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