender
number). Any pricing details must not appear in the Part-I: Technical Bid.
15
16
ANNEXURE - I
TECHNICAL SPECIFICATIONS
TRANSFORMER, 1250 kVA, 33kV/433V
1.0
Scope
1.1
This specification covers the following as stipulated in Schedule of
Quantities in Part – II : Price Bid.
1.1.1 Transformer: Design, manufacture, inspection and testing at factory
before delivery, supply, delivery at site, positioning at site, final oil test before
commissioning, pre-commissioning tests and final commissioning or part
thereof of 1250 KVA, 33 KV/433 V Transformer as mentioned in this technical
specifications.
1.1.2 Installation: Positioning at site, installation, testing, commissioning of
the transformer as mentioned in the drawing and as per I.S. specification and
I.E. Rules including incidental minor civil work required for installation.
1.1.3 Oil: First fill of oil and all consumables shall be included in the scope of
supply. Testing & filtration of oil as per IS-335 before commissioning of
Transformer shall be in the scope of Contractor/Supplier and charges for the
same to be included in installation, testing, commissioning of the transformer.
1.1.4 Control Cable: All control cables which are connected from
Marshalling Box of proposed Transformer to its HT breaker / panel for
Transformer shall be 4 core x 1.5 sq. mm. copper conductor armoured cable
and work for laying & termination for the same shall be included in
installation, testing and commissioning of Transformer.
1.1.5 Statutory Permissions: All statutory permissions required for
installation and commissioning of the equipment and associated work from
statutory authorities.
1.1.6 The scope of work does not include foundation, termination at primary
and secondary terminals and connection to earth pits. However, while other
agencies would be carrying out those jobs, the purchaser, if so desires, may
ask the services of the successful bidder to supervise the same.
1.1.7 All fittings and accessories which may not be specifically mentioned in
this specification but those are usually necessary for the equipment shall be
specified and shall be deemed to be included in the specification and shall be
furnished by the bidder without extra charges.
1.1.8 Delivery (including unloading) shall be made to the destination /
location as specified in this tender document. The contractor shall arrange all
17
road clearances / permit etc. as may be necessary for transportation. TIFR
may assist in arranging Road Permit wherever possible.
2.0
General:
2.1
All the supply and work shall be in accordance with the relevant I.S.
Specification and recognized standards and modern approved practice and
shall meet the requirement of the latest issue of applicable codes, factory rates
and regulations, supply codes and all standard accepted practice in locality
where the installation is to be made.
2.2
All the materials and accessories provided by Contractor under terms
of this contract shall conform to the relevant Indian Standard Specifications.
Samples of all equipment, materials and accessories to be supplied by the
Contractor shall be submitted for the approval of the Engineer In-Charge
before they are used.
2.3
Contractor shall provide all necessary labour, tools, and other requisite
work like drilling, cutting, welding etc. as may be necessary for the work at
his own cost.
2.4
Good workmanship is the essence of this contract and shall be
complied with at all time. The Contractor shall have the works supervised by
his qualified and experienced engineers. All the defects pointed out by the
Engineer In-Charge shall be rectified immediately by the Contractor free of
cost.
2.5
The installation shall generally be carried out strictly in conformity
with the requirement of latest edition of the Indian Electricity Act, 1910, as
amended from time to time, and the Indian Electricity Rules, 1956, framed
therein and all other statutory regulations that may be relevant to the
installation.
2.6
No alteration which may affect the structures and architecture of
building shall be done without the prior approval of the Engineer In-Charge.
All work shall be carried out in such a manner that it should not cause any
inconvenience to other works which are under progress. The Contractor shall
cooperate with other agencies in the area for the smooth execution of all
works.
2.7
Contractor shall bring all roads, pathways, ground and other surfaces
and installations which were affected during the execution of this work by the
contractor to the original state and finish to the satisfaction of the Engineer InCharge.
2.8
Accidental damage to any property shall be reported immediately to
site engineers and latter confirmed in writing to the Engineer In-Charge.
2.9
The Contractor must submit all required GA drawing and necessary
design details to the Purchaser for approval. However, it shall be noted that
such approval by the purchaser shall not relieve the Contractor of his
liabilities as mentioned in this Tender Document.
18
2.10 The successful bidder shall furnish to the purchaser Routine test
certificates for prior approval before despatch of any equipment from the
works and the approval in writing from the purchaser is essential to affect the
despatch of the equipment. The test reports shall be submitted completed
with identification data including serial number of equipments.
2.11 Test shall be performed in presence of purchaser’s representative, if so
desired by the purchaser. The successful bidder should give at least thirty
days’ advance notice of the date when the tests are to be carried out.
3.0 Technical Data and Type Test Certificates
3.1
Each tender shall be accompanied by the following information with
sufficient details to enable the purchaser to make an appraisal of the quality
and suitability of the material and equipment offered:
a)
Complete information required in the form of “Technical particulars to
be filled by the bidder” of this specification.
b)
Type test certificates of similar equipment offered or of similar design
and capacity from a Govt. recognized laboratory. Type test certificates should
not be more than 5 (five) years old.
c)
Manufacturer’s literature, brochures, catalogues etc.
d)
List of customers to whom similar such equipment has been supplied.
e)
Detail lists of successfully commissioned transformers of equivalent
rating during the last three years. Contractor should note that failure to
comply with the provision of this clause might be sufficient reason to reject
the bid.
19
Standard Specification of 1250 KVA 33 KV/433 V Distribution Transformer
1.0
Specification Requirement & Rating
1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.8
1.9
Service
Type
Duty
Material of winding
No load losses
Full load losses
Percentage Impedance
Type of Cooling
Temp. rise limit above ambient:
1.9.1 Top oil by thermometer
1.9.2 Winding by resistance
No. of phase
Frequency Hz
Winding
Rating
Rated Voltage (line to line) :
i) H.V. (Primary)
ii) L.V. (Secondary)
1.10
1.11
1.12
1.13
1.14
:
:
:
:
:
:
:
:
Outdoor
Oil immersed
Distribution
Copper
≤ 3 KW
≤ 9.8 KW
≤ 5%
ONAN
:
500C
:
550C
3
:
50
:
Two (core type)
1250 kVA
:
:
33 kV
433 V
:
:
1.15
Insulation Level
Power Frequency
withstand voltage
Lightning Impulse
withstand voltage
i)
H.V.
(Duration as per IS)
70 kVrms
145-170 kVpeak
ii)
L.V. (One Minute)
as per IS standards
1.16
Inter Phase connection
i) H.V.
ii) L.V.
iii) Neutral
:
Delta
:
Star
:
Solidly grounded
1.17
Vector Group
:
Dyn 11
1.18
Type of Tap provided
:
Off-load
1.19
Tap Provided on
:
H.V. Winding
1.20
Range of Taps
:
+ 2.5%
1.21
No. of Tap including principal tap
:
9
1.22
Method of tap changing
:
Manual
20
1.23
Fault in kA (Symmetric)
1.24
Terminal Arrangement
i) H.V. Side
:
:
50 kA or as per IS
By 33 kV XLPE cable
1 x 3 Core x 400 sq.mm
Aluminum with cable
terminal box suitable
for
Raychem
type
terminations
ii) L.V. Side
:
By Bus Duct
iii) Neutral Terminal
:
Solidly earthed with
Copper flat strip
1.25
Remote Monitoring
2.0
Scope of Supply:
:
Signal output
interface for
temperature and oil
level monitoring
from remote location
2.1
This specification covers the design, manufacture, testing at factory,
packing, forwarding, supply at site, unloading at site, visual inspection &
testing at site & positioning at the designated location on delivery of 33
KV/433 V, 1250 KVA, 3 Phase, Delta/Star, 50 Hz, core type, oil immersed,
naturally self cooled, outdoor type distribution Transformer with off-load
manual tap-changer.
3.0
Codes & Standards:
3.1
The transformer shall conform to IS 2026/1977 (with latest
amendments)/ IEC 60076-1993 (with latest amendments) except where
specified otherwise.
The finished Distribution Transformer, Oil, off-load manual tapchanger, all accessories, etc. which are used in manufacturing of transformer
shall conform in all respects to the relevant Indian Standard specification/IEC
Standards with latest amendments as
Indian Standard
IS 2026/1977
IS 6600
Specification for Power Transformer
Part I to V With latest amendment
Guide for
transformer
21
loading
of
oil
immersed
IS 3639
Fitting
&
transformer
standard
accessories
IS 1271
Classification of insulating material for
Electrical machinery & apparatus in
relation
to their stability in service.
IS 335/1993
New insulating oils Electrical clearance
of
International & Internationally recognized standard
IEC 60076-1993
IEC 60071
Power Transformer Part 1 to 5
3.2
In case of any imported equipments/material, standards of the country
of origin shall be applicable if these standards are equivalent or stringent than
the applicable Indian Standards.
3.3
The equipment shall also conform to the provisions of Indian
Electricity Rules and other Statutory Regulations currently in force in the
country.
3.4
In case Indian Standards are not available for any equipment,
standards issued by IEC/BS/VDE/IEEE/NEMA or equivalent agency shall
be applicable.
3.5
In case of any contradiction between various referred
standards/specifications/data sheet and statutory regulations, the following
order of priority shall govern.
a)
Statutory Regulation
b)
These Specification
c)
Relevant Codes & Standards
4.0
Site/Climate Conditions:
4.1
The Distribution Transformer shall be suitable for installation and
satisfactory continuous operation in a sub-station in a generally hot and
humid atmosphere. The distribution transformer shall be designed to operate
continuous under site condition as specified below.
i) Location
: Hyderabad
ii) Max. ambient air temperature, 0C
: 50 0C
iii) Min. ambient air temperature, 0C
: 10 0C
0
iv) Max. average daily ambient air temp., C
: 40 0C
v) Max. yearly weighed average ambient temp, 0C : 32 0C
vi) Max. relative humidity, %
: 95 %
vii) Average Annual rainfall, mm
:800 mm
22
viii) Max. altitude above mean sea level (Meters)
5.0
: 540 m
General Requirements:
5.1
The offered distribution transformer shall be new with state of the art
technology and proven field track record. No prototype equipment shall be
offered.
5.2
Vendor shall ensure availability of spare parts and maintenance
support services for the offered distribution transformer for at least 10 years
from the date of supply.
5.3
Vendor shall give a notice for at least one year to the end user of
equipment before phasing out the product/spares to enable the end user for
placement of order for spares and services.
6.0
General Specification:
6.1
The transformer and accessories shall be designed to facilitate
operation, inspection, maintenance and repairs. All apparatus shall be
designed to ensure satisfactory operation under such variation of the load and
voltage as may be met with under working conditions on the system,
including those due to short circuit.
6.2
Construction:
6.2.1 The transformer tank shall be made from high grade plate steel,
suitably reinforced by means of stiffness made of structural steel section. All
seams, flanges, fitting lugs, braces and other parts attached to the tank shall
be welded. The interior of the tank shall be cleaned by shot blasting and
painted with two coats of heat resistant and oil insoluble paint. All joints
which may have to be opened time to time in the course of operation shall be
of a design to permit them to be made easily oil tight in re-assembly. All the
bolts and nuts used outside must be stainless steel (S.S. 304 grade). The tank
cover shall be suitably sloped so that it does not retain rain water. Base shall
be suitably reinforced to prevent any distortion during lifting. Base channels
shall be provided with skids and pulling eyes to facilitate handling.
6.2.2 Transformer tank shall be equipped with detachable radiator banks
with valves.
6.2.3 The transformer tank, radiator and conservator shall be designed
taking into account the loss of thickness due to shot blasting.
6.2.4 All the surface to be painted shall be thoroughly cleaned, de-scaled,
made free from dust and given a primer coat or rust resisting paint followed
by two finishing coats of approved shade. Type of paint shall be epoxy or
synthetic enamel as specified in data sheet.
6.3
Operating Conditions & Performance Requirements:
23
6.3.1 Transformer shall comply as regards to rating, temperature rise and
overload with the appropriate requirements of IS 2026 when operating with
ONAN cooling.
6.3.2 Transformer shall operate without injurious heating at the rated KVA
at any voltage within + 10% of rated voltage at that particular tap.
6.3.3 Transformer shall be capable of delivering the rated current at a
voltage equal to 105% of the rated voltage without exceeding the limiting
temperature rise.
6.3.4 Transformer having tapping ranges extending not more than 5% below
the nominal voltage shall operate on the principal tapping without exceeding
the limit laid down in IS-2026 for oil temperature rise and winding
temperature rise as measured by resistance. On the other tapping, they shall
operate continuously without injurious heating.
6.3.5 Transformers except where stated below with tapping ranges
extending more than 5% below the nominal voltage, shall meet the
temperature rise limits specified in IS-2026 on all tapping on which the rated
current is not more than 95% of the maximum rated current on the lowest
voltage tapping. On other tapings, they shall operate continuously without
injurious heating. The loading of the transformer is to be in accordance with
IS-6600: Guide for loading of oil immersed transformers.
6.3.6 The transformers shall be suitable for continuous operation with
frequency variation of +3% from normal 50 Hz without exceeding specified
temperature rise.
6.3.7 Transformer shall be capable of withstanding without any damage to
external short circuit between phases and phase to ground according to IS 2026 or its latest version.
6.4
Temperature:
6.4.1 The transformer shall be suitable for installation at location where
ambient temperature is as indicated below and final temperature rise not to
exceed the limit as specified below:
i) Max. ambient temperature
ii) Max. oil temperature rise by Thermometer
iii) Max. winding temperature rise
by winding resistance measurement
6.5
: 50 0C
: 50 0C
: 55 0C
Vibration & Noise:
6.5.1 The manufacturer shall ensure that the noise level shall not be more
than 5 decibels above the NEMA standard publication TR-1.
6.6
Suppression of Harmonics:
24
6.6.1 The transformers shall be designed with particular attention to the
suppression of harmonic voltage, especially the third and fifth so as to
eliminate wave form distortion and any possibility of high frequency
disturbances reaching a magnitude as to cause interference with
communication circuits.
6.7
Terminals & Marshalling Box:
6.7.1 Primary winding and secondary winding shall be brought out and
terminated on cable boxes as specified in data sheet. However, Supplier will
be confirmed at the later stage while approving GA drawings regarding
dimensions of Bus Duct to be used for connecting the secondary terminals
and necessary modifications, if required, shall be carried out by the supplier
to suit the termination of the bus duct.
6.7.2 Primary winding and secondary winding terminals shall be located on
opposite side as specified in the data sheet.
6.7.3 Cable boxes shall have sufficient space for segregating the cable cores
and to give adequate clearance in air between base conductors at the
terminals. Cable boxes shall be supplied with tinned copper non-soldering
type cable lugs and armour grips where specified in the data sheet. Cable
boxes shall be equipped with disconnecting chamber. Cable boxes for the
termination of XLPE cables shall be suitably dimensioned to accept XLPE end
terminations of Raychem type (Heat shrinkable terminations). In case of bus
duct, terminal arrangements shall suit the dimension of the purchaser’s bus
duct whose drawings will be furnished to the supplier.
6.7.4 For single core cables, gland plate shall be of non magnetic material.
6.7.5 Two earthing terminals capable of carrying full lower voltage short
circuit current of the Transformer for one second shall be provided.
Provisions shall be made at positions close to each of the bottom two corners
of tank for bolting the earthing terminals to the tank structure to suit local
conditions.
6.7.6 Marshalling Box shall be dust proof, vermin proof and weather proof.
All protective devices of the transformer and neutral CTs shall be wired by
means of PVC insulated PVC sheathed armoured cables upto marshalling
box. Terminals shall be of Elmex or Connectwell make or equivalent.
Removable gland plate (2.5 mm thick CRCA) shall be provided.
6.7.7 Where specified in the data sheet, extra neutral bushing of appropriate
voltage and current rating shall be provided for grounding of the transformer
neutral. From this bushing, 1 No. 50 x 6 mm copper flat strip shall be brought
upto the base of transformers duly supported by suitable rating of pin type
insulators.
25
6.7.8 All control cables shall be armoured and of copper conductor.
6.8
Accessories:
Accessories as specified on the data sheet shall be included in the scope
of supply. Following points shall be specifically noted:
6.8.1 Conservator shall be complete with oil filling plug and cap, oil drain
valve, purging device and plain oil level gauge indicator with sight glass in
addition to magnetic oil level gauge, if specified in the data sheet.
6.8.2 Explosion vent shall be rotatable in all direction and provided with
sight glass and equalizer pipe connections.
6.8.3 Bottom drain valve shall be of suitable diameter so as to drain off 90%
of the oil in 10 minutes.
6.8.4 Thermometer pocket shall be complete with mercury in glass
thermometer (0-1200C).
6.8.5 Buchholz relay shall be provided in main tank having double float type
with two separate normally open trip and alarm contacts. Isolating valve
shall be on either side and distance piece shall be supplied. The Buchholz
relay shall conform to IS: 3637.
6.8.6 Oil temperature indicator shall be 6” dial type with two separate
normally open contacts for alarm and trip control.
6.8.7 Winding temperature indicator shall be 6” dial type with two separate
normally open contacts for alarm and trip control.
6.8.8 Jacking pads and two sets of lifting lugs - one set for complete
transformer and other set for top cover with core and coil assembly - shall be
provided. Tank shall be designed for full vacuum and shall be pressure
tested.
6.8.9 The fitting of Silica Gel Breather to conservator should be mounted in a
suitable position for access and visual inspection at ground level.
6.8.10 Bi-directional rollers shall be provided as per I.S. Specifications.
6.9
Core:
6.9.1 Bidder shall offer the core for inspection and approval by the
purchaser during the manufacturing stage. Bidder’s Call Notice for this
purpose should be accompanied with the following documents as applicable
as a proof towards use of prime core material.
26
a.
b.
c.
d.
e.
Invoice of the supplier of core laminations.
Mill’s Test Certificate.
Packing List.
Bill of Loading.
Bill of Entry Certificate to customs.
Core material should be directly procured either from the manufacturer or
though their accredited marketing organization of repute and not through
any agent.
6.9.2 A random selected sample of the core material shall be checked for
following points during manufacturing stage.
a.
b.
c.
d.
e.
Losses, magnetizing characteristics and thickness.
Amount of burrs.
Check for overlapping of stampings.
Visual & dimensional check during assembly stage.
Visual & dimensional check for straightness, thickness of limbs and
suitability of clamps.
f.
Check for Cross Sectional area of core (one of each design).
g.
Check on the complete core for measurement of Iron losses by exciting
the core so as to induce the designed value of flux density in the core (one of
each design).
6.9.3 The core shall be constructed from high grade non ageing cold rolled
super grain oriented Silicon steel laminations, M4 or superior grade, suitably
annealed, free from rust, dirt and dust. The lamination shall be free from
burrs, edges and be cut at the angle of 450. Cut edges shall be insulated.
6.9.4 Manufacturer should have in house facility for core cutting and
slitting.
6.9.5 The maximum flux density in any part of the core and yoke at rated
voltage and frequency at any tap shall not exceed 1.73 Tesla. A margin of 10%
for over fluxing may be provided for worst combination of voltage and
frequency within the ranges specified.
6.9.6 The design of the magnetic circuit shall be such as to avoid static
discharges, development of short circuit paths within itself or to the earthed
clamping structure and production of flux component at right angle to the
planes of the laminations which may cause local heating.
6.9.7 Each core lamination shall be insulated with materials that will not
deteriorate due to pressure and hot oil.
6.9.8 The class and type of insulation used on the core bolts under the nuts
and side plates shall be stated in the guaranteed technical particulars.
Adequate core clamping arrangements shall be made to prevent distortion or
wave force of laminations and withstand short circuit forces. Core clamping
bolts shall be effectively insulated with craft paper and fibre glass tubes.
27
6.9.9 Oil ducts shall be provided wherever necessary to ensure adequate
cooling. The winding structure and major insulation shall not obstruct the
free flow of oil through such ducts.
6.9.10 The supporting frame work of core shall be so designed as to avoid
presence of pockets which will prevent complete emptying of the tank
through drain valve or cause taping of air during oil filling.
6.9.11 All steel sections used for supporting the core shall be thoroughly sand
blasted after cutting, drilling and welding.
6.10
Windings:
6.10.1 The bidder shall ensure that windings are made in dust proof
atmosphere. The bidder shall furnish along with the bid the facilities
available at manufacturer’s works.
6.10.2 The Conductors shall be of good quality electrolytic Copper and high
quality Kraft paper insulated. The bidders shall ensure that the material used
is procured from a reputed manufacturer/supplier. The bidder will have to
give the brand name/name of the suppliers of all components in the offer and
the inspecting office shall have the access to all the documents, the entire
design, construction and treatment.
6.10.3 The insulation of transformer winding and connection shall be free
from insulating compounds which are liable to soften, ooze out, shrink or
collapse and be non-catalytic and chemically inert to transformer oil during
service.
6.10.4 Inter-winding spacers/blocks for axial and radial support of winding
should be of high quality pre-compressed boards.
6.10.5 Coil assembly and insulating spacers shall be so arranged as to ensure
free circulation of oil and to reduce the hot spot of the winding.
6.10.6 The winding shall be designed to withstand impulse and power
frequency test voltage as specified in IS 2026 and its specification.
6.10.7 The windings shall be designed to withstand to reduce to a minimum
the out of balance forces in the transformer at all voltage ratios.
6.10.8 The windings and connections of the transformer shall be brazed to
withstand shocks which may occur during transport or due to switching short
circuits and other transient conditions during service.
6.10.9 The core and winding shall be capable of withstanding the shock
during transport, installation, service and adequate provision shall be made
to prevent the movement of core and winding relative to tank during these
conditions.
28
6.10.10 All the cleats and cable support should be of either pre-compressed
board or densified wood.
6.10.11 The bidder shall offer the conductor and the windings for inspection
during the manufacturing process for verification of cross section area,
current density and above details.
6.11
Insulating Oil:
6.11.1 The insulating oi shall conform to the IS: 335/BS: 148/IEC: 296. The
quality of the oil supplied with transformer shall conform to the oil
parameters specified below. No inhibitors shall be used in the oil. The oil
used shall be free from PCBs (Polychlorinated Biphenyls). The oil samples
will be drawn as follows:
a)
b)
c)
Prior to filling
Before and after heat run test.
Before energizing.
6.11.2 All electrical test as per IS 335 shall be conducted on all oil samples.
6.11.3 The bidder shall warrant that oil furnished is in accordance with the
following specification.
Sr.No. Characteristics
Requirement
Method of Test
1)
Appearance The oil shall be clear
A representative
& transparent and free sample of oil shall be
from suspended matter examined in a 100
or sediment.
mm thick layer at
ambient temperature
2)
Density at 270C max.
3)
4)
27 CST
Kinematic Viscosity at 270C
0
Interfacial tension at 27 C min. 0.04 N/m
5)
Flash Point
1400C
IS 1448
6)
Pour Point Max.
- 60 C
IS 1448
7)
Neutralization value
0.03 mg KOH/g
IS 335
(Total Acidity) max.
Appendix `A’
8)
Corrosive Sulphor (in terms
of classification of Copper strip)
0.89 g/sq.cm.
IS 1448
IS 1448
IS 6104
Non Corrosive
Appendix `B’
29
IS 335
9)
Electric Strength (BDV)
(2.5 mm gap)
a) New untreated oil
30 KV (rms)
(if the above value is not attained the oil shall
be treated.)
b) After treatment
60 KV (rms)
10)
Dielectric dissipation factor
(tan delta) at 900C max.
0.002
11)
Specific resistance (resistivity)
a) at 900C min.
35E+12 ohm cm
b) at 270C min.
1500E+12 ohm cm
Oxidation Stability
a) Neutralization value after
oxidation (max.)
0.40 mg/KoH/g
12)
b) Total sludge after oxidation
(maximum).
IS 6792
IS 6262/1971
IS 6103/1971
0.10% by weight
13)
Presence of oxidation
Oil shall not contain
anti oxidant inhibitors
IS 335
(Appendix `D’)
14)
Water content (max.)
50 ppm
15)
Ageing characteristics after
96 hrs. with catalyst copper
As per ASTM-D
a) Resistivity
i) 270C
ii) 900C
Min. 2.5E+12 ohm cm
Min. 0.2E+12 ohm cm
b) Tan delta at 900C
0.2 (max.)
c) Total acidity (max.)
0.05 mg/KoH/gm (max.)
d) sludge content by weight
As per IS 335
IS 2362
Oil sample taken from the transformer after the completion of site
processing and tested in the approved manner shall be as per IS 1866
Specification before commissioning of the transformer.
6.12
Evaluation of losses:
30
6.12.1 The no load losses in KW at rated voltage and rated frequency and
total losses in KW at rated full load current and rated frequency at 750C shall
be guaranteed for the transformer.
6.12.2 For the purpose of bid evaluation, the capitalized cost of iron loss and
load losses at rated voltage and frequency shall be added to the quoted price
of the transformer as per following REC formula.
Capitalized cost of Transformer : IC + 1,92,873 x Wi + 25,479 x Wc
where Wi and Wc are the no load and load loss at rated voltage and
frequency in KW quoted by the bidder and IC is the price of transformer
quoted.
It shall be noted that the calculation of the capitalized cost may be done as per
the latest standard whichever is beneficial to the purchaser.
6.12.3 The tolerance on the losses of each transformer shall be in accordance
with IS 2026.
6.12.4 During testing if it is found that the actual losses are more than the
values guaranteed by the bidder, penalty will be imposed for excess loss over
the corresponding guaranteed loss. The penalty shall be recovered from the
bidder at the rate of Rs. 1,92,873/- per KW for the excess of no load loss and at
the rate of Rs. 25,479/- per KW for the excess of load losses. For fraction of a
KW, the penalties shall be applied on pro-rata basis. If the figures of the
losses are less than the guaranteed values, no bonus will be allowed. The rates
mentioned herein may be modified as per the latest standard whichever is
beneficial to the purchaser.
6.12.5 The bidders must clearly specify whether the losses quoted are `FIRM’
or subject to IS tolerance. In case of ambiguity, loading as per IS tolerance
shall be considered for price comparison purpose.
6.13
Tolerance:
Sr. No.
1.
2.
Item
Tolerance
a) Total losses 10% of total losses
b)
Component losses provided that the
15% of each
component tolerance for total
losses
losses of 10% is not exceeded.
Voltage ratio at principal tapping The lower of the following:
a)
0.5% of the declared ratio.
31
b)
A percentage of the declared
ratio equal to 1/10th of the
actual % impedance voltage
at rated current.
3.
Impedance voltage at rated
Current (principal tapping)
10% of the declared impedance
voltage for that tapping.
4.
No load current
+ 3% of the declared no load
current
6.14 Quality assurance plan:
The bidder shall submit the proposed quality assurance plan for approval
which should include the following information.
a)
List of raw materials/details of their past suppliers. Test Certificates
for the raw material as well as the proof of purchase (documents for excise
duty) for information of the purchaser.
b)
List of standard use to test the raw material.
c)
Detailed plan for stage inspection of raw material (at the sub-vendors
works) and at the work of manufacturer.
d)
A detailed “List of Hold Points” in case of testing and acceptance
procedure.
e)
The manufacturer should have adequate testing facility for all routine
and acceptance tests and arrangements for measurement of losses, resistance,
etc.
f)
In case of third party inspection, schedule of the same.
6.15
Inspection & Testing
6.15.1 Engineer In-Charge or his representative shall be given free access in
the work from time to time for stage-wise inspection and progress reporting.
Two weeks advance notice shall be given to witness the final routine tests as
per IS 2026 and other test as agreed upon. These tests shall be performed on
the complete assembly at manufacturer’s works. Transformer shall be subject
to Heat Run Test as specified in IS. Test Certificates duly signed by TIFR
representative shall be issued as part of final document.
6.15.2 Tapped winding shall be connected on their principal tapping unless
the relevant test clause requires otherwise or unless the manufacturer and
purchaser agree otherwise.
32
6.15.3 Test shall be made at any ambient air temperature below 500C. Where
it is required, test results shall be corrected to a reference temperature of 750C.
6.15.4 For all type and acceptance tests, the acceptance values shall be the
value guaranteed by the supplier in the proforma for “Guaranteed Technical
Particulars” furnished in this specification or acceptance value specified in
this specification, which is more strengthen for that particular test.
6.15.5 TIFR reserves the right to witness any or all the tests.
6.15.6 TIFR reserves the right to witness any stage of manufacturing of the
transformer.
6.15.7 Makes for all the testing equipments installed in the work of the
bidder/manufacturer shall be furnished along with the calibration/latest test
results carried out on these equipments from a Govt. approved Test House.
6.15.8 TIFR shall have the option to check the input of material including
weights, dimension, current density, flux density, etc anytime during the
manufacturing process or at final inspection.
6.15.9 Type Tests:
Type Test as listed below shall be performed on the transformer as
specified in IS-2026:
i)
Impulse Voltage Withstand Test.
ii)
Dielectric Type Tests.
iii)
Temperature Rise Test.
iv)
Short Circuit Test.
6.15.10Acceptance & Routine Tests:
All the routine test shall be performed on the transformer as specified
in IS-2026:
i)
Measurement of winding resistance.
ii)
Measurement of voltage ratio, polarity and phase relationship.
iii)
Measurement of impedance voltage.
iv)
Measurement of load loss.
v)
Measurement of no load loss and no load current.
vi)
Induced over voltage withstand test.
6.16
Drawing & Documents:
6.16.1 Vendor shall submit following information/drawing along with bid.
i)
Clause deviation, if any.
ii)
G.A. Drawings of transformer including marshalling box, cable boxes
with disconnecting chamber.
iii)
Total weight of transformer including all accessories.
iv)
Total weight of oil.
v)
Performance particulars of the transformer.
33
6.16.2 Within four weeks of the Letter of Intent /Purchase Order, vendor
shall submit 4 sets of the following drawing for approval of TIFR prior to
manufacture.
a)
G.A. Drawings of transformer showing plan, elevation and end view
complete with dimensions with all fittings and accessories, locating
dimensions of cable entries, foundation/floor fixing details, sacking pads &
weights of the following:
i)
ii)
iii)
Marshalling Box.
Cable Boxes (HV & LV).
Disconnecting chambers.
b)
Terminal details, mounting details, make and type number, current &
voltage ratings, creepage distances and principal characteristics.
c)
HV & LV cable box details.
d)
Schematic circuit diagram and detailed wiring diagram with terminal
details and marshalling Box.
e)
G.A. drawing of Marshalling Box.
f)
Rating & diagram name plate details.
6.17 Packing:
Transformers with all accessories shall be dispatched to site packed in
wooden crates wherever applicable. It shall be wrapped in Polyethylene
sheets before putting in crates and it shall be ensured that damage to the
equipment does not occur during handling/transportation.
6.18 Guarantee:
The transformers shall be guaranteed against all design and manufacturing
defects, poor workmanship etc. for a period of 12 months from the date of
commissioning or 18 months from the date of supply, whichever is earlier.
Any defects discovered during this period shall be rectified by the vendor free
of cost to purchaser.
6.19 Annual maintenance contract
At the discretion of the purchaser, it shall be binding on the contractor to
enter into an annual maintenance contract (AMC) for regular servicing and
maintenance of the transformer for a period of four years after expiry of the
free guarantee period of first 12 months from the date of commissioning. The
contractor must quote for the charges of such AMC separately in the schedule
of quantities. The entire bid may be ignored if AMC charge is not specified in
the price bid.
34
Fittings & Standard Accessories for Transformers as per IS: 3639
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
Monogram Plate.
Conservator with Drain Valve.
Oil Filling Hole with flange & bolted cover.
Breather with Dehydrating Silica Gel and oil seal.
Top Filter Valve.
Bottom Drain cum Filter Valve.
Air Release Plug.
Explosion Vent with single diaphragm.
Detachable type radiator with valves.
Thermometer pocket.
Oil Level Indicator on conservator tank.
Double Float Buchholz relay with alarm & trip control.
Magnetic type oil level gauge with low level alarm contacts.
Oil Temperature Indicator.
Winding Temperature Indicator.
Skid type under base.
Base channel with towing holes/lugs.
Bidirectional Rollers.
Lifting Lugs.
Cover Lifting Lugs.
Jacking Lugs.
Earthing Bolts.
HT and LT terminal boxes.
Neutral terminal for earthing.
Marshalling Box.
35
GUARANTEED TECHNICAL PARTICULARS
TO BE FILLED BY BIDDER
TO BE SUBMITTED WITH TECHNICAL BID
TRANSFORMER
1.0
1.1
1.2
1.3
General
Make
Type
Reference Standard/Approvals
a)
ISI
b)
IEC
2.0
2.1
2.2
2.3
Rating:
Rated Output, KVA
Type of Cooling
Rated Voltage, KV
H.V.
L.V.
2.4
: CG/Areva/Schneider
: Oil immersed
:
:
:
:
Rated Current, Amps
H.V.
L.V.
:
:
2.5
No. of Phases
:
2.6
Rated Frequency, Hz
:
2.7
Vector Group reference
:
3.0
3.1
Temperature
Reference ambient temp.
0C
:
3.2
Temp. rise over reference ambient
a) In oil by thermometer, 0C
b) In winding by resistance,
0C
:
:
4.0
4.1
4.2
4.3
4.4
Tapings
Type
Capacity
Range,
Steps x % variation :
Taps provided on H.V. winding :
5.0
5.1
5.2
5.3
Insulation Level, KV/KVp
H.V.
L.V.
H.V. Neutral
:
:
:
:
:
36
5.4
L.V. Neutral
:
6.0
6.1
6.2
6.3
Impedance at principal tap at rated current & frequency, %
Impedance
:
Reactance
:
Resistance at 750C
:
7.0
7.1
7.2
7.3
7.4
Guaranteed Losses at principal tap at full load at 750C, KW
No load losses
:
Load losses
:
Cooler losses
:
Tolerance applicable on above values, % :
8.0
8.1
8.2
8.3
8.4
8.5
Efficiency at 750C and 0.8 power factor lag, %
At full load
:
At ¾ full load
:
At ½ full load
:
Maximum Efficiency
:
Load and power factor at which it occurs :
9.0
9.1
9.2
10.0
10.1
10.2
10.3
11.0
11.1
11.2
11.3
12.0
12.1
12.2
Regulation at full load at 750C, % :
At unity power factor
:
At 0.8 power factor lagging
:
No load current referred to HV, Amps :
At 90% rated voltage
:
At 100% rated voltage
:
At 110% rated voltage
:
Approx. maximum flux density, Web/m2 :
At 90% rated voltage
:
At 100% rated voltage
:
At 110% rated voltage
:
Maximum current density, A/cm2
:
H.V. Winding
:
L.V. Winding
:
13.0
13.1
Withstand time without injury, Sec :
Three phase dead short-circuit at terminal with
rated voltage maintained on the other side :
13.2
Single phase short circuit at terminal with
rated voltage maintained on other side :
14.0
14.1
14.2
14.3
14.4
Details of Tank
Material
Thickness of sides, mm
Thickness of bottom, mm
Thickness of cover, mm
15.0
15.1
15.2
Core
Type
Core material
:
:
:
:
:
:
:
:
37
15.3
15.4
16.0
16.1
Thickness of lamination, mm.
Insulation of lamination
Coils
Type of coil
a) H.V.
b) L.V.
:
:
16.2
Conductor material
:
16.3
a.
b.
c.
d.
Insulating material
H.V. – Turn
L.V. – Turn
L.V. – Earth
H.V. – L.V.
17.0
17.1
17.2
17.3
17.4
i)
ii)
iii)
Tap – Changer
Type
:
Time required for one-step change, Secs. :
Operation feasible from standing height from ground? :
Provided with
tap position indicator
:
Operation counter
:
Pad locking provision
:
17.5
All contacts Silver plated?
18.0
18.1
18.2
18.3
18.4
Insulating Oil
Approx. Volume, Litre
10% excess oil furnished?
:
Oil confirms to
Oil preservation system provided?
19.0
19.1
Minimum Clearance
Between phases
a. In air
mm
b. In oil
mm
:
:
Between phase & earth
a. In air
mm
b. In oil
mm
:
:
19.2
:
:
:
:
:
:
:
:
:
:
:
:
H.V.
20.0
20.1
20.2
20.3
20.4
Terminal Connections
H.V.
L.V.
H.V. Neutral
L.V. Neutral
21.0
21.1
21.2
Marshalling Box
Weather proof, suitable for outdoor :
Degree of protection
:
:
:
:
38
:
L.V.
22.0
22.1
22.2
22.3
Terminal Blocks
Make
Type
10% spare terminals furnished?
23.0
23.1
23.2
23.3
Wiring
Cable type
Voltage grade, volt
Conductor size, mm2
24.1
24.2
24.3
Alarm & Trip Contacts Ratings :
Rated Making Current, Amps :
Output signal interface for remote monitoring :
25.0
Accessories
Each transformer furnished with fittings :
And accessories as per Annexure?
26.0
26.1
Details of Conservator
Volume of Conservator
27.0
27.1
27.2
27.3
27.4
27.5
27.6
Approx. weight, Kg
Core
Windings
Core with frame
Tank and Fittings
Oil
Total weight
28.0
Approx. Overall dimension including Radiators, mm
a) Length
:
b) Breath
:
c) Height
:
29.0
Wheel-base dimension, mm
30.0
Size of the cable box/ Disconnection Chamber, mm :
31.0
Graph for
a) Derating of Transformer with time during its life cycle :
:
:
:
:
:
:
:
:
:
:
:
:
:
:
b) Transformer Overloading v/s Time :
c) Transformer hot spot
:
32.0
List of Test Offered at the time of Inspection at Suppliers premises
a) Type Test
:
b) Routine Test
:
33.0
List of spare parts required for maintenance for next two years :
39
40
LIST OF APPROVED MAKE OF MATERIALS
1. Transformer, 1250kVA, 33kV/433V
CG/Areva/Schneider
2. PVC Cable, 1.1kV, armoured/unarmoured CCI/Finolex/NICCO
3. XLPE Cable, 33kV, armoured
CCI/Finolex/NICCO
4. XLPE Termination Kit
Raychem
5. PVC copper control wire
Finolex/Polycab
6. Voltmeter (Analog)
AE/MECO
7. Ammeter (Analog)
AE/MECO
8. Ammeter (Digital)
Consery, type EM 3259
Class 1.0
9. Selector Switch
L&T
10. Energy meter, multipurpose
Schneider, type PM800
11. HRC / HBC Fuse
GE
12. Bakelite Fuse Base & Carrier
GE
13. Indicating Lamp, LED type
Teknic/GE/Siemens
14. Copper lugs, heavy duty
Dowell/Comet/Hex
15. Crimping Compound for lugs
Dowell/Comet
16. Terminal Strip
Connect Well/ELMAX
17. Brass Gland
Dowell/Comet
18. HT Insulating Tape
3M (Scrotch 26)
19. Copper Plate/Copper Strip
Electrolytic, 99.99% pure
20. Bakelite Sheet
Hylum or equivalent
21. Bolt, Nut, Washer, Screw
SS-304
41
TATA INSTITUTE OF FUNDAMENTAL RESEARCH
ILGTI-HPC Facility
TENDER DOCUMENT
Design, Fabrication, Supply, Installation, Testing & Commissioning of
1250 KVA 33 KV/433 V Transformer,
and all related works, etc.
as per
Enclosed Specifications & Drawings & Schedule of Quantities
for
ILGTI-HPC at National Balloon Facility, TIFR, Hyderabad
PART – II : PRICE BID
Contractor’s Signature
1
Date: ______________
Contractor’s Signature
2
Date: ______________
Schedule of Quantities
Sr.
No.
Description in brief
Qty Unit
Rate/Unit
33kV / 433V Transformer
1
Design, manufacture, testing at factory and
supply of 1250 kVA, 33kV/433V distribution
transformer (Transformer No. TR-1) as per
technical specification in the tender document
1 No.
2
Installation, testing and commissioning of
1250 kVA, 33kV/433V transformer (TR-1 of
Item No. 1) including incidental minor civil
works required for installation at site as per
drawing, including all necessary rigging
work, deployment of handling equipments
like cranes and positioning the transformer at
the designated location, complete with
providing and laying of control cables from
Marshalling box to HT breaker, oil testing, oil
filtration, etc.
1 Job
3
Obtaining all statutory permissions and
clearances for the entire job from the statutory
authorities for installation and commissioning
1 Job
4
Annual Maintenance Charge Per Year for next
four (4) years after free guarantee period of 12
months. (Optional, but necessary to quote
rate)
1 Job
Excise Duty
Sales Tax
Octroi
Freight
Insurance
Contractor’s Signature
3
Date: ______________
Amount
TATA INSTITUTE OF FUNDAMENTAL RESEARCH
Autonomous Institution of the Department of Atomic Energy, Government of India (A Deemed University)
HOMI BHABHA ROAD, COLABA, MUMBAI – 400 005
(PURCHASE SECTION)
Instructions to Bidder
1. PART “I” (Technical Bid) consisting of Technical Bid & Commercial Terms and
PART “II” (Price Bid) consisting of only Price shall be submitted in separate sealed
envelopes duly super scribed with the tender enquiry number, and the due date in bold
letters, addressed to the Admn. Officer (Purchase), Tata Institute of Fundamental
Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The envelopes should be
clearly marked on top as either PART “I” or PART “II”. The two sealed covers should
be further put in a master cover super scribed with the Tender Enquiry No., Due Date in
bold letters, addressed to the Admn. Officer (Purchase), Tata Institute of Fundamental
Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The sealed master envelop
has to be delivered by hand/courier at the security Gate Officer of TIFR on or before
13.00 hrs on the due date specified. The technical bid will be opened in the presence of
attending tenderers at 14.00 hrs on the due date at Purchase Section, TIFR Mumbai.
Tenders submitted after 13.00 hrs. on due date will not be considered.
2. In case the PART ‘I’ and Part ‘II’ bids are not sealed in separate envelopes the
tender will be rejected.
3. The technical bid should not contain any indication of the price.
4. After scrutiny of Technical Bids, Price bids of only those bidders who are shortlisted on
technical basis will be opened at on later date. The opening date, time and venue will be
intimated to the technically successful bidder.
5. After downloading the documents please inform your company details such as name,
address, telephone nos., contact person and email address etc. by email to us.
(sgk@tifr.res.in, cvsamuel@tifr.res.in) to enable us to inform prospective bidder for any
corrigendum/changes if any; in the Tender document before due date.
6. Tenders containing correction, overwriting will not be considered. Late or
delayed/Unsolicited quotations/offers shall not be considered at all. These will be
returned to the firms as it is. Post tender revisions/corrections shall also not be
considered.
TATA INSTITUTE OF FUNDAMENTAL RESEARCH
7. Tenderer should sign on all the pages of the technical bid and the price bid.
8. In case of any interpretational issues in this tender, the interpretational decision of the
TIFR shall be Final binding on the bidder.
9. TIFR reserve the right to ask for or to provide any clarification, changes after the release
of this tender.
10. TIFR reserve the right to cancel the tender even after the receipt of tender, and in such
case the EMD would be refunded without any interest to the bidding parties.
11. If equipment offered is to be imported, arrangements for import will be made by us.
12. The Institute shall be under no obligation to accept the lowest or any other tender
received in response to this tender notice and shall be entitled to reject any tender without
assigning any reason whatsoever.
13. TIFR reserves the right to place the order for part/reduced quantity than what is specified
in the tender.
14. We are exempted from payment of Excise Duty under notification number 10/97 dated
01.03.1997 and Customs Duty under notification No.51/96 dated 23.07.1996 for all
procurements/supply meant exclusively for scientific and research purposes. Whenever
the exemption certificate not honored by the authorities, the applicable excise duty will
have to be paid. Hence Excise Duty and Customs Duty, if any, should be shown
separately. No other charges than those mentioned clearly in the quotation will be paid.
15. Sales Tax: TIFR does not have any exemption/concession on payment of Sales Tax/VAT
and we are not authorized to issue any Sales Tax Form ‘C’ & ‘D’
16. Specifications are basic essence of the product. It must be ensured that the offers must be
strictly as per our specifications. At the same time it must be kept in mind that merely
copying our specifications in the quotation shall not make the parties eligible for
consideration of the quotation. A quotation has to be supported with the printed technical
leaflet/literature of the quoted model of the item by the quoting party/manufacturer.
ADMINISTRATIVE OFFICER
(PURCHASE SECTION)
TIFR, MUMBAI
Download